209
1 MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF GOVT. OF INDIA, MINISTRY OF RAILWAYS) National Competitive Bidding for Construction of elevated booking offices at Jogeshwari (North) and (South),, extension/modification of the existing foot-over bridges at Jogeshwari station of Churchgate-Virar suburban section of Mumbai under MUTP-II BID NO. MRVC/W/104/ADH-GMN/JOS STN/2010/56 MRVC Office, 2 nd Floor, Churchgate Railway Station Building, Churchgate, Mumbai-400 020

MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

1

MUMBAI RAILWAY VIKAS CORPORATION LTD.

(A PSU OF GOVT. OF INDIA, MINISTRY OF RAILWAYS)

National Competitive Bidding

for

Construction of elevated booking offices at Jogeshwari (North) and (South),, extension/modification of the existing foot-over bridges at Jogeshwari station of Churchgate-Virar suburban section of Mumbai under MUTP-II

BID NO. MRVC/W/104/ADH-GMN/JOS STN/2010/56

MRVC Office, 2nd Floor, Churchgate Railway Station Building, Churchgate, Mumbai-400 020

Page 2: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

2

GOVERNMENT OF INDIA

MUMBAI URBAN TRANSPORT PROJECT

NATIONAL COMPETITIVE BIDDING

Name of work : Construction of elevated booking offices at

Jogeshwari (North) and (South),, extension/modification of the existing foot-over bridges at Jogeshwari station of Churchgate-Virar suburban section of Mumbai under MUTP-II BID NO. MRVC/W/104/ADH-GMN/JOS STN/2010/56

Period of Sale of Bidding Document : From 28.01.11 To 02.03.11

Time and Date of Pre-Bid Conference : Date 14.02.11 Time 15.00 hrs

Last Date and Time for Receipt of Bids

: Date 03.03.11 Time 15.00 hrs

Time and Date of Opening of Bids : Date 03.03.11 Time 15.30 hrs

Place of Opening of Bids : Corporate office, Mumbai Railway Vikas Corporation Ltd., 2nd floor, Churchgate Station Annex building, Churchgate, Mumbai-400 020 website:www.mrvc.indianrail.gov.in

Officer Inviting Bids . Dy.Chief Project Manager (Civil) - III, MRVC E-mail: [email protected]

Page 3: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

3

BID DOCUMENT CONTENTS

Page No.

Invitation for Bid 4-6

Section 1 Instructions to Bidders 7-25

Section 2 Forms of Bid and Qualification Information 26-37

Section 3 General Conditions of Contract 38-53

Special Conditions of Contract 54-63

Section 4 Contract Data 64-74

Section 5

Specifications 75

Part I - Employer’s Requirement – General Specification 76-96

Part II - Employer’s Requirement – Particular Specification (Civil Engineering) Part III – Employer’s Technical Requirement – Electrical Works

97-155

156-173

Section 6

Bid Drawings 174-175

Section 7

Bill of Quantities 176-195

Section 8 Forms of Securities 196-201

Page 4: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

4

INVITATION FOR BIDS

(IFB)

Page 5: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

5

INVITATIONS FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING BID NO. MRVC/W/104/ADH-GMN/JOS STN/2010/56 Date : 27.12.10

1. Mumbai Railway Vikas Corporation (MRVC) Ltd., 2nd Floor, Churchgate Station Annex, Churchgate, Mumbai 400020, invites bids for the works as detailed below. This work is part of Mumbai Urban Transport Project funded jointly by Ministry of Railways and Govt. of Maharashtra, for improving transport infrastructure in Mumbai. Bidders are advised to note the minimum qualification criteria specified in clause 4.4A of the Instructions to Bidders to qualify for the award of the contract. Joint ventures are not permitted. Bidders must possess the minimum qualification in their own name.

2. Bidding documents may be purchased from the office of MRVC Ltd. from 28.01.2011 to 27.02.2011

for a non-refundable fee as indicated, in the form of Demand Draft on any Scheduled bank payable at Mumbai in favour of Mumbai Railway Vikas Corporation Ltd. Bidding documents requested by mail will be dispatched by speed post on payment of an extra amount of Rs. 250/-. MRVC Ltd. will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same. Bidders may also download the bidding documents from web site of www.mrvc.indianrail.gov.in but it will be responsibility of bidder to make proper sets and submit documents properly, along with cost of bid documents as indicated below in the form of demand draft in favour of Mumbai Railway Vikas Corporation Ltd.

3. Bids shall remain valid for a period not less than Ninety (90) days after the deadline date for bid

submission. Bids must be accompanied by a bid security specified in the table below, drawn in favour of MRVC Ltd. Bid security will have to be in any one of the forms as specified in the bidding document, with validity upto 45 days beyond the validity of bid.

4. Bids must be delivered to Dy Chief Project Manager(Civil), MRVC on or before 15.00 hours on

28.02.2011 and will be opened on the same day at 15.30 hours, in the presence of the bidders, who wish to attend. If the office happens to be closed on the date of receipt of the bids as specified, the bids will be received and opened on the next working day at the same time and venue.

5. A pre-bid meeting will be held on 14.02.2011 at 15.00 hrs. at the office of MRVC Ltd., Mumbai to clarify

the issues and to answer questions on any matter that may be raised at that stage as stated in clause 9.2 of ‘Instructions To Bidders’ of the bidding document.

6. Other details can be seen in the bidding documents. Interested bidders may obtain further information at

the above address.

TABLE

Name of work: Construction of elevated booking offices at Jogeshwari (North) and (South),, extension/modification of the existing foot-over bridges at Jogeshwari station of Churchgate-Virar suburban section of Mumbai under MUTP-II.

Bid No. Approximate cost

of works (Rs) Bid security

(Rs) Cost of

document (Rs)

Period of completion

1 3 4 5 6 BID NO.MRVC/W/104 /ADH-GMN/JOS STN/ 2010 /56

523 lakhs 10.50 lakhs 10,000/- (Ten thousand

only)

24 months excluding monsoon

Page 6: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

6

Name of office- Mumbai Railway Vikas Corporation Ltd. Address- Mumbai Railway Vikas Corporation Ltd.,

2nd floor, Churchgate Railway Station Building, Churchgate, Mumbai- 400 020

Fax. No. 022-2209 6972 Web Site www.mrvc.indianrail.gov.in Contact Persons- 1. Chief Project Manger Tel. No. 022-2209 2620 e-mail- [email protected] 2. Dy.Chief Manager(Civil)-III Tel.No.022-2200 7270 E-mail: [email protected] Note:- Please refer Corrigendum No.1 for revised Dates.

Page 7: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

7

SECTION 1: INSTRUCTIONS TO BIDDERS (ITB)

Page 8: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

8

Section 1: Instructions to Bidders Table of Clauses Page

No. Table of Clauses Page No.

A. General 9 E. Bid Opening and Evaluation 15 1. Scope of Bid 9 23. Bid Opening 15 2. Source of Funds 9 24. Process to be Confidential 15 3. Eligible Bidders 9 25. Clarification of Bids 16 4. Qualification of the Bidder 9 26. Examination of Bids and

determination of Responsiveness 16

5. One Bid per Bidder 10 27. Correction of Errors 16 6. Cost of Bidding 11 28. Deleted 16 7. Site Visit 11 29. Evaluation and Comparison of

Bids 16

30. Deleted 17 B. Bidding Documents 11 F. Award of Contract 17 8. Content of Bidding Documents 11 31. Award Criteria 17 9. Clarification of Bidding Documents 11 32. Employer's Right to Accept any

Bid and to Reject any or all Bids 17

10. Amendment of Bidding Documents 12 33. Notification of Award 17 34. Performance Security 18 C. Preparation of Bids 12 35. Advance Payment and Security 18 11. Language of Bid 12 36. Adjudicator 18 12. Documents Comprising the Bid 12 37. Corrupt or Fraudulent Practices 18 13. Bid Prices 12 38. Conditions for documents

downloaded from website 19

14. Currencies of Bid and Payment 12 15. Bid Validity 13 16. Bid Security 13 17. Alternative Proposals by Bidders 13 18. Format and Signing of Bid 13 D. Submission of Bids 14 19. Sealing and Marking of Bids 14 20. Deadline for Submission of Bids 14 21. Late Bids 15 22. Modification and Withdrawal of

Bids 15

Page 9: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

9

A. General 1. Scope of Bid 1.1 The Mumbai Railway Vikas Corporation Ltd. (referred to as Employer in these documents) invites bids for

the construction of works (as defined in these documents and referred to as “the works”) detailed in the table given in IFB. The broad scope of work is detailed in contract data.

1.2 The successful bidder will be expected to complete the works by the intended completion date specified in the Contract data.

2. Source of Funds 2.1 This work is a part of Mumbai Urban Transport Project funded jointly by Ministry of Railways and Govt. of

Maharashtra. 3. Eligible Bidders 3.1 Bidding is open to all Indian bidders who may be registered with the Government of India or other State

Governments/Government of India, or State/Central Government Undertakings. Bidders are advised to note the minimum qualification criteria specified in Clause 4.4A of the Instructions to Bidders to qualify for the award of the contract.

3.2 Deleted. 3.3 Deleted 3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices in accordance with

sub-clause 37.1. 4. Qualification of the Bidder 4.1 Deleted 4.2 All bidders shall provide the following information and documents with their bids as included in Section 2 of

this document. (a) Copies of original documents defining the constitution or legal status, place of registration, and

principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) Total monetary value of construction work performed for each of the last three years; (c) Experience in works of a similar nature and size for each of the last three years, and details of works

under way or contractually committed; and clients who may be contacted for further information on those contracts;

(d) Major items of construction equipment proposed to carry out the Contract;

(e) Qualifications and experience of key site management and technical personnel proposed for the Contract; (f) Deleted (g) Evidence of adequacy of working capital for this contract ( access to line (s) of credit and availability of other financial resources): (h) Authority to seek references from the Bidder's bankers;

Page 10: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

10

(i) Deleted (j) Proposal for subcontracting components of the Works which in aggregate add to more than 20 percent

of the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the relevant field should be annexed; no vertical splitting of work for sub-contracting is acceptable);

(k) Program of construction in the form of Activity chart.

4.3 Joint Ventures are not permitted. 4.4 A Minimum qualification criteria Only such bidders need apply who have

a. Received total contract amount of at least Rs. 784 LAKHS during the last three financial year and current financial year.

b. The bidder must have executed a similar single work having civil engineering component of value minimum Rs. 178 LAKH during the last three financial years and the current financial year. The similar single work shall mean work involving construction of elevated booking office over running lines and/or extension/modification/construction of foot-over bridge over running lines

c. The contractor or his identified Electrical works sub-contractor should have a valid electric license for executing the electrification works and should have executed one similar work of general electrification of value not less than Rs. 4.65 LAKH in last three financial years and current financial year.

Note 1: It may be noted that the subcontractor vide clauses ( c) above need to be identified before bidding and the necessary documentation to this effect viz. undertaking by the subcontractor in the standard forms (Form no. 7 ) and credential documents shall be submitted along with the bid. Non compliance of this will render bid liable to be rejected.

4.4 B Each bidder should further demonstrate:

(a) availability (either owned or leased or by procurement against mobilization advances) of the following

minimum key and critical equipment for this work:

- Concrete mixer with weigh batcher –1 No. - Needle Vibrator- 2 no.

(b) availability for this work of a Project Manager with no less than five years' experience in construction of similar civil engineering works and other key personnel with adequate experience as required; and

© liquid assets and/or availability of credit facilities of no less than Rs. 65.30 LAKH in the format given in Section 2 or any other format acceptable to the employer.

(Credit lines/letter of credit/certificates from Banks for meeting the funds requirement etc.) 4.5 Sub-contractor’s experience and resources will not be taken into account in determining the Bidder’s

compliance with the qualifying criteria with respect to clauses nos 4.4 A (a) and 4.4 A (b).

4.6 Deleted 4.7 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have: 4.7.1 - made misleading or false representations in the forms, statements and attachments submitted in

proof of the qualification requirements; and/or 4.7.2 - record of poor performance such as abandoning the works, not properly completing the

contract, inordinate delays in completion, litigation history, or financial failures etc.; and/or

5. One Bid per Bidder 5.1 Each bidder shall submit only one bid. A bidder who submits or participates in more than one Bid will cause

all the proposals with the Bidder’s participation to be disqualified.

Page 11: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

11

6. Cost of Bidding 6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer

will in no case be responsible and liable for those costs.

7. Site visit 7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of Works

and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense. The site of the work is North and South of the existing Jogeshwari station. The South elevated booking office would also be over the level crossing gate in addition to being over the running lines.

7.2 The bidder should note that some items of the work may have to be executed during odd hours at night under block in limited permitted time. The bidder shall make his own assessment and nothing extra on this account shall be paid unless specified otherwise against an item of BOQ.

B. Bidding Documents 8. Content of Bidding Documents 8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in

accordance with Clause 10: Invitation for Bids Section 1 Instructions to Bidders 2 Forms of Bid and Qualification Information 3 Conditions of Contract 4 Contract Data 5 Specifications 6 Drawings 7 Bills of Quantities 8 Forms of Securities 8.2 Deleted. 9. Clarification of Bidding Documents 9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in

writing or by fax or e-.mail at the Employer's address indicated in the invitation to bid. The Employer will respond to any request for clarification which he received earlier than 15 days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

9.2 Pre-bid meeting 9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place at

MRVC Ltd. (2nd floor, Churchgate station building, Churchgate, Mumbai-400020) on the time and date mentioned in IFB.

9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be

raised at that stage. 9.2.3 The bidder is requested to submit any questions in writing or by e-mail /fax to reach the Employer not later

than one week before the meeting. 9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source of

enquiry) and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any modification of the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause 10.

Page 12: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

12

9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder. 10. Amendment of Bidding Documents 10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing

addenda. 10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing or

by fax to all the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by cable to the Employer.

10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their

bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-Clause 20.2 below.

C. Preparation of Bids

11. Language of the Bid 11.1 All documents relating to the bid shall be in the English language. 12. Documents comprising the Bid 12.1 The bid submitted by the bidder shall comprise of the following: (a) The Bid Form (Form 1 of Section 2). (b) Bid Security; (c) Priced Bill of Quantities; (d) Qualification Information Form with Documents ( Form 2 of Section 2 ) and any other materials required to be completed and submitted by bidders in accordance with these

instructions. 12.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so

indicate in the bid together with any discounts offered for the award of more than one contract. 13. Bid Prices 13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill of

Quantities submitted by the Bidder. 13.2 The Bidder shall fill the rates for all schedules of the Works described in the Bill of Quantities. The total

value of the offer based on the rates quoted shall also be worked out and entered at the bottom. If any of the schedules is omitted by the Bidder, the Bid shall be considered incomplete and is liable to be rejected. Correction/s, if any, shall be made by crossing out, initialing, dating and rewriting.

13.3 All duties, taxes, royalty and other levies payable by the contractor under the contract, or for any other

cause shall be included in the rates, prices and total Bid Price submitted by the Bidder. 13.4 The rates and prices quoted by the bidder are subject to price adjustment during the performance of the

contract in accordance with the provision of clause 47 of the Conditions of Contract. 14. Currencies of Bid and Payment 14.1 The unit rates and the prices shall be quoted by the bidder in Indian Rupees. 15. Bid Validity

Page 13: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

13

15.1 Bids shall remain valid for a period not less than Ninety (90) days after the deadline date for bid

submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the

bidders may extend the period of validity for a specified additional period. The request and the bidders' responses shall be made in writing. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid but will be required to extend the validity of his bid security for a period of the extension, and in compliance with Clause 16 in all respects.

15.3 Deleted. 15.4 Deleted. . 16. Bid Security 16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table

of IFB for this particular work. This bid security shall be in favour of Mumbai Railway Vikas Corporation Ltd. and may be in one of the following forms:

- A bank guarantee issued by a nationalized / scheduled bank located in India in the form given in

Section 8; or - Certified cheque or Bank draft in favour of Mumbai Railway Vikas Corporation Ltd. payable at

Mumbai. - FDR of nationalized bank, duly pledged in favour of Mumbai Railway Vikas Corporation Ltd.

16.2 Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the validity of the bid. 16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1

and 16.2 above shall be rejected by the Employer as non-responsive. 16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity

period specified in Sub-Clause 15.1. 16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement

and furnished the required Performance Security. 16.6 The Bid Security may be forfeited (a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity; (b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or (c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to (i) sign the Agreement; or (ii) furnish the required Performance Security. 17. Bidders shall submit offers that comply with the requirements of the bidding document and

specifications. Alternatives will not be considered. 18. Format and Signing of Bid 18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in

Clause 12 of the Instructions to Bidders, and clearly marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original shall prevail.

18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person

or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the

Page 14: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

14

bid where entries or amendments have been made shall be initialed by the person or persons signing the bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the

Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid.

18.4 Deleted..

D. Submission of Bids 19. Sealing and Marking of Bids 19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as

"ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer envelope.

19.2 The inner and outer envelopes shall (a) be addressed to the Employer at the following address:

Dy Chief Project Manager ( Civil), Mumbai Railway Vikas Corporation Ltd. 2nd floor, Churchgate station Annex building, Churchgate, Mumbai-400 020, and

(b) bear the following identification: - Bid for ....................................................[name of contract, as per IFB] - Bid Reference No....................................[insert number, as per IFB] - DO NOT OPEN BEFORE.....................[time and date for bid opening, as per Clause 23] 19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name

and address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause 21.

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the

misplacement or premature opening of the bid. 20. Deadline for Submission of the Bids 20.1 Bids must be received by the Employer at the address specified above no later than the date and time

stipulated in IFB. In the event of the specified date for the submission of bids declared a holiday for the Employer, the Bids will be received upto the appointed time on the next working day.

20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance

with Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline.

Page 15: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

15

21. Late Bids 21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to

the bidder. 22. Modification and Withdrawal of Bids 22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in

Clause 20. 22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in

accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked "MODIFICATION" or "WITHDRAWAL", as appropriate.

22.3 No bid may be modified after the deadline for submission of Bids. 22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of the

original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 may result in the forfeiture of the Bid security pursuant to Clause 16.

22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in

accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation 23. Bid Opening 23.1 The Employer will open all the Bids received (except those received late), including modifications made

pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at 15.30 hours on the date and the place specified in Clause 20. In the event of the specified date of Bid opening being declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day.

23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable

notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all envelopes marked “Modification” shall be opened and the submissions therein read out in appropriate detail.

23.3 The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives

have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of Bid security, and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to Clause 21. Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will not be considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be returned un-opened to bidders.

23.4 The Employer shall prepare minutes of the Bid opening, including the information disclosed to those

present in accordance with Sub-Clause 23.3. 24. Process to Be Confidential 24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and

recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer's processing of Bids or award decisions may result in the rejection of his Bid.

Page 16: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

16

25. Clarification of Bids 25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask

any Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification and the response shall be in writing, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids in accordance with Clause 27.

25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the

time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it should do so in writing.

25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or

contract award decisions may result in the rejection of the Bidders’ bid. 26. Examination of Bids and Determination of Responsiveness 26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the

eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirements of the Bidding documents.

26.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the

Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer's rights or the Bidder's obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids.

26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be

made responsive by correction or withdrawal of the non-conforming deviation or reservation. 27. Correction of Errors 27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors.

Errors will be corrected by the Employer as follows: (a) where there is a discrepancy between the rates in figures and in words, the rate in words will

govern; and (b) where there is a discrepancy between the unit rate and the line item total resulting from

multiplying the unit rate by the quantity, the unit rate as quoted will govern. 27.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for

the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited in accordance with Sub-Clause 16.6 (b).

28. Deleted 29. Evaluation and Comparison of Bids 29.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in

accordance with Clause 26. 29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the

Bid Price as follows:

Page 17: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

17

(a) making any correction for errors pursuant to Clause 27; or (b) making an appropriate adjustments for any other acceptable variations, deviations; and (c) making appropriate adjustments to reflect discounts or other price modifications offered in

accordance with Sub Clause 22.5. 29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations,

deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation.

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract,

during the period of implementation of the Contract, will not be taken into account in Bid evaluation. 29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost

of work to be performed under the contract, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer may require that the amount of the performance security set forth in Clause 34 be increased at the expense of the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.

30. Deleted

F. Award of Contract 31. Award Criteria 31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined

to be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of Clause 4.

31.2 If, pursuant to Clause 12.2 this contract is being let alongwith other contracts, the lowest evaluated Bid

Price will be determined when evaluating this contract in conjunction with other contracts to be awarded concurrently, taking into account any discounts offered by the bidders for the award of more than one contract.

32. Employer's Right to Accept any Bid and to Reject any or all Bids 32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the

Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Employer's action.

33. Notification of Award and Signing of Agreement 33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of

the Bid validity period by fax, e-mail confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").

33.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a

performance security in accordance with the provisions of Clause 34. 33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be

signed by the Employer and kept ready for signature of the successful bidder in the office of employer within

Page 18: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

18

28 days following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement and deliver it to the Employer.

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the

other Bidders that their Bids have been unsuccessful.

34. Performance Security

34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of Contract:

- A Bank guarantee in the form given in Section 8; or - Certified cheque/Bank draft, in favour of Mumbai Railway Vikas Corporation Ltd. payable at Mumbai 34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be

issued either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India and acceptable to the Employer.

34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of

contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder.

35 Advance Payment- The Employer will provide mobilization Advance Payment on the Contract Price as

stipulated in the Conditions of Contract, subject to maximum amount, as stated in the Contract Data. 36. Adjudicator 36.1 The Employer proposes that Shri G.R. Madan, Ex General Manager, (Construction), NF Rly’s, 79/501,

Panchavati, Vasant Vihar, Pokhran Road No-2, Thane(W)-400 601,Tel-25411249 (R)-26594114 (O) be appointed as Adjudicator under the Contract, at fee as mentioned in Contract Data. The curriculum Vitae of Shri G.R. Madan is attached as Annexure A. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by Director(Projects) /MRVC at the request of either party.

37. Corrupt or Fraudulent Practices 37.1 The Employer requires that Bidders/ suppliers/ Contractors observe the highest standard of ethics during

the procurement and execution of such contracts. In pursuance of this policy, the Employer: (a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution;

(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;

(iii) “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the borrower, designed to establish bid prices at artificial, non competitive levels; and

(iv) “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract;

Page 19: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

19

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract in question;

(c) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, to be awarded a Employer’s contract if it at any time determines that they have, directly or through an agent, engaged, in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing contract; and

37.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 59.2 and 64 of the Conditions of Contract.

38 Conditions for Bid Document downloaded from Internet/Website

(i) These additional conditions are applicable to bid document downloaded from internet/website. (ii) Bidders may note that permitting of downloading of bid document is an added facility for

convenience of Bidder. MRVC shall not be responsible for any direct/indirect loss of business/profit resulting from inability to use this facility.

(iii) The Bidder shall download & print the Bid document solely for the purpose of bidding for above

work and downloaded document shall not be used, copied or reproduced for any other purpose. (iv) This bid document (in full) downloaded alongwith the various documents required to be submitted

as per the bid conditions in a sealed cover duly subscribing with the name of the work, bid notice no. and date, submission of bid downloaded from the internet, etc. and the same should be dropped in the office of Mumbai Railway Vikas Corporation, 2nd Floor, Churchgate Station Building, Churchgate , Mumbai – 400 020 before the date and time stipulated in the bid document.

(v) The bid documents are available on MRVC website i.e. www.mrvc.indianrail.gov.in and the same

can be downloaded and used as bid document for submitting. The cost of the bid document as indicated in the bid document will have to be deposited by the bidder in the form of bank draft payable in favour of Mumbai Railway Vikas Corporation along with the bid document. This should be enclosed as a separate demand draft and not to be included in the earnest money. Bid not accompanied with the demand draft towards the cost of the bid document will be summarily rejected.

(vi) The Bidder shall maintain the integrity of downloaded bid document and shall not make any

change/addition/deletion/tampering, whatsoever, in the downloaded documents. The Bidder’s offer shall be rejected and full Bid Security shall be forfeited, in case any change / addition/ deletion / tampering is detected in downloaded documents. In case such modification is noticed even after award of contract, award may be cancelled and bid/performance security be forfeited. In addition MRVC reserves the right to take action against the firm as deemed fit, which may include banning of business dealings with the firm. Firm is also liable to be prosecuted as per the law. After award of work an agreement will be prepared based on the master copy of bid document available in the MRVC’s office. In case, any discrepancy is noted in bid document submitted by Bidder, the Master document kept with MRVC shall prevail and decision of MRVC thereon shall be final and binding on Bidder / Contractor.

(vii) Bidder shall print the bid document on good quality A4 size papers of thickness 75 GSM or above

and printed document shall be clearly legible. The document shall be properly bound and page numbers shall be in serial order as mentioned in downloaded documents. The Bidder shall not be reimbursed with the cost of stationery, printing and binding, etc. Further, Bidder shall bear expenses of Internet connection and telephone charges, if any for downloading of bid document.

(viii) The earnest money deposited required for this work as stipulated in the bid document also to be

submitted separately.

Page 20: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

20

(ix) Bidders are advised to download bid documents well in advance and submit the bid before the stipulated time. It is the responsibility of the bidder to check any correction or any modification published subsequently in website and the same shall be taken into account while submitting the bid. Bidder shall download corrigendum (if any), print it out, sign and attach it with the main bid document. Bid document not accompanied by published corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delay / delay in downloading of bid document from the internet.

(x) The bidders may please note that the rate per item should be written in figures and words in black

or blue indelible ink only. Each page of the bid document should be signed by the bidders. (xi) The declaration in format as given in form 2 Section-2 should be given by the bidders while

submitting the bid.

Page 21: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

21

ANNEXURE ‘A’

CURRICULUM VITAE OF Shri G R Madan

Name : GULSHAN RAI MADAN Date Of Birth : 3rd February 1942 Education : B. E. (civil) –1962, University of Roorkee, Service : Indian Railway Service of Engineers ( July 1963 to Feb.2002) Post last held : General Manager , N.F. Railway(Const.) Guwahati Membership of Professional Societies: ♦ Fellow - Institution of Permanent Way Engineers ♦ Fellow - Institute of Rail Transport Key Qualification: • Worked on Indian Railways for over 38 years. Most of the time had been actively involved in design,

construction and maintenance of various tracks, bridges and other railway assets on different Zones of Indian Railways acquiring vast administrative and technical expertise.

• Presented technical papers on Urban Transport Systems, Bridges and Disaster Management and participated in

a number of seminars on various issues related to effective management of railway assets. • Had been a special invitee at several technical forums and conducted a number of technical sessions at various

national seminars • Worked as member of the committee responsible for revision of Concrete Bridge Code of the Indian Railways

and for drafting of guide lines for inspection and maintenance of concrete bridges Attended the following important Trainings and Programmes:

i. Project Management Programme from IIT Delhi (3 weeks) ii. Management Development Programme from IIM Bangalore (4 weeks)

iii. Senior Management Programme from U.K. (12 weeks) iv. Programme on Training Methodologies from U.K. (4 weeks) v. Advanced Management Programme from U.K. (6 weeks)

vi. Study Tour on Privatization of British Rail from U.K. (2 weeks) vii. Advanced Permanent Way Programme from IRICEN Pune (14 weeks)

viii. Lecture Tour to Malaysia (1 week)* • Presented paper on Inspection, Maintenance and Rehabilitation of Bridges in a seminar in Malaysia.

Work experience-

Salient features • A major portion of my service career was devoted to jobs related to construction and maintenance of Railway

assets including major bridges on different Zonal Railways. • Worked also on N.E. and N.F. Railways having serious bridge maintenance problems gaining valuable

experience

Page 22: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

22

• Had the privilege of working as Professor( Bridges) at the Indian Railways Institute of Civil Engineering imparting training to officers in Bridge Engineering and Track Technology

• Worked as Chief Engineer (const.) in- charge of 3rd Brahamputra bridge at Joghigopa. • Worked as Chief Bridge Engineer, Central Railway • Worked as Chief Engineer/ MTP( Railways)/ Mumbai in charge of Mankhurd- Belapur Project including

construction of Thane Creek Bridge • Actively involved in finalising the Detailed Project Report of 4th Brahamputra Bridge at Bogibeel including

selection of technology • Worked as Member of the technical team appointed by Ministry of Railways for revision of Concrete Bridge

Code of Indian Railways. This code governs the construction of concrete bridges. • Worked as Member of another technical committee responsible for finalising the Guidelines for Inspection,

maintenance and rehabilitation of concrete bridges • The New lines and Gauge conversion projects on N.F. Railway involve construction, rehabilitation, including

regirdering of hundreds of major bridges in very difficult working conditions posing innumerable technical problems .I worked as General Manager in charge of all the projects acquiring vast experience specially in the field of Bridge Engineering.

• Had sufficiently good exposure to Structural Design work including Bridge Design • Worked on both Technical and General Management posts Career Profile: General From 2000 : To 2002 Employer : N.F. Railway (Construction), Guwahati Position held : General Manager Description of duties : • Head of the largest construction unit of Indian Railways employing over 300 engineers and 3000 support staff,

sanctioned Projects costing Rs.6000 crores (Rs 60 billions) and annual budget of over Rs. 400 crores (Rs. 4 billions).

• Was responsible for the development and improvement of rail infrastructure in the entire North-Eastern region of India by augmenting existing capacities and extending the reach of the railway network to the remote and tough terrain of the region

• Was involved in planning, rehabilitation programme and execution of works connected with development of infrastructure, railway tracks and bridges

• Major projects included the construction of new railway lines, conversion of M.G. sections to B.G. ,doubling of tracks and construction of bridges across the river Brahmaputra in various stages of progress

• Acted as the main co-ordinator between the Ministry of Railways and State Administrations of the 10 states in the region to ensure smooth progress of projects aimed at extending the reach of the rail network

• Co-ordination with the various departments within the railways especially the research and design wing for financial and technical inputs.

• Worked in close co-operation with consultants, designers ,technical advisory groups, the Railway Safety Commission and several other executing agencies

• Was responsible for the overall planning, co-ordination, financial control and technical guidance to ensure uninterrupted construction for timely completion of projects.

• Was overall-in charge of following important Rail Projects :

a) Jogighopa- Guwahati new line (145 Kms.) including bridge across Brahmaputra b) Kumarghat-Agartala new line (110 Kms.) c) Eklakhi-Belurghat new line (87Kms.) d) Gauge conversion of New-Jalpaiguri–Bongaigaon (280 Kms.) section including major bridge rehabilitation

/ regirdering of over 400 bridges e) Gauge Conversion of Lumding-Silchar (200Kms.) difficult hill- section including bridge across river Barak f) Doubling of tracks on New-Jalpaiguri Malda section g) 4th Brahamputra bridge at Bogibeel (4.31Kms.)-Preliminary works commenced h) Feasibility studies of several new line and Gauge conversion Projects for providing rail links to the North-

Eastern states, removing operational bottlenecks and augmenting Line capacity i) Telecommunication and Signaling works for modernization of operational facilities j) Construction of several Road over/ under bridges

Page 23: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

23

All the projects involved interesting technical problems related to formation design, bridge design, bridge rehabilitation, tunneling etc. as the North Eastern region is the most active seismic zone and geologically a highly unstable region. The construction projects provided a tough and challenging work environment due to the remoteness and sensitivity of the area.

*** I also shouldered the full responsibilities of General Manager, N.F.Railway from time to time.

From 1998 : To 2000 Employer : Metro Railway (Kolkata) Position held : General Manager Description of duties : As General Manager of Metro Railway (Kolkata) has carried out operation and maintenance of the first underground Metro system in the country. Also involved in planning for extension of Metro Rail southwards (elevated), planning for extension of Circular railway (elevated) and feasibility studies for other similar projects. From 1996 : To 1997 Employer : Central and North `Eastern Railway Position held : Chief Engineer - Principal Head of the Department Description of duties : • Chief Engineer is the principal head of the Civil Engineering Department of the zonal Railway for all technical

and administrative matters • Was responsible for overall planning, coordination and monitoring of activities related to maintenance of all

civil engineering assets- track, bridges and structures- for smooth and safe train operations. Sectional speeds on Central Railway up to 140 Km/h. - the highest on the Indian Railways. Mumbai Sub urban section is one of the toughest sections to maintain.

• Was responsible for planning and execution of Track Modernisation programme on the zonal railway with

extensive use of track machines. Modern track structure with long welded rails on concrete sleepers laid to fine tolerances fit for speeds up to 160 Km/h.

• Also responsible for implementation of the bridge rehabilitation programme to suit the latest loading standards

under running traffic environment

From 1992 : To 1995 Employer : Central Railway Position held : Divisional Railway Manager – Jabalpur Description of duties : • Was overall in-charge of the Operation and Maintenance of the Division. Responsible for improved

productivity of assets like tracks, structures etc. through reduced failure of fixed and moving assets, motivation and well being of employees, greater mobility of rolling stock and marketing.

• During his tenure the overall efficiency shield was awarded to Jabalpur division for the best-run division of the

central railway. From 1989 : To 1992 Employer : Metropolitan Transport Project (Railway) Mumbai Position held : Chief Engineer Description of duties : • Responsible for planning and development of suburban rail infrastructure for the Mumbai Metropolitan Region

in close cooperation with Zonal Railways, state government and other Urban development agencies.

Page 24: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

24

• Worked as member of the committee appointed by Railways and the state government for identification of Rail

projects for decongestion of Mumbai and improvement of sub -urban rail services for inclusion in the World Bank-aided Mumbai Urban Transport Project(phase II).

• Worked as project-in- charge for extension of suburban rail system to the Twin City of New Mumbai. This was a

joint venture of the Railways and government of Maharashtra, a first of its kind in India. Involved intensive coordination at various levels for smooth progress.

• The project included construction of double line 2 Kms. long pre-stressed concrete rail bridge across Thane

creek with several firsts to its credit. Use of concrete Caissons and stringent quality control measures adopted for the first time. Over 2 Kms long approaches constructed in deep marine clay conditions using sand- drains and soil- replacement techniques. Other high lights of the project included 1.1 Km. long fly over at Raoli, construction of station-cum- commercial complexes, road-over bridges and many other rail bridges to most innovative designs. The whole project has been the trendsetter in the country in several ways.

• Also worked as in-charge of a major project for capacity augmentation of Western Railway suburban system

by additional pair of lines( 5th & 6th lines) under severe constraints From 1987 : To 1989 Employer : Central Railway Position held : Chief Bridge Engineer Description of duties : • As Chief Bridge Engineer was overall-in charge of Design office of Chief Engineer, Central railway. Involved

in inspection, maintenance and rehabilitation of all bridges, modernization of engineering workshop for fabricating open-web girders up to 120 m.

• Duties also included monitoring implementation of policies, functioning of bridge workshops and progress of

works.

From 1985 : To 1987 Employer : Central Railway Position held : Chief Personnel Officer - Industrial Relations Description of duties :

• Responsible for maintaining harmonious industrial Relations on the entire zone,

Implementation of the staff welfare policies and activities, Labour laws, and negotiations with the organised labour.

From 1984 : To 1985 Employer : Central Railway Position held : Additional Divisional Railway Manager Description of duties : (Mumbai)

• Responsible for guidance and monitoring of all the technical activities on the division for smooth operation of

sub urban services. • Co ordination with various local bodies and state government during emergencies From 1980 : To 1984 Employer : IRICEN, Pune Position held : Professor (Bridges) Description of duties :

• As Professor (Bridges) in Pune imparted training to engineering officers, both fresh and serving, in Bridge

Engineering and Track Technology especially in concrete technology, composite constructions, pre stressed

Page 25: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

25

concrete, inspection and bridge rehabilitation techniques, design and maintenance of welded tracks, track standards and yard design.

• Worked on a project for up gradation of training facilities in bridge engineering with UNDP assistance- first

such project on the Indian Railways.

From 1978 : To 1980 Employer : N.F. Railway Position held : Deputy Chief Engineer- Planning Description of duties : • Was In-charge of planning and design activities in Chief Engineer’s office for the entire N.F.Railway. Duties

also included preparation of Annual investment programme and Corporate plan for the Zonal railway.

• From 1964 to 1978 Worked in various posts in lower and middle management level- Assistant. Engineer, Divisional engineer and Senior/ Divisional Personnel officer- in the construction organisation and Divisions on Eastern, Central and N.F.Railway gained extensive experience in design, construction and maintenance of all Railway assets including bridges ,Personnel management and Industrial relations

• Post Retirement Assignments

- Worked as OSD/MRTS for MSRDC ( August 03-June 04) as incharge of Thane and Nagpur MRTS projects under developments for implementation on BOOT/PPP format;

- Member, Technical Review Committee for Mumbai Metro Rail Projects under MMRDA; - Also assisted in finalization of Bid documents for VERSOVA-ANDHERI-GHATKOPAR Corridor

especially Technical & Performance specification for global bids on BOOT/PPP formats; - Working as Director/MRTS/MMRDA since July 04 as in-charge of Mumbai Metro Rail

Project/Finalised DPRs for 3 Phase I Corridors through M/s. DMRC; - Fully involved with the entire bid process for implementation of Versova-Andheri-Ghatkopar

Corridor on BOOT/PPP format including finalization of draft Concession agreement with assistance of Consultants, selection of preferred bidders etc.

- This is the first such project in India and has been a unique learning experience. • Languages: Speaking Reading Writing English Excellent Excellent Excellent Hindi (Mother Tongue) Excellent Excellent Excellent

Page 26: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

26

SECTION 2: FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE

Page 27: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

27

Table of Forms: Page No. Form 1- Bid Form 28 Form 2- Qualification information 29 - 31 Form 3- Evidence of access to or availability of credit facilities 32 Form 4- Letter of acceptance 33 Form 5- Notice to proceed with the work 34 Form 6- Agreement form 35 – 36 Form 7- Submitted by Elect.Contractor 37

Page 28: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

28

Form 1 BID FORM

Description of the Works: Construction of elevated booking offices at Jogeshwari (North) and (South),, extension/modification of the existing foot-over bridges at Jogeshwari station of Churchgate-Virar suburban section of Mumbai under MUTP-II

BID NO. MRVC/W/104/ADH-GMN/JOS STN/2010/56 To : Dy Chief Project Manager ( Civil)-III,

Address: Mumbai Railway Vikas Corporation Ltd., 2nd floor, Churchgate Railway Station, Annexe building, Churchgate, Mumbai-400 020 GENTLEMEN, Having examined the bidding documents including addendum, we offer to execute the Works described above in accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid for the Contract Price of _________ [in figures] (__________________________________________________) [in letters].1 We accept the appointment of Shri G.R.Madan, Ex General Manager (Construction),NF Rly’s, (OR) We do not accept the appointment of Shri G.R. Madan, as the Adjudicator and propose instead that _______________________ be appointed as Adjudicator whose daily fees and biographical data is attached. This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery. We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding documents. Yours faithfully, Authorized Signature: Name & Title of Signatory: _________________________________________________________________ Name of the Bidder Address 1 To be filled in by the Bidder, together with his particulars and date of submission at the bottom of

the Form of Bid. :

Page 29: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

29

Form 2

Qualification Information The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract. 1. For Individual Bidders 1.1 Constitution or legal status of Bidder [Attach copy] Place of registration: _______________________________ Principal place of business: _______________________________ Power of attorney of signatory of Bid [Attach] 1.2 Total value of contract amount received for Civil Engineering construction works during the last three years and current FY 2007 – 2008*____________________ (in Rs. crores) 2008 – 2009____________________ ( Clause 4.4 A (a) of 1 TB) 2009 - 2010___________________

* Attach certificate from Chartered Accountant. 2010- 2011___________________** **Up to the date of opening of bid

1.3 (i) Similar Nature of work performed as prime contractor (in the same name) over the last three years & current for civil works.

financial year ( Clause 4.4 A ( b) of 1 TB ).

Project Name

Name of the Employer*

Description of work

Contract No.

Value of contract (Rs. Crores)

Actual value of work done (Rs. Crores)(Civil engg portion only)

Date of issue of work order

Stipulated period of completion

Actual date of completion*

Remarks explaining reasons for delay and work completed

1 2 3 4 5 6 7 8 9 10

* Attach certificate(s) from the Engineer(s)-in-Charge (ii) Similar Electrical work performed as primary contractor or his certified electrical sub contractor

over the last three years & current for electrical works. financial year ( Clause 4.4 A ( c) of ITB ).

Project Name

Name of the Employer*

Description of work

Contract No.

Value of contract (Rs. Crores)

Actual value of work done (Rs. Crores)

Date of issue of work order

Stipulated period of completion

Actual date of completion*

Remarks explaining reasons for delay and work completed

1 2 3 4 5 6 7 8 9 10

Page 30: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

30

* Attach certificate(s) from the Engineer(s)-in-Charge Note: In case the bidder proposes subcontractor, necessary undertaking in the proper format (Form no. 7) along with other documents to establish credentials shall be submitted along with the bid. 1.4 The following items of Contractor's Equipment are essential for carrying out the Works. The Bidder should

list all the information requested below. Refer Clause 4.4 B (b) of the Instructions to Bidders. Item of equipment

Requirement Owned/leased/ to be procured

Availability proposals No. Capacity Nos/ capacity Age/ condition

1 2 3 4 5 6

Concrete mixer with weigh batcher *

* *

* *

* *

* *

* *

1.5 Qualifications and experience of key personnel proposed for administration and execution of the Contract.

Refer also to Sub Clause 4.2 (e) and 4.4 (B) (b) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.

Position Name Qualifications Years of experience (general)

Years of experience in the proposed position

1 2 3 4 5 Project Manager * * etc

*

* *

*

* *

*

* *

*

* *

1.6 Deleted. 1.7 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit,

etc. List them below and attach copies of support documents [sample format attached]. ( Refer clause 4.4 B ( c ) of ITB)

1.8. Name, address, and telephone and fax numbers of the Bidders' bankers who may provide references if

contacted by the Employer. 1.9 Deleted. 1.10 Proposed subcontracts and firms involved. [Refer ITB Clause 4.2 (j)]

Sections of the works Value of Sub-contract Sub-contractor (name and address)

Experience in similar work

1 2 3 4 * * *

* * *

* * *

* * *

1.11 Program of construction in the form of Activity chart. 2. Deleted 3. Additional Requirements

Page 31: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

31

3.1 Bidder should provide any additional information required to fulfill the requirements of clause 4 of the Instruction to the Bidders, if applicable.

4. Declaration for Bid Documents Downloaded From Website

(a) I/We have downloaded the bid from the internet site www.mrvc.indianrail.gov.in and I/We have not tampered/ modified the bid forms in any manner. In case, if the same is found to be tampered / modified full earnest money deposit will be forfeited and I/We am/are are liable to be banned from doing business with MRVC and/or prosecuted.

(b) I/We submitting a demand draft No._______________ dated _________ issued by

___________________________________ for Rs.____________ towards the cost of bid form.

Signature of Bidder(s) Date:-

Page 32: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

32

Form 3

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES– CLAUSE 4.4 [B] [c] OF ITB

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financial standing. If the contract for the work, namely …………………………………………………………. is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. …………… to meet their working capital requirements for executing the above contract. __ Sd. __

Name of Bank Senior Bank Manager Address of the Bank

Page 33: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

33

Form 4

Letter of Acceptance

(letter head paper of the Employer) ________________________[date] To: _________________________________________________________________________[name and address

of the Contractor] Dear Sirs, This is to notify you that your Bid dated ____________ for execution of the ________________________ ___________________________________________________________ [name of the contract and identification number, as given in the Instructions to Bidders] for the Contract Price of Rupees ——————————— ____________________________________ (_____________) [amount in words and figures], as corrected and modified in accordance with the Instructions to Bidders1 is hereby accepted by our Agency. We also note that you have accepted/ not accepted appointment of Shri G.R. Madan, as the Adjudicator. You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.————— within 21 days of the receipt of this letter of acceptance valid upto 28 days from the date of completion of supply i.e. up to ........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.

Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Agency

Page 34: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

34

Form 5

Issue of Notice to proceed with the work

(letterhead of the Employer) ————— (date) To —————————————— (name and address of the Contractor) —————————————— —————————————— Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 for the construction of

---------------- @ a Bid Price of Rs.——————, you are hereby instructed to proceed with the execution of the

said works in accordance with the contract documents.

Yours faithfully,

(Signature, name and title of

signatory authorized to sign on behalf of Employer)

Page 35: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

35

Form 6

Agreement Form

Agreement

This agreement, made the ___________________ day of ______________19_______,

between______________________________________________________________________________________

____________________________________[name and address of Employer]

(hereinafter called “the Employer)” of the one part and ______________________________________________

____________________________________________________________________________________________

____________________________________________________[name and address of contractor] (hereinafter

called “the Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor execute _____________________________

____________________________________________________________________________________________

____________________________________________________________________________________[ name

and identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted the Bid by

the Contractor for the execution and completion of such Works and the remedying of any defects therein, at a

contract price of Rs.................................................................................

NOW THIS AGREEMENT WITNESSETH as follows: 1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in

the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the

Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the

Works and the remedying the defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.: i) Letter of Acceptance; ii) Notice to proceed with the works; iii) Contractor’s Bid; iv) Contract Data; v) Conditions of contract (including Special Conditions of Contract); vi) Specifications; vii) Bill of Quantities; and

viii) Any other document listed in the Contract Data as forming part of the contract.

Page 36: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

36

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written. The Common Seal of ____________________________________________________________ was hereunto affixed in the presence of: Signed, Sealed and Delivered by the said _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ in the presence of: Binding Signature of Employer _________________________________________________ ___ Binding Signature of Contractor _____________________________________________________

Page 37: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

37

Form 7

FORM of UNDERTAKING TO BE SUBMITTED BY THE ELECTRICAL SUBCONTRACTOR (clause 4.4 A ( c)

Description of the Works: Construction of elevated booking offices at Jogeshwari (North) and (South),, extension/modification of the existing foot-over bridges at Jogeshwari station of Churchgate-Virar suburban section of Mumbai under MUTP-II

BID NO. MRVC/W/104/ADH-GMN/JOS STN/2010/56 To : Dy Chief Project Manager ( Civil)-III,

Address: Mumbai Railway Vikas Corporation Ltd., 2nd floor, Churchgate Railway Station, Annexe building, Churchgate, Mumbai-400 020 GENTLEMEN, Having examined the bidding documents including addendum, we undertake to be the sub contractor to M/S______________________________________________________________________________________________________________________________________________(Name and address of the bidder) for execution of the Electrical items of the work covered under relevant Schedule of the BOQ in case the work is awarded to them. We further undertake to execute the work in accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid at the rates mutually agreed to by us with the bidder mentioned above separately. We hold a valid electric license for executing the electrification works. Documents supporting our credentials including a copy of the valid electric license are enclosed. Yours faithfully, Authorized Signature: Name & Title of Signatory: _________________________________________________________________ Name of the Electrical sub contractor Address

Page 38: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

38

SECTION 3: GENERAL CONDITIONS OF CONTRACT

Page 39: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

39

General Conditions of Contract Table of Contents Page No. Page No. A. General 40 C. Quality Control 46 1. Definitions 40 33. Identifying Defects 46 2. Interpretation 41 34. Tests 46 3. Language and Law 42 35. Correction of Defects 46 4. Engineer's Decisions 42 36. Uncorrected Defects 46 5. Delegation 42 6. Communications 42 7. Subcontracting 42 D. Cost Control 47 8. Other Contractors 42 37. Bill of Quantities 47 9. Personnel 42 38. Changes in the Quantities 47 10. Employer’s & Contractor's Risks 42 39. Variations 47 11. Employer's Risks 42 40. Payments for Variations 47 12. Contractor’s Risks 43 41. Cash Flow Forecasts 47 13. Insurance 43 42. Payment Certificates 47 14. Site Investigation Reports 43 43. Payments 48 15. Queries about the Contract 43 44. Compensation Events 48 Data 43 45. Tax 49 16. Contractor to Construct the 46. Currencies 49 Works 43 47. Price Adjustments 49 17. The Works to Be Completed by 48. Retention 50 the Intended Completion Date 43 49. Liquidated Damages 50 18. Approval by the Engineer 44 50. Deleted 50 19. Safety 44 51. Advance Payment 50 20. Discoveries 44 52. Securities 51 21. Possession of the Site 44 53. Deleted 51 22. Access to the Site 44 54. Cost of Repairs 51 23. Instructions 44 24. Disputes 44 25. Procedure for Disputes 44 E. Finishing the Contract 51 26. Replacement of Adjudicator 45 55. Completion 51 B. Time Control 45 56. Taking Over 51 27. Program 45 57. Final Account 51 28. Extension of the Intended 58. Operating and Maintenance Manuals 51 Completion Date 45 59. Termination 51 29. Deleted. 45 60. Payment upon Termination 52 30. Delays Ordered by the 61. Property 52 Engineer 45 62. Release from Performance 53 31. Management Meetings 46 63. Deleted 53 32. Early Warning 46 64. Fraud & Corruption 53

Page 40: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

40

General Conditions of Contract A. General 1. Definitions 1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep

their defined meanings. Capital initials are used to identify defined terms. The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in

the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the Contract Data.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid. Compensation Events are those defined in Clause 44 hereunder. The Completion Date is the date of completion of the Works as certified by the Engineer in accordance

with Sub Clause 55.1. The Contract is the contract between the Employer and the Contractor to execute, complete and maintain

the Works. It consists of the documents listed in Clause 2.3 below. The Contract Data defines the documents and other information which comprise the Contract. The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the

Employer. The Contractor's Bid is the completed Bidding document submitted by the Contractor to the Employer. The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance

with the provisions of the Contract. Days are calendar days; months are calendar months. A Defect is any part of the Works not completed in accordance with the Contract. The Defects Liability Period is the period named in the Contract Data and calculated from the Completion

Date. The Employer is the party who will employ the Contractor to carry out the Works. The Engineer is the person named in the Contract Data (or any other competent person appointed and

notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the execution of the works and administering the Contract.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the

Works. The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance. The Intended Completion Date is the date on which it is intended that the Contractor shall complete the

Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Engineer by issuing an extension of time.

Materials are all supplies, including consumables, used by the contractor for incorporation in the Works.

Page 41: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

41

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

The Site is the area defined as such in the Contract Data. Site Investigation Reports are those which were included in the Bidding documents and are factual

interpretative reports about the surface and sub-surface conditions at the site. Specification means the Specification of the Works included in the Contract and any modification or

addition made or approved by the Engineer. The Start Date is given in the Contract Data. It is the date when the Contractor shall commence execution

of the works. It does not necessarily coincide with any of the Site Possession Dates. A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part

of the work in the Contract which includes work on the Site. Temporary Works are works designed, constructed, installed, and removed by the Contractor which are

needed for construction or installation of the Works. A Variation is an instruction given by the Engineer which varies the Works. The Works are what the Contract requires the Contractor to construct, install, and turn over to the

Employer, as defined in the Contract Data. 2. Interpretation 2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter,

and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about the Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the

Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority: (1) Agreement (2) Letter of Acceptance, notice to proceed with the works (3) Contractor’s Bid (4) Contract Data (5) Conditions of Contract including Special Conditions of Contract (6) Specifications (7) Drawings (8) Bill of Quantities and (9) any other document listed in the Contract Data as forming part of the Contract.

Page 42: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

42

3. Language and Law 3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data. 4. Engineer's Decisions 4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the

Employer and the Contractor in the role representing the Employer. 5. Delegation 5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the Adjudicator

after notifying the Contractor and may cancel any delegation after notifying the Contractor. 6. Communications 6.1 Communications between parties which are referred to in the conditions are effective only when in writing.

A notice shall be effective only when it is delivered (in terms of Indian Contract Act). 7. Subcontracting 7.1 The Contractor may subcontract with the approval of the Engineer, but may not assign the Contract without

the approval of the Employer in writing. Sub-contracting does not alter the Contractor’s obligations. 8. Other Contractors 8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and

the Employer between the dates given in the Schedule of Other Contractors. The Contractor shall as referred to in the Contract Data, also provide facilities and services for them as described in the Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of any such modification.

9. Personnel 9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in

the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or his

work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

10. Employer’s and Contractor's Risks 10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries

the risks which this Contract states are Contractor’s risks. 11. Employer's Risks 11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the

execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor’s design.

Page 43: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

43

12. Contractor’s Risks 12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during and

in consequence of the performance of the Contract other than the excepted risks are the responsibility of the Contractor.

13. Insurance 13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from

the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant and Materials; (b) loss of or damage to Equipment; (c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in

connection with the Contract; and (d) personal injury or death. 13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the

Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may effect the

insurance which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer. 13.5 Both parties shall comply with any conditions of the insurance policies. 14. Site Investigation Reports 14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the Contract

Data, supplemented by any information available to the Bidder. 15. Queries about the Contract Data 15.1 The Engineer will clarify queries on the Contract Data. 16. Contractor to Construct the Works 16.1 The Contractor shall construct and install the Works in accordance with the Specification and Drawings,

and as per instructions of Engineer. 17. The Works to Be Completed by the Intended Completion Date 17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in

accordance with the program submitted by the Contractor, as updated with the approval of the Engineer, and complete them by the Intended Completion Date.

Page 44: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

44

18. Approval by the Engineer 18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the

Engineer, who is to approve them if they comply with the Specifications and Drawings. 18.2 The Contractor shall be responsible for design of Temporary Works. 18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary Works. 18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where required. 18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are

subject to prior approval by the Engineer before their use. 19. Safety 19.1 The Contractor shall be responsible for the safety of all activities on the Site. 20. Discoveries 20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the

property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the Engineer's instructions for dealing with them.

21. Possession of the Site 21.1 The site possession shall be as given in contract data. The Employer may give possession of the site in

stages and for any delay in handing over the part of the site, the Employer will give suitable extension in completion period. However this will not entitle the Contractor to claim any compensation.

22. Access to the Site 22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site, to

any place where work in connection with the Contract is being carried out or is intended to be carried out and to any place where materials or plant are being manufactured / fabricated / assembled for the works.

23. Instructions 23.1 The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws

where the Site is located. 23.2 The Contractor shall permit the bank to inspect the Contractor’s accounts and records relating to the

performance of the Contractor and to have them audited by auditors appointed by the Bank, if so required by the Bank.

24. Disputes 24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given to the

Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Engineer's decision.

25. Procedure for Disputes 25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute. 25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable

expenses of the types specified in the Contract Data and the cost shall be divided equally between the

Page 45: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

45

Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special

Conditions of Contract. 26. Replacement of Adjudicator 26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the Adjudicator

is not fulfilling his functions in accordance with the provisions of the Contract, a new Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the Contract Data at the request of either party, within 14 days of receipt of such request.

B. Time Control

27. Program 27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a

Program showing timing for all the activities in the Works along with monthly cash flow forecast. 27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the

effect of the progress achieved on the timing of the remaining work including any changes to the sequence of the activities.

27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer than

the period stated in the Contract Data. If the Contractor does not submit an updated Program within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor may

revise the Program and submit it to the Engineer again at any time. A revised Program is to show the effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date 28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is

issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work and which would cause the Contractor to incur additional cost.

28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days of

the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

29. Deleted 30. Delays Ordered by the Engineer 30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works.

Page 46: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

46

31. Management Meetings 31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The business of a

management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

31.2 The Engineer shall record the business of management meetings and will provide copies of his record to those

attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is to be decided by the Engineer at the management meeting.

32. Early Warning 32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or

circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the execution of works. The Engineer may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided by the Contractor as soon as reasonably possible.

32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of

such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Engineer.

C. Quality Control 33. Identifying Defects

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

33.2 The contractor shall permit the Employer’s Technical auditor to check the contractor’s work and notify the

Engineer and Contractor of any defects that are found. Such a check shall not affect the Contractor’s or the Engineer’s responsibility as defined in the Contract Agreement.

34. Tests

34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect the test shall be a Compensation Event.

35. Correction of Defects 35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability

Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of

time specified by the Engineer’s notice. 36. Uncorrected Defects 36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the Engineer

will assess the cost of having the Defect corrected, and the Contractor will pay this amount. Note: Where in certain cases, the technical specifications provide for acceptance of works within specified

tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.

Page 47: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

47

D. Cost Control 37. Bill of Quantities 37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning

work to be done by the contractor.

37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

38. Changes in the Quantities 38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular

item by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer shall, adjust the rate to allow for the change.

38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 15 percent, except with the prior approval of the Employer.

38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown of any rate in the Bill of Quantities.

39. Variations 39.1 All Variations shall be included in updated Programs produced by the Contractor. 40. Payments for Variations 40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying out

the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Engineer and before the Variation is ordered.

40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in form of new rates for the relevant items of work.

40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer with a quotation within a reasonable time specified by the engineer in accordance with Clause 40.1), the Engineer may order the Variation and make a change to the Contract Price which shall be based on Engineer’s own forecast of the effects of the Variation on the Contractor's costs.

40.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event. The contractor shall not stop the work pending finalization of variation or compensation.

40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

41. Cash flow forecasts 41.1 When the Program is updated, the contractor is to provide the Engineer with an updated cash flow forecast. 42. Payment Certificates

Page 48: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

48

42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work completed less the cumulative amount certified previously alongwith details of measurement of the quantity of works executed in a tabulated form as approved by the Engineer.

42.2 The Engineer shall check the details given in the Contractor's monthly statement and within 14 days certify

the amounts to be paid to the Contractor after taking into account any credit or debit for the month in question in respect of materials for the works in the relevant amounts and under conditions set forth in sub-clause 51(3) of the Contract Data (Secured Advance).

42.3 The value of work executed shall be determined by the Engineer after due check measurement of the

quantities claimed as executed by the contractor. 42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities

completed.. 42.5 The value of work executed shall include the valuation of Variations and Compensation Events. 42.6 The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any item

previously certified in any certificate in the light of later information. 43. Payments 43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of the

contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made upto the date when the late payment is made at 6% per annum.

43.2 If an amount certified is increased as a result of an award by the Adjudicator or an Arbitrator, the

Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

43.3 Items of the Works for which no rate or price has been quoted in will not be paid for by the Employer and

shall be deemed covered by other rates and prices in the Contract. 44. Compensation Events 44.1 The following are Compensation Events unless they are caused by the Contractor: (a) The Employer does not give access to the Site affecting sequence of activities as per the

program for respective milestones stated in the Contract Data. (b) The Employer modifies the schedule of other contractors in a way which affects the work of

the contractor under the contract. (c) The Engineer orders a delay or does not issue specifications or instructions required for

execution of works on time. (d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon work

which is then found to have no Defects. (e) Ground conditions are substantially more adverse than could reasonably have been assumed

before issuance of Letter of Acceptance from the information issued to Bidders, from information available publicly and from visual inspection of the site.

(f) The Engineer gives an instruction for dealing with an unforeseen condition, caused by the

Employer.

Page 49: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

49

(g) Other contractors, public authorities, utilities or the Employer does not work within the dates

and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed. (j) The effect on the Contractor of any of the Employer’s Risks. (k) The Engineer unreasonably delays issuing a Certificate of Completion. (l) Other Compensation Events listed in the Contract Data or mentioned in the Contract. 44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before

the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date is extended. The Engineer shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's

forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are

adversely affected by the Contractor not having given early warning or not having cooperated with the Engineer.

45. Tax 45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the

Contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law.

46. Currencies 46.1 All payments shall be made in Indian Rupees. 47. Price Adjustment 47.1 Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and

lubricants in accordance with the following principles and procedures and as per formula given in the Contract Data: Quarter here is the financial quarter.

i. The price adjustment shall apply for the work done from the start given in the contract data up to

end of initial intended Completion date or extensions granted by the Engineer and shall not apply to the work carried out beyond the stipulated time for reasons attributable to the Contractor

ii. The price adjustment shall be determined during each quarter from the formula given in the Contract

Data.

iii. Following expressions and meaning are assigned to the work done during each quarter:

R = Total value of work paid during the quarter. It would include the amount of secured advance for materials paid for (if any) during the quarter, less the amount of the secured advance recovered, during the quarter. It will exclude value for works executed under variations for which price adjustment will be worked separately based on the terms mutually agreed.

Page 50: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

50

47.2 To the extent that full compensation for any rise or fall in costs to the Contractor is not covered by the provision of this or other clauses in the contract, the unit rates and prices included in the Contract shall be deemed to include amounts to cover the contingency of such other rise or fall in costs.

48. Retention 48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract

Data until Completion of the whole of the Works. 48.2 On Completion of the whole of the Works half the total amount retained is repaid to the Contractor and

half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified by the Engineer to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole works, the contractor may substitute retention money (balance half) with an

“on demand” Bank guarantee. 49. Liquidated Damages 49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract Data

for each day that the Completion Date is later than the Intended Completion Date (for the whole of the works or the milestone as stated in the contract data). The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages does not affect the Contractor's liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall

correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the over payment calculated from the date of payment to the date of repayment at the rates specified in Sub Clause 43.1.

50. Deleted 51. Advance Payment 51.1 The Employer shall make advance payment to the contractor of the amounts stated in the Contract Data by

the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the advance payment. The guarantee shall remain effective until the advance has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the contractor. Simple Interest shall be charged @ the rate of 6 % p.a. on the advance payment.

51.2 The contractor is to use the advance payment only to pay for the Equipment, plant and Mobilization

expenses required specifically for execution of the works. The contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Engineer.

51.3 The advance payment shall be repaid by deducting proportionate amounts from the payments otherwise

due to the contractor, following the schedule of completed percentages of the works on a payment basis. No account shall be taken of the advance (mobilization and equipment only) payment or its repayment in assessing valuations of the work done, Variations, price adjustments, Compensation events, or Liquidated Damages.

51.4 Secured Advance: The Engineer shall certify advance payment in respect of materials intended for but not

yet incorporated in the works in accordance with conditions stipulated in the Contract Data.

Page 51: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

51

52. Securities 52.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter of

Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28 days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of completion. The performance security of a joint venture shall be in the name of the joint venture.

53. Deleted 54. Cost of Repairs 54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the

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

E. Finishing the Contract 55. Completion 55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the

Engineer will do so upon deciding that the Work is completed. 56. Taking Over 56.1 The Employer shall take over the Site and the Works within seven days of the Engineer issuing a certificate

of Completion. 57. Final Account 57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor

considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the Contractor and issue a payment certificate, within 56 days of receiving the Contractor’s revised account.

58. Operating and Maintenance Manuals 58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply

them by the dates stated in the Contract Data. 58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data, or

they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the Contract Data from payments due to the Contractor.

59. Termination 59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach

of the Contract. 59.2 Fundamental breaches of Contract include, but shall not be limited to the following:

Page 52: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

52

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current program and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the instruction is

not withdrawn within 28 days; (c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a

reconstruction or amalgamation; (d) a payment certified by the Engineer is not paid by the Employer to the Contractor within 56

days of the date of the Engineer's certificate; (e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of

Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer;

(f) the Contractor does not maintain a security which is required; (g) the Contractor has delayed the completion of works by the number of days for which the

maximum amount of liquidated damages can be paid as defined in the Contract data; and (h) if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as

defined in GCC Clause 64, in competing for or in executing the Contract. (i) the contractor (in case of joint venture) has modified the composition of the joint venture

and/or the responsibility of each member of the joint venture from what is stated in joint venture agreement without prior approval of the Employer.

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other than

those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience. 59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure and

leave the Site as soon as reasonably possible. 60. Payment upon Termination 60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer

shall issue a certificate for the value of the work done less advance payments received up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to be deducted at source as per applicable law and less the percentage to apply to the work not completed as indicated in the Contract Data. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer.

60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of Contract

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

61. Property 61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property of

the Employer, if the Contract is terminated because of a Contractor’s default.

Page 53: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

53

62. Release from Performance 62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of

either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which commitment was made.

63. Deleted 64. Fraud and Corruption

64.1 The Employer requires that Bidders, Suppliers, Contractors, and Consultants, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuit of this policy, the Employer:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution;

(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;

(iii) “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the borrower, designed to establish bid prices at artificial, non competitive levels; and

(iv) “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract;

(b) will terminate the contract and sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, to be awarded an Employer’s contract if it at any time determines that they have, directly or through an agent, engaged, in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, an Employer’s contract.

Page 54: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

54

Special Conditions of Contract Table of Contents

Page No.

1. Labour 55 2. Compliance with labour regulations 55 3. Communication 57 4. Sub Contracting 57 5. Other Contractors 58 6. Site investigation report 58 7. Contractor to construct the work 58 8. Approval by Engineer 58 9 Safety 59 10. Possession of the site 60 11. Approach road to site work 60 12. Instructions 60 13. Arbitration 60 14. Bill of quantities 61 15 Changes in Quantities 61 16. Payments for variation 61 17. Payment Certificates 62 18. Payments 62 19. Compensation Events 62 20. Tax 62 21 Retention 62 22. Liquidated Damages 63 23 Release from contract 63

Page 55: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

55

Special Conditions of Contract 1. LABOUR : 1.1 The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the

engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport. 1.2 The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at

such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Engineer may require.

2. COMPLIANCE WITH LABOUR REGULATIONS : 2.1 During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all

existing labour enactments and rules made thereunder, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made thereunder, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer.

2.2 The Contractor shall be responsible for the safety of all employees directly or through petty contractors or sub-

contractors employed by him on the works and shall report serious accidents to any of them however and wherever occurring on the works, to the Engineer or the Engineer’s representative and shall make every arrangement to render all possible assistance.

2.3 The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the

Employer at any point of time. 2.4 SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO

ESTABLISHMENTS ENGAGED IN EARTHWORK AND OTHER CONSTRUCTION WORK (The law as current on the date of bid opening will apply)

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising

out of and during the course of employment. b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain

conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 10 or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly

contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are : (i) Pension or family pension on retirement or death, as the case may be. (ii) Deposit linked insurance on the death in harness of the worker. (iii) payment of P.F. accumulation on retirement/death etc. d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in

case of confinement or miscarriage etc.

Page 56: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

56

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be

provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by

appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid

and what deductions can be made from the wages of the workers. h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to

Male and Female workers and for not making discrimination against Female employees in the matters of transfers, training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees.

The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/- per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial

disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or

more workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and get the same certified by the designated Authority.

l) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14

years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.

m) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is

applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment and back, etc.

n) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act

1996 and the Cess Act of 1996: All the establishments who carry on any building or other construction work and employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the establishment is required to provide safety measures at the Building or construction work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government.

2.5 The contractor shall indemnify the employer against claims /damages and compensation under the provision of

payment of wages Act 1986, Minimum Wage Act 1948 and other labour laws. Any payment made by the employer for defaults of the contractor under the Labour Laws will be recovered from contractor.

Page 57: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

57

3. Communication: (Add to Clause 6 of GCC) 6.2 Service of Notice on Contractor :

The Contractor shall furnish to the Engineer the name, designation and address of his authorized agent/agents and all complaints, notices, communications and references shall be deemed to have been duly given to the Contractor on the third day from dispatch if dispatched by courier/speed post and on the seventh day if dispatched by registered post.

4. Subcontracting (Add to Clause 7 of GCC ) 7.2 The contractor shall not be required to obtain any consent from the employer for:

a )the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract; b) the provision of labour; and c) the purchase of materials which are in accordance with the standards specified in the Contract.

(However prior approval of engineer shall be taken for sample/brand of material wherever applicable)

Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the Engineer will consider the following before according approval:

- The contractor shall not sub-contract the whole of the Works. - The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any

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

- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-contractors so proposed for the Work possess the experience, qualifications and equipment necessary for the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.

- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific authorization by the prime contractor so that this arrangement does not alter the contractor's liability or obligations under the contract.

- The permitted sub-contracting shall not establish any contract between the subcontractor and the Employer.

7.3 The Contractor shall not assign the contract to another agency.

(Note:1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20 percent of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be furnished alongwith the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in the contract. In view of the above, normally no additional sub-contracting should arise during execution of the contract.

2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works more effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in addition to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-contracting exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.)

3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or merger of companies etc.)

7.4 The contractor or his identified Electrical works sub-contractor should have a valid electric license for executing the general electrification works (Schedule B-1 & B-2 only) and should have completed one similar general electrification work (Schedule B-1 & B-2 only) of at least Rs. 36 lakhs in the last three financial years.

7.5 The sub-contractor for Escalators or his technical collaborator should fulfil the eligibility criteria as

specified in clause 15.0 of RDSO specification no. RDSO/SPEC/TL/0095-2008 (Rev ‘0’) Amdt.2. The

Page 58: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

58

specification can be down loaded from www.rdso.gov.in or hard copy can be obtained from Deputy Chief Project Manager (Electrical), Mumbai Railway Vikas cooperation Limited, 2nd floor, Churchgate Station Building, Churchgate, Mumbai 400 020. ( Also refer clause 18.22 of specification of Electrical works).

7.6 The similar eligibility criteria as per clause 7.4 above shall also be applicable for contractors for Elevators or his technical collaborator. ( Also refer clause 17.20 of specification of Electrical works).

5. Other Contractors (Add to Clause 8 of GCC)

8.2 Contractor to share the site with Railways and other contractors.

The Contractor may have to share the site of work with the Railways and agencies appointed by the Railways to carry out the maintenance and operations of the Trains and commercial activities. The contractor shall be required to share the site of work with other agencies deployed by the employer.

6. Site Investigation Report (Add to Clause 14 of GCC)

14.2 Pre-bid Inspection of Site by the Contractor

It is understood that the Contractor by careful examination has satisfied himself as to the nature and location of the work and the ground conditions prior to quoting their rates. Contractor must keep in mind the road traffic regulation in the area, availability of approach roads to the site of works and frequency of trains in the project area before quoting his rates.

7. Contractor to construct the work (Add to Clause 16 of GCC): 16.2 The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid

damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation.

16.3 The Contractor shall correctly set out all works in relation to original points, lines and levels of reference at his cost. The Contractor shall execute the work true to alignment, grade, levels and dimensions as shown in the drawing and as directed by the Engineer. The Contractor shall facilitate Engineer to check all alignments, grades, levels and dimensions and shall rectify any errors noticed at his own cost. The Contractor shall carefully protect and preserve all benchmarks, sight rails, pegs and other things used in setting out the work.

16.4 Considering the limited availability of Railway land, contractor will have to make his own arrangement for stacking of material, labour camp and site office. However, Railway land in the vicinity will be offered free of cost, subject to availability, on specific requests by contractor. The contractor at his own expense shall engage watchmen for guarding the materials plants and machinery and the work during day and night, against pilferage and theft.

16.5 Contractor shall arrange his own water supply at his cost for the works and other purposes. 16.6 At the end of each spell of work and on completion of the work, the Contractor shall, leave the tracks, work

sites, and their approaches etc. cleared of rubbish and obstruction of all kinds according to the instructions of the Engineer. If within a fortnight of completion of the particular item of site work the refuse is not cleared, the Engineer will arrange to get them removed at the cost of the Contractor. However, before the Engineer actually gets the site cleared he shall send an intimation in writing to the Contractor expressing his intention.

16.7 Contractor shall carry out the work without affecting underground /aerial cables, wires, poles, water supply and gas transmission lines and Railway track.

16.8 In the event of any accident, failure or emergency requiring immediate attention, the employer/ Railway may bring its own workmen or other agency to execute or partly execute necessary work or carry out repairs, if the engineer consider that the contractor is not in a position to do so in time and charge the cost thereof to the contractor which will be decided by Employer. The decision of employer regarding need of the emergency work and its cost will be final and binding on the contractor.

8. Approval by Engineer (Add to Clause 18 of GCC)

Page 59: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

59

18.6 Temporary Works

All temporary works, necessary for the proper execution of the work shall be provided and maintained by the Contractor and subject to the consent of the Engineer shall be removed at his expenses when they are no longer required and in such manner as the Engineer shall direct. In the event of failure on the part of the Contractor to remove the temporary works, the Engineer will get them removed and cost as incurred, including supervision and other incidental charges shall be recovered from the Contractor from his dues or performance security.

9. Safety (Add to Clause 19 of GCC) 19.2 Safety Precaution during progress of works :-

The works under the Contract are to be executed on and in the vicinity of the Railway Tracks. Railways will continue their normal maintenance and operation of their assets during the progress of the works under this Contract.

(a) During the execution of work, unless otherwise specified, the Contractor shall at his own cost provide for all for the stability and safety of all structures, and shall ensure that no damage, injury or loss is caused or likely to be caused to any person or property.

(b) During the course of execution all care should be taken that Railway / road traffic is not hindered by the

stacked materials. (c) The Contractor shall be responsible to take all precaution to ensure the safety of the public whether on

public or Railway area and shall post such look-out men as may in the opinion of the Engineer be required to comply with the regulations pertaining to the work.

(d) If and when, in the course of the work there is likely to be any danger to persons in the employment of the

contractor due to running traffic while working in the Railway premises, the contractor shall provide necessary protection.

(e) The Employer and his representative/s shall remain indemnified by the contractor in the event of any

accident occurring in the normal course of work, arising out of the failure of the contractor or his men to exercise reasonable precaution at all places of work. The employer, if required, may take necessary safety measures at the cost of contractor.

19.3 Use of Explosive: -

Explosive shall not be used on the works or on the site. 19.4 Plying of contractor’s vehicle in the vicinity of Rail way track

While plying vehicles in the vicinity of railway track, the contractor shall ensure the following obligatory conditions:

The road vehicles will ply only between sunrise and sunset. (i) The vehicles shall ply 6 m clear of running track. Any movement/work at less than 6 m and up to

minimum 3.5 m clear of track center, shall be done only in the presence of person authorised by the Engineer. No part of the road vehicle will be allowed at less than 3.5 m from track center.

(ii) The Contractor shall remain fully responsible for ensuring safety. (iv) Engineer may impose any other condition necessary for a particular work or site for safety. (v) Any breach of above condition by contractor affecting safety of movement of trains shall

constitute a breach of contract by contractor entailing liability for termination of contract for default.

(vi) The contractor should provide warning tapes at his own cost at the prescribed safe distance from

the running track to ply his vehicles.

Page 60: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

60

10. Deleted. 11. Approach road to site of work (Add to Clause 22 of GCC) 22.2 The contractor should study the approachability to the work site. Contractor may have to make temporary

approach roads at his own cost by taking permission from concerned authorities, private persons and maintain it. Employer and other agencies will have access to for inspection and other works without paying any charges.

12. Instructions (Add to Clause 23 of GCC) 23.3 Any instruction or approval given by the Engineer to the Contractor in connection with the works shall bind

the Contractor, If the Contractor is dissatisfied by reason of any decision of the Engineer he shall be entitled to refer the matter to the Employer who shall there upon confirm, or vary such decision.

13. Arbitration (Add to Clause 25. 3 of GCC)

The procedure for Arbitration will be as follows: 25.3 (a) Procedure for Appointment of Arbitrators: In case of a dispute or difference arising between the Employer and the Contractor relating to any matter arising out of or connected with this Agreement, such disputes or differences shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The Arbitral Tribunal shall consist of a panel of three members as Arbitrators. For this purpose the Managing Director of the Mumbai Railway Vikas Corporation or his successor will send a panel of more than three names of officers, of appropriate status, of the Employer or of the Indian Railways to the Contractor who will be asked to suggest to the Managing Director up to two names out of the panel for appointment as Contractor’s nominee. The Managing Director shall appoint one of them as the Contractor’s nominee and will also simultaneously appoint the balance number of Arbitrators either from the panel or from outside the panel , duly indicating the Presiding Arbitrator from amongst the three Arbitrators so appointed. 25.3 (b) Replacement of Arbitrator/s If one or more arbitrator appointed as above refuses to act as arbitrator, withdraws from his office as arbitrator or vacates his/ their office/ offices or is/ are unable or unwilling to perform his function as arbitrator for any reason whatsoever or dies or in the opinion of the Managing Director of the Employer fails to act, then without undue delay the Managing Director of the Employer shall appoint new arbitrator/ arbitrators to act in his/ their place in the same manner in which the earlier arbitrator/ arbitrators had been appointed. Such reconstituted tribunal may at its discretion proceed with the reference from the stage at which the previous arbitrator(s) left it.

25.3 ( c ) While appointing arbitrator(s) under sub-clause (a) and (b) above, due care shall be taken that he / they is/ are not the one/ those who had an opportunity to deal with the matters to which the contract relates or who in the course of his/ their duties expressed views on all or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunal or the Award made by such Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his/there service, opportunity to deal with the matters to which the Contract relates or who in the course of his /their duties expressed views on all or any of the matters under dispute 25.3 (d) The Arbitral Tribunal shall have power to call such evidence by way of affidavits or otherwise as the arbitral tribunal shall think proper and it shall be the duty of the parties hereto to do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay. 25.3 (e) Arbitration Award :

Page 61: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

61

(i) The arbitral award shall state item wise, the sum and reason upon it is based. (ii) A party may apply for correction of any computational errors, any typographical or clerical

errors or any other error of similar nature occurring in the award and interpretation of a specific point of award to tribunal within 30 days of receipt of the award.

(iii) A party may apply to tribunal within 30 days of receipt of award to make an

additional awards as to claims presented in the arbitral proceeding but omitted from the arbitral award.

(iv) In case of the Tribunal, comprising of three members, any ruling or award shall be made by a

majority of members of the Tribunal. In the absence of such majority, the views of the Presiding Arbitrator shall prevail.

(v) Where the arbitral award is for the payment of money, no interest shall be payable on whole

or any part of money for any period till the date on which the award is made.

25.3 (f) The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fee of the arbitrator(s) as per the rates fixed by the Employer from time to time. 25.3 (g) Subject to the provision of the aforesaid Arbitration and Conciliation Act 1996 and the rules there under and any statutory notification thereof shall apply to the arbitration proceedings under the clause.

14. Bill of Quantities (Add to Clause 37 of GCC) 37.1 Rates for Items of Work :

The rates entered in the accepted Bill of Quantities of the Contract provide for works duly and properly completed in accordance with General and Special conditions of the Contract and the specifications together with such changes in the quantities as may be ordered in terms of clause 38 of GCC.

15. Changes in Quantities (Alter Clause 38 of GCC) Replace clauses 38.1 & 38.2 of GCC as under

38.1 If the actual quantity of a particular item increases from the quantity of Bill of Quantities for this item by

more than 25% provided the change exceeds 1% of the initial contract price, the accepted rate of the item is liable for adjustment. No rate adjustment will however be permissible on any reduction in the quantity or deletion of the item. Further following shall apply;

a. In case of earth work, the variation limit specified above shall apply to the gross quantity of earth work

and variation in the quantities of individual classifications of soil shall not be subject to this limit. b. In case of foundation work, no variation limit shall apply and the work shall be carried out by the

contractor on agreed rates irrespective of any variation.

38.2 Deleted.

16 Payment for variations (Alter Clause 40 of GCC)

Replace clause 40 of GCC as under

40.1 In case of variation above the limit specified in clause 38.1 above, or operation of new items not covered in Bill of Quantities, Engineer shall obtain the quotation (with breakdown of unit rates) from market before variation is ordered.

40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Engineer, the quantity of work above the limit stated in Clause 38.1 or the timing of its

Page 62: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

62

execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation shall be in the form of new rates for the relevant items of work.

40.3 If in the opinion of contractor, the Engineer’s quotation is not reasonable, contractor may request in writing

within 7 days of Engineer’s decision to Employer for review. The decision of employer on rates shall be final and binding on the contractor.

17. Payment Certificates (Add to Clause 42 of GCC) 42.7 Quantities in schedule annexed to contract-

The quantities in the Bill of Quantities are the estimated quantities of the works and variations as per actual requirements shall be executed by the contractors in fulfillment of his obligations under the contract.

18. Payments (Add to clause 43 of GCC)

43.4 The Contractor shall be entitled to be paid from time to time by way of “On-account” payments, only for

such work as in the opinion of the Engineer ,contractor has executed in terms of the Contract. Normally payments shall be made on a monthly basis for the works executed upto the last day of the calendar month.

43.5 Payment shall be made through Electronic Clearance System (ECS). Contractor should give the details

of bank account, as given below.

Name of Bank : Address of Bank : Title of Bank Account :

Bank Account Number : Bank Telephone Number :

Bank’s ECS code : 19. Compensation Events (Add to Clause 44 of GCC) 44.5 The contractor shall not be entitled to any compensation or claim after having signed a ‘No Claim

Certificate’ in favour of the Employer, after the works are finally measured up.

44.6 Arising of a compensation event or pending finalisation of case will not be the reason for stoppage of work by the contractor unless same is ordered by Engineer.

20. Tax (Add to Clause 45 of GCC) 45.2 The rate quoted by the contractor shall be deemed to be inclusive of all taxes, duties, cess, royalty, VAT,

Service tax etc., as on date of opening of bids, which is leviable on execution of the said contract under State law. However, if there is any variation in such tax, duties, cess, royalty, VAT, service tax etc, subsequent to date of opening of bids, due to change in State Statute, Ordinance, Decree, Law, Regulation or Bye-law, then the additional cost of work due to all such revisions/introduction shall be reimbursed by the employer in case the contractor provides adequate documentary evidence in support of the same. This will however, apply both ways i.e. while the additional cost shall be reimbursed to the contractor, the benefit of reduction in all such taxes shall be passed on to the employer. Further all statutory deductions of TDS for income tax and Works contract tax etc shall be made from the amount paid or payable to the contractor & shall be deposited to the Government authority by the Employer as per applicable laws. The Employer shall issue the documents/ forms/ certificate as prescribed under the relevant law in respect of the amount so deducted from the amount paid or payable to the contractor. The Employer shall have full rights to with hold the amount payable to the contractor in pursuant to this contract, if contractor does not fulfill the obligation under any state or central law relating to execution of said contract & Employer shall have the right to recover such payments from the contractor.

21. Retention (Add to clause 48 of GCC)

Page 63: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

63

48.4 The contractor shall have option of submitting a Fixed Deposit Receipt (FDR) issued by a Nationalized bank, duly pledged in favour of Mumbai Railway Vikas Corporation Ltd for 2% of the contract amount for Retention money in lieu of deduction from running bills. The FDR should be submitted before raising first monthly bill.

22. Liquidated Damages (Add to clause 49 of GCC) 49.3 The payment or deduction of liquidated damages shall not relieve the contractor from his obligation to

complete the work as per agreed construction program and milestones or from any other of the contractor’s obligations and liabilities under the contract.”

23. Release from contract (Add to clause 62 of GCC) 62.2 If a work is transferred from the jurisdiction of the Employer to another Project Authority while the Contract

is in existence, the Contract shall be binding on the Contractor and the Successor Project Authority in the same manner & take effect in all respects as if the Contractor and the Successor Project Authority were parties thereto from the inception and the corresponding officer or the competent authority in the Successor Project Authority will exercise the same powers and enjoy the same authority as conferred to the Predecessor Employer under the original Contract / agreement entered into.

Page 64: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

64

SECTION 4: CONTRACT DATA

Page 65: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

65

Contract data The following documents are also part of the Contract: Reference of

GCC Clause Remarks

The Schedule of Operating and Maintenance Manuals

[58] Not required

The Schedule of Other Contractors [8] Contractor may have to share the site with others contractors engaged for other works in the vicinity. For some of these contracts sites may be overlapping and contractor shall cooperate and share sites with other contractor.

The Schedule of Key personnel [9] The bidder should submit list of key personnel proposed for administration and execution of the Contract in accordance with Sub Clause 4.2 (e) and 4.4 (B) (b) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract

The Methodology and Program of Construction

[27] The bidder should submit Program of construction as per Clause 27 of the Conditions of Contract

The Schedule of Key and Critical equipment to be deployed on the work as per agreed program of construction

[27] The bidder should submit list of Key and Critical equipment to be deployed on the work in accordance with Clause 27 of the Conditions of Contract

Site investigation reports [14] Contractor is advised to visit the sites of construction to assess the availability of materials, the lead involved from prospective earth and sand quarries, road approaches and other prevailing conditions in their own interest before quoting their offer. The bidder should note that some items of the work may have to be executed during odd hours at night under block in limited permitted time. The bidder shall make his own assessment and nothing extra on this account shall be paid.

Page 66: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

66

The relevant clause of Contract conditions shall be read with the meanings given hereunder;

Description Remarks Reference Clause

The Borrower is Mumbai Railway Vikas Corporation Limited, PSU of Ministry of Railways, Government of India

[1.1]

The Employer is

Mumbai Railway Vikas Corporation Limited, 2nd floor, Churchgate station building, Churchgate, Mumbai-400 020 Tel: +91-22-22014623 Fax: + 91-22-22096972 Website: www.mrvc.indianrail.gov.in Authorised Representatives 1. Director Projects, MRVC Tel: +91 22 2200 0902, +91 98 2141 8153 E-mail: [email protected] 2. Chief Project Manager, MRVC Tel. +91 22 2209 2620, +91 98 2129 9406 E-mail: [email protected]

[1.1]

The Engineer is Dy. Chief Project Manager ( Civil) –III, MRVC Tel: +91 22 -2200 7270, +91 97 7319 3535 E-mail:[email protected] Engineer’s Representatives 1. Assistant Engineer, MRVC 2. Sr. Section Engineer (Works), MRVC

[1.1]

The Adjudicator appointed jointly by the Employer and Contractor is

*Name :_____________________________________ *Address :_____________________________________ * curriculum Vitae _____________________________( attached as Annexure) (*to be filled in after the Adjudicator has been appointed)

[1.1]

The name and identification no. of contract is

Construction of elevated booking offices at Jogeshwari (North) and (South),, extension/modification of the existing foot-over bridges at Jogeshwari station of Churchgate-Virar suburban section of Mumbai under MUTP-II

BID NO. MRVC/W/104/ADH-GMN/JOS STN/2010/56

[1.1]

The Site is located at

The site of the work is North and South of existing Jogeshwari station of Churchgate-Virar section of Mumbai suburban rail network, over the running lines. The booking office at the south end would also be over the level crossing gate.

[1.1]

The work consist of

Construction of steel frame consisting of steel columns and beams, casting of slab and construction of the booking office on the deck, connecting the deck to the existing foot-over bridges, extension/modification of the foot-over bridges. The scope also includes general electrification work of building.

[1.1]

The Start date shall be

The date of issue of Notice to proceed with the work.

[1.1]

Page 67: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

67

Description Remarks Reference Clause

Intended Completion Date is

24 (twenty four) months excluding monsoon after the date of issue of notice to proceed with the work. The milestones are:

The monsoon period will be reckoned from 15th June to 15th October.

Physical work to be completed Period from the start date

Milestone 1 Construction of elevated booking office at the North; and South(phase I) complete steel work and RCC work

Six months (excluding monsoon)

Milestone 2 Finishing of the building as in milestone 1 in all respect including electrical work, extension/modification of the North FOB.

Twelve months (excluding monsoon)

Milestone 3 Construction of elevated booking office(South)(phase II) and extension/modification of the South FOB and completion in all respect.

Twenty four months (excluding monsoon)

[1.1], [17], [28]

Defect liability period

Defect liability period is Six months from the date of certification of completion of the full work.

[1.1],[ 35.1]

Specification As stated in Bill of Quantity, Special Conditions of Contract & technical specification in Bid documents.

[1.1]

Sectional completion

As defined in Milestones [2.2]

Any other document forming part of contract

Nil [2.3 (9)]

The Language of contract document is

English. [3.1]

The Law which applies to the contract is

Laws of Union of India. [3.1]

Page 68: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

68

Description Remarks Reference Clause

Insurance requirements are

Insurance requirement is as under :

Minimum cover for insurance Maximum deductible for insurance

(i) Materials 2 Lacs 25,000/- (ii) Loss or damage to

Equipment 2 Lacs 10,000/-

(iii) Other Property 2 Lacs 10,000/- (iv) Personal injury or

death insurance

(a) for other people 10 Lacs Nil (b)for Contractor’s employees

In accordance with the statutory requirements applicable in India.

Nil

[13.1]

The Site Possession dates shall be

The site for construction of the building is available as per the location plan. Contractors may note that there is likelihood of few buried cables, which may require protection / shifting during foundation works. Contractor is required to protect the cables during execution work at his cost. If diversion of cable is required, it shall be done at employer’s cost. Contractor may note that there will be other agencies for civil and electrical works working in the area, site for which may be overlapping and contractor will have to share site with them.

[21.1]

Fees and type of reimbursable expenses to be paid to the Adjudicator.

Fees – Per hearing/site visit – Rs.2,500/- per day subject to minimum Rs.5,000/- for each adjudication. Reimbursable – Secretarial assistance-Rs.500/- per day.

[25.2]

Appointing authority for the Replacement of adjudicator

Director (Project)/MRVC. [26.1]

The Contractor shall submit a Program for the Works (in such form and detail as the Engineer shall reasonably prescribe)

The contractor shall submit Program for the Works within 15 days of delivery of the Letter of Acceptance. [This program should be in adequate detail and generally conform to the program submitted along with bid in response to ITB clause 3.2(k) .Deviations if any from that should be clearly explained and should be satisfactory to the Engineer. ]

[27.1]

The period between Programme Update shall be

30 days. [27.3]

The amount to be withheld for late submission of an updated programme shall be

Rs.1,000/- [27.3]

The following events shall also be

Nil [44.1 (l)]

Page 69: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

69

Description Remarks Reference Clause

compensation events. Price adjustment

Applicable as per PVC detailed hereunder. [47.1]

1. The formula(e) for adjustment of prices are: R = Value of work as defined in Clause 47.1 of Conditions of Contract. B = Value of Base materials viz cement, steel (reinforcement and structural), bitumen for the period under consideration worked out on the basis of recorded measurements and base rates Co, So, and To respectively. (i) Adjustment for labour component

Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the following formula: (quarter is the financial quarter).

VL = 0.85 x (R – B) x Pl/100 x (Li – Lo)/Lo VL = increase or decrease in the cost of work during the quarter

under consideration due to changes in rates for local labour. Lo = the average consumer price index for industrial workers for

Mumbai for the quarter preceding the date of opening of Bids as published by Labour Bureau, Ministry of Labour, Government of India.

Li = The average consumer price index for industrial workers for

Mumbai for the quarter under consideration as published by Labour Bureau, Ministry of Labour, Government of India.

Pl = Percentage of labour component of the work as indicated in

table below. (ii) Adjustment of Local materials

Price adjustment for increase or decrease in cost of local materials other than cement, steel, bitumen and POL procured by the contractor shall be paid in accordance with the following formula:

Vm = 0.85 x (R – B) x Pm/100 x (Mi – Mo)/Mo Vm = Increase or decrease in the cost of work during the quarter

under consideration due to changes in rates for local materials other than cement, steel, bitumen and POL.

Mo = The all India average wholesale price index (all commodities)

for the quarter preceding the date of opening of Bids, as published by the Ministry of Industrial Development, Government of India, New Delhi.

Mi = The all India average wholesale price index (all commodities)

for the quarter under consideration as published by Ministry of Industrial Development, Government of India, New Delhi.

Pm = Percentage of local material component (other than cement,

steel, bitumen and POL) of the work as indicated in table below.

Page 70: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

70

Description Remarks Reference Clause

(iii) Adjustment for steel other than reinforcement & structural steel component

Price adjustment for increase or decrease in the cost of steel other than reinforcement & structural steel procured by the Contractor shall be paid in accordance with the following formula:

Vs = 0.85 x (R – B)x Ps/100 x (OSi –OSo)/ OSo Vs = Increase or decrease in the cost of work during the quarter

under consideration due to changes in the rates for steel OSo = The all India average wholesale price index for steel for the

quarter preceding the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi

OSi = The all India average wholesale price index for steel for the

quarter under consideration as published by Ministry of Industrial Development, New Delhi

Ps = Percentage of steel component of the work

Note: For the application of this clause, index of steel has been chosen to represent steel group.

(iv) Adjustment of POL (fuel and lubricant) component

Price adjustment for increase or decrease in cost POL (fuel and lubricant) shall be paid in accordance with the following formula:

Vf = 0.85 x (R – B) x Pf/100 x (Fi – Fo)/Fo Vf = Increase or decrease in the cost of work during the quarter

under consideration due to changes in rates for fuel and lubricants.

Fo = The average official retail price of High Speed Diesel (HSD) at

the existing consumer pumps of IOC at Mumbai on the day thirty days prior to the date of opening of Bids.

Fi = The average official retail price of HSD at the existing

consumer pumps of IOC at Mumbai for the 15th day of the middle calendar month of the quarter under consideration.

Pf = Percentage of fuel and lubricants component of the work. Note: For the application of this clause, the price of High Speed

Diesel oil has been chosen to represent fuel and lubricants group.

(v) Adjustment for Plant and Machinery Spares component

Price adjustment for increase or decrease in the cost of plant and machinery spares procured by the Contractor shall be paid in accordance with the following formula:

Vp = 0.85 x (R – B) x Pp/100 x (Pi – Po)/Po

Page 71: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

71

Description Remarks Reference Clause

Vp = Increase or decrease in the cost of work during the quarter

under consideration due to changes in the rates for plant and machinery spares

Po = The all India average wholesale price index for heavy

machinery and parts for the quarter preceding the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi

Pi = The all India average wholesale price index for heavy

machinery and parts for the quarter under consideration as published by Ministry of Industrial Development, New Delhi

Pp = Percentage of plant and machinery spares component of the

work as indicated in table below. Note: For the application of this clause, index of Heavy Machinery

and Parts has been chosen to represent the Plant and Machinery Spares group.

(vi) Adjustment for cement component

Price adjustment for increase or decrease in the cost of cement procured by the contractor shall be paid in accordance with the following formula.

Vc = Qc x (Ci – Co) Vc = Increase or decrease in the cost of work during the quarter

under consideration due to changes in the rates for cement Qc = Quantity of cement consumed during the period under

consideration Co = Base rate (including taxes viz VAT, octroi, excise) of cement on

the day 30 days prior to the date of opening of bids ascertained from average rate of cement of ACC published in Mumbai edition of Economic Times.

Ci = Average rate (including taxes viz VAT, octroi, excise) of

cement during the period under consideration ascertained from average rate of cement of ACC published in Mumbai edition of Economic Times.

Note: For the application of this clause, average rate of ACC

cement has been chosen to represent cement group. (vii) Adjustment for steel component ( Reinforcement & Structural steel ) Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be paid in accordance with the following formula: Vs = Qs x (Si – So) Vs = Increase or decrease in the cost of work during the quarter

under consideration due to changes in the rates for steel Qs = Quantity of steel ( reinforcement and structural steel procured by

Page 72: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

72

Description Remarks Reference Clause

the Contractor ) consumed during the period under consideration

So = Base rate (including taxes viz VAT, octroi, excise) of steel for

12mm dia HYSD TMT bar on the day 30 days prior to the date of opening of bids ascertained from SAIL, Kalombali yard, Mumbai

Si = Average rate (including taxes viz VAT, octroi, excise) of steel

for 12mm dia HYSD TMT bar during the period under consideration ascertained from SAIL, Kalombali yard, Mumbai

Note: For the application of this clause, rate of 12mm dia HYSD

TMT bar has been chosen to represent steel group of reinforcement and structural steel.

The following percentages will govern the price adjustment for the entire contract:

S No.

Component %age applicable

1 Labour – Pl 40 2

Other local materials – Pm

30

3 Steel other than reinforcement & structural steel Ps

5

4 POL – Pf 15 5 Plant & Machinery Spares – PP 10 Total 100%

2. Price adjustment during extended period of contract The price adjustment as worked out above i.e., either increase or decrease will be applicable upto the stipulated date of completion of the work including the extended period of completion where such extension has been granted for the delay not attributable to the contractor. However, where extension of time has been granted due to contractor’s failure, price adjustment will be done as follows : (a) In case the indices increase above the indices applicable to the last month of original completion period or the extended period for the delay not attributable to the contractor, the price adjustment for the period of extension granted will be limited to the amount payable as per the indices applicable to the last month of the original completion period or the extended period under clause 28, General Conditions of contract, as the case may be.

(b) In case the indices fall below the indices applicable to the last month, of the original/ extended period of completion under clause 28, as the case may be then the lower indices will be adopted for price adjustment for the period of extension for reasons attributable to the contractor.

The proportion of payments retained (retention money) shall be

3% from each bill subject to a maximum of 2% of final contract price. [48.1]

Page 73: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

73

Description Remarks Reference Clause

The Liquidated damages for the whole of the works

Liquidated damages shall be as under:

Milestone 1 Rs 1,500/- per day Milestone 2 Rs 1,500/- per day Whole work Rs 3,000/- per day

[49.1]

The maximum amount of liquidated damages for the whole of the works is

10% of the final contract price.

[49.1]

The amount of Advance payment is

Nature of Advance

Amount (Rs.) Conditions to be fulfilled

Mobilization & equipment

10% of the Contract price with simple interest @ 6% p.a.

On submission of un-conditional Bank Guarantee. (Advance to be drawn not later than end of 3 months after award).

Repayment of advance payment for mobilization and equipment: The advance shall be repaid with percentage deductions from the interim payments certified by the Engineer under the Contract. Deductions shall commence in the next on account Payment Certificate following that in which the total of all such payments to the Contractor has reached 15 percent or more of the Contract price or three months from the date of payment of first installment of advance, whichever period concludes earlier, and shall be made at the rate of 15 percent of the amounts of all Interim Payment Certificates until such time as the advance has been repaid together with interest, provided that the same shall be completely repaid prior to the expiry of the original time for completion pursuant to Clauses 17 and 28. This will not be considered for the payment of the PVC.

[51.1],

Performance Security

The securities shall be for the following minimum amounts equivalent as a percentage of the Contract Price: Performance security for 5 percent of contract price plus Rs ---* as additional security in terms of ITB Clause 34.1 The standard form of Performance Security acceptable to the Employer shall be an unconditional Bank Guarantee of the types as presented in Section 8 of the Bidding Documents. *Additional Performance security to be paid by the selected bidder towards unbalanced bid shall be calculated by following method; (a)No additional Performance Security towards unbalanced bid will be due for the bids if the quoted percentage is upto and inclusive of 10% below the cost put to tender. (b) If the bid offer is anything more than 10% below compared to the cost put to tender, the unbalanced cost for performance security will be worked out by taking 100% difference between the 90% cost put to tender and that of offer of the bidder.

[52.1]

Operating and maintenance manual, as Built drawings.

Not applicable . [58.1]

The amount to be withheld for

Not applicable. [58.2]

Page 74: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

74

Description Remarks Reference Clause

failing to supply “As built” drawings by the date required is Additional fundamental breaches of contract

The following events shall also be fundamental breach of contract: 1. The Contractor has contravened clause 7 of GCC read with SCC and

Clause 9.0 of GCC

2. The contractor does not adhere to the agreed program and also fails to take satisfactory remedial action as per agreements reached in the management meetings (Clause 31of GCC) within period of 15 days.

3. The contractor fails to carry out of the instructions of Engineer within a reasonable time determined by the Engineer in accordance with GCC Clause 16.1 and 23.1.

[59.2]

The percentage to apply to the value of the work not completed representing the Employer’s additional cost for completing the Works shall be

20 percent [60.1]

Page 75: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

75

SECTION 5: SPECIFICATIONS

Page 76: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

76

PART I - EMPLOYER’S REQUIREMENTS

GENERAL SPECIFICATIONS

Page 77: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

77

TABLE OF CONTENTS

Sr. No.

Description Page No.

1 General

78

2 Planning, Programme and Progress Monitoring

78

3 Management Plans

79

4 Document Submission and Record

80

5 Quality Management

80

6 Materials and Equipment

80

7 Packaging, Storage, Shipping and Delivery

81

8 Site Establishment and Attendance

82

9 Liaison & approvals with Others

83

10 Prevention of Mosquito Breeding

83

11 Health and Safety

83

12 Environmental Protection Requirements

87

13 Photographs and Videos

87

Appendices 88-96

Page 78: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

78

1. General

1.1 Application of the General Specification (GS)

1.1.1 The provisions contained in the Particular Specification (PS) and the Employer’s Drawings shall prevail over the provisions contained in this GS.

1.1.2 This GS shall be read in conjunction with the other documents constituting the Contract. 1.2 Deleted

1.3 Submission for Approval 1.3.1 Documents, drawings, specifications, calculations, technical papers, material samples, methods of

construction and any other matters which have been approved by the Engineer shall not be changed. If any changes are required to be made the Contractor shall once again seek the approval of the Engineer for any such changes.

1.3.2 Submissions for approval of the Engineer shall be made as stated in the GS and/or the PS. or

accordance with Appendix 4 of this Specification. 1.4 Standards Codes of Practice 1.4.1 Unless otherwise stated in the Contract, reference in the GS to Indian Railway Standards, Indian

Railway Manuals, Indian Railway Codes of Practice, BIS Codes & specification shall be to that edition of the document stated in the PS, including all latest amendments issued by the relevant authority.

1.4.2 Later editions of the above documents shall not apply unless approved by the Engineer. 1.5 Employer’s Drawings 1.5.1 The Contractor shall carefully check all Employer’s Drawings and advise the Engineer of

discrepancies, omissions, errors or ambiguities should any be found. 1.5.2 Dimensions shall not be obtained by scaling from the Employer’s Drawings. Dimensions that are

not shown or are not calculated from dimensions shown on Employer’s Drawings shall be obtained from the Engineer.

1.6 Safety Management 1.6.1 Safety of passengers, staff and general public is paramount for Railway Operation. Prime

consideration shall be given to all the issues that can have an effect on safety. The Contractor shall evolve & implement the Safety Management Requirements, in consultation with the Engineer.

. 1.7 Survey and Site Investigations 1.7.1 The Contractor shall carry out all further site investigations necessary for the Permanent Works

and to enable the determination of the methods of construction and the nature, extent and design of Temporary Works.

2. Planning, programme and progress monitoring 2.1 Planning

Page 79: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

79

2.1.1 The Contractor shall develop in detail, a logical method of executing the Works taking into account their complex nature and different phase and shall provide programmes which reflect the detailed planning undertaken. While preparing the first version of such detailed programme the Contractor shall take into consideration the bar chart which is enclosed as Annexure 1 of this Specifications.

2.1.2 Within 21 days of the Commencement Date of the Works, the Contractor shall submit for review

by the Engineer, his proposed version of the Works Programme which shall provide full programme details for the complete period of the Contract.

2.1.3 The Works chart shall be divided into micro -charts for separate sub works in specific details. 2.2 Works Programme Revisions

2.2.1 The Contractor shall immediately notify the Engineer in writing of the need for any change in the

Works Programme, whether due to a change of intention or circumstances or for any other reason, where such a proposed change affects the timely completion of the Works or any Section or Stage; the Contractor shall also submit for the Engineer’s approval proposed revised Works Programme.

2.2.2 If at any time the Engineer considers the actual or anticipated progress of the work reflects a

significant deviation from the Works Programme, he may request the Contractor to submit a revised works Programme. Upon receipt of such a request the Contractor shall submit a revised works Programme that shall demonstrate the means by which the Contractor intends to eliminate the deviation. Based on the Contractor’s revisions the Engineer shall revise the Gantt Charts and PERT charts and the Contractor shall follow these revised time schedules.

2.3 Monthly Progress Report

2.3.1 The Contractor shall prepare Monthly Progress Reports covering all aspects of the execution of

the works. Such Monthly Progress Report shall be in writing and shall be delivered to the Engineer by the 5th day of the month following the month of the Monthly Progress Report. The monthly Progress Report shall take account of work performed up to and including the last day of the month to which the Monthly Progress Report relates.

2.3.2 The Monthly Progress Report shall include every significant aspect of the works, progress,

photographs, problems & issues for making decisions. 2.3.3 The reports, documents and data provided shall be an accurate representation of the current status

of the works and of the works to be accomplished and shall provide the Engineer with a sound basis for identifying problems and deviations from planned works and for making decisions.

2.4 Progress meetings and Management Review meetings

2.4.1 The Employer will chair Management Review meetings with the Contractor and the Engineer

every month. These meetings will be held at venue, dates and times to be advised by the Employer.

2.4.2 The Engineer may convene at his discretion, at any times upon reasonable notice to the

Contractor, any meeting, either on or off the site, to discuss and address any aspect of the works or the Contract. The Contractor shall attend any such meetings convened by the Engineer.

3.0 Project Management Plan

Page 80: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

80

The overall project management of the works shall be the Contractor’s responsibility. Work shall be executed with proper project management plan.

4. Document submission

All submission shall be made to the Engineer in a mutually acceptable Computerised format. For the Project Management , M.S. Project needs to be implemented. The hard copy of all documents shall be the Contractual copy.

5. Quality Management 5.1 The Contractor shall implement the provisions of the Quality Assurance as specified by the

Engineer. 5.2 Inspection and test plans shall be produced for every activity requiring test and/or inspection.

Each inspection and test plan shall identify the quality objectives and include the personnel responsible for undertaking and certifying the inspection and/or test;

5.3 Quality Control Documentation 5.3.1 The Contractor shall provide and maintain at all stages of the works a proper quality control

documentation, in the formats specified by the Engineer, to identify the status of inspections, sampling and testing of the work and all certificates. Such register shall be updated by the Contractor to show all activities in previous months.

6. Materials and equipment 6.1 Material shall be procured / supplied, commensurate with the planned progress of work. 6.1.1 Material and Equipment provided by the Employer if any shall be collected by the Contractor

from the location as per Contract conditions. The Contractor shall inspect the materials and equipment before taking receipt and shall immediately inform the Engineer of any shortage or damage.

6.1.2 Materials or Equipment provided by the Employer or supplied by the Contractor for which part

payment has been made but which are in Contractor’s custody which are damaged/lost after collection shall be replaced by the Contractor and offered to the Engineer for approval.

6.1.3 The Contractor shall dispose of crates and containers for materials or equipment provided by the

Employer. 6.1.4 Equipments/materials provided by the Employer if any & surplus to the requirements of the works

shall be returned at the earliest as directed by the Engineer. 6.1.5 Inspection of works and materials All materials, fittings, appliances etc. used shall conform to Indian Standard Specifications /

Indian Railways specifications, as the case may be, and shall be of approved quality. Providing and operating necessary measuring and testing devices including all consumables are included in the scope of work and there are no separate measurements or payment for testing the work shall be done.

All materials to be used in the work shall be of standard quality, manufactured by reputed

concerns, confirming to Indian Standards or equivalent and shall have I.S. mark as far as possible

Page 81: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

81

unless otherwise approved the by the Engineer. The Contractor shall get all materials approved after submitting samples by the Engineer in charge prior to procurement and use. All materials procured and brought to site without conforming to specifications and satisfaction of the Engineer shall be removed by the contactor immediately from site at his own expenses and without any claim or compensation if rejected and shall provide proper replacement without any delay.

The work shall be performed in accordance with the terms and conditions and approved drawings

as set forth in this document and the instruction of Engineer in charge or his authorised representative, from time to time.

All materials such as cement, steel, aggregate, sand and fabricated steel, bearing to relevant IS

specification shall be procured from factories/ suppliers/ quarries only after the approval of source by Engineer before actually bringing them to work site.

The contractor will be strictly responsible to the true intent of the specifications in regard to

quality of materials, workmanship and the diligent execution of the contract. All materials and each part of details of the work shall be subject to all times, to inspection by the

Employer/ Engineer or their representative or other authorized subordinates who shall be furnished with reasonable facilities and assistance by the contractor for ascertaining whether or not the work as performed or the materials used are in accordance with the requirements and intent of the plans and specifications.

The contractor shall also inform the Engineer in writing, when any portion is ready for inspection

giving him at least 24 hours advance intimation to enable him to inspect the same, without retarding progress of the work.

Any work done or materials used without supervision or inspection by the clients, Engineer or his

representative, is liable to be ordered to be removed and replaced at the contractors expense. If so directed, the contractor shall at any time before the acceptance of the work, remove or

uncover such portion of the finished works as may be directed. After examination, the contractor shall restore the said portion of the work as per the standard required by specifications. Should the work so examined or exposed prove unacceptable, the expenditure shall be borne by the contractor.

The work shall not be considered to have been completed in accordance with the terms of the

contract until the Engineer have certified in writing that it has been completed to his satisfaction. No approval of materials or workmanship or approval of part of the work during the progress of execution shall bind the Engineer or in any way effect his powers to reject the work.

The inspection of the work or materials shall not relieve the contractor from any of his obligations

to fulfill the terms and conditions of the contract as herein prescribed under plans and specifications in the accepted bid document.

Failure to remove any defective work or material will not in any way prevent client later, from

rejection such works defects having discovered or obligate the client to make final acceptance. 7. Packaging, storage, shipping and delivery 7.1 Storage

The Contractor shall provide and maintain acceptable storage facilities for the equipment and materials of all kinds intended for use in carrying out the works or for incorporation into the works.

Page 82: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

82

7.2 Transportation 7.2.1 Without prejudice to any other provisions of the Contract, the Contractor shall be responsible for

all legal requirements, duties, due taxes and other such requirements and expenditures required under the Contract by the Contractor for execution of the Works.

7.3 Delivery 7.3.1 The Contractor shall deliver all items to be supplied or required in the Works under the Contract

to the site. 7.3.2 The Contractor shall unload all items to be supplied under the contract / material supplied by the

Employer under the Contract/ required in the Works at the designated delivery point and make requisite arrangements for positioning or storing them.

7.3.3 Any part of or any item to be supplied under the Contract that is damaged in transit shall not be

considered as delivered. 8. Site establishment and attendance 8.1 Use of the Site

8.1.1 The site shall not be used by the Contractor for any purpose other than for executing the works or

carrying out other work which is associated with the Works. 8.1.2 Entry to and exit from the site shall be obtained only at the locations approved by the Engineer.

8.1.3 All materials and equipment stored on site shall be adequately protected against loss or damage

due to any cause such as climatic effects, vandalism, shock and vibration, etc. according to the nature of the articles stored and the local site condition.

8.2 The Contractor’s Site Accommodation 8.2.1 The contractor may erect temporary labour accommodation and ancillary facilities on the Railway

land, subject to availability, with the approval of Employer/Engineer away from nearest habitation to avoid conflict and stress over existing infrastructure facilities and other sensitive locations like saltpans. The labour camp structures should be made of proper materials & should have clear marking/ boards to indicate that it pertains to this project and shall be maintained in a clean and hygienic condition. The site should be cleaned of all temporary accommodation after the work at the location is over and the Engineer notified accordingly.

8.2.2 The Contractor shall provide and maintain all necessary offices, sheds stores, mess rooms,

conveniences and other accommodation and remove the same from the site on the Employer’s Taking Over of the Works.

8.2.3 The Contractor shall not erect or operate canteen and kitchen facilities on the site except with the

Consent of the Engineer and, where appropriate, the Relevant Authorities.

8.3 Site Utilities and Access 8.3.1 The contractor shall, at his own cost, provide office at site with necessary utilities like Toilet,

water, electricity, telephone and drainage facilities. The Contractor shall make all arrangements

Page 83: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

83

with and obtain the necessary approvals from the Relevant Authorities for the facilities. Employer shall have access to site office of contractor.

8.4 Survey Equipment for use of the Engineer 8.4.1 The Contractor should provide the survey equipment, track measuring equipment and other

accessories including one Total Station as per the instructions of Engineer as and when required. He should also provide all necessary help and manpower as required by the Engineer for checking the works, whenever required.

8.5 Attendance

8.5.1 Assistance during Inspections by Employer, Engineer and Railway authorities. 8.5.1.1 The Contractor shall extend all necessary assistance during the inspections by the Employer, the

Engineer and the Railway authorities. 8.5.1.2 The Contractor shall provide all documents necessary for inspection as are requested by the above

authorities. 8.6 Name boards 8.6.1 The contractor shall provide erect and maintain appropriate name boards for works site and also

for site office at his cost. The wording on each name board and its location shall be agreed by the engineer before it is erected.

9. Liaison and approvals with others 9.1 Work by Other Agencies 9.1.1 The Contractor shall facilitate the progress of works, on various adjacent areas by other agencies

engaged by Employer, Railways and State Govt. Authorities/Undertaking and provide facilities to them, if so desired as directed by Engineer.

10 Prevention of mosquito Breeding 10.1 Measures shall be taken at site/s to prevent mosquito breeding. The measures to be taken shall

include the following:

(i) empty cans, oil drums, packing and other receptacles which may retain water shall be stacked at a central depot and those not required for future use shall be removed from the site regularly;

(ii) standing water shall be treated at least once every week with an environmental acceptable oil

which will prevent mosquito breeding; and (iii) Contractor’s equipment and other items on the site that may retain water. These shall be stored,

covered or treated in such a manner that water will not be retained. 11 Health and Safety 11.1 Preamble

11.1.1 The health, safety and welfare of all personnel working on the project, the general public and the

avoidance of damage to property are of paramount importance to the Employer. Prime consideration shall be paid to construction activities to ensure that all operations shall be

Page 84: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

84

conducted in such a manner as to eliminate the risks to persons and property. The Contractor shall treat safety measures as the first priority in all his activities with respect to executing the Works.

11.2 Safety inspections and audits

11.2.1 The Contractor shall conduct formal, documented Safety Inspections, at least once a two month. A

report of each safety inspection, shall include the actions taken to resolve any problems or shortcoming discovered during the inspection. The report shall be made available for audit purposes and be discussed at the relevant meetings.

11.2.2 Comprehensive health and safety inspection check-list for the use of the Contractor’s Site staff

when inspecting the site is to be formulated and submitted for review by the Engineer. 11.3 Safety training 11.3.1 The Contractor shall ensure that induction training courses shall be provided for construction site

workers or equivalent.

11.3.1 All workers must receive induction training before they are allowed to commence work on the site involving preventing with running lines.

11.4 Alcohol and drugs 11.4.1 The Contractor shall ensure that alcoholic drinks, drugs and other substances, which may impair

judgment, are not sold, introduced or consumed at the Site. 11.4.2 The Contractor shall ensure that his personnel and those of his sub-contractors of any tier are not

under the influence of alcohol or any substance which may impair judgment whilst on the site or otherwise engaged in the execution of the works.

11.4.3 The Contractor shall immediately remove or cause to be removed from the site any person

employed by the contractor or his sub-contractors of any tier who is found to be under the influence of alcohol, drugs or any other substance which may impair judgment. Such person shall not be employed again in connection with the works on the Project without the prior consent of the Engineer.

11.5 First aid facilities

11.5.1 The Contractor shall maintain fully equipped portable first aid box at local site office, and any

work locations where 20 or more persons work a time. 11.5.2 In each site office and work location at least one of the Contractor’s employees shall be trained in

first aid and should be available at all working hours for purpose of attending to emergencies. 11.5.3 The Contractor shall maintain record of all persons receiving first aid treatment and it shall be

kept for audit purposes. 11.5.4 Fist Aid kits, up to the standards required by the approximate authority shall be carried in

supervisor’s vehicles and made available where work is in remote areas. 11.6 Lifting appliances and lifting gear 11.6.1 The Contractor shall provide and maintain mechanical cranes, hydraulic/mechanical jacks, hoists

safely. It is desirable that, all cranes, hoists and the like, shall be fitted with audible overload warning devices. All such equipments shall be regularly maintained in accordance with

Page 85: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

85

manufactures recommendations and standards having regard to local legislation and recommendations from the appropriate statutory authority.

11.6.2 Prior to use on site, all lifting appliances and gear shall be tested in accordance with the

requirements of the current legislation. The test certificates shall be submitted to the Engineer for review prior to the use of such equipment on site.

11.6.3 The safe working load shall be clearly and indelibly marked on all lifting appliances and lifting

gear either by stamping or by the addition of permanently secured tag labels. 11.6.4 Competent operators with certificates certifying that the proposed operator has received training

in the general principles of crane operation and specific training in the type of lifting of hoisting equipment he is required to operate shall be provided for the control of all lifting and hoisting equipment.

11.6.5 A trained banks man shall be in attendance at each lifting appliance or hoisting operation.

11.7 Fire precautions

11.7.1 The Contractor shall thoroughly assess the risk of fire throughout the Site and shall develop a

comprehensive fire control strategy as a part of the Site Safety Plan, which will extend to all aspects of the Works. The fire control strategy shall be discussed regularly and reviewed with the Engineer.

11.7.2 Adequate and suitable fire extinguishers are to be positioned throughout the Site, with particular

attention paid to offices, flammable storage areas, workshops, etc. 11.7.3 The Contractor shall ensure that all persons on the Site are trained in and undergo regularly

refresher courses in the use of fire extinguishers. 11.8 Dangerous goods, hazardous substances 11.8.1 The Contractor shall obtain the requisite licenses for the manufacture, storage, handling and use of

all dangerous goods. 11.8.2 The contractor shall ensure that all explosives, compressed gases, petrol and other dangerous

substances, shall be stored and handled in accordance with the relevant legislation. 11.8.3 The Contractor shall make adequate provision for the storage and disposal of waste oils, de-

greasing agents, etc. 11.8.4 Flash back arrestors and pressure gauges shall be fitted to all oxygen and acetylene cylinders. 11.8.5 Oxygen and acetylene cylinders shall be stored and used in a vertical position and be transported

upon a trolley or in cage. 11.9 Excavations and floor openings 11.9.1 The Contractor shall ensure that all temporary covers/decking to the trenches and barriers at the

edges of excavations are safe and securely installed at all times. Flashing warning lights, signs and adequate lighting is to be installed where required.

11.9.2 Where there is a danger to the public and Railway users extra care must be taken to properly cover

all temporary openings and adequately barrier and sign the excavation. Flashing warning lights, signs and adequate lighting is to be installed where required.

Page 86: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

86

11.10 Site transport. 11.10.1 The Contractor shall ensure that all site vehicles are regularly maintained and kept in a safe

condition with fully working brakes, lights, exhaust, windscreen windows and doors, etc. All vehicles should have valid PUC.

11.10.2 Each vehicle, piece of plant or machinery shall be uniquely and clearly identified and registered

for maintenance purposes. 11.10.3 When instructed by the Employer or the Engineer, the Contractor will remove any vehicle from

the site that is not up to the required standards. The Contractor will remove from the Site immediately any vehicle that is beyond repair. The Site shall not be used as a scrap yard.

11.10.4 The Contractor will remove from the Site immediately any vehicle that is beyond repair. The Site

shall not be used as a scrap yard.

11.11 Driving/operator’s licenses

11.11.1 Drivers of vehicles and operators of the Contractor’s equipment shall hold the necessary license group for the vehicle or plant they are driving/operating. Where no such license group exists, drivers/operators shall have an equivalent group and undertake training in the vehicle/plant given by the contractor’s plant department. Records of the training given are to be retained.

11.12 Personal protective equipment (PPE)

11.12.1 The Contractor shall make available on site at all times adequate provision of safety equipment including, but not limited to, safety helmets, goggles, ear protectors, safety belts, respiratory protection, fire extinguishers, first aid equipment and other necessary safety equipment.

11.12.2 The Contractor shall ensure that safety footwear and safety helmets are worn at all times by all

persons on site. 11.12.3 High visibility vests shall be worn at all times when working in the vicinity of Railway Tracks.

11.13 Temporary electricity

11.13.1 Switchbox/ distribution box construction shall be robust, corrosion proof, waterproof and to be of coated metal and shall be mounted on an integral frame at least 1000mm off the ground. Incoming cables shall be secured by a waterproof gland.

Temporary electrical Site installation and distribution system shall be in accordance with: :

(i) Indian Electrical Regulations; (ii) The Power Companies Supply Rules; (iii) Electricity and its subsidiary Regulations; (iv) IEE Wiring Regulations (16th Edition); (v) BS 7375 Distribution of Electricity on Construction and Building Sites; (vi) BS 4363 Distribution Assemblies for Electricity Suppliers for Construction and Building Site; and (vii) Any other applicable national standards.

11.14 Housekeeping

11.14.1 The Contractor shall clean the site area on daily basis and maintain it in a safe, tidy and sanitary

condition.

Page 87: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

87

11.14.2 Sufficient waste bins are to be provided throughout the area of work and a daily disposal regime is to be established and implemented.

11.14.3 The Contractor should ensure that decanting of petroleum products is carried out by adopting

appropriate methods so as to avoid their spillages on the ground. 12 Environmental Protection requirements 12.1 The Contractor shall comply with the EMP as per Appendix-2 . In case contractor does not take

suitable measures for implementation of EMP, same shall be done by employer at the cost chargeable to contractor.

13. Photographs and Videos 13.1 Colour progress photographs showing the progress of the works shall be taken by the Contractor,

Photographs shall be taken by the contractor once every month and at other times instructed by the Employer or the Engineer. Apart from hard copies, digital photographs on CD shall also be provided.

13.2 Cost of all the above activities shall be borne by the contractor and shall be deemed to have been

included in the overall cost quoted by him.

Page 88: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

88

Appendix- I

Mumbai Railway Vikas Corporation Ltd.

Monthly Progress Report

For the month----------- Name of the Work: ------------------

Contract Agreement No. ------------------ Agency -----------------

Page 89: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

89

Contents 1 Contract snapshot

2 Schematic Diagram

3 Monthly Highlights

4 Bar charts and Cash flow curve

5 Work done details

6 Payment details

7 Extra items details

8 Quality tests

9 Stores

10 Organizational set up

11 Staff/Labour

12 Machinery & Equipment

13 Correspondence details

14 Photographs

Page 90: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

90

Contract Snapshot Name of work -

CA no. -

CA value -

Date of issue of Acceptance letter -

Date of issue of Notice to Proceed -

Completion Period -

Stipulated date of completion -

Activities A 1 Brief scope- - A 2 ------ -

---- ------ - Extensions, if any -

------------------------------------------------------------------------------------------------------------

Schematic Diagram Provide schematic sketches of location, scope of work & progress in different colour legends. ------------------------------------------------------------------------------------------------------------

Monthly Highlights

Indicate main activities such as special achievements / events during the month, assistance required etc in a tabular form. ------------------------------------------------------------------------------------------------------------

Bar Charts & Cash flow curve 1) Provide programme of work in the form of a Gantt chart indicating planning & progress. 2) Provide additional micro charts wherever required. 3) Provide a cash flow curve indicating planned vis-à-vis targeted cash flow. Cash flow should be in accordance

with the expenditure on work planned as per Bar chart. -----------------------------------------------------------------------------------------------------------

Page 91: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

91

Work done details Sr. No./ Bar chart activity no.

Item Scope of work

Progress Date of completion Remarks Upto last month (-‘07)

During the month (-‘07)

Cumulative Upto date

As per Bar chart

Likely as per current progress

-----------------------------------------------------------------------------------------------------------

Payments Details

Bill No. Bill raised by contractor Payment recorded Remarks

Date Amt Date Amt

Mobilisation/secured Advance details Sr No. Advance

withdrawn BG no. and

validity Date of payment

Amt recovered during the

month.

Cum Amt recovered

Remarks

-----------------------------------------------------------------------------------------------------------

Extra Items Details S. No.

Description Approx rate

Qty Approx. cost

Date advised/ Pending since

Status of sanction

Remarks

---------------------------------------------------------------------------------------------------------------------------------------------

Page 92: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

92

Quality Tests

Sr. No.

Type of test Nos. of Tests during the month

Total upto date

Nos. of Tests failed

Remarks

-----------------------------------------------------------------------------------------------------------

Stores Sr. No.

Item Total Rqmt

Qty received upto last month

Qty received during

Upto date Qty Received

Qty consumed during the months

Qty balance

Remarks

1. Cement 2. HYSD --- -----------------------------------------------------------------------------------------------------------

Organisation Setup Provide an organisation chart of the management upto supervisor level working on Project -----------------------------------------------------------------------------------------------------------

Staff/Labour S No. Type of staff/labour Mandays during the month Cum mandays Remark ----------------------------------------------------------------------------------------------------------

Machineries & Equipment

S No.

Type of machinery/ equipment

Owned or hired Hours/days during the month

Cum Hours/days

Remarks

Provide only for major machinery/equipment. -----------------------------------------------------------------------------------------------------------

Page 93: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

93

Correspondence Details

Sr. No.

From/to Letter No. & Date

Subject Contents in Brief

Action taken Remark

-----------------------------------------------------------------------------------------------------------

Photographs Provide recent dated photographs. Also submit a CD of photographs and video with progress report. -----------------------------------------------------------------------------------------------------------

Page 94: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

94

Environmental Management Plan

Environmental Issue Mitigation Measure Location / Chainage

Responsibility Supervision Frequency

Performance Indicator

Appendix 2

Implementation Supervision

Construction Phase Air Quality

All equipments/vehicles should be kept in good state of repairs

At all project sites. Contractor Employer / Engineer

Quarterly Equipment maintenance records

Enclosing construction areas by warning tapes, barricades.

At construction sites wherever practicable.

Contractor Employer / Engineer

Monthly Visual inspection

All vehicles should have valid PUC, a copy of which should be available for inspection

At all project sites wherever applicable

Contractor Employer / Engineer

Quarterly Record book

Vehicles carrying loose earth/ sand etc through habited area and filling to create dust/ spill should be removed. Dusty approach road causing nuisance & unhygienic condition in station area will be sprinkled with water

At all project sites wherever applicable

Contractor Employer / Engineer

Weekly Visual inspection

Noise

Damaged silencers to be promptly replaced by the contractor.

At all construction sites Contractor Employer / Engineer

Quarterly Record book

It should be ensured by the contractor that work generating high noise is done preferably during day hours (especially during dismantling work near habited areas.

At all construction sites.

Contractor Employer / Engineer

During the progress of dismantling work.

--

Soil/Land Earth, sand and stones shall be sourced from only pre – approved and licensed quarries

At all construction sites.

Contractor Employer / Engineer

For Every quarry

Record of licence

Page 95: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

95

Environmental Issue Mitigation Measure Location /

Chainage Responsibility Supervision

Frequency Performance

Indicator

Implementation Supervision Health and hygiene

Temporary living accommodation if provided by the contractor should have ancillary facilities such as toilet blocks, potable water supply, canteen, etc. for labour as per the standards set by various acts (Labor Act 1951, Contract labour Act 1970, Railway Guidelines )

Wherever the labour camps are to be sited

Contractor Employer / Engineer

Quarterly Labour records

On completion of the works, all temporary structures shall be cleared away along with all wastes. All excreta and other disposal pits should be filled in and effectively sealed. The site should be left clean & tidy

At all the construction sites throughout the project corridor

Contractor Employer / Engineer

Once after completion of the work

Visual inspection.

Safety and Traffic control

The contractor should make all his staff aware about the safety regulations while working in open line, railway tracks/ Line OHE’s, etc.

At all the project activity sites

Contractor Employer / Engineer

Once at the beginning of the project work/change of manpower

Certificate by Engineer.

The contractor shall take all necessary measures for the safety of the existing train traffic during construction and provide, erect and maintain such barricades, including signs, tapes, markings, flags, lights and flagmen, as may be required/suggested by the engineer for the information and protection of users & passengers.

At all the project activity sites

Contractor Employer / Engineer

Daily Record of accidents

The accident-hazard area should be properly demarcated

At all the construction sites

Contractor Employer / Engineer

Weekly Visual inspection.

Page 96: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

96

Environmental Issue Mitigation Measure Location /

Chainage Responsibility Supervision

Frequency Performance

Indicator

Implementation Supervision

Safety and Traffic control

Safety and hazard posters and signs should be clearly displayed at locations such as platform works, and at stations, etc.

At all the project activity sites

Contractor Employer / Engineer

Quarterly Visual inspection.

The contractor shall supply all necessary safety appliances such as safety goggles, helmets, safety belts, earplugs (wherever applicable), masks etc. to the worker and staff

At all construction sites

Contractor Employer / Engineer

Quarterly Inspection

Adequate precautions shall be taken to prevent danger from electrical equipment. All machines /equipment used should be regularly inspected by the engineer for compliance with relevant Indian Standards (IS) codes and a record for the same should be maintained

At all the project activity sites

Contractor Employer / Engineer

Quarterly Equipment inspection records

A readily available First Aid Kit including an adequate supply of sterilized dressing material and appliances should be made always available as per the requirements under the various acts (such as Factory Act 1948, labour Act 1951, Railway Guidelines )

At all the project activity sites

Contractor Employer / Engineer

Quarterly Inspection

Safety gloves and helmets to be used by the worker handling the steel materials

At steel unloading and erection sites

Contractor Engineer/ Employer

At the time of unloading of steel materials

Inspection

Page 97: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

97

Section 5

PART –II EMPLOYER’S REQUIREMENTS

PARTICULAR SPECIFICATIONS

TABLE OF CONTENTS

Sr. Description Page No. No.

A. Technical Requirements – Civil Engineering Works 99-155

B Technical Requirements – Electrical Engineering Works 156-173

Page 98: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

98

TABLE OF CONTENTS

Description Page No.

1 General

99

2 Technical Requirements

100

3 Concrete

101

4 Formwork

107

5 Field Laboratory

110

6 Cement

110

7 Storage of Materials

111

8 Fine Aggregate (Sand)

111

9 Course Aggregate

111

10 Water

112

11 Reinforcement steel

112

12 Structural steel work

114

13 Method of Calculation of structural steel work

115

14 Erection of structural steel work

115

15 Rubble / stone soling

116

16 Water proofing

116

17 Painting

116

18 FRP Doors

119

19 Kota / Kuddapah Stone flooring

119

20 G.I. Pipes

119

21

22

Porta Cabins Item wise specifications

120

121

Page 99: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

99

Technical Requirements – Civil Engineering Works

1. General

1.1 Scope of Work The brief scope of work is detailed in contract data.

1.2.0 Site Clearance ( Site clearance includes, but not limited to the following. )

(i) Only such methods, tools and equipments as are approved by the Engineer and which will not affect the

property to be preserved shall be adopted for the work. (ii) All trees within the premises shall be cut and disposed off by the contractor at his cost. The cut tree and

branches shall be taken away by the contractor. Contractor will co-ordinate with MCGM in getting approval for cutting of trees. However, necessary charges for permission shall be paid by MRVC. Also, all other vegetation such as roots, under-growth, grass and other deleterious matter shall be cleared of site.

(iii) All excavations below the general ground level arising out of the removal of trees, stumps, etc., shall be

filled with suitable materials and compacted thoroughly so as to make the surface at these points conform to the surrounding area.

(iv) All products of clearing and grubbing, which, in the opinion of the Engineer, cannot be used or auctioned,

shall be cleared away from the site by the contractor in a manner as directed by the Engineer. Care shall be taken to see that unsuitable waste materials are disposed off in such a manner that there is no likelihood of these getting mixed up with the materials meant for backfilling and they are disposed off to suitable site to be selected by contractor which does not have adverse effect on the environment. The disposal site shall be got approved from concerned local authority and Engineer.

(iv) Preliminary works include setting out and maintenance of permanent bench marks reference points, center

line of structures etc. It shall also include making adjustment in the layout, if required, as per site conditions and as directed by the Engineer.

(v) Clearing of site (to the satisfaction of the Engineer) after completion of entire work and handing over the

same to the employer.

(vi) Maintenance of all works during construction till handing over to the employer.

(vii) Protection and maintenance of existing services.

(viii) Providing adequate barricading and other safety measures as directed by the Engineer at all required locations.

(ix) Repair/re-construction/making good damaged roads, service lines, storm water drains, water supply lines,

sewer lines, electric cables, telephone cables, etc. and other structures/property affected by any action/inaction and activities of the contractor in the opinion of the Engineer which shall be final and binding. Such repair/re-construction/making good the jobs shall be done as per direction of the Engineer. Also services like water supply lines, sewer lines, storm water drains, electricity lines, telephone lines over head and under ground cables/structure, if any, falling in the alignment of the work, (which are required to be removed or shifted or to be buried in concrete in the opinion of the Engineer.) shall be protected as instructed by the Engineer.

Page 100: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

100

(x) All ancillary and incidental facilities required for execution of the work e.g. labour camps, stores, offices for contractors, testing laboratory, work shop facilities, watch and ward, temporary structure, protection work during execution.

(xi) Pumping and baling out water in suitable manner as directed by Engineer. Temporary diversion of the

existing path of drainage, if required.

(xii) There is no separate payment of site clearance and other above maintained works and the same should be considered incidental to the other items in BOQ. However, the cost of relocation of utilities in item shall be borne by the employer.

2. Technical Requirements

2.1. Technical Specification

The technical specification for the various activities involved in the work shall generally conform to IRS Specifications, Indian Railways Concrete Bridge Code & other national BIS codes which are not reproduced here. It is presumed that all bidders have read, understood and accepted the above specifications while filling their offers.

2.2. Codal Provision 2.2.1 Indian Railway Manuals (latest editions with all correction slips)

1. Indian Railways Schedule of Standard dimensions.

2. Indian Railways Works Manual 2000

3. Central Railway specifications for material and works

The execution of work shall conform to the latest amended versions of the following codes. 2.2.2 IS Codes and Specifications

Sr. No. BIS Code No. Title 1 BIS-383: 1970 Specification for Course and fine aggregate from natural

source 2 BIS-432 Code of practice for mild steel and medium tensile steel bars. 3 BIS-456: 2000 Plain and Reinforced concrete- Code of practice. 4 BIS -516: 1959 Method of test for strength of concrete. 5 BIS-702 Industrial Bitumen 6 BI-:800 Specification for fabrication of steel structure 7 IS - 814 Part I &

II Electrodes for metal arc welding of Structural Steel.

8 BIS - 816 Code of practice for use of metal arc welding for general construction in mild steel

9 BIS-875: 1987 Part-I to Part-V

Code of practice for design loads (other than earthquake) for buildings and structures

10 BIS-1199: 1959 Methods of sampling and analysis of concrete. 11 BIS-1786: 1985 High Strength Deformed steel bar and wires for concrete

reinforcement 12 BIS-1893: 1984 Criteria for earthquake resistant design of structure 13 BIS-2062: 2002 Specification for structural steel section 14 BIS-2502: 1963 Code of practice for bending and fixing of bars for concrete

reinforcement. 15 BIS-2506: 1985 General requirements for concrete vibrators, Screed board

type. 16 BIS-2514: 1963 Specification for concrete vibrating tables. 17 BIS-8112:1989 Specification for 43 grade Ordinary Portland Cement 18 BIS-10262: 1982 Recommended guidelines for concrete mixed design. 19 BIS-12269:1987 Specification for 53 grade Ordinary Portland Cement

Page 101: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

101

(Note: - This is not an exhaustive list & if required, other codes & specification shall be used as decided by Engineer.)

3. Concrete

i. Minimum cement content & water cement ratio shall be as specified in the item of work or as per IS 456-2000 which is more. The cement content shall not exceed 500 kg/cum.

ii. The total chloride content of all constituents of concrete as a percentage of cement in mix shall not exceed

0.06% (as Cl) for PSC members and 0.15% of RCC members.

iii. Sulphate soluble (as SO3) shall not exceed 4% by weight of cement in the concrete.

iv. Permeability test. The concrete should pass the following test if it is properly compacted and is not considered permeable. a) Prepare a cylindrical test specimen 150mm dia and 160mm high. b) After 28 days of curing, the test specimen is fitted in a machine such that the specimen can be placed in

water under a pressure up to 7 bars. c) At first a pressure of one bar is applied for 48 hours, followed by 3 bars for 24 hours and 7 bars for next 24

hours d) After the passage of the above period, the specimen is taken out and spilt in the middle by compression

applied on two round bars on opposite sides above and below. e) The water penetration in the broken core is to be measured with a scale and the depth of penetration

assessed in mm (max. permissible limit 25mm) 3.1 Design Mix

1. For all items of concrete only design mix shall be used. Prior to the start of construction, the Contractor shall design the mix and submit to the Engineer for approval, the proportions of materials, including admixtures to be used. Water-reducing admixtures (including plasticisers or super-plasticisers) may be used at the Contractor’s option, subject to the approval of the Engineer.

2. Requirements of Consistency The mix shall have the desired consistency which will allow proper placement and consolidation in the

required position. Every attempt shall be made to obtain uniform consistency. The optimum consistency for various types of structures shall be as indicated in Table 1 or as directed by

the Engineer. The slump of concrete shall be checked as per IS:516. Table 1

Sr No. Type Slump (mm) 1 RCC structures with widely spaced reinforcement;e.g.

solid columns, piers, abutments, footings etc. 40 – 50

2 RCC structures with fair degree of congestion of reinforcement; e.g. pier and abutment caps.

50 – 75

3.2 Requirements for Design Mixes 3.2.1 Trial mixes: (for strength)

Page 102: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

102

The Contractor is entirely responsible for the design of the concrete mixes. The design is however to be approved by the Engineer. At least 8 weeks before commencing any concreting in the works, the contractor shall make trial mixes using samples of coarse aggregates, sand, water, super plasticiser and cement, typical of those to be used in the works, and which have been tested in an approved laboratory. A clean dry mixer shall be used and the first batch discarded.

The cement content for different grades of concrete and the required average strength at 28 days for which

the mixes shall be designed shall be as per concrete bridge codes and relevant IS code.

Note: Use of approved super plasticiser for plain cement concrete and reinforced / cast-in-situ cement concrete is mandatory at Contractor’s cost.

The concrete mixes shall be designed on the basis of required strength, desired workability, the maximum

size of aggregate and also the various grades of cement as specified in IS:10262-1982, clause 3.1-1. Accordingly, the required cement content shall be ascertained. The Contractor may be allowed to use either approved super plasticizer or increase cement content to achieve the required strengths at his own request.

For each grade a total of 18 cubes shall be made. Of these 18 cubes, not more than 6 may be made on any

day and further, of the 6 cubes made in one day not more than 2 cubes may be made from any single batch. 9 of these cubes each representing a different batch of concrete shall be tested at the age of 7 days and the remaining 9 cubes shall be tested at the age of 28 days. The making of cubes, their curing, storing, transporting & testing shall be in accordance with Indian Standards IS:516. The test shall be carried out in a laboratory approved by the Engineer.

If the average strength of the concrete cubes falls below the required target mean strength (fck) fresh

preliminary mixes for the grade shall be made as before, until the trial mixes yield cubes of compressive strength at 28 days greater than the required average target mean strength (fck) at that age.

Whenever there is significant change in the quality of any of the ingredients for concrete, the Engineer may

at his discretion order to carry out of fresh trial mixes. All costs for trial mixes & tests shall be to the Contractors account and held to be included in the contract rates.

Before commencing the work, the Contractor shall submit to the Engineer for approval full details of the

preliminary trial mixes and tests. When the proportions of a concrete mix have been approved by the Engineer, the Contractor shall not vary

the quality or source of the materials or the mix without the written approval of the Engineer. 3.3 Size of Coarse Aggregate The size (maximum nominal) of coarse aggregates for concrete to be used in various components shall be

given as Table

Table Components Max. Nominal size of coarse aggregate

RCC & PCC work 20

The proportions of various individual size of aggregates shall be so adjusted that the grading produces densest mix and the grading curve corresponds to the maximum nominal size adopted for the concrete mix.

3.4 Mixing Concrete Concrete shall be mixed either in a concrete mixer or in a batching and mixing plant. Hand mixing shall

not be permitted. The mixer or the plant shall be at an approved location considering the properties of the mixes and the transportation arrangements available with the Contractor. The mixer or the plant shall be approved by the Engineer.

Page 103: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

103

Mixing shall be continued till materials are uniformly distributed and a uniform colour of the entire mass is obtained, and each individual particle of the coarse aggregate shows complete coating of mortar containing its proportionate amount of cement.

Mixer which have been out of use for more than 30 minutes shall be thoroughly cleaned before putting in a

new batch. Unless otherwise agreed to by the Engineer, the first batch of concrete from the mixer shall contain only two thirds of the normal quantity of coarse aggregate. Mixing plant shall be thoroughly cleaned before changing from one type of mix to another.

3.5 Transporting, Placing and Compaction of concrete The method of transporting and placing concrete shall be approved by the Engineer. Concrete shall be

transported and placed as near as practicable to its final position, so that no contamination, segregation or loss of its constituent materials takes place. Concrete shall not be freely dropped into place from a height exceeding 1.5 metres.

When concrete is conveyed by chute, the plant shall be of such size and design as to ensure practically

continuous flow. Slope of the chute shall be so adjusted that the concrete flows without the use of excessive quantity of water and without any segregation of its ingredients. The delivery end of the chute shall be as close as possible to the point of deposit. The chute shall be thoroughly flushed with water before and after each working period and the water used for this purpose shall be discharged outside the formwork. All formwork and reinforcement contained in it shall be cleaned and made free from standing water, dust etc. immediately before placing of concrete.

No concrete shall be placed in any part of the structure until the approval of the Engineer has been

obtained. If concreting is not started within 24 hours of the approval being given, it shall have to be obtained again

from the Engineer. Concreting then shall proceed continuously over the area between the construction joints. Fresh concrete shall not be placed against concrete which has been in position for more than 30 minutes unless a proper construction joint is formed.

Except where otherwise agreed to by the Engineer, concrete shall be deposited in horizontal layers to a

compacted depth of not more than 450mm. Concrete when deposited shall have a temperature of not less than 5 degrees Celsius, and not more than 40

degrees Celsius. It shall be compacted in its final position within 30 minutes of its discharge from the mixer, unless carried in properly designed agitators, operating continuously, when this time shall be within 1 hour of the addition of cement to the mix and within 30 minutes of its discharge from the agitator. It may be necessary to add retarding admixtures to concrete if trials show that the periods indicated above are unacceptable. In all such matters, the Engineer’s decision shall be final.

Concrete shall be thoroughly compacted by vibration or other means during placing and worked around the

reinforcement, tendons or duct formers, embedded fixtures and into corners of the formwork to produce a dense homogeneous void-free mass having the required surface finish. When vibrators are used, vibration shall be done continuously during the placing of each batch of concrete until the expulsion of air has practically ceased and in a manner that does not promote segregation. Over vibration shall be avoided to minimize the risk of forming a weak surface layer. When external vibrators are used, the design of formwork and deposition of vibrator shall be such as to ensure efficient compaction and to avoid surface blemishes. Vibrations shall not be applied through reinforcement and where vibrators of immersion type are used, contact with reinforcement and all inserts like ducts etc., shall be avoided. The internal vibrators shall be inserted in an orderly manner and the distance between insertions should be about one and half times the radius of the area visibly affected by vibration. Additional vibrators in serviceable condition shall be kept at site so that they can be used in the event of breakdowns.

Mechanical vibrators used shall comply with IS:2502, IS:2506, IS:2514 and IS:4656. 3.6 Construction Joints

Page 104: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

104

The entire PSC hollow slabs and end beams shall be pre-cast in one pour of concrete without any cold joints or construction joints. Construction joints shall be avoided as far as possible and in no case the locations of such joints shall be changed or increased from those shown on the drawings, except with express approval of the Engineer. The joints shall be provided in a direction perpendicular to the member axis. Sequencing of concrete placement should be organized in such a way that cold joints are totally eliminated. The sequence of concreting shall be submitted for approval of the Engineer/Consultant to concreting of the structural element.

All construction joints, if any provided, shall be treated with epoxy compound after preparing the surface

with V-notch, cleaning etc. complete to the satisfaction of the Engineer. 3.7 Under Water Concreting All concreting shall be done under dry conditions & no concreting under water conditions shall be done. 3.8 Protection and Curing Concreting operations shall not commence until adequate arrangements for concrete curing have been

made by the Contractor. Curing and protection of concrete shall start immediately after compaction of the concrete to protect it

from:

a) Premature drying out particularly by solar radiation and wind b) High internal thermal gradients c) Leaching out by rain and flowing water d) Rapid cooling during the first few days after placing e) Low temperature f) Vibration and impact which may disrupt the concrete and interfere with its bond to the reinforcement.

Where members are of considerable size and length, with high cement content, accelerated curing methods

may be applied, as approved by the Engineer. 3.9 Water Curing Water for curing shall be as specified suitable for concreting. Sea water shall not be used for curing. Exposed surface of concrete shall be kept continuously in a damp or wet condition by ponding or by

covering with a layer of sacks, canvas, hessian or similar materials and shall be kept constantly wet for a period of not less than 14 days from the date of placing of concrete.

3.10 Curing compound Curing compounds shall normally not be used. If proposed to be used, they can be permitted at selected

locations, at the directive of the Engineer. 3.11 Finishing Immediately after removal of forms, exposed bars or bolts, if any, shall be cut inside the concrete member

to a depth of at least 50mm below the surface of the concrete and the resulting holes filled with cement mortar of dry pack consistency.

All construction and expansion joints in the completed work shall be left carefully tooled and free from any

mortar and concrete. Expansion joint filler shall be left exposed for its full length with clean and true edges.

The finished surfaces of concrete after removal of formwork should be such that no touching up is

required. All fins caused by form joints, if any, shall be ground using electric surface grinder.

Page 105: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

105

Immediately on removal of forms, the concrete work shall be examined by the Engineer before any defects are made good. a) The work that has sagged or contains honeycombing to and extent detrimental to structural safety or

architectural appearance shall be rejected.

b) Surface defect of a minor nature may be accepted. On acceptance of such work by the Engineer, the same shall be rectified as directed by the Engineer.

3.12 Tests and Standards of Acceptance 3.12.1 Concrete shall conform to the surface finish and tolerance as prescribed in these specifications for

respective components. 3.12.2 Random sampling and lot by lot of acceptance inspection shall be made for the 28 days cube strength of

concrete. 3.12.3 Concrete under acceptance shall be notionally divided into lots for the purpose of sampling, before

commencement of work. The delimitation of lots shall be determined by the following:

i. No individual lot shall be more than 30cu.m in volume. ii. At least one cube forming an item of the sample representing the lot shall be taken from concrete of the

same grade and mix proportions cast on any day. iii. Different grades of mixes of concrete shall be divided into separate lots. iv. Concrete of a lot shall be used in the same identifiable component of the bridge.

3.13 Sampling and Testing

1. Concrete for making 3 test cubes shall be taken from a batch of concrete at point of delivery into construction, according to procedure laid down in IS:1199

2. A random sampling procedure to ensure that each of the concrete batches forming the lot under acceptance

inspection has equal chance of being chosen for taking cubes shall be adopted. 3. 150mm cubes shall be made, cured and tested at the age of 7/28 days for compressive strength in

accordance with IS:516. The 28 days test strength result for each cube shall form an item of the sample. 4. Frequency of testing for permeability: 2 sets of 3 sample for per unit/slab.

3.14 Test Specimen and Sample Strength: Three test specimens shall be made from each sample for testing at 28 days. Additional cubes may be

required for various purposes such as to determine the strength of concrete at 7 days for any other purpose. The test strength of the sample shall be the average of the strength of 3 cubes. The individual variation

should not be more than +15 percent of average. 3.15 Frequency

The minimum frequency of sampling of concrete of each grade shall be in accordance with Table 4.

Quantity of concrete work (Cu.m) No.of samples 1-5 1 6-15 2 16-30 3 31-50 4 51 and above 4 plus one additional sample for each

additional 50cum or part thereof.

At least one sample shall be taken from each shift of work.

Page 106: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

106

3.16 Acceptance Criteria

1 The strength requirement of any particular grade of concrete will be considered satisfactory if the 28 days compressive strengths of individual sets (each set consists of 3 cubes) and of individual cubes satisfy the following requirements:

i For the first five sets a) The average strength determined from any group of the three consecutive test cubes exceeds the specified

characteristic strength (f’ck) by not less than 0.8 times the current margin. b) Only one individual cube test result in any set may fall below the specified characteristic strength (f’ck)

provided that this value is not less than 95% of the specified characteristic strength (f’ck). ii. Thereafter, provided that the average strength of any fifteen consecutive cubes exceeds the specified

characteristic cube strength by at least 0.9 times the current margin all the subsequent test result may be considered acceptable if.

a) The average strength as determined from any group of three consecutive test cubes exceeds the specified

characteristic strength (f’ck) by not less than 0.6 times the current margin. b) Only one individual cube test result in any set may fall below the specified characteristic strength provided

that this value is not less than 90% of the specified characteristic strength. 2. Whenever a mix is redesigned due to change in the quality of aggregate or cement or any other reason, it

shall be considered a new mix and initially subject to the acceptability criteria above. 3. If the concrete produced at site does not satisfy the above strength requirements, the Engineer will reserve

the right to require the Contractor to improve the methods of batching, the quality of the ingredients and redesign the mix with increased cement content, if necessary. The Contractor shall not be entitled to claim any extra cost for the extra cement used for the modifications stipulated by the Engineer for fulfilling the strength requirements specified.

4. It is the complete responsibility of the Contractor to design the concrete mixes by approved standard

methods and to produce the reinforced concrete conforming to the specification and the strength requirements approved by the Engineer/Consultants. It is expected that the Contractor will have competent staff to carry out this work.

5. As frequently as the Engineer may require, testing shall be carried out in the field for: a) Moisture content and absorption and density of sand and aggregate. b) Silt content of sand. c) Grading of sand and aggregate. d) Slump test of concrete. e) Concrete cube test. f) Permeability test for concrete as per DIN 1048 (Part-I) g) Density and PH value of Plasticizer. The Contractor shall provide and maintain on site at all times, until the works are completed, equipment

and staff required for carrying out these tests. The Contractor shall grant the Engineer or his representative full access to his laboratory at all times and shall produce on demand complete records of all tests carried out on site. Before concreting commences on any section of the works the Contractor shall obtain approval of the Engineer or his representative as regards the formworks and reinforcements conforming with the drawings. He shall also indicate to the Engineer in writing and obtain his approval for positions of construction joints.

3.17 Cracks

Page 107: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

107

i. If cracks develop in concrete construction, which in the opinion of the Engineer may be detrimental to the strength of the construction. The Contractor shall dismantle the construction, carry away the debris, replace the construction and carry out consequential work thereto.

ii. If any cracks develop in the concrete, which in the opinion of the Engineer, are not detrimental to the

stability of the construction, the Contractor at his own expenses shall grout the cracks with polymer cement grout of approved quality and also at his own expense and risk shall make good to the satisfaction of the Engineer, which in the opinion of the Engineer has suffered damage either in appearance or stability owing to such cracks. The Engineer’s decision as to the extent of the liability of the Contractor in the above matter shall be final and binding.

3.18 Defective Concrete

Should any concrete be found honeycombed or in any way defective which may be suspected to affect the performance of the structure, shall be rejected outright. However, some surface defects like minor honey combing etc. not affecting the structural properties shall on the instruction of the Engineer repaired as per the approved procedure.

3.19 Tolerance in Concrete Elements

a. Open Foundation

i. Variation in dimensions : +50mm,-10mm ii. Misplacement from specified position in : +15mm

plan

b. Substructure

i. Variation in cross-sectional dimensions : +10mm,-5mm ii. Misplacement from specified position in plan: +10mm

iii. Variation from plumb over full height : +10mm

3.20 Equipment Unless specified otherwise, equipment for production, transportation and compaction of concrete shall be

as per site requirement so as to complete the work within completion period. 3.21 Measurement for Payment Structural concrete shall be measured in cubic metres. In reinforced concrete, the volume occupied by

reinforcement shall not be deducted. Payment shall be made based on the dimensions as per the drawing if the structure is within prescribed tolerance.

Contractor may use ready mix concrete if permitted by Engineer-in-charge. Nothing extra shall be payable on this account.

4. Formwork 4.1 Description Formwork shall include all temporary or permanent forms required for forming the concrete of the shape,

dimensions and surface finish as shown on the drawing or as directed by the Engineer, together with all props, staging, centering, scaffolding and temporary construction required for their support.

4.2 Materials

Page 108: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

108

All materials shall comply with the drawing/instruction of the Engineer. Materials and components used for formwork shall be examined for damage or excessive deterioration before use and shall be used only if found suitable after necessary repairs. In case of timber formwork, the inspection shall not only cover physical damage but also signs of attacks by decay, rot or insect attack or development of splits.

Forms shall be constructed with metal. The metal used for forms shall be such thickness that they remain

true to shape. All bolts should be countersunk. The use of approved internal steel ties and steel or plastic spacers shall be permitted. Structural steel tubes used as support for forms shall have a minimum wall thickness of 4mm.

4.3 Design of Form Work. 4.3.1 The contractor shall furnish the design and drawing of complete formwork (i.e. the form as well as their

supports) for approval of the Engineer before any erection is taken up. If proprietary systems of formwork are used, the contractor shall furnish detailed information to the Engineer for approval.

4.3.2 The design of the formwork shall conform to provisions of relevant IRC/IS codes. It shall ensure that the

forms can be conveniently removed without disturbing the concrete. The design shall facilitate proper and safe access to all parts of formwork for inspection.

4.3.3 The foundation of all supports shall be designed to suit the bearing capacity of soil to support the designed

loads without settlement. 4.4 Workmanship 4.4.1 The formwork shall be robust and strong and the joints shall be leak-proof. Balli shall not be used as staging. Staging must have cross bracings and diagonal bracings in both

directions. Staging shall be provided with an appropriately designed base plate resting on firm strata. 4.4.2 The number of joints in the formwork shall be kept to a minimum by using large size panels. The design

shall provide for proper “soldiers” to facilitate alignment. All joints shall be leak proof and must be properly sealed. Use of PVC JOINT sealing tapes, foam rubber of PVC T-section is to prevent leakage of grout.

4.4.3 Use of ties shall be restricted, as far as practicable. Wherever ties are used they shall be used with HDPE

sheathing so that the ties can easily be removed. No parts prone to corrosion shall be left projecting or near the surface. The sheathing shall be grouted with cement mortar of the same strength as that of the structure.

4.4.5 Unless otherwise specified, or directed, chamfers or fillets of sizes 25mm x 25 mm shall be provided at all

angles of the formwork to avoid sharp corners. The chamfers, beveled edges and molding shall be made in the formwork itself. Openings for fixtures and other fittings shall be provided in the shuttering as directed by the Engineer.

4.4.6 Shuttering for walls, sloping members and thin sections of considerable height shall be provided with

temporary opening to permit inspection and cleaning out before placing of concrete 4.4.7 If centering trusses or launching trusses of floating cranes are adopted for erection of superstructure, the

joins of the erection system, whether, riveted or bolted should be thoroughly checked periodically, also various members of the erection system should be periodically examined for proper alignment and unintended deformation before proceeding with the concreting They shall also be periodically checked for any deterioration in quality due to steel corrosion

4.4.8 The formwork shall be so made as to produce a finished concrete true to shape, line and levels and

dimensions as shown on the drawings, subjected to the tolerances specified in respective sections of these specifications, or as directed by the Engineer.

Page 109: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

109

4.4.9 Where metal forms are used, all bolts and rivets shall be countersunk and well ground to provide a smooth, plane surface.

4.4.10 Forms shall be made sufficiently rigid by the use of ties and bracings to prevent any displacement or

sagging between supports. They shall be strong enough to withstand all pressure, ramming and vibration during and after placing the concrete. Screw jacks or hard wood wedges, where required, shall be provided to make up any settlement in the formwork either before or during the placing of concrete.

4.4.11 The formwork shall take due account of the calculated amount of positive or negative cambers as to ensure

the final shape of the structures, having regard to the deformation of false work, scaffolding and propping and the instantaneous or deferred deformation due to various causes affecting prestressed structures.

4.4.12 The formwork shall be coated with an approved release agent that will effectively prevent sticking and will

not stain the concrete surface. Lubricating (machine oils) shall be prohibited for use as a coating.

4.4.13 The formwork shall be constructed with precamber to the soffit to allow for deflection of the formwork. 4.5 Formed Surfaces and Finish The formwork shall be lined with material approved by the Engineer so as to provide a smooth finish of

uniform texture and appearance. This material shall leave no stain on the concrete so fixed to its backing as not to impart any blemishes. It shall be of the same type and obtained from only one source throughout for construction of any one structure .The contractor shall make good any imperfections in the resulting finish as required by the Engineer. Internal ties and embedded metal parts shall be carefully detailed and their use subject to the approval of the Engineer.

4.6 Precautions.

i. Special measures in the design of formwork shall be taken to ensure that it does not hinder the shrinkage of

concrete .The soffit of the formwork shall be so designed as to ensure that the formwork does not restrain the shortening and /or hogging of beams during prestressing. The forms may be removed at the earliest opportunity subject to the minimum time for removal of forms with props retained in position.

ii. Provision shall be made for safe access on, to and about the formwork at the levels as required iii. Close watch shall be maintained to check for settlement of formwork during concreting. Any settlement of

formwork during concreting shall be promptly rectified. iv. Water used for curing should not be allowed to stagnate near the base plates supporting the staging and

should be properly drained.

4.7 Preparation of formwork before Concreting The inside surfaces of forms shall, except in the case of permanent formwork or where otherwise agreed to

by the Engineer be coated with a release agent supplied by approved manufacturer of an approved material to prevent adhesion of concrete to the formwork. Release agents shall be applied strictly in accordance with the manufacture’s instructions and shall not be allowed to come into contact with any reinforcement or prestressing tendons and anchorage. Different release agents shall not be used in formwork for exposed concrete.

Before re-use of forms, the following actions shall be taken:

i. The contact surfaces of the forms shall be cleaned carefully and dried before applying a release agent

ii. It should be ensured that the release agent is appropriate to the surface to be coated. The same type and

make of release agent shall be used throughout on similar formwork materials and different types should not be mixed.

iii. The form surfaces shall be evenly and thinly coated with release agent. The vertical surface shall be treated

before horizontal surface and any excess wiped out.

iv. The release agent shall not come in contact with reinforcement or the hardened concrete.

Page 110: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

110

All forms shall be thoroughly cleaned immediately before concreting. The Contractor shall give the engineer due notice before placing any concrete in the forms to permit him to

inspect and approve the formwork, but such inspection shall not relieve the corrector of his responsibility for formwork, men machinery, materials and finish or tolerances of concrete.

4.8 Removal of formwork The scheme for removal of formwork (i.e. de–shuttering and decentering) shall be planned in advance and

furnished to the engineer for scrutiny and approval. No formwork or any part thereof shall be removed without prior approval of the Engineer.

The formwork shall be so removed as not to cause any damage to concrete. Centering shall be gradually

and uniformly lowered in such a manner as to permit the concrete to take stress due to its own weight uniformly and to avoid any shock or vibration.

Where there are re-entrant angles in the concrete sections, the formwork should be removed at these

sections as soon as possible after the concrete has set, in order to avoid cracking due to shrinkage of concrete.

4.9 Measurements for Payment Unless stated otherwise the rate for concrete in Plain Concrete or Reinforced Concrete or Prestressed

Concrete shall be deemed to include all formwork and temporary works required in accordance with this section which shall not be paid separately.

5.0 Field Laboratory 5.1 Scope The work covers the provision and maintenance of an adequately equipped field laboratory as required for

site control on the quality of materials and the works. The lab should be manned, managed & maintained by suitable qualified personnel from the Contractor.

5.2 Description The Contractor shall arrange to provide fully furnished and adequately equipped field laboratory. The field

laboratory shall preferably be located adjacent to the site office of the Engineer and provided with amenities like water supply, electric supply etc.

The laboratory should have space for the installation of equipment, laboratory tables and cupboards,

working space for carrying out various laboratory tests, besides a washbasin and a curing tank for the curing of samples, around 4m x 2m x 1m in size. Wooden/concrete working platform shall be provided against the walls, with adequate storage/furniture.

5.3 Laboratory Equipment The following items of laboratory equipment shall be provided.

5.3.1 For cement and cement concrete

i. Slump testing apparatus 4 set

ii. Compression strength testing machine 1 No. of 100 tonne capacity

iii. Needle Vibrator 1 Nos. iv. Concrete cube moulds 12 Nos. (for each site)

5.3.2 The field laboratory shall also have the following minimum equipment for earthwork as per relevant IS codes-

Page 111: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

111

Sr.No. Items as per IS Code Quantity

1 1000 CC glass cylinder 1.Nos. 2. 50 CC glass cylinder 2 Nos 3. IS sieve set-80mm to 10mm and 4.75mm to 75micron 1 set

Note: The item and their numbers listed above in this Clause shall be finally decided by the Engineer as

per requirements of the Project and modified accordingly. 6.0 Cement

i Ordinary Portland Cement (53grade) conforming to BIS-12269 shall be used for construction and 43 grade conforming to BIS- 8112:1989 for plastering work.

ii C3A content of OPC should be between 5 to 8 percent.

iii Only approved brands of cement, viz. Gujrat Ambuja, Ultratech, ACC, Rajashree, Birla super cement, JK

Laxmi, Vasavdatta, Narmada, Lafarge shall be used. Other brand can be used with Engineer specific approval.

iv Pozzolana Portland Cement (PPC) of reputed brands conforming to IS:1489 shall be permitted as a

substitute of Ordinary Portland Cement (OPC) for plain and reinforced concrete works in general building construction. The mix design shall be revised with PPC and relevant codes of PPC shall be followed during execution. As the rate of development of early strength may be somewhat lower, concrete made with PPC shall require longer curing period and delayed removal of formworks. The brand of PPC cement shall be approved by Engineer. No additional payment on account of above shall be admissible.

7.0 Storage Of Materials 7.1 General

All materials may be stored at proper places so as to prevent their deterioration or intrusion by foreign matter and to ensure their satisfactory quality and fitness for the work. The storage space must also permit easy inspection, removal and restorage of the materials. All such materials even though stored in approved godowns/places, must be subjected to acceptance test prior to their immediate use.

8.0 Fine Aggregates (Sand)

i. Creek sand shall not be used in permanent work

ii. Sand, if found too coarse, shall be suitably blended with finer sand obtained from approved sources to

obtain the desired grading. The provision of two types of sand, their stacking separately and their mixing in the specified proportions shall be at the Contractor’s cost.

The sand shall not contain silt more than a total of 3% by weight and shale, clay and other structurally weak particles a total of 2% by weight, chloride content in washed sand shall not be greater than 0.04% by weight.

iii. The grading of the sand shall conform to IS:2386

The sand shall be screened on a 4.75mm size screen to eliminate over-size particles. The sand shall be washed in screw type mechanical washers in potable water to remove excess silt, clay and chlorides. The screening and washing of sand shall be completed at least one day before using it in concrete. The washed sand shall be stored on a sloping concrete platform and in such a manner as to avoid contamination.

Page 112: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

112

9.0 Coarse Aggregate

i. Coarse aggregate for the works shall be crushed stone conforming to IS:383, obtained from approved sources. Only quarries having jaw crushers with choke feeding arrangement producing aggregates of nearly cubical shape shall be approved.

ii. Coarse aggregate containing flat or flaky pieces or mica shall be rejected.

iii. The aggregates shall be subjected to tests in accordance with IS:2386 as may be ordered by the Engineer

iv. Aggregate shall be stored in such a way as to prevent segregation of sizes and avoid contamination with

fines and other undesirable material. 10.0 Water

i. Creek water shall not be used. Potable water from piped supply of proper quality should be used. ii. The PH value shall not be less than 6.

11.0 REINFORCEMENT STEEL 11.1 GENERAL DESCRIPTION

11.1.1 This section covers the requirements for providing, fabricating, delivering and placing of steel reinforcement for all types of concrete work.

11.1.2. APPLICABLE CODES AND STANDARDS

IS : 432 - PART I MILD STEEL AND MEDIUM TENSILE STEEL BARS.

PART II HARD DRAWN STEEL WIRE. IS : 814 - PARTS I & II ELECTRODES FOR METAL ARC WELDING OF

STRUCTURAL STEEL. IS : 816 - CODE OF PRACTICE FOR USE OF METAL ARC WELDING FOR

GENERAL CONSTRUCTION IN MILD STEEL

IS : 1786-1985

- SPECIFICATION FOR HIGH STRENGTH DEFORMED STEEL BARS AND WIRES FOR CONCRETE REINFORCEMENT.

IS : 2502 - CODE OF PRACTICE FOR BENDING AND FIXING OF BARS FOR CONCRETE REINFORCEMENT.

11.2 SUBMITTALS

11.2.1 MATERIAL REPORT

Prior to start of delivery of reinforcement steel required, the contractor shall submit the following to the Engineer for review:

a) Certified copies of mill test reports including chemical analysis and physical properties as required by the applicable Indian standards for each consignment of steel.

b) Where such mill certificates are not available or if the Engineer feels to substantiate conformance of the

mill test reports, the contractor shall employ an approved testing laboratory to perform the required tests and chemical analysis at his own cost.

11.2.2 BAR BENDING SCHEDULE

Before commencement of fabrication of any steel reinforcement, the contractor shall submit the bar bending schedule to the Engineer for his approval.

11.3 MATERIALS

Page 113: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

113

11.3.1 STEEL REINFORCEMENT

(a) Steel reinforcement used shall be either of the following types as per item of BOQ. (i) Mild steel of grade 1 tested quality conforming to IS:432 - Part I (ii) High strength deformed steel cold twisted bars of tested quality conforming to IS:1786.

(b) Reinforcement steel shall be procured from primary manufacturer only such as SAIL, TISCO, Rashtriya Ispat Nigam LTD, Essar, Jindal. Other equivalent brand can be used only with Engineer’s specific approval.

11.3.2 BINDING WIRE:

Binding wire shall be GI wire of 1.6 mm dia. 11.4. STORAGE

I. Reinforcement steel shall be handled and stored in a manner that bending or distortion of the bars is

avoided and contamination of steel is prevented. II. All reinforcement shall be stored horizontally above ground level on platforms, skids or other approved

supports, clear of any running or standing water. Contact with soil should be avoided. Proper drainage and protection from the elements shall be provided to minimize corrosion. For this purpose, tiered steel benches shall be fabricated using rolled steel angles, tees, flats, channels etc. in an approved manner and placed in such a way that the bars are supported at not more than 2.5m spacing. Stacking of the reinforcement bars shall be done dia wise stack as per direction of Engineer.

III. Bars of different classification and diameters shall be stored separately. IV. A record shall be kept of the batch numbers of reinforcement deliveries in such a form that the part of the

works in which particular reinforcement is used can be readily identified. V. Welding electrodes shall be stored in moisture controlled environment in accordance with the

manufacturers' specifications.

11.5 FABRICATION

I. Reinforcement steel shall be carefully and accurately cut, bent or formed to the dimensions and configurations shown on the drawings and bar bending schedules.

II. All reinforcement shall be bent cold using appropriate pin sizes. Bars may be preheated only on approval

of the Engineer. Hot bars shall not be cooled by quenching. Bends shall be in accordance with IS:2502. III. It shall be ensured that the bars are not bent or straightened in any manner that will injure the

material. Any bars incorrectly bent shall be used only if means for straightening and re-bending be such which do not adversely affect the material. Reinforcement shall not be re-bent or straightened without prior review by the Engineer. No reinforcement shall be bent when in position on the works without approval of the Engineer, whether or not it is partially embedded in hardened concrete.

IV. Reinforcement steel having a reduced section, visible transverse cracks in bends, or otherwise

damaged in any way shall not be used. V. Spiral reinforcement shall be accurately fabricated to the diameter and pitch shown on the drawings. One

and one half (11/2) finishing turns shall be provided at both top and bottom unless shown otherwise.

11.6. LAPPING

I. Laps shall be provided away from points of high stress and only at positions shown on the drawings or as agreed to by the Engineer.

Page 114: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

114

II. Not more than 50% of the bars or as specified in the drawings shall be lapped at one section III. Reinforcement bars shall not be welded unless shown on the drawings or instructed by the Engineer.

11.7 PLACEMENT

I. All reinforcement shall be placed accurately and maintained in the position indicated on the drawings. II. The contractor shall provide approved type of supports for maintaining the bars in position and

ensuring required spacing and correct cover of concrete to the reinforcement as called for in the drawings. Precast cement concrete blocks of required shape and size, MS Chairs and spacer bars shall be used in order to ensure accurate positioning of reinforcement. Precast concrete blocks shall be cast well in advance and shall be at least equal in quality to the class of concrete specified in the relevant work.

III. All intersections of the reinforcement shall be securely tied with two strands of binding wire twisted tight

to make the skeleton or network rigid so that the reinforcement is not displaced during placing of concrete.

Tack welding of crossing bars shall not be done except as authorized or directed by the Engineer.

Nothing extra will be paid for tack welding. IV. The contractor shall take all reasonable precautions to ensure that when handling or erecting

reinforcement, no damage shall be done to finished concrete. Bars that are partially embedded in concrete shall not be field bent unless concurrence has been obtained from the Engineer.

V. Walkways and burrow runs for placing and compacting the concrete shall be independent of the

reinforcement. VI. Loose binding wire and other extraneous metal shall be removed from inside the formwork prior to

concrete placing. VIII. Without relieving the contractor of the responsibilities for the correctness thereof, the reinforcement shall

be inspected and approved by the Engineer in writing before any concrete is placed and the contractor shall allow sufficient time for such inspection and any subsequent remedial action to be carried out.

IX. No part of the reinforcement shall be used for conducting electrical currents.

11.8 COVER TO REINFORCEMENT I. Care shall be taken to maintain the correct cover to reinforcement as indicated in the drawings. II. The maximum cover for reinforcement shall not be greater than that shown on the drawings plus 5 mm.

11.8.1. Exposed reinforcement intended for binding with future extensions shall be protected from corrosion as shown in the drawings.

11.9 MEASUREMENT FOR PAYMENT

Reinforcement shall be measured in length for the finished length of bars as per drawing,excluding overlaps except design overlaps. From the length so measured , the weight of reinforcement shall be calculated in tonnes on the basis of standard weights in IS:1732. Wastage, welded joints, stays, hangars and other methods for binding and placing shall not be measured and cost of these items shall be deemed to be included in the rates of reinforcement. Payment shall be made for the finished length of bars as per drawing and design overlaps.

11.10 RATE

The contract unit rate cover the cost of material, fabricating, transporting, storing, bending, placing, binding and fixing in position as shown on the drawings as per these specifications and as directed by the Engineer, including all labor, equipment, supplies, incidentals, sampling, testing and supervision.

Page 115: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

115

The unit rate for coated reinforcement shall be deemed to also include cost of all material, labour, tools and plant, royalty, transportation and expertise required to carry out the work. The rate shall also cover sampling, testing and supervision required for the work.

12.0 Structural Steel Work

The specification for the work involved are given below. The technical specifications, mentioned below, apply to the scope of supplying and fabrication of steel work to be arranged by the Contractor.

i. Material (structural steel section) IS:2062 (latest edition) ii. Bolts (IS:6639)

iii. Nuts (IS:1363) iv. Turn Bolt (IS:1364) v. Washers (IS:2016 & IS:5369)

vi. Welding (IS:816) vii. Fabrication of steel structure (IS:800)

viii. Use of steel tube (IS806-1991) ix. Properties of steel tube (IS:1161-1998)

Steel used in the works shall be primary manufacturer only such as SAIL, TISCO, Rashtriya Ispat Nigam LTD, Essar, Jindal . Other equivalent brand can be used only with Engineer’s specific approval. If test certificates are not available, the materials, shall be tested in Government Test Laboratories or elsewhere as authorized by the Engineer. Testing charges will be born by contractor. All the materials having tolerance outside the rolling tolerance specified in IS:1852 (latest edition) rolling and cutting tolerances for hot rolled steel products as amended from time to time and defective materials shall be rejected.

12.1 Fabrication

Fabrication of steel columns, shed, trusses and other miscellaneous items shall be generally in accordance with IRS Specification for fabrication and erection of steel Girder Bridges & Locomotive Turn Table B1- 2001 (latest edition) except where, herein after modified. Fabrication tolerance shall generally conform to IS:7215-1974 (Tolerance for fabrication of steel structures). Fabrication of the various components of the structure shall be in accordance with approved drawings supplied by the Railway for the fabrication of structure. The dimensional details shall be checked on template floor before manufacture of jigs and if any deviation is required after check, it shall have the approval of the Railways before manufacture of various components is taken up. Fabrication of the structure shall be carried out in conformity with latest practice. Cut edges shall be clean, reasonably square and free from any distortion. Gusset shall be with clean edges obtained by grinding. The buffing surface of the columns with base plate shall be machined. All holes shall be drilled only. All the holes shall be 1.5mm more than the diameter of bolts. Redrilling of holes or oblong holes by reaming shall not be permitted. The holes in the member shall be drilled under unstressed or very low stressed condition. All steel members shall be straight and free from tension before fabrication is commenced and shall be within the tolerances. Wherever required, all steel members before fabrication shall be machine straightened.

13.0 Method of Calculation of Weight of Structural Members

The weight of members to be fabricated and erected will be worked out on the basis of final fabrication design on the basis of the length of different structural steel members and the standard structural weight of the section actually used.

Page 116: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

116

The weight of the bolts, nuts with washers will be paid under the item of supply and fabrication only as per the actual weight of the bolts, nuts and washers etc are included in the item and no separate payment will be done for the same. Contractor shall employ qualified welder for the entire work, provision in IS:817 (latest edition) for code of practice for training and testing of metal arc welding shall be applicable. Electrodes for welding used shall be preferably from Advani-Oerlikan or any other RDSO approved firm and must comply with provision in IS:814 Part I and Part II. Also guide line issued by RDSO through forty second report of assessment of quality of electrodes and gas welding rods use on Indian Railway shall be followed.

14.0 Erection of Structural Steel

The technical specifications mentioned below, apply to the scope of erection of steel work mentioned in the tender schedule and is to be arranged by the Contractor. IRS specification No. B-3-61 Part 3 for general steel structure (other than girder bridges) IRS code of practice for metal arc welding in mild steel bridges carrying rail, rail cum road or pedestrian traffic. The contractor should be submit detail planning of construction scheme and erection of steel structure to the Engineer for approval before commencement of the any activity. IS:816 for General Welding. Items of erecting steel work include supplying temporary bracing including ordinary plates and washers in sufficient numbers, as required for ensuring true and plumb erection and correct alignment. The same will however be taken back by Contractor after the erection job is over. For this, no additional payment is admissible. Erection will be allowed only after providing primer coat of paint.

Painting

After erection of structure, two coats of alluminium paint with one coat of primer, if required is to be provided. The paint shall be from Standard Manufacturer such as Asian Paint, British Paint, Nerolac etc. and shall be approved by the Engineer. For measuring thickness of paint, metalised coating, elcometer shall be provided by the contractor at site.

15.0 Rubble/Stone soling

Stone: The stone shall be obtained from the quarries selected by Engineer. It shall be hard durable, tough & shall be free from defects like cavities, cracks, flaw, sand holes, veins patches of soft or loose material etc. The percentage of water absorption shall generally not exceed 5% when tested as per IS 1124-1957. The strength of stone should be adequate to carry the loads imposed. The minimum crushing strength of stone shall not be less than 400 kg/cm2

16. 0 WATERPROOFING.

16.1 Water-proofing contractor shall give detailed specifications as per their patent specialized method

for carrying out the waterproofing work for RCC members in the following items using integral cement waterproofing compounds as per their patents.

16.2 Guarantee for a minimum period of ten years shall be given by the waterproofing contractor for all the

items to be carried out. During the guarantee period the waterproofing contractor shall be responsible for rectifications of the defects at his own cost for maintaining the work in waterproof condition. The waterproofing contractor will also make good at his own cost all the work disturbed by him during the

Page 117: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

117

rectification work. Contractor will have to submit Bank Guaranty of Rs. 1 Lakh for ten years. Payment of this item will only be made after receipt of Bank Guaranty.

16.3 The rates quoted shall include cost of all materials, water electricity, transport, labour scaffolding,

hoists and all planks, temporary installations and equipment, required for efficient execution of the work and cost of preparing the surface by cleaning, watering, wire brushing etc. for receiving the treatment and curing. Curing shall be done for as minimum period of 15 days.

16.4 The rates quoted shall hold good for carrying out the waterproofing work at all levels. Lift of materials

will not from the criteria for any extra amount on that account.

17.0 PAINTING. 17.1 SCOPE OF WORK.

The scope of work as enumerated under this tender includes painting of walls, ceilings, plastered and concrete surface steel work, timber surfaces, pipes as detailed in the bill of quantities.

17.2 QUALITY AND MAKE OF PAINTS. The paints to be used for this work shall be first class quality paint of repute manufacturers and of

approved type. such as Asian Paints, British Paints, Nerolac, etc. and shall be approved by the Engineer.

17.3 PREPARATION PRIOR TO PAINTING. The surfaces to be painted shall be thoroughly cleaning of all dirt, cement slurry with coir or wire brush.

The slight surface cracks shall be made good with hard stopping or filled with approved compound. Unevenness in the surface shall be filled in with plaster of paris and after filling the same shall be in one true place. Special care shall be taken in case of exposed concrete or shutter finish work. Scaffolding shall be double or single as required and directed. If ladders are used pieces of old gunny bags or cloth bags shall be tied on their tops to avoid damage of scratches to the plastered surfaces, etc. Proper stage scaffolding shall be erected when painting the ceiling.

17.4 PAINTING OF STEEL/METAL SURFACES. All dust, loose scales, and loose paints shall be removed completely with wire brush. All oil dirt grease

etc. shall be removed to get a perfectly clean surface ready for painting. 17.5 PRIMING For all structural steel work, steel doors and door frames, service pipes etc., one coat of Red Oxide base

paint shall be applied. 17.6 EMULSION PAINT The emulsion paint and primers shall be of approved make, quality , colour and shades. It should be form

standard manufacturer such as Asian Paints, British Paints, Nerolac, etc. and shall be approved by the Engineer. The recommendation of approved paint manufacturers, whose products is used shall b followed regarding the preparation of the surface and the application of the priming and finishing coats. The contractor shall arrange for technical assistance and supervision from the paint manufacturer, during the execution of the painting work. After the priming coat has been applied and is perfectly dried, all holes, scratches if any, shall be repaired as mentioned in preparation of surface and then the second coat of approved shade and manufacture shall be evenly applied and allowed to dry. The third coat shall be carefully applied with roller to achieve smooth and even surface after the previous coat has dried up. Minimum 3 coats of paint shall be applied inclusive of primer coat. If a proper and even surface is not obtained to the satisfaction of the Engineer in 3 coats, Contractor shall carry out additional coats of

Page 118: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

118

painting to approval at contractor’s expense. Care shall be taken that dust or either foreign material do not settle or disfigure the various coats.

17.7 FINISHING COATS All earlier coats of paint shall be throughly dry before subsequent coats are applied. No of coats shall be as

specified in the bill of quantities. 17.8 PAINTING OF PLASTERED/CONCRETE SURFACE – EXTERIOR WALLS 17.8.1 PRIMIMG- EXTERIOR WALLS One coat of Birla White cement shall be provided as priming coat on newly plastered concrete/ masonry

surfaces as specified in the relevant item in bill of quantities. 17.8.2 EXTERNAL FINISHING – APEX PAINT (ASIAN PAINT OR EQUIVALENT) On external surface apex paint (Asian paint) or equivalent as approved by Engineer shall be used as per the

following method of application. 1. Method of Application : Clean the surface to be painted shall be free from any loose paint, dust or grease.

Any previous coat of fungus, algae or moss needs brushing and cleaning with water. 2. Filling : Surface imperfections such as holes/dantes/cracks are to be filled by using mixture of cement

and fine sand in the ratio of 1: 3. Application of any kind of Putty is not be permitted. 3. Specifications of different applications :

Product Thinner Dilution Application Viscosity (Sec.)

Recoating Period.

Exterior wall primer Brush spray.

Water 90-110 40-45

15-18 33

4 hrs.

Textured Exterior Emulsion 1st coat Brush/roller.

Water 10-20 97-82 KU (320-200 grease)

4 – 6 hrs.

Exterior Emulsion 2nd coat Brush/roller.

Water 10-20 97-82 KU (320-200 grease)

4- 6 hrs.

The necessary shade samples shall be got approved from the Engineer-in-charge. 17.9 PAINTING OF PLASTERED/CONCRETE SURFACE – INTERIOR WALLS 17.9.1 PRIMIMNG COAT One coat of primer of approved make shall be applied depending on the finishing coats of lime wash/ oil

bound distemper/ plastic bound distemper as specified in the bill of quantities 17.9.2 FINISHING COATS Interior walls shall be painted with oil bound distemper as specified in bill of quantities as per standard

specifications of Railways. The no of coats shall be as specified in relevant item of bill of quantities. Paint/ Distemper of only reputed manufacturer such as Asian Paints, British Paints, Nerolac, etc. shall only be used. This should be approved by the Engineer.

Page 119: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

119

17.9.3 CEILING PAINTING White wash in three or more coats shall be done on ceilings as directed by Engineer as per relevant item in

bill of quantities. 17.10 RATE TO INCLUDE : Apart from other factors mentioned elsewhere in this contract, the rate for the items of plastic emulsion

paint shall include for the following. i) All labour, materials and equipments necessary to carry out the work. ii ) Supplying the approved emulsion paint for priming and finishing coats. iii ) Preparing surfaces for receiving the primer and finishing coats. iv) Scaffolding including its erection and dismantling. v) Application of one primer coat and minimum two coats finishing. If a proper and even surface

is not obtained to satisfaction of the consultant to approval at contractor’s expenses. vi ) Protection to painted surface till dried and handed over.

vii) Expenses, if any, for supervision and technical assistance supplied by the approved paint manufacturer.

18.0 Specification for Fiber reinforced Plastic ( FRP ) Doors.

Shutter: The shutter should be machine moulded.

The shutter shall be 35 mm thick. & fixed with three numbers steel hinges of 100 mm length with steel cylindrical push button lock

The material for Fiber reinforced Plastic (FRP) Consists of 32 mm’ POLYEURITHENE FOAM ‘ as a core material of density of 40 Kg/CM3.

Frame: FRP door frame shall be 125 x 75 mm x 4mm

The door shall have long service life and resistant to chemical/algae/fungi attack Fittings. The FRP door shall have Aluminum powder coated fittings as under;

Aldrop 200mm long with 12 mm dia. provided outside and inside Two handles of 100 mm. iii) Tower bolt of 100 mm length & 10 mm dia.

19.0 Kota stone/ Cuddupa stone Flooring

19.1 Stone slabs Quality

19.1.1 The stone flags shall be the best quality obtainable and approved by the Engineer. The stone slab

shall be hard, even, sound, durable, rectangular in shape and not less than 30cm in either length or breadth. However the width will depend upon the requirement at site. They may be of unequal size (superficial size) but uniformity of size must be maintained for the flags used.

19.1.2. The flag shall be without any soft veins, cracks or flaws and shall have uniform colour 19.1.3 The flag shall be smooth on top and shall be chiseled dressed on edges to at least half their depth true

and square, out of winding. The under face may be left quarry scabbled.

19.2 Laying of Kota / Cudduppa stone flooring

The slab shall have the top (Exposed) face polished before being brought to the site. It should be laid on mortar of specified mix. The mortar shall be spread under the area of each slab, roughly to the average thickness specified in the item. The slab shall be washed, cleaned before laying. It shall be laid on top, pressed, tapped with wooden mallet and brought to level with the adjoining slab. It shall be lifted and laid aside. The top surface of the mortar shall then be corrected by adding fresh mortar at hollows. The mortar is allowed to harden a bit and cement slurry of honey like consistency shall be spread over the same at the rate of 4.4 kg of cement per Sqm. The edges of the slab already paved shall be buttered with white cement with or without admixture of pigment to match the shade of the slab as given in the description of the item. The slab to be paved shall then be lowered gently back in position

Page 120: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

120

and tapped with wooden mallet til it properly bedded in level with close to the adjoining slab with as fine as a joint as possible. Subsequent slab shall be laid in the same manner. Surplus cement on the surface of the slab shall be cleaned off. The flooring shall be cured for a minimum period of seven days.

20. 0 GI PIPES

The pipes shall be galvanized wrought iron & shall confirm to IS 1239-1969 (Part II). Pipes & fittings of which the galvanizing has been damaged shall not be used. Laying & fixing:- The ends shall carefully cut. The pipes should be cleared of all foreign matter before being laid. All pipe & fittings shall be fixed truly vertical or horizontal unless specified otherwise. Testing : - All G.I. pipes & fittings shall be tested to a pressure of 7 Kg/ sq. cm. Leaking joints must be made leak proof/ by tightening or redoing as ordered by the Engineer.

21.0 PORTA CABINS

Construction of a fully furnished site office made of Porta cabins of two room units of suitable size, as approved by Engineer, for MRVC including the arrangement of light, fans, coolers, furniture, cub-board and drinking water, toilet facilities etc. The scale of facilities to be provided shall be decided by Engineer. The maintenance and upkeep of cabins shall be responsibility of contractor. Suitable watchman shall also be provided. The porta cabin shall be removed after completion of the work. Monthly charges as per bill of quantity will be paid to the contractor.

LIST OF RECOMMENDED BRANDS Items Schedule Recommended brand name.

Structural steel & steel reinforcement

TISCO, SAIL, RINL. JINDAL,ESSAR

Cement Gujarat Ambuja, L & T (Ultra Tech), ACC, Rajshree, Birla super,

Sand

River sand of Vaitarna,

Ceramic Tiles H. & R. Johnson, NITCO, Somani, Kajaria

Water Proofing treatment

All India Water Proofing Co. The India Waterproofing Co. Pedilite Industries Ltd.

Powder Coated (Jindal series) Aluminum window frames, panels,

Jindal series

Glass Glaverbel

Doors : Flush Door normal ARCHID PLY Laminates Royal Touch., Green ply Hardware : Hinges, Night latch, magic eye, security chain, Door stopper Barrol bolt

Mukund / Magnum

Sanitary fittings Orissa Pan WC, wash basin (normal)

Nycer, Perryware, Cera.

Plumbing water works “C” class

TATA, Sail, Zenith

Page 121: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

121

UPVC pipes. Garware, Prince. Hinges ( stainless steel)

Mukund / Magnum/Palladium

S.S. tower bolts (stainless steel)

Mukund / Magnum/Palladium

S.S. Aldrop 250mm size Mukund/ Magnum/ Palladium Note : Above brands are for guidance only and the employer reserves the right to select any other equivalent brand. ITEMWISE SPECIFICATIONS CORRESPONDING TO THE ITEMS IN THE BOQ (Whenever there is any conflict between item wise specifications and the specifications given elsewhere in this document, item wise specifications shall prevail to the extent of the conflict) Item No-1: Excavation in foundations / in embankment in all types of soils, boulders, excluding rock by manual or mechanical means including normal dewatering as per specifications..... 1.1 Site Clearance. The contractor shall remove all vegetation, structures and any foreign material at the site. Trees

must be cut after obtaining permission from Concerned Authority. The area shall be stripped to remove roots of grass/trees, and other organic materials shall be burnt and /or removed to approved disposal areas or other locations as indicated by the Engineer. Cost of labour, tools, transport etc. required for this is deemed to be included in the overall rate.

1.2 Drainage in the vicinity of excavations: The contractor shall control the slopes in the vicinity of all excavations to prevent surface water

from running into the excavated areas during construction. 1.3 Sides and bottoms of excavation shall be cut sharp and true. Undercutting shall not be permitted.

Earth sides of excavation shall not be used in lieu of form work for placement of concrete. 1.4 The bottom of excavations shall be trimmed to the required levels and when carried below such

levels, by error, shall be brought to level by filling with lean concrete as specified, at the contractor’s cost.

1.5 The contractor shall be responsible for performing the work required as shown on the drawing and in a accordance with these specifications. Sheeting, shoring, bracing, draining, dewatering, etc. shall be furnished and installed as required and the cost thereof shall be included in the unit rate for the item of excavation. The contractor shall be responsible for any damage to any part of the work and property caused by collapse of sides of excavations.

1.6 All excavation for installation of underground facilities such as piping, sewer lines, ducts, drain lines, etc. shall be open cuts.

1.7 Where excavation requires bracing, sheeting, or shoring etc. the contractor shall submit, drawings showing arrangement and details of proposed installations to the Engineer and shall not proceed until he has received approval from the Engineer.

1.8 Disposal of Surplus Excavation Materials. All the excavated materials shall be the property of the Employer. Excavated good quality material are to be used for grading, filling in embankments and filling between return walls with approval of Engineer. The remaining excavated material shall be disposed off at identified spoil dumps as directed by the Engineer at no extra payment.

1.9 Rate for earth work in excavation shall include the following A. Setting out works, profiles, etc. B. Site clearance such as cleaning of vegetation, shrubs, brushwood, etc.

Page 122: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

122

Protections works, such as temporary support of existing services, i.e. drains, water mains, cables and other utility services met within the course of excavation.

C. Forming (or leaving) steps inside of deep trenches and their removal.

D. Removing slips or falls in excavation if any.

E. Fencing and/or other suitable measures for protection against risk of Accidents. Excavation for insertion of planking / strutting where, required.

F. Backfilling the trenches with selected material.

G. Transporting and using the useful excavated material as embankment in approaches behind

abutment and returns.

H. Over breaks

1.10 Measurement Measurement for payment will be based on volume calculations. The length and breadth of

excavation or filling shall be measured with steel tape correct to the nearest cm. The depth of cutting or height of filling shall be measured , correct to 5mm ,by recording levels before the start of the work and after the completion of the work .The cubical contents shall be worked out to the nearest two places of decimal in cubic meters. In case the ground is fairly uniform and where the site is not required to be leveled, the Engineer –in –charge may permit the measurements of depth and cutting or height of filling with steel tape, correct to the nearest cm. The unit of measurement shall be cum. Nothing extra would be payable for slope, shoring, strutting etc. irrespective of whatever is provided. Payment includes leading excavated soil to a spoil dump or for reuse in a location in the vicinity as directed by Engineer.

Sr. No.-2 Excavation in foundations & in embankment in boulders including rocks

requiring chiseling (blasting is not permitted) by manual and mechanical means........ All excavation operations shall include excavation and getting out the excavated matter. In case of

excavation for trenches, basements, water tanks, etc. getting out shall include throwing/disposing the excavated material as directed and at places shown by engineer at the cost of contractor. During the excavation, the natural drainage area shall be maintained. Excavation shall be done from top to bottom. Under mining or under cutting shall not be done .The excavation in hard rock shall be done by chiseling.

In ordinary rock excavation shall be carried out by crowbars, pick axes or pneumatic drill and blasting operation shall not be adopted.

If the excavation for foundation or drains is done to a depth greater than that shown in the drawings or as required by the Engineer-in-charge, the excess depth shall be made good by the contractor at his own cost with the concrete of the mix used for leveling/bed concrete for foundations. In all other cases where the excavation is taken deeper by the contractor, it shall be brought to the required level by the contractor at his own cost by filling with earth duly watered, consolidated and rammed.

In case the excavation is done wider than that shown on the drawing or as required by the Engineer-in-charge, filling wherever required on this account shall be done by the contractor at his own cost .The excavation shown on the drawings or as required by the Engineer-in-charge shall be measured and recorded for payment, excavation shall be measured to the actual levels, provided the Engineer-in-charge is satisfied that the contractor has not gone deeper than what was unavoidable. Payment shall be made only for design profile and no payment shall be given for any over cut. As soon as level of rock is reached, the contractor shall intimate the Engineer, who shall record the level for calculating quantities of excavation in rock.

The excavation shall be done so as to suite site conditions for protection of utility services such as cables, pipelines etc.

2.1 For the purpose of classification of rock in excavation, the following definitions shall apply: a) Hard Rock requiring chiseling and controlled blasting.

Page 123: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

123

b) Soft or Decomposed rock: lime stone, sand stone, laterite, hard conglomerate or other soft or disintegrated rock which can be quarried or split with crow bars, wedges and pickaxes.

2.2 Measurement The measurement will be made as per item no. 1.10 above.

Sr. No.-3 BACK FILLING

3.1 Back-fills shall be placed in accordance to Para 605 of Indian Railways Bridge Manual 1998.

3.2 The Earth used for filling shall be free from all roots, grass, shrubs, rank vegetation, brushwood, trees, samplings and rubbish.

3.3 Back fill shall be placed in horizontal layers not to exceed 20 cm in thickness. Each layer shall be compacted with proper moisture content and with such equipment to obtain a density equal to or greater than 95% of maximum dry density. Trucks or heavy equipment for depositing or compacting backfill shall not be used within 1.5 m of building walls/ abutments or other facilities which may be damaged by their weight or operation. The methods of compaction shall be subject to the approval of the Engineer.

3.4 Measurements Measurement shall be based on the volume by computed sections.

Sr.No. 4: Boring, providing and installing cast in situ piles. Pile Foundation. 4.1 The construction of pile foundation shall confirm to the requirements laid down in IS 2911 part-1 concrete

piles- sections 1 to 3 bored cast in situ piles – 1979 and as amended up to date excepting the criteria specified hereunder. Load test on piles shall be carried out as per IS: 2911 (Part-IV) 1985.

4. 2 The pile shall be cast in situ RCC piles in grade of M35 or Higher Ready-mix concrete. The rate for pile foundation includes building up of earth filled island platform, drilling/boring for all piles through all type of soils including soft and hard rocks, boulder and casting of piles. The payment will be made from bottom of pile cap to foundation level.

4.3 Boring of piles Bored cast-in-situ piles shall be adopted by suitable choice of installation techniques, covering the manner

of soil stabilization, i.e. use of casting and/or use of drilling mud. The pile shall be installed as accurately as possible as per the designs and drawings. M.S. liners shall be provided at the direction of the Engineer.

4.4 Inspection Each pile boring shall be inspected prior to the placing of concrete in it.

4.5 Cleanliness of pile bases On completion of boring, disturbed or remolded soil shall be removed from the base of the piles flushing with termite pipe clean water.

4.6 Concreting a) Concreting of bore holes shall start as soon as possible after the boring of piles. Bore hole, which is

not cased, if left unconcreted for more than two hours, it shall be cleaned thoroughly before placing concrete. Concreting under water shall be done in one operation. The method of placing and the workability of the concrete shall be such that continuous monolithic concrete shaft of the full cross section is formed.

b) The concrete shall be placed without such interruption as would allow the previously placed batch to have hardened. The Engineer shall approve the method of placing.

c) The contractor shall take all precautions in the design of mix and placing of concrete to avoid arching of the concrete in the casting. No spoil, liquid or other foreign matter shall be allowed to contaminate the concrete.

d) While placing concrete in dry holes (borings) approved measures shall be taken to avoid segregation and bleeding and that the concrete at the piles is not deficient in grout.

e) The top of pile should be brought up above the finished level for 600 mm. The permit all lattice and weak concrete to be removed and to ensure that it can be keyed into pile cap about 50 mm.

f) Concreting of full pile has to be carried out uninterrupted and in one operation. If the concreting is interrupted in between for any reason sufficient portion from top surface of the party concreted pile containing lattice, week concrete etc. shall be removed so as to obtain a sound concrete surface, which should be cleaned by sand blasting. The Engineer shall start concreting only after inspections and approval of cleaned concrete surface. Precautions as detailed in clause 7.5 IS 2911 (pt. I/sec.2) – 1979 shall be taken in termite concreting.

Page 124: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

124

g) Whenever practicable, the concrete should be placed in clean dry hole. Concreting of bored piles in water bearing ground shall be done with utmost care/ especially when the hole cannot be bailed of water or to be made dry before tremie concreting. Under such circumstances plug of concrete should be deposited under water in base of the whole by tremie pile, as soon as the concrete has hardened sufficiently the hole should be pumped free of water and the concreting of the shaft shall be done in dry by tremie method up to surface. In exceptional circumstances where concreting in the dry is not possible dewatering should be done to the extent possible before resorting to concreting using a tremie pipe.

4.7 Disposal of mud: The borehole should be maintained full with the drilling fluid, where used through out the concreting

operation. Mud displaced from the borehole by the concrete shall be channeled away or pumped into suitable receptacles for disposal to waste or re use.

4.8 Control of Alignment

The pile shall be positioned as accurately as possible to the vertical. Any pile deviating from its proper alignment to such an extent that the resulting eccentricity cannot be taken care of by strengthening the foundation, pile cap or pile ties shall at the discretion of the Engineer in charge, be replaced or supplemented by an additional pile, the cost of which shall be borne by the contractor. As a general guide, the permissible positional deviation for piles shall not be greater than 7.5 cm at the level of bottom of pile cap and shall not exceed 1.5 percent (about 1) from the specified inclination.

4.9 Cut off Level The concrete shall be brought out sufficiently above the cut off level (minimum 600 mm) as directed by the Engineer to permit all lattice and weak concrete to be removed. Reinforcement from piles shall project out sufficiently to achieve adequate anchorage in to the pile cap or vice versa.

4.10 Setting out. The contractor shall check the casting position for each pile and immediately after placing the casting, and get it approved by the engineer.

4.11 Defective Piles

In case defective piles are formed, they shall be removed or left in place whichever is Convenient without affecting the performance of adjacent pile or cap as a whole. Additional piles shall be provided to replace them as suggested by the engineer at site at the cost of the contractor.

4.12 Depth of the foundation will be reckoned with respect to average foundation level of piles. 4.13 Records

The contractor shall kept records in the tabulated form and shall submit to two signed copies of these records to the engineer on the next working day after the pile was installed.

4.14 Damage to Piles The Contractor shall ensure that the damage does not occur to completed piles. The Contractor shall

submit to the engineer his proposed sequence and timing for driving or boring pile having regard to the avoidance of damage to adjacent piles.

15 For each pile boring bore log will be floated in pile register showing the variation soil strata. The soil samples can be kept in plastic bottle indicating pile No. & level of boring.

1. Details of pile Pile reference No. --------------------- ----------------------------------------------------------------------------------------------------- Sr. No. Description Information ------------------------------------------------------------------------------------------------------- 1. 2. 3. -------------------------------------------------------------------------------------------------------

1. Nominal cross sectional dimensions or Diameter.

2. Standing ground water level.

3. Date and time of boring.

4. Date of concreting.

5. Length of pile.

Page 125: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

125

6. Soil sample taken and in situ test carried out.

7. Length and details of reinforcement & liner.

8. Concrete Mix

9. Volume of concrete supplied to pile.

10. Length of socketing in rocks.

11. Bottom level (foundation level) of pile, Cut off level of pile.

4.16 Cast in-situ bored piles: General

(a) Diameter of piles shall be the concrete shaft diameter and shall be not less than the diameters specified in the drawing

(b) These shall be formed by boring to the foundation strata specified on the drawing or as directed on the site. The sites of the boring shall be prevented from collapsing by permanent mild steel liner, which also functions for durability control.

(c) Piles shall be constructed in a sequence approved by Engineer. During boring the contractor shall where required by the Engineer, take soil, rock or ground water samples and transport them to an approved testing laboratory or carry out soil tests, as directed.

(d) The method adopted shall be chosen giving due consideration to the sub soil data, ground water conditions band to the other relevant.

BORING (a) Boring shall be done using hydraulic rotary drilling rigs/lightweight rotary percussive drilling

equipment /bailer/cutters/chisels suiting to different kinds of strata encountered. (b) The size of cutting tools shall not less than the diameter of pile minus 75 mm. (c) In general piling shall be done by using hydraulic rig with MS liner. (d) The quantum of liners required up to depth of cut off level shall be measured as per drawing. Through

the liner might have been provided right from the level of working platform on practical consideration, since the length of permanent liner above cut off level has to be necessarily removed by gas cutting for facilitating peeling of the top portion of the pile and for interlacing its reinforcement bars in the pile cap. No claims shall be entertained for all such removals.

(e) Pumping from a borehole shall not be permitted unless a liner has been driven in to a stable stratum which prevents flow of external ground water from other strata in significant quantities.

(f) In case of end bearing piles founded on rock the piles shall be embedded by minimum one pile diameter to three times the pile diameter depending on the condition of the rock or as specified in the drawing. Rock samples of the founding strata shall be preserved at site.

(g) On completion of boring, loose disturbed or remolded soil shall be removed from the base of base. (h) In case of dry bores inspection shall be carried out from the ground surface for bores less than 750 mm.

For larger diameter bores equipment shall be provided to enable the contractor and the Engineer-In charge and their engineers to descend in the boring for purpose of inspection.

CONCRETING

(a) Prolonged delays in the commencement after the completion of the boring shall not be permitted. The time interval between the completion of boring and placing of concrete shall not exceed 6 hours.

(b) The concrete shall have a minimum slump of 150 mm in case of concreting in eater free bore. Suitable precautions shall be taken for prevention of segregation. Internal vibrators shall not be used unless the contractor is satisfied that segregation will not result because of vibration and unless the method of use has been approved by Engineer.

Page 126: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

126

(c) The concrete for piles under water or in drilling mud shall be placed with a Tremie pipe. The tremie pipe shall not less than 200 mm diameter for 20 mm aggregate. The joint between the hopper and tremie pipe as well as the joints in the tremie pipe shall be water tight and the tremie pipes shall be thoroughly cleaned after each use. The concrete shall have a minimum slump of 150 mm.

(d) The contactor shall ensure that heavily contaminated drilling mud has not accumulated at the base of boring since this could impair free flow of concrete from the Tremie pipe.

(e) If the specific gravity of the drilling mud at the base of bore exceeds 1.2 the placing of concrete shall not proceed.

(f) The first charge of concrete shall be placed in the hopper over the sliding plate of the bottom of the hopper.

(g) The Tremie pipe shall at all times penetrate the previously placed concrete with a adequate margin against accidental withdrawal .The Tremie pipe shall not be with drawn until the completion of concreting. At all times a sufficient quantity of concrete shall be maintained within the pipe to ensure that the pressure from it exceeds that from the seepage water.

(h) Spot measurements shall be taken at suitable intervals to check that the Tremie pipe has an adequate penetration in to previous concrete.

(i) Concrete of the pile shall be in one single and continuous operation. In case of long pile of large diameter, large size mixers or more mixtures shall be used.

(j) The top of concrete in a pile shall be brought above the cutoff level since the top concrete is loose and is weak because of contamination with water/drilling mud. This ensures good concrete at the cut off level.

(k) CUT OFF LEVEL(C O L) Cut off level of piles shall be indicated in working or as indicated by Engineer- in- Charge. The top of concrete in pile shall be brought above the cut off level to remove all laitance and weak concrete and to ensure good concrete at cut off level. As per the guideline for cut off level up to 1.5 m below working level, the concrete shall be casted 300 mm above COL. For each additional 0.3 m increase in depth of COL an additional coverage of 50mm shall be required. In the circumstances where COL is below ground water level, the need to maintain a pressure should be observed and accordingly length of extra concrete above COL shall be determined by the contractor and approval of Engineer In Charge obtained before concreting. Nothing extra shall be paid for pile chipping above the COL it is deemed to be included in the quoted rates. Payment of Piles Length of pile will be paid from bottom of founding level to the bottom of pile cap as per the approved drawing. Nothing extra will be paid for demolition up to cut off level. Use of Bentonite slurry Piling work shall be done using M.S. liners as per directions of Engineer in-charge.

Sr.No. 5: Vertical Load Test (Compression) 5.1 General In this type of test, compression load is applied to the pile top by means of a hydraulic jack against rolled

steel joist or suitable load frame, capable of providing reaction and the settlement is recorded by suitably positioned dial gauges.

5.2 Preparation of Pile Head The pile head should be chipped off to natural horizontal plane till sound concrete is met. The projecting

reinforcement should be cut off or bent suitably and the top finished smooth and level with plaster of Paris or similar synthetic material where required. A bearing plate with a hole at the centre should be placed on the head of the pile for the jacks to rest.

5.3 Application of Load The test should be carried out by applying a series of vertical downward incremental load each increment

being of about 20 percent of safe load on the pile. 5.4 Reaction - The reaction may be obtained from the following:

Page 127: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

127

a) Kentledge placed on a platform supported clear of the test pile. In case of load test below under-

planned structure, the existing structure if having adequate weight and suitable construction may serve as Kentledge. The centre of gravity of the Kentledge should generally be on the axis of the pile and the load applied by the jack should also be coaxial with this pile.

b) Anchor piles with centre-to-centre distance with the test pile not less than 3 times the test pile

shaft diameter subject to minimum of 2 m. If the anchor piles are permanent working, piles, it should be ensured that their residual uplift is within limits. Care should be exercised to ensure that the datum bar supports are not affected by heaving up of the soil.

c) Rock anchors with distance from the nearest edge of the piles at rock level being 2 times the test

pile shaft diameter or 1.5 m whichever is greater.

5.5 The reaction to be made available for the test should be 25 percent more than the final test load proposed to be applied.

5.6 Settlement Settlement shall be recorded with minimum 2 dial gauges for single pile and 4 dial gauges of 0.01 mm.

sensitivity for groups, each positioned at equal distance around the piles and normally held by datum bars resting on immovable supports at a distance of 3 D (subject to minimum of 1.5 m) from the edge of the piles, where D is the pile stem diameter of circular piles or diameter of the circumscribing circular in the case of square or non-circular piles.

5.7 The safe load on single pile for the initial test should be least of the following:

a) Two-thirds of the final load at which the total displacement attains a value of 12 mm. unless otherwise required in a given case on the basis of nature and type of structure in which case, the safe load should be corresponding to the stated total displacement permissible.

b) 50 percent of the final load at which the total displacement equal 10 percent of the pile diameter in

case of uniform diameter piles and 7.5 percent of bulb diameter in case of under-reamed piles. 5.7.1 However routine test shall be carried for a test load of at least one and half times the working load; the

maximum settlement of test loading in position being not exceeding 12 mm. 5.8 The safe load on groups of piles for initial test shall be least of the following:

a) Final load at which the total displacement attains a value of 25 mm. unless otherwise required in a given case on the basis of nature and type of structure, and

b) Two-thirds of the final load at which the total displacement attains a value of 40 mm.

(a) Initial Test.

This test is required for one or more of the following purposes. This is done in case of important and/or

major projects and number of tests may be one or more depending upon the number of piles required. Note: In case specific information about strata and past guiding experience is not available, there should

be a minimum of two tests.

a) Determination of ultimate load capacities and arrival at safe load by application of factor of safety, b) To provide guidelines for setting up the limits of acceptance for routine tests, c) To study the effect of piling on adjacent existing structures and takes decision for the suitability

of type of piles to be used, d) To get in an idea of suitability of piling system, and

Page 128: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

128

e) To have a check on calculated load by dynamic or static approaches.

(b) Routine Test

This test is required for one or more of the following purposes. The number of tests may generally be one-

half percent of the total number of piles required. The number of the test may be increased up to 2 percent in a particular case depending upon nature, type of structure and strata condition:

a) One of the criteria to determine the safe load of the pile; b) Checking safe load and extent of safety for the specific functional requirement of the pile at

working load; and c) Detection of any unusual performance contrary to the findings of the initial tests, if carried out. Sr.No. 6: Supplying, fabricating, fixing, driving and providing mild steel liners 6mm and/or 8 mm thick as per directions of Engineer-in-charge and permanently left in place for 200 mm dia cast in steel RCC pile with bending to shape, welding, with all contractor's materials, labour, tool & plant etc. complete as per specifications and direction of Engineer-in-charge. Note: 1. Liners shall be provided for full height of pile or up to the depth of refusal of liners including the height of pile to be chipped off or as per the instructions of the Engineer. Liner shall be paid only up to cut off level of pile. Liner above cut off level, if initially provided, shall not be paid. Contractor will be allowed to take away liner-wastage above cut off level. 2. Nothing extra shall be payable for any wastage, fabrication tolerances etc. 3. Depth of liner shall be decided by Engineer-in-charge at site and his decision shall be final and binding on the contractor. . Sr.No. 7: Providing 300 mm thick rubble soling in foundations etc.

1 Providing Rubble soling, Hand packed, of thickness as required, as per instruction of Engineer-in-charge at site.

2 The Rubble soling shall be well consolidated by ramming or rolling and watering to required level and camber. The stone shall be obtained from the quarries selected by Engineer. It shall be hard durable, tough & shall be free from defects like cavities, cracks, flaw, sand holes, veins patches of soft or loose material etc. The percentage of water absorption shall generally not exceed 5% when tested as per IS 1124-1957.

The strength of stone should be adequate to carry the loads imposed. The minimum crushing strength of stone shall not be less than 400 Kg/cm2

3 The rate is inclusive of contractor’s own materials, labors, tools and plants etc inclusive of compaction complete.

4 Measurements Measurement shall be based on the volume by computed sections. The length and breadth shall be taken to

the nearest centimeter. The depth of consolidated layer shall be computed to nearest half centimeter by taking average of depth of cross section taken at the interval decided by the Engineer-in-charge.

Sr.No. 8 -9 & 56: CC/RCC for various works 1 Reinforced Cement Concrete of grade M-30 proportion or as specified in the item description and as

defined by Design Mix approved by the Engineer. Guide lines given in IS No. 10262-1982 shall be followed for mix design of concrete.

2 The rate quoted shall be inclusive of cost of all labors, plants, equipment cost of cement, sand,

machine crushed stone ballast of 6mm to 20mm size, shuttering, scaffolding, vibrating curing with all lead and lift etc. in all respects.

3 Contractor has to ensure proper vibration and placement of concrete curing for a minimum 28 days

from the date of casting will be done. 4 Specification prescribed in Chapter III of SOR Part I of Western Railway (1993 Edition) shall be

applicable in General except those modified under this specifications/NS items.

Page 129: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

129

5 Concrete grade as per drawings should be used for casting slabs, columns, beams, lintels, staircase, with down size aggregate (6mm to 20mm size).

6 The reinforcement steel, as fixed in place, shall be measured in running meters correct to millimeters

and dia-wise actual weights of the steel lots brought at site will be paid under relevant NS items. RCC/CC WORK QUALITY CONTROL. 1 The contractor/s will be required to exercise effective quality control over production, placement and

curing of concrete at site. They will ensure proper specifications as laid down in IS-456-2000. No extra payment for this quality control shall be admissible.

2 Sample from fresh concrete shall be taken as per IS-1199-1959 Method of sampling and analysis of concrete and cubes shall be made, cured and tested in accordance with IS: 516-1959, Method of test for strength of concrete. The contractor shall arrange for testing of cubes in comparison at his own cost in accordance with IS: 516-1959 in present of the Engineer’s representative. No extra payment for carrying out such test will be made to the contractor.

3 The test cubes of 15cm x 15cm x 15cm of size will have to be prepared by the contractor. The number of cubes from any batch of concrete shall be as per IS: 456-2000.

4 The contractor/s will maintain quality control charts at site of work based on the test results which should be made available to the inspecting officers on demand.

5 Aggregate sand and water to be used for CC/RCC should conform to relevant ISI standard. Testing shall be made at contractor’s cost to ensure quality.

6 No concreting will be allowed till reinforcement and shuttering work are properly checked and Okayed in writing by the Engineer’s representative.

7 All concreting to be done for RCC/CC work shall mechanically mix by use of concrete mixer with weigh batcher and properly compacted by used of vibrators.

8 Contractor shall ensure one complete stretch of concreting during one shift of concreting. Any rest/pauses such as for meals etc. should be adjusted accordingly with the consent of the Engineer’s representative.

9 During the placing free fall of concreting shall not be more than 4ft (1.25m) and concrete shall be cured as per the satisfaction of the site Engineer.

10 Removal or de-shuttering of form work shall be as per IS-456-2000.and in the presence of site Engineer and no patch repair of finishing surface shall be done without approval of Engineer or his representative. Any such rectification will be done by the contractor at his own risk and expenses.

11 Any part of the RCC which does not come up to the standards and specifications laid down, shall be rejected and the contractor shall make good such rejected works at his own cost and nothing extra shall be payable on this account.

12 Construction joint may be provided only after approval of Engineer and will be prepared as under: The entire lattice which has come on the surface will be removed by wire brushing before hardening of

the concrete in such a manner that aggregate are exposed but not disturbed from their position. Surface should be cleaned by water jetting.

13 No payment will be made for cutting and fixing in position at site (including transportation etc.) AC/GI /PVC pipe for weep holes and not deduction will be made from mass CC or masonry etc. for AC/GI/PVC pipes. However volume of AC/GI/PVC pipes will be deducted while calculating consumption of cement.

14 Any loose mill scale or loose or scaly rust must be completely removed before the reinforcement is placed in position. Sufficient number of concrete/cover blocks of size equal to minimum cover specified in drawing shall be provided before placing the reinforcement in position.

15 For all concrete work, the aggregate will be tested as per standard tests prescribed to IS-2384 Pt. I & II, IS-383 and Work Hand Book, Part-II to determine their properties and their grading. As far as possible, stock piling of the aggregates shall be done in accordance with the standard practices to enable standard analysis being made of such batch that is brought to the site. The design of the mix will be carefully done from representative samples of the aggregate. The preliminary test results along with analysis of aggregates and mix design calculation should be sent to the Engineer for his approval. The contractor/s will modify/carry out the mix design to the satisfaction of the Engineer if so required and get his final approval. Such approval, however, does not relieve the contractor/s of his/their responsibility and obligations regarding the minimum strength requirement. Each mix design shall invariably mention the slump value. The designed slump should be adequate for the concreting in member.

16 All the concrete shall be weigh batched. Concrete mixers with devices for automatic weighing facilities for aggregate, moisture content in the aggregate shall be taken into consideration.

Page 130: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

130

17 Foundation trenches for temporary supports to the casting bed must be passed by the Engineer or his representative before any concrete is placed in them. The bottom of the foundation and trenches shall be accurately excavated to the form of permanent work as specified in drawings and be carefully leveled and thoroughly cleaned.

18 Slab concrete shall be placed, vibrated and finished in such a way to required slope so as to avoid any possibility of leakage.

19 Ground level for bridge abutment, wings, returns, piers etc. will be determined as the mean of actual ground level available at the individual site of each structure like piers abutments wings etc.

20 Methods of computing volume of concrete and masonry will be calculated by the mean area method. 21 For the concreting work of the sub-way foundation, walls and slab waterproofing compound (duly

approved by engineer-in-charge) shall be mixed with the cement concrete mix @1% by weight of cement. The rate of the waterproofing compound is included in the respective item of RCC.

FORMWORK 1 Contractor shall provide only approved type of form work preferably of steel and the same shall be got

approved by the Railway before use in work. 2 Form work shall include all temporary or permanent forms of moulds required for forming the

concrete which is cast-in-situ together with all temporary construction required for their support. 3 Centering and shuttering is to be got approved from the Engineer-in-charge, prior to poring of

concrete. The responsibility for centering and shuttering shall be of Contractor’s and if any defect occur due to fault of centering and shuttering, the same shall be rectified by the contractor, for which no extra payment shall be made.

4 All the joints between shuttering plates and concrete surface shall be water tight by application of sponge or any other suitable materials.

5 Removal or de-shuttering of form work shall be as per IS 456-1978 and in the presence of site Engineer and no patch repair or finishing surface shall be done without approval of Engineer or his representative. Any such rectification will be done by the contractor at his own risk and expenses.

6 Form work pattern provided shall be to the satisfaction of Engineer. No claim will be entertained on this account.

CURING OF RCC WORK 1 Contractor will have to make sufficient arrangement for water required for curing purposes. However,

all the vertical surfaces and bottom exposed surfaces of concrete mortars will have in be cured by application of curing compound as per the direction of site Engineer or his representative of work and nothing extra shall be paid for this.

2 The contractor/s will have to submit the test results from a reputed Engineering College/Laboratory regarding efficiency of the curing compound and the curing compound shall be allowed to be used only after obtaining written approval from Engineer or his representative of work.

3 Approximate coverage of about 4m square liters will be required for this concrete surface to be cured. In order in ensure a continuous impervious membrane, it would be necessary to apply two coats of curing compound by moving the spray nozzle back and front in one direction followed by owing like wise at right angle. The nozzle should be hold at about 300-600mm from the surface.

4 When a curing compound is applied to a vertical firm surface, it should be applied immediately after removal of formwork. If the surface is not still green and has dried out, it should be saturated with application of water and the curing compound then applied while the concrete surface is still damp. Curing compound should not be supplied to a dry surface because the compound may be absorbed and causes staining.

CONCRETE GRADE SPECIFICATION ETC. 1 With a view to get quality concrete, various tests on cement in-gradients viz. Fine & coarse

aggregates, water and cement and admixtures and also samples of concrete to be used in sub structure and super structure shall be carried out as specified in various codes mentioned under clause either in field laboratory or laboratory approved by Engineer or his representative at the cost of contract As a result of these tests, any changes warranted to ensure quality concrete as decided by Engineer or his representative shall be completed at no extra cost.

2 All controlled concrete mix shall be properly designed for available materials from a reputed laboratory approved by Railway/MRVC and submitted to Railway/MRVC before doing the work. No extra payment will be made on this account.

3 Admixture or pigments containing calcium chloride should not be used. Workability aids and regarding agents may be used provided that suitable precaution are taken and it can be shown by tests that product to be added will produce the required effect without in any way changing the other qualities required in the concrete or damaging the steel.

Page 131: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

131

4 Acceleration admixtures shall not be used in structural containing reinforcement pre-stressing tendons or other embedded metal.

5 The quality and method of use shall be in accordance with the manufactures recommendations and in all cases shall be subject to the approval of MRVC.

6 The tenderer/s shall provide the following information for MRVC approval: a) The quantity to be used in kilogram per Kg of cubic meter of concrete. b) The determental effects caused by adding a greater or lesser quantity in Kilogram per cubic meter of

concrete. c) The chemical names of all in-gradients. d) Whether or not the admixture leads to the entraining of air admixtures bags on this syntax promote the

correction and stores correction of pre-stressing steel and hence are prohibited. 7 To minimize chances of deterioration of concrete from harmful chemical salts, the levels of such

harmful salt in concrete coming from the concrete materials that is cement, aggregate, water and admixtures as well as by diffusion from the environments should be prevented. Generally, the total amount of chloride (as CL) and the total amount of soluble sulphates (as SO3) in the concrete at the time of placing should be limited to 0.15 percent of mass of cement for RCC and 0.06 for PSC and 4 percent by mass of cement respectively.

8 Alkali content in concrete should restrict to 3 Kg/M3 initial temperature of the fresh concrete should be less than 32 degree C.

9 Prior to deciding on the source for procurement of constituents of concrete viz. Fine and coarse aggregate the contractor/s shall specifically assess the soluble chloride and sulphate contents of fine and coarse aggregate (at source) and their permissible limit shall be got approved by Engineer-in-charge. Regular checks as directed shall also be carried out not only at the source of supply for such material) but also prior to their use in the permanent works to ensure that the aggregates do not content impurities exceeding the permissible limits. The various limits permissible for fine and coarse aggregate shall be as given below:

Requirement for Aggregates

Fine Course.

(a) Chloride content (CI) 0.04% wt. (Acid soluble)

0.02% by wt. (Acid soluble)

(b) Sulphate content (SO 3) max.

0.04% by wt. (Acid soluble)

0.04% by wt. (Acid soluble)

(c) Particle grading (Fineness Modules)

2.3 to 2.7 -

(d) Abrasion resistance - Max. 40% less of wt.

(e) Particles less than 75 microns max.

3% by wt. 1% by wt.

10 However, the final decision of acceptance/rejection of aggregate to be used for permanent work shall

be with MRVC. DETAILING 1 Proper detailing of reinforcement is essential as any cracking caused by defective detailing of

reinforcement surface with protective coating is necessary accelerates corrosion. Importance shall be given to ensure proper drainage, water proofing of the surface with protective coating is necessary.

2 The contractor/s shall make necessary arrangements for clearing and removing the rust etc. from reinforcement before the materials are put to actual use.

TESTING AND FIELD LABORATORY. 1 The contractor shall provide a field laboratory for soil compaction testing and for concrete testing; all

soil concrete testing shall be carried out in presence of Engineer-in-charge or his representative. All the expenditure on this account shall be borne by the contractor and no extra payment shall be made by Railway.

2 The contractor shall get a percentage of samples tested from other approved laboratories as may be directed by Engineer-in-charge as confirmatory test without any extra cost.

3 In the use of materials procured by the contractor/s testing as required by the codes and specifications shall be arranged by him/them at his/their own cost. If additional testing other than required by specification is ordered, the testing charges shall be borne by the contractor.

4 The field setup shall have the following minimum equipment as per relevant IS Code (relevant to the work in the scope of this tender)-

Page 132: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

132

Sr.No Item as per IS Code Quantity

1. Physical balance with Wt. box 200 gm. capacity & accuracy Up to 0.01 gm.

1 No.

2. Pan balance 10 kg. capacity with Wt. accurate up to 1 gm. 1 No. 3. Core cutter with dolly as per IS-2720 3 Nos. 4. Equipment for sand replacement method 2 Nos. 5. Rammer for cutter 2 Nos. 6. Kerosene Stove 2 Nos. 7. Enameled dishes (Small) 6 Nos. 8. Spatula 2 Nos. 9. Wash Bottle (Alkathene 1 litre) 1 No. 10. Procter's compaction apparatus with rammer (heavy) 1 No. 11. Compaction needle. 1 No. 12. Enameled trays and pans. 3 Nos. 13. 1000 CC Glass Cylinder. 1 No. 14. 50 CC Glass Cylinder. 2 Nos. 15. IS Sieve Set – 80 mm, 20mm, 4.75mm 1 Set. 16. Kerosene Oil As required 17 Cube mould 150 x 150mm 12 Nos. 18 Slump apparatus 2 Nos. 19 Vicats apparatus 2 Nos. 20 Compression testing m/c (Hand operated) 1 No.

CONCRETE GRADE SPECIFICATION ETC. The specification for concrete grade, cement contents, W/C ratio shall be as follows

PSC RCC RCC PCC

Minimum Grade M40 – M50 M-35 M30 –

M25 M20 – M15

Minimum Cement Content (Kg/m3) 475 425 425-400 375-300

W/C ratio not to Exceed 0.35 0.40 04-0.45 0.5 - 0.55

Measurement for payment:- Structural concrete shall be measured in cubic meter . In reinforced concrete, the volume occupied by reinforcement shall not be deducted. Payment shall be made based on the dimensions as per the drawing if the structure is within prescribed tolerance. Sr.No. 10, 11 & 36 : Fabricating and fixing in position structural steel & steel base plates This item includes complete supply, fabrication, and erection of items as per the Railway’s specified sizes with contractor’s own steel. Payment under this item will be as per weight of the board along with fixtures per MT. This item also includes fabricating, runners, trusses, columns, stanchions, beams purlins, grill, MS inserts, bearing plate, safety screen with contractor’s own mild steel angles and section as per drawing/ details given by the Engineer in charge and assembling and fixing the same at site. All the mild steel sections shall be procured by the contractor and shall conform to IS 2062 of 2006. The fabrication of steel work will be done strictly as per specification of Western Railway, Works hand book part III, 1984. Weight of the structural member to be fabricated and erected will be worked out on the basis of the length of different structural steel members shown in the fabrication drawing and the actual weights of the steel sections brought at site shall be paid to the contractor.

In case the structural sections and nuts, bolts specified in the approved fabricated drawings are not available, the tenderer/s will be at liberty to use alternate higher required sections with the approval of the Railway Administration in each case. However it may please be noted that no extra payment for the difference in weight on account of the use of alternate higher section will be paid. The payment will be made for the weight of the steel sections, bolts and nuts as per approved final fabrication drawings. Only difference of weight on account of use of alternative heavier sections can however be allowed, for payment, subject to certification by the main producer that the prescribed sections are not being manufactured.

Page 133: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

133

The rate also includes painting including lettering/engraving with one coat of red oxide Zinc chromate primer and two coats of synthetic enamel paint with contractor’s own paint, the paint shall be as per relevant IS code. The contractor has to produce the test certificate for the steel brought to site and for test check it may be sent for testing. In case the testing material does not conform to the relevant IS Specifications, it will be summarily rejected. The cost of all such tests is to be borne by the contractor. Contractor shall supply and utilize in works steel of only SAIL, TATA, TISCO, ESSAR and RINL and no other brand of steel shall be accepted. However the price variation shall be governed only on the basis of rates advised by SAIL to Railway Board and circulated by Railway Board to all zonal Railways irrespective of supply of steel from SAIL, TATA, TISCO, ESSAR and RINL. Mode of Payment/Measurement The payment shall be made on the basis of actual work done at site and Metric Tonne shall be the basis of the measurement. No payment shall be released under this item unless the test certificate produced by the contractor and the same is got approved by the Engineer in Charge. The payment for nut/bolts/washers shall be paid separately on the basis of the actual weight, however where ever, the welding is done in lieu of bolting, and then separate payment for welding shall not be made. Welding/bolting shall be done as shown in the detailed plan, however, it would be at the discretion of Engineer in charge where bolting/riveting is to be done or where welding is to be done.

Sr.No. 12-13- REINFORCEMENT STEEL 1.0 GENERAL

Steel used in the works shall be high yield strength deformed steel bars conforming to IS: 1786-1985 (latest revision).

All reinforcement work shall be executed in conformity with the drawings supplied and instructions given by the Engineer and shall be carried out in accordance with the relevant Indian Standards Specifications (IS: 2502).

2.0 INSPECTION & TESTING Every bar shall be inspected before assembling on the work and any defective, brittle, rusted or burnt bars shall be removed. Cracked ends of bars shall be cut out. Physical Test IS: 2062, IS: 1786 i) Up to 10mm Dia one sample per 25 MT or part thereof. (ii) Above 10mm Dia one sample per 40 MT or part thereof. Various physical tests should be carried out as per BIS Code.

3.0 LAPPING & WELDING (i) As far as possible, bars of the maximum length available shall be used. Laps shown on drawings or otherwise approved by the Engineer will be permitted. However, laps provided other than approved will not be measured for payment purpose. The rate is inclusive of all such provision. (ii) Welded laps shall be provided as specified by the Engineer.

4.0 SPACING, SUPPORTING & CLEANING (i) All reinforcement shall be placed and maintained in the position shown on the drawing. (ii) The contractor shall provide approved types of supports for maintaining the top bars of the slab in position during concreting. All cover blocks shall be of concrete (not sand cement mortar) and of the same strength as that of the surrounding concrete and properly compacted and vibrated on a vibrating table. They shall be cured for a minimum period of 14 days before they are used in the works. (iii) 1.1 mm PVC coated GI wire shall be used as binding wire. All bars crossing one another shall be bound with this wire twisted tight to make the skeleton of network rigid so that the reinforcement is not displaced during placing and compaction of concrete. (iv) Bars must be cleaned before concreting commences of all scale, rust or partially set concrete which may have been deposited there during placing of a previous lift of concrete. On no account shall the bars be oiled nor shall mould oil used on the formwork be allowed to come in contact with the bars.

5.0 WELDING Welding of reinforcement bar must be done in accordance to IRS Concrete Bridge Code. (i) Wherever specified, all welding shall be carried out in accordance with IS: 2751, 9471. Only qualified welders shall be permitted to carry out such welding. (ii) For cold twisted reinforcement, welding operations must be controlled to prevent a supply of amounts of heat larger than what can be dissipated. The extreme non-twisted end portion shall be cut off before welding. Electrodes with ductile coating should be used.

Page 134: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

134

(iii) The welding procedure shall be approved by the Engineer and tests shall be made to prove the soundness of the welded connection.

6.0 MEASUREMENT FOR PAYMENT Reinforcement shall be measured in length for different diameters used in the works including approved overlaps and excluding over weights. From the length so measured, the weight of reinforcement shall be calculated in tones on the basis of standard weights of bars. Wastage, overlaps other than approved, coupling, welded joints, spacer bars, chairs etc. and annealed GI wire 1.1 mm for binding shall not be measured and paid. Cost of these items shall be deemed to be included in the rates. The unit rate shall include cost of bending, placing, welding if required and fixing & binding in position of reinforcement as shown on the drawings and as directed by the Engineer. It shall also include cost of all devices for keeping reinforcement in approved position.

7.0 PROTECTIVE COATINGS In order to offer adequate resistance against corrosion reinforcement bars shall be provided with

fusion bonded epoxy coating conforming to IS 13620:1993 for which payment is included in the rate of reinforcement steel.

7.1 Anti-corrosive Treatment to HYSD Reinforcement Bars with Fusion Bonded Epoxy Coating (FBEC) 7.1.1 Fusion Bonded Epoxy Coating shall conform to the bid specifications and relevant I.S. Specifications. In

spite of producing test certificates by contractor for the proper quality of reinforcing bars, the quality of steel could also be tested by the FBE coating firm at plant for bend test before coating and that if the reinforcing bar fails, cost of conveyance of such steel to plant and removing from plant shall be at cost of the contractor.

7.1.2 The Fusion Bonded Epoxy coating shall be carried out by an authorized FBE Coating agency. Patch up materials shall be procured in sealed containers with certificates from coating agency. The contractor shall produce certificate from the FBE coating agency that the quality of powder epoxy material and other components of FBEC conform to IS. 13620:1993, along with each delivery challan of coated bars.

7.1.3 The coated reinforcement bars shall be tested at plant by the contractor and coating agency. Test certificates shall be jointly signed by authorized representatives of contractor and the coating agency. The tests on coated bars shall be as per I.S. for the following tests:

(a) Thickness (b) Continuity (c) Adhesion (d) Holidays Inspite of above tests and test certificates produced by the contractor and coating agency, the Employer

reserves the rights to carry out independent tests at plant for checking, if so desired. 7.1.4 Thickness of Fusion Bonded Epoxy Coating shall be 200+ 50 microns. Holidays in coating shall not be more

than six holidays per linear meter of coated bar. 7.2 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 bar while transporting. 7.3 Stacking The coated bars shall be stacked with separation gap between ground and bars with wooden batons between

rows of bars or handles of such tied bar, such wooden or padded contact shall be at spacing of not more than 60 centimeters. F.B.E. coated bars shall be stored on firm plate form minimum 30 cm. above ground.

7.4 The cut ends and damaged portion of bars, shall be touched up with special touch up materials as per specifications in minimum time gap, within four hours

7.5 The contractor will be paid for FBEC for the quantity of steel bars used in the work and paid under relevant item.

7.6 While bending the coated bars, the pins of work benches shall be provided with PVC or plastic sleeves. Contractor should install bar bending machines suitable for FBE coated bars and each bending operation should be done in a time not less than 90 seconds.

7.7 The coated steel bars shall be protected with opaque polythene sheets. 7.8 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. 7.9 In spite of all test certificates, if the coated bars are roughly handled by contractor either during

transport, fabrication, stacking, placing and concreting etc. or handled in such a manner as to

Page 135: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

135

damage the coating for area or portion more than reasonable, the Engineer or Employer reserve the right to reject the FBE coated bars. Rejected bars shall be removed by contractor from work site within three days. The decision of Engineer will be final.

7.10 MEASUREMENT FOR PAYMENT

Reinforcement shall be measured in length for different diameters used in the works including approved overlaps and excluding over weights. From the length so measured, the weight of reinforcement shall be calculated in tones on the basis of standard weights of bars. Wastage, overlaps other than approved, coupling, welded joints, spacer bars, chairs etc. and annealed GI wire 1.1 mm for binding shall not be measured and paid. Cost of these items shall be deemed to be included in the rates. The unit rate shall include all the operations described under clauses 7.1 to 7.9 above. The unit for making payment for the item shall be Metric Tonne.

Sr.No. -14: Providing, fabricating and supplying Hot-Dip Galvanized (300gm/sqm), Holding Down Bolts of grade 8.8 conforming to IS: 1367 (part3)-1991 and as per the detailed shop drawing Anchor bolts to be placed in the concrete foundation should be held in position with a wooden template. At the time of concreting anchor bolt locations shall be provided with suitable timber mould or pipe sleeve to allow for adjustment which shall be removed after initial setting of concrete. The spaces left around anchor bolts shall be linked to a stopping channel in the concrete leading to the side of the pedestal and on the underside of the base plate to allow the spaces being grouted up after the base plate is fixed in position along with the column footing. Grouting shall be of cement mortar 1:3 (1 cement: 3 coarse sand) or as specified. Mode of payment: The payment shall be made as per the actual weight of the bolts and actual work done and the unit of measurement shall be Kg. Sr.No. -15: Providing and fixing Single skin Hi-Rib profiled sheeting for roof side (Eaves) and gable

end cladding:

Material & Profile: The specifications and the profile of Hi–Rib profiled sheeting is tabulated below:-

Type - 1 Profile Type - 2 Profile

Profile : Klip-Lock System / KLIPPON system or

equivalent

Profile : Hi-rib or equivalent.

Product : ZINCALUME/GALVALUME Sheet

for roofing and Cladding

Product : ZINCALUME/GALVALUME Sheet for

roofing and Cladding

Substrate Coating : Aluminium Zinc coating AZ

150 or equivalent as per ASTM 792/AS 1397 :

1993

Substrate Coating : Aluminium Zinc coating AZ 150

or equivalent as per

ASTM 792/AS 1397 : 1993

Colour coating: Silicon Modified Polyester Paint

System/ XRW COLOUR BOND or equivalent as

per AS / NZS – 2728 : 1997

Colour coating: Silicon Modified Polyester Paint

System/ XRW COLOUR BOND or equivalent as per

AS / NZS – 2728 : 1997

Yield Strength : 300 Mpa (minimum) Yield Strength : 550 Mpa (minimum)

Thickness : 0.58mm TCT Thickness : 0.50mm TCT

Profile Dimensions : 406 mm to 500 mm cover

width, Ribs 41-47 mm depth @ 203 to 250 mm

C/c

Profile Dimensions : Ribs 28 to 30 mm depth @ 196

to 200 mm c/c

Minimum Weight : 6.02 Kg/m2 Minimum Weight : 4.24 Kg/m2

2 The work includes the supply, fabrication, erection and fixing of color coated single skin standing seam roof system with Clip – Lock (no penetration of the external roof surface shall be allowed except for longitudinal laps) with intermediate notch or Hi-rib profile sheets, coated with zinc-aluminum coating

Page 136: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

136

AZ – 150 coating as per ASTM792/ AS – 1397: 1993 and Silicon modified Polyester Paint system/Color bond XRW color coat or equivalent as per AS/ NZS – 2728: 1997 of approved color. The profile of sheet (corrugation) shall be adequate to withstand the dead load, live levels and wind loads for the specified purlin spacing. Length of each profiled sheet shall be preferably 12m or more. The steel manufacturers certificate confirming specification of the material and paint properties to ASTM 792/AS – 1397 : 1993 and AS / NZS – 2728 : 1997 must be submitted for the approval to the concerned authority prior to installation. The sheet shall have banding mark of the manufacturer on the back of the sheet @ 1 mt. c/c for confirming gentility of the material. Each lot of sheet shall necessarily be accompanied with Manufacturer’s Test certificate. Dimensions of the sheets are 930-1020 mm cover width, 28-32 mm crests@186 - 333 mm c/c manufactured out of .45 mm BMT (Base Metal Thickness) Hi-tensile Galvalume /Zincalume steel. The sheets shall have wide pans with 2-3 nos. stiffening ribs for effective water shedding and male / female ends with full return legs onside laps for purlin support and anti capillary flute in side lap. The sheets shall have a hot-dip Zinc-Aluminum alloy coating (150gms/Sqm consisting of 45% zinc and 55% aluminum mass total on both sides. AZ - 150 or equivalent as per AS 1397 -1993) minimum 550 Mpa yield strength with super polyester XRW quality paint coat or approved equivalent with approved color. The coating shall be as per AS/NZS 2728-1997 (category-3) The total coating thickness of 35 microns comprising of 20 microns exterior coat of super polyester 5 microns polyester reverse coat on back surface over 5 microns primer coat on both surfaces including side and end laps .The sheets shall be fixed using polymer coated hex head self drilling fastener as per AS-3566 class 3 on each crest of sheets for connection with purling and polymer coated hot dip stitching fastener at 300 centers on all side(Eaves) and end laps etc. Approved sealing tapes shall be used on side laps and end laps of sheets and closure to be provided at the last end of sheet. All types of steel sheets (roofing / cladding) shall be load tested to safely carry 1.1 times the design wind loads and coating thickness to the satisfaction of Engineer .Fastener shall also be load tested .All these tests shall be carried at factory /Approved lab. The contractor is to submit shop drawings for approval on the sheet profile, design, and details before installation. Before fabrication of the sheeting the contractor has to submit manufacturer test certificate the measurement shall be based on per unit of finished/laid area. Item should include curved sheets also where ever required .Rate includes contractor's materials, tools and plants, loading and unloading, transport and fuel, labours, taxes, duties, octroi, all leads and lifts etc. complete.

The contractor shall prepare the shop drawings based on the drawings supplied by the Engineer-in-charge or the concerned authority. These shall be submitted sufficiently in advance to the concerned authority for approval.

3 Coatings The sheet shall be pre-painted with Silicon Modified polyester paint or Color bond XRW or equivalent as

per AS / NZS – 2728 :1997 of approved color. The color shall have a total coating thickness of 35 microns (minimum) above zinc-aluminum coating, comprising of 20 microns exterior polyester coat on top surface over a 5 micron primer and conversion coat and 5 micron polyester back coat on back surface, over 5 micron primer and conversion coat. The coating shall be continuous and shall not leave any uneven patches, wrinkles, patches etc.

4 Accessories All specials and accessories shall also be factory fabricated. All the flashing and ridge cap of any other

covering shall be made out of the same material as that of roofing. All clips required to fix Kliplock sheet with structural support shall be made out of minimum 1.0mm thick hot dipped galvanized sheet.

For Kliplock sheets, special concealed fixed clips shall be fastened with no. 10 x 16 – 16mm (or as per design), galvanized (40 micron hot dipped) wafer head, self drilling, self tapping screw of approved make. The side laps of roof panel shall roll over the special clip and pressed by special pressing device.

The Hi-rib profile sheets, shall be fixed on steel runners by screws of Buildex make as per AS3566 class 3 either self drilled holes, on predrilled holes, to be fixed on every crest, including stitching bolts on side laps

5 Erection and Fixing The standards practice as specified by the manufacturer and as approved by the concern authority. All sheets and accessories must be stored and finally erected without any damage, dent, scratches etc. Wherever specified, the Hi-rib profile sheet shall be factory curved in desired radius of curvature as per site requirement / drawing by special crimping process. The contractor may be required to submit design calculation in support of the proposed profile of the sheet and over all the fixing system for the structural properties, standard loading etc. to the satisfaction of the design consultant and the client. The contractor shall also submit methodology for fixing and also a maintenance manual for routine maintenance.

Page 137: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

137

Flashing, capping and trims shall be formed out of same color coated substrate as that of the roofing sheet and shall be supplied in a minimum length of 2.5m. in the required shape and girths and fixed with fixtures compatible with the system. Silicon Sealant non-hardening, neutral cure type of approved make and grade shall be applied at all end laps. The flashings at the junctions of purlin portion & truss portion shall be designed properly for smooth disposal of rainwater and to make the joint leak proof.

The contractor shall ensure that panel erector is familiarized with the erection procedure and all the supporting members are straight, level, plumb and true before starting panel erection. Panels shall be erected according to approved shop drawings.

6 Precaution during storage and erection The corrugated sheets shall be stored separately in a covered godown / shed. Care shall be taken to avoid

contact with other construction material such as cement, concrete etc. The profiles sheets shall be stacked over elevated platform. Sufficient care is to be taken to see that no

material is stacked over the roofing material. Care shall be taken to use proper nylon flat belt / wire rope / sling for lifting the sheets for fixing.

No metallic sharp tools shall be left on roofing material / dragged over the sheet inadvertently. Industrial cloth lined gloves shall be used to avoid scratches / cuts on the laborer’s hand.

Method statement for fixing sheets of approved profile shall be submitted by the agency to the client and same shall be approved by Engineer-in-charge in consultation with design consultant.

7 Testing Original test certificate of manufacturer (Mill Test Certificate) shall be made available for the parent material indicating the chemical composition, mechanical properties etc. as per ASTM A 446 / AS 1397 / ASTM A 792 / AS 2728 or any other relevant code. Similarly test certificate for color coating and Aluzinc coating shall also be made available. To ascertain the Water tightness of the roofing system test shall be carried out by pouring water under pressure to stimulate condition of heavy intense rains on finished roof. Any leakage if detected shall be immediately rectified.

In addition to above, CLIENT may direct the contractor to carry out tests on the material in an approved independent laboratory and charges towards such testing shall be borne by the contractor. CLIENT may depute an agency to carry out third party inspection for the material. The contractor will be required to co-ordinate with the third party inspection agency to carry out inspection and charges towards all tests as per approved test plan shall be borne by contractor.

8 Measurement The payment shall be done on the actual finish / covered surface area of the sheet. The length and breadth shall be measured correct to nearest cm and the unit of measurement shall be sqm. No separate payment will be made for the laps of sheet, Flashing and accessories, bolts, nuts, washers, adjustable bolts. There are assumed to be included in the quoted rates. Sr.No.16 - Providing and fixing Precast cement concrete solid blocks in substructure and super-structure in all floors.....

PRECAST CEMENT CONCRETE SOLID BLOCKS

General:

a) This section covers the requirements for Solid Block work in walls and partitions of all floor levels.

b) The provisions of the following Indian Standard Specifications shall form a part of these specifications to

the extent they have been referred to or are applicable with this specification.

Materials a) Solid Block: The item is utilized for masonry work and manufacture of CC Blocks shall be done as per IS

2185: Part-I: 2005. The cement concrete blocks shall be of 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate of 6-20 mm size). The rate shall include the cost of sand, aggregate, formwork, mixing, compacting, handling, placing, scaffolding, curing of masonry etc complete with contractors own equipment, machinery, labour etc. The rate shall also include loading, leading, unloading the blocks at site, if required complete. The size of CC solid blocks shall be shall be as per design and requirement at site.

b) Mortar: i) The mortar for Solid Block masonry shall be composed of one part of cement and 3 parts of dry sand or as

specified proportioned by volume. ii) The unit measurement shall be a standard bag of cement (50 kgs.) assumed to be 35 liters (0.035 cum.).

Sand shall be measured in boxes of suitable size. In case of damp sand, its quantity may be corrected for bulkage.

Page 138: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

138

iii) Mortar shall preferably be mixed in mechanical mixers. However where hand mixing is permitted, cement and sand shall be mixed together thoroughly on a clean dry platform until the mixture is of uniform color. Water shall then be added to obtain a mortar of a consistency of a stiff paste. Care being taken to add just sufficient water for the purpose.

iv) Only that quantity of mortar shall be mixed as can be placed in the work within one hour of its mixing. Mortar unused for more than one hour from the time of mixing shall be rejected and removed from the site.

Workmanship: a) Only skilled and experienced masons shall be employed for laying masonry or block work.

b) All block shall be thoroughly soaked in water for at least six (6) hours before they are placed in the work. At the time of laying, the surfaces shall be just moist but not too wet to cause dripping water.

c) No broken block shall be used in the work unless it is absolutely necessary around irregular openings or for adjusting the dimensions of different courses and for closers, in which case, full bricks shall be laid at the corners, the bats being placed in the middle courses.

d) The block shall be laid in mortar to line, levels and shapes as shown in the drawings, slightly pressed and thoroughly bedded in mortar and all joints shall be properly flushed and completely packed with mortar so that no hollows are left. Edges of block shall not be damaged during handling. Vertical joints shall not come one over the other in the adjacent courses and shall not normally be nearer the one quarter of the brick length.

e) Fixtures, plugs, frames for doors and windows etc., shall be placed in positions shown in the plan while laying the courses and not later by removal of block already laid.

f) Verticality of the walls and the horizontality of the courses shall be checked frequently by means of plumb-bobs and spirit levels respectively.

Bond: Unless otherwise specified in the plans or ordered by the Engineer, English bond shall be used.

Joints: Joints shall not exceed 10 mm in thickness. All joints shall be struck flush with the face when placing,

for all the walls requiring plastered finish. Joints of brick work shown to be exposed in the drawing shall be raked out not less than 10 mm deep when the mortar is green to receive subsequent pointing treatment.

Rate of rising: The block masonry shall not be raised more than 60 cm per day and courses shall be raised in uniform

height as far as possible. Where this is not possible, the block shall be stepped so as to enable the later courses of masonry to bond with the former. The block work shall be done in stages as directed by the Engineer to ensure that the load transmitted to the structure does not exceed that for which it has been designed.

Scaffolding: This may be double or single as warranted by the working conditions. Scaffolding may be of timer

bellies, bamboos or tubular steel sections. All scaffolding shall be built of adequate strength to support all conceivable loads likely to come on them. Put log holes shall be made good brick to match the face work and holes shall be made good by filling solidly with 1:4:8 cement concrete.

Watering: All block work, when laid shall be initially protected against hot sun, and drying winds, if necessary, by

covering with wet sacking or similar other absorbent material. The brick work shall be kept wet for a period of at least 15 days after laying. At no time shall the mortar be allowed to dry.

Bed work: Should the mortar perish, i.e. become dry or powdery through neglect of watering or the masonry be

hollow or the work done not according to plans and specifications, the work shall be pulled down and rebuilt, all at the contractor’s cost.

Tolerances: The maximum permissible tolerances in masonry shall be a specified in IS: 1905 –Table – I.

MODE OF PAYMENT/MEASUREMENT The payment shall be done as per actual work done at site. The measurements for length, breadth and

thickness shall be measured correct to nearest cm and the unit of measurement shall be cum. Sr.No. 17-18: PLASTERING

General: This specification refers to the finishing of materials and plastering the surfaces of concrete, brick,

hollow block, masonry etc. Materials:

Page 139: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

139

Sand, cement and water shall be as specified in the general specifications for the reinforced cement concrete.

Workmanship: Surface Preparations: All joints in the face work that is to be plastered shall be raked out to a depth equal to not less than the

width of the joints or as directed by the Engineer. The raking shall be done taking care not to allow any chipping of masonry. The raking out shall be done when the mortar in the joints is still green. Smooth surfaces of concrete must be suitably roughened to provide necessary bond for the plaster. All dirt, soot, oil, paint or any other material that might interfere with satisfactory bond shall be removed. The surface to be plastered shall be cleaned and scrubbed with fresh water and kept wet for 6 hours prior to plastering. It shall be kept damp during the progress of the work. The plastering shall not be commenced unless the preparatory work is passed in writing by the Engineer. Plastering Operation:

a) Patches of plaster 15 cm. X 15 cm. (about 6” x 6”) shall be put on about 3 m (about 10’) apart as gauges to ensure even plastering in one plane. In all plaster work the mortar, shall be firmly applied with somewhat more than the required thickness and well pressed into the joints and on the surfaces and rubbed and leveled with a flat wooden role to give required thickness. Long straight edges shall be freely used to ensure a perfectly plane and even surface. All corners must be finished to their true angles or rounded as directed by the Engineer. The surface shall be finished to plane or curved surfaces as shown on the plan or directed by the Engineer and shall present a neat appearance. The mortar shall adhere to the masonry surface intimately when set and there should be no hollow sound when struck. Plastering shall be done from top downward. In any continuous face of a wall, finishing treatment of any type should be carried out continuously and day to day breaks made to coincide with Engineer Ural breaks in order to avoid unsightly junctions. All exposed angles and junctions with door frames etc., shall be carefully finished.

b) Moistening shall be commenced soon as the plaster has hardened sufficiently and is not susceptible to injury. Soaking of wall shall be avoided and only as much water as can be readily absorbed shall be used.

c) All plaster work shall be kept damp continuously for a period of 14 days. To prevent excessive evaporation, on the sunny or windward side of the buildings, in hot, dry weather, matting or gunny bags may be hung over on the out side of the plaster in the beginning and kept moist. Should the mortar of the plaster perish through neglect of watering or for any other default and if the work is not done as specified above, the plaster shall be removed and redone at the contractor’s expense.

Precautions: The standard of workmanship shall be of the VERY BEST quality and the whole of plastering is to be

carried out in the best possible manner to the entire satisfaction of the Engineer. Tools and accessories used in plaster work shall conform to IS: 1630 – 1960. Metal tools shall be cleaned after each operation. All tools shall be examined to see that they are thoroughly cleaned before plastering is begun. The programming of other building operations, before, during, and after plastering, shall e according to the instructions contained in IS: 1661. All general precautions as specified in IS: 1661. Clause no. 9, shall be taken and preparation of the background shall be done as laid down in clause no. 13 of IS: 1661. Care shall be taken to see that other parts of the work or adjacent works are not damaged while plastering. Scaffolding shall be as specified for the item of masonry.

Mode of measurement and payment:

All work shall be measured in Sqm. And as specified in IS: 1200. If the average thickness provided by the contractor is more than what is specified for any reason whatsoever no extra payment will be made.

The quoted rate shall include: a) Erecting, dismantling and removing the scaffolding. b) Preparing the surface to receive the plaster. c) Providing cement finish, or sand finish as specified of the minimum specified thickness. d) All labour, materials, tools and equipment to complete the plaster as per specification. e) Curing for 14 days. f) Any grooves, bands, drip moulds etc., if shown on the drawings or as directed by the Engineer. g) All lifts and leads.

Sr.No. 19:- Kota stone stone flooring

Stone slabs quality

Page 140: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

140

1 The stone flags shall be the best quality obtainable and approved by the Engineer. The stone slab shall be hard, even, sound, durable, and rectangular in shape and not less than 30 cm in either length or bread. The minimum thickness of stone should be 25 mm. However, the width will depend upon the requirement at site. They may be of unequal size (superficial size) but uniformity of size must be maintained for the flags used.

2 The flag shall be without any soft veins, cracks or flaws and shall have uniform colour. 3 The flag shall be smooth on top and shall be chiseled dressed on edges to at least half their depth true and

square, out of winding. The under face may be left quarry scrabbled. Laying of Kota stone flooring

The slab shall have the top (Exposed) face polished before being brought to the site. It should be laid on mortar of specified mix. The mortar shall be spread under the area of each slab, roughly to the average thickness specified in the item. The slab shall be washed, cleaned before laying. It shall be laid on top, pressed, tapped with wooden mallet and brought to level with the adjoining slab. It shall be fitted and laid aside. The top surface of the mortar shall then be corrected by adding fresh mortar at hollows. The mortar is allowed to harden a bit and cement slurry of honey like consistency shall be spread over the same at the rate of 4.4 kg. of cement per sqm. The edges of the slab already paved shall be buttered with white cement with or without admixture of pigment to match the shade of the slab as given in the description of the item. The slab to be paved shall then be lowered gently back in position and tapped with wooden mallet till it properly bedded in level with close to the adjoining slab with as fine as a joint as possible. Subsequent slab shall be laid in the same manner. Surplus cement on the surface of the slab shall be cleaned off. The flooring shall be cured for a minimum period of seven days

Measurements & Rates: - Length and breadth shall be measured correct to a cm. The payment shall be made in sqm. The rate shall include the cost of all materials, labour, tools, bedding mortar etc. involved in execution of the kota stone flooring work complete.

Sr.No. 20-21: FLOORING 1 Scope of Work

1.1 The work shall include providing floor finishes for the building all as shown on the "Good for Construction" drawings or as specified or as directed by the Engineer-in-Charge complete in all respects to give the quality of finished work as desired by and to the entire satisfaction of the Engineer-in-Charge. The work shall be carried out under the supervision of the manufacturer/ specialist Sub-Contractor who shall be appointed only after prior approval of the Engineer-in-Charge.

2 General 2.1 All floor finishing materials such as stone slabs, granite slabs or tiles, vitrified tiles etc. shall be used in

whole sizes. Wherever smaller sizes than the whole is required as per design the same shall be prepared by machine cutting after obtaining the permission of the Engineer-in-Charge. Manual cutting shall not be permitted except for curved patterns.

2.2 All stone slabs shall be machine cut on all the sides as well as the edges. All moulded edges shall be formed with edge moulding machines. All work of drilling, etc. shall be done with power tools. The thickness of 20mm specified for stonework shall be with a tolerance of ±2mm. However, once one thickness is established or adopted the same shall be followed throughout for the rest of the work.

2.3 All stone shall be polished using polishing equipment. 2.4 All ceramic tiles and vitreous tiles shall be laid with fit or open joints as required as per the pattern and

design shown on the drawings or as directed by the Engineer-in-Charge. The open joints shall be grouted and pointed using Bal Grout or joint filler, approved equivalent to give the desired shade, as per manufacturer's recommendations and as directed by the Engineer-in-Charge. The open joints shall be formed using spacers made of PVC or other approved material.

2.5 The allowance provided for the total thickness of the floor finish over the RCC slabs is 50mm. The base shall be screeded with concrete to make up the levels, for provision of the finishing material and the specified thickness of mortar. However, the cost for providing the mortar shall be deemed to be included in the rate.

2.6 Before commencement of flooring work, all the joints of the brickwork at the junction of the wall and the floor shall be raked open to provide good key for the base coat of the plaster. Nothing extra shall be paid for raking the joints.

2.7 Cement: Ordinary Portland cement shall be used for all flooring work. White or colored cement shall be used for providing a floating coat behind the tiles before they are laid.

2.8 Surface Preparation: All contaminants such as dirt, oil, paint, wax grease, bitumen, forming, curing and release agent’s efflorescence or other foreign matter shall be removed.

Page 141: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

141

3 Vitrified tile flooring 3.1 The Vitrified Tiles (Veil craft Shield- Element Nero) of minimum size 400x400x10 mm of approved make

or Somany or equivalent first quality shall be used in booking office area. The samples of Vitrified tiles are to got approved from engineer-in-charge prior to fixing at site. Rates:-The rates of flooring shall include the cost of all materials and labour involved in all the operations described above. The cost of bedding mortar under the stone flooring and tiles is included in the respective item of BOQ. Measurements: - Length and breadth shall be measured correct to a cm. The payment shall be made in sqm. Sr.No.- 22: Supply and utilizing Portland cement

1 Supply of cement is being taken for various SOR items covered under this tender. Payment of cement will be made in on account bill.

2 The cement used for this work shall conform to minimum IS: 8112-1989 from approved manufactures such as

Sanghi, Siddhi, JK Laxmi, Binani,Vikram, Ambuja, L&T, Birla or similar Major cement plants. Only Portland cement not more than 3 months old from the date of manufacture shall be used .contractor shall have to submit test certificate of the batch from the manufactures. It shall be transported and stacked by the contractor in his godown at his own cost with all safety against loss/theft by providing necessary security/watchman. No extra cost shall be entertained by the Railway.

3 TESTING: - For test check one or more samples of cement will be taken by the Railway/MRVC Administration from one or more bags of the same batch selected by the Administration at random and will be sent for testing. The testing will be done in any manner as deemed fit by the Administration. In case the cement does not conform to the relevant specifications, the whole batch will be summarily rejected and batch of cement shall not be allowed or used in work. The cost of all such test is to be borne by the contractor.

4 The cement brought for the work shall remain in the custody of contractor and a consumption register shall be meticulously maintained given quantity of work done / cements consumption every day at site as prescribed by the Engineer or his representative.

5 The empty cement bags for the supply of cement used in the work shall be the property of the contractor and the cost of the same shall be recovered at Rs. 3/- (Rupees Three only) per empty cement jute bags and Rs. 2.50 (Rupees Two and paisa fifty only) per empty polythene cement bags. However, it is pointed out to contractors that MRVC reserves the right to take empty cement bags which are in goods condition for its own use.

6 The Cement bags received through this item shall be utilized for carrying out works for items not included in the BOQ. All the items of BOQ include cost of Cement. No separate payment for Cement shall be made for BOQ items.

Sr.No. 23-24-25 PAINTING SCOPE OF WORK

The scope of work as enumerated under this tender includes painting of walls, ceilings, plastered and concrete surface steel work, timber surfaces, pipes as detailed in the bill of quantities.

1 QUALITY AND MAKE OF PAINTS The paints to be used for this work shall be first class quality paint of repute manufacturers and of

approved type, such as Asian paints, British paint Nerolac etc. and shall be approved by the Engineer.

PREPARATION PRIOR TO PAINTING The surfaces to be painted shall be thoroughly cleaning of all dirt, cement slurry with coir or wire brush.

The slight surface cracks shall be made good with hard stopping or filled with approved compound. Unevenness in the surface shall be filed in with plaster of paris and after filling the same shall be in one true place. Special care shall be taken in case of exposed concrete or shutter finish work. Scaffolding shall be double or single as required and directed. If ladders are used pieces of old gunny bags or cloth bags shall be tied on their tops to avoid damage of scratches to the plastered surfaces, etc. proper stage scaffolding shall be erected when painting the ceiling.

PAINTING OF STEEL/METAL SURFACES All duct, loose scales, and loose paints shall be removed completely with wire brush. All oil dirt grease

etc. shall be removed to get a perfectly clean surface ready for painting. PRIMING

Page 142: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

142

For all structural steel work, steel doors and door frames, service pipes etc., one coat of Red Oxide base paint shall be applied.

EMULSION PAINT The emulsion paint and primers shall be of approved make, quality, colour and shades. It should be from

standard manufacturer such as Asian paints, British Paints, Nerolac, etc. and shall be approved by the Engineer. The recommendation of approved paint manufacturers, whose products is used shall be followed regarding the preparation of the surface and the application of the priming and finishing coats. The contractor shall arrange for technical assistance and supervision from the paint manufacturer, during the execution of the painting work. After the priming coat has been applied and is perfectly dried, all holes, scratches if any, shall be repaired as mentioned in preparation of surface and then the second coat of approved shade and manufacture shall be evenly applied and allowed to dry. The third cot shall be carefully applied with roller to achieve smooth and even surface after the previous coat has dried up. Minimum 3 coats of paint shall be applied inclusive of primer coat. If a proper and even surface is not obtained to the satisfaction of the Engineer in 3 coats, contractor shall carry out additional coats of painting to approval at contractor’s expense. Care shall be taken that dust or either foreign material do not settle or disfigure the various coats.

FINISHING COATS All earlier coats of paint shall be thoroughly dry before subsequent coats are applied. No of coats shall be

as specified in the bill of quantities. PAINTING OF PLASTERED/COCNRETE SURFACE – EXTERIRO WALLS

PRIMING-EXTERIOR WALLS One coat of Birla white cement shall be provided as priming coat on newly plastered concrete/ masonry

surfaces as specified in the relevant item in bill of quantities. RATES:- The rates shall include the cost of all labour and material involved in all the above operations (including priming coat) described above. MEASUREMENTS:- The length and Height shall be measured correct to a cm. The area shall be calculated in sqm (correct to two places of decimal), except otherwise stated.

Sr.No. 26-27 & 28 ALUMINIUM WORK AND GLAZING

1 Scope of Work 1.1 The work shall include providing aluminum and glazing for the building for doors, windows, glazing,

skylights, semi-unitized structural curtain wall system, etc. and at any other locations and situations as directed by the Engineer-in-Charge in accordance with the design, patterns, shapes, thicknesses, details, all as shown on the "Good for Construction" drawings or as specified or as directed by the Engineer-in-Charge and also as per the specifications, standards and codes as given herein under, complete in all respects to give the quality of finished work as desired by and to the entire satisfaction of the Engineer-in-Charge.

1.2 The work shall be carried out by an experienced specialist Sub-Contractor who shall be appointed only after prior approval of the Engineer-in-Charge.

2 Materials 2.1 Aluminum 2.1.1 Aluminum shall conform to IS: 733, designation HE9-WP or HV9-WP alloy. Aluminum shall be

of superior quality extruded sections made by Indian Aluminum Co. or Hindustan Aluminum or Jindal or an approved equivalent manufacturer, of a gauge suitable for the work, anodized or powder coated to desired shade/colour, as specified.

2.2 Glass 2.2.1 Glass shall generally conform to the requirements of BS: 952 or JIS: R3203 or equivalent

standards. It shall be clean cut without edge faults and free from defects. Glasses shall be tested for critical parameters like flexural bending strength, fragmentation, bow and corrugation as per DIN: 1249 Part-12 with necessary test certificates from the manufacturer for each lot.

(a) Float Glass: Glass shall be clear Float Glass or Body Tinted Float Glass, conforming to JIS: R3203 manufactured by Float Glass India Ltd. or Gujarat Guardian Ltd. or approved equivalent manufacturer.

(b) Toughened Glass: Clear or Tinted Float Glass shall be toughened (tempered) for applications where specified. The glass shall be horizontally tempered as per DIN: 1249 Part-12 having no tong or suspension mark, and shall have machined edges with no burrs or sharp surfaces.

Page 143: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

143

(c) Laminated Glass: Two panes of Clear or Tinted Float Glass shall be laminated using a layer of PVB .76 mm. Laminated Glass shall be provided where specified. The preparation of Laminated Glass shall be as per BS: 952 Part 1.

(d) Mirrors: Mirrors shall be Copper Silvered Float Glass backed with two coats of paint applied by curtain coat technology.

(e) Insulating Glass: The Insulating Glass shall conform to BS:5713 and shall comprise two panes of Float Glass fixed with a gap of 12mm created by a spacer and hermetically sealed around the edges leaving a dehydrated air space.

2.3 Powder Coatings 2.3.1 Coatings for applications to aluminum alloys extrusion, sheets and preformed sections for

architectural purposes and their application, finish, performance etc. shall conform to BS: 6496 for powder coatings.

2.3.2 The coating (pure polyester) shall be as made by Berger or Nero coat or Jenson & Nicholson or approved equivalent.

2.4 Weather Stripping Weather stripping shall be wool pile manufactured by Anand Reddiplex Limited or an approved

equivalent manufacturer. The profiles shall be as follows:

Application Base width Pile heightSliding windows and doors

6.7mm 7.0mm

Casement windows 6.0mm 5.0mm Swing doors 9.0mm 8.0mm

2.4.2 Gaskets shall be of Ethylene Propylene Diene Monomer (EPDM) of approved profile and

manufacturer. 3 Handling and Storing Materials 3.1 Aluminum Work Fabrication and Components 3.1.1 All self-finished work shall be wrapped, taped or protected in an approved manner with

non-absorbent coverings. 3.1.2 These shall be delivered to a programme to reduce or eliminate site storage. 3.1.3 Coverings shall be removed just sufficient to enable jointing and assembling and shall be

replaced thereafter. 3.2 Glass 3.2.1 Glass shall be stored in dry, shaded and ventilated areas, on firm straight supports. Water

collection (condensation) between panes shall be prevented. 3.2.2 Mirrors shall be delivered wrapped and shall be kept wrapped until the time of fixing. 3.2.3 Different types of mirrors/glasses shall be stacked separately with proper identification. 4 Workmanship 4.1 General: 4.1.1 Aluminum Work shall be undertaken in accordance with sound engineering practice and as

follows: (a) Aluminum work shall be done as much as possible in the properly equipped workshop. (b) Site work shall be restricted to fixing and other operations that cannot be undertaken in the workshop. (c) Burrs, sharp edges and angles, coarse file marks, excess weld metal and similar imperfections shall be

removed. (d) Work shall not be permitted to corrode or otherwise deteriorate between fabrication and final treatment/

fixing. (e) Aluminum work shall be fixed in the Works in a manner that prevents corrosion due to contact

with incompatible metals and other materials. 4.2 Bending and Joint Faces 4.2.1 Aluminum shall be shaped by bending with machine without weakening or otherwise damaging the same. 4.2.2 Joint faces shall be formed to fit accurately in full contact. A suitable joint coating shall be used for bolted

or screwed connections. 4.3 Cutting Glass 4.3.1 All edge and surface treatment shall be done at the glass works after cutting to size. Glass shall be

cut to produce clean square edges. Any work to Toughened Glass shall be undertaken by the glass manufacturer prior to the toughening process. The edge of multiple glazed units shall not be nipped.

5 Performance

Page 144: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

144

5.1 The performance of windows, glazing, doors, and skylights shall be as given in BS: 6375 Parts 1 and 2 for weather tightness, operation and strength.

6 Sub Frames 6.1 All aluminum work shall be fixed to mill finished aluminum tubular sub frames. The sub frames shall be

fixed to brick work/concrete work using expansion bolts as directed by the Engineer-in-Charge. 7 Isolation

7.1 Where aluminum comes into contact with masonry, brick work, plaster or dissimilar metals, it shall be coated with an insulating coat of lacquer, paint or tape to ensure that electro chemical corrosion is avoided. The Contractor shall submit his proposal for the approval by the Engineer-in-Charge before related materials are ordered.

8 Protection 8.1 The Contractor shall protect the powder coated aluminum sections with clear or coloured tape. The tape shall not disfigure the finish. 8.2 The Contractor shall protect installed work with suitable measures to the entire Satisfaction of the Engineer-in-Charge. 9 Tolerances 9.1 The size of aluminum work shall not vary by more than ±1.5mm. 10 Cleaning and Completion 10.1 On completion of the first area of aluminum work and glazing and the quality of work accepted, the same

shall be cleaned of all dust and other deposits. 10.2 This area of aluminum work and glazing shall be retained as a sample of the finished work, wherein the

effects of weather, movement and other conditions shall be reviewed over a period not exceeding one month and the effects if found leading to unsatisfactory work, shall be remedied by the Contractor, until a satisfactory sample of finished work is accepted. All other work shall thereafter be completed to the same standard and quality as approved. Sr.No. 29 : Supplying and fixing in position 40 mm ARCHID PLY ASSAM Flush door The item included supply and fixing of single leaf, 40 mm thick (Archid Ply, Assam Flush Door) with 1.5 mm laminated Royal Touch or approved quality on both faces. The flush door shutter shall have a solid core, block board having wooden strips held in a frame constructed of styles and rails. Each style and rail shall be a single piece without any joint. The width of the styles and rails including lipping where provided shall not be less than 45 mm and not more than 75 mm. The width of each wooden strip shall not exceed 30 mm. The styles, rails and wooden strips forming the core of a shutter shall be equal and of uniform thickness. Wooden strips shall be parallel to the styles. End joints of the pieces of the wooden strips of small lengths shall be staggered. In a shutter, styles, rails shall be of one species of timber. Wooden strips shall also be one species only but it may or may not be of one species of styles and rails. The face panel shall be formed by gluing, by the hot press process on both faces of the core, either plywood or cross bands or face veneers. The thickness of the cross bands as such or in the plywood shall be between 1 mm to 3mm. The thickness of face veneers as such or in the plywood shall be between 5mm or 1.5 mm for commercial veneers and between 0.5 mm to 1 mm for decorative veneers. The directions of the veneers adjacent to the core shall be at right angles to the direction of the wooden strips. Finished faces shall be sanded to smooth even texture. Stainless steel fittings such as hinges, tower bolt, handle, stopper, stainless steel aldrop of 250 mm size of approved quality, CT wood frame size 100mmX75 mm including hold fast with primer and paint as per Railway specifications, installation complete. Rates:-The rate include the cost of materials, labour, T&P and all lead &lift etc. complete involved in all the operations described above.

Measurements: - Length and breadth of the shutters shall be measured to the nearest cm in closed position covering the rebates of the frames but excluding the gap between the shutter and the frame. Overlap of two shutters shall not be measured.

Sr.No. 30 : Providing and fixing laminated paste Looking glass(Mirror) 5 mm thick beveled edges round shape 600 mm diameter superior quality. The mirror shall be made of "SAINT GOBAIN" or "MODI GUARD"

1 The material shall be strictly as per the manufacturer and approved by Engineer-in-charge 2 The rates include drilling of necessary holes in the walls/tiles, fixing the mirror on the wall with CP screw,

making the walls good etc complete. Sr.No. 31: Door closure of Hatim Hardware & Fittings series No.H-061-H including necessary fittings & accessories. The rate includes cost of all materials, labour, T & P and all lead & lift etc. complete

Sr.No. 32: Aluminium Curtain Rods 25 mm dia.

Page 145: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

145

Rod shall be of 25 mm dia. Heavy aluminum powder coated (weight in gms of Rod -900 to 1050 per 3.66 mtrs.).Front wall mounted holders & support brackets shall be made of Brass with powder coated (weight in grams 0.340 per set) as approved by the Engineer –in charge. Sr.No. 33: NETLON The colour and the fabric of netlon mesh shall be got approved before procurement of the same to site from the competent authority. The tape shall be fixed to the outer frame as per the instructions.

Sr. No. 34: FRP doors Shutter : The Shutter should be machine moulded. The shutter shall be 35 mm thick. & fixed with three numbers steel Hinges of 100 mm length with steel cylindrical push button lock. The material for fibre reinforced Plastic (FRP) consists of 32 mm POLYEURITHENE FOAM as a core material of density of 40 Kg/cm3.

Frame : FRP door frame shall be 125x75 mmx 4 mm The door shall have long service life and resistant to chemical/algae/ Fungi attack Fittings : The FRP door shall have Aluminum powder coated fittings as under: Aldrop 200 mm long with 12 mm dia provided outside and inside Two handles of 100 mm. 3) Tower bolt of 100 mm length & 10 mm dia.

Sr.No. 35: SS RAILING WORK Fabricating, supplying and installing in position all types of railing to stairs, parapets, walkways, gates etc,

and all other locations made of stainless steel of SS 304 consisting of tubes of various size and other sections such as, flats, solid, square, circulars bars, box sections as called for etc. arranged in verticals and horizontals with spacing as required and anchored to sides of steps/slab etc, handrail and all other stainless pipes(wall thickness, minimum 2mm) fixed to stainless vertical through SS plates/flats as per approved drawings incl. Approved brackets and fittings, anchoring arrangements. all fixing accessories, all cutting bending, welding, grinding, drilling, tapping, handling, hoisting aligning temporary connections and all other incidentals including synthetic enamel paint of approved colour and manufacture to all MS inserts members etc and approved buffing to stainless steel members as directed by the Engineer In charge etc. complete. The hand railing and other members shall be bent to the correct profile and shapes as required by the engineer- In- charge.

RATES:- The rates includes the cost of stainless steel sections such as, flats, solid, square, circulars bars, box sections, handrail and all other stainless pipes(wall thickness, minimum 2mm) including approved brackets and fittings, anchoring arrangements. all fixing accessories, all cutting bending, welding, grinding, drilling, tapping, handling, hoisting aligning temporary connections and all other incidentals as per directions of engineer-in-charge complete.

MEASUREMENTS: - The work fixed in place shall be measured in running metres correct to a millimeter and their weight calculated on the basis of standard tables correct to the nearest kilogram. Sr. No. 37 : FALSE CEILING

1 The work shall include providing suspended ceilings for the building and shall include suspension grid systems, accessories and other things necessary to complete the work, including providing framing for all service outlets, fittings and fixtures, light fixtures, air grills and diffusers, provision of cavity barriers, partition of air-conditioning zones/areas above the suspended ceilings, trap doors and access panels etc., all as per design, pattern, details all as shown on the "Good for Construction" drawings or as specified or as per the instructions of the manufacturer all as directed by the Engineer-in-Charge complete in all respects to give the quality of finished work as desired by and to the entire satisfaction of the Engineer-in-Charge. The work includes shaped ceilings in plan & section.

2 The work shall be carried out by an experienced specialist Sub-Contractor who shall be appointed only after prior approval of the Engineer-in-Charge.

3 Preparation 3.1 The Contractor shall ensure that the soffits and other backgrounds are clean and fit to receive the

suspension systems and perimeter work. 3.2 The Contractor shall coordinate closely with the work of other agencies. 3.3 Setting out 3.3.1 The Contractor shall set out the work so that; (a) The correct ceiling level and profile are established. (b) The panel centers and the joint lines are established including layout at obstructions and in irregular areas. (c) Cutting of ceiling panels is minimized or avoided.

Page 146: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

146

(d) Mark the positions of access panels, luminaries, grilles, diffusers and other service equipment, fire checks and every thing else that affects the setting out.

(e) The locations of all fixing points are established. 4 Service Outlets 4.1 Service outlets such as for electric and lighting fittings, access panels and air-conditioning openings shall

be accommodated, as shown on the drawings and shall be shown on the shop drawings for the suspended ceilings. The shop drawings shall also show the suspension arrangement from the structure, taking into account ducting, piping and other services within the ceiling. Nothing extra shall be payable for providing the service outlets.

5 Handling and Storage 5.1 All the components shall be stored under cover in clean and dry conditions in a dust free area and shall not

be allowed to come into contact with cement, lime, plaster, mortar etc. which can damage them. Special care shall be taken in stacking Plaster of Paris bags. They shall be kept in dry conditions on a raised platform over wooden planks. The stacks shall be kept away from the walls.

6 Cutting 6.1 Power tools shall be employed for the work. Manual work shall be done only under exceptional

circumstances with the prior permission of the Engineer-in-Charge. 7 Cavity Barriers and Partitions 7.1 Cavity barriers shall be provided, to prevent spread of fire, above suspended ceilings in accordance with

the details recommended by the manufacturer and as directed by the Engineer-in-Charge. 7.2 Partitions for isolation of different air conditioning zones/ rooms shall be of specifications similar to that of

the suspended ceilings. 7.3 The cavity barriers and the partitions shall be measured in sqm as for the suspended ceiling and shall be

paid at the same rate as that of the suspended ceiling. Sr.No. 38:- Wheel valves These shall be of the Gun metal fitted with wheel and shall be of gate valve type opening full way and of size as specified. These shall generally conform to IS: 782 and their

Weights shall be as specified in table below : -------------------------------------------------------------------------------------------------- MM Flanged ends (kg) Screwed ends (kg) -------------------------------------------------------------------------------------------------- 15 1.021 0.567 20 1.503 0.680 25 2.495 1.077 32 3.232 1.559 40 4.082 2.268 50 6.691 3.232 65 10.149 6.804 80 13.381 8.845 ---------------------------------------------------------------------------------------------------

These items are for supplying and fixing valve of various diameters as indicated in the description of item. The quality shall be approved by the Engineer in charge. The rate shall be inclusive of the cost of materials and fixing charges etc. complete with all respects. Mode of Payment: The unit of the measurement is per each, and payment shall be made as per the actual work done at site. Sr.No. 39:- Angle cock chromium plated of jaguar makes code No.053 / Marc Series No. MOR-1060A as approved by engineer in charge. The rate of the item includes the cost of all the materials required for fixing/connecting the stop cock as per good for construction drawings and direction of engineer-in -charge. Sr.No. 40:- Providing and fixing C.P. ANGULAR STOP COCK as per model No. 053 of CONTINENTAL JAGUAR make.

The material shall be strictly as per the manufacturer model no. and approved by Engineer-in-charge. The rate of the item includes the cost of all the materials required for fixing/connecting the stop cock as per good for construction drawings and direction of engineer-in -charge. Sr.No. 41 : Providing and fixing in walls 15 mm dia C.P. brass BIB TAP, easy clean heavy type As per model No. 037 JAGUAR make including the cost of all materials required for fixing/connecting the Bib tap with G.I. pipe lines.

Page 147: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

147

Sr.No. 42,43,44 & 45:- The pipe shall be galvanized wrought iron & shall confirm to IS 1239-1969(part (ii). Galvanizing shall confirm to IS 4736. Pipes & fittings of which the galvanizing has been damaged shall not be used.

Laying and fixing: - The ends shall carefully cut. The pipes should be cleared of all foreign matter before being laid.

All pipe & fittings shall be fixed truly vertical or horizontal unless specified otherwise. Testing: - All GI Pipes & fittings shall be tested as per the provisions of relevant I.S. Code. Leaking joint

must be made leak proof /by tightening or redoing as ordered by Engineer. RATES:- The rates includes the cost of materials, cutting/chases in walls and making good the same. The rates include the cost of fittings such as clamps, bends, elbow, union etc. MEASUREMENTS: - The length of pipes as laid or fixed shall be measured in the running meters, correct to a cm. Sr.No. 46 & 47 :- Pipes shall conform to IS 13592: 1992 (Type A). The internal and external surfaces of the pipes shall be smooth and clean and free from grooving and other defects. The end shall be clearly cut and shall be square with the axis of pipe. The end may be chamfered on the plain sides. Slight shallow longitudinal grooves or irregularities in the wall thickness shall be permissible provided the wall thickness remain within the permissible limit.

Fixing and Jointing: Pipes shall be either fixed on face of wall or embedded in masonry as required in the description of the

item. Pipes shall be fixed perfectly vertically or to the lines as directed. The pipes shall be fitted to fitting with

seal ring confirming to IS: 5382 allowing 10mm gap for thermal expansion. Fitting: Fitting used shall be of the same make as that of the PVC pipes. Injection moulded or fabricated by the

manufacturer and shall have a minimum wall thickness of 3.20 mm. The fittings shall be supplied with grooved socketted ends with square grooves and provided with Rubber Gasket conforming to IS: 5382 The plain ends of the fittings should be chamfered .The fittings shall be jointed with the help of Rubber lubricant

Measurement: - The fittings shall be measured by numbers. The pipe shall be measured net when fixed correct to a cm . Excluding all fittings along the length.

Sr.No. 48 : Pipe clips. Pipe clips for PVC pipes shall be of best quality alongwith screws and shall be got approved before

procurement of the same at site. Sr.No. 49:- Polythene Water Storage Tank 1 Material: Polythene used for manufacture of tanks and manholes lids may be high density

(HDPE), low density (LDPE) or linear low density (LLDPE) and shall confirm to IS 10146. Polythene shall be compounded with carbon black so as to make the tank resistant to ultra violet rays from sun. The percentage of carbon black content in polythene shall be 2.59(+,-) 0.50 percent and it shall be uniformly distributed. The material used for the manufacture of tank, manhole lid and fittings shall be such that they neither contaminate the water nor impart any taste, colour, odor or toxicity to water.

2 Manufacture and finish: The tank shall be manufactured by rotational moulding process. Each tank and the manhole lid shall be of single piece, having arrangement for fixing and locking the manhole lid with the tank. Excess material at the mould parting line and near the top rim shall be neatly cut and finished. The internal and external surface of the tank shall be smooth, clean and free from hidden internal defects like air bubbles, pit or metallic or other foreign material inclusion. Capacity of the tank, minimum weight of the empty tank (without manhole lid) and the manufacture brand name shall be embossed on the top surface of the tank near manhole.

3 Shape, Size and Capacity: The tank shall be cylindrical vertical with closed top having a manhole. Diameter and height of the tank of various capacities shall be as per manufacturers specifications and the clearance of (+, -) 3 percent shall be permitted on these dimensions. Capacity of the tank or up to the bottom of the inlet location whichever is less. Capacity of the tank shall be specified. Extra capacity if any shall be ignored.

4 Weight and wall thickness: Minimum weight of empty tank (exclusive of manhole lid fitting) and the minimum wall thickness of top, bottom and sides shall be specified in CPWD VOL 02 Specification. Wall thickness shall be checked beyond 150mm of the edge where the direction of plane of tank surface changes.

5 Installation and fittings:- The flat base of the tank shall be fully supported over its whole bottom area on a durable rigid flat and level platform sufficiently strong to stand without deflection the weight of the tank when fully filled with water. Depending upon the capacity and location tanks may be suitably anchored as per the directions of the Engineer in –charge .For inlet, out let and other

Page 148: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

148

connections fully threaded GL,HDPE OR PVC connections with hexagonal check nuts and washers on either side of the tank wall shall be provided .Hole for threaded connections shall be drilled and not punched .Pipes entering or leaving the tank shall be provided with unions and suitably supported on firm base to avoid damage to the tank walls

6 Manhole lid: - The lid shall rest evenly and fit over the rim of the manhole so as to prevent the ingression of any foreign matter in to the tank . The lid shall be provided with suitable arrangement for locking it with the tank .

The tank and its components shall conform to the local bye laws for prevention of mosquito menace. Sr.No. 50: ORISSA WC &EUROPEAN TYPE W.C. (wall mounted)

The Orissa type W.C &European.(wall mounted) pan shall be of best quality and make as per description given in the schedule. The item includes all cost of materials, labour charges for fixing, fittings, fixtures, all lead & lift etc. complete with all respects. The item shall be operated as directed by Engineer in charge at site. The quality and coloured shall be approved by the Engineer in charge before fixing the same in position. The material shall be approved By Engineer-in-charge.

Sr.No.51 Feather touch flushing cistern moulded with high impact polystyrene, functional parts made of engineering grade ABS, nylon, acetal, superior quality rubbers ( having built in wall brackets 15 mm bore mosquito proof over flow pipe 100 mm in length including 25 mm diameter PVC flushing pipes to flushing cistern & sanitary fittings. The rate includes all labour, tools & plants, lead & lift, finishing etc. complete.

Sr.No. 52: The Wash hand basin shall be of best quality and make as per description and specifications given in the schedule. The item includes all cost of materials, labour charges for fixing, fittings, fixtures, all lead & lift etc. complete with all respects. The item shall be executed as directed by Engineer in charge at site. The quality and coloured shall be approved by the Engineer in charge before fixing the same in position.

The material shall be strictly as per the manufacturer model no. and approved by Engineer-in-charge The rates are for complete item including fixing, making necessary holes in the walls and making good the

same with contractors own material and labour complete. Necessary connections to the existing Drainage line/Water supply line has to be made by the contractor for

which no additional payment will be made, however SW/CI/GI pipes/ fittings used if any shall be paid against the relevant SOR items. Sr.No. 53 & 54:- Cast iron floor trap or Nahani trap shall be P or S type with minimum 50 mm seal. However, if the plumbing is in two pipe system and with a gully trap at the ground level the minimum water seal shall be 35 mm. The traps shall be 35mm. The trap shall be of self cleansing design and shall have exit of same size as that of waste pipe. These shall conform to: IS 1729. Sr.No. 55: Stone ware pipes and fittings All pipes with spigot and socket ends and fittings shall conform to IS: 651. These shall be sound, free from visible defects such as fire cracks or hair cracks. The glaze of pipe shall be free from crazing. The pipe shall give a sharp clear tone when struck with a light hammer. There shall be no broken blisters. The thickness of pipes shall be as given in the table below:- Internal diameter Thickness of the barrel and socket mm mm

a. 12

150 16

200 17

230 19

250 20

300 25

350 30

400 35

450 38

Page 149: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

149

The length of pipes shall be 60,75,90 cm exclusive of the internal depth of the socket. The pipes shall be handled with sufficient care to avoid damage to them. Sr.No. 57:- Cement concrete pipes/NP2 and specials Trenches 1. The trench shall be so dug that the pipes may be laid to the required alignment and at required

depth.

2. Cover shall be measured from top of pipe to the surface of the ground.

3. The bed of the trench, if in soft or made up earth, shall be well watered and rammed before laying the pipes and depressions, if any, shall be properly filled with earth and consolidated in 20 cm layers.

4. If the trench bottom is extremely hard or rocky or loose stony soil, the trench shall be excavated at least below the trench grade. Rocks, stone or other hard substances from the bottom of the trench shall be removed and trench brought back to the required grade by filling with selected fine earth or sand (or fine moorum if fine soil or sand is not available locally) and compacted so as to provide a smooth bedding for the pipe. Where excavation requires blasting operation, it shall be ensured that no pipes have been stacked in the vicinity and completed pipe line in the vicinity has already been covered before starting of blasting operations; this is necessary to prevent damage to the exposed pipes in the vicinity by falling stones as a result of blasting.

5. After the excavation of the trench is completed, hollows shall be cut at the required position to receive the socket of the pipes and these hollow shall be of sufficient depth to ensure that the barrels of the pipes shall rest throughout their entire length on the solid ground and that sufficient spaces left for jointing the undersides of the pipe joint. These socket holes shall be refilled with sand after jointing the pipe.

6. Roots of trees within a distance of about 0.5 metre from the side of the pipe line shall be removed or killed.

7. The excavated material shall not be placed within the 1 metre or half the depth of the trench, whichever is greater, from the edge of the trench. The materials excavated shall be separated and stacked so that in refilling they may be relaid and compacted in the same order ti the satisfaction of the Engineer-in-charge.

8. The trench shall be free from water. Shoring and timbering shall be provided wherever required. Excavation below water table shall be done after dewatering the trenches.

9. Where the pipe line or drain crosses an existing road, the road crossing shall be excavated half at a time, the second half being commenced after the pipes have been laid in the first half and the trench refilled. Necessary safety measures for traffic as directed shall be adopted. All types, water mains cables, etc. met within the course of excavation shall be carefully protected and supported. Care shall be taken not to disturb the electrical and communication cable met with during course of excavation, removal of which, if necessary, shall be arrange by the Engineer-in-charge.

Laying 1. Loading, transporting and unloading of concrete pipes shall be done

With care. Handling shall be such as to avoid impact. Gradual unloading by inclined plane or by chain pulley block is recommended. All pipe sections and connections shall be inspected carefully before being laid. Broken or defective pipes or connections shall not be used. Pipes shall be lowered into the trenches carefully. Mechanical appliances may be used. Pipes shall be laid true to line and grade as specified. Laying of pipes shall proceed upgrade of a slope.

2. If the pipes have spigot and socket joints, the socket ends shall face

Upstream. In the case of pipes with joints to be made with loose collars, the collars shall be slipped on before the next pipe is laid. Adequate and proper expansion joints shall be provided where directed.

3. In case where foundation conditions are usual such as the proximity of

Page 150: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

150

Trees or holes, under existing or proposed track manholes etc. the pipes shall be encased all-around in 15 cm thick cement concrete 1:5:10 (1 cement: 5 fine sand: 10graded stone aggregate 40 mm nominal size) or compacted sand gravel.

4. In case where the natural foundation is inadequate the pipes shall be laid either in concrete cradle supported on proper foundations or on any other suitably designed structure. If a concrete cradle bedding is used the depth of concrete below the bottom of the pipe shall be at least ¼ th of the internal dia of the pipes subjected to the min. of 10 cm and maximum of 30 cm. The concrete shall extend up to the sides of the pipe at least to a distance of ¼ th of the outside diameter of the pipes 300 mm and over in dia. Shall be bedded evenly and firmly and as far up the haunches of the pipe as to safely transmit the load expected from the backfill though the pipe to the bed. This shall be done either by excavating the bottom of the trench to fit the curve of the pipe or by compacting the earth under around the curve of the pipe to form an even bed. Necessary provision shall be made for joints wherever required.

5. When the pipe is laid in a trench in rock hard clay, shale or other hard material, the space below the pipe shall be excavated and replaced with an equalizing bed of concrete, sand or compacted earth. In no place shall pipe be laid directly on such hard material.

6. When the pipes are laid completely above the ground the foundations shall be made even and sufficiently compacted to support the pipe line without any material settlement. Alternatively the pipe line shall be supported on rigid foundations at intervals. Suitable arrangements shall be made to retain the pipe line in the proper alignment, such as by shaping the top of the supports to fit the lower part of the pipe. The distance between the supports shall in no case exceed the length of the pipe. The pipe shall be supported as far as possible close to the joints. In no case shall the joints come in the centre of the span. Care shall be taken to see that super imposed loads greater than the total load equivalent to the weight of the pipe when running full shall not be permitted.

Suitably designed anchor blocks at change of direction and grade for, pressure lines shall be provided where required. Jointing

1. Joints are generally of rigid type. Where specified flexible type joints may also be provided.

2. Rigid spigot and socket joint: The spigot of each pipe shall be slipped home well into the socket of the pipe previously laid and adjusted in the correct position. The opening of the joint shall be filled with stiff mixture of cement mortar in the proportion of 1:2 (1 cement: 2 fine sand) which shall be rammed with caulking tool. After a day’s work any extraneous material shall be removed from the inside of the pipe and newly made joint shall be cured.

3. Rigid collar joint: The two adjoining pipes shall be butted against each other and adjusted in correct position. The collar shall then be slipped over the joints, covering equally both the pipes. The annular space shall be filled with stiff mixture of cement mortar 1:2 (1 cement : 2 fine sand ) which shall be rammed with caulking fool. After a day’s work any extraneous materials shall be removed from the inside of the pipe and the newly made joint shall be cured.

4. Semi flexible spigot and socket joint: The joint is composed of specially shaped spigot and socket ends on the concrete pipes. A rubber ring shall be placed on the spigot which shall be forced into the socket of the pipe previously laid. This compresses the rubber ring as it rolls into the annular space formed between the two surfaces of the spigot and the socket, stiff mixture of cement mortar 1:2 ( 1 cement :2 fine sand ) shall then be filled into the remaining annular space and rammed with caulking tool. After day’s work any extraneous materials shall be removed from the inside of the pipe and the newly made joint shall be cured.

5. Semi Flexible collar joint: This is made up of a loose collar which covers two specially shaped pipe ends. Each end shall be fitted with a rubber ring which when compressed between the spigot and the collar, seal the joint. Stiff mixture of cement mortar 1:2 (1 cement: 2 fine sand), shall then be filled into the remaining annular space and rammed with a caulking tool. After day’s work, any extraneous material shall be removed from the inside of the pipe and the newly made joint shall be cured.

Page 151: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

151

6. Internal Flush joint: This joint is generally used for culvert pipe of 60 cm dia and over. The ends of the pipe are specially shaped to form a self centering joint with an internal jointing space 1.3 cm wide, the finished joint is flush with both inside and outside with the pipe wall. The jointing space is filled with cement mortar 1:2 (1 cement: 2 fine sand) mixed sufficiently dry to remain in position when forced with a trowel or rammer. After day’s work, any extraneous material shall be removed from the inside of the pipe and the newly made joint shall be cured.

7. External Flush joint: This joint is suitable for pipes which are too small for jointing from inside. This joint is composed of specially shaped pipe ends. Each ends shall be butted against each other and adjusted in correct position. The jointing space shall then be filled with cement mortar 1:2 (1 cement: 2 fine sand) sufficiently dry and finished off flush. Great care shall be taken to ensure that the projecting ends are not damaged as no repairs can be readily affected from inside the pipe.

8. In all pressure pipe lines the recess at the end of the pipe line shall be filled with jute braiding dipped in hot bitumen or other suitable approved compound. Pipes shall be so jointed that the bitumen ring of one pipe shall set into the recess of the next pipe. The ring shall be thoroughly compressed by jacking or by any other suitable method.

The number of pipes that shall be jacked together at a time shall depend on the diameter of the pipes and the bearing capacity of the soil, for small pipes up to 25 cm diameter, six pipes can be jacked together at a time. The quantity of jute bitumen in the ring shall be just sufficient ti fill the recess in the pipe when pressed hard by jacking or by any other suitable method. Before and during jacking care shall be taken to see that there is no offset at the joint. Testing For pressure pipes, the completed pipeline shall be tested for pressure (Known as site test pressure) which shall not be less than the maximum pipeline operating pressure plus the calculated surge pressure, but in no case shall it exceed the hydrostatic test pressure. For non pressure pipes the joints shall be tested as per procedure to a pressure of 2.5 m head of water at the highest point of the section under test. The test shall be carried out by suitably plugging the lower end of the drain and the ends of the connection if any and filling the system with water. A knuckle bend shall be temporarily jointed in at the top end and a sufficient length of vertical pipe jointed to it so as to provide the required test head, or the top may be plugged with a connection to a hose ending in a funnel which could be raised or lowered till the required head is obtained and fixed suitable for observation. If any leakage is visible, the defective part of the work shall be cut out and made good. A slight amount of sweating which is uniform may be overlooked, but excessive sweating from a particular pipe or joint shall be watched for and taken as indicating a defect to be made good. Any joint found leaking or sweating, shall be rectified or embedded into 15 cm layer of cement concrete (1:2:4) 30 cm in length and the section retested. Refilling of Trenches Back filling shall follow pipe installation as closely as possible to protect pipe from falling boulders, eliminating possibility of lifting of the pipe due to flooding of open trench and shifting pipe out of line by caved in soil. The soil under the pipe and coupling shall be solidly tamped to provide firm and continuous support for the pipe line. Tamping shall be done either by tamping bars or by using water to consolidate the back fill materials. The initial back fill material used shall be free of large stones any dry lumps. In stony areas the material for initial back fill can be shaved from the sides of the trenches. In bogs and marshes, the excavated material is usually little more than vegetable matter and this should not used for bedding purposes. In such cases, gravel or crushed stone shall be hauled in. The initial back fill shall be placed evenly in a layer of about 100 mm thick. This shall be properly consolidated and this shall be continued till there is a cushion of at least 300 mm of cover the pipe. If it is desired to observed the point or coupling during the testing of mains they shall be left exposed. Sufficient back fill shall be placed on the pipe to resist the movement due to pressure while testing.

Page 152: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

152

Balance of the back fill need not be so carefully as the initial material. However, care shall be taken to avoid back filling with large stones which might damage the pipe when spaded into the trench. Pipes in trenches on a slope shall have extra attention to make certain that the newly placed back fill will not become a blind drain in effect because until back fill become completely consolidated there is a tendency for ground or surface water to move along this looser soil resulting in a loss of support to the pipe. In such cases, the back fill shall be tamped with extra care and the tamping continued in 100 mm layers right up to the ground level. In case where pipes are not bedded on concrete special care shall be taken in refilling, trenches to prevent the displacement and subsequent settlement at the surface resulting in uneven street surfaces and dangers to foundations etc. The backfilling materials shall be packed by hand under and around the pipe and rammed with a shovel and light tamper. This method of filling will be continued up to the top of pipe. The refilling shall rise evenly on both sides of the pipe continued up to 60 cm above the top of the pipe so as not to disturb the pipe. No tamping shall be done within 15 cm of the top of pipe. The tamping shall become progressively heavier as the depth of the backfill increases. Measurements The lengths of the pipes shall be measured in running metre, nearest to a cm as laid or fixed from inside of one manhole to the inside of the other manhole. The length shall be taken along the centre line of the pipes over all fittings such as bends, collars, junctions, etc. which shall not be measured separately. Excavation, refilling, shoring and timbering in trenches, and cement concreting wherever required shall be measured separately under relevant item of work. Rate The rate shall be including the cost of materials and labour involved in all the operations described above.

Sr.No. 58: Ductile pipe. Sr.No. 59:- Fixing S.W. Gully Trap

Excavation The excavation of Gully Traps shall be done true to dimension and levels as indicated on plans or as

directed by the Engineer-in-charge. Fixing The Gully Trap shall be fixed on cement concrete foundation 65 cm square and not less than 10 cm thick.

The mix for concrete will be 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size ). The jointing of Gully outlet to the branch drain shall be done similar to jointing of S.W. pipes.

Brick Masonry Chamber After fixing and testing gully and branch drain, a brick masonry chamber 300x300 mm (inside) in brick

work of specified class in cement mortar 1:5 (1 cement : 5 fine sand ) shall be built with a half brick thick brick work round the gully trap from the top of the bed concrete up to ground level. The space between the chamber walls and the trap shall be filled in with cement concrete 1:5:10 (1 cement: 5 fine sand: 10 graded stone aggregate 40 mm nominal size). The upper portion of the chamber i.e. above the top level of the trap shall be plastered inside with cement mortar 1:3 ( 1 cement : 3 coarse sand ), finished with a floating coat of neat cement. The corners and bottom of the chamber shall be rounded off so as to slope towards the granting. C.I cover with frame 300x300 mm (inside) shall then be fixed on the top of the brick masonry with cement concrete 1:2:4 ( 1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size ) and rendered smooth. The finished top of cover shall be left about 4 cm above the adjoining ground level so as to exclude the surface water from entering the gully trap.

Measurement The work shall be enumerated. Excavation shall be measured separately under relevant item of earth work. Rate The rate shall include the cost of materials and labour involved in all the operations described above,

except earth work which shall be paid for separately. Sr. No. 60,61,62 & 63 Construction brick masonry manhole

Excavation The excavation for manhole shall be true to dimensions and levels shown on the plans or as directed by the

Engineer-in-charge.

Page 153: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

153

Bed concrete The manhole shall be built on a bed of cement concrete 1:4:8 (1 cement: 4 coarse sand: 8 graded stone

aggregate 40 mm nominal size) unless required by local authorities. The thickness of the bed concrete shall be 20 cm for manholes up to 4.25 m depths and 30 cm for depth beyond 4.25 m unless otherwise specified or directed by the Engineer-in-charge. In bad ground, special foundations as suitable shall be provided.

Brick work The brick work shall be with class 75 bricks in cement mortar 1:4 (1 cement : 4 coarse sand ). The external

joints of brick masonry shall be finished smooth, and joints of pipes with the masonry shall be made perfectly leak proof. For arched type and circular manholes, brick masonry in arches and arching over the pipes shall be in cement mortar 1:3 (1 cement :3 fine sand). In case of manholes of circular type the excess shaft shall be corbelled inwardly on three sides at the top to reduce its size to the cover frame to be fitted.

The wall shall be built of one brick thickness for depth up to 4.25 m. Below a depth of 4.25 m in ordinary subsoil the wall thickness shall be increased to one and half brick and at 9.75 m below ground two brick thick walls shall be built.

Plaster and pointing The wall of manhole shall be plastered inside with 12 mm thick cement plaster 1:3 (1 cement: 3 coarse

sand) finished smooth. In the case of arched type manhole the wall of manhole shall be plastered inside all around only up to the crown level, and flush pointed for the shaft with cement mortar 1:2 (1 cement : 2 fine sand ). Where the saturated soil is met with, also the external surface of the walls of the manhole shall be plastered with 12 mm thick cement plaster 1:3 (1 cement : 3 coarse sand ) finished smooth up to 30 cm above the highest sub-soil water level with the approval of the Engineer-in-charge. The plaster shall further be water proofed with addition of approved water proofing compound in a quantity as per manufacturer’s specifications. In case local Authorities/Bye laws specify richer specifications, the same shall be adopted.

For earth work excavation, bed concrete brick work, plaster and pointing, R.C.C work and refilling of earth, respective specifications shall be followed.

Benching The channels and benching shall be done in cement concrete 1:2:4 (1 cement: 2 coarse sand: 4 graded stone

aggregate 20 mm nominal size) and rendered smooth with neat cement. The depth of channels and benching shall be as given in table below:

------------------------------------------------------------------------------------------------------- Size of drain Top of channel at the centre Depth of benching at side Above bed concrete walls above bed concrete Cm cm ------------------------------------------------------------------------------------------------------- 100 15 20 150 20 30 200 25 35 250 30 40 300 35 45 350 40 50 400 45 55 450 50 60 ------------------------------------------------------------------------------------------------------- Foot rest All manholes deeper than 0.8m shall be provided with M.S. foot rests. These shall be embedded 20 cm

deep in 20x20x10 cm blocks of cement concrete 1:3:6 (1 cement :3 coarse sand : 6 graded stone aggregate 20mm nominal size). The concrete block with M.S. foot rest placed in the centre shall be cast in situ along with masonry and surface finished with 12 mm thick cement plaster 1:3 (1 cement : 3 coarse sand ) finished smooth.

Foot rests which shall be of 20x20 sq. M.S. bars shall be fixed 40 cm apart vertically and staggered laterally and shall project 10 cm beyond the surface of the wall. The top foot rest shall be 45 cm below the manhole cover.

Foot rests shall be painted with coal tar, the portion embedded in the cement concrete block being painted with thick cement slurry before fixing.

Manhole covers and frames

Page 154: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

154

The frame of manhole shall be firmly embedded to correct alignment and levels in R.C.C slab or plain concrete as the case may be on top of the masonry. After completion of work, manhole covers shall be sealed by means of thick grease.

Measurements Manholes shall be enumerated under relevant items. The depth of the manhole shall be reckoned from the

top level of C.I. cover to the invert level of the channel. The depth shall be measured correct to a cm. The extra depth shall be measured and paid as extra over the specified depth.

Rate The rate shall include the cost of materials and labour involved in all the operations described above but

exclude the cost of (1) excavation (2) M.S. foot rest and (3) 12 mm thick cement plaster with water proofing material applied at the external surface of the manhole if required. These items shall be paid for separately under relevant item of work.

Payment for extra depth of manholes shall be made separately under relevant item of work. . Sr.No. 64; Gun metal Sluice/Wheel valve: It shall be of gun metal fitted with wheel and shall be sluice

valve type of opening full way and as per the size specified. These shall generally confirm to IS: 778 and their weight shall be as specified below:

Mm Flanged ends(Kgs.) Screwed ends(Kgs.) 25 2.495 1.077 50 6.691 3.232 80 13.381 8.845

.

MAKES OF MATERIALS/PRODUCTS 1 All materials and products used in the work shall conform to the relevant standards/specifications and shall

be of approved make and design. A list of manufacturers/ vendors is given below for guidance. The approval of a manufacturer/ vendor/ shall be given only after review of the sample/ specimen by the Engineer-in-Charge. The complete system and installation shall also be in conformity with the "Applicable Codes, Standards and Publications".

2 List of Approved Makes for Products, Materials & specialist agencies is given below. Other equivalent manufacturers may be considered with prior approval, however the decision of the Engineer-in-Charge shall be final.

Details of Materials/ Products Manufacturer's Name and telephone/fax/telex no. (if

available)

Steel SAIL, TISCO, Rashtriya Ispat Nigam LTD, Essar, Jindal

Steel bolts SAIL, TISCO, Rashtriya Ispat Nigam LTD, Essar, Jindal

Cement Gujrat Ambuja, Ultratech, ACC, Rajshree, Birla Super cement, JK Laxmi, Vasavdatta, Narmada, Lafarge

Sand River course sand of Vaitarna, Surya, Dheka, Daman Ganga & Par

Roofing Kirby building systems India Ltd. , Tiger Steel, TATA Blue scope Steel, Era Metal Building system ltd. & Octavio.

Aluminium Composite Pannel Cladding

Alumilite India Pvt. Ltd. , SF Fabricators, Alumayer India PVT. Ltd.

Vitried Floor tiles Somany , Kajaria , H. & R. Johnson.

Tile joint filler Bal Endura from Ardex Endura

Page 155: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

155

PVC Tile Spacers Kajaria Ceramics Limited

Ceramic Tiles Kajaria Bell, Naveen, Somani, NITCO

Aluminium Sections Indian Aluminium Co./ Hindustan Aluminium/ Jindal

Details of Materials/ Products Manufacturer's Name and telephone/fax/telex no. (if available)

Aluminium Doors/ Windows/ Glazings/ Aluminium Composite Cladding

Aluminium Doors / Windows / Glazings / Aluminium Composite Cladding – Alumilite India Pvt. Ltd, Thane, SP Fabricators, Navi Mumbai, Alumayer India Pvt. Ltd., Mumbai, Alkarma, New Delhi, Glass Wall Systems Pvt. Ltd., Powai, Mumbai

Float Glass/ Toughened Glass/ Laminated Glass/ Insulating Glass/

Float Glass India Ltd.

Bevelled and Embossed Glass/ Mirrors

Gujarat Guardian Ltd.

Powder Coatings Berger or Nerocoat or Jenson & Nicholson

Extruded Ceramic tile Unitile

Concrete paver block DOVETEX, UNITILE, NITCO

"Granamite" of Restile Ceramics Limited "Marbo Granit" of Bell Granito Ceramica Ltd.

Stainless Steel Railings DLINE India Pvt. Ltd. DORMAT India Pvt. Lt.

Synthetic enamel ICI Dulux gloss

Emulsion paint ICI Dulux Velvet/Luxol Silk

Paints I.C.I., Berger, Nerolac, Jenson and Nicholson , Asian Paints and

Goodlass Nerolac.

Sanitary fittings Orissa Pan WC, Wash basin (normal)

Nycer , Perryware , Cera.

Plumbing water works “ C” class TATA , Sail , Zenith

UPVC Pipes Garware , Prince.

Page 156: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

156

Page 157: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

157

SPECIFICATIONS

FOR

ELECTRICAL (GS) WORKS

Page 158: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

158

TABLE OF CONTENTS

Sr. No.

Description Page No.

1 Scope

158

2 Miniature Circuit Breaker (MCB)

159

3 MCB Distribution Boards 159

4 LT Cables 159

5 Point Wiring 161

6 Lighting Fixtures 162

7 8

Equipment Earthing

Technical Specification for Pumps.

165

166

9 Codes and standards applicable 168

10 Approval 169

11 Scope Drawings

169

12 Co ordination with Power supply company authorities

169

13 Storage space & Safe Custody

169

14 Inspection & Testing of Material

270

15 Prices and Payments

170

16 List of Approved Manufacturers 171

17 Standing Indemnity Bond

173

Page 159: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

159

GENERAL SPECIFICATION FOR ELECTRICAL WORKS 1.0 SCOPE: The specification given below pertains to the entire electrical installation work to be carried out in the

proposed North & South Booking offices, Skywalks at Jogeshwari station in connection with extension of HB lines between Andheri – Goregaon stations.

1.1 Point wiring is to be provided to all points in the rooms, passage, staircases, lobbies, toilet blocks,

booking windows and general areas. Besides all of the above, this tender covers providing outdoor lighting, earthing system and laying of cables.

1.2 To ensure satisfactory and reliable service, safety from all possible hazards from the use of electricity

and to meet essential requirements and precautions regarding wiring of installations, code of practice for wiring as enumerated in IS: 732 1989 or the latest amended shall be complied with.

1.3 Good workmanship is the essential requirement for the compliance with code of practice as per IS: 732

1989 or the latest amended, for electrical wiring installation. 1.4 The installation shall be carried out in conformity with requirement of the Indian Electricity Act of the

year 2003 as amended up-to date and Indian Electricity Rules 1956 (Current edition 2005) or the latest, framed there- under and also the relevant Rules and Regulations of the Electric Supply Authority concerned.

1.5 All equipments, fittings, accessories, materials etc. to be procured for wiring the installations shall be

of adequate rating and confirm to the relevant and latest IS Specification. Details of approved makes of such materials and specification number, which are to be followed, are mentioned in this specification. These are for guidance only. Usage of material for which no approved make is mentioned, may be got approved from client or authorized authority. The specifications indicated are minimum requirement and contactor should supply, erect and commission the equipment/ System according to latest edition of applicable IEC/IS standards. All material shall be got inspected / approved by the client or its authorized authority.

1.6 Tentative Electrical Schematic single line diagrams are enclosed in the bid document. However, before

commencing of the work, the contractor shall submit conduit/ electrical lay out diagram. The same has to be got approved from the client.

1.7 Inspection, Testing and Commissioning of Installation: The contractor or his licensed and authorized wire man shall be available at all times during the

execution of work and shall attend & assist to the client for routine inspection. On completion of wiring, the general inspection will be carried by the client and the contractor in order to

verify whether the provisions of the rules explained in this specification have been complied with, accessories, fittings, wires, cables used are of adequate rating, approved make and specification and the quality of workmanship.

On completion of wiring work, the following tests shall be carried out with contractor’s tools and materials

before installation is energized and commissioned. (i) Insulation resistance. (ii) Earth continuity

Page 160: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

160

(iii) Earth resistance

On satisfactory completion of the work, joint inspection and attending to the defects and deficiencies pointed out, contractor shall furnish a completion certificate counter signed by a qualified electrical supervisor and counter signed by the contractor in the prescribed and approved form along with an ”As erected Electrical Layout Plan”.

2.0 MINIATURE CIRCUIT BREAKER (MCB):

‘C’ curve series Miniature circuit breaker shall have minimum short circuit breaking capacity as indicated in the schedule of quantities. If breaking capacity is not specified then it should not be less than 10 kA

3.0 MCB DISTRIBUTION BOARDS:

(i) The complete board shall be factory fabricated and ready for installation at site. (ii) The board shall be of wall mounted / cubical type construction, fabricated out of minimum 1.6

mm thick sheet steel, with powder coated paint finish. (iii) The board shall be complete with the following accessories: -

(a) Copper bus bar(s). (b) Neutral link. (c) Common earth bar. (d) DIN bar for mounting MCBs.

The standard constructional features of manufacturer for MCB DB are acceptable except for the thickness of sheet.

(iv) Main and Sub-Distribution boards of IP 43 protection shall be of standard company make. The board shall be of wall mounted/ Cubicle type construction, fabricated out of minimum 1.6 mm thick sheet metal with power coated paint finish and TP /DP/SP RCBO/ MCB shall be installed in DIN type channels

(v) Distribution board shall be located as near as possible to the load center. RCBO and MCB’s of

adequate rating shall be provided on each circuit. There shall not be any break in continuity of the neutral circuit.

4.0 LT CABLES: 4.1 The specification covers the transportation to site from MRVC stores, storing, installation/laying,

testing and commissioning of various size of 1.1 kV grade XLPE insulated PVC sheathed, Aluminium/Copper stranded armoured conductor cable confirming to IS: 7098 part 1 with latest amendment on wall/cable duct/PVC pipe/in trench as required with all the required accessories, terminating the cables in respective DBs / Switch boxes/Feeder pillar/MCB Bus ducting with clamps, termination/glands/lugs/joints and associated hardware etc. Cable will be supplied by MRVC for erection against indemnity bond.

4.2 The design, manufacture of performance of the cable should confirm to the latest applicable standards

of Bureau of Indian Standards. (IS: 1554, IS: 7098 Part I) 4.3 All cables except which are used for point wiring shall be XLPE and shall comply with the necessary

requirements.

4.4 Specifications for Installing L.T. Cables and Control Cables:

(i) Cable laying work shall be as per standard practice and conform to IS 1255-1983 or the latest amended.

Page 161: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

161

(ii) DELETED (iii) Cables laid underground/ In RCC pipes:

The procedure stated as below, shall be followed. However, before laying all precautionary procedures shall be adopted by the Contractor.

After excavation of cable trench, 100 mm layer of cleaned earth, then cables, and then another 100mm layer of cleaned earth with whole ‘B’ grade red bricks size 9”x4”x3”shall be put perpendicular to the cable (widthwise perpendicular). The entire excavation shall be refilled, leveled and neatly closed. Cables passing roads, culverts, drainages etc. shall be laid through concrete pipes of NP-4 class of suitable diameters of 1.5 m length as per IS: 458 with latest amended cable markers to be cemented in ground indicating No. of cables, sizes and sizes of pipe. All bends, entries through walls etc. shall be according to the maximum permissible bending limits as stated by the manufacturers. Entries through wall, the cable shall be protected by means of heavy duty PVC pipes (8mm thick) and in case of smaller sizes (below 35 sq.mm.) by means of galvanized pipe of ‘B’ Class only. The entire finished work of excavation shall necessary mean leveling of ground and all excess debris/ earth to be disposed off. C.I. Cable route marker shall be provided at end of straight length of cable route and at every change of direction of the route. The sample of cable route markers shall be got approved from the Architect/ PMC prior to installation.

(iv) Cables fixed on walls/ columns/ ceiling:

If cables are to be fixed on walls etc. then the same shall be done by using G I spacers and G.I. saddles using screws etc. Drilling on walls should be neatly done with electric drills and the cable fixed on walls should be done in one straight line avoiding any bends, sagging and kinks. All cables fixed on walls shall necessary be done following fire precautions and other electric safety measures. The maximum allowable distance between two cable supports shall be as under:

Cable Size Horizontal Vertical Upto 10sqmm 350 mm 450 mm 16sqmm-70sqmm 450 mm 500 mm 120 sqmm-400sqmm 700 mm 900 mm

(v) Cast Iron Plate Cable route markers as per Western Railway Drawing No. 1611-R shall

be provided for identification of cables buried in the ground at suitable distance and pipe shall be embedded in the concrete block of about 250x250x250mm. When the cable is to be run/ laid on the RCC/ brick wall, it shall be supported on GI ‘J’ hooks with bolts nuts by drilling holes on wall. The cable shall be run inside the two RCC half round pipes of 150 mm. dia. duly clamped together by GI clamp fabricated from 50x10 mm GI flat.

(v) Cable identification labels on noncorrosive or synthetic material of 1.5 mm thickness

indicating size of cable, route shall be punched and clipped with the cable.

4.5 Cable Termination of Cables and Joints:

a. For termination of cables of size 16 sq.mm. and above, suitable copper cable sockets/lugs of appropriate size and capacity shall be provided at terminal ends. This condition is applicable to single PVC insulated wires of 16 sq.mm. and above also.

b. Generally, Tubular sockets shall be used where grub screw/ clamp type fixing arrangement is

available at the terminating end. Reducer / spade type sockets shall be used where bolt and nut arrangement is available at terminating end.

c. The cable socket shall generally be fixed to the cable cores by crimping process.

Page 162: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

162

d. Irrespective of the size of the cable and the method of termination, the core end shall be cleaned and immediately covered with an oxide inhibiting/ corrosion inhibiting compound before termination.

e. The tail end wires shall be finished in an appropriate colour coded sleeves.

4.6 The metal sheath, metal screen (if any) and armour of the cable should be efficiently bonded and

earthed at both ends. All the metal pipes or conduits in which the cables have been installed should be efficiently bonded and earthed. Earthing and bonding shall be dome as per IS: 3043 1987

4.7 On completion of work the contractor shall submit “As Erected” cable lay out plan showing the

distance of cable joints, bends, etc. from the nearest electrical structure or any other land mark. 4.8 The contractor shall arrange for megger for insulation, continuity and earth testing before its Commissioning. 5.0 POINT WIRING: 5.1 SCOPE:

The scope of this part comprises the supply of all material including wires, ceiling rose, holders etc. for point wiring as specified in the BOQ, delivery, storing, erection, testing and commissioning of electrical wiring installation. Conduit:

Conduit shall be heavy duty Rigid PVC ISI marked for Point wiring as per IS 9537 Part III, including latest amendments and in accordance with the requirement set out in the schedule. The minimum dia. of the conduit shall be 20mm.

Accessories:

The conduit accessories shall comply with the relevant IS specifications and shall be compatible to the conduit used. The cover of accessories for outdoor use shall be made water tight in an approved manner. Normal bends/elbows of approved make can be used. Junction boxes used for suspension of fittings shall be secured to the ceiling, clamps or spacers as the case may be. Manufacturers standard MS/PVC switch boxes shall be used where modular type switches are to be mounted. All the looping shall be done either in switches or in the fitting. Fixing of Conduit:

a. Where conduit is to be laid on surface of ceiling/wall/column, the same shall be fixed to the

structures by means of adequate numbers and appropriate size of GI saddles of minimum 18 gauge fixed on GI clamps or on GI spacers as specified and shall run throughout adjacent to either steel work, walls or ceiling

b. Where the conduits or cables pass through the flooring the same shall be passed through a

galvanized/ MS painted pipe of suitable size fixed in the flooring so that conduits, cable or wires can be renewed at any time without breaking the floor. The pipe shall extend 75mm above the flooring and shall be flush with ceiling surface on other side.

c. Where the conduits are to be laid in concealed manner, at the time of casting of slabs/columns

the contractor shall lay the conduits with adequate number of deep junction boxes for easy and safe pulling of wires through them & also for installation of fittings, fans etc. Conduit drops to DBs and switch boxes too shall be made concealed in walls after chasing the walls. The chases made by the contractor shall be made good to surrounding surface finish by the contractor and cost of the same is deemed to have been included in the rate.

5.2 CONDUIT CAPACITY:

Page 163: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

163

The maximum capacity of a conduit for drawing PVC insulated copper conductor wires shall be in accordance with the following table. As for as practicable, circuit wiring and point wiring shall be drawn in different conduits.

Size of Wire (Made to IS: 694) Capacity of Conduit 20 mm. dia. 25 mm. dia. 1.5 Sq.mm. 5 10 2.5 Sq.mm. 5 8 4 Sq.mm. 3 6 6 Sq.mm. 2 5 10 Sq.mm. 2 4

5.3 POINT WIRING (FOR LIGHT POINTS, SOCKETS, ETC.):

The wiring shall be of tree system. Connectors should not be used without specific prior approval. Loop in on the phase side shall be at the switches. All ceiling roses shall be 3-plate type. Every fan point and socket point shall have individual control switch unless stated otherwise. Light points may be group controlled by one switch as shown on drawings or as directed at site by the Architects/Consultants/Engineer. Such a group will be called a set and will consist of one to up to six light points. No joint in wiring (Phase, Neutral, earth) shall be permitted. No bare conductor in Phase / Neutral will be allowed. Earthing shall be provided for all points according to the specification of the tender. The number of points in any circuit shall not exceed 10 in any case (unless otherwise stated) with load not exceeding 800 watts.

a. The point wiring in conduit consists of wiring from the switch board in conduit with insulated

earthing and its ancillary work such as bends, couplers, junction boxes, PVC insulated wires up to the fixed terminals of ceiling roses, connectors of fixtures, etc. via switch whenever called for. The bidder should carefully study all the tender drawings. The ceiling rose shall be provided for fittings, fan etc.

b. For easy identification, wires with different colors shall be used (e.g. Red, Yellow and Blue - for

Phases, Black for neutral and Green for Earth).

The PVC wires for phases, neutral and earth shall be stranded copper conductor, 1100 Volt grade manufactured to IS: 694 with latest amended and cross sectional area specified in the schedule of quantities.

6.0 LIGHTING FIXTURES: 6.1 General requirements: 6.1.1 All Lighting Fittings shall be complete with Fixtures, Lamps, Ballast and all the accessories necessary for

installation whether so detailed under item description or not. 6.1.1 Fixtures shall be installed at mounting heights as instructed on site by the

Architect/Consultants/Engineer. The cost of down rods, bracket, clamps and fixing is included in the item.

6.1.2 Fixtures and/or fixture outlet boxes shall be provided with hangers to adequately support the complete

weight of the fixture. 6.1.3 Pendant fixtures within the same room area shall be installed plumb and at a uniform height from the

finished floor. Adjustment of height shall be made during installation as per instructions of Architects/Consultants/Engineer.

Page 164: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

164

6.1.4 Fixture shall be completely wired and constructed to comply with the "regulations" and "Standards" for Electric Lighting fixtures, unless otherwise specified. Fixtures shall bear manufacturer's name and factory inspection label unless otherwise approved.

6.1.5 Wiring within the fixture and for connection to the branch circuit wiring shall be not less than 2.5 sq.

mm. copper for 250 Volt applications. Wire insulation shall suit the temperature conditions inside the fixture.

6.1.6 Detailed catalogue for all fixtures or, if so required by the Architects/Consultants/Engineer, sample

fixtures shall be submitted for approval to the Architect/Consultants/Engineer before orders for the fixtures are placed.

6.1.7 Recessed fixtures shall be constructed so that all components are replaceable without removing

housing from the ceiling.

• Lamps shall be supplied and installed in all lighting fixtures furnished under this contract.

• Lamps shall be of wattage and type as indicated in Bill of Quantity shown. Where not shown, the details shall be ascertained from Architect/Consultants/Engineer before procurement.

• Lamps for permanent installation shall not be placed in the fixtures until so directed by the

Architect/Consultants/Engineer and this shall be accomplished directly before the building portions are ready for occupation.

6.2 Ballast for Fluorescent fittings:

All fluorescent lighting fixtures suitable for 28/14 -Watt fluorescent tubes shall be provided with high frequency electronic ballast (HF Ballast) in the fluorescent tube light fixture. The HF Ballast should confirm to IEC 928 standard. Separate conventional wire wound ballast and condenser should not be used in the fixture. The operating power factor of the HF Ballast controlled fixture should not be less than 0.95. The HF ballast shall be Constant wattage, constant lumen output electronic high frequency ballast with total harmonic distortion less than 10 %.

6.3 Ceiling fan:

(i) Ceiling fans of 1400/1200 mm sweep with speed control by electronic regulator, capacitor, down rod, canopy, with three blades properly balanced, with two ball bearings to be provided. The suspension rod shall be of adequate strength having no joint. The suspension used shall be an accessory available with original fan. If the suspension length is required to be increased for some reason/ site condition, either rod from OEM is to be used or it shall be of GI pipe of adequate strength as approved by Engineer.

(ii) The lead wire shall be of nominal cross section area of not less than 1.5 sq.mm. Copper flexible,

and PVC insulated of 1.1 KV grade.

(iii) Unless otherwise specified, the clearance between the bottom point of the ceiling fan and the room floor shall be not less than 2.4 m. The minimum clearance between the ceiling and the plane of the blade shall be not less than 300 mm.

(iv) Anchor fastener supporting hooks in the roof shall be provided by the Electrical contractor for

suspending the ceiling fans wherever the civil contractor has not provided buried hooks. 6.4 Exhaust fan:

Exhaust fans shall be of 400/300/250/200 mm sweep with fixing frame, rubber bushing for absorbing vibration, robust metallic body with brass/ bronze bush bearing, plastic blades, lovoures, dust proof inspection covers.

The lead wire shall be of nominal cross section area of not less than 1.5 sq.mm. Copper flexible, and PVC insulated of 1.1 KV grade.

Page 165: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

165

A circular/ rectangular hole/ space of suitable size shall be provided in the wall for fixing of an exhaust fan. The frame, which shall be fixed by means of rag-bolts embedded in the wall. The hole shall be neatly plastered with cement and brought to the original finish of the wall. The Modification if any to be done in the wall/ window/glass etc is included in the scope.

6.5 Air conditioning units:

The AC units of various capacities are to be supplied, erected, tested and commissioned. These shall be not less than 3 star window/Split model air conditioner units with all accessories Viz. starting /running condensers, thermal relay with timer, compressor, blower fan, elegant front cover with detachable control knobs, oscillating fins, filter, remote control suitable for operation on 230V+/-10%, 50 Hz single phase AC supply confirming to IS: 1391 1992 or latest amended. The outer frame/ cage for fixing the AC shall be erected by the contractor. The Modification if any to be done in the wall/ window/glass etc is included in the scope. The cost of painted MS/ Stainless steel frame for condensing unit of Split AC is also included in the cost of the equipment.

6.6 Instant Water Heater DELETED 6.7 Call Bell

(i) Call bell shall of electronic type musical with fixing frame, erected on PVC/ wooden board and push button provided on board at suitable place and suitable to work on 230 Volts AC supply.

(ii) The lead wire shall be of nominal cross section

area of not less than 1.5 sq.mm. Copper flexible, and PVC insulated of 1.1 KV grade

6.8 Street Lighting:

DELETED 6.9 Water Cooler:

(i) Water cooler shall be storage type capacity 80 liters similar to USHA Model no. SS4080G with environmentally friendly refrigerant R-134 a, stainless steel tank, stand confirming to IS: 1475 1978 or latest amended with water purification system confirming to IS: 14727 1999 or latest amended.

(ii) The plumbing work of inlet/ outlet GI pipe connections are to be made and tap to be

provided.

(iii) The cost of plumbing work of inlet / outlet GI pipe connection for cooler as well as water purification system and 1’ high pedestal made out of bricks, tiles & cement with proper drainage is included in the scope.

6.10 Ceiling Rose:

(i) Ceiling rose should not embody fuse terminal as an integral part of it.

(ii) Only one pair flexible chord of nominal cross section area of not less than 1.5 sq.mm. Copper flexible, and PVC insulated of 1.1 KV grade shall be attached to the ceiling rose.

Page 166: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

166

(iii) Ceiling rose should be provided for all points such as fan, fitting, heater, geyser etc.

6.11 Boards / Base blocks:

Suitable Company make MS / rigid PVC as specified in Bill of quantity switch boards shall be used for mounting modular type switches, plugs, socket & electronic regulators, etc. for conduit/ surface wiring.

Base blocks if provided for wall mounted fixtures shall be rounded and made of rigid PVC. The chases made by the contractor shall be made good to surrounding surface finish by the contractor and cost of the same is deemed to have been included in the rate.

6.12 Meter Box

Weather, vermin proof and varnished marine teak wood board with bi-parting lockable door covered with steel wire mesh of suitable size and strength along with locking arrangements according to the space availability, shall be installed underneath the staircase or at suitable place in electrical room and fixed on to the wall. The board should have sufficient space to accommodate the Energy Meters, Double Pole Switches and Fuses as per requirement of power supply authorities, and a common energy meter of staircase, concourse, hall and outdoor lights etc. Provision of Energy meter and laying of incoming feeder from supply authorities are not included in the scope of this work. However the contractor shall provide all electrical equipments and carryout internal wiring of all the electrical equipments of the meter board as per requirement of power supply authorities.

7.0 EQUIPMENT EARTHING: Supply of Earthing Protection System: 7.1 Scope:

a. Earthing System to be provided shall comprise of earth electrode in earth pits, earth bus.

b. Entire earth system shall conform to the Code of Practice as per IS with its latest amendments. 7.2 Earthing Protection System:

a. Enclosures and frame work of all current carrying equipment and accessories, structural steel/ columns shall be adequately earthed to a single earthing system, unless separate earthing systems are specifically stipulated. All three phase electrical equipment shall be earthed at two distinct points.

b. Earth leads and risers shall follow as directed and as short a path as possible. Suitable risers shall

be provided as directed if equipment is not available when earthing is installed. 7.3 General Requirements for Earthing Protection Systems:

(i) Earthing work shall be carried out generally as per IS: 3043 1987 or latest amended.

(ii) The suitable length of GI medium class 50 mm dia pipe earth electrode to be provided which shall be buried in earth minimum 2.5 meters as per C. Rly. Drawing no. SR DEE G 1006

(ii) The earth pit shall be filled in with salt and charcoal in equal height / depth of 150 mm, all

rounds the pipe to the complete depth. The connection from the pipe shall be established with suitable size GI strip, bolts, nuts, washers, check, nuts etc. The pipe shall have through holes of 12 mm dia. provided at distance of 200 mm at right angle on its periphery.

Page 167: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

167

(iii) Wherever the specified ground resistance as per IS: 3043 or its latest amended version is not possible to obtain, then the extra earth electrodes are to be provided and inter connected with GI wire/strip until the specified resistance value is obtained.

(v) The Earthing connection shall be with 8 SWG GI wires and the same shall be provided between

the Meter board and earth Electrode.

7.4 Earth Electrode shall not be installed in proximity to a metal fence. It shall be kept clear of the building foundations and shall not be nearer than 2 meters from the outer face of the wall. The earth pipe shall be set vertically and surrounded with 150 mm. thick layers of charcoal dust and salt mixture. The top of the pipe shall be provided with funnel and a mesh for watering the earth pipe. The main earth conductors shall be connected to the electrode just below the funnel, with proper terminal lugs and check nuts. The funnel over the G.I. pipe and earth connections houses in a masonry chamber. The masonry chamber shall be provided with a cast iron cover resting over a C.I. frame embedded in masonry.

8.0 Technical Specification for Pumps.

i) General:

Unless otherwise specified in the tender specification, the equipments shall be suitable for operating on 415 ± 10% volts, 50 cycles, earthed neutral, 3 phase, 4 wire AC system.

All components, accessories, raw material and finished parts used in the manufacture and assembly of switch board, power and control circuit wiring and earthing system shall comply with relevant Indian Standards amended up to date. Where Indian Standards do not exist, International Standards specification shall apply. The entire work shall comply with Indian Electricity rules.

ii) Makes:

The contractor shall use the material as mentioned in the list of approved make in the tender. If however, the material or equipment specified is not available due to any genuine reason, the contractor shall prior to order get the written approval of the Client’s for the particular material/ equipment.

iii) Workmanship:

The workmanship and method of installation shall conform to the best standard of practice. All work shall be performed to the satisfaction to the Clients or his authorized representative.

Any work that in the opinion of the Clients or his authorized representative does not conform to the best standard practices shall be removed and reinstated by the contractor at his expense. Permits, Certificates and Licenses must be held by all tradesmen for the type of work in which they are involved, where ever applicable.

iv) Labels, Circuit charts and indexing:

The control panel indicating switches, isolators, starters and fuses shall be provided with labels suitably engraved with legible characters (not less than 5mm high).

The Contractor shall show details of labels on his working drawing, which should be submitted, to the Client for approval.

Labels inscribed with 6mm minimum size lettering red on a white background and words “DANGER 415 VOLTS” in English and Hindi shall be provided and fixed externally on covers and doors of bus bars chambers, link boxes and all equipment which are connected to more than one phase.

The control panels shall be fitted with circuit charts mounted on the inside cover. These charts shall be protected by sheet of Perspex 2mm thick.

Page 168: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

168

v) Type:

Cubicle switch Board of wall/floor mounted, fabricated from 14 gauge with 16 SWG doors, MS sheet with dust and vermin proof construction. It shall be powder coated of approved make and shade and shall be with hinged doors with Neoprene gasket and padlocking arrangement. The cubicles shall in general comprise of the following: a) Incoming main fuse switch unit with HRC fuses of required capacity.

b) Isolation switch fuse unit one for each motor. c) Fully automatic/ DOL starter/ Star-Delta appropriate for motor rating with ON/OFF

push buttons and ON/OFF indicating neon lamps for individual motor.

d) Single phase preventer & overload protection of appropriate rating for each motor.

e) Selector switch for pump operation. f) Panel type ampere meters of appropriate rating for each motor (96 mm x 96 mm).

g) Panel type voltmeter on incoming main with rotary selector switch to read voltage between

phase to neutral and phase-to-phase motor (96 mm x 96 mm).

h) Rotary switch for manual or auto operation for each pump. i) The following capacity contactors and overload relays shall be provided for

the different capacity motors OR as per manufacturer’s recommendation:

Capacity of motor

Type of starter Contactor current range

Overload relay

5 HP DOL 16 Amps. 6-10 Amps 7.5 HP DOL 16 Amps. 9-15 Amps 10 HP DOL/ Star

Dela 25 Amps. 9-15 Amps

For floor mounting, base channel of 75 mm x 75 mm x 5 mm thick shall be provided at the bottom.

Knockout holes of appropriate size and number shall be provided in the control panel, distribution boards etc. in conformity with the location of incoming and outgoing conduits / cables. Facility shall be provided for termination of the cable from both above and below the panel. Clamps shall be provided to support the weight of the cables. All the power wiring inside control panel shall be colour coded. The total height of the panel shall be limited to 2350 mm including the base channel.

vi) Rubber Mat:

Rubber mat 12 mm. thick shall be provided in front to cover the full length of all panels. Where backspace is provided for working from the rear of the panel, rubber mat shall also be provided to cover the full length of panels at the back also.

vii) Testing:

The panel shall be tested at manufacturer’s works and shall be got approved by Client or his authorized representative before dispatch to site.

(B) Pumps:

i) Pumps shall be supplied as per detail mentioned in the bill of quantity ii) The pump casing shall be of cast iron to and parts like impeller, shaft sleeve, wearing

ring etc. shall be of non-corrosive metal like bronze/brass/gun metal. The shaft shall be of stainless steel.

Page 169: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

169

iii) Bearing of the pumps shall be effectively sealed to prevent loss of lubricant or entry of dust or water.

iv) The pumps shall be provided with a plate indicating the suction lift, delivery head, discharge, speed and number of stages.

(B) Motors:

The motor shall be squirrel cage AC induction type/ submersible motor suitable for operation on 415 ± 10% volts 3 phase 50 Hz system or 230 ± 10% volts 1 phase 50 Hz system. The motor shall be totally enclosed fan cooled type. The class of insulation shall be B. The motor shall be rated for continuous duty and shall have a HP rating necessary to drive the pump at 150 percent of its discharge with at least 65 percent specified head. The motor shall conform to IS: 325- 1978.

(C) Cables:

a. Contractor shall provide all power and control cables from motor control center to motors. b. Cables shall conform to IS: 1554 and carry ISI mark. c. All incoming power cables shall be 3.5 core aluminum/ copper conductor PVC insulated/ PVC

sheathed FRLS armoured cable of 1100 volts grade. d. All control cables and wiring cables shall be copper conductor PVC insulated / PVC sheathed

FRLS armored cable of 1100 volts grade. e. Minimum size of control wiring shall be 2.5 sq. mm. f. Power wiring cabling shall be of the following sizes:

Up to 5 HP motor 3.5 x 4 sq. mm. Copper conductors From 6 HP to 10 HP motor 3.5 x 6 sq. mm. Copper conductors

(D) Earthing:

Earthing shall be provided in accordance with relevant ISS Codes and shall be copper strip/ wires. Sweated lugs of adequate capacity and size shall be used for all termination of wires. Lugs should be bolted to the equipments body to be earthed after metal body is cleaned of paint and other oily substance and properly tinned

a. All 3 phase motors up to 10 HP, equipment, 3 phase switches and control panels upto 60

Amps rating shall be earthed with 2 Nos. distinct & independent 3 mm. dia. copper wires.

b. All single-phase motors and control panels be earthed with minimum 3 mm. diameter copper conductor.

c. All 3 phase switches and control panels 63 Amps to 100 Amps rating shall be earthed with 2 Nos. distinct & independent 4 mm. dia. copper wires.

9.0 CODES AND STANDARDS APPLICABLE:

The entire electrical installation shall be carried out by the contractor to comply with the requirement of currently applicable regulations or acts in force in the area together with particular reference to the following.

a) Indian Electricity Rules

b) Fire Insurance Regulations. c) Indian Standard Specifications with particular reference to the following.

Sr. No.

IS CODE DESCRIPTION

1 IS: 732 – 1989 Code of Practice for Electrical Wiring Installations 2 IS: 694 – 1990 PVC insulated cable for working voltage up to and including 1100 V 3 IS: 1293 – 1988 Plug and socket outlets of 250 volts and rated current up to 16 Amps. 4 IS: 8130 – 1984 Conductors for insulated electrical cables and flexible cords.

Page 170: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

170

5 IS: 371 – 1999 Ceiling Roses - Specification 6 IS: 4615 – 1968 Switch socket outlets (non-interlocking type) 7 IS: 3854 – 1997 Switches for domestic and similar purpose 8 IS: 8828 – 1996 Electrical accessories- Circuit Breakers for Over current Protection for

household and similar Installation 9 IS: 1554 – 1988 Part

I PVC insulated (Heavy duty) electrical cables for working voltage up to and including 1100 V

10 IS: 1554 – 1988 Part II

PVC insulated (Heavy duty) electrical cables for working voltage from 3.3 kV and including 11 kV

11 IS: 3961 Part II Re commended current ratings for cables: PVC insulated and PVC sheathed heavy duty cables

12 IS: 3043- 1987 Code of practice of earthing 13 IS: 14772 – 2000 General requirement for enclosures for accessories for Household and

similar fixed installation - specification 14 IS: 2675 – 1983 Enclosed distribution fuse boards and cutouts for voltages not

exceeding 1000 V AC and 1200 V DC 15 IS: 12640 – 2000

part I Residual current operated circuit breakers for household and similar uses – Circuit breaker without Integral Over current Protection (RCCBs)

16 IS: 13947 – 1993 Part I

Specification for Low voltage switchgear and control gear – General rules

17 IS: 9537 – 1983 Part III

Conduit for Electrical Installations – Rigid plain conduits of Insulating material.

18 IS: 3419 – 1988 Fittings for rigid non- metallic conduit. 19 IS: 1258 – 1987 Bayonet lamp holders 20 IS: 1391 – 1992 Part

I Room air conditioners – Unitary Air Conditioners

21 IS: 1391 – 1992 Part II

Room air conditioners – Split Air Conditioners

22 IS: 1255 - 1983 Code of practice for installation and maintenance of power cables upto and including 33 kV rating

23 IS: 458 - 1988 Specification for Precast Concrete pipes (With and without Reinforcement

24 IS: 2062 - 1999 Steel for General structural Purposes 25 IS: 800 - 1984 Code of practice for general construction steel

10.0 Approval:

It will be sole responsibility of the contractor to get all approvals from Divisional Electrical officers of railways on behalf of MRVC. The contractor will get necessary Test Certificates and Completion Certificates from electrical or other relevant authorities. If any defects are pointed out by the Electrical Authorities, those will be rectified by the contractor, to the satisfaction of Electrical authorities without extra cost.

11.0 Scope Drawings:

The contractor shall coordinate with Civil Contractor and check architectural, structural, drawings etc. to avoid possible installation conflicts. The contractor shall review the layout drawings enclosed in the tender drawings. The contractor has to submit the conduit layout plan for approval.

12.0 Co ordination with Power supply company authorities:

DELETED 13.0 Storage space & Safe Custody:

The bidder shall make his own storage arrangement on site and guarding the same. The contractor is required to transport all materials like cables, switches, panels, light fittings etc. from the stores

Page 171: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

171

at their own expenses. Necessary labour for handling equipments and cranes etc. required for shall be arranged by the contractor.

14.0 Inspection & Testing of Material:

All equipment, fittings and accessories, material etc., selected for wiring installations shall conform to the relevant & latest ISS and should be purchased from authorized dealers/ sub-dealers and the proof of purchase should be submitted to client. All material shall be got inspected before supply through RITES/Client/ its authorized representatives. Inspection charges for items requiring RITES inspection will be paid directly to RITES by MRVC. No material will be used without prior inspection & approval of authorized representative of client.

15.0 Prices and Payments:

15.1 Unit prices for materials:

The unit prices indicated in the BOQ is inclusive of the prices for supplying of materials required under the particular item of schedule, storing, handling, testing and commissioning of installation in conformity of specification, Latest Indian Electricity Act and rules. The unit price is also inclusive of all incidental charges for transport, loading/unloading and handling of materials, commission for arranging dispatch direct from manufacturer’s factory/ authorised dealer/ supplier and completing all necessary formalities in this respect, such as submission of forwarding notes, all insurance premium, bankers charges for bank guarantee, indemnity bonds inclusive of cost of stamps, etc. The unit prices shall include all the taxes, duties and levies as per prevailing rates.

15.2 Unit prices for erection:

The unit indicated in the Explanatory Note or as per electrical technical specification given in the tender papers and also cover all cost of administration of the contract, insurance premium, banker’s charges for guarantees, cost of stamps, cost of storage, loading and unloading and handling of materials and for any road transport which the Contractor may use for carrying materials between his depot/s and site of work. The unit price includes cost of works and adjustments necessary to be done by the Contractor during or after the tests carried out. Prices for erection indicated in the BOQ are inclusive of cost of erection and material testing to be done by the Contractor to the extent

For distribution boards, panel, meter box, the complete set as indicated in the particular item of schedule and with quantities required for erection, Testing & commissioning based on its approved design/ drawing and not in piecemeal shall be considered for payment.

15.3 Payment for materials:

The details of payment against schedule items any shall be as under:

Item no. of Electrical Works Schedule Payment in percentage Supply Erection Commissioning Electrical Schedule B-1 ITEM 1: WIRING AND SUBMAIN WIRING 40 (On

laying of concealed conduit)

50 10

ITEM 2: LIGHTING FIXTURES, CEILING/ EXHAUST/ BRACKET FANS & EXTERNAL LIGHTING

60 30 10

ITEM 3: WATER COOLAR 60 30 10

Page 172: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

172

ITEM 4: PUMP 60 30 10 ITEM 5: AIR CONDITIONOR 60 30 10 ITEM 6: DISTRIBUTION BOARDS 60 30 10 ITEM 7: CABLES. RCC, PIPES ETC. NIL 90 10 ITEM 8: TOOLS, M & P 90 NIL 10

• Contractor’s certificate that all material has been supplied against schedule. • Supplier’s Challan and manufacturer’s challan. • Inspection certificate granted by Client’s/RITES representative. • Certificate of receipt of materials in good condition at Contractor’s depot/s duly

accepted by the Client’s Engineer. • Comprehensive Insurance on supply. • Indemnity Bond. (Copy enclosed)

15.5 Final settlement:

On Successful completion of defects liability period and issue of certificate of final acceptance of

entire installations, the performance security will be refunded /returned to the contractor after adjustment of any dues payable by the contractor to the client.

15.6 Inspection charges for the items requiring inspection of RDSO/ RITES will be paid directly

RDSO/ RITES by MRVC 16.0 List of Approved Manufacturers of Major Equipments/ Fitting/ Accessories/ Cables/ Luminaries

Sr. No.

Description of Item Manufacturer’s Name

1. Drinking Water cooler Blue Star, Voltas, Fedders Llyod, Sidwal, Kelvinator, Usha (Shriram),

2. Luminaries & Lamps Bajaj, Crompton, Philips, GE, Surya, Sylvania (Hevells), OSRAM,

3. Cables- XLPE insulated Asian Cable, CCI, Fort Gloster, Indian Cables, NICCO, Premier Cable, TORRENT, Oriental Power cable, Bharat Cab brand of Vardhaman Cable, Vishal brand of Dashmesh Cables, Havell’s, Teracom,

4. Moulded Case Circuit Breaker, MCB L&T, Siemens, MDS Legrand, GE, BHEL, CGL, Jyoti, Mysore Electric, HAVELLS, ABB, INDO ASIAN,

5. Air conditioners Voltas, Carrier, Blue Star, Fedders Lloyd, Sidwal, Videocon, Usha (Shriram).

6. Instrument Transformers Automatic Electric, CGL, JSL Industries, Control & Switch Gear (C&S)

7. Water Heater /Geyser Venus, Bajaj, Spherehot, Reycold. 8. Ammeter & Volt meter Rishabh (L&T), Automatic Electric, MECO, Shanti,

Toshniwal 9. Electronic Digital Meters & Static

Power meter & Logger Enercon System Pvt. Ltd., CG Schlumberger.

10. Cable –LT PVC/ FRLS insulated CCI, Fort Gloster, Indian Cables, NICCO, Finolex, Polycab, Vinicab, Ajanta, Universal, Uniflex, Imperial, TORRENT, Oriental Power cable, Bharat Cab brand of Vardhaman Cable, Vishal brand of Dashmesh Cables, Hevell’s, Teracom, Anchor

11. Fuses / HRC fuses and fuse holder Siemens, L&T, GE Power Control, ABB, BHEL, Bhartia Cutter Hammer, CGL, Jyoti, NGEF, Mysore Electric, Telemechnique, INDO ASIAN, Control & Switch Gear

Page 173: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

173

Sr. No.

Description of Item Manufacturer’s Name

(C&S) 12. TPN Switches complete with HRC

fuse (FSU) Siemens, L&T, GE Power Control, ABB, BHEL, Bhartia Cutter Hammer, CGL, Jyoti , NGEF ,Mysore Electric , Telemechnique.

13. Ceiling fan/ Bracket fan/ Exhaust fans

Bajaj, CGL, Jay Engg., Kedia, Khaitan, Orient, Havell’s, Anchor

14. H.T. Panel Alsthom, Siemens, ABB, Schnieder Electric, CGL, Kirloskar, Hindustan Electrics.

15. Distribution Boards MDS, Indo Asian, Crompton, Anchor, Havell’s 16. Heat shrinkable end terminations,

Straight through joints Raychem, RPG, XICON brand of CCI (REPL), Safe System, M-Seal of Mahindra Engg. & Chem..

17. PVC conduit and other accessories Precision / Circle ark / Clipsal 18. Cable sockets (Lugs) Dowells / Jainson / Mho /Universal 19. Piano switch, Modular switch,

socket, plug, 3 pin/5 pin of 6 Amps / 16 Amps fuse cutout, ceiling rose - flush mounting type, made out of non-ignitable moulded insulating material

Precision / Veto / Anchor / Cona / Roma / MK./ Legrand

20. Plug and sockets Precision / Veto /Anchor/ Cona / Roma / MK/ Legrand 21. PVC Casing and caping Presto / Plast / Asian / Precision

NOTE: -

1. Above brands are for guidance only and the employer reserves the rights to select any other equivalent brand.

2. The specifications indicated above are minimum requirement only. The contractor should supply, erect and commission the equipments/ system according to latest editions of IEC and IS Standards.

3. Bill of quantity, tender drawings and specification are complimentary to each other. However in case of conflict, the order in which they will be interpreted is Bill of quantity, tender drawings and Specification.

Page 174: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

174

Annexure

STANDING INDEMNITY BOND FOR ON ACCOUNT’ PAYMENTS/ PAYMENTS

(On paper of requisite stamp value) We, M/s. ……………………………do hereby undertake to hold at our stores Depot(s)/ sub Depot(s) worksite at/between …………….. for and on behalf of the President of India acting in the premises through the Chief Project Manager, MRVC, Mumbai (hereinafter referred to as employer) all materials for which ‘On Account payments/’Payments have been made to us against the Contract ……………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………… …………………..vide letter of Acceptance No. ….…………………. dated ……..……or contract agreement No. …………………………………. ………………… Dated ………… and also materials handed over to us by the employer for the purpose of execution of the said Contract, until such time the materials are duly erected or otherwise handed over to him. We shall be entirely responsible for the safe custody and protection of the said materials against all risk till they are duly delivered as erected equipment to the employer or as he may direct otherwise and shall indemnify the employer against any loss, damage or deterioration whatsoever in respect of the said materials while in our possession and against disposal of surplus materials. The said materials shall at all times be open to inspection by any officer authorized by the Chief Project Manager, Mumbai Railway Vikas Corp. Ltd. Mumbai. Should any loss, damage or deterioration of materials occur or surplus materials disposed off and refund becomes due, the employer shall be entitled to recover from us the full cost as per price included in Schedule (BOQ) to the Contract and also compensation for such loss or damage if any along with the amount to be refunded without prejudice to any other remedies available to him by deduction from any sum due or any sum which at any time hereafter becomes due to us under the said or any other Contract. Dated this ………………..day of ………… For and behalf of Signature of witness Name of witness in Block Letters Address.

Page 175: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

175

SECTION 6: DRAWINGS

Page 176: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

176

List of Drawings:

Drawing attached with Bid Documents.

Sr. No. Name of Drg. 1 Layout plan showing structures to be dismantled and site layout 2 Ground Floor plan (North elevated booking office) 3 1st floor plan (North elevated booking office) 4 Ground Floor plan (South elevated booking office) 5 1st floor plan (South elevated booking office) 6 Wiring Plan (Electricial)

Page 177: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

177

SECTION 7: BILL OF QUANTITIES

Page 178: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

In figures In words1 2 3 4 5 6 7

52278707.00

Note: -

Total Quoted cost

NET TOTAL AMOUNT OF FINANCIAL PROPOSAL

1

Basic cost Contractor's % Above/below/at Par

SCHEDULE A Civil Engg Items

2 SCHEDULE B Electrical Items

5. Bidders may please note that the basic cost in Item No.66 of Schedule B for SOR items are already inclusive of estimated 145% above W.Rly. SOR 1993 Part II rates for Mumbai Division.

1.The bidders shall quote his/their uniform percentage above/at par/below in figures and in words under column 5 and 6 under each schedule. The total cost shall be entered in Col.7

2. Where there is a discrepancy between the rate in figures and words, the rates in words will govern.3. Where there is a discrepancy between the unit rate and the line item total resulting from multipying the unit rate by quantity, the unit rte quoted shall govern.4. Bidders may please note that the basic cost in Item No.65 of Schedule A for SOR items are already inclusive of estimated 240% above W.Rly. SOR 1993 Part I rates for Mumbai Division.

Name of the work: Construction of elevated booking office at Jogeshwari (North) and (South), extension/modification of the existing foot-over bridges at Jogeshwari station of Churchgate-Virar suburban section of Mumbai under MUTP-II.

OFFER SHEET (SUMMARY OF COST )Sr.No

.Schedule Description of Schedule

50949412.00

1329295.00

176

Page 179: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

1 Excavation in all type of soils, boulders including rock not requiringblasting including dewatering by manual or mechanical means etc. as perspecifications with all contractor’s own machinery and equipments,crossing of track, shoring, strutting, timbering and buttressing with sand/clay bags and all such measures necessary to retain in position the sides ofthe foundation pit and including refilling the excavated material withwatering, ramming, leveling the site and disposing off the surplus/unusableearth to outside railway premises on nominated dumping ground ofMBMC as per directions of Engineer.Note: - 1. The rates are inclusive of all safety measuresto be adopted forprotection of structures in the vicinity of works.2. Payment shall be made only for design profile and no payment shall begiven for any over cut.

Cum 226.00 326.00 73676.00

2 Excavation in foundations in boulders includingrocks requiring chiselling(blasting is not permitted) by manual and mechanical means includingnormal dewatering etc. as per specifications with all contractor’s ownmachinery and equipments, labour, taxes , lead & lift, including disposingthe rock / stone at suitable nominated locations as per directions ofEngineer. Note:- 1. The rates are inclusive of all safety measures to beadopted for protection of structures in the vicinity of works.2. Payment shall be made only for design profile and no payment shall begiven for any over cut.3. The excavation shall be done by any means to suite site conditions forprotection of utility services such as cables, pipe lines etc.

Cum 150.00 921.00 138150.00

3 FILLING BACK in foundationsand trenches with already excavated earthincluding ramming and watering.

10 CUM

131.00 281.00 3681.10

Notes :1. Steel reinforcement will only be paid separately.

2. Length of piles shall be measured from the cut off level upto thefounding level3. Rate is inclusive of chloride free admixture such as superplasticizerand cover blocks.4. The rate is inclusive of chipping of pile top to remove laitance andconcrete above cut off level.

SCHEDULE-A (CIVIL ENGG ITEMS), BOQ OF ELEVATED BOOKING OFFICE AT NORTH AND SOUTH ENDS OF JOGESHWARI STATION IN CONNECTION WITH EXTENSION OF HARBOUR LINE

4 Providing cast-in-situ verticle RCC bored piles using ready mix cementconcrete of M-35 Grade ( minimum cement content 475 kg/Cum andmaximum water cement ratio 0.40)with 20 mm graded machine crushedstone aggregate through all types of soils, boulders, soft rock and hardrock with all contractor's labour, material (except reinforcement steel),tools and plants, chemicals, admixtures, taxes, royalty, all lead and lift etc.as per specifications, weigh batching of ingradients, mechanical mixing,placing, compaction with tremie pipe, using permanent/temporary liners orbentonite slurry etc, if required for avoiding side collapse, disposal ofexcavated materials as per direction of Engineer-in-charge to nominateddumping ground,levelling of ground,chipping off pile top to removelaitence concrete above cut-off level including cutting and removing linerabove cut-off level etc. complete as per direction of Engineer-incharge.(a)600 mm dia. pile .

Rm 1132 3191 3612212.00

177

Page 180: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

5. The rate is inclusive of any levelling of ground or filling required tomake working platform for piling and removing the platform andcleaning of site after piliing work to its original condition.

6. Minimum depth of embedment in rock shall be as per direction ofengineer- incharge.

5 Vertical load testing of piles in accordance with IS 2911 (Part IV)including installation of loading platform and preparation of pile head orconstructionof test cap and dismantlingof test cap after test etc. completeas per specification & the direction of Engineer in-charge.U 50 i il(a) Load testing on any pile by Dynamic load test method includingmaking allarrangement, machineries like Piling Winch, Chisel, covering plate on testpile,Emmitter,Reflector and other instruments required for displacementmerasuring,tooland plant ,labour etc. complete & submittingthe test resultas required in acceptable form to the satisfaction of Engineer-in-Charge.

No. 3.00 83080.00 249240.00

(b) Routine test No. 6.00 14960.00 89760.00

6 Supplying, fabricating, fixing, driving and providing mild steel liners 6mmor 8 mm thick as per directions of Engineer-in-chargeand permanentalyleft in place for 300 mm dia cast in steel RCC pile with bending to shape,welding, with all contractor's materials, labour, tool & plant etc. completeas per specifications and direction of Engineer-in-charge.

Note:1. Liners shall be provided for full height of pile or upto the depthof refusal of liners including the height of pile to be chipped off or as perthe instructions of the Engineer. Liner shall be paid only upto cut offlevel of pile. Liner above cut off level, if initially provided, shall not bepaid. Contractor will be allowed to take away liner-wastage above cutoff level.2. Nothing extra shall be payable for any wastage, fabrication tolerancesetc.3. Depth of liner shall be decided by Engineer-in-charge at site and hisdecision shall be final and binding on the contractor.

MT 47.97 58624.00 2812193.28

7 Providing 300 mm thick rubble soling in foundations, etc. with allcontractor's stone, material, labour, tools & plants etc. includingall taxes,royalty, all lead & lift, transportation etc complete as per Railway'sspecifications and direction of Engineer-in-charge

Cum 82.00 1302.00 106764.00

8 Providing and laying in situ M-15 grade PCC levelling course infoundations with broken stone aggregate of size not more than 40 mm ofapproved quality in base layer below foundationsetc., includingform workwherever necessary, compacting, curing etc. complete with contractor'slabour, materials, tool & plant, batching, mixing, transporting and placingas directed by the engineer includingdewatering & deslushing,all lead andlift etc. complete (Minimum cement content shall be 250 kg per cum)

Cum 54.00 5950.00 321300.00

178

Page 181: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

9 Casting and placing M-30 grade R C.C.(OPC 53 grade cement) read mixconcrete below and above bed level for, RCC structural elements Such asslabs, footing, pile caps, etc. with broken stone aggregates of size 6 mm to20 mm of approved quality including placing, compacting and providingrequired scafolding etc. with formed finish with all contractor's materials,including cement, labour, tools and plants, handling, weigh batching ,mixing, transporting, pumping,mixingadmixture,placing, vibrating, curing,shuttering, staging, and form work including dewatring etc., completer asper specificationsand as directed by the Engineer with all lead and lift etc.,complete ( Minimum cement content shall be 400 kg) Note: Steelreinforcement used under this item shall be paid separatly .

CUM 490.00 7002.00 3430980.00

10 Providing, fabricatingand fixing in position steel base plates, nut and otherfixtures etc. complete as per drawing and specification. Strucural steelshall confirmed to IS 2062-1992 ( including latest amendements) rateincludes welding with approved quality, welding rods, supply and fixing ofcorrect size bolts with nuts and washers confirming to IS 1364 including oprime primer coat of red lead paint confirmingto IS 102 or zinc chromatepaint confirming to IS 104, followed by two coat of approved finishedpaints with all contractors materials, labour, tools and plants netc. asdirected by Engineer in charge.

MT 2.00 60280.00 120560.00

11 Supplying Fabricating and launching standard steel sections confirmingtoIS 2062 (latest addition) includingwelding, bolting, riveting etc as per thedirections of engineer-in-charge.

MT 367 65250 23946750.00

Providing and placing in position high yield strength deformed TMT barprocured from primary manufacturer such as SAIL, TISCO or RashtriyaIspat Nigam Ltd. conformingto IS 1786/IS 1785 of all diameters in R.C.Citems. The rates includes supply, loading, unloading, transporting to site,cutting, bending, hooking, placing and fixing in position with contractor’sgalvanized binding wire, labour,Tools & Plants all lead & lift etc. as perthe approved drawings as directed by the Engineer.

Note: (i)The item will be paid only for quantities used actually. (ii) The wastage, cut pieces shall be taken away by the contractor andthe same will not be paid. (iii) The design overlaps / embedment length only will be paid and otheroverlaps will not be paid

13 Anticorrosive treatment with fusion bonded epoxy coated confirmingto IS1362, for reinforcementbars as per specificatiions& direction of Engineerin-charge with all contractor's labour, material, tools & plants etccomplete.

MT 93.00 16055.00 1493115.00

12 MT 93.00 53675.00 4991775.00

179

Page 182: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

14 Providing, fabricating and supplying Hot-Dip Galvanized (300gm/sqm),Holding Down Bolts of grade 8.8 conforming to IS:1367(part3)-1991 andas per the detailed shop drawing including all assemblies and accessoriesthat are required to be embedded in concrete work by other agencies, areincluded in the rate quoted by the bidder.

Kg 2060.00 95.00 195700.00

Bolts shall be of sufficient length to ensure that a minimum40mm lengthof threaded portion is embedded in concrete. Threaded portion to be leftprojecting outside the concrete surface shall be as per requirement ofsupplier's design and approved drawings and shall be protected fromdamage.Cost of fabricated, assembled and supplied bolts shall include all necessaryexpenses incurred, includingcosts of all washers, nuts, lock nuts and pinsthat may be required for securing the structural member with theembedded bolts.

15 Providing and fixing Single skin Hi-Rib profiled sheeting forroof,side(Eaves)and gable end clading such as 930-1020 mm coverwidth,28-32 mm crests@186 - 333 mm c/c manufactured out of .45 mmBMT (Base Metal Thickness ) Hi-tensile Galvalume/Zincalumesteel.Thesheets shall have wide pans with 2-3 nos. stiffeningribs for effective watersheding and male / female ends with full return legs onside laps for purlinsupport and anti capillary flute in side lap. The sheets shall have a hot-dipZinc-Aluminiumalloy coating (150gms/Sqm consisting of 45% zinc and55% aluminiummass total on both sides. AZ - 150 or equivalentas per AS1397 -1993 ) minimum550 Mpa yield strength with super polyster XRWquality paint coat or approved equivalent with approved colour.Thecoating shall be as per AS/NZS 2728-1997 (category-3) The ttal coatingthickness of 35 microns comprising of 20 microns exterior coat of superpolyster 5 microns polyster reverse coat

on back surface over 5 microns primer coat onboth surfaces includingsideand end laps .The sheets shall be fixed using polymer coated hex head selfdrilling fastner as per AS-3566 class 3 on each crest of sheets forconnectionwith purlins and polymer coated hot dip stitching fastner at 300centers on all side(Eaves) and end laps etc. Approved sealing tapes shall bused on side laps and end laps of sheets and closure to be provided at thelast end ofsheet.All types of steel sheets(roofing / clading )shall be loadtested to safely carry 1.1 times the design wind loads and coting thicknessto the satisfaction of Engineer .Fastner shall also be load tested.All thesetests shall be carried at factory.The contractor is to submit shop drawingsfor approval on the sheet profile,design,anddetails before installation.Themeasurement shall be based on per unit of finished/laid area.Item shouldinclude curved sheets also where ever required.Rate includes contractor'smaterials,tools and plants,loading and unloading,transport andfuel,labours,taxes,duties,octroi,all leads and lifts etc. complete.

SQM 2481.00 753.00 1868193.00

a) Same As per item for item described above but for plain 0.5 mm totalcoated thickness superpolyster XRW zincalume steel of similar materialfor ridge,apex of skylights/hips includingnotching,turningdown of edge ofcaping between ribs etc. all complete.

sqm 121.00 753.00 91113.00

180

Page 183: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

16 Providing and fixing Precast cement concrete solid block in substructureand super-structure in all floors in mix 1:2:4 of approved size for wallincludinghoisting and setting in position with cement mortar 1:3 includingcentering, shuttering, curing and finishing with all lead and lift withcontractors labour, material, tools and plants etc complete to thespecification & finish as directed by engineer in charge. (Min. Cementcontent 325 kg/m3)

Cum 126.00 6593.00 830718.00

17 CEMENT PLASTER 12 mm thick over WALLS/ CONCRETESURFACES in ONE COAT in 1:4 mix cement sand mortar including athin coat of finely ground pure FAT LIME PUTTY including finishingsmooth etc. complete. The rate includes cost of cement, sand, lime putty,labour, tools and plants, scaffoldings and also includesall lead and lift etc.,complete.

Sqm 753.00 137.00 103161.00

19 Supplying and fixing in position Kota stone slabs min. 25 mm thick inflooring for passage, stair case steps, etc. of approved quality, goodpolish includingTitaniumoxide waxing, etc. laid over 20mm thick base ofcement mortar and jointing with cement slurry mixed with pigments tomatch the shade of tiles with contractor's own labour, materials, all leads& lift etc. complete. The rate also include provision of rounding edgeswherever required

Sq.m 2204.00 1356.00 2988624.00

20 Providing and fixing 18 mm thick gang saw cut mirror polishedpremoulded and prepolished) machine cut for kitchen platform,vanitycounters,windows sills,facias and similars locations of required size ofapproved shade,colour and texture,laid over 20 mm thick base cementmortar 1:4 ( 1 cement :4 course sand) with joints treated with whitecement,mixed with matching pigment,epoxy touch ups,includingrubbing,curing,mouldingand polishing to edge to give high gloss finish etccomplete at all levels.

a Area of slab upto .50 sqm SQM 93.00 2852.23 265257.39

b Providing and fixing gun metal cramps of required size and shape in RCC/CC backing with cement mortar 1:2 (1 cement :2 course sand) includingdrilling necessary holes in stones and embedding the cramp in the hole.(fastner to be paid separately)

KG 195.00 576.00 112320.00

c Providing and fixing expansion hold fasteners on CC/RCC surfacebackings includingdrilling necessary holes and cost of bolt etc. complete.Fasteners with threaded dia 6 mm (Wedge Expansion type)

Each 372.00 19.00 7068.00

95836.0018 CEMENT SAND FACE PLASTER 20 mm thick overWALLS/CONCRETE SURFACE in TWO COAT in 1:4 mix external faceof building with WATER PROOFING COMPOUND of as Dr. fixitpidilite co. @ of 200ml per 50kg. Bag of cement including smoothfinishing etc. complete. The rate includes cost of cement, sand, and waterproofing compound, labour, scaffoldings tools and plants and also includesall lead and lift etc.,and making grooves if required in approved patterncomplete

Sq.m 494.00 194.00

181

Page 184: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

21 Supply & fixing glazed ceramic tiles best quality of size 300 x 200 mm(H. & R. Johnson, NITCO or equivalent) of approved colour, shade,design, pattern, in dado on 12 mm thick cement mortar 1:3 mix and jointswith white cement slurry mixed with pigments to match with the shade oftiles with all lead and lift complete. Rate includes cost of all materials,labour, T & P etc. complete.

SQM 99.00 705.00 69795.00

22 Supplying at site Ordinary Portland cement in 50 kg. Bags as per IS :12269 for use of work including storage etc.

Note :1. The cement is to be tested for each lot or as directed byEngineer in charge in the near vicinity or any other recognized laboratory.

Bags 100.00 359.00 35900.00

23 Finishingexterior surface of walls with one coat of Birla White Cement asa primer coat and two coats of exterior paints(Apex paint- Asian Paint orequivalent) of approved color and shade including cost of all materialslabour, scaffoldings, T& P, and brushes, water charges complete as per thespecifications, to the satisfaction of the engineer in charge.

SQM 494.00 124.00 61256.00

24 Levellingof walls with plaster of paris after scrapping the existing surface.Applying plaster of paris of required consistancy in two or three coats tomake wall perfactaly plumb, in line and with smooth surface as directed byEngineer. Rates includes contractor's materials, tools and plants, loading &unloading, transport and fuel, labours, taxes, duties, octrai, all lead and liftetc. complete.

SQM 753.00 147.00 110691.00

25 Providing and applying plastic emulsion paint in interior of building ofapproved brand, colour and shade to surfaces in minimum two or morecoats, if require to give smooth surface inclusiveof scaffolding, preparingto surfaces including priming coat with all lead & lift etc. complete. asdirected by engineer. The rates includes cost of all materials, labour, T &P, lead, lift etc. complete.

SQM 753.00 151.00 113703.00

26 Supply and fixing glazed aluminum powder coated sliding windowsshutters as per approved drawings. Rate includes all labour, materials,lead, lift, fixing etc., complete consisting broadly of following: 1) The frame of sliding window shall be aluminum hollow sections size63.5 mm x 38.1 mm x 2.00mm thick2) Channel for the double track shall be of size 62mm x 29.5mm x 1.3mmthick over the aluminum frame.3) Slidingshutter shall be of size 50mm x 20mm x 1.5mm thick with 4mmglass sheet panel plain/etched(50%) with all necessary accessories such asPVC liner on all side with interlocking arrangements etc. complete.Rate includes materials, labour, leadlift, transportation, fixing taxesetc.complet as directed by engineer All aluminum sections will be powder coated of approved shade. Theglazing shall confirming to IS:1081-1960

SQM 12.00 2825.00 33900.00

182

Page 185: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

27 Supply and fixing glazed aluminum-sliding/fixedwindows shutters as perapproved drawings. Rate includes all labour, materials, lead, lift, fixingetc., complete consisting broadly of following: 1) The frame of sliding window shall be aluminum hollow sections size100 mm x 40 mm x 2.00mm thick2) Channel for the three track shall be of size 92mm x 29.5mm x 1.2mmthick over the aluminum frame.3) Slidingshutter shall be of size 50mm x 20mm x 1.5mm thick with 5mmglass sheet panel plain/etched(50%) with all necessary accessories such asPVC liner on all side with interlocking arrangements etc. complete.Rate includes materials, labour, leadlift, transportation, fixing taxesetc.complet as directed by engineer All aluminum sections will be powder coated of approved shade. Theglazing shall confirming to IS:1081-1960

SQM 13.00 3599.00 46787.00

28 Supply and fixing aluminumpowder coated ventilator for toilets made outof Jindal (series A) .Frame size: 600 x 600 made out of section 44.28 x 44.46 x 3 mm thickGlass: 4 mm frosted glass to be used.

Sq.m 6.00 5209.00 31254.00

29 Supplying and fixing in position 40 mm ARCHID PLY, ASSAM flushdoor with 1.5 mm laminated Royal touch or approved quality on bothfaces, single leaf shutter with solid core block board with teak woodbedding all around and stainless steel fitting such as hinges , tower bolts,handles, stopper, stainless steel aldrop of 250mm size of approved quality,CT Wood frame of size 100mm x 75mm includinghold fasts with primerand paint as per Railway specifications, installation complete. The rateincludes the cost of all materials, labour, T & P and all lead & lift etc.complete as per specification & direction of Engineer.

Sq.m 11.00 5605.00 61655.00

30 Supplying and fixing superior quality mirror 5 mm thick with aluminumpowder coated frame at locations as directed by engineer includingcuttingof masonry & its finishing if requires. The rate includes allmaterial,labours, fixtures, all lead and lift, tools, plants etc.complete. (minimum size of mirror with frame 0.90x1.00 m )

Sq.m 6.00 2486.00 14916.00

31 Providing and fixing door closure of Hatim Hardware & Fittings seriesNo.H-061-H including necessary fittings & accessories as approved byengineer. The rate includescost of all materials, labour, T & P and all lead& lift etc. complete

Each 7.00 2320.00 16240.00

32 Supplying& fixing powder coated decorative Aluminiumrods for curtainsof 25 mm diameter with ornamental capping of rods on either ends withdecorative powder coated aluminium caps. The rate includes cost of allmaterial, labour, T & P all leads & lift etc. complete as per thespecifications and approved drawings. The materials colour & design ofcurtain rods shall be got approved by Railway Engineer before use onwork.

RM 30.00 224.00 6720.00

183

Page 186: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

33 Supplying & fixing nylon mosquito net of NETLON or similar make onexisting outer frame of windows with male, female Welcro tape system.The female shall be suitably fixed to existing outer frame of window byadhesive like fevicol & male to the frame. Male shall be fixed on the nylonmosquito net along the perimeter. Rate is inclusive of allmaterials,labour,lead,lift,transport,taxes etc.complete.

Sq.m 10.00 396.00 3960.00

34 Supplying and fixing FRP DOORS delux machine moulded of approvedquality including frame of size 125x75x4 mm, hardware stainless steelhinges of 4 inches 3 nos. & external steel cylindricallock push button typenecessary hold fasta as approved by Engineer-in-chargewith all lead andlift etc. complete.

(a) 0.75mx1.90mx35mm size. Each 3.00 7255.00 21765.00

Fabricating, supplyingand installingin position all types of railing to stairs,parapets, walkways, gates etc, and all other locations made of stainlesssteel of SS 304 consistingof tubes of various size and other sections suchas, flats, solid, square, circulars bars, box sections as called for etc.arranged in verticals and horizontals with spacing as required and anchoredto sides of steps/slab etc, handrail and all other stainless pipes(wallthickness, minimum 2mm) fixed to stainless vertical through SSplates/flats as per approved drawings incl. Approved brackets and fittings,anchoring arrangements. all fixing accessories, all cutting bending,welding, grinding, drilling, tapping, handling, hoisting aligning temporaryconnections includingcompletly fixing the steel railing at site and all otherincidentals including synthetic enamel paint of approved colour andmanufacture to all MS inserts members etc and approved buffing tostainless steel members as directed by the Engineer In charge etc.complete.

KG 715.00 583.00 416845.00

The hand railing and other members shall be bent to correct profile andshape as required by Engineer-In-Incharge.

36 Providing and fixing M.S. grill, gate, ladder, railing etc. of approveddesign includingfixing to the wall and steel window and painting two coatsof approved quality paint and shade over primary coat as directed byEngineer. Area may have straight or curved section. Payment for curvedsection will also be on actual weight used. Rates includes contractor'smaterial, tools and plants, loading & uploading, transport & fuel, labours,taxes, duties, octrai, all lead and lift etc. complete.Note :- The item will be paid only for quantities used actually. Thewastage, cut pieces shall be taken away by the contractor and the samewill not be paid.

KG 250.00 68.00 17000.00

35

184

Page 187: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

37 Supplying and fixing particle Board false ceiling of Anchor Tiles orequivalentmake at required height as per followingspecification. The gridof the false ceilingshall be AluminiumT-section of 35 mmX25 mmX 18 Gat 60 cm c/c in both directionsandsuspended from ceiling with 12 mm dia.M.S. bar anchors with cleat and flat iron clip. Aluminium L-sections of siz25 mmX25 mmX18 G shall be provided at the ends along the junctionofthe false ceiling and walls and joined suitably 12 mm thick ceiling tiles ofAnchor make or equivalent of size60 mmX60 mm shall be plated andfixed in position in each panel with screws. The dimension of the endpanels may vary according to overall size of covering.

SQM 394.00 968.00 381392.00

38 Providing and fixing gun metal gate valve with C.I wheel of approvedquality ( screwed end) :

25 mm nominal bore Each 7.00 320.00 2240.0050 mm nominal bore Each 7.00 648.00 4536.00

39 Providing and fixing angle cock chromium plated of jaquar make codeNo.053 / Marc Series No. MOR-1060A as approved by engineer incharge.

Each 6.00 785.00 4710.00

40 Providing and fixing stop cock chromium plated of jaquar make codeNo.069 / Marc Series No. MOR-1040 as approved by engineer in charge.

Each 10.00 1006.00 10060.00

41 Supply and fixing BIB TAP 15 mm dia having ISI mark as perrequirements including all material, labour, T & P etc. complete for allfloors and height as directed by engineer in charge

Each 10.00 222.00 2220.00

42 Making connection of GI distribution branch with GI Main of followingsizes by providing and fixing tee, includingcutting and threading the pipeetc. complete :

25 to 40 mm nominal bore Each 2.00 186.00 372.00

43 Supplying, laying, joining G.I. PIPES complete with G.I. fitting forEXTERNAL WORK (outside building) including excavation as requiredand filling in the trenches after testing the joints.

(a) (a )20 mm dia. RM 80.00 75.00 6000.00(b) (b)25mm dia. RM 90.00 94.00 8460.00

( C) (c)40mm dia. RM 40.00 134.00 5360.0044 Providing, fixing and jointing15 mm dia G.I.pipe with fittings of approved

special heavy quality (C-class) for concealed piping inside the buildingincludingmaking groves in masonry work, concrete up to required depth,painting all pipes and fittings with anti-corrosive bitumen solution andwrapping with high quality bitumen hessian cloth all around the pipe andfittings, finishingwith reach mortar (1:3) to make good the walls & floors,with all labours, materials, T&P and all lead & lift etc. complete asdirected.

RM 300.00 506.00 151800.00

45 Supplying and laying joining G.I. pipes complete with G.I. fittings forexternal work (outside building) including excavation as required andfitting in the trenches after testing the joints.

i) 50 mm dia pipe mtr 30.00 314.00 9420.00

185

Page 188: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

46 Providing and fixing PVC "Soil, Waste and Rain Water" (SWR) PipesSingle socketed includingmaking joints air and water tight with T- shapedrubber rings and rubber lubricants.

a 75 mm dia. RM 100.00 67.00 6700.00

b 110 mm dia. RM 100.00 127.00 12700.00

47 Providing and fixing PVC bend with Access Door” (Door on TOP inelevation) includingmaking joints air and water tight with T-shaped rubberrings and rubber lubricants.

a 75mm dia. Each 12.00 85.00 1020.00

b 110mm dia. Each 12.00 142.00 1704.00

48 Providing and fixing “pipe clips” with raw plugs and screws includingJumpering in wall and making good the same (a) 110 mm dia.

Each 18.00 11.00 198.00

49 Supplying, hoisting and installing heavy density polythene water storagetanks ( Sintex or equivalent)at various capacities made by using only FDAapproved grade of polythene. The tank shall be moulded to Seamlessperfection by rotationals mouldingprocess. The tank shall be of cylindricaland vertical type with top lid having locking arrangement, The tank shallbe provided with suitable inlet and outlet. PVC flocks with brass rocks andcheck nut system.

Ltr. 7500.00 4.50 33750.00

50 Providing and fixing European type W.C. pan, wall mounted with integraltrap,Cera make. The rate includes cost of all materials labours,transportation, lead, lift, taxes etc. complete as directed by engineer.

Each 3.00 7504.00 22512.00

52 Providingand fixing 450 mm x 300 mm (flat back) WASH HAND BASINwhite vitreous china with fittings such as C.I. brackets painted white one15 mm C.P. brass pillar with foam water tap, 32 mm diameter rubber plug,C.P. brass chain, 32 mm C.P. brass waste of standard pattern, 32 mmdiameter C.P. bottle trap and union complete, includingmaking good thewalls etc. where required. The item includes cost of all material, cement,sand, transportation, labour, T & P and all leads and lifts etc complete.

Each 3.00 2187.00 6561.00

53 Providing and fixing stainless steel grating for floor/nani trap with cost ofall materials , labour, T&P and all lead & lifts etc complete

Each 6.00 31.00 186.00

54 Providing and fixing C.I. FLOOR TRAP with 100 mm inlet and 100 mmoutlet of self cleaning design with C.I. screwed down or hinged gratingwith or without vent arm complete including cost of cutting and makinggood the walls floor etc. The item includes cost of all material, cement,sand, transportation, labour, T &P and all leads and lifts etc complete.

Each 6.00 316.00 1896.00

51 Supplying & fixing feather touch flushing cistern of 10 ltr. capacitymoulded with high impact polystyrene, functional parts made ofengineering grade ABS, nylon, acetal, superior quality rubbers ( havingbuilt in wall brackets 15 mm bore mosquito proof over flow pipe 100 mmin length including25 mm diameter PVC flushing pipes to flushing cistern& sanitary fittings. The rate includes all labour, tools & plants, lead & lift,finishing etc. complete.

Each 3.00 2209.00 6627.00

186

Page 189: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

55 Providing, laying and jointing SALTGLAZED STONEWARE PIPEincludingS.W. specials complete with gasket of hemp or spun yarn neatlyfinished with grout of cement mortar (1:1 mix) perfectally air and watertight including testing of joints. The item includes cost of all material,cement, sand, tranportation, labour, T & P and all leads and lift etc.complete.

(a) 100 mm dia RM 20.00 119.00 2380.00(b) 150 mm dia RM 20.00 147.00 2940.00(c) 230 mm dia RM 20.00 266.00 5320.00

56 Providing and laying CEMENT CONCRETE 1:5:10 mix all round S.W.pipes including the bed concrete, as per approved drawings. The itemincludes cost of cement, sand, aggregate, transportation, labour, T & P andall leads and lift etc. complete.(a) 100 mm dia RM 20.00 254.00 5080.00(b) 150 mm dia RM 20.00 311.00 6220.00

(c) 230 mm dia RM 20.00 403.00 8060.00

57 Providing and laying non-pressureNP2 class (light duty) R.C.C pipes withcollars jointed with stiff mixture of cement mortar in the proportion of 1:2( 1 cement : 2 fine sand ) including testing of joints etc. complete.

a) 150 mm dia R.C.C pipe RM 100.00 227.00 22700.00b) 250 mm dia R.C.C pipe RM 100.00 289.00 28900.00

58 Providing and laying double flanged ( Screwed/Eelded) Centrifugally(spun) Ductile Iron Pipes of class K-9 confirming to IS:8329:

a) 100 mm dia Ductile Iron Double Flanged RM 50.00 2471.00 123550.00

b) 200 mm dia Ductile Iron Double Flanged RM 50.00 4439.00 221950.00

59 Providing and fixing square mouth STONE WARE GULLY TRAP100mm x 100mm size with C.I. cover with frame having inside dimensions300mm x 300mm ( the cover weighing not less than 4.50 kg. and frameweighing not less than 2.70 kg.) etc. complete as per approved drawings.The item includes cost of all material, cement, sand, transportation, labour,T & P and all leads and lifts etc. complete.

Each 4.00 563.00 2252.00

187

Page 190: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

60 Construction brick masonary manhole with second class brick of insidesize 90 cm x 75 cm x 60 cm deep includingC.I. cover with frame (lightduty) 610mm x 445mm internal dimensions, total weight of cover andframe to be not less than 38 kg. (weight of cover 23 kg and weight offrame 15 kg ) as per approved drawings. The item includes cost of allmaterial, cement, sand, transportation, labour, T & P and all lead and liftetc. complete.

Each 4.00 3458.00 13832.00

61 Extra per meter depth for manhole with brick masonary with second classbrick inside size 90cm x75 cm includingM.S. footrests complete. The itemincludes cost of all material, cement, sand, transportation, labour, T & Pand all leads and lifts etc. complete.

RM 10.00 2260.00 22600.00

62 Construction brick masonary manhole chamber for underground DI/RCCpipe inspection and bends with second class brick in C:M- 1:4 (1cement:4coarse sand) C.I cover with frame (light duty) 455x610 mminternal dimensions , total weight of cover with frame to be not less than38 kg (weight of cover 23 kg and weight of frame 15 kg ) RCC top slabwith 1:2:4 mix (1 cement: 2 coarse sand:4 graded stone aggregate 20 mmnominal size) foundation concrete 1:5:10 (1 cement: 5 coarse sand:10graded stone aggregate 40 mm nominalsize) inside plastering 12 mm thickwith cement mortar 1:3 (1 cement :3 coarse sand) finished smooth withfloating coat of neat cement on walls and bed concrete etc. complete as perstandard design:. Inside dimension 450x 610 mm and 45 cm deep forsingle pipe line: with second class bricks.

Each 3.00 3524.00 10572.00

63 Extra per meter depth for manhole with brick masonary with second classbrick inside size 455mm x610mm.

RM 10.00 2067.00 20670.00

64 Supplying, Fixing and jointing ISI marked CI/GI sluice valve as approvedby engineer-in-charge in CI/GI pipe line with all fittings fixtures etc.complete. i) 100 mm dia pipe.

each 4.00 2857.00 11428.00

65 Any other incidental item of workrequired for successful completion ofwork as found necessary by the Engineer and item which are included inWestern Railway Schedule of Rates.Note - (I) Any item of Western Railway SOR 1993 for Mumbai Divisioncan be executed under schedule "A" of this schedule + 240% above SOR

(ii) MRVC shall not supply any material, equipments, tools andmachineries unless specified in SOR.

500000.00

(iii) Work under the schedule will be executed after approval ofEngineer.

188

Page 191: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sl. No. Description of item Unit Qty Rate Amount

66 Any other incidental item of workrequired for successful completion ofwork as found necessary by the Engineer and item which are included inWestern Railway Schedule of Rates.

Note - (I) Any item of Western Railway SOR 1993 for Mumbai Divisioncan be executed under schedule "B" of this schedule.+145% above SOR

(ii) MRVC shall not supply any material, equipments, tools andmachineries unless specified in SOR.

250000.00

(iii) Work under the schedule will be executed after approval ofEngineer.

Total 50949411.77FINAL COST Say 50949412.00

189

Page 192: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

Sr.No. Description of Item Quantity Unit Rate Amount

1 WIRING AND SUBMAIN WIRING1.1 Supplying all materials including wires, storing, handling,

fixing, laying, wiring and testing for light, ceiling/ exhaust/bracket fan/call bell, Angular/vertical holder and 6 ASocket points etc starting from the switch board to the pointby using 2.5 sq.mm 1100 volts grade PVC insulatedstranded copper conductor as per IS: 694 with latestamended in concealed heavy duty rigid PVC conduit, MSBoxes of required modules, electronic fan regulator (whererequired), together with wiring accessories such as 6 Amoulded flush mounted modular switches, 6 A sockets inmanufacturer's boxes of suitable sizes with wrap aroundfront plates, door bell push button near entrance on separatePVC block including circuit wiring with 2 x 2.5 sq.mm1100 volts grade PVC insulated stranded copper conductorcable along with one run of 2.5 sq.mm PVC insulated(green colour) stranded earth wire complete with earthingof fixtures, sockets, ceiling roses and boxes. PVC bushesfor conduits ends, screws, complete in all respects as perstandard specifications.

1.1.1 One light point controlled by one 6 Amps modular flushtype switch.

154 Nos. 903 139062

1.1.2 One ceiling Fan/bracket fan/Exhaust fan point controlled byone 6 A modular flush type switch and regulator whererequired. The phase & Neutral wires may be terminated in aceiling rose near the location of fan. ( Supply cost of fanregulator is not to be covered in this item but erection &commissioning on switch board is included).

82 Nos. 903 74046

1.1.3 One 6 amps 5 pin universal socket with safety shutteroutlet controlled by one 6 amps switch. If 6 amps 5 pinuniversal socket is located on same switch board, then itwill be considered as half point.

1.1.3.1Half point 61 Nos. 68 4148

SCHEDULE BBOQ FOR ELECTRICAL WORKS OF HARBOUR LINE AT JOS STATION (North &

South booking office)

190

Page 193: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

1.2 Supplying all materials, storing, handling, laying, testing &commissioning and wiring for 250 volts single phase andneutral 16 amps switch & universal socket outlet with 2 x4 + 1x2.5 sq.mm PVC insulated stranded copper conductor1100 volts grade wires as per IS: 694 with latestamendment from distribution boards, in concealed heavyduty PVC conduit, conduit accessories including providingand fixing of 6/16 amps switch & universal sockets withsafety shutter of modular type ( with manufacturer MSboxes & wrap around front plates) of approved make anddesign and earthing the third pin of the socket outlet with2.5 Sq.mm PVC insulated copper stranded conductor wire(one socket outlet shall be connected with one circuit fromMCB DB). The cost of wiring other switch boards andoutdoor lights from DB will be paid under this item on flatrate basis. Looping amongst switch Board will not be paidseparately.

60 Each 2086 125160

1.3 Supply all materials, storing, handling, laying, testing,commissioning, and wiring for 250 volts single phase andneutral 20 amps metal clad 3 pin socket outlet with 20 ampsdouble pole MCB in a 2mm thick enclosure of approvedsize and design with 2x6 sq.mm. FRLS PVC insulatedcopper conductor 1100 volts grade stranded wires fromdistribution board, in concealed heavy duty PVC Conduit,conduit accessories including earthing of third pin of thesocket and the MS enclosure with 4Sq.mm. insulatedstranded copper conductor wire.

10 Nos. 3813 38130

1.4 Supplying all materials , laying, testing & commissioningtelephone cable 0.50 Sq.mm. Stranded tinned copperconductor PVC insulated & PVC sheathed 5 pair from thetelephone shaft terminal box in heavy duty PVC rigidconduit with RJ II & RJ 45 type connector fixed in suitablebox for telephone/ Rail net instrument fixed in room. Thewiring inside the room & the box will be in concealedmanner with terminations at both ends.

8 Nos. 765 6120

1.5 Supply, Installation, testing, commissioning of 50 mmmedium class perforated GI Pipe earthing complete as pergeneral arrangement indicated in C.Rly. Drawing no.Sr.DEE (G) 1006 with brick chamber, funnel covered withC.I cover, earth wire GI strip, bolts, nuts for connection topipe, alternate layer of salt & charcoal at height/ depth of150 mm all around.

11 Nos. 2351 25861

191

Page 194: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

2 LIGHTING FIXTURES, CEILING/ EXHAUST/ BRACKET FANS & EXTERNAL LIGHTING:

2.1 Supply, installation, testing & commissioning of 1x 28 WT5 Fluorescent Tubes luminaire with T5 28 W HE lamps asper Philips catalogue No. TWG 207 1xTL5-28WHF(Aderno V2) or similar approved make. These fixtures areto be commissioned on suitable ceiling/ wall with PVCblock spacers or hanging with 2 nos conduit enameledpainted of approved colour from ceiling as per the directionof site engineer.The cost of down rods, bracket, clamps andfixing is included in the item.

122 Nos 575 70150

2.2 Supply, installation, testing & commissioning of BajajMake Mirror Light fixture BJC 111 or similar approvedmake aesthetic wall/ceiling mounted or similar approvedmake including 1x PL-S 11W lamps complete with allaccessories, The cost of down rods, bracket, clamps andfixing is included in the item.

4 Nos. 470 1880

2.3 Supply, Installation, testing & commissioning of Philipsmake lighting fixture FCS 518/209 with 2XPL-S 9W CFLlamp for toilets. The cost of down rods, bracket, clamps andfixing is included in the item.

9 Nos. 1042 9378

2.4 Supply, installation, testing & commissioning of 1x 14 WT5 Fluorescent Tubes luminaire with T5 14 W HE lamps asper Philips catalogue No. TWG 207 1xTL5-14WHF(Aderno V2) or similar approved make. These fixtures areto be commissioned on suitable ceiling/ wall with PVCblock spacers or hanging with 2 nos conduit enameledpainted of approved colour from ceiling as per the directionof site engineer. The cost of down rods, bracket, clampsand fixing is included in the item.

25 Nos. 421 10525

2.5 Supply, installation, testing & commissioning of BajajRegal gold 1400 mm sweep ISI marked or similarapproved make ceiling fan with two ball bearing,condenser, Canopy, down rods, hooks, bushing, clamps,nuts/Bolts, 5 speed step type electronic fan regulator rating230 volts, noiseless, smooth in operation, modular platemounting, socket shaped with all accessories having ratedpower input 74 W. The cost of down rods, bracket, clampsand fixing is included in the item.

46 Nos 1572 72312

2.6 Supply, installation, testing & commissioning of Bajajmake Freshee MK II 305 mm sweep exhaust fan withlouver/ bird screen or similar approved make (Rated powerinput 70 W). The cost of down rods, bracket, clamps andfixing is included in the item.

4 Nos 1303 5212

192

Page 195: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

2.7 Supply, installation, testing & commissioning of Bajajmake BW 01-12 300 mm sweep bracket fan with louver/bird screen or similar approved make (Rated power input42 W). The cost of down rods, bracket, clamps and fixing isincluded in the item.

25 Nos 1501 37525

2.8 Supply, installation, testing & commissioning of Bajajmake Supreme Wall fans (Air Circulator) 600 mm sweepwith louver/ bird screen/cage or similar approved make(Minimum power input 200W ). The cost of down rods,bracket, clamps and fixing is included in the item.

18 Nos 5916 106488

2.9 Supply, installation, testing & commissioning of Musicalcall bell

8 Nos 127 1016

3 Supply, erection, testing and commissioning of ISI markedWater cooler as per Usha model no.SS 4080 G orequivalent Blue star/ Voltas make, storage capacity 80 literswith Aqua guard water purifier as per IS: 14724 ofminimum 3 liters /min. delivery, including necessaryconnection, socket, plug, water taps & other accessories.The cost includes plumbing work of inlet GI pipesconnection of water pipe & purification system. The costalso includes for one feet high pedestal made of bricks &cement plastered with proper drainage connected to maindrainage.

2 No. 35768 71536

4 Supply, erection, wiring, testing and commissioning 1.1KW (1.5 HP) single phase self priming mono block waterpump set, minimum discharge 4500 LPH at 30 M headCrompton model MINI XTRAA or equivalant with 2x6 +1X4 sq.mm.+ FRLS PVC insulated copper conductor 1100Volts grade stranded wire from distribution board/ switchBoard in rigid PVC Conduit. The cost includesmiscellaneous works like suitable pipe work for suctionside, pump foundation with bolts and pump enclosure withlock & key.

2 No. 8384 16768

5 Supply, erection, testing & commissioning of 2 T capacityhigh wall Split air conditioning unit complete with cordlessremote, quality compressor, condensing unit, filters,capacitors, thermal cut out switch with timer suitable for230 V AC supply. The cost includes installation chargesincluding modification work, carpentary work, materialrequired etc.

10 No. 27530 275300

193

Page 196: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

6 DISTRIBUTION BOARDS6.1 Supply, installation, testing & commissioning of Legrand or

equivalent compant make SPN/DP/ TPN DistributionBoards mentioned below, powder coated, suitable for 230 /415 volts, on surface mounted/ free standing, complete withcable entry adaptor box, tinned copper bus bars, neutrallink, earth bar, din bar, knockouts, interconnections, earthstuds etc. as required or as per specification (IP 54/43 type).

6.1.1 63 A 4P RCBO 100 mA sensitivity as incomer & SP C -Curve -10 kA, 6-32 A SP MCB 24Nos. Outgoings TPN DB(8 way)

2 No. 20564 41128

6.1.2 63 A 4P RCBO 100 mA sensitivity as incomer & SP C -Curve -10 kA, 6-32 A SP MCB 48 Nos. Outgoings TPNDB (16 way)

3 No. 23698 71094

6.1.3 One no. 250A 4P MCCB with 4P earth leakage module,breaking capacity 36kA as incomer & 8 nos. 63A C-curve 3pole MCB Breaking capacity 36 kA as out going TPN DB(8 WAY)

1 No. 86445 86445

7 CABLES,RCC,PIPES ETC,7.1 Transportation, storing, installation/laying, testing and

commissioning of 3.5CX120 sq. mm. of 1.1 kV gradeXLPE cable as per item 7.1 on wall/cable duct/PVC pipe/intrench as required with all the required accessories,terminating the conductors in respective DBs / Switchboxes/Feeder pillar/MCB, termination/glands/lugs/jointsand associated hardware etc. Cable will be supplied byMRVC for erection against indemnity bond.

500 Mtr 13 6500

7.2 Extra for excavation of cable trench 1.0 M deep 0.4 M widein all types of soil including Concrete roads as required,providing with cleaned sieved earth 100 mm above &100mm below cable, back filling the trench, leveling andconsolidating to original formation/condition.

50 Mtr 60 3000

7.3 Extra for supply, erection, Laying of rigid PVC 50mm diapipe

50 Mtr 98 4900

7.4 Extra for Supply, placing, fixing and laying of 100 mmdiameter 2.0 m long with coller NP-4 class concrete pipe asper IS: 458 with latest amendment under roads, pathway,tracks (With or without power block) etc. and includingfinishing of joints.

10 Nos. 217 2170

7.5 Extra for supply & placing of bricks 'B' Grade 9"x4'x3"widthwise without any space between two bricks

50 Mtr 17 850

194

Page 197: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

7.6 Extra for supply, placing and grouting of cable markers at30 M spacing, at bends and at ends

5 Nos. 148 740

8 Supply of T & P

8.1 Smart tool kit as per BOSCH make part no. 002 H92 40Lconsisting of BOSCH GSB 400 impact drill & drill bit,Fischer fixing, claw hammer, adjustable wrench, hack saw,measuring tape, insulation tape, screw, screwdriver sets (8Pc.), combination Pliers, carpenter's pencil, adjustableknife, 6 Pc. spanner Set (6"-17") or equivalent reputedmake.

1 No. 2632 2632

8.2 Hand crimping tool, manual system changeable indexingdies (Diamond shapes), capacity 10 sq. mm. To 120 sq.mm. With complete set of dies in M.S. box. Make-Mahindra, Jainson or equivalent.

1 No. 8602 8602

8.3 Digital Tong tester for testing AC current- 0 to 1000 Amps,AC voltage, Resistance, data hold facilities, Power source 9volts, pair of test leads and carrying case. Make- MECO,Shanti or equivalent

2 No. 1954 3908

8.4 Electrically operated drilling machine with hammeringeffect light duty 220/250 Volts AC and Single phase AC 50Hz with 2 meter 3 core cable and plug top up to 13 mm.Drill bit adaptability with one set of 6 drills. Make- Bosch,Hitachi or equivalent

1 No. 3314 3314

8.5 Self supported Aluminium folding anti skid ladder withflat/round steps & chequred platform on top, 3.6 mtrsheight (12 feet), four legs with solid rubber shoes, madefrom minimum 3.0 mm thick high tensile Al. Alloy andlight in weight enabling one person to handle. Make-Sumer, Vasco, Marshall, Widerange or equivalent

1 No. 3395 3395

Total 1329295

Note 1. The bidder/s shall quote his /their uniform percentage above/at par /below in figures and inwords.2. Where there is a discrepancy between then rate in figures and words, the rates in words willgovern.3. Bill of quantity, tender drawings and specification are complimentary to each other. However incase of conflict, the order in which they will be interpreted is Bill of quantity, tender drawings andSpecification.

195

Page 198: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

196

SECTION 8: FORMS OF SECURITIES

Page 199: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

197

Forms of Securities Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the Employer. Annex A: Bid Security (Bank Guarantee) Annex B: Performance Bank Guarantee Annex B1: Performance Bank Guarantee for Unbalanced Items Annex C: Deleted Annex D: Bank Guarantee for Mobilisation advance.

Page 200: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

198

Annex A BID SECURITY (BANK GUARANTEE) WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid dated _______________________ [date] for the construction of _____________________________________ [name of Contract] (hereinafter called "the Bid"). KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of ____________________________ [name of country] having our registered office at ___________________________________ (hereinafter called "the Bank") are bound unto ______________________________[name of Employer] (hereinafter called "the Employer") in the sum of ___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this _________ day of __________ 200____. THE CONDITIONS of this obligation are: (1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in

the Form of Bid; or (2) If the Bidder having been notified of the acceptance of his bid by the Employer during the

period of Bid validity: (a) fails or refuses to execute the Form of Agreement in accordance with the

Instructions to Bidders, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the

Instruction to Bidders; or (c) does not accept the correction of the Bid Price pursuant to Clause 27; we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred condition or conditions. This Guarantee will remain in force up to and including the date ____________________2 days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the above date. DATE _______________ SIGNATURE OF THE BANK _________________________ WITNESS ____________ SEAL _______________________________________ _________________________________________________________________ [signature, name, and address] ____________________________ 1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.

This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders. 2 45 days after the end of the validity period of the Bid.

Page 201: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

199

Annex B

PERFORMANCE BANK GUARANTEE To: ______________________________________________ [name of Employer] _________________________________________ [address of Employer] WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute __________________________ [name of Contract and brief description of Works] (hereinafter called "the Contract"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects Liability Period. Signature and seal of the guarantor _____________________________ Name of Bank ____________________________________________ Address ____________________________________________ Date ____________________________________________ __________________

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract and denominated in Indian Rupees.

Page 202: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

200

Annex B1 PERFORMANCE BANK GUARANTEE (for unbalanced items)

To: ______________________________________________ [name of Employer] _________________________________________ [address of Employer] WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute __________________________ [name of Contract and brief description of Works] (hereinafter called "the Contract"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of completion of works. Signature and seal of the guarantor _____________________________ Name of Bank ____________________________________________ Address ____________________________________________ Date ____________________________________________ __________________

1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any and denominated in Indian Rupees.

Page 203: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it

201

Annexure D

BANK GUARANTEE FOR MOBILISATION ADVANCE To: ______________________________________________ [name of Employer] _________________________________________ [address of Employer]

-------------------------------[name of the work and identification number, as given in the Invitation for Bids] Gentlemen: In accordance with the provisions of the Conditions of Contract, sub clause 51.1 (“Advance Payment”) of the above-mentioned Contract ___________________[name and address of the Contractor] (herein called “the Contractor”) shall deposit with ______________________________[name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said clause of the contract in an amount of ____________ [amount of guarantee] 1 ________________________[in words]. We, the ______________________[bank or financial institute], as instructed by the contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to ______________________________[name of Employer]on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding ________________ [amount of guarantee] 1 _________________________ [in words]. We further agrees that no change or addition to or other modification of the terms of the Contract or of works to be performed there under or of nay of the Contract documents which may be made between ______________________________[name of Employer] and the contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall remain valid and in full effect from the date of the advance payment under the contract until ______________________________[name of Employer] receives full repayment of the same amount from the Contractor. Yours truly, Signature and seal: _______________________________ Name of Bank / Financial Institute: __________________ Address: _______________________________________ Date: __________________________________________ ______________________ 1 An amount shall be inserted by the representing the amount of the Advance Payment, and denominated in Indian Rupees.

Page 204: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it
Page 205: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it
Page 206: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it
Page 207: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it
Page 208: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it
Page 209: MUMBAI RAILWAY VIKAS CORPORATION LTD. (A PSU OF …mrvc.indianrailways.gov.in/mrvc/notice/1296406244636_TD280111.pdfmay also download the bidding documents from web site of but it