MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department...

179
MUNICIPAL COR TENDER FO Name of the work: 1 RPORATION OF GREATE OR STORM WATER DRAIN WOR ES-169 Widening & Training of Mah Tansa Main to BPT Bridge, M/W BRIMSTOWAD PROJECT Pha ER MUMBAI RKS hul Creek from West Ward, ase – II

Transcript of MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department...

Page 1: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

1

MUNICIPAL CORPORATION OF GREATER MUMBAITENDER FOR STORM WATER DRAIN WORKS

Name of the work: ES-169 Widening & Training of Mahul Creek fromTansa Main to BPT Bridge, M/West Ward,BRIMSTOWAD PROJECT Phase – II

1

MUNICIPAL CORPORATION OF GREATER MUMBAITENDER FOR STORM WATER DRAIN WORKS

Name of the work: ES-169 Widening & Training of Mahul Creek fromTansa Main to BPT Bridge, M/West Ward,BRIMSTOWAD PROJECT Phase – II

1

MUNICIPAL CORPORATION OF GREATER MUMBAITENDER FOR STORM WATER DRAIN WORKS

Name of the work: ES-169 Widening & Training of Mahul Creek fromTansa Main to BPT Bridge, M/West Ward,BRIMSTOWAD PROJECT Phase – II

Page 2: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

2

I N D E X

SectionNo. Topic Page No.

1 Special Instruction &Tender Notice 3 – 6

2 Scope of Work 7 -- 8

3 Instruction to Tenderers

A - General

B - Tendering Documents

C - Preparation of Tenders

D - Submission of Tenders

E - Tender Opening & Evaluation

F - Award of Contract

G - General Information

9 - 50

4 General Conditions of Contract 51 – 54

5 Special Conditions of Contract 55 – 72

6 Specifications 73 – 152

7 Annexure 'A'

Annexure ‘B’

Form of Tender

Form of Bank Guarantee

Form of Agreement

Undertaking

153 – 168

8 Drawings 169 – 171

9 Bill of Quantities & Rates 172 – 176

10 Financial bid form Form-B 177 – 179

Page 3: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

3

SPECIAL INSTRUCTIONThis tender is invited for Widening & Training of Mahul Creek from Tansa Main to BPTBridge, M/West Ward,BRIMSTOWAD PROJECT Phase - II as stated in Tender documentwith the condition that the tenderers will have to make their own arrangement of plot fordisposal of excavated material /desilted materials /silt /debris etc., due to non availability ofMunicipal dumping Ground, for which shortest route will be considered for payment oftransportation charges as per actual distance within Municipal limit. The payment will berestricted to the shortest distance upto the Municipal limit for the plot identified outside theMunicipal limit.

The tenderer has to make his own arrangement for plot for disposal of excavatedmaterial and desilting material, for which only transportation charges for maximumdistance from site upto 30 km is considered for payment in BOQ and if actual distance inbetween the site and plot is more than 30 kms then no additional payment will be made tothe contractors for transportation beyond the distance of 30 kms and if the actual distanceis less than 30 kms from site then the payment will be made as per actual distance.

The Tenderers will have to submit the list of locations for depositing the excavatedmaterial /desilted materials /silt /debris etc., with Propoer permission / NOC of plot ownerwithin seven days from the issue of work order, in case of failure to do so 50% of EMD willbe encashed / forfeited by MCGM, which shall be noted.

The tenderer is wholly/solely responsible to obtain all necessary permissions fromGovt. or any other organization for disposal of excavated material /desilted materials /silt/debris etc. on private plot. Tenderers will have to make their own arrangement forleveling, rolling, transportation of excavated material /desilted materials /silt /debris etc.within the dumping plot at their own cost. All the necessary charges including toll, etc. willhave to be borned / paid by the Tenderer. Any dispute /litigation regarding dumping onprivate plot is the sole responsibility of tenderer and MCGM shall not be party for that inany case. The Tenderers will have to submit an indemnity bond regarding the same withinseven days of aceeptance of work order. The necessary ownership documents of privateplot as required / as insisted by MCGM shall be submitted.

The successful tenderer / contractor will have to install Vehicles Tracking System(VTS System) for vehicles transporting excavated / desilted materials/silt at their own cost.The payment for transportation charges, as explained above, will be made only if VTSsystem is working also an indemnity bond is required to be given by the contractors withinseven days of acceptance of work order.

The site is also affected due to Tidal effect and to Faciliatate constructionactivity Coffer Dams will have to be constructed by the contractors, for which noextra payment will be made. Contractors need to consider this aspect at the time ofquoting the Bid.

The tenderer has to quote their offer as per the estimated cost for quoting the bid(i.e. BOQ cost) as mentioned in tender notice by considering the tender conditions.

The tenderers shall note that the site is partly affected due to Mangrooves, thepermission for cutting the Mangrooves will be sought from competent authority howeverif the same is rejected, the tenderers can not claim any damages / compensation etc. forthe same and cancellation of the work or part thereof. This fact shall be kept in mindwhile quoting the tender and also an indemnity bond on Rs. 200 stamp paper in packet‘B’ is required to be given by the bidders indemnifying MCGM regarding the same.

Page 4: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

4

SECTION - 1TENDER NOTICE

Page 5: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

5

Municipal Corporation Of Greater MumbaiOFFICE OF

DEPUTY CHIEF ENGINEER (STORM WATER DRAINS) EASTERN SUBURBS5th Floor ,Pant Nagar Garage Building,Behind Pant Nagar BEST Depot,Ghatkopar(East)

Mumbai-400 075.

THIS IS A e- TENDER NOTICEThe Municipal Commissioner of Greater Mumbai invites e-tender on percentage basis in

Packet ‘A', ‘B' and ‘C' system for the following work from the eligible contractors i) Registeredwith Brihanmumbai Mahanagarpalika in Category C-V and in Class’AA’ mentioned against theworks or ii) Registered with State Government, Military Engineering Services or any otherGovernment Organisation in equivalent class and who have carried out works of similarnature. The tenderers should submit supporting documents along with their tender bids. Thetender copy can be downloaded from MCGM’s portal (http://portal.mcgm.gov.in).

All interested vendors/ contractors whether already registered or not registered withMCGM are mandated to get registered with MCGM for e-tendering process & obtain logincredentials to participate in the online bidding process. The details of the same are availableon the above mentioned portal under ‘e-procurement’ tab.

For registration enrollment for digital signature certificates and user manual, pleaserefer to respective links provided in e-tendering tab. Vendors can get digital signature fromany one of the Certifying Authorities’ (CA’s) licensed by Controller of Certifying Authoritiesnamely Safescrypt, IDRBT, National Informatics Center, TCS, CUSTOMS, MTNL, GNFC and e-Mudhra CA.

Sr.No. Description of the Work Estimated Cost

(in Rs.)

EarnestMoneyDeposit(in Rs.)

Class TimePeriod

Cost ofTenderCopy

1 e-tender No -710003365ES-169 Widening &Training of Mahul Creekfrom Tansa Main to BPTBridge, M/WestWard,BRIMSTOWADPROJECT Phase - II

50,14,28,000/- 50,14,280/- AAC-5

20 Months(Excludingmonsoon)

Rs.11,000/-+ VAT

Blank e-tender forms shall be downloaded from MCGM’s portal on payment ofRs.11,000/- + 5% VAT as above per copy by e-tendering process from the approved banksunder section “Payment of Tender Fees”.

e-Tenders should be submitted up to 4.00 p.m. on 02/01/2015 by e-tender process.

The tenderer shall pay the EMD through Demand Draft / Pay Order and shall upload thescanned copy of DD / P.Order in packet ‘A’. The tenderer shall submit such DD / P. Orderphysically in Packet ‘A’ on date of submission of tender. If such DD / P. Order is not submittedphysically in packet ‘A’, the tenderer shall be treated as non-responsive and will not beopened.

The tenderers quoting the rebate more than 12% on the office estimated cost shall payan Additional Security Deposit (ASD), as mentioned in the tender copy by Pay Order/ DemandDraft in the name of Municipal Corporation of Greater Mumbai. Pay order/ Demand Draft ofASD shall also be submitted physically on due date & time of submission of e-Tender. Iforiginal Pay Order/ Demand Draft is not submitted in sealed envelope, the tender will berejected outright.

The e-Tenderer quoting rebate more than 15% or premium above 15% shall submitthe rate analysis physically along with packet containing the ASD mentioned above in singlesealed packet and Nil Report shall be submitted even if the same is not applicable, in singlesealed packet. Also B.G., if any, shall be submitted physically in sealed packet. The TenderNumber and Name of the company shall be mentioned on the sealed Packet which shall be

Page 6: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

6

submitted on due date of submission of tender as mentioned above, in the office of the DeputyChief Engineer (Storm Water Drains) Eastern Suburbs, 5th Floor, Municipal Garage Building,Behind Ghatkopar BEST Depot, Pantnagar, Ghatkopar (East), Mumbai-400 075 on due date &time of submission of e-Tender. If the same is not submitted the tender will be rejectedoutright.

If the tenderer(s) withdraw tender offer during the tender validity period, his E.M.D.shall be forfeited. If tenderer fails to submit Packet ‘C’ online and sealed envelope containingASD and rate analysis or Nil report physically, the entire amount of EMD shall be forfeited.

e-Tenderers are requested to note the conditions for maintenance, Defect LiabilityPeriod and other payments introduced in tender document before quoting for the bid.

As per three packet system, requisite details for post qualification criteria are to beuploaded by the tenderer in “Bidder’s Document” online in packet ‘B’.

The tenderers should upload scanned, digitally signed copy of the original RegistrationCertificate to get registered with MCGM for e-tendering process, login credentials to participatein the online bidding process before purchasing/ uploading/ submitting the tender copies.

The Packet ‘A’ & Packet ‘B’ should contain all duly certified credential documents as pere-Tendering process and Packet ‘C’ should contain their respective offers as per e-Tendering process and ASD, Rate Analysis in physical form, if any.

The work ES-169 broadly involves construction of RCC Nalla retaining wall & culvertsalong with construction of Service Road along Mahul creek and other allied works related towidening and deepening of Mahul creek, more particularly described in the tender documents.

The dates and time for uploading e-Tender & opening of the e-Tenders are as under. Ifthere are any changes in the dates the same will be displayed on the MCGM portal.(http://portal.mcgm.gov.in).

The e-tender sale will start from : 17/12/2014 from 01.00 p.m.The date of Pre Bid Meeting : 24/12/2014 at 04.00 p.m.The last date of e-tender sale will be : 02/01/2015 upto 01.00 p.m.Submission of e-Tender : 02/01/2015 upto 04.00 p.m.The packet ‘A’ & ‘B’ will be opened on : 02/01/2015 at 4.30 p.m.The packet ‘C’ will be opened on : 12/01/2015 at 3.00 p.m.

The Packet ‘A’, ’B’ & ‘C’ shall be uploaded on line before last date and time forsubmission.Tenderers having any queries shall put up in writing in the office of Director (ES & P) latest by22/12/2014. Tenderers shall note that no fresh queries will be entertained at the time ofprebid meeting. Pre bid meeting will be held for above work code on 24/12/2014 at 4.00 pm inChamber of Hon’ A.M.C.(ES) in the conference hall, 2nd / 3rd floor, Municipal Head Office.

.

Tenderer (s) are requested to submit and upload the tenders in time on or before thestipulated day so as to avoid rush at closing hours. MCGM will not be responsible for poorconnectivity of network/ internet services/ connectivity of servers/ snag in system/ breakdownof network/ or any other interruption.

The Municipal Commissioner reserves the right to reject any or all e-tenders withoutgiving any reason to the tenderers.

The details are available on MCGM’s website http://portal.mcgm.gov.in

-

Sd-Deputy Chief Engineer(Storm Water Drains)

Eastern Suburbs

Page 7: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

7

SECTION – 2SCOPE OF WORK

Page 8: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

8

2. SCOPE OF THE WORK

Name of the Work: - ES-169 Widening & Training of Mahul Creek from Tansa Main to BPTBridge, M/West Ward, BRIMSTOWAD PROJECT Phase – II.

1) Scope of the work:-

The Tenderer / Contractor shall note that this contract envisages following works ingeneral:-

1. Widening of Mahul Creek, as per recommendations of BRIMSTOWAD.2. Training of Mahul Creek by construction of R.C.C. retaining wall as per design

given by Structural Consultant.3. Construction of service road can be taken after obtaining necessary permissions

from Maharashtra State Govt.4. Desilting of construction stretch i.e.1120 m during period 2015-16 & 16-17.5. Any unforeseen work, if arises, related to catchment area.

6. The Mangroos affected in the alignment of Retaining Wall and Service Road canbe removed after obtaining permission from Enviromental Dept.even thoughpermission from High Court has been procurres.

7. Contractor has to make arrangement for own dumping plot.

8. Contractor has to make arrangements for Coffer Dam since the site is affected byTidal effect.

9. The contractor will have to install Vehicles Tracking System (VTS System) forvehicles transporting excavated / desilted materials/silt at their own cost.

The Major Components of this work are:-

i) River walls and Earth retaining walls to be constructed in R.C.C. M-40.

ii) H.Y.S.D. bars to be used in R.C.C. works.

iii) Use of RMC for all concrete works.

iv) Excavation in hard rock for Pilling by Rotary Piles Machine.

v) Providing and installing in position permanent M.S. liners.

Estimated cost of the work: - As per the Tender notice.

Notes:-

i) All the works contained in the scope of the work shall be carried out strictly as per

relevant specifications applicable as attached or referred to, in this tender

document.

ii) The above is general description of the scope of work and actual work mentioned

above shall be governed by B.O.Q. and as directed by the Engineer.

iii) Applicable schedules. Unified Schedule of Rates effective from 16/09/2013

Page 9: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

9

SECTION – 3INSTRUCTIONS TO

TENDERERS

Page 10: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

10

3: INSTRUCTIONS TO E-TENDERER(S)

A - GENERAL

3.1 Invitation of E-TenderThe Municipal Commissioner for and on behalf of the Municipal Corporation

of Greater Mumbai, hereinafter referred as ‘The Corporation’ invites tender for thework as detailed in the tender document.3.1.1. The tenderer(s) are requested to seek the details on MCGM website,e-tendering, instructions to vendors.

3.2 Qualification of the Tenderer(s)3.2.1 All tenderer(s) shall provide Qualification Information, as necessary to enable their

post Qualification.The tenderer(s) shall upload in Packet ‘B’ the scanned copy of notarizedundertaking on Rs. 200/- stamp paper stating therein that the informationsubmitted in Packet ‘A’ & ’B’ is true and correct.

3.2.2 To qualify for a package of contracts made up of this and other contracts for whichtenders are invited, the tenderer(s) must submit and upload requisite documents forhaving experience and resources sufficient to meet the aggregate of the qualifyingcriteria for the individual contracts.

3.2.3 Post Qualification Criteria –i) General

a) Post qualification will be based on tenderers meeting all the following criteriaregarding their general and particular construction experience, financial position,personnel and equipment capabilities and other relevant information as submittedand uploaded by tenderers responses in the information forms attached to thetender.b) The Post qualification criteria as prescribed below shall be filled and uploaded inthe proforma and uploaded and supported by documents as mentioned underrelevant clauses.c) The cost of the executed works and turnover will be enhanced by 10% everyyear to bring the same to present level for purpose of post qualification.d) The cost of executed works and the turnover of the current financial year to meetthe requirements will be accepted, subject to submission and uploaded of non-audited financial statement (original documents) duly certified by C.A. and digitallysigned by tenderers.

ii) General Construction Experience:-The experience for carrying out the work put in the tender during the last fivecalendar years shall be accounted in the role of prime contractor, partner in JV orapproved sub contractor.The tenderer as well as any partner of the consortium / JV shall have not reportedloss in the balance sheet in more than three financial years of the last fivefinancial years.The tenderer(s) shall provide and upload digitally signed evidence that: -

a) The tenderer shall provide evidence that he has successfully completed during last5 financial years at least one work similar to the tendered work i.e constructingR.C.C. river / creek / nalla wall in Pile foundation 600mm dia. and above with

Page 11: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

11

permanent M.S. liners for drainage of water including construction of service roadalong river / creek / nalla in Asphalt Concrete, whose value shall not be less than40% of cost of the work tendered for (i.e. for this tender it shall not be less thanRs.20,05,71,200/-).

ORsuccessfully executing currently one work of similar nature i.e. constructing R.C.C.river / creek / nalla wall in Pile foundation with permanent M.S. liners for drainage ofwater including construction of service road along river / creek / nalla in AsphaltConcrete with at least 75% progress (financial value as on the date of invitation oftender) of cost of magnitude of at least 40% of the cost of the work tendered for (i.e.for this tender it shall not be less than Rs. 20,05,71,200/-).

iii) Particular construction experience :-a) The prequalifiacation criteria shall be for three major items of the estimate

(costwise).b) The tenderer(s) in their own name should have successfully completed or

achieved 75% progress (financial value as on the date of invitation of tender),at least one work of constructing R.C.C. river / creek / nalla wall in Pilefoundation 600mm dia. and above with permanent M.S. liners for drainage ofwater including construction of service road along river / creek / nalla inAsphalt Concrete, wherein the minimum quantity of three major itemsexecuted in the said completed work of which certificate is submitted inProforma –IV in time period equal to or less than time period of this tender,i.e. 20 months (excluding monsoon), in last five years, since September 2009,shall not be less than as mentioned below.Sr.No. Major Items 40% Quantity

1 M40 Cement Concrete for R.C.C. works 5932.0 Cu.M2 Steel Reinforcement (HYSD) for R.C. C. works 988.0 M.T.3 Providing and installing in position permanent M.S.

liners382 M.T.

NOTE: The experience of M20 & above grades will also be considered for minimumquantity experience for M40 Cement Concrete.

c) The works should have been carried out in M.C.G.M. (Central Agency),Government / Semi Government / Public Sector Organization in time period equalto or less than time period of this tender since September, 2009. Such certificate,duly signed by an officer not below the rank of Executive Engineer of theconcerned organization shall be enclosed. The quantity of above three majoritems, mentioned in condition 3.2.3 (iii) b, shall be specifically mentioned in thecertificate submitted in proforma-IV that the same has been executed in river/creek / nalla work since September 2009.

The works may have been executed by the tenderer as a prime contractoror proportionately as member of consortium or approved Sub-contractor withreferences being submitted to confirm satisfactory performance.

In support of this, certificates from the employer shall be submitted alongwith the application incorporating clearly the contract value, billing amount, date ofcommencement of work, completion period, satisfactory performance of thecontract and other relevant information.

Page 12: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

12

iv) Financial Capabilities :-

a) The tenderer shall have generated a maximum annual turnover of not less than90% of the cost of the work tendered for (i.e. for this tender it shall not be lessthan Rs.45,12,85,200/-) in any one financial year during last 3 financial years,.Chartered Accountant’s certificate in this regard may be accepted.

b) The tenderer shall demonstrate that it has access to, or has available liquidassets, unencumbered assets, lines of credit and other financial means(independent of any contractual advance payment) sufficient to meet theconstruction cash flow requirements for the subject contract in the event ofstoppage, start-up, or other delay in payment, of the minimum 15% of the cost ofthe work tendered for (i.e. for this tender it shall not be less than Rs.7,52,14,200/-)as certified by a registered Chartered Accountant based on Audited Balance Sheetof the tenderer.

c) The audited balance sheets for the last 3 years shall be submitted and uploadedand must demonstrate the current soundness of the tenderer's financial positionand indicate its prospective long term profitability. If deemed necessary, theemployer shall have the authority to make enquiries with the tenderer's bankers.

v) Personnel Capabilities:-Tenderer(s) shall supply and upload general information on the management

structure of the firm, and shall make provision of suitably qualified personnel tofill the key positions as required during the contract implementation.

The tenderers shall supply and upload information of a prime candidate foreach key position and each shall meet the requirements specified, as under:

Sr.No.

Post Qualification

Minimum nos. to be deployedon Project

Tendercost up

to 5crores

Tendercost

5 croresto 25

crores

Tendercost

above25

crores1 Project

ManagerAt least B.E. (Civil) with min.10 years experience or D.C.E.with min. 20 years experience.

0 0 1

2 Site Engineers At least B.E. (Civil) with min.2 years experience or D.C.E.with min. 4 years experience.

1 1 1

3 SiteSupervisors

At least 2 years experience 1 2 2

In addition, Quality Control engineer per work is to be deployed, qualification beingB.E. (Civil) with site experience and having experience of minimum 2 years working inMaterial Testing Laboratory. A notarized undertaking on Rs.200/- stamp paper shall besubmitted in packet 'B' stating that "Quality Control engineer per work having experienceof working in Material Testing Laboratory, will be appointed/ deployed on the work onaward of the contract."

Page 13: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

13

NOTE: The minimum suggested Personnel, to begin with for execution of works, inaccordance with the prescribed construction schedule are shown in the above list.

vi) Equipment Capabilities :(A) The tenderer(s) shall own or have assured access to the equipments, in full

working order, as listed below, and must demonstrate that based on knowncommitments, they will be available for timely use in the proposed contract.

Sr.No. Equipment

Equipment Nos.Tender

cost up to5 crores

Tender cost5 crores to25 crores

Tender costabove 25 crores

1 Hydraulic Excavator (J.C.B.) 1 1 2 (Shall be owned)2 Dumpers/Tippers 2 4 6 (Shall be owned)3 Hydraulic excavator (poclain) 0 1 1 (Shall be owned)

(B) The tenderer shall own or have assured access (through hire, lease, purchaseagreement or other commercial means) in full working order, to the plant &equipments as listed below, and must demonstrate that based on knowncommitments, they will be available for timely use in the proposed contract.

Sr.No.

EquipmentEquipment Nos.

Tender costup to 5crores

Tender cost5 crores to25 crores

Tender costabove 25 crores

1 R.M.C. Plant (computerised)Capacity 30 M.T. per hr.

1 1 1

2 Vibratory Roller (Min 10 T) 1 1 13 Concrete Pumps 1 1 14 Transit Mixer 1 1 25 Rock Breaker (with splitter

machine)1 1 2

Note: a) The minimum suggested major equipments to begin with for execution ofworks in accordance with the prescribed construction schedule are shown inthe above list. The contractor shall mobilize additional equipments asdirected by engineer in charge.

b) If assured access to R.M.C. is not available, in such cases a B.G. equivalent toRs.1 Cr. shall be submitted physically in packet ‘C’ and upload scanned copy inpacket ‘B’. The assured access from RMC plant shall be submitted within onemonth by the successful bidder from the date of work order issued.

vii) Bid Capacity –

The tenderer shall have Assessed Available Bid Capacity (AABC) of morethan the estimated cost as on date of tender submission.The available bid capacity will be calculated as under:-

Page 14: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

14

Assessed Available Bid Capacity = (A x N x 1.5 - B)Where,

A = Maximum value of Civil Engineering Works executed in any one year duringthe last three years (updated to current price level) taking in to account thecompleted as well as the works in progress. The value of the works carriedout during current financial year will not be updated.

N = Number of years prescribed for the completion of work for which bids are invitedi.e. no. of months (excluding monsoon) divided by 12. For everyIntervening monsoon, 0.33 shall be added to ‘N’.

B = Value of existing commitments and ongoing works to be completed duringthe ‘N’ years mentioned above.

In case of competating bidder has simultaneously submitted bids for anyother bids and if the said bidder is found lowest in any sub-bids.Thevalue of all bids shall be considered in the value of ‘B’ for the purpose ofcomputing Bid capacity at the time of evalution i.e. till recommendingthe offer to Standing Commitiee.

NOTE: 1.The statements showing the value of the existing commitments and ongoingworks as well as the stipulated period of completion remaining for each of theworks, shall be supported by Certificates signed by the Officer not below the rank ofExecutive Engineer or equivalent shall be digitally signed and uploaded.

2. Tenderer(s) who meet the minimum qualifications criteria will be qualified onlyif the available bid capacity at the time of bidding is more than the total estimatedcost of the work(s). The available bid capacity will be calculated as mentionedabove.

3.Notarized undertaking on Rs.200/- stamped paper stating therein that theinformation given in respect of works completed/in hand is true and correct.Thescanned copy of undertaking shall be uploaded.

viii) Slice and Package –

The tenderer(s) will be awarded maximum one contract in Eastern Suburbsdivision in present tender notice if he satisfies the aggregate criteria mentioned inthe tender documents and allotment of balance works on least cost evaluationbasis will be done.

ix) Litigation History –The tenderer shall submit and upload information on litigation / arbitration history inwhich the tenderer is involved in the Proforma VIII.

3.3 Consortium / J.V. –I) Eligibility

The qualification criteria specified above shall be met by the tenderer, as aSingle Firm entirely on its own, or by forming a J.V. / Consortium of not more thanthree (3) firms / companies.

In case of Consortium, all the partners of the Consortium shall jointly meet allthe Technical Qualification as mentioned below.

Page 15: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

15

Each tenderer shall submit only one tender either by itself, or as a partner ina Consortium. Further a company participating in the Consortium cannot submitthe tender separately in its own name. A tenderer who submits or participates inmore than one tender shall be summarily disqualified.

II) Qualification CriteriaThe Consortium must comply with the following requirements:

a. The consortium / JV shall be allowed in cases where estimated cost of the Tender ismore than Rs.25.00 Crores.

b. The consortium / JV shall be formed having not more than 3 firms / companies.c. The J.V. must comply with the following requirements:-

In consortium / JV at least one criterion (sr.no 3.2.3(iii).b of particularconstruction experience) shall be met by each firm/company mandatorily andall other criteria other than condition 3.2.3 (iii) b shall be met jointly inproportion of JV.

i) The share of lead partner shall not be less than 51% in Consortium. Theshare of other partner/partners shall be not less than 20% in Consortium.

ii) In case of two partners in JV / Consortium, the lead partner shall mandatorilysatisfy two criterion of condition no. 3.2.3 (iii) b.

iii) Class & Category requirement as per tender notice is mandatory for all thepartners of J.V’s.

In accordance with the above, the submission by the tenderer shall includeall related information required for individual partners in the J.V’s.

d. The tenderer as well as any partner of the consortium / JV shall have not reportedloss in the balance sheet in more than three financial years of the last five financialyears.

III) Partner in Charge (Lead Partner):One of the partners, who is responsible for performing a key function in

contract management or is executing a major component of the proposed contract,shall be nominated as being in charge during the post qualification and biddingperiods and, in the event of a successful bid, during contract execution. Thepartner in charge shall be authorized to incur liabilities and receive instructions forand on behalf of any and all partners of the Consortium; this authorization shall beevidenced by submitting a power of attorney signed by legally authorizedsignatories of all the partners.

IV) Partner Limitation:The limit on the number of partners in a Consortium is three (including lead

partner).

V) Joint and Several Liabilities:All partners of the Consortium shall be legally liable, jointly and severally,

during the bidding process and for the execution of the contract in accordance withthe contract terms.

VI) Consortium Agreement :A copy of the Consortium Agreement entered into by all the partners shall be

submitted with the tender. Alternately, M.O.U. (Memorandum of Understanding),duly notarized/A letter of Intent to execute a Consortium Agreement in the event ofa successful bid shall be signed by all partners and submitted with the tender

Page 16: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

16

together with a copy of the proposed Agreement. Such Agreement shall beregistered and submitted within 15 days of receipt of letter of intent of the contract,failing which no payment for the work being executed shall be released.The Consortium agreement shall include among other things; the Consortium’sobjectives, the proposed management structure, the contribution of each partner tothe Consortium’s operations, the commitment of the partners to joint and severalliability for due performance, recourse/sanctions within the consortium in the eventof default or withdrawal of any partner, and arrangements for providing the requiredindemnities. The share of lead partner shall not be less than 51% in Consortium.The share of other partner/partners shall be not less than 20% in Consortium.

VII) Consortium Agreement shall contain a clause to the effect that there shall be aseparate Consortium Bank Account (distinct from the Bank Accounts of theindividual partners) to which the individual partner shall contribute their sharecapital and/or working capital. Consortium agreement shall also contain a clause tothe effect that the financial obligations of the consortium shall be dischargedthrough the said Consortium Bank Account only and all the payments received orpaid by M.C.G.M. by the consortium shall be through that account alone.

VIII) The eligibility of a Consortium does not necessarily qualify any of its partners to bidindividually or as a partner in any other Consortium of Association.

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

a Made misleading or false representations in the forms, statements andattachments submitted 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 Participated in the previous tendering for the same work and had quotedunreasonably high tender prices and could not furnish rational justification to theCorporation.

d Not uploaded details of ongoing works/commitments.

3.5 One Tender per Tenderer (s) -Each tenderer(s) shall submit only one tender for one work. Tenderer(s) who

submits more than one bid for one work, individually will cause all the proposalswith the tenderer(s) participation to be disqualified.a) Firms with common proprietors/ partners connected with one another eitherfinancially or as principal agent or as master and servant or with proprietor/partnersclosely related with each other such as minor son/daughter and minor brother/sistershall not tender separately under different names for the same contract.b) If it is found that firms described vide above clause have tendered separatelyunder different names for the same contract, all such tenders shall stand rejectedand tender deposits shall be forfeited. Any contract entered into under suchconditions will also be liable to be cancelled at any time during its currency andpenal action including black listing of such firms will be taken.

3.6 Cost of TenderingThe tenderer(s) shall bear all costs associated with the preparation and submissionand uploading of his Tender, and the M.C.G.M. will in no case be responsible andliable for those costs.

Page 17: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

17

3.7 Site Visit:

The tenderer(s), prior to submitting and uploading his tender for the work isencouraged to visit and examine the site of works and its surroundings at his ownexpenses and obtain and ascertain for himself, on his own responsibility and risk,all information, technical data, etc. that may be necessary for preparing his tenderand entering into a contract including, inter-alia, the actual conditions regarding thenature and conditions of site, availability of materials, labour, probable sites forchowky/stores etc. and the extent of lead and lift required for the execution of thework over the entire duration of the contract, after taking into consideration localconditions, traffic restrictions, obstructions in work if any, allow all such extraexpenses that are likely to be incurred due to any such conditions, restrictions,obstructions, etc. in the quoted and uploaded contract price for the work.

3.8. i) Site office :On receipt of the work order, the contractor will have to provide siteoffice as per requirement either on his / her owned place or rented / leased placein the vicinity of the work. Cost for this may be charged to MCGM by incorporatingin the offer. No separate payment may be made for providing the chowky andancillary items. No permission and space for site chowky will be given/ provided onMunicipal road /footpath. The contractors have to make their own arrangement onhire/lease for site office.

If the work is at various sites, necessary chowky to be provided at workplaces as required.

The contractors shall provide following in each above stated site office –

1) A air-conditioned site office of area admeasuring about 20 sq.m. (Minimum) with atleast two windows.

2) It should have better toilet facility.3) This chowky / Site office should be equipped with electric supply, Air Conditioner,

Fans, sufficiently big tables, chairs, water filter and cupboard with lockingarrangement etc.

4) All the security kits and safety measures for labourers shall be provided by thecontractors.

5) Digital camera with minimum 15 Mega Pixel lenses have recoding facilty of 32 Gbmemory card.

If site office with necessary requirements is not provided within 15 days from thereceipt of work order, a penalty of Rs. 2000/- per day will be imposed.

NOTE: - The bidders have to consider the costs of all above items and quote their %accordingly.

ii) Work Records: - All specified up to date site record should be maintained by thecontractors. If the contractor fails to comply with this condition, the penalty ofRs.1000/- per day per record will be imposed on the contractors.

Page 18: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

18

iii) For Regular Work :-

List of RegistersRegister

CodeName of Register

1. Inventory Register2. Correspondence file3. External & internal utility remarks file4. File containing drawings5. Daily Progress Register6. Instruction Register7. Level Book8. Mix design file9. Materials Testing Result file

10. Photograph file11. Excavation Register (Asphalt , rock, soil etc)12. Barricading Register13. Filling/Embankment Register14. Removal Challans15. Desilting Register16. Granular Sub-base / K.T.R.Register17. Wet mix Macadam ./ Water Bound Macadam .Register18. Sand Metal Filling Register19. Misc work register20. M 15 CC Register21. M 20 CC Register22. M 40 CC Register23. M15,M20, M35/M40 Cube & Beam registers24. Ready Mix Concrete Challan file25. Cement Variation Register26. Cement Register27. Asphalt macadam (mixes) register28. Dense Bituminous Macadam Register29. Asphalt concrete /Seal coat Register30. Asphalt challan file31. Penalty Register.32. Steel register33. Form work shuttering register34. Precast register35. Any other register as per directions

iv) For Desilting Work :-List of records:-1. Daily Progress Register.2. Transportation Register.3. Penalty Register.4. Instruction Book.5. Cement Variation Register.6. R.M.C. Register.7. Nalla Sketches.

Page 19: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

19

8. Pontoon Register.9. Photographs (Before, During & After Desilting),10.Visual/Video recordings in form CD’s11.Level Book for Spreading desilted Material.12.VTS Map Print.

v) Minimum 2 security guards round the clock shall be provided on every worksite. Apenalty of Rs 500/- per security guard per shift will be levied if the same is notprovided.

3.9 Site laboratory:Applicable for works costing above Rs.5.0 Cr. of office estimate.Contractors shall set up a laboratory at site of size 3 m X 6 m (about 20

sqmt) min., before commencement of work at their cost for performing various testsand at least the following machines and equipments shall be provided therein –(a) Compressive strength testing machine (for cube tests) of minimum 130 ton

capacity, electrically operated and duly calibrated every 6 months. Testingmachine should be maintained properly. Inc case of failure, the same shall berepaired or replaced within 2 days.

(b) Laboratory weighing balance of minimum 20 kg. Capacity, with set ofstandard weights from 1 gm to 5 kg.

(c) Equipment for testing of silt content in sand.(d) Dial thermometer calibrated upto 250 degree Celsius (for checking

asphalt / bitumen temperature).(e) Kadappa stone platform of size 2.5m. x 0.90m. approx.(f) Curing tank

(g) First Aid Box(h) Other machines as may be directed by the Engineer

All the test records shall be maintained in the site office /Lab and madeavailable as and when required.

The laboratory must be established within 15 days from the date of receipt ofthe Site Office permission from the concerned Ward Office. On failure to do so, apenalty of Rs 2000/- per day shall be imposed.

Penalty of Rs. 2000/- per day will be imposed if Quality Control Engineer isnot found appointed / deployed on work.

All materials used prior to establishment of Site Lab, shall be tested in MTL /VJTI/Registered lab.

3.10 Taxes and duties on material:All taxes, duties, cess and charges such as Octroi, Service Tax, Terminal or SalesTax, VAT and Royalty charges etc. and other duties on material obtained for thework from any source including the tax applicable as per Maharashtra Sales TaxAct, on the transfer of property in good involved in the execution of work contracts(re-enacted) Act 1989 or as amended shall be borne by the tenderer. The tenderershall not be reimbursed the taxes, duties, cess and charges whether now in force orthat may be enforced in future.

Page 20: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

20

3.11 Address and Telephone Nos.:Tenderer should specifically state and upload their residential address besidestheir official addresses, along with the telephone, mobile, fax no. and e-Mailaddress of the firm The successful tenderer will have to establish office in GreaterMumbai with telephone and fax facility. The contractor or their partners orauthorized representative shall be available on the given telephone number.The said local office telephone & fax no shall be communicated to MCGMEngineer incharge.Any Communication sent on the said fax /E mail/Tele No shallbe considered sufficient communication to the Contractors.

B - e- TENDERING DOCUMENT

3.12 Contents of E-Tendering Document –The set of tendering documents comprises the documents listed below –1. E-Tender Notice2. Scope of work3. Instruction to Tenderers4. General Conditions of Contract5. Special Conditions of Contract6. Specifications7. Annexure A

Annexure BForm of TenderProforma of Bank GuaranteeAgreement FormUndertakingCircular Copy

8. Typical Drawings9. Bill of Quantities10. Financial Bid Form.11. Addendum/corrigendum issued, if any12. Minutes of pre-bid meeting if any

.3.13 Clarification of Tendering Documents

3.13. i) Pre-bid meeting –a) The tenderer or his authorised representative is invited to attend a pre-bid

Meeting as per the date, time and venue mentioned in the tender notice.b) The purpose of the meeting will be to clarify issues and to answer questions on

any matter that may be raised at that stage.c) Any tenderer requiring any clarification of the tender document and/or the works

may submit his questions in writing to reach the office of Director (ES &P) ‘s atleast 2 days before the meeting.

d) The text of the questions raised (without identifying the source of enquiry)and the response given will be circulated/informed to all purchasers of thetendering documents within 7 days. Any modification of the tenderingdocuments, which may become necessary as a result of the pre-bid meeting,shall be made by the M.C.G.M. exclusively through the issue of an Addendumand not through the minutes of the pre-bid meeting.

e) Non-attendance at the pre-bid meeting will not be a cause for disqualification oftenderer.

Page 21: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

21

3.13. ii) Amendment of Tendering Documentsa) Before the deadline for submission of tenders, the M.C.G.M. may modify the

tendering documents by issuing addendum/ corrigendum/ clarification andpublishing on portal of MCGM or e-mailed or displayed on notice board of therespective divisions of Dy. Ch. E.

b) Any addendum/corrigendum/clarification thus issued shall be part of thetendering documents

c) The addendum/corrigendum thus issued shall be digitally signed by thetenderer and submitted and uploaded in Packet ‘B’.

d) To give prospective tenderers reasonable time to consider theaddendum/corrigendum/ clarification before submitting and uploading their bids,the M.C.G.M. shall extend as necessary the deadline for submission anduploading of tenders.

Only the bidders who qualify in Packet A and B will be considered as responsive forFinancial Bid i.e. Packet C . But the physical submission of Packet A & B of all bidderswill be required as & when demanded by M.C.G.M. for verification and the same will becompared with this scan soft copies of the documents uploaded by the bidders in E-tenders.If any discripencies are obserbved or false documents are found to beuploaded by the bidders , such bidders will be disqualified from the bidding processand the names of such bidders/firms will be published on MCGM Portal or displayed atdivisional offices.Further action as liable under rules /regulation shall also be initiatedagainst such bidders, who submits false documents.

C - PREPARATION OF E-TENDERS

Note: All the documents uploaded for online submission must be digitally signedand self attested with digital signature by the bidders, if not the bidder / tendererwill be disqualified.

3.14 Language of TenderTender shall be written in English. Documents/ Information in any other languageshall be accompanied by its translation in English. Only English text shall begoverning in E Tendering.

3.15 Tenderer(s) shall not amend the text of these documents. If it is found that thetenderer has violated this condition, his tender is liable to be rejected.

3.16 Bid Prices:a. The contract shall be for the whole work as described in scope of work attached

hereto based on the Bill of Quantities submitted and uploaded by the tenderers.b. The tenderer shall fill / upload in the percentage either plus or minus (i.e. above or

below) in the financial bid in figures or at par % quoted 0 (zero) will be consideredas at par (by default also). Corrections, if any can be made till end date (i.e. lastdate) and time, before submitting the bid.

c. Rates of each item of work mentioned in the schedule should be well scrutinizedwith due consideration of each item before submitting the tender as no variation inrates will be allowed on any ground as mistake or misunderstanding after thetender has been submitted.

d. Tenderer should note that percentage should be quoted for total estimated

Page 22: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

22

amount. No separate percentage can be quoted for roadwork and storm waterdrain work.

e. If the tenderer fails to attend the work in whole / part {as shown in bill of Quantitiesof this work} at the quoted percentage and terms and conditions of contract butwithin the prescribed time limit ,the said work will be carried out at his risk and costthro” the other contractor at this quoted percentage + 15% supervision charges.

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

h. The tenderer shall be registered under Maharashtra Sales Tax/ VAT on the transferof property in goods involved in the execution of works contracts (Reenacted) Act1989 and should produce and upload documentary evidence to that effect (a copyof registration of certificate from the Sales Tax department).

i. The successful bidder within 15 days from the date of issue of work order forexecuting the contract work under reference shall enter into contract agreementwith the MCGM. The contract agreement shall be adjudicated for payment of stampduty by the successful bidder and accordingly the successful bidder shall pay thestamp duty on the contract agreement, as per government directives issued in thisrespect u/n no. Enforcement -I / works contract / W.S.-1343 dated 21/07/2009, soas to ensure that, the contract agreement is executed within the stipulated periodas aforesaid.

3.17 Tender Validity:The tender offer shall be kept valid for 120 (one Hundred and Twenty)

calendar days from the date of submission of the tender. Thereafter validity maybe extended for further period as may be mutually agreed upon between theTenderer(s) and M.C.G.M.

3.18 Earnest Money Deposit (E.M.D.):a) The tenderers have to get the Vendor / validation number registered with

M.C.G.M., in all cases, the E.M.D. shall be 1% of the estimated cost. Thetenderers shall pay the EMD through Demand Draft (DD) and shall upload thescanned copy of the DD in Packet ‘A’ instead of paying the EMD at any of theCFC centres in MCGM Ward Offices. The tenderer shall submit such DDphysically in the office of Dy.Ch.E.(S.W.D.)E.S. in Packet ‘A’ on due date ofsubmission of tender. If such DD is not submitted physically, the tender shall betreated as non-responsive and his tender shall not be opened. The tender will berejected if the tenderer fails to upload scaned copy of requisite D.D. for E.M.D.online in packet “A”. Standing deposit with MCGM will not be considered forEMD, bidder has to pay full amount of EMD.

b) The tenderer quoting/bidding for more than one work, shall pay as mentionedabove EMD by DD separately for each offer for which the bidder is quoting thebid.

c) The tenderer shall upload in packet ‘A’ a scanned copy of DD of requisite EMD.d) If the tenderer(s) withdraw tender offer during the tender validity period, his E.M.D

shall be forfeited. If tenderer fails to submit Packet ‘C’ online and sealed packet

Page 23: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

23

containing ASD and rate analysis or Nil report physically, the entire amount of EMDshall be forefeited.

e) The EMD of the first four lowest responsive tenderers will be retained till the officialsanction of the standing committee is obtained and acceptance letter / work order isgiven to the successful bidder , Earnest money deposit of other tenderers wil berefunded forthwith. As far as first four lowest responsive tenderers are concernonce the acceptance letter is given to the successful bidder the EMD of theremaining three lowest responsive bidders will be refunded immediately. It isgenerally observed that the successful tenderer prefers to convert EMD intoContract Deposit / Security Deposit and, therefore, there remains nothing as EMD.However, if the successful tenderer does not convert the EMD into ContractDeposit / Security Deposit, the EMD shall be refunded immediately after theContract Deposit / Security Deposit is paid by him.

3.19 Alternative/ Conditional Proposals by Tenderers-Tenderers shall submit and upload offers that comply with the requirements of thetendering documents, including the basic technical design as indicated in thedrawing & specifications. If the tenderer suggests any alternative or stipulates hisown condition(s), the tender shall be rejected.

3.20 Format & Signing of TenderTenderer(s) shall digitally sign the Financial Bid Form, Annexure 'A' & the

Addendum, undertaking before uploading and submitting the tender online. Pleasenote that –

a) If a tender is submitted by an individual, it shall be digitally signed with date,giving his full name and address.

b) If a tender is submitted by a proprietary firm, it shall be digitally signed by theproprietor with date, full name, name of the firm and address.

c) If a tender is submitted by a firm in partnership, it shall be digitally signed by allpartners of the firm with date, full names and addresses or by a partner/personholding the power of attorney on behalf of the firm for digitally signing the tenderwith a copy of the Power of attorney accompanying the tender. A certified copyof the partnership deed duly registered with C.A(Treasury), addresses of thefirm and full names and addresses of all partners of the firm shall be submittedand uploaded with the tender.

d) If a limited company or a Corporation submits a tender, it shall be digitallysigned by a person holding power of attorney for digitally signing the tender withthe certified copy of the Power of Attorney accompanying & uploading thetender. Such limited company or Corporation shall furnish evidence of itsexistence before the contract is awarded.

e) Power of Attorney shall be registered with the office of chief Accountant(Treasury).No tender shall be accepted unless it is properly Red Wax sealed. Tenderer (s)shall not be allowed of fill in or seal their tenders at the Municipal office.Tenderer (s) are requested to present the tenders in time on the stipulated day,so as to avoid rush at the closing hours.

f) The person digitally signing the tender shall initial erasures and changes, if any,during uploading the E-Tender

g) The person submitting tender online shall digitally signed each page of tender.

Page 24: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

24

D – SUBMISSION OF ONLINE E-TENDER

NOTE :THE TERMINOLOGY OF E-TENDERING IS SOLELY DEPENDING UPONPOLICIES IN EXISTENCE,GUIDELINES AND METHODOLOGY ADOPTEDSINCE DECADES. THE SRM IS ONLY CHANGE IN PROCESS OF ACCEPTINGAND EVALUATION OF TENDERS IN ADDITION TO MANUAL. THE SAPMODULE TO BE USED IN THIS E-TENDERING IS KNOWN AS SUPPLIERRELATIONSHIP MODULE(SRM).SRM IS DESIGNED AND INTRODUCED BYABM KNOWLEDGE WARE LTD. WHO WILL ASSIST MCGM IN THROUGHOUTTHE TENDERING PROCESS FOR SUCCESSFUL IMPLEMENTATION.

NOTE: This tendering proces is covered under Information TechnologyACT & Cyber Laws as applicable (1)In E-tendering process some of the termsand it’s definitions are to be read as under wherever it reflects in onlinetendering 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”Percentage Variation read as “Percentage Quoted”Purchaser read as “Department/MCGM”

(2) Only numeric values upto two decimal places are accepted in“PercentageQuoted” by the contractors in online tender Process,therefore thecontractors/bidders should take care while quoting their %rates in numeric valuesupto two decimal placesI. Before entering in to online tendering process, the contractors Should completethe registration process so as to get User ID for E-tendering links. For this thecontractors can access through Supplier registration via MCGM Portal.There are two methods for this registration: (II and III)

II.Transfer from R3 (registered contractors with MCGM) to SRMa. Contractors already registered with MCGM will approach to Vendor Transfer cell.b. Submit his details such as(name, vendor code ,address, registered Email ID, pancard etc.) to Vendor transfer cell created at each divisional office of Storm WaterDrains Department.c. MCGM authority for Vendor Transfer transfers the Vendor to SRM applicationfrom R3 system to SRM system.d. Transferred Vendor receives User ID creation link on his supplied mail Id.e. Vendor creates his User ID and Password for E-tendering applications byaccessing link sent to his mail ID.

III.Online Self Registration (Temporary registration for tenderers notRegistered with MCGM)a. Vendor fills up Self Registration form via accessing MCGM portal.b. Vendor Transfer cell (same as mentioned above) accesses Supplier Registration

system and accepts the Vendor request.c. Accepted Vendor receives User ID creation email with Link On his supplied mail

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

Page 25: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

25

IV.CONTRACTORS BIDDING:Contractor will Quote and Upload Tender Documents· Access E-tender link of SRM Portal· Log in with User ID and Password· Selects desired Bid Invitation (he wants to bid)· To download tender documents contractors will have to pay Tender fee. The

same can be done by accessing Pay Tender Fees option. By this one will beable to pay Tender fee through Payment Gateway-If transaction successfulContractors can register his interest to participate. Without Registration onecannot quote for the Bid/Tender.

· Contractor will download Tender Documents from Information from purchaser tabby accessing Purchaser document folder through collaboration ‘C’ folder link.

· Contractors will upload packet A related and packet B related Documents inpacket A and packet B folder respectively by accessing these folders through“My Notes” Tab And collaboration folder link.

· All the documents uploaded has to be digitally signed and saved. Contractors canprocure there digital signature from any certified CA’s in India.

· EMD and ASD should be submitted as mentioned in tender.· 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 thevalue is zero only)

· Contractors specifies ASD details if applicable in “ASD” tab.· Contractors checks the bid, Digitally signs & save and submit his Bid Invitation.· Contractors can also save his uploaded documents/commercial informationwithout submitting the BID for future editing through ‘HOLD’ option.· Please note that “Hold” action do not submit the Bid.· Contractor will receive confirmation once the Bid is submitted.

Note:ASD details are required if the bid is below -12%.The ORIGINAL

DD(Information of which is submitted online)is required to be SUBMITTEDPHYSICALLY as directed in submission procedure in the Tender. Rateanalysis for items if the premium quoted is more than 15% or rebate quoted isbelow 15% shall have to be given physically only in sealed envelope asmentioned in tender notice.

ASD and Rate analysis documents should not be submitted anduploaded in Packet A and packet B,it should be submitted physically only insealed envelope as directed within specified time in tender documents. If notsubmitted, the Bidder/Tenderers will be disqualified from the biddingprocess.

V. Bid creator (MCGM) starts Bid Opening for Packet A after reaching EndDate and Time and Bid Evaluation process starts.VI.Payment of Tender Fees:Payment of Tender Fees can be made online using the online payment gateway.No packets will be accepted unless it is properly red wax sealed. Tenderer(s) shallnot be allowed to fill in or seal their tenders at the Municipal Office. Tenderer(s) arerequested to submit and upload the tenders in time on or before the stipulated dayso as to avoid rush at the closing hours. MCGM will not be responsible for poorconnectivity of network/internet services / connectivity of servers/snag in system /breakdown of network / or any other interruptions. If any online information

Page 26: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

26

uploaded but not received by Bid creator (MCGM) within stipulated time limit,MCGM 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 orsent to Bidders/Contractors, if not received or bounced back at the receiving enddue to any problem in server or connectivity, MCGM will not be held responsible.Intimations about shortfalls in submission will be informed to Bidders / Contractorsby E mail on their mail ID. In addition to physical submission the bidders shouldsend digitally signed information in reply Email.

3.21 Tenders must be submitted by following e-tendering process. All documentsuploaded has to be digitally signed. Tenders received after this time and date shallbe returned unopened to the tenderer. Telegraphic tenders will not be acceptedunder any circumstances.

3.22 The tenderer will submit bid in three packets i.e. Packet ‘A’, Packet ‘B’ and Packet‘C’ in electronic form. The tenderer shall submit original D.D. of E.M.D.physically.The tenderer shall also submit separately the original D.D of ASD aswell as rate analysis, if any, in the sealed envelope and Nil report shall besubmitted even if the same is not applicable, in single sealed envelope physically. Ifthe same is not submitted the tender will be rejected outright. Please note thatD.D. of E.M.D. and D.D. of A.S.D. should be submitted in separate envelopementioning the name of the tenderer,work and contain in it.

The tender quoting/bidding for more than one work with respect to e-tendernotice and intends to pay A.S.D. shall pay the same by DD corresponding to thetender, wherein the tenderer intends to pay highest amount of A.S.D.

The DD shall be submitted physically in sealed envelope of the tendercorresponding to highest A.S.D. and certified copies of the same in sealedenvelope of the other tenders shall be submitted physically. In case the A.S.D.submitted is more than the percentage quoted by the bidder, then the percentagequoted shall prevail. Only one work will be awarded to one tenderer in E.S. S.W.D.works with respect to e-tender notice for multiple works.

The copies of the documents asked for in packet ‘A’ and ‘B’ shall be certifiedby the Gazetted Officer or Officers not below the rank of Asstt. Engineer/Administrative Officer of the MCGM or Practicing Notary approved by of the Govt.of Maharashtra or Govt. of India with his stamp, with or without a red seal clearlystating his name & registration number, except where original documents aredemanded.

One set of documents in one work having maximum EMD per division canbe submitted and uploaded. However, the same shall be mentioned in theforwarding letter in the other tenders. Also, the requirement of net cash flow andQ.C. Engineers can be uploaded in one affidavit.

3.23 The packet ‘A’ shall contain the following documents digitally signed :–a. Scanned Copy of Requisite D.D. of EMD shall be uploaded online.b. Valid Registration Certificate.c. Valid Bank Solvency Certificate (Issued for a period of one year prior to the date of

submission of tender).d. Sales Tax Registration Certificate in Maharashtra (or equivalent requirement under

VAT). Those not registered in Maharashtra, shall submit an undertaking to theeffect that if they are successful tenderer, they shall submit Sales Tax RegistrationCertificate in Maharashtra within 15 days of issue of work order, failing whichpayment for the work executed will not be released.

Page 27: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

27

e. The ‘PAN’ documents and photographs of the individuals, owners, Karta of Hinduundivided Family, firms, private limited companies, registered co-operativesocieties, partners of partnership firms and at least two Directors, if number ofDirectors are more than two in case of Private Limited Companies, as the case maybe. However, in case of Public Limited companies, Semi GovernmentUndertakings, Government Undertakings, no ‘PAN’ documents are insisted.

f. Latest Partnership Deed in case of Partnership firm duly registered with C.A.(Treasury.) and Registered Power of Attorney if any.

g. Valid registration certificate under E.S.I.C. Act 1948 or if

i) Tenderer has less than 10 employees / persons on his establishment andwork is carried out with the help of power

“or”ii) Tenderer has less than 20 employees / persons on his establishment and

work is carried out without the help of powerThen tenderer(s) has to upload the Undertaking on Rs.100/- Stamp paper statingthe same.

h.If the tenderer(s) have more than 20(twenty) Labours/persons on his establishmentthen the tenderer(s) has to upload the copy of registration certificate underEmployees Provident fund and misc. Provision Act 1952(EPF & MP Act 1952) andregistration certificate under state Labour Insurance Scheme (E.S.I.C. Act 1948). Ifthe tenderer(s) has less than 20 labourers/persons on his establishment, thentenderer(s) has to upload the Undertaking on Rs.100/- Stamp paper stating thesame.

i.Valid e-mail address.

NOTE:i) Supporting Documents in respect of compliance of ‘g’ and ‘h’ above shall be

submitted if registration certificate is applied for and awaited. However,registration certificate shall have to be produced before execution of contract orcommencement of work on site, whichever is earlier.

ii) If the tenderer(s) withdraw tender offer during the tender validity period, hisEMD shall be forfeited.

iii)10% amount of the EMD of the tenderer shall be forfeited who fails to submit therequired documents in Packet ‘A’ within stipulated time period

3.24 The Packet “B” shall contain the copies of following documents digitallysigned: –

a. Separate notarized undertaking on Rs. 200/- stamp paper stating therein that theinformation submitted in Packet ‘A’ & ’B’ is true and correct. Separate notorisedundertaking on Rs. 200/- stamped paper stating therein that the tenderer hasassured access (through hire, lease, purchase agreement (notatrised) or othercommercial means) to the plants and equipments as stated in Proforma “VI-A” and“VI-B”.

b The names of civil works construction business for similar works such as thosepertaining to R.C.C. river / creek / nalla wall in Pile foundation with permanent M.S.liners wall for drainage of water including construction of service road along river /creek / nalla in Asphalt Concrete during last 5 years in the role of prime contractor,partner in Joint Venture or approved Sub-Contractor. (Proforma – I) (original).

Page 28: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

28

c Annual turnover of any one year during the last three financial years (excluding thecurrent financial year) (Proforma – II) (original).

d. Evidence stating that the tenderer has successfully completed during the last 5years at least one work of similar nature pertaining to R.C.C. river / creek / nallawall in Pile foundation with permanent M.S. liners for drainage of water includingconstruction of service road along river / creek / nalla in Asphalt Concrete in therole of prime contractor, partner in Joint Venture or approved Sub-Contractor.(Proforma – III) (Original).

e. The tenderer shall also provide evidence that it has achieved the minimum quantityof the three major items as mentioned in clause no 3.2.3 iii) b) in works which arealready completed or achieved 75% progress (financial value as on the date ofinvitation of tender) in the said work since August 2009, in time period equal to orless than time period of this tender i.e. 24 months (excluding monsoon). (Proforma– IV) (Original).

f Evidence stating that it has access to, or has available liquid assets,unencumbered assets, lines of credit and other financial means (independent ofany contractual advance payment) sufficient to meet the construction cash flowrequirements for the subject contract in the event of stoppage, start-up, or otherdelay in payment, of the minimum 15% of the cost of the work tendered for, net ofthe tenderer’s commitment of other contracts.

g. The audited balance sheets for the last 3 years.h. Information on provision of suitably qualified personnel (Proforma- V) (original).i. Information about ownership, or assured access (through hire, lease, purchase

agreement or other commercial means) to key items of equipments (Proforma VI A& VI B) (original). If assured access to R.M.C. is not available, in such cases a B.G.equivalent to Rs.1 Cr. shall be submitted physically in sealed envelop containingASD/Rate analysis/Nil Report and upload scanned copyin packet ‘B’. The assuredaccess from RMC plant shall be submitted within one month by the successfulbidder from the date of work order issued.

j. Details of works in hand (Proforma VII A & VII B) (original).k. Programme of work in the form of a Bar chart/PERT/ Mile stone chart.l. Financial & physical Milestones of various stages of the work during the contract

period.m. Signed copy of the addendum and corrigendum, if any.n. Organizational set up envisaged by the contractotrs.o. Plant & equipment proposed to be deployed for this work.p. Bid Capacity & Notarized undertaking on Rs.200/- Stamp paper stating there in that

the information given in respect of works completed/in hand is true and correct.q. Litigation history.(Proforma VIII)r. Declaration, XII Form ‘B’.s. Undertaking on Rs.200/- stamp paper in the given format in head 7.6

UNDERTAKING stating that bidder have offered the best prices for the work andthey have not quoted lower price for similar work to any other agency includingGovt./Semi-Govt agencies and also within M.C.G.M.

(The tenderer has to submit hard copies of documents uploaded in packet ‘A’ &packet‘B’ as when demanded by M.C.G.M. The tenderer shall note that the uploadedscanned copies shall be clear & readable.)

t. Indemnity bond on Rs 200 / stamp paper shall be submitted stating that,i) Contractor shall not claim any charges/damages/compensation for non availability

of site due to non removal of encroachments / delay in acquisition

Page 29: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

29

process/cancellation of work or part thereof as mentioned in special instructionsto tenderers.

ii) Contractor shall indemnify MCGM against any accident / untoward event on siteand any MCGM staff will not be held responsible, neighter MCGM will not bemade party in any litigation.

u. Undertaking cum Indeminity bond on Rs. 200 stamp paper in prescribed performaat 7.7of section- 7

v. Undertaking on Rs.200/- stamp paper shall be submitted that “the decision regardingany financial implications levied by Central / State government, post bid shall bedecided by Competent Authority of MCGM and shall be binding on us”.

NOTE:i) If the tenderer(s) withdraw tender offer during the tender validity period, his

EMD shall be forfeited.ii) 10% amount of the EMD of the tenderer shall be forfeited who fails to submit

the required documents in Packet ‘B” within stipulated time period

3.25 Packet “C” shall contain the following-(a) For Packet ‘C’ tenderer(s) will fill data in Item Data Tab in Service Line Item via

Details and quotes his percentage variation figures. (If entered ‘0’ it will betreated as par. By default the value is zero only).

(b) Demand draft of required amount for addl. Security deposit as per conditionencorporated in this tender (if rebate quoted is more than 12 %). The DD shallbe submitted physically in sealed envelope of the tender corresponding tohighest A.S.D. and certified copies of the same in sealed envelope of the othertenders shall be submitted physically. In case the A.S.D. submitted is morethan the percentage quoted by the bidder, then the percentage quoted shallprevail. Only one work will be awarded to one tenderer in E.S. S.W.D. works.With respect to e-tender notice. The tenderer shall also physically submit the Nilreport to this office in sealed envelope even though ASD is not applicable.Otherwise their offer will be treated as non-responsive.

(c) The tenderer quoting the rebate more than 15% or premium more than 15% onthe office estimated cost shall submit rate analysis for major items in B.O.Q. &NIL report shall be submitted even if the same is not applicable, in separatesealed envelope to this office as stated in e- tender notice.

NOTE:I) If the rate analysis submitted by the bidder is not found justified than 10%

of the EMD of the tenderer(s) shall be forfeited

3.26 For Physical submission of (b) above, same shall be put in a envelope, whichshall also be sealed and submitted as specified in Tender.

3.27 PROFORMA:

PROFORMA – I

The list of Civil Works construction business for similar nature of works i.e.constructing R.C.C. river / creek / nalla wall in Pile foundation 600mm dia. andabove with permanent M.S. liners for drainage of water including construction ofservice road along river / creek / nalla in Asphalt Concrete carried out during lastfive financial years i.e. since September 2009 –

Page 30: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

30

Name of theProject

Name of theEmployer

StipulatedDate of

Completion

Actual Date ofCompletion

Actual costof workdone

1 2 3 4 5

NOTE:1) Attested copies of completion as well as performance certificates

from the Engineer-in-charge of rank not below Assistant Engineer ofM.C.G.M or equivalent post in other Government / Semi-Governmentorganization, for each work should be annexed, self digitallyattested, scanned & uploaded.

2) Works shall be grouped financial year-wise.

PROFORMA-II

Annual turnover of Civil Engineering Construction Works of any one year during lastThree (03) financial years.Sr.No.

Financial Year Annual Turnover ofConstruction Works

Updated value tocurrent year

1 2 3 4

Note: - The above figures shall tally with the audited balance sheets submitted bythe tenderers duly certified by Chartered Accountant. self digitallyattested,scanned & uploaded.

PROFORMA – III

At least one work, pertaining to similar nature i.e. constructing R.C.C. river / creek /nalla wall in Pile foundation 600mm dia. and above with permanent M.S. liners fordrainage of water including construction of service road along river / creek / nalla inAsphalt Concrete of size as mentioned in the post qualification criteria during lastfive financial years, i.e. since September 2009.

Name ofthe Project

Nameof the

Employer

Costof the

Project

Dateof

issueof

workOrder

StipulatedDate of

Completion

ActualDate ofCompl--etion

Actualcostof

workdone

Remarksexplainingreasonsfor delay,

if any.

Cft.attached

1 2 3 4 5 6 7 8 9

Note: 1) Attested copies of completion as well as performance certificates from theEngineer-in- charge of rank not below Assistant Engineer of M.C.G.M orequivalent post in other Government/Semi-Government organization, foreach work should be annexed, self digitally attested, scanned & uploaded.

2) Works shall be grouped financial year-wise.

PROFORMA – IV

Quantity of three major items executed in work(s) which are alreadycompleted or achieved 75% progress (financial value as on the date of invitation oftender) of constructing R.C.C. river / creek / nalla wall in Pile foundation 600mm

Page 31: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

31

dia. and above with permanent M.S. liners for drainage of water includingconstruction of service road along river / creek / nalla in Asphalt Concrete, in thetime period equal to or less than the time period of this tender i.e. 20 months(excluding monsoon) in last five years, i.e. since September 2009.

Item Year Name ofthe Works

Name of theEmployers

QuantityExecuted

Remarks

1 2 3 4 5Excavation in hard

rockRCC concrete in M20

& above gradesSteel (HYSD) used for

RCC worksProviding and installingin position permanent

M.S. liners

Note: To be supported by requisite certificates from the Engineer-in-charge, selfdigitally attested, scanned & uploaded specifying the above mentioned quantitiesexecuted after August 2009.

PERSONNEL:PROFORMA – V

SrNo.

Post Qualification Minimum Nos. tobe deployed on

this Project.1 2 3 41 Site Engineers2 Quality Control Engineer3 Site SupervisorA notarized undertaking on Rs.200/- stamp paper shall be uploaded in

packet 'B' stating that "Quality Control engineer per work having experience ofworking in Material Testing Laboratory, will be appointed/ deployed on the work onaward of the contract."

NOTE: Attested copies of qualification certificates and details of workexperience shall be self digitally attested,scanned & uploaded.

MACHINERY

PROFORMA –VI /A

(A)The tenderer(s) shall own equipments or have assured access, in full workingorder, 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 Hydraulic Excavator(J.C.B.)/2 Dumpers/Tippers3 Hydraulic excavator(poclain)

Page 32: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

32

PROFORMA –VI/B

The tenderer(s) shall own or have assured access (through hire, lease, purchaseagreement (notorised) or other commercial means), in full working order, to theplant 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 R.M.C. Plant (computerised) Capacity 30

M.T. per hr.2 Vibratory Roller (Min 10 T)3 Concrete Pumps4 Transit Mixer5 Rock Breaker (with splitter machine)

Note: The tenderer(s) shall upload digitally signed requisite documents andnotarized undertaking on Rs. 200/- stamped paper stating therein that the tendererhas assured access (through hire, lease, purchase agreement (notarized) or othercommercial means) to the plants and equipments as stated above.The tendererhas to upload ownership documents of the machineries and equipments owned(i.e.R.C. Book,Purchase Invoice,Purchase Agreement). If the tenderer aquires theassured access from any other agency then the tenderer has to upload ownershipdocuments of that agency for the machineries and equipments owned by them (i.e.R.C. Book,Purchase Invoice,Purchase Agreement)including notarized consentletter of assured access on Rs 200/-stamp paper.

If assured access to R.M.C. is not available, in such cases a B.G. equivalent toRs.1.00 (One) Cr. shall be submitted physically in sealed envelop containingASD/Rate analysis/Nil Report and upload scanned copy in packet ‘B’. The assuredaccess from RMC plant shall be submitted within one month by the successfulbidder from the date of work order issued.

PROFORMA - VII / ADetails of Existing Commitments and ongoing works –

Description ofwork

Place Contract No. &Date

Name &Addresse

s ofemployer

Value ofContract in Rs.

Scheduled date ofcompletio

n

Value ofwork

remainingto be

completed

Anticipated date ofcompletio

n

1 2 3 4 5 6 7 8

PROFORMA - VII / BDetails of works for which bids are already submitted –

Description ofwork

Place Name &Addresses

ofemployer

Value ofContract

in Rs.

TimePeriod

Date onwhich

decision isexpected

Remarks

Page 33: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

33

1 2 3 4 5 6 7Note : Attested copies of certificates from the Engineer-in-charge of rank not below

Assistant Engineer of M.C.G.M or equivalent post in other Government/Semi-Government organization, for each work shall be annexed, self digitallyattested,scanned & uploaded.

PROFORMA - VIIIInformation on Litigation Hiostory in which the tenderer is involved. –

Otherparty(ies)

Employer Cause ofdispute

Amountinvolved

Remarks showingPresentstatus

Remarks

1 2 3 4 5 6

Note: Scanned self Attested duly digitally signed/attested copies,of the documents shouldbe annexed & uploaded.

e– TENDER OPENING AND EVALUATION

3.29 Deadline for downloading and Submission of E-Tender -a) e-Tender copy can be downloaded from the start date and time up to End Date

or within a time as mentioned in Header Data or Tender Notice. Online tenderscan be uploaded and submitted till End Date and time. During the Evaluation ofthe tender Packets, either the tenderers OR theirone authorized representativemay attend the procces.

b) The Tenderers/ Bidders (only those who have submitted online bids) have tosubmit sealed envelope containing ASD/Rate analysis/Nil report physically asspecified in tender notice. If it is found that, tenderer have not uploadedscanned copy of requisite E.M.D., then the tender shall be treated as non-responsive and list of such tenderer will be E-mailed OR Displayed on Noticeboard of the respective Divisions of Dy.ChE(SWD).

Once the Packet A(Eligibility criteria) opening date and time is reached Bidders BidTab gets activated, MCGM department (bid creator) or Tender evaluationcommittee members can log in with user ID and password, check the list of theBidders who have applied for the Bid Invitation in the “Bidders/Bid” tab.The TENDERER/CONTRACTORs who are having status as “Bid submitted” will beconsidered eligible for the Bid opening Process. MCGM selects Bid one by one forevaluation of packet A.

After packet A opening date and time, MCGM department can access thePrivate “collaboration” C folder area of the Bidders where they have uploaded theirtender relevant document in packet A as required by MCGM. Department will thenopen TENDERER/CONTRACTORs Packet A folder and download the documentssubmitted by TENDERER/CONTRACTOR in the Packet A. The ‘Tender EvaluationCommittee’ then scrutinize these eligibility documents. If the tenderer have notuploaded required documents other than

The tenderer(s) should upload all the required documents while uploadingthe tender.It is not binding on M.C.G.M. to call for required documents.If MCGMdesires then and then only short fall documents swill be asked from tenderer andtenderer has to submit it physically before the opening of Packet ‘C’ or as directedand if the tenderer fails to do so as stipulated, then 10% amount of the E.M.D paidby them shall be recovered & the tender shall be treated as non-responsive.

Page 34: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

34

On completion of this process the non responsiveTENDERER/CONTRACTORs are rejected in the e-Tendering system against theirrespective bids in the “Bidders/Bid” tab for eligibility criteria and list of rejected Bidwith reason for rejection will be displayed either at Divisional office or on MCGMportal or Emailed.

c) Bid Opening for Packet B and Bid Rejection:After completion of Evaluation of packet ‘A’(Eligibility criteria) opening

process when Date and Time of Packet ‘B’ opening reaches the MCGM departmentor Tender evaluation committee members then can accesses Packet B folder ofresponsive TENDERER/CONTRACTORs and download the documents submittedby TENDERER/CONTRACTOR in the Packet B. The authorized MCGM staff‘Tender Evaluation Committee’ then scrutinize these technical documents.

If the tenderer have not uploaded required documents in packet ‘B’, then thetenderer shall be intimated to comply with the said requirements within three daysby Email on their Email Id, / in writing as provided by them while registering. TheTenderers in reply Email can upload self attested digitally signed scanned copies ofthe Documents asked for and submit physically also.

And if the tenderer fails to do so as stipulated, then 10% amount of theE.M.D/SD paid by them shall be recovered & the tender shall be treated as non-responsive.

Once the scrutiny of technical documents are completed, the disqualifiedTENDERER/CONTRACTORs are rejected in the e-Tendering system against theirrespective bids in the “Bidders/Bid” tab for technical criteria failure and list ofrejected Bid with reason for rejection will be displayed either at Divisional office oron MCGM portal or Emailed. The 'C' packets (financial bid) of the only responsive/eligible tenderers /bidders will be opened there after as per the schedule.Non-responsive tenderers those informed by Email specifying the reasons cancollect the unopened Packet 'C'(physically submitted) from the Office.

d) Price Bid Opening Process:Bids which are technically qualified or responsive are evaluated for price

comparison once price bid opening i.e. Packet ‘C’ date and time is reached. Thesystem allows the MCGM users (Tender evaluation committee members) to startthis process of opening of price bid. The authorized employees (tender Evaluationcommittee members) with their user ID and Password will log in the system. Thesys- tem will generate and give a comparative statement showing list and details ofqualified TENDERER/CONTRACTORs with ranking based on the % (percentage)/commercial quote. If rate analysis by the bidders/Contractors quoting percentagerebate/premium more than 15% is not submitted, such bidders/contractors will bedisqualified from tendering/financial bid process. . If the tenderer(s) withdraw tenderoffer during the tender validity period, his E.M.D shall be forfeited. If tenderer failsto submit sealed envelope containing ASD/Rate analysis/Nil Report physically andfails to submit the price bid online, the entire amount of EMD shall be forefeited.

e) Any change in date & time of opening of Packet 'A, B & C' as specified in thetender notice, will be displayed either at Divisional office or on MCGM portal orEmailed.Bid opening authentication:

The price bids have to be opened in presence of three MCGM persons whoare authorized to approve the Price bid opening process.

Page 35: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

35

User IDs of these three Tender Evaluation committee members are assignedfor respective bid invitation number and these authorized MCGM Tender Evaluationcommittee members will enter their passwords simultaneously for authenticatingthis Price Bid Opening Process.

The Corporation reserves the right to reject all or any of the tender(s) withoutassigning any reason.

3.30 Process to be Confidential -Information relating to the examination, clarification, evaluation and

comparison of tender and recommendations for the award of a contract shall not bedisclosed to tenderers or any other persons not officially concerned with suchprocess until the award to the successful tenderer has been announced. Any effortby a tenderer to influence the Employer's processing of tenders or award decisionsmay result in the rejection of his tender, and his disqualification.

3.31 Examination of Tenders and Determination of Responsiveness -Prior to the detailed evaluation of tenders, the M.C.G.M. will determine

whether each tender -(a) Meets the eligibility criteria(b) Has been properly digitally signed.(c) Is accompanied by the required securities.(d) Is responsive to the requirement of the tendering uploaded documents.

3.32 A responsive tender is one, which confirms to all the terms, conditions andspecifications of the tendering documents,without material deviation orreservation.a material deviation or reservation is one-(a) Which affects in any way the scope, quality or performance of the work.(b) which limits in any way, the employer’s rights or the tenderer’s obligation underthe contract and inconsistent with tendering documents.(c ) Whose rectification would effect unfairly the compatative position of othertenderers presenting responsive tenders.

Mandatory RequirementsThe tender shall be rejected if the tenderers -i) Stipulates the validity period less than 120 days.ii) Stipulates his own condition/s.iii) Does not fill and Digitally signs the uploaded tender documents.iv) Does not submit adequate amount of Earnest Money Deposit and

Additional Security deposit in the form of D.D. for rebate, as per therelevant conditions in the tender within stipulated date and time period asmentioned in physical & online submission process above.

v) If Does not quote percentage in figures.vi) Does not submit/uploaded documents listed in Packet A & B.vii) Non submission of sealed envelope containing DD of ASD, B.G. if any, rate

analysis or NIL report on due date as mentioned in tender notice.viii) If tenderer fails to submit Packet ‘C’ online and sealed envelope containing

ASD and rate analysis or Nil report physically, the entire amount of EMDshall be forefeited.

Page 36: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

36

3.33 The tenderers shall note that -

(i) For detailed description of items, rates, units and the corresponding notes, thefollowing Fair Market Rate Schedules of MCGM in force at the time of invitation ofthe tender shall be referred to and be applicable - common schedule, road works,storm water drain works, bridge and building works, sewerage project andHydraulic Engineer dept.

(ii) Though tenders may not be rejected for non-compliance of any of other thanmandatory requirements, tenderers are liable for suitable action by way of scrutinyfee as penalty, as decided by Tender Committee.

(iii) The tenderer shall specifically note that his/ their registration class on the date ofsubmission of the tender will be considered for considering responsiveness of thetender.

(iv) In case of tenders having equal percentage from tenderer, the preference will begiven as below:-a) In case of contractors registered with M.C.G.M. and contractors registered with

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

b) On the basis of higher class (AA, A, B …..)c) If the class of tenderers is same, the preference shall be given to the tenderer

whose registration date in higher class stands ahead of the other.d) If the tenderers are registered in higher class on the same date, then the

preference shall be given to the tenderer whose registration stands ahead ofthe others in M.C.G.M. or to the tenderer who have higher registration invarious other categories.

e) In case of a tie between two or more Consortiums, the aforestated criteria shallbe applicable.

f) In case of a tie between a tenderer and a Consortium, the preference shall begiven to the tenderer.

(v) The tenderers who have been registered in M.C.G.M. and also in Govt.body ofMaharashtra and/or Central Government, then their class whichever higher will beconsidered for deciding eligibility criteria If any Tenderer fails to comply with any ofthe above mandatory conditions or fails to submit relevant information with thetender, it will be open to the department to call for necessary information/clarification / document from the tenderer before proceeding further with theevaluation of the bid within a period of 7 days from the date of opening of Packet 'A’& ’B’. In such a case, opening of Packet ‘C’ will be suitably differed. However, nochanges what so ever will be permitted on opening of Packet ‘C’.The documents can be certified by the Gazzetted Officer, or officers not below the

rank of Assistant Engineers / Administrative Officers of Municipal Corporation OfGreater Mumbai or practicing Notary approved by the Government of Maharashtraor Government of India with his stamp with or without a red seal clearly stating hisname & Registration number.In case of foreign contractors, the Consulate/ Embassy of that country shall certify

similar documents with photo identity.

3.34 Evaluation of TendersIn comparing tenders, efficiency and reliability of tenderer(s) and the eligibilitycriteria mentioned in the tender document shall be considered.

Page 37: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

37

3.35 Correction of ErrorsNo errors can be computed in online e-tendering. The SRM doesn’t consider it,therefore all the bidders / contractors should fill the online tender carefully afterreading all instructions given in tender document and confirming the informationwhich is uploaded on MCGM portal.

F - AWARD of CONTRACT

3.36 Award Criteria3.36.1 Notification of award will be issued in writing to successful tenderer(s). The contract

will be awarded to the lowest biding responsive tenderer(s) in conformity with thetender document.Prior to the expiry of the Tender validity, the Corporation will notify the successfultenderer(s) by letter / e-mail that his tender has been accepted. This letter hereinafter and in condition of contract called “The Letter of the Acceptance”. Notificationof Award will constitute the formation of Contract.

3.36.2 Corporation reserves right to accept/reject any or all tenders and to annul thetendering process at any time prior to award of contract, without thereby incurringany liability to the affected tenderer(s) or any obligation to inform the affectedtenderer(s) of the grounds for the Employer's action.

3.37 Signing of the Contract/Agreementa. Within 15 days of receipt of the Notification of Award (Letter of Acceptance), the

successful tenderer shall furnish the required Contract Deposit (2% of thecontract sum), and thereafter sign the form of Agreement along with alldocuments required for execution of contract.

b. The tenderers paying contract deposits in the form of Govt.Securities/Bonds/N.S.C. to the Municipal Corporation of Greater Mumbai shallhave to pay service charges and depositing/withdrawing charges on the facevalue of the securities for the entire period of deposit. The charges shall be paidin cash before submitting Securities/Bonds/N.S.C. etc.

c. All cost charges and expenses incurred in connection with this work (contract)including stamp duty registration charges and such other incidental charges ofthis agreement shall be borne by the tenderers.

Note:-In the event, the successful tenderer submit the aforesaid security deposit bysubmitting Bankers Guarantee from the Bank from the approved list ofM.C.G.M., the successful tenderer shall submit the Bank Guarantee afterpaying adequate stamp duty for the Bank Guarantee. No Bank Guaranteeshall be accepted without stamp duty paid by successful tenderer

3.38 Contract Deposit and Retention Money -

a) Within 15 days of receipt of the notification of award, the successful tenderer shallfurnish a Contract Deposit of required amount of the Contract Sum for faithfulcompliance of the work. The B.Gs. shall be from a Bank acceptable to theM.C.G.M. and shall be strictly in the prescribed proforma attached to tender. TheB.G.'s shall be kept valid till the completion of defect liability period. Penalty ofRs.500/- per day will be recovered till signing of agreement and furnishing the

Page 38: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

38

contract deposit at the discretion of Engineer of contract. If BG is not renewedwithin time a penalty at rate of 1% /day on BG amount will be imposed till date ofrenewal.

b) TOTAL SECURITY DEPOSIT:-CONTRACT DEPOSIT: 2% of the Contract Sum to be furnished within 15 days of receipt

of Notification of Award.RETENTION MONEY: 5% from the certified bill amount shall be deducted as retention

money on which no interest shall be paid.PERFORMANCE GUARANTEE: Performance Guarantee as tabulated below will have to

be paid & shall be valid till the defect liability period.

The performance guarantee will be in the form of deposit in addition toother prevailing deposits (i.e. 2% contract deposit and 5% Retention Money). Thisdeposit will be allowed in the form of Bank Guarantee and shall be paid within 8days after receipt of Acceptance Letter/e-mail but before issue of Work Order. In casethe contractor fails to give the Performance Bank Guarantee in given time, the EMDshall be forfeited. Total Deposit retained with MCGM shall be 15%, 27% or 37%respectively as per the coated percentage, till completion of Defects Liability Period,which comprise of 2% contract deposit, 5% Retention Money and PerformanceGuarantee as tabulated above. All B.G. in lieu of Performance Guarantee, Contractdeposit and against Retention Money will be accepted in broken period of minimum twoyears and same will be for entire DLP period (revalidated one month prior to every twoyears) or till finalization of final bill or settlement accounts of work by the contractor in allrespect whichever is later.

Note: A penalty of Rs. 10,000/- per day will be imposed, if the contractor fails to complythe same.

c) If the successful tenderer fails to comply with the requirement of the clause 3.38.a, itshall constitute sufficient grounds for annulment of the award and forfeiture of the 10%E.M.D .

d) The banks with their branches in Greater Mumbai and upto Virar and Kalyan have beenapproved for the purpose of accepting Banker’s Guarantee. (Please see the list ofBanks attached).

e) The bankers guarantee issued by branches of Approved Bank beyond Kalyan and Virarcan be accepted only if the Banker’s Guarantee is countersigned by the Manager of aBranch of the same Bank within the Mumbai limit categorically endorsing there on thatthe said Banker’s Guarantee is binding enforced against the said Branch of the bank incase of default by the tenderer(s) /supplier furnishing the banker’s guarantee

% Quoted Amount of Performance Guarantee

Any Premium and at par Nil

Upto 15% rebate 8% of Contract SumRebate from 15.01% to 20% 20% of Contract Sum

Rebate from 20.01% 30% of Contract Sum

Page 39: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

39

f) In the event if successful tenderer submits the aforesaid security deposit by submittingBanker’s Guarantee from the banks of the appointed list of MCGM, the successfultenderer shall submit the B.G. only after paying adequate stamp duty for the B.G shallbe as narrated under clause 3.38 b. No Bankers Guarantee shall be accepted withoutstamp duty paid by the successful tenderer.

3.39 Mode of Payment for Contractual Work :(a) It will be obligatory on the part of successful tenderer to get himself registered as

MCGM's vendor by paying necessary fees to MCGM by following due procedure.Contractors to open a Bank Account in the State Bank of India. All paymentsunder the contract will be made only on this Bank Account through ElectronicClearing System/ RTGS.

(b) In case of any lapse in maintainance, the penalties shall be recovered and ifnecessary the work shall be got done at the risk and cost of the contractor after theprescribed period. The said cost shall be recovered from the contract deposit /retention money or any other deposits, dues with MCGM. The contractor shall beliable to pay the excess cost if incurred, punitive damages and face penal action inthe case of insufficiency of the aforesaid amount.

3.40 Legal Charges, Charges for Bill Forms and Stationery –a. The successful tenderer shall pay the Legal charges as per Circular issued by

Legal Department of MCGM under no. 29 of 11/12/2013.It is compulsory for successful tenderers to pay requisite amount of stamp

duty on Bank guarantee & contract agreement..

It is compulsory for successful tenderers to pay requisite amount of stamp duty,Bank guarantee & contract agreement.

b. All costs, charges & expenses incurred in connection with this work (contract)including stamp duty, Registration charges & such other incidental charges of thisagreement shall be borne & paid by tenderers.

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

(a) Where the amount or value setforth in such contract does notexceed rupees 10 lakh

One hundred rupees stamp duty

(b) Where it exceeds rupees ten One hundred rupees plus one hundred

Sr.No. Nature of Documents Revised chargesin Rs.

Legal & stationary Charges onContract Agreement / ContractValue.

1 Upto Rs.300,000/- --2 Rs.3,00,001/- to 20,00,000/- 550/-3 Rs.20,00,001/- to 100,00,000/- 2200/-4 Rs.100,00,001/- + 5500/-

Page 40: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

40

lakhs rupees for every Rs. 1,00,000/- or partthereof, above rupees ten lakh subject tothe maximum or rupees five lakh stampduty.

(1) The successful bidder shall enter into a contract agreement with M.C.G.M within 30days from the date of issue of work order and the same should be adjudicated forpayment of stamp duty by the successful bidder.The stamp duty is also payable onBankers Guarantee.

(2) Further shortfall if any, in amount of stamp duty paid as against prescribed amountfor the documents executed in Mumbai City & Mumbai suburban District berecovered from the concerned work contractors and to deposit the deficit or unpaidstamp duty and penalty by two separate Demand Draft or pay order in favour of“Superintendent of Stamp, Mumbai” within 15 days from intimation thereof.

(3) All legal charges and incidental expenses in this respect shall be borne and paid bysuccessful renderer.

3.41 Additional Security Deposit -

a. The tenderes quoting rebate more than 12% of the office estimate shall haveto pay ASD for the entire amount calculated as per the formula given below:-

Additional Security Deposit=1 x (P/100) x office estimated costSubject to maximum of 10% of the estimated cost.Where ‘P’ = percentage rebate quoted on office estimated cost by thetenderer minus 12%.(i) The ASD shall be paid in the form of DD only.(ii) The DD of required amount as per the above formula must be submitted by the

tenderer only on the name of same Company under which he is quoting for thetender. The tenderer must also give the amount of DD, No. of DDs and thebank from which it is drawn along with the confirmation letter from theconcerned bank authorities for having issued the DD.

(iii) All DDs shall be in favour of Municipal Commissioner, Municipal Corportion ofGreater Mumbai.

iv) The ASD of successful tenderer shall be refunded only after successfulcompletion of work in all respect or on completion of the contract periodwhichever is later, subject to submission of Performance B.G. of 15%, 27% or37% respectively, as per the coated percentage, valid upto defect liabilityperiod.

b. Additional Security Deposit of all the responsive tenderers, other than successfultenderer will be refunded as under—

L-2 = Refunded after Standing Committee’s approval.L-3 = Refunded after Tender Committee’s recommendations to DL to MS.L-4 & Others = Before Tender committee’s meeting.

Page 41: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

41

G -General information3.42 Information regarding Classes –3.42.1 Classes classified in M.C.G.M with limits of works, standing

Deposit, amount of solvency prescribed for each class.

Class Works Limit Solvency Amount(Rs. in Lakhs)

Rs. Rs.AA Without Limit 60A Up to 3 Crores 30B Up to 1 Crores 20C Up to 50 Lakhs 15D Up to 25 Lakhs 10E Up to 10 Lakhs 5

3.42.2 Approved Banks -1. The following Banks with their branches in Greater Mumbai and upto Virar and

Kalyan have been approved only for the purpose of accepting Banker’s Guaranteefrom 1997-98 onwards until further instructions.

2. The Bankers Guarantee issued by branches of approved Banks beyond Kalyanand Virar can be accepted only if the said Banker’s Guarantee is countersigned bythe Manager of a Branch of the same Bank, within the Mumbai Limit categoricallyendorsing thereon that said bankers Guarantee is binding on the endorsing Branchof the Bank within Mumbai limits and is liable to be enforced against the saidbranch of the Bank in case of default by the contractor/supplier furnishing theBankers Guarantee.

(List of the approved Banks )(A) S.B.I. and its subsidiary Banks:1. State Bank of India. 5. State Bank of Patiala.2. State Bank of Bikaner and

Jaipur.6. State Bank of Saurashtra

3. State Bank of Hyderabad. 7. State Bank of Travancore

4. State Bank of Mysore. 8. State Bank of Indore.

(B) Nationalised Banks:9. Canara Bank 18. Oriental Bank of Commerce

10. Andhra Bank 19. Punjab National Bank

11. Bank of Baroda 20. Punjab & Sind Bank

12. Bank of India 21. Syndicate Bank

13. Bank of Maharashtra 22. Union Bank of India

14. Central Bank of India 23. Vijaya Bank

15. Dena Bank 24. UCO Bank

Page 42: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

42

16. Indian Bank 25. United Bank of India

17. Indian Overseas Bank 26. Corporation Bank

(C) Scheduled Commercial Banks:27. Corporation Bank 40. Jammu & Kashmir Bank Ltd.28. Bank of Madura Ltd. 41. Karnataka Bank Ltd.

29. Bank of Rajasthan Ltd. 42. Karur Vysya Bank Ltd.

30. Banaras State Bank Ltd. 43. Lakshmi Vilas Bank Ltd.

31. Bharat Overseas Bank Ltd 44. Nadungadi Bank Ltd.

32. Catholic Syrian Bank Ltd. 45. Ratnakar Bank Ltd.

33. City Union Bank Ltd. 46. Sangli Bank Ltd.

34. Development Credit Bank 47. South Indian Bank Ltd.

35. Dhanalakshmi Bank Ltd. 48. S.B.I. Commercial & Int. BankLtd.

36. Federal Bank Ltd. 49. Tamilnadu Mercantile BankLtd.

37. Indsind Bank Ltd. 50. United Western Bank Ltd.

38. I.C.I.C.I. Banking Corpn. Ltd. 51. Vysya Bank Ltd.

39. Global Trust Bank Ltd. 52. IDBI Bank Ltd.

D) Scheduled Urban Co-Op. Banks -53. Abhyudaya Co-op. Bank Ltd. 62. New India Co-op. bank Ltd.

54. Bassein Catholic Co-op. BankLtd.

63. North Canara G.S.B. Co-op.Bank Ltd.

55. Bharat Co-op. Bank Ltd. 64. Rupee Co-op Bank Ltd.

56. Bombay Mercantile Co-op.Bank Ltd.

65. Sangli Urban Co-op BankLtd.

57. Cosmos Co-op. Bank Ltd. 66. Saraswat Co-op Bank Ltd.

58. Greater Mumbai Co-op. BankLtd.

67. ShamraoVithal Co-op Bank Ltd.

59. Maharashtra State Co-op.Bank Ltd.

68. Citizen Bank Ltd.

60. Mumbai District Central Co-op.Bank.

69. Mahanagar Co-op Bank Ltd.

61. Janata Sahakari Bank Ltd. 70. Punjab & Maharashtra Co-op Bank Ltd.

(E) Foreign banks:71. A.B.N. Amro Bank (N.V.) 77. Barclays Bank

72. American Express Bank Ltd. 78. Citi bank N.A.

73. ANZ Grindlays Bank 79. Mitsui Taiyokbe Bank Ltd.

74. Bank of America N.T. & S.A. 80. Standard Chartered Bank.

Page 43: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

43

75. Bank of Tokyo Ltd. 81. Cho Hung Bank

76. Bank Indosuez 82. Hongkong & ShanghaiBanking Corporation

3.42.3 List of Approved Asphalt Plants:

Contractor shall arrange to bring asphalt mixes from approved plants registered withM.C.G.M., during the execution of the work. The valid list of approved asphaltplants at “the time of execution of works” to be obtained from theDy.Ch.Engineer (Roads)City office.The Municipal Site Engineer to ensure the validity of registration certificate ofasphalt plant and compliance of conditions laid down in the registration certificateissued to the asphalt plant owner before receiving asphalt mixes.

3.42.4 List of approved manufacturer of interlocking paver blocks

Contractor shall arrange to bring asphalt mixes from approved plants registered withM.C.G.M., during the execution of the work. The valid list of approved paverblocks manufacturers plants at “the time of execution of works” to beobtained from the Dy.Ch.Engineer (Roads)City office.The Municipal Site Engineer to ensure the validity of registration certificate ofasphalt plant and compliance of conditions laid down in the registration certificateissued to the asphalt plant owner before receiving asphalt mixes.

3.42.5 List of approved R.M.C. Plants

Contractor shall arrange to bring RMC mixes from approved plants registered withM.C.G.M., during the execution of the work. The valid list of approved R.M.C.plants at “the time of execution of works” to be obtained from theDy.Ch.Engineer (Rds) E.S.'s office.The Municipal Site Engineer to ensure the validity of registration certificate of RMCplant and compliance of conditions laid down in the registration certificate issued tothe RMC plant owner before receiving RMC mixes.

3.42.6 LIST OF THE APPROVED MANUFACTURERS FOR SUPPLYING M-35GRADE PRECAST KERB STONES AND WATER TABLES

Sr.No.

Name & Address of themanufacturer

Location of RMC Plant/Place of manufacturing

1. M/s.Surface Road Constructions,D-30/004, Yogi Vaibhav CHS Ltd.,Yogi Nagar, Eksar Road,Borivali ( W),MUMBAI – 400 091.Ph.No.30903429/9821277744

Plot No.472,Opp. Text Tube Factory,Nr. Garuda Petrol Pump,Charkop Industrial Estate,Kandivili (W),MUMBAI – 400 091.

2. M/s. Unity Infraprojects Ltd.1252, Pushpanjali Apartment,1st floor, Old Prabhadevi Road,Prabhadevi,MUMBAI-400025.

MMRDA Plot, Phase IV,Wadala Truck Terminal,Wadala,MUMBAI - 400 034.

Page 44: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

44

3. M/s.Magnum Const.C-107, Shyamkamal,Agarwal Market,Tejpal Road,Vile Parle (East),MUMBAI- 400 057.

Behind Diamond Ind. Estate,Ahead of Dahisar Toll Naka,Ketkipada,Dahisar (E),MUMBAI-

4. Relcon Infraprojects Pvt. Ltd.,105/C, Shyam Kamal, 1st floor,Agarwal Market,Vile Parle (East),MUMBAI- 400 057.

BEST Plot, Kandarpada, Dahisar (W),Mumbai,

5. M/s. Shree Constructions,8/44, Vineet Nagar,Cotton Green,MUMBAI- 400 033.

Tembhode village,New Panvel,Dist. Raigad

Note : The valid list at the time of execution of works can be obtained from theDy.Ch.Eng. (Roads) E.S.'s office.

3.42.7 LIST OF THE APPROVED MANUFACTURERS FOR SUPPLYINGM 25 GRADE PRECAST FRAME & COVERS AND M 35 GRADE ROADDIVIDERS (CENTRE MEDIAN)

Sr.No.

Name & Address of the manufacturer Location of RMC Plant/Place of manufacturing

1. Relcon Infraprojects Pvt. Ltd.,105/C, Shyam Kamal, 1st floor,Agarwal Market,Vile Parle (East),MUMBAI- 400 057.

BEST Plot, Kandarpada,Dahisar (W), Mumbai,

2. M/s.Shree Constructions,8/44, Vineet Nagar,Cotton Green,MUMBAI- 400 033.

Tembhode village,New Panvel,Dist. Raigad

Note :The valid list at the time of execution of works can be obtained from theDy.Ch.Eng. (Roads) E.S.'s office.

LIST OF THE APPROVED MANUFACTURERS FOR SUPPLYING FRP / GRPFRAME & COVERS

Sr.No.

Name & Address of themanufacturer

Brand Name

1. M/S Thermo Poly Products (I) Pvt Ltd,Ameza plaza, C-302, 3rd floor, plot no52,Sector 15, CBD belapur,New Mumbai – 400614.

Thermodrain

Page 45: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

45

2. M/S Titan Enterprises,44, Khanna Construction House,East wing 2nd floor, above floraChinese restaurant,AGK road, Worali, MUMBAI-400018.

Everplast

3. M/S Parshwanath Concrete,Shop No. 5, Shivom Co Op Hsg Soc,Opp Greater Bombay Co Op Bank,Ratan Nagar,Borivali (E), Mumbai.

Parshaw

Note : 1) The validity of the list of approved manufacturers shall be confirmed fromDy.Ch.Eng. (SWD) PC.'s office at the time of execution of works.

2) List of approved Banks/ Paver block manufacturers/ Asphalt Plants/R.M.C. Plants etc. have been attached to this document. However,M.C.G.M. reserves right to modify these lists.

3.42.8 List of Dumping Grounds – No dumping ground will be made available byM.C.G.M for disposal of disilted/excavated/demolished materials.

Note: The contractor appointed for Municipal works shall make his ownarrangement for disposal / unloading C&D waste, silt, excavated earth generatedat the time of carrying out municipal work either on the abandoned quarry / landin Mumbai city/Thane or New-Mumbai or on a private land, where the permissionis granted by the concerned authority. This C&D waste will not be permitted tounload at MSW dumping ground unless it is required by the operator andpermitted by A.M.C(City). On the basis of this condition the Contractor shall getthe Debris-Management plan approved prior to the commencement of actualwork. In case of non-adiding with said condition, heavy penalty will be imposedas per the Greater Mumbai Clealinesss and Sanitation Byelaws 2006, whichmay finally lead to termination of contract (Condition imposed as per circularU/no. Dy.Ch.E/2591/SWM/Project dtd 03/02/2008).

Rates of testing fees and quantity of samples for tests as approved

Sr.No.

Description of test Reference Standard Rate inRs.per test

Quantity ofsample

requiredA AGGREGATES(COARSE & FINE)1 Sieve Analysis(dry)/

Fineness ModulusIS 2386:Part I-1963IS 383-1970, MORTh-4th Revision, 2001

440 20 Kg.

2 Silt Content 550 2 Kg.3 Specific Gravity IS 2386:Part III-1963 500 1 Kg.4 Impact Test IS 2386:Part IV- 1963,

MORTH- 4th Revision2001

550 10 Kg.5 Crushing Value/10%

Fine Value660 10 Kg.

6 Los Angeles AbrasionValue

990 10 Kg.

Page 46: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

46

7 Water absorption IS 2386:Part III- 19634th Revision 2001

500 1 Kg.

8 Flakiness Index IS 2386:Part I- 19634th Revision 2001

440 10 Kg.9 Elongation Index 440 10 Kg.

10 Combined Flakiness &Elongation Index

880 20 Kg.

B ASPHALT

11 a)Asphalt Macadam/Bituminous Macadam,Asphalt Mixes(Extraction & gradation)

IRC 27-1967 850 7 Kg. SeeNote-2

b) Seal Coat (Extraction& Gradation)

SpecificationMORTH-2001

850 3 Kg. SeeNote-2

12 Binder Course(Extraction GradationDensity, Voids)

Specification 1210 7 Kg. SeeNote-2

Sr.No. Description of test Reference Standard Rate in

Rs.per testQuantity of

samplerequired

13 Asphalt Concrete/ BituminousConcrete/ DenseBituminousConcrete/PolymerModified Binder (PMB)/Crumb Rubber ModifiedBinder(CRMB)(Extraction, Gradation,Density, Voids, FlowValue, Marshall Stability.

IRC 29, MORTH2001, IRC-SP-53-1999

2150 7 Kg. SeeNote-2

14 Mastic Asphalt(Extraction, Gradation,Hardness No)

IS 5317-1987IS 1195-1978

1100 2 specimeneach of 10 cmdia or 10 cm

square2.5/thick cm.

15 Field density of AsphaltMixes/Soil

IS 2720:Part 28 1974(Reaffirmed 1995)

1210.00 forfirst test

610.00 eachaddl.Test.

.

16 Specific Gravity ofbitumen

IS 1202-1978 610 2 Kg. SeeNote-8

17 Penetration test ofbitumen

IS 1203-1978 610 2 Kg. SeeNote-8

Page 47: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

47

18 Softening test ofbitumen

IS 1205-1978 850 1 Kg. SeeNote-8

19 Job Mix Formula forAsphaltic Mixes

Asphalt InstituteManual MS-2

11000 25 Kg coarseaggregate,25Kg Fineaggregate,10Kg filler,5 Kg.bitumen

20 Presence ofAntistripping agent

CRRI Specifications 500 1 Kg bitumenfrom Plant(sealed)

21 Effectiveness ofAntistripping agent

850 1 Kg. in widemouth bottle

22 Ductility test of bitumen IS 1208-1978 850 1 kg.in widemouth bottle

23 Flash Point & Fire Point ASTM 500 1 kg.in widemouth bottle

24 Loss on heating, ThinFlim Oven Test

IS-1212 850 1 kg.in widemouth bottle

25 Elastic Recovery of halfthread in Ductilometer at15 o C on PMB/CRMB

IRC:SP:53:2002 850 1 kg.in widemouth bottle

C SOILS26 Specific Gravity IS 2720:Part 3-1980 500 1 Kg.27 Bulk density 310 2 Kg.28 Natural Moisture

ContentIS 2720:Part-2 1973 240 2 Kg. See

Note-9

Sr.No. Description of test Reference Standard Rate in

Rs.per testQuantity of

samplerequired

29 Liquid Limit IS 2720-: Part 17-1985 440 10 Kg.30 Plastic Limit 44031 Void ratio(Density & Sp.

Gravity)440

32 Standard Proctor Test IS 2720: Part 7-1980 1210 20 Kg.33 Modified Proctor Test IS 2720: Part-8 1980 1210 20 Kg.

34 Laboratory C.B.R. Test IS 2720: Part 16-1987 1820 25 Kg.35 Dry Sieve Analysis IS 2720: Part 15-

1980360 25 Kg.

36 Field C.B.R. Test IS 2720:Part 31, 1990 1210.00 forfirst test andRs.610.00for eachaddl.test

Page 48: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

48

37 Site visit for S.B.C. ---- 1210.00 forfirst pit andRs.610.00for eachaddl.pit

38 Energy criteria Test forpiles.

…. 1210.00 forfirst pit andRs.610.00for eachaddl.pit

D BUILDING MATERIALS

CEMENT

39 Cement (Initial & FinalSetting time,Compressive Strength)

IS 269, IS 8112, IS12269

1540 7 Kg. SeeNote-6

BRICKS

40 (a) Bricks (Set of Ten)(Compression Test,Absorption Test)

IS 1077-1986 1100 10 Nos.

STEEL

41 Steel bars (6 mm dia to20 mm dia) (Area onWeight basis, YieldStress/0.02% ProofStress, Ultimate TensileStrength % Elongation)

IS 432-1986IS-1786-1985

990 60 cm. seeNote 1 (c)7

42 Steel bars (above 20mm dia ) (Area onWeight basis, YieldStress/0.02% ProofStress, Ultimate TensileStrength % Elongation)

1210 60 cm. seeNote 1 (c)7

Sr.No. Description of test Reference Standard Rate in

Rs.per testQuantity of

samplerequired

CONCRETE

43 Concrete Cube(Compressive Strength

IS 456-2000, IS 516-1959

500 3 Nos. SeeNote 1(c )

44 Concrete Beam(Flexure Test)(10x10x50 Cm)

IS 456-2000, IS 516-1959

660 3 Nos. SeeNote 1(c )

Page 49: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

49

45 Concrete Beam(Flexure Test)(15x15x70 Cm)

660 3 Nos. SeeNote 1(c )

TILES

46 Tiles (Absorption Test) IS 41237IS-13801-1985

610 6 Nos. foreach test

47 Tiles (Wet TransverseStrength Test)

IS-1237-1980IS-13801-1993

610 6 Nos. foreach tes

48 Tiles (Abrasion Test) IS 13630 Part-12-1993 1210 See NoteNo.14

WOOD49 Wood(Moisture

content)IS 287-1993(Reaffirmed 1998)IS 11215-1991

500See NoteNo.13

CORES

50 C.C.Road Core(Compression Test)

IS 456-2000IS11215-1991

2420.00 percore

----

R.C.C. COVERS51 R.C.C. Cover & Dhapa

testingIS 12592-Part-I 1998 500 Each see Note No-

17R.C.C. PIPES(Hume Pipes)

52 Hume pipe testing IS 3597-1998(Reaffirmed 2001), IS458-1988(a) Upto 600 mm dia 2150.00 per

pipeMinimum Onepipe of Eachdia.per Lot.(b) Above 600 to 900

mm dia2420.00 per

pipe(c) Above 900 mm dia 2750.00 per

pipeCONCRETE PAVING BLOCKS

53 Paver Blocks (As perRoad Dept.,requirement )

BS 6717-1993ASTM C936IS 1237BS 6717-2001(a) Compressive test 460 Up to 3 nos.

(b) Water absorptiontest

550 Up to 3 nos.

(c) Flexure test 500 Up to 3 nos.

Sr.No. Description of test Reference Standard Rate in

Rs.per testQuantity of

samplerequired

54 Paver Blocks (As perRoad Dept.,requirement)

IS-15658

Page 50: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

50

(a) Water absorptiontest

610 3 Nos.(seenote no.19)

(b) Compressive test 1210 8 Nos.(seenote no.19)

(c) Flexure test 1210 8 Nos.(seenote no.19)

(d)Tensile Splitting test 1210 8 Nos.(seenote no.19)

(e) Abrasion Test (Dry orwet condition)

1210 8 Nos.(seenote no.19)

OTHER CHARGES55 Duplicate additional

copy of test report notolder than 5 years

30.00 percopy

Note: The aforesaid Testing charges are as per Circular issued by Ch.E (Vig) U/noCh.E(V)/42/B dtd 07/04/2012. The notes mentioned are as per circular.The rates mayvary as per circular issued in this reagrd by Ch.E (Vig) of MCGM from time to time.

Page 51: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

51

SECTION - 4GENERAL CONDITIONS

OFCONTRACT

Page 52: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

52

4. GENERAL CONDITIONS OF CONTRACT

Copies of General Conditions Contract :

Copies of General Conditions of Contract (G.C.C.) effective from 01.04.2000 are

available in the office of the Dy.Chief Engineer (SWD) City / Western / Eastern

Subs. in office hours on payment of Rs. 1000/- + 5% VAT in cash for each.

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.

If it is observed that Contractors carrying out the work fail to comply with the

instructions given by the A.M.C./M.C. during execution of work twice, the work shall

be deemed to have been terminated and will be carried out at the risk and cost of

the Contractors and penal action will be taken against them. This decision shall not

be arbitrable at all.

The above condition will be in addition to the relevant conditions in General

Conditions of Contract (G.C.C) regarding cancellation of full or part of the work,

finality of the decisions on the disputes, differences or claims raised by the

Contractors relating to any matter arising out of the contract.

TOTAL SECURITY DEPOSIT-

CONTRACT DEPOSIT: 2% of the Contract Sum to be furnished within 15 days of receiptof Notification of Award.

RETENTION MONEY: 5% from the certified bill amount shall be deducted as retentionmoney on which no interest shall be paid.

PERFORMANCE GUARANTEE: Performance Guarantee as tabulated below will have tobe paid & shall be valid till the defect liability period.

The performance guarantee will be in the form of deposit in addition to otherprevailing deposits (i.e. 2% contract deposit and 5% Retention Money). This deposit

% Quoted Amount of Performance Guarantee

Any Premium or at par Nil

Rebate upto 15% 8% of Contract Sum

Rebate from 15.01% to 20% 20% of Contract Sum

Rebate from 20.01% 30% of Contract Sum

Page 53: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

53

will be allowed in the form of Bank Guarantee and shall be paid within 8 days afterreceipt of Acceptance Letter/e-mail but before issue of Work Order. In case thecontractor fails to give the Performance Bank Guarantee in given time, the EMD shallbe forfeited. Total Deposit retained with MCGM shall be 15%, 27% or 37% respectivelyas per the coated percentage, till completion of Defects Liability Period, whichcomprise of 2% contract deposit, 5% Retention Money and PerformanceGuarantee as tabulated above. All B.G. in lieu of Performance Guarantee, Contractdeposit and against Retention Money will be accepted in broken period of minimum twoyears and same will be for entire DLP period (revalidated one month prior to every twoyears) or till finalization of final bill or settlement accounts of work by the contractor in allrespect whichever is later.Note: A penalty of Rs. 10,000/- per day will be imposed, if the contractor fails to comply

the same.

Note:- The clause the 73(a) and 73 (b) of G.C.C. for Civil Works which now will be stands

modified as described below:-Amended provisions of G.C.C.

73(a)(i) Rates for excessThe contractor shall arrive at the rates after carefully preparing the rate analysis taking into

consideration site conditions. For increase up to any limit during the contract period over

the quantity shown in the Bill of Quantities shall be paid at the rate mentioned in the Bill of

Quantities by adding or subtracting the percentage quoted by the contractor.

73(a) (ii)In case of item rate tender the price shall be worked out as per 73(b) (iv)

73(b) Rates for extraRates for such additional, altered or substituted item of work shall be determined as follows :-

(i) If rate for such additional, altered or substituted item of work is specified in the Bill

of Quantity and rates, the contractor shall carry out the additional, altered or substituted

item at the same rate mentioned in the Bill of Quantities by adding or subtracting the

percentage quoted by the contractors.

(ii) If the rate for any additional, altered or substituted item of work is not included in the

Bill of Quantity and rates but if such item exists in the relevant Fair Market Schedule

applicable at the time of invitation of tender, such item of work shall be carried out at

the Fair Market Schedule rates applicable at the time of tender by adding or subtracting

the percentage quoted by the contractor.

(iii) If the rate for any additional, altered or substituted item of work is not included in the

Bill of Quantity and rates and if such item of work does not exist in the relevant Fair

Marked Schedule applicable at the time of invitation of tender, such item of work shall

be carried out at the relevant Corporation’s Fair Market Schedule rates prevailing at

the time of extra work subject to deducting the rebate quoted by the contractor. If

however, the contractor has quoted premium, such item of work shall be paid “at par”.

Page 54: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

54

(iv) If the rates for any additional, altered or substituted item of work cannot be

determined in the manner specified in (i), (ii) and (iii) above, then the contractor will be

paid at such fair and reasonable rates as worked out by the Engineer on the basis of

material, labour and operations of construction equipment required to execute the item

and allowing 15% cover profits and overhead charges

Minimum amount to be withheld in Final Bill

Sr. No.Amount of

Contract CostMinimum amount to be withheld in Final Bill

1 Upto Rs.5 Crs. Rs. 10 Lacs or Final Bill amount whichever is more.

2 Upto Rs.25 Crs. Rs. 1 Crs. or Final Bill amount whichever is more.

3 Upto Rs.50 Crs. Rs. 2 Crs. or Final Bill amount whichever is more.

4 Upto Rs.100 Crs. Rs. 4 Crs. or Final Bill amount whichever is more.

5More than Rs.100

Crs.Rs. 7 Crs. or Final Bill amount whichever is more.

Page 55: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

55

SECTION - 5SPECIAL

CONDITIONSOF CONTRACT

Page 56: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

56

5 - SPECIAL CONDITIONS OF CONTRACT

1. The Tenderer/ Contractor shall note that this contract envisages following works ingeneral-

a. Widening of Mahul Creek as per recommendations of BRIMSTOWAD.b. Training of Mahul Creek by construction of R.C.C. retaining wall as per design

given R.C.C. Consultant M/s.Technogem Consultants Pvt. Ltd.c. Construction of service road and the R.C.C. retaining wall can be taken after

removal of encroachment and acquisition of land wherever necessary.d. Construction of S.W.D. along service road.e. Desilting of Mahul Creek during period 2015-16 and 16-17.f. Construction of cross-drainage works / culverts discharging to Mahul Creek by

obtaining requisite R.C.C. design from consultant if required.g. Any unforeseen work, if arises, related to catchment area.

h. Contractor has to make arrangement for own dumping.

2. The representative of the Engineer for this work will be from the offices ofrespective Dy. Chief Engineer (SWD) E.S.

3. Detailed plans will be available for inspection in the office of respective DeputyChief Engineer (SWD) E.S.

4. The contract period is including period required for mobilization, procurement ofmaterial, traffic permission, NOC from Land owning authorities, also other requiredpermission viz. erection of site office etc. and shall be reckoned from the date ofissue of work order.

5. The Contractor should simultaneously work at number of places or more andcomplete the work within contract period.

6. The contractors will have to obtain permission from the land owner/Land owningauthorities etc., well in advance before commencement of work through theirpremises for execution of the work by displaying appropriate boards. The work maybe required to be executed in phases as per respective authority permission. Thecontractors should therefore take this factor in to account while quoting.

7. Programme of work: If at any stage the previously approved programme is requiredto be modified the contractors 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 asdirected the tenderer do so without claiming any extra payment. The programmeshall be reviewed periodically and rescheduled as directed.

8. All material required for the work can be stacked near the site of work in suchmanner so as not to cause any inconvenience to the pedestrian and vehiculartraffic. If no space is available on site then tenderer shall make his own

Page 57: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

57

arrangement for stacking of material etc. No extra payment will be made on thisaccount.

9. The Contractor shall maintain smooth flow of storm water in nalla/ S.W.D throughout contract period by way of desilting as directed and it is payable.

10. No extra payment shall be admissible for dewatering the trenches, carrying thematerial by head load transport or approaches to the work site, Coffer Dam etc.

11. The contractors will have to obtain water connection for drinking purposes as perconditions in G.C.C. Extra water required for construction purposes will have to bebrought by the contractors at his own cost and no extra claims on this behalf will beentertained.

12. The Tenderer/ Contractor shall note that first class quality of material &workmanship is expected.

13. Quantities of all items provided in the B.O.Q. may not be required to be executeddepending upon the site conditions. The tenderer shall not be entitled for anycompensation on this account. Before starting the work Tenderer shall consult withthe Site Engineer and shall take actual measurements on the site for procurementof material.

14. The Tenderer shall procure all material required for the work form manufacturerswith (ISI) certificates and according to M.C.G.M. specifications wherever applicable.Tenderer shall submit manufacture’s test certificate accordingly

15. The contactors will have to work during night time also if required no extra claims inthis regard will be entertained.

16. For minor details of R.C.C. work and whenever any modification is desired samehave to be done according to the R.C.C. code of the M.C.G.M./ I.S. code and asdirected by the Engineer-in-Charge

17. Tenderers should note that the measurements for the excavation items will not betaken for whole quantity of the excavation from the ground level up to the depthspecified but will be taken for the quantity excavated between the specified depthsonly.

18. It is mandatory for the Contractors to open a Bank Account in the State Bank ofIndia. All payments under the contract will be made only on this Bank Accountthrough Electronic Clearing System./RTGS. The Contractor will have to submitVendor Registration No. after registering with M.C.G.M. No payments will bereleased till then.

19. The successful tenderer will have to make his own arrangement at his cost for theElectric power supply required for the work either by taking connection fromReliance energy Ltd./ M.S.E.B. / B.E.S.T. / TATA or arrange his own generators.

20. Tenderer shall have to obtain all the permissions of the concerned authoritiesoutside/ inside the M.C.G.M. required for carrying out the work. Onlyrecommendatory letters will be issued by M.C.G.M. if required and the contractor

Page 58: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

58

shall appoint liaison officer for persuring matters with the MMRDA, MRPDA,concerned Dy. Collector (Ench), concerned municipal authorities, City Surveyoffice, Relince Energy, Tata power or any other concerned offices for expiditiangencroachment / hurdles removel work from the aligment of Mithi River.

21. If due to small quantity of concrete (Less than 10 Cu.m.) or if concrete is not to beused as structural concrete nominal mix of equivalent strength may be made on siteby the permission of Engineer, not below the Executive Engineer. However, rebateof Rs. 100/- per Cu. m shall be taken for non-using the mix design.

22. Contract Labour (Regulation and Abolition act 1970) : The Tenderer (s) shouldspecifically note that the successful tenderer shall have to strictly comply with allthe statutory requirement under the provision of the Contract Labour (Regulationand Abolition) Act 1970 and with the Maharashtra State Contract labour(Regulation and Abolition) Rules 1970 and indemnify the Corporation against anyclaim (s) whatsoever. Successful Tenderer should obtain Registration Certificatefrom Labour Commissioner.

23. The Noise level shall be maintained within the permissible limit in silent zone areaduring construction activities by the contractor as per the notification dated14/01/2000 issued by the Ministry of Environment and Forests.( Condition isincluded as per circular U/no. C.E/PD/7788/I dated 07/11/2008)

24. List of approved Banks/ Paver block manufacturers/ Asphalt Plants/ R.M.C. Plantsetc. have been attached to this document. However, M.C.G.M. reserves right tomodify these lists.

25.1 All the asphalt works required to be done under the captioned contract shall be gotexecuted with the specified asphalt mixes manufactured in M.C.G.M. approvedasphalt plants only.

25.2 All the Paver blocks/ Kerb stones/ Water tables/ Frame & covers required for theworks to be carried out under the captioned contract shall be procured from thespecified manufacturers registered with M.C.G.M. only.

25.3 The R.M.C. works required to be done under the captioned contract shall be gotexecuted with the specified R M C mixes supplied by M.C.G.M. approved R.M.C.plants

25.4 The Mastic Asphalt work will be got done through the specialized agencies havingexpertise in Mastic Asphalt work.

26. The full time services of the Personnel Team of the contractor is mandatory duringthe entire period of the project.

27. The site shall be cleared by removing all surplus material on or before 31st May ofevery year.

28. All the excavated material belongs to the Municipal Corporation of Brihan Mumbai& therefore shall be the property of Municipal Corporation of Brihan Mumbai. It will

Page 59: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

59

be mandatory on the part of contractor to use this material in the execution of worksunder contract if the quality of material available is as per the specification.The tenderers will have to make their own arrangement of plot for disposal ofexcavated material /desilted materials /silt /debris etc., in case of non availability ofMunicipal dumping, for which shortest route will be considered for payment oftransportation charges as per actual distance within Municipal limit. The paymentwill be restricted to the shortest distance upto the Municipal limit for the plotidentified outside the Municipal limit.The Tenderers will have to submit the list of locations for depositing the excavatedmaterial /desilted materials /silt /debris etc., with Propoer permission / NOC of plotowner within seven days from the issue of work order, in case of failure to do so50% of EMD will be encashed / forfeited by MCGM, which shall be noted.The tenderer is sole responsible to obtain all necessary permissions from Govt. orany other organization for disposal of excavated material /desilted materials /silt/debris etc. on private plot. Tenderers will have to make their own arrangement forleveling, rolling, transportation of excavated material /desilted materials /silt /debrisetc. within the dumping plot at their own cost. All the necessary charges includingtoll, etc. will have to be borned / paid by the Tenderer. Any dispute /litigationregarding dumping on private plot is the sole responsibility of tenderer and MCGMshall not be party for that in any case. The Tenderers will have to submit anindemnity bond regarding the same within seven days of aceeptance of work order.The necessary ownership documents of private plot as required / as insisted byMCGM shall be submitted.The successful tenderer / contractor will have to install Vehicles Tracking System(VTS System) for vehicles transporting excavated / desilted materials/silt at theirown cost. The payment for transportation charges, as explained above, will bemade only if VTS system is working also an indemnity bond is required to be givenby the contractors within seven days of acceptance of work order.Considering the above, tenderers shall quote their percentage accordingly.

29. The contractor should note that during the execution of the work, debris etc, dumpedon the public streets / places will have to be removed immediately after completionof the work as per direction of the Engineer failing which the same will be gotremoved at their risk and cost.

30. The work will be treated as completed only after cleaning the site in all respect aftercompletion of the work.

31. Tenderer should maintain the asphalt road stretches after reinstatement in trafficworthy conditions during monsoon free of cost by using asphalt mixes during thecourse of work.

32. The contractors shall display the boards giving information of name of the work,date of starting completion, Name of the department and contact telephonenumbers.

33. The contractors shall take photographs of site during contract period. ThePhotographs should be so arranged in the Register that original site position, workin progress position and finished site position of the same location should be vis-à-vis. The register should be duly signed by engineer-in-charge and contractorfortnightly.

Page 60: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

60

34. On Completion of the work, the contractors shall furnish free of cost 2 sets of finalcompletion drawings in AutoCAD along with the soft copy in CD, showing all thedetails checked and signed by the Engineer within 2 months of completion ofworks. The payment of final bill shall be made to the contractors after receipt ofabove sets. In case the contractors fail to submit the completion drawings, thesame shall be got done through outside agency and cost of the same shall berecovered from the contractor along with the penalty of Rs. 5,000/- per drawing(applicable for only identified works.)

35. All trenches taken in connection with the work should be sufficiently barricaded, asspecified. If barricading is not provided a penalty of Rs. 1000/-per day for every10.0 m stretches will be imposed.

36. Tenderers should note since the work is to be completed expeditiously the workshould be in progress at several points along the length of the nalla. The contractorshould put in sufficient resources so as to ensure that the work is completed withinthe prescribed time period. Time is the essence of the contract. For this purpose,the tenderers may be required to submit a PERT CHART / Time V/s Cost Chart / L-Section of Road showing the proposed schedule on which basis they intend toexecute the work within the prescribed time period. The contractor will have tosubmit BAR CHART, PERT Chart within 15 days from the issue of work orderfailing which a penalty of Rs. 2000/- per day will be imposed to the contractors.

37. a) The quantities mentioned in the Bill of Quantities have been worked out by addingthe estimated quantities for each individual length of work mentioned in the tenderdrawing.

b) Any excess or saving in any item will be considered on total quantities included inthe Bill of Quantity of that item in the tender documents.

38. The contractors should carry out if required any minor works pertaining to S.W.D.works, as may be decided by the Engineer-in-charge any where in the ward limitwhere the work is in progress under contract at the rates included in the Bill ofQuantities of the above work with his percentage quoted.

39. Contractor should remove cofferdams constructed along / across the nallabefore 15th May or as and when directed by engineer to keep the flow of stormwater in the nalla unobstructed.

40. The contractors are also required to reconstruct the cofferdam if required / directedby the Engineer to complete the balance work. No extra payment on this accountwill be made.

41. The proposed width for excavation of trenches for various sizes of pipes will be asshown in table at Condition No.6.5.2.

42. R.C.C. pipes to have used on site shall be as per specifications mentioned in theTender and shall be procured from the Company Registered with M.C.G.M.

43. PENALTY CLAUSES:-

43.1 Penalties:

The Engineer not below the rank of Assistant Engineer is entitled to impose apenalty of Rs. 2500/- per day for each defective work/lapse, disobedience of orders

Page 61: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

61

of the officer not below the rank of Site Engineer. Penalty amount will be recoveredform contractors running bill.This penalty is over and above Penalty mentioned under G.C.C. clause No. 100.If itis observed that, the contractor carrying out the work fails to comply with theinstructions given by the authorities at the A.M.C./M.C.'s level during execution ofwork twice, the work will be terminated and will be carried out at the risk and cost ofthe contractor and penal action will be taken against them. This decision will not bearbitrable at all.The abovementioned condition will be in addition to the provision of relevantcondition in the General Condition of contract.

43.2 Respect for work dates:

Time is the essence of the contract and the work dates decided by the MCGM shallbe binding on the Bidder. No variation of scheduled dates shall be permitted exceptin exceptional cases for which prior written authorization from MCGM is necessary.In the event of any delay on the part of the Bidder to adhere to the Contract, MCGMshall be entitled at its option to recover from the Bidder as agreed liquidateddamages which shall not be way of penalty but shall be genuine pre-estimate of thelosses that MCGM shall incur, a sum of 0.5% of the price of the total Contact Costfor each week or part thereof by which the delivery has been delayed work subjecthowever to a limit of 10% of total contract cost without prejudice to MCGM’s otherrights mentioned in the Contract.

43.3 Other Penalties:

In addition to any penal action under the General Conditions of IndividualContracts, a registered contractor will be liable under the registration Rule to one ormore of the following penalties:(i) Warning / Fine(ii) Demotion(iii) Deregistration

(i) Warning / Penalties

A Contractor will be liable to a warning and / or penalty for

a) Non-compliance of any provision of the rules.b) Failure to comply with any clause or direction under these rules or comply withany conditions of tenders / contracts.c) In adequate progress/ performance under the contract.

For the first default of any type mentioned above a warning will be issued. For eachsubsequent default of the types in (a) & (b) above the minimum penalty will be fineof Rs. 2,500/- while that for a default of the type (c) The minimum penalty will beRs. 5,000/- for contracts of upto Rs. 25 Lakhs and Rs. 10,000/- for contracts ofabove Rs. 25 lakhs. Higher Amount of penalty shall be levied by the competentauthority for reasons to be recorded.

Page 62: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

62

(ii) Demotion

A contractor will be liable to be demoted to a lower class of registration on any ofthe following grounds:(a) Specific failure or default in execution of individual works in respect of

physical progress for qualifies 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 inexecution of formal contract documents.

(iii) 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 out

side influence.d) Attempt to secure unauthorized copies of Municipal Records, any documents in

relation to any tender/ contract or any other official matter.e) Furnishing or tempered with Municipal record and documents.f) Furnishing false and / or misleading information to registration and / or anytender / contract.g) Threatening, Misbehaving with or physical attack on any Municipal Employees/

Officer.h) Attempt to instigate or collude with other contractors with a view to securingundue advantage.

i) Any of the grounds mentioned in 47.3(ii)b,if it is deemed to serious enough.

43.4 The contractors have to submit the bills for the work carried out within 15 days fromthe date of completion of the work to the respective Executive Departments. If thecontractor fails to submit their bills to concerned executing departments for thecompleted works/running bills within 15 days, penalty or action shown below will betaken for each delayed bills.:-

After 15 days from the date of completion/runningbill upto certain date, upto next 15 days i.e.upto 30 days. …… Equal to 5% of bill amount.

Next 15 days upto 45 days from the date ofcompletion/running bill upto specified date … Equal to 10% of bill amount.

If not submitted within 45 days from thedate of completion/R.A.bill … Bill will not be admitted forpayment.

43.5 Penalties:-a) The contractor shall note that weekly programme of desilting will have to be

submitted during Contract Period for desilting work and contractor should completethe desilting work as per this programme. In case of failure, the penalty ofRs.20000/- per day will be imposed.

Page 63: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

63

b) The stacked desilted materials shall be sprayed with deodorants and the cost forthe same shall be considered while quoting the percentage, failing which a penaltyof Rs.5000/- per day per spot will be imposed.

c) The dumpers carrying the desilted material shall be covered with Tarpaulin sheetsduring transportation in accordance with MSW 2000 rules and no separatepayment shall be made for the same. If the tarpaulin cover is not provided onvehicle or is torn out or small one, a penalty of Rs.5000/- per trip for that vehicle willbe imposed.

d) The silt removed from the River must be transported within 48 hours to the specifieddumping ground. For failure to abide by this condition, a penalty of Rs. 5000/- perday per spot will be recovered from the Contractor’s bills.

e) The contractor shall submit and finalize in consultation with the Engineer-in-chargethe phase wise programme of desilting of nalla/S.W.D./ River within seven days ofissue of work order. For failure to comply with this stipulated time limit penalty ofRs. 1000/- per day will be levied till same is submitted.

a. The contractor shall have to take Photographs as per Clause No. 101. Failure toabide this condition, a Penalty of Rs. 1000/- per photograph copy will be recoveredfrom the contractor’s bill.

f) All the side flaps (phalkas) provided to the dumpers / trucks will be in perfectcondition to avoid spilling of silt on the road while transporting to dumping ground,and any of the flap (phalka) is not in perfect condition, resulting in spilling of silt onthe road, the penalty of Rs.5000/- will be imposed per vehicle per trip.

g) All the vehicles transporting desilted material,earth,rock etc to dumping groundshall be provided with a board showing “On Municipal Duty”. If the board showingthat the vehicle is “On Municipal Duty”, is not provided a penalty of Rs.1000/- will beimposed for per vehicle per trip.

h) In the event of any delay on part of the Tenderer to adhere to the contract, MCGMshall be entitled, at its option to recover from the Tenderer as agreed, liquidateddamages which shall not by way of a penalty but shall be a genuine pre-estimate ofthe losses that MCGM shall incur, a sum of 0.5% of the price of the total ContractCost for each work or part thereof, by which the work has been delayed, subjecthowever to a limit of 10% of the Total contract Cost, without prejudice to MCGM'sother rights mentioned in the Contract.

i) If pantoon mounted poclain /poclain / JCB is not brought on site within 24 hours ofthe instructions of Engineer in charge, a penalty of Rs.10000/- will be levied perday.

j) Tenderers are requested to take cognizance of the child labour act and to takeprecaution not to deploy child labourers on the work. If child labourers are founddeployed on the work, a penalty of Rs. 5,000/- on the spot will be imposed on the

Page 64: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

64

defaulting contractors and further action as deemed fit will be taken

k) If the site office with the necessary requirements is not provided within 15 daysfrom the receipt of work order, penalty of Rs.2000/- per day will be imposed.

l)The contractors shall provide proper safety gears to their staff, labors. Failure toprovide safety gears as per above clause a penalty of Rs.1000/- per labour per dayshall be imposed. The contractor will be fully responsible towards the safety of staffand labors for the entire Contract period.

m) The essence of the contract is to carry out the desilting work in time by followingthe desilting programme as per the schedule. It will be the responsibility of thecontractor to desilt the complete Mithi River in E.S. before monsoon i.e. 10th

June of every year. The contractor shall adhere the programme submitted bythem and approved by engineer of this department

n) The contractors shall not load any material in dumpers other than the removal fromthe nalla/ River. If it is found that other material mixed with material removed fromthe nalla is loaded in dumper, then penalty of Rs.10000/- on such dumper will beimposed and no payment of desilting of such dumper will be made. Subsequentlyoccurrence of such lapses will attract action for de-registration of company for aperiod of One year.

o) The work consists of RCC work hence the presence of contractors site staff isessential. In calse of absence of contractor’s site staff without prior permission,following penalties will be recovered.

i. Project Manager - Rs. 1000/- per dayii. Quality Control Engineer - Rs. 500/- per dayiii. Site Engineer - Rs. 500/- per dayiv. Site Supervisor - Rs. 300/- per day

44. If a registered contractor (a firm, partnership or company) is deregistered, then anyother registered contractor (a firms partnership or company), with any partner orshareholder who is also a partner or shareholder or a “spouse” of such partner orshareholder of the deregistered contractor shall also stand automaticallyderegistered.

45. Demotion shall be restricted to one class immediately below the existing class ofregistration, Demotion from the lowest class of registration will amount toderegistration.

46. Demotion and deregistration shall apply to all the classes, categories and disciplinesunder which the contractor is registered and will be valid for the remaining periodof the contractors current period or registration or the period specified in the orderof demotion, deregistration/ whichever is longer.

47. A deregistered contractor shall not be entitled to be issued any tender document / orquotations for any M.C.G.M. works. Such contractors shall also not be entitled toapply and be considered for renewal of registration or fresh registration at theexpiry of period of deregistration. Similarly a demoted contractor shall not be

Page 65: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

65

entitled to apply and be considered for renewal / fresh registration in a class higherthan that to which he was demoted.

48. AUTHORITY(i) A Chief Engineer (Including City/Hydraulic Engineer) of M.C.G.M. will becompetent either sue motto or on the basis of reports received, to issue warning toimpose fine on and order demotion of a contractor.(ii)The registration Committee constituted under these rules will be competenteither sue motto or on the basis of reports received, to impose on a contractor anyof the penalties mentioned in the tender.(iii) The Municipal Commissioner or any of the Additional Municipal Commissionerswill be competent, either sue motto or on the basis of reports received to impose ona contractor any of the penalties mentioned in the tender.

49. It will be the responsibility of the contractors to arrange for a joint inspection by 15thMay every year after completion of the work till the expiry of defect liability periodand also 4 weeks before expiry of the defect liability period. Further, if thecontractor fails to do so, the observations made by the staff during site inspectionwill be considered for the purpose of noting the defects.

50. In super session of clause 96 of G.C.C., the following conditions shall apply: -If any dispute, difference or claim is raised by either party relating to any

matter arising out of the contract, the aggrieved party within a period of seven dayscan appeal to the concerned Add. Municipal Commissioner who shall constitute acommittee comprising of three officers i.e. the concerned Dy.MunicipalCommissioner or Director (E.S.& P.), Chief Engineer other than the Engineer ofthe Contract and the concerned Chief Accountant. The Committee shall give itsdecision in writing within 60 days of its formation, after giving at least one hearing tothe contractors.

Appeal against the order of the Committee may be referred to the MunicipalCommissioner within seven days. Thereafter, the Municipal Commissioner shallconstitute a Committee comprising of three Addl. Municipal Commissionersincluding the Addl. Municipal Commissioners in charge of Finance Department andan expert from outside M.C.G.M. The Committee shall give at least one hearing tothe contractors. The decision shall be given within 60 days. The decision given bythis Committee shall be final and binding upon the parties.

51. Temporary huts for the labourers’ huts for the S.W.Drains work may bepermitted on work site in consultation with the respective Assistant Commissionersand subject to the following conditions or any other condition imposed by the Asstt.Comm.i) The labourers hutments will be completely isolated from the public by providing a

tin sheet fencing around them.ii) They will be specifically identified by M.C.G.M. staff by numbering them suitably.iii) Adequate toilet and bathing facilities will be provided for them inside this fencing.iv) The contractors will strictly observe that labourers will use these toilets andbathing facilities and no unhygienic conditions are created at site.v) In case, any of the above conditions is violated such hutments will be removedby the Assistant Commissioner without giving any notice to the contractor inconsultation with the Executive Engineer in charge of the work.

Page 66: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

66

vi) The labourers hutments will be removed by the contactors within 7 days or thecompletion of the work or the last day of the month of May whichever is earlier.vii) The contractor has to check healths of all the labours employed by him at everyfortnight and take precautionary measures and treatments as per advise of medicalofficer. If record is not maintained, penalty of Rs.1000/- per labour will be imposed.

52. Price Variation –i) Price variation shall be permitted for the following material.The basic ratesapplicable to this tender are as per Annexure-‘A’ in section-7.. (1) Cement - Rs. 300/- per bag of 50 kgs.

(2) Steel Fe-415 - Rs. 48400/- per M.T.(3) Bitumen - a) 30/40 Rs. 31240.95 per M.T.

- b) 60/70 Rs. 30121.07 per M.T.Any variation in the rates of above materials shall be considered for reimbursement/refund, as the case may be, in accordance with G.R.P.W.D. No. CAT/06/04/148 dt.16.05.2005. The quantity of material to be used shall be evaluated as per minimumspecified requirement. However, price variation shall not be admissible beyondtheoretical date of completion of contract period, as also for the fair items createdduring execution. The said variation shall be applicable only for Asphalt &Concrete mixes procured and brought on sight from Plants and for steel being paidseparately as item in BOQ.ii)The price variation for labour and other materials (excluding (1),(2),(3) above),

shall be considered as per amended clause No. 4B of G.C.C.iii) However, maximum amount of price variation payable for (i) and (ii) above shallbe restricted to 5% of the contract cost.

53. Tenderer shall note that no extra payment shall be made for carrying outfilling / constructing coffer dam / carrying out preparatory works likeexcavation, dewatering, compaction, access road, working platform etc. in /adjacent to nalla / river to facilitate implementation of piling works /construction of side walls and the quoted rates of tenderer shall be deemedto include carrying out all temporary works etc. and removal of all temporaryworks after completion of construction to the entire satisfaction of theEngineer-in-charge or before 15th May, whichever is earlier.

54. If the mangroves are required to be removed during execution of the work under thescope of the tender, the same shall be removed, as per directives of Hon.'ble HighCourt and as per prevalent Government Directions.

55. Any recommendation / alteration in the work as per decision of Competent Authorityof M.C.G.M. shall have to be executed under the same tender conditions.

56. No claim shall be entertained on account of delay in removal of encroachment.57. If the alignment of nalla retaining wall is affected by mangroves. The orders in

cases pending in various courts in regard shall be binding on the contractors. Thetenderers can not claim any damages / compensation etc. for delay or cancellationof the work or part thereof. This fact shall be kept in mind while quoting for tender.

58. If it is observed that Contractors carrying out the work fail to comply with theinstructions given by the A.M.C./M.C. during execution of work twice, the work shallbe deemed to have been terminated and will be carried out at the risk and cost ofthe Contractors and penal action will be taken against them. This decision shall notbe arbitrable at all.

59. The above condition will be in addition to the relevant conditions in GeneralConditions of Contract regarding cancellation of full or part of the work, finality ofthe decisions on the disputes, differences or claims raised by the Contractorsrelating to any matter arising out of the contract.

Page 67: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

67

60. Any recommendation / alteration in the work as per decision of CompetentAuthority of M.C.G.M. shall have to be executed under the same tender conditions.

61. The contractor shall implement anti-malarial measures for each site duringexecution of works in case of failure to implement above measures a penalty ofRs5000/- per day per personnel shall be imposed.

62. The guide wall of iron channels / brick masonry wall of sufficient section height shallbe constructed to guide touch piles/meter panels for which no extra payment shallbe made. If longitudinal alignment of the touch pile/meter panel differ more than 50mm a penalty of Rs. 5000/- per meter depth of pile / meter panel will be imposed.

63. The tenderers should note that the work shall be carried out preferably during daytime i.e. from 10.00 am to 05.00 pm only.

64. As per the provision made in the Article 63, schedule –I of Bombay Stamp DutyAct-1958, Stamp duty is payable for ‘Work Contract’, i.e. to say, a contract forworks and labours of services inviting transfer of property in goods (Whether asgood or in some form) in its execution and includes a sub contract as under,

a. When the amount of such set forthin such contract does notexceed Rupees ten Lakhs.

Rupees one thousand stamp duty.

b. When it exceeds Rupees ten Lakhs Rupees One hundred for ever Rupeesone lakh subject to maximumRupees five lakhs stamp duty.

65. The contractors shall get the structures demolished from concerned Asst.Commissioner of ward for necessary working place to be made available for thesubject work.

66. If the tenderer(s) withdraw tender offer during the tender validity period, his E.M.Dshall be forfeited. If tenderer fails to submit Packet ‘C’ physically and online, theentire amount of EMD shall be forefeited.

67. Contractor shall have to execute the additional work to the extent of 15% over andabove the office estimate (as shown in the bill of quantities) at the quoatedpercentage, terms and conditions of the contract, within the contract period, asdirected by Ch.E(SWD).

68. The Contractor has to check health of all the labourers employed by him at everyfortnight and take precautionary measures and treatment as per the advice ofMedical Officer. If record is not maintained by the Contractor, penalty of Rs. 1000/-per labour will be imposed.

69. The tenderer shall note that minimum amount as per table below or Final Billamount, whichever is more shall be withheld till the settlement of Final Bill.

Sr. No.Amount of

Contract CostMinimum amount to be withheld in Final Bill

1 Upto Rs.5 Crs. Rs. 10 Lacs or Final Bill amount whichever is more.

2 Upto Rs.25 Crs. Rs. 1 Crs. or Final Bill amount whichever is more.

3 Upto Rs.50 Crs. Rs. 2 Crs. or Final Bill amount whichever is more.

4 Upto Rs.100 Crs. Rs. 4 Crs. or Final Bill amount whichever is more.

5More than Rs.100

Crs.Rs. 7 Crs. or Final Bill amount whichever is more.

Page 68: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

68

.70. Even through the contractors takes all the precautionary measures and by chance

any workman is injured or dies due to negligence or otherwise, the contractor willbe responsible for the claims of damages by the workman or his heirs.

71. If the tenderer(s) have more than 20(twenty) Labours /persons on his establishmentthen the tenderer(s) shall be registered under EPF & MP Act 1952 & ESIC 1948and shall pay the contribution under the said Acts. The paying the contribution isthe responsibility of tenderer.

72. As per Circular no. CA/FRT/623 dated 08.10.2012; the party of the second partshall duly observe and comply with all the provisions of Law, Rules and Regulationsreferred by Government/Municipal Corporation or any other Competent Authorityapplicable to the said Tender work and the activity being conducted therein. Also asper the Circular no. CA/FRT/12 dated 21.06.2012, 1% amount as Labour WelfareCess will be recovered.

73. Special clause for Cement concrete /Asphalting worksThe tenderer must comply following machinery with installation before quoting andshould remember that the cost of installation shall be taken into account whilequoting their percentage:

Particulars

Intelligent Compaction system - compatible for L&T, Escort, JCB, Greavesmake Compactors

Agent Software for CompactorBatch Mix Plant Scada AutomationSoftware Agent Batch Mix Plant connectivityRMC plant Automation with SCADASoftware agent RMC plant connectivityVehicle Tracking System with automation loading unloading SwitchVehicle Tracking System Per month Subscription charges.SCADA automation for ICPB factory.

74.1 Asphalt /Concrete mixing Plant

The RMC plant /hot mixing plant /P.B.Plant shall sense data like aggregate weightand temperature batches through digital sensors & logic controller. The contractorshall provide a SCADA based data reader & logging software to collect the senseddata from the logic controller & convert it into machine readable file with date andtime stamp. The particular file shall contain the work identification number of theworks management e-governance software the contractor shall provide the webconnectivity to the RMC /asphalt plant and software that will send the machinereadable file generated from SCADA software to contractors web application aswell as the e-governance web application of MCGM dash board.The plant register shall be provided on the web application shall have followinginformationBatch ID, quantity of all aggregates, time & date, work identification number,agency name, temperatures (in case of asphalts) & any other information asked byEngineer in charge. The plant can be shared among multiple works & / or multiple

Page 69: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

69

contractors. The plant register shall have all the data of for which work contractor aparticular batch is processed.

74.2 Vehicle Tracking EquipmentsThe contractor shall provide VTS (vehicle tracking system) for all vehicles used forparticular work of MCGM. The VTS shall record the latitude & longitude of thevehicles & shall send the data of the works management e-governance software ofMCGM dashboard. The contractor shall provide web application that will show allvehicles of contractor on a GIS map along with the batch mixing plant. Thecontractor shall also provide software that will update entire mapping on theMCGM's e-governance works management system dashboard.The VTS shall continuously send the data of vehicle latitude & longitude at every 5seconds to the web application & dashboard.The contractor shall provide web application i.e. integrated with MCGM's worksmanagement e-governance application system. This web application shall havesoftware for vehicle loading & unloading for each batch. The vehicles carryingbatches should show the batch details sensed through the SCADA software on GISmap.VTS shall be made available for all types of works i.e. asphalt, concrete, earthworkor any other type as applicable as part of the terms of the contract.

74.3 Intelligent Compacting SystemThe contractor shall also provide intelligent compacting system on the compactorused for compaction work of MCGM. The intelligent compacting system shall haveGPS, temperature sensors, accelerometer & IP-67 compliant PC fitted on thecompactor. This compaction system shall also record the number of passes madeby the compactor. The system shall have the mirror that shall show the compactionin the graphical form to the operator on the compactor. The contractor shall providethe real time data transferred to the web application to the monitor the compactionremotely. The contractor shall provide the web application in such a manner that italso updates the compaction data in real time on MCGM's works management e-governance application dashboard. The intelligent compacting system shall beconnected with dash board system the contractor shall provide the software facilityfor MCGM officials to update QAP (quality assurance plan) related data forcompaction through its web application that will get transferred to the intelligentcompacting system to bench mark the acceptance norms for color coding, no ofpasses and acceptable temp & density levels.The contractor shall provide compaction register that shall contain informationrelated to the compaction for further analysis. The compaction register shallmaintain following record RUN ID, DATE & TIME of compaction, latitude, longitude,location, temperatures (in case of asphalts), density (for soil it can be derived as acompaction measurement value) no of passes, color for temp, color for no. ofpasses.The contractor shall provide web application to view the actual monitor on thecompactor through web remote monitoring as a live streaming of the compactionoperations.The contractor shall provide certificate & guarantee from the manufacturer of thecompactor for compatibility of the system with the compactor. If the systemretrofitted to the compactor should not be old than three years.

Page 70: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

70

74.4 Quality ReportsThe contractor shall provide web application to record the quality reports to relatedto material acceptance by agency, TIPA. The system shall have intelligent formsthat will record the observations and generate quality reports & upload them toMCGM's e-governance web application dashboard.

74.5 Web ConnectivityThe contractor shall provide web connectivity to all above monitoring system. Webconnectivity shall have minimum 1 MBPS Internet speed & 100% availability.Software should be intelligent. In case of connectivity failure it should maintain thepending files and send them as soon as it is connected. The contractor shall makesure that the entire software and hardware solution is virus free.

75. Quantities of all items provided in the B.O.Q. may not be required to be executeddepending upon site conditions. M.C.G.M. reserves right to make any changes inscope of work / reduction of part or whole work. The tenderer shall not be entitled toclaim any damages/compensation etc. for less quantity executed or cancellation ofwhole work or part thereof.

76. The tenderers shall note that during execution of work silt,excavatedmaterial,debris etc dumped on the public streets/places will have to be removedimmediately as per direction of the Engineer-in-Charge,failing which the same willbe got removed at their risk and cost.

77. The tenderers shall note that the site is partly encroached and there are privateplots which are required to be acquired. The tenderers can not claim any damages /compensation etc. for delay or cancellation of the work or part thereof. This factshall be kept in mind while quoting the tender and also an indemnity bond on Rs.200 stamp paper in packet ‘B’ is required to be given by the bidders indemnifyingMCGM regarding the same.

78. M.C.G.M. will appoint a consultant / Third party audit for quality/quantity audit,during execution period. The contractor will extend all help in carrying out anysurvey, test etc. as directed and adverse decision there of including rectificationshall be carried out by the contractor at their cost.

79. The contractor will be fully responsible towards the safety of staff and labors for theentire Contract period. Boards of size 4’ x 3’ showing all the necessary detailsshould be displayed at each and every nalla site. For non-compliance of thiscondition, penalty of Rs.1000/- per day per site will be imposed on the contractors.

80. Tenderer shall pay building & other building worker welfare cess @ 1% ofconstruction cost as per Maharashtra State building & other building welfare cessact 1996 to the M.C.G.M. in consultation with C.A. (Finance).

81. a) Tenderer should note that, there are only few access points in each MithiRiver system from where Machinery can be lowered for desilting work/ concretingwork.b) Tenderer should note that, for inaccessible portion of Mithi River system thesame shall be desilted manually by engaging adequate labour force and desiltedmaterial shall be conveyed upto loading point by head load.c) If the contractor engages any machinery for collecting, carrying for lifting thesilt from the Mithi River system bed and if any damage appears to the Mithi Riversystem bed or Retaining walls or any structure belongings to anybody due toimpact of machines or due to any reasons the contractors will have to make goodor such damages without any extra cost to MCGM.

Page 71: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

71

82. Since the work under reference is time bound the work will have to be carried outbeyond the normal specified working hours. (10.00 am to 5.00 pm) the tenderershould make specific provisions for this contingency.

83. The successful tenderer shall provide lorries/dumpers & machineries as perprevailing norms of Mumbai RTO dept.

84. All the necessary precautions, safety measures etc. for the contractors staff at thework site shall be the responsibility of the successful tenderer. The successfultenderer shall also be liable for any injury to the life & damage to private, municipalor government properties if any caused by them during the operations connectedwith this work. In this if any legal issues arises in any term the contractors will besolely responsible for such kind of legal issues/disputes and MCGM will not be aparty in this matter.

85. All the tenderers are advised to visit the site of work so as to ascertain the scope ofwork required for effective execution of work & also to ascertain difficulties ofaccesses/approach road, traffic restrictions on account of tidal conditions etc.

86. The tenderer shall take utmost care while transporting the wet silt to dumpingground. The wet silt shall be transported in water tight vehicles to ensure that wetslites does not spill on the road and cause any accident in case of any suchaccident it will be the entire responsibility of the contractors to bear all the damageclams, any untoward incidents if happened.

87. The contractor shall make proper arrangement of lighting / focus during night hoursat his risk and cost at site.

88. The wood generated from tree cutting shall be deposited in the store of concernward Horticulture Assistant / JTO & take accknowledgement for the same.

89. The contractors shall carryout tree cutting / transplantation / work in consultantionwith ward Horticulture Assistant / JTO & obtain necessary completion certificate forthe same.

90. The silt must be transported within 48 hours to the specified dumping ground.However, in case of main roads, the silt will be transported by deploying vehiclesimmediately. The said vehicles shall be water tight. The wet silt shall not beallowed to drip out on the road during transportation 30 % of the volume will bededucted for voides from depot of lorry measurements for payment in cse of dry orwet silt, grit, sand pebbles etc. Similarily in case of rubble and large stone, 40%deduction from volume will be made for the purpose of payment.

91. Tenderers are hereby directed to take out C.A.R. (Contractors All Risk) Policy andJanata Policies as directed under Clause No. 44 and 70 of the General Conditionsof Contract for civil works.

92. The tenderers shall carry out the entrusted work as per BOQ and specificationmeticuliously.

93. The successful tenderer shall take jointly the bed / bank / service road initial levelsat every 5.0 mt distance for the starting point of group allotted to the tendererbefore starting the work and submit the cross section as well as longitudinal sectionas per the directions of the Engineer In-charge free of cost. After completion ofwidening, deepening, cutting work again the successful tenderer shall take jointlythe bed / bank / service road final levels at every 5.0 mt. distance from the startingpoint of group allotted to the tenderer and submit the cross section as well aslongitudinal section as per the directions of the engineer In-charge free cost. The

Page 72: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

72

successful tenderer shall provide necessary survey instruments for the survey workfree of cost.

94. In case of desilting works of; Mithi river 40 photographs per kilometer; before andafter work; shall have to be taken by using digital camera indicating date. Videorecording of working for per Mithi river shall be of 01 hour duration for length up to 2kilometers and 02 hours for length above 02 kilometers.

95 No separate payment for transportation of desilted materials/silt will be made for thework. Tenderer should take cognizance of the same while quoting the bid.

96. The successful tenderer shall submit the following listed documents within 7days of issuance of work order:

a) Details of private dumping plot, location plan, permission letter/ agreement etc.b) Photographs of private dumping plots.c) Details of dumpers that will be utilized during desilting work such asd) Vechicular number,e) R.C.Books certified Xerox copies,f) Measurements of dumpersg) Installed V.T.S. SIM no.

97. The contractor shall indemnify M.C.G.M. on Rs.200/- stamp paper against anylegal dispute arising due to disposal/dumping/stacking of silt or floating materialremoved during Mithi River desilting , the indemnity bond shall be submittedwithin 7 days of issuance of work order failing which penal action deem fit will betaken.

98. The tenderer should compulsorily install Vehicles Tracking System (VTS System)with automation switch for vehicles transporting desilted materials/silt at their owncost. Please note that payment for desilting work will be made only if VTS systemis working.

99. The 80% of silt quantity anticipated in the estimate groupwise shall be removedbefore onset of monsoon and remaining 20% shall be removed during or aftermonsoon.The total quantity of silt of group no.1,2,3,4 is worked out 2,28,920 cumfor two years.

100. The royalties, taxes, charges, etc. for excavated material i.e. earth, rock, etc.willbe borne by the contractors. As per revised policy of M.C.G.M., in case ofMunicipal dumping, Contractors will be charged for tipping excess earth /material @ the rate of prevailing charges during execution of work. However,tipping charges including weighing the same shall have to be borne by thetenderers for which no payment / reimbursement will be made. Consideringthese charges, tenderers shall quote their percentage accordingly.

101. The bidder firm shall not be under any penal action such as demotion ,suspension , blacklisting , deregistration etc.by any govt.,semi govt.,govt.undertaking companies etc. also the bidder shall submit the undertaking cumindeminity bond on Rs. 200 stamp paper in prescribed performa to that effectattached as per 7.7 of section 7.

Page 73: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

73

SECTION - 6SPECIFICATIONS

Page 74: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

74

6 - TECHNICAL SPECIFICATIONS

6.1 PREAMBLE1.0 All works shall be carried out strictly as per detailed specifications whether actually

specified or not. If not specified work shall be carried out as per directions ofOwner/Engineer.

2.0 No separate payment whatsoever shall be made for dewatering if required to bedone during excavation, laying of PCC and RCC laying and jointing of pipes,construction of manholes, testing and backfilling etc. and Contractor should quoteaccordingly.

3.0 If the Tenderer needs any clarification, they shall obtain the same in writing fromOwner/Engineer. No notice will be taken of any verbal discussions in such matters.

4.0 Abbreviations used in this section : Civil Specifications document have the meaningsshown below:

mm Millimetre CI Cast Ironcm Centimetre GI Galvanized IronM Metre GSW Glazed Stone WareKm Kilometre BBC

CBurnt Brick CementConcrete

Sq.m

Square Metre RCC Reinforced CementConcrete

cum. Cubic Metre PCC Plain Cement ConcreteM.T. Metric Ton Wt. WeightSWG

Standard Wire Gauge kg Kilogram

R.M. Running Metre I.D. Internal Diameternos. Numbers C.M. Cement MortarMS Mild Steel IS Indian StandardsM.D. Metre Depth of

ManholeSS Stainless Steel

6.2 GENERAL6.2.1Specification Drawings

The alignment drawing of proposed storm water drain is incorporated in tenderdocuments. This drawing is made for Tenderer's guidance only. The bidders are freeto visit and inspect the sites till the submission date for the purpose of quoting andestimation.Work shall be carried out by Contractor exactly in accordance with the Drawingsissued by MCGM and marked as "RELEASED FOR CONSTRUCTION" and as perthe instructions of the Engineer-in-Charge in writing.

6.2.2 MaterialsThe term "Materials" shall mean all materials, goods and articles of every kindwhether raw, processed or manufactured and equipment and plant of every kind tobe supplied by the Contractor for incorporation in the works.Except as may be otherwise specified for particular parts of the Works the provisionof clauses in "materials and workmanship" shall apply to materials and workmanshipfor any part of the works.All materials shall be new and of the kinds and qualities described in the Contractand shall be approved by the Engineer in- charge.

Page 75: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

75

Materials shall be transported, handled and stored in such a manner as to preventdeterioration, damage or contamination failing which such damaged materials will berejected and shall not be used on any part of the Works under this contract.

6.2.3 Samples and Tests of Materials

1. The Contractor should submit test certificates of the materials at the time ofmaterial unloading on the site

2. The Contractor shall submit samples of such materials as may be required bythe Engineer-in-Charge and shall carry out the specified tests directed by theEngineer-in-Charge at the site, at the supplier's premises and at a laboratoryapproved by the Engineer-in-Charge.

3. The Contractor should give Engineer-in-Charge seven days notice in writingabout the date on which any of the materials will be ready for testing orinspection at the supplier's premises or at a laboratory as approved by theEngineer-in-Charge. The Engineer shall attend the test at the appointed placewithin 7 days of the said date on which the materials are expected to be readyfor testing or inspection according to Contractor, failing to which the test mayproceed in his absence unless instructed by Engineer-in Charge to carry outsuch a test on a mutually agreed upon date in his presence. The Contractorshall in any case submit to the Engineer-in-Charge within seven days of everytest such number of certified copies (not exceeding six) of the test readings asthe Engineer-in-Charge in charge may require.

4. Approval by the Engineer-in-Charge as to the placing of orders for materials oras to samples or tests shall not prejudice any of the Engineer-in-Charge'spowers under the contract particularly as to the provisions under the conditionsof contract.

5. The provisions of this clause shall also apply to materials supplied under anynominated sub-contract.

6. In any case the Contractor shall not use any material without prior testing andclearance by the Engineer-in-Charge. In case such material is used, this will beliable for rejection either partly or fully.

7. If required rejected material shall be marked and stockpiled separately; andsuch rejected material shall be taken out within a week from construction site.The cost of the material testing at the supplier premises and as on thesite/MCGM laboratory shall be borne by the Contractor and without prior testingand clearance of the Engineer-in-Charge, the materials should not be used forthe work.

8. The rates of tests in municipal laboratory shall be as per prevailing rates asdecided by the competent authority.

6.3 STANDARDS1. The special attention of the Contractor is drawn to the relevant sections and

clauses of the National Building Code of India 1984 & Maharashtra PWDspecifications and latest BIS Codes (Latest editions along with amendments)and should follow them strictly in addition to the specifications & conditionsstipulated in this volume.

2. Materials and workmanship shall comply with the relevant Indian Standards(with amendments) current at the lot January 2007, unless a more recentamendment is specified hereinafter, or with the requirements of any otherauthoritative standard approved by the Engineer-in-Charge which shall be no

Page 76: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

76

less exacting in the opinion of the Engineer-in-Charge than the correspondingstandard quoted here in.

3. Where the relevant standard provides for the furnishing of a certificate to theMCGM on request, stating that the materials supplied comply in all respects withthe standard, the Contractor shall obtain the certificate and forward it to theEngineer-in-Charge.

4. The specifications, standards and codes listed below are made a part of thisspecification. All standards, tentative specifications, specifications, codes ofpractice referred to herein shall be the latest editions including all applicableofficial amendments and revisions.

5. If no standard is indicated, the relevant Indian Standard, if any, shall apply.Indian standards are published by BIS.

6. Handbook (1990) shall be followed, wherever not specified in this "Volume Il:Technical Specifications", Maharashtra PWD specifications (1990) and ISspecifications shall be applicable in case of discrepancy Engineer-in-Charge'sdecision will be final & binding. Specifications for different Materials as per IScodes.

6.3.1 List of Important Indian StandardsThe following list includes various Indian Standards which are IMPORTANT andare referred to in the general specifications and used in construction works.These standards are to be strictly adhered to unless otherwise is applicable inthe relevant context. These standards are to be followed both in respect ofmaterials and construction of civil engineering works included in the tenders.Though the list of Indian Standards includes the year of Publication of thestandard, it may not in all cases be the latest. It is obligatory .that only the latestedition of the standard is referred to and followed, along with all amendmentsand revisions issued with respect to the standard under consideration. This listis not exhaustive but contains only the standards that are very frequently usedon the construction works. If a standard exists for a particular item of material orequipment or code of practice the same shall be followed whether the same isincluded in this list, specifications, other parts of the tender documents or not.Some Indian Standards are referred to in the specifications/ drawings/ otherparts of the tender documents and they are supplementing this list if they do notfind a place in the list.

Table 1: List of IS CODES

Sr.

IS Code No. / Year Title

1 153-1950 Ready mixed paint, spraying, stoving, lead free, forgeneral purposes

2 171-1985 Cotton and cotton regenerated cellulosic fibreblended grey yam

3 2062-1984 Specification for Structural Steel (Fusion WeldingQuality)

4 269-1976 Ordinary and low heat Portland cement5 383-1970 Coarse and fine aggregates from natural sources for

Concrete6 432(partl )-1982 Mild steel and medium tensile steel bars7 455-1976 Portland slag cement8 456 Code of practice for plain and reinforced cement

Page 77: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

77

Concrete9 458-1971 Concrete pipes10 516-1959 Methods of test for strength of concrete11 651-1981 Salt-glazed stoneware pipes and fittings12 783-1985 Code of practice for laying of concrete pipes13 784-1978 Pre-stressed concrete pipes14 800-1984 Code of practice for general construction in steel15 816-1969 Code of practice for use of metal arc welding for

general construction in mild steel16 1038-1983 Steel-doors, windows and ventilators17 1077-1986 Common burnt clay building bricks18 1199-1959 Methods of sampling and analysis of concrete19 1200 (partl-26) Method of measurement of building and civil

engineering works20 1363 (part 1-3) Hexagon head bolts, screws and nuts of product

grade C21 1367 Technical supply conditions for threaded steel

Fasteners22 1477 (part 1-2) Code of practice for painting of ferrous metals in

Buildings23 1542-1977 Sand of plaster24 1726 (part 1,2 & 4) Cast iron manhole covers and frames25 1786-1985 High strength deformed steel bars and wires for

concrete reinforcement26 2074-1979 Ready mixed paint, air drying red oxide zinc chrome

Priming27 2116-1980 Sand for masonry mortars28 2212-1962 Code of practice for brickwork29 2250-1981 Code of practice for preparation and use of masonry

Mortars30 2339-1963 Aluminum paint for general purpose in dual

container31 2386 (part I-Vill) Methods of tests for aggregate for concrete32 2502-1963 Code of practice for bending and fixing of bars for

reinforced concrete33 2720 (part IV,VIII) Methods of test for soil

3006-1979 Chemically resistant glazed stoneware pipes andFittings

35 3370 (part I-IV) Code of practice for concrete structures for thestorage of liquids

36 3696 Safety code for scaffolds and ladders37 3764-1966 (part 1-2) Safety code for excavation work38 4082-1977 Recommendations on stacking and storage of

construction materials at site39 4111 (part 1-4) Code of practice for ancillary structures in sewerage

Systems40 4127-1983 Code of practice for laying of glazed stone ware

Pipes41 6248-1979 Metal rolling shutters and rolling grills42 6909-1973 Super sulphated cement43 7293-1974 Safety code for working with construction machinery

Page 78: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

78

44 7969-1975 Safety code for handling and storage of buildingMaterials

45 Code National Building Code of India46 4014 Code of practice for steel. tubular scaffoldinq.47 5121 Code of practice for deep foundation48 2911-1980 Part III &

IVCode of practice for design and construction of pileFoundation

49 3764 Safety code for excavation work50 4082 Recommendations on stocking & storage material at

site.51 7293 Safety code of working with construction machinery.52 3114 Code of practice for laying Cl pipes53 5822 Code of practice for laying of welded steel for pipes54 7364 Plastic pipe work for potable water supply (part I-III)

Indian Standards Institution Manak Bhavan9, Bahadur Shah Zafar Marg New Delhi - 110 002.

6.4 GENERAL SPECIFICATIONS1. Road Works

Sr. DocumentsNo.i) Standard specification for road works.ii) Quality Assurance Manual.iii) Policy guidelines for granting of permission for excavating trench

and its reinstatement.iv) Manual of External Quality Audit system.v) Road Maintenance Manual.

The above documents for Road Works are available in the office of the Dy.Chief Engineer (Roads) City/Western/Eastern Suburbs during office hours onpayment of Rs.1000/-+ 5% VAT in cash for each.

2. Storm Water Drain Worksi) The work under this contract requires execution in NaIIas / S.W.D subjected to

tidal fluctuations moreover, even during fair-season the Nallas/S.W.D carryappreciable quantity of silage. This fact should be borne in mind by thetenderers while quoting their percentage.

ii) During the course of the work it will be essential to construct temporary cofferdams as and when found necessary and extensive pumping will have to beresorted to for making the site for working conditions. It may be noted that noseparate payment for this purpose will be made either for constructingcofferdams or pumping.

iii) The coffer dams should be constructed as found necessary for proper progressof the work and approved by the Engineer.

iv) 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 theconcrete bed of the nalla before concreting. These pipes will be in two rows at adistance of quarter width from the nalla edge and 3 m centre to centre and in astaggered manner. It may be noted that no separate payment will be made forthis purpose. However, while paying for the concreting in the nalla bed thewhole area of the nalla bed shall be taken into consideration i.e., no deductionin the concrete quantity due to the pipes.

Page 79: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

79

v) Adequate working areas may not be available for construction activities. Hence,the contractors may be required to construct accesses wherever feasible, attheir own cost. Arrangements for movement of the trucks, machinery etc., alongthe entire length of the work will also have to be done by the contractors at theirown cost. Wherever it would not be possible for the transport to reach the site ofwork, thecontractors will have to resort to carrying the material by head-load for which noextra payment will be made. During excavation for the work, it may be possiblefor the contractors to stack excavated material required for back filling aftercompletion of the retaining wall, due to inadequate working place. In such aneventuality, the contractors would be required to transport the excavatedmaterial away from the site and bring back the same for refilling at their owncost.

vi) The contractor should note that in case where it will not be possible to providenecessary water way for the diversion of water course of nalla due to itsinadequate width it will be necessary to block the complete water way and makesuch arrangements either to divert the flow or to resort to pumping the waterfrom upstream side to downstream of work site by using any number of pumpsfor 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 inspectingthis arrangement. If work cannot be completed before rains, original waterwaybe restored. No extra payment on this account shall be entertained.

vii) Normal foundation depth in the section is based on the assumption that goodstrata (i.e. having bearing pressure of 15 t/Sq. m) will be available at a depth of1.5 m below the final invert level and upto the top of rubble-soling. In case thesoil is not of good' quality, it will be necessary to have a deeper excavation, asdirected by the Engineer, and the section of the walls will be proportionatelymodified and payment will be made accordingly.

viii) Repairs to the damaged S.W. open drains, drain pipes, water entrances shall becarried out by the contractor, as directed by the Engineer, for which payment willbe made to the contractor.

3. The testing of construction materials shall be done in material testing laboratory orany other laboratory approved by the Engineer. The charges for testing ofconstruction materials shall be as per the rates in force at the time of testing ofmaterials and the testing charges shall be borne by the contractor.The list of testing fees in material testing laboratory and corresponding quantities ofsamples for tests is available in the respective divisional offices.

3.1 All requests for testing of samples must be made in written in duplicate, specifyingtherein the following information. (Separate memo should be sent for cement,concrete, steel, soil, asphalt etc) -a) Name of the work, work code number if any.b) Type of material and tests desired (i.e. grade of cement, date of consignment)c) Identification mark on the sample should be mentioned on the forwarding memo

(in case of concrete beams and cubes identification mark, grade of concrete,date of casting, specimen number etc. should be engraved on concrete). Ifthese details are marked by paint, samples will not be accepted. In case ofreinforcement bars, details shall be displayed on label pasted on bar and labelmust be signed by the officer who has taken samples.

d) Name and full postal address of the Officer to whom the result must be sent.e) Date of sampling (i.e. date of laying asphaltic mix, Sr. No. Of load, Name of the

supplier/asphalt plant from where asphalt mix is acquired ,casting concrete ortaking sample)

Page 80: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

80

f) Name of Contractors carrying out the work.g) Additional information as spelt out in Ch.E(Roads) circular U/no.Ch.E./3231/Roads

of 07/09/06, in case of Asphalt Mixes.h) Any other information, which is specified by the user department.

3.2 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 polythenebags, a legible-duplicate tag should be stapled from outside.

3.3 Quantity of sample must be adequate as shown in schedule and the specificationwith which the sample is to be tested shall be clearly mention on forwarding memo bythe site in-charge.

3.4 Full testing fees shall be paid in advance between 10.30A.M. and 1.00 P.M. onworking days except Saturday, and between 10.30 A.M. and 12 noon on Saturday.

3.5 For issuing additional copies or duplicate copies, Rs.30/- will be charged for eachcopy. Request for additional/ duplicate copy should be made in writing by site-in-charge or higher Officers of the user department.

3.6 Cement samples should be forwarded in sealed airtight. Container, one opening ontop not less than 10 cm. in diameter.

3.7 The steel samples for tensile testing of reinforcing bars, shall be straight for entirelength without bends. The ends of bars shall be hacksaw cut and not chisel cut. Onesample of each dia. bar shall be sent for first test and for retest two bars shall besent. The length of the bars shall be 50 cm. for dia. Less than 25 cm. and 60 cm. fordia equal to and greater than 25 mm.

3.8 Samples of bitumen, cut back, emulsions shall be forwarded in wide mouthed metalcontainers with labels pasted on the lid.(At least 2 litre capacity metal container)

3.9 Samples sent for testing natural moisture content shall be forwarded in wax coatedpacking or sealed airtight polythene bags.

3.10 The quantity of bitumen, cut back, emulsion sample should be at least 2 litre.3.11 The sample thus taken shall be sent to Municipal Testing Laboratory within 4(four)

days from the date of laying of asphalt mix at site. In case of delay, additional testingcharges as penalty would be recovered from the Contractor at following rates.A) From 5th day to 7th day from : Rs. 10,000/-.

Date of laying Asphalt mix.B) From 8th day to 14th day from : Rs. 20,000/-.

Date of laying of Asphalt mix.The above charges i.e. (A) and (B) shall be paid by the Contractor 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 sample,if any, over and above (A) and (B) mentined above, wouldbe recovered from the Contractors bill by the respective user department and wouldbe credited to the following budget head and Voucher No. and date shall be intimatedto A.E.(Soil Mech.)

If the samples of the asphalt mixes are not sent for testing within 14 days,payment for the corresponding quantity with reference to these samples, shall not bemade. The Charges would be recovered from the respective bills payable to thecontractors by the respective user department and credited to the following budgethead : -Fund code :- 11Department Code :- 44Cost Center Name :-Material Testing LaboratoryCost Center Code :- 1000442501Account Head :- Penalties & Fines.Account Head Code :- 140200200

Page 81: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

81

3.12 Field Density test shall be taken in Asphalt concrete Carpet for any thickness. TheContractor shall obtain the intimation letter from the Engineer-in-Charge and furnishthe same to A.E. (Soil Mech) within a day from the date of laying of Asphalt concrete,for carrying out the field density test. If the Contractor fails to intimate the same within7 days period, the additional charges as penalty would be recovered from theContractor at Rs. 200/- per test per week at the time of submission of intimation toA.E. (Soil Mech.)'s Office.

3.13 Sample of Wood- As per I.S. 11215-1991, Clause No.4.2.33.14 The test specimen shall be set of 6 pieces of size 70.6mm x 70.6mm centrally cut

from tiles and all corners shall be perfectly diagonal.3.15 Sample shall be carefully brought and unload at Lab without any defects.3.16 The sample taken for cubes and beams shall be sent to Municipal Testing Lab at

least two days before or actual date of testing. In case of delay additional testingcharges as penalty shall be recovered from the Contractors at following ratesa) 100% additional testing charges per week shall be recovered other than

concrete road works.b) for concrete road works, Rs.1000/- per day will be recovered.

3.17 R.C.C. Covers No of samples as per I.S. 12592 Part-I-1998.3.18 R.C.C. Hume pipes No. of sample as per I.S. 458-1988.3.19 The test specimen shall be of size 71+0.5mm in square as per I.S.-15658-2006

Centrally cut in paver block and corners shall be perfectly diagonal4. The contractors shall make necessary arrangement for adequate lighting during

night-time. No extra claims will be entertained for the same.

6.5 EARTHWORK AND EXCAVATION

6.5.1 RELEVANT IS CODES

IS: 1200 : Method of Measurement for Building Works

IS: 3764 : Safety code for Excavation Work

IS: 3385 : Code of practice for measurement of civil engineering works

IS: 2720 : Part II - Determination of Moisture Content

Part VII - Determination of Moisture content dry density relation using light

compaction

Part VIII - Determination of Moisture Content Dry Density using heavy

compaction

Part XXVIII - Determination of Dry Density of soils, in place, by the sand replacement

method

Part XXIX - Determination of Dry Density of soils, in place, by the core cutter

method.

Page 82: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

82

6.5.2 EXCAVATIONSize of

pipeExcavation in ordinary soil Excavation in rock wherever it

is met withDiameter Shoring In

one stageupto 2 Mdepth

Above 2 M& upto 5 Mdepth.

Shoring In twoStages morethan 5 m. depth

Shoring In onestage upto 5m depth

Shoring Intwo stagesmore than5 m depth.

1 2a 2b 2c 3a 3b150mmS.W.

0.80 M 0.90 M ... ...

230 mmS.W.

0.90 M 1.00 M 1.4 M up to 5 M1 M below 5 M

0.90 M 1.00M

300mmS.W.

0.90 M 1.00 M 1.4 M up to 5 MI M below 5 M

0.90 M 1.00 M

350 mmR.C.Pipe

1.30 M 1.50 M 1.8 M up to 5 M1.5 M below 5

M

1.50 M 1.50 M

400mmR.C.Pipe

1.40 M 1.60 M 1.90 M up to 5M

1.60 below 5 M

1.40 M 1.60 M

450 mmR.C.Pipe

1.50 M 1.70 M 2 M up to 5 M1.70 M below 5

M

1.50 M 1.70 M

500 mmR.C.Pipe

1.50 M 1.70 M 2 M up to 5 M1.70 M below 5

M

1.50 M 1.70 M

600 mmR.C.Pipe

1.60 M 1.80 M 2.10 M up to 5M

1.80 M below 5M

1.60 M 1.80 M

700 mmR.C.Pipe

1.70 M 1.90 M 2.20 M up to 5M

1.90 M below 5M

1.70 M 1.90 M

800 mmR.C.Pipe

2.00 M 2.30 M 2.60 M up to 5M

2.30 M below 5M

2.00 M 2.30 M

900 mmR.C.Pipe

2.10 M 2.40 M 2.70 M up to 5M

2.40 M below 5M

2.10 M 2.40 M

1000 mmR.C.Pipe

2.20 M 2.50 M 2.80 M up to 5M

2.50 M below 5M

2.20 M 2.50 M

1100 mmR.C.Pipe

2.30 M 2.60 M 2.90 M up to 5M

2.60 M below 5M

2.30 M 2.60 M

1200 mm 2.40 M 2.70 M 3.00 M up to 5 2.40 M 2.70 M

Page 83: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

83

R.C.Pipe

M2.70 M below 5

M1400 mmR.C.Pipe

2.70 M 3.00 M 3.50 M up to 5M

3.00 M below 5M

2.70 M 3.00 M

1600mmR.C.Pipe

2.90 M 3.20 M 3.50 M up to 5M

3.20 M below 5M

2.90 M 3.20 M

1800 mmR.C.Pipe

3.10 M 3.40 M 3.70 M up to 5M

3.40 M below 5M

3.10 M 3.40 M

Item No 1 to 14-A FMCS. Schedule are applicable for the excavation in any materialfor laying pipes/ dhapa /box type drains along new alignment or along the alignmentof excavation of existing storm water drain and for nalla in a case of normal strata.

The work of excavation in any type of rock shall be carried out by blasting.Wedging or chiseling. In case where the Police/Municipal authorities do not permitblasting, excavation in any of the rock will have to be done by wedging and /or bychiseling without any extra cost and also if it is required to use compressor etc. it willhave to be done without any extra cost whatsoever over and above the rate ofexcavation for rock.

The payment for excavation shall be made on cross sectional area basis. Beforestarting the work initial levels will be taken at every 5.0 M or less depending on siteconditions along the entire length of proposed work. The levels at every 2.0Mdistance shall be taken along with width of section.The exaction quantity shall be computed on the basis of levels thus taken,

In case of removing excavated and desilted material, 30% deductions for voidsin earth/silt etc. and 40% for voids in rubble/boulders from depot or lorrymeasurement will be made.

6.6 CAST-IN-SITU END BEARING PILES

6.6.1 Mobilization & Setting OutThe contractor shall provide everything necessary for true and faithful

performance of the contract.The contractor shall be furnished with setting out or lining out drawings and a

base line shall be actually set at site by the engineer. The entire work then shall beset out by the contractors from the base line and the lining out checked by theSupervising Engineer before starting the work.

Before commencing with boring, removable casings shall be driven into theground and their Centre lines checked jointly by the Contractors and SupervisingEngineers.

6.6.2 Boring Through Over-BurdenBoring in overburden through whatever strata encountered, upto rock as defined

in 6.6.1, shall be done by using a flap valve bailer.Use of heavy cutting chisels shall be restored to, if required, for boring through

locally encountered boulders or hard strata through which a bailer cannot penetrate.

Page 84: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

84

The diameter of the bore hole shall be such that the pile reinforcement cage with ashroud of geo fabric liner of specified diameter can be properly lowered into the bore.The tops of the bore holes shall be defined and stabilized by driving removablecasings to a level below which boring can be continued without them. The walls ofthe bore holes shall be stabilized by circulating drilling mud with bentonite slurry ofrequired consistency. It shall be the contractors responsibility to ensure the stabilityof the bore holes and to make good the damage if any resulting from the collapse ofthe sides.All bored material including circulating mud shall be carted away and the site keptclean at the contractors expense. This muck-disposal shall be done simultaneouslywhile boring is in progress. The Supervising Engineer may stop the work if muck -accumulates at site and delay in completion of the work due to such stoppage shallbe to the contractors account.

6.6.3 Chiseling Through Rock & Establishing The Founding StrataBoring through overburden shall be deemed to have been terminated at the

lower of the two levels determined by the following requirements.The level at which further boring by bailer is not possible, after having

chiseled through locally encountered boulders or hard strata.The strata encountered at the lower of the two levels determined as above shall

be considered as rock. Further boring shall be continued by chiseling and shall be asboring through rock for the purposes of measurement and payment.

The chisel diameter shall correspond to the diameter of the bore hole and itsweight shall be 2.00 tonne to 3.00 tonnes for piles upto and including 1200 mmdiameter and 10.00 tonnes to 15.00 tonnes for piles upto and including 2500 mmdiameter. The fall of chisel shall not be less than I m nor more than 1.5 m. The weightof chisel and its fall shall be so adjusted that atleast 3 t-m of energy is imparted perblow per I Sq.m. cross sectional area of pile.

Having reached the rock level as defined in 4.3.2, 1000 chisel blows shall begiven ensuring that at least 3 t-m of energy per 1 Sq.m. pile cross area is impartedper blow. Bore shall then be cleaned, penetration measured and the reduced leveldetermined.

Further boring shall then be continued by chiseling till the acceptability of thefounding stratum is proven as in 4.3.6 below.

The acceptability of the founding stratum shall be that at least 75 t-m of energy isrequired per 1 Sq.m. pile cross-sectional area per 1 cm penetration. This shall bechecked consecutively three times for 5 cms penetration each time. If thisrequirement is not satisfied further penetration into the rock shall be effected till therequirement is satisfied. The bore hole shall then be cleaned, penetration measuredand the reduced level determined.

The penetration into the rock from the level at which rock was first encounteredas defined in 4.3.2 upto the founding stratum level as defined in 4.3.6 should be suchthat a socket length of at least 3 m. for 600 dia pile and 2:25 for 450 dia pile or as perrecommendations of soil consultant into the rock is obtained. If not, furtherpenetration shall be effected in to the rock till the required socket length is obtained.

The level at which at least 20 t-m of chiseling energy is required per I Sq.m. ofpile cross-sectional area for penetrating the strata further by 1 cm. This requirementshall be checked by imparting 100 t-m of chiseling energy per 1 Sq.m. of pile cross-sectional area and measuring the penetration, which should be less than 5 cm.

If at any stage during the chiseling for obtaining the socket length asdescribed in Clause 4.3.7, after having given 1000 chisel blows as mentioned inClause 4.3.4, the rock encountered is such that more than 225 t-m of energy isrequired per I Sq.m of pile cross-sectional area per 1 cm of penetration then the

Page 85: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

85

founding stratum shall be considered to have been reached and furtherchiseling shall be stopped, unless directed otherwise by the ConsultingEngineers. If so directed, further chiseling shall be recorded as t-m-hrs. Achiseling equipment operating for 1 hr. in such a way that 3 t-m of energy areconsistently imparted per blow, shall be considered as 3 t-m-hrs, subject to aminimum of 10 blows per minute.

It shall be the contractors responsibility to ensure the stability of the haleand, far making good the damage if any, resulting from the collapse of the sides.

All chiseled material including circulating mud shall be carted away andsite kept clean at contractors expense.

The entire process of proving the acceptability of the final founding levelshall be carried out in the presence of the Supervising Engineer. Full record ofchisel weight, drop height; number of blows, penetration time taken etc. shall beregularly maintained.

6.6.4 Cleaning and Flushing the Tip ZoneAfter reaching the founding stratum the pile tip zone shall be thoroughly

cleaned by flushing the bore with fresh bentonite slurry to completely replacethe old bentonite slurry used during the previous operations.

A tremie pipe of 150 to 200 mm diameter shall be lowered into the bore &fresh slurry shall be circulated at sufficiently high pressure so that the slurrydischarge rate shall be 500 litres per minute for piles upto 600mm dia, 2000litres per minute for piles upto 1200mm dia. and 8000 litres per minute for pilesupto 2400 mm dia. The specific gravity of the slurry at inflow shall be between1.1 to 1.08. At the outflow it may be mare than 1.1 or less than 1.08. Thespecific gravity shall be checked again after settlement and before recirculation.Fresh bentonite shall be added to maintain the specific gravity at inflow withinthe range of 1.08 to 1.10. Gravel and sand particles in the discharge aftercleaning shall not be less than 4mm.

The cleaning shall be carried out for a total period of 45 minutes in twostages. Cleaning of the first stage of 30 minutes shall be carried out beforelowering the reinforcement cage and for the second stage of 15 minutes afterlowering the reinforcement cage.

If required by the Supervising Engineer the cleaning, of the tip zone shallbe further checked by operating an air lift for 30-minutes. The contents of thedischarge at the outflow shall be examined for the-purpose. This check shall becarried out for every pile at the beginning of the work and on finding thecleaning process satisfactory further check shall be made cm at least 1 pile outof 10 or often as required by the Supervising 'Engineer.

6.6.5 ReinforcementAll piles shall be reinforced using Mild steel bars or high yield strength

deformed bars as specified by the Consulting Engineers.Reinforcement shall be cut and fabricated as per the Consulting Engineers

drawings. Binding wire shall be galvanized.The main longitudinal reinforcement of the piles shall be in one unbroken

length. When this length exceeds the commercially available lengths then thebar length may be made up by lapping of reinforcement rods by 55 times theirdiameters. In addition, the overlapping portion shall be held rigid by tack weldingt three locations along the lap.

The longitudinal reinforcement in the piles shall be held by providing spiralstirrups. At the end of the spiral the next spiral shall overlap by two rounds andthe spirals shall be alternately left handed and right handed.

Page 86: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

86

The assembly of the fabricated reinforcement of the piles into a cage shallbe carried out on a level platform so as to maintain its linearity in the longitudinaldirection. The entire assembly shall be rigid and stable during handling andplacing.

All reinforcement shall be provided with proper specified cover. This covershall be ensured by providing precast concrete circular disc shaped coverblocks with a hole in the Centre. These shall be threaded on to the spiralstirrups.

The assembled cage of the reinforcement shall be carefully lowered intothe bore hole by a crane or a hoist so that no muck or soil or other impurities fallinto the bore hole.

6.6.6 Concreting the PilesConcrete shall be prepared to conform to the specifications Part: A in generaland Clause 5 therein in particular. The workability requirements for placementby tremie shall be achieved not by exceeding the water: cement ratio beyond0.55 but by use of approved plasticizer or water reducing admixtures

Concrete shall be deposited in the pile using a tremie pipe. A minimumconcrete height of 1 m shall be maintained inside the tremie over that of theconcrete in the pile. A minimum tremie penetration of I m into the concrete shallbe ensured at all times so that during the up and down movement of the tremieits bottom does not come out of the concrete in the pile.

All piles shall be concreted to a level at least 1 pile dia or 1 meterwhichever is more, higher than the specified cut-off-elevation of the pile. 1 in 20piles shall be cast upto the ground level to permit-visual inspection of theoverflow of concrete.

6.6.7 Stripping the Pile TopsAfter excavation, the permanent steel liners, if provided, shall be first flame

cut about 125 mm below the cut off elevation of the piles. Care shall beexercised that the concrete is not damaged during the progress.

The as-cast portions of the pile tops shall then be carefully chipped off uptothe cutoff elevation or until hard dense concrete is obtained whichever is thelower. If piles are required to be rebuilt upto specified cut-off elevation, the sameshall be done at the contractors expense. First 50 mm deep groove shall be cutaround the pile using sharp chisel 20 mm wide and only thereafter the innerconcrete shall be removed. Care shall be exercised to ensure that thereinforcement is not damaged.All debris shall be carted away and the site kept dean. Mode of MeasurementThis item shall be measured by numbers separately for different pile diameters.

6.7 CONCRETE AND ALLIED WORK6.7.1 READY MIX CONCRETE

All concrete works shall be carried out by Ready Mix Concrete only.Testing for compressive strength of concrete works shall be carried out asdirected by the Engineer in-charge.

Twelve cubes (150 mm x 150 mm x 150 mm) shall be cast & tested forcompressive strength for 7, 14 & 28 days at the site laboratory for every day'swork. 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. Incase of failure in compressive strength for 28 days, the remaining three cubesshall be sent to the municipal laboratory or any other approved laboratory, asdirected by engineer in-charge for retesting.

Page 87: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

87

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 becarried out at municipal laboratory or approved laboratory as directed by theEngineer in-charge.

In addition to above specified cube and flexural behavior testing, thecontractor shall carryout concrete core testing @ 4 cores per 50m length of wall.Location on core shall be approved by the engineer-in -charge. The site of eachcore shall be min -75 mm dia x200 mm long. All core samples be tested forcompressive strength of fully cured concrete. The core testing shall be carriedout in an approved concrete testing laboratory and reports submitted to theengineer-in-charge. Core cut holes shall be filled with single component Panfibre Reinforced Thixotropic dual shrinkage.

Compensated structural repair mortar shall be of the minimumcompressive strength as that of concrete used for the construction of the wall.

Initial curing shall be done immediately, either by covering with hessiancloth and sprinkling with water over the concreted portion as soon as theconcrete starts setting or by the application of approved resin based aluminizedreflective curing compound which hardens into an impervious film of membrane(with the help of mechanical sprayer.)

Further curing of concrete shall be done as directed, for a minimum periodof 14 days from the date of casting of c.c. slab.

A penalty of Rs.100/- per Sq.M. per day will be levied for broken vatas. Apenalty of Rs.500/- per day will be levied for improper curing.

In controlled concrete the determination of the proportions of cement,aggregate and water to attain the required strength shall be made withpreliminary test by designing the concrete mix at contractors cost.

Mix - design to give the target strength as required shall be preparedpreferably in accordance with the relevant IRC / IS specifications. The sameshall be checked by the Asst. Engineer / Executive Engineer.

All type of concrete works shall conform to relevant I.S. Codes asmentioned below or their latest editions:a. I.S. 10262 1982 for concrete mix design.b. I.S. 383 1970 for aggregates.c. I.S. 456 1978 for concrete. (As modified)d. I.S. 1791 for mixere. I.S. 516. 1959 for testing concrete.f. I.S. 9103 for admixtures for concrete.g. I. S. 8142 & 8122 for cement concrete vibratorsh. I.S. 2505 for immersion type vibratorsi. I. S. 2911 1 to IV water retaining structuresj. Any other relevant I.S. codes as directed.

Ready mix concrete will be brought to the site from RMC plant only bytransit mixers. (agitators).

Page 88: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

88

Every transit mixer will carry delivery challan, mentioning the minimumfollowing details

i) Name of Manufacturer and Depot.ii) Serial No. of challan.iii) Dateiv) Truck No.v) Name of contractor to whom the RMC is being supplied. viz) Location of

contract work.vii) Grade of concrete.viii) Specified workability.

Municipal Corporation Of Greater Mumbai Tender For Storm Water DrainWorks -

ix) Cement content and Grade of cement. x) Time of loadingxi) Quantity of concrete.

When the truck arrives on site, the drum should always be speeded toabout 10 to 15 rev/min, for at least 3 minutes, to make sure that the concrete isthoroughly mixed and uniform, before discharge.

Testing of Ready Mixed Concrete:- The sampling and testing requirementsfor ready mixed concrete are the same as those for site mixed concrete. Asregards testing of workability, following procedure be followed.

After making sure that the concrete has been uniformly mixed, take asample from the first 0.5 cu.m. of concrete discharge, and do a slump (orcompacting factor) test on the sample. If the result complies with the specifiedrequirements, 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 loadshall be rejected, as the same is not as per the specification range. Thespecified slump is 50 mm while carrying out above tests, it may vary by 10 mmas per IS 4926-1976.

No extra payment will be made for the use of admixtures.

The defect liability period will be the responsibility of the main tenderer.

It will be the sole right of the Administration to allow or disallow the use ofready mixed concrete in specific works based on the site situation, number ofworks, distance of plant from the site of work, etc.

The rate shall cover the cost of complete work including boxing, rammingconsolidating, watering, placing, curing. Concrete lost in interstices of rubbleand / or metal packing etc. will not be paid for. The rate includes cost of finishingall exposed surfaces to match with type of finish to surrounding surfaces or asdirected by the engineer.

The rates also include cost of providing, placing, launching, removing,cleaning, striping the form work unless otherwise specifically mentioned.

Page 89: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

89

The rates are also inclusive of cost of vibrating by mechanical vibrator ofappropriate type.

NOTE:- R.M.C. Conditions regarding 14 days compressive strength, 28 daysflexural strength and concrete core test shall be applicable only if C.C. roadwork, is included in the scope of the tender.

REINFORCED CONCRETE

The coarse aggregate in R.C.C. work will consist of metal No. I and 2 asper mix design for controlled concrete and as per specifications. The rates shallcover the cost of complete work including mix design, site laboratory equipmentcentering placing vibrating tamping, watering, curing, compacting, androughening the exposed surfaces for accepting plaster and finishing.

The sizes of members shall be the designed dimensions exclusive offinishing. Use of mechanical vibrator of appropriate type shall be made for allR.C.C. workswherever directed. All joints and gaps in the formwork shall be covered withwaterproof papers as directed. Precast cement mortar (1:2) cover block orapproved plastic cover blocks shall be used for all R.C.C. works as directed forwhich no extra payment will be made.

As soon as form work of slab is removed immediate steps will be taken bythe contractor to remove the water proof paper and cement slurry fromunderside of slab. These operations shall be done within a week's time afterremoval of the centering. If directed sharp internal comers of walls, etc. whichare likely to be broken and which are difficult to rectify shall be rounded orchamfered as directed for which no extra payment will be made.

All the items of R.C.C. are based on controlled concrete mix design & areto be carried out only by R.M.C.

Wastage in cutting steel will not be paid for. Only steel actually fixed inposition shall be paid by linear measurements including hooks and bends. Noextra payment will be made for binding wires, pins, chairs and laps and I orwelding. This shall be noted while quoting the rates.

The M.S. reinforcement / for steel / corrosion resistant steel will be as perdetailed design drawing and schedule or as directed. Same will be as permunicipal code 'B' for R.C.C. structures or as per relevant I.S. codesspecifications.

All the materials to the used in R.C.C. shall be got tested according torelevant I.S. specifications. The material conforming to I.S. specifications onlywill be used in the works.

Wherever Tiscon or equivalent corrosion resistant steel (C.R.S.) is used inworks it shall conform to the chemical and physical properties laid down inmanufacturer's manual and will be got tested as directed.

Page 90: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

90

LIST OF MACHINERY REQUIRED TO BE PROVIDED BY THECONTRACTOR ON EACH WORK.

1. a) Min. two needle vibrators (60 mm) &b) Min. two needle vibrators (40 mm)

2. One water tanks of 5000 Ltrs. capacity each.3. 2 straight edges with scaled wedge.4. Requisite finishing instrument.5. Portable air compressor.6. 2 templates for checking camber7. 12 cube moulds, 150 mm x 150 mm x 150 mm8. 1 slump cone with two additional measuring rods.9. 3 flexural beam moulds of size 700 mm x 150 mm x 150 mm 10. Min. two

sprinklers.10. Levelling instruments.11 Two pharmas12. a) Measuring tape b) Steel tape13. Generator Set - Min. one no.

NOTE:- Machinaries/equipments at 3,6,9,13 shall be applicable only ifC.C.Road work is included in the scope of tender.

Contractor must procure all the aforesaid equipments and machinerybefore commencement of the respective work in good working condition.

The quality of materials and method and control of manufacture andtransportation of all concrete work irrespective of mix, whether reinforced orotherwise shall conform to the applicable portions of this specification.

The Engineer in-charge shall have the right to inspect the source/s ofmaterial/s, the layout and operation of procurement and storage of materials,the concrete batching and mixing equipment, and the quality control system.Such an inspection shall be arranged and Engineer-in-charge's approvalobtained, prior to starting of concrete work. However, this shall not relieve thecontractor with any of his responsibilities and all the materials, which do notconform to the specifications, will be rejected.

The Contractor will maintain a register for quantity of steel consumed andconcreting done updated on daily basis.

6.7.2 APPLICABLE CODES

The following specifications, standards and codes, including all officialamendments/revisions and other specifications & codes referred to therein totherein, should be considered a part of this specification. In all cases the latestissue/edition/revision shall apply. In case of discrepancy between thisspecification and those referred to herein this bid document, this specificationshall govern.

MATERIALS

1. IS:269 Specification for 33 grade ordinary Portland cement

Page 91: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

91

2. IS:455 Specification for Portland slag cement.3. IS:1489 Specification for Portland-pozzolana cement.4. IS: 8112 Specification for 43-grade ordinary Portlandcement.5. IS: 12330 Specification for sulphate resisting Portland cement.6. IS: 383 Specification for coarse and fine aggregates from natural

sources for concrete.

7. IS: 432 Specification for mild steel and medium tensile steel (Parts-I&

II) bars and hard-drawn steel wires for concretereinforcement. 8. IS: 1786 - Specification for high strength deformedsteel bars and wires

for concrete reinforcement.9. IS: 1566 Specification for hard-drawn steel wire fabric for(Part-I)

concrete reinforcement.10. IS: 9103 Specification for admixtures for concrete.11. IS: 2645 Specification for integral cement waterproofing compounds.12. IS: 4990 Specification for plywood for concrete shuttering work.

MATERIAL TESTING

1. IS: 4021 Methods of physical tests for hydraulic cement. (Parts-1 to13)2. IS: 4032 Method of chemical analysis of hydraulic cement.3. IS: 650 Specification for standard sand for testing of cement.4. IS: 2430 Methods for sampling of aggregates for concrete.5. IS: 2386 Methods of test for aggregates for concrete. (parts-I toVIII)6. IS: 3025 Methods of sampling and test (physical and chemical)water

used in industry.7. IS: 6925 Methods of test for determination of water-solublechlorides in

concrete admixtures.

MATERIALS STORAGE

1. IS: 4082 Recommendations on stacking and storing of constructionmaterials at site.

CONCRETE MIX DESIGN

1. IS: 10262 Recommended guidelines for concrete mix design.2. SP: 23 Handbook on Concrete Mixes. (S & T)

CONCRETE TESTING

1. IS: 1199 Method of sampling and analysis of concrete.2. IS:516 Method of test for strength of concrete3. IS: 9013 Method of making, curing and determining compressive

Page 92: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

92

strength of accelerated cured concrete test specimens.

4. IS: 8142Method of test for determining setting time of concrete bypenetration resistance.

5. IS: 9284 Method of test for abrasion resistance of concrete.6. IS: 2770 Methods of testing bond in reinforced concrete.

EQUIPMENT

CODES OF PRACTICE

1. IS: 456 Code of practice for plain and reinforced concrete.2. IS: 457 Code of practice for general construction of plain and reinforced

concrete for dams and other massive structures.3. lS:3370 Code of practice for concrete structures for storage of liquids. (parts-I to IV)4. IS: 3935 Code of practice for composite construction.5. IS: 2204 Code of practice for construction of reinforced concrete shell roof.6. IS: 2210 Criteria for the design of reinforced concrete shell structures and folded

plates.7. IS: 2502 Code of practice for bending and fixing of bars for concrete reinforcement.8. IS: 5525 Recommendation for detailing of reinforcement in reinforced concrete

works.9. IS: 2751 Code of practice for welding of mild steel plain and deformed bars used for

reinforced concrete construction.10. IS: 9417 Specification for welding cold worked bars for reinforced concrete

construction.11. IS: 3558 Code of practice for use of immersion vibrators for consolidating concrete.12. IS: 3414 Code of practice for design and installation of joints in building.13. IS: 4326 Code of practice for earthquake resistant construction of building.14. IS:4014 Code of practice for steel tubular scaffolding.(parts-I & II)15. IS: 2571 Code of practice for laying in-situ cement concrete flooring.16. IS: 7861 Code of practice for extreme weather concreting.

Part-I: Recommended practice for hot weather concreting.Part-II: Recommended practice for cold weather concreting.

17. IS: 13920 Ductile Detailing of Reinforced Concrete Structure subjected to 1993seismic forces.

18. SP-16 Design Aids for Reinforcement Concrete to IS:456-1978(S&T) -1980

1. IS: 1791 Specification for batch type concrete mixers.2. IS: 2438 Specification for roller pan mixer.3. IS: 4925 Specification for concrete batching and mixing plant.4. IS: 5892 Specification for concrete transit mixer and agitator.5. IS: 7242 Specification for concrete spreaders.6. IS: 2505 General Requirements for concrete vibrators: Immersion type.7. IS: 2506 General Requirements for screed board concrete vibrators.8. IS: 2514 Specification for concrete vibrating tables.9. IS: 3366 Specification for pan vibrators.10. IS: 4656 Specification for form vibrators for concrete.11. IS: 11993 Code of practice for use of screed board concrete vibrators.12. IS: 7251 Specification for concrete finishers.13. IS: 2722 Specification for portable swing weigh batchers for concrete

(single and double bucket type).14. IS: 2750 Specification for steel scaffoldings.

Page 93: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

93

19. SP-24 Explanatory Handbook on IS:456-197820. SP-34 Handbook on Concrete Reinforcement and Detailing (S&T) - 1987

CONSTRUCTION SAFETY1. IS:3696 - Safety code for scaffolds and ladders.(Parts-I & II)2. IS:7969 - Safety code for handling and storage of building materials3. IS: 8989 - Safety code for erection of concrete framed structures.

MEASUREMENT1. IS: 1200 Method of measurement of building and engineering works.2. IS: 3385 Code of practice for measurement of civil engineering works.

6.7.3 MATERIALS FOR STANDARD CONCRETE

The ingredients to be used in the manufacture of concrete shall consistsolely of Ordinary Portland Cements, clean sand, natural coarse aggregate,clean water, and admixtures, if specifically called for on conditions at sitewarrant its use.

Cementi) The contractor will have to make own arrangements for procuring cement andsteel.ii)The Contractor will have to make his own arrangements for transport fromsupplier godown and storage of adequate quantity of cement. Contractor willconstruct cement godown at site as per MCGM rules. Cement in bulk may bestored in bins or silos, in batches of 10x10, which will provide completeprotection from dampness, contamination and minimize caking and false set.Cement bags shall be stored in a dry enclosed shed (storage under tarpaulinswill not be permitted), well away from the outer walls and insulated from the floorto avoid contact with moisture from the ground and so arranged as to provideready access. Damaged or reclaimed or partly set cement will not be permittedto be used and shall be removed from the site. The storage bins and storagearrangement shall be approved by the Engineer-in-charge. Consignments ofcement shall be stored as received and shall be consumed in the order of theirdelivery.

iii)Cement held in storage for a period of ninety (90) days or longer shall betested. Should at any time the Engineer-in-charge have reasons to consider thatany cement is defective, then irrespective of its origin, date of manufacture andor manufacturer's test certificate, such cement shall be tested immediately atthe Contractor's cost at an approved laboratory and until the results of suchtests are found satisfactory, it shall not be used in any work. Testing certificatesfor each batch of cement should be submitted by the contractor to the Engineerin charge, before starting the concreting work. The Contractor shall not beentitled to any claim of any nature on this account.

AGGREGATESi) General

"Aggregate" in general designates both fine and coarse inert materialsused in the manufacture of concrete (Vide BIS 456 & BIS 383) and confirming totests as per BIS 2386 (Part I to VI)

Page 94: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

94

"Coarse Aggregate" is aggregate most of which is retained when passedthrough on 4.75 mm BIS sieve.

All fine and coarse aggregates proposed for use in the works shall besubject to the Engineer-in-Charge's approval and after specific materials havebeen accepted, the source of supply of such materials shall not be changedwithout prior approval of the Engineer-in-Charge.

Aggregates shall consist of natural sands, stone (crushed or uncrushed)and gravel from a source known to produce satisfactory aggregate for concreteand shall be chemically inert, non-flaky, strong, hard, durable againstweathering, of limited porosity and free from deleterious materials that maycause corrosion of the reinforcement or may impair the strength and or durabilityof concrete. The grading of aggregates shall be such as to produce a denseconcrete of specified strength and consistency that will work readily into positionwithout segregation and shall be based on the "mix design" and preliminarytests on concrete specified later.ii) Sampling and testing

Samples of the aggregates for mixed design and determination ofsuitability shall be taken under the supervision of the Engineer in-charge anddelivered to the laboratory, well in advance of the scheduled placing ofconcrete. Records of tests, which have been made on proposed aggregatesand on concrete made from this source of aggregates, shall be furnished toEngineer in-charge in advance of the work, for use in determining aggregatesuitability. The costs of all such tests, sampling etc. shall be borne by thecontractor.iii) Storage of aggregates

All coarse and fine aggregates shall be stacked separately in stock piles inthe material yard near the work site in bins properly constructed to avoid intermixing of different aggregates. Contamination with foreign material and earthduring storage and while heaping the materials shall be avoided. Theaggregates must be of specified quality not only at the time of receiving at sitebut more so at the time of loading into mixer. Rakers shall be piled in layers notexceeding 1.20 m in height to prevent coning or segregation. Each layer shallcover the entire area of stockpile before succeeding layers are started.Aggregates that have become segregated shall be rejected.iv) Specific Gravity

Aggregates having a specific gravity below 2.4 (saturated surface drybasis) shall not be used.

6.7.4 FINE AGGREGATEFine aggregate shall consist of natural or crushed sand conforming to BIS

383 confirming to tests as per BIS 2386 part I to VI. The sand shall be clean,sharp, hard, strong and durable and shall be free from dust, vegetablesubstances, adherent coating, clay, alkali, organic matter, mica, salt, or otherdeleterious substances, which can be injurious to the settingqualities/strength/durability of concrete.

Screening and Washing: Sand shall be prepared for use by such screeningor washing, or both, as necessary, to remove all objectionable foreign matterwhile separating the sand grains to the -required size fraction.

a) Foreign Material limitations : The percentage, deleterious substances in.sand delivered to the mixer shall not exceed the following:.

Page 95: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

95

Table 2 : Foreign Material Limitations in Fine Aggregate

Sr. Foreign material Percentage by weightUncrushed Crushed

1 Material finer than 75 micron BISsieve

3.0 15.0

2 Shale 1.0 -3 Coal & Lignite 1.0 1.04 Clay Lumps - 1.0

Total 5.0 17.0Gradation : Unless otherwise directed or approved by the Engineer-in-Charge,the grading of sand shall be within the limits indicated here as under.

Table 3 : Grading of Sand for Fine Aggregate

Sr. BIS :SieveDesignation

GradingZone I

GradingZone II

GradingZone III

GradingZone IV

1 10 mm 100 100 100 1002 4.75 mm 99-100 90-100 90-100 95-1003 2.36 mm 60-95 75-100 85-100 95-1004 1.18 mm 30-70 55-90 75-100 90-1005 600 microns 15-34 35-59 60-79 80-1006 300 microns 5-20 8-30 12-40 15-507 150 microns 0-10 0-10 0-10 0-15

Where the grading falls outside the limits of any particular grading zone ofsieves, other than 600 microns IS sieve, by total amount not exceeding 5%, itshall be regarded as falling within that grading zone. This tolerance shall not beapplied to percentage passing the 600 micron IS sieve or to percentage passingany other sieve on the coarser limit of grading zone I or the finer limit of gradingzone IV. Fine aggregates conforming to grading zone IV shall be used. Mixdesigns and preliminary tests shall show its suitability for producing concrete ofspecified strength and workability.

c) Fineness Modulus

The sand shall have a fineness modulus of not less than 2.2 or more than4.2. The fineness modulus is determined by adding the cumulative percentagesretained on, the following IS sieve sizes (4.75 mm, 2.36 mm, 1.18 mm, 600microns'and 150 microns) and dividing the sum by 100.

6.7.5 COARSE AGGERGATES

a) Coarse aggregate for concrete, except as noted above, shall conform to IS 383& IS 2386. This shall consist of crushed stone and shall be clean and free fromelongated, flaky or laminated pieces, adhering coatings, clay lumps, coalresidue, clinkers, slag, alkali, mica, organic matter or other deleterious matter.

b) Screening and Washing: Crushed rock shall be screened and or washedfor the removal of dirt or dust coating, if so requested by the Engineer in-Charge.

Page 96: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

96

c) Gradingi) Coarse aggregate shall be either in single size or graded, in both cases the

grading shall be within the following limits:

BISSieveSize(mm)

Percentage passing for single sizedaggregate of normal size

Percentage Passing For GradedAggregate Of Normal Size

40 mm 20 mm 16 mm 12.5Mm

10mm 40 mm 20 mm 16mm

12.5mm

63 100 - - - - 100 - - -40 85-100 100 - - - 95-100 - - -20 0-20 85-100 100 - - 30-70 95-100 100 -16 - - 85-100 100 - - 90-

100-

12.5 - - - 85-100 100 - - - 90-10010 0-5 0-20 0-30 0-45 85-100 10-35 25-35 30-70 40-85

4.75 - 0-5 0-5 0-10 0-20 0-5 0-10 0-10 0-102.36 - - - - 0-5 - - - -

ii) The pieces shall be angular in shape and shall have granular or crystallinesurfaces. Friable, flaky and laminated pieces, mica and shale, if present, shallbe only within tolerance limits, which will not affect adversely the strength and ordurability of concrete. The maximum size of coarse aggregate, shall be 40 mmfor M-7.5 and M-10 and 20mm for M-15 to M-20 concrete, or as directed by theEngineer-in-charge or specified otherwise. The maximum size of coarseaggregate shall be the maximum size specified above but in no case greaterthan 1/4"' of the minimum thickness of the member, provided that the concretecan be placed without difficulty so as to surround all reinforcement thoroughlyand fill the comers of the form. For plain concrete the maximum size ofaggregate shall be of 40 mm. For heavily reinforced concrete members, thenominal maximum size of the aggregate shall be 5 mm less than the minimumclear distance between the reinforcing main bars or 5 mm less than theminimum cover to reinforcement whichever is smaller.

e) Foreign material limitations:-The percentage of deleterious materials in the aggregate delivered to the

mixer shall not exceed the following:

Table 4 : Foreign Material Limitations in Coarse Aggregate

Sr.No.

Foreign Material Percentage by weightUncrushed Crushed

1 Material finer than. 75 micron BISSieve

3.0 3.0

2 Coal and lignite 1.0 1.03 Clay Lumps 1.0 1.04 Soft Fragments 3.0 -

Total 8.0 5.0

Page 97: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

97

6.7.6 Water:-

a) Water used for washing, mixing and curing shall be free from injurious amounts ofdeleterious materials. Potable water is generally satisfactory for mixing and curingconcrete. Physical and chemical analysis of the water should be submitted to theEngineer-in-charge, before starting the work.

b) In case of doubt, the suitability of water for making concrete shall be ascertainedby the compressive strength and initial setting time test specified in BIS 456. Thesample of water taken for testing shall be typical of the water proposed to be usedfor concreting, due account being paid to seasonal variation. The sample shall notreceive any treatment before testing other than that envisaged in the regularsupply of water proposed for use in concrete.. The sample shall be stored in aclean container previously rinsed out, with similar water.Note:- Water sample shall be sent to Municipal Laboratory for necessary testing

regularly where source of supply is changed.

6.7.7 Steel and Aluminium Members Encased In Concrete

Structural steel and aluminum ladders etc. to be encased in concrete shall bewithout paint. Primer should be used for encasing purpose. The encasing shallbe done in concrete with 10 mm, maximum size aggregate and a works cubestrength not less than 150 kg/sq.cm. at 28 days unless otherwise specified. Themember shall be wrapped with galvanized aluminum wire mesh of adequatesize. The galvanized aluminum wire mesh shall be kept 20 mm from the edge orsurface of the member and shall be held in position securely. The member willhave a minimum cover of 50 mm unless otherwise indicated in the drawings.Where the clear cover is more than 75 mm, concrete with 20 mm coarseaggregate can be used.

6.7.8 Controlled Concrete

All concrete in the works shall be "Controlled Concrete" as defined in IS: 456except for M-7.5 and M-1 0 for which normal mix concrete shall be used.Whether reinforced or otherwise, all concrete works to be carried out under thisspecification shall be divided into the following classifications:Minimum Compressive Strength Of 15 cm cubes at 7 days and 28 days aftermixing, conducted in accordance with IS: 516.

Class Preliminary TestN/mm2

Works TestN/mm2

MaximumSizeOf

Aggregatemm

Locations ForUse

At 7Days

At 28days

At 7days

At 28days

M40 33.5 50.0 27.0 40.0 20As indicated

in thespecificationsor as requiredM35 30.0 44.0 23.5 35.0 20 -do

M30 25.0 38.0 20.0 30.0 40 or 20 -doM25 22.0 32.0 17.0 25.0 40 or 20 -doM20 17.5 26.0 13.5 20.0 40 or 20 -doM15 13.5 20.0 10.0 15.0 40 or 20 -do

Page 98: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

98

Note: It shall be very clearly understood that whenever the grade of concretesuch as M-20, etc. is specified it shall be contractor's responsibility to ensure theminimum crushing strength stipulated for the respective grade of concrete isobtained at works.

6.7.9 MIX DESIGN

6.7.9.1 GeneralThis is essential for investigating the grading of aggregates, water-cement

ratio, workability and the quality of cement required to give preliminary andworks cubes of the minimum strength specified. The proportions of the mix shallbe determined by weight Adjustment of aggregate proportions due to moisturepresent in the aggregate shall be made. Determination of mix proportions shallbe carried out according to "Recommended guidelines for Concrete Mix Design"conforming to IS:10262.

Whenever there is a change either in required strength of concrete, orwater-cement ratio or workability or the source of aggregates and/or cement,preliminary tests shall be repeated to determine the revised proportions of themix to suit the altered conditions. While designing proportions, over-wet mixesshall always be avoided.

While fixing the value for water/cement ratio for preliminary mixes,assistance may be derived from the graph (Appendix A, BIS 456 showing therelationship between the 28 day compressive strengths of concrete mixes withdifferent water/cement ratios and the 7-day compressive strength of cementtested in accordance with IS:269.

6.7.9.2 Preliminary TestsTest specimens shall be prepared with at least two different water/cement

ratios for each class of concrete, consistent with work ability required for thenature of the work. The materials and proportions used in making preliminarytests shall be similar in all respects to those to be actually employed in theworks as the object of these tests is to determine the properties of cement,aggregates and water necessary to produce concrete of required consistencyand to give the specified strength, it will be contractor's sole responsibility tocarry out these tests and he shall therefore furnish to Engineer-in-Charge astatement of proportions proposed to be used for the various concrete mixes.For preliminary tests, the following procedure shall be followed.

Materials shall be brought to the room temperature and all materials shallbe in a dry condition. The quantities of water cement and aggregate for eachbatch shall be determined by weight to an accuracy of 1 part in 100 parts.

Mixing concrete shall be done by hand (for small quantities, as directed byEngineerin-Charge) or in a small batch mixer as per IS:516 in such a manner asto avoid loss of water. The cement and fine aggregate shall first be mixed dryuntil the mixture is uniform in color. The coarse aggregate shall then be added,mixed and water added and the whole batch mixed thoroughly for a period ofnot less than two minutes until the resulting concrete is uniform in appearance.Each batch of concrete shall be such a size as to leave about 10% excessconcrete, after moulding the desired number of test specimens.

The consistency of each batch of concrete shall be measured immediatelyafter mixing, by the slump test in accordance with IS:1199. If in the slump test,care is taken to ensure that no water or other material is lost, the material usedfor the slump test may be re-mixed with the remainder of the concrete for

Page 99: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

99

making the specimen test cubes. The period of re-mixing shall be as short aspossible yet sufficient to produce a homogeneous mass.

The samples for compression tests of concrete shall be made as perIS:516 on 15 cm cubes. Each mould shall be provided with a metal base platehaving a plate surface so as to support the mould during filling without leakage.The base plate shall be preferably attached to the mould by springs or screws.The parts of the mould when assembled shall be positively and rigidly heldtogether. Before placing concrete, the mould and base plate shall be leaned andoiled. The dimensions and internal faces of the mould shall be accurate withinthe following limits. Height and distance between the opposite faces of themould shall be of specified size ±0.2 mm. The angle between the adjacentinternal faces and between internal faces and top and bottom faces of mouldshall be 90-degree +0.5 degree. The interior faces of the mould shall be planesurfaces with a permissible variation of 0.03 mm.

Concrete test cubes shall be moulded by placing fresh concrete in themould and compacted as specified in IS 516.

Curing shall be as specified in IS 516. The cubes shall be kept in moist airof at least 90% relative humidity at a temperature of 27 degree C ± 2 degree Cfor 24 hours ±2 hours from the time of adding water to the dry ingredients.Thereafter they shall be removed from the moulds and kept immersed in clean,fresh water and kept at 27 degree C +2 degree C temperature until required fortest. Curing water shall be renewed every-seven days. A record of maximumand minimum temperatures at the place of storage of the cubes shall bemaintained during the period they remain in storage.

The strength shall be determined based on not less than five cube testspecimens for each age and each water cement ratio. All these laboratory testresults shall be tabulated and furnished to the Engineer-in-charge. The testresults shall be accepted by the Engineer-in-charge if the average compressivestrengths of the specimens tested is not less than the compressive strengthspecified for the age at which specimens are tested subject to the condition thatonly one out of the five consecutive tests may give a value less than thespecified strength for that age. The Engineer-in-charge may direct the contractorto repeat the tests if the results are not satisfactory and also make suchchanges as he considers necessary to meet the requirements specified. Allthese preliminary tests shall be conducted by the contractor at his own cost inan approved laboratory or in laboratory of MCGM.

6.7.10 Proportioning, Consistency, Batching and Mixing of ConcreteThe determination of the water cement ratio and proportion of aggregates

to obtain the required strength shall be made from preliminary tests bydesigning the concrete mix. Controlled concrete shall be used on all concretework complying with all the requirements of IS:456. Cube tests shall be carriedout by the contractor on the trial mixes before the actual concreting operationstarts. Based on the strength of the concrete mix sanction for the use has to beobtained from engineer in charge.

If during the execution of the works it is found necessary to revise the mixbecause of the cube tests showing lower strengths than the required one due toinconsistency of quality of material or otherwise, The Engineer in charge shallask for fresh trial mixes to be made by the contractor. No claim to alter the ratesof concrete work shall be entertained due to such change in mix variations as itis the contractor's responsibility to produce the concrete of the required grade.

Great care shall be exercised when mixing the actual works concrete usingthe proportions of the selected trial mix. The final concrete mix shall have the

Page 100: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

100

same proportions of cement, fine and coarse aggregates and water as that ofthe approved selected mix.

A reasonable number of bags should be weighed separately to check theNet weight, where the weight of cement is determined by accepting themanufacturer's weight per bag at the site. Proper control of mixing water isdeemed to be of paramount importance. If mixers with automatic addition ofwater are used, water should be either measured by volume in calibratedbuckets, tins or weighed. All measuring equipment shall be maintained in aclean serviceable condition and their accuracy periodically checked and certifiedand the Engineer-in-Charge's approval obtained.

The Engineer-in-Charge may require the contractor to carry out moisturecontent tests in both fine and coarse aggregates. The amount of the addedwater shall then be adjusted to compensate for any observed variations in themoisture contents. BIS: 2386 shall be referred to for determination of moisturecontent.

No substitution in material, used on the work or alteration in theestablished proportions shall be made without additional tests to show that thequality and strength of concrete are satisfactory. No alterations shall bepermitted without the prior sanction of the Engineer-in-Charge.

6.7.11 MIXING OF CONCRETEThe mixing of concrete shall be strictly carried out in an approved type of

BATCHING & MIXING PLANT FOR CONCRETE. Ready Mix Concrete as perIS 4926-1976 shall be used for which Concrete Batching Plant should beprovided at site. The Concrete Batching Plant shall be fully computerised. TheConcrete Batching Plant shall have a Capacity of 30 Cum/Hr. Minimum FourTransit Mixer shall be provided with Concrete Pumps along with line pumps forready mix concrete. Fully equipped Quality Assurance Laboratory shall beprovided and following tests shall be done: Equipment Tests Calibration of Electronic Load Cell (Weigh Batcher) Calibration of Water Meter. Calibration of Admixture Dispenser Calibration of Cube Testing Machine.

For small concreting works, mechanical concrete mixers may be used. Theentire batch shall be discharged before recharging. Mixing periods shall bemeasured from the time when all of the solid materials are in the mixing drum,provided that all of the mixing water shall be introduced before one fourth of themixing time has elapsed. The mixing time in no case shall be less than twominutes. The mixer speed shall not be less than 14 nor more than 20revolutions per minute. Mixing shall be continued until there is a uniformdistribution of the materials and the mass is uniform in color and consistency.Hand mixing of concrete shall not be permitted at all.

6.7.12 Grade of ConcreteThe different grades of concrete specified shall conform to the strengths as

required by IS:456-2000. Standard deviation shall be calculated as stated in9.24 of IS:456-2000. The acceptable criteria for concrete shall be as stated inIS:456 -2000.The assumed standard deviations as given in table 8 of IS:456-2000 have to be followed and are given here under. However, the minimumcement content shall be as per Table no. 7: Minimum Cement Content inConcrete in this tender document

Page 101: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

101

Table 5 : Grade of Concrete

Grade of Concrete Assumed Standard Deviation N/sq.mmM10 3.5M 15 3.5M 20 4.0M 25 4.0M 30 5.0M 40

6.7.12.1 Controlled ConcreteControlled concrete shall be used on all concreting works except where

specified otherwise the mix proportions for all grades of concrete shall bedesigned to obtain strengths corresponding to the values specified in tablebelow for respective grades of concrete.

Table 6 : Compressive Strengths at 28 daysGrade Specified Characteristic Compressive

Strength at 28 days (N/sq.mm)M15 15M20 20M25 25M30 30M 40 40

The maximum Water : Cement ratio for all controlled concrete works shallbe as specified in IS:456-2000 as Preliminary tests as specified in the BIS codeand required by the Engineer-in-Charge shall be carried out sufficiently ahead ofthe actual commencement of the work with different grades of concrete madefrom representative samples of aggregates and cement expected to be used onthe job to ascertain the ratios by weight of cement of total quantity of fine andcoarse aggregates and the water cement ratio required to produce a concrete ofspecified strength and desired workability.The minimum cement content for each grade of concrete shall be as per tablebelow.

Table 7 : Minimum Cement Content in Concrete and Maximum free Water Cement Ratio

Grade ofConcrete

Minimum Cement Content inConcrete

(kg/cum of finishedConcrete)

Maximum Free WaterCement Ratio

M 20 300 0.55M 25 300 0.50M 30 320 0.45M 35 340 0.45M 40 360 0.40

At least 4 (four) trial batches are to be made and 7 test cubes should betaken for each batch noting the slump on each mix. These cubes shall then beproperty cured and two cubes for each mix shall be tested in a testing.laboratory approved by the Engineer-in-Charge at 7 days and others at 28 daysfor obtaining the ultimate compressive strength. The test reports shall be

Page 102: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

102

submitted to the Engineer in charge. The cost of mix design and testing shall beborne by the contractor. On the basis of the preliminary test reports for trial mix,a proportion of mix by weight and water cement ratio will be approved by theEngineer in charge, which will be expected to give the required strength.Consistency and workability and the proportions so decided for different gradesof concrete shall be adhered to during all concreting operations. If however atany time the Engineer-in-Charge feels that the quality of material, being usedhas been changed from those used for preliminary mix design, the contractorshall have to run similar trial mixes to ascertain the mix proportions andconsistency.

The mix once approved must not be varied without prior approval of theEngineer-in Charge. However should the contractor anticipate any change inthe quality of future supply of materials than that used for preliminary mixdesign, he shall inform the same to the Engineer- in charge and bring freshsamples sufficiently ahead to carry out fresh trial mixes. The engineer in chargeshall have access to all places and laboratory where design mix is prepared.Design mix will indicate by means of graphs and curves etc. the extent ofvariation in the grading of aggregates, which can be allowed.

In designing the mix proportions of concrete, the quantity of both cementand aggregate shall be determined by weight. All measuring equipment shall bemaintained in clean and serviceable condition and their accuracy periodicallychecked.

To keep the water cement ratio to the designed value, allowance shall bemade for the moisture contents in both fine and course aggregates anddetermination of the same shall be made as frequently as directed by theEngineer-in-Charge. The determination of moisture contents shall be accordingto IS:2386 (Part Ill).

6.7.12.2 Strength RequirementsWhere ordinary Portland cement conforming to IS:269 or Portland blast

furnace slag cement conforming to IS:455 and Dortland pozzolana cementsconforming to IS:1489 is used the compressive strength requirements forvarious grades of concrete shall be as shown in table below. Where rapidhardening Portland cement is used the 28 days compressive strengthrequirements specified in Table- hereunder shall be met in 7 days. The strengthrequirements specified in table shall apply to both controlled concrete andordinary concrete.Strength Requirements of ConcreteGrade of Minimum Compressive Strength Concrete inConcrete Accordance with IS:516 (In kg/cm)

As per IS:456-2000For 15 cm cube specimens For 15 cm cubeat 7 days Specimens at 28 daysWork Test Preliminary Work Test

M 15 100 200 150M 20 135 260 200M 25 170 320 250M 30 200 380M 35 235 440 350M40 270 500 400

Page 103: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

103

Other requirements of concrete strength as may be desired by the Engineer incharge shall be in accordance with Indian Standard BIS:456 (latest revision).The acceptance of strength of concrete shall be as per "Sample size andAcceptance Criteria" of IS:456 (latest revision) subject to stipulation and/ormodifications stated elsewhere in this specification if any.

Concrete work found unsuitable for acceptance shall have to bedismantled and replaced to the satisfaction of the engineer in -charge by thecontractor free of cost of the owner. No payment will be made for the dismantledconcrete, the relevant formwork and reinforcement, embedded mixtures etc.wasted in the dismantled portion shall be made. In the course of dismantling ifany damage is done to the embedded items or adjacent structures, the sameshall also be made good free of charge by the contractor to the satisfaction ofthe Engineer in charge. If the water quantity has to be increased in specialcases, cement also be increased proportionately to keep the ratio of water tocement same as adopted in trial mix design for each grade of concrete.

6.7.12.3 WorkabilityThe workability of concrete shall be checked at frequent intervals by slump

test. Where facilities exist and if required by the Engineer-in-Charge,alternatively the compacting factor test in accordance with IS:1199 shall becarried out. The degree of workability necessary to allow the concrete to be wellconsolidated and to be worked into the comers of form work and round thereinforcement to give the required surface finish shall depend on the type andnature of the structure and shall be based on experience and tests. The limits ofconsistency for structures are as specified in the table below:

Table 8 : Limits of Consistency

Placing Conditions Degree ofWorkability

Values of Workability

Concreting of shallowSectionswith vibration

Very low 20-10 seconds Veebeetime or 0.75-0.80compacting factor

Concreting of lightlyReinforced sections Withvibration

Low 10-5 seconds or 0.80-0.85compacting factor

Concreting of lightlyReinforced sections WithoutVibration orHeavily reinforced SectionwithVibration

Medium 5-2 seconds Veebee timeor 0.85-0.92 compactingfactor or 25-75mm slumpfor 20 mm Aggregate

Concreting of heavilyReinforced sectionscompacting Without vibrationfactor

High Above 0.92 compactingfactor or 75-125 mmslumps for 20 mmaggregate

Page 104: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

104

6.7.13 Workmanship

All workmanship shall be according to the latest relevant standards. Beforestarting a pour the contractor shall obtain the approval of the Engineer-in-Charge in a "Pour Card" maintained for this purpose. He shall obtain completeinstructions about the material and proportion to be used, slump, workability ofwater per unit of cement, number of test cubes to be taken, finishing to be doneand any admixture to be added etc.

6.7.14 Sampling And Testing Concrete In The FieldSampling and Testing of Concrete shall conform to IS:456 2000.

a) Facilities required for sampling materials and concrete including whetherproof buildings to house the facilities in the field, shall be provided by thecontractor at no extra cost. The following equipment with operator shall be madeavailable in serviceable conditions.

i. Concrete cube-testing machine suitable for 15 cm cubesof 100 tonnes capacity with proving calibration ring 1 no.

ii. Cast iron cube moulds 15 cm size 6 nos.iii. Slump cone complete with tamping rod 1 setiv. Laboratory balance to weigh upto 5 kg with sensitivity of 10 gm 1 no.v. BIS sieves for coarse and fine aggregates 1 setvi. Set of measures from 5 litres to 0.1 litre 1 setvii. Electric oven with thermostat upto 120° C 1 no.viii. Flakiness gauge 1 no.ix. Elongation index gauge 1 no.x. Sedimentation pipette 1 no.xi. Calibrated glass jar 1.0 litre capacity 2 nos.xii. Glass flasks and metal containers As requiredxiii. Chemical reagents like sodium hydroxide,

tannic acid, litmus paper etc. - As requiredxiv. Laboratory balance of 2 kg capacity and

sensitivity of I gm - I no.xv. Weighing Machine for cement bags of 6 Nos.: 2 nos.xvi. Vernier Calipers As required.xvii. Thermometer for concrete As required

b) No concrete of any kind may be placed until the field concrete testing laboratoryas specified is provided to the satisfaction of the Engineer-in charge.. Thecontractor shall notify the Engineer-in-Charge in advance of all concrete andconcrete material testing as provided in the clause to provide the Engineer- in -Charge/his representative with 'an opportunity to witness all prescribed tests.

c) At least 6 test cubes of each grade of concrete shall be made of every 50cumconcrete or part thereof or from different batches as directed by Engineer-in-Charge. Such samples shall be drawn on each day for each type of concrete.Out of each set of 6 cubes, three shall be tested at 7 days age and three at 28days age. The cubes must be cast from various batches to arrive at an averagestrength. The laboratory test results shall be tabulated and furnished to theEngineer-in- Charge. The Engineer-in Charge will pass the concrete if averagestrength of the specimens tested is not less than the strength specified, subject

Page 105: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

105

to the condition that only one out of three consecutive tests may give a valueless than the specified strength but this shall not be less than 90% of thespecified strength.

b) Consistency: Slump tests shall be carried out as often as requested by the Engineer-in-Charge and invariably from the same batch of concrete from which the test cubes aremade. Slump tests shall be done immediately after sampling.

6.7.15 Concrete TestsThe Engineer-in-Charge, may order tests to be carried out on cement, sand,coarse aggregate, water in accordance with the relevant Indian standards.

Tests on Cement shall include: Fineness test Test for normal consistency Test for setting time Test for soundness Test for tensile strength Test for compressive strength Test for heat of hydration (by experiment and by calculations) in accordance

with BIS 269

Tests on Sand shall include: Sieve test Test for organic impurities Decantation test for determining clay and silt content Specific gravity test Test for unit weight and bulkage factor Test for sieve analysis and fineness modulus

Tests on Coarse Aggregate shall Include: Sieve analysis Specific gravity and unit weight of dry, loose and rodded aggregate Soundness and alkali aggregate reactivity Petrography examination Deleterious materials and organic impurities Test for aggregate crushing value

Any or all these tests would normally be ordered to be carried out only ifthe Engineer-in-Charge feels the materials are not obtained and shall beperformed by the contractor at an approved test laboratory or at MCGMlaboratory. The contractor shall. bear the charges of these optional tests.

Concrete not made to the requirements of specification in all respects maybe rejected by the Engineer-in-Charge in which case it shall be removed andreconstructed entirely at the expense of the contractor.

6.7.16 Load test on Members or any other testsi) In the event of any work being suspected of material or workmanship or both,

the Engineer-in-Charge requiring its removal and reconstruction may order, orthe contractor may request that it should be load tested in accordance with thefollowing provisions.

Page 106: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

106

ii) The test load shall be 125% of the maximum superimposed load for which thestructure was designed. Such test load shall not be applied before 56 days afterthe effective hardening of concrete. During the test, struts strong enough to takethe whole load shall be placed in position leaving a gap under the members.The test load shall be maintained for 24 hours before removal.

iii) If within 24 hours of the removal of the load, the structure does not show arecovery of at least 75% of the maximum deflection shown during the 24 hoursunder load, the test loading shall be repeated after a lapse of at least 72 hours.The structure shall be considered to have failed to pass the test if the recoveryafter the second test is not at least 75% of the maximum deflection shownduring the second test. If the structure is certified as failed by the Engineer-in-Charge, the cost of all the new construction and the load tests shall be borne bythe contractor.

iv) Any other tests, e.g. taking out in an approved manner concrete cores,examination and tests on such cores removed from such parts of the structureas directed by the Engineer-in-charge, sonic testing etc. shall 'be carried out bythe contractor, if so directed, at no extra cost.

6.7.17 Unsatisfactory testsShould the results of any test prove unsatisfactory, or the structure shows signsof weakness, undue deflection or faulty construction, the contractor shallremove and rebuild the member or members involved or carry out such otherremedial measures as may be required by the Engineer-in-Charge.

6.7.18 Admixtures6.7.18.1 General

Admixtures may be used in concrete where required, only with theapproval of the Engineer-in-Charge. However it should be seen that, with thepassage of time, neither the compressive strength nor its durability is reduced.Calcium chloride shall not be used for accelerating set of the cement for anyconcrete containing reinforcement or embedded steel parts. When calciumchloride is permitted to be used, such as in mass concrete works, it shall bedissolved in water and added to the mixing water in an amount not to exceed1.5% of the weight of the cement in each batch of concrete. When admixturesare used, the designed concrete mix shall be corrected accordingly. Admixturesshall be used as per manufacturer's instruction and in the manner and with thecontrol specified by the Engineer-in-Charge.

6.7.18.2 Air Entraining AgentsNeutralized vinson resin or other approved air in the concrete mix agents

shall conform to the requirements of ASTM standard 6.260; Air EntrainingAdmixtures for Concrete. The recommended total air content of the concrete is4% + 1%. The method of measuring air content shall be as per IS: 1199.

6.7.18.3 Water Reducing AdmixturesWater reducing lignosulfonate admixture may be added in quantities

approved by the Engineer-in-charge. The admixtures shall be added in the formof a solution.

6.7.18.4 Retarding AdmixturesRetarding agents may be added to the concrete mix in quantities approved

by the Engineer-in-Charge.6.7.18.5 Water Proofing Agent

Page 107: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

107

Water proofing agents shall conform to IS:2645. 6.7.18.6 OtherAdmixtures. The Engineer-in-Charge may at his discretion allow the contractorto use any other admixture in the concrete.

6.7.19 Preparation Prior to Concrete Placement, Final Inspection and Approvala. Before the concrete is actually placed in position, the insides of the formwork

shall be inspected to see that they have been cleaned and oiled. Temporaryopenings shall be provided to facilitate inspection, especially at bottoms ofcolumns and wall forms, to permit removal of sawdust, wood shavings, bindingwire, dirt etc. Openings shall be placed or holes drilled so that these materialsand water can be removed easily. Such openings/holes shall be suitablyplugged later.b. The various agencies shall be permitted ample time to install drainage andplumbing lines, floor and trench drains, conduits, hangers, anchors, inserts,sleeves, bolts, frames and other miscellaneous embedment to be cast in theconcrete as specified or required or as is necessary for the proper execution ofthe work as specified in the drawings.

c. All embedded parts, inserts, etc. supplied by the MCGM or the contractor shallbe correctly positioned and securely held in the forms to prevent displacementduring depositing and vibrating of concrete.

d. All anchor bolts shall be positioned and kept in place with the help of properlymanufactured templates unless specifically waived in writing by the Engineer-in-charge.

e. Slots, openings, holes, pockets etc. shall be provided in the concrete work in theposition specified in drawing or required or as directed by the Engineer-in-charge.

f. Reinforcement and other items to be cast in concrete shall have clean surfacesthat will not impair bond.g. Prior to concrete placement, all work shall be inspected and approved by theEngineer-in-Charge and if found unsatisfactory, concrete shall not be poureduntil after all defects have been corrected.

a. Approval by the Engineer-in-Charge of any and all materials and work as requiredherein shall not relieve the contractor from, his obligation to produce finishedconcrete in accordance with the requirements of the specifications.

i. Rain or wash waterNo concrete shall be placed in wet weather or on a water-covered surface.

Any concrete that has been washed by heavy rains shall be entirely removed, ifthere is any sign of cement and sand having been washed away from theconcrete mixture. To guard against damage, which may be caused by rains, theworks shall be covered with tarpaulins immediately after the concrete has beenplaced and compacted before leaving the work unattended. Any wateraccumulating on the surface of the newly placed concrete shall be removed byapproved means and no further concrete shall be placed thereon until suchwater is removed. To avoid flow of water over/around freshly placed concrete,suitable drains and sumps shall be provided. During summer season,temperature of water should be maintained, as per the criteria and for the same,icing should be done for concreting work.

j. Bonding MortarImmediately before concrete placement begins, prepared surfaces except

formwork, which will come in contact with the concrete to be placed, shall becovered with a bonding mortar as specified.

k. The corrosive on the reinforcement should be removed by means of wire brush.

Page 108: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

108

I. Laitance should be removed by means of chiseling from top concrete layer,which was earlier concreted

6.7.20 Transportation6.7.20.1 General

All buckets, containers or conveyors used for transporting concrete shallbe mortar tight, leak proof irrespective of the method of transportation adopted,concrete shall be delivered with the required consistency and plasticity withoutsegregation or loss of slump. However, chutes shall not be used for transport ofconcrete without the written permission of the Engineer-in-charge and concreteshall not be re-handled before placing.

6.7.20.2 Retempered or Contaminated ConcreteConcrete must be placed in its final position before it becomes too stiff to

work. On no account, water shall be added after the initial mixing. Concrete,which has become stiff or has been contaminated with foreign materials shall berejected and disposed off as directed by the Engineer-in-Charge.

6.7.20.3 Avoiding Segregation

Concrete shall, in all cases, be deposited as nearly as practicable directly,in its final position and shall not be re-handled to flow in a manner which willcause segregation, loss of materials, displacement of reinforcement, shutteringor embedded insets, or impair its strength. For locations where direct placementis not possible, and in narrow forms, the Contractor shall provide suitable dropand "Elephant Trunks" to confine the movement of concrete. Special care shallbe taken when concrete is dropped from a height, especially if reinforcement isin the way, particularly in column and, the walls.

6.7.20.4 Placing by Manual LabourExcept when otherwise approved by the Engineer-in-Charge, concrete

shall be placed in the shuttering by shovels or other approved implements, andshall not be dropped from a height more than 1.0 m or handled in a manner,which will cause segregation.

6.7.20.5 Placing by Mechanical EquipmentThe following specification shall apply when placing concrete by use of

mechanical equipment is warranted considering the nature of work involved.The control of placing shall begin at the mixer discharge. Concrete shall bedischarged by a vertical drop into the middle of the bucket or hopper and thisprinciple of a vertical discharge of concrete shall be adhered to throughout allstages of delivery until the concrete comes to rest in its final position.

6.7.20.6 Types of BucketsCentral-bottom-dump buckets of a type that provides for positive regulation

of the amount and rate of deposition of concrete in all dumping positions, shallbe employed.

6.7.20.7 Operation of BucketIn placing concrete in large open areas, the bucket shall be spotted directly

over the position designated and then lowered for dumping. The open bucket

Page 109: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

109

shall clear the concrete already in place and the height of drop shall not exceed1.0 m. The bucket shall be opened slowly to avoid high vertical bounce. Dumpingof buckets on the swing or in any manner, which results in separation ofingredients or disturbance of previously placed concrete, will not be permitted.

6.7.20.8 Placement of Restricted FormsConcrete placed in restricted forms by barrows, buggies, cars, short chutes

or hand shoveling shall be subject to the requirement for vertical delivery oflimited height to avoid segregation and shall be deposited as nearly aspracticable in its final position.

6.7.20.9 ChutingWhere it is necessary to use transfer chutes, specific approval of Engineer-

in-charge must be obtained to type, length slopes, baffles, vertical terminals andtiming of operations. These shall be so arranged that an almost continuous flowof concrete be obtained at the discharge and without segregation. Concreteshould flow smoothly in the chute and there should not be any obstruction to theflow. To allow for the loss of mortar against the sides of the chutes, the firstmixes shall have less coarse aggregate. During cleaning of chutes, thewastewater shall be kept dear of the forms. Concrete shall not be permitted tofall from the end of the chutes by more than 1.0 m. Chutes, when approved foruse shall have slopes not flatter than 1 vertical, 3 horizontal and not steeper than1 vertical, 2 horizontal. Chutes shall be of metal or metal lines end of roundedcross section. The slopes of all chute sections shall be approximately the same.The slopes of all chute sections shall be approximately the same. The dischargeend of the chutes shall be maintained above the surface of the concrete in theforms.

6.7.20.10 Placing by Pumping/Pneumatic Placers

Concrete may be conveyed and placed by mechanically operatedequipment e.g., pumps or pneumatic placers only with the written permission ofthe- Engineer-inCharge at no extra cost. The slump shall be held to the minimumnecessary for conveying concrete by this method.When pumping is adopted, before pumping of concrete is started, the pipelineshall be lubricated with one or two batches of mortar composed of one partcement and two parts sand. Care shall be taken to avoid stoppages in work oncepumping has started.

When a pneumatic placer is used, the manufacturer's advice on layout ofthe pipeline shall be followed to avoid blockages and excessive wear. Restraintshall be provided at the discharge box to cater for the reaction at this end.Manufacturer's recommendations shall be followed regarding concrete qualityand all other related matters when pumping/ pneumatic placing equipment isused. It should be noted that no extra payment is made for these items, ifrequired and directed by Engineer-inCharge.

6.7.20.11 Concrete in Layers

Concreting, once started, shall be continuous until the pour is completed.Concrete shall be placed in successive horizontal layers of uniform thicknessranging from 15 cm to 45 cm directed by Engineer-in-Charge. These shall be

Page 110: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

110

placed as rapidly practicable to prevent the formation of cold joints or planes ofweakness between each succeeding layer within the pour.. The thickness ofeach layer shall be such that it can be deposited before the previous layer hasstiffened. The bucket loads or other units of deposit, shall be spottedprogressively along the face of the layer with such overlap as will facilitatespreading the layer to uniform depth and. texture with a minimum shoveling.. Anytendency to segregation shall be corrected by shoveling stones into mortar ratherthan mortar on to stones. Such a condition shall be corrected by redesign of mixor other means, as directed by the Engineer-in-charge.

6.7.20.12 Cover Blocks

Cover blocks of required size depending on the cover of the reinforcementas mentioned in the drawings shall be prepared. in 1:3 cement mortar with fineaggregates.

6.7.20.13 Bedding of Layers

The top surface of each pour and bedding planes shall be approximatelyhorizontal unless otherwise instructed. Top layer should be rough and with keyfor further extension of work.

6.7.20.14 Compaction

Concrete shall be compacted during placing with approved vibratingequipment until the concrete has been consolidated to the maximum practicabledensity, as specified in the IS, is free of pockets of coarse aggregate and fitstightly against all form surfaces, reinforcement and embedded fixtures. Particularcare shall be taken to ensure that all concrete placed against the form faces andinto corners of forms against hardened concrete at joints is free from voids orcavities. The use of vibrators shall be consistent with the concrete mix andcaution exercised not to over vibrate the concrete to the point that segregationresults.

6.7.20.15 Type of Vibrators

Vibrators shall conform to BIS specifications. Type of vibrator to be usedshall depend on the structures where concrete is to be placed. Shutter vibratorsto be effective, shall be firmly secured to the formwork which must be sufficientlyrigid to transmit the vibration and strong enough not to be damaged by it.Immersion vibrators in sufficient numbers and each of adequate size shall beused to properly consolidate all concrete. Tapping or external vibrating of formsby hand tools or immersion vibrators will not be permitted.

6.7.20.16 Use of Vibrators

The exact manner of application and the most suitable machines for thepurpose must be carefully considered and operated by experienced men.Immersion vibrators shall be inserted vertically at points not more than. 450 mmapart and withdrawn when air bubbles cease to come to the surface. Immersionvibrators shall be withdrawn very slowly. In no case shall immersion vibrators be

Page 111: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

111

used to transport concrete inside the forms. Particular attention be paid tovibration at the top of a lift e.g. in a column or wall.

6.7.20.17 Melding Successive Batches

When placing concrete in layers, which are advancing horizontally as thework progresses, great care shall be exercised to ensure adequate vibrationblending and melding of the concrete between the succeeding layers.

6.7.20.18 Penetration of Vibrators

The immersion vibrator shall penetrate the layer being placed and alsopenetrate the layer below while the under layer is still plastic to ensure goodbond and homogeneity between the two layers and prevent the formation of coldjoints.

6.7.20.19 Vibrating against Reinforcement

Care shall be taken to prevent contact of immersion vibrators againstreinforcement steel. Immersion vibrators shall not be allowed to come in contactwith reinforcement steel after start of initial set. They shall also not be allowed tocome in contact with forms or finished surfaces.

6.7.20.20 Use of Form Attached VibratorsForm attached vibrators shall be used only with specific authorization

of the Engineer-in-Charge.

6.7.20.21 Use of surface Vibrators

The use of surface vibrators will not be permitted under normal conditions.However, for thin slabs, surface vibrating by specially designed vibrators may bepermitted, upon approval of Engineer-in-Charge.

6.7.20.22 Stone Pockets And Mortar Pondages

The formation of stone pockets and mortar pondages in comers andagainst faces of forms shall not be permitted. Should these occur,, they shall bedug out, reformed and refilled to sufficient depth and shape for thoroughbonding, as directed by the Engineer-in-Charge.

6.7.21 Placement Interval

Except when placing with slip forms, each placement of concrete inmultiple lift work, shall be allowed to set for at least 24 hours after the final set ofconcrete and before the start of a subsequent placement.

6.7.22 Special Provision in Placing

When placing concrete in walls with openings, in floors of integral slabsand beam construction and other similar conditions, the placing shall stop when

Page 112: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

112

the concrete reaches the top of the opening in walls or bottom horizontal surfaceof the slab, as the case may be.Placing shall be resumed before the concrete in place takes initial set, but notuntil it has had time to settle as determined by the Engineer-in-Charge.

6.7.23 Placing Concrete Through Reinforcing Steel

When placing concrete through reinforcing steel, care shall be taken toprevent segregation of the coarse aggregate. Where the congestion of steelmakes placing difficult, it may be necessary to obtain Engineer in-Charge'spermission for temporarily moving the top steel aside for proper placement & forrestoring reinforcement as per drawing.

6.7.24 Bleeding

Bleeding or free water on top of concrete being deposited into the forms,shall be the cause to stop the concrete pour and the conditions causing thisdefect corrected before any further Concreting is resumed.

6.8 Application of Araldite for Bonding of New and Old Concrete

6.8.1 GeneralAraldite epoxy resins will be used to bond fresh concrete to concrete that is

fully cured, to give a monolithic bond capable of transmitting high stresses whentraditional bonding agents such as cement slurry cannot always be relied upon toprovide good adhesion which is particularly the case when large areas areinvolved.

The Araldite based formulation shall be applied to a suitably prepared concretesubstrata and the fresh concrete poured as soon as possible, but always duringthe 'open time' of the adhesive.

Materials used shall be of best quality and approved by the Engineer-in-charge.Manufacturer's instructions shall be followed in all respects. No separatepayment shall be paid for this item of work.

6.8.2 Formulation

ARALDITE GY250 100 Parts by weight

Hardener HY825 20 Parts by weight

Hardener HY830 20 Parts by weight

Hardener HY850 20 Parts by weight

Silica Flour 20 Parts by weight

6.8.3 Application6.8.3.1 Preparation of the Substrata

To obtain good adhesion, it is necessary to have dean and soundsubstrata. Preparation can be carried out using a variety of techniques includingchemical treatment and mechanical methods such as grinding, milling, abrading,

Page 113: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

113

planning and sand blasting. Dust and loose particles resulting from thepretreatment should be removed by vacuum cleaning or oil-free or blast.

6.8.3.2 Mixing

The resin and hardener should be thoroughly mixed in the dry filler. The mixed,ready to use adhesive should not contain lumps of unwetted filler and should beof uniform color. For a total weight of 1 kg or less hand mixing should besufficient. For quantities in excess of 1 kg, the use of a mechanical mixer isrecommended.

6.8.3.3 Pot life and `Open time'

The pot life is the period during which the ready to use ARALDITEbased formulation must be applied. After this period, the mix can no longer beworked and will have begun to set in its container. The table below indicates thepot life at different temperatures:

MixTemperature

Pot life inminutes

25° C 90 Minutes30° C 60 Minutes35° C 45 Minutes

(The figures in this table are for batches less than 1 kilogram).

The 'Open time' is the maximum period of time allowable betweenapplication of the ARALDITE adhesive and pouring the fresh concrete.Exceeding the 'Open time' would result in considerably reduced adhesion. Theadhesive should be applied to the pre-treated substrata as soon as thecomponents have been mixed and fresh concrete poured immediatelyafterwards.

Accurate knowledge of the 'Open time' is essential in case the work isinterrupted. Table gives the 'Open time' of ARALDITE based formulations as afunction of substrata temperature. In all cases, the adhesives shall be appliedimmediately after mixing. Any delay between mixing and application will reducethe 'Open time'. Fresh concrete must be poured before the adhesive begins togel. New to old concrete bonding is not recommended at temperatures below, 5Degree Centigrade as curing cannot be assured under these circumstances.

6.8.3.4 Methods of Application

The shape and size of the concrete structure will determine themethod of application used. The ARALDITE based adhesive may be applied byhand using brushed, brooms or any other suitable applicator.

6.8.3.5 Suitability of Fresh Concrete

Best results are obtained when the water/ cement ratio of the new concrete islow as is practicable.

Page 114: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

114

6.8.3.6 Coverage

One kilogram of the mixed -ARALDITE adhesive including hardeners andfiller covers an area of 2 to 3 sq.m. when applied with a stiff nylon bristle brush.However, the coverage is very much dependent on the finish in the concrete.

6.8.3.7 Handling Precautions

Epoxy resins can cause irritation of the skin in sensitive person ifincorrectly handled. Certain safety precautions must therefore be observed andthose handling the resins and hardeners should be given suitable instructions.Those working with epoxy resins should, above all, be instructed that personalcleanliness at the place of work is essential. The resin and hardener should notbe allowed to come into direct contact with the skin. The most effectiveprotection is achieved by wearing rubber or polythene gloves, the latter havingthe advantage that they can be replaced when dirty. They are more pleasant towear if cotton gloves are worn underneath. Parts of the skins, which have comeinto contact with the resin or hardener, should be washed with lukewarm waterand a mild soap. Special leaning creams may be used as they have proved to behighly suitable.

6.8.4 Construction Joints

A construction joint is defined as a joint in the concrete introduced forconvenience in construction at which special measures are taken to achievesubsequent continuity without provision for further relative movement.

No concreting shall be started until the Engineer-in-Charge has approvedthe method of placing the positions and form of the construction joints and lifts.The construction joints shall be so located as not to impair the strength of thestructure. Water stops shall be inserted as per clause 3.20

Concrete placed to form the face of a construction joint shall have allLaitance removed and the aggregate exposed prior to the placing of freshconcrete. The Laitance shall wherever practicable be removed by spraying theconcrete where it is still green. The whole of the concrete surface forming part ofthe joint shall be hacked to expose the aggregate. Where aggregate is damagedduring hacking, it shall be removed from the concrete face by further hacking. Allloose matter shall be removed and the exposed surface thoroughly cleaned bywire brushing, air blasting or washing, leaving the surface clean and damp.Immediately before fresh concrete is placed, a 12 mm thick layer of sand/cementmortar mixed in the same proportions as in the concrete shall be spread in thehorizontal face of the construction joint. A drier mix shall be used for the top lift ofhorizontal face of the construction joint. A drier mix shall be used for the top lift ofhorizontal pours to avoid Laitance. The new concrete shall be well workedagainst the prepared face before the mortar sets. Special care shall be taken toobtain thorough compaction and to avoid segregation of the concrete along thejoint plane.

Page 115: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

115

6.8.5 Movement Joints

Movement joints are defined as all joints intended to accommodate relativemovement between adjoining parts of a structure, special provision being madewhere necessary for maintaining the water tightness of the joint. The contractorshall comply with the instructions of manufacturers of proprietary jointingmaterials and shall, if required by the Engineer-in-Charge, demonstrate that thejointing materials can be applied satisfactorily.

The surface of set concrete in a movement joint shall, as shown on thedrawings, be painted with two coats of bituminous paint and new concrete shallbe placed against it only when the paint is dry. Expansion joints shall be formedby a separating strip of approved preformed joint filler.

Caulking grooves shall be provided. At all joints where a caulking groove isformed, immediately prior to caulking, the groove shall be wire brushed andloose material removed and blown out by compressed air. After the groove hasdried, it shall be primed and caulked with approved sealing compound applied inaccordance with the manufacturer's instructions. At all caulked joints, the face ofthe caulking strip and a width of concrete on either side shall be painted with twocoats of paint having the same base as the sealing compound.

6.8.6 Water Stops and Joint Fillers

6.8.6.1 Water stops

At all construction, contraction and expansion joints in the water retainingstructures and wherever specified or directed by the Engineer-in-Charge, waterstops shall be provided. The water stops shall be PVC type or of any otherequivalent material as approved by the Engineer-in-charge. PVC water stopsshall have a tensile strength of not less than 14 MN/m2 and elongation at breakof not less than 300%. Water stops shall not be exposed to direct sunlight forlong periods. Before being concreted in water stops shall be cleaned of allforeign materials. Wherever provided, water stops shall be placed in such amanner that they are embedded in the adjacent sections of the panels for equalwidth.

As far as possible, jointing on site shall be confined to the making of buttjoints in straight runs of water stops and all the joints should be monolithic.Where it is agreed with the Engineer-in-charge that it is necessary to make anintersection or change of direction of any joint, other than a butt joint in a straightrun on site, a preliminary joint, intersection or change of direction piece shall bemade and submitted to such tests as the Engineer-in-charge may require.Flexible water stops shall be fully supported in the formwork, free of nails andclear of reinforcement and other fixtures. Damaged water stops shall be replacedand during concreting care shall be taken to place the concrete so that waterstops do not bend or distort.

The different types of water stops to be used in liquid retaining structureswill be as follows:

Page 116: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

116

Table 9 : Types of Water Stops

Sr. Type of Joint Type of water stops

1. Partial/complete contraction jointin walls and slabs

230 mm wide, ribbed withhollo centre bulb & 6 mmminimum thickness

2. Expansion joints in walls and slabs 230 mm wide, ribbed withhollo centre bulb & 6 mmminimum thickness

3. Construction joint in raft 230 mm wide, ribbed withhollo centre bulb & 6 mmminimum thickness

4. Construction joint in wall 230 mm wide, ribbed withhollocentre bulb & 6 mmminimum thickness

5. Expansion joint raft 230 mm wide, ribbed withhollo centre bulb & 6 mmminimum thickness

6.8.6.2 Jointing fillers

Joint fillers shall be of durable, compressible and non-extruding material.

6.8.7 Sealing Compounds

Horizontal joints shall, where used in water-retaining structures be sealedwith a cold pouring polysulphide rubber sealing compound of quality equal to, orbetter than serviced "Paraseal". Horizontal joints in roofs, floors and other non-water retaining structures shall be sealed with an approved sealant withproperties equal to or better than serviced "Paraplastic 41". Vertical joints andjoints in the soffits of slabs in both water retaining as well as non-water retainingstructures shall be sealed with a trowel or gun applied polysulphide rubbersealing compound such as serviced "Vertiseal" or equivalent. Sealingcompounds shall be fully cured before water is permitted to come in contact. At40° C, the curing time would be approximately 7 weeks for polysulphidecompound.

6.8.8 Tolerances in Concrete Surfaces

Concrete surfaces for the various classes of unformed and formed finishesspecified in various clauses shall comply with the tolerances shown in Tablehereunder, except where different tolerances are expressly required by thespecification.

In the table 'line and level' and 'dimension' shall mean the lines, levels andcross sectional dimensions as specified and required.

Page 117: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

117

Surface irregularities shall be classified as 'abrupt' or 'gradual'. Abruptirregularities include by shall not be limited to offsets and fins caused bydisplaced or misplaced formwork, loose knots and other defects in formworkmaterials, and shall be tested by direct measurement. Gradual irregularities shallbe tested by means of a straight template for plane surfaces and 1.5 m longformed surfaces.

Class ofFinish

Maximum tolerance (mm) in:Line & level Abrupt

irregularityGradual

irregularityDimension

U 1 12 6 6 -U2 6 3 3 -U3 6 3 3 -F 1 12 6 6 +12-6F 2 6 6 +12-6F3 3 3 3 + 6-

6.8.9 Curing, Protecting, Repairing and Finishing

6.8.9.1 Curing

All concrete shall be cured by keeping it continuously damp for the periodof time required for complete hydration and hardening to take place. Preferenceshall be given to the use of continuous sprays, or ponded water, continuouslysaturated coverings of sacking, canvas, Hessian or other absorbent materials, orapproved effective curing compounds applied with spraying equipment capableof producing a smooth, even textured coat. Extra precautions shall be exercisedin curing concrete during cold and hot weather as outlined hereinafter. Thequality of curing water shall be the same as that used for mixing concrete.

6.8.9.2 Curing with Water

Fresh concrete shall be kept continuously wet for a minimum period of 10days from the date of placing of concrete, following a lapse of 12 to 14 hoursafter laying of concrete. The curing of horizontal surfaces exposed to the dryingwinds shall however begin as soon as the concrete has hardened. Water shallbe applied to. formed surfaces immediately upon removal of forms. Quantity ofwater applied shall be controlled so as to prevent erosion of freshly placedconcrete.

6.8.9.3 Continuous Spraying

Curing shall be assured by use of an ample water supply under pressure inpipes, with all necessary appliances of hose, sprinklers and spraying devices.Continuous fine mist spraying or sprinkling shall be used, unless otherwisespecified or approved by the Engineer-in-charge.

6.8.9.4 Alternate Curing Methods

Whenever in the judgment of the Engineer-in-Charge, it is necessary toomit the continuous spray method, a covering of clean sand or other approvedmeans such as wet gunny bags, which will prevent loss of moisture from theconcrete, may be used. No type of covering will be approved which would stain

Page 118: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

118

or damage the concrete during or after the curing period. Covering shall be keptcontinuously wet during curing period. For curing of concrete in sidewalks, floors,flat roofs of other level surfaces, the ponding method of curing is preferred. Themethod of containing the ponded water shall be approved by the Engineer-in-Charge. Special attention shall be given to edges and comers of the slabs toensure proper protection to these areas. The ponded areas shall be keptcontinuously filled with water during the curing period.

6.8.9.5 Curing Compound

Surface coating type-curing compounds shall be used only by specialpermission of Engineer-in-Charge. Curing compounds shall be liquid type whitepigmented, conforming to US Bureau of Reclamation specification. No curingcompound shall be used on surfaces where future blending with concrete, waterof acid proof membrane or painting is specified.

6.8.9.6 Curing Equipment

All equipment and materials required for curing shall be on hand and readyfor use before concrete is placed.

6.8.9.7 Protecting Fresh Concrete

Fresh concrete shall be protected from defacements and damage due toconstruction operations by leaving forms in place for an ample period asspecified in section D3 of this specification. Newly placed concrete shall beprotected by approved means such as tarpaulins from rain, sun and winds. Stepsas approved by the Engineer-inCharge shall also be taken to protect immatureconcrete from damage by debris, excessive lading, vibration, abrasion or contactwith other materials, etc. that may impair the strength and/or durability of theconcrete. Workmen shall be warned against and prevented from disturbing greenconcrete during its setting period. If it is necessary that the workmen enter thearea of freshly placed concrete, the Engineerin-Charge may require that bridgesbe placed over the area.

6.8.10 Repair and Replacement of Unsatisfactory Concrete

6.8.10.1 General

Immediately after the shuttering is removed, the surface of concrete shallbe very carefully gone over and all defective areas called to the attention of theEngineer-in charge who may permit patching of the defective areas or also rejectthe concrete unit either partially or in its entirety. Rejected concrete shall beremoved and replaced by the contractor. Holes shall be filled with mortarcomposed of one part of cement to one and half parts of sand passing 2.36 mmLS sieve after removing any loose stones adhering to the concrete. Concretesurfaces shall be finished as described in specifications or as directed by the,Engineer-in-charge. Superficial honey combed surfaces and rough patches shallbe similarly made good immediately after removal of shuttering, in the presenceof the Engineer-in-charge and superficial water and air holes shall be filled in.The mortar shall be well worked into the surface with a wooden float. Excesswater shall be avoided. Unless instructed otherwise by the Engineer-in-charge,

Page 119: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

119

the surface of the exposed concrete placed against shuttering shall be rubbeddown immediately on removal of shuttering to remove fine or other irregularities,care being taken to avoid damaging the surface. Surface irregularities shall beremoved by grinding. If reinforcement is exposed or the honeycombing occurs atvulnerable positions e.g. ends of beams or columns, it may be necessary to cutout the member completely or in part and reconstruct. The decision of theEngineer-in-charge shall be final in this regard. If only patching is necessary, theedges being cut perpendicular to the affected surface or with a small undercut ifpossible. Anchors, tees or dovetail slots shall be provided whenever necessaryto attach the new concrete securely in place. An area extending severalcentimeters beyond the edges and the surfaces of the prepared voids shall besaturated with water for 24 hours immediately before the patching material isplaced.

6.8.10.2 Use of Epoxy

The use of epoxy for bonding fresh concrete used for repairs will bepermitted upon written approval of the Engineer-in-charge. Epoxies shall beapplied in strict accordance with the instructions of the manufacturer.

6.8.10.3 Method of Repair

Small size holes having surface dimensions about equal to the depth of thehole, holes left after removal of form bolts, grout insert holes and slots cut forrepair of cracks shall be repaired as follows.

The hole to be patched shall be roughened and thoroughly soaked withclean water until absorption stops. A 5 mm thick layer of grout of equal parts ofcement and sand shall be well brushed into the surface to be patched, followedimmediately by the patching concrete which shall be well consolidated with awooden float and left slightly protrude of the surrounding surface. The concretepatch shall be built up in 10 mm thick layers, after an hour or more, dependingupon weather conditions, it shall be worked off flush with a wooden float and asmooth finish obtained by wiping with hessian. A steel trowel shall be used forthis purpose. The mix for patching shall be of the same materials and in thesame proportion as that used in the concrete being repaired, although somereduction in the maximum size of the coarse aggregates may be necessary andthe mix shall be kept as dry as possible. Mortar filling by air pressure (gunniting)shall be used for repair of areas too large and/or too shallow for patching withmortar. Patched surfaces shall be given a final treatment to match the colour andtexture of the surrounding concrete. White cement shall be substituted forordinary cement, if so directed by the Engineer-in-charge, to match the shade ofthe patch with the original concrete.

6.8.10.4 Curing of Patched Work

The patched area shall. be covered immediately with an approved non-staining, water-saturated material such as gunny bags, which shall be keptcontinuously wet and protected against sun and wind for a period of 24 hours.Thereafter, the patched area shall be kept wet continuously by a fine spray, orsprinkling for not less than 10 days. All fillings shall be tightly bounded to the

Page 120: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

120

concrete and shall be sound, free from shrinkage cracks after the fillings havebeen cured and dried.

6.8.10.5 Approval by the Engineer-in-Charge

All materials, procedures and operations used in the repair work shall besubject to the approval of the Engineer-in-Charge.

6.8.11 Finishing

6.8.11.1 General

The type of finish for formed concrete surfaces shall be as follows, unlessvaried by the Engineer-in-Charge.

When the structure is in service all the surfaces shall receive no specialfinish, except repair of damaged or defective concrete, removal of fine andabrupt irregularities, filling defective concrete, filling of holes left by form ties androds and clean up of loose or adhering debris. Surfaces which will be exposed tothe weather and which would normally be level shall be sloped for drainage.Unless a horizontal surface or the slope required is specified, the tops of narrowsurfaces such as stair treads, walls, curbs and parapets shall be sloped acrossthe width approximately I in 30. Broader surfaces such as walkways, andplatforms shall be sloped about I in 50. Surfaces that will be covered by backfillor concrete, sub floors to be covered with concrete topping, terrazzo or quarrytiles and similar surfaces shall be smooth ascended and leveled to produce evensurfaces. Surface irregularities shall not exceed 6 mm. Surfaces which will not becovered. by backfill, concrete or tile toppings such as outside decks, floors ofgalleries and sumps, parapets, gutters, side-walks, floors and slabs, shall beconsolidated, screened and floated. Excess water and laitance shall be removedbefore final finishing. Floating may be done with hand or power tools and startedas soon as the screened surface has attained a stiffness to permit finishingoperations and these shall be the minimum required to produce a surfaceuniform in texture and free from screened marks or other imperfections. Jointsand edges shall be tooled as specified or as directed by the Engineer-in-Charge.

6.8.11.2 Standard Finish For Exposed Concrete

Exposed concrete shall mean any concrete, other than floors or slabs,exposed to view upon completion of the works. Unless otherwise specified, thestandard finish for exposed concrete shall be a smooth finish. A smooth finishshall be obtained with the use of lined or plywood forms having smooth and evensurfaces and edges. Panels of forms shall be of uniform size and be as large aspracticable and installed with closed joints. Upon removal of forms the jointmarks shall be smoothed off and all blemishes, protections etc., removed leavingthe surfaces smooth.

6.8.11.3 Integral cement concrete finish

When specified, an integral cement concrete finish of specified thicknessfor floors and slabs shall be applied either monolithic or bonded, as specified ordirected by the Engineer-in-charge. The surface shall be tested with a straight

Page 121: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

121

edge and any high and low spots eliminated. Floating or toweling of the finishshall be permitted only after all surface water has evaporated. Dry cement or amixture of dry cement and sand shall not be sprinkled directly on the surface ofthe cement finish to absorb moisture or to stiffen the mix.

6.8.11.4 Rubbed finish

A rubbed finish shall be provided only on exposed concrete surfaces. Uponremoval of forms, all fins and other projections on the surfaces shall be carefullyremoved, offsets leveled and voids and/or damaged sections immediatelysaturated with water and repaired by filling with a concrete or mortar of thesame composition as was used in the surface. The surfaces shall then bethoroughly wetted and rubbed with carborundun or other abrasive. Cementmortar may be used in the rubbing, but the finished surfaces shall not be brushcoated with either cement or grout after rubbing. The finished surfaces shallpresent a uniform and smooth appearance.

6.8.11.5 ProtectionAll concrete shall be protected against damage until final acceptance by

the Engineer-in-charge.

6.8.12 Hot Weather Requirement

All Concrete work performed in hot weather shall be in accordance withIS:456, except as herein modified.

Admixtures may be used only when approved by the Engineer-in-Charge.

Adequate provisions shall be made to lower concrete temperatures by coolingredients, eliminating excessive mixing, preventing exposure of mixers andconveyors to direct sunlight and the use of reflective paint on mixers, etc. Thetemperature of the freshly placed concrete shall not be permitted to exceed 38degrees centigrade.

Consideration shall be given to shading aggregate stockpiles from directrays of the sun and spraying stockpiles with water, use of cold water whenavailable, and burying, insulating, shading and/or painting white the pipelinesand water storage tanks and conveyance.In order to reduce loss of mixing water, the aggregate, wooden forms, subgrade, adjacent concrete and other moisture absorbing surfaces shall be wellwetted prior to concreting, placement and finishing shall be done as quickly aspossible.Extra precautions shall be taken for the protection and curing of concrete.Consideration shall be given to continuous water curing and protection againsthigh temperatures and drying hot winds for a period of at least 7 daysimmediately after concrete has set and after which normal curing proceduresmay be resumed.

6.8.13 Placing Concrete Underwater

a) Under all ordinary conditions, all foundations shall be completely dewatered andconcrete placed in the dry. However, when concrete placement under water is

Page 122: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

122

necessary, all work shall conform to IS:456 and the procedure shall be asfollows: Method of Placement

Concrete shall be deposited underwater by means of tremies, or drop bottombuckets of approved type.

Direction, Inspection and ApprovalAll work requiring placement of concrete underwater shall be designed,

directed and inspected with due regard to local circumstances and purposes.All underwater concrete shall be placed according to specifications

approved by the Engineer-in-Charge.

b) Special precautions shall be taken for prevention of lifting of concrete due touplift pressure of subsoil water.

6.8.15 Slots, Openings, Etc.

6.8.15.1 General

Slots, openings or holes, pockets, etc., shall be provided in the concretework in the approved positions or as directed by Engineer-in-charge. Shortpipes with puddle collar shall be fixed in the sidewall of suction pipes. They shallbe supplied at the appropriate time during construction. Any deviation from theapproved drawings shall be made good by contractor at his own expense,without damaging any other work. Sleeves, bolts, inserts etc., shall also beprovided in concrete work where so required.

6.8.17 Inspection

a. All materials, workmanship and finished construction shall be subject tocontinuous inspection and approval of the Engineer-in-Charge.

b. All materials supplied by the Contractor and all work or construction performedby the Contractor which is rejected as not being in conformity with thespecifications and requirements, shall be immediately replaced.

c. All concrete shall be protected against damage until final acceptance by theEngineer-in-Charge.

6.8.18 Clean-Up

a. Upon completion of the concrete work, all forms, equipment, construction tools,protective coverings and any debris resulting from the work shall be removedfrom the premises.

b. All debris i.e. empty containers, scrap wood, etc., shall be removed to "dump"daily, or as directed by the Engineer-in-Charge.

c. The finished concrete surfaces shall be left in a clean condition satisfactory tothe Engineer-in-Charge.

6.8.19 Records of Concreting

An accurate and up to date record showing times, dates, weather andtemperature conditions when various positions of all the concrete structuresforming the works were concreted will be kept by the Engineer-in-charge andshall be countersigned by the Contractor. If the Contractor fails to sign the

Page 123: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

123

Engineer-in-Charge's record, it shall nevertheless be regarded as correct andbinding on the Contractor.

The Contractor has to submit concrete pour card in duplicate duly to besigned to the Engineer-in-Charge for each type of concreting work. Contractorshall keep copy of it, after Engineer-in-Charge has checked and signed the pourcard.Note:- Above condition about concrete pour card shall be applicable only if C.C.Road work is included in the scope of tender.

6.8.20 Supply of CementContractor shall procure / purchase the cement and shall be sacked and well

maintained as specified in the earlier sections. Contractor shall procure cementin those quantities required for maximum one month of concreting work andmore than the prescribed time limit is not allowed. For any damage to cement,MCGM will not be responsible and the damaged cement will not be used in thework

6.8.21 Foundation Bedding, Bonding and Jointing

All surfaces upon or against which concrete will be placed shall be suitablyprepared by thoroughly cleaning, washing and dewatering, as specified or asthe Engineer-in-charge may direct, to meet the various situations encountered inthe work.

Soft or spongy areas shall be cleaned out and backfilled with lean concreteor clean sand fill compacted.

Prior to construction of formwork for any item where soil will act as bottomform, approval shall be obtained from the Engineer-in-Charge for the suitabilityof the soil.

6.8.22 Preparation of Rock Strata of Foundations

a. To provide tight bond with rock foundations, the rock surface shall be preparedand the following general requirements shall be observed.

b. Concrete shall not be deposited on large sloping rock surfaces. Where requiredby the Engineer-in-charge, the rock shall be cut to form rough steps or benchesto provide roughness or a more suitable bearing surface.

c. Rock foundation stratum shall be prepared by picking, barring, wedging andsimilar methods which will leave the rock in an entirely sound and unshatteredcondition.

d. Shortly before concrete is placed, the rock surface shall be cleaned with high -pressure water and air jet even though it may have been previously cleaned inthat manner.

f. Prior to placing concrete, the rock surface shall be kept wet for a period of 2 to 4hours unless otherwise directed by the Engineer-in-Charge.

g. Before placing concrete on rock surfaces all water shall be removed fromdepressions to permit thorough inspection and proper bonding of the concreteto the rock.

6.9 FORMWORK6.9.1 Formwork, Fixing and General

Page 124: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

124

a) All formwork shall be constructed of waterproof plywood or preferably sheetmetal. Plywood used for formwork shall be -conforming to BIS:4990 i.e.Specification for plywood for concrete shuttering works. The materials forformwork shall be got approved by the Engineer-in-charge before starting thework. Formwork shall be firmly supported, adequately strutted, braced and tiedto withstand the placing and vibrating of concrete and the effects of weather.The tolerance on line and level shall not exceed 3 mm and the soffits of beamsother than pre-stressed beams shall in the absence of any specified camber, beerected with an upward camber of 6 mm for each 3 meters of span.

b) The Contractor shall be responsible for the calculations and designs for theformwork, and if required, shall submit them to the Engineer-in-charge forapproval before construction. On formwork to external faces, which will bepermanently, exposed, all horizontal and vertical formwork joints shall be soarranged that joint lines will form a uniform pattern on the face of the concrete.Where the Contractor proposes to make up the formwork for standard sizedmanufactured formwork panels, the size of such panels shall be approved bythe Engineer-in-charge before they are used in the construction of the Works.The finished appearance of the entire elevation of the structure and adjoiningstructures shall be considered when planning the pattern of joint lines caused byformwork and by construction joint to ensure continuity of horizontal and verticallines.

c) Faces of form work in contact with concrete shall be free from adhering foreignmatter, projecting nails and the like, splits or other defects, and all form workshall be dean and free from standing water, dirt, shavings, chippings or otherforeign matter. Joints shall. be sufficiently watertight to prevent the escape ofmortar or the formation of fins or other blemishes on the face of the concreteand no bleeding should be allowed through the joints.

d) Form work shall be provided for the top surfaces of sloping work where theslope exceeds fifteen degrees from the horizontal (except where such topsurface is specified as spaded finish) and shall be anchored to enable theconcrete to be properly compacted and to prevent flotation, care being taken toprevent air being trapped.

e) Openings for inspection of the inside of the form work and for the removal ofwater used for washing down shall be provided and so formed as to be easilyclosed before placing concrete. Before placing concrete, all bolts, pipes orconduits or other fixtures which are to be built in shall be fixed in their correctpositions, and cores and other devices for forming holes shall be held fast byfixing to the formwork or otherwise. Holes shall not be cut in any concretewithout approval of the Engineer-in-Charge.

f) All exterior angles on the finished concrete of 90 degree or less shall be given20 mm x 20 mm chamfers unless otherwise ordered by the Engineer-in-Charge.

g) No ties or bolts or other device shall be built into the concrete for thepurpose of supporting formwork without the prior approval of the Engineer-in-Charge. The whole or part of any such supports shall be capable of removal sothat no part .remaining embedded in the concrete shall be nearer than 50 mmfrom the surface in the case of reinforced concrete and 150 mm in the case of

Page 125: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

125

unreinforced concrete. Holes left after removal of such supports shall be neatlyfilled with well-rammed dry-pack mortar.

h) Formwork in contact with the concrete shall be treated with suitable non-staining mould oil to prevent adherence of the concrete except where thesurface is subsequently to be rendered. Care shall be taken to prevent the oilfrom coming in contact with reinforcement or with concrete at constructionjoints. Surface retarding agents shall be used only where ordered by theEngineer-in-Charge.

i) No formwork shall be started or placed unless the requirement work is fullycompleted and checked by Engineer-in-Charge.

j) Necessary cover blocks shall be provided before starting connection.

6.9.2 Removal of Formwork

a) Formwork shall be so designed as to permit any removal without resorting tohammering or levering against the surface of the concrete.

b) The periods of time elapsing between the placing of the concrete and thestriking of the loads likely to be imposed on the concrete and shall in any casebe not less than the periods shown in Table below. Where soffit formwork isconstructed in a manner during and after such removal of a sufficient number ofadequate supporting props in an undisturbed condition, the Contractor may,with the agreement of the Engineer-in-charge, remove the formwork at theearlier times listed below provided that the props are left in position.

Table 12: Period for Formwork

Position of formwork Days "for strikingWalls 1Sides of beams and columns 2Slabs (Drops left under) 3Props to slabs (span not exceeding4.5m)

7

Props to slabs (span exceeding 4.5m)

14

Beams soffits (props left under) 7Props to beams (span not exceeding6 m)

14

Props to beams (span exceeding 6m)

21

c) Notwithstanding the foregoing, the Contractor shall be held responsible for anydamage arising from removal of formwork before the structure is capable ofcarrying its own weight and any incidental loading.

d) Striking shall be done slowly with utmost care to avoid damage to projectionsand without shock or vibration, by gently easing the wedges. If after removing

Page 126: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

126

the formwork it is found that timber has been embedded in the concrete. It shallbe removed and made good as specified earlier.

e) Reinforced temporary openings shall be provided, as directed by the Engineer-in charge, to facilitate removal of formwork which otherwise may beinaccessible.

99.The rods, clamps, form bolts, etc. which must be entirely removed from walls orsimilar structures shall be loosened not sooner than 24 hours not later than 40 hoursafter the concrete has been deposited. Ties, except those required hold forms inplace, may be removed at the same time. Ties, withdrawn from walls and gradebeams shall be pulled toward the inside face. Cutting ties back from the faces of thewalls and grade beams will not be permitted.

100. For liquid retaining structures, no sleeves for through bolts shall be used norshall through bolts be removed as indicated above. The bolts, in this case, shall becut at 25 mm depth or more from the surface and then the hole shall be made goodby cement sand mortar of the same proportions as the concrete just after striking theformwork.

6.9.3 Formed Surfaces - Classes of Finish

a) Finishes to formed surfaces of concrete shall be classified as F1, F2, or F3, orsuch other special finish as may be particularly specified. Where the class offinish is not specified the concrete shall be finished to Class Fl.

b) Form work for Class F3 finish shall be lined with as large panels as possible ofnon-staining material with a smooth unblemished surface such as sandedplywood or hard compressed fiber board, arranged in a uniform approvedpattern and. fixed to back form work by oval nails. Unfaced wrought boarding orstandard steel panels shall not be permitted.

c) Form work for Class F2 finish shall be faced with wrought tongued and groovedboards or plywood or metal panels arranged in a uniform approved pattern freefrom defects likely to detract from the appearance of the surface.Form work for Class F1 finish shall be constructed in sheet metal. Surfacessubsequently to be rendered, plastered or tiled shall be adequately scrabbled orhacked as soon as the form work is removed to reduce the irregularities to notmore than half the thickness of such rendering, plastering or bedding for tilesand to provide a satisfactory key.

6.9.4 Defects in Formed Surfaces

a. Workmanship in formwork and concreting shall be such that concrete shallnormally require no making good, surfaces being perfectly compacted andsmooth.

b. If any blemishes are revealed after removal of formwork, the Engineer-in-charge's decisions concerning remedial measures shall be obtainedimmediately. These measures may include, but shall not be limited to thefollowing:

Page 127: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

127

i. Fins, pinhole bubbles, surface discoloration and minor defects may berubbed down with sacking immediately after the formwork is removed.

ii. Abrupt and gradual irregularities may be rubbed down withcarborundun and water after the concrete has been fully cured. Theseand any other defects shall be remedied by methods approved by theEngineer-in-charge which may include using a suitable epoxy resin or,where necessary, cutting out to a regular dovetails shape at least 75mm deep and refilling with concrete over steel mesh reinforcementsprung into the dovetail.

The form work shall be checked by the Engineer-in-charge before the form workstarts and form found defective shall be rejected and the same can be usedafter rectifying the defects and with due approval of the Engineer- in charge

6.9.5 Holes to be filled

1. Holes formed in concrete surfaces by form work supports or the like shallbe filled with dry-pack mortar made from one part by weight of ordinary Portlandcement and one part fine aggregate passing BIS sieve 1.18 mm. The mortarshall be mixed with only sufficient water to make the materials stick togetherwhen being moulded in the hands.

2. The contractor shall thoroughly clean any hole that is to be filled with dry-pack mortar and where the surface has been damaged, the contractor shallbreak out any loose, broken or cracked concrete or aggregate. The concretesurrounding the hole shall then be thoroughly soaked after which the surfaceshall be dried so as to leave a small amount of free water on the surface. Thesurface shall then be dusted lightly with ordinary Portland cement by means of asmall dry brush until the whole surface that will come into contact with the dry-pack mortar has been covered and darkened by absorption of the free water onthe surface. The surface shall then be dusted lightly with ordinary Portlandcement by means of a small dry brush until the whole surface that will come intocontact with the dry pack mortar has been covered and darkened by absorptionof the free water by the cement. Any dry cement in the hole shall be removed.

3. The dry-pack material shall then be placed and packed in layers having acompacted thickness not greater than 15 mm. The compaction shall be carriedout by use of a hardwood stick and a hammer and shall extend over the fullarea of the layer, particular care being taken to compact the dry-pack againstthe sides of the hole. After compaction, the surface of each layer shall bescratched the dry-pack fill and striking the block several times. Steel finishingtools shall not be used and water shall not be added to facilitate finishing.

6.9.6 Tolerances

Tolerance is a specified permissible variation from lines, grade or dimensionsgiven in approved drawings. No tolerance specified for horizontal or vertical buildinglines or footings shall be construed to permit encroachment beyond the legalboundaries. Unless otherwise specified, the following tolerances will be permitted:

Tolerances for RCC Structures

i. Variation from the plumb

Page 128: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

128

In the lines and surfaces of columns, piers, walls 5 mm per 2.5 m or 25 mm,whichever is less.For exposed corner columns and other conspicuous lines In any bay or 5 mmaximum5 mm and In 10 m or more - 10 mm

ii. Variation from the level or from the grades indicated on the approved drawings Inslab soffits, ceilings, beam soffit, and in arise In 2.5m 5mmIn any bay or 5 m maximum 10 mmIn 10 m or more 15 mm

For exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines Inany bay or 5 m maximum 5 mmIn 10 m or more 10 mm

iii. Variation of the linear building lines from established position in plan and relatedposition of columns, wall and partitionsIn any bay or 5 m maximum 10 mm

In 10 m or more 20 mm

iv. Variation in the sizes and locations of sleeves, openings in walls and floors Except inthe case of and for 5mm anchor bolts

v. Variation in cross sectional dimensions of columns and beams and in the thicknessof slabs and wallsMinus 5 mmPlus 10 mm

vi. FootingsVariation in dimension in planMinus 5 mmPlus 10 mm

vii. Misplacement or eccentricity 2% of footing width in the direction of misplacement butnot more than 50 mm Reduction in thickness: Minus 5% of specified thicknesssubject to a maximum of 50 mm

viii. Variation in steps

In a flight of stairsRise 3 mmTread 5 mmIn consecutive stepsRise 1.5 mmTread 3 mm

Tolerances in other Concrete Structures

ix. All structuresVariation of the constructed linear outlines from established position in plan

Page 129: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

129

In 5m 10 mmIn 10 m or more 15 mm

Variations of dimensions to individual structural features from established positionsIn 20 m or more 25 mmIn buried construction 50 mm

Variation from plumb, from specified batter or from curved surfaces of all structuresIn 2.5m 10 mmIn5m 15 mm In 10 m or more 25 mmIn buried construction twice the above amounts

Variation from level or grade indicated on approved drawings in slab, beams, soffits,horizontal grooves and visible arisesIn 2.5m 5mmIn 7.5 m or more 10 mmIn buried construction Twice the above amounts

Variation in cross-sectional dimensions of columns, beams, buttresses, piers andsimilar membersMinus 5 mmPlus 10 mm

x. Footings for columns, piers, walls, buttresses and similar membersVariation of dimensions in planMinus 10 mmPlus 50 mmMisplacement or eccentricity2% of footing width in the direction of misplacement but not more than 50 mm.Reduction in thickness5% of specified thickness subject to a maximum of 50 mm

xi. Tolerance in other types of structures shall generally conform to those given inClause 2.4 of Recommended Practice for Concrete Formwork (American ConcreteInstitute Act 347).

xii. Tolerance in fixing anchor bolts shall be as follows:Anchor bolts without sleeves + 5 mmAnchor bolts with sleeves + 5 mm for bolts up to 20 mm dia3 mm for bolts above 32 mm diaEmbedded parts + 5 mm in all directions

6.9.7 Bracing, Struts and Props

a. Form work shall be braced, strutted, propped and so supported that it shall notdeform under weight and pressure of the concrete and also due to themovement of men and other materials. Bamboo shall not be used as props orcross bearers.

b. The formwork for beams and slabs shall be so erected that the formwork on thesides of the beams and under the soffit of slabs can be removed without

Page 130: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

130

disturbing the beam bottoms. Re-propping of beams shall not be done exceptwhen props have to be reinstated to take care of construction loads anticipatedto be in excess of the design load. Vertical props shall be supported on wedgesor other measures shall be taken whereby the props can be gently loweredvertically while striking the formwork.

c. If the formwork for a column is erected for the full height of the column, one sideshall be left open and built up in sections as placing of the concrete proceeds,or windows may be left for pouring concrete from the sides to limit the drop ofconcrete to 1.0 m as directed by the Engineer-in-Charge.

Contractor shall submit the detailed design and methodology with applicabledrawings if any of Formwork system for different members for approval of Engineerin- Charge.

6.10 REINFORCEMENT

6.10.1 Relevant IS Codes

IS:432 Mild steel and medium tensile steel bars and hard drawn steel wirefor concrete reinforcement

IS:1786 Cold twisted steel bars for concrete reinforcement (CTD)IS:2502 (1963) Code of practice for bending and fixing of bars for concrete

reinforcementIS:55225(1969) Recommendations for detailing of reinforcement in RCC worksIS:2751 C. P. for welding of MS bars used for RCC

IS:9417 Recommendations for welding cold worked steel bars for RCCIS: 10790 Methods of sampling of reinforced steel

6.10.2 General

Reinforcement shall be CTD of high strength deformed corrosion resistant(CRS) bars as per IS:1786 - Fe415. Wire mesh or fabric shall be in accordance withIS:456. Substitution of reinforcement will not be permitted except upon writtenapproval from the Engineer-in-charge.

6.10.3 Storage

a. The reinforcement shall not be kept in direct contact with the ground but stackedon top of an arrangement of timber sleepers or the like.

b. If the reinforcing rods have to be stored for a long duration, they shall be coatedwith cement wash before stacking and/or be kept under cover or stored asdirected by the Engineer-in-Charge.

c. Fabricated reinforcement shall be carefully stored to prevent damage, distortion,corrosion and deterioration.

d. It should be seen that the reinforcement will not be exposed to direct sunlightand preventive measures should be taken for the same.

Page 131: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

131

6.10.4 Quality

All reinforcements shall be clean, free from grease, oil paint, dirt, loose millscale, loose rust, dust bituminous material or any other substances that will destroyor reduce the bond. All rods shall be thoroughly cleaned before being fabricated.Pitted and defective rods shall not be used. No welding of rods to obtain continuityshall be allowed unless approved by the Engineer-in-charge. If welding is approved,the work shall be carried out as per IS:1786 - Fe415 according to the best modempractices and as directed by the Engineer-in-Charge. In all cases of importantconnections, tests shall be made to prove that the joints are of full strength of barswelded. Special precautions, as specified by the Engineer-in-charge, shall be takenin the welding of cold worked reinforcing bars and bars other than mild steel.

6.10.5 LapsLaps and splices for reinforcement shall be as per IS:456. Splices in adjacent

bars shall be staggered and locations of all splices shall be approved by theEngineer-in Charge.

6.10.6 BendingReinforcement bars supplied bent or in coils, shall be straightened before they

are cut to size. Straightening of bars shall be done cold and without damaging thebars.

All bars shall be accurately bent according to the sizes and shapes shown onthe approved detailed working drawings/bar bending schedules. They shall be bentgradually by machine or other approved means. Reinforcing bars shall not bestraightened and re-bent in a manner that will injure the material;; bars containingcracks/splits shall be rejected. They shall be bent cold, except bars of over 25 mm indiameter, which may be bent hot if specifically, approved by the Engineer-in-charge.Bars, which depend for their strength of cold working, shall not be bent hot. Bars benthot shall not be treated beyond cherry red colour (nor exceeding 845°C) and afterbending shall be allowed to cool slowly without quenching. Bars incorrectly bent shallbe used only if the means used for straightening and re-bending be such as shall not,in the opinion of the Engineer-in-Charge, injure the material. No reinforcement shallbe bent when in position in the work without approval, whether or not it is partiallyembedded in hardened concrete. Bars having kinks or bends other than thoserequired by design shall not be used.

6.10.7 Fixing

Reinforcement shall be accurately fixed by any approved means and maintainedin the correct position shown in the approved Drawings by the use of blocks, spacersand chairs, as per IS:2502 to prevent displacement during placing and compaction ofconcrete. Bars intended to be in contact at crossing points shall be securely boundtogether at all such points with number 16 gauge annealed soft iron wire. The verticaldistances required between successive layers of bars in beams or similar membersshall be maintained by the provision of mild steel spacer bars at such intervals thatthe main bars do not perceptibly sag between adjacent spacer bars.

6.10.8 Clear Coversa. Unless indicated otherwise, clear concrete cover for reinforcement (exclusive of

plaster or other decorative finish) shall be as follows:

Page 132: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

132

b. At each end of a reinforcement bar, not less than 25 mm nor less than twice thediameter of the bar.

c. For a longitudinal reinforcing bar in a column, not less than 40 mm, nor lessthan the diameter of the bar. In case of columns of minimum dimension of 20cm or under with reinforcing bars of 12 mm and less in diameter, a cover of 25mm may be used.

d. For longitudinal reinforcing bars in a beam, not less than 25 mm nor less thanthe diameter of the bar.

e. For tensile, compressive, shear or other reinforcement in a slab, or wall, not lessthan, 15 mm, nor less than the diameter of such reinforcement.

f. For any other reinforcement, not less than 15 mm, nor less than the diameter ofsuch reinforcement.

g. For footing and other principal structural members in which the concrete ispoured on a layer of lean concrete, the bottom cover shall be reduced to 50 mm.

h. For concrete surfaces exposed to the weather or the ground after removal offorms, such as retaining walls, grade beams, footing sides and tops, etc. notless than 50 mm for bars larger than 16 mm diameter and not less than 40 mmfor bars 16 mm diameter or smaller.

i. For liquid retaining structures, the minimum cover to all steel shall be 25 mm orthe diameter of the main bar, whichever is greater. In the presence of soils andwaters of a corrosive character, the cover shall be increased by 10 mm.

j. The correct cover shall be maintained by cement mortar cubes or otherapproved means. Reinforcement for footings, grade beams and slabs onsubgrade shall be supported on precast concrete "blocks as approved by theEngineer-in-charge. The use of pebbles or stones shall not be permitted.

k. The 28 day crushing strength of cement mortar cubes/precast concrete coverblocks shall be at least equal to the specified strength of concrete in whichthese cubes/blocks are embedded.

I. The minimum clear distance between reinforcing bars shall be in accordancewith IS:456

6.10.9 Inspection

After final erection of reinforcement, it shall be intimated to Engineer-in-chargein writing or through pour cards. Erected and secured reinforcement shall beinspected and approved by the Engineer-in-Charge prior to placement of concrete.

6.10.10 Welding of Reinforcement

a. Reinforcement which is specified to be welded shall be welded by any processwhich conforms with the requirements of IS:2751 and which the Contractor candemonstrate by bend and tensile tests will ensure that the strength of the parentmetal is not reduced and that the weld possesses a strength not less than thatof the parent metal. The welding procedure established by successful test weldsshall be maintained and no deviation from this procedure, shall. be permitted.

b. Welds in positions other than those shown on the approved Drawings shall notbe permitted. Tack welding to lightly secure reinforcement in place will bepermitted subject to approval of the Engineer-in-charge.

Page 133: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

133

6.10.11 Supply of Reinforcing Bars .

Contractor shall procure / purchase the cement and shall be sacked and well'maintained as specified in the earlier sections. Contractor shall procure cement inthose quantities required for maximum 1 month of concreting work and more than theprescribed time limit is not allowed. MCGM will not be responsible for any damage tocement and the damaged cement will not be used in the work.

6.10.12 Fusion Bonded Epoxy Coating to Reinforcement Steel Bars

6.10.12.1 Reinforcing Bars.The reinforcing bars to be provided with Fusion Bonded Epoxy coating shall

conform to the relevant. I.S. specifications Viz. IS-432-Part I for round bars and IS-1786 for HYSD bars. Inspite of producing test certificates by contractor for the properquality of reinforcing bar, the quality of steel should also be tested by the FBE coatingfirm at plant site for bend test before doing coating and that if the reinforcing bar failsin bend test, then it shall not be provided with FBEC. The rechecking quality of steelfor bend test will be done by the coating agency in the presence of owner/departmentif necessary and insisted.

Reinforcing bars to be coated. shall be fresh from rolling mills as far as possible.If the bars are very much rusted in quality before providing FBEC, such bars shall beliable to be rejected by the owner /department's representative.,

6.10.12.2 Coating Bars with, FBEC -………………………… Deleted.

6.10.12.3 Tests for FBE Coating on Reinforcement Bars-…. Deleted.

6.10.12.4. SPECIFICATION FOR ANTI-CORROSIVE TREATMENT TO H.Y.S.D. / M.S.REINFORCEMENT BARS BY CEMENT POLYMER COMPOSITE COATING (C.P.C.C.)TREATMENT (Method developed by C.E.C.R.I. Karikudi, Tamilnadu)Materials :- The material required for C.P.C.C. treatment shall be procured from theapproved licensee of CECRI and also got approved from Engineer-in-charge. Materialsshall be tested for following tests prior to use.

1) Density

2) pH Value

3) Specific gravity

4) Chloride content

1) METHOD OF APPLICATION OF COATING SYSTEM :The application of the cement polymer composite coating system comprises the

following sequence.

1.1 SURFACE PREPARATION:

The surface of the steel reinforcing bars to be coated shall be cleaned byabrasive (dry sand) blast cleaning the metal to near while in accordance withSSPC – SPIONCE – No.2-1994. It includes following procedures –

i. Prior to blast cleaning, visible deposits of oil or grease shall beremoved by suitable cleaning method.

ii Clean compressed air shall be used for Nozzle blasting.

Page 134: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

134

ii. Dry uniformly graded silica shall be used for blast cleaning whichshould be free from contaminants

iv Suitable arrangement shall be made I the sand blasting unit tosuit automation.

v During the operation, the pressure at the nozzle shall beregulated as per the suppliers specifications.

vi Dust and residue shall be removed from prepared surface bybrushing, blowing off with clean dry air, vacuum cleaning andother methods.

vii Any visible rust that forms on the surface of the steel after blastleaning shall be removed by re-blasting the rusted areas beforecoating.

viii The prepared surface shall meet the visual standards ofcomparison as in SSPC-VIS 1 of SSPC-VIS 2.

1.2 APPLICATION OF THE COATING :

i) The coating shall be applied to the cleaned surface as soon asafter cleaning and before oxidation of the surface discernible tothe unaided eye occurs. However, the application of the coatingshall not be delayed more than 4 Hrs. after cleaning.

ii) A rapid setting primer shall be applied over the prepared surfaceof the reinforcing steel either by brushing or dipping.

iii) After 30 minutes of application of the primer, a cement polymersealing coat shall be applied either by brushing or dipping.

iv) The coated rods shall be handled after 6 hours.

1.3 The above process of surface preparation and coating shall be mechanized /

automatic.

2) REQUIREMENTS OF THE COATED BARSThe coated reinforcement rods of cement polymer composite coating system shall

meet the following requirements :-

i) Thickness of the coating :After curing, the minimum average dry film thickness of coated rods shall not be

less than 175 microns. Measurement shall be made using commercially

available coating thickness meter which should be specifically suitable for

curved surfaces.

ii) Continuities of coating.

The coated rod when visually examined should be fairly uniform in thickness

and should be devoid of any effects such as cracks, peeling, bulging etc.. No

surface area should be left uncoated. No spot should be visible with unaided

eye.

i) Adhesion of coating :-

Page 135: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

135

The coating should not peel off or racked or disbanded on the outside radius

when the coated bars are bent to 180o around a mandrel (as per test procedure

A)

ii) Relative bond strengthThe bond strength of the coated bar and concrete should not be less than that

specified in IS 456-2000 Clause 44.1.2 (Bond stress for deformed bars in

tension). The test procedure is to be followed as per BIS 2770-Part-I, 1967.

iii) Resistance to applied voltage testNo film failure as evidenced by evolution of Hydrogen gas at the cathode or

appearance of corrosion product at the anode shall take place during 1 Hr.of

testing (As per test procedure-B).

iv) Abrasion ResistanceThe abrasion resistance of the coating by TABER Abrasor should not be more

than 100mmg/1000 cycles. Using CS 10 wheel under 1 Kg. load / per wheel

(As per test procedure-C).

v) Chemical resistance of coatingThe coated rods are kept partially immersed in the following four individual

environments for 45 days. Distilled water, 3 M CACL2, 3M NaOH and saturated

Ca(OH)2 for 45 days, the coating should not blister, soften, or loose bond when

visually examined at the end of the test period (as per Procedure-E).

All the text procedures of CECRI for CPCC treatment shall be followed.

QUALITY CONTROL MEASURES TO BE TAKEN AT SITE :1) The application and test are to be supervised strictly as per the specifications.

2) Sand blasting of the surface of reinforcement steel is to be done as per the

surface preparation mentioned in Application System.

3) Primer coat and sealing coat are to be applied by brush or by spraying or by

dipping under supervision.

4) Coating thickness of the finished bar can be checked frequently by pen type

Alcometer.

5) The 2V Impressed current test (ASTM A-775/775/5m-90) is to be taken

randomly at site laboratory (every 15 days). It is most critical test for finished

products.

6) The coated bars bending test can be observed frequently at site.

Page 136: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

136

4) GUIDELINES FOR HANDLING, STACKING AND TRANSPORTING OF COATEDREINFORCING BARS :

The durability of the coating rebars is related to the coating quality. The more

damage to the coating is more prone to corrosion. Good job site practices can minimize

the coating damage. For this reason, standards from ASTM, JSCE, NACE (USA) have

laid down specific procedures. For stacking and transporting coated bars, some important

guidelines are referred here.

5) STACKING:

I) t is preferable to store the coated bars on buffer materials placed at suitable

intervals instead of placing them directly on the ground.

ii) It is not desirable to store coated bars by piling them on top of one another. If

they are to be stored by piling, buffer materials such as wood, rubber, jute, sack

etc. should be used to separate the layers. However, the number of layers

allowed shall be limited to a maximum of five.

iii) The coated bars shall be stored in the Yard.

iv) If any damage had occurred during stacking, it should be repaired immediately

by the same coating formulation before any rusting occurs.

6) HANDLING AND TRANSPORTATION :

I) The coated bars shall be securely bound together using a buffer material

(padding) and it is desirable that the bent bars shall be supplied with same

canvas cover.

ii) When loading and unloading of bundles of coated bars, it shall be preferable to

lift them with a strong back, spreader bar multiple supports etc.. To avoid

extreme bending, nylon slings at 2 to 3 points shall be used.

iii) The bundle of bars shall not be dropped.

iv) If damage had occurred to the coating during transportation, it must be repaired

before rusting occurs.

7) SPECIFICATIONS FOR PATCH REPAIRS OF COATING DAMAGES:a) Coating repairs is requested when peeling off and other damages exits.

prior to repairs, the damaged area shall be cleaned by removing loose or

deleterious material. In case where rust is present, it shall also be

mechanically removed to repair.

Page 137: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

137

b) After this primer coat shall be brush applied, after curing (15-30) minutes)

sealing coat shall be applied and it is desirable to ensure thickness of 150

microns.

8) SPECIFICATION FOR CUTTING, BENDING AND WELDING OF COATEDREBARS AT FIELD.

I) It is desirable that the coated rods shall be bent gradually.

ii) In the field, the cut and welded portions of the coated rebars shall be

repaired by the same formulations.

iii) The cut ends of the coated rebars shall be repaired by the same

formulations.

9) SAFETY PRECAUTIONS AND GUIDELINES TO BE FOLLOWED DURING THEPREPARATION AND APPLICATION OF THE CEMENT POLYMER COMPOSITECOATING ( A knowhow released by CECRI):I) A solvent resistant hand gloves must be used during the handling of chemicals.

ii) Gum shoes must be used during the preparation and application.

iii) Facemasks should be worn during the preparation and application.

iv) Other safety measures should be adopted for the persons handling

solvents, chemicals, finished produces and during applications.

v) Closed sand blasting unit shall be used to avoid dust spreading.

vi) Aprons made preferably from rubber and plastic must be used.

vii) The container containing chemicals and finished products shall be properly

sealed.

viii) Adequate safety measures should be adopted for field operatins.

ix) In general, all the safety measures should be followed as per industrial safety

regulations.

10) REFERENCE DOCUMENTS :

a) ASTM G8-90 Standard Test methods for cathodic disbanding or pipeline coating

(Method A).

b) ASTM G20-88 Standard Test methods for chemical resistance of pipeline

coatings.

c) ASTM G12-83 Standard Test methods non-destructive measurement of film

thickness of pipeline coating on steel.

Page 138: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

138

d) ASTM D-4060-90 Standard Test methods for abrasion resistance organic

coatings by the Taber abraser industrial safety regulations.

e) ASTM G14-88 Standard Test methods for impact resistance of pipe line

coatings (Falling-weight test).

f) GIS 2770-POart 1:1967 Methods of Testing bond in reinforced concrete Part-I-

Pullout Test (1967).

g) SSPC-SP10/NACE No.2-1994 Near white blasting.

h) SSPC VIS 2-Guide to standard method -\ degree of rusting on painted steel

surface.

i) SSPC SP COM-Surface preparation specifications.

11) TESTS FOR CPCC:

11.1 Test Procedure A

Determination of Adhesion of the CoatingAdhesion of the coating is to be tested as per ASTM A 775/775 M 94 d. 10mm diacoated rods of length 1M shall be used in this test. The coated rods shall be placedwith sponge and bent to 180o around a 75mm diameter mandrel. The bending shallbe done at an uniform rate and not suddenly. No cracking of the coating shall bevisible to the unaided eye on the outside radius of the bar. If the test is to beconducted on other than 10mm diameter rod, then the diameter of the mandrel has tobe changed accordingly, as tabulated below :-

Diameter of the Rod (mm) Diameter of the mandrel (mm)8mm and 10mm 75

16 10025 20032 250

11.2 Test Procedure B :-

Two identical coated bars of the same size and length shall be usedin the test. 14mm gauge copper wire shall be soldered on the one end of each bar.The other end of the bars shall be sealed with an insulating material to a length of2.5cm. The exposed area on which test is to be conducted shall not be less than240 cm2. If 10mm dia rods are used, then the length exposed shall not be less than80 cm.

A non-conductive plaster container of size not less than 150mm x150mm x 850 mm. is filled with 7% NaCl solution (70 gms/litre) up to the height of800mm. The coated rebars shall be suspended vertically so as to have a clearanceof 25mm from the bottom, 40mm from the sides and 40mm between the rods. Apotential of 2V in between the coated rods shall be impressed for a period of 60minutes using suitable DC power source. The voltage and current shall bemeasured by using a high resistance voltmeter having an internal resistance of not

Page 139: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

139

less than 10 Mega Ohms and having a range upto 5 V (minimum). Storagebatteries may also be used for impressing the voltage.

During these 60 minutes of testing, there shall not be any coating /failure as evidenced by evolution of hydrogen gas at the cathode or byappearance of corrosion production of iron at the anode.

11.3 Test Procedure C- Determination of Abrasion Resistance of the Coating.

Test shall be conducted as per ASTM D 4060 using Taber CS-10 wheel

under 1 Kg. load per wheel. Abrasion resistance of the coating shall be conducted

on panel of size 100mm x 100mm in which 8mm dia hole shall be drilled. The

panel shall be coated as per specified procedure. After curing, thickness of the

coating shall be measured in several locations along the path to be abraded. The

initial weight of the panel shall be measured to the nearest 0.1 mg. Then the

coated panel shall be mounted on the turn table. The abrading heads shall be

placed on the panel and the vacuum, pick up nozzle kept in position. The counter

shall be set in position. The vacuum picks up and turn table of the abrader shall be

fixed for 1000 cycles. After 1000 cycles loose abradings remaining on the test

specimen shall be removed by light brushing. The final weight of the specimen

shall be measured for finding the loss in weight. The weight loss shall not exceed

100mg. The test shall be conducted on duplicate specimens.

11.4 Test Procedure D

Chloride Tolerable Limit.

10mm dia cement polymer coated rod of length 10cm. shall be used.

Bottom edge of the coated rod shall be sealed using lacquer. Then test specimen is

kept immersed in 0.04 N NaOH + 10,000 ppm chloride and potential is monitored

using high impedance Multimeter against suitable reference electrode, such as

saturated calomel electrode. After getting established potential, using appropriate

current regular (0-100mmA), the test specimen is anodically polarized at a constant

current density of 290 uA/cm2, using a platinum / stainless steel /TSIA/Polished mild

steel as cathode. Potential with time is followed for 5 minutes. At the end of 5

minutes, no rust spots shall be observed on the coated rod.

11.5 Test Procedure E

Chemical Resistance of the Coating

Page 140: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

140

The coated rods (any diameter) of length 30cm shall be used in this test.

The bottom edges of the coated rods are to be sealed using lacquer. Transparent

PVC cylindrical container shall be used. 3M CaCl2 M NaOH, Saturated Ca(OH)2

and distilled water are prepared as individual test solution and filled in the separate

container up to the half of its height. Then the coated rods are kept partially

immersed in the test solution so that they are in long term contact with both the

liquid and vapour phase of the test solution. The test shall be conducted for 45

days. The coating should not blister, soften or disband during this period.

11.6 Test Procedure F

Impact Resistance of the Coating.The resistance of a cement polymer coated reinforcing bar to a mechanical

damage shall be determined by the falling weight test. A test apparatus similar to

the described in test method G14 of the ASTM standard shall be used. Impact shall

occur on the low lying area of the coated bar, that is between deformation and

ridges. The test shall be performed at room temperature. With an impact force of 9

NM, no shattering, racking or disbandment of the coating shall occur except at the

impact area i.e. area permanently deformed by the tup.

6.10.12.4 Handling

The coated bars shall be carefully handled in order not to drop them, not to rub

them on hard surface or against another coated bars while conveying, stacking,

placing or stacking of fabricated bars and that for this purpose wooden packing

batons shall be used at no extra cost to owner / Deptt.

The coated bars shall be tied to make bundles with PVC binding material in order not

to damage the coating.

The coated bars shall be stacked with separation gap between ground and bars

with wooden member between rows or bars or bundles of such tied bars.

The cut ends of bars shall be touched up with special, touch up materials of

specifications as provided by coating agency. There shall be minimum time gap to

repair the cut ends of damaged portions with touch up materials and that failure to do

so may cause complete rejection of the coated bars. The cut ends and damaged

portions shall be touched up with repair touch up material within one hour time gap.

The contractor will be paid for the same quantity of steel as used in the work

and paid under relevant item of providing and fixing HYSD bars.

Page 141: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

141

While bending the bars, the pins of work benches shall be provided with PVC or

plastic sleeves. It is preferable that contractor installs bar bending machines suitable

for FBE coated bars and that each bending operation is done in a time of not less

than 90 sec.

The coated steel shall not be directly exposed to sun rays and rains and shall be

protected with opaque polyethylene sheets or such other approved materials.

While doing concreting, the workmen or trolleys shall not directly move on

coated bars but can move on wooden planks placed on the bars by contractor at his

cost.

The reinforcing bars shall be provided with FBE coating for that quantity which

will be utilized in the work, including concreting within three months of coating.

Inspite of all test certificates, if the coated bars are rough handled by contractor

either during transport, fabrication, stacking, placing, and concreting etc. or handled

in such a manner as to damage the coating for area or portion more than reasonable,

the engineer in charge reserved the right to reject the FBE coated bars and that if

rejected then such rejected bars shall be removed by contractor from work site within

three days. The decision of Engineer in charge will be final as to reject the bars with

damaged coatings or to allow repairing the coating, or to get it recoated entirely at

contractor's cost.

The contractor shall phase his programme of coating of bars with FBE so thatno bar coated with FBE is more than three months old.

6.11 SPECIFICATIONS FOR COLCRETE-……………………….. Deleted.6.12 PLASTERING

6.12.1 Relevant IS Codes

IS:1542 Sand and PlasterIS: 1661 C.P. for application of ferrous metals in buildingIS:2394 C.P. for application of lime plaster finish

Cement mortar used for plastering shall be of the mix proportions and thicknessas specified on the drawings or bill of quantities or particular specifications for thevarious different parts of the works.

The materials used i.e. cement, sand and water shall be of the same quality andof the same specifications as indicated for plain and reinforced cement concreteworks in this tender.

Sand further shall meet the specifications as laid down in IS: 1542-1977 Specificationfor sand for plaster.

The surfaces that are to be applied with plaster shall be thoroughly cleaned toremove dust, dirt, loose particles, oil, soil, slats etc. that may be sticking to the

Page 142: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

142

surfaces. The surfaces shall be washed clean and watered properly for 4 hoursbefore applying plaster.

Plaster shall not, in any case, be thinner than specified. It shall have uniformspecified thickness. When smooth finishing is required the cement plastering shall befloated over with neat cement within 15 minutes after application of the last coat ofplastering.

The plaster shall be protected from the sun and rain by such means as theEngineer-in-charge in charge may approve. The plastered surfaces shall be cured for7 (seven) days. Construction joints in plastering shall be kept at places approved bythe Engineer-in-charge. When the thickness of the plaster specified is to be made upin more than one layer, the second layer shall be applied only when the lower coat isstill green. After applying the first layer the surface should be roughed and whereverspecified, approved brands of additives like waterproofing compounds shall be addedin specified quantities as recommended by the manufacturer of the compound, or asdirected by the Engineer-in-charge.

Wherever scaffolds are necessary for plastering they shall be provided. Stagescaffolding shall be provided for ceiling plaster. To ensure even thickness and truesurface, patches of plaster about 15 cms x 15 cms shall be first applied bothhorizontally as vertically 2 m apart. Plastering shall be done from top to bottom andcare shall be taken to avoid joints on continuous surface.

Sand face plaster shall consist of first layer of 16mm average thick cementplaster in cement mortar 1: 6 (One part cement and Six parts coarse sand). A secondlayer of 4 mm average thick in cement mortar 1:4 (one part cement and four partcoarse sand) shall be applied. After the application of final coat, the surface shall befinished with the application of sponge rubber or as directed to obtain a uniform sandparticle surface finish.

In case any other finish like roughcast finish or dry dash finish is specified in thedrawings the same shall be provided as directed by the Engineer-in-charge.Surfaces, which are to be plastered, shall be roughened while they are. still green orraked so as to give proper bond between the surface and plaster.

All corner junctions shall be truly vertical or horizontal as the case may be andcarefully finished. Rounding or chamfering of comers shall be carried out with propertemplates to the required size and shapes.

No additional charges for works like scaffolding curing etc. are payable over andabove the rates quoted for brickwork. The rates quoted shall be deemed to beinclusive of all such works.

6.13 EXPANSION JOINTS AND CONSTRUCTION JOINTS

6.13.1 General

The item of providing expansion joints and construction joints in concrete includes allthe material, labour,. tools and plants necessary for completing the item in bestworkmanlike manner.

Page 143: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

143

6.13.2 Material

The Material to be used in the joints shall be ribbed PVC water stop of specifiedwidth approved by the Engineer, bitumen impregnated fibre board as filler conformingto IS:10566 and approved sealant material (In case of movement joint only). Inaddition, IS:12220-1987 and 1838 shall also be adhered.

6.13.3 Joints In Floor

Joints in floor shall be provided as specified on drawings. In case of PVC waterstops to be provided horizontal position flat-footed PVC water stops shall be used.The water stops shall be provided in such a way that half the portion of water stop(width wise) is embedded in the concrete and half remains exposed for nextconcrete. Steel reinforcement shall not be discontinued where construction joints infloor are provided.

6.13.4 Joints in Walls6.13.4.1 Movement Joints

Movement joints shall be provided in the walls at positions shown on drawings.Water stops shall be kept in position with the help of bitumen impregnated fiberboardfillers. Concrete shall be laid in such a way that half the portion of water stopsremains exposed for next concreting. Steel reinforcement shall be discontinued at thejoints as shown on drawings.

6.13.4.2 Construction JointsConstruction joints shall be provided between two lifts of concrete as shown on

drawings.A groove shall be formed around exposed portion the PVC waterstop for properjointing.

Care shall be taken during concreting to keep the water stop in vertical position.In no case shall the water stop be punctured on nailed with the binding wire to keep itin position. Wherever required to be jointed the waterstop shall be welded in T, X or Lpattern as per the instructions of Engineer.

6.13.4.3 Complete Construction JointsThese joints are provided in the top layer of the floor of the reservoir with a view

to localise shrinkage cracks at these joints. These joints are characterised bycomplete discontinuity of steel without any initial gap as in the case of expansionjoints. The joints between the adjacent panels of the floor shall be provided with agroove at top of dimension 12 mm x 20 mm and it shall be filled with polysuiphidesealant and they shall be provided with water stops as specified earlier.

The joint between top layer of the floor and the walls or between the top layer ofthe floor and the column footing, shall also be provided with a groove of 12 mm x 20mm which shall be filled with sealant material as per specifications given below:

Joint Fillers: Joint fillers shall be of durable, compressible and non-extrudingmaterial. It shall be non-staining, non-absorbent and compatible with sealant materialused.

Sealant Material: The joint sealing compounds should be capable of properlyensuring water tightness in vertical and horizontal and inclined joints in waterretaining and other structures having severe service conditions in respect of

Page 144: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

144

anticipated movement or exposure to weather. Typical uses include expansion jointsin the walls of water tanks, and in roof and deck slabs exposed to the weather.

The compound should be flexible, durable and weather proof and should havesufficient elasticity to allow joint movements of the concrete components wherevernecessary.

The sealant shall be polysulphide rubber sealing compound conforming to BS 4254of 1967 or ASA-A 116-1-1960 or any other equivalent specifications. It, shall becapable of cold pouf application for horizontal joints and cold application of verticaland inclined joints. The sealing compounds shall be suitable for use in the tropicswhere it will be subjected to high ambient temperatures, humidity and very strongsunlight. It shall not degrade under these conditions and shall be suitable for use withraw and treated water including water dosed with chlorine. The sealant shall beodour and taint free from lead. It shall be available in choice of colours and shall givea though, permanent seal, be waterproof, non-staining and remain resilient. Sealingcompounds for vertical and horizontal joints shall be used complete with theappropriate quantity of primer as per manufacturer's instruction for use. The primersshould ensure good adhesion to the concrete and should be specially developed forrespective sealing compounds. The sealants shall be applied with 'pressure guns orwithout guns as specified by the manufacturers. Sealing compound shall be fullycured before water is permitted to come in contact.

The sealant material should be formulated as to have a storage period of oneyear at a temperature of 40°C.

6.14 RCC NP PIPES

RCC NP pipe shall be as per ISI Standard Indian Standard specifications 458-1971 (latest edition shall prevail while providing R.C.C. NP Class, spigot and socketand pipes of required dimension and type as mentioned schedule 'B' in the item ofitem of provision of pipes.

All the materials required such as cement, steel, metal sand required formanufacturing above pipes, confirming to standard specifications shall be procuredby the contractor.

All the requirement mentioned in the specifications regarding dimensions,workmanship finish and tests etc. shall be strictly adhered and failing to which thepipes shall be discarded forthwith.

The testing of above pipes shall be carried but in presence of competentauthority of the department/before supplying the pipes to worksites. Manufacturerstest certificate for pipe and rubber gaskets shall be furnished as per IS code.

Only the pipes, which are in good conditions and confirmed to above tests andspecification will be allowed to lay in trench.

The third party inspection of manufactured Pipes, collars and Rubber Rinqsshall be carried out by contractor as per I.S. provisions at his own cost through thelaboratory approved by the Engineer-in-charge.

Page 145: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

145

Lowering laying and jointing RCC NP class S&S pipes with rubber rings complete.

6.14.1 Transporting pipes and collars etc:

This is included in the item of lowering and laying of pipe lines.

The contractor shall have to make his own arrangement for pulley block, inclinedplanks, tyres etc. at his cost.

6.14.2 Providing, Lowering, laying and jointing R.C.C. NP class pipes:1) Heavy pipes shall be lowered in trenches by means of a tripod steel chain and

pulley block and laid in position, The sewer shall be ' laid to the alignment andgradient shown on the plans and section, or as given by the Engineer-in-chargeface upstream of sewers flow. Broken or defective pipes or connections shallnot be used.

2) The sewer shall run in perfectly straight lines between manholes as shown inplans.

3) The alignment and gradient of each pipe shall be checked by means of boningrods and sight rails and the level of invert shall be tested by means of straightedge.

4) The pipes before being laid shall be the roughly cleaned specially at the insideof the pipes Cracked pipes shall be rejected.

5) Sewers shall be laid from the lower end to upper end with socket end faceupstream.

6) Sewers shall always be joined at soffit-to-soffit and invert-to-invert

7) The barrel of the pipe shall rest on the ground or specially proposed bed whilebelow sockets hollows should be scooped out to allow hands to pass round thesockets for making proper joints.

8) Jointing R.C.C. pipes

The loose ring shall be slipped over and clear off at the end of the pipe near itsjoint with the next pipe.

Hamp or Ambadi dipped in hot bitumen will be inserted inside the gap betweenthe two adjacent pipes and the next pipe pressed with the help of a screw jack at theend of every two pipes. The contractor shall examine thoroughly the pipe etc., he isresponsible for transporting stacking & its safety. During execution, he will have toreplace it if pipes etc. are damaged at his own cost. If the sides of the trench are notvertical, then side slopes shall end at the level of top of the pipe and practicallyvertical trench shall be during from this level down to the sub-grade.

The sand shall be got approved from the Executive Engineer, This will consist ofclean, hard strong durable uncoated and well-graded particles maximum size limitedto 5 mm shall be washed and screened if necessary. The mixtures of cement andsand will be wetted by adding a little quantity of water just to make the mixture moist

Page 146: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

146

so that when the mixture is gripped lightly in hand it shall just retain its shape and notfall down and leave on trace of moist cement on the fingers. The angle iron ring shallbe removed after caulking as completed and neat fill joints of cement mortar 1:1 shallthen be made for outer annul as per dia of pipe socket. The joints shall then be keptwet for 7 days for curing.

All jointing materials such as cement sand, hamp, bitumen angle iron ring etc.shall be used by the contractor at his own cost. The expenses being covered by therate for laying and jointing. Walking or working on the completed pipe shall not bepermitted until the trench has been back filled to a height of at least 30 cms. over thepipes.

6.14.3 Test of Water TightnessAfter an interval of seven days has been allowed, all sewers shall be proved

water tight by filling the pipes with water to the level of six feet above the top of thehighest pipe in the length to be tested, closing the end of the sections andmaintaining this water level for the period of one hour or to such further time as maybe directed by he Engineer- in-charge. The water test shall be made by inserting aplug at the lower end of each length and right angles bend at the top, brought intoposition and made water tight with clay. After the air bubbles have escaped after firstfilling water shall be again added to completely fill the pipe.

The permissible drop in 15 cms dia. funnel during the test of 15 minutes for a lengthof 30 mtrs of pipe line shall be as under

Sr.No. Dia Drop per 100or 30 mtrLength(m)

1 100 mm 6.35 mm2 150 mm 6.35 mm3 250 mm 12.7 mm4 300 mm 25.4 mm5 400 mm 31.75 mm6 450 mm 57.15 mm7 500 mm 76.20 mm8 600 mm 100. 00 mm9 700 mm 113.00mm

10 800 mm 125. 00 mm11 900 mm 150.00 mm12 1000 mm 160.00 mm13 1100 mm 176.00 mm

Water for the test shall be supplied by the Contractor at his own cost. He cantake temporary non domestic connection from distribution mains as per rules of themunicipality the water charges for the same.

Any joint found defective during the test should be remade and the line testedagain. The water put in the pipes during the test shall not be removed until thetrenches are filled in some three feets above the pipes to detect if any joint has givenway during fillings.

Page 147: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

147

The ends of the single pipes laid near manholes for connecting branch sewersin future shall be firmly closed by means of gunny bags or any other materialapproved by the Engineer-in-charge so as to prevent any earth etc. from entering intothe chambers.

The end of the pipes inserted into the walls of the manholes, if necessary be outso as to make flush with the insides face of the walls. The rate for laying sewers shallinclude the cost of this cutting.

6.14.4 Mode of Measurement and Payment:

a) Measurement shall be on running meter basis of pipe line actually laid.b) Measurement of collars shall not be recorded and shall not be paid.c) 90% amount at the tendered rate for this item shall be released after lowering,

laying and jointing the pipes to proper grade and alignment. Remaining amountshall be withheld till satisfactory hydraulic test is done.

d) Advance on pipe if demanded by the contractor it can be paid only 70% of thecost of pipe only mentioned in schedule-B after approval of Engineer-In-Charge.And submission of third party testing report of pipes brought at site andapproved Bill.

e) The rate for the pipe laying shall include the cost of connecting the pipe line toan existing (already constructed) manhole by making hole into the M.H. bymaking hole into the M.H. chamber. Preparing suitable channel in the benchingplastering the channel with c.m.1:2 repairing the new hole made after fixing thepipe in position, watering etc. complete. The rate shall be per running meter orspecified dia. of pipe sewer as above. The length will be deepening from theinside the manhole to inside of the next manhole i.e clear opening of themanhole will be deducted from the total length.

f) The mode of measurement and the payment is on the basis. of laid length onsite in the units as mentioned in Schedule "B" including lengths occupied byspecials 'Y' junctions valves etc. the tender item of lowering, laying and jointingcover the cost of all the operations in-numerated above, entire labour and entirecost of hydraulic testing as desired. Till the pipe lines are satisfactorily testedhydraulically,' only 90% of the tendered rate shall be admissible for paymentthrough running bills. The tendered rates shall be for NP Class. Executive.Engineer's decision on such conversion of sizes shall be final and binding onthe contractor.

g) The supply of materials by the, department shall be governed as per the detailsmentioned in Scheduled 'A' such supply shall be affected after the order isgiven as per availability of materials with the Dept. or as necessary and if

there is delay with in supplying these materials on accounts of their nonavailability with the department or otherwise no compensation for delay shall beadmissible, though proportionate time limit extension shall be admissible on allof the reason of delay in supply of Schedule 'A' materials by the Department.

Note:- Test of water tightness of RCC NP2 class pipes shall be applicable for majorpipe laying work if included in scope of work and shall not be applicable for smallworks.

6.15 DETAILED DESCRIPTION OF SURVEY METHODS METHODOLOGY AND SAFEWORKING PROCEDURE

Page 148: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

148

The methodology and safe working procedures followed in carrying out thecondition survey of drains in Bombay are given below in some detail.

6.15.1 The Men Entry Team

Two teams have been mobilized and each fully equipped to work independentlyof one another. Each team contains the following personnel.a. Surface Supervisor to co-ordinate the work from the surface whilst continually

monitoring the safety and well being. of all persons below ground.b. Surveyor, who will carry out the survey by man-entry means.c. Assistant Surveyor, who will accompany the surveyor in traversing the sewer.d. Two Bottom Safety Men, who will be positioned at the bottom of each access

manhole. They will communicate with and ensure the safety of the survery teamwho are traversing the drain or sewer.

e. Two Top Safety Men, who will be stationed at the access manholes on thesurface and will communicate with and ensure the safety of the Bottom SafetyMen.

f. Labour as required to open covers, control traffic etc.

6.15.2 Entry Procedures

a. Prior to start of actual survey work, the access covers are lifted, the shaftssecured and the sewer allowed to vent.

b. Prior to entry, the atmosphere is tested for oxygen deficiency, toxic gas (HS)and explosive gases.

c. If a dangerous atmosphere is detected, further venting or use of air flowingequipment is carried out. Entry is only permitted when a safe atmosphere ismonitored.

d. Survey and safety men descend the manhole shafts attached to rescue lines,fully equipped will all necessary safety equipment.

e. At the start manhole, the survey team establishes communication with thebottom safety man in the finish manhole.

f. The survey team begins to traverse the sewer after testing the atmosphere inthe sewer and assessing all other relevant factors such as the levels of flow, etc.

g. At all times during the survey, the team continually monitors the atmosphere inthe sewer and manholes.

6.15.3 Equipment

The surveyor and Assistant Surveyor are equipped with the following.1. Full overalls.2. Protective footwear (water proof)3. Protective gloves (water proof)4. Rescue harness.5. Hard hat6. Safety torch7. Escape reathing apparatus (one each).8. Gas detector9. Pedometer to measure distances

Page 149: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

149

10. Dictaphone11. Tape measure12. SLR camera with 28mm lens (wide angle) and flash.

The bottom safety men are each equipped with the following.1. Full overalls.2. Protective footwear (water proof)3. Protective gloves (water proof)4. Rescue harness.5. Hard hat6. Safety torch7. Gas detector

Additional equipment available on site (for each team)1. 2 Overalls2. 2 Rescue harnesses3. 2 Hand hats4. Gloves5. Protective footwear6. Drag Sheet7. 2 sets 30 minutes Rescue breathing apparatus8. Safety ropes9. 1 Resuscitator10. Tempo van to carry equipment11. Ladders12. Signboards, markers, small tools etc.

Additional equipment available at a central store for use by any team if conditionsrequire.

1. Generator sets two air blowers to provide forced ventilation of drains.2. Flood lights for surface illumination for night time working.3. Man winch for emergency evacuation to be used for any drain or sewer

deeper than 4m.

6.15.4 Accident and Emergency Procedures

The field staff were initially trained to understand and carry out practice drills tofamiliarize themselves with the accident and emergency procedures.

A few procedures are outlines below:

a. Atmosphere Alarm - in the event of a monitor indicating a dangerousatmosphere or there being other indications of noxious fumes, all personnelbelow ground will done their escape breathing apparatus and evacuate thesewer as trained.

b. General Alarm - in the event of any general indications of danger, i.e. flow levelsrising, warning of dangerous spillages, etc. the work be abandoned and thesewer evacuated, as trained, until the level of risk can be assessed and actedupon.

Page 150: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

150

c Accident or Injury - in. the event of any significant accident or injury the surfacesupervisor will immediately summon the emergency services and inform therelevant authorities. Where the casualty can be safely evacuated from thesewer, he will be brought to the surface and attended to, until the arrival of theemergency services.

Where the casualty cannot be moved due to the nature of the injury, then he willbe made as safe as possible and tended to until the arrival of the emergencyservices.

Where danger threatens the safety of the man-entry team and it is impossible tomove the casualty, the team will. evacuate the sewer after making the casualtyas safe as possible for rescue by the emergency services.

Upon the arrival of the emergency services, the surface supervisor will informthe relevant people of the present situation, highlighting any known dangers.The emergency service will then assume control of the rescue with the man-entry team rendering any assistance required.

d. Although the survey team are continuously monitoring the atmosphere foroxygen deficiency, toxic atmosphere and explosive gas, other damages may benoxious fumes may be as follows:

a) Stinging of eyes or throat.b) Burning or itching of skinc) Nausead) Dizzinesse) Damage to sewer fabric due to chemical attacksf) Headachesg) Unusual smells

All team members must be vigilant of these and other damagers at all times,when men are underground and immediately follow evacuation procedures, if there isany doubt as to the safety of the environment in which they find themselves.

6.15.5 Requirement for Safe Entry (Guidelines for Safety in Drain Work)

Staff members of MCGM have required guideline for minimum acceptableconditions relating to water and silt depth to enable a survey to take place and be ofvalue. It is not possible to give categorical quantities values of these parameters,which are valid for all situations. Entry into sewers or drains is by nature, a hazardousoperation and it is essential that whenever possible, all risk is eliminated. The safetyequipment provided and the rigorous training in procedures to a long was inachieving this goal.

Each man who traverses the drain is provided with an escape set which has anominal 10 min. supply of air. This supply can last for anything between 6 and 15min. depending upon the physical exertion and fitness of the individual. Should theteam meet a dangerous atmosphere, despite the precautions taken, the escape setshould enable safe evacuation to the nearest manhole. The team should thereforenever be further from an open manhole where assistance is at hand than they canreach with an adequate margin before the air supply is exhausted.

Page 151: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

151

The distance is governed by many factors including.

1. Water level and velocity - Deeper water will reduce the speed of travel andincrease the effort required thus reducing the time available before the airsupply is exhausted.

2. Silt depth - Silt will also impede progress and increase required effort. Deep siltalso increases the risk of pockets of gas being disturbed during the survey thusincreasing the risk for emergency evacuation.

3. Size and shape of drain - Larger pipes are easier and quicker to travel throughand therefore greater distances between access points can be tolerated. Drainswith relatively flat inverts are also easier to walk through than ones that arecurved which, if slippery, are more likely to result in falls.

4. Structural integrity, Debris - If the invert of the drain is littered with fallen bricksor other debris, progress will be impeded.

Apart from evacuation, the other considerations for safe access are :

1. Water depth and velocity should not be such as to endanger the survey teamthrough drowning or being swept away.

2. The survey team should at all times be in visible or audible contract with at leastone bottom safety man.

3. There should be no danger of imminent collapse of the drain structure, openexcavation etc. which could trap the survey team.

In all cases, the decision on whether conditions are acceptable rests with thesurveyor as head of the man-entry team.

As a general guide and assuming the access is available at approximately3Omt, intervals, we give the following parameters for minimum requirements for safeentry into drain and sewers. It must be stressed however, that in somecircumstances, even if these parameters are complied with entry into the drains willbe deemed unsafe. In other cases, it may be possible to survey some lengths werethe parameters are not fully met.

1. The free distance between water level & soffit should not be less than 900mm.

2. The free distance between sit & soffit should not be less than 1.0mm.

3. Silt depth should not be greater than 300mm If the silt is hard and firm in drainswith a height greater than 1.5m between silt and soffit, greater depth of silt maybe accepted. In this case, the silt should be probed in advance to assure thatsoft spots are not encountered. If they are, the survey may have to beabandoned.

4. The combined depth of silt and water should not exceed 750mm.5. Water velocity should not exceed 1 m/s if the depth is greater than 300mm.

6.15.6 Surveying Procedures

Page 152: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

152

The condition survey is conducted by the two people who traverse the drain. Apermanent record of the surveyed drain is made by a series of photographs, asexplained below:

Each film used is identified by photographing a board indicating the manholenumber and location of the starting point as the first frame. All details are recorded ontape by means of a Dictaphone as the survey proceeds.

As the starting manhole, depths of flow and silt and size of the drain to besurveyed are measured and recorded and the depth of the pipe is checked to confirmthe details from the manhole survey. A photograph is taken of the pipeline from themanhole. The chainage is measured by the pedometer running along the side orinvert of the drain. AS the survey proceeds, photographs are taken every 5 m for theentire length and additional photographs taken of all major defects. As eachphotograph is taken, it is recorded on the Dictaphone. The surveyor records allfeatures and gives chainage and position by clock reference when looking in thedirection of survey.

The features recorded include:o Cracks, features and breaks in the structureo Deformationo collapseso Open jointso Surface damage,'spalling and wearo Displaced or missing brickso Dropper invertso Ingress of rootso Infiltrationo Encrustationo Debris, grease and silto Obstructionso Deviation of the line of the draino Junctions and whether defectiveo Connections and whether defectiveo Intruding connectionso Manholes or other accesses not used for entry (possibly buried or

covered at the time of survey)o Change in drain shape, diversion or material

For continuous features, longitudinal cracks, spalling etc. both the start andfinish chainages are recorded.

At the exit manhole, the manhole number, total length between entry and exit,water and silt depth and drain size and shape are recorded

Page 153: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

153

SECTION – 7ANNEXURE 'A'ANNEXURE 'B'

FORM OF TENDERBANK GUARANTEEAGREEMENT FORM

Page 154: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

154

7.1 ANNEXURE 'A'

(a) Estimated cost of tender : - 50,14,28,000/-(b) Earnest Money (1% of the estimated cost of work) - 50,14,280/-

(Subject to a minimum of Rs. 500/-)

Time allowed (Period of completion)

1. Contract Period of completion: 20 months (Excluding monsoon)

DEFECT LIABILITY PERIOD

1) Storm water Drain Works : 36 (Thirty Six) Months

2) Cement Concrete pavements : 60 (Sixty) Months

3) Asphalt Mix Works : 36 (Thirty Six) Months

4) R.C.C. Box Drain and : 60 (Sixty) MonthsR.C.C. retaining wall works

NOTE:

1. The contractors would not have to pay Water & Sewerage Charges to the M.C.G.M.

2. Percentage to be charged as supervision charges for the work got executedthrough other means/ at risk and cost of theContractors = 15% (fifteen Percent).

Page 155: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

155

7.2 ANNEXURE ‘B’

1) NName and style (of the Company, Firm, HUF orIndividual) in which the tender is assessed orassessable to Income Tax and the addressesfor the purpose of assessment and Telephone

No__________________________

2) Name and Address of all Company, Firms orAssociation or persons in which the applicant is

substantially interested in his individual orfiduciary capacity

__________________________

3)The Income Tax Circle/Ward/District in which the

tenderer is assessed to Income Tax__________________________

4) Reference number of the assessment andassessment year. __________________________

Signature of Tenderer

Page 156: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

156

7.3 FORM OF TENDER

To :The Municipal Commissioner for Greater Mumbai,Mahapalika Marg, Mumbai.

Sir,“I/We……………………………………………………………………………

(full name in capital letters, starting with surname), the Proprietor/ManagingPartner/Managing Director/Holder of the Business, for the establishment/ firm/ registeredcompany, named herein below, do hereby offer to..............................................................................……………………………………………………………………………………………………………………………………………………………………………………………………………………………referred to in the specifications and schedule to the accompanying form of contract at therates entered in the schedule of rates sent herewith and signed by me/us” (Strike out theportions which are not applicable).

“I/We M/s………………………………………………………… do hereby state anddeclare that I/We, whose names are given herein below in details with the addresses,have not filled in this tender under any other name or under the name of any otherestablishment/firm or otherwise, nor are we in any way related or concerned with theestablishment/firm or any other person, who have filled in the tender for the aforesaidwork.”

“I/We ……………………………………………………………… have filled in theaccompanying tender with full knowledge of liabilities and therefore, we will not raise anyobjection or dispute in any manner relating to any action, including forfeiture of depositand deregistration, for giving any information which is found to be incorrect and againstthe instructions and given in this tender.”

“I/We further agree and undertake that in the event it is revealed subsequently afterthe allotment of work/contract to me/us, that any information given by me/us in this tenderis false or incorrect, I/We shall compensate the Municipal Corporation of Greater Mumbaifor any such losses or inconvenience caused to the Corporation in any manner and willnot resist any claim for such compensation on any ground whatsoever. I/We agree andundertake that I/We shall not claim in such case any amount to way of damages orcompensation for cancellation of the contract given to me/us or any work assigned tome/us or is withdrawn by the Corporation.”

I/We have read the following clause and agree to the same.

“For reasons to be recorded the Municipal Commissioner, Additional MunicipalCommissioner or Director (W.S.& P.), as the case may be, may require a contractor tocarry out works costing upto Rs. 3,00,000/- in respect of the works involved in this tender,pending acceptance of the tender as a whole by the authority competent to do so underthe relevant provisions of the B.M.C. Act. Issuance of work order for execution of suchworks costing upto Rs. 3.00 lakh shall not amount to a counter offer by the M.C.G.M. andthe Contractor shall be bound to implement such work order without claiming anycompensation and shall start the work positively within the period specified in such workorders.”

Page 157: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

157

I/We hereby agree to execute the additional work to the extent of 50 % over andabove the office estimates (as shown in the bill of Quantities of this work) at the quotedpercentage and terms and conditions of contract, but within the contract period as andwhen called upon by the Chief Engineer (S.W. Drains) to do so.

I/We hereby agree and understand that if I/We fail to attend the work in whole/partas shown in the Bill of Quantities of this work within the prescribed time limit, the said workwill be carried out at our risk and cost by any other contractor at their quoted percentageplus 10 % supervision charges.

I /We hereby agree to carry out similar works as under this contract in the same orany adjacent nalla system group at the same percentage under this work contract if sodirected by Engineer-in-charge in writing.

I/We have read and examined the following documents relating to the desilting ofmajor nalla system /minor nalla system/underground storm water drains in theCity/Western Suburbs/Western Suburbs.

(a) Notice inviting tender.

(b) Instructions to the Tenderers.

(c) “General Conditions of Contract for Civil Works of the Municipal Corporation of

Greater Mumbai (Revised from 1-4-2000 and as amended upto date).

(d) Annexure ‘A’

(e) Specifications

(f) Bill of Quantities and Rates.

(g) Agreement Form

I/We hereby tender for the execution of the works referred to in the aforesaiddocuments, upon the terms and conditions, contained or referred to therein and inaccordance in all respects with the specifications designs, drawings and other relevantdetails.

*At the rates quoted in the aforesaid Bill of Quantities and within the period/s ofcompletion as stipulated in Annexure ‘A’.According to your requirements for payment of earnest money as specified :-

*(a) I/We have deposited that amount in cash with the Additional ChiefAccountant/Deputy Accountant (Suburbs) of the Corporation not to bearinterest or,

*(b) I/We have deposited with and transferred to the Additional ChiefAccountant/Deputy Accountant (Suburbs) the equivalent of that amount inPublic Securities or,

*(c) I/We have delivered to the Additional Chief Accountant/Deputy Accountant(Suburbs) a General Undertaking and Guarantee by our Bankers in your favourfor inter alia to above amount on which you are entitled now or at any timethereafter to demand payment from our Bankers.

I/We have already deposited with the Additional Chief Accountant the sum of Rs. 0.30lakh/ 0.75 lakh/1 lakh/2 lakhs/3 lakhs/5 Lakhs not to bear interest or the equivalent of Rs.0.30 lakh/0.75 lakh/1 lakh/2 lakhs/3 lakhs/5 lakhs in National Saving Certificate by way ofstanding deposit as security.

Page 158: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

158

I/We hereby request you not to enter into a contract with any other person/s for theexecution of the works until notice of non-acceptance of this tender has first beencommunicated to me/us, and in consideration of your agreeing to refrain from so doing,I/We agree not to withdraw the offer constituted by this tender before the date ofcommunication to me/us of such notice of non-acceptance, which date shall be not laterthan Ten days from the date of the decision of the Standing Committee or EducationCommittee of the Corporation, as may be required under the Mumbai MunicipalCorporation Act, not to accept this tender.I/We also agree to keep this tender open for acceptance for a period of 120 days from thedate of opening the same and not to make any modifications in its terms and conditionswhich are not acceptable to the Corporation.I/We agree that the Corporation shall, without prejudice to any other right or remedy, be atliberty to forfeit the said earnest money absolutely, if :--

(a) I/We fail to keep the tender open as aforesaid.

(b) I/We fail to execute the formal contract or make the contract deposit when called

upon to do so.

(c) I/We do not commence the work on or before the date specified by the Engineer

in his work order.

(d) I/We fail to produce the required information, testimonial, etc. whenever called

upon to do so or I/We fail to give satisfactory reason for not producing such

information, testimonial, letter, etc. within a period of one week from receipt of

such demand.

I/We hereby further agree to pay all the charges of whatsoever nature in connectionwith the preparation, stamping and execution of the said contract.

I/We hereby further agree to take all insurance as described in General Conditions ofContract for Civil Works of Municipal Corporation of Greater Mumbai revised from 1st April2000 as amended upto date from the Director of Insurance, Maharashtra State, NewAdministrative Building 16th and 17th Floor, Opp. Mantralaya, Madam Cama Road,Mumbai-400 032 only. If in case the Insurance cover is not offered by the MaharashtraState Insurance Funds, then that cover shall be taken out from the InsuranceCompany/Companies approved by the Director of Insurance, Maharashtra.

Yours faithfully,Address :

………………………………………………………………………………………………………………………………………………………………………………

Signature of the Tenderer1. ………………………………

2. ………………………………

3. ………………………………

4. ………………………………

5. ………………………………

Page 159: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

159

Full Names and Residential Addressof all the partners constituting the firm :

1. Category in which registered. …………… Bankers : ………….............…2. Class in that Category ............................. Branch : ………………………3. Registration No. ………………………...... Account No. …………………4. Validity of Registration …………………..

Note : The tenderers must give full details about the names and residential addresses ofall the partners constituting the firm and the required information as detailed below.Tenderers not complying with this should note that their tender may be rejectedoutright if these details are not mentioned on this page.

* Tenderer to strike out whichever is not applicable.

Page 160: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

160

7.4 BANKERS' GUARANTEE IN LIEU OF TENDER ANDCONTRACT DEPOSIT FOR WORK

THIS INDENTURE made this ____________day of _______________2009.BETWEEN THE__________________________________________________BANKincorporated under the English/Indian Companies Act and carrying on business in Mumbai(hereinafter referred to as ' the bank' which expression shall be deemed to include itssuccessors and assigns) of the first part__________________________________________________________________________________________________________________________________________________________________________________________________________________inhabitants carrying on business at____________________________________________________________________________________________________________ inMumbai under the style and name of Messers ________________________________________________________________________________________________(hereinafter referred to as 'the contractors') of the second part Shri__________________________________________________________________________________THE MUNICIPAL COMMISSIONER FOR GREATER MUMBAI (hereinafter referred to as'the Commissioner' which expression shall be deemed, also to include his successor orsuccessors for the time being in the said office of Municipal Commissioner) of the thirdpart and THE MUNICIPAL CORPORATION OF GREATER MUMBAI (hereinafter referredto as 'the Corporation') of the forth part WHEREAS the contractors have submitted to theCommissioner tender for the execution of the work of____________________________________________________________________________________________________________________________________________and the terms of such tender/contract require that the contractors shall deposit with theCommissioner as earnest money and/or the security a sum ofRs._____________(Rupees______________________________________________________________________________________________) AND WHEREAS if and whenany such tender is accepted by the Commissioner, the contract to be entered into infurtherance thereof by the contractors will provide that such deposit shall remain with andbe appropriated by the Commissioner towards the security deposit to be taken under thecontract and be redeemable by the contractors, if they shall duly and faithfully carry outthe terms and provisions of such contract and shall duly satisfy all claims properlychargeable against them thereunder AND WHEREAS the contractors are constituents ofthe Bank and in order to facilitate the keeping of the accounts of the contractors, the Bankwith the consent and concurrence of the Contractors has requested the Commissioner toaccept the undertaking of the Bank hereinafter contained in place of the contractorsdepositing with the Commissioner the said sum as Earnest Money and/or thesecurity as aforesaid AND WHEREAS accordingly the Commissioner hasagreed to accept such undertaking. NOW THIS AGREEMENT WITHNESSES that inconsideration of the premises, the Bankat the request of the Contractors(hereby testiied) UNDERTAKES WITH the Commissionerto pay to the Commissioner upon demand in writing, whenever required by him, from timeto time, so to do, a sum not exceeding in the whole Rs.__________________________(Rupees__________________________________________________________________________________________________________________________________underthe terms of the said tender and/or the contract. The B.G. is valid up to______________________________________________________________________"Not withstanding anything what has been stated above, our liability under the aboveguarantee is restricted to Rs.____________________________________only andguarantee shall remain in force upto __________________________________________

Page 161: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

161

unless the demand or claim under this guarantee is made on us in writing on or before__________ all your right under the above guarantee shall be forfeited and we shall bereleased from all liabilities under the guarantee thereafter."

IN WITNESS WHEREOFWITNESS (1) _______________________________

Name and _______________________________Address _______________________________

_______________________________

WITNESS (2) _______________________________

Name and _______________________________ the duly constituted AttorneyManager

Address ______________________________________________________________

the Bank and the said Messers ____________________________________________________________________________(Name of the Bank)

WITNESS (1) _______________________________

Name and _______________________________

Address ______________________________________________________________

WITNESS (2) _______________________________ for Messers _______________

Name and ________________________________ (Name of the Contractor)

Address ______________________________________________________________

Page 162: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

162

7.5 AGREEMENT FORM

Tender Dated............................200

Standing Committee Resolution No. ............................ dated.............................

CONTRACT FOR THE WORKS ..................................... (As on cover Page)

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

This agreement made this day of .........................................................................

Two thousand and ...............................................................................................

between ............ ..................................................................................................

Carrying on business at ......................................................................................

in Mumbai under the style and name of M/s............................................... (hereinafter

called the contractor) of the one part and Shri ..................................

the Director (E. S. & P.) or any other equivalent officer nominated by the M.C. (hereinaftercalled “the Commissioner” in which expression are included unless the inclusion isinconsistent with the context or meaning thereof his successor or successor for the timebeing holding the office of “the Director (E.S. & P.) or any other equivalent officernominated by the M.C. of the second part. WHEREAS the contractor has tendered for theconstruction, completion and maintenance of the works described above and his tenderhas been accepted by the Commissioner (with the approval of the Standing Committee ofthe Corporation) NOW THIS AGREEMENT WITNESSETH as follows :—(1) In this agreement words and expressions shall have the same meanings as are

respectively assigned to them in the General Conditions of Contract for workshereinafter referred to, and shall be deemed to form and be read and construed aspart of this agreement.

(2) The following documents shall be deemed to form and be read and construed,along with Correspondence exchanged with contractors after opening of the tender& before issue of Work Order as part of this agreement viz.(a) The said Tender Document.(b) The General Conditions of Contract for Civil works (Effective from

1/4/2000), and amendments thereof.(c) The Specifications.(d) The Schedule of Rates(e) The Booklet of guidelines for Trench Reinstatement and

amendments thereof(f) Corrigendum/ Addendum and Minutes of the Pre-Bid

Meeting, if any.(g) Notification of Award.(h) Any other document listed in the contract data as forming part ofthe contract.

(3) In consideration of the payments to be made by the Commissioner to thecontractor as hereinafter-mentioned “the contractor” hereby convenants with the

Commissioner to construct, complete and maintain the works in conformity in allrespects with the provision of the contract.(4) The Commissioner hereby covenants to pay to the Contractor in consideration

of the construction, completion and maintenance of the works the contract sum attimes and in the manner prescribed by the contract.

Page 163: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

163

(5) All the costs, charges and expenses incurred in connection with this contractagreement including stamp duty, registration and such other incidental charges ofthis agreement shall be borne and paid by the contractor.

IN WITNESS WHERE of the parties hereto have caused their respective common seals tobe hereto affixed (or hereunto set their respective hands and seals) the day and yearabove written.

Signed and delivered by the contractors… …………………………………

………………………………………………... …………………………………

in the presence of ……………….………… Trading under the name & style of

………………………………………………... …………………………………

Full Name …………………………………….

Address ……………………………………….. Contractors

…………………………………………………

………………………………………………….

Signed by the Dir.(E.S.& P.)

in the presence of ……………………………… …………………………………

…………………………………………………. …………………………………

…………………………………Dir.(E.S.& P.)

The Common seal of the Municipal Corporationof Brihan Mumbai was hereunto affixed onthe ……………………………….. 2006 in thepresence of two Members of the StandingCommittee of the Corporation.

(1) ……………………………………… (1) …………………………......…

……………………………………… .....…………………………......…

(2) ……………………………………… (2) ....……………………………

……………………………………… .....…………………………......…

and in the presence of the Municipal Secretary.………………………………………………….

………………………………………………...

Municipal Secretary

Page 164: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

164

7.6 UNDERTAKING

(Note: This affidavit should be given on Rs. 200/- stamp paper duly Notorized by notary with

red seal and registration number and copy of the same shall be submitted)

Bid No……………………………………………………………………

“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 declared that I/We

………………………………………………………………………...

Whose names are given herein below in details with the addresses have not filled

in this tender under any other name or under the name of any other establishment /

firm or otherwise, nor are we in any way related or concerned with any

establishment / firm or any other person, who have filled in the tender for the

aforesaid work”.

“I/We ……………………………………………………………… hereby agree to

take out necessary insurance policy/ policies(CAR policy, Labour insurance, third

Party insurance) so as to provide adequate insurance cover for the execution of the

work”.

“I/We ………………………………………………………………agree and

understood that I/we failed to to attend the work whole/part as shown in Bill of

quantities of each works, within prescribed time limit, the same work will be carried

out at our risk and cost by any other contractor at heir quoted % plus 15%

supervision charges”.

“I/We ………………………………………………………………have received,

read and am/are agreed to the contents of page 1 to 48 and quoting our bid.”

“I/We ……………………………………………………………… hereby agree to

execute the additional work as per detail mentioned in section 6 of tender

document as called upon by Ch.E.(SWD)”.

“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 undertake

that we have offered the best prices for the subject supply/work as per the present

Page 165: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

165

market rates and that we have not offered less prices for the subject supply/work to

any other outside agencies including Govt./semi Govt. agencies and within the

MCGM also. Further, we have filled in the accompanying tender with full

knowledge of the above liabilities and therefore we will not raise any objection or

dispute in any manner relating to any action, including forfeiture of deposit and

blacklisting, for giving any information which is found to be incorrect and against the

instructions and directions given in this behalf in this tender.

I/We further agree and undertake that in the event it is revealed

subsequently after the allotment of work/contract to me/us, that any information

given by me/us in this tender is false or incorrect, I/We shall compensate the

Municipal Corporation of Greater Mumbai for any such losses or inconvenience

caused to the Corporation in any manner and will not 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.”

However, in the case of price difference, if it is result of differential tax

structure, different Dollar value of Rupee, differential logistic of transport etc.

Considering this aspect, before invoking the penalty, blacklisting. I/We will be given

a reasonable opportunity of being heard by representing our case as to why such

price variation / differential has been arisen.

In case if the explanation submitted by me / us is unsatisfactory then action

including forfeiture of deposit and blacklisting may be taken against me / us.

Tenderer’s Full name, SignatureAnd address with rubber stamp.

Page 166: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

166

7.7 UNDERTAKING CUM INDEMINITY BONDWe(1) Mr. 2) Mr.______________________.and (3) Mr. aged (1) yrs(2) yrs. and(3) yrs respectively ; Proprietor/Partners/Directors/Power of attorney holder of the

Firm having its office at______________________________

hereby gives an UNDERTAKING CUM INDEMINITY BOND as under:

AND WHEREAS we are registered contractors with the Municipal corporation of GreaterMumbai and/or (Name of other authority ) having Regitration No._____Valid upto__________ .

AND WHEREAS the Municipal corporation of Greater Mumbai had published the tendernotice of thework of_______________________________________________________

Ward.

AND WHEREAS I/Wewant to participate in the said Tender procedure .I/We hereby givean 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 asDemotion, Suspension, Blacklising, De-registration etc. by any Government, SemiGovernment and Government Under-takings etc.

I/We hereby further undertake to communicate if my/our Firm comes under any penalaction such as Demotion, Suspension, Blacklisting, De-registration etc. by anyGovernment, Semi Government and Government Under-takings etc.

I/We hereby further agree and undertake that, at any stage of tendering procedure, if thesaid information is found incorrect, it should be lawful for the MCGM to forthwith debarme/us from the tendering procedure and intiate appropriate penal action.

The undertaking-cum-Indemnity Bond is binding upon us/our heirs, executors,administrators and assigns and/or successor and assigns.

Place:

DateHolder: Properietor/Partners/Directors/PCA

(Seal of Firm/Co.)

Identified by me,

BEFORE ME

Page 167: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

167

SECTION – 8DRAWINGS

Page 168: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

168

Page 169: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

169

Cross Section of Retaining Wall

Page 170: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

170

Page 171: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

171

Page 172: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

172

SECTION – 9BILL OF QUANTITIES

Page 173: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

173

MUNICIPAL CORPORATION OF GREATER MUMBAI

Name ofWork :

Widening & Training of Mahul Creek from Tansa Main to BPT Bridge, M/West Ward, BRIMSTOWADPROJECT

BILL OF QUANTITIES

Sr.No.

Item no Description of Item Quantity

Rate Per Amount (Rs.)

1 CS-EW-1

Excavation for foundations, substructures, basements, tanks,sumps, walls, chambers,manholes, trenches, poles, pits &general building works in all types of soils, vegetableearth, soft murum, running sand, shingle, turf clay, loam, peat,ash, shale, slag, chalk,garbage, muddy/ marshy/ slushy soil,marine clay, reclaimed land etc. for depths/lifts upto 1.5Mmeasured from the ground level, including dressing/ trimmingthe sides,leveling and ramming of bottoms, manualdewatering, removing rank vegetation,backfilling in layers notmore than 200mm thickness, watering, consolidating,compacting to achieve not less then 97% Modified Proctordensity conforming to relevant IS, stacking the selectedmaterial in measurable heaps for future use within ownersspace or disposing within an initial lead of 150m as directed,loading,unloading, leveling excluding shoring, strutting etc.complete as directed by Engineerin-Charge.Note:1) The rate includes the handling/supporting the existingutilities such as cables, drains,pipes, water mains etc.2) It also includes the royalty and other taxes applicable if any.

50069.31 220.00 CuM 11,015,247.10

2 CS-EW-2-a

Extra over above item CS-EW-1 for lift from 1.5m to 3.0m.12816.38 48.00 CuM 615,186.00

3 CS-EW-2-b

Extra over above item CS-EW-1 for lift from 3.0m to 4.5m12816.38 71.00 CuM 909,962.63

4 CS-EW-2-c

Extra over above item CS-EW-1 for lift from 4.5m to 6.0m11620.18 115.00 CuM 1,336,320.70

5 BW-2-115-h

Providing and installing in position controlled concrete ofgrade M-40 with minimum cement content as 400 kg/cum.and W.C ratio not exceeding 0.40 for R.C.C work in cast-in-situ bored piles with hydraulic boring machine includingmobilization to the site of work. Each pile shall have loadcapacity as per design and of specific diameter usingmaximum 20mm size of aggregate including boring throughall strata including rock,including placing of concrete bytremie arrangement through mild steel casing to the requireddepth. Compaction as necessary with drawl of mild steelcasing including chipping / dressing of piles to requiredlevels, cleaning the reinforcement etc. complete as specifiedand directed (Excluding reinforcement) (Using BatchingPlant, Transit Mixer and Concrete Pump)

12504.80 5,841.00 Rmt 73,040,536.80

6 CS-CW-35-c

Thermo-Mechanically Treated steel bars. (Fe 500 D)2470.000 69,196.00 MT 170,914,120.00

7 BW-5-8

Providing Fusion Bonded Epoxy Coating (FBEC) to reinforcingsteel bars as per IS 13620: 1993 specifications for a coatingthickness of 175 microns ( with permissible variation of 50microns) including testing at plant etc. complete as perspecifications.

2470.000 13,365.00 MT 33,011,550.00

8 BW-2-36

Providing and installing in position permanent M.S. liners forpiles of specified diameter and fabricated from 6.0 to 8.0mmthick plates as per detailed drawings and designs includingcutting, bending to required shape, welding, painting with RedOxide paint etc. complete as specified and directed.

953.630 78,465.00 MT 74,826,577.95

Page 174: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

174

9 CS-PLG-12

Preparation of base of pile caps by the removal of theunsuitable soft material, laying 230mm thick rubble soling and100mm thick PCC of M15 grade soling as per the direction ofEngineer in charge and supply of all materials, labours andequipments etc. complete.

Refer CS - EW26 & CS-CW-1-

b

a CS-EW-26

Providing & Laying dry stone Rubble Soling with average 230mm size hard stone set in regular lines, handpacked andinterstices thoroughly filled with small chips includingfilling in with good quality murum brought from outside,compacting with iron rammers, watering, sand spreading12mm thk. Layer of grit on top etc complete as directed byEngineer In Charge.(Note: The rate includes the royalty and other taxes if any)

2830.96 1,248.00 CuM 3,533,031.84

b CS-CW-1-b

Nominal Mix of 1:2:4 (1 cement : 2 coarse sand : 4 gradedstone aggregate 20 mm nominal size) 1230.85 5,175.00 CuM 6,369,648.75

10 CS-CW-7-a

Providing and laying in position ready mixed design mix M-20grade cement concrete for reinforced cement concrete work,using cement content as per approved design mix, includingpumping of concrete to site of laying and the cost of centering,shuttering, finishing and excluding reinforcement, includingadmixtures in recommended proportions as per IS: 9103 toaccelerate, retard setting of concrete,improve workabilitywithout impairing strength and durability as per direction ofEngineer-in-charge.The Mix design as per particularspecfications shall be got approved by Engineer-in-Chargebefore execution of the item.The rate shall include cost of allspecified materials and operations at all levels and heights,including the cost of centering, shuttering and and excludingreinforcement which shall be paid under relevant item.(Note :-Cement content considered in this item is @ 300 kg/cum asper IS 456 table showing minimum cement content. No extrawill be paid nor any amount will recovered on account ofvariation of cement in mix design as per specifications forcontrolled concrete).Foundations, footings, bases of columns,rafts, pilecap

7170.00 6,505.00 CuM 4,66,40,850.00

11 CS-CW-19

Extra and over for providing richer RMC of M-40 grade cementconcrete instead of M20 (Note :- Cement content consideredin this item is @ 360 kg/cum as per IS 456 table showingminimum cement content.)

7170.00 1,025.00 CuM 7,349,250.00

12 SWD-179

Providing & placing in position controlled Ready Mix Concreteof grade M- 40 in walls and deck slab above or below groundlevel at any height / depth by using Ordinary Portland Cementincluding Transportation anywhere in Mumbai including curingby any means etc complete as directed by Engineer-in-Charge. (Reinforcement & Formwork shall be paid separately).

2814.08 8,081.00 CuM 22,740,540.08

13 SWD-154

Providing & Fixing 100 mm. dia PVC. Pipes of approvedquality as weep holes in nalla/ retaining walls etc complet asdirected by Engineerin-Charge.

1792.50 157.00 Rmt 281,422.50

14 CS-CW-30-b

Centering and shuttering of steel plates with M.S. Anglesincluding strutting, propping etc. and removal of form for :Walls(any thickness) including attached butteresses, ,retainingwall,shear wall, diaphragm wall etc

12838.14 387.00 SqM 4,968,360.18

15 SWD-40Providing Brick masonry in cement mortar 1:3 as specified asdirected by Engineer-in-Charge. 135.00 5,839.00 CuM 788,265.00

16 SWD-60Providing 25 mm thick cement plaster in cement mortar 1:2including neat cement rendering (without water proofingcompound) as specified & as directed by Engineer-in-Charge..

325.00 310.00 SqM 100,750.00

17 SE-5-7-dProviding and laying R.C.C Pipe (NP3 Class) with collar jointsincluding jointing with CM(1:1) & filleting etc. complete asspecified and directed. 300mm dia

53.55 1,533.00 Rmt 82,092.15

18 BW-5-3-b

Providing and applying epoxy base paint to RCC piers,columns, beams, girders, diaphragms, slabs, parapets etc.including cleaning and preparing the surface, applying puttyconsisting of epoxy base paint and steolite powder, applyingone coat of epoxy primer and one coat of epoxy paint torender the concrete surfaces smooth by covering smallirregularities including scaffolding etc. complete as specifiedand directed, (1 coat epoxy + primer)

8006.50 287.00 SqM 2,297,865.50

Page 175: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

175

19 RW-10-13

Providing & fixing in position premoulded asphalt filler 12mmthick confirming to I.S. 1838 of 1983 for placing of theexpansion joint,around manholes & waterentrances, etc put tothe required depth & 25mm belowthe camber,etc. complete as directed.

670.80 614.00 SqM 411,871.20

20 RW-2-05Providing dry rubble packing behind the abutment retaining &wing wall in horizontal layers etc. complete as specified & asdirected by the Engineer

2688.75 805.00 CuM 2,164,443.75

21 SWD-161-A

Hiring poclain machine for Municipal work such as desilting,levelling,removal of buried obstructionetc.includingtransportation two way,diesel, lubricants, charges for operatorsand helpers, etc complete. (Minimum output requirement of100 Cu. M per shift in hardship condition in which nallas areaccessible from very few points due to encroachment andwhere width of nalla and distance for dragging of silt along thenalla upto lifting points is more)

158.00 38,238.00shiftof 8hrs

6,041,604.00

22 RW-1-13

Levelling, watering & rolling by vibratory roller weighing notless than 10 tonnes & preparing the ground to the requiredgrade & camber etc. complete as specified as directed by theEngineer as per road specifications.

12000.00 9.00 SqM 108,000.00

23 RW-2-20

Providing & laying, spreading &compacting graded crushedstone agreegate to wet mix macadam satis faction includingpre mixing the material with water to OMC in mechanical mix(pugmill) carriage of mix material by tipper to site laying inuniform layer of 75mm to 100mm (compacted thickness each)with sensor paver finisher on prepared subbase & compactingwith vibratory roller (10tonne) to achieve desired densityincluding lighing, guarding barricating & maintenance ofdiversion etc. asdirected by the Engineer, (Rebate fornotu singsensor paver should be taken, (metal gradation from 53mm to75mm micron as per MCGM Road Specifications clauseno.240).

3000.00 2,768.00 CuM 8,304,000.00

24 RW-2-21

Providing & laying, spreading & compacting specified crushedstone in granular subbase course including pre mixing thematerial in mechanical mixer (pugmill or approved type),spreading of mixed material in uniform layer of 100mm to75mm (compacted thickness each) with motor grader or paveron prepared murum surface & compacting with10 tonnevibratory roller to achieve desired density including all material,labour, machinery, lighing barricating toall lifts & leadmaintenance of diversion etc. complete (metal gradationfrom75mm to75mm micron as per MCGMRoadSpecificationsclause no.210).

2400.00 2,484.00 CuM 5,961,600.00-

25 RW-5-20

Providing and applying PRIME COAT with CATIONICBITUMEN EMULSION (SS) @ 7 to 12Kg. of 10 Sqmt. overprepared surface to receive bituminous mix by applyingPRIMER with mechanical spray bitumen, including cleaning ofroad surface etc. completed, as directed For Low Porositysurface & the primed surface shall be allowed to cure foratleast 24 hours or any other higher period, asis found to benecessary to allow all the moisture or volatiles to evaporatebefore any subsequent bituminous surface treatment or mix islaid (As per New Road Specifications Clause No. 313, curingas per 313.5)

12000.00 69.00 SqM 828,000.00

26 RW-5-23

Providing and applying TACK COAT with CATIONICBITUMEN EMULSION (RS) @ 0.2 to 0.25 Kg. of Sq.mt. overprepared surface to receive bituminous mix by applying TACKCOAT with mechanical spray bitumen, including cleaning ofroad surface etc. completed, as directed For NORMALBITUMINOUS SURFACES & the tack coat shall be left tocureunt all the volatile shavee vaporated before anysubsequent construction is started, which is indicated bychange in colour from brown to black (As per New RoadSpecifications ClauseNo.314,curing as per 314.3.4)

12000.00 26.00 SqM 312,000.00

27 RW-5-40

P/L hot premix Bituminous concrete with 6.00% of bitumengrade 30/40, surface coat by mix design as per MORTH to theconmpacted thickness of 40mm, using new material to therequired line, level and camber rolling with power vibratory roller& sensor paver, etc. complete as specified and as directed

12000.00 479.00 SqM 5,748,000.00

Page 176: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

176

with lime filler 5.00% by weight and antistriping agent @1% ofbitumen by weight etc. complete. As per new RoadSpecification clause no.364)

28 RW-5-44

P/L hot Premix Dense bituminous macadam with 4.50%bitumen content of grade 30-40 to there quired line, level, andcamber rolling with 10/ 12M.T. power, vibratory roller & sensorpaver etc. complete as specified and as directed to thicknessof 50mm. with antistriping agent at 1.00% by weight ofbitumenus in grading II of "MORTH" (As per new RoadSpecification clause no.354)

12000.00 480.00 SqM 5,760,000.00

29 RW-5-24

Providing and applying TACK COAT with CATIONICBITUMEN EMULSION (RS) @ 0.25 to 0.30 Kg. of Sq.mt. overprepared surface to receive bituminous mix by applying TACKCOAT with mechanical spray bitumen, including cleaning ofroad surface etc. completed, as directed For DRY & HUNGRYBITUMINOUS SURFACES (As per New Road SpecificationsClause No. 314)

12000.00 27.00 SqM 324,000.00

30 CS-EW-8

Add for lead upto 3 km including levelling. Note: Prior Specificsanction of Head of Dept. should be taken if transportation isto be done at night for above items, (i.e.between 8.00 pm. to 6am.) and the rate shall be reduced by 10 %. This item will beoperated / executed with the specific sanction of the ChiefEngineer.

7896.00 75.00 CuM 592,200.00

31 CS-EW-9

Add for each additional lead of 1km beyond initial lead of 3kmincluding levelling. Note: Prior Specific sanction of Head ofDept. should be taken if transportation is to be done at nightfor above items, (i.e. between 8.00 pm. To 6am.) And the rateshall be reduced by 10%. This item will be operated / executedwith the specifics sction of the Chief Engineer.

212463 19 CuM 4,036,797.00

Total501,427,944.12

Say 501,428,000/-

Page 177: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

177

SECTION – 10FINANCIAL BID FORM

(FORM ‘B’)

Page 178: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

178

10. Financial Bid Form

XII – FORM `B’

MUNICIPAL CORPORATION OF GREATER MUMBAI.

Sub: ES-169 Widening & Training of Mahul Creek from Tansa Main to BPT Bridge,M/West Ward, BRIMSTOWAD PROJECT Phase – II

Due Date of e-Tender: As on cover page.

Sr.No.

Brief description and office estimate

1.ES-169 Widening & Training of Mahul Creek from Tansa Main to BPT Bridge,

M/West Ward, BRIMSTOWAD PROJECT Phase – II

I/We have received, read and am/are agreeable to the content of Page 1 to Page234including the Bill of Quantities while quoting the percentages offered. I/We have consideredthe contents of the documents contained in the above mentioned pages and into thereof,I/We have signed the documents.

Name and Title of Signatory:Name of Tenderer :Adress :E-Mail Address of the firm:Telephone numbers :

Digital Signature of TendererTrading under theName and style of

(A separate sheet must be filled, scanned and uploaded along with e-tendering)

Page 179: MUNICIPAL CORPORATION OF GREATER MUMBAIportal.mcgm.gov.in/irj/go/km/docs/documents/MCGM Department List... · 1 MUNICIPAL CORPORATION OF GREATER MUMBAI TENDER FOR STORM WATER DRAIN

179

Names, addresses and telephone nos. of partners.

Sr.No.

Name Office address andTel.No.

Residentialaddress and

Tel.No.

Mobile No. &email ID