132
Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur, Navi Mumbai TENDER NMMC/CE/112(2)/2017 – 2018 Tender for the work of Construction of Vehicular Underpass in TTC Industrial area from Shivaji Flour Mill to Airoli ‘T’ junction in Ghansoli Ward. NMMC Stage Vendor Stage Start Date and time Expiry Date & Time Release of Tender - 27/06/2017 10.00 a.m. 14/07/2017 13.00 p.m. - Tender Download 27/06/2017 10.00 a.m. 14/07/2017 13.00 p.m. - Bid Preparation 27/06/2017 10.00 a.m. 14/07/2017 15.00 p.m. Super-hash Generation & Bid Lock - 14/07/2017 15.01 p.m. 15/07/2017 15.00 p.m. - Control Transfer of Bid 15/07/2017 15.01 p.m. 21/07/2017 15.00 p.m. Envelope 1 opening - 21/07/2017 (If possible) at 16.00 p.m. Envelope 2 Opening - 21/07/2017 (If possible) Tender Price Rs.15000/- (Non-Refundable) Navi Mumbai Municipal Corporation Plot No.1& 2, Sect.15A, C.B.D., Belapur, Navi Mumbai,. Issued to …………………………………..

Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No. of Corrections Signature of City Engineer

0

Navi Mumbai Municipal Corporation C.B.D. Belapur, Navi Mumbai

TENDER NMMC/CE/112(2)/2017 – 2018

Tender for the work of

Construction of Vehicular Underpass in TTC Industrial area from Shivaji Flour

Mill to Airoli ‘T’ junction in Ghansoli Ward.

NMMC Stage Vendor Stage Start Date

and time

Expiry Date &

Time

Release of Tender - 27/06/2017

10.00 a.m.

14/07/2017

13.00 p.m.

-

Tender Download

27/06/2017

10.00 a.m.

14/07/2017

13.00 p.m.

-

Bid Preparation

27/06/2017

10.00 a.m.

14/07/2017

15.00 p.m.

Super-hash Generation

& Bid Lock -

14/07/2017

15.01 p.m.

15/07/2017

15.00 p.m.

- Control Transfer

of Bid

15/07/2017

15.01 p.m.

21/07/2017

15.00 p.m.

Envelope 1 opening - 21/07/2017

(If possible) at 16.00 p.m.

Envelope 2 Opening -

21/07/2017

(If possible)

Tender Price Rs.15000/- (Non-Refundable)

Navi Mumbai Municipal Corporation

Plot No.1& 2, Sect.15A, C.B.D., Belapur, Navi Mumbai,.

Issued to …………………………………..

Page 2: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No. of Corrections Signature of City Engineer

1

SCHEDULE ‘A’

A. Sealed Tenders in B-1 form on Department design are invited for the following Work, from

Contractors Registered in appropriate class, by Public Work Department or CIDCO Ltd.

from class I and above category with adequate experience of Similar Works and will be

received through on line e-tendering only upto 15.00 hours on 14/07/2017. Blank Tender

and any other information will be available from the Reception, Nmmc, C.B.D., Belapur,

Navi Mumbai, on all working days except Sundays and Public Holidays declared by

Government of Maharashtra, during working hours from 27/06/2017 to 14/07/2017 on

payment of cost of each Tender form mentioned below.

1. Name of Work : Construction of Vehicular Underpass in TTC Industrial

area from Shivaji Flour Mill to Airoli ‘T’ junction

in Ghansoli Ward.

2. Estimated cost of Work : Rs. 9,49,15,063/-

3. Engineers for the Work : Executive Engineer (G/TBR)

Deputy Engineer (G/TBR)

4. Period of sale of Tender document : From 27/06/2017 to 14/07/2017 during office hours from

the Reception, NMMC, Belapur Bhavan, C.B.D., Belapur, Navi Mumbai, or downloaded from official web site (www.nmmconline.com) of the Corporation.

5. Cost of each tender form : Rs.15,000/-To Be Paid online in the form of

ECS/RTGS/NEFT in favour of Navi Mumbai Municipal Corporation.

6. Earnest Money : Rs. 4,75,000/-To Be Paid online in the form of ECS/RTGS/NEFT Fixed EMD Certificated is not allowed.

7. Pre-Tender Conference will be held on Nil at 16.00 Hrs. at C.B.D., Belapur, Navi

Mumbai, in the Conference Hall 1st Floor. 8. Last date of receipt of tender 21/07/2017 upto 15.00 hours. 9. Probable date and time of opening – Date 21/07/2017 at 16.00 hours of tender (If

possible).

Page 3: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No. of Corrections Signature of City Engineer

2

10. Eligibility

Registration : Class I - C with PWD or its equivalent Class with CIDCO

Turn over : Average annual financial turn over during last 3 years, ending 31st March of the previous financial year, should be at least 100% of the estimated cost. Every Year it should be equal to the estimated cost (i.e. Rs. Rs 9,49,15,063)

The Net Worth should be Positive. For award of the work the bidder should have:- 1. Experience of having successfully completed Similar Works during last 7 years ending

last day of month previous to the one in which applications are invited should be either of the following: a. Three similar completed works costing not less than the amount equal to 40% of the

estimated cost i.e Rs. 379.66 Lakhs OR

b. Two similar completed works costing not less than the amount equal to 50% of the estimated cost i.e Rs. 474.57 Lakhs.

OR c. One similar completed work costing not less than the amount equal to 100% of the

estimated cost i.e Rs. 949.15 Lakhs. 2. Certification: The Company having ISO 9001(Version 2000) Certificate,will be

preferred 3. No Relationship with Corporators : see Clause No.12 of Detailed Tender notice 4. Validity Period :The offer of the Contractor Shall Remain valid for 120 Days from the

date of opening of Tender. Qualified Personnel : 1. Graduate Senior Engineer - 1 no.

with min. 10 years experience (Should have executed at least one major bridge/Minor Bridge/Underpass work)

2. Engineers with Degree/Diploma in - 2 nos. Civil Engineering with 5 years experience

3. Quality Control Engineer with - 1 no. 5 years experience

4. Computer Data Operator/Clerk - 1 no. Equipment Required :

*1) Ready Mix Concrete Plant with capacity 60 cum/hr within Navi Mumbai

2) JCB 2 Nos. 3) Hydraulic Excavators with rock breaker

attachment 2 Nos.

4) Vibrators a) Needle Vibrators (60 mm) b) Needle Vibrator (40 mm) c) Plate Vibrators

2 Nos. 2 Nos. 2 Nos.

5) Transit Mixers 5.5 cu.m capacity 2 Nos. 6) Vibratory Rollers 1 Nos.

7) Water Tanker 1 No.

Page 4: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No. of Corrections Signature of City Engineer

3

8) Joint Cutting Machine for minimum 100 mm depth with 2 spare blades

1 No.

9) Portable Air Compressor 1 No. 10) Templates for Checking Camber 1 No. Note: Ownership of above equipments must be produced. if not owned, proof of leasing or hiring of the said equipments should be produced along with ownership documents of the contractor/Party from whom the equipments will be leased or hired. If Proof of leasing or hiring is not submitting the tender will be disqualified.

11. Validity Period – The offer of the Contractor shall remain valid for 120 days from the date of opening of Tender.

12. Initial Security Deposit : Rs. 28,47,452/- And Further Security Deposit : Rs. 18,98301/- to be deducted from bills. 13. Completion Period : 18 Months (including monsoon) 1. Contract as a whole : Period of completion 18 Months (including monsoon) * * 2. Part or Groups of items (i) As a Whole work (i) 18 Months (including monsoon) (ii) As per approved bar chart 14. Percentage to be charged as supervision Charges for the work being executed through

other means : 24.50 Percent. 15. Defects Liability Period : 3 Years. 16. Others :- Price Variation clause. –No Price Variation Clause applicable to the

Contracts Having Contract Period upto 12 months 17. The Agency will have to furnish an additional 1% Security Deposit quoted for tender

quoted upto below 10% and in case the agency quoted 14% below the cost put to tender, it will have to furnish an additional security deposit of (14%)-(10%)=4%i.e.,(1%)+(4%)=5% with the technical document in the form of Bank Guarantee of any Govt. Bank or Scheduled Bank having MICR and IFSC Code in the name of concerned Authority. The validity of Bank Guarantee should be upto defect liability period from the date of issue

(For detail please refer GR. No. शासन �नणय �माकं.-सीएट�2017/�.�.8/इमा-2,

�द.12/04/2017.) For online tender, the Agency should upload the scan copy of Bank Guarantee with Technical Document.

18. As per the construction labour welfare cess Act 1996, a cess of 1% of contract value towards the welfare of construction labour will be deducted from the bills.

19. Tender/Bidder should submit Affidavit and Undertaking in requisite format on Rs 100/-

stamp paper and all Annexure in prescribed format.

20. Others 1) Special Conditions of Contract

2) Price Variation Clause

3) Additional Specifications

Page 5: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

4

Navi Mumbai Municipal Corporation

Name of Work: Construction of Vehicular Underpass in TTC Industrial area from Shivaji Floor Mill to Airoli ‘T’ junction in Ghansoli Ward

Tender Notice No. NMMC/CE/112(2)/2017-2018

SCHEDULE 'B'

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

PART A :- SITE CLEARANCE

5.00 Item No. 1 - Dismantling the existing pole above 6m Height with

brackets, Clamps, insulators, stay from the cement concrete foundation

and making the site clear by refilling the pits with excavated materials

and bringing it to the ground level.

PWD Electrical

2013-14/ pg-

138/I8-8-2

615.00 No. 3075.00

5.00 Item No. 2 - Cutting Down trees With girths of 180-270 cm including

trunck and branches and stacking the materials neatly within a lead of

50m. as directed etc. complete.

RD-1 Page No.

349/2012

820.05 No 4100.25

374.00 Item No. 3 - Providing and fixing barricating in double rows with

G.I.sheets of 22 guage manufactured by standard Co. fixed on 2" dia. Providing and fixing barricating in double rows with G.I.sheets of 22

guage manufactured by standard Co. fixed on 2" dia. (50mm) G.I.pipe

which will be barried in precast concrete block and MS Angle bracing for

pipe, sufficiently. G.I.sheets shall be ensured before painting with yellow

and black bands of synthetic enamel paint and providing blinker on top of

G.I.pipe as per traffic norms etc.complete and specification as directed

by Engineer-in-charge. ( 50mm ) G.I.pipe which will be barried in precast

concrete block and MS Angle bracing for pipe, sufficiently. G.I.sheets

shall be ensured before painting with yellow and black bands of synthetic

enamel paint and providing blinker on top of G.I.pipe as per traffic norms

etc. complete and specification as directed by Engineer-in-charge.

1718.00 Rmt 642532.00

232.50 Item No. 4 - Dismantling of flexible pavements and disposal of

dismantled materials up to a lead of 1000 metres, stacking serviceable

380.00 Cum 88350.00

Page 6: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

5

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

and unserviceable materials separately

397.44 Item No. 5 - Breaking & Removing the existing cement concrete

pavement to full width, depth including lean concrete, cutting dowel bars,

breaking the removed cement concrete slab pieces into 50 to 80 mm

size, spreading the layer, watering & consolidation with power rolleretc.

complete (IInd layer not more than 75 mm)

As directed by

Engineer-in-charge

504.00 Cum 200309.76

Item No. 6 - Dismantling carefully the old structure ------including cutting

reinforcement steel bars, sorting out serviceable materials and stacking,

disposing off unserviceable material, upto lead of 50m etc. Complete.

As directed by

Engineer-in-charge

113.58 a) Reinforced Cement Concrete 459.90. Cum 52234.89

45.10 b) PCC 389.55 Cum 17568.71

30.62 c) Masonry 369.60 Cum 11318.63

253.00 Item no. 7 - Removing of kerb stone and stacking with all lead & lift etc

complete.

31.00 Rmt 7843.00

Item No. 8 - Excavation for roadways by mechanical means. such as

earth soil of all sorts sand, gravel or soft murum & soft rock including

dressing section to the required camber and side slopes and conveying

the excavated materials with all lifts upto a lead of 50 m and spreading

for embankment, disposing as directed etc. complete.

Rd. 2 Page No.

351/2012

9953.63 a) earth soil of all sorts sand, gravel or soft murum 63.00 Cum 627078.89

2843.90 b) soft rock 147.00 Cum 418052.59

1421.95 Item No. 9 - Excavation for roadways in hard rock by weding chislling or

line drilling including dressing section to the required camber and side

slopes and conveying the excavated materials with all lifts upto a lead of

50 m and spreading for embankment or stacking disposing as directed.

Hard Rock

Rd. 6 Page No.

356/2012

840.00 Cum 1194435.98

Page 7: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

6

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

2843.90 Item No. 10 - Dewatering for all sort of soil as may be necessary for

abutments, foundation and other parts of the work and bailing out and

pumping out water during and after excavation as may be necessary for

all items of construction i.e. excavation, bedding, soling, PCC and

concreting etc. complete.

189.00 Cum 537496.19

Item No. 11 - Disposal of the material obtained from dismantling existing

structure, including loading, unloading and stacking /spreading as

directed etc complete for 5km leads and lifts.

839.74 For Dismantled Materials 207.08 Cum 173894.78

14219.476 For Excavated Material 264.37 Cum 3759188.65

1.00 Item No. 12 - Supplying, Erecting and Commissioning of Diesel

generating set with alternator of 30 kVA output continuous rating, 3

Phase, 415V, 50c/s 0.8 p.f. A.C a totally enclosed air cooled/ liquid

cooled multi-cylinder diesel engine developing suitable BHP at 1500 rpm

with 10% overload for 1 hour in 12 hours, along with standard

accessories, self excited self regulated, screen protected alternator with

static excitation system running at 1500 RPM as per IS 4722-1968 with

voltage regulation +/-5%. Both the engine and alternator direct coupled

on a common fabricated steel base frame and mounted on anti vibratring

pads with standard control panel comprising meters, swithgears,

indicators connected with suitable wires/cables, the complete set

enclosed in composite Acoustic enclosure as fully assembled integral

unit made of 16 SWG CRCA Sheet, sound absorbing material to rexstrict

sound level upto 75 dB at 1.0 m, provided with first filling of oil, duesel

etc. and obtaining necessary approval from Electrical Inspector as per

specification no. GENDG.

430581.00 No. 430581.00

Page 8: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

7

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

1.00 Item No. 13 - Supplying and erecting submersible pumpset of required HP with 415 V, 50 c/s AC supply suitable for 150 mm dia. Having delivery head from 21-7m and dischage from 200-800 ltrs. per minute(max efficiency at 16 m head & 500 Ipm discharge) & delivery pipe of necessary diameter erected with a necessary H.type clamp as per

No. WP-OSP 21501.00 No. 21501.00

PART B :- APPROACH ROAD, UNDERPASS & RETAINING WALL

572.85 Item No. 14 - Providing uncoursed rubble trap/ quartzite/ gneiss stone masonary in cement mortar 1:5 including scaffolding and watering masonary complete including bailing out of water.

Spec.No.CD-4,P-319 / 2012

3472.35 Cum 1989127.31

423.57 Item No. 15 - Providing & laying in situ PCC including form work Using With Concrete Mixer of M-20 Grade, Span length upto 30mtr of trap/granite/quartzite/gneiss metal in foundation including necessary bailing out water, compacting and curing (excluding dewatering by pump).

Spec. No.: BR-5 Page No.-116

MoRT&H, cl.1500,1700 &

2100

4740.75 Cum 2008031.58

2674.18 Item No. 16 - Providing & laying in situ cement concrete of M-40 grade of trap / granite / quartzite / gneiss metal for RCC Slab, raft slab including "V" haunches, formwork, scaffolding, compaction by vibrating, finishing curing etc. etc. as per detailed design and drawings including plywood/ steel centering, formwork, cover blocks etc. (Excluding reinforcement and structural steel)

9226.35 Cum 24672907.83

150.00 Item No. 17 - Providing and laying Weep Holes of 100mm diameter AC/PVC pipes as per drawing for abutment returns, return walls etc., complete.

As directed by Engineer-In-

Charge.

135.45 Rmt 20317.50

1009.80 Item No. 18 - Providing and laying of Filter media with granular materials/ stone crushed aggregates satisfying the - requirements laid down in clause 2504.2.2 of MORTH specifications to a thickness of not less than 600 mm with smaller size towards the soil and bigger size towards the wall and provided over teh entire surface behind abutment, wing wall and return wafl to the full height compacted to a firm condition complete as per drawing and technical specifications.

MORT & H 2200 &-710.1.4 of iRC 78

816.90 Cum 824905.62

Page 9: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

8

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

294.16 Item No. 19 - Providing and fixing in position TMT bar reinforcement of TATA TISCON /SAILl /JSW/ESSAR or equivalent make (condirming to IS code) of various diameters for R.C.C. pile caps, footings, foundations, slabs, beams columns, canopies, staircase, newels, chajjas, lintels pardis, copings, fins, arches etc. as per detailed designs, drawings and schedules. including cutting, bending, hooking the bars, binding with wires or tack welding and supporting as required including cover block etc. complete.

Bd.F.17, Page No. 98..a. TMT- Fe-

500/Fe-415

73666.95 MT 21669844.02

294.16 Item No. 20 - Providing fusion bonded epoxy to reinforcing bars as per

IS: 3620-1993 specification for a thickness of 175+/-50 microns including testing of coating at plant, extra cost for careful handling using PVC coating, binding wires instead of G.I.wires, touching up the material supplied, repair work etc. complete as per detailed specifications. (Lead 200 km to and fro from plant) etc. complete.

MORT&H 1600 14715.75 MT 4328779.83

367.95 Item No. 21 - Providing, laying, spreading and compacting of granular

sub-base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as

per MoRT&H specification clause - 401 including all material, labour, machinery, lighting, guarding and maintenance of diversion.

Spec. No.: MORT&H-401

1172.85 Cum 431550.16

183.98 Item No. 22 - Providing and laying in situ Dry lean cement concrete sub-

base of trap metal of specified gradation using ,mixing as per approved design mix, compacting with vibratory roller of minimum 80-100KN static weight to give desired compacted density, providing construction joints, and curing with liquid curing compound and sprinkling water, and covering with moist hessain or ponding of water for 7days including all materials, labour, machinery with all leads and lifts,bailing out water manually, and formwork etc complete.

Spec. No.:

MORT&H-601

4731.30 Cum 870440.92

Page 10: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

9

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

767.38 Item No. 23 - Providing and laying Pavement Quality Concrete (PQC) of M-40 grade (cast in situ) of trap metal including providing 125 micron

thick impermeable plastic sheet membrane over the surface to be covered, coarse and fine aggregates of specified gradation using minimum cement content of 350 kg/cum., approved admixtures, mixing

as per the design mix to the specified workability, providing necessary side forms, rails and guide wires, transporting the mix with transit mixers and laying and spreading within fixed form by mechanical auger and

compacting with plate vibrator and minimum ten needle vibrators, curing with approved resin based aluminised reflective curing compound and

covering with moist hessian or ponding and sprinkling of water for a minimum period of 14 days, fixing dowels, tie-bars, cutting joints ,joint-fillers, sealants and all types of joints and finishing to the desired surface

texture including all material, labour, machinery with all leads and lifts etc complete. With Scada (Prior permission of S.E. is essential )

Spec. No.: MORT&H Clause

602

6728.40 Cum 5163264.24

332.00 Item No. 24 - Provision of an Reinforced cement concrete crash barrier

at the edges of the road, approaches to bridge structures and medians,

constructed with M-40 grade concrete with HYSD reinforcement

conforming to IRC:21 ,as per design given in the enclosure to MOST

circular No. RW/NH - 33022/1/94-DO III dated 24 June 1994 as per

dimensions in the approved drawing and at locations directed by the

Engineer, all as specified

6207.00 Rmt 2060724.00

1153.17 Item No. 25 - Providing and applying approved quality coal tar epoxy

paint in three coats for surface of well, pier abutment between L.T.L. to

0.90 metre above H.F.L. including cleaning surface, scaffolding etc.

complete.

MORT&H 1600 341.25 Sqm 393518.13

1527.17 Item No. 26 - Painting on concrete surface :-Providing and applying 2

coat of water based cement paint to un plastered concrete surface after

cleaning the surface of dirt, dust, oil, grease, efflorescence and applying

plaint of 1 litre for 2 Sq.m.)

MORT & H 2800, 130.2 Sqm 198837.1

8.66 Item No. 27 - Providing and fabricating Structural steel work in rolled

sections like joists, channels, angles, tees etc. as per detailed designs

and drawing or as directed by Engineer - in- charge including cutting,

fabrication hoisting & erecting fixing in position with connecting plates,

braces etc. and one coat of anticorrosive paint and over it two coats of oil

Bd.C.2 Page No.

49

71103.9 MT 615664.49

Page 11: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

10

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

paintings of approved quality and shade complete.

211.88 Item No. 28 - Preparing embankment with approved materials obtained

from the cutting within a lead of 50m including all lifts,laying layer of 20 to 30 cm. thickness, breaking clods, dressing to the required lines, curves, grade & section with normal watering and compaction etc. complete.

Rd.14 Page No. 367

4731.30 Cu.Mt. 1002461.93

PART C :- Storm Water Drainage

57.01 Item No. 29 - Providing uncoursed rubble trap/ quartzite/ gneiss stone

masonary in cement mortar 1:5 including scaffolding and watering masonary complete including bailing out of water. Spec.No.CD-4,P-319 / 2012

3472.35 Cum 197958.67

97.53 Item No. 30 Providing & laying in situ PCC including form work Using

With Concrete Mixer of M-20 Grade, Span length upto 30mtr of trap/granite/quartzite/gneiss metal in foundation including necessary bailing out water, compacting and curing (excluding dewatering by pump).

BR-5 Page No.-116 MoRT&H, cl.1500,1700 &

2100

4740.75 Cum 462341.64

98.71 Item No. 31 - Providing and laying in position Ready Mix Concrete for reinforced cement concrete with crushed sand, for foundation like Raft work, of M-30 Grade cement content as per approved design mix, and manufactured in fully automatic batching plant and transported to siteof work in transit mixer, manufatured as per mix design of specified grade for reinforced cement concrete work including pumping of rmc from transit mixer to site of laying , including the cost of plywood / steel centering, shuttering, compacting and curing includng cost of admixtures in recommended proportion as per IS:9103 to accelerate/retard setting of concrete, improve workability without impairing strength and durability as per direction of the Engineer - in- Charge.

5584.95 Cum 551290.41

110.88 Item No. 32 - Providing and Casting in situ cement concrete specified of trap/granite/quartzite/gneiss metal for RCC Pardi 75mm Thick including centering , formwork, cover blocks compacting and roughening the surface if special finish is to be provided and curing complete. Without SCADA M-30 grade.

Spec. No:Bd.F.11.page

no. 96

10010.70 Cum 1109986.42

20.80 Item No. 33 - Providing and laying Weep Holes of 100mm diameter As directed by 135.45 RMT 2817.36

Page 12: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

11

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

AC/PVC pipes as per drawing for abutment returns, return walls etc., complete.

Engineer-In-Charge.

162.27 Item No. 34 - Providing and Casting in situ cement concrete specified of trap/granite/quartzite/gneiss metal for RCC slabs canopy as per detailed designs and drawings including plywood / steel centering , formwork, cover blocks compacting and roughening the surface if special finish is to be provided and curing complete. Without SCADA M-30 grade

Bd.F.8.page no. 93 8671.95 Cum 1407239.82

33.47 Item No. 35 - Providing and fixing in position TMT bar reinforcement of TATA TISCON /SAILl /JSW/ESSAR or equivalent make (condirming to IS code) of various diameters for R.C.C. pile caps, footings, foundations, slabs, beams columns, canopies, staircase, newels, chajjas, lintels pardis, copings, fins, arches etc. as per detailed designs, drawings and schedules. including cutting, bending, hooking the bars, binding with wires or tack welding and supporting as required including cover block etc. complete.

Bd.F.17, Page No. 98..a. TMT- Fe-

500/Fe-415

73666.95 MT 2465473.77

33.47 Item No. 36 - Providing fusion bonded epoxy to reinforcing bars as per IS: 3620-1993 specification for a thickness of 175+/-50 microns including testing of coating at plant, extra cost for careful handling using PVC coating, binding wires instead of G.I.wires, touching up the material supplied, repair work etc. complete as per detailed specifications. (Lead 200 km to and fro from plant) etc. complete.

MORT&H 1600 14715.75 MT 492504.38

220.00 Item No. 37 - Providing and applying approved quality coal tar epoxy paint in three coats for surface of well, pier abutment between L.T.L. to 0.90 metre above H.F.L. including cleaning surface, scaffolding etc. complete

MORT&H 1600 341.25 Sqm 75075.00

834.79 Item No. 38 - Supplying and Fixing P.C.C. Precast M-25 grade concrete kerb stone of size 500x400x150 mm thick at site, fixing P.C.C. to bed of 150mm thick filling the joints in C.M. 1:3 pointing to exposed face of concrete kerb stone including curing , painting etc. complete.

764.00 RMT 637781.09

57.00 Item No. 39 - Providing and fixing everlast make frame and cover including rain water drain hole and inclusive of transportation, all fixtures and fittings. The work should be completed as per the directives of Engineer-in-charge etc. complete. At every 10m interval for Drains0.600 x 0.900 m.

14657.20 No. 835460.40

Page 13: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

12

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

374.00 Item No. 40 - Providing R.C.C. railing of cast in situ R.C.C. posts including form work Using concrete Mixer of M25 Grade,of trap/granite / gneiss metal, for horizontal and vertical members as per detailed drawings including reinforcement, scaffolding, centering, formwork, compaction, finishing and curing with watering chemical compound etc. complete. with fully automatic micro processor based PLC with SCADA enabled with reversible Drum Type mixer.

BR.39 Page No. 152

2336.25 Rmt. 873757.50

232.50 Item No. 41 - Providing & fixing M-25 grade precast factory made Interlocking Paver Blocks of approved design & shade of 60mm thickness on a stone dust beding of 60mm thickness including compacted with surface vibrator etc. complete.

As directed by Enginer-in charge

971.25 Sqm. 225815.63

34.50 Item No. 42 - Providing and laying concrete pipe of I.S.NP2 class of 225mm dia.in propoer line, level and slope including, necessary collars, testing, excavation, laying, fixing with collars in cement mortar 1:1 and refilling the trench etc. complete.

Spec.No.BdV.-41 Page No.573

557.55 Rmt 19235.48

PART D :- Lighting Arrangement for Ramps & Box

21.00 Item No. 43 - Providing & erecting 9 m high galvanised OCTAGONAL pole on provided foundation as per specification

16788.00 No. 352548.00

21.00 Item No. 44 - Supplying & erecting street light fitting 250 W on provided bracket

FG-ODF/GSL 3483.00 No. 73143.00

21.00 Item No. 45 - Supplying and erecting H.P.S.V. lamp, threaded type 230 V, 250 W [SON - Type].

683.00 No. 14343.00

420.00 Item No. 46 - Supply erecting & terminating PVC armoured cable 2 core 2.5 sq.mm. copper conductor continuous 5.48 sq. mm. (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe

CB-LT/CU 145.00 Rmt 60900.00

26.00 Item No. 47 - Supplying and erecting pipe type earthing with 40 mm dia

G.I. pipe or 20 mm dia G.I. Rod complete with all materials EA-EP 1536.00 No. 39936.00

1.00 Item No. 48 - Providing and erecting floor Wall mounting, MCCB Panel

Board suitable for four pole incoming 250A,2 way s four pole outgoing on provided Iron frame

SW-SWR/MCCBPB

(Excluding MCCB's)

37313.00 No. 37313.00

Page 14: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

13

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

12.00 Item No. 49 - Supplying & erecting Flood light fitting 150 W on provided bracket as per specification

2620.00 No. 31440.00

12.00 Item No. 50 - Point wiring for light consealed type and required accessories as per specifications

No. 7788.00

PART E :- Traffic Signs & Markings

68.40 Item No. 51 - Providing and laying of hot applied the moplastic compound 2.5mm thick ---------- including reflectorising glass beads @250 gms. per sqm area, thickness of 2.5mm is exclusive of surface applied glass bead as per IRC 35.The finished surface to be level, uniform and free from streaks and holes etc. complete with 3 years gruantee

MORTH CI.803 Page 388/2012.

1155.00 Sqm. 79002.00

2.00 Item No. 52 - Providing and Fixing of Retro Reflectorised direction &

place identification sign boards made out of retro reflective sheeting of

High Intensity prismatic grade conforming to IRC-67: 2012 & Type IV

standards of ASTM D4956-09 specifications, fixed over 2mm thick Al / 4

mm thick ACP sheet supported with Back support frame of 35x35x5mm

mild steel angle with areas not exceeding 0.9 sqm. Supported in mild

steel angle iron post 75x75x6mm - 3.5 mtr height ,firmly fixed to the

grounf by means of properly designed foundation of M20 grade cement

concrete 45 cm X 45 cm X 60 cm , 60 cm below ground level complete

(as per MoRT&H specification No.801) (for area Less than 0.9 sqm). 7

years Warranty for Retro Reflective Sheeting from the original sheeting

manufacturer & a certified copy of three years outdoor exposure report

from an independent test lab for the product offered shall be submitted

by the contractor. Direction Sign boards below 0.9 Sq.Mtr

IRC-67 of 2012. 4127.55 No. 8255.10

3.00 Item No. 53 - Providing & Fixing informatory sign boards in square or

rectragular shape of any size made out 16 quage (1.6 mm) thick mild

steel sheet painted with one coat of zinc chromate stoving primer and

two coats green back ground white boarder/messages, symbols etc. and

back side in grey stove enamel paint in cluding M.S.angle frame of 35

mm x 35 mm x 3 mm and two M.S.angle iron post of size 50 mm x 50

mm x 5 mm. 3.65 m long properly cross braced with angle iron of size 50

mm x 50 mm x 5 mm duly painted with alternate black and white bands

4573.8 Sqm 13721.4

Page 15: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

14

Quantity Description of Item Specification Rate

in Rs. Unit

Amount

in Rs.

1 2 3 4 5 6

of 25 cm width including G.I. fixtures etc. and fixing the board in 1:4:8

concrete block of size 60 cm x 60 cm x 75 cm including transportation

etc. complete

Grand Total 94915063.04

(Contractors Quoted Percentage (+ / -)

(Total In Words: ____________________________________________________________)

Quoted Amount Rs.__________________________________________________

(Total In Words: ____________________________________________________________)

Page 16: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

15

DETAILED TENDER NOTICE TO CONTRACTOR

1.0 Sealed bids are invited by and on behalf of Commissioner, Navi Mumbai Municipal

Corporation from eligible bidders for the proposed Work specified in Schedule ‘A’

2.0 ISSUE OF TENDER

2.1 Tender book will be made available at E-tendering cell, Navi Mumbai Municipal

Corporation, Belapur Bhavan, C.B.D. from date of publication of Tender Notice on

News paper to the contractors who have enrolled at NMMC E-tendering Cell for

work of tender amount upto 25 lacs or NMMC enrolled contractors may buy tender

book from E-tendering website www.nmmctenders.com.

2.2 For work of tender amount Rs.25 lacs above, tender book will be issued online

through E-tendering website www.nmmctenders.com to contractor, who is enrolled

with NMMC.

2.3 Price of blank tender form cost must be paid in cash/Demand Draft in NMMC’s

Account Department and receipt of the same should be given to E-tendering Cell.

2.4 The tender document is not transferable. Only the Tenderer who has purchased the

tender form shall be entitled to bid in the tender.

3.0 LANGUAGE OF TENDER/CONTRACT

The language of the Contract shall be English/Marathi and all correspondence,

drawings etc., shall conform to the English/Marathi language.

4.0 PREBID CONFERENCE

A Prebid Conference of all intending Tenderers will also be held at the scheduled date

and time indicated in schedule ‘A’ of the tender. Intending Tenderers will be allowed

to seek clarification and suggest suitable modifications in specifications, conditions of

the contract, etc. The Corporation will communicate such changes that are accepted

by it, to all the intending Tenderers who have purchased the Tender document from

the Corporation. Only such changes that are so communicated shall be binding on the

Corporation and all the tenderers.

5.0 VALIDITY OF BIDS

The bids will be valid for the period indicated in schedule ‘A’.

Page 17: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

16

6.0 EARNEST MONEY:

6.1 The Tenderer shall deposit the amount indicated in the Tender Notice as Earnest

Money Deposit (EMD). The Earnest Money shall be deposited in the form of

Demand draft /Pay order in favour of “Navi Mumbai Municipal Corporation”, a fixed

deposit with the Corporation or a Bank Guarantee as per format indicated in

Annexure-1. The failure or omission to deposit the Earnest Money shall disqualify the

Tender and the Corporation shall exclude from its consideration such disqualified

tender(s). No interest shall be payable by the Corporation in respect of such deposited

Earnest Money.

6.2 Alternatively the Tenderer can also deposit a fixed EMD at NMMC office which will

be credited to his account.

6.3 The Tenderer should refer user’s guide while depositing EMD through the E-

tendering website www.nmmctenders.com.

7.0 FORFEITURE OF EMD:

7.1 The Tenderer shall not revoke his tender or vary its terms and conditions without the

consent of the corporation during the validity period of tender. If the tenderer revokes

the tender or vary its terms and conditions contrary to his promise to abide by this

condition, the earnest money deposited by him shall stand forfeited to the Corporation

without prejudice to its other rights and remedies and the Tenderer shall be disentitled

to submit a tender to the Corporation for execution of any work during the next 24

months effective from the date of such revocation.

7.2 If successful Tenderer does not pay the Security Deposit in the prescribed time limit

or fails to sign the agreement bond, his Earnest Money Deposit will be forfeited by

the Corporation.

8.0 REFUND OF EARNEST MONEY:

The Earnest Money of unsuccessful Tenderers shall be refunded after the successful

Contractor furnishes required Initial Security Deposit to the Corporation and sign the

agreement or within 30 days of the expiry of validity period, whichever is earlier.

9.0 COST OF TENDER:

The Tenderer shall bear all costs associated with the preparation and submission of

his Tender. The Corporation shall in no case be responsible or liable for these costs,

regardless of the conduct or the out come of the Tendering process.

Page 18: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

17

10.0 ELLIGIBLE TENDERERS

Only those Contractors who fulfil the Eligibility criteria as mentioned in the schedule

‘A’ of the tender notice are eligible to submit their tender for this work.

11.0 SPARE CAPACITY OF WORK FOR TENDERING

The Tenderers shall be eligible to submit the tender to the Corporation subject to the

essential condition that the price tendered by him together with the value of out

standing works under execution by him for the Corporation or any other employer

shall not be more than four the value of the average annual turnover of works

executed during the preceding three financial years ending 31st March.

12.0 RELATIONSHIP WITH CORPORATOR (S)

Tenderer shall not be associated presently or in the past with any of the office bearer

or Corporator of the Navi Mumbai Municipal Corporation either directly or indirectly

as specified in the section 10(f), (g) of BMPC Act, 1949. The Tenderer shall furnish

and affidavit on a Non-Judicial stamp paper of Rs.10/-. If any information so

furnished shall be found to be untrue or false the tender shall be liable to be

disqualified and the Earnest Money accompanying such tender shall stand forfeited to

the Corporation. If the information so furnished shall be found to be untrue or false

during the currency of the contract the Tenderer shall be held to be in default and the

contract if any awarded to him shall be liable to be terminated with its consequences.

13.0 TIME OF COMPLETION

The period of completion of Works is enumerated under Schedule ‘A’. The time of

completion shall commence from the date of placing the work order or date of

handing over the site whichever is earlier. The Completion period is for all items of

work in all parts of Tender Documents.

14.0 SCHEDULE OF RATES AND QUANTITIES:

14.1 The tender has been drafted on the basis of pre-priced schedule of rates and quantities

for different types of items.

14.2 All the tender items are priced as mentioned in Schedule B of Tender.

14.3 The contractors are expected to work out their own rates based on the detailed

technical specifications, drawings & conditions and finally arrive at the cost of the

Page 19: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

18

work in the appropriate places. The Contractor shall insert percentage cost over or

below the Corporation’s cost to arrive at the contract value for the work in Schedule

B. In case of item rate, rate should be mentioned in front of item in Schedule B.

14.4. In case of Lump Sum Contract, Tenderer should insert his Lump Sum Cost as

contract value for the work.

15.0 INSPECTION OF SITE AND SUFFICIENCY OF TENDER

15.1 The Contractor shall inspect and examine the site and its surroundings and shall

satisfy himself before submitting his Tender as to the nature of the ground and subsoil

(so far as is practicable), the form and nature of the site, the quantities and nature of

the work and materials necessary for the completion of the works and means of

access to the site, the accommodations he may require and in general shall himself

obtain all necessary information as to risk, contingencies and other circumstances

which may influence or affect his tender.

15.2 The Contractor shall be deemed to have satisfied himself before tendering as to the

correctness and sufficiency of his Tender for the works and of the rates and prices

quoted in the schedule of works / quantities or in bill of quantities, which rates and

prices shall, except as otherwise provided, cover all his obligations under the contract

and all matters and things necessary for proper completion and maintenance of the

works.

15.3 No extra charge consequent on any misunderstanding or otherwise shall be allowed.

16.0 MANNER OF SUBMISSION OF TENDER

16.1 The complete tenders (Estimated amount below Rs.25 lacs) in the manner specified in

the following paragraph will be received in the following offices/manner:

a) Hon. Commissioner’s office, 1st Floor, Belapur Bhavan.

b) Medical Health Officer’s office, 8th

Floor, Belapur Bhavan.

c) By courier or by mail within specified time, as indicated above.

The tenders of estimated cost above Rs 25 lacs should be submitted online at

www.nmmctenders.com.

16.2 Telex, cable or facsimile offers will be rejected.

Page 20: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

19

17.0 LAST DATE FOR SUBMISSION:

17.1 Sealed Tender offers shall be received at the address specified above not later than the

time and date specified in the Schedule “A” of the Tender.

17.2 In the event of the specified date for the submission of Tender offers being declared a

holiday, the offers will be received upto the appointed time on the next working day.

17.3 The Corporation may, at its discretion, extend this deadline for submission of offers

by amending the Tender Documents, in which case all rights and obligations of the

Corporation and tenderer will thereafter be subject to the deadline as extended.

17.4 Any tender offer received by the Corporation after the deadline for submission of

Tender offer prescribed by the Corporation pursuant to the clause above, will be

rejected and / or returned unopened to the tenderer.

18.0 MODIFICATION AND WITHDRAWAL OF OFFERS.

The Tenderer may modify or withdraw his offer after submission, provided the

written notice of the modification or withdrawal is received by the Corporation prior

to the closing date and time prescribed for submission of offers. No offer can be

modified by the Tenderer, subsequent to the closing date and time or submission of

offers.

19.0 CONTENTS:

19.1 Tenders are invited in two envelope system. The completed Tender shall be

submitted in sealed envelope, super scribing the name of Work & C.A. No.

mentioned in the Tender notice.

19.2 Full name and address of the Tenderers shall be written in the bottom left corner of

each envelope.

19.3 The envelope shall contain the following:

Envelope No. 1 (Technical Bid)

This should contain all Documents mentioned as below from ‘a’ to ‘n’. This

envelope may contain other Documents also such as Technical bids, drawings, any

other as mentioned in the Tender notice.

a) List of all the Documents enclosed in the envelope.

b) The tender price in the form of ECS/RTGS/NEFT receipts (where it is

downloaded from the Official website).

Page 21: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

20

c) Undertaking in Annexure ‘2’ duly signed by a person holding a valid Power

of Attorney.

d) Power of Attorney authorizing the person to sign the Tender Document (See

clause-20 (e)).

e) EMD in the form of ECS/RTGS/NEFT (as per clause 6.0 above).

f) Attested copy of the valid registration certificate (as requested by the

eligibility condition at Annexure ‘A’).

g) Up-to-date valid Clearance Certificates for Income tax, Sales Tax, Cess with

NMMC.

h) Details of firm in Annexure 3.

i) The Tenderer shall furnish a statement showing the type and magnitude of

works done in last 3 years as per Annexure 4.

j) List of Works in hand as on the date of submission of this Tender in Annexure 5.

k) List of Works with tenderer as on the date of submission of this Tender in

Annexure 6.

l) List of machinery and plant immediately available with the Tenderer for use

on this work and list of machinery proposed to be utilized on this work but not

immediately available and the manner in which it is proposed to be procured

in Annexure 7.

m) Details of Technical personnel available with the Contractor in Annexure 8.

n) Affidavit on a Non-Judicial Stamp paper of Rs. 100/-.

Envelope No. 2

For tender amount below Rs.25 lacs (Financial Bid) – This envelope shall contain the

complete set of Tender Documents along with corrigendum, addendum if any issued

duly filled in and initialed on each page and signed by the tenderer(s) at prescribed

places of the Tender Documents, including signature of witness (un-conditional).

For tender amount above Rs.25 lacs: e-submission only.

Covering Envelope

Both the envelopes 1 & 2 shall be put together in common sealed envelope

subscribing on it, Name of work, C.A. No., Name and address of the Tenderer.

Page 22: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

21

20.0 IMPORTANT POINTS TO BE NOTED BY THE TENDERER.

a) On receipt of blank Tender form the Tenderer should ensure that no

corrections or over writings or erasures are left to be attested by the competent

authority of the Corporation.

b) The price-bid shall be inclusive of all taxes, Octroi, Local taxes, etc., to be

paid by the tenderer for the Work and claim for extra payment on any such

account shall not be entertained.

Any change that will be made in the Tender paper by the Competent authority

after issue of the Tender will be intimated to the Tenderer in the form of

Corrigendum/addendum for incorporating the same in the tender before

submitting the tender.

c) Price – bid should be written both in words and figures in the Schedule ‘B’ at

appropriate places.

d) No alterations and additions any where in the tender document are permitted.

If any of these are found the tender may be summarily rejected. The Tenderer

should get his doubts cleared during pre-bid meeting only if provided in the

Tender. In case no pre-bid meeting is to be held the tenderer should seek

clarification on any doubt in writing 7 days before the last date for receipt of

Tenders.

e) In case of firm, each partner or power of attorney holder shall sign the Tender

and the signatures shall be attested as witness by a reputed person in the space

provided for the purpose. The attested copy of power of attorney of person

signing the Tender shall be enclosed with the Tender. The power of attorney

shall be signed by the partners. In case of private limited / public limited

companies, the power of attorney shall be supported by Board resolution and

appropriate and adequate evidence in support of the same shall be given.

f) All pages and pasted slips should be signed by the tenderer.

g) No pages shall be added or removed from the set of Tender Document.

h) Tenderer shall be deemed to have studied the schedule of works / items /

Quantities / Rates, all plans, specifications, terms and conditions, shall inspect

and examine the site and its surroundings and shall satisfy himself before

submitting his Tender as to the nature of the ground and subsoil (so far as is

practicable), the form and nature of the site, nature of the work and material

necessary for the completion of the works and means of access to the sight,

Page 23: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

22

the accommodation he may require and in general shall himself obtain all

necessary information as to risk, contingencies, obligations under the Contract

and all matter and things necessary for proper completion and maintenance of

the works. No extra charges consequent on any misunderstanding or

otherwise shall be allowed. A declaration and undertaking to this effect

should be signed by the Tenderer in the form attached at Annexure-2.

i) The Tenderer shall submit the tender which satisfies each and every condition

laid down in the Tender Notice, failing which the tender will be liable to be

rejected. Conditional tenders will be rejected.

21.0 CORRUCT OR FRAUDULANT PRACTICES

The Corporation requires that the bidders/suppliers/contractors under this Tender

observe the highest standards of ethics during the procurement and execution of such

contracts. In pursuance of this policy, the Corporation defined for the purpose of this

provision, the terms set forth as follows.

a) “Corrupt practices” means the offering, giving, receiving or soliciting of any

thing of value to influence the action of the public official in the procurement

process or in contract execution, and

b) “Fraudulent practice” means a misrepresentation of facts in order to influence

a procurement process or execution of a contract to the detriment of the

Corporation, and includes collusive practice among bidders (prior to or after

bid submission) designed to establish bid prices at artificial non-competitive

level and to deprive the Corporation of the free and open competition.

The Corporation will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing

for the contract in question. The Corporation will declare a firm ineligible, either

indefinitely or for a stated period of time, to be awarded a contract if it at any time

determines that the firm has engaged in corrupt and fraudulent practices in competing

for or in executing a contract.

22.0 MANNER OF OPENING OF TENDER

For the work of Rs.25 lakhs below, the tender received within the time and date

specified in the Tender Notice will be opened as per the specified programme in the

office as mentioned in the Tender notice (if possible). The Tenders will be opened in

Page 24: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

23

the presence of Tenderers or their authorized representatives who choose to remain

present on the opening day at the scheduled time.

For the work of Rs.25 lakhs above, tender will be opened online in the presence of

Tender Committee and e-tendering Administrator.

23.0 PROCESS TO BE CONFIDENTIAL

Information relating to the examination, clarification, evaluation and comparison of

bids and the award of a Contract shall not be disclosed to Bidders or any other person

not officially concerned with such process until the award to the successful Bidder

has been announced.

24.0 PRELIMINARY SCRUTINY

The corporation will scrutinize the offers to determine whether they are complete,

whether any errors have been made, whether required technical documentation have

been furnished, whether the Documents have been properly signed and whether the

offers are generally in order.

Prior to the detailed evolution, the Corporation will determine the substantial

responsiveness of each offer to the tender Documents. For Purpose of these Clauses,

a substantially responsive bid is one that conforms to all the terms and conditions of

the Tender Documents without material deviations. The Corporation’s determination

of an offer’s responsiveness is to be based on the contents of the Tender offer itself

without resources to extrinsic evidence.

A tender offer determined as not substantially responsive will be rejected by the

Corporation and may not subsequently be made responsive by the Bidder by

correction of the non-conformity.

The Corporation may waive any minor infirmity or irregularity in a Tender offer,

which does not constitute a material deviation. This shall be binding on all Tenderers

and the Corporation reserves the right of such waivers.

25.0 CLARIFICATION OF OFFERS

To assist in the scrutiny, evaluation and comparison of offers, the Corporation may at

its discretion, ask some or all Tenderers for technical clarification of their offer. The

request for such clarification and the response shall be in writing. To speed up the

Tender process the Corporation, at its discretion, may ask for any technical

Page 25: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

24

classifications to be submitted by means of facsimile by the tenderer. In such cases,

original copy of the document describing the technical clarifications must be sent to

the Corporation by means of courier/in person.

26.0 REJECTION OF TENDERS:

The Tenders are liable to be rejected if the tenderer

• Does not submit price of Tender in the form of original cash receipt/DD/pay

order.

• Does not submit EMD.

• Does not submit undertaking on Rs. 100/- stamp paper (Annexure-2).

• Does not disclose the full names and address of all his partners in case of a

partnership concern.

• Does not submit the information as called for in Annexure (3 to 8).

• Does not submit affidavit on Rs. 100/- stamp paper (Annexure-9).

• Fails to initial corrections.

• Fails to fill completely all the proformae provided in the Tender including

proformae of submission of Tender and percentages and amount columns in

Schedule – “B”.

• Tries to contact the Corporation on any matter relating to its bid or tries to

influence the Corporation in its decision on bid evaluation, bid comparison or

Contract award from the time of the bid opening to the time of contract is

awarded.

• Stipulates any condition in the Tender.

• Stipulates the validity period less than what is stated in the form of Tender.

• Does not quote rates inclusive of octroi duty and other terminal or Sales Tax or

General Taxes, etc.

• Does not sign every page of Tender with seal of company/firm.

27.0 SHORT – LISTING OF TENDERERS

The Corporation will short-list technically qualifying tenderers and commercial offers

of only these tenderers will be opened at the date and time to be intimated.

Page 26: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

25

28.0 OPENING OF COMMERCIAL OFFERS

The Corporation shall notify the date of opening of the commercial to all the

tenderers.

On such notified date the Envelope No. 2 will be opened and the rates in Schedule

“B” or percentage above / below the Estimate shall then be read out.

29.0 ACCEPTANCE OF TENDER

29.1 Acceptance of Tender on behalf of the Corporation shall be done by an officer(s) to

whom the powers are delegated by the Municipal Commissioner.

29.2 The corporation is not bound to accept the lowest or any Tender. The Corporation

reserves the right to reject any or all Tenders received without assigning any reason

whatsoever.

30.0 INTIMATION TO SUCCESSFUL TENDERER

The acceptance of Tender may be communicated to the successful tenderer in writing

or otherwise either by the Tender opening Authority or any Authority in the

Corporation.

31.0 SECURITY DEPOSIT

31.1 The contractor shall pay a Security Deposit equal to 5 per cent of the contract sum as

security for due fulfillment of the contract, unless otherwise stated in the Tender

Document. The mode of making security deposit is as under.

a) Initial or contract deposit

A sum, which along with the Earnest Money already paid amounts to 3.00%

of the contract sum, shall be paid within 15 days after receipt of information

in writing of acceptance of Tender. It is optional to the Contractor to make

the contract deposit, in any one of the following ways:

i) Wholly in cash or

ii) Wholly in the form of National Saving Certificate pledged in favour of the

Corporation or Bank Guarantee / Fixed deposit from Nationalised /

Scheduled Banks in the enclosed format.

iii) Partly in cash and partly in the form of National Saving Certificate

pledged in favour of the Corporation or Bank Guarantee / fixed Deposit

from Nationalised / Scheduled Banks in the enclosed format.

Page 27: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

26

b) Retention Money

The remaining amount of the Security deposit i.e. 2.00% shall be recovered

from the contractor’s running bills at the rate of five percent and such

retention together with the contract deposit made as aforesaid shall not exceed

in the aggregate five percent of the contract sum after which such retention

will cease.

c) All compensation or other sums of money payable by the Contractor under the

terms of the contract or any other account whatever, may be deducted from or

paid by the sale of a sufficient part of the Security Deposit / retention money

or from the interest arising therefrom or from any sums which may be due or

may become due to the Contractor by the Corporation on any account

whatsoever and in the event of his Security Deposit / retention money being

reduced by reason of any such deduction or sale as aforesaid, the Contractor

shall within 15 days of receipt of notice or demand from the City Engineer

make good the deficit.

In the event of the said deposit having been made by the Contractor by delivery to the

Corporation by the Guarantee of the Bankers of the Contractor, and of the Contractor

under any of the provisions of this contract becoming subject to or liable for any

penalty for damages liquidated or unliquidated or of the said deposit becoming

forfeited or any breach or failure or determination of contract, then, and in such case

the amount of any such penalty or damages and the deposit so forfeited is not

previously paid to the Municipal Commissioner, shall immediately on demand be

paid by the said bankers to Corporation and may be forfeited by the Municipal

Commissioner under and in terms of the said Guarantee.

32.0 EXECUTION OF CONTRACT DOCUMENT

The successful Tenderer after furnishing Initial Security Deposit, is required to

execute an Agreement in duplicate in the form attached with the Tender Documents

on a stamp paper of proper value. The proper value at present is Rs. 100/-. The

agreement should be signed within a month from the date of acceptance of the

Tender. The contract will be governed by the Contract agreement, the General

Conditions of the Contract (G.C.C.) and the Special Conditions of the Contract and

other Documents as specified in the G.C.C.

Page 28: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

27

33.0 STAMP DUTY, LEGAL AND STATUTORY CHARGES

It shall be incumbent on the successful Bidder to pay stamp duty for the Contract

agreement, as applicable on the date of the execution.

34.0 LICENCES

The successful Tenderer should complete statutory instructions of the contract labour

and will be required to produce to the satisfaction of the City Engineer a valid

contract labour licence issued in his favour under the provision of the Contract

Labour Licence (Regulation and Abolition) 1970, before starting the work. On

failure to do so the acceptance of the Tender is liable to be withdrawn and also the

Earnest Money is liable to be forfeited.

35.0 RIGHTS OF THE CORPORATION

The Corporation reserves the right to suitably increase / reduce the scope of work put

to this Tender. The right to spilt up the work in two or more parts is reserved by the

Corporation and also the right to award the work to more than one Agency is

reserved.

36.0 INTERPRETATION OF THE CLAUSES IN THE TENDER DOCUMENT /

CONTRACT DOCUMENT

In case of any ambiguity in the interpretation of any of the clauses in Tender

Document or the Contract Document interpretation of the clauses by the Corporation

shall be final and binding on all parties.

37.0 NOTICE TO FORM PART OF CONTRACT

Notice of Tender and these instructions shall from part of the contract.

Page 29: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

28

ANNEXURE – 1

FORM OF BANK GUARANTEE BOND

1. In consideration of the Navi Mumbai Municipal Corporation (hereinafter called the

“NMMC”) having agreed to exempt ______________________________________

(hereinafter called “the said Contractor(s)”) from the demand under the terms and

conditions of an Agreement dated_________________________ made between

___________________and___________________________________for____________

_____________(hereinafter called “the said Agreement”) of security deposit for the due

fulfillment by the said Contractor(s) of the terms and conditions contained in the said

Agreement, on production of a Bank Guarantee for Rs._________________ /-

(Rupees___________________________only). We, (indicate the name of bank)

_____________________ (hereinafter referred to as “the bank”) at the request of

Contractor(s) do hereby undertake to pay the NMMC an amount not exceeding

Rs.___________ against any loss or damage caused to or suffered or would be caused to

or suffered by the NMMC by reason of any breach by the said contractor(s) of any of the

terms or conditions contained in the said Agreement.

2. We __________________________________ (indicate the name of bank) do hereby

undertake to pay the amounts due and payable under this guarantee without any demur,

merely on a demand from the NMMC stating that the amount claimed is due by way of

loss or damage caused to or would be caused to or suffered by the NMMC by reason of

breach by the said Contractor(s) of any of the terms or conditions contained in the said

Agreement or by reason of the Contractor(s)’ failure to perform the said Agreement. Any

such demand made on the bank shall be conclusive as regard the amount due and payable

by the Bank under this guarantee. However, our liability under this guarantee shall be

restricted to an amount not exceeding Rs. ___________________/-.

3. We undertake to pay to the NMMC any money so demanded notwithstanding any dispute

or disputes by the Contractor(s) / Supplier(s) in any suit or proceeding pending before

any Court or Tribunal relating thereto our liability under this present being absolute and

unequivocal.

The payment so made by us under this Bond shall be valid discharge of our liability for

payment thereunder and the Contractor(s) / Supplier(s) shall have no claim against us for

making such payment.

Page 30: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

29

4. We ___________________________________ (indicate the name of Bank) further agree

that the guarantee herein contained shall remain in full force and effect during the period

that will be taken for the performance of the said agreement and that it shall continue to

be enforceable till all the dues of the NMMC under or by virtue of the said Agreement

have been fully paid and its claims satisfied or discharged or till the City Engineer of

NMMC (indicate the name of Administrative Department) certifies that the terms and

conditions of the said Agreement have been fully and properly carried out by the said

Contractors(s) and accordingly discharges this guarantee. Unless a demand or claim

under this guarantee is made on us in writing on or before the ___________we shall be

discharged from all liability under this guarantee thereafter.

5. We __________________________ (Indicate the name of Bank) further agree that the

NMMC shall have the fullest liberty without our consent and without affecting in any

manner our obligation hereunder to vary any of the terms and conditions of the said

Agreement or to extend time to performance by the said Contractors(s) from time to time

or to postpone for any time or from time to time any of the powers exercisable by the

NMMC against the said Contractor(s) and to forbear or enforce any of the terms and

conditions relating to the said Agreement and we shall not be relieved from our liability

by reason of any such variation, or extension being granted to the said Contractor(s) or

for any forbearance, act or commission on the part of the NMMC to the said

Contractor(s) or by any such matter or thing whatsoever which under the law relating to

sureties would but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or

the Contractor(s) / Supplier(s).

7. We ______________________ (Indicate the name of Bank) lastly undertake not to

revoke this guarantee during its currency except with the previous consent of the NMMC

in writing.

Dated the…………day of ……………………2017

For……………………………………………………

(Indicate the name of Bank)

Page 31: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

30

ANNEXURE – 2

UNDERTAKING

(On a Rs. 100/- Stamp Paper)

This information / Documents submitted by us are true to our knowledge and if the

information / Documents so furnished shall be found to be false, the Tender shall be liable to

be disqualified and our Earnest Money accompanying Tender will be forfeited.

Also I/We are aware that if the information / document found to be untrue or false during the

currency of Contract, our Contract liable to be terminated.

……………………….I/We hereby declare that I/We have made myself/ourselves

thoroughly conversant with the sub –soil conditions regarding all materials (such as stone,

murum, sand, etc.,) and labour on which I/We have based my/our rates for this Work. The

specifications, conditions, bore results and lead of materials on this Work have been carefully

studied and understood by me/us before submitting this Tender. I/We undertake to use only

the best materials approved by the City Engineer, NMMC or his duly authorized assistant,

before starting the Work and to abide by his decision.

I/We agree that amount of Earnest Money shall not bear interest and shall be liable to be

forfeited to the Corporation, should I/we fail to (i) abide by the stipulation to keep the offer

open for the period of 120 days from the date fixed for opening the same and thereafter until

it is withdrawn by me/us by notice in writing duly addressed to the authority opening the

tenders (ii) Security Deposit as specified in scheduled ‘A’ and within the time limit laid

down in 24 of Detailed Tender Notice. The amount of earnest money may be adjusted

towards the security deposit or refunded to me / us if so desired by me / us in writing, unless

the same or any part thereof has been forfeited as aforesaid.

Should this Tender be accepted I / we hereby agree to abide by and fulfill all the terms and

conditions and provisions of contract annexed hereto so far as applicable and in default

thereof to forfeit and pay to NMMC the sums of money mentioned in the said conditions.

Page 32: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

31

Demand draft no ………………dated ……..…….from the Nationalized / Scheduled bank at

………………………………………in respect of the sum of *Rs

……………………………………………………………………………………………… is

herewith forwarded representing the Earnest Money (a) the full value of which is to be

absolutely forfeited to NMMC should I/we not deposit the full amount of Security Deposit

specified in the Detailed Tender Notice.

Tenderer………………………………….

Address…………………………………..

……………………………………………

Dated the………………day of…………..20 17

Signature of Tenderer

(Witness)………………………………….

Address……………………………………

……………………………………………

Signature of Witness

Address……………………………………

Page 33: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

32

ANNEXURE - 3

FIRM DETAILS

1. Name of firm and class of Registration with Validity date & value of Registration

2. Address for Communication & Telephone No. E-mail:

3. Details of Proprietor/ Partners/

Director

Name Address Qualification and Experience

4. Annual Turnover Previous Financial year (Y-1) 2nd Previous Financial year(Y-2) 3rd Previous Financial yea (Y-3)

Certified copy of Audited Balance Sheet Profit / Loss Statement attested

(Yes / No)

5. Details of Black Listed & Litigation

6. Remarks

Signature of Proprietor or Authorized person of the Firm

Page 34: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

33

ANNEXURE - 4

Detail of Works of similar type and magnitude carried out by the Tenderer (last 3 years)

Name of the tenderer:

Sr. No.

Name of Work Type of Work

Name of Department & Address

Cost of Work

Date of

Starting

Stipulated date of

completion

Actual date of

completion

Remarks

1 2 3 4 5 6 7 8 9

Note: The turnover amount should be certified and audited by CA of firm and separate sheet should be enclosed.

Page 35: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

34

ANNEXURE – 5

List of Works in Hand as on the date of Submission of Tender

Sr. No.

Name of work

Name of Deptt. & Address

Cost of Work Anticipated Date of

Completion

Remarks

Tender Cost

Cost of Remaining Work

1 2 3 4 5 6 7

Page 36: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

35

ANNEXURE – 6

List of Works Tendered as on the date of Submission of Tender

Note: 25 % to 50% estimated amount shall be considered based on stipulated period of

completion.

Sr. No.

Name of work

Name of Deptt. & Address

Work Tendered for Remarks

Estimate Cost

Date when decision expected

Stipulated date of period of completion

1 2 3 4 5 6 7

Page 37: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

36

ANNEXURE – 7

List of relevant plant and machinery

Note: The turnover amount should be certified and audited by CA of firm and separate

sheet be enclosed.

Sr. No.

Name of equipment

No. of Units Kind and make

Capacity Age & Condition

Present Location

Remarks

1 2 3 4 5 6 7 8

A)

B)

Immediately

available Proposed to be procured for the Work

Page 38: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

37

ANNEXURE – 8

Details of Technical Personnel available with the Contractor

Sr. No.

Name of work Technical Qualification

Whether working in field or in office

Experience in execution of similar Works

Period for which the person is

Working with tenderer

Remarks

1 2 3 4 5 6 7

Page 39: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

38

ANNEXURE – 9

AFFIDAVIT

ON STAMP PAPER OF VALUE OF RS. 100/-

I/We hereby state that we are aware of the provisions of section 10(1) 10(f) & (g) of the BMPC Act,

1949 which is reproduced below, and solemnly state that we have no partnership or any share of any

Corporator of any Corporation in our company and are not associated presently or in the past with

any of the office bearers of the Navi Mumbai Corporation either directly of indirectly.

Extract of Sec 10 of BMPC Act

10 (e) “Subject to the Provision of section 13 and 404, a person shall be disqualified for being

elected and for being a councilor.”

10 (f) “Subject to the Provisions sub-section (2) has directly, by himself or his partner any share

or interest in any contract or employment with by or on behalf of the Corporation.”

10(g) “Having been elected a councilor is retained or employed in any professional capacity in

connection with any cause of proceeding in which by or on behalf of the Corporation.”

We are aware that the above information if found to be untrue or false, we are liable to be

disqualified and the Earnest Money accompanying the Tender shall stand forfeited to the

Corporation. We are also aware that if the information produced above if found to be untrue or false

during the currency of the Contract, we shall be held to default and the Contract, if any awarded to

us, shall be liable to be terminated with all its concurrences.

Tenderer ………………………………………

Address ……………………………………….

………………………………………

Dated the …………….. day of ……………… 2012 Signature of Tenderer

Witness ………………………………………

Address ………………………………………

………………………………………

Occupation ………………………………………

Signature of Witness

Page 40: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

39

GENERAL CONDITIONS OF CONTRACT PART - I

INTERPRETATIONS AND DEFINITIONS

1 S ingular and P lura l .

W here the context so requires , words import ing the s ingular shal l a lso mean the plura l and v ice versa.

2 . Gender W ords import ing the mascul ine gender sha l l a lso inc lude the femin ine gender.

3 . Art icle I . Def init ions

(a) ‘Corporat ion’ sha l l mean Navi Mumbai Munic ipa l Corporat ion as incorporated under the BPMC Act, 1949.

(b) The ‘Munic ipa l Commiss ioner ’ shal l mean the Munic ipal Commiss ioner of the Corporat ion, for the t ime be ing holding that o f f ice and also h is successor and shall inc lude any of f icer author ized by h im .

(c ) The ‘Engineer ’ sha l l mean the C i ty Engineer appointed for the t ime being or any other of f icer or of f icers of the Corporat ion who may be author ized by the Commiss ioner to carry out the func t ions of the Engineer .

(d) ‘Engineer ’s Representat ive ’ shal l mean Executive Engineer/ Deputy Engineer/ Sec t ional Engineer /Jun ior Engineer or any other munic ipa l employee or employees appointed f rom t ime to t ime by the ‘Engineer ’ to per form the dut ies set for th in C lause No.66 hereof and genera l ly to ass is t the Engineer for the purpose of the contrac t and whose author i ty shal l be not i f ied in wr i t ing to the contractor by the Engineer.

(e) The ‘Contrac t ’ shal l mean the tender and acceptance thereof and the formal agreement i f any, executed between the Contrac tor , and the Corporat ion together wi th the Documents referred to therein inc lud ing these condi t ions and appendices and any spec ial condi t ions, the spec if icat ions , des igns , drawings , pr ice schedules , b i l ls o f quant i t ies and schedule of rates. A l l these Documents taken together shal l be deemed to form one Contract and shal l be complementary to one another.

The order of precedence in case of d iscrepancies shal l be as under ,

1 . Contrac t Agreements . 2 . The let ter o f Acceptance. 3 . Not ice invi t ing Tender & Ins truc t ions to Tenderer . 4 . Spec ia l Condi t ions of Contract . 5 . The General Condi t ions of Contrac t . 6 . Schedule of Rates & Quant i t ies . 7 . The Technical spec if icat ions . 8 . The Drawings 9. Schedules & Annexures ( f ) The ‘Contrac tor ’ shal l mean the ind iv idual or f i rm or

company whether incorporated or not , under tak ing the W orks and shal l inc lude legal representat ives of such ind iv idual o r persons composing such f irm or unincorporated company or successors of such

Page 41: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

40

f i rm or company as the case may be and permit ted ass igns of such ind iv idual or f i rm or company.

(g) ‘Contrac t sum ’ means the sum named in the let ter of acceptance includ ing phys ica l cont ingencies subject to such addi t ion thereto or deduc t ion there-f rom as may be made under the prov is ions hereinaf ter contained.

Note : The contrac t sum shal l inc lude the fo l lowing : - 1 .(a) In the case of percentage rate contrac ts , the

es t imated value of W orks as ment ioned in the tender ad jus ted by the Contrac tor 's percentage. (b) In the case of i tem rate contracts , the cos t of the W ork arr ived at af ter extens ion of the quant i t ies shown in schedule of i tems/ quant i t ies by the i tem rates quoted by the tenderer for var ious i tems and summat ion of the extended cost of each i tem. (c) In case of lump sum contrac t, the sum for which tender is accepted.

2 . Specia l d iscount/ Rebate/ Trade d iscount of fered by the tenderer i f any and accepted by the Corporat ion.

3 . Addi t ions or delet ions that are accepted af ter opening of the tenders.

4 . Phys ica l cont ingencies , i f any an accepted by the Corporat ion.

(h) ‘Excepted r isks ’ are r isks due to r iots (otherwise than among Contractors ’ employees) and c iv i l commotion ( in so far as both these are uninsurab le) , war (whether dec lared or not) , invas ion, ac t of foreign enemies , host i l i t ies , c iv i l war , rebel l ion, revo lu t ion , insur rect ion, m i l i tary or usurped power, any act o f government, damage f rom ai rcraf t , ac ts of god, such as ear thquake, l ightn ing and unprecedented f loods and other causes over which the Contractor has no contro l and accepted as such by the Commiss ioner.

( i ) The ‘S i te ’ mean the land and other places , more spec if ical ly ment ioned in the spec ial condi t ions of the tender, on, under, in or through which the W orks or temporary W orks are to be executed and any other lands and p laces provided by the Corporat ion for work ing space or any other purpose as may be spec if ica l ly des ignated in the contrac t as form ing part o f the s i te .

( j ) ‘Urgent W orks ’ shal l mean any measures which in the opinion of the Engineer become necessary dur ing the progress of the W ork to obv iate any r isk of acc ident or fa i lure or which become necessary for secur i ty.

(k ) The ‘W orks ’ sha l l mean the tasks to be executed in accordance with the contrac t or par t (s) thereof , as the case may be, and shal l inc lude al l extra or addi t iona l , a l tered or subs t i tuted W orks as required for per formance of the contract .

( l ) ‘Cons truc t ion P lant ’ sha l l mean al l appl iances or th ings of whatever nature requi red in or about the execut ion, complet ion or maintenance of the W orks

Page 42: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

41

or temporary W orks (as here in af ter def ined) but shal l not inc lude mater ia ls or other th ings in tended to form or forming part of the W orks.

(m) ‘Temporary W orks ’ shal l mean al l temporary tasks of every k ind required in or about execut ion, complet ion or maintenance of the W ork.

(n) ‘Drawing’ sha l l mean the drawings referred to in the spec if icat ion and any modif icat ion of such drawings approved in wr i t ing by the Engineer and such drawings as may f rom t ime to t ime be furnished or approved in wr i t ing by the Engineer.

(o) ‘Approved’ sha l l mean approved in wr i t i ng inc lud ing subsequent conf irmat ion of prev ious verba l approval and “Approval ” sha l l mean approval in wr i t ing inc luding as aforesaid.

(p) ‘Spec if icat ion ’ means the spec if icat ion referred to in the tender and any modif icat ion thereof or addi t ion or deduct ion thereto as may f rom t ime to t ime be furnished or approved in wr i t ing by the Engineer.

(q) “Tender ” means the Contrac tor ’s pr iced of fer to the Corporat ion for the execut ion and complet ion of the W orks and the remedying of any defects therein in accordance with the provis ion of the Contrac t , as accepted by the Let ter of Acceptance.

( r ) ‘Letter o f Acceptance’ means the formal acceptance by the Corporat ion.

(s ) ‘Commencement Date ’ means the date upon which the Contrac tor receives the not ice to commence the work issued by the Engineer pursuant to C lause 80.

( t ) ‘T ime for Complet ion’ means the t ime for complet ing the execut ion of and pass ing the Tes ts on Complet ion of the W orks or any Sect ion or par t thereof as s ta ted in the Contract (or as extended under Clause 83 ca lcula ted f rom the Commencement Date.

(u) The ‘Annexure ’ refer red to in these condi t ions shal l means the relevant annexure appended to the tender papers issued by the Corporat ion.

PART – I I INSTRUCTIONS TO CONTRACTOR

4. Scope of W ork

The W ork to be carr ied out under the Contrac t shal l , except as o therwise prov ided in these condi t ions , inc lude a l l labour, mater ia ls , tools , p lant , equipment and t ranspor t which may be requi red in preparat ion of and for and in the fu l l and ent i re Execut ion and complet ion of the W orks . The descr ip t ions g iven in the schedule of W orks / i tems / quant i t ies , and the Bi l ls of Quant i t ies shal l , un less otherwise s ta ted, be held to inc lude was te on mater ia ls , car r iage and car tage, carrying in, return of empt ies , hois t ing, set t ing, f i t t ing and f ix ing in pos i t ion and a l l other labour necessary in and for the fu l l and ent i re execut ion and complet ion as a foresaid in accordance wi th good pract ice and recognized pr inc iples.

Page 43: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

42

5. Corrupt or

Fraudulent

Prac t ices

The Corporat ion requi res that the b idders /suppl iers /

contractors under th is tender observe the h ighest

s tandards of e thics dur ing the procurement and execut ion

of such contrac ts . In pursuance of th is po l icy, the

Corporat ion def ines for the purposes of th is provis ion, the

terms set for th as fo l lows :

a)“cor rupt prac t ice” means the of fer ing, g iv ing, rece iv ing

or sol ic i t ing of any th ing of va lue to inf luence the ac t ion of

the publ ic of f ic ia l in the procurement process or in

contract execut ion; and

b)“ f raudulent prac t ice” means a mis representat ion o f fac ts

in order to inf luence a procurement process or a execut ion

of a contract to the detr iment of the Corporat ion, and

inc ludes co l lus ive prac t ice among bidders (pr ior to or af ter

b id submiss ion) des igned to establ i sh b id pr ices at

ar t i f ic ia l non-compet i t ive leve ls and to depr ive the

Corporat ion of the benef i ts of the f ree and open

compet i t ion;

The Corporat ion wi l l re ject a proposal for award i f i t

determ ines that the Bidder recommended for award has

engaged in corrupt or f raudulent pract ices in compet ing for

the contrac t in ques t ion; The Corporat ion wi l l a f i rm

inel ig ib le , e i ther indef in i te ly or for a s tated per iod of t ime,

to be awarded a contrac t i f i t a t any t ime determines that

the f irm has engaged in corrupt and f raudulent pract ices in

compet ing for , or in execut ing, a contract .

6 . In t imat ion to

Successful

Tenderers

The acceptance of tender may be communicated to the

Successful Tenderer in wr i t ing or otherwise ei ther by the

tender opening author i ty or any author i ty in the

Corporat ion.

7 . Secur i ty

Depos i t

The Contractor shal l pay a secur i ty depos i t equal to f ive

percent of the contrac t sum as secur i ty for due fu l f i l lment

of the contrac t , un less otherwise s tated in the tender

Documents .

The mode of mak ing th is depos i t is as under .

In i t ia l or contrac t deposi t

A sum, which a long wi th the earnest money already paid ,

amounts to three percent of the contract sum shal l be paid

wi th in 15 days af ter receipt of int imat ion in wr i t ing of

acceptance of tender . I t is opt iona l to the contrac tor to

make the contract deposi t in one of the other of the

fo l lowing ways :

i ) W hol ly in cash or .

i i ) W hol ly in form of Nat ional sav ing Cer t i f icate pledged

in favour of the Corporat ion or Bank Guarantees /

F ixed deposi t f rom Nat ional ized / Scheduled Banks in

the enc losed format.

i i i ) Part ly in cash and par t ly in form of Nat ional sav ing

Cer t i f icate pledged in favour of the Corporat ion or

Bank Guarantees / F ixed deposi t f rom Nat ional ized /

Scheduled Banks in the enc losed format

Page 44: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

43

Retent ion Money:

The remaining amount o f the secur i ty depos i t i .e. 2% shal l

be recovered f rom the Contrac tor ’s running bi l ls a t the rate

of f ive percent and such retent ion together wi th the

contract depos i t made as aforesa id shal l not exceed in the

aggregate f ive percent of the contract sum af ter which

such retent ion wi l l cease.

8 . Forfe i ture of Secur i ty Depos i t

A l l compensat ion or o ther sums of money payab le by the contractor under the terms of th is contrac t or any other account whatsoever, may be deduc ted f rom or pa id by the sale of a suf f ic ient par t of th is secur i ty depos i t / retent ion money or f rom the in teres t ar is ing there f rom or f rom any sums which may be due or may become due to the Contractor by the Corporat ion on any account whatsoever , and in the event of h is secur i ty depos i t / re tent ion money be ing reduced by reason of any such deduct ion or sale as aforesaid, the contrac tor sha l l wi th in 15 days of receipt of not ice of demand f rom the Engineer make good the def ic i t . In the event of the said depos i t hav ing been made by the contractor by de l ive ry to the Corporat ion of the Guarantee of the Bankers of the Contrac tor , and of the contrac tor under any of the provis ions of th is contrac t becoming subjec t to or l iab le for any penal ty for damages l iquidated or unl iqu idated or of the said deposi t becoming for fe i ted any breach or fa i lure or determinat ion of contract , then, and in such case the amount of any such penal ty or damages and the depos i t so for fe i ted is not previous ly paid to the Munic ipal Commiss ioner , sha l l immediate ly on demand be pa id by the sa id Bankers to and may be for fe i ted by the Munic ipa l Commiss ioner under and in terms of the said Guarantee.

9 . Execut ion of Contract Document

The successful tenderer af ter furn ishing In i t ia l Secur i ty Depos i t , is required to execute an Agreement in dup l icate in the form at tached with the tender Documents on a s tamp paper of proper value. The proper va lue at present is Rs. 100/- . The agreement should be s igned with in one month f rom the date o f acceptance of the tender

10. Issue of W ork Order

W ork Order wi l l be issued af ter execut ion of contrac t document.

11. Contract Documents

The Contractor sha ll be furnished, f ree of charge; two cer t i f ied t rue copies of the contrac t Documents and al l fur ther drawings which may be issued dur ing the progress of the W ork. None of these Documents shal l be used by the Contrac tor for any purpose other than that o f th is contract .

12. Indemnity Bond

The contrac tor shal l requi re to execute an Indemnity Bond for sat is fac tory performance of the ent i re projec t on Stamp paper of Rs .100/- in the format as per Annexure ‘D ’ . Th is Indemnity Bond shal l remain in force for per iod ment ioned in Schedule ‘A ’ as Defect L iabi l i ty Per iod af ter complet ion of the pro jec t .

13. L icences The successfu l tenderer should comply s ta tutory ins truct ion of contrac t labour & wi l l be required to produce to the sat is fac t ion of the Engineer a val id contrac t labour

Page 45: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

44

l i cence issued in his favour under the prov is ion of the Contract Labour L icence (Regulat ion and Abol i t ion) 1970, before s tar t ing the W ork . On fai lure to do so, the acceptance of the tender is l iable to be wi thdrawn and a lso the earnes t money is l iable to be for fe i ted.

14. Deta i ls to be Conf ident ia l

The Contrac tor shal l t reat the deta i ls of the Contrac t as pr ivate and conf ident ia l , save in so far as may be necessary for the purposes thereof , and shal l not publ ish or d isc lose the same or any par t icu lars thereof in any t rade or technica l paper or e lsewhere wi thout the prev ious consent in wr i t ing o f the Engineer. I f any d ispute ar ises as to the necess i ty of any publ icat ion or d isc losure for the purpose of the contrac t the same shal l be referred to the Corporat ion whose determ inat ion shal l be f inal .

15. Off ic ia l Secrecy

The Contrac tor shal l , whenever required, take necessary s teps to ensure that a l l persons employed on any W ork in connect ion wi th th is Contrac t have not iced that the India of f ic ia l Secrets Act 1923 (XIX of 1923) appl ies to them and shal l cont inue to apply even af ter execut ion of such W ork under the Contract .

16. Ass ignment The Contrac tor shal l not ass ign t ransfer or at tempt to ass ign, t ransfer the Contrac t or any par t thereof , or any benef i t or interest therein or there under otherwise than by a charge in favour of the Contrac tor ’s bankers of any Money due or to become due under th is contrac t , wi thout the pr ior wr i t ten approval o f the Commiss ioner .

17. Sub- let t ing The Contractor shal l not sub- le t or a t tempt to sub- le t the who le of the W orks . Except where otherwise prov ided by the Contrac t , the Contrac tor shal l not sub- le t any par t of the W orks wi thout the pr ior wr i t ten approval of the Engineer , which shal l not be unreasonably wi th-he ld, and such approval , i f g iven, shal l no t re l ieve the Contrac tor f rom any l iab i l i ty or ob l igat ion under defau l ts and neglec ts of any sub-contrac tor , h is agents , servants or W orkmen as fu l ly as i f they were the ac ts , defau l ts or neglec ts of the Contrac tor , h is agents , servants or W orkmen. Prov ided always that the engagement of labour on a p iecework bas is or labour wi th mater ia l not to be incorporated in the W ork shal l not be deemed to be a sub-le t t ing under th is C lause. The Contrac tor sha ll be respons ible for observance by h is sub-contrac tors of the foregoing prov is ions

18. Changes in Const i tut ion

W here the contractor is a par tnersh ip f i rm, the pr ior approval in wr i t ing of the Commiss ioner shal l be obtained before any change is made in the const i tut ion of the f i rm. W here the contrac tor is an ind iv idual or Hindu Undiv ided fami ly bus iness concern such approval as aforesaid shal l l ikewise be obtained before the contrac tor enters into any par tnership agreement where under the par tnership f i rm would have the r ight to carry out the W ork hereby under taken by the contractor . I f pr ior approval as aforesaid is not obta ined the contrac t sha l l be deemed to have been ass igned in contravent ion of the C lause No. 108 hereof and the same ac t ion may be taken and the same consequences shal l ensure as provided for in the said condi t ion.

Page 46: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

45

19. Power of A t torney

The contrac tor sha l l not issue any k ind of power of a t torney in favour of h is bankers for rout ine payments to the contractors through Bank .

20. Contractors Staf f

The Contrac tor shall employ in and about the execut ion of W orks on ly such persons as are sk i l led and are exper ienced in their several t rades and the Engineer shal l be at l iber ty to ob ject to and requi re the Contractor to remove f rom the W orks any person, employed by the Contractor in or about the execut ion of the W orks , who in the op inion of the Engineer m isconduc ts h imself or is incompetent or negl igent in the proper performance of h is dut ies and such person shal l not be again employed upon the W orks wi thou t permiss ion of the Engineer .

21. Contractors ’ Superv is ion

The Contrac tor shal l h imself superv ise the execut ion of W orks or sha l l appoin t competent agent approved by the Engineer to ac t in h is s tead. I f , in the opin ion of the Engineer the Contractor h imself not have suf f ic ient knowledge and exper ience to be capable of rece iv ing ins truct ions or cannot give h is fu l l a t tention to the W orks , the Contrac tor sha ll at h is own expense, employ as h is accred i ted agent an Engineer or a sui tably qual i f ied and exper ienced person approved by the Engineer. The name of the agent so appointed, a long-wi th the qual i f icat ions , exper ience and address shal l be communicated to the Engineer . The agent shal l be a respons ib le person adequately organisat ion by the Contrac tor to take dec is ion on s i te and to spend money i f requi red for procur ing mater ia l and labour etc . to car ry out Emergency W orks in the interest of the W ork, i f so required by the Engineer . Orders given to Contrac tor ’s agent shal l be cons idered to have the same force as i f these had been g iven to the Contractor h imself . I f the Contrac tor fa i ls to appoint a sui table agent as d irec ted by the Engineer , the Engineer sha l l have fu l l powers to suspend the execution of the W orks unt i l such date as a sui table agent is appoin ted and the Contrac tor sha l l be he ld responsible for the delay so caused to the W orks.

22. Employment of Labour

The Contrac tor shal l employ the labour in suf f ic ient numbers to maintain the required ra te o f progress and of qual i ty to ensure Workmanship, of the degree spec i f ied in the Contrac t and to the sat is fac t ion of the Engineer . The Contractor sha l l not employ in connect ion wi th the W ork any chi ld who has not completed his 15th year of age. He shal l a lso not employ an ado lescent who has not completed his 18th year un less he is cer t i f ied f i t for W ork as an adul t as prescr ibed under c lause (b) of sub-sec t ion (2) of sec t ion 69 of the Factor ies Ac t , 1948. The Contrac tor shal l make his own ar rangement for the engagement of a l l labour local or o therwise. The Contractor shal l indemnify the Corporat ion or any agent, servant or employee of Corporat ion for any lapses on the par t of contrac tor on account of non-compl iance of above referred acts .

23. Compl iance with Labour

The contrac tor shal l pay fa i r and reasonable wages to the W orkmen employed by h im , for the contrac t under taken by

Page 47: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

46

Regulat ion.

h im . In the event of any d ispute ar is ing between the contractor and his W orkmen on the grounds that the wages paid are not fa i r and reasonable, the d ispute shal l be referred wi thout delay to the Engineer, who shal l dec ide the same. The dec is ion of the Engineer shal l be conc lus ive and binding on the contrac tor but such dec is ion shal l not in any way af fect the condi t ions in the contract regard ing the payment to be made by Corporat ion at the same sanct ioned tender ra tes . The employees of the contrac tor and the sub-contrac tor in no case shal l be t reated as the employees of the Corporat ion at any point o f t ime. SALIENT FEATURES OF SOME MAJOR LABOUR LAW S APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION W ORK. ( i ) W orkman Compensat ion Ac t 1923.

The Ac t prov ides for compensat ion in case of in jury by acc ident ar is ing out o f and dur ing the course of employment.

( i i ) Payment of Gratui ty Act 1972. Gratui ty is payable to an employee under the Ac t on sat isfact ion of cer tain condi t ions on separat ion i f an employee has completed 5 years serv ice or more or on death a t the rate of 15 days wages for every completed year o f serv ice. The Ac t is appl icable to al l es tabl ishments employing 10 or more employees .

( i i i ) Employees PF and Misce l laneous Prov is ion Ac t , 1952. The Ac t prov ides for month ly contr ibut ions by the employer p lus W orkers @ 10% or 8 .33%. The benef i ts payable under the Ac t are (a) Pens ion or fam i ly pens ion on ret i rement or death

as the case may be. (b) Depos i t l inked insurance on the death in harness

of the W orker . (c ) Payment of PF accumulat ion on ret i rement/ death

etc . ( iv ) Materni ty Benef i t Act 1951

Ac t provides for leave and some other benef i ts to women employees in case of conf inement or m iscarr iage etc .

(v) Contract labour (Regulat ion and Abol i t i on) Ac t 1970. The Ac t provides for cer ta in wel fare measures to be prov ided by the contractor to contract labour and in case the contractor fa i ls to prov ide, the same are required to be prov ided by the Pr inc ipal Employer by law. The pr inc ipa l employer is required to take Cer t i f icate of Regis trat ion and the Contrac tor is required to take a Licence f rom the des ignated Off icer . The Act is appl icable to the es tab l ishments or Contrac tor of pr inc ip le employer i f they employ 20 or more contrac t labour .

(v i ) Minimum W ages Act 1970 The Contractor shal l see that the prov is ions set for under the Min imum W ages Act and Contrac t Regulat ion and Abol i t ion Ac t 1970 wi th the Maharashtra Contract Labour (regulat ion and

Page 48: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

47

abol i t ion) Rules 1971 as amended f rom t ime to t ime are fu l l y compl ied wi th by him and shal l maintain necessary reg is ters and records for payment of wages , over t ime, e tc . made to his W orkmen as required by the Conc i l iat ion Of f icer (Central ) , Min is try of Labour , Government of India, or such other organisat ion person appointed by the Central or State Government.

(v i i ) Payment of W ages Act 1936 I t lays down as to by what date the wages are to be paid , when i t wi l l be pa id and what deduc t ions can be made f rom the wages of the W orkers .

(v i i i ) Equal Remunerat ion Ac t 1979. The Ac t prov ides for payment of equal wages for W ork of equal nature to Male & Female W orkers and not for making d iscr im inat ion agains t Female employees in the matters of t ransfers , t ra in ing and promot ions etc .

( ix ) Payment of Bonus Ac t 1965 The Act is appl icab le to a l l es tab l ishments employing 20 or more W orkmen. The Act prov ides for payments of annual bonus subject to a m in imum of 8.33% of wages and maximum of 200% of wages to employees drawing Rs .3,500/- P .M. or less. The bonus to be paid to or employees get t ing Rs. 2500/- P .M. above upto 3500/- P.M. shal l be W orked out by tak ing wages as Rs . 2500/- P.M. on ly. The Act does not apply to cer tain es tabl ishments . The newly set up establ ishments are exempted for f ive years in cer ta in c i rcumstances. Some of the State Governments have reduced the employment s ize f rom 20 to 10 for the purpose of appl icabi l i ty of the Act .

(x) Industr ia l Disputes Ac t 1947 The Ac t lays down the machinery and procedure for reso lut ion of industr ia l d isputes , in what s i tuat ions a s tr ike or lock -out becomes i l lega l and what are the requirements for laying of f or re trenching the employees or c los ing down the es tab l ishment.

(x i ) Industr ia l Employment (Standing Orders ) Ac t 1946 I t is appl icable to al l es tabl ishments employing 1000 or more W orkmen (employment s ize reduced by some of the States and Centra l Government to 50) . The Act prov ides for laying down rules govern ing the condi t ions of employment by the employer or matters prov ided in the Ac t and get the same cer t i f ied by the des ignated Author i ty.

(x i i ) Trade Unions Ac t 1926 The Ac t lays down the procedure for reg is tra t ion of t rade un ions of W orkmen and employers . The t rade unions regis tered under the Ac t have been given cer tain immunit ies f rom c iv i l and c r imina l l iabi l i t ies .

(x i i i ) Chi ld labour (proh ib i t ion and regula t ion) Ac t 1986. The Ac t proh ibi ts employment of chi ldren be low 14 years of age in cer ta in occupat ion and processes and prov ides for regula t ion of employment of chi ldren in al l o ther occupat ions and processes .

Page 49: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

48

Employment of ch i ld labour is prohib i ted in Bui ld ing and Construc t ion Indus try.

(x iv) Inter-State Migrant W orkmen’s (Regulat ion of Employment and Condi t ions of Service) Ac t 1979. The Act is appl icab le to an establ ishment which employees 5 or more inter-s tate migrant W orkmen through an intermediary (who has rec ru i ted W orkmen in one s tate for employment in the es tab l ishment s i tuated in another s tate ) . The inter-s tate m igrant W orkmen, in an establ ishment to which th is Act becomes appl icable, are required to be prov ided cer tain fac i l i t ies such as hous ing, medical a id, t rave l ing expenses f rom home upto the es tab l ishment and back , etc .

(xv) The Bui ld ing & other Cons truc t ion W orkers (Regulat ion of Employment and Condi t ions of Serv ice) Ac t 1996 and the Cess Ac t of 1996. A l l the es tab l ishments who carry on any bui ld ing or other construc t ion W ork and employs 10 or more W orkers are covered under th is ac t . Al l such es tab l ishments are requi red to pay cess at rate not exceeding 2% of the cos t of cons truc t ion as may be not i f ied by the Government. The employer o f the es tab l ishment is required to provide safety measures at the Bui ld ing or Cons truc t ion W ork and other wel fare measures , such as Canteens, Firs t -A id fac i l i t ies , Ambulance, Hous ing accommodat ion for W orkers near the W orkplace etc . The employer to whom the Ac t appl ies has to obta in a reg is tra t ion cer t i f icate f rom the Regis ter ing Of f icer appointed by the Government.

24. Safety Prov is ions

The Contractor sha ll a t h is own expense ar range for the safety prov is ions indicated in Annexure `A’ or as required by the Engineer, in respec t of a l l labour d irec t ly or ind irec t ly employed for per formance of the W orks and shal l prov ide al l f ac i l i t ies in connec t ion therewith. In case the Contractor fa i ls to make arrangements and prov ide necessary fac i l i t ies as aforesaid , the Engineer shal l be ent i t led to do so and recover the cos ts thereof f rom the Contractor .

25. Prov is ion of Fi rs t -Aid Box

The contractor sha l l , a t h is own cos t , prov ide and maintain a t the s i te of W orks a s tandard f i rs t aid box as direc ted and approved by the Engineer for the use of h is own as wel l as the Corporation’s s taf f on s i te.

26. Apprent ices The Contrac tor shal l comply wi th the provis ion of the Apprent ice Act , 1961, and the ru les and orders issued there under f rom t ime to t ime. The contractor shal l dur ing the term of th is agreement mainta in as a par t of h is organisat ion a system of apprent icesh ip for t ra in ing craf tsmen as may be approved by the Engineer. The apprent ices are to be engaged and t ra ined in the bui ld ing craf t / t rades. The number of apprent ices to be engaged shal l be dec ided and got approved f rom the of f ice of the D irec tor of Technical Educat ion and State Apprent iceship Advisor , Maharashtra State , Dhobi Talao, Bombay –400 001. Fai lure on the part o f the contrac tor to observe the

Page 50: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

49

s t ipu la t ion of th is condi t ion shal l be deemed to be fa i lure to employ a suf f ic ient number of proper and ef f ic ient W orkmen and al l the r igh ts and remedies of the Commiss ioner therein prov ided inc luding the power to determ ine the contrac t shal l be appl icab le in such case. The Contrac tor shal l a lso be l iable for any pecuniary l iab i l i ty ar is ing on account of any vio la t ion by h im of the provis ions of the Act .

27. Personnel The Contractor shal l employ the key personnel named in the schedule of key personnel (Annexure ‘B ’) or other personnel approved by the Engineer to car ry out the func t ions. The Engineer wi l l approve any proposed rep lacement of key personnel on ly i f thei r qual i f icat ions , abi l i t ies and relevant exper ience are substant ia l ly equal to or bet ter than those of the personnel l is ted in the schedule.

28. Temporary S i te Of f ice for the Engineer (For W orks Cos t ing Above Rs . 50 Lacks Only)

The Contractor shal l a t h is own cost and to the sat isfact ion of the Engineer , provide a s i te of f ice of not less than 25 Sq. Mtr . W ith br ick wal ls , p laster ing ins ide, rough Shahabad f loor ing and one wr i t ing tab le wi th s ix cha irs and large s ize s teel cupboard. He shal l a lso make necessary ar rangements for dr ink ing water and e lectr ic connect ion and lock ing ar rangement. Upon complet ion of the whole work and af ter c lear ing the s i te and upon expiry o f defec t l iabi l i ty per iod, the Contractor shal l remove the s i te of f ice and take possess ion of the furn i ture and cupboards prov ided by h im in the condi t ion i t was on the da te of rece iv ing back the same.

29. Contractor ’s Off ice Near W orks

The Contractor shal l have an of f ice near the W orks at which not ice f rom the Engineer may be served and shal l , between the hours of sunr ise and sunset on al l W ork ing days , have a c lerk or some other organisat ion person a lways present a t such of f ice upon whom such not ices may be served and serv ice of any not ices lef t wi th such c lerk or o ther organisat ion person or a t such of f ice shal l be deemed good service upon the Contractor .

30. Permiss ion for Erec t ion & Removal of Off ice on Complet ion of W ork

The Contrac tor shall obtain permiss ion for erec t ion of s i te of f ice, cement godown, s tore, e tc . on payment of necessary charges as demanded by the concerned author i t ies as per the preva i l ing ru les . The cement godown, W atchman cabins , e tc . shal l be prov ided as d irec ted and shal l be removed by the Contrac tor on complet ion of the Work at the ir cost .

31. Use of Munic ipal Land

(a)The Contrac tor shal l not be perm it ted to enter on (other than for inspec t ion purposes) or take possess ion of s i te unt i l ins tructed to do so by the Engineer in wr i t ing. The por t ion of the s i te to be occupied by the Contrac tor sha l l be def ined and/or marked on the s i te plan, fa i l ing which these shal l be ind icated by the Engineer . The Contractor sha l l on no account be a l lowed to extend h is operations beyond these areas . The use of such por t ion of the s i te sha l l be a l lowed f ree of any lease rent dur ing scheduled t ime per iod for the complet ion of the W ork. However at the expiry of the s t ipula ted per iod of the W ork , as may be extended f rom t ime to t ime, Contrac tor has to

Page 51: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

50

pay charges for these fac i l i t ies as per the preva i l ing ra tes lev ied by the Corporat ion for use of public u t i l i t y p laces . The Contrac tor wi l l be al lowed to use the land for the purpose of sheds , of f ices thereon for themselves and for the Engineer and his subord inates and shal l remove the same f rom the ground on the complet ion of the W orks, or when requi red to do so, by the Engineer af ter rece iv ing 7 days not ice. He shal l make good any damage which may have been done and restore to good condi t ion any th ing which may have been dis turbed dur ing the per iod of h is occupat ion. He shal l not use or al low to be used any such ground, sheds or of f ices , or any port ion of the s i te of the W orks, for any other purpose than the carrying out of W orks under th is Contract , fa i l ing which charges appl icable wi l l become payable in the event of there be ing on plot or ground or insuf f ic iency of ground be longing to the Corporat ion ava i lable for the above purpose, the Contractor shal l provide other such ground at h is own cost . The Contrac tor sha ll in any case pay a l l taxes which may have to be paid in respec t of a l l ground, sheds or of f ices used as above, and a l l the l icense fees, etc . , that may be demanded for the s torage or otherwise of the var ious ar t ic les as per rules in force. The Contrac tor sha l l provide, i f necessary or i f requi red on the s i te al l temporary accesses thereto and shal l a l ter , adopt and maintain the same as requi red f rom t ime to t ime and shal l take up and c lear them away as and when no longer required and make good al l damage done to the s i te. The contrac tor has also be al lowed at the so le discret ion of the corporat ion to s tack mater ia l requi red for execut ion of work in corporat ion land out of the projec t area on payment of necessary charges as per corporat ion ru les for use of roads publ ic u t i l i t y p laces .

32. W ater Supply for Corporat ion W ork

The water wi l l not be suppl ied by the Corporat ion. The Contractor has to make his own ar rangements for supply of water . However on ava i labi l i ty of water i t can be suppl ied at the organisat ion Corporat ion ra te and terms and condi t ions.

33.

E lec tr ic Supply

No power connect ion shal l be prov ided. The Contrac tor sha l l make at h is own cos t h is own ar rangement for power connect ion, i f requi red.

34. Contractor to Protect the W ork

The contractor shal l make h is own ar rangements for protec t ing the W ork / pro tec t ion ageis t obstruc t ions f rom any ant i -soc ia l e lements by tak ing at h is / their cos t pol ice protec t ion or such other lega l methods through law enforc ing author i t ies and that the Corporat ion shal l not be l iab le to compensate the contrac tor on th is account . The Corporat ion would on ly forward the appl icat ion of the contractor to the pol ice Deptt . wi thout any l iab i l i ty agains t the Corporat ion on th is account.

35. Fenc ing, W atching and L ight ing

The Contrac tor shal l prov ide and maintain a t h is own expense a l l l ights , guards , fenc ing and watching when and where necessary or as required by the Engineer for the

Page 52: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

51

protec t ion of the safety and convenience of those employed on the W orks or the publ ic . In the event of fa i lure on the par t of the Contrac tor , the Engineer may with or wi thout not ice to the Contrac tor put up a fence or improve a fence already put up or provide and/or improve the l ight ing or adopt such other measures as he may deem necessary, and al l the cost of such procedures as may be adopted by the Engineer sha l l be borne by the Contrac tor . In addi t ion the Engineer may impose such f ines or penal ty as the Engineer may deem reasonable, under Clause No. 53.

36. Contractor ’s L iab i l i t ies & Insurance (Car Pol icy)

From commencement to complet ion of the W orks , the Contractor sha l l take fu l l respons ib i l i ty for the care thereof and for tak ing precaut ions to prevent loss or damage and to m in im ize the loss or damage to the greates t extent poss ible and shal l be l iable for any damage or loss that may happen to the W orks or any par t thereof . The po l icy so obta ined shal l cover ent i re per iod of construct ion ( inc luding a l l ex tens ions) and a lso shal l cover the Defects Liabi l i ty per iod. The pol icy shal l be for the to tal Contract Sum. Before commencing execut ion of the W ork, the Contrac tors sha l l wi thout in any way l im i t ing his obl igat ions and respons ib i l i t ies under th is condi t ion, insure agains t any damage loss or in jury which may occur to any proper ty (Pr ivate, Government and/or Corporat ion) or to any person ( inc luding any employee of the Corporat ion) by or ar is ing out of the contract . A l l insurances (Car Pol icy) to be af fected by the Contractors and/or his sub-contrac tors shal l be taken out wi th D irec torate of Insurance, Maharashtra State on ly. In case, however , a par t icular aspec t is not covered under the po l icy to be obtained f rom the D irec torate of Insurance, Maharashtra s ta te, the Contrac tor wi l l be a l lowed to have such insurance f rom other insurance company with the pr ior perm iss ion of the Commiss ioner . I f the Contrac tor has a blanket insurance po l icy for a l l h is W orks and the pol icy covers al l the i tems to be insured under th is condi t ion, the said po l icy sha l l be ass igned by the Contrac tor , in favour of the Corporat ion; provided, however , i f any amount is payable under the po l icy by the insurers in respect of W orks other than the W orks under th is Contrac t , the same may be recovered by the Contractor d i rect ly f rom the insurers . The amount of c la im to the ex tent payment made by Corporat ion shal l be d irec t ly re imbursed to Corporat ion by insurer . PROVIDED a lways that the Contrac tor shal l not be ent i t led to payment under the above prov is ions in respec t of such loss or damage as have been occas ioned by any fa i lure on h is par t to per form h is ob l igat ions under the Contrac t or not tak ing precaut ions to prevent loss or damage or m in im ize the amount of such loss or damage. W here a Corporat ion’s Bui ld ing or par t thereof is rented by the Contrac tor or is a l lowed to be used by h im , he shal l insure the ent i re bui ld ing i f the bu i ld ing or any par t thereof is used by him for the purpose of s tor ing or us ing

Page 53: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

52

mater ia ls of combust ib le nature as to which the dec is ion of the Engineer shal l be f ina l and b ind ing . The Contrac tor shal l indemnify and keep indemnif ied the Corporat ion agains t a l l losses and c la ims for in jur ies or damage to any person or any proper ty whatsoever which may ar ise out of or in consequence of the cons truc t ion and maintenance of the W ork and agains t a l l c la ims, demands, proceedings , damages , cos ts , charges and expenses whatsoever in respec t of or in re la t ion thereto . PROVIDED always that no thing herein contained shal l be deemed to render the Contractor l iable for or in respec t of or to the Corporat ion agains t any compensat ion or damage caused by the Excepted R isks . The Contrac tor sha ll at a l l t imes indemnify the Corporat ion agains t a l l c la ims, damages or compensat ion under the provis ions of Payment of W ages Ac t 1936, Minimum W ages Ac t 1948, Employers Liabi l i ty Ac t 1938, the W orkmen’s Compensat ion Act 1923, Indus tr ia l D ispute Ac t 1947, Ind ian Fac tor ies Act 1948 and Matern i ty Benef i t Ac t , 1961 or any modi f icat ions thereof and rules made there under f rom t ime to t ime or as a consequence or any acc ident or in jury to any W orkman or other persons in or about the W orks, whether in the employment of the Contractor or not , save and except where such acc ident or in jury have resul ted f rom any act of the Corporat ion, their agents or servants , and a lso agains t a l l cos t , charges and expenses of any su i t , ac t ion or proceedings ar is ing out of such acc ident or in jury and agains t a l l sum or sums which may with the consent of the Contrac tor be paid to compromise or compound any such c laim without l im i t ing h is ob l igat ions and l iabi l i t ies as above prov ided. The Contractor shal l insure agains t a l l c la ims damages or compensat ion payable under the var ious ac ts ment ioned above or any modif icat ions thereof or any other law rela t ing thereto. The aforesa id insurance po l ic ies shal l prov ide that they shal l not be canceled t i l l the Commiss ioner has agreed to their cancel lat ions. The Contrac tor shal l prove to the Engineer f rom t ime to t ime that he has taken out a l l the insurance pol ic ies referred to above and has pa id the necessary prem ia for keeping the po l ic ies a l ive t i l l the expi ry o f the Defec ts L iab i l i ty Per iod af ter complet ion of W ork for a per iod of not exceeding 12 months as per d irec t ives of D irec torate of Insurance, Maharashtra State. The Contrac tor shal l ensure that s im i lar insurance pol ic ies are taken out by h is sub Contrac tors ( i f any) and shal l be respons ib le for any c la ims or losses to the Corporat ion resul t ing f rom the ir fa i lure to obtain adequate insurance protec t ion in connect ion thereof . The Contrac tor shal l produce or cause to be produced by his Sub-Contractor ( i f any) as the case may be, the re levant po l icy or pol ic ies and prem ium receipts as and when requi red by the Engineer . I f the Contractor and/or h is sub-Contractors ( i f any) shal l fa i l to e f fec t and keep in force the insurance referred

Page 54: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

53

above for any other insurance which he/ they may require to e f fec t under the terms of Contract then and in any such case the Commiss ioner may wi thout being bound to ef fect and keep in force any such insurance and pay prem ium or premia as may be necessary for that purpose and f rom t ime to t ime deduct the amount so paid by the Corporat ion p lus 20 per cent of premium or premia amount as service charges f rom any money due or which may become due to the Contrac tor or recover the same as debt f rom the Contractor .

37. Contractor to Preserve Peace

The Contrac tor sha ll a t a l l t imes dur ing the progress of the W ork take al l requ is i te precaut ion and use his bes t endeavors for prevent ing any r io tous or un lawful behavior by or amongs t the W orkers and other employed on the W orks and for the preservat ion of peace and protec t ion of the inhabi tants and secur i ty o f proper ty in the neighborhood of the W orks. He shal l a lso pay the charges of such spec ial po l ice ( i f any) as the Engineer may deem necessary.

38. Protect ion of Trees

Trees des ignated by the Engineer shall be protec ted f rom damage dur ing the course of the W ork and earth leve l wi th in one metre of each such t ree shal l no t be changed. W here necessary, such t rees shal l be protected by temporary fenc ing. A l l such cos t shal l be borne by the Contractor .

39. Ma intenance of Under- ground Ut i l i ty Serv ices

A l l the underground ut i l i ty services such as water pipes , gas pipes, drains, sewers, cables etc . , which may be met up in or about any excavat ion, shal l i f the Engineer deem i t pract icable , be proper ly maintained and protec ted by the Contractor h imsel f or through other agency by means of shor ing, s t rut t ing, p lank ing over, padding or otherwise as d irec ted by the Engineer dur ing the progress of the W ork wi thout c la im ing any extra charges. Any damage to these underground ut i l i ty services shal l be immediately remedied by the Contrac tor or by o ther agency at h is own cos t , fa i l ing which the Engineer may with or wi thout not ice adopt such measures as he may deem necessary a t the r isk and cos t of the Contrac tor . I f on the other hand, the Engineer cons iders i t imprac t icable for the Contractor to maintain any such underground ut i l i ty services and that the exigenc ies of the Work necess i tate , the break ing down, removal or d ivers ion of the said ut i l i ty serv ices, the cos t of such break ing down, removal or d ivers ion inc luding that of rebui ld ing, replac ing, d iver t ing and re ins tat ing of any such ut i l i ty serv ices shal l be paid to the Contractor i f done by h im . However, the cos t of prov id ing pumps, chutes or o ther appl iances as the Engineer may di rect for the ra is ing or temporary passage of the water or sewage and the cos t of pumping out or removing as of ten as the Engineer may d irec t , any water or sewage which may escape f rom any such underground ut i l i ty serv ices, shal l be borne by the Contractor . The tenderer shal l contac t a l l the publ ic bodies, etc . to know the under -ground services that may be encountered by him / them dur ing the execut ion of the W ork and

Page 55: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

54

account for the consequences of the s i te restraints whi le submit t ing their tenders . No compensat ion / cost shal l be payable on account of any under-ground serv ices which obs tructs the W ork and cause de lay.

40. Precaut ions for W orks in Thorough-Fares

W hile the execut ion of any W ork is in progress in any s treet or thoroughfare the Contrac tor a t h is own cost shal l make adequate prov is ion for the passage of t raf f ic , for secur ing safe access to a l l prem ises approached f rom such s treet or thoroughfare, and for any drainage, water supply, or means of l ight ing or any other ut i l i t y service which may be in terrupted by reason of execut ion of the W ork. W henever i t may be necessary to s top the t ra f f ic in any s treet or thoroughfare permiss ion must f i rs t be obtained f rom the Engineer and the Contrac tor sha l l then put up such barr iers and adopt such other measures or take precaut ions as may be necessary or as the Engineer may di rect for regulat ion of t raf f ic . The W ork shal l in such cases be executed n ight and day or for as long a per iod as pract icable i f so ordered by the Engineer, and wi th such speed & v igour as he may require, so that the t ra f f ic may be impeded for as short a t ime as poss ible. The Contrac tor sha l l remove the bar r iers as soon as the necess i ty for them has ceased. Care shal l be taken by the Contrac tor to cause the least poss ible obs truc t ion to t raf f ic dur ing the progress of the W ork .

41. Traf f ic The contrac tor sha l l have to make a l l necessary arrangements for regula t ing t raf f ic day and n ight dur ing the per iod of cons truc t ion and to the ent i re sat is fac t ion of the Engineer . Th is inc ludes the construct ion and maintenance of d ivers ions , i f necessary, a t no extra cos t to the Corporat ion. The contrac tor shal l prov ide necessary caut ion boards , bar r icades , f lags and l ights , watchmen etc . so as to comply wi th the la tes t Motor Vehic le Rules and Regulat ions and for t raf f ic safety. The contrac tor shal l be respons ib le for a l l c la ims for the acc idents which may ar ise due to h is negl igence whether in regula t ing t raf f ic or in s tack ing mater ia ls on the road or by any other reason.

42. Pumping out W ater

The Contrac tor wi l l be requi red to provide and operate at h is own cos t a l l pumps, engines and machinery requis i te to keep the t renches for the sewer, drains or foundat ions and al l o ther excavat ions c lear of water whether subsoi l water , s torm was te or leakage f rom tanks, wel ls , drains , sewers , water -mains , t ide water etc . so that there may be no accumulat ion of such water and no set t ing out may be done, no masonry may be la id, no concrete depos i ted, no jo ints made and no measurements taken in water . The pumping shal l be cont inued so long af ter the execut ion of any por t ion of the W ork as the Engineer may cons ider necessary for the W ork to set . For the purpose of keeping the excavat ions as dry as poss ib le the W ork would, i f necessary be d iv ided into sec t ions or separate port ions as per bes t Engineer ing prac t ices and temporary dams wi l l have to be put up by the Contrac tor , sumps for the suc t ion p ipes to W ork in, wi l l have to be excavated by the Contractor at such d is tances apar t and to such depths as

Page 56: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

55

the as per best Engineer ing prac t ices . W hen the W ork progresses other sumps must, f rom t ime to t ime, be excavated by the Contrac tor , d isused sumps be ing f i l led up by h im wi th dry rubble careful ly hand packed to the sat isfact ion of the Engineer . The Contrac tor wi l l not be paid extra for any temporary dams or sumps or their removal or ref i l l ing nor wi l l such W orks be taken in to measurement in any way, un less otherwise prov ided. The Contrac tor shal l not a l low any accumulat ion of water e i ther f rom the Discharge of h is dewater ing pumps or his water connect ions on s i te of h is W ork . The Contrac tor sha l l make proper prov is ion for lead ing the pumped d ischarge to the neares t wa ter entrance, s torm water dra in, manholes, or water course by means of a wooden or G.I . channel or hose pipe. Under no c i rcumstances the d ischarge wi l l be a l lowed to f low, a long a paved sur face. I f an accumulat ion is unavoidable , i t shal l be t reated wi th insec t ic ides to the sat isfact ion of the Engineer. In case of fa i lure to do th is on the par t of Contractor such accumulat ion shal l be t reated by the Corporat ion at the r isk and cos t o f the Contrac tor . The contrac tors should note that under no c i rcumstances any payment for pumping out water f ind ing i ts way in to t renches , h i l l cut t ing, excavated p i ts , W orks s i te e tc . f rom whatever sources wi l l be perm iss ible un less otherwise spec i f ical ly ment ioned in the tender .

43. Storage of

Explos ives

The Contrac tor shal l obta in the prev ious perm iss ion of the

competent author i ty such as the Chief of F ire Serv ices for

the Si te, manner and method of s tor ing exp los ives near

the s i te of W ork. A l l handl ing of exp los ives, inc lud ing

s torage, t ranspor t shal l be carr ied out under the rules approved by the “Explos ives Depar tment of the

Government” .

44. Fac i l i t ies to

the Other

Contractors

The contrac tor sha l l , in accordance with the requirements

of the Engineer, af ford a l l reasonable fac i l i t ies to o ther

Contractors engaged contemporaneous ly on separate

Contracts in connect ion wi th the W orks and for

depar tmenta l labour and labour of any other

proper ly organisat ion author i ty or s ta tutory body which may be employed at the S i te on execut ion of any W ork not

inc luded in the Contrac t or of any Contrac t which the

Corporat ion may enter into in connec t ion wi th or anc i l la ry

to the W orks .

45. Prevent ion of

Mosqui to Breeding at

Construc t ion

S i te

( i )The contractor shal l on the respect ive construc t ion s i te

ins ta l l mosqui to proof and access ib le water s torage tanks or to cover / pro tec t the present water s torage tanks

proper ly.

( i i ) The contractor sha l l per iodica l ly g ive larvaec ida l

t reatment to water s torage tanks, s i tes of water

s tagnat ion, wa ter col lect ion.

( i i i ) Any expendi ture that may be incurred by the Corporat ion to ensure that the above condi t ions are

fu l f i l led by the cont rac tor wi l l be deb i tab le to contrac tors

account and wi l l be recovered f rom the bi l ls of the

contractor f rom t ime to t ime.

Page 57: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

56

46. Sani ta t ion

The Contrac tor sha ll , at h is own cos t , make a l l necessary provis ions for heal th and safety o f h is labour / employees . He shal l , when required by the Engineer , prov ide proper la tr ines and ur inals to the sat is fac t ion of the Engineer in such numbers and in such local i t ies as he may require, and shal l take al l steps necessary to compel h is labour / employees to resor t to such latr ines and ur inals , and shal l d ismiss f rom his employment and remove f rom the W orks any one detec ted obeying the cal ls of nature in any p lace other than the conveniences al lo t ted for such purposes . The sa id latr ines shal l be under the super intendence and orders of the Engineer or h is subord inates .

47. Not to A l low Huts

The Contrac tor sha ll , on no account, a l low any huts to be erected on Corporat ion proper ty un less otherwise permit ted by the Engineer in wr i t ing , to be inhabi ted af ter sunset by anyone except the watchmen required for the W orks, and none of h is employees , except such watchmen as aforesaid , shal l s leep at n ight on any part o f the W orks . In case of any of fence commit ted by any of the labour or employees of the Contrac tor agains t any of the prov is ions of th is condi t ion the Contrac tor shal l be l iab le to a penal ty not exceeding Rupees Hundered for every such of fense and the same shal l be charged to the account of the Contractor .

48. Treasure Trove Foss i ls e tc .

A l l foss i ls , coins, ar t ic les of value or ant iqui ty and s truc tural and other remains th ings of geologica l or archaeolog ical interes t d iscovered in or upon the s i te shal l be absolu te proper ty o f the Corporat ion and the Contrac tor sha l l duly preserve them and shal l take precautions to prevent h is W orkmen or any other person f rom removing or damaging any such ar t ic les or th ing and shal l immediate ly upon d iscovery thereof and before removal acquaint the Engineer wi th such discovery and shal l f rom t ime to t ime del iver the same to such person or persons as the Engineer may f rom t ime to t ime appoint to receive the same at the expense of the Corporat ion.

49. Patent ’ Right and Roya l t ies

The contrac tor shal l save harm less and indemnify the Corporat ion f rom and against a l l c la ims and proceedings for or on account of in f r ingement of any Patent r ights , des ign t rademark or name of other protec ted r ights in respec t o f any cons truct iona l p lant , machine W ork , or mater ia l used for or in connec t ion wi th the W orks or any of them and f rom and agains t a l l c la ims, proceedings , damages , cos ts , charges and expenses whatsoever in respect thereof or in re la t ion thereto. Except where otherwise spec i f ied, the contrac tor sha l l pay al l tonnage and other royal t ies , rent and other payments or compensat ion, i f any, for get t ing s tone, sand, grave l , c lay or other mater ia ls required for the W orks or any of them.

50. Quarry i ) Quarry for extract ion of murum, s tone, rubble or any other mater ia l shal l not be made avai lab le by the corporat ion the contrac tor has to make his own arrangements for quar ry a t h is cos t . i i ) The successfu l tenderer sha l l submit quarry perm it f rom the competent author i ty before s tar t ing the W ork .

Page 58: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

57

51. Photographs of The W orks

No photographs of the W ork or any par t there of or equipment employed thereon shal l be taken or permit ted by the contrac tor to be taken by any of h is employees or any employees of h is sub- contractor wi thou t the pr ior approval of the Engineer in wr i t i ng and no such photographs shal l be publ ished or otherwise c i rculated wi thout the approval of the Engineer in wr i t ing.

52. Not ices to Local Bodies

( i )The contractor shal l comply wi th and g ive al l not ices required under any Government Author i ty, Ins trument, ru le or order made under any Ac t of par l iament, s tate laws or any regulat ion or Bye- laws of any local author i t ies or publ ic ut i l i t ies concern re lat ing to W orks . He shal l before making any var ia t ion f rom the contract drawings necess i tated by such compl iance give to the Engineer a not ice g iv ing reasons for the proposed var iat ion and obtained Engineer ’s ins truc t ions thereon. ( i i ) The contrac tor shal l pay and indemnify the Corporat ion agains t any l iab i l i ty in respect of any fees or charges payable under any Act of par l iament, s tate laws or any Governmental Ins trument, ru le or order any regula t ions or bye- laws of any local author i ty or publ ic ut i l i t y concern in respec t o f the W orks.

53. Not ices Subject as otherwise prov ided in th is contract a l l not ice to be given on behal f of the Corporat ion and al l o ther ac t ions to be taken on i ts behalf may be given or taken by the Engineer or any of f icer for the t ime being entrus ted wi th the funct ions, dut ies and powers of the Engineer . A l l ins truc t ions, not ices and communicat ions etc . under the contrac t sha l l be g iven in wr i t ing and i f sent by reg is tered post to the las t known p lace or abode or bus iness of the Contrac tor sha l l be deemed to have been served on the date when in the ordinary course of pos t these would have been served on or del ivered to h im .

54. Use of B . I .S. Spec if icat ions

In case where no part icu lar spec if icat ion is g iven for any ar t ic le to be used under the contrac t , the re levant spec i f icat ion, where one B.I .S . ex is ts , of the Bureau of Indian Standards shal l app ly.

PART – I I I WORK PROCEDURE

55. Possess ion of S i te and Access Thereto.

The Corporat ion wi l l , wi th the Engineer ’s not ice to commence the W orks , g ive to the Contractor possess ion of the S i te.

Such access , as is in accordance with the Contrac t , is to

be provided by the Corporat ion as may be required to enable the Contrac tor to commence and proceed wi th the

execut ion of the W orks in accordance with the programme referred to in Clause 86 i f any, and otherwise in

accordance with such reasonable proposals as the Contractor sha l l , by not ice to the Engineer make. The Corporat ion wi l l , f rom t ime to t ime as the W orks

proceed, g ive to the Contrac tor possession of such fur ther por t ions of the S i te as may be requi red to enable the

Contractor to proceed wi th the execut ion of the W orks wi th

due d ispatch in accordance with such programme or proposals , as the case may be.

Page 59: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

58

56. Fa i lure to Give Possess ion

The contrac tor should note that the s i te for W ork may be made ava i lable by the Corporat ion in fu l l or in par t and that the contractor shal l p lan his W orks to commensurate wi th the handing over the s i te. No c la im of compensat ion on account of delay in mak ing ava i lable the S i te shal l be payable to the contrac tor . However , t ime extens ion for complet ing the W ork shal l be given to the Contractor in case of such de lay.

57. Unforeseeable Phys ical Obs truct ions or Condi t ions

I f , however, dur ing the execut ion of the W orks the Contractor encounters phys ica l obstruc t ions or phys ica l condi t ions , other than c l imat ic condit ions on the Si te, which obstruc t ions or condi t ions were, in his opin ion, not foreseeable by an exper ienced contrac tor , the Contrac tor sha l l for thwi th give notice thereof to the Engineer. On receipt of such not ice, the Engineer shal l , i f in h is opin ion such obs truc t ions or condi t ions could not have been reasonably foreseen by an exper ienced contrac tor , af ter due consul ta t ion wi th the Contrac tor , determine: any ex tens ion of t ime to which the Contrac tor is ent i t led under C lause 80.

58. Drawings: Cus tody of Drawings

The Drawings shal l remain in the so le custody of Engineer , but two copies thereof ’ sha l l be furnished to the Contrac tor f ree of charge. The Contrac tor shal l prov ide and make at h is own expense any fur ther cop ies required by him . At the complet ion of the Contrac t , the Contrac tor shal l return to the Engineer al l drawings prov ided under the Contract .

59. One copy of Drawing to be Kept on S i te.

One copy of the drawings , furn ished to the Contractors as aforesaid , sha l l be kept by the Contractor on the s i te and the same shal l at a l l reasonable t imes be ava i lable for inspec t ion and use by the Engineer and the Engineer ’s Representat ive and by any other persons organisat ion by the Engineer in wr i t ing.

60. D isc repanc ies in Drawings or Spec if icat ions

The drawings and spec if icat ions are to be cons idered as mutual ly explanato ry o f each other , detai led drawings being fo l lowed in preference to smal l sca le drawings and f igured d imens ions in preference to scale and spec ial condi t ions in preference to genera l condi t ions . Spec ia l condi t ions or d imens ions given in the spec i f icat ions shal l supersede al l e lse. Should any d isc repanc ies, however appear , or should any misunders tanding ar ise as to the meaning and impor t of the said spec if icat ions or drawings , or as to meaning and as to the to the dimens ions or the qual i ty o f the mater ia ls or the due and proper execut ion of the W orks, or as to the measurement or qual i ty and valuat ion of the W orks executed under th is Contract , or as extra thereupon the same shal l be explained by the Engineer be b inding upon the Contractor and Contrac tor sha l l be execute the W ork accord ing such explanat ion (subjec t as aforesaid) and without extra charge or deduc t ion to or f rom the contrac t and shal l a lso do al l such W ork and things as may be © for the proper complet ion of W orks as impl ied by the Drawings and Spec if icat ions , even though such W orks and th ings are not spec i f ica l ly shown and descr ibed in the said Drawings and Speci f icat ions. The f inal dec is ion of the Commissioner in case a reference be made to him under Clause No. 89 be binding upon the

Page 60: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

59

Contractor and Contractor shal l execute the W orks accord ing to such explanat ion (subject to a foresaid) and shal l a lso do al l such W orks and required th ings as may be necessary for the proper complet ion of W orks as impl ied by the drawings and spec if icat ions, even though such W orks and things are not spec i f ica l ly shown and descr ibed in the sa id drawings and spec if icat ions .

61. Engineer to have Power to Issue Fur ther Drawings or Instruc t ions

The Engineer sha l l have the power and author i ty f rom t ime to t ime and at a l l t imes to make and issue such fur ther drawings and to give such fur ther instruc t ions and d irec t ions as may appear to him necessary or proper for the guidance of the Contrac tor and the good and suf f ic ient execut ion of the W orks according to terms of the spec i f icat ions and Contrac tor sha l l receive, execute obey and be bound by the same, accord ing to the t rue in tent and meaning thereof , as fu l l y and ef fec tua l ly as though the same had accompanied or had been ment ioned or referred to in the spec if icat ion. The Engineer may a lso al ter or vary the leve ls or pos i t ion of any W orks contemplated by the spec i f icat ions , or may order any of the W orks contemplated thereby to be om it ted, wi th or wi thout the subst i tut ion of any other W orks in l ieu thereof , or may order any W ork or any por t ion of W ork executed or par t ia l ly executed, to be removed, changed or a l tered, and i f needful , may order that o ther W orks shal l be subs ti tuted ins tead thereof and d i f ference of expense occas ioned by any such dim inut ion or a l terat ion so ordered and di rec ted shal l be added to or deduc ted f rom the amount of th is Contract as prov ided under the C lause No. 101 and 102. No W ork which rad ica l ly changes the or ig ina l nature of the Contract shal l be ordered by the Engineer and in the event o f any deviat ion being ordered which in the opin ion of the Contrac tor changes the or ig inal nature o f Contrac t he shal l nevertheless carry i t out and d isagreement as to the nature o f the W ork and the ra te to be paid therefore shal l be resolved in accordance with C lause No.114. The t ime for complet ion of the W orks, sha l l in the event of any dev ia t ions resu l t ing in addi t ional cost over the Contract Sum being ordered, be extended or reduced reasonably by the Engineer . The Engineer ’s dec is ion in th is case shal l be f ina l .

62. Levels

A l l levels referred to in connec t ion wi th these W orks are based on Great Tr igonometr ic survey (G.T.S.) leve ls . The Contractor should also keep the level ing ins trument in good W ork ing condi t ion through out the per iod of construct ion W ork on s i te .

63. Sett ing Out the W ork .

The Engineer sha l l supply d imensioned drawings , leve ls and other informat ion necessary to enable the Contrac tor to set out the works . The Contrac tor shal l prov ide al l set t ing out apparatus a t h is own cos t, such as leve l ing ins truments in good work ing condi t ion and appl iances , a l l pegs , ranging rods , long measur ing rods, marked metres and organisat ion and each metre and organisat ion numbered, pots and s ight- rai ls , bon ing rods , moulds, templates , etc . together wi th any reasonable number of labourers that may be required and set out the work and

Page 61: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

60

be respons ible for the accuracy of the same. The Contractor sha l l amend at h is own cos t and to the sat isfact ion of the Engineer any er ror found at any s tage, which may ar ise through inaccurate set t ing out . The Contractor sha l l protect and preserve a l l bench marks used in set t ing out the work t i l l the end of Defects Liabi l i ty per iod unless the Engineer d irec ts i ts ear ly removal . The Contractor should a lso keep level ing instrument in good work ing condi t ion throughout the per iod of cons truc t ion work on s i te .

64. W orks Closed

Between

Sunset and

Sunr ise or on

Sundays and

Hol idays

No W ork shal l be done between sunset and sunr ise or on

Sunday or Munic ipal hol idays and except wi th the spec ia l

sanct ion of the Engineer in wr i t ing previous ly obta ined and

the wi thho lding of such sanc t ions shal l be no ground of

complaint on the part of contractor or cause for

compensat ion to him, or excuse for not complet ing the

W ork wi th in the contrac t per iod. The per iod wi th in which

the W ork has to be carr ied out and completed has been

f ixed in terms of th is c lause with the prov is ion that the

to tal number of hours of W ork perm iss ible sha l l not exceed

48 hours in a week and in no case more than 8 hours on

any W ork ing day, the actual t ime wi th in which the said

hours shal l be W orked being subjec t to mutua l

arrangements wi th the Contractor a t the commencement of

the W orks or f rom t ime to t ime as may be required and

provided that a l l W orks shal l be s topped for res t and

meals for one hour at about m id-day exc lus ive of the

permiss ible hours aforesaid for the W orks.

Though sanc t ion may be accorded to the Contractor to

W ork on days and at t imes otherwise normal ly non-

permiss ible under th is Contrac t , the Contrac tor shal l be

required to bear the cos t for such supervis ion as in the

opin ion of the Engineer may be necessary at these t imes.

I t should be dis t inct l y unders tood tha t the grant ing of

permiss ion to W ork extra hours or to Work on Sundays and

hol idays wi l l be ent i re ly a t the d iscret ion of the Engineer

and cannot be c la imed by the contrac tor as a matter of

r ight .

I f on the other hand the Engineer requires that the W ork

shal l be proceeded with on days and at t imes otherwise

normal ly non-permiss ib le under th is contract the

contractor shal l proceed wi th the W ork but he wi l l not be

required in such cases to bear the cos t of the Mun ic ipa l

establ ishment employed at the t ime.

The contrac tor at a l l t imes dur ing the cont inuance of th is

contract shal l in al l h is deal ings wi th loca l labour for the

t ime being employed on the W orks contemplated by th is

contract have due regard to al l local fes t iva ls and rel ig ious

or other cus toms and al l d isputes , matters and ques t ions

ar is ing between the contractor and any of h is agent on the

one hand and any local labour on the other hand wi th

respec t to any matter or th ing in any way connec ted wi th

th is contract sha l l be dec ided by the Commiss ioner whose

dec is ion shal l be f ina l and b ind ing on al l par t ies.

Page 62: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

61

65. W ork to be in Accordance with Contrac t.

The Contrac tor shall execute and complete the W orks and remedy any defec ts there in in s tr ic t accordance with the Contract to the sat isfact ion of the Engineer.

66. Dut ies and Powers of the Engineer ’s Representat ive

The dut ies of the representat ive of the Engineer are to check, watch and superv ise W ork and to tes t and examine any mater ia l to be used or W orkmanship employed in connec t ion wi th the W orks . He shal l have no author i ty to rel ieve the Contractor o f any of h is dut ies or ob l igat ions under the contract nor to except as express ly provided here under or e lsewhere in the contrac t to order any W ork involv ing de lay or any extra payment by the Corporat ion or to make any var iat ion of or in the W orks. Fa i lure of the representat ive o f the Engineer to d isapprove any W ork or mater ia l sha l l not pre judice the power o f the Engineer thereaf ter to disapprove such W ork or mater ia l and to order the pul l ing down, removal or break ing up thereof . I f the contractor shal l be dissat isf ied wi th any dec is ion of the representat ive of the Engineer he shal l be ent i t led to re fer the matter to the Engineer who shal l thereupon conf irm, reverse or very such dec is ion.

67. Engineer ’s Dec is ion

The whole of the Work shal l be under the d irec t ion of the Engineer , whose dec is ion shal l be f inal , conc lus ive and b ind ing on al l par t ies to the contrac t, on a l l ques t ions rela t ing to the construc t ion and meaning of p lans , W ork ing drawings , sec t ions and spec if icat ions connected wi th the W ork.

68. Instruc t ions to Contractor

The Contractor or h is agent sha l l be in a t tendance at the s i te(s ) dur ing al l W orking hours and shal l superv ise the execut ion of the W orks wi th such addi t ional ass is tance in each t rade, as the Engineer may cons ider necessary. Orders g iven to the Contractor ’s agent shal l be cons idered to have the same force as i f they had been g iven to the Contractor h imsel f . The Engineer sha l l communicate or conf i rm his ins truc t ion to the Contractor in respect of the execut ion of W ork in a “W orks s i te order Book” mainta ined in the of f ice of the Engineer and the Contractor or h is author ised representat ive shal l conf i rm receip t of such instruc t ions by s igning the relevant entr ies in th is book. I f required by the Contractor he shal l be furn ished a cer t i f ied t rue copy of such ins truc t ion(s) . I f the Contrac tor fa i ls to comply wi th the ins truct ion(s) of the Engineer, the Engineer may impose the dai ly penal ty o f Rs.500 (Rupees Five Hundred) for each of such defaul ts . This penal ty wi l l not prejudice the r ight o f the Munic ipal Commiss ioner or the Engineer to c la im compensat ion.

69. W ork Order Book

A W ork order book shal l be maintained on s i te and i t shal l be the proper ty of Corporat ion and the Contractor shal l prompt ly s ign orders g iven therein by Engineer or h is representat ives and h is super ior of f icers and comply wi th them. The Contractor shal l repor t the compl iance in good t ime so that i t can be checked. The contractor wi l l be a l lowed to copy out ins truct ion therein f rom t ime to t ime.

70. Management Meet ing

E i ther the Engineer or the Contrac tors may requi re the other to at tend Management meet ing. The bus iness of a

Page 63: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

62

management meet ing shal l be to rev iew the p lans for remaining W orks. Engineers shal l record the bus iness of management meet ings and is to prov ide copies of h is record to those at tending the meet ings . The respons ibi l i ty of the par t ies for act ions to be taken is to be dec ided by the Engineer e i ther a t the management meet ings or af ter the management meet ings and s tated in wr i t ing to al l who at tend the meet ings.

71. Mater ia ls (a) Mater ia l to be provided by the Contrac tor : The Contractor sha ll , a t h is own expense, prov ide al l mater ia ls required for the W orks. A l l mater ia ls to be prov ided by the Contractor shal l be in conform ity wi th the spec i f icat ions la id down in the contrac t and the Contrac tor shal l , furnish proof to the sat is fac t ion of the Engineer that the mater ia ls so comply. Contrac tor sha l l produce proof v iz . cha l lans , b i l ls , vouchers etc . so as to ensure that the mater ia l was brought on s i te and quant i t ies used as per the norms, spec if icat ions etc . Of f icers of the Corporat ion concerned with the W ork shal l be ent i t led a t any t ime to inspec t and examine any mater ia l in tended to be used in or on the W orks e i ther on the s i te or a t fac tory or W orkshop or o ther p laces where such mater ia ls are assembled, fabr icated or manufac tured or at any place(s) where these are laying or f rom which these are being obta ined and the Contractor shal l g ive such fac i l i t ies as may be requi red for such inspec t ion and examinat ion. The mater ia ls brought on s i te outs ide W orking hours shal l be s tacked separately t i l l they are inspec ted by the Engineer or h is representat ive. A l l mater ia ls brought to the s i te sha l l not be removed of f the s i te wi thout the pr ior wr i t ten approval of the Engineer . But whenever the W orks are f ina l ly completed the Contractor sha l l at h is own expense forthwi th remove f rom the s i te a l l surplus mater ia ls or ig inal ly suppl ied by h im . The Contrac tor sha l l , a t h is own expense and without delay, supply to the Engineer samples of mater ia ls proposed to be used in the W orks. The Engineer shal l wi th in seven days of supply of samples or wi th in such fur ther per iod as he may require and int imated to the Contractor in wr i t ing, inform the Contractor whether the samples are approved by h im or not . I f the samples are not approved the Contractor sha l l for thwith arrange to supply to the Engineer for approval f resh samples complying wi th the spec if icat ions la id down in the contrac t . The Engineer shal l have fu l l powers to requi re removal of any or a l l of the mater ia ls brought to s i te by the Contrac tor which are not in accordance with the contrac t spec i f icat ions or which do not conform in charac ter or qual i ty to the samples approved by him. In case of defau l t on the par t of the Contractor in removing the re jec ted mater ia ls , the Engineer shal l be at l iber ty to have them removed by other means . The Engineer shal l have fu l l powers to procure other proper mater ia ls to be subs ti tuted for rejected mater ia ls and in the event of the Contrac tor refus ing to comply, he may cause the same to be suppl ied

Page 64: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

63

by other means. A l l cos ts , which may at tend upon such removal and/or subst i tu t ion shal l be borne by the Contractor . Subject as here inaf ter provided in C lause No.98 al l charges on account of Oc tro i , terminal or sales tax and other dut ies on mater ia l obtained for the W orks f rom any source shal l be borne by the Contractor . The Engineer shal l be ent i t led to have tes ts carr ied out as spec i f ied in the contrac t for any mater ia ls suppl ied by the Contractor other than those for which as s tated above, sat isfactory proof has a lready been produced, a t the cos t of the Contractor and the Contrac tor shal l prov ide at h is expense al l fac i l i t ies which the Engineer may require for the purpose. I f no tes ts are spec if ied in the contrac t , and such tes ts are required by the Engineer the Contrac tor shal l prov ide al l fac i l i t ies requi red for the purpose and charges for these tes ts shal l be borne by the Contrac tor on ly i f the tests d isc lose that the sa id mater ia ls are not in accordance with the prov is ion of the contrac t . The cos t of the mater ia ls consumed in tes t shal l be borne by the Contrac tor in al l cases except when otherwise provided. For car rying out tes ts on so i l , cement, sand, aggregate, br ick and concrete e tc . the s tandard wi l l be as prescr ibed in relevant I .S. The Engineer may d irec t the Contrac tors to get the samples of mater ia ls tes ted in CIDCO, PW D, VJTI, I IT , or any approved laboratory out o f those accred i ted by Nat ional Accredi ta t ion Board of Laborator ies, Govt . of India. The resul ts of the tes ts shal l be binding on the Contrac tor and Corporat ion. In case the Contractor d isputes the resul ts of tests , i t is open for h im to ask for the re- tes t ing in which case the cos t sha l l be borne by the Contractor . The dec is ion of the Engineer on acceptab i l i ty or re- test ing by Corporat ion or tes t ing again independent l y in VJTI or I IT wi l l be bind ing on both the par t ies to the contract .

72. Stock of Mater ia ls Required

(a)The Contrac tor shal l a t h is own expense prov ide and furn ish h imself wi th sheds and yards in such s i tuat ions and in such numbers as , in the opin ion of the Engineer are requis i te for carry ing out the W orks under th is contract , and the Contractor shal l keep at each of such sheds and yards a suf f ic ient quant i ty o f mater ia ls in s tock so as not to de lay the car rying out the W orks wi th due expedi t ion and the Engineer and his sub-ordinates shal l have f ree access to the said sheds or yards at any t ime for the purpose of inspec t ing the s tock of mater ia ls so kept in hand any mater ia l or ar t ic le, wh ich the Engineer may object to , shal l not be brought upon or used in the W ork but shal l be for thwi th removed f rom the sheds or yards by the Contrac tor at h is own cos t . The Contrac tor wi l l however be al lowed to use for the above purpose the completed por t ion of the bu i ld ings i f avai lable . (b) General : Cement brought on s i te by the Contrac tors sha l l be s tored in waterproof godown with two locks on each door. The

Page 65: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

64

key of one lock of each door sha ll remain wi th the Engineer or h is representat ive and that of the other lock wi th the Contrac tor ’s organisat ion agen t at s i te o f W orks so that cement is removed f rom the godown only accord ing to dai ly requirements wi th the knowledge of both the par t ies .

73. Produc t ion of Vouchers

The Contrac tor sha l l , produce al l quotat ions , invo ices vouchers and accounts or rece ipts etc . to prove that the mater ia ls suppl ied by h im are in conform ity wi th the

spec i f icat ions la id down in the Contrac t and the same are brought to the s i te and ut i l i zed on the sa id W orks.

74. P lant and’ Equipment

The Contractor sha ll arrange at h is own expense a l l tools , p lant and equipment requi red for execution of W orks. I f

required by the Contractor and i f ava i lable the Corporat ion may supply such of the too ls , p lant and equipment as are ava i lable , to the Contrac tor a t the rates and terms to be

spec i f ied by the Engineer . No tools , p lant and equipment once brought to the W ork s i te sha l l be removed without the wr i t ten perm iss ion or order of the Engineer, unt i l he has

cer t i f ied the complet ion of the W ork. I f any Tools , P lants and equipment brought on s i te , are in the op inion of the Engineer inef f ic ient , bad or of infer ior

qual i ty or are unsui ted for the W orks then such too ls , p lant and equipment sha l l not be used on the W orks but sha l l be

removed by the Contrac tor a t h is own expense with in twenty four hours af ter the serv ice of a wr i t ten order or

not ice f rom the Engineer to that ef fect and f resh tools ,

p lant and equipment be subs t i tuted in l ieu o f that ordered to be removed by the Engineer .

75. Inspec t ion &

Approval

A l l W orks embrac ing more than one process shal l be

subjec t to exam inat ion and approval a t each s tage thereof and the Contrac tor shal l g ive due not ice to the Engineer or

h is organisat ion representat ive when each s tage is ready. In defau l t of such not ice, the Engineer shal l be ent i t led to

appra ise the qual i ty and extent thereof . No W ork shal l be covered up or put out of v iew without the approval of the Engineer or h is organisat ion representat ive

and the Contrac tor shal l af ford fu l l oppor tun i ty for exam inat ion and measurement of any Work which is about to be covered up or out of v iew and for exam inat ion of

foundat ion before permanent W ork is p laced thereon. The Contrac tor sha ll g ive due not ice to the Engineer or h is organisat ion representat ive whenever any such W ork or foundat ion is ready for examinat ion and the Engineer or

h is representat ive shal l wi thout unreasonable delay,

unless he cons iders i t necessary and in forms the Contractor in wr i t ing accordingly, a t tend for the purpose of

exam ining and measur ing such W ork or exam in ing such foundat ions . In the event o f the fa i lure of the Contractor to

g ive such not ice he shal l , i f requi red by the Engineer , uncover such W ork at the Contrac tor ’s expense. Depar tmenta l of f icers concerned with the W orks shal l have

powers at any t ime to inspec t exam ine any par t o f the W orks and the Contrac tor shal l g ive such fac i l i t ies as may

be required for such inspec t ion & examinat ion.

Page 66: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

65

76. Uncover ing

and Making

Good

No part of the W orks shal l be covered up or put out of

v iew wi thout the approval of the Engineer . The Contrac tor

sha l l uncover any part o f the W orks and/or make opening

in or through the same as the Engineer may f rom t ime to

t ime direc t for h is ver if ica t ion and shal l re insta te and make

good such par t to the sat is fac t ion of the Engineer , i f any

such par t has been covered up or put out of v iew af ter

being approved by the Engineer and is subsequent ly found

on uncover ing to be executed in accordance wi th the

contract , the expenses of uncover ing and/or mak ing

openings in or through, re ins tat ing and mak ing good the

same shal l be borne by the Corporat ion. In any other case

a l l such expenses shal l be borne by the Contrac tor .

77. Contractor to

Search

The Contractor shal l , i f requi red by the Engineer in

wr i t ing, search under the d irec t ion of the Engineer for the

cause of any defect , imperfec t ion or faul t appear ing dur ing

the progress of the W ork or in the per iod of maintenance.

Unless such defec t , imperfec t ion or faul t sha l l be one for

which the Contractor is l iab le under the contract , the cos t

of the W ork carr ied out by the Contractor in searching as

aforesaid shal l be borne by the Corporat ion.

I f such defect , imperfect ion or faul t shal l be one for which

Contractor is l iable as aforesaid, the cos t o f the W ork

car r ied out in searching as aforesa id shal l be borne by the

Contractor and he shal l in such case repair , rec t i f y and

make good such defec t , imperfec t ion or fau l t , at h is own

expense.

78. Defaul t of

Contractor in

Compl iance

In case of defau l t on the part of the Contrac tor in carry ing

out such ins truct ion wi th in the t ime speci f ied therein or , i f

non, wi th in a reasonable t ime, the Corporat ion shal l be

ent i t led to employ any other persons to car ry out the same

and a l l cos ts consequent thereon or inc identa l thereto

shal l , af ter due consul tat ion wi th the Corporat ion and the

Contractor , be determined by the Engineer and shal l be

recoverable f rom the Contrac tor by the Corporat ion f rom

any monies due or to become due to the Contrac tor and

the Engineer shal l not i f y the Contractor accord ing ly.

79. Urgent W orks I f any Urgent W ork ( in respec t whereof the dec is ion of the

Engineer shal l be f inal and binding) becomes necessary

and the Contrac tor is unable or unwi l l i ng at once to carry

i t out , the Engineer may by his own or o ther W ork people,

car ry i t out as he may cons ider necessary. I f the urgent

W ork shal l be such as the Contrac tor is l iable under the

contract to car ry out a t h is expense al l expense incurred

on i t by the Corporation shal l be recoverable f rom the

Contractor and be adjus ted or set of f agains t any sum

payable to him .

Page 67: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

66

PART – IV TIME SCHEDULE AND DELAYS

80. Commencement T ime

The t ime al lowed for execut ion for the W orks as spec if ied in the contract Documents shal l be the essence of the contract . The execut ion of the W orks shal l commence f rom the date spec if ied by the Engineer in wr i t ing. I f the Contractor fa i ls or neglec ts to commence the execut ion of the W orks as aforesaid, the Corporat ion shal l wi thout prejud ice to any other r ight or remedy be a t l iber ty to forfe i t the secur i ty depos i t absolu tely .

81. Extens ion of T ime for Complet ion due to Monsoon.

In any case where the t ime prescr ibed for complet ion of any W ork is exc lus ive of monsoon per iod. No new trench W ork should be s tar ted af ter 15 t h May and ex is t ing t renches are requi red to be re ins tated by 31 s t May every year. The s i te shal l be c leared in al l respec t inc lud ing removal of surplus mater ia l on or before 10 t h June of every year. The monsoon per iod shal l be deemed to be f rom 10 t h June to 30 t h Sept. o f the ca lendar year . However , i f the Contrac tor is perm i tted by the Engineer to W ork dur ing any monsoon. Per iod, a l l such per iod shal l be taken in to account for the ca lcula t ing the contract per iod on pro- rata bas is as under . Cos t o f W ork done Ef fec t ive dur ing monsoon days = - - - - - - - -- - - - -- - - - x No. of days of Tota l cos t of Contrac t per iod Contrac t W ork In the event o f the Contrac tor fa i l ing to comply wi th th is condi t ion. He shal l be l iab le to pay as compensat ion as s tated in Clause No.90.

82. Extens ion of T ime due to Unforeseen events

I f the work be de layed by – (a) Force measure such as ac ts of God, act of publ ic

enemy, ac t o f government, f loods , ep idemics e tc . or (b) Abnormal ly bad weather , or (c ) Ser ious loss or damage by f i re or (d) C iv i l commotion, local combinat ion of workmen, s tr ike

or lockout af fec t ing any of the t rades employed on the work , or

(e) Delay on the part of other Contrac tor or t radesmen engaged by the Munic ipal Corporat ion in execut ing works not forming par t of the contrac t or

( f ) The reasons s tated in condi t ion No 84 and 85. (g) Any other cause, in the absolute discret ion of the

Engineer. Then upon the happening of any such event caus ing de lay, the Contrac tor sha l l immediate ly g ive not ice there of in wr i t ing to the Engineer but shal l nevertheless use constant ly h is bes t endeavors to prevent or make good the delay and shal l do a l l that may be reasonable requi red to the sat is fac t ion of the Engineer to proceed wi th the work . Reques t for extens ion of t ime, to be el ig ib le for cons iderat ion shal l be made by the Contrac tor in wr i t ing wi th in 14 ( four teen) days of the happening of the event caus ing delay. The Contrac tor may also, i f pract icable indicate in such a request the per iod for wh ich extens ion is des ired. In any such case, the engineer may g ive a fa i r

Page 68: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

67

reasonable extens ion of t ime for complet ion of indiv idual i tems or groups of i tems of work for which separate per iods of complet ion are spec if ied in the contrac t or the contac t as whole. The dec is ion of the Engineer in regard to the extens ion wi l l be communicated to the Contractor in wr i t ing wi th in a reasonable t ime and the Contrac tor shal l a lso be pa id such compensat ion that in the opin ion of the Engineer is fa i r and reasonable to cover the de lays resul t ing f rom the prov is ions under the sub c lause (e) above. The t ime extended for complet ing the work shal l be the essence of the contract for the per iod extended.

83. Network Schedule & Month ly Progress Repor ts

(a) On award of the contract , the Contrac tor shal l submit the t ime schedule for the W orks in the ‘ form of PERT Net W orks or Bar char t . (b) The schedules shal l be prepared in di rect re lat ions to the t ime s ta ted in the contrac t Documents for complet ion of i tems or groups of i tems of W ork and or the contrac t as a whole. I t shal l indicate the dates of commencement and complet ion of var ious ac t iv i t ies of the W ork . And should contain no ac t iv i t ies wi th durat ion greater than 28 days . Mi les tones would be so determined that a t leas t 10 percent of the events are mi les tones and no two mi les tones are more than 3 months apart . The Engineer may approve the Schedule as submit ted or suggest modif icat ions as he th inks necessary. The Contractor shal l modif y the char t accordingly and obtain Engineer ’s approval . (c) The f ina l ized Network may be amended f rom t ime to t ime, i f fe l t necessary by the Contrac tor , wi th the approval of the Engineer. (d) A f ixed sum shal l be he ld in abeyance at the t ime of the next in ter im payment for non-at ta inment of each mi les tone in the Network and shal l be released on ly on complet ion of the W ork af ter deduc t ing the compensat ion for delay i f there is Contrac tor ’s faul t as per provis ion in Clause No. 86 and penal ty covered under C lause No. 53. The f ixed sum shal l be: Rs.10,000/- for a l l contrac ts over Rs .25 Lakhs and upto the value of Rs .100 Lakhs . Rs.20,000/- for a l l contracts over Rs . 1 crore and upto the value of Rs .5 c rores Rs.35,000/- for a l l contrac ts over Rs. 5 crores and upto the value of Rs .10 crores . Rs.50,000/- for a l l contrac ts over Rs .10 crores . I f the at ta inment of the m i les tones is delayed for reason not a t t r ibutable to the Contrac tors no moneys wi l l be he ld in abeyance.

84. D is rupt ion of Progress for Lack of Drawings

The Contrac tor shal l g ive wr i t ten no t ice to the Engineer whenever planning or progress of the W orks is l ikely to be delayed or disrupted un less any fur ther drawing or order , inc lud ing a di rect ion, ins truc t ion or approval , is issued by the Engineer wi th in a reasonable t ime. The not ice shal l inc lude detai ls of the drawing or order requi red and of why and by when i t is required and of any de lay or d isrupt ion l ike ly to be suf fered i f i t is la te .

Page 69: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

68

85. Delays of Drawings

I f by reason of any fa i lure or inab i l i ty of the Engineer to issue with in a t ime reasonable in a l l the c i rcumstances any drawing or order reques ted by the Contrac tor in accordance with the c lause 84 of th is condi t ion the Contractor suf fers delay, then the Engineer sha l l take such delay in to account in determining any extens ion of t ime to which the Contrac tor is ent i t led under sub-c lause (g) of C lause No. 82 hereof . No monitory c la im wi l l be enter tained on th is account.

86. Month ly Repor t

The Contrac tors wi l l be required to submit the month ly progress reports by the 2n d day of the fo l lowing month to the Engineer Fa i lu re on the part of the Contrac tor to submit month ly report in t ime wi l l a t t ract act ion as per C lause No.83.

87. Rate of Progress

I f for any reason, which does not ent i t l e the Contrac tor to an extens ion of t ime, the rate o f progress of the W orks or any Sect ion is at any t ime, in the opinion of the Engineer , too s low to comply wi th the T ime for Complet ion, the Engineer shal l so not i f y the Contrac tor who shal l thereupon take such s teps as are necessary, sub jec t to the consent of the Engineer , to expedite progress so as to comply wi th the T ime for Complet ion. The Contrac tor shal l not be ent i t led to any addi t ional payment for tak ing such s teps. I f , as a resul t o f any no tice given by the Engineer under th is Clause, the Contrac tor cons iders that i t is necessary to do any W ork at n ight or on loca l ly recognized days of res t, he shal l be ent i t led to seek the consent of the Engineer so to do. Prov ided that i f any s teps, taken by the Contrac tor in meet ing his ob l igat ions under th is C lause, invo lve the Corporat ion in addi t iona l superv is ion cos ts , such costs shal l be determ ined by the Engineer and shal l be recoverable f rom the Contrac tor , and may be deduc ted by the Corporat ion f rom any monies due or to become due to the Contrac tor and the Engineer shal l not i f y the Contrac tors accord ingly.

88. Suspension of W ork

(a) The Contrac tor shal l , on rece ipt of the order in wr i t ing of the Engineer , suspend the progress of the W orks or any par t thereof for such t ime and in such manner as the Engineer may cons ider necessary for any of the fo l lowing reasons : - ( i ) On account of cont inued non-compl iance of the ins truct ions of the Engineer or any other defau l t on the par t of the Contrac tor , or i i ) for proper execut ion of the W orks or par t thereof for reasons other than the defaul t of the Contrac tor , or ( i i i ) f or safe ty o f the W orks or par t thereof . The Contractor shal l , dur ing such suspension, proper ly protec t and secure the W orks to the extent necessary and car ry out the ins truc t ions g iven in that behal f by the Engineer . (b) I f the suspension is ordered for reasons ( i i ) and ( i i i ) in sub-para (a) above, the Contrac tor shal l be ent i t led to an extens ion of t ime equal to the per iod of every such suspens ion plus a reasonable t ime as dec ided by the Engineer . I I f the suspension is ordered for reasons of ( i ) in sub-para

Page 70: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

69

(a) above, the Engineer sha l l have powers to suspend the payment under the contrac t . Such suspension of payment may be cont inued unt i l defaul t shal l have been rec t i f ied.

89. Stoppage / A l terat ion / Res tr ic t ion of W ork

1) I f at any t ime af ter the execut ion the contrac t Documents the Engineer shal l for any reason whatsoever (other than defaul t on the par t of Contractor for which the corporat ion is ent i t led to resc ind the contrac t) des ires that the whole or any part of the W ork spec i f ied in the tender should be suspended for any per iod or that the whole or par t of the W ork should not be carr ied out , at a l l he shal l g ive to the Contractor a not ice in wr i t ing of such des ire and upon the rece ipt o f such not ice the Contrac tor shal l for thwi th suspend of s top the W ork who l ly or in ar t as requi red, af ter having due regard to the appropr ia te s tage at which the W ork should be s topped or suspended so as not to cause any damage or in jury to the W ork a lready done or endanger the safety there of prov ided that the dec is ion of the Engineer as to the stage at which the W ork or any par t of i t could be or could have been safe ly s topped or suspended shal l be f inal and conc lus ive agains t the Contrac tor . The Contractor shal l have no c la im to any payment or compensat ion whatsoever by reason of or in pursuance of any not ice as aforesaid , on account of any suspension, s toppage or cur ta i lment except to the extent spec i f ied hereinaf ter .

2) W here the to ta l suspens ion of W ork ordered as aforesaid cont inued for a cont inues per iod exceeding 90 days the Contractor shal l be l iber ty to wi thdraw f rom the contrac tua l ob l igat ions under the contract so far as i t per tains to unexecuted part of the Work by giv ing a 10 days pr ior not ice in wr i t ing to the Engineer , wi th in 30 days of the exp iry o f the said per iod of 90 days , of such intent ion and requir ing the Engineer to record the f ina l measurement of the W ork a lready done and to pay f ina l b i l l . Upon g iv ing such not ice the Contrac tor sha l l be deemed to have been charged f rom h is obl igat ions to complete the remain ing unexecuted W ork under h is contrac t . On rece ip t of such not ice the Engineer shal l proceed to complete the measurements and make such payments as may be f ina l ly due to the Contractor wi th in a per iod of 90days f rom the receipt of such not ice in respec t of the W ork already done by the Contrac tor . Such payment shal l not in any manner pre jud ice the r ight of the Contrac tor to any fur ther compensat ion under the remain ing prov is ions of th is c lause.

3) W here the Engineer required the Contractor to suspend the W ork for a per iod in excess of 30 days at any t ime or 60 days in the aggregate, the Contrac tor shal l be ent i re to apply to the Engineer wi th in 30 days of the resumpt ion of W ork af ter such suspension for payment of compos i t ion to the extent o f pecuniary loss suf fered by h im in respec t of Work ing machinery remain ideal on the s i te o f on the account of h is having and to pay the sa lary or wages of , labour engaged by him dur ing the sa id per iod of suspension prov ided always tha t the Contrac tor shal l not be ent i t led to any c la im in respec t of any such

Page 71: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

70

W orking machinery, salary or wages for the f i rs t 30 days whether consecut ive or in the aggregate or such suspension or in respec t or any suspension whatsoever occas ioned by unsat isfactory W ork or any other defau l t on h is par t . The dec is ion of the Engineer in th is regard shal l be f inal and conc lusive agains t the Contractor .

4) In the even t of – i ) Any to tal s toppage of W ork on not ice f rom Engineer

under sub c lause (1) in that behal f . i i ) W ithdrawal by the Contrac tor f rom the contrac tua l

obl igat ions complete the remain ing unexecuted W ork under sub c lause (2) on account of cont inued suspens ion of W ork for a per iod exceeding 90 days. I t sha l l be open to the Contrac tor , wi th in 90 days f rom the serv ice of ( i ) the not ice of s toppage of W ork or ( i i ) the not ice of wi thdrawal f rom the contrac tua l ob l igat ions under the contrac t on account of the cont inued suspension of W ork ( i i i ) not ice under c lause 20 (1) resu l t ing in such cur ta i lment to produce to the Engineer satis fac tory documentary evidence that he had purchased or agreed to purchase mater ia l for use in the contrac ted W ork, before receip t by him of the not ice of s toppage, suspension or cur tai lment and requi re Government to take over on payment such mater ia l a t the rated determ ine by the Engineer provided, however, such ra tes shal l in no case exceed the ra tes at which the same was acquired by the Contrac tor . The corporat ion shal l thereaf ter take over the mater ia ls so of fered, prov ided the quant i t ies of fered, are not in excess of the requirements of the unexecuted W ork as spec if ied in the accepted tender and are of qual i ty and spec i f icat ions approved by the Engineer .

90. L iqu idated Damages for Delay

I f the Contractor fa i ls to complete the W orks and c lear the S i te on or before the Contract or extended Date(s ) /per iod(s) of complet ion, he shall , wi thout prejudice to any other r ight or remedy of Corporat ion on account of such breach, pay as agreed compensat ion, amount calcu lated as s t ipulated below (or such smal ler amount as may be f ixed by the Engineer) on the Contrac t Value of the who le W ork or on the Contrac t Value of the i tem or group of i tems of W ork for which separate per iod of complet ion are g iven in the contrac t and of which complet ion is delayed for every week that the whole of the W ork of i tem or group of i tems of W ork concerned remains uncompleted, even though the contrac t as a whole be completed by the contract or the extended date o f complet ion. For th is purpose the term “Contrac t Value” sha l l be the va lue of the W ork at Contract Rates as ordered includ ing the value of a l l dev ia t ions ordered: (a)Complet ion per iod for @ 1 percent (or ig ina l ly s t ipu la ted per week or as extended ) not exceeding 6 months (b) Complet ion per iod for @1/2 percent (as or ig ina l ly s t ipu lated per week as extended ) exceeding 6 months and not exceeding 2 years (c)Complet ion per iod (as @ ¼ percent or ig inal ly s t ipu la ted per week or as extended )

Page 72: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

71

exceeding 2 years the under noted percentage of the Contract Value of the i tem or group of i tems of W ork for which a separate per iod of complet ion is g iven. W hen the de lay is not a fu l l week or in mult ip le of a week but invo lves a f ract ion of a week the compensat ion payable for that f rac t ion shal l be proport ional to the number of days invo lved. Prov ided a lways that the to ta l amount of compensat ion for delay to be paid th is condi t ion shal l not exceed (a)Complet ion per iod (as 10 percent or ig ina l ly s t ipulated or as extended). Not exceeding 6 months (b) Complet ion per iod 7 ½ percent (as or ig ina l ly s t ipu lated or as extended ) exceeding 6 months and not exceeding 2 years (c)Complet ion per iod 5 percent (as or ig ina l ly s t ipu lated or as extended ) exceeding 2 years The amount of l iqu idated damages may be ad jus ted set of f agains t any sum payable to the Contractor under th is or any other contrac t wi th the corporat ion or f rom the secur i ty depos i t of the Contractor ent i re ly at the d iscret ion of the corporat ion.

PART – V BILLS AND PAYMENTS

91. Method of Measurement

Except where any general or detai led descr ipt ion of the W ork in bi l ls o f quant i t ies or schedule of W orks/ i tems/quant i t ies express ly shown to the contrary, b i l ls of quant i t ies shal l be deemed to have been prepared and measurements shal l be taken in accordance wi th the procedure set for th in the schedule of rates /spec i f icat ions notwi ths tanding any provis ion in the re levant s tandard Method of Measurement or any general or loca l cus tom. In the case of i tems, which are not covered by the schedule of ra tes / spec i f icat ions , measurement shal l be taken in accordance with the re levant Standard spec i f icat ions publ ished by PW D Govt. of Maharashtra and for the works not covered in th is publ icat ion; measurements shal l be taken as per the codes by Bureau of Ind ian s tandards . .

92. Records and Measurement

The Contrac tor shal l submi t to the Engineer the month ly s tatements of the es t imated value of the work completed less than the Cumulat ive amount cer t i f ied prev ious ly. The monthly s tatements shal l be in the b i l l f orm speci f ied by the Engineer and i t sha l l be submit ted on or before the date instruc ted by the Engineer . These monthly bi l l s shal l be supported wi th detai led measurements for the gross quant i ty of the work done duly deduct ing the gross quant i ty pa id in the prev ious bi l l . The Contrac tor is permit ted to copy down the cor rec t ions in the bi l ls paid as per the Engineers cer t i f icat ion. Upon receip t of the bi l l and measurements by the Contrac tors , the Engineer shal l except as o therwise s tated ascer tain and determine by measurement the value in accordance wi th the contrac t of work done in accordance therewith . A l l i tems hav ing a f inanc ia l value shal l be entered in measurement Book etc . as prescr ibed by the corporat ion so that a complete record is obta ined of a l l the W orks

Page 73: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

72

performed under the contrac t . Measurements shal l be taken jo int l y by the Engineer or h is organisat ion representat ive and by the Contrac tor or h is organisat ion representat ive . Before tak ing measurements of any work the Engineer or the person deputed by him for the purpose shal l g ive a reasonable not ice to the Contractor . I f the Contrac tor fa i ls to a t tend or send an organisat ion representat ive for measurement af ter such a not ice or fa i ls to counters ign or the ob ject ion wi th in a week f rom the date of measurement, then in any such event measurement taken by the Engineer or by the person deputed by him shal l be taken to be correc t measurements of the works and shal l be b ind ing on the Contractor . The Contrac tor shal l , wi thout any extra charge, prov ide ass is tance with every appl iance and other th ings necessary for measurements . Measurements shal l be s igned and dated by bo th par t ies each day (of tak ing measurement) on the s i te on complet ion of measurement.

93. Payments of B i l ls and Other Claims

The payment o f b i l ls and other c la ims ar is ing out of the contract wi l l be made by Account Payee Cheque drawn in the name of ‘Agency’ .

94. Fu l l Prov is ions

The ra tes inser ted by the corporat ion agains t var ious i tems of W ork deta i led in var ious par ts of scheduled shal l be deemed to inc lude every a l lowance necessary, wi thout extra measurement or charge for meet ing the requirement of var ious components / par ts of the contrac t Documents (v iz. par t icular spec if icat ions, PWD of s tandard spec i f icat ions , Maharashtra schedule o f rates, MOST speci f icat ions , BIS spec if icat ions, Spec ia l Condi t ions , preambles and notes to schedule of i tems descr ip t ion of schedule i tems which shal l a l l be read together and any or of the fo l lowing un less spec if ical ly provided for the contrary.

a) Compl iance wi th a l l the condi t ions of contrac t inc lud ing Genera l Condi t ions of Contrac t , schedule of rates and Quant i t ies , Part icu lar Spec if icat ions, Drawings inc lud ing Notes thereon, Spec if icat ions in s tandard Spec if icat ions of PWD of Maharashtra and MJP re levant Indian Standard Spec if icat ions wherever appl icable . However , in case of any d isc repancy between drawing and tender, the tender i tem and spec i f icat ion shal l preva i l . I f there is d iscrepancy in tender spec if icat ions, the order of preference shal l be 1 s t spec if icat ion of Maharashtra State PW D, MJP, MOST and las t ly BIS.

b) Al l labour , mater ia ls , tool and p lants, equipments and t ranspor t which may be required in preparat ion for and in the fu l l and ent i re execut ion and complet ion of the W orks inc lud ing was te of mater ia ls , car r iage and car tage, car rying in , re turn of empt ies , ho is t ing, set t ing, f ix tures and f i t t ings in pos i t ion.

c ) Local condi t ions : Nature of W orks, local fac i l i t ies for supply of labour and mater ia ls access ib i l i ty ’s to s i tes and a l l o ther matters ef fec t ing the execut ion and complet ion of the W orks .

Page 74: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

73

d) Dut ies etc : Payments of any Octro i , Termina l Tax, Sales Tax, Turnover Tax, Contrac t Sales Tax, To l l Tax, Ground Rent, Royal ty, Env ironmenta l Cess , Local Bodies Cess , Taxes or any dut ies on mater ia ls obta ined for the W orks and any dut ies in respec t of patent r ights .

e) Superv is ion: Competent superv is ion of the W ork. f ) Labour: Reasonable terms and condi t ions of

employment, l iab i l i ty to pay compensat ion, W ages as per s tatu tory enactment ’s , temporary accommodat ion, san i tat ion, compl iance with contrac t labour ac t 1970 (Regulat ion and Abol i t ion) .

g) W ater : Prov is ion of a l l water requi red inc lud ing temporary plumbing and connec t ion.

h) Temporary W ork Shops, Stores , Off ices , Labour Camps etc . Prov is ions of such s tructures required for ef f ic ient execut ion of the W orks and removing and c leaning up s i te on complet ion of W orks.

i ) Precaut ions Against Risks: Precaut ions to prevent loss or damage f rom al l or any r isk , insurance of sheds or any temporary accommodat ion provided by the corporat ion watching and l ight ing, provis ions perta in ing to the Genera l Condi t ions of Contract .

j ) Not ices , Fees etc . : Compl iance with s ta tutory provis ions of regula t ions and/ or bye laws of any loca l author i ty and/ or any publ ic service company or au thor i ty af fec ted by the W orks .

k) Set t ing the W orks inc luding al l apparatus required. l ) Si te Drainage: Removal of a l l water that may

accumulate due to spr ing, sub so i l water , f lood/ t ides and any other causes on the s i te dur ing the progress of the W ork.

m) Execut ion of W ork in W orkmanl ike manner, fac i l i t ies for inspec t ion etc .

n) Rect i f ica t ion of bad W ork: Rec t i f ica t ion and/ or removal and reconstruc t ion of any W ork which (as dec ided by the Engineer) has been executed wi th unsound or imperfec t mater ia ls or unsk i l led W orkmanship or of a qual i ty in fer ior to that contrac ted for , whe ther dur ing construct ion or recons truct ion pr ior to the expi ry o f the Defect L iab i l i ty per iod.

o) Responsibi l i ty for damages and loss of a l l construct ion mater ia ls e tc . , at the s i te unt i l handing over to the corporat ion.

p) Removal of Rubbish: Removal of Rubbish & debr is & c leaning of any dir t before handing over al l complet ion of woks .

q) Cleaning s i te and W orks: Removal by the Contrac tor of f the s i te, o f any tools , p la ts & mater ia ls and sweeping bui ld ing, washing f loors , c leaning jo iner ies & removal of splashes of asphal t leav ing the whole s i te neat and t idy.

r ) Complet ion: Complet ing the W ork to the sat is fac t ion of the Engineer on or before s t ipu lated the date of complet ion.

s) Dif f icu l t pos i t ion: Access ibi l i ty or otherwise to s i te, easy or d i f f icul t pos i t ion in W orks .

t ) Errors : Rec t i f icat ion of a l l defec ts dur ing

Page 75: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

74

construct ion & defec t l iabi l i ty per iod to the sat is fac t ion of Engineer .

u) Curved W orks etc . W orks of any quant i ty, s ize or shape whether level , inc l ined, curved, bat tered etc .

v) Maker ’s Ins truct ion: Compl iance with make’s ins truct ions in the case of propr ietary ar t ic les, fac tory made good of precas t i tems.

w) W aste: A l l was te laps , seams, jo ints ( rough or fa ir cut t ing) s tra ight / rak ing, c i rcular and mak ing good.

x) Ar t i f ic ia l L ights : To inc lude a l l l ight ing /Kerosene or e lec tr ic power as the case may be when need ar ises for use of l ight ing whi le carrying out W orks . Construc t ion of approaches to the s i te o f W ork . Mak ing arrangements for proper access to W orks in the form of s tairs , ladders , l i f ts e tc . as ordered by the Engineer – in – Charge for proper superv is ions , tes t ing and or inspec t ion of W orks inc luding mater ia l dur ing cons truc t ion & defec t l iab i l i ty per iod.

95. In ter im Payment

In ter im bi l ls shal l be submit ted by the Contrac tor f rom t ime to t ime (but at an in terva l of not less than one month) for the W orks executed. The Engineer sha l l arrange to have the b i l ls ver if ied by tak ing or caus ing to be taken, where necessary, the requis i te measurement of W ork . The jo int measurement shal l not be an excuse for the Contrac tor to submit intermediate b i l ls at monthly or intervals not less than a month. A l l inter im b i l ls shal l be f i rs t subm it ted by the Contractor wi th deta i led measurements and thereaf ter only the Engineer or h is organisat ion representat ive shal l car ry out jo in t ver i f icat ions or otherwise on record in the measurement book before cer t i f ica t ion of the bi l ls . Payment on account for amount admiss ib le shal l be made on the Engineer cer t i f y ing the sum to which the Contrac tor is cons idered enti t led by way of in ter im payment for a l l the W ork executed, af ter deduct ing there f rom the amount a lready pa id , the secur i ty deposi t / retent ion money and such other amounts as may be deduc t ib le or recoverable in terms of the contrac t . No inter im payment wi l l be admi t ted unt i l such t ime the Contractor have fu l ly compl ied wi th the requirement o f the Condi t ion 84 concerning submiss ion and approval of Network Schedule for the W orks, as detai led in Condi t ion 83. A f ixed sum shal l be he ld in abeyance at the t ime of next inter im payment for non at ta inment o f each m i les tone in the Network and shal l be re leased only on at ta inment of the said m i lestone

96. Modif icat ion of Inter im Cer t i f icate

An inter im cer t i f icate given re lat ing to W ork done or mater ia l de l ivered may be modif ied or corrected by any subsequent in ter im cert i f ica te or by the f inal cer t i f ica te. No cer t i f icate of the Engineer suppor t ing an in ter im payment shal l of i tsel f be conc lus ive ev idence that any W ork or mater ia ls to which i t re lates is /are in accordance with the contract .

97. Income Tax

The Contrac tor shal l pay Ind ian Income Tax on al l payments made to him under the Contrac t , other than reimbursements made to h im by the Corporat ion to cover payment by Contractor of m inor cus tom dut ies etc . , or any

Page 76: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

75

other payment, which the Contrac tor may make on the Corporat ion ’s behal f . Under the prov is ions of Sec. 194-C of the Ind ian Income Tax Act , the Corporat ion is required to deduc t Tax wi th surcharge at source at preva i l ing ra tes f rom the gross amount of each b i l l submi t ted. Any expatr iate s i te s ta f f or s taf f not normal ly res idents of India , employed by the Contractor shal l pay personal Income Tax on al l money earned and pa id in Ind ia. The Contractor shal l perform such dut ies in regard to such deduc t ions thereof as may be imposed on him by such laws and regulat ions .

98. Payment of Taxes

The contractor sha l l pay al l the taxes direc t ly to respec tive organizat ions & to the Government. The Corporat ion shal l not take any respons ib i l i ty for any k ind of tax payment to the Government or sem i Government bodies a t any po int of t ime. The pr ices quoted by the Contractor sha l l inc lude al l cus toms duties , impor t dut ies , exc ise dut ies, bus iness taxes, income and other taxes that may be lev ied in accordance to the laws and regulat ion in-force on the Contractor ’s Equipment, mater ia ls , suppl ies (permanent, temporary and consumables) to be used on or furn ished under the contrac t and on the serv ices to be per formed under the contrac t . Noth ing in the contract sha l l re l ieve the contractor f rom h is responsibi l i ty to pay any tax that may be levied or on prof i ts made by h im in respec t of the contract . The contrac tor shal l per form such dut ies in regard to such deduc t ions thereof as may be imposed on him by such laws and regulat ions . A l l Charges on account o f Octroi , terminal or Sales Tax and other dut ies on mater ia l obtained for the W orks f rom any source inc lud ing the tax appl icab le as per Maharashtra Sales Tax Ac t on the t ransfer of property in the goods invo lved in the execut ion of W orks contrac t (re-enac ted) Act , 1991 etc . sha l l be borne by the Contrac tor . Under the prov is ions of the Maharashtra Sales Tax Ac t , the Corporat ion is required to deduc t Turnover Tax at source at the ra tes prevai l ing at the t ime of payments . The contrac tor shal l submit form – 31 or such other forms as are prescr ibed under the sa id ac t which is required to be produced by the pr inc ip le employer in the events of any not ice by the Sales Tax Depar tment wi th in one month of issue of le t ter of acceptance.

99. Deduc t ion of Contract Sales Tax / Turnover tax

The Contrac tors are required to produce their reg is tra t ion for contrac t sa les tax/turnover tax to the department before releas ing the 1 s t R .A. b i l l f or the W ork executed by them, fa i l ing which, no payment sha l l be release.

100. Prov is ional Sums

(1)”Prov is ional sum” means a sum inc luded in the contrac t

and so des ignated in the B i l l of Quant i t ies for the execut ion of W ork or supply o f goods , mater ia ls or serv ices or for contingencies , which sum may be used, in who le or in par t , or not at a l l , a t the direc t ion and d iscret ion of the Engineer . The contrac t pr ice shal l inc lude only such amounts in respect of the W ork, supply or serv ice to which such prov is ional sum re late as the

Page 77: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

76

Engineer shal l approve or determine in accordance wi th th is c lause. (2) In respec t of every prov is ional sum the Engineer shal l have power to order to execute the W ork, inc lud ing goods , mater ia ls or serv ices to be suppl ied by the Contrac tor . The contract pr ice shal l inc lude the va lue of such W ork executed or such goods , mater ia l or services suppl ied determ ined in accordance with Clause No. 102. (3) The Contractor shal l produce a l l quotat ions , invo ices , vouchers and accounts or receip ts in connect ion wi th expendi ture in respec t of prov is ional sums.

101. Rates for Excess in I tems

Quant i t ies shown in the tender are approx imate and no c la im shal l be enter tained for quant i t ies of work executed being ei ther more or less than those entered in the tender or est imate. For purpose of th is contrac t , the var ia t ions/dev ia t ions in carrying out the i tems of work shal l not exceed plus or m inus 25 percent of contrac t sum. The dev iat ion/var iat ion in the quant i ty of ind iv idual i tems shal l not be taken as dev iat ion or var ia t ion in the contrac t . The di f ference between the to ta l value of the work done and the Contrac t sum as def ined above wi l l be on ly be cons idered for dev iat ion/var ia t ion. The Contractor shal l arr ive a t the ra tes af ter carefu l ly prepar ing the ra te analys is tak ing in to cons iderat ion s i te condi t ions . For increase upto 25 percent over the quant i ty shown in the bi l l o f quant i t ies shal l be paid at , the ra te ment ioned in the bi l l of quant i t ies . However , i f the quant i ty inc reases beyond 25 percent of quanti ty shown in the b i l l of quant i t ies the excess quant i ty beyond 25 percent shal l be pr iced as under: The ra te shal l be worked out based on schedule ra te wi th Contractors quoted percentage or current d is t r ic t schedule of rates wi thout Contractor ’s quoted percentage, wh ich ever is less.

102. Rates for Extra I tems

Rates for such addi t ional a l tered or , subst i tuted W ork shal l be determ ined as fo l lows : i ) I f rate for addi t ional , a l tered or subst i tu ted i tem of W ork is spec if ied in the b i l l o f quant i t ies and rates, the Contractor shal l carry out the addi t ional , a l tered or subst i tuted i tem at the same rate, subjec t to 100 above. i i ) I f ra te for any addi t ional , a l tered or subs t i tuted i tem of W ork is not inc luded in the b i l l o f quant i t ies and ra tes , such i tem of W ork shal l be car r ied out at the re levant Corporat ion ’s schedule of rates (Publ ic works Department and M.J .P. schedule of ra tes for Thane D is tr ic t ) prevai l ing a t the t ime of execut ion of extra W ork (Quoted percentage wi l l not be appl icable) i i i ) I f the rate for any addi t ional , a l tered or subs ti tuted i tem of W ork cannot be determ ined in the manner spec if ied in ( i ) & ( i i ) above, or the rate so determined is found to be unreasonable, then the Contrac tor wi l l be paid at such fa i r and reasonable ra tes as W orked out by the Engineer on the bas is of mater ia l , labour and operat ions of construct ion equipment required to execute the i tem and a l lowing 10 percent to cover prof i ts and overhead charges . ( iv ) The Contrac tor sha l l submit to the Engineer h is

Page 78: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

77

detai led ra te analys is for carry ing out var iat ion duly supported wi th quotat ions and other support ing Documents wi th in 7 days of wr i t ten ins truc t ions to car ry ou t var iat ions . I f the Contrac tor ’s quotat ion is unreasonable, the Engineer orders the var iat ion and makes change to the contrac t pr ice which is based on his own forecas t of the var iat ions on the Contrac tor ’s cos t . In case, the ra tes dec ided by the Engineer are not acceptable to the Contrac tor , he shal l cont inue wi th the work and mainta in contemporary records of actual expenses on day- to-day bas is wi th jo int assessment/ ver if ica t ion. The Contractor is not ent i t le for payment of ac tua l expenses as per jo int records added with 10% for prof i t and overheads . Disagreement wi th the rate f ixed by the Engineer shal l be in formed by the Contractor before commenc ing the work of var iat ions , fa i l ing which the rate f ixed by the Engineer sha l l be f ina l and b inding on the par t ies to contrac t .

103. Overpayment and Underpayment

W henever any c la im for the payment of a sum to the Corporat ion r ises out of or under th is contract agains t the Contractor the same may be deducted by the Corporat ion f rom any sum then due or which at any t ime thereaf ter may become due to the Contrac tor under th is contrac t and fa i l ing tha t under any contrac t wi th the Corporat ion or f rom any other sum due to the Contrac tor f rom the Corporat ion (which may be ava i lable wi th the Corporat ion) or f rom h is secur i ty deposi t / re tent ion money, or he shal l pay the c la im on demand. The Corporat ion reserves the r ight to carry out pos t payment audi t and technica l examinat ion of the f inal b i l l inc lud ing al l support ing voucher, abs tracts e tc . The Corporat ion fur ther reserves the r ight to enforce recovery of any over payment when detected. I f as a resul t of such audi t and technical exam inat ion any overpayment is d iscovered in respec t of any W ork done by the Contrac tor or a l leged to have been done by h im under the Contrac t , i t shal l be recovered by the Corporat ion f rom the Contractor by any or al l of the methods prescr ibed above or i f underpayment is d iscovered the amount shal l be du ly pa id to the Contractor by the Corporat ion. Prov ided that the aforesa id r ight of the Corporat ion to adjust overpayment against amount due to the Contrac tor under any other contract wi th Corporat ion shal l not extend beyond the per iod of two years f rom the date of payment of the f inal b i l l or in case the f inal b i l l is a “Minus” bi l l , f rom the date o f the amount payable by the Contrac tor under the “Minus” b i l l i s communicated to the Contrac tor . Any amount due to the Contractor under th is contrac t for underpayment may be adjus ted agains t amount then due or which may at any t ime thereaf ter become due before payment is to the Contrac tor , f rom him to Corporat ion on any other contrac t or account whatsoever .

104. Payment of F ina l B i l l

F inal jo int measurement along-with the representat ives of the Contrac tor should be taken, recorded and s igned by the Contrac tors . Contrac tor should submi t the f inal b i l l w i th in 1 month of phys ica l complet ion of the W ork . I f the Contrac tor fa i ls to submi t the f inal b i l l wi th in 1

Page 79: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

78

month, the Corporat ion s taf f wi l l prepare the f ina l b i l l based on the jo in t measurement wi th in next 3 months . Engineer ’s dec is ion shal l be f ina l in respect of c la ims for defec t and pending c la ims agains t Contrac tors . No fur ther c la ims should be made by the Contrac tor af ter submiss ion of the f inal b i l l and these shal l be deemed to have been waived and ext ingu ished. Payment of those i tems of the bi l ls in respec t of which there is no d ispute and of i tems in d ispute, for quant i t ies and rates as approved by the Commiss ioner sha l l be made with in a reasonable per iod as may be necessary for the purpose of ver if ica t ion etc . Af ter payment of the f inal b i l l as aforesaid has been made, the Contractor may, i f he so des ires , recons ider h is pos i t ion in respec t o f a disputed por t ion of the f ina l b i l l and i f he fa i ls to do so wi th in 84 days , h is disputed c la im shal l be deal t wi th as prov ided in the contrac t .

105.

Receipts to be S igned in Firm ’s Name by any One of the Partners

Every receipt for money which may become payable or for any secur i ty which may become transferable to the Contractor under these present shal l , i f s igned in the par tnership name by any one of the par tners , be a good and suf f ic ient d ischarge to the Commiss ioner and Corporat ion in respec t of the money or secur i ty purpor t ing to be acknowledged thereby, and in the event of death of any of the par tners dur ing the pendency of th is contrac t , i t is hereby express ly agreed that every receipt by any one of the surv iv ing partners shal l , i f so s igned as aforesaid , be good and suf f ic ient d ischarge as aforesaid provided that nothing in th is c lause contained shal l be deemed to prejudice or ef fect any c la im which the Commiss ioner or the Corporat ion may hereaf ter have agains t the legal representat ives of any partners so dying or in respec t of any breach of any of the condi t ions thereof , provided also that noth ing in th is c lause contained shal l be deemed pre jud ice or af fec t the respec t ive r ights or ob l igat ions of the Contrac tor and of the lega l representat ive of any deceased Contractors in teres t .

106. No Payment on Account of Pr ice Var ia t ion of Labour , Mater ia l and POL Component

No mater ia l pr ice var ia t ion wages escalat ion on indiv idual i tem on account whatsoever and compensat ion for ‘Force Majeure ’ etc . sha l l payable under th is contrac t . Dele ted.(Separate c lause at tached)

PART-VI TERMINATION OF CONTRACT AND SETTELEMENT OF DISPUTES

107. Cancel la t ion of Contrac t in Fu l l or in Par t .

I f the Contrac tor : (a) A t any t ime makes defaul t in proceeding wi th the W ork wi th due d i l igence and cont inues to do so af ter not ice in wr i t ing of four teen days f rom the Engineer; or (b) Commits defaul t in complying wi th any of the terms and condi t ions of contract and does not remedy i t wi th in four teen days af ter a not ice in wr i t ing is g iven to him in that behal f by the Engineer , or (c) Fai ls to complete the W orks or i tems with indiv idua l

Page 80: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

79

dates of complet ion, on or before the date(s ) of complet ion, and does not complete them with in the per iod spec i f ied in a not ice given in wr i t ing in that beha l f by the Engineer , or (d) Shal l of fer or g ive or agree to give to any person in Corporat ion ’s Serv ice or to any other person on his behalf any g i f t or cons iderat ion of any k ind as an inducement or reward for doing or forbear ing to do or for hav ing done or forborne to do any ac t in re lat ion to the obtain ing or execut ion of th is or any other contract for the Corporat ion, or (e) Shal l obta in a contrac t wi th the Corporation as a resu l t of r ing tender ing or other non-bona-f ide methods of compet i t ive tender ing or ( f ) be ing an indiv idual or a f irm, any par tner thereof , shal l a t any t ime be adjudged inso lvent or have a rece iv ing order or order for adminis trat ion of h is es tate made agains t h im or sha l l take any proceedings for l iqu idat ion or compos i t ion (other than voluntary l i quidat ion for the purpose of amalgamat ion or reconstruc t ion) under any insolvency ac t for the t ime be ing in force or make any conveyance of ass ignment of h is ef fec ts or compos i t ion or arrangement for the benef i t of h is credi tors or purpor t so to do, or i f any appl icat ion be made under any Inso lvency Ac t for the t ime being in force for the seques tra t ion of h is esta te or i f a t rust deed be executed by h im for h is credi tors , or (g) Being a company, sha l l pass a resolu t ion or the cour t sha l l make an order for the l iquidat ion of h is af fa i rs , or a receiver or a manager on behalf of the debenture holders shal l be appointed or c i rcumstances shal l ar ise which ent i t le the Court or debenture ho lders to appoint a receiver or a Manager , or (h) shal l suf fer an execut ion be ing lev ied on his goods and a l low i t to be cont inued for a per iod of 21 days , or Ass igns, t ransfers , suble ts (engagement of labour on a p iece W ork bas is or labour wi th mater ia ls not to be incorporated in the W ork, shal l not be deemed to be sub-le t t ing) or a ttempts to ass ign, t ransfer or sub- let the ent i re W orks or any por t ion thereof wi thout the pr ior wr i t ten approval of the Commiss ioner; the Commiss ioner may, wi thout prejudice to any other r ight or remedy which shal l have accrued or sha l l acc rue thereaf ter to the Corporat ion by wr i t ten not ice cancel the contrac t as a whole or only such i tems of W ork in defaul t f rom the contract . ( i ) In the case of abandonment of the work owing to ser ious i l lness or death o f the Contrac tor .

108. Ac t ion W hen W hole of Secur i ty Depos i t is to be Forfe i ted

In the cases ment ioned in above c lause No. 107 the Engineer , on behalf of the corporat ion shal l have power to adopt any of the fo l lowing forces , as he may deem best sui ted to the in terest o f the corporat ion.

a) To resc ind the contrac t ( for which resc iss ion not ice in wr i t ing to the Contractor under the head of Engineer shal l be conc lus ive evidence) and in that case the secur i ty deposi t of the Contrac tor sha l l s tand for fe i ted and be absolu tely a t the disposal of

Page 81: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

80

Corporat ion b) To carry out W ork or any part of the

departmenta l ly debi t ing the Contrac tor wi th the cos t of the W ork, expendi ture incur red on tools and p lan and charges on addi t ional superv isory s taf f inc luding the cos t of W ork charge establ ishment employed for get t ing the unexecuted par t of the W ork completed and c red i t ing him with the va lue of the W ork done depar tmental ly in al l respec ts in the same manner and at the same rates as i f i t had been car r ied out by the Contractor under the terms of h is contract . The cer t i f icate of the Engineer as to the costs and other al l ied expenses so incur red and as to the value of the W ork so done depar tmenta l ly and shal l be f ina l and conc lus ive agains t the Contrac tor .

c) To order that the W ork of the Contractor be measured up and to take such par t there of as shal l be on executed out of h is hands , and to give i t to another Contrac tor to complete, in which case a l l expenses incurred on adver t isement for f ix ing a new contrac t ing agency, addi t iona l supervisory s taf f inc luding the cos t of W ork charge es tab l ishment and a cos t of W ork executed by the new contrac t agency wi l l be debi ted to the Contrac tor and the value of the W ork done or executed through a new Contrac tor sha l l be c redi ted to the Contrac tor in al l respects and in the same manner and at the same rates as i f i t had been car r ied out by the Contrac tor under the terms of th is contrac t . The cer t i f icate of the Engineer as to al l the cos t of the W ork and other expenses incurred as aforesaid for or in get t ing the unexecuted W ork done by the new Contrac tor and as to the value of the W ork so done shal l be f ina l and conc lus ive agains t the Contrac tor . In case the contrac t sha l l be resc inded under c lause (a) above the Contractor sha l l not be ent i t le to recover or be pa id, any sum for any W ork therefore ac tua l ly per formed by him under th is contract un less and unt i l the Engineer shal l have cer t i f ied in wr i t ing the performance of the such W ork and the amount payable to h im in respect thereof and he shal l only be ent i t led to be paid the amount so cer t i f ied in the event of e i ther of the curses refer red to in c lauses (b) or (c) be ing adopted and the cos t of the executed depar tmental ly or through a new Contrac tor and other al l ied expenses exceeding the value of the such W ork credi ted to the Contrac tor the amount o f excess shal l be deducted f rom any money due to the Contrac tor , by corporat ion under the Contractor otherwise howsoever or f rom his secur i ty deposi t or the sale proceeds there of prov ided, however , that Contrac tor shal l have no c la im agains t corporat ion even i f the cer t i f ied value of W ork done depar tmenta l ly or through a new Contractor exceed the cer t i f ied cos t of such W ork and al l ied expenses, prov ided always that which ever of the three courses ment ioned in c lauses (a) , (b) or (c) is adopted by the Engineer, the Contrac tor sha l l have no c laim to compensat ion for any loss sus tained by h im by reason his hav ing purchased or

Page 82: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

81

procured any mater ia ls , or entered in to any engagements , or made any advance on account of or wi th a v iew to the execut ion of the W ork or the performance of the contrac t .

109. Ac t ion W hen the Progress of any Part icu lar Port ion of the W ork is Unsat isfactory

I f the progress of any part icular por t ion of the W ork is unsat is fac tory the condi t ions ment ioned in c lause 108(b) , be ent i t led to lake ac t ion under c lause af ter g iv ing the Contractor 14 days not ice in wr i t ing. The Contrac tor wi l l have no c la im for compensat ion, for any loss sus tained by h im owing to such act ion.

110. Contractor Remains L iab le to Pay Compensat ion i f Act ion not Taken Under C lause 108 and 109

In any case in which any of the powers conferred upon the Engineer by c lauses 108 & 109 hereof shal l have become exerc isable and the same shal l not have been exerc ised the non exerc ise there of shal l not const i tute a waiver of any of the condi t ions thereof and such powers shal l not wi ths tanding the exc isable in the event of any fu ture case of defau l t by the Contrac tor for which under any c lause hereof he is dec lared l iab le to pay compensat ion amount ing to the whole of th is securi ty deposi t and the l iab i l i ty of the Contrac tor for pas t and future compensat ion shal l remain unaf fected.

111. Power to take possess ion of or require removal or sel l Contractors p lant

In the event of Engineer tak ing ac t ion under sub c lauses (a) or (c) c lause 108, he may i f he so des ires , take possess ion of a l l any too ls and plant , mater ia ls and s tore in or upon the W ork of the s i te thereof or be longing to the Contractor , or procured by h im and in tended to be uses for the execut ion of the W ork or any par t thereof paying or a l lowing for the same in account a t the contract rates or in the case of contract rates not being appl icable at current market rates to be cer t i f ied by the Engineer whose cer t i f icate thereof sha l l be f inal . In the a l ternat ive the Engineer may af ter g iv ing not ice in wr i t ing to the Contractor or h is c lerk of the W ork foreman or other author ises agent requires h im to remove such too ls and p lant , mater ia l , or s tores f rom the premises wi th in a t ime to be spec i f ied in such not ice and in the event of the Contractor fa i l ing to comply wi th any such requis i t ion, the Engineer may remove them at the Contractor ’s expenses or se l l them by auc t ions or pr ivate sale on account of the Contractor and at th is r isk in a l l respec t and the cer t i f icate of the Engineer as to the expenses of any such removal and the amount of the proceeds and expensed on any such sale shal l be f ina l and conc lus ive agains t the Contrac tor .

112. No Interes t for Delayed Payments Due to Disputes etc .

I t is agreed that the Corporat ion of or i ts Engineer or Of f icer sha l l not be l iab le to pay any interes t or damage with respect to any moneys or ba lance which may be in i ts or i ts Engineer ’s or of f icer ’s hands owing to any d ispute or d i f ference or c la im or m is-unders tanding between the Corporat ion of or i ts Engineer or Of f icer on the one hand and the Contrac tor on the other, or wi th respec t to any delay on the par t of the Corporat ion of Navi Mumbai or i ts Engineer or Of f icers in making per iodical or f ina l payments or in any o ther respec t whatever. Payment to the Contrac tor of the amount due under each of the inter im payment cer t i f icate issued by the Engineer

Page 83: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

82

shal l be made by the Corporat ion wi th in 45 (Forty Five) days i f such cer t i f ica te be ing del ivered. I f the Corporat ion makes late payment, the Contrac tor is to be paid in teres t on the late payment in the next payment. In terest sha l l be calcu lated f rom the date by which the payment should have been made upto the date when the late payment is made at 6% per annum. I t is a term under th is contrac t that payment of in teres t in excess of 6% is barred on any amount payable to the Contrac tor on any account. I t is d is t inct ly unders tood and agreed between the par t ies hereto that payment for W ork already executed by the Contractor is not a condi t ion precedent under th is contrac t for the execut ion of the remain ing W ork .

113. Jur isdic t ion In case of any c la im , dispute or d i f ference ar is ing in respec t of a contrac t , the cause of ac t ion thereof shal l be deemed to have ar isen in Navi Mumbai and al l lega l proceedings in respec t of any such c la im, dispute or d i f ference shal l be ins t i tu ted in a competent cour t in the C i ty of Navi Mumbai only.

114. Fina l i ty o f Dec is ion and Non-Arbi t rab i l i ty

SETTLEMENT OF DISPUTES I f a dispute/ d isputes of any k ind whatsoever ar ises between the Contrac tor and Engineers representat ive the same shal l be referred to the Engineer for h is dec is ion wi th deta i led just i f ica t ion. Such reference shal l be s tated that i t is in pursuance to th is c lause for rev iew and g iv ing dec is ions by the Engineers. The Engineer sha l l g ive h is dec is ion wi th in 14 days of rece ipt of not ice. I f e i ther par ty is not sat isf ied wi th the dec is ion of the Engineer or the Engineer fa i ls to g ive the dec is ion wi th in the per iod of 14 days f rom the date of rece ipt of not ice under th is c lause, such a d ispute may be refer red to Arb i t rat ion as per C lause No. 115.

115. Arbi t rat ion Except where, otherwise prov ided for in th is contrac t , a l l ques t ions and d isputes re lat ing to the meaning of ins truct ion hear in before ment ioned or as to any other ques t ion, c la im , r ight , matter of handing whatsoever, i f any ar is ing out of or re la t ing to th is contrac t , spec i f icat ion, est imates , Ins truc t ions , orders or these condi t ions or o therwise concern ing the works, or the execut ion or fa i lure to execute the same where ar is ing dur ing the progress of the work or af ter complet ion or abandonment thereof of any matter d i rec t ly or indi rect l y connected wi th th is agreement shal l be refer red to the sole Arbi t rat ion of the Munic ipal Commiss ioner o f Navi Mumbai Corporat ion, C.B.D., Navi Mumbai and i f the Munic ipa l Commiss ioner is unable or unwi l l ing to ac t as such, then the matter in d ispute shal l be refer red to sole Arbi t ra t ion or such other person appointed by the Mun ic ipa l commiss ioner who is wi l l ing to ac t as such Arbi t rator . In case, the Arb i t rator so appointed is unable to act for any reasons, the Munic ipa l Commiss ioner in the event of such inabi l i ty, sha l l appoin t another person to ac t as Arbi tra tor in accordance with the terms of the contract . Such person shal l be ent i t led to proceed wi th the re ference f rom the s ta te a t which i t was le f t by his predecessors . I t is a lso a term of th is contrac t that no person other than a person appointed by the

Page 84: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

83

Munic ipal Commissioner as aforesaid should ac t as an Arbi t rator . As aforesa id the prov is ions of the arb i t ra t ion and conc i l ia t ion ac t 1996 or any s ta tutory modif icat ion or Reenac tment there of and the rules made there under and for the t ime be ing in force shal l app ly to the arb i t ra t ion proceedings under th is c lause.

116. Laws Governing The Contract

Th is contrac t shal l be governed by the Ind ian Laws for the t ime be ing in force.

PART –VII WORK COMPLETION & DEFECT LIABILITY

117. C learance of S i te on Complet ion

Upon the issue of any Tak ing over cer t i f ica te the Contractor shal l c lear away and remove f rom that par t of the s i te to which such Tak ing-over Cer t i f icate relates al l Contractor ’s equipment, surplus mater ia ls , rubbish and temporary W orks of every k ind, and leave such part of the s i te and W orks c lean and in a W orkman l ike condi t ion to the sat is fac t ion of the Engineer. I f the Contractor does not c lear the s i te wi th in 15 days a l l mater ia l wi l l be conf iscated and no compensat ion shal l be paid and the s i te wi l l be c leared at r isk and cost of the Contrac tor .

118. Submiss ions of Final Complet ion Drawings

On complet ion of the W ork, the Contractors sha l l furnish f ree of cos t 1 set of R.T .F. of f ina l complet ion drawings and 6 bound sets of cop ies of drawings , showing a l l the detai ls checked and s igned by the Engineer wi th in 2 months of complet ion of W orks. The payment of f inal b i l l sha l l be made to the Contrac tors af ter receip t of above sets . In case the Contrac tor fa i ls to submi t the complet ion drawings , a compensat ion at the ra te o f Rs .5000/- per drawing shal l be recovered f rom the f inal b i l ls

119. Complet ion Cer t i f icate

(1) As soon as W ork is completed, the Contractor shal l g ive not ice o f such complet ion to the Engineer and with in 28 (Twenty-e ight) days of receipt of such not ice the Engineer sha l l inspect the W orks and shal l furnish the Contractor wi th a cer t i f icate o f complet ion indicat ing (a) the date of complet ion (b) the defects to be rec t i f ied by the Contrac tor , and/or (c) i tems for which payment sha l l be made at reduced rates. W hen separate per iods of complet ion have been spec if ied for i tems or groups of i tems, the Engineer sha l l issue separate complet ion cer t i f icates for such i tems or groups of i tems. No cer t i f icate of complet ion shal l be issued, nor the W orks be cons idered to be complete t i l l the Contrac tor sha l l have removed f rom the premises on which the W orks has been executed, a l l scaf fo ld ing, sheds and surplus mater ia ls , except such as required for rect i f ica t ion of defec ts , rubbish and al l huts and sani tary ar rangements required for h is W orkers on the s i te in connect ion wi th the execut ion of W orks as shal l have been erec ted by the Contrac tor or the W orkmen and c leaned al l d i r t f rom al l par ts of bui ld ing(s ) in, upon or about wh ich the W ork has been executed or of which he may have had possess ion for the purpose of execut ion thereof and c leaned f loors , gut ters and drains , eased doors and

Page 85: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

84

sashes , o i led and fastenings, labeled the keys c lear ly and handed them over to the Engineer or h is representat ive and made the whole prem ises f i t for immediate occupat ion or use to the sat is fac t ion of the Engineer. I f the Contrac tor sha l l fa i l to comply wi th any of the requirements of th is Condi t ion as aforesa id, on or before the date of complet ion of W orks, the Engineer may at the expense of the Contrac tor fu l f i l l such requirements and d ispose of a l l the surp lus mater ia l and rubbish etc . as he th inks f i t and the Contrac tor shal l have no c la ims in respec t of any such mater ia l except for any sum ac tua l ly rea l ised by the sale thereof less the cost of fu lf i l l ing the requirements and any other amount that may be due f rom the Contrac tor . I f the expense of fu lf i l l ing such requirement is more than the amount real ises on such d isposal as aforesa id, the Contrac tor sha l l for thwi th on demand pay such excess . The Contractor ’s not ice of complet ion as aforesa id shal l have to be accompanied wi th one set of trac ings of f ina l complet ion drawings on RTF and s ix bound sets of copies of as bui l t drawings, fa i l ing which the not ice shal l be deemed to have not been issued at a l l . (2) I f at any t ime before complet ion of the ent i re W ork , i tems or groups of i tems for which separate per iods of complet ion have been spec if ied, have been completed, the Engineer wi th the consent of the Contrac tor takes possess ion of any part or par ts of the same (any such par t or par ts being hereinaf ter in th is condi t ion refer red to as " the re levant par t" ) then not- wi thstanding anyth ing expressed or impl ied e lsewhere in th is contrac t. W ithin 28days (Twenty-e ight days) of date o f complet ion of such i tems or group of i tems or possess ion of the re levant par t the Engineer sha l l issue a complet ion cer t i f ica te for the relevant par t prov ided the Contractor fu lf i l ls h is obl igat ion for the relevant par t as in sub-para (1) above The defec ts l iab i l i ty per iod in respect of such i tems and relevant par t sha l l be deemed to have commenced f rom the cer t i f ied date of complet ion of such i tems or re levant par t as the case may be . (a) For the purpose of ascer tain ing compensat ion for delay under C lause No. 88 in respect of any per iod dur ing which the W orks are not completed the re levant par t shal l be deemed to form a separate i tem or group, wi th date o f complet ion as g iven in the contract or as extended under Clause No.80 and ac tua l date of complet ion as cer t i f ied by the Engineer under th is condi t ion. (3) I f any par t of the W ork shal l have been substant ia l ly completed and shal l have sat isfactor i ly passed any f ina l test that may be prescr ibed under the contract , the Engineer may issue a cer t i f icate of complet ion in respec t of that par t of the W orks before complet ion of the whole W orks and upon the issue of such cer t i f icates, the Contractors shal l be deemed to have under taken to complete any outs tanding W orks in that par t of the W orks dur ing the per iod of maintenance.

Page 86: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

85

120. Tak ing Over of W ork

Corporat ion wi l l take over the W ork a t any s tage whenever required in the in terest of publ ic by g iv ing 10 days notice to the Contractor .

121. Defects L iab i l i ty Per iod

The Contractor sha l l be respons ib le to make good and remedy at h is own expense wi th in such per iod as may be s t ipu la ted by the Engineer any defec ts which may develop or be not iced before the expi ry of the per iod ment ioned in the Schedule `A ' hereto f rom cert i f ied date o f complet ion and int imat ion of which has been sent to the Contrac tor wi th in 7 days of expir y of the said per iod by le t ter sent by hand de l ivery or by regis tered pos t

122. L iab i l i ty for Defects or Imperfec t ions and Rec t i f icat ion Thereof

I f i t shal l appear to the Engineer or to h is representat ive a t any t ime dur ing cons truc t ion or recons truct ion or dur ing the defects ‚ l iabi l i ty per iod, that any W ork has been executed wi th unsound, imperfec t or unsk i l l f u l W orkmanship or that any mater ia l or ar t ic le provided by the Contrac tor for execution of thereof the W ork is unsound or of a qual i ty infer ior to that contrac ted for , or otherwise, not in accordance with the Contrac t , or that any defect , shr inkage or o ther fau l ts have appeared in the W ork ar is ing out of defect ive or improper mater ia ls or W orkmanship, the Contractor sha ll , upon receipt of not ice in wr i t ing in that behal f f rom the Engineer for thwith rect i fy or remove or reconstruc t the W ork so spec i f ied in whole or par t , as the case may require or , as the case may be, and / or remove the mater ia ls or ar t ic les so spec if ied and provide other proper and sui table mater ia ls or ar t ic les at h is own expense notwi thstanding that the same may have been inadvertent ly passed, cer t i f ied and paid for , and in the event of h is fa i l ing to do so wi th in the per iod to be spec if ied by the Engineer in h is not ice aforesaid the Engineer may rect i fy or remove and re-execute the W ork and/or remove and replace wi th o thers the mater ia ls or ar t ic les compla ined of , as the case may be, by o ther means at the r isk and cost of the Contractor . In case of repairs and maintenance W ork, sp lashes and droppings f rom whitewashing, pa int ing etc . shal l be removed and surfaces c leaned s imultaneous ly wi th complet ion of these i tems of W ork in ind iv idual rooms, quar ters or premises etc . where the Work is done, wi thout wai t ing for complet ion of a l l other i tems of W ork in the contract . In case the Contrac tor fa i ls to comply wi th requirement of th is condi t ion, the Engineer sha l l have the r ight to get the W ork done by other means at the r isk and cos t of the Contrac tor . The Engineer sha l l g ive three days not ice in wr i t ing to the Contractor before tak ing such ac t ion. The Engineer reserves the right to decide the rates and prices of the Works as executed by other means at the risk and cost of the Contractor. The cos t and expenses thereby incurred on the W orks and a lso such penal ty as the Engineer may impose for such wrongful conduct of the Contrac tor (which penal ty, the Engineer shal l be competent to impose and agains t the impos i t ion of which or the amount thereof by the Engineer an appeal sha l l l ie only to the Commiss ioner wi th in seven

Page 87: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

86

days of the order in that behal f of the Engineer and the dec is ions of the Commiss ioner sha l l be f ina l and b ind ing upon the Contrac tor ) may be deduc ted f rom any money due or to become due to the Contrac tor , under th is or any other contrac t between the Contractor and the Corporat ion.

123. Ma intenance The Contrac tor sha ll mainta in the f in ished sur face of the road for a per iod as spec if ied in Contract document, af ter the complet ion of W ork wi thout any extra cost to corporat ion i r respect ive of the des igns , s tandards and spec if icat ions and ac tual traf f ic etc . The Contractor shal l get the potholes f i l led up wi th asphal t m ix mater ia ls and keep the road sur face in good condi t ion throughout the year . 5 percent amount of the tota l Work done shal l be wi th held f rom running account bi l l f or the per iod spec if ied in the Contract document f rom the date of complet ion of W ork as maintenance charges of maintaining and keep ing the road in good condi t ion. This 5 percent amount wi thheld towards maintenance charges shal l be al lowed to be replaced with Bank guarantee or o ther recognized forms at intermediate s tage, i f so, des ired in wr i t ing. Th is maintenance charges shal l be in addi t ion to secur i ty depos i t . On complet ion of the W ork in al l respec ts , necessary cer t i f ica tes wi l l be issued by the Engineer and the defec t l iab i l i ty per iod wi l l be counted f rom the date of issue of such cer t i f icates A l l damages dur ing execut ion shal l be made good by the Contrac tor at h is cost . He wi l l be respons ible for any damage to the road sur face inc lud ing B.T. surface in rainy season and dur ing cons truct ion and guaranteed maintenance per iod and no separate payment wi l l be made for resort ing such damages . Defect ive W ork is l iable to be rejec ted at any s tage. The Contrac tor on no account can refuse to rec t i f y defects mere ly on reasons that fur ther W ork has been carr ied out . No extra payments shal l be made for such rec t i f icat ion.

124. Defects L iab i l i ty Cer t i f icate

The Contrac t shal l not be cons idered as completed unt i l a Defects L iab i l i ty Cert i f ica te shal l have been s igned by the Engineer and del ivered to the Contrac tor , s ta t ing the date on which the Contrac tor shal l have completed h is obl igat ions to execute and complete the W orks and remedy any defects therein to the Engineer ’s sat is fac t ion. The Defec ts Liabi l i ty Cer t i f icate shal l be g iven by the Engineer wi th in 28 days af ter the expi ra t ion of the la tes t such per iod, or as soon thereaf ter as any W orks ins tructed, pursuant to Clauses 121 and have been completed to the sat isfact ion of the Engineer, Provided that the issue of the Defects L iabi l i ty Cert i f ica te shal l not be a condi t ion precedent to payment to the Contractor of the Retent ion Money.

125. Unfu lf i l led Obl igat ions

Notwi ths tanding the issue of the Defects Liab i l i ty Cer t i f icate the Contractor and the Corporat ion shal l remain l iab le for the fu lf i l lment o f any ob l iga t ion incurred under the prov is ions of the Contrac t pr ior to the issue of the Defects Liabi l i ty Cert i f ica te is issued and, for the purposes

Page 88: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

87

of determining the nature and extent o f any such obl igat ion, the Contrac t sha l l be deemed to remain in force between the par t ies to the Contract . Notwi ths tanding the issue of the Defec ts L iabi l i ty Cer t i f icate the Contrac tor and the Corporat ion shal l remain l iable for the fu l f i l lment of any obl igat ion incurred under the prov is ions of the Contract pr ior to the issue of the Defec ts Liab i l i ty Cer t i f icate is issued and, for the purposes of determin ing the nature and extent of any such ob l igat ion, the Contrac t sha l l be deemed to remain in force between the par t ies to the Contrac t .

126. Refund of Secur i ty Depos i t

The amount o f secur i ty deposi t lodged by a Contractor sha l l be refunded a long with the payment of the f inal b i l l , o r af ter the exp iry o f the defec t l iabi l i ty per iod which ever is la ter unless the Engineer is of the opin ion tha t in order to safeguard against defec ts and pending c la ims against the Contrac tor i t is necessary to reta in more amount reta ined as retent ion money.

Page 89: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

88

ANNEXURE ‘A’

(See Condition 24)

Safety Provisions

1. Suitable scaffolds shall be provided for workmen for all that cannot safely be done from the

ground, or from solid construction except such short period work as can be done safely from

ladders. When a ladder is used an extra mazdoor shall be engaged for holding the ladder and

if the ladder is used for carrying materials as well, suitable footholds and handholds shall be

provided on the ladder and the ladder shall be given an inclination not steeper than ¼ to 1 (¼

horizontal and 1 vertical).

2. Scaffolding or staging more than 3.25 meters above the ground or floor, swung or suspended

from an overhead support or erected with stationary support, shall have a guard rail properly

attached, belted braced and other wise secured at least 1 meter high above the floor or

platform of such scaffolding or staging and extending along the entire length of the outside

and ends thereof with only such openings as may be necessary for the delivery of materials.

Such scaffolding or staging shall be so fastened as to prevent it from swaying from the

building or structure.

3. Working platform, gangways, and stairways shall be so constructed that they do not sag

unduly or unequally, and if height of a platform or gangway or stairway is more than 3.25

meters above ground level or floor level, it shall be closely boarded, have adequate width and

be suitably fenced as described in 2 above.

4. Every opening in floor of a building or in a working platform shall be provided with suitable

means to prevent fall or persons or materials by providing suitable fencing or railing with a

minimum height of 1 meter.

5. Safe means of access shall be provided to all working platforms and other working places.

Every ladder shall be securely fixed. No portable single ladder shall be over 9 meters in

length. Width between side rails in a rung ladder shall in no case be less than 30 cm for

ladder upto and including 3 meters in length. For longer ladders this width shall be increased

by at least 6 mm for each additional 30 cm of length. Uniform step spacing shall not exceed

30 cm.

Adequate precaution shall be taken to prevent danger from electrical equipment. No materials

on any of the sites shall be so stacked or places as to cause danger or inconvenience to any

person or the public. The Contractor shall provided all necessary fencing and lights to protect

public from accidents and shall be bound to bear expenses of defence of every suit, action or

other proceeding at law that may be brought by any person for injury sustained owing to

neglect of the above precautions and to pay any damages and costs which may be awarded in

any such suit, action or proceedings to any such person or which may with the consent of the

Contractor be paid to compromise any claim by any such person.

Excavation and Trenching:- All trenches, 1.5 metres or more in depth, shall at all times be

supplied with at least one ladder for each 30 metres in length or fraction thereof, ladder shall

be extended from bottom of trench to at least 1 metre above surface of the ground sides of a

trench which is 1.5 meters or more in depth shall be stepped back to give suitable slope, or

securely held by timber bracing, so as to avoid the danger of sides collapsing. Excavated

Page 90: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

89

material shall not be placed within 1.5 meters of edge of trench or half or depth of trench,

whichever is more. Cutting shall be done from top to bottom. Under no circumstances shall

undermining or under cutting be done.

7. Demolition: Before any demolition work is commenced and also during the process of the

work

(a) All roads and open areas adjacent to the work site shall either be closed or suitably

protected.

(b) No electric cable or apparatus which is liable to be a source of danger over a cable or

apparatus used by operator shall remain electrically charged,

(c) All practical steps shall be taken to prevent danger to persons employed, from risk of fire

or explosion, or flooding. No floor, roof or other part of a building shall be so overloaded

with debris or materials as to render it unsafe.

8. All necessary personal safety equipment as considered adequate by the Engineer shall be

available for use of persons employed on the site and maintained in a condition suitable for

immediate use, and the Contractor shall take adequate steps to ensure proper use of

equipment by those concerned.

(a) Workers employed on mixing asphaltic materials, cement and lime mortars/concrete shall

be provided with protective footwear, hand gloves and goggles.

(b) Those engaged in handling any material which is injurious to eyes shall be provided with

protective goggles.

(c) Those engaged in welding works shall be provided with welder’s protective eye-shields.

(d) Stone breakers shall be provided with protective goggles and protective clothing and

seated at sufficiently safe intervals.

(e) When workers are employed in sewers and manholes, which are in use, the Contractor

shall ensure that manhole covers are opened and manholes are ventilated at least for an

hour before workers are allowed to get into them. Manholes so opened shall be cordoned

off with suitable railing and provided with warning signals or boards to prevent accident

to public.

(f) The Contractor shall not employ men below the age of 18 and women on the work of

painting with products containing lead in any form. Whenever men above the age of 18

are employed on the work of lead painting the following precautions shall be taken;

(g) No paint containing lead or lead products shall be used except in the form of paste or

ready made paint.

(i) Suitable face masks shall be supplied for use by workers when paint is applied in the

form of spray or surface having lead paint dry rubbed and scrapped.

(ii) Overalls shall be supplied by the Contractor to workmen and adequate facilities shall

be provided to enable working painters to wash during and on cessation of work.

9. When work is done near any place where there is risk of drowning, all necessary equipment

shall be provided and kept ready for use and all necessary steps taken for prompt rescue of

any person in danger and adequate provision made for prompt first aid treatment of all

injuries likely to be sustained during the course of the work.

Page 91: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

90

10 Use of hoisting machines and tackle including their attachments, anchorage and supports

shall conform to the following:

(a) (i) These shall be of good mechanical construction, sound material and adequate strength

and free from patent defects and shall be kept in good repair and in good working order.

(ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be

of durable quality and adequate strength, and free from patent defects.

(b) Every crane driver or hoisting appliance operator shall be properly qualified and no

person under the age of 21 years shall be in charge of any hoisting machine including any

scaffold winch or give signals to operator.

(c) In case of every hoisting machine and of every chain ring hook, shackle, swivel and

pulley block used in hoisting or lowering or as means of suspension, safe working load

shall be ascertained by adequate means. Every hoisting machine and all gear referred to

above shall be plainly marked with safe working load. In case of hoisting machine having

a variable safe working load, each safe working load and the conditions under which it is

applicable shall be clearly indicated. No part of any machine or of any gear referred to

above in this paragraph shall be loaded beyond safe working load except for the purpose

of testing.

(d) In case of departmental machine, safe working load shall be notified by the Engineer, as

regards Contractor’s machine the Contractor shall notify safe working load of each

machine to the Engineer whenever he brings it to site of work and get it verified by the

Engineer.

11. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting

appliances shall be provided with efficient safeguards, hoisting appliances shall be provided

with such means as will reduce to the minimum risk of accidental descent of load, adequate

precautions shall be taken to reduce to the minimum risk of any part of a suspended load

becoming accidentally displaced. When workers are employed on electrical installations

which are already energized, insulating mats, wearing apparel such as gloves, sleeves and

boots, as may be necessary, shall be provided. Workers shall not wear any rings, watches and

carry keys or other materials which are good conductors of electricity.

12. All scaffolds, ladders and other safety devices mentioned or described herein shall be

maintained in a safe condition and no scaffold, ladder or equipment shall be altered or

removed while it is in use. Adequate washing facilities shall be provided at or near places of

work.

13. These safety provision shall be brought to the notice of all concerned by display on a notice

board at a prominent place at the work spot. Persons responsible for ensuring compliance

with the Safety Provisions shall be named therein by the Contractor.

14. To ensure effective enforcement of the rules and regulations relating to safety precautions,

arrangements made by the Contractor shall be open to inspection by the Engineer or his

representative and the inspecting officers.

15. Notwithstanding the above provisions 1 to 14, the Contractor is not exempted from the

operation of any other Act or Rule in force.

16. Complete continuous barricading of G.I. sheet height 1.5 mtr., with the ground clearance of

0.60 mtr. from the ground level and completely supported by M.S. angles (As per design &

instructions by the engineer) must be provided. For works of concrete and asphalt road, this

should be maintained till completion of work.

Page 92: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

91

ANNEXURE ‘B’

(See Condition No. 27)

DETAILS OF KEY PERSONNEL WITH TENDERER WHO ARE PROPOSED FOR THIS

CONTRACT

Sr. No. Description of

category

Name Qualification Professional

experience

and details of

works carried

out

Since how

long in

service with

tenderer

Remarks

1. 2. 3. 4. 5. 6. 7.

SIGNATURE OF TENDERER:

DATE:-

Page 93: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

92

ANNEXURE ‘C’

Eò®úÉ®úxÉɨÉÉ {ÉjÉ

(°ü. 100/- SªÉÉ º]õì¨{É {Éä{É®ú´É®ú)

xÉ´ÉÒ ¨ÉÖƤÉ<Ç ¨É½þÉxÉMÉ®ú{ÉÉʱÉEäòSÉä ´ÉiÉÒxÉä

¶É½þ®ú +ʦɪÉÆiÉÉ / EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ

xÉ´ÉÒ ¨ÉÖƤÉ<Ç ¨É½þÉxÉMÉ®ú{ÉÉʱÉEòÉ,

xÉ´ÉÒ ¨ÉÖƤÉ<Ç.

----------------------------------------

----------------------------------------

----------------------------------------

EòÉ®úhÉä Eò®úÉ®úxÉɨÉÉ Ê±É½ÚþxÉ näùiÉÉä EòÒ, xÉ´ÉÒ ¨ÉÖƤÉ<Ç ¨É½þÉxÉMÉ®ú{ÉÉʱÉEòÉ ºlÉɪÉÒ ºÉʨÉiÉÒxÉä `ö®úÉ´É

Gò. ----------------------------- ÊnùxÉÉÆEò / / 2002 +x´ÉªÉä ----------------------------------------------------------------------------

EòɨÉÉSÉÒ ÊxÉÊ´ÉnùÉ ¨ÉÆVÉÚ®ú ZÉɱÉÒ +ɽäþ.

Page 94: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

93

iªÉÉ|ɨÉÉhÉä +ɨ½þÒ ´É®úÒ±É Ê`öEòÉhÉÒ {ÉÖføÒ±É ¶ÉiÉÔ´É®ú ¤ÉÉÆvÉÒ±É +ɽþÉäiÉ.

1. EÆòjÉÉ]õnùÉ®úÉxÉä ¤ÉÄEò MÉì®Æú]õÒSªÉÉ º´É°ü{ÉÉiÉ +xÉɨÉiÉ ®úCEò¨É ¨½þhÉÚxÉ EÆòjÉÉ]õ

®úCEò¨ÉäSªÉÉ 2 ]õCEäò ¤ÉÄEäòiÉ `äö´ÉhÉä +ɴɶªÉEò +ɽäþ. =´ÉÇÊ®úiÉ +xÉɨÉiÉ ®úCEò¨É näùªÉ

ʤɱÉÉiÉÚxÉ 2 ]õCEäò nù®úÉxÉä ´ÉVÉÉ Eò®úhÉäSÉÒ +ɽäþ.

2. VÉxÉ®ú±É ]åõb÷®ú xÉÉä]õÒºÉ "¶ÉÖvnùÒ{ÉjÉɺɽþ' ÊxÉÊ´ÉnùÉEòÉ®úÉÆxÉÉ ºÉÖSÉxÉÉ ºÉ´ÉÇ +]õÒ

ºÉÉvÉÉ®úhÉ +]õÒ, °ü{É®äú¹ÉÉ iÉ{ɶÉÒ±É, ÊxÉÊ´ÉnùÉ nùºiÉBä´ÉVÉ ´É κ´ÉEÞòiÉÒ {ÉjÉ xÉÆ. ---------------------

Ênù. / /2002 ½äþ ºÉ´ÉÇ Eò®úÉ®úÉSÉä EòÉMÉnù{ÉjÉ +ºÉiÉÒ±É.

3. EÆòjÉÉ]õnùÉ®úÉxÉä +É{ɱÉä EòÉ¨É ÊxÉvÉÉÇ®úÒiÉ ´Éä³äýiÉSÉ Eäò±Éä {ÉÉʽþVÉä.

4. ¨É½þÉ{ÉÉʱÉEòÉ EÆòjÉÉ]õnùÉ®úÉxÉä |ÉiªÉIÉ Eäò±É䱪ÉÉ EòɨÉÉSÉÒä ®úCEò¨É ¶Éäb÷¬Ú±É ®äú]õ /

EòÉä]äõb÷ {ɺÉç]äõVÉ|ɨÉÉhÉä EÆòjÉÉ]õnùÉ®úÉºÉ näù<DZÉ.

5. ¨É½þÉ{ÉÉʱÉEäòxÉä VÉ®ú EÆòjÉÉ]õnùÉ®úÉºÉ EòÉähÉiÉÒ½þÒ ºÉä´ÉÉ Ênù±ªÉÉºÉ iªÉÉSÉÒ ®úCEò¨É

EÆòjÉÉ]õnùÉ®úÉxÉä ¨É½þÉ{ÉÉʱÉEäòºÉ näùhÉä MÉ®úVÉäSÉä +ɽäþ.

6. ºÉnù®ú EòɨÉÉSªÉÉ ºÉÆnù¦ÉÉÇiÉ BJÉÉtÉ ´Éä³äýºÉ Ê´É´ÉÉnù ÊxɨÉÉÇhÉ ZÉɱªÉÉºÉ iÉÉä Ê´É´ÉÉnù `öÉhÉä /

¨ÉÖƤÉ<Ç xªÉɪÉɱɪÉÉÆSªÉÉ ½þqùÒiÉ iªÉÉSÉÉ ÊxÉ´ÉÉb÷É ½þÉä<DZÉ.

´É®úÒ±É ºÉ´ÉÇ ÊxÉªÉ¨É ´É +]õÒ +ɨ½þÒ EòɳýVÉÒ{ÉÚ´ÉÇEò ´ÉÉSɱªÉÉ +ºÉÚxÉ iªÉÉ +ɨ½þɱÉÉ {ÉÚhÉÇ{ÉhÉä ¨ÉÉxªÉ ´É

¤ÉÆvÉxÉEòÉ®úEò +ɽäþiÉ. ½þÉ Eò®úÉ®úxÉɨÉÉ ¨ÉÒ ®úÉVÉÒJÉÖ¶ÉÒxÉä ʱɽÚþxÉ Ênù±ÉÉ +ɽäþ.

Ê`öEòÉhÉ :- ºÉÒ. ¤ÉÒ. b÷Ò., ¤Éä±ÉÉ{ÉÚ®ú, xÉ´ÉÒ ¨ÉÖƤÉ<Ç - 400 614.

Page 95: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

94

ÊnùxÉÉÆEò :- / /2009.

ºÉÉIÉÒnùÉ®úºÉÉIÉÒnùÉ®úºÉÉIÉÒnùÉ®úºÉÉIÉÒnùÉ®ú Eò®úÉ®úxÉɨÉÉ Ê±É½ÚþxÉ näùhÉÉ®úEò®úÉ®úxÉɨÉÉ Ê±É½ÚþxÉ näùhÉÉ®úEò®úÉ®úxÉɨÉÉ Ê±É½ÚþxÉ näùhÉÉ®úEò®úÉ®úxÉɨÉÉ Ê±É½ÚþxÉ näùhÉÉ®ú

1. º´ÉÉIÉ®úÒ : º´ÉÉIÉ®úÒ (EÆòjÉÉ]õnùÉ®ú)

xÉÉ´É : ----------------------------------- xÉÉÆ´É : ---------------------

{ÉkÉÉ : ---------------------------------- {ÉkÉÉ : ---------------------

2. º´ÉÉIÉ®úÒ : ®ú¤É®úÒ Ê¶ÉCEòÉ

xÉÉ´É : -----------------------------------

{ÉkÉÉ : ----------------------------------

¨ÉxÉ{ÉÉ º´ÉÉIÉ®úÒ :

ºÉɨÉÉxªÉ ¨ÉÖpùÉ. {ÉnùxÉÉ¨É :

xÉ´ÉÒ ¨ÉÖƤÉ<Ç ¨É½þÉxÉMÉ®ú{ÉÉʱÉEòÉ.

ºlÉɪÉÒ ºÉʨÉiÉÒSªÉÉ JÉɱÉÒ±É nùÉäxÉ ºÉnùºªÉÉƺɨÉIÉ ºÉɨÉÉxªÉ ¨ÉÖpùÉ =¨É]õÊ´ÉhªÉÉiÉ +ɱÉÒ +ɽäþ.

1. xÉÉÆ´É : -------------------------------- 1. º´ÉÉIÉ®úÒ : ---------------

2. xÉÉÆ´É : -------------------------------- 2. º´ÉÉIÉ®úÒ : ---------------

Page 96: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

95

ANNEXURE ‘D’

I N D E M N I T Y B O N D

ON STAMP PAPER OF VALUE OF RS. 100/-

In consideration of Navi Mumbai Municipal Corporation incorporated under BPMC act 1949 and

having its office at Belapur Bhavan, 1st Floor, C.B.D. Belapur, Navi Mumbai-400614. (hereinafter

referred to as the Corporation, which expression, shall unless it be repugnant to the context or

meaning thereof includes its successors or assigns) having awarded to M/s.

_____________________________________

______________________________________________ a Partnership/Proprietorship/Pvt. Ltd./Ltd.

firm carrying in such name and style the business of construction (hereinafter referred to as the

Contractor which expression shall, unless it be repugnant to the context or meaning thereof, includes

its partners or Partner/Proprietor for the time being or its surviving Partner or his heirs and

executors) for the work of

_________________________________________________________________________________

_________________________________________________________________________________

____________at an ______ percent above / below estimated cost of Rs.

________________________ and in compliance with one of the terms and conditions of the said

Contract.

We, M/s. _________________________________________________________________ being the

Contractor do hereby agree and undertake and indemnify and save harmless the Corporation in

consequence of the manufacturing defect, patent manufacturing defect and construction defect found

in the constructed work at any time in a defect liability period of _______ years with the grant of

completion certificate by the Corporation to the Contractor in accordance with and subject to the

provision of the said contract.

It is hereby agreed and declared that the City Engineer of the Corporation or any officer acting as

such City Engineer of the Corporation shall be the Competent Authority to decide upon the question

as to the defects in the construction of works and the remedy to be applied by the Contractor for their

rectification at his cost and his decision shall be final, conclusive and binding upon both the

Corporation and the Contractor, provided that the City Engineer shall so decide after giving an

opportunity to the Contractor to represent his case.

Page 97: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

96

We hereby agree and undertake irrevocable and unconditionally to carry out duly each and very

decision, order, direction or instruction as may be issued by the said City Engineer or as the case

may be, the officer of the Corporation in his behalf and to rectify properly and promptly the defect

found by him.

FOR AND ON BEHALF OF M/S._____________________________________

__________________________________________________________________

Place: - __________________

Date: - __________________

S E A L

Notary, Maharashtra State BEFORE ME

Notary, Maharashtra State

Noted and Registered at _________________________________

Serial Number _______________________________

For & on Behalf of Corporation

Accepted By

Page 98: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

97

ACCOMPANIMENT TO THE GOVERNMENT RESOLUTION

PUBLIC WORKS DEPARTMENT NO. CAT/06/04/148, DATED: 16/05/2005

PRICE VARIATION CLAUSE

If during the operative period of the Contract as defined in condition (I) below,

there shall be any variation in the Consumer Price Index (New Series) for

Industrial Workers for Mumbai Center as per the Labour Gazette Published by the

Commissioner of Labour, Government of Maharashtra and/or in the whole-sale

Price Index for all commodities prepared by the office of Economic Advisor,

Ministry of Industry, Government of India, or in the price of petrol/ oil and

lubricants and major construction materials like bitumen, cement, steel, various

types of metal pipes etc., then subject to the other conditions mentioned below,

price adjustment on account of

1) Labour component

2) Material Component

3) Petrol, Oil and Lubricants Component

4) Bitumen Component

5) HYSD & Mild Steel Component

6) Cement Component

7) C.I. and D.I. Pipes Component

Calculated as per the formula hereinafter appearing, shall be made. Apart from

these, no other adjustment shall be made to the contract price for any whatsoever.

Component percentages as given below are as the cost of work put to tender. Total

of Labour, Material & POL component shall be 100 and other component shall be

as per actual.

1. Labour Component - K1 (39%)

2. Material Component - K2 (58%)

3. POL Component – K3 (3%)

4. Bitumen Component Actual

5. HYSD & Mild Steel Component Actual

6. Cement Component Actual

7. C.I. and D.I. Pipe Component Actual

Note: If Cement, Steel, Bitumen, C.I. & D.I. Pipes are supplied on Schedule “A”

then respective component shall not be considered. Also if particular component is

not relevant same shall be deleted.

Page 99: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

98

1. Formula for Labour Component:

−=

0

0111

10085.0

L

LLx

KPV

Where,

V1 = Amount of price variation in Rupees to be allowed for Labour Component.

P = Cost of work done during the quarter under Consideration Minus the cost of

Cement, HYSD and Mild Steel, Bitumen C.I. and D.I. Pipes calculated at the

basic star rates as applicable for the tender, consumed during the quarter

under consideration.

The star rates shall be considered for the preparation of estimate or at the time of

comparison with new DSR.

K1 = Percentage of Labour Component as indicated above.

L0 = Basic Consumer Price Index for Mumbai center shall be average consumer

price index for the quarter preceding the month in which the last date

prescribed for receipt of tender falls.

L1 = Average consumer price index for Mumbai centre for the quarter under

consideration.

2. Formula for Material Component:

−=

0

0122

10085.0

M

MMx

KPV

Where,

V2 = Amount of price variation in Rupees to be allowed for Material Component

P = Same as worked out for Labour Component

K2 = Percentage of Material Component as indicated above.

M0 = Basic wholesale price index shall be average wholesale price index for the

quarter preceding the month in which the last date prescribed for receipt of

tender falls.

M1 = Average wholesale price index during the quarter under consideration.

3. Formula for Petrol, Oil and Lubricant Component:

−=

0

013

10085.03

P

PPx

KPV

Page 100: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

99

Where,

V2 = Amount of price variation in Rupees to be allowed for POL Component

P = Same as worked out for Petrol, Oil and Lubricant Component

K3 = Percentage of Petrol, Oil and Lubricant Component

P0 = Average price of HSD at Mumbai during the quarter preeding the month in

which the last date prescribed for receipt of tender falls.

P1 = Average price of HSD at Mumbai during the quarter under consideration.

4. Formula for Bitumen Component:

( )014 BBQV b −=

Where,

V4 = Amount of price variation in Rupees to be allowed for Bitumen Component.

Qb = Quantity of Bitumen (Grade) in metric tonnes used in the permanent works

and approved enabling works during the quarter under consideration.

B1 = Current Average ex-refinery price per metric tonne of Btumen (Grade…)

under consideration including taxes (Octroi, excise sale tax) during the quarter

under consideration.

B0 = Basic rate of Bitumen in Rupees per metric tonne as considered for working

out value of P or average ex-refinery price in rupees per metric tonne

including taxes (Octroi, excise, sales tax) of Bitumen for the grade of bitumen

under consideration prevailing quarter preceding the month in which the last

date prescribed for receipt of tender falls, whichever is higher.

5. Formula for HYSD and Mild Steel Component:

( )

TxSI

SISISV

0

0105

−=

Where,

V5 = Amount of price variation in Rupees to be allowed for HYSD / Mild Steel

Component

S0 = Basic rate of HYSD / Mild Steel in Rupees per metric tonne as considered for

working out value of P

SI1 = Average steel index as per RBI Bulletin for the quarter under consideration

SI0 = Average of Steel Index as per RBI Bulletin for the quarter preceding the

month in which the last date prescribed for receipt of tender falls.

Page 101: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

100

T = Tonnage of Steel used in the permanent works for the quarter under

consideration.

6 Formula for Cement Component:

( )Tx

CI

CICICV

0

0106

−=

Where,

V6 = Amount of price escalation in Rupees to be allowed for cement component.

C0 = Basic Rate of cement in Rupees per metric tonne as considered for working

out value of P.

CI1 = Average Cement Index published in the RBI Bulletin for the quarter under

consideration.

CI0 = Average of Cement Index published in the RBI Bulletin for the quarter

proceeding the month in which the last date prescribed for receipt of tender

falls.

T = Tonnage of Cement used in the permanent works for the quarter under

consideration.

7 Formula for C.I./D.I. Pipe Component:

( )017 DDQV d −=

Where,

V7 = Amount of price escalation in Rupees to be allowed for C.I./D.I. component.

D0 = Pig Iron basic price in Rupees per tonne during the quarter under

consideration (published by IISCO)

D1 = Average Pig Iron Price in Rupees per tonne during the quarter under

consideration (published by IISCO).

Qd = Tonnage of C.I./D.I Pipes used in the works during the quarter under

consideration.

The following conditions shall prevail:

(i) The operative period of the Contract shall mean the period commencing from the

date of work order issued to the Contractor and ending on the date on which the time

allowed for the completion of the works specified in the Contract for work expires,

taking into consideration the extension of time, if any, for the completion of the work

granted by The Engineer under the relevant clause of the Conditions of Contract in

cases other than those where such extension is necessitated on account of default

Page 102: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

101

of the Contractor. The decision of the Engineer as regards the operative period of

the Contract shall be final and binding on the Contractor. Where any compensation

for liquidated damages is levied on the Contractor on account of delay in completion

or inadequate progress under the relevant contract provisions, for the balance of

work from the day of levy of such compensation price adjustment amount shall be

worked out by pegging the indices, L, M, C, P, B, SI and CI to the levels

corresponding to the date from which such compensation is levied.

(ii) This price variation clause shall be applicable to all contracts in B1/B2 & C form but

shall not apply to piece works. The price variation shall be determined during each

quarter as per formula given above in this clause.

(iii) The price variation under this clause shall not be payable for the extra item required

to be executed during the completion of the work and also on the excess quantities

of items payable under the provision of Clause 38/37 of the contractor from B1/B2

resp. since the rates payable for the extra items / or the extra quantities under

clauses are to be fixed as per current DSR or as mutually agreed to yearly revision

till completion of such work. In other words, when the completion / execution of extra

items as well as extra quantities under clauses 38/37 of the contract from B1/B2

extends beyond the operative date of the DSR then rates payable for the same

beyond the date shall be revised with reference to the current DSR prevalent at that

time on year to year basis or revised in accordance with mutual agreement thereon,

as provided for in the Contract, whichever is less.

(iv) This clause is operative both ways, i.e. if the price variation as calculated above is on

the plus side, payment on account of the price variation shall be allowed to the

Contractor & if it is on the negative side, the Government shall be entitled to recover

the same from the Contractor and the amount shall be deductible from any amounts

due and payable under the contract.

(v) To the extent that full compensation for any rise or fall in costs to the Contractor is

not entirely covered by the provision of this or other clauses in the contract, the unit

rate and prices included in the contract shall be deemed to include amounts to cover

the contingency of such other actual rise or fall in costs.

Page 103: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

102

SPECIAL CONDITIONS OF CONTRACT

1.0 General:

A systems approach may be adopted for construction of the bridge, and the Method

Statement for carrying out the work, detailing all the activities including indication of time-

cycle, equipment, personnel etc., shall be got approved from the Engineer before the

commencement of the work. The above shall include the type, capacity and make of the

batching and mixing plant.

2.0 Batching and mixing:

Batching and mixing of the concrete shall be done at a central batching and mixing plant

with automatic controls, located at a suitable place which takes into account sufficient space

for stockpiling of cement, aggregates and stationary water tanks. This shall be, however,

situated with in a distance of 10 km in Navi Mumbai area only.

3.0 Equipment for proportioning of materials:

Proportioning of materials shall be done in the batching plant by weight, each type of

material being weighed separately. The cement from the bulk stock may be weighed

separately from the aggregates and water shall be measured by volume. Wherever properly

graded aggregate of uniform quality cannot be maintained as envisaged in the mix design,

the grading of aggregates shall be controlled by appropriate blending techniques.

Batching plant and equipment

1 General

The batching plant shall include minimum four bins, weighing hoppers, and scales for the

fine aggregate and for each size of coarse aggregate. If cement is used in bulk, a separate

scale for cement shall be included. The weighing hoppers shall be properly scaled and

vented to preclude dust operation. Approved safety devices shall be provided and

maintained for the protection of all personnel engaged in plant operation, inspection and

testing. The batch plant shall be equipped with a suitable non-resettable batch counter which

will correctly indicate the number of batches proportioned.

2 Bins and hoppers

Bins with minimum number of four adequate separate compartments shall be provided in the

batching plant.

Page 104: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

103

3 Automatic weighing devices

Batching plant shall be equipped to proportion aggregates and bulk cement by means of

automatic weighing devices using load cells.

4 Mixers

Mixers shall be pan type, reversible type or any other mixer capable of combining the

aggregates, cement, and water into a thoroughly mixed and uniform mass within the specific

mixing period, and of discharging the mixture, without segregation. Each stationary mixer

shall be equipped with an approved timing device which will automatically lock the discharge

lever when the drum has been charged and release it at the end of the mixing period. The

device shall be equipped with a bell or other suitable warning device adjusted to give a

clearly audible signal each time the lock is released. In case of failure of the timing device,

the mixer may be used for the balance of the day while it is being repaired, provided that

each batch is mixed 90 seconds or as per the manufacturer’s recommendation. The mixer

shall be equipped with a suitable non-resettable batch counter which shall correctly indicate

the number of batches mixed.

The mixers shall be cleaned at suitable intervals. The pickup and throw-over blades in the

drum or drums shall be repaired or replaced when they are worn down 20 mm or more. The

Contractor shall (1) have available at the job site a copy of the manufacturer’s design,

showing dimensions and arrangements of blades in reference to original height and depth,

or (2) provide permanent marks on blade to show points of 20 mm wear from new

conditions. Drilled holes of 5 mm diameter near each end and at midpoint of each blade are

recommended. Batching Plant shall be calibrated in the beginning and thereafter at suitable

interval not exceeding 1 month.

5 Control cabin

An air-conditioned centralized control cabin shall be provided for automatic operation of the

equipment.

4.0 Minimum Qualifying Criteria

The Minimum Qualifying Criteria for the work shall be as under:

1. Average annual financial turn over during last 3 years, ending 31st March of the previous

financial year, should be at least 100% of the estimated cost. Every Year it should be

equal to the estimated cost ( i.e. Rs 949.15Lakhs.).

The Net Worth should be positive

Page 105: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

104

2. Experience of having successfully completed similar works during last 7 years ending

last day of month previous to the one in which applications are invited should be either of

the following:

a. Three similar completed works costing not less than the amount equal to 40% of the

estimated cost i.e Rs. 379.66 Lakhs each.

OR

b. Two similar completed works costing not less than the amount equal to 50% of the

estimated cost i.e Rs. 474.57 Lakhs each .

OR

c. One similar work completed work costing not less than the amount equal to 100% of

the estimated cost i.e Rs. 949.15 Lakhs.

3. Should have a Ready Mix Plant of capacity 60 cu.m per hour in Navi Mumbai area limit.

4. Should possess major construction equipments like weigh batching plant, transit mixers,

etc. The minimum machinery required is as follows:

1) *Ready Mix Concrete Plant with capacity

60cum/hr within Navi Mumbai 1 No.

2) JCB 2 Nos.

3) Hydraulic Excavators with rock breaker

attachment

2 Nos.

4) Vibrators

a) Needle Vibrator (60 mm)

b) Needle Vibrator (40 mm)

c) Plate Vibrators

2 Nos.

2 Nos.

2 Nos.

5) Transit Mixers 5.5 cu.m capacity 2 Nos.

6) Vibratory Rollers 1 Nos.

7) Water Tanker 1 No.

8) Joint Cutting Machine for minimum 100 mm depth

with 2 spare blades

1 No.

9) Portable Air Compressor 1 No.

10) Templates for Checking Camber 1 No.

Note: Ownership of above equipments must be produced. if not owned, proof of leasing or hiring of the said equipments should be produced along with ownership documents of the contractor/Party from whom the equipments will be leased or hired. If Proof of leasing or hiring is not submitting the tender will be disqualified.

5. Should possess and furnish technical personnel sufficient for execution and also to

furnish the proposed to be engaged for site management, technical personnel for

supervision and execution of the project with their qualifications and experience. The

following minimum technical staff is required at site for supervising the work.

Page 106: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

105

a.. Graduate Senior Engineer - 1no.

with min. 10 years experience

(Should have executed at least one major bridge/minor bridge/underpass work)

b. Engineers with Graduate/Diploma in - 2 nos.

Civil Engineering with

5 years experience

e. Quality Control Engineer with - 1 no.

5 years experience

f. Computer Data entry Operator/Clerk - 1 No.

7. To be eligible for award of the contract, the bidder shall provide satisfactory evidence to

the Employer (Corporation) of his eligibility, capability and adequacy of resources to

carry out the work / contract effectively.

8. Bids from joint ventures are not acceptable.

9. ISO Certification (ISO 9001: - Version 2000) is preferable.

4.1 Bid Capacity:

The bidders to be eligible for award of work shall have the bidding capacity more than the

total estimated cost of the works as indicated in the bidding document. The available bid

capacity will be calculated as under:

Assessed Available Bid Capacity = (A* N*2-B), where

A = Maximum value of civil works executed during any one financial year in the last ten

years (updated to 2012-2013 price level) which will take into account the completed

as well as work in progress;

B = Value at current price level of the existing commitments in all ongoing civil works to

be completed during the next 1.5 years period of completion of works for which bids

are invited.

N = Number of years prescribed for completion of the works for which the bids are

invited.

4.1.1 The Bidding capacity of the bidder should be equal to or more than the cost of work.

5.0 Field Laboratory:

The Contractor shall provide field laboratory with the required laboratory equipment as per

clause 121 of MORT&H Specifications

Page 107: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

106

6.0 Consultant appointment:

NMMC will monitor and supervise the Project. However, NMMC shall appoint a consulting

engineering firm for this purpose. The name of the finally selected such Project Management

Consultant will be communicated to the Contractor.

7.0 Site Office

The Contractor shall provide and well maintain during total project period site office as

per clause 120 of MORT&H Specifications to Client & PMC and in addition shall provide

Meeting Hall & Officer’s Cabin with AC facility as directed by Engineer-in-charge.

The following additional equipment shall be provided for Client & PMC staff.

1 Computer with Printer

Pentium IV with hard disc capacity 250.0 GB, 1 GB RAM, Maths coprocessor, One disc drivers of 1.44”, One DVD ROM drive, 17” size colour VGA monitor (Flat Screen), 1 No. Coloured A3 size LaserJet Printer and 104 key board, 3 key mouse, coloured plotter with internet facility.

2 Nos.

2 Water Cooler, with Filter

USHA (Liter 10) with Aqua guards 1000 or equivalent

1Nos.

8.0 Inspection Vehicles

The Tenderer shall provide 1 No. of Inspection Vehicle of make A.C. Swift Desire (Diesel), to

the Corporation for entire Contract period. The Tenderer shall bear the cost of procurement,

operational and maintenance charges of these vehicles limited to 4000 Km. per month.

9.0 The contractor shall have to make all necessary arrangements for regulating traffic day and

night during the period of construction and to the entire satisfaction of the Engineer. This

includes the construction and maintenance of diversions, if necessary, at no extra cost to the

Corporation. The contractor shall provide the necessary caution boards, barricades, flags

and lights, watchmen round the clock, etc., so as to comply with the latest Motor Vehicle

Rules and Regulations and for traffic safety. The contractor shall be responsible for all

claims for the accidents which may arise due to his negligence whether in regulating traffic

or in stacking materials on the road or by any other reason.

10.0 All the underground utility services such as water pipes, gas pipes, drains, sewers, cables,

etc., which may be met up in or about any excavation, shall if the Engineer deem it

practicable, be properly maintained and protected by the contractor by means of shoring,

strutting, planking over, padding or otherwise as directed by the Engineer during the

Page 108: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

107

progress of the work without claiming any extra charges. Any damage to these underground

utility services shall be immediately remedied by the contractor at his own cost, failing which

the Engineer may with or without notice adopt such measures as he may deem necessary at

the risk and cost of the contractor.

The tenderer shall contact all the public bodies, etc., to know the underground services that

may be encountered by him during the execution of the work and account for the

consequences of the site restraints while submitting their tenders. No compensation/cost

shall be payable on account of any underground services which obstructs the work and

cause delay.

11.0 Shifting of Utility

Shifting of utility services has been included in the tender as a payable item. However,

proper care shall be taken by the contractor while shifting so that these utility services are

not damaged. Care shall also be taken while shifting that the nearby utility lines which need

not be shifted are not damaged. Any damage to these underground utility services shall be

immediately remedied by the contractor at his own cost, failing which the Engineer may with

or without notice adopt such measures as he may deem necessary at the risk and cost of

the contractor.

12.0 Documentation, Instrumentation

The following items shall be deemed to be included in the tendered cost.

a) All final drawings and Compact Discs of all approved drawings and “as built”

drawings and calculations shall be supplied by the contractor free of cost.

b) Three Video film cassettes of 180 minute duration each of the bridge covering the

different phases of construction from start to finish shall be supplied by the

Contractor free of cost.

13.0 Repairs and Maintenance Manual

A “Maintenance Manual” describing access arrangements, important obligatory precautions

from the point view of structural safety and procedure for minor and major repairs of each

component of the bridge, renewals of finishes and treatments periodically shall be supplied

by the Contractor free of cost.

A) The following MOST and IRC publications shall be referred for basic maintenance

activities for road and bridges respectively:

I) MOST Manual for Maintenance of Roads

IRC – New Delhi – 1989.

Page 109: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

108

II) IRC–SP–35-1990, Guidelines for Inspection and Maintenance of Bridges,

New Delhi – 1990.

B) The specifications for items of repairs and maintenance shall be those adopted for

construction mentioned earlier and shall generally conform to latest version of

manual of maintenance of roads published by I.R.C.

C) The operation and maintenance manual shall include a maintenance and

management plan for trees, shrubs, turfing and hedges to sustain their development

in a manner pleasing in appearance.

D) A “Quality Assurance Manual” covering design and drawings, mix-designs, material,

testing, soil and rock properties, statistical quality control etc. shall be prepared by

the Contractor free of cost well before starting the work.

E) A “Construction Manual” covering various aspects of construction methods,

difficulties faced and how they are overcome during execution etc. shall be supplied

by the Contractor free of cost at the time of finalization of work.

F) The Contractor shall install fixtures and fastenings provided by the Corporation for

housing any instrumentation that may be useful for the Corporation at his cost.

Fixing arrangement for internal and external lighting shall be got approved from competent

authority and executed.

Page 110: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

109

ADDITIONAL SPECIFICATIONS

The specifications generally conform to MORT & H specifications for Road and Bridge works

4th Revision 2001.

Additional Specifications

1. Paver Blocks

1.1 Raw Materials:

1.1.1 Cement:

The cement used in the manufacture of high quality precast concrete paving block shall be

conforming to IS 12269 (53 grade) ordinary Portland cement or IS 8112 (43 grade ordinary

Portland cement). The minimum cement content in concrete used for making paver blocks

should be 380-kg/cu. M for all structural concrete no fly ash shall be used.

1.1.2 Aggregates:

The fine and coarse aggregates shall consist of naturally occurring crushed or uncrushed

materials, which apart from the grading requirements comply with IS 383-1970. The fine

aggregates used shall contain a minimum of 25 % natural silicon sand. Lime stone

aggregates shall not be used. Aggregates shall contain no more than 3 % by weight of clay

and shall be free from deleterious salts and contaminants.

1.1.3 Water:

The water shall be clean and free from any deleterious matter. It shall meet the requirements

stipulated in IS: 456-2000.

1.1.4 Steel:

Reinforcement Steel Fe 415 shall confirm all standards as per relevant IS Codes and

specifications. Only SAIL, TISCO or RINL steel shall be used.

1.1.5 Other Materials:

Any other material/ingredients used in the concrete shall conform to latest IS specifications.

1.1.6 Sand:

For all Structural Concrete river sand shall be used.

1.2 Paver Blocks Characteristics:

1.2.1 The concrete pavers should have perpendicularities after release from the mould and the

Page 111: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

110

same should be retained until the laying.

1.2.2 The surface should be of anti-skid and anti-glare type.

1.2.3 The paver should have uniform chamfers to facilitate easy drainage of surface run off.

1.2.4 The pavers should have uniform interlocking space of 2mm to 3 mm to ensure compacted

sand filling after vibration on the paver surface,

1.2.5 The concrete mix design should be followed for each batch of materials separately and

automatic batching plant is to be used to achieve uniformity in strength and quality.

1.2.6 The pavers shall be manufactured in single layer only.

1.2.7 Skilled labour should be employed for laying blocks to ensure line and level for laying,

desired shape of the surface and adequate compaction of the sand in the joints.

1.2.8 The pavers are to be skirted all round with kerbing using solid concrete blocks of size 100

mm x 200 mm x 400 mm or as directed by the engineer. The kerbing should .be embedded

for 100 mm depth. The concrete used for kerbing shall be cured properly for 7 days

minimum.

1.3 Laying of Paver Blocks:

1.3.1 Priming:

It will be the responsibilities of the contractors to ensure that the manhole/pipeline cable

trenches/circular drainage system etc. raised to driveway level using the requisite materials

as per instruction of Engineer. The areas of potholes/deep depressions at the isolated

locations also have to be filled up before laying the paver blocks. No extra pavements will be

made for this purpose.

It will be the responsibility of the contractors to ensure that undulations on the pavers blocks

are eliminated after the traffic is allowed on it. Proper slope for drainage of water needs to be

ensured by the Contractor. All necessary materials, tools, tackles are required to be

arranged by the Contractor.

1.3.2 Bedding Sand Course:

The bedding sand shall consist of clean well-graded sand passing through 4.75 mm sieve

and suitable for concrete. The bedding should be from either a single source or blended to

achieve the following grading

IS sieve size % passed

9.5 mm 100

4.75 mm 95-100

2.36 mm 80-100

1.18 mm 60-100

600 Microns 25-60

300 Microns 10-30

Page 112: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

111

150 Microns 5-15

75 Microns 0-10

Contractor shall be responsible to ensure that single-sized, gap-graded sands or sands

containing an excessive amount of fines or plastic fines are not used. The sand particles

should preferably be sharp (not rounded) as sharp sand possess higher strength and resist

the migration of sand from under the block to less frequency areas even though sharp sands

are relatively more difficult to compact than rounded sands, the use of sharp sands is

preferred for the more heavily trafficked driveways. The sand used for bedding shall be free

of any deleterious soluble salts or other contaminants likely to cause efflorescence.

The sand shall be of 'uniform moisture content and within 4 % - 8 % when spread and shall

be protected against rain when stock piled prior to spreading. Saturated sand shall not be

used. The bedding sand shall be spread loose in a uniform layer as per drawing. The

compacted uniform thickness shall be of 45 mm and within +/- 5 mm. Thickness variation

shall not be used to correct irregularities in the base course surface.

The spread sand shall be carefully maintained in a loose dry condition and protected against

pre-compaction both prior to and following screeding. Any pre-compacted sand or screeded

sand left overnight shall be loosened before further laying of paving blocks take place.

Sand shall be slightly screeded in a loose condition to the predetermined depth only slightly

ahead of the laying of paving unit.

Any depressions in the screeded sand exceeding 5 mm shall be loosened; raked and

rescreeded before laying of paving blocks.

1.3.3 Laving of Interlocking Paver Blocks:

Paver blocks shall be laid in herringbone laying pattern throughout the pavement. Once the

laying pattern has been established, it shall continue without interruption over the entire

pavement surface. Cutting of block, the use of infill concrete or discontinuities in laying

pattern is not to be permitted in other than approved locations.

Paver blocks shall be placed on the un-compacted screened sand bed to the nominated

laying pattern, care being taken to maintain the specified bond throughout the job. The first

row shall be located next to an edge restraint. Specially manufactured edge paving blocks

arc permitted or edge blocks may be cut using a power saw, a mechanical or hydraulic

guillotine, bolster or other approved cutting machine.

Paver blocks shall be placed to achieve gaps nominally 2 to 3 wide between adjacent paving

joints. No joint shall be less than 1.5 mm nor more than 4 mm. Frequent use of string lines

shall be used to .check alignment. In this regard the "laying face" shall be checked at least

every two metres as the face proceeds. Should the face become out of alignment, it must be

corrected prior to initial compaction and before further laying job is proceeded with.

In each row, all full blocked shall be laid first. Closure blocks shall be cut and fitted

Page 113: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

112

subsequently. Such closer blocks shall consist of not less than 25 % of full blocks.

To infill spaces between 25 mm and 50 mm wide concrete having screened sand, coarse

aggregate mix and strength of 45 N/sq. mm shall be used within such mix the nominal

aggregate size shall not exceed one third the smallest dimension of the infill space. For

smaller spaces dry packed mortar shall be used.

Except where it is necessary to correct any miJ1or variations occurring in the laying bond,

the paver blocks shall not be hammered into position. Where adjustment of paver blocks,

necessary care shall be taken to avoid premature compaction of the sand bedding.

1.3.4 Initial Compaction:

After laying the paver blocks, they shall be compacted to achieve consolidation of the sand

bedding and brought to design levels and profiles by not less than two (2) passes of a

suitable plate compactor.

The compactor shall be a high-frequency, low amplitude mechanical flat plate vibrator

having plate area sufficient to cover a minimum of twelve paving blocks. Prior to compaction

all debris shall be removed from the surface.

Compaction shall proceed as closely as possible following laying and prior to any traffic.

Compaction shall not, however, be attempted within one metre of the laying face.

Compaction shall continue until lipping has been eliminated between adjoining blocks. Joints

shall then be filled and recompacted as described in Clause 6.1.3.5.

.All work further than one metre from the laying face shall be left fully compacted at the

completion of each day's laying.

Any blocks that are structurally damaged prior to or during compaction shall be immediately

removed and-replaced.

Sufficient plate compactors shall be maintained at the paving site for both bedding

compaction and joint filling.

1.3.5 Joint Filling and Final Compaction:

As soon as possible after compaction and in any case prior to the termination of work on that

day and prior to the acceptance of vehicular traffic, sand for joint filling shall be spread over

the pavement.

Joint sand shall pass a 2.36 mm (No.8) sieve and shall be free of soluble salts or

contaminants likely to cause efflorescence. The same shall comply with the following

grading limits

IS sieve size % passed

2.36mm 100

1.18mm 95-100

600 Microns 60-90

Page 114: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

113

300 Microns 30-60

150 Microns 15-30

75 Microns 10-20

The Contractor shall supply a sample of the jointing sand to be used in the contract prior to

delivery and such materials to site for incorporation into the works. Certificates of test results

issued by a recognized testing laboratory confirming that the samples conform to the

requirements of these specifications shall accompany the sample.

The jointing sand shall be broomed to fill the joints. Excess sand shall then be removed from

the pavement surface and the jointing sand shall be compacted with not less than one (1)

pass by the plate vibrator and joints refilled with sand to full depth. This procedure shall be

repeated until all joints are completely filled with sand. No traffic shall be permitted to use the

pavement until all joints have been completely filled with sand and compacted.

Both the sand and paver blocks shall be dry when sand is spread and broomed into the

joints to prevent premature setting of the sand.

The difference in level (lapping) between adjacent blocks shall not exceed 3 nun with not

more than 1 % in any 3 m x 3 mm area exceeding 2 mm. Pavement which is deformed

beyond above limits after final compaction shall be taken out and reconstructed to the

satisfaction of the Engineer.

1.3.6 Edge Restraint:

Edge restrains need to be sufficiently robust to withstand override by the anticipated' traffic

to withstand thermal expansion and to prevent loss of the laying course material from

beneath the surface course. The edge restraint should present a vertical face down t the

level of the underside on the laying course.

The surface course should not be vibrated until the edge restraint together with any bedding

or concrete hunching has gained sufficient strength. It is essential that edge restraints are

adequately secured:

1.4 Sampling and Testing Procedures for Paver Blocks

Sample size

Internal - Average of minimum 3 samples per 5000 blocks - for paver block manufacturers.

Internal - Minimum 9 blocks per 5000 blocks. Average of minimum 9 blocks per site - for

captioned contractors.

1. Sampling for testing:

Sampling for testing of paver blocks shall be done in accordance with Appendix-A.

2. Compressive Strength:

Testing for compressive strength shall be undertaken in accordance with Appendix-B. The

average compressive strength of the 80 mm. thick paver blocks tested shall be 50 N/Sq. mm

and average compressive strength of the 60 mm thick paver blocks tested shall be 45 N/Sq.

Page 115: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

114

mm.

3. Water Absorption:

Testing for water absorption shall be in accordance with IS: 2185: 1979: Part, (Specifications

for Concrete Masonry Blocks) Appendix C.

2.0 Street Lighting

2.1 Scope of Work

The street lighting for the road shall be designed as per IRC, I.S.Codes and specifications

and National electric code. The street lighting shall be designed with average illumination

(E.A.V) of 30 lux and minimum illumination of 12 lux and uniformity ratio of 0.4. For the

junctions, the average illumination level should be kept move.

Scope of work covered under this tender shall be supply of the necessary equipment,

installation, erection, testing and commissioning of the Street Lighting system as per the

drawings/specifications, but not limited to following :-

a) Supply, installation, testing and commissioning of outdoor feeder panel to receive

power from with CT & PT & metering section.

b) Supply, installation, testing and commissioning street light fittings with steel tubular

pole, junction box earthing, etc.

c) Supply, installation, testing and commissioning 1100-volt grade cables.

d) Getting the drawing and complete work approved from Electrical Inspector i.e. for all

substation equipment.

Employer reserves the right to procure any item from above and free issues the same to

successful Tenderer for installation for economical reason. Final decision will be conveyed

after price bid opening to the successful Tenderer.

2.2 Indian Standard Specifications

The particular specification for the work is as detailed hereinafter. These specifications shall

be read in conjunction with the relevant Indian Standard, Chief fire officer’s

recommendations and the obtainable local practice as detailed in various regional

handbooks of practice and the work shall be executed accordingly. Where the specifications

in any of the standards are at variance with the Specifications detailed herein, the most

stringent amongst them shall govern. Contractor shall ensure that execution of total work is

in accordance to this.

2.3 Quality of Materials & General Standards of work

The nominated subcontractor under this contractor commits himself to use first class

material and assumes full responsibility for the quality of all material incorporated or brought

Page 116: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

115

for incorporation in the work. The work shall be executed in accordance with best

engineering practice and as per directions of Consultants.

2.4 Water and Power for Construction

Please refer relevant clauses under "General Conditions of the Contract".

2.5 Scaffolding

All scaffolding and ladders required for the proper execution of the work shall be provided by

the nominated subcontractor.

2.6. Measurements

The mode of measurements for shall be as per provisions of the relevant Indian Standards.

The nominated subcontractor shall provide all the measuring tapes and other accessories

necessary.

2.7. Tools and Plant

The tenderer along with his tender furnishes a list of tools, plant and machinery, which he

intends to use on the works. The nominated subcontractor is obliged to use all the

machinery mentioned in his list if Engineer consider it necessary.

2.8. Drawings by Nominated Contractor

The Nominated contractor shall make following drawings and obtain approval from Engineer

before starting the work

- Layout showing locations of light fitting, feeder pillar and cable distribution network and

miscellaneous accessories

- General arrangement drawing & control wiring drawing of all equipment under his scope

of supply and other shop drawings.

- Necessary drawings and approval of installation by Electrical Inspector and various

statutory authorities.

- As built drawing after completion of work.

2.9. Testing

The Nominated Subcontractor shall carry out all required tests, at no extra cost, on different

equipment as per specification in the presence of the Employer in order to enable the

Employer to determine whether the plant and equipment comply with the specifications.

2.10. Guarantee

Equipment and the installation shall be guaranteed for a period of one year for defective

materials or workmanship from the date, the plant and installation has been finally taken

Page 117: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

116

over. The Nominated Sub-contractor shall rectify the defects or replace defective materials

at his own cost during the guarantee period.

2.11. Approvals

The Nominated Subcontractor shall arrange to obtain necessary statutory approvals /

drawing approval including following before starting the work:-

All statutory approvals from:

- Electrical Inspector (Engineer)

- Electric supply company

2.12 Workmanship

Good workmanship and neat appearance are the prerequisites for compliance with the

various sections of these specifications. Work shall be carried out in accordance with the

statutory rules and local regulations in force and conform to relevant I.E Rules and I.S.

Specifications.

2.13 Tools and Spare Parts

The contractor shall obtain himself all special tools and tackle required for erection and

assembly of the equipment covered by the contract himself.

All other materials such as foundation bolts, nuts etc. required for the installation of the plant

shall be supplied and included in the Contract.

Tenderer shall quote separately for spares recommended by him for two years operation of

each type of equipment covered by these specifications.

2.14 Feeder Pillar

2.14.1 Scope

The scope under this section covers design, supply, installation testing and commissioning

of feeder pillar.

2.14.2 Standards

The following standards and rules shall be applicable:-

1. IS:4047-1967 - Specification for Heavy Duty Air Break Switches and

fuses for voltages not exceeding 1000V.

2. IS:13947-1989 - Moulded case circuit breaker

3. IS:2208-1962 - HRC cartridge fuse links upto 650V.

4. IS:3072-1965 - Code of practice for installation and maintenance of

switchgear.

5. IS:4237-1967 - General requirements for switchgear and control gear

for voltages not exceeding 1000V.

Page 118: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

117

6. IS: 5578-1985 - Marking and arrangement for switchgear bus bars,

main connection & auxiliary wiring.

7. IS:2705-1964 - Current Transformers

8. IS:1248-1968 - Direct acting electrical indicating instruments.

9. IS:2147-1962 - Degree of protection provided by enclosures for low

voltage switchgear and control gear.

2.14.3 Construction

The feeder panel shall comply with the following features:-

Sheet steel enclosure having combination of 14 SWG sheets, free standing, pedestal

mounted, totally enclosed, rain, dust and vermin proof IP-55 with canopy & two doors

construction for outdoor installation.

- Flush dead front, comments accessible from front for maintenance.

- Panels having depth of 300 mm. and above can have accessibility from front.

- Labelled terminal block, engraved plastic labels for feeder details etc. minimum operating

height of 350 mm.

- Feeder connections of solid copper/aluminium strips/wires with bimetallic clamps

wherever required, through lugs, nuts, bolts and spring washers.

Earthing of non-current carrying metallic components of each component and hinged doors

to the earth busbar.

All doors shall be folded type. All covers and doors to be provided with neoprene gasket.

Provision of insulating covers on outgoing terminals for protection against accidental touch.

Base channel of ISMC – 75

Four lifting eyes per shipping section

2.14.4 Busbars

The busbars shall be of air insulated aluminium alloy and shall comply the following

features:-

- Uniform cross section with 35 Deg. C rise above ambient and with colour coded PVC

sleeves with minimum 40% derating of bus bar sizes / amperage declared by busbar

manufactures of reputed make i.e. 1amp = 1.5 sq.mm Alminimum

- Branch busbars rated for 75% of aggregate capacities of feeders connected.

- Neutral bar : 50% of phase bar.

- Earthing bar : 50% of phase bar.

- Busbars should be supported by SMC insulators suitable to withstand thermal and

dynamic short circuit loads.

2.14.5 Mould Case Circuit Breakers

The MCCB's shall be of double break, quick make, quick break trip free operation and shall

comply the following features:-

Page 119: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

118

- Interrupting capacities for 25 kA.

- Non welding silver alloy main contacts and arcing contacts with arc chutes.

- Inverse time instantaneous O/C and S/C, temperature, compensated adjustable and

integral tripping mechanism.

- Moulded, heat resistant resin bonded fibreglass or phenolitic material housing.

- Under voltage and current operated earth fault release for incoming MCCB's.

2.14.6 Switches and Switch Fuse Units

The switches and SF units shall be of AC 23 duty and shall comply the following features:-

- Quick make, quick break, double break silver alloy contacts with arising horns or chutes.

- Common operating handle with door interlock feature.

- HRC cartridge link type fuses suitable for breaking system fault levels and with visible

indication.

- Switch fuse units of combination fuse switch type with fuses on phase circuit and copper

solid links for neutral circuit for TPN and DP units.

2.14.7 Contactor

Contactors shall be of the electromagnetic type rated for uninterrupted duty as defined in

applicable standards.

Main contacts of contactors shall be of silver plated copper.

Each contactor shall be provided with two NO and two NC auxiliary contacts.

Insulation class of operating coils shall be class B or better.

Operating coils of contactors shall be suitable for operation from the specified control supply

system.

Contactors shall be of the double break, non-gravity type.

One number spare auxiliary contactor with 4 No./4NC contact along with its coil completely

wired up to the terminal should be provided.

Control and Selector Switches

Control and selector switches shall be:

a) of the rotary type

b) adequately rated for the purpose intended (Minimum acceptable rating is 10A continuous at

240V AC and 1A inductive break) 220V DC.

c) provided with escutcheon plates clearly marked to show the positions.

Control switches for circuit breakers shall be provided with pistol grip type handles.

Push Buttons

Push button shall be:

a) of the momentary contact, push to actuate type rated to carry 10A at 240V AC and 1A

(inductive breaking) at 220V DC.

b) fitted with self reset, 2 NO and 2 NC contacts.

c) provided with integral escutcheon plates marked with its function.

Page 120: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

119

'Start', 'Open', 'Close' push buttons shall be green in colour.

'Stop' push buttons shall be red in colour.

All other push buttons shall be black in colour.

'Emergency Stop' push buttons shall be of the lockable in the pushed position type and

shall be shrouded to prevent accidental operation. Key shall not be required for the

operation of the push button.

2.14.8 Instrument Transformers

The current transformers shall be Epoxy moulded base mounted and comply the following

features: -

- Class I accuracy for metering and class 1 and 5 p 10 for protection with rated burden of

15/30 VA on secondary.

- Error limit to specific class of accuracy.

- Air or epoxy resin insulated with bar or wound primary.

2.14.9 Meters and Indicators

The meters and relays shall comply the following: -

- Digital type with Class-I accuracy compatible to PC.

- A, V meters 144 x 144 mm. square or square bazal flush mounting type with selector

switches and back up fuses for A & V meters.

- Energy and demand meters to be tested by local supply co.

Indicating lamps shall be LED type with fuses. Phase indicating lamps shall be colour coded.

2.14.10Inspection and Testing

The L. V. Switchgears shall be subjected to factory inspection before finishing and despatch

unless inspection is waived.

The following tests are to be carried out and necessary certificates submitted: -

a) Routine certificate for MCCB's from manufacturer.

b) HV test at 2.5 kV for one minute.

c) Insulation resistance test with 1000V meggar with all switchgear in closed position.

i) Phase to Phase : 2.6 meg. ohms.

ii) Phase and Neutral : 1.5 meg. ohms.

d) Secondary wiring and apparatus should withstand 2000V for one minute.

e) Meters and relay calibrated and tested through secondary injection tests.

Continuity test

Operation test

2.15 LT Cabling

2.15.1 Scope

The scope under this section covers the following: -

Page 121: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

120

1. 1100 V grade Power Cables.

2.15.2 Standards

The following standards shall be applicable amended upto date.

1. IS:1554-1964 - PVC insulated electric cables (heavy type)

2. IS:1753-1967 - Aluminium conductors for insulated cables.

3. IS:3961-1967 - Recommended current ratings for cables.

2.15.3 Power Cables

The cables shall comply the following: -

- 650/1100V grade with stranded aluminium conductors above 6 mm2 and stranded

copper conductors upto 6 mm2.

- Colour coded PVC insulation applied over conductor by extrusion.

- PVC inner and outer sheathed applied by extrusion.

- Steel armouring between inner and outer sheathed.

- Size of cables to suit the duty and load section.

2.15.4 Installations

1. Power cable laying shall strictly be as under: -

- In full length for each route without joints or splices.

- Mark the routing on drawings and at site and got approved if the routes are not

available on drawings.

Cables laid under ground shall be at depth not less than 750 mm. with sand bedding

and protective bricks or tiles extending 75 mm. on either side and non corroding

cable identifications at 10 m. spacing in addition to route markers above ground at

regular intervals, bends, and crossing.

- Provide 150mm dia hume pipes for road crossings.

- Provide loops of minimum 500 mm. radium at each ends.

- Cable should be bent to a radius of 15-20 times the diameter of the cables with a

minimum of 8 diameters at space restrictions.

2. Control cables shall be laid on separate cable tray from the power cables.

The power cable termination shall have the necessary double compression brass glands

and Tinned copper crimping lugs.

2.15.5 Testing

Power cables shall be tested after installation using 500V insulation resistance tester and

the following readings recorded:-

- Continuity on all conductors.

- Insulation resistance

a) Between Conductors

b) All conductors and ground.

Page 122: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

121

Earthing

The following standards and rules shall be applicable:-

1. IS:3043-1987 : Code of practice for Earthing amended upto date.

2. Indian Electricity Act 1901 and Rules issued there under.

Earthing Stations: -

The earthing stations required for establishing an equipment earthing grid shall consist of

Galvanised Steel or copper pipe / plate into ground. The minimum depth, type of electrode,

soil treatment shall be shown on drawings and in accordance with I.S. Code of Practice

3043-1966 complete with masonry chamber, watering pipe C.I. cover etc. The number of

earthing stations shall be as shown on the drawings.

Earthing of feeder pillar shall be done by 2 nos. of 25 x 6 mm GI strip connected to earth

stations as per enclosed drawing and IS-3043.

Earthing of lighting pole shall be done as per specification of pole and drawing enclosed.

Testing: -

The following earth resistance values shall be measured with an approved earth meggar and

recorded: -

1. Each Earthing Station

2. Earthing System as a whole (shall be less than one ohm)

3. Earth Continuity conductors.

2.16 Lighting Poles and Junction Box

Lighting Poles shall be steel tubular type as per drawing enclosed and as per bill of

materials.

Lighting Poles shall be complete with fixing bracket and junction box as per enclosed

drawing and bill of materials. Junction box shall be suitable for loop-in and loop-out of three

cables of 4c x 25 sq.mm.

The lighting poles shall be coated with bituminous preservating paint on inside as well as on

the embedded outside surface. Exposed outside surface shall be coated with two coats of

metal primer.

The galvanized sheet steel junction box for the street lighting poles shall be completely

weatherproof confirming to IP-55 made of 14 SWG sheet steel and provided with lockable

door, fixing bracket and HRC fuse mounted on the fuse carrier and fuse base assembly.

Wiring from junction box at the bottom of the pole to the fitting at the top of the pole shall be

included in the installation charges of the pole.

Earthing of the pole shall be carried out by 4# SWG GI wire as per enclosed drawing.

2.17 Lighting Fittings and Accessories

2.17.1 Scope of Specification

Page 123: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

122

This specification covers the design, material specification, manufacture, testing, inspection,

delivery to site and installation & commissioning of lighting fittings and their associated

accessories.

2.17.2 Codes and Standards

The lighting fittings and their associated accessories such as lamps/ tubes, reflectors,

housings, ballasts, etc. shall comply with the latest applicable standards as specified.

Where no standards are available, the supply items shall be backed by test results, shall be

of good quality and workmanship & any supply items which are bought out by the Contractor

shall be procured from approved manufacturers acceptable to the Engineer.

2.17.3 Products

2.17.3.1Lighting Fittings - General Requirements

i) Fittings shall be designed for continuous trouble free operation under atmospheric

conditions as specified (in Sections B & C of project information) without reduction in

lamp life or without deterioration of materials and internal wiring. Outdoor fittings shall be

weather-proof and rain-proof type.

ii) The fittings shall be designed so as to facilitate easy maintenance, including cleaning,

replacement of lamps / starters etc.

iii) Connections between different components shall be made in such a way that they will

not work loose by small vibration.

iv) For each type of lighting fitting the Contractor shall supply the utilization factor to indicate

the proportion of the light emitted by the bare lamps which falls on the working plane.

v) All fittings shall be supplied complete with lamps suitable for operation on a supply

voltage and the variation in supply voltage.

vi) The fittings and accessories shall be designed to have low temperature rise. The

temperature rise above the ambient temperature shall be as indicated in the relevant

standards.

vii) All mercury vapour, metal halide lamp and sodium vapour lamp fittings shall be complete

with accessories like lamps, ballasts, power factor improvement capacitors, starters

wherever applicable, etc. These shall be mounted as far as possible in the fitting

assembly only. If these cannot be accommodated inside, then a separate metal

enclosed box shall be included to accommodate the accessories and in addition with a

fuse and a terminal block suitable for loop-in, loop-out connections. Outdoor type fittings

shall be provided with outdoor type weather-proof box.

viii) All fluorescent lamp fittings shall be complete with all accessories like ballasts, power

factor improvement capacitors, lamps, starters and capacitors for correction of

stroboscopic effect.

ix) Each fitting shall have a terminal block suitable for loop-in, loop-out and T-off connection

by 250/440V, 1 core, PVC insulated Cu conductor cable upto 4 sq.mm in size unless

Page 124: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

123

otherwise specified. In hazardous areas, the termination at the fittings shall be suitable

for 1100V, PVC, armored cables of sizes specified and terminals shall be of stud or

clamp type. The internal wiring should be completed by the MANUFACTURER by

means of stranded copper wire and terminated on the terminal block.

x) The mounting facility and conduit knock-outs for the fixtures shall be as specified.

xi) All hardware used in the luminaire shall be suitably plated or anodized and passivated

for use in chemical industrial and power plants.

2.17.3.2Earthing

i) Each lighting fitting shall be provided with an earthing terminal suitable for connection to

the earthing conductor.

ii) All metal or metal enclosed parts of the housing shall be bounded and connected to the

earthing terminal so as to ensure satisfactory earthing continuity throughout the fixture.

2.17.3.3Painting / Finish

i) All surfaces of the fittings shall be thoroughly cleaned and degreased. The fittings shall

be free from scale, rust, sharp edges and burrs.

ii) When enamel finish is specified, it shall have a minimum thickness of 2 mils for outside

surface and 1.5 mills for inside surface. The finish shall be non-porous and free from

blemishes, blisters and fading.

iii) The housing shall be stove-enamelled / epoxy stove-enamelled-Vitreous enamelled or

anodized as indicated on flame-proof fittings is prohibited.

iv) The surface shall be scratch resistant and shall show no sign of cracking or flaking when

bent through 90o over " dia mandrel.

v) The finish of the fittings shall be such that no bright spots are produced either by direct

light source or by reflection.

2.17.3.4Street Lighting Fittings

i) Street lighting fittings shall be suitable for mercury vapour lamps, fluorescent tubes or

sodium vapour lamps and shall be of the cut off, semi-cut off or non-cut-off type as

specified.

ii) The fittings shall be of the tope entry/ side entry /post top/ suspension type as specified.

iii) The means for attaching the fittings shall be designed to sit the weight of the fitting and

shall ensure that the strength of the connection is adequate to withstand a wind speed of

150 Km/h equivalent to the following wind loads on the projected surface of the fitting in

relation to its mounting height: -

Mounting Height Wind Load

Less than 8 m - 15 N/m2

8 to 16 m - 20 N/m2

Above 16 m - 24 N/m2

Page 125: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

124

iv) The size of threads, length of threads, socket bores of various types of fittings mentioned

in 8.2 above shall comply with relevant standards specified.

v) The fittings shall be designed such that the glare value is controlled below an acceptable

level. The light distribution patterns of cut-off, semi-cut off and non-cut-off fittings shall be

as per relevant standards specified.

vi) The required control gear such as ballast and capacitor shall be provided integral with

the fitting. The housing shall be of cast aluminium stove-enamelled and provide with

anodized, mirror or polished aluminium reflectors. The covers shall be of transparent

acrylic sheet and neoprene gasket shall be provided for sealing the unit for outside

atmosphere.

A Lamp/Starter Holders

i) Lamp holders shall comply with relevant standards. They shall have low contact

resistance, shall be resistant to wear and shall be suitable for operation at the

specified temperature without deterioration in insulation value. They shall hold the

lamps in position under normal condition of shock and vibration met with in normal

installation and use.

ii) Lamp holders for the fluorescent lamps shall be of the spring loaded bi-pin rotor type.

Live parts of the lamp holder shall not be exposed during insertion or removal of the

lamp or after the lamp has been taken out. The lamp holder contacts shall provide

adequate pressure on the lamp cap pins when the lamp is in working position.

iii) Lamp holders for incandescent and mercury vapour lamps shall be of bayonet type

upto 100W and Edison Screw type for higher Wattage lamps.

iv) Starter holders for fluorescent lamps shall conform to the standards specified. All

material used in the construction of the holder shall be suitable for tropical use.

v) The starter holders shall be so designed that they are mechanically robust and free

from any operational difficulties. They shall be capable of withstanding the shocks

met within normal transit, installation and use.

B Ballasts

i) The ballasts shall be designed, manufactured and supplied in accordance with the

relevant standards. The ballasts shall be designed to have a long service life and low

power loss.

ii) Ballasts shall be mounted using self locking, anti-vibration fixings and shall be easy

to remove without demounting the fittings. They shall be in dusting, non-combustible

enclosures.

iii) The ballasts shall be of the inductive, heavy duty type, filled with thermosetting,

insulating, moisture repellent polyester compound filled under pressure or vacuum.

Page 126: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

125

Ballasts shall be provided with tappings to set the voltage within the range specified.

End connections and taps shall be brought out in a suitable terminal block, rigidly

fixed to the ballast enclosure. The ballast wiring shall be of copper wire. They shall

be free from hum. Ballasts which produce humming sound shall be replaced free of

cost by the CONTRACTOR.

iv) Separate ballast for each lamp shall be provided in case of multi-lamp fittings, except

in the case of 2 x 20 watts fittings.

C Starters

i) Starters shall have bimetal electrodes and high mechanical strength. starters shall

be replaceable without disturbing the reflector or lamps and without the use of any

tool. Starters shall have brass contacts and radio interference capacitor.

ii) The starters shall generally conform to the relevant standards.

D Capacitors

i) The capacitors shall have a constant value of capacitance and shall be connected

across the supply of individual lamp circuits.

ii) The capacitors shall be suitable for operation at supply voltage and shall have a value of

capacitance so as to correct the power factor of its corresponding lamp circuit to the

extent of 0.95 lag or better.

iii) The capacitors shall be hermetically sealed preferably in a metal enclosure to prevent

seepage of impregnant and ingress of moisture.

E Lamps

i) The fluorescent lamps shall be `Day-light colour’ type unless otherwise specified and

shall be provided with features to avoid blackening of lamp ends.

ii) Mercury or sodium vapour lamps shall be of high pressure, colour corrected type.

iii) The constructional features of gas discharge lamps for special applications as stated or

for instant start fluorescent lamps if specified, shall be clearly brought out in the bid.

iv) The lamps shall be capable of withstanding small vibrations and the connections at lead

in wires and filaments/ electrodes shall not break under such circumstances.

v) Lamps / tubes shall conform to relevant standards and shall be suitable for supply voltage and frequency specified.

2.17.4 Spare Parts i) Unit prices of the items shall be quoted together with catalogue numbers.

ii) The unit prices shall not however be limited to the above items. The CONTRACTOR

may recommend additional spare items and quote the unit prices of the respective items.

2.17.5 Tests and Test Reports

Page 127: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

126

2.17.5.1Type tests, acceptance tests and routine tests for the lighting fittings and accessories

covered by this specification shall be carried out as per the relevant standard for the

respective fittings and their accessories.

2.17.5.2The MANUFACTURER's type and routine test certificates shall be submitted for tests

conducted as per relevant standards for the fittings and accessories. The TENDERER shall

submit with his proposal copies of available test certificates of the fittings offered.

2.18 Technical Data Sheet

General for Feeder Pillar (To be filled by the Tenderers)

Sr. No. Description Recommended Specification by Engineer

1 Type of Panel A, Feeder Pillar.

2 Type of Mounting Pedestal Mounted, outdoor

3 Fault kA 25kA -1 Sec

4 Thickness of CRCA sheets

a Structural members 3mm

b Covers and doors 2mm

c Base channel ISMC 75

d Bottom Gland plate 3mm

5 a Painting/ Process Synthetic Enamel Paint

As per seven tank process

Oven backed.

b Paint shade;

a. Inside

b. Outside

RAL – 7032

RAL - 7032

6 Details of busbars Electrolytic grade Aluminium of specified rating as per bill of materials

7 Cable Entry From bottom

8 Enclosure Protection IP -55 with outer and inner doors & hood at top

9 Control Wiring/

Power Wiring

Insulated 660Volts Cu wire.

a Voltage Circuit 1.5 sq mm

b Current Circuit 2.5 sq mm

c Minimum size of

Power wiring CKt

4 sq mm

10 Cable Lugs/Cable

glands

As per specification

11 Operating Height 1800 max.

12 Mounting height of components Minimum 350mm

13 Type of C.T.s Cast Resin

14 Reference Ambient Temp 45 Deg. C.

15 Specifications/ BOQ As per enclosed Annexure

16 Makes Of the components to be used

(Indicate the make on which your offer is based)

Page 128: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

127

Sr. No. Description Recommended Specification by Engineer

a MCCB

b SFU’s

c Contactor / timer

d Photo switch

e Meters

f Ammeter/

Voltmeter selector switches

g Changeover switches

i Wires

j KWH Meter with

Current & Voltage, parameter.

k C,T.s

l Control Fuses

2.19 Preferred Make of Materials

Sr. No. Materials Manufacturer/ Supplier

1 Meters AEP/ IMP/ Rishab (L&T)

2 Ammeter/Voltmeter

Selector switch

L&T/Kaycee/Salzer

3 Indicating Lamp Siemens/Vaishno/ L&T/Techno

4 L. T. Power cable CCI/FortGloster/ UE/Asian/ INCAB/Polycab / Belden / Lucent or equiv. ISI approved.

5 Wires (copper conductor) Finolex /Sandeep / Equiv. ISI approved

6 MCB MDS/Siemens/GE/Hager

7 Lighting Fixture Philips/Crompton

8 Feeder Pillar M/s M.K. Engineers, M/S Popular Switchgears, M/s Antia Electricals, M/S Elecmech

9 a. MCCB GE/ L&T / Crompton /Siemens

b. SFU GE/ L&T / Crompton /Siemens

c. Ammeter/Voltmeter selector switch

L&T/Kaycee

3. LIQUID COOLED KIRLOSKAR GREEN DIESEL GENERATING SET

3.1 DIESEL ENGINE: -

KVA Rating – 45

Engine Model – 4R1040

Bhp – 56

Cooling System – Liquid Cooled

No. of Cylinders – 4

Phase – Three Phase

Page 129: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

128

RPM – 1500

"KIRLOSKAR" Make diesel engines are Vertical, electric start, compression ignition, 4

stroke, designed to run continuously at 1500 RPM confirming to IS 10002, ISO-3046, BS

5514 standard with an overload capacity of 10 % for one hour in every 12 hrs operation.

Diesel Engine will comply with present CPCB norms. The diesel engine will comprise of

following: -

• Radiator with Fan Only for Liquid Cooled

• Mico fuel pump with Mechanical Governor

• Dry type air cleaner

• Exhaust Silencer

• Lub Oil filter (Spin On Type)

• Fuel Oil filter (Spin On Type)

• 12V Electric starting system

• Battery charging alternator

• Stop solenoid

• Lub Oil pressure gauge

• Water temp. Gauge

• Ammeter battery charging

• K - Cool Super Plus coolant

• First Fill of Lube oil

3.2 ALTERNATOR:-

"KIRLOSKAR GREEN" make Alternator, suitable for continuous operation rated at 1500 rpm

415 V, 0.8 PF, 50Hz, 3Ph. in SPDP enclosure, self- excited & self- regulated, Brush less,

floor mounted with Ball or Bearings on end shields. The alternator conforms to IS: 4722, BS

EN 60034-1 & will be suitable for tropical condition.

3.3 BASE FRAME: -

Suitable to couple above Engine & Alternator made from steel sheet metal.

3.4 FUEL TANK: -

10 Hrs Capacity, with Inlet & Outlet arrangement, air vent & drain plug arrangement.

3.5 BATTERIES: -

Page 130: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

129

1 No. 12 V Battery with Leads & Battery Cable.

3.6 STANDARD GENSET CONTROLLER UNIT WITH CONTROL PANEL: -

Genset controller unit KG 934 with totally enclosed, steel construction control panel fitted

inside acoustic enclosure having following safeties and display parameters.

Sr. No.

Genset Display Parameters

Engine Display Parameters

Electrical Safeties (along with

display)

Mechanical Safeties (along with display)

1 Phase Voltage Oil Pressure Genset Under / Over Voltage

Under / Over Speed

2 Line Current Engine

Temperature Under / Over Frequency

Low Lube Oil Pressure

3 Frequency & PF Fuel Status Phase Failure High Engine

Coolant temperature

4 Average Voltage Engine Speed Phase Sequence

Reverse Low Coolant

Level

5 Average Current Battery Voltage Over Current Low Fuel Level

6 Phase kW & Total

kW Engine Hours Over kW

High Canopy Temperature

(Optional)

7 kWH

8 kVA & kVAR

3.7 TECHNICAL SPECIFICATION OF KIRLOSKAR GREEN ACOUSTIC ENCLOSURE

CONSTRUCTION:

Following are some technical features of Acoustic Enclosure:-

1. The enclosure is modular in construction

2. Base frame is made of Sheet metal.

3. Durable industrial locking system is provided on doors.

4. Doors are gasketed with high quality EDPN gasket.

3.8 CORROSION RESISTANCE: -

To make the enclosure weather proof: -

1. All sheet metal parts/components are hot dipped in seven tanks process, pre-treated and

passivated.

2. Sheet metal components are painted with P.P base power.

3. Base frame is epoxy coated.

4. Zinc passivated hardware is used to avoid rusting

Page 131: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

130

3.9 ACOUSTIC INSULATION: -

1. Sound proofing of the enclosure done with quality Foam confirming to IS: 8183.

2. Acoustic form shall be fire retarded and fire resistant.

3. Attenuates are provided to control sound at entry and exit to and from the container.

4. Specially designed Residential Silencer is provided.

3.10 VENTILATION AND AIR CIRCULATION: -

Exhaust pipe is thoroughly insulated by covering it with glass wool and further cladded in

Enclosure.

3.11 ELECTRICAL: -

Neutral Body earthing points at the sides of enclosure are isolated through Dough Moulded

compound.

3.12 SAFETIES: -

Emergency push button to stop the DG set from outside, Lub oil level, Lub oil pressure, Fuel

level indicator, coolant level, Canopy temperature, High engine temperature.

3.13 NOISE EMISSION:

The acoustic enclosure being offered is for output of < 75 dbA at a distance of 1-meter

average around the set as per CPCB norms.

4.0 AVION GLASS MOSAICS TILES

4.1 Series

Vitro & Decora

4.2 Size

20 mm X 20 mm

4.3 Joint Gap

1.8 mm

4.4 Technical Properties

• Water Absorption – Nil

• Thermal Shock – Nil

• Chemical Attack – Resistant

• Colour Resistance to fading – Resistant

Page 132: Navi Mumbai Municipal Corporation - e Tenders · 2017-06-27 · Signature of Tenderer No. of Corrections Signature of City Engineer 0 Navi Mumbai Municipal Corporation C.B.D. Belapur,

Signature of Tenderer No of Corrections Signature of City Engineer

131

4.5 Features:

• Anti-dust

• Never fades

• Washable

• Acid-proof

• Alkali-proof

• Durable

• Bright colours

• Elegant styles

4.6 Usage:

• Building interior & exterior wall decoration

• swimming pools

• bathrooms

• fountains

• water bodies

• kitchen

• terraces

• subway walls

• customized patterns

5.0 SUBMERSIBLE PUMP

Kirloskar make 3 Phase Multi stage sensor type 10HP, having 150mm delivery outlet,

capacity 2400 LPM at 8 Meters total head. Pump in standard construction with

Padmansham make Control Panel and necessary required accessories with all electrification

complete etc.

Name of Series: ETERNA 7500CW

6.0 PIPE PUSHING

Providing & Pushing 1200mm M.S. Pipe line for highway crossing by Hydraulic Pushing

Technology.