tender notice & volume i · construction agency ex.engr. tender notice sub: invitation of...

189
Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division, Dist. Mumbai City. Mumbai Housing and Area Development Board, MHADA intends to construct 344 (approx.) Rehab tenements on C. S. No. 2/501 of Dharavi Division, Dist. Mumbai City. Open bids are invited from Class-I Civil Contractors for aforesaid work. Details such as bid documents, last date of application, date of pre- bid conference etc. will be available from 11/01/2012 on following MHADA's official e-Tender portals / website MHADA Website: http://www.mhada.maharashtra.gov.in Main Portal : http://www.maharashtra.etenders.in MHADA Portal : http://www.mhada.maharashtra.etenders.in VICE PRESIDENT & CHIEF EXECUTIVE OFFICER MHADA Date: 03/01/2012.

Upload: lylien

Post on 06-Sep-2018

289 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency Ex.Engr.

TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division, Dist. Mumbai City. Mumbai Housing and Area Development Board, MHADA intends to

construct 344 (approx.) Rehab tenements on C. S. No. 2/501 of Dharavi Division,

Dist. Mumbai City. Open bids are invited from Class-I Civil Contractors for

aforesaid work.

Details such as bid documents, last date of application, date of pre-

bid conference etc. will be available from 11/01/2012 on following MHADA's official

e-Tender portals / website

MHADA Website: http://www.mhada.maharashtra.gov.in

Main Portal : http://www.maharashtra.etenders.in MHADA Portal : http://www.mhada.maharashtra.etenders.in

VICE PRESIDENT & CHIEF EXECUTIVE OFFICER

MHADA Date: 03/01/2012.

Page 2: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency Ex.Engr.

CORRIGENDUM-I

TO TENDER NOTICE Ref.: Newspaper notice No. PRO/A/001 dated 03/01/2012

Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division, Dist. Mumbai City. The applications through e-Tendering are invited by Mumbai

Housing and Area Development Board, MHADA for aforesaid work.

The following changes in Main portal and MHADA's portal shall be

read as under:

Main Portal : http://maharashtra.etenders.in

MHADA Portal : http://mhada.maharashtra.etenders.in To resolve any queries, in respect of e-Tendering please contact

Service Provider M/s Sify Nextenders Pvt. Ltd on 020-2531 5555, 022-

2661117/ 26611287 Ext.-25 or 26 and e-mail address -

[email protected]

"The remaining details of the Tender Notice remain unchanged".

EXECUTIVE ENGINEER SRD-III/MHADB

Page 3: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency Ex.Engr.

CORRIGENDUM-2

TO TENDER NOTICE Ref.: Newspaper notice No. PRO/A/001 dated 03/01/2012

Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division, Dist. Mumbai City. The applications through e-Tendering are invited by Mumbai

Housing and Area Development Board, MHADA for aforesaid work.

The invitation of applications through e-Tendering system for the

captioned work is hereby postponed till further notice.

EXECUTIVE ENGINEER SRD-III/MHADB

Date - 11/01/2012

Page 4: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency Ex.Engr.

CORRIGENDUM - 3 TO TENDER NOTICE

Ref.: Newspaper notice No. PRO/A/001 dated 03/01/2012

Name of work: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division, Mumbai City.

The e-Tendering process for aforesaid work withheld vide

corrigendum-2 dated 11/01/2012 is now resumed.

Details such as revised programme of e-tendering, date of pre-

bid conference, bid documents etc. will be available from 25/05/2012 on

following MHADA's official e-Tender portals / website

MHADA Website: http://mhada.maharashtra.gov.in

Main Portal: http://maharashtra.etenders.in

MHADA Portal: http://mhada.maharashtra.etenders.in

EXECUTIVE ENGINEER SRD-III/MHADB

Date - 23/05/2012

Page 5: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency Ex.Engr.

M. H. & A. D. BOARD

Name of work:- Planning, designing, Constructing and obtaining necessary approvals for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

I N D E X

Chapter No.

Particulars Page Nos. From To

Vol. – I TENDER NOTICES, AGREEMENT & CONDITIONS OF CONTRACT

1 Tender Notice I -1 I -3

2 Detailed tender notice I -4 I -10

3 Instructions to Bidders & Methodology for submission of tender I -11 I -26

4 Agreement I - 27 I - 28

a) Definitions and interpretation I -29 I -32

b) Assignment for a lump-sum contract I -33 I -34

c) Form ‘C’ conditions of contract I -35 I -59

5 General conditions of contract

a) For Civil works I -60 I -73

b) For Electrical works I -74 I -77

6 Annexures

a) Annexure-I Bank Guarantee Bond I -78 I -79

b) Annexure-II Guarantee for water proofing work I -80 I -80

c) Annexure-III Performance Guarantee Bond I -81 I -82

d) Annexure-IV Indenture for the secured advances I -83 I -86

e) Annexure –V Indemnity Bond I -87 I -88

f) Annexure-VI Surety Bond I -89 I -89

g) Annexure-VII Guarantee Bond For Lift Installation I -90 I -90

h) Annexure-VIII Price Variation Clause I -91 I -93

Page 6: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency Ex.Engr.

Chapter No.

Particulars Page Nos.

Vol. – II ---- TECHNICAL BRIEF

7 Scope of work. II-1 II-20

8 Mode of Measurement II-21 II-21

9 Detailed specifications

a) For Civil Items II-22 II-37

b) For Electrical Items II-38 II-45

c) Additional Specification for Electrical work , Lift work and DG sets

II-46 II-73

10 List of approved make & Materials

a) For Civil Items II-74 II-74

b) For Electrical Items II-75 II-77

Vol. – III ---- FINANCIAL OFFER

11 Schedule – F – Financial Offer III - 1 III - 1

12 Plan of Payment III - 2 III - 6

Vol. – IV ---- DRAWINGS

13 Location plan, Layout Plans, Building Plans.

Page 7: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency Ex.Engr.

VOLUME – I

TENDER NOTICES, AGREEMENT &

CONDITIONS OF CONTRACT

Page 8: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency Ex.Engr.

M. H. & A. D. BOARD

Name of work:- Planning, designing, Constructing and obtaining necessary approvals for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

I N D E X

Chapter No.

Particulars Page Nos. From To

Vol. – I TENDER NOTICES, AGREEMENT & CONDITIONS OF CONTRACT

1 Tender Notice I -1 I -3

2 Detailed tender notice I -4 I -10

3 Instructions to Bidders & Methodology for submission of tender I -11 I -26

4 Agreement I - 27 I - 28

a) Definitions and interpretation I -29 I -32

b) Assignment for a lump-sum contract I -33 I -34

c) Form ‘C’ conditions of contract I -35 I -59

5 General conditions of contract

a) For Civil works I -60 I -73

b) For Electrical works I -74 I -77

6 Annexures

a) Annexure-I Bank Guarantee Bond I -78 I -79

b) Annexure-II Guarantee for water proofing work I -80 I -80

c) Annexure-III Performance Guarantee Bond I -81 I -82

d) Annexure-IV Indenture for the secured advances I -83 I -86

e) Annexure –V Indemnity Bond I -87 I -88

f) Annexure-VI Surety Bond I -89 I -89

g) Annexure-VII Guarantee Bond For Lift Installation I -90 I -90

h) Annexure-VIII Price Variation Clause I -91 I -93

Page 9: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 1 Ex. Engr.

MUMBAI HOUSING AND AREA DEVELOPMENT BOARD A REGIONAL UNIT OF

( MAHARASHTRA HOUSING AND AREA DEVELOPMENT AUTHORITY,)

(1) TENDER NOTICE e-Tender Notice no. EE/SRD-III/MB/01 of 2011-12

Main Portal : http:// maharashtra.etenders.in MHADA Portal : http://mhada.maharashtra.etenders.in

1.1) Executive Engineer, SRD-III, Mumbai Housing and Area Development Board (A unit of MHADA),

Room No.312, 2nd floor, Griha Nirman Bhavan, Bandra (E), Mumbai-400 051, Ph. No. (022) 66405249 through the process of e-tendering invites digitally signed & unconditional online tenders in form "C" Lump-sum turnkey from prospective bidders registered with, MHADA/PWD/ MES/ BPT/ CPWD/ MCGM or other Govt. organization in appropriate class for the work of construction, planning, designing, obtaining approvals from concerned Authorities / departments, execution, maintenance including bringing all sort of permissions, NOC's and completion certificates as per requirements from all concerned dept., authorities, statutory bodies of GOM and GOI such as MCZMA, MoEF, CRZ, CFO, AAI, DRP, SRA, MCGM etc. and to do whatever is necessary to complete and Hand Over the 344 (approx.) Rehab Tenements under Dharavi Redevelopment project Sector-V on C.S. No. 2/501, Dharavi under Phase-I, within stipulated time and accepted price, in a satisfactory manner including 3 years comprehensive maintenance of lifts, pumps, Generator and Fire fighting system after receipt of occupation certificate as per DRP/MCGM norms and by fulfilling all the conditions mentioned in the Contract.

1.2) Details of e-Tender : - 1.2.1) Name of Work :- Planning, designing, Constructing and obtaining necessary approvals

for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

1.2.2) Plot Area :- 3210.00 Sq.mt. (approx) 1.2.3) Total Built-up-Area :- 196950.00 Sq.ft (approx.)

1.2.4) Estimated cost Rs. 3844 Lacs

1.2.5) EMD Rs. 39 Lacs

1.2.6) Security Deposit 2% of Tendered Cost

1.2.7) Eligibility Class of Registration Class I (unlimited) or equivalent

1.2.8) Time Limit for completion of work 24 months (including Monsoon)

1.2.9) Cost of blank bid document (non refundable )

Rs. 20,000/-

1.2.10) Service Fee of e-Tendering system to be paid on online by Debit Card/ Internet Banking Account / Cash Cards ( non refundable)

Rs. 1038/-

Page 10: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 2 Ex. Engr.

1.3) ON LINE e-TENDER SCHEDULE Seq. MHADA Stage Vendor

Stage Start Date & Time

Expiry Date & Time

Envelopes

1 Release Tender - 23/05/2012 15.00hrs

25/05/2012 16.00hrs -

2 - Tender

Download 25/05/2012 16.01hrs

15/06/2012 17.00hrs

Financial Envelope C1, Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

3 -

Bid Preparation & Hash Submission

25/05/2012 16.01hrs

20/06/2012 15.00hrs

Financial Envelope C1, Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

4

Close For Technical Envelope-T1 (Bidders Eligibility Evaluation Document) Submission

- 20/06/2012 15.01hrs

20/06/2012 18.00hrs

Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

5 Close For Financial Envelope - C1 - 20/06/2012

15.01hrs 20/06/2012 18.00hrs Financial Envelope C1

6 - Bid Submission

20/06/2012 18.01hrs

25/06/2012 14.00hrs

Financial Envelope C1, Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

7

Technical Envelope -T1 ( Bidders Eligibility Evaluation Documents) opening

- 25/06/2012 15.00hrs

11/07/2012 16.00hrs

Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

8 Financial Envelope- C1 opening - 05/07/2012

12.00hrs 19/07/2012 16.00 hrs Financial Envelope C1

1. 4) Blank tender document and other details can be downloaded by the registered Bidder on http://

mhada.maharashtra.etenders.in of MHADA e-Tendering portalThe tenders shall only be received online on MHADA e-Tendering Portal in two envelopes system.

1. 5) Interested Bidder has to be enrolled on e-Tendering system. As the Bid Data on the System is

required to be encrypted and digitally signed online, Bidders are required to obtain Class-2 Digitally signature certificate at the earliest.

1. 6) MHADA has organized workshop with Pre-Bid Conference on 05-06-2012 at 11.00 hrs by the.

Chief Engineer - II / A. in " Bharatratna Gulzarilal Nanda" meeting hall, 3rd floor, Griha Nirman Bhavan, Kalanagar, Bandra(E), Mumbai..

1. 7) The bid price for blank tender documents and other details (inclusive of MVAT) is Rs.20000/-

(Rupees Twenty Thousand Only) (Non refundable). The bidder shall pay the bid price by Pay order / Demand draft Drawn in favor of ' Chief Accounts Officer MHADB ' and shall be deposited in Bank of Maharashtra, account number 20045300796. Bidder need to upload scanned copy of Pay-in receipt issued by Bank of Maharahtra, during bid preparation. The original receipt need to be produce for verification whenever called by the department.

1. 8) In case of any quarries, Bidders may contact to the service provider on any working days on contact

nos. 020-25315555, 022-26611117 / 022-26611287 Ext. 25/26 or by email on [email protected]

Page 11: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 3 Ex. Engr.

1. 9) QUALIFYING CRITERIA :

The Prospective bidder shall fulfill following eligibility Criteria 1.9.1. Registration in class I (unlimited) or equivalent with state PWD / MES / MCGM / BPT / CPWD /

MHADA or other Govt. agencies / organization undertakings. 1.9.2. Fresh solvency certificate issued not earlier than three months prior to the date of application, for Rs.

8.00 Crores or more of any nationalized bank. 1.9.3. Bidder shall have valid Sales Tax Registration Certificate, Permanent Account Number of Income Tax, and Work Contract Tax Registration Certificate. 1.9.4. Average annual turn over of the bidder during the last three financial years shall not be less than

Rs.15 Crores out of which at least Rs.7.50 Crores shall be in multi storied residential/ composite (Resi. + Non Resi.) Buildings.

1.9.5. The prospective bidder shall have completed minimum one residential / composite project of built up area not less than 8500m2 (in terms of FSI) at one location comprising Gr/S + 15 storied building or 2 Bldgs not less than 5500m2 (in terms of FSI) each building of minimum Gr/S + 15 storied in last 3 years (Certification from client in this regard shall have to be produced).

1.9.6. Net worth: More than Rs.8.00 Crores certified by the Chartered Accountant. 1.9.7. Bidder shall have in-house / tie up with Architect firm. The Architect shall have wide experience in

getting necessary approvals from MCGM, MMRDA, SRA and NOC's from MoEF, MCZMA, AAI, HAI etc. In case of tie-up, the Architect shall have handled minimum one residential / composite housing project in last 3 years, comprising of at least 20,000 sq m Built- up- area(in terms of F.S.I.) at single location and having at least one building of more than stilt + 15 storied.

1.9.8. The Agency shall not have black listed by any organization any time previously. 1.10) NOTES:

1.10.1 a. Technical Envelop – I (T1) - containing bidders Eligibility Evaluation documents shall be opened initially on schedule date & time and eligibility shall be decided.

1.10.1 b. Financial Envelop – II (C1) - containing the financial bids of those eligible bidders

shall only be opened on schedule date & time. 1.10.2. Right to reject any or all bid /offer without assigning any reason thereof is reserved by

MHADA. 1.10.3. The digitally Signed online Tenders shall be Uploaded online. 1.10.4. Conditional tender shall not be considered and shall be summarily rejected. 1.10.5. The bidder shall have to produce original documents for verification, if called for. 1.10.6 The construction Agency shall have to give an undertaking for the 50 years durability of structure

after the construction.

Executive Engineer SRD-III/MB

Page 12: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 4 Ex. Engr.

MUMBAI HOUSING AND AREA DEVELOPMENT BOARD A REGIONAL UNIT OF

( MAHARASHTRA HOUSING AND AREA DEVELOPMENT AUTHORITY,)

( 2 ) DETAILED TENDER NOTICE e-Tender Notice no. EE/SRD-III/MB/01 of 2011-12

Main Portal : http:// maharashtra.etenders.in MHADA Portal : http://mhada.maharashtra.etenders.in

2.1) Executive Engineer, SRD-III, Mumbai Housing and Area Development Board (A unit of MHADA),

Room No.312, 2nd floor, Griha Nirman Bhavan, Bandra (E), Mumbai-400 051, Ph. No. (022) 66405249 through the process of e-tendering invites digitally signed & unconditional online tenders in form "C" Lump-sum turnkey from prospective bidders registered with, MHADA/PWD/ MES/ BPT/ CPWD/ MCGM or other Govt. organization in appropriate class for the work of construction, planning, designing, obtaining approvals from concerned Authorities / departments, execution, maintenance including bringing all sort of permissions, NOC's and completion certificates as per requirements from all concerned dept., authorities, statutory bodies of GOM and GOI such as MCZMA, MoEF, CRZ, CFO, AAI, DRP, SRA, MCGM etc. and to do whatever is necessary to complete and Hand Over the 344 (approx.) Rehab Tenements under Dharavi Redevelopment project Sector-V on C.S. No. 2/501, Dharavi under Phase-I, within stipulated time and accepted price, in a satisfactory manner including 3 years comprehensive maintenance of lifts, pumps, Generator and Fire fighting system after receipt of occupation certificate as per DRP/MCGM norms and by fulfilling all the conditions mentioned in the Contract.

2.2) Details of e-Tender : - 2.2.1) Name of Work :- Planning, designing, Constructing and obtaining necessary approvals

for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

2.2.2) Plot Area :- 3210.00 Sq.mt. (approx) 2.2.3) Total Built-up-Area :- 196950.00 Sq.ft (approx.)

2.2.4) Estimated cost Rs. 3844 Lacs

2.2.5) EMD Rs. 39 Lacs

2.2.6) Security Deposit 2% of Tendered Cost

2.2.7) Eligibility Class of Registration Class I (unlimited) or equivalent

2.2.8) Time Limit for completion of work 24 months (including Monsoon)

2.2.9) Cost of blank bid document (non refundable )

Rs. 20,000/-

2.2.10) Service Fee of e-Tendering system to be paid on online by Debit Card/ Internet Banking Account / Cash Cards ( non refundable)

Rs. 1038/-

Page 13: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 5 Ex. Engr.

2.3) ON LINE e-TENDER SCHEDULE

Seq. MHADA Stage Vendor Stage

Start Date & Time

Expiry Date & Time

Envelopes

1 Release Tender - 23/05/2012 15.00hrs

25/05/2012 16.00hrs -

2 - Tender

Download 25/05/2012 16.01hrs

15/06/2012 17.00hrs

Financial Envelope C1, Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

3 -

Bid Preparation & Hash Submission

25/05/2012 16.01hrs

20/06/2012 15.00hrs

Financial Envelope C1, Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

4

Close For Technical Envelope-T1 (Bidders Eligibility Evaluation Document) Submission

- 20/06/2012 15.01hrs

20/06/2012 18.00hrs

Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

5 Close For Financial Envelope - C1 - 20/06/2012

15.01hrs 20/06/2012 18.00hrs Financial Envelope C1

6 - Bid Submission

20/06/2012 18.01hrs

25/06/2012 14.00hrs

Financial Envelope C1, Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

7

Technical Envelope -T1 ( Bidders Eligibility Evaluation Documents) opening

- 25/06/2012 15.00hrs

11/07/2012 16.00hrs

Technical Envelope (Bidders Eligibility Evaluation Envelope) T1

8 Financial Envelope- C1 opening - 05/07/2012

12.00hrs 19/07/2012 16.00 hrs Financial Envelope C1

2. 4) Blank tender document and other details can be downloaded by the registered Bidder on http://

mhada.maharashtra.etenders.in of MHADA e-Tendering portalThe tenders shall only be received online on MHADA e-Tendering Portal in two envelopes system.

2. 5) Interested Bidder has to be enrolled on e-Tendering system. As the Bid Data on the System is

required to be encrypted and digitally signed online, Bidders are required to obtain Class-2 Digitally signature certificate at the earliest

2. 6) The bid price for blank tender documents and other details (inclusive of MVAT) is Rs.20000/-

(Rupees Twenty Thousand Only) (Non refundable). The bidder shall pay the bid price by Pay order / Demand draft Drawn in favor of ' Chief Accounts Officer MHADB ' and shall be deposited in Bank of Maharashtra, account number 20045300796. Bidder need to upload scanned copy of Pay-in receipt issued by Bank of Maharahtra, during bid preparation. The original receipt need to be produce for verification whenever called by the department.

2. 7) In case of any quarries, Bidders may contact to the service provider on any working days on contact

nos. 020-25315555, 022-26611117 / 022-26611287 Ext. 25/26 or by email on [email protected]

Page 14: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 6 Ex. Engr.

2. 8) QUALIFYING CRITERIA : The Prospective bidder shall fulfill following eligibility Criteria 2.8.1. Registration in class I (unlimited) or equivalent with state PWD / MES / MCGM / BPT / CPWD /

MHADA or other Govt. agencies / organization undertakings. 2.8.2. Fresh solvency certificate issued not earlier than three months prior to the date of application, for Rs.

8.00 Crores or more of any nationalized bank. 2.8.3. Bidder shall have valid Sales Tax Registration Certificate, Permanent Account Number of Income Tax, and Work Contract Tax Registration Certificate. 2.8.4. Average annual turn over of the bidder during the last three financial years shall not be less than

Rs.15 Crores out of which at least Rs.7.50 Crores shall be in multi storied residential / composite buildings.

2.8.5. The prospective bidder shall have completed minimum one residential / composite project of built up area not less than 8500m2 (in terms of FSI) at one location comprising Gr/S + 15 storied building or 2 Bldgs not less than 5500m2 (in terms of FSI) each building of minimum Gr/S + 15 storied in last 3 years (Certification from client in this regard shall have to be produced).

2.8.6. Net worth: More than Rs.8.00 Crores certified by the Chartered Accountant. 2.8.7. Bidder shall have in-house / tie-up with Architect firm. The Architect shall have wide

experience in getting necessary approvals from MCGM, MMRDA, SRA and NOC's from Moef, MCZMA, AAI, HAI etc. In case of tie-up, the Architect shall have handled minimum one residential housing project in last 3 years, comprising of at least 20,000 sqm Built up area (in terms of F.S.I.) at single location and having at least one building of more than stilt + 15 storied.

2.9.8. The Agency shall not have black listed by any organization any time previously. 2. 9) NOTES:

2.9.1 a. Technical Envelop – I (T1) - containing bidders Eligibility Evaluation documents shall be opened initially on schedule date & time and eligibility shall be decided.

2.9.1 b. Financial Envelop – II (C1) - containing the financial bids of those eligible bidders shall

only be opened on schedule date & time. 2.9.2. Right to reject any or all bid /offer without assigning any reason thereof is reserved by MHADA. 2.9.3. The digitally Signed online Tenders shall be Uploaded online. 2.9. 4. Conditional tender shall not be considered and shall be summarily rejected. 2.9.5. The bidder shall have to produce original documents for verification, if called for. 2.9.6 The construction Agency shall have to give an undertaking for the 50 years durability of structure

after the construction.

Page 15: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 7 Ex. Engr.

2.9.7 The Technical Envelope shall be opened by the Dy.Chief Engineer / MH&ADA online as per schedule in the presence of the construction agencies, or their authorized representatives who choose to remain present.

2.9.8 MHADA has organized workshop with Pre-Bid Conference on 05-06-2012 at 11.00 hrs by the

Chief Engineer - II / A. in " Bharatratna Gulzarilal Nanda" meeting hall, 3rd floor, Griha Nirman

Bhavan, Kalanagar, Bandra (E), Mumbai.

2.9.9 Bidder need to generate HASH value of bid & same has to be signed using Digital Signature

Certificate then submit the HASH value on e-Tendering Portal. On prescribed date of bid

submission, Bidder need to upload all the documents uploaded during bid preparation & also re-

encrypts data using Digital Signature Certificate.

2.9.10 The E.M.D. shall be liable to be forfeited for non payment of Security Deposit and on non

execution of agreement within the stipulated time limit.

2. 10) EARNEST MONEY:

2.10.1 Earnest Money as mentioned above shall be paid by a Termed Deposit Receipt for a period of one year issued by Nationalised Bank in the city of Greater Mumbai. The scanned copy of TDR shall be uploaded with the tender and the original shall be submitted in the office of Executive Engineer SRD-III, 2nd floor, Room No 312, Griha Nirman Bhavan, Bandra (E) up-to 1200hrs on25-06-2012. In case the EMD is paid by way of Demand Draft/ Pay order issued in favor of Chief Accounts Officer, M.H.&A.D. Board, the same shall be deposited in Current Account No. 20045300796 in Bank of Maharashtra, Bandra (East), Mumbai-400 051. The scanned copies of DD / Pay order and pay-in-slip mentioning this account number and name of work shall be uploaded with the tender.

2.10.2 The amount of Earnest Money shall be forfeited, if after acceptance of bid, the bidder fails to complete the contract documents and pay the specified amount of Security Deposit, within the specified time.

2.11) SECURITY DEPOSIT :-

2.11.1 The amount of Security Deposit shall be calculated on the tendered amount.

2.11.2 The amount of initial Security Deposit shall be 50% in cash or in the form of Government Securities, F.D.R. or Bank Guarantee in approved form from any Nationalised Bank. Remaining 50% shall be deducted from the R.A. bills as per the conditions mentioned in memorandum of assignment for lump sum contract in form "C" and as per clause no.21 (i) of form "C". In case the rate quoted by the Bidder found to be 5% to 10% below the estimated cost put to tender, then Construction Agency shall have to Deposit, an additional 10% Security Deposit, while accepting the tender and if tender offer is more than 10% below the estimated cost then the additional

Page 16: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 8 Ex. Engr.

security deposit equivalent to below percentage quoted with respect to estimated cost shall have to deposit by construction Agency.

2.11.3 Validity of the F.D.R. or Bank Guarantee shall be for a period of 3 years from the stipulated date of completion of the work or three years from the date of payment of final bill, whichever is later; accordingly the FDR or Bank Guarantee shall have to be renewed.

2.11.4 The construction agencies shall arrange for the extension or renewal of the F.D.R. or Bank Guarantee as and when necessary. If Construction Agency fails to do so, the amount available / dues equivalent to Bank Guarantee or FDR shall be with held from immediate available dues or the FDR /Bank Guarantee shall be encashed and amount shall be credited to the project.

2.11.5 The amount towards Security Deposit deducted from R.A. bills shall not be allowed to be converted into Bank Guarantee.

2.11.6 In addition the construction agencies shall have to produce on stamp paper of appropriate denomination, a surety bond for an amount equivalent to the Security Deposit.

2.11.7 In case the construction agencies fails to Deposit the necessary initial Security deposit within the specified time, M.H & A. D. Board, M.H.&A.D Authority may, at its discretion, grant extension of time on payment of interest at 22% per annum for such amount of Security Deposit as has not been paid till the whole of the Security Deposit is paid.

2.12) A list of documents to be submitted along with the tenders is given in Chapters (3) "INSTRUCTIONS TO BIDDERS & METHODOLOGY FOR SUBMISSION OF TENDER". Any tender submitted without these documents duly completed is likely to be rejected. As an abundant precaution, it is once again reiterated that the Bidder shall study the methodology of submission of the tender and the requirement of enclosing necessary documents, very carefully, before submitting the tender. Tenders not submitted in the specified manner are likely to be rejected.

2.13) The right is reserved to revise or amend the tender document prior to the last date of receipt notified, or the extended date, as the case may be. Such deviations, amendments of extension if any shall be communicated to the Bidder in the form of corrigendum by letter / by notice in the press / by e-mail / uploading on e-Tender portal as may be considered suitable.

2.14) Validity of Tender:

The tender shall remain valid and open for acceptance for a period of 180 days (One Hundred

Eighty Days) from the date of opening of financial bid.(Extended date in case of extension) In

exceptional circumstances, prior to expiry of the original tender validity period, the Board may

request the Bidder for a specified extension in the period of validity. The request and the responses

thereto shall be made in writing or by a cable or telex or e-mail. A Bidder may refuse the request

without forfeiting his Earnest Money. A Bidder agreeing to the request shall neither be required nor

permitted to modify his tender, but shall be required to extend the validity of his Earnest Money

Page 17: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 9 Ex. Engr.

correspondingly. The provisions regarding discharge and forfeiture of Earnest Money shall continue

to apply during the extended period of validity.

2.15) The successful Bidder shall be required to pay the stamp duty for execution of the contract

agreement, with the Maharashtra Housing and Area Development Authority, Mumbai according to

Government Rules and scales in force.

2.16) The successful Bidder whose tender is accepted, shall have to enter in to a regular contract agreement

in 'C' form with the Maharashtra Housing & Area Development Authority, by fixing of adhesive

stamps of appropriate denominations to the documents, as required by law. The entire set of papers

forming part of the offer including printed 'C' form shall form part of contract agreement.

2.17) No alterations in the form of tender, specifications and in the shape of special stipulations shall be

permitted. In case of bonafide errors in the tender forms, the Bidder may seek prior clarifications.

The bid of the Construction Agency quoting the rates for units other than those herein specified shall

not be considered.

2.18) While submitting the tender, the Construction Agency shall note that they shall have to pay income

tax @ 2% or at the prevailing rates on the gross payable amount and the same shall be recovered

through their R.A. bills unless stipulated differently by the Income Tax Officer in each individual

case.

2.19) The tender rate offer shall be inclusive of all taxes, royalties any form of cess and other duties etc.

including Labour welfare cess, Service Tax and Work Contract Tax under the provisions of the

Maharashtra Sales Tax on transfer of property in goods involved the execution of work contract Act

1985 (Maharashtra Act No.XIX 1985) and amendments time to time. If there is any increase after

date of submission of bid in any of the tax rate, cess, no extra payment shall be made on this

account.

2.20) The acceptance of the tender shall be intimated by the Executive Engineer, SRD-III Division,

M.H,.& A.D. Board, Mumbai or by any other higher authority to the Bidder and such intimation

shall be deemed to be an intimation of the acceptance of the tender by the authority competent to

accept the tender.

2.21) Canvassing in any form for the tender shall lead to disqualification.

2.22) The words "Tender" and "Bidder" wherever they appear in these documents shall be considered as

synonymous to the words 'Bid' and 'Bidder' respectively unless such an interpretation is out of

context. Similarly 'Tender papers' shall mean 'Bid Documents'.

2.23) This notice inviting the tender shall form part of the agreement.

2.24) The Bidder shall read all the documents and papers thoroughly.

Page 18: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 10 Ex. Engr.

2.25) If it is found that the rates quoted by the Construction agency/ Bidder are abnormally low or high,

the Competent Authority reserves the right to ask the construction agencies/ Bidders to submit the

detailed rate analysis of all items with full and satisfactory details of materials, labour charges, taxes

over head charges, make of materials and the name of authorised dealers from whom they proposed

to purchase the required materials and the same shall be binding on the part of the Construction

Agency to submit the details within 3 days time from the date of written order in this respect either

from the Executive Engineer/SRD-III Division, or concern Dy. Chief Engineer, Mumbai Housing

& Area Development Board Mumbai or any competent authority of M.H.A.D.A.

2.26) Works Contract Tax, Service Tax and the labour welfare cess as per the latest rules of Govt. of

Maharashtra shall be deducted from the Construction Agency's bills, which shall be noted by the

Construction Agency at the time of quoting their rates as prevailing at the time of payment.

2.27) Escalation shall be paid as per Price variation Clause.

2.28) The time limit to complete this work is 24 months including monsoon and also obtaining approvals

required thereof. However Construction Agency shall have to complete the work as early as

possible.

2.29) The Bidder shall have to supply full technical literature, designs and approvals from Local Authority

in time.

2.30) Mobilisation advance shall not be paid to the agency.

Signature of Construction Agency Executive Engineer,

SRD-III Division M.H.A.D.Board

Page 19: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 11 Ex. Engr.

( 3 ) INSTRUCTIONS TO BIDDERS & METHODOLOGY OF TENDER SUBMISSION

3.1 The Bidder shall, prior to submitting his tender for the work, visit and examine the site of work and its surroundings at his own cost and obtain and ascertain all information that may be necessary for preparing his tender offer and entering into a contract including, interalia, the actual condition of site, soil samples and foundation conditions, availability of materials, labours, water supply, electricity, traffic restrictions and obstructions in work if any and it shall be presumed that, Agency has taken into consideration prevailing site conditions and envisaged factors affecting the cost of work while quoting the price.

3.2 A Bidder shall be deemed to have full knowledge of the site, whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed.

3.3 Submission of quoted tender implies that Bidder (bidder) has received tender notice and all other contract documents and has made himself aware of …..

(I) Scope and specifications of the work to be done. (II) Local site conditions. (III) Other factors having any bearing whatsoever on execution of the work.

3.4 The Bidder shall submit the tender who satisfies each and every condition laid down in the tender failing which, it is liable to be rejected.

3.5 The successful Bidder shall be required to produce to the satisfaction of Executive Engineer a valid and current license issued in his favour under the provisions of the contract labour Act 1979 before starting the work, failing in the matter the acceptance of the bid shall be liable to be withdrawn and also Earnest Money and Initial Security Deposit shall stand forfeited.

3.6 The other data furnished in the Tender Documents are only by way of general information and the MHADB shall not entertain any claims due to variations from this data or for any expenses incurred by the Bidder in this connection. The Bidder shall himself obtain all necessary information at his risk and costs and other circumstances which may affect or influence his tender. No extra charges consequent on any misunderstanding or otherwise shall be allowed.

3.7 At any time prior to the deadline of Bid preparation and Hash submission, the MHADA may, for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder pursuant to clause 3.11 hereof modify the Tender Documents by the issuance of an addendum.

3.8 The Addendum shall be issued by uploading on e-tender portal for all prospective Bidders who have received the Tender Documents and shall be binding upon them, irrespective of whether the prospective Bidders acknowledge receipt of the same or not.

Page 20: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 12 Ex. Engr.

3.9 In order to afford prospective Bidders reasonable time to take the Addendum into account for the preparation of their tenders, the MHADB may at it's discretion extend the deadline for the submission of tenders.

3.10 PROCEDURE FOR SUBMISSION OF TENDER:

Tender shall be submitted on-line on e-Tendering portal in two envelopes system within prescribed schedule.

3.10.1 On Line Technical Envelop No.1.(T1)( Bidders eligibility evaluation documents)

Bidders shall upload scanned copies of following documents in Envelope –I (T1) available on e-tender portal.

a) Bid price payment counter pay-in-slip issued by Bank of Maharashtra on deposit of DD/Pay order.

b) EMD payment :-( i) Term deposit receipt or (ii) DD/ pay order alongwith counter pay-in-slip

c) Valid registration certificate under class-I (unlimited) or equivalent.

d) Photo copy of Pan Card.

e) Latest Sales Tax Certificate.

f) Fresh solvency certificate issued not earlier than 3(Three) months prior to date of application for an amount of Rs.8.00 Cr. or more of any nationalized bank.

g) Annual work expenditure duly certified by Chartered Accountant for last 3(Three) financial years in format enclosed as Statement No.1a & 1b.(Minimum average annual turnover required Rs 15 Cr.)

h) Details of work completed in last 3(Three) years in format enclosed as Statement No.2a & 2b.

i) Statement showing Annual turn over Assets/ liability & net worth of bidder for last 3 (Three) years certified by the Chartered Accountant (Minimum net worth required Rs.8.00 Cr.)

j) In case of tie-up of Architect firm, letter of consent of Architect firm.

k) Architect’s firm intending to tie up's experience as per condition No.2.8.7 of Detailed Tender Notice in the format as Statement No.3a & 3b.

l) Details of Technical personnel, available with the bidder for Bid work in format enclosed as Statement No.4.

m) List of Machinery available with the bidder for bid work in format enclosed as Statement No.5.

n) Details of works in hand with bidder in format enclosed as Statement No.6.

o) The letter of transmittal in prescribed format in (page no.I - 26) on companies/ Firm's letterhead duly stamped and signed.

p) Details of litigations regarding works carried out by bidder in last 3 years if any.

Page 21: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 13 Ex. Engr.

q) Attested copy of Partnership deed/ Memorandum & Articles Association as the case may be, if the Bidder is partnership firm or a joint stock company alongwith the Power of Attorney, authorizing partner to enter into contracts.

r) An undertaking on stamp paper of Rs. 100/- stating therein that the agency is not black listed in any

of Govt./ Semi-Govt./ other department. This undertaking shall be duly notarized.

Note : Proforma of Statement nos. 1a, 1b, 2a, 2b, 3a, 3b, 4, 5 , 6 and form of Transmittal are provided

along with Tender document. (Pg.No.I - 17 to I - 26). Bidders are requested to fill on-line forms of

statements & encrypt the data using valid Digital signature certificate issued by any of Govt. of

India approved certifying authority, in envelope- I given.

3.10.2 On Line Financial Envelope No.2 ( C1)

The financial offer of the bidder shall quote his offer as" Rupees per square Feet of Built-up-area at

appropriate place in Schedule "F" of Volume-III. Bidder himself shall get conversant with the Scope

of Work and mode of measurement and mode of calculation of Built-up-Area and Plan of Payment

before quoting his offer.

3.10.3 Upon preparation of data in both the envelopes, mentioned above, Bidder need to generate

HASH value of bid & same has to be signed using Digital Signature Certificate and then

submit the HASH value on e-Tendering Portal.

3.10.4 On prescribed date of bid submission, Bidder need to upload all the documents uploaded

during bid preparation & also re-encrypts data using Digital Signature Certificate.

3.10.5 Tenders not received in above referred manner shall be rejected forthwith.

3.10.6 The tender prepared by the Bidder, and all correspondence and documents relating to the tender

exchanged by the Bidder and the Board, shall be written in the English language only. Supporting

documents and printed literature furnished by the Bidder in another language shall be accompanied

by an appropriate translation of pertinent passages in English language. For the purpose of

interpretation of the tender, the English language shall prevail.

3.10.7 The tendered rates and prices shall be quoted entirely in the currency of Indian Rupees only.

3.11 The Bidder or his accredited representative is advised to attend the work shop with pre-bid meeting

which shall be conducted by the Chief Engineer-II / MHADA at " Bharatratna Gulzarilal Nanda "

meeting Hall, 3rd floor, Griha Nirman Bhavan, Bandra (East) on 05-06-2012 at 11.00 hrs. in order

to listen and understand the questions/issues on any matter related to contract that may be required

by the Bidders.

The Bidder if desire , may submit any question in writing, so as to reach the office of the Executive Engineer/ SRD-III / MH&ADB, not later than 3 (Three) days before the above meeting.

Page 22: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 14 Ex. Engr.

All such queries/questions/issues and questions raised during meeting shall be noted in the said meeting and the decision on these points shall be uploaded on e-Tender portal. The reply so given shall be final and binding on both the parties and shall form part of the agreement.

Any modification in the tender documents listed at 3.10, which has become necessary as a result of the pre tender meeting, shall be made available by the Board exclusively through the issuance of an Addendum in pursuant to Clause - 3.7 and same shall be uploaded.

3.12 PROCEDURE FOR TENDER OPENING.

a. Technical Envelop – I ( T1) containing bidders Eligibility Evaluation documents shall be opened first on schedule date & time (extended if any) and eligibility shall be decided.

b. Financial Envelop – II ( C1) containing the financial bids of those eligible bidders shall only be opened on schedule date & time (extended if any)

3.13 VALIDITY OF TENDER :

The tender shall remain valid and open for acceptance for a period of 180 (One Hundred Eighty) days from the date of opening of financial bid. (Extended date in case of extension)

In exceptional circumstances, prior to expiry of the original tender validity period, the Board may request the Bidder for a specified extension in the period of validity. The request and the responses thereto shall be made in writing or by a fax or telex. The Bidder may refuse the request without for forfeiting his earnest money. The Bidder agreeing to the request shall neither be required nor permitted to modify his tender, but shall be required to extend the validity of his earnest money correspondingly. The provisions regarding discharge and forfeiture of earnest money shall continue to apply during the extended period of tender validity.

3.14 FORMAT AND SIGNING OF TENDERS

a) If the offer is made by a proprietary firm, it shall be signed by using digital signature certificate by the proprietor, above his full name and the full name of his firm with its current address.

b) If the offer is made by a firm in partnership, it shall be signed by using digital signature certificate by a partner holding the power of attorney for the firm. A certified copy of the power of attorney shall be uploaded along with statement showing names of partners, Directors, etc of the firm with complete address of each partners.

If the tender is made by a Limited Company or a Limited Corporation it shall be signed by using digital signature certificate by the duly Authorized person holding the power of attorney for such Limited Company or Limited Corporation, Certified copy of the power of attorney shall be uploaded. Such Limited Company or Limited corporation may be required to furnish satisfactory evidences of its existence before the contract is awarded.

All witnesses and sureties shall be persons of status and probity and their full names, occupations and addresses shall be given below their signatures. All signatures shall be dated.

Page 23: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 15 Ex. Engr.

3.15 The original tender shall be signed by a person or persons duly authorized to bind the Bidder legally to the contract in all respects. Proof of such authorization shall be furnished in the form of a written Power of Attorney, which shall accompany the tender.

3.16 The successful Bidder shall be required to pay the stamp duty for execution of Contract Agreement

with the Mumbai Housing & Area Development Board, according to government Rules and Scale in

force.

3.17 The successful Bidder whose bid is accepted shall have to enter into a regular Contract Agreement

in ‘C’ Tender form with the Mumbai Housing & Area Development Board, by fixing of special

adhesive stamps of appropriate denominations to the documents, as required by Law. The entire set

of tender papers forming part of the offer including the tender notice and the printed ‘C’ form shall

form part of Contract Agreement. This Agreement shall be signed within a month of acceptance of

the Tender.

3.18 No alteration in the form of tender, schedule of quantity, units, specifications and in the shape of

special stipulations shall be permitted. In case of bonafide errors in the tender forms the Bidder may

seek prior clarifications. The tender of the Construction Agency quoting the rates for units other than

those herein specified shall not be considered.

3.19 While submitting the tender, the Bidders shall note that they shall have to pay the Income Tax @ 2

% as per rules in force from time to time and surcharge thereon on the gross payable amount and

the same shall be recovered through their running account (R.A.) bills, unless stipulated differently

by the Income Tax Officer in each individual case.

3.20 The acceptance of the tender shall be intimated by the Executive Engineer of Mumbai Housing and

Area Development Board, Mumbai or by any other Higher Authority to the Bidder and such

intimation shall be deemed to be an intimation of the acceptance of the tender by the Authority

competent to accept the tender.

3.21 Canvassing in any form for the bid shall lead to disqualification.

3.22 The Bidder shall read all the documents and papers thoroughly and sign with permanent ink in space

provided above the words signature of the Construction Agency.

3.23 The words Bid/ Tender and Bidder/ Bidder wherever they appear in these documents shall be

considered as synonymous to the words ‘Bid’ and ‘Bidder’ respectively unless such an interpretation

Page 24: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 16 Ex. Engr.

is out of context. Similarly Tender Papers’ shall mean ‘Bid documents’ and Bidder or Bidder also

mean ‘Construction Agency.

3.24 The tendered rates shall be inclusive of all taxes and cesses and shall also be inclusive of tax leviable

in respect of Works Contract including Service Tax under the provision of the Maharashtra Sales

Tax on transfer of property in goods involved in the execution of Works Contract Act 1985

(Maharashtra Act.No. XIX of 1985).

3.25 The expenditure whatsoever incurred by the Bidder for preparing and submitting the tender shall be

borne by the Bidder.

Executive Engineer SRD-III/MB

Page 25: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 17 Ex. Engr.

STATEMENT NO. 1a

STATEMENT SHOWING ALL WORKS PEVIOUSLY EXECUTED (IN LAST THREE FINANCIAL YEARS)

Name of Bidder:____________________________________________________________

Sr. No.

Name of work Department / organization which awarded the work

Value of the Total

Work ( Rs.in Laks)

Specified period of completion and

actual period required for completion

(specified / actual )

Value of work done during April 2008

to March 2011 ( Rs. In Laks)

Remarks (Bidders to indicate any

recognition for early completion of works or for fines, penalties for delays and reasons for delays)

1 2 3 4 5 6 7 ( A ) For Multistoried Residential /Composite ( Residential & Non-Residential ) Buildings

Sub Total ( A )

Average Annual Turn Over = A/3

(Signature of Chartered Accountant) (Signature of Bidder)

Page 26: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 18 Ex. Engr.

STATEMENT NO. 1b

STATEMENT SHOWING ALL WORKS PEVIOUSLY EXECUTED (IN LAST THREE FINANCIAL YEARS)

Name of Bidder:____________________________________________________________

Sr. No.

Name of work Department / organization which awarded the work

Value of the Total

Work ( Rs.in Laks)

Specified period of completion and

actual period required for completion

(specified / actual )

Value of work done during April 2008

to March 2011 ( Rs. In Laks)

Remarks (Bidders to indicate any

recognition for early completion of works or for fines, penalties for delays and reasons for delays)

1 2 3 4 5 6 7

( B ) Other Buildings

Sub Total ( B )

TOTAL ( A + B )=C

Average Annual Turn Over = C/3

(Signature of Chartered Accountant) (Signature of Bidder)

Page 27: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 19 Ex. Engr.

STATEMENT- 2a

DETAILS OF BUILDING CONSTRUCTION WORK, CARRIED OUT BY THE BIDDER IN LAST THREE FINANCIAL YEARS Name of Bidder : _______________________________________________

Sr. No.

Name of Work Name and Address of organization for whom the work pertains

Tendered cost (Rs. In lakhs)

Date of starting

Date of completion. Stipulated / Actual

No.of Building

Number of Floors

F.S.I. B.U.A (Sq.m) As approved by Planning Authority

Principle features in brief of works carried out

Details of disputes / failures if any

1 2 3 4 5 6 7 8 9 10 11

( I ) Residential / Composite ( Resi+Non-Resi) Buildings each of FSI Built-up-Area more than or equal to 8500 Sq.mt. comprising Gr/S + 15 storied or above

(Signature of Bidder)

Note: i) Copies of certificates of performance issued by work Client / Planning Authorities / Agencies for above work shall be attached.

Page 28: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 20 Ex. Engr.

STATEMENT- 2b

DETAILS OF BUILDING CONSTRUCTION WORK, CARRIED OUT BY THE BIDDER IN LAST THREE FINANCIAL YEARS Name of Bidder : _______________________________________________

Sr. No.

Name of Work Name and Address of organization for whom the work pertains

Tendered cost (Rs. In lakhs)

Date of starting

Date of completion. Stipulated / Actual

No .of Building

Number of Floors

F.S.I. B.U.A (Sq.m) As approved by Planning Authority

Principle features in brief of works carried out

Details of disputes / failures if any

1 2 3 4 5 6 7 8 9 10 11

( II ) Residential / Composite ( Resi + Non-Resi ) Buildings each of FSI Built-up-Area more than or equal to 5500 Sq.mt.

(Signature of Bidder)

Note: i) Copies of certificates of performance issued by work Client / Planning Authorities / Agencies for above work shall be attached.

Page 29: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 21 Ex. Engr.

STATEMENT- 3a

DETAILS SHOWING EXPERIENCE OF ARCHITECT FIRM INTENDING TO TIE-UP WITH THE BIDDER Name of Bidder : _______________________________________________

Sr. No.

Name of Work Name and Address of Architect's firm for whom the

work pertains

Name of Approving Authority & approval number

Principle features in brief of works

carried out

No. of Buildings

Number of

Floors

F.S.I./FAR B.U.A in Sq.mt. As approved by

Planning Authority

1 2 3 4 5 6 7 8 All such Residential / Composite ( Resi + Non-Resi ) project having Gr/S+15 storied.

( Signature of Architect's Firm ) (Signature of Bidder)

Note: i) Copies of certificates of performance issued by work Client / Planning Authorities / Agencies for above work shall be attached.

Page 30: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 22 Ex. Engr.

STATEMENT- 3b

DETAILS SHOWING EXPERIENCE OF ARCHITECT FIRM INTENDING TO TIE-UP WITH THE BIDDER Name of Bidder : _______________________________________________

Sr. No.

Name of Work Name and Address of Architect's firm for whom the

work pertains

Name of Approving Authority & approval number

Principle features in brief of works

carried out

No. of Buildings

Number of

Floors

F.S.I./FAR B.U.A in Sq.mt As approved by

Planning Authority

1 2 3 4 5 6 7 8 Residential / Composite ( Resi + Non-Resi ) Projects completed by Architect having BUA not less than 20000 Sq.mt at One location.

( Signature of Architect's Firm ) (Signature of Bidder)

Note: i) Copies of certificates of performance issued by work Client / Planning Authorities / Agencies for above work shall be attached.

Page 31: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 23 Ex. Engr.

STATEMENT - 4

STATEMENT SHOWING DETAILS OF TECHNICAL, PERSONEL, AVAILABLE WITH THE BIDDER FOR THE BID WORK Name of Bidder :- _________________________________________________________________________________

Sr. No. Name of Technical Persons Qualification

Details of length of services with the

Bidder Previous Experience Remarks

1 2 3 4 5 6

( Signature of Bidder)

Page 32: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 24 Ex. Engr.

STATEMENT - 5

LIST OF MAJOR PLANTS AND EQUIPMENTS AND MACHINERY PROPOSED TO BE DEPLOYED BY THE BIDDER FOR USE ON THE WORK Name of Bidder : _______________________________________________

Sr. no.

Name of equipment

No of units

Kind or make

Capacity Age of Machinery

Present condition of machinery

Present location with name and address of organization where

machinery is under use at present

Whether machinery is hypothecated to any Divn./Bank or

other institute/organization

remarks

1 2 3 4 5 6 7 8 9 10

(Signature of Bidder)

Page 33: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 25 Ex. Engr.

STATEMENT - 6

DETAILS OF BUILDING WORKS IN HAND AS ON THE DATE OF SUBMISSION OF THIS APPLICATION

Name of Bidder : _______________________________________________

Sr. No.

Name of Work Name of Address of organization for whom the

work pertains

Works in Hand (Rs.in lakhs) Remarks giving features on brief of

work Tendered Cost

Cost of remaining

work

Anticipated date of

completion

1 2 3 4 5 6 7

(Signature of Bidder)

Page 34: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 26 Ex. Engr.

(To be given by prospective bidder on letterhead of the firm / company. And scanned copy shall be uploaded during bid preparation and Original to be produced when called for.)

FORM OF LETTER OF TRANSMITTAL Date: To, The Deputy Chief Engineer Mumbai Board. Mumbai.

Sub: Planning, designing, Constructing and obtaining necessary approvals for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

Dear Sir, I/We hereby state and submit that I/we have read the online bid documents of the subject

work. I/We have also got myself/ourselves acquainted with all conditions of contract / General

Conditions of contract / scope of wok / mode of measurement / detailed specification for civil and

electrical work / list of materials / plans etc i.e. entire bid document of subject work.

The rates quoted by me/us are after taking into consideration all facts and figures given in

the bid document. Therefore I/we shall not claim anything after opening of bid documents on the

ground of ignorant of contents of bid documents.

I/we am/are authorized to sign the declaration on behalf of Agency / firm / company etc.

Company Seal Place : Date : Authorized Signatory

Page 35: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 27 Ex. Engr.

( 4 ) A G R E E M E N T This agreement made on this __________ day of _______________ in the year Two

thousand four between the MAHARASHTRA HOUSING AND AREA DEVELOPMENT AUTHORITY

(hereinafter referred to as ''the Authority'' which expression shall, unless repugnant to the

context, include its successors and assigns), a statutory body duly constituted under the

Maharashtra Housing and Area Development Act, 1976 (Mah XXVII of 1977) (hereinafter

referred to as "the said Act") on the One part

AND

M/s. -------------------------------------------. having their office at ----------------------------------------

- (hereinafter referred to as the Construction Agency, which expression shall unless repugnant

to the context include their successors, legal representatives and assigns) of the other part.

WHEREAS, the Authority desires to construct Rehab 344 (approx) tenements at Sector V of

Dharavi under Dharavi Redevelopment Project, Mumbai.

WHEREAS, the Authority desires to assign the survey, soil investigation, Planning, Designing,

construction and obtaining necessary approvals and completion certificates from concerned

authorities as desired, on lump sum turnkey basis for aforesaid work to the Construction Agency,

at C.S.No. 2/501 of Dharavi, Mumbai, for the purpose of this agreement which consist of

following: -

1) Construction of multistoried Residential and Non-Residential buildings as per the approved

drawings, designs, terms and conditions and special conditions of contract etc. on the site

situated at C.S.No.2/501 of Dharavi, Sector-V on lump sum Turnkey basis.

2) The broad scope of work to be carried out by the Construction Agency shall be as under:-

a) The survey, soil investigation, Architectural planning, designing, submitting and obtaining

approval for the scheme from the Competent Authority either MCGM /DRP/SRA / MMRDA,

including satisfactory compliance of all the relevant conditions mentioned in L.O.I./L.O.A

of all concerned authorities such as NOC's from CFO, MoEF, AAI etc. to the extent of scope

of the work.

b) Construction of multistoried bldg. having 344 (approx)Rehab tenements & Non-Residential

Tenements at C.S.No.2/501 of Dharavi, Sector-V, having carpet area of about 300 Sq. Ft,

each as per the detailed specifications, terms & conditions, additional specifications etc.

c) Obtaining approval to all the site-infrastructure work (Onsite and Offsite).

d) Obtaining sewerage, water supply, public health and like NOC's related to plumbing

activities and other NOC’s from M.C.G.M./ CFO/SRA/DRP/MoEF/CRZ/MCZMA/AAI etc. or

Page 36: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 28 Ex. Engr.

such appropriate Authority & B.E.S.T/ Reliance & lift certificate from lift Inspector, also

obtaining Occupation Certificate, Completion Certificate, Water Connection, Drainage

connection, Electric connection etc. for the completed building without claiming any extra

payment from M.H.A.D.A.

e) To supply the detailed structural calculations and to obtain structural stability and safety

certification from IIT/ VJTI Mumbai or from any other reputed institute as desired by

concern Dy.Chief Engineer / MH&ADB at the cost of the Construction Agency for the

proposed multistoried structures. The structural design shall be as per prevailing relevant IS

Codes as on the date of issue of work order. This approval, including other approvals, shall

be obtained within Six months from the date of issue of acceptance letter.

f) Handing over completed buildings to MHADA after obtaining O.C. and water connection,

drainage connection, electric connection, Building Completion Certificate from MCGM etc.

and Final Certifications for Completion of the work by Engineer-in- Charge.

g) Whereas the MHADA/ MHADB has approved the rate of construction as Rs. ----- /- per

sq Ft. of Built-Up-Area, since the Construction Agency has accepted the rate of Rs.

----------- /- sq.ft. of the Built-up Area..

h) The rate of construction i.e. Rs. --------------- per Sq. Ft. of Built-up Area shall be inclusive of

all amenities such as Welfare centre, Balwadies and all other works as specified in scope of

work to be provided to the buildings as per the requirements of MCGM and other Local

Authorities. No extra payment on any account shall be made to Construction Agency.

Executive Engineer SRD-III/MB

Page 37: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 29 Ex. Engr.

( 4a ) DEFINITIONS AND INTERPRETATION 4a.1 DEFINITIONS

In the Contract, as hereinafter defined, the following words and expressions shall have the meanings hereby assigned to them, except where the context otherwise requires.

(a) The ''MHADA'' shall mean the Maharashtra Housing and Area Development Authority, an Apex

body as constituted under MHADA Act 1976. The ''MHADB'' shall mean the Mumbai Housing and Area Development Board, a Regional Unit of MHADA.

(b) "EMPLOYER" means the Maharashtra Housing and Area Development Authority constituted

under MHADA Act. 1976 which shall engage the Construction Agency, and the legal successors in title to the Employer or any assignee of the Employer.

(c) "CONSTRUCTION AGENCY" means the person whose tender has been accepted by the

Employer & the legal successors in title to such person, but not (except with the consent of the Employer) any assignee of such person.

(d) "ENGINEER-IN-CHARGE" means the Executive Engineer or any other Engineer appointed

from time to time by the MHADB and notified in writing to the Construction Agency to act as Engineer for the purposes of the contract.

(e) "ENGINEER'S REPRESENTATIVE" or his agent means any Resident Engineer or Assistant

of the Engineer, or any clerk of works or any other person nominated by Engineer-in-charge to perform the duties set forth; in this contract, whose authority shall be notified in writing to the Construction Agency by the Engineer-in-Charge.

(f) The ‘WORKS` shall mean the works to be executed in accordance with the Contract or part (s)

thereof as the case may be, both Permanent and Temporary Works.

(g) "CONTRACT" means the Conditions of Contract, Specifications, Drawings, Letter of Acceptance, Agreement and Annexure.

(h) "CONTRACT PRICE" means the sum mentioned in the Volume - III of this contract

document, subject to additions thereto or deductions there from as may be made under the provisions, hereinafter contained.

Page 38: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 30 Ex. Engr.

(i) "CONSTRUCTIONAL PLANT" means all machinery, equipment and appliances required in

or about the execution or maintenance of the works but do not include materials or other things intended to form or forming part of the Permanent works.

(j) "TEMPORARY Works" means all temporary works of every kind required in or about the

execution or maintenance of the works.

(k) "PERMANENT Works" means the permanent works to be executed and maintained in accordance with the Contract.

(l) "SPECIFICATION" means the specification referred to in the contract and any modification

thereto or addition thereto as may be suggested by the Construction Agency and approved in writing by the Engineer-in-Charge but without any extra cost to MHADA.

(m) "DRAWINGS” means the drawings referred to in the specification and any modification of such

drawings approved in writing by the Engineer-in-Charge.

(n) "SITE" means the land and other places on, under, in or through which the Permanent Works or Temporary Works as desired by the Engineer are to be executed and any other lands and places provided by the Employer for working space or any other purpose as may be specifically designated in the Contract as forming part of the Site.

(o) "APPROVED" means approved in writing, including subsequent written confirmation of

previous verbal approval.

(p) (i) Words indicating the singular only also include the plural and vice- versa where the context requires.

(ii) The headings and marginal notes in these Conditions of Contract shall be deemed to be part thereof however shall not be taken into consideration in the interpretation or construction thereof or of the Contract.

(q) The "CHIEF Engineer" means the Chief Engineer of MHADA in charge of this work for

the time being holding that office and also his successors.

(r) "PROJECT MANAGEMENT CONSULTANT" (CONSULTANTS)" means a person, firm or Company so appointed by M.H.A.D.B. from time to time and shall include any person duly authorized by it.

(s) The " Concern Dy. Chief Engineer / MH&ADB" means the officer so designated by

MHADA or MH&ADB or any other officer who is for the time being entrusted with

Page 39: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 31 Ex. Engr.

functions, duties and powers by the MH&ADB and notified to the Construction Agency.

(t) The "INSPECTING OFFICER" means the Chief Engineer/MHADA, Dy. Chief Engineer, Executive Engineer, Sr. Architect, Architect of MH&ADBoard, Chief Architect & Planner/ MHADA, P.M.C. or any other officer or officers including Vigilance Officer for the time being exercising their functions, duties and power.

(u) The 'MCGM' means Municipal Corporation of Greater Mumbai, i.e. Municipal Corporation of

Mumbai. DRP- Dharavi Redevelopment Project Authority.

SRA – Slum Rehabilitation Authority.

(v) The "WORK ORDER" means written communication by the Engineer-in-charge to the

Construction Agency to proceed with the work.

(w) "THE TURN KEY LUMP SUM CONTRACT" means survey, soil investigation, planning designing obtaining approval from concerned Authority/ department, construction of tenements with infrastructural facilities, maintenance bringing all sort of completion certificate from concerned Authority and to do whatever is necessary to complete and Hand over the Project to the Employer with in stipulated time at accepted price in a satisfactory and Engineering like manner by fulfilling all the conditions mentioned in the contract here to.

(x) "DATE OF COMPLETION" means the date of final certificate issued by the Engineer- in -

charge or date of water connection obtained from M.C.G.M, whichever is later.

Executive Engineer SRD-III/MB

Page 40: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 32 Ex. Engr.

4a.2 DUTIES AND POWERS OF ENGINEER-IN-CHARGE, ENGINEER'S REPRESENTATIVE / PROJECT MANAGEMENT CONSULTANT:-

(a) The Engineer-in-Charge or his representative shall be carried out such duties in issuing decisions,

certificates and orders in accordance with the contract. He shall also issue interpretations regarding

drawings, specifications, conditions and Annexure of the Contract to the Construction Agency.

(b) The Engineer’s Representative shall be responsible to the Engineer-in-Charge for the execution and

Management of the works.

(c) The Engineer-in-Charge may from time to time in writing assign to Engineer's Representative any of

the duties and functions vested in the Engineer-in-Charge under intimation to the Construction Agency. Any

written instructions given by the Engineer's Representative to the Construction Agency shall be deemed to

be given by the Engineer-in- Charge. However this shall not prohibit the Engineer-in-Charge in taking

actions separately, under the provisions of the Contract.

Executive Engineer SRD-III/MB

Page 41: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 33 Ex. Engr.

( 4b ) ASSIGNMENT FOR A LUMP-SUM CONTRACT

I/We, M/s ----------------------------------------------------------- do hereby intend to execute whole of the work described in the contract documents and according to the annexed specifications & conditions signed by and dated as indicated in Schedule 'F' of Volume III.

MEMORANDUM

(a) General Description of work:- Planning, designing, Constructing and obtaining necessary approvals for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I as per approved plan including obtaining approval & occupation Certificate, completion certificate, water connection, drainage connection, electric supply connection to the completed buildings etc.

(b) Contract amount

Rs.

(c) Security Deposit :- 2% or more as the case of Contract Amount

Rs.

(The S.D. shall be 2% of tendered amount)

50% of this deposit shall be in the form of Govt Securities, FDR or Bank Guarantee in approved form (from any nationalized bank/ scheduled Bank & remaining 50% shall be deducted from the R.A. Bills.

(d) Time allowed for the completion of work from the date of written order to commence

24 months inclusive of Monsoon season.

I/We do hereby agree and bind ourselves to abide by and fulfill all the terms and the provisions of this lump sum turnkey contract and conditions annexed hereto. In default thereof the Engineer-in-Charge shall give a reasonable opportunity to the Construction Agency to rectify the default or to

Page 42: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 34 Ex. Engr.

pay MHADB a certain amount or recover the amount from the dues payable to the Construction Agency. In case of failure of these alternatives, the Engineer-in-Charge shall en-cash the Bank Guarantee, Govt. securities or FDR forthwith to the extent of the sum mentioned above.

Dated 201 Mumbai The above contract is hereby accepted by me on behalf of the Maharashtra Housing and Area Development Authority. Dated day of 201 . Mumbai.

Construction Agency: M/s Address :

Executive Engineer SRD - III Division MH&AD BOARD.

Name & Address of witness: Occupation :

Authorized Signatory

Signature of Witness

Signature of Construction Agency:

Page 43: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 35 Ex. Engr.

(FORM - C)

( 4c ) CONDITIONS OF CONTRACT

CLAUSE - 1:- The Construction Agency is/ are to provide every article or thing which may be necessary and requisite for the due and proper execution of the several works included in the contract according to the true intent and meaning of the drawings and specifications taken together which are to be signed by the Executive Engineer and by the Construction Agency whether the same may or may not have been particularly described in the specification or shown on the drawings, provided however, that the same are reasonably and obviously to be inferred there from. In case of any discrepancy between the drawings and the specifications the Engineer-in-Charge shall decide which of the two is to be followed.

Supply of material etc by

Construction Agency

CLAUSE - 2 :- The Construction Agency shall set out the whole of the works as per the approved drawings and details and during the progress of the works shall set right as ordered by the Engineer- in-Charge or his agent for any errors which may be found therein and shall provide all necessary labour and materials for the purpose. The Construction Agency shall also provide all plants, machinery, labour and materials, which may be necessary and requisite for the works. All materials and workmanship are to be the best of their respective kinds. The Construction Agency shall leave the works in all respects clean and perfect at the completion thereof.

Execution of Work

CLAUSE- 3 :- The specifications which shall be required for executing the project as mentioned in the Volume - II (Technical brief) and Volume-IV (plans) shall be supplied to the Construction Agency by the MHADA. However, during course of execution if any contingency arises to get certain approval from any of the Authorities such as MCGM / DRP / SRA / PWD/Railways/BEST/Reliance/Highway, Civil Aviation authorities etc, the same shall be obtained by the Construction Agency.

Drawings and Specifications

Page 44: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 36 Ex. Engr.

CLAUSE - 3A: The Construction Agency shall not sublet the works or and part thereof without the consent in writing from the Engineer-in-Charge.

Sub-letting the works

CLAUSE NO. - 4 : The Engineer - in - charge & his representative shall have at all times access to the works which are to be entirely under his control. He may require the Construction Agency to dismiss any person(s) in the Construction Agency's employment upon the works, if such person(s) is in his opinion incompetent Or misconducts himself and the Construction Agency shall forthwith comply with every such requirement.

Control over works

CLAUSE - 5: The Construction Agency shall not vary or deviate from approved drawings or specifications or execute any extra work of any kind whatsoever unless upon the express authority of MHADA, which shall be obtained in writing of the Executive Engineer. The depth & strata of foundation shall be approved by Dy.CE. The typical foundation strata shall be approved by the licensed Structural Designer of construction Agency. The Contract rate shall be inclusive of all type of foundation alongwith any special treatment if required and no additional payment or deduction in payment, shall be made for any change in the foundation what so ever in nature (including depth/dimension / or type).

Alteration in drawings

Specifications & Foundation..

CLAUSE - 6 : The Executive Engineer shall have power to

make any alteration in or additions to the original

specifications, drawings, - Designs and instructions that may

appear to him to be necessary or advisable during the progress

of the work. And the contractor(s) shall be bound to carry

out the work in accordance with any instruction which

may be given to him/them in writing signed by the

Executive Engineer and such alteration shall not invalidate

the contracts; and any additional work, which the

The Power to make

addition & alterations in

drawings or

specifications, etc.

Page 45: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 37 Ex. Engr.

contractor(s) may be directed to do in the manner above

specified as part of the work or any curtailment of the

work as designed, which may be found necessary during the

period of construction , shall be carried out or omitted by the

contractor(s) on the same conditions in all respects on which

he/they agree to do the main work. The additional or the

curtailed work shall be carried out or omitted at the rates

entered in the contract. And if the additional or altered work

includes any class of work for which no rate is specified in

this contract, then such class of work shall be carried out at

the rates entered in the schedule of rates of the Division or

at the rates mutually agreed upon between the Engineer-

in-charge. In this additional or altered work for which no

rate is entered in the schedule of rates of the Division is

ordered to be carried out before the rates are agreed upon then

the contractor shall within seven days of the date of receipt by

him/them the order to carry out the work inform the

Executive Engineer of the rate which he/they proposed to

charge for such class of work, and if the Executive Engineer

does not agree to this rate he shall by notice in writing be

at liberty to cancel his order to carryout such a class of work,

and arrange to carry it but in such manner as he may

consider advisable : provided always that if the contractor(s)

shall commence work or incur any expenditure in regard

hereto before the rates shall have been determined as lastly

hereinbefore mentioned, then in such case he/they shall only

be entitled to be paid in the respect of the work carried out

or expenditure incurred by him/them prior to the date of such

determination of the rate as aforesaid according to such rate

or rates as may be fixed by the Executive Engineer. In the

event of dispute, the decision of the Deputy Chief Engineer of

the Zone shall be final.

The time limit for the completion of the work shall be

extended or curtailed in the proportion that the increase or

decrease in its cost, occasioned by alteration or

additions or curtailment, bears to the cost of the original

Such alteration do not

Invalidate the Contract

Rates for the works not

Entered in the estimate or

schedule of rates of the

division.

Page 46: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 38 Ex. Engr.

contract work, and the certificate of the Engineer-in-

charge as to such proportion shall be conclusive.

CLAUSE - 7: All work done and materials brought and left upon the site of the work either by the Construction Agency or by his/their orders for purpose of forming part of the work are to be considered to be property of the M.H. & A.D.B. and the same shall not be removed or taken away by the Construction Agency or any other person without the special leave or consent in writing of Engineer-in- Charge but the Board shall not in any way be answerable for any loss or damage which may happen to or in respect of any such work or materials on account of the same being lost or stolen or injured by weather or otherwise. Construction Agency shall not bring any material/ Machinery which is not going to be used for this project.

Materials left on site.

CLAUSE - 8: The Engineer-in-charge shall have full power to require the removal from the premises of all materials which, in his opinion, are not in accordance with the specification and in case of default, the Engineer-in-charge shall be at liberty to employ other persons to remove the same without being answerable or accountable for any loss or damage that may be caused to such materials. The Engineer-in-Charge shall also have full power to order proper materials to be substituted and in case of default the Engineer-in-charge may cause the same to be supplied and all costs which be incurred in such removal and substitution shall be borne by the Construction Agency.

Removal and substitution of

materials

CLAUSE - 9: If in the opinion of the Engineer-in-Charge any work or part thereof is executed with improper materials or defective workmanship, the Construction Agency shall be bound forthwith to re-execute the same and substitute proper materials and workmanship and remove the sub-standard reject material from the site. Similarly the person, who is responsible for bad workmanship shall be removed from site and other person shall be engaged. In case of default by the Construction Agency/s in doing so within a week from the date

Action in case of

improper Materials and

workmanship

Page 47: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 39 Ex. Engr.

of the requisition, the Engineer -in-Charge shall have full power to employ other persons to re-execute the work and the cost thereof shall be borne by the Construction Agency. CLAUSE-10 A: If during the period of 3 years from the date of completion as certified by the Engineer-in-charge pursuant to Clause-14 of the Contract, any part of work is defective in any manner whatsoever, the Construction Agency shall forthwith on receipt of notice in that behalf from the Engineer-In-charge duly commence execution and completely carry out at his cost in every respect all the work that may be necessary for rectifying and setting right the defects specified therein including dismantling and reconstruction of defective portions strictly in accordance with and in the manner prescribed and under the supervision of Engineer-in-Charge. In the event of the Construction Agency failing or neglecting to commence execution of the said rectification of work within the period prescribed there for in the said notice and/or to complete the same as aforesaid as required by the said notice, the Engineer-in-Charge shall get the same executed and carried out departmentally or by any other agency at the risk, on account, and the cost of Construction Agency. The Construction Agency shall forthwith on demand pay to the MHADB the amount of such costs, charges and expenses sustained or incurred by the MHADB of which the certificate of the Engineer-in-charge shall be final and binding on the Construction Agency. Such costs, charges and expenses shall be deemed to be arrears of land revenue and in the event of the Construction Agency failing or neglecting to pay the same on demand as aforesaid without prejudice to any other rights and remedies of MHADB, the same may be recovered from the Construction Agency as arrears of land revenue. The MHADB shall also be entitled to deduct the same from any amount which may be payable or which may thereafter become payable by the MHADB to the Construction Agency either in the respect of said work or any other work whatsoever or from the amount of Security Deposit retained by MHADB. The provisions of this Clause

Responsibility of

Construction Agency for defect liability.

Page 48: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 40 Ex. Engr.

shall not absolve the Construction Agency from his responsibility for durability of the structure for a period of 50 years under Clause 36 herein below. CLAUSE: 11: From the commencement of the work up to completion stage the work shall be under the Construction Agency's charge. The Construction Agency shall be held responsible for any damage done to the same by fire or any other cause and he/they shall be liable to make good all such damages & to carry out any repairs which may be rendered necessary to the same due to fire or other causes and they shall indemnify MHADB from any claims for injuries to persons or structural damage, damage to property, happening from any neglect or default, want of proper care or misconduct on the part of the Construction Agency or of anyone in his/ their Employees during the execution of the work. The Construction Agency shall take out an all risk policy to take care of all such calamities. The Construction Agency shall complete such restoration works at free of cost within such reasonable period as may be mutually decided by the Construction Agency and Engineer-in-Charge.

Responsibility of

Construction Agency for damage by fire or by

any other cause.

CLAUSE - 12: The Engineer-in-Charge shall have full power to send workmen upon the premises to execute fittings and other works not included in the contract and for which the Construction Agency shall afford every reasonable facility during normal working hours, provided that such operations shall be carried out in such a manner as not to impede the progress of the work included in the Contract. The Construction Agency shall not however be responsible for any damage which may happen to or be occasioned in execution of any such fittings or other works.

Execution of works by other

Construction Agency not included in the contract

CLAUSE - 13 : The work comprised in this contract shall be commenced immediately upon the approvals of drawings from MCGM / DRP / MMRDA by the Construction Agency and as soon as possession of the site is given. The whole work as aforesaid shall be completed in every respect by

Action when work is not duly

completed

Page 49: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 41 Ex. Engr.

the Construction Agency within stipulated time as per CPM chart to be submitted by the Construction Agency taking into consideration the mile stones fixed as indicated in Clause-22. Provided nevertheless that if the Construction Agency shall be of the opinion that he is/they are entitled to any extension of time on account of works being altered, varied or added to or on account of any delay by reason of any inclement whether or other cause beyond the control of the Construction Agency or in on sequence of orders to that effect from Executive Engineer himself (Which orders Executive Engineer is hereby empowered to make) then in any such case or cases it shall be competent for the Executive Engineer by an order in writing to the extent to aforesaid period for final completion by such period or periods as he may deem reasonable and the Construction Agency shall thereupon complete the work/ works within such extended period or periods as aforesaid, further that Construction Agency shall not be entitled to any extension of time unless he / they shall within 30 days (thirty days) after happening of the event in respect of which he/they shall himself/themselves entitled to any such extensions of time give to the Executive Engineer written notice of such claim for the extension of time and of the ground or grounds therefore and of the period thereof, unless in any case the Executive Engineer shall in his discretion dispense with such notice and certify the extension of time. Provided further that any cases in which any extension of time limit has been granted. The aforesaid provision relating to payment of damages for default in completion of the work within the time so extended shall apply. The above provisions regarding extension of time limit shall not apply to extra work involved in extra depth of foundation mentioned in Clause No.5.

Extension of time Limit

CLAUSE - 14: On completion of the work the Construction Agency shall be furnished with a certificate by the Engineer -in-Charge of such completion but no such certificate shall be given nor shall the work be considered to be complete until the Construction Agency shall have removed from the premises, in which the work shall have been executed, all scaffolding, surplus materials and rubbish, and shall have

Final Certificate

Page 50: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 42 Ex. Engr.

cleaned off the dirt from all wood work, doors, windows, walls, floors, or other parts of any building, in or upon which the work has been executed or of which they may have in possession for the purpose of executing the work, nor until the work shall have been measured by the Engineer-in-Charge or where the measurement have been taken by his subordinate until they received the approval of the Engineer-in-charge, the said measurements being binding and conclusive on the Construction Agency (s). If the Construction Agency fail to comply with the requirements of this clause as to the removal of scaffolding, surplus materials and rubbish and cleaning of dirt on or before the date fixed for the completion of the work the Engineer-in-Charge may, at the expense of the Construction Agency, remove such scaffolding, surplus materials and rubbish, and dispose off the same as he thinks fit and clean off such dirt as aforesaid; and the Construction Agency shall forthwith pay the amount of all expenses so incurred, but shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except for any sum actually released by the sale thereof after accounting the expenses. If the Construction Agency fails to pay the sum, the same shall be recovered from him from the final bill or from his Security Deposit or any dues payable to him by MHADA. CLAUSE - 15: If the Construction Agency becomes bankrupt, or have received order made against him, or presents his petition in bankruptcy or makes an arrangement with or assignment in favour of his creditors, or agrees to carry out the Contract under a committee of inspection of his creditors or, being a corporation, goes into liquidation (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), or if the Construction Agency assigns the Contract, without the consent in writing of the Board first obtained, or have an execution levied on his goods, or if the Engineer-in-Charge certifies in writing to the Board that in his opinion the Construction Agency:

Default of Construction Agency

Page 51: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 43 Ex. Engr.

a) has abandoned the Contract, b) without reasonable excuse has failed to commence the

works or has suspended the progress of the works for twenty-eight days after receiving from the Engineer-in-Charge written notice to proceed, or

c) has failed to remove materials from the site or to pull down and replace work for the period specified by from the Engineer-in-charge by written notice that the said materials or work had been condemned and rejected by the Engineer-in-charge under these conditions, or

d) despite previous warnings by the Engineer-in-charge, in writing, is not executing the works in accordance with the contract, or is persistently or fragrantly neglecting to carry out his obligations under the contract or

e) has, to the detriment of good workmanship, or in defiance of the Engineer-in-Charge's instructions to the contrary, sub-lets any part of the contract, then the Engineer-in-charge may, after giving fourteen day's notice in writing to the Construction Agency, enter upon the site of the works and expel the Construction Agency there from without thereby voiding the Contract, or releasing the Construction Agency from any of his obligations or liabilities under the Contract, or affecting the rights and powers conferred on the Engineer-in-Charge by the Contract, and may himself complete the works or may employ any other Construction Agency to complete the works. The Engineer-in-Charge or such other Construction Agency may use for such completion so much of the Constructional Plant, Temporary Works and materials and all designs for buildings, drawings and estimate for execution, construction technology, patents etc. which have been deemed to be reserved exclusively for the execution of the works, under the provision of the Contract, as he or they may think proper, and the Engineer-in-Charge may, at any time, sell any of the said Constructional Plant, Temporary works and unused materials and apply the proceeds of sale in or towards the satisfaction of any sums due or which may become due to turn from the Construction Agency

Page 52: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 44 Ex. Engr.

under the Contract. The Construction Agency shall forfeit to the MHADB royalty rights and all other rights whatsoever attached to the drawings, designs, technology and patents free of cost for completion of incomplete work.

The Engineer-in-charge shall, as soon as it may be practicable, after any such entry &. expulsion by the Engineer-in-Charge fix and determine ex-prate, or by or after the reference to the parties, or after such investigation or enquiries as he may think fit to make or institute, and shall certify what amount, if any, had at the time of such entry and expulsion been reasonably earned by or would reasonably accrue to the Construction Agency in respect of work then actually done by him under the Contract and the value of any of the said unused or partially used materials, any Constructional Plant & any Temporary Works.

Valuation at date of

forfeiture

If the Engineer-in-Charge shall enter & expel the Construction Agency under this clause, he shall not be liable to pay to the Construction Agency any money on account of the Contract until the expiration of the period of Maintenance and thereafter until the costs of execution and maintenance, damages for delay in completion, if any, and all other expenses incurred by the MHADB have been ascertained and the amount thereof certified by the Engineer-in-Charge. The Construction Agency shall then be entitled to receive only such sum or sums, if any, as the Engineer-in-Charge may certify would have been payable to him upon due completion by him after deducting the said amount. If such amount shall exceed the sum which would have been payable to the Construction Agency on due completion by him, then the Construction Agency shall, upon demands pay to MHADB the amount of such excess and it shall be deemed a debt due by the Construction Agency to the MHADB and shall be recoverable accordingly.

Payment after Forfeiture

CLAUSE - 16:A The Construction Agency shall be. paid after completion of work commencing from the date of work

Payment to Construction

Page 53: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 45 Ex. Engr.

order, a sum equal to 96% of the total cost of work done since the last payment according to the actual progress and plan of payment attached in Vol-III of contract document. All such interim payments shall be considered as advance towards final payment of contracted amount and shall not be considered as the said work or portion of work finally accepted by Engineer-in-Charge. The balance 4% retained amount shall be released to the Construction Agency as under

i) 3% retained amount shall be released after submission of irrevocable Bank Guarantee of Nationalized bank of equivalent amount up to the payment of final bill.

ii) Balance 1% amount shall be retained towards satisfactory maintenance of lifts, firefighting systems, water pumps, D.G.sets etc. The same may be converted into FDR for the maintenance period and shall be released proportionately on satisfactory completion of maintenance yearly.

The certificate of Engineer-in-charge shall be conclusive evidence of such satisfactory completion. This retention money does not include the sum paid or deducted towards

Security Deposit.

CLAUSE – 16: B ---------- Deleted ---------------

Agency for work done

CLAUSE - 16: C ---------- Deleted ---------------

CLAUSE – 17 : The Certificate of the Engineer-in-Charge hereinafter referred to showing the final balance due or payable to the Construction Agency shall be conclusive evidence of the works having been duly completed and that the Construction Agency shall be entitled to receive payment of the final balance in accordance with such certificate, only after handing over the building, but without prejudice to the liability of the Construction Agency under the provisions of Clause 9, 10 and 36.

Certificate.

CLAUSE – 18 : If at any time after the execution of the Contract Document the Executive Engineer shall for any reason

No Compensation for

Page 54: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 46 Ex. Engr.

whatsoever, not required the whole or any part of work as specified in the tender to be carried out, the Executive Engineer shall give notice in writing of the fact to the Construction Agency who shall there upon have no claim to any payment or compensation whatsoever on account of any profit or advantage he might have derived from the execution of work in full but which he did not derived in consequence of the full amount of the work not having been carried out neither shall he have any claim for compensation by reason of any alteration having been made in original specification drawing, designing & instructions which may involve any curtailment or increase of the work as originally contemplated.

alteration in or restriction of work to be carried out

CLAUSE - 19: The Construction Agency shall be responsible for and shall pay compensation to his workmen, which may be payable under the Workmen's Compensation Act 1923 (VIII of 1923) (hereinafter called the said Act) for injuries suffered by them. If such compensation is paid by the M.H. & A.D.B as principle Employer under sub-section (1) of Section 12 of the said Act on behalf of the Construction Agency it shall be recoverable by the M.H.& A.D.B. from the Construction Agency under Sub-section (2) of the said section for this purpose, Construction Agency shall take all risk policy for the work

Compensation under the Workmen's compensation

Act.

CLAUSE - 19 (A) : The Construction Agency shall be liable to pay the expenses of providing medical aid to any workman at site who may suffer any injury as a result of an accident at or near the worksite whether on duty or off-duty. It shall be open to the M.H. & A.D.B. to incur the requisite expenses for providing such medical aid and to recover the same from the Construction Agency. Certificate of the Engineer-in-Charge as to the amount of expenses actually incurred on providing such medical aid shall be final and conclusive against the Construction Agency.

Rendering medical aid to the

injured workman

CLAUSE - 20: All quarry fees, royalties, octroi duties, Toll tax and ground rent for stacking materials if any & work contract tax (as per Govt's. enforced rule) and Service Tax,

Payment of various fees &

out goings & work contract

Page 55: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 47 Ex. Engr.

labour compensation cess etc. shall be paid by the Construction Agency & contract rate shall be inclusive of all.

Tax

CLAUSE - 21(i): The Construction Agency shall submit the irrevocable bank guarantee of Nationalized bank / Schedule Bank, Govt. securities, FDR for 50 % security deposit of total 2% of contract amount at the time of executing the agreement in approved form of MHADA and remaining 50 % shall be deducted from the R.A. bills. The Bank Guarantees, Govt. securities, FDR towards Security Deposit shall be valid for a period of 3 years beyond the stipulated date of completion. The Construction Agency shall extend the Bank Guarantees as directed by Engineer-in- charge from time to time if the work is not completed in stipulated time. Initial 50 % of the full amount of Security Deposit shall be paid by Construction Agency within 10 days from the receipt of letter of acceptance.

Payment of Security

Deposit.

ii) All compensation or other sums of money payable by the Construction Agency to the MHADB under the terms of this Contract may be deducted from, or by the encashment of sufficient part of his Security Deposit or from any other sums which may be due or may become due by the MHADB to the Construction Agency on any account whatsoever, and in the event of his security deposit being reduced by reason of any such deductions or encashment as aforesaid, the Construction Agency shall within 10 days thereafter, make good the same by irrevocable Bank Guarantee of appropriate amount endorsed as aforesaid any sum or sums which may have been deducted from or raised by the encashment of his Security Deposit or any part thereof.

Realization of compensation

from the Construction Agency.

(iii) If the amount of Security Deposit to be paid in a lump sum manner within the period specified in Clause 21 (i) above or within a valid extended period, is not paid, the contract already accepted shall be considered as cancelled and legal steps shall be taken against the Construction Agency for recovery of the amounts.

(iv) The 50% of the Security Deposit deducted from RA Bills of Construction Agency shall be refunded after the expiry of three months from the date of payment of the final bill. The

Page 56: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 48 Ex. Engr.

remaining 50% in form of Bank Guarantee shall be refunded after the date up to which the Construction Agency has agreed to maintain the work in good order is over. In the event of the Construction Agency failing or neglecting to complete rectification work within the period (i.e. 3 Years from the date of completion of work) up to which the Construction Agency has agreed to maintain the work in good order, then, subject to Clause 9, 10, 10 A and 36 hereof the amount of Security Deposit retained by the MHADB shall be adjusted towards the excess cost incurred by the MHADB on rectification or redoing any work or part of the work. CLAUSE - 22: The time allowed for carrying out the work as entered in contract shall be strictly observed by the Construction Agency and shall be reckoned from the date. on which the Work order is given. The work shall, throughout the stipulated period of the contract, be proceeded with all due diligence. ( time being deemed to be the essence of the Contract on part of the Construction Agency) following the schedule given below.

Time is the essence of

the contract

Mile Stone Percentage of the work to be completed

Period from date of issue of Work Order

1. 25% 38% 2. 50% 60% 3. 75% 80% 4. 100% 100%

In the event of Construction Agency failure, to comply with any of these programs he/ they shall be liable to pay as compensation an amount equal to 1% or such smaller amount as Dy. C.E. concern of MHADB (whose decision in writing shall be final) may decide of the said estimated cost of the whole work for everyday that due quantity of work remain incomplete, provided always that the total amount of compensation to be paid under the provision of the clause shall not exceed 10% of estimated cost of the whole work as shown in tender.

Note : The quantity of work to be done within particular time

Page 57: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 49 Ex. Engr.

would be as in a separate progress chart and Construction Agency shall follow same scrupulously.

CLAUSE – 22 (A): In any case in which under any of clause or clauses of this contract the Construction Agency shall have rendered himself liable to pay compensation amounting to the whole of his Security Deposit (whether paid in one sum or deducted by installments) or in case of abandonment of the work owing to serious illness or death of the Construction Agency or any other clause, the Executive Engineer on behalf of the M.H.A.D.A. shall have power to adopt any of the following courses, as he may deem best suited to the interest of M.H.A.D.A

Action when whole of

Security Deposit is Forfeited.

a) To rescind the contract (of which rescission notice in Writing to the Construction Agency under the hand of the Executive Engineer shall be conclusive evidence) and in that case the Security Deposit of the Construction Agency shall stand forfeited and be absolutely at the disposal of M.H.& A.D.A.

b) To carry out the work or any part of the work Departmentally debiting the Construction Agency with the cost of the work, expenditure incurred on tools and plant and charges on additional supervisory staff including the cost of work charge establishment employed for getting the unexecuted part of the work completed and crediting him with the value of the work done departmentally in all respects in the same manner and at the same rates as if had been carried out by the Construction Agency under the terms of his contract. The certificates of Executive Engineer as to the cost and other allied expense so incurred and so to the value of the so done departmentally shall be final and conclusive against the Construction Agency or subsidiary agencies.

Page 58: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 50 Ex. Engr.

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

In case the Construction Agency shall be rescinded under clause (a) above, the Construction Agency shall not be entitled to recover or be Paid any sum for any work therefore actually performed by him under this contract unless and until the Executive Engineer shall have certified in writing the performance of the such work and the amount payable to him in respect thereof and he shall only be entitled to be paid either of the course s referred to in clause (b) or (c) being adopted and the cost of the work executed departmentally or through a new Construction Agency and other allied expenses exceeding the Value of such work credited to the Construction Agency, the amount of excess shall be deducted from any money due to the Construction Agency by M.H.& A.D.A. under the Construction Agency or other-wise howsoever of the three courses mentioned in clauses (b) or (c) is adopted by the Executive Engineer, the Construction Agency shall have no claim to compensation for any loss sustained by him by reason of his having purchased, or procured any materials, or entered into any engagements or made advance on account of or with a view

Page 59: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 51 Ex. Engr.

to execution of the work or the performance of the contract.

CLAUSE - 23 : If the progress of any particular portion of the work is unsatisfactory, the Engineer-in-charge shall not withstanding that the general progress of the work is in accordance with the conditions mentioned in Clause-22 be entitled to take action as per procedure laid down under. Clause - 22 A. The Construction Agency shall have no claim for compensation for any loss sustained by him owing to such action.

Action when the progress of any particular portion of the

work not Satisfactory

CLAUSE - 24: The Construction Agency shall provide all necessary fencing and lights required to protect the public from accident and shall be bound to bear the expenses of defense of every suit, action or other legal proceedings that may be brought by any person for injury sustained by him owing to neglect of the above precautions and to pay any damages and costs which may be awarded to any such person in any such suit, action or proceedings or which may, with the consent of the Construction Agency be paid for comprising any claim by any such person.

Liability for damages

arising from non provision of light, fencing

CLAUSE - 25 : Compensation for all damage done intentionally or unintentionally by Construction Agency's labour whether in or beyond the limits of the M.H.& A.D.B. property including any damage caused by the spreading of fire mentioned in Clause 11 shall be estimated by the Engineer-in-Charge or such other officer as he may appoint and the estimates of the Engineer-in-Charge subject to the decision of the Dy. Chief Engineer concern of MHADB on appeal shall be final, and the Construction Agency shall be bound to pay the amount of the assessed compensation on demand on his/their failure to do so the same shall be recovered from the Construction Agency as damages in the manner prescribed in Clause 13 or deducted by the Engineer-in-Charge from any sums that may be due or may become due from the M.H.A.D.B. to the Construction Agency under this contract or otherwise.

Liability of Construction Agency for any damage done in or out-Side work

area.

CLAUSE - 26 : The Construction Agency shall be allowed to work round the clock on all days including

Page 60: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 52 Ex. Engr.

Sundays and holidays for this particular contract subject to fulfillment of relevant Labour laws and other prevailing rules in this respect. In night time, only such work shall be carried out by the Construction Agency which shall not cause nuisance to the adjoining residents.

Work on Sundays

CLAUSE - 27 : (i) Construction Agency shall employ any person who has completed the age of 18years (ii) Construction Agency shall employ donkeys or other animals with breeching of string or thin rope. The breeching shall be at least three inches wide and shall be of tape -(Nawar). (iii) No animal suffering from sores, lameness or emaciation or which is immature shall be employed on the work. (iv) The Engineer-in-charge or his subordinate officer or P.M.C. is authorized to remove from the work any person or animal found working which does not satisfy these conditions and no responsibility shall be accepted by the M.H.& A.D.B. for any delay caused in the completion of the work by such removal. (v) The Construction Agency shall pay fair and reasonable wages to the workmen employed by him in the works undertaken by him. (vi) The Construction Agency/Construction Agency shall have to make payment to the labours abiding by the provisions of Minimum wages Act.

Minimum age of persons,

Employment of donkeys and other animals and the payment of fair wages

CLAUSE - 28 : Payment to Construction Agency shall be made by RTGS / NEFT process adopted by banks( Bank of Maharashtra )as per FC/A's order no FC/A/312/2293 dt.19-09-2009.

Method of Payment

CLAUSE - 29 : i) Except where otherwise specified in the contract and subject to the power delegated to him by M.H.A.D.A. under the rules then in force, the decision of the concern Dy. Chief Engineer, shall be final, conclusive and binding on all parties at the contract upon all question relating to the meaning of specifications, designs, drawings and instructions hereinbefore mentioned and as to the quality of

Dy. Chief Engineer's Decision final

Page 61: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 53 Ex. Engr.

workmanship or materials used on the work, or as to any other question claim, right, matter or thing whatsoever, in any way arising out of or relating to the contract designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of work, or after the completion or abandonment thereof.

CLAUSE - 30 : While engaging the laborers on the work, preference shall be given to the locally available labour and outside labour can be engaged on the work only with the express permission of the Engineer-in-charge.

Deployment of Local labourer

CLAUSE - 31 : All amount which the Construction Agency is liable to pay to the M.H.A.D.B. in connection with execution of work including the amount payable in respect of following. i) Material and/or stores if supplied/issued by the MHADB to the Construction Agency. ii) Hire charges in respect of heavy plant machinery and equipment if given on hire by the M.H.A.D.B. to the Construction Agency for execution by him of the work and/or in which advance have been given by M.H.A.D.B. to the Construction Agency shall be recovered from the Construction Agency from the dues payable to him or the dues which may become payable to him by MAHDB or shall be deemed to be the arrears of the land revenue and the M.H.A.D.B. recover the same from the Construction Agency as arrears of land revenue.

CLAUSE - 32 : Construction Agency shall comply with the provisions of the Apprentices Act 1961 and the rules and order issued there under from time to time. If he fails to do so, his failure shall be breach of the Contract and the Engineer-in-charge may in his discretion cancel the Contract. The Construction Agency shall also be liable for any pecuniary liability arising on account of any violation by him of the provision of the Act.

Apprentices Act 1961

Page 62: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 54 Ex. Engr.

CLAUSE - 33: In case of any dispute arising out of this contract the same shall be referred to the Executive Engineer in charge within 14 days from its occurrence. The same will be referred to the Chief Engineer of MHADA through the concern Dy. C.E. who will give his decisions within 30 days as far as possible. If the contractor is aggrieved by the decision given by the Chief Engineer, the contractor shall refer the matter to the Vice President & Chief Executive officer MHADA within 30 days, on the receipt of the said decision failing which the decision of Chief Engineer/Authority shall be final & binding on the Contractor. The Vice President & C.E.O/MHADA shall give his decision as far as possible within 30 days and same shall be final and binding. However if the dispute is taken to the court of law, the Jurisdiction of Mumbai High Court at Mumbai only will be valid.

CLAUSE - 34 : The Construction Agency shall duly comply with all the provision of Contract labour (Regulation and Abolition Act 1970 (37 of 1970) and the Maharashtra Contract labour (Regulation & Abolition) rules 1971 as amended from time to time and all other relevant statements and statutory provisions concerning payment of wages particularly to workman employed by the Construction Agency shall pay wages to each workers employed by him on the site of the work at the rate prescribed under Maharashtra Contract, Labour (Regulation and Abolition) Rules 1971. If the Construction Agency fails or neglects to pay wages at the said rates or makes short payment, the Mumbai Housing & Area Development Board shall make such payments of Wages in full or part thereof less paid by the Construction Agency as the case may be. The amount so paid by the Mumbai Housing and Area Development Board to such workers shall be deemed to be the arrears of land revenue and the Mumbai Housing and Area Development Board shall be entitled to recover the same from Construction Agency or deduct the same from the amount payable by the Mumbai Housing and Area Development Board to the Construction Agency hereunder or from any other amounts payable to him by Mumbai Housing & Area Development Board. The Construction Agency shall observe and perform all obligation and duties cast upon him under any

Page 63: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 55 Ex. Engr.

of the provisions of the law applicable in this regard. CLAUSE - 35 : Neither party shall be liable to the other for any loss or damage occurred by or arising out of acts of God, such as unprecedented flood, volcanic eruption, earthquake or other convulsion or nature and other acts such as but not restricted to general strikes, invasion, the act of foreign countries, hostilities or war like operations before or after declaration of war, rebellion, military or usurped power which prevent performance of the contract and which could not have been foreseen or avoided by a prudent person. However in case of conditions mentioned above suitable extension of time limit shall be granted to the Construction Agency.

Force Majeure

CLAUSE – 36:- GUARANTEE FOR DURABILITY OF THE STRUCTURES FOR 50 YEARS

36.1 The Construction Agency shall ensure that the structure of buildings constructed for the Rehab tenements are durable and shall last for a period of at least 50 years.

36.2 The strength as well as durability shall be considered explicitly at design stage.

36.3 The structure shall be designed for loads and stresses as mentioned in IS 456- 2000 (Latest edition). The RCC design of buildings shall be based on consideration of earthquake forces as per prevailing relevant IS and seismic coefficient shall be assumed for calculation of earthquake forces as prevailing relevant IS codes.

36.4 There is danger in case of collapse to the lives of the people as the proposed structures are meant for residential use. The Construction Agency shall therefore be more cautious in design and execution of the work.

36.5 In case of the soil and the sub-soil water at the site has high sulphate and chloride content, the Construction Agency shall have to take utmost precautions to obtain a dense, concrete of low permeability, while carrying out any type of foundation required for proposed building.

Page 64: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 56 Ex. Engr.

36.6 The Construction Agency shall observe methods of controlling while designing and constructing various mechanisms of wear and deterioration of concrete so as to make the structure give satisfactory service and safety throughout 50 years without undue maintenance.

36.7 The mix design and concrete of various grades, shall be as per relevant IS specifications keeping in view both strength and durability. The exposure condition shall be got approved from IIT, Mumbai or any other reputed institute specified by the Dy. Chief Engineer MHADB before start of work.

36.8. In observing the design controls, various code of practice and design guides, which give recommendations on durability, shall be followed. The minimum cement content, water cement ratio, minimum grade of concrete, minimum cover to reinforcement for exposure conditions of environment in Mumbai city and suburbs shall be strictly followed.

36.9 The concrete shall be of low permeability to be durable for 50 years. For this purpose,

a) The aggregate cement ratio for given aggregate shall be sufficient to provide adequate workability with low water cement ratio so that concrete can be compacted with means available with the Construction Agency.

b) The concrete shall be strong and dense with sufficient low water cement ratio.

c) The concrete shall be compacted thoroughly wherever there are difficulties in placing and compacting of concrete, the self compacting cement shall be used.

d) Sufficient hydration of cement shall be ensured through proper curing method.

36.10 The Construction Agency shall be responsible for non-deterioration of foundation, proposed by him for 50 years and shall ensure the controlling system against the mechanism of their deterioration keeping in view the high contents of sulphate and chloride in the soil and the sub-soil water.

Page 65: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 57 Ex. Engr.

36.11 The Construction Agency shall be responsible for the durability of open foundation, Pile foundation and RCC pile caps if required, plinth beams, Super structure, columns, beams, shear walls, cast-in-situ/ precast slabs, walls of water tanks, lift shaft and machine room etc., for 50 years. 36.12 The Construction Agency shall be responsible for 50 years against the creep and long term excessive deflection of slabs in specific and other structural members (where deflection is the criteria for design) like slabs, beams, lintel etc.

36.13 The Construction Agency shall ensure by design and construction controls, the minimum permissible crack width during 50 years and shall be responsible for development of active cracks in the structure for the 50 years.

36.14 The Construction Agency shall be responsible for 50 years for damage-deterioration of structural members due to weathering effect.

36.15 The Construction Agency shall ensure that the structure of buildings constructed for the Rehab tenements shall remain durable and stable at-least for a period of 50 years from the date of completion of buildings. If whole/ part of structure of building collapses or any structural members such as columns, beams, shear walls & slabs shows any major or serious type of distresses within the age of 50 years from the date of completion except in case of development of distresses due to natural calamities, then the construction agency shall have to attend the defects/ repair work as needed in safe-guarding the structure of building immediately, soon after receiving such intimation from the officer of MHADB, without claiming any extra cost. If the defects/ repair work shall not be attended by Construction Agency timely, then Construction Agency shall be responsible for all consequences which may arise thereafter. (In this respect Notarized duly registered Undertaking shall have to be submitted by construction Agency on Stamp Paper of Rs. 100/- along with final bill)

Page 66: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 58 Ex. Engr.

36.16 The Construction Agency shall ensure that the work is executed with adequate supervision and that the execution of construction complies with the specifications. For this purpose, the Construction Agency shall carryout various tests on materials and finished items as per PWD norms/relevant IS specifications and as per Quality Control of MHADA 36.17 The Construction Agency shall give very special attention to the curing of concrete. The period for curing mentioned in the IS code shall be strictly adhered to. The water used for curing shall be potable.

36.18 The Construction Agency shall give special attention to maintain the specified cover during execution as this is very important to transfer the forces in the reinforcement, to provide fire resistance to the steel and to provide alkaline environment at the surface of the steel.

36.19 The Construction Agency shall ensure in the design & construction that there shall be no excessive deflection, creep & cracks in the structure beyond permissible limits for 50 years. 36.20 During the period of Guarantee for durability of structure, the construction Agency shall carry out Structural audit of the building every 5th year commencing from 10th year of building completion and every 3 years after 30th year of completion of building. The suggestion made in structural audit shall be done by the Agency. The structural audit report shall be prepared in duplicate.

CLAUSE -37. The Construction Agency shall give full access and co-operation to any officer of MHADA & MHADB and PMC for inspection of work, checking cement account etc. The lapses observed shall be promptly rectified with by the Construction Agency. So also the Construction Agency shall give full access and co-operation for inspection of work by the members of MHADA & MHADB and to any such person authorized by the Engineer-in-charge.

CLAUSE -38. Escalation / de-escalation shall be payable as per the MHADA's Price variation formulae approved by the

Page 67: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 59 Ex. Engr.

Competent Authority / MHADA. Price variation formulae is attached as per Annexure – VIII CLAUSE – 39 : The Contractor shall take out necessary

Insurance Policy/Policies (viz. Contractors All Risk Policy) etc.

as decided by Directorate of the Insurance) so as to provide

adequate Insurance Cover for execution of the awarded

Contract work for total contract value and complete contract

period compulsorily from the Directorate of Insurance

Maharashtra State, Mumbai only. It is postal address for

correspondence is Room No 264, Ist floor, Griha Nirman

Bhavan MHADA, Ist floor, Opp. Kala Nagar, Bandra (E),

Mumbai – 400 051. Telephone No. 26590403/26390690 and

Fax No. 26592461. Similarly all workmen appointed to

complete the Contract work is required to ensure under

workmen’s compensation Insurance Policy. Insurance

Policy/Policies taken out from any other Company will not be

accepted. If any contractor has not affected insurance then the

amount of premium calculated by the Directorate of Insurance

will be recovered directly from the amount payable to the

Contractor for the executed contract work.

Executive Engineer SRD-III/MB

Page 68: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 60 Ex. Engr.

( 5 ) GENERAL CONDITIONS OF CONTRACT

(5a) FOR CIVIL WORKS

1(a) The Construction Agency shall engage an authorized and experienced Project Manager who shall

be a qualified Architect & / Engineer. He shall also engage Engineering Supervisors who shall be capable of

ensuring quality & progress of the work. Such Engineering Supervisors shall possess sufficient knowledge

of R.C.C. works and shall take such orders as may be given to them by the Engineer-in-charge or his

subordinates or Project Management Consultants from time to time and shall be responsible for carrying

them out faithfully.

1(b) MHADA shall provide the layout plan and building plan duly approved by the planning Authority

upto the stage of LOI (letter of Intent as described under SRA) from DRP/SRA.. The construction Agency

shall comply the IOA/LOI conditions of planning Authority and shall obtain approvals/ permissions as may

be applicable from DRP / SRA, MCGM, MMRDA, PWD, MoEF, Railway, Highway Authorities, Reliance

Energy (Infrastructure) Ltd/ Tata Electricals, MSEB, BEST, Civil Aviation Department, CFO and all such

other statutory authorities and also carry out compliances of various conditions as may be prescribed by

these or other such authorities at his cost. If the plans if any required to be revised in compliance to

planning Authority, the construction Agency shall obtain the same in consultation with the Chief Architect

& Planner/ MHADA for this purpose and obtain IOA. The fees if any required to pay to concerned

Authorities for getting various approvals / NOC shall be borne by the construction Agency.

2 The Construction Agency shall also have an office within the work site, area, where the notices and

instructions from the Engineer-In-charge or Project Management Consultants may be served, and the office

shall be kept open through out the day/night on all working days. A clerk or some authorized person shall

always be present at such office, upon whom notices and instructions may be served and serving of any

notice left with such a clerk or the representative in such an office shall be deemed to have been

validly served upon the Construction Agency for all purposes.

3(a) The triplicate work order book shall be maintained on the site of work and the Construction Agency

or his authorized representative shall sign acceptance of the work orders given by Project

Management Consultants or the Engineer-in-charge or his Superiors /subordinates and shall carry them

out properly. In case the Construction Agency continues to indulge in doing the works contrary to the

instructions given to him, as incorporated in the work order book or given in writing by separate

communication within the provisions of contract document, he shall be doing so entirely at his risk and

cost and the Engineer-in-charge shall have the right to dismantle at Construction Agency's risk and

cost the work so carried out. The Construction Agency shall be held responsible for the delay in execution

Page 69: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 61 Ex. Engr.

of work on this account and shall bear all other consequences arising out of non compliance of the orders

given in time. No extension of time on this account shall be considered.

(b) If the Construction Agency fails to comply with instructions of the P.M.C. or Engineer-in-charge, the

Engineer-in-charge may impose such penalty for each of such default, as provided in Clause 10 and Clause

23 of `C' Form. Conditions of Contract herein above.

4 The Construction Agency shall have to clear the entire site before the work is commenced,

without any extra cost. The clearance of the site includes removal of grass, trees, vegetation,

boulders and extra earth at site, in order to level down the site as required. The extra earth which may

thus be obtained would be disposed off, as directed by the Engineer-in-charge, without claiming anything

extra. The Construction Agency shall make his own arrangement for preventing flood water or tide water

entering the area of work, causing damage to any work. He shall have sufficient number of pumps for

dewatering etc. to keep the site dry at his own cost and in no case shall the progress of the work be

allowed to be hindered on account of flood and tide.

5 (i) The Construction Agency in addition to the required store and other structures required for the

work, shall provide and construct a suitable temporary office building for the use of Engineer-in-charge

and his authorized staff/ representative, as directed by the Engineer-in-charge. The area of the office shall

be of adequate size with sanitary facilities. (As directed by Engineer in-charge) The cost of construction &

maintenance of above office shall be borne by the Construction Agency without any claim on this account.

(ii) The Engineer's office shall be provided with adequate furniture as directed by the Engineer-in-

charge. The construction of the temporary office building shall be carried out as soon as possible and the

furniture provided for the office use shall be the property of the Construction Agency and the same shall

be allowed to be removed after completion of main work. The Construction Agency shall provide for the

office building necessary electrical, drainage and water provisions. The Municipal taxes and all other taxes/

charges payable on such building shall be paid by the Construction Agency during the period of execution of

the work. The Construction Agency shall provide Pentium IV computer with windows installed and printer

in the site office, during the course of execution, exclusively for the use of MHADA. An Air conditioner of

required capacity shall be provided in the office.

6. The Construction Agency shall provide all labours, pegs, strings, and other materials required for

lining and setting out the work. He shall also provide all instruments and attendants required by the

Engineer-in-charge and his representatives/ P.M.C. for, checking of the works at all the stages of

constructions, as and when so directed by the Engineer-in-charge.

7. The Construction Agency shall, at his own expense make all necessary provisions for housing,

water supply and sanitation arrangements for his employees & labourers & shall pay directly to the

Page 70: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 62 Ex. Engr.

authorities concerned all deposits, rents, taxes and other charges. The Construction Agency shall also

comply with all the requirements of Health Department of the M.C.G.M. or any other authority in

charge of management of the locality, particularly in regard to anti-malaria or any other measures.

8 The Construction Agency shall maintain the roads used by him for transport and also shall provide

necessary approach roads as required and keep the same duly maintained at his cost, in order to have

easy transport and also satisfactory inspection by the officers of the M.H.A.D.B./P.M.C. If it is necessary

to have such roads and passages through private parties, the Construction Agency shall be bound to

give the right of access of such roads and passages to other Construction Agency for subsidiary work

and also to others as directed by the Engineer-in-charge without any charges. The Construction Agency

shall take ample precautions regarding safety to the existing structures and in case of any damage caused by

him or his agents, shall make good the loss at his own cost. The Construction Agency shall on completion

restore, the roads to their original conditions. In case he fails to restore the roads to the satisfaction of the

Engineer-in-charge, the same shall be done at the risk and cost of the Construction Agency. In case the

Construction Agency fails to maintain the roads used by him the same shall be done at the risk and cost of

the Construction Agency.

9. The Construction Agency is to set out the line out for all works and shall be responsible for the

accuracy of the same. He shall provide necessary side rails etc., as directed by the Engineer- in-charge. Any

defective or inaccurate setting out or deviation from the sanctioned plan shall be rectified at his risk and cost.

The Construction Agency shall provide good leveling instruments and staff for use on work.

10. The Construction Agency shall make necessary arrangements to obtain water connections from

Municipal Corporation or other authorities concerned, for the execution of work at his own cost and pay

deposit and extra water charges, sewerage charges and flushing charges and all other charges in

accordance with the Rules of the Mumbai Municipal Corporation, other authorities in force. The Agency

shall ensure that the extra water charges and extra sewerage charges shall not be included in LUC bills of

MCGM after date of issue of work order; otherwise the payment toward extra water charges and extra

sewerage charges shall be recovered from the Bidders R.A. Bills. The Mumbai Housing and Area

Development Board shall help the Construction Agency in obtaining the necessary water connections by

way of recommendation only. All the charges that are payable to M.C.G.M. at the present rates shall be paid

by the Construction Agency. Any increase in the charges that may be imposed in future whether during

original period of contract or the extended period shall also be paid by the Construction Agency. The

permanent water/ Electric/ Drainage connection charges and storm water charges shall be paid by

Construction Agency, including deposits for water meters including Electrical meter service charges etc.

11. The Construction Agency shall have to pay all the fees, deposits charges required for obtaining

Page 71: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 63 Ex. Engr.

approvals by him pertaining to work under scope of works from M.C.G.M. / DRP / SRA, BSES/ BEST,

P.W.D., AAI, MoEF etc. and payments of all the concerned authorities during execution of all works under

this contract and these payments shall not be reimbursed from M.H.A.D.Board. If required appropriate

certificates shall be issued by M.H.A.D.B. so as to facilitate the refund of such deposits or payments by the

authorities concerned.

12. Whenever any claim against the Construction Agency, for the payment of such sum, arises out of

or under the contract, Mumbai Housing and Area Development Board shall be entitled to recover such

sum or sums, by appropriating the part or whole, from any amount due on running account bills or the

Security Deposit of the Construction Agency and to sell any Government promissory notes etc. Forming

the whole or, part of the security. In the event of the security deposit being insufficient and if no security

has been taken from the Construction Agency, then the balance or the total sum recoverable as the case

may be, shall be deducted from any such amount then due, or which at any time thereafter may become

due, from the Construction Agency under this or any other contract with Maharashtra Housing and

Area Development Authority Mumbai, shall this amount not be sufficient to cover this full amount

recoverable, the Construction Agency shall pay the M.H. & A.D. Board, on demand, the balance

remaining dues. In cases where a particular person was partner in a firm against whom the Board has a

claim, and if the same partner joins another firm, then the amount due from the partner according to his

share of interest in the former firm, shall be recoverable from his share of interest in the subsequent

firm.

13. i) The Engineer-in-charge / Board shall have the right to cause any audit & technical examination of

the works and final bills of the Construction Agency, including all supporting vouchers, abstracts, etc.,

to be made after payment of the final bills and if, as a result of such audit and technical examinations, the

sum is found to have been overpaid in respect of any work done by the Construction Agency under the

Contract, the Construction Agency shall be liable to refund the amount of over payment and it shall be

lawful for the Board to recover the same from him.

ii) The Construction Agency shall have to pay all dues or recoveries that may be pointed by the audit

during the post audit of the final bills, subsequently to the refund of full amount of the Security

Deposit. For this the Construction Agency shall sign an indemnity bond on stamp paper of Rs 100/- at the

time of refund of full amount of Security Deposit.

14. The Construction Agency shall give full access and co-operation to any officer authorized by the

Engineer-in-charge for inspection of work all the time, checking of cement account and godown etc. The

lapses observed shall be promptly rectified by the Construction Agency.

15 The Construction Agency shall, after completion of work, have to obtain necessary certificate from

Page 72: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 64 Ex. Engr.

the Municipal Sanitation and anti-malaria authority for securing water supply from Hydraulic

Department. He shall also have to obtain necessary certificate from other departments if so desired. He shall

also obtain the NOC’s for water supply connection and drainage connection from Mumbai Municipal

Corporation, the necessary charges shall be paid directly by Construction Agency.

16. Wherever water or drainage pipe lines or electric lines are found to be passing under the

proposed buildings or by road side, such pipe lines/ Electric lines shall be property of MHADA and have

to be removed and realigned and relayed by the Construction Agency as directed by the Engineer-in-

charge. The cost of this work shall be paid by MHADB. This work shall have to be done during non-peak

load in case of drainage lines and no supply hours in case of water pipe lines.

17. The Construction Agency shall obtain necessary license for engaging the labourers, or the

work from the licensing office of the jurisdiction as required, as per Contract Labour Regulation and

Abolition Act, 1970.

18. The contractor should take of appropriate amount, such as Contractor's All Risk (CAR) Insurance

policy, so as to cover the compensation claims arising out of workmen's compensation act, 1923, before

starting the work and get revalidated from time to time.

19. All working drawings including R.C.C. shall be prepared by Construction Agency and shall be

got approved from Engineer in-charge before execution of work.

20. Construction Agency shall prepare record drawings. The Construction Agency shall during the

course of execution prepare and keep up-dated and complete set of 'AS BUILT' (Record) Drawings

recording all works on the Blue print, which shall be corrected from time to time, if necessary to show

each and every change from the contract drawings and the exact 'AS BUILT' location sizes and kind of

work etc. Changes recorded shall be countersigned by the Engineer-in-charge and the Construction Agency.

The Construction Agency shall submit complete 'AS BUILT-RECORD' on Compact Discs for

Bldg work and all services as directed by the Engineer-in-charge within 30 days of the completion of

entire work or before the payment of final bill whichever is later. In case the Construction Agency fails to

submit drawings as aforesaid he shall be liable to pay up to Rs.3.00 lakhs or as may be fixed by the

Engineer-in-Charge and his decision shall be final and binding to the Construction Agency.

21 During the course of the work, the Construction Agency shall make all necessary arrangements

for ensuring proper drainage of the site by providing Hume pipes, channels, temporary crossings etc. as

may be required to be provided according to the directions of the Engineer-in-charge, his proposals for

ensuring the drainage of the site by taking into consideration the final drainage plan proposed in the

Page 73: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 65 Ex. Engr.

project and for carrying out the works in the manner approved by the Engineer-in-charge.

22. It shall be the responsibility of the Construction Agency to keep the clear site handed over to

him free from any encroachments He shall be required to take at his own cost, measures to protect the site

from such encroachment and keep the site free from all encumbrances till final completion of work and

handing over the site to the Engineer-in-charge.

23. The Construction Agency shall keep the Engineer-in-charge informed about the casting dates of

RCC work in writing at least Four days before.

24. The terrace slab, W.C.'s, baths, toilets, top slab of pump houses, lift machine rooms, staircase

cabins, society's office, meter room, watchman cabin, lift pits, underground water tank, overhead water

tanks, shall be thoroughly leak-proof. The Construction Agency shall give 10 years guarantee for all

waterproofing works on stamp paper of Rs 100/- duly notarized and registered as per the Performa enclosed

herewith. (Annexure- II)

25. Performance Guarantee :

The Construction Agency shall be required to execute an Indemnity Bond, for satisfactory

performance of entire project, on a stamp paper of value of Rs.100/- in the format approved by M.H.&

A.D.B. (Annexure- III) & (Annexure- V) duly Notarized & registered. This Indemnity Bond shall remain

in force for a period of three years after completion of the project.

In case of any dispute arising out of bad quality of work under the Consumer Protection Act 1986, the

same shall be jointly represented by the Construction Agency and MHADA in the Consumer's

Court. If any compensation/ rectification of work is ordered by the Consumer's Court, the same shall be the

responsibility of the Construction Agency, limited to his scope of the work.

26. The final bill shall be submitted by the Construction Agency within 3 months or after obtaining

Occupation certificate/ water connection to building whichever in latter. No further claims shall be made by

the Construction Agency after submission of the final bill and these shall be deemed to have been waived.

27. The Construction Agency shall, when required by the Engineer-in-charge produce all quotations,

invoices, vouchers, accounts, receipts etc. to prove that materials supplied are in conformity with the

specifications laid down in the contract.

28. Final Account. (a) Not later than 3 (three) months after the date of issue of the completion Certificate, the

Page 74: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 66 Ex. Engr.

Construction Agency shall submit a draft statement of Final Account & supporting documentation to the

Engineer-in-charge showing in detail the value of the work done in accordance with the contract,

together with all further sum which the Construction Agency considers to be due to him or recoverable from

him under the contract up to the date of the completion Certificate (hereinafter called the "Contract's Draft

Final Account").

(b) Within 3 (three) months after receipt of the Construction Agency's Draft Final Account and

of all information reasonably required for its verification, the Engineer-in-charge shall determine the

value of all matters to which the Construction Agency is entitled under the contract. The Engineer-in-

charge shall then issue to the Construction Agency a statement (hereinafter called the "Engineer's Draft

Final Account") showing the final amount to which the Construction Agency is entitled under the

Contract. The Construction Agency shall sign the Engineer's Draft Final Accounts as an acknowledgment

of the full and final value of the work performed under the contract and shall promptly submit a signed

copy (hereinafter called the "Final Account") to the Engineer-in-charge.

29 Use of Explosives :

Except as may be provided in the Contract or ordered or authorized by the Engineer-in-charge, the

Construction Agency shall not use explosives. Where the use of explosives is so provided or ordered

or authorized the Construction Agency shall comply with the requirements of the following sub-clauses

of this clause besides the law of the land as applicable.

(1) The Construction Agency shall at all times take every possible precaution and shall comply with

the appropriate laws and regulations relating to the importation, handling, transportation, storage

and use of explosives and shall at all times when engaged in blasting operations post sufficient warning

flagmen to the full satisfaction of the Engineer-in-charge.

(2) The Construction Agency shall at all times make full liaison with and inform well in advance and

obtain such permission as is required from all Government authorities, public bodies and private parties

whatsoever concerned or affected or likely to be concerned or affected by blasting operations.

(3) The Construction Agency shall pay all license fees and charges which may be required for storage or in

respect of any other matter whatsoever.

30 Secured Advance :

Construction Agency shall be eligible to receive secured advance to the extent of 75% amount

against materials brought on site, tested and approved to be used in the works at Mumbai as per normal

practice and norms of M.H.A.D.A. prevailing at the time. The Construction Agency shall be required to

give an Indemnity Bond for safe custody of the materials on which advances are taken. The Indenture for

secured advance shall be executed by the Construction Agency in the prescribed form of Maharashtra

Housing and Area Development Authority (Annexure - IV) with special adhesive stamp of required

amount. The advance shall be granted on non-perishable building materials & likely to be consumed within

Page 75: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 67 Ex. Engr.

3 months from the date from which such advance is given.

The Construction Agency shall provide adequate storing space for cement and he shall for the

purpose provide a store of adequate storage capacity. This space shall be in addition to the space required

for storing empty cement bags. The cement shall be stored as per instruction issued in the book of the

Manufacture and as per instruction of Engineer In-Charge.

31. In view of the difficult position regarding availability of foreign exchange, no foreign exchange,

shall be released by the MHADB for the purpose of plant and machinery required for the execution of

the work.

32. The Construction Agency shall sign each page of the agreement.

33. The Construction Agency shall have to supply at his own cost adequate number of printed R.A. Bill

forms in the prescribed approved form, with complete description of all items of the work as per tender for

preparation of running account bills and final bills. If such bill forms are not supplied, the Construction

Agency shall be charged at the rate of Rs. 10/- per sheet.

34. The Construction Agency shall submit every month, account of the consumption of the steel and

cement indicating components where it is used.

35. The Construction Agency shall have to connect the internal water supply and internal Sewerage of

bldg. With the external water supply and external sewerage arrangements respectively as per the M.C.G.M

rules without any extra cost and requirement.

36. Electric supply for construction purpose shall have to be arranged by the Construction Agency at his

own cost. Necessary consumption charges shall be borne by the Construction Agency. The M.H.& A.D.

Board shall, however, render the necessary assistance by way of recommendation only. All charges towards

Electricity shall be borne by the Construction Agency till occupation of building.

37. The Construction Agency shall indemnify the M.H.A.D.B. against all actions, suits, claims and

demands brought or made against it, i.e. (M.H.& A.D.B.) in respect of anything done or omitted be done

by the Construction Agency in execution of or in connection with the work of this contract and against

any loss or damages to M.H.& A.D.B. in consequences of any action or suit being brought against the

Construction Agency for anything done or omitted to be done in the execution of the work of this contract,

whenever the Construction Agency desires to use any designs, device, materials or process covered by

letters, patents, or copyright. The right of such use shall be secured by suitable assessment with the patent

owner and copy of their assessment shall be supplied to the Engineer-in-charge.

Page 76: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 68 Ex. Engr.

38 The Construction Agency shall make necessary arrangements for the procurement of all building

materials including cement and steel required for the work at their own cost.

39 (i) The samples of each class of materials shall be got approved prior to actual use & procurement of

materials shall be from main suppliers only & Construction Agency shall submit a list of such suppliers to

Engineer-in-charge. Satisfactory tests for the materials shall be given by the Construction Agency at his own

cost as directed by Engineer-in-charge. The materials shall be got tested from Govt. Laboratory, I.I.T.,

V.J.T.I., M.H.A.D.A. or any other reputed institute as specified by Dy. Chief Engineer /MHADB as per

relevant I.S. specifications. The Construction Agency shall bear all the charges, for testing etc. The

Engineer-in-charge is empowered to reject or approve materials, based on test reports and no doubts

and disputes shall be entertained. The frequency of testing of materials shall be as per annexure for

"Accepted standard for materials in use" provided in Site Register as mentioned in condition no.53 below.

(ii) All materials and workmanship shall be of the respective kinds described in the Contract and in

accordance with the Engineer-in-charge's instructions and shall be subjected, from time to time, to such

tests as the Engineer-in-charge may direct at the place of manufacture or fabrication, or on the site or at

such other place or places as may be specified in the Contract, or at all or any of such places. The

Construction Agency shall provide such assistance, instruments, machines, labour and materials as are

normally required for examining, measuring and testing any work and the quality, weight or quantity of

any materials used and shall supply samples of materials before incorporation in the works for testing

as may be selected and required by the Engineer-in-charge.

(iii) All samples shall be supplied by the Construction Agency at his own cost.

(iv) The materials shall confirm to the brand mentioned in the tender and the sample shall be got approved

from Engineer in charge within one month from the date of issue of work order.

40 The Construction Agency shall take all precautions against damages from accidents etc. not covered by

conditions mentioned in the Force Majeure Clause. No compensation shall be allowed to the Construction

Agency on this account or for carrying out the repairing of any such damages to the work during

construction.

41 Suspension of Works :

The Construction Agency shall, on the written order of the Engineer-in-charge, suspend the

progress of the works or any part thereof for such time or times and in such a manner the Engineer-in-

charge may consider necessary and shall during such suspension properly protect and secure the work, so

far as it is necessary in the opinion of the Engineer-in-charge.

If the suspension in sub-clause above is ordered for no fault of the Construction agencies;

Page 77: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 69 Ex. Engr.

(i) The Construction Agency shall be entitled to a reasonable extension of time, and

(ii) If the total period of all such suspension of the entire work exceeds thirty days, the Construction

Agency shall, in addition be entitled to compensation beyond 30 days, as the Engineer-in-charge may

consider reasonable, in respect of salaries and/or wages actually paid by the Construction Agency to his

site employees and labour remaining idle during the period of suspension, adding thereto a percentage of

10 to cover indirect expenses of the Construction Agency, provided the Construction Agency produces

documentary evidence in support thereof, to the satisfaction of the Engineer-in-charge including convincing

justification why such employees and labour could not be discharged or directed to other works.

42 Completion Certificate:

The work shall not be considered to have been completed in accordance with the terms of the

contract until the Engineer-in-charge shall have certified in writing to that effect. No approval of material

or workmanship or approval of part of the work during the progress of execution shall bind the Engineer-in-

charge or in any way prevent him from even rejecting the work which is claimed to be complete and to

suspend the issue of his certificate of completion until such alterations and modifications or reconstruction

have been effected at the cost of the Construction Agency as shall enable him to certify that the work has

been completed to his satisfaction.

After the work is completed, the Construction Agency shall give notice of such completion to the

Engineer-in-charge and within 30 days of receipt of such a notice the Engineer-in-charge shall inspect the

work and if there is no defect in the work, shall furnish the Construction Agency with a certificate

indicating the date of completion. However, if there are any defects which in the opinion of the Engineer-

in-charge are rectifiable he shall inform the Construction Agency the defects noticed. The Construction

Agency after rectification of such defects shall then notify the Engineer-in-charge who on his part shall

inspect the work and issue the necessary completion certificate within 30 days if the defects are rectified

to his satisfaction and if not, he shall inform the Construction Agency indicating defects yet to be

rectified. The time cycle as above shall continue.

In case defect noticed by the Engineer-in-charge, which in his opinion are not rectifiable but

otherwise work is acceptable at reduced payment work shall be treated as completed. In such cases

completion certificate shall be issued by the Engineer-in-charge within 30 days indicating the un-

rectifiable defects for which specified reduction in payment is being made. The decision of Engineer-in-

charge for reduction in rate shall be final.

The issue of completion certificate shall not be linked up with the site clearance on completion of

the work.

43 Safety Measures :

The Construction Agency shall take all necessary precautions for the safety of the workers and

Page 78: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 70 Ex. Engr.

protecting their health while working in such jobs which require special protection and precautions. The

Construction Agency shall also comply with the directions issued by the Engineer-in-charge in this behalf

from time to time.

The following are some of the requirements (the list is not exhaustive).

(i) Providing protective footwear to workers in situations like mixing and placing of mortar or concrete,

in quarries and places where the work is done under too much wet conditions as also for movement

over surface infested with oyster growth.

(ii) Providing protective head wear to workers, supervisors, MHADA Engineers to protect them against

accidental fall of materials from above.

All that described in (i) & (ii) shall be made available to the inspecting officers of

department whenever required.

(iii) Providing hand rails at the edge of the walkways, ladders etc.

(iv) Supporting workmen with safety belts, ropes etc when working on any masts, cranes, cribs, hoists,

dredgers, scaffolding etc.

(v) Taking necessary steps towards training the workers concerned and the use of machine before

they are allowed to handle it independently and taking all necessary precautions in and around

the area where machines, hoists and similar units are working.

Wherever, required by the law the persons handling the machinery shall have the requisite

licenses, certificates etc.

(vi) Preventing over-loading and over-crowding of land based machinery and equipment.

(vii) Avoiding bare live wires etc. This would cause electrocution.

(viii) Making all platforms, staging and temporary structures sufficiently strong and not causing the

workmen and supervisory staff to work under risks.

(ix) Providing sufficient first aid, trained staff and equipment to be available quickly at the work site to

tender immediate first-aid treatment in case of accidents due to scaffolding, drowning and other

injuries.

(x) Providing full length gum-boots, leather hand gloves, leather jacket with fire proof aprons to cover

the chest and back reaching upto knees and plain goggles for the eye to labour working with hot

asphalt, handling vibrators in cement concrete and also where use of any or all these items is

beneficial in the interest of health and well being of the labourers in the opinion of the Engineer-

in-charge.

44. Medical and Sanitary arrangements to be provided for labour employed in the construction by the

Construction Agency:

(a) The Construction Agency shall provide an adequate supply of potable water for the use of labourers

on work and in camps.

(b) The Construction Agency shall construct trench type or semi permanent latrines for the use of

Page 79: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 71 Ex. Engr.

labourers, separate latrines shall be provided for men and women.

(c) The Construction Agency shall build sufficient numbers of huts subject to removal of all of them on

completion of work on a suitable plot of land for the use of the labourers according to following

specifications:

(i) Huts of bamboo and matting may be constructed.

(ii) A good site not liable to submergence shall be selected. High ground remote from jungle but

well protected with trees, shall be chosen whenever it is available. The neighborhood of tank,

jungle, grass and weeds shall be particularly avoided. Camps shall not be established close to

large cuttings of earth work.

(iii) The lines of huts shall have open spaces of at least 10 meters between rows. When a good

natural site cannot be procured, particular attention shall be given to the drainage.

(d) The Construction Agency shall construct sufficient number of well screened bathing places,

sufficient number of washing places shall also be provided for the purpose of washing clothes.

(e) The Construction Agency shall make sufficient arrangements to drain away the surface and

sullage water as well as water from the bathing and washing places and shall dispose of this

waste water in such a way as not to cause any nuisance.

(f) The Construction Agency shall engage a medical officer with a traveling dispensary for a camp

containing 100 or more persons if there is no government or other private dispensary situated

within eight kilometers from the camp. In case of emergency Construction Agency shall arrange

at his cost, transport for quick medical help to his workers.

(g) Instructions of the District Health Officer on matters such as water supply, sanitary conveniences at

the camp site, accommodation and food supply shall be followed by the Construction Agency.

(h) The Construction Agency shall make arrangements for all anti-malaria-measures to be provided for

the labour employed on the work. The anti-malarial-measures shall be as directed by the District

Health Officer. 45. The Construction Agency shall pay stamp duty, registration charges for the purpose of execution of

present agreement, Security bond, Bank Guarantee etc.

46. The secured advance on various building materials shall be payable based on the cost of such materials

shown in DSR 2009-2010 of PWD, Maharashtra.

47. The work of Infrastructure shall include

1. Planning, designing, execution, obtaining necessary approvals and completion certificates from

the M.C.G.M./ Local concerned authorities/DRP. as described in " Scope of Work" in Vol-II.

2. Handing over the services to local authority M.C.G.M./ B.S.E.S./ B.E.S.T./ DRP/ SRA, T.A.T.A.

etc.

3. Dy. CE concern shall decide which component is to be got executed under work of infrastructure

Page 80: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 72 Ex. Engr.

and his decision shall be final.

48 Every endeavor shall be made to give clear possession of the site in one lot and, if it is not

possible to do so, the possession shall be in different lots and for such delay no claim shall be entertained.

However, on such account, necessary extension of the contract period may be considered, on application

from the Construction Agency at the appropriate time. The Construction Agency shall show satisfactory

progress where clear possession of site is given and in case of delay, action shall be taken as per contract.

49 The rate of construction shall covers all present taxes, dues including Service Tax , Sales tax on

works contract, labour welfare cess and other levies that are imposed by Govt. from time to time and

increase in any of the taxes, excise, octroi, duties, royalties, leads and lift, technical and social working

conditions shall be borne by the agency..

50. Though the scope of agreement covers entire work, the work shall be restricted to the approval of

Govt. of Maharashtra/ M.H.A.D.B. If the work of tenements is restricted due any reason in future, no

compensation whatsoever nature shall be payable.

51. The Construction Agency shall provide sufficient tree plantation/ Arboriculture as per MCGM's

conditions and requirements and as per the direction given by the Engineer in-charge and the same shall be

maintained for 3 ( Three) years from the date of obtaining water connection without claiming any extra cost.

The construction agency shall pay all fees and deposit for obtaining NOC of tree Authority dept. of MCGM.

52. The Construction Agency shall make necessary arrangement to store rain water as per conditions

and requirements of M.C.G.M and as per the direction of Engineer-in-charge and shall appoint Rain water

harvest consultant with his own cost.

53. The Construction Agency, in order to have quality assurance and proper systematic record, shall

purchase the printed copy of the Site Register available with controller of stores/MHADB, the Executive

Engineer-in-charge, or any other authorities of M.H.& A.D.A. as the case may be at the cost of Rs.300/- or

the prevailing cost per copy at the time of purchase, and made available to the Executive Engineer-in-charge

of the work or to his authorized subordinates at work site for proper and systematic maintaining, recording

and entering the required information in the said printed Site Register. The site Printed Register shall be

furnished to the Engineer-in-charge for observation and recording orders/ instructions if any, as far as

possible wherever applicable all the site instructions, record of testing of various materials and their

consumption are to be recorded and entered in the same printed Site Register at proper place and prescribed

formation given in the register.

Page 81: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 73 Ex. Engr.

The record and entries shall be made and signed by M.H.& A.D.A. Engineer-in-charge of work at

site. i.e, Junior Engineer, Assistant Engineer, Deputy Engineer or Architects if any, as per procedure in

force, for maintaining other site register. Similarly, the said Printed Register shall also be invariably signed

by the Construction Agency or their authorized representative working at site.

The printed Site Register may be submitted alongwith R.A. Bills as per requirement and procedure

(every 4th R.A. Bill or as directed by the Engineer-in-charge) to the office of the Executive Engineer-in-

charge of Division to ensure proper record and proper quality assurance.

This Site Register on completion of work shall invariably submitted alongwith final bill to the office

of the Executive Engineer for permanent record in division office.

54. The Bidder shall obtain necessary “No Objection Certificate” from Health Deptt. of MCGM or

concerned local Authorities under Maharashtra Non-biodegradable Garbage (Control) Ordinance 2006 (Mah

Ord. IV of 2006) and Maharashtra Public Carry (Manufacturer and Usage) Rules 2006 and shall bear all the

expenses towards this and no claims whatsoever shall be entertained by M.H.A.D.A.

55. The skilled construction workers engaged on site of work/ project by the Bidder/ Agency shall be

trained by Builder’s Association of India’s Training Institute and shall be possessing certificate thereof

issued by NCCET, which is a body setup by BAI to develop strategies to perform the test. The Bidder/

Agency shall ensure that the skilled construction workers engaged on the work site are trained by BAI and

all are having Orange Band and Green Band certificate by BAI's National Council for Construction

education and Training.

56) Sufficient Precaution from design point of view and execution point of view (like providing safety belt to working labourers and also providing safety nets) are to be taken to enable smooth execution of multistoried / High-rise buildings without any untoward incident. 57) Successful Bidder shall have to obtain License having registered with Assistant Commissioner of Labour as per Contract Labour (Regulation and Abolition) Act 1970 and The Maharashtra Contract Labour (Regulation and Abolition) Rules 1970.

Executive Engineer SRD-III/MB

Page 82: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 74 Ex. Engr.

( 5b) GENERAL CONDITIONS FOR ELECTRICAL WORK 1) Internal wiring and supply mains shall be done concealed type with all modular accessories simil /

to Anchor Roma make, with specification ELCB + MCB in each tenement of required capacity.

2) Automatic lift having stainless steel cabin, door, VVVF drive, ARD, Intercom System shall be

provided.

3) Fire Fighting System shall be provided to building as per C.F.O. MCGM norms and specifications.

4) Lightening Arrestor shall be provided to the building as per requirement of Electrical Inspector,

Govt. of Maharashtra.

5) Before starting the work, Licensed & Registered Electrical Bidder with appropriate class with PWD

& MHADA shall be appointed by the agency and submit the same to Engineer-in-charge.

6) Agency shall submit detailed drawing of wiring and get it approved from Engineer-in-charge before

starting the work.

7) All materials shall be get tested by the agency from testing laboratory (VJTI & Regional testing

laboratory of Govt. of India) as per Chief Engineer-I/A's circular no. Dy. C.E. (VQC) /A /QC/ 190 / 2006

dated 20.02.2006 and 810 dated 24.08.2007 at MHADA, by the Bidder at their own risk & cost.

8) Application for permanent electric supply to supply company for the scheme shall be submitted by

the agency at the time of starting the work and get temporary Energy Meter from supply company for supply

of electricity for their construction activity at their risk & cost.

9) All electrical materials used on site shall be as per latest IS specifications & ISI mark & get

approved for Engineer-in-charge before starting the work.

10) Wing wise separate Pumping, Machinery for water supply & flush tank shall be provided as per

requirements of MCGM

11) Make necessary arrangement of required capacity pump set for Bore-well, necessary switch gears,

cables, panel as per MCGM / concern Authorities requirements.

Page 83: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 75 Ex. Engr.

12) Agency shall provide necessary Hume pipes for laying service cable for Electricity Supply of

buildings from road to meter cabin.

13) All the items occurring in the works and as found necessary in actual execution shall be carried out

in workman like manner as per specifications given and as per the instructions of Executive Engineer, in

charge from time to time. Specifications herewith attached shall however have the precedence and the

Construction Agency shall please read them carefully.

14) It shall be distinctly understood that the conditions of the contract and specifications are intended to

be rigidly enforced no relaxation on the ground of customs prevailing is to be allowed. No extra work shall

be carried out by the Construction Agency unless ordered in writing by the Executive Engineer in charge.

15) The Construction Agency shall engage an experienced and authorized supervisor for the work that

shall be capable of managing and guiding the work. He shall take such orders as may be given to him from

time to time and shall be responsible for carrying out the same promptly.

16) GUARANTEE : It is binding on the Construction Agency to give the guarantee for repairs and

replacement of any part which goes out of order due to manufacturing defects within a period of three years

from the date of completion of the work.

17) Construction Agency shall be employed only fully competent wireman, skilled workers and the

work shall be carried out under the supervision of a licensed supervisor. The name and license of the Fist

class supervisor shall be intimated before the commencement of work to the Executive Engineer in charge in

writing.

18) The specifications for these works are based on the plans of the building showing the approximate

location of all out lets, switches, accessories etc., and the drawing. In case, the specifications are completely

contrarily to each other and decided by Executive Engineer in charge to shift the position or to modify the

line out, the Construction Agency shall have to carry out any alteration without any extra cost, as per the

instructions of Engineer in charge.

19) Before purchasing any accessories, fittings required for the work the Construction Agency shall get

the brand and samples approved from the Executive Engineer in charge and in case they fail to do so, the

work with such materials shall be liable to be rejected for which the responsibility shall be solely of the

Construction Agency.

Page 84: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 76 Ex. Engr.

20) All items of the work shall be completely and thoroughly finalized in workman like manner as per

the directions of the Executive Engineer in charge or his authorized representatives before the work is

handed over to the Department, satisfactory tests for the work and materials shall be given by the

Construction Agency at his own cost.

21) The Construction Agency shall have to obtain NOC from P.W.D. Electrical Inspector or BMC,

CFO, Traffic Police Department. The permission for execution of lift and license for to put the lift in

operation shall be taken from Lift Inspector/ Govt. of Maharashtra as per requirement if necessary for which

no payment shall be made extra.

22) Every care shall be taken to see that the progress on the work as per specifications and the work

completed within stipulated time and work handed over to this department in writing with inventory and

signed by the Supervisory staff of this department without which the work shall not be treated as completed.

23) Work completion and test reports shall be furnished to the Electric Supply Co. through this

Department and any requirement of the Supply Co.for supply, service connections due to Construction

Agency work shall be made by him without any extra cost under intimation to this Department and with

prior appointment of the Supply Co.

24) The Construction Agency shall submit the sample board consisting of all materials as per the

specifications to the Executive Engineer in charge with in three days of receipt of the work order and get the

same approved before installation of the same in site of work.

25) The Supervisory staff of this Department shall be entitled to remove bad quality and non approved

materials beyond approval and deviation from the specified shall have to replaced free of cost by the

Construction Agency.

26) The labours and workers of the Construction Agency working on site shall possess an identity card

with latest photograph and produce whenever demanded by the Engineer in charge or his subordinate for

verifications. No worker shall be allowed to work on site without valid identity card.

27) The Construction Agency/s shall furnish for verification, the delivery challan and vouchers of the

authorized dealer/ manufacturer for the major materials used on the work without which no Payment shall be

made which shall be noted . Xerox copies of the delivery challan and voucher shall also be given for office

record.

Page 85: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 77 Ex. Engr.

28) GUARANTEE FOR LIFT INSTALLATION: It is binding on the Construction Agency to give

the guarantee (Annexure – VII) for repairs and replacement of any part which goes out of order due to any

reason within a period of three years from the date of completion of the work. The Construction Agency has

to attend regular maintenance service and break down calls etc. to the lifts free of charges during this three

years guarantee period for which nothing extra shall be paid on any account. The Construction Agency shall

also keep liftmen per lift for a time between 8am to 8 pm through out 365 days from the date of completion

of work without any extra cost. This shall be noted before quoting the tender by the construction agencies.

The agency has to appoint a Electrical Agency registered with M.H.A.D.A./ PWD/ MMC in appropriate

class for carrying out the electrical work, and intimate in writing to the Engineer in charge.

The electrical materials shall be used (Chapter 10b of Volume-II) only of ISI mark and approved by the

Competent Authority of M.H.A.D.A. only.

Lift work shall be carried out by appointing lift manufacturer's pre-qualified agencies approved by

M.H.A.D.A. only. Before starting the work, approval of Engineer in charge shall be taken in writing.

Agency has to enter into agreement with lift & Electrical agency, only registered Bidder with

MHADA / PWD in appropriate class & submit the copy of the agreement with as a sub Bidder & give an

undertaking for payment of sub Bidder i.e. lift / Electrical Bidder. If main agency is unable to do job in due

course / fail to complete the Electrical / lift work in stipulated time period due to non payment, the said work

shall be get carried out by appointed Electrical / lift Bidder and payment for the same shall be made by

MHADA to sub Bidder and the same shall be debited to main agency account.

The successful construction Agency shall have to execute a Guarantee Bond on stamp paper of Rs.

100/- in a prescribed format.

Executive Engineer

Hsg. Electrical Division, MB

Page 86: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 78 Ex. Engr.

( 6a ) ANNEXURE - I

"BANK GURANTEE BOND"

In consideration of the Chief Officer/ Mumbai Housing and Area Development Board, Mumbai on behalf of

the Maharashtra Housing & Area Development, Authority (herein after called 'THE AUTHORITY ') having

agreed to exempt........................................ (Hereinafter called "THE SAID CONSTRUCTION AGENCY)

from the demand under the terms & conditions of an Agreement dated.................... made between

............................................................ and ………. ...... ....................................... for ....................................

(hereinafter called "THE SAID AGREEMENT") of Security Deposit for the due fulfillment by the said

Construction Agency of the terms & conditions contained in the said agreement, on production of a

bank Guarantee for Rupees............................ (Rupees ......................................................... only). I/ We,

............................................. (indicate the name of the Bank) (hereinafter referred to as THE SAID BANK )

at the request of ...................................................... ........................................................ (Construction

Agency) do hereby undertake to pay the Authority an amount not exceeding Rs....................... against

any loss or damage caused to or suffered or would be caused to or suffered by the Authority by

reason of any breach by the said Construction Agency of any of terms & conditions contained in the said

agreement .

2. I/We.................................................... do hereby undertake (indicate name of the Bank) to pay the

amount due and payable under this Guarantee without any demur, merely on a demand from the authority

stating that the amount claimed is due by way of loss or damage caused to or would be caused to or

suffered by the Authority by reason of breach by the said Construction Agency of any of the terms &

conditions contained in the said Agreement or by reason of the Construction Agency failure to perform

the said Agreement. Any such demand made on the Bank shall be conclusive as regards 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. I/We undertake to pay to the Authority any money so demanded not withstanding any dispute or

disputes raised by the Construction Agency supplier(s) in any suit or proceeding pending before any

court or Tribunal relating their to our liability under this present being absolute and unequivocal.

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

under and the Construction Agency Supplier(s) shall have no claim against us for making such payment .

4. I/We,.................................................. further agree (indicate name of the Bank) that the guarantee herein

contained shall remain in full force & effect during the period that would be taken for the

performance of the said Agreement that it shall continue to be enforceable till all the due of the

Authority under or by virtue of the said Agreement have been fully paid and its claims satisfied or

discharged or till the Chief Officer/Mumbai Housing and Area Development Board, on behalf of the

Page 87: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 79 Ex. Engr.

authority, certified that the terms and conditions of the said Agreement have been fully and properly

carried out by the said Construction Agency and accordingly discharges this guarantee unless a demand

or claim under this guarantee is made on us in writing on or before the ..............................

........................................................ I/We shall be discharged from all liability under this guarantee

thereafter.

5. I/We, ........................................ further agree with the Authority that the Authority shall have the

fullest liberty without our consent and without effecting in any manner our obligations hereunder to

vary any of the terms and conditions of the said Agreement or to extent time of performance by the

said Construction Agency from time to time or to postpone for any time or from time to time any of the

powers exercisable by the Authority against the said Construction Agency 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 Construction

Agency or for any forbearance, act or commission on part of the Authority or any indulgence by the

Authority to the said Construction Agency 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 shall not be discharged due to the change in constitution of the Bank or the Construction

Agency / Supplier (s).

7. I/We, ............................................. lastly undertake not to revoke this guarantee during

Its currency except with the previous consent of the Authority in writing.

Dated, the .............. day of .............. 201 ......

Page 88: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 80 Ex. Engr.

(6b) ANNEXURE-II

GUARANTEE FOR WATER PROOFING WORKS (TO BE EXECUTED ON STAMP PAPER OF RS. 100/-)

TO WHOM SOEVER IT MAY CONCERNED

Sub :Planning, designing, Constructing and obtaining necessary approvals for Construction of

344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project,

Sector-V, Phase-I

I/We here by guarantee that the water proofing work carried out by us for WC, Bath, Terrace,

Overhead & Underground Water tank, Lift pits etc. of the above mentioned work shall remain entirely

water tight, shall however due to any unforeseen defects left out in our work at the time of execution there

by causing leakages during the period of ten years (10) from the date of completion it shall be rectified or

redone by us without any extra cost to the MHADA.

However, we shall not be responsible in any way if our work is tampered with and / or by other act

of God beyond our control.

Signature of the Specialized Firm N.B.: This guarantee bond on Rs.100/- stamp paper shall be submitted before payment is released for the

water proofing work of the building. The water proofing treatment was carried out by the above signed firm

and the Guarantee Bond for ten years as required vide our agreement No____________.is submitted in

compliance with the agreement.

Signature of Construction Agency

Page 89: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 81 Ex. Engr.

(6c) ANNEXURE - III

PERFORMANCE GUARANTEE BOND (TO BE EXECUTED ON STAMP PAPER OF RS. 100/-)

In consideration of MUMBAI HOUSING AND AREA DEVELOPMENT BOARD

having its registered office at GRIHA NIRMAN BHAVAN, BANDRA(EAST), MUMBAI - 400

051 (Here in after referred to as `BOARD') which expression shall unless it be repugnant to

the context or meaning) awarded to M/S. ------------------------------------------------------------------

---------------firm carrying in a such name and style the business of constructing houses(here in

after referred to as the `Construction Agency' which expression shall, unless it be repugnant to

the context or meaning there of, include its partners or partner/proprietor for the time being

for its surviving partner or his heirs and executors) for the work of Planning, designing,

Constructing and obtaining necessary approvals for Construction of 344(approx) Rehab tenements

on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I, Mumbai and

estimated cost of Rs._____________ Corers and compliance with one of the terms and conditions

of the said contract.

I/We M/S--------------------------------------------------------------------------------------------, being the

Construction Agency, do hereby agree and undertake and indemnify and save harmless the

`BOARD' in consequence of the manufacturing defect latent manufacturing defect and

construction defect found in the constructed tenements/houses at any time in a period of 3 (three)

years commencing with the grant of the phased completion certificate by the `BOARD' to the

Construction Agency in accordance with the subject of provision of said Contract.

It is hereby agree and declare that the Chief Engineer of `MHADA' or any officer acting as

such Chief Engineer of `MHADA' shall be the Competent Authority to be decided upon the

question as to the defect in the construction of tenements/houses and the remedy to be applied by

the Construction Agency for their rectification at his cost and his decision shall be final,

conclusive and binding upon both the MHADB and the Construction Agency, provided that the

Chief Engineer/MHADA shall so decide after giving an opportunity to the Construction Agency to

represent his case.

I/We hereby agree and undertake irrevocably and unconditionally to carry out duly each

and every decision, order, direction or instruction as may be issued by the said Chief Engineer or as

Page 90: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 82 Ex. Engr.

the case may be, the officer of the `BOARD' in this behalf and to rectify properly and promptly and

defect found by him.

FOR & ON BEHALF OF

M/S. MUMBAI DATED: SEAL BEFORE ME Notary, Maharashtra State Notary, Maharashtra State Noted and Registered at Serial Number Accepted by For & On Behalf of M.H.&A.D.B.

Page 91: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 83 Ex. Engr.

(6d) ANNEXURE - IV

INDENTURE FOR THE SECURED ADVANCES (Referred to in paragraph 10, 2.19 of M.P.W.A. Code)

(for use in cases in which the contract is for finished work and the Construction Agency has entered into an agreement for the execution of a certain specified quantity of work in a given time).

THIS INDENTURE made the ..............................……………….. day of …...... BETWEEN

................................................ (hereinafter called the Construction Agency which expression shall where

the context so admits or implies be deemed to include his executors, administrators and assigns) of the

one part and the MAHARASHTRA HOUSING AND AREA DEVELOPMENT AUTHORITY

(which expression shall where the context so admits or implies be deemed to include his successors in

office and assigns) on the other part.

WHEREAS by an agreement dated ............... (here in after called the said Agreement) the

Construction Agency has agreed;

AND WHEREAS the Construction Agency has applied to the Maharashtra Housing and Area

Development Authority that he shall be allowed advance on the Security of Materials absolutely

belonging to him and brought by him to site of the works, the subject of the said agreement, for use in

the construction of such of the works as he has undertaken to execute at rates fixed for the finished work

(inclusive of the cost of material and labour and other charges) AND

WHEREAS the Maharashtra Housing and Area Development Authority has agreed to advance to the

Construction Agency the sum of Rupees ................................ ............ .... ... .... on the aforesaid security

and has reserved to themselves the option of making any further advance or advances on security of

aforesaid nature the quantities and other particulars of the running account bills for the said works signed

at the time being by the Construction Agency on NOW THIS INDENTURE WITNESSETH that in

pursuance of the said agreement and in consideration on the sum of Rupees ............................... on /

or before the execution of these presents paid to the Construction Agency by the Maharashtra Housing and

Area Development Authority (the receipt where of the Construction Agency do hereby acknowledge) and

of such further advances (if any) as may be paid to him as aforesaid the Construction Agency both

hereby convenient and agree with the Maharashtra Housing and Area Development Authority

and declare the follows :

Page 92: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 84 Ex. Engr.

(1) That the said sum of Rupees ................................so advanced by the Maharashtra Housing and Area

Development Authority to the Construction Agency as aforesaid and all or any further towards expediting

the execution of the said works and for no other purchase whatsoever.

(2) That the materials detailed in the said running account bill which have been offered to and accepted by

the Maharashtra Housing and Area Development Authority as security are absolute the Construction

Agency's own property and free from any encumbrances of any kind and the Construction Agency

indemnifies the Maharashtra Housing and Area Development Authority against all claims to any

materials with respect of which an advance has been made to him aforesaid.

(3) That the materials detailed in the said running account bill and all other materials on the security of

which any further advance or advances may hereafter be made as aforesaid (hereinafter called the

said materials) shall be issued by the said works in accordance with the direction of the Executive

Engineer, concerned, and in the Terms of the said agreement.

(4) That the Construction Agency shall make in his own cost, all necessary and adequate

arrangements for the proper watch, safe custody and protection against all risks of the said materials and

that until used in construction as aforesaid the said materials shall remain at the site of the said works

in the Construction Agency's custody and in his own responsibility and shall at all times be open to

inspection by Executive Engineer, concerned or any officer authorized by him. In the event of the

distraction or damage by the Construction Agency, the Construction Agency shall forthwith replace the

same with other materials of like quality or repair and make good the same as required by the

Executive Engineer, concerned or any officer authorized by him on that behalf.

(5) That the said materials shall not on any account be removed from the site of the said works except

with the written permission of the Executive Engineer, concerned or any officer authorized by him on that

behalf.

(6) That the advance shall be repayable in full within or before the Construction Agency received payment

from the Maharashtra Housing and Area Development Authority of the price payable to him for the said

work under the terms and the provision of the said agreement provided that if any intermediate payments

are made to the Construction Agency on account of work done then, on the occasion of each such

payment by deduction there from the value of the said materials then actually used in the contract and

in respect of which recovery has not been made previously.

THE VALUE FOR THIS PURPOSE BEING in respect of each description of materials at the rates at which

the amounts of the advances made under these presents were calculated.

Page 93: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 85 Ex. Engr.

(7) That if the Construction Agency shall at any time make any default in the performance or observance in

any respect of these presents, the total amount of the advance or advances that may still be owing to the

Maharashtra Housing and Area Development Authority on the happening of such default be re-payable by

the Construction Agency to the Maharashtra Housing and Area Development Authority together

with interest ( prevailing rate of percentage per annum) from the date or respective dates of such

advance or advances to the date of repayment and with all costs, charges, damages and expenses incurred

by the Maharashtra Housing and Area Development Authority in or for the recovery thereof or the

enforcement of this security or otherwise by reason of the default of the Construction Agency and the

Construction Agency hereby covenants and agrees with the Maharashtra Housing and Area

Development Authority to replay and pay the same respectively to him accordingly.

(8) That the Construction Agency hereby all the said materials with repayment to the Maharashtra

Housing and Area Development Authority of the said sum of Rs. and any further sum or sums

advanced as aforesaid and all costs, charges, damages and expenses payable under these presents

PROVIDED ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said

agreement and without prejudice the powers contained therein of and whenever the convenient for

payment and repayment hereinbefore continued shall become enforceable and the money owing shall

not be paid in accordance therewith the Maharashtra Housing and Area Development Authority may at any

time thereafter adopt all or any of the following courses as he may deem best;

a) Seize and utilize the said materials or any part thereof in the completion of the said works on behalf of

the Construction Agency in accordance in the said agreement debiting the Construction Agency the

account cost of effecting such completion and the amount due in respect of advance and these presents

and crediting the Construction Agency with the value of work done if he had carried out in accordance

with the said agreement and at the rates provided. If the balance is against the Construction Agency he is to

pay the same to the Maharashtra Housing and Area Development Authority.

b) Remove and sell by public auction, the seized materials or any part thereof and cut off the money

arising from the sale return all the sums aforesaid, repayable or payable to the Maharashtra Housing

and Area Development Authority of these presents and pay over the surplus (if any) to the Construction

Agency.

c) Deduct all or any part of the money owing out of the Security Deposit due to the Construction Agency

under the said agreement. That in the event of any conflict between the provisions of these presents and

the said agreement, the provision of these presents shall prevail in the event of any dispute hereinbefore

expressly provided for the same be referred to the Deputy Chief Engineer, (PPD), Mumbai Housing and

Area Development Board whose decision shall be final and the provision shall apply to any such.

Page 94: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 86 Ex. Engr.

WITNESS WHEREOF the said and .............................. by the order and under the direction of the

Maharashtra Housing and Area Development Authority have hereinto set their respective hands the day and

the year above written.

Signed, Sealed and delivered by the said Construction Agency in the presence of ................ Witness : Signature Name Address Signed by By the order and direction of The Maharashtra Housing and Area Development Authority in the presence of Witness : Signature Name Address

Page 95: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 87 Ex. Engr.

(6e) ANNEXURE –V

INDEMNITY BOND

(TO BE EXECUTTED ON STAMP PAPER Rs.100/-)

THIS INDEMNITY BOND is made this ______________day of _____________201 (Two Thousand and

) by Shri. ________________________________ of M/s. ________ ____ _ aged ____________

resident of ________ ________ _______ _ ___________

(hereinafter referred to as "the Obligor") of the first part:

In FAVOUR OF THE Maharashtra Housing And Development Authority a statutory

Corporate Body duly constituted under M.H.A.D.A Act, 1976 (Mah XXVIII of 1977) ( herein after

referred to as "the said Act") having its office at Griha Nirman Bhavan, Kala Nagar, Bandra

(East),Mumbai 400 051, (hereinafter referred to as " the Authority") of the second part :

WHEREAS the Authority had given the obligor the work of Planning, designing,

Constructing and obtaining necessary approvals for Construction of 344(approx) Rehab tenements

on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I by an

Agreement No._____________ of 201 made between Executive Engineer, SRD-III Division/

M.B. on behalf of the Authority and the said obliged.

WHEREAS the obligor has completed the work on the ______________________

__________________________________________ _____________ __________ __

WHEREAS the obligor has produced the Bank Guarantee Bond executed by

_____________________________________________________________________

(Name of the Bank) on __________________________ (date of the Bank Guarantee Bond) to pay

the Authority an amount not exceeding Rs._________________ (amount of the guarantee)

(hereinafter referred to as "the Bank Guarantee amount") in case of any loss and / or damage caused

to or suffered or would be caused to or suffered by the Authority by reasons of any breach of the

terms and conditions of the Agreement by the Obligor.

And WHEREAS the obliged agrees to indemnify and keep harmless at all times the Authority. its

successors and assigns from all claim due by way of loss and /or damage caused to or would be

caused to or suffered by the Authority exceeding the Bank Guarantee Bond on account of failure of

Page 96: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 88 Ex. Engr.

the obligor to rectify defects and /or to maintain the building as well as the tenements adequately

during the period of three years from the aforesaid date of the completion of the building.

NOW THESE PRESENT WITNESSETH that in case of amount of loss and/or damages, incurred

or suffered, for the aforesaid reasons, by the Authority exceeds the "Bank Guarantee amount the

obligor shall indemnify the Authority by payment of the amount in excess of the amount specified

in the "Bank Guarantee Bond".

IN WITNESS WEHERAS the obligor has here to at _______ _______ ______ ___ ___________

_______ _____ ___ _________ _______ signed and delivered this bond the day and the year first

hereinabove written in favour of the Authority.

Witness: Obliged Signature of Construction Agency Executive Engineer,

SRD-III, M.H.A.D.B. Mumbai

Page 97: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 89 Ex. Engr.

(6f) ANNEXURE - VI

SURETY BOND

(TO BE EXECUTTED ON STAMP PAPER Rs.50/-)

We ______________________________(hereinafter called " the surety") having our office at ___________________________________do hereby under take to indemnify and pay to the Executive Engineer, SRD-III, Division, Mumbai (herein after called " the Executive Engineer") in following manner: TO pay on the demand at once to the said Executive Engineer and on behalf of M/S ________ ___________________ (herein after called " the Construction Agency") a sum of Rs._______ (Rupees _________________________________________) by way of making good the loss or damage caused would be caused to, or suffered by M.H.A.D.Board, Mumbai by reasons of any breach of the said Construction Agency or any of the terms & conditions contained in contract tender reference no. ________________ for the any time during the execution of work in the event of any loss or damages arising out of the said work of failure of the Construction Agency to carry out the said work at any time as per contract to the entire satisfaction of the Executive Engineer, whose decision shall be final and legally binding and this arrangement shall not be considered as a variation of the contract or debar the Executive Engineer in enforcing his other rights or remedies under the contract. Board shall have the fullest liberty without our consent and without affecting in any manner our obligation here under to vary any of the terms and conditions of the said contract to extend the time of performance by the said Construction Agency from time to time or to postpone for a time any of the powers exercisable by the M.H.A.D.Board Mumbai against the said Construction Agency 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 reasons of any such variation or extension being granted to the said Construction Agency or for any such matter or things whatsoever which under the law relating to sureties would not for this provision have effect or so relieving us. We lastly undertake not to revoke this guarantee during it currency except with previous consent of M.H.A.D.Board, Mumbai in writing. Dated ____________________this ___________________day of _________201 Signature and address of the Surety ________________________ Signature of Construction Agency Executive Engineer,

SRD-III, M.H.A.D.B. Mumbai

Page 98: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 90 Ex. Engr.

(6g) ANNEXURE -VII

GUARANTEE BOND FOR LIFT INSTALLATION

(TO BE EXECUTED ON STAMP PAPER OF Rs.100/-)

TO WHOM SO EVER IT MAY CONCERNED

I/We , the sole proprietor /partner (s) of the ________________________________

firm is hereby give guarantee for the lifts installed by us in the work of Planning, designing,

Constructing and obtaining necessary approvals for Construction of 344(approx) Rehab tenements

on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I under

registration no________________________that if any manufacturing defect is noticed in aforesaid

work during the period of three years from the date of completion of work, I/we shall rectify the

defects without any extra cost and also attend regular maintenance service and break down calls

etc. to the lifts free of charge during these three years of guarantee period.

Signature of witness Signature of Construction Agency

Page 99: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 91 Ex. Engr.

(6h) ANNEXURE - VIII

PRICE VARIATION CLAUSE

I 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 Centre as per the Labour Gazette published by the Commissioner of Labour,

Government of Maharashtra and/ or in the wholesale price Index for all commodities

prepared by the Office of Economic Adviser, Ministry of Industry, Government of India, as

compared to the respective figure therefore, on the date of finalisation of rates Basic

Consumer Price Index for Mumbai Centre Shall be average consumer price index for the

quarter preceding the month in which to the last prescribed for receipt of tender falls. and

/or in the prices of Petrol/ Oil and lubricants, then subject to the other conditions mentioned

below, price adjustment on account of (i) Labour component (ii) Material component

excluding Cement & Steel (iii) Cement (iv) Steel (v) POL components, which respectively

are 22%, 47%, 9 %, 17.50 % and 4.50 % of the total cost of work put to tender, calculated

as per the formula hereinafter appearing, shall be made.

(Total of all these five components shall be 100).

(A) Formula for Labour Component

VI = 0.85 x P K1 x C1-C0 100 C0

Where VI = Amount of price variation in Rupees to be allowed.

P = Cost of work done during the quarter under consideration

K1 = Percentage of Labour Component as indicated above.

C0 = Basic Consumer Price Index for Mumbai Centre shall be average consumer

price index for the quarter preceding the 30 days in which to the last date

prescribed for receipt of tender falls.

C1 = Average Consumer Price Index for Mumbai Centre for the quarter under

consideration.

B) Formula for Materials component: V2 = 0.85 ( P ) X K2 X I 1 – I O 100 10 Where V2 = Amount of Price Variation in Rupees to be allowed.

P = Cost of work done during the quarter under consideration

Page 100: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 92 Ex. Engr.

K2 = Percentage of Materials Component other than Cement & Steel as indicated

above.

IO = Basic wholesale Price Index shall be average consumer price index for the

quarter preceding the 30 days in which to the last date prescribed for receipt

of tender falls.

I1 = Average Wholesale Price Index during the quarter under consideration.

(C) Formula for Cement Component

V3 = 0.85 (P ) x K 3 X (I 1 – I o) 100 10 Where V3 = Amount of price Variation in Rupees to be allowed.

P = Cost of Work done during the quarter under consideration.

K3 = Percentage of Cement Component as indicated above.

Io = Basic Consumer Price Index shall be average consumer price index for the

quarter preceding the 30 days in which to the last date prescribed for receipt

of tender falls.

I1 = Average RBI Index for Cement for the quarter under consideration.

(D) Formula for Steel Component

V4 = 0.85 (P ) x K 4 X ( I 1 – I o) 100 10 Where V4 = Amount of price Variation in Rupees to be allowed.

P = Cost of Work done during the period under consideration.

K4 = Percentage of Steel Component as indicated above.

Io = Basic Consumer Price Index shall be average consumer price index for the

quarter preceding the 30 days in which to the last date prescribed for receipt

of tender falls.

I1 = Average RBI Index for Steel for the quarter under consideration.

(E) Formula for Petrol, Oil and Lubricant Component:

V5 = 0.85 (P) x ( K 3) x (PI – PO ) 100 PO Where V5 = Amount of price Variation in Rupees to be allowed.

Page 101: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency I - 93 Ex. Engr.

P = Cost of Work done during the period under consideration.

K5 = Percentage of Petrol, Oil and lubricant component.

Po = Basic Consumer Price Index shall be average consumer price index for the

quarter preceding the 30 days in which to the last date prescribed for receipt

of tender falls.

PI = Average price of H.S.D. for Mumbai for the quarter under consideration.

II. Conditions referred to in Paragraph – I

(i) The operative period of the Contract shall mean the period commencing from the

date of work order issued to the Bidder and the ending on the date when the time

allowed for the works specified in the memorandum under Tender for works

expires, taking into consideration the extension of time if any, for completion of the

work granted by Engineer-in-charge under the relevant clause of the conditions of

contract in cases other than those where such extension is necessitated on account of

Default of the Bidder. On decision of the Engineer-in-charge as regards the

operative period of the contract shall be final and binding on the Bidder. Where

compensation for liquidated damage is levied on the Bidder on account of delay in

completion or inadequate progress under relevant contract provisions, the escalation

amount for the balance work from the date of levy of such compensation shall be

worked out by pegging the indices C-1, I-1 & P-1 to levels corresponding to the date

from which such compensation is levied.

(ii) This clause is operative both ways, i.e. if the price variation in the said wholesale

Price Index for all commodities, Consumer Price Index (New Series) or price of

HSD for Bombay is on the plus side, payment on account of the price variation shall

be allowed to the Bidder and if it is on the negative side, the Government shall be

entitled to recover the same from the Bidder and the amount shall be deductable

from the Bidder’s bill for the respective period in which there are fluctuation.

(iii) To the extend that full compensation for any rise or fall in costs to the Bidder is not

entirely covered by the provision of this or other clauses in the contract, the unit rate

and price included in the contract shall be deemed to include amounts to cover the

contingency of such other actual rise or fall in costs.

Executive Engineer SRD-III/MB

Page 102: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

VOLUME – II

TECHNICAL BRIEF

Page 103: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/S Ex. Engr.

M. H. & A. D. Board

Name of work:- Planning, designing, Constructing and obtaining

necessary approvals for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

INDEX FOR VOLUME - II

Chapter No. Particulars

Page Nos. From To

1 2 3 4 Vol. – II ---- TECHNICAL BRIEF

7 Scope of work. II-1 II-20

8 Mode of Measurement II-21 II-21

9 Detailed specifications

a) For Civil Items II-22 II-37

b) For Electrical Items II-38 II-45

c) Additional Specification for Electrical work , Lift work and DG sets

II-46 II-73

10 List of approved make & Materials

a) For Civil Items II-74 II-74

b) For Electrical Items II-75 II-77

Page 104: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 1

(7) SCOPE OF WORK

1. SITE FEATURES:- The site is situated in F/North ward of Municipal Corporation of

Greater Mumbai and the nearest railway station is Sion. The approach to plot is from

Dharavi-Sion Link Rd, 30.40 mtr D.P. Road. The site is situated at C.T.S.No 2/501(pt) of

sector V of Dharavi Redevelopment Project.

1.1 The approximate area of the plot is 3210.00 m2.

1.2 Built up Area to be considered for payment: - 196950.00 Sq.Ft.(approximate.) The area

considered is based on tentative planning. Actual area shall be worked out based on plans

approved /revised by planning authority. However, bidder shall study the mode of

measurement (Vol-II, Ch.8) for working out the payable built-up-area.

1.3 Climatic condition

1.3.1. Temperature and humidity:

The region has high humidity owing to the proximity to the sea and therefore the temperature variation in the region is within moderate limits.

1.3.2. Rain fall

The monsoon season is from June to September, average annual rainfall is about 2500

mm.

1.3.3. The environment shall be classified as aggressive. (Saline, aggravated by air pollution) for

the purpose of concrete mix design.

2 INVESTIGATION

The project shall be on Lump-sum Turnkey Basis, therefore the Construction Agencies

shall have to carry out necessary investigation and surveys to develop the knowledge of

the site condition, availability of quarries and other building materials, topography,

labour availability, water and power availability, approaches to the sites etc. This shall

also means taking of trial pits and trial bores, testing of soils etc. for foundation

conditions. Construction Agency shall contact various local authorities and obtain all the

necessary relevant information about the plots especially regarding existing infrastructure

facilities like sewerage, water supply mains, electric supply line, their present locations,

levels etc. The site is generally leveled and developed. The Construction agency however

will have to depend on his own detailed surveys for obtaining all the data.

Page 105: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 2

3 SCOPE OF WORK:-

3.1. The following items shall include in the scope of work.

3.1.(i) Undertake detailed topographical surveys of site to the appropriate scale and contours

at intervals as required. The survey shall aim to obtaining all the essential data, such

as, boundaries of the site, existing public utility services & lines , accesses to the site

from existing streets, adjoining properties, easement rights, availability of Municipal

services, such as water supply, sewerage, roads, storm water drains, electric supply,

street lights etc. Any data given by the Board in the above aspects shall be verified by

the Construction Agency, with his own resources.

3.1.(ii) Carry-out all engineering investigations that is trial bores, trial pits, soil tests and such

other tests required to provide essential design data from sub-soil conditions. No claim

and disputes shall be entertained in case such as deeper foundations, hard rock strata

or pile foundation is required.

3.1.(iii) Study the development control regulations and development plans of Municipal

Corporation of Greater Mumbai, DRP/SRA as in force and also examine all other

legislation, codes and standards of various authorities as they affect the project and

shall get himself fully acquainted.

3.1.(iv).MHADA shall provide the layout plan and building plan duly approved by the

planning Authority upto the stage of LOI (letter of Intent as described under SRA)

from DRP/SRA.. The construction Agency shall comply the IOA/LOI conditions of

planning Authority and shall obtain approvals/ permissions as may be applicable from

DRP / SRA, MCGM, MMRDA, PWD, MoEF, Railway, Highway Authorities,

Reliance Energy (Infrastructure) Ltd/ Tata Electricals, MSEB, BEST, Civil Aviation

Department, CFO and all such other statutory authorities and also carry out

compliances of various conditions as may be prescribed by these or other such

authorities at his cost. If the plans if any required to be revised in compliance to

planning Authority, the construction Agency shall obtain the same in consultation

with the Chief Architect & Planner/ MHADA for this purpose and obtain IOA. The

fees if any required to pay to concerned Authorities for getting various approvals /

NOC shall be borne by the construction Agency.

3.1.(v) Prepare detailed working drawings for architectural and structural works, for land

development and infrastructure works within the plot area viz. water supply

arrangements (including underground tanks, pump house, pumping machinery etc.),

sewerage net works, pavements and storm water drains, electrifications, fire fighting

system etc. and obtain approval from MCGM and other concerned authorities. The

Page 106: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 3

infrastructure work shall be executed as per approvals of authorities concerned and

shall be handed over to local authority after completion.

3.1.(vi) Prepare structural designs for buildings and other permanent structures as well as

temporary structures required for construction purpose. The construction Agency shall

obtain structural stability and safety certificate from IIT, Powai Mumbai or any other

reputed institute as specified by Dy.CE concern of MHADA. Construction Agency

shall have to produce guarantee bond for durability of RCC structure for 50

years after the date of completion, at the time of submitting final bill.

3.1.(vii) The Construction Agency shall execute the complete housing project including land

development, cutting/filling, construction of buildings, overhead tank, underground

tank, pumps room (if necessary), pumping machinery, watch-man chowky including

on-site water supply lines, drainage lines, electric supply connection etc. on turn key

basis with his own materials/designs as approved. Before handing over the building

and site to the Board, the construction agencies shall obtain certificate for (a} drainage

completion & fire fighting installation (b) completion of buildings (c) malaria/ Public

Health department (d) building occupation (e) assessment (f) fire safety from CFO/

MCGM (g) lift inspection certificate from PWD (h) garden superintendent and

certificates from other authorities like Reliance Energy Ltd. etc. BEST and all other

relevant agencies/ Govt. offices as may be required

3.1.(viii) The details regarding specifications and nature of building works, plumbing works,

electrical works, infrastructure works etc. to be carried out, are given item-wise in

following pages. The construction Agency shall go through the same before quoting

for the tender. "The mode of measurement" and "plan of payment" shall also be

studied.

3.1.(ix) Designing and execution of following On-site-Infrastructure works as per approving

authority's norms

a. Water supply net work within the plot including under ground tanks, pump-room,

pumping machinery, fire fighting system connection to MCGM main line etc.

b. Sewerage net work within the plot boundary including Inspection chambers,

manholes, trap chambers & connection to MCGM main line etc.

3.1.(x). The Construction Agency shall consult MCGM and other authorities for

infrastructure up to the plot under reference and will have to ensure completion of

such infrastructures within the contract period.

3.1.(xi) 3.1.(xii) The on-site infrastructure works such as Pavement beyond 1.00met from

Bldg. line, Storm-water drains, Electrification, Rain-water harvesting, Tree plantation,

R.G development, Vermiculture bins and compound wall if required also off-site

Page 107: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 4

works such as Water supply, Sewerage, shall be carried out by the construction

Agency by executing separate B-1 agreement. The rates payable under this B-1

agreement shall be as per PWD DSR/MCGM's rates prevailing at the time of

executing the main agreement of subjected work. However, infrastructure works shall

also be completed simultaneously along with the main work.

3.1(xii) The rate quoted shall be inclusive of comprehensive Maintenance of Lifts, Pumps,

Generators, Fire fighting systems and all electro mechanical systems for 3 years from

the date of obtaining occupation certificate / water connection whichever is latter.

3.1(xiii) The construction Agency shall be responsible for protection and safety of building up

to 6 months from the date of obtaining water connection. The construction Agency

shall provide adequate number of watch & ward personnel. Beyond above prescribed

period, the Agency shall be entitled for payment as follows.

a) For two wings two watchmen per shift of 8hrs.shall be provided and the payment per

watchmen per shift per months shall be paid as per rate approved by competent

Authority.

b) The payment shall be paid only in respect of the wing / building actually provided

with watch and ward.

c) If 50 % or more number of tenements are occupied then no payment shall be made.

4) SCOPE OF ELECTRICAL WIRING WORKS

Sr.No

Description No. of. light pts.

(Nos.)

No of Fan pts.

(Nos.)

Bell Points

No. of 5A

plug on

S.B.

5A. I/P

15A I/P

Indicator D.P. 32A

Remarks.

1. Living room / balcony

3 1 1 1 1 -- Total tube light fittings in passage /lift room /pump room, society office, Balwadi, Social welfare centre etc. & M.V fittings for compound light etc. as per requirements & as directed by Engineering in charge . Mains -2x 4 sq.mm. /2x 6 Sq.mm copper wire as per load requirement

2 Bed room

2 1 -- 1 1 --

3. Kitchen/ Passage

2 1 -- 1 1 1

4 Nahani, W.C

2 -- -- -- -- 1

Total:- 9 3 1 3 3 2

Page 108: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 5

5) STRUCTURAL DESIGN CRITERIA:

5.1 The structural design criteria are as below:-

5.1.1. As per soil investigations, Construction Agency shall provide the appropriate

necessary type of foundation. The depth of foundation shall be as per design criteria

based on soil investigation report. The necessary due care for excessive sulphate and

chloride contained in the soil shall be taken as mentioned in Para 6 here in below. In

case of pile foundation, the minimum grade of concrete shall be M30 with minimum

cement content of 400 kg/cum. as per durability criteria of IS 456-2000. For open

foundation it shall be also as per IS 456-2000.

5.1.2. Durability Requirements: These shall be as per IS 456-2000 provisions (Latest

version) and as per Clause 36 of Volume-I (conditions of Contract)

5.1.3 The RCC design of buildings shall be based on appropriate seismic coefficient as

per prevailing relevant IS.

5.1.4 The RCC design of buildings shall be got approved from IIT Powai or any other

reputed institute as recommended by concerned Dy. Chief Engineer / MHADB.

5.1.5 The sizes of all structural/ RCC members like columns, beams, slabs and shear walls

etc. shall be as per IS 456 -2000. The Construction Agency shall obtain structural

stability & safety certification from IIT Mumbai or any other reputed Institution as

desired by concern Dy. Chief Engineer / MHADB for the proposed multistoried

structure within Three months from the date of work order.

5.1.6 Portland Pozzolana cement shall be permitted only for internal plaster, masonry and

P.C.C. The grade of cement shall not be less than 43 grade. In case of excessive

chloride and sulphide Ordinary Portland cement with C3A content of 5 to 8 percent

shall be used for cast-in-situ piles as well as open foundation. In case such type of

cement is not available Sulphate resisting cement shall be used.

5.1.7 All the R.C.C. work shall confirm to I.S. 456 - 2000 the pile foundation work shall

also confirm to IS 2911 -1979 (or latest).

5.1.8 Provision shall be made in the design for all possible deformation due to changes in

moisture and temperature as per relevant I.S. code.

5.1.9 All reinforced concrete shall be mix Design concrete. R.M.C. on site shall be used. On

situ concrete shall be by weigh / batching. RMC from remote site can be used by prior

permission of Engineer-in-charge. Mix Design shall be got approved from I.I.T./ VJTI

or from any reputed institute as desired by Engineer-in-Charge.

6) Acceptance testing for structure:

6.1 One complete floor of one wing of building randomly selected shall be tested. The test

Page 109: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 6

load shall be 1.50 times design live load or as per I.S. relevant code. The acceptance or

otherwise shall be decided as per provision in IS 456 - 2000 (latest edition).

6.2 5% of structural elements shall be tested by non-destructive tests such as ultrasonic test

from approved lab. The minimum strength at 95% confidence level shall be 1.1 x

Characteristic strength.

6.3 The load test on piles shall be done as per I.S. provisions (2911 of 1979). Minimum

one pile or 2% of the total number of piles whichever is more for each diameter of pile

shall be tested for each building.

6.4 The Construction Agency shall give 50 years guarantee for durability as well as stability

of the structure as indicated in Clause 36 of Vol. I of (conditions of Contract).

6.5 RCC structural design shall be based on 23 cm thick B.B. masonry for external walls and

half B.B. masonry for internal walls.

6.6 R.C.C. consultant as appointed by Construction Agency under whose supervision the

casting columns, beams, slabs, etc shall be done and the same shall be certified about the

stability and durability of R.C.C. structure after completion of every floor prior to making

payment to Construction Agency.

6.7 The contractor shall supply the detailed structural calculations and shall obtain Structural

Stability and Safety Certification from IIT, Powai Mumbai, or any other reputed institute

considering earthquake zone as per prevailing relevant IS codes. The contractor for his

own interest shall obtain this certificate before starting of the work, so as to incorporate the

modifications in design etc. that may be suggested by IIT, Powai Mumbai.

7) ON SITE INFRASTRUCTURE DESIGN CRITERIA

7.1 Norms of plumbing

Design shall be as per Bye-laws of M.C.G.M.

7.2 Water supply.

(a) Consumption - 180 liters per capita per day/ MCGM norms.

(b) Family size: as per Water Bye-laws of MCGM.

(c) Overhead tank capacity: As per water Bye-laws of MCGM.

(d) Underground tank capacity: 50% of one day requirement. One tank shall be

provided to each building. Storage for fire fighting as per requirement of MCGM.

(e) Top of underground tank shall be about 0.60 m above finished plot level.

(f) Pumping shall be assumed for 6 hours/day - 100% stand by separate electric motor

of appropriate H.P shall be provided.

(g) Separate water meter duly approved by MCGM shall be provided for each

underground tank.

Page 110: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 7

(h) G.I. pipes of approved appropriate class with suitable Teflon sealer tape for joints

shall be used.

(i) Design shall be such as to ensure equal and simultaneous flow (tolerance

+/- 2 lit/min +/- 15 lit/min) for all tenements.

(j) Testing for acceptance of the system as per Bye-laws of MCGM.

(k) The agency shall make necessary provisions for fire fighting as per CFO/ MCGM

requirement for high rise buildings, without any extra cost.

(l) The Under ground & Overhead tank covers overflow pipes shall be in compliance

to requirement of pest control deptt. Of MCGM.

7.3 Sewerage and drains.

(a) To be provided as per MCGM requirements.

(b) All hidden joints shall be provided with flash strips.

(c) No joints shall be permitted in walls, slabs, or columns.

(d) Rat guards shall be provided on pipes by providing PCC M 15 casing around the

pipes up to first floor.

(e) Joints with floor/ walls and fixtures shall be treated/caulked with suitable

solvent.

(f) The drainage pipe for sewer below ground shall be G.S.W. pipe of required diameter

as per approval of M.C.G.M. Inspection chambers & trap shall be as per approval and

specification of M.C.G.M.

(g) Acceptance Testing - Smoke Test/hydraulic test.

7.4. Rain water pipes:

a) Number of pipes of minimum 110 mm dia PVC shall be as per MCGM standards or as

decided by Engineer-in-Charge.

b) All PVC pipes with PVC shoes shall be used. The water from shoes shall be diverted

to the storm water drain by providing proper slope to the ground.

c) No spouts for discharging rain water shall be allowed.

d) 25 mm "B" class G.I. pipe shall be provided for draining of water from ends of

passages and balconies.

e) Acceptance Testing - Smoke Test/ hydraulic test.

8) GENERAL SPECIFICATIONS:

8.1 The whole work shall be carried out strictly in accordance with the approved

detailed drawings from DRP/SRA (unless otherwise directed by the Engineer-in-

Page 111: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 8

charge), scope of work and the detailed specifications in the Standard Specification Book

of the Public Works department, Government of Maharashtra, 1982, the relevant I.S

specifications and additional specifications attached herewith. The various items/ work

incorporated in scope of work shall be executed as per the detailed specification

given forthwith by providing the materials mentioned in scope of work.

8.2 For items not included in the standard specifications of the P.W.D. Government of

Maharashtra the following specifications shall apply in the order of precedence given

below.

(a) Specifications of Bureau of Indian Standard (BIS).

(b) P.W.D. Hand Book of Government of Maharashtra.

(c) National Building Code - 1983.

(d) British Standard Specifications (BSS).

(e) American Standard Specifications.

(f) Where no specifications are available, the work shall be carried out as per directions

of the Engineer-in-charge.

9) NATURE OF WORK :

9. 1 FOUNDATION:

a) Pile Foundation: The pile foundation shall be of cast-in situ or precast type and taken

up to required typical founding strata to be approved by Dy. Chief Engineer for first

pile/ footing, thereafter Engineer-In-Charge with necessary anchoring in hard strata.

Bentonite slurry shall be provided in the bore holes to retain shape and size of the bore

holes. In case of soil conditions are such that, Bentonite slurry cannot be used,

permanent M.S. casing of adequate thickness shall be provided. Bored cast-in-situ

piles shall be casted in concrete grade of M-30 and ordinary Portland cement with

C3A content of 5 to 8 percent shall be used. The diameter of the piles shall be as per

structural drawing and design. The clear cover shall be provided to the reinforcement

as per relevant IS.

The open foundation, pile caps and grid beams (plinth) shall be in the grade of

concrete as per durability requirement of IS 456-2000. The reinforcement shall be Fe

415 and Fe 250. The leveling coarse of P.C.C. in M-15 grade shall be provided for

100 mm thick over 15 cm thick rubble soling below pile caps as per IS 456-2000

requirement. The cement for pile caps and grid beams shall be ordinary Portland

cement with C3A content of 5 to 8 percent.

The concrete for pile and pile caps shall be dense of low permeability, well

compacted and properly cured. The water cement ratio for the piles shall be between

Page 112: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 9

0.40 to 0.45 and the minimum cement content shall be 400 Kg/ Cu. m. Super

plasticizers shall be used to improve the workability of concrete. The concrete shall be

laid by Tremie method and temporary casing shall be provided. All concrete shall be

prepared by weigh batching. R.M.C plant own by contractor can be used only by prior

permission of the Engineer-in-charge.

b) Open foundation : The open foundation shall be as per approved drawing & design,

resting on P.C.C. of grade as per IS 456 - 2000 requirement of 100 mm thickness.

The founding strata shall be approved by Dy. Chief Engineer for first pile/ footing,

thereafter Engineer – in-charge. The specifications of the excavation shall be as per

Standard Specifications Book of the P.W.D. and shall be inclusive of de-watering ,

shoring, strutting, refilling in layers, compaction, watering, spreading of the surplus

excavated earth and removal of the surplus earth to the disposal/dumping points

approved by the MCGM. The R.C.C. footing/raft shall be in grade as per IS 456-2000

The waterproofing compound at 1kg per bag of cement shall provided for R.C.C

footing/ raft in lift portion. The footings and columns below plinth shall be in ordinary

Portland cement with C3A content of 5 to 8 percent.

9.2 The filling in plinth shall be of approved quality of murum and filled in 20 cm layers

including watering and compaction. The plinth height shall be minimum 0.60 m

above the formation level of the plot or as approved by MCGM/DRP/SRA.

9.3 100 mm thick P.C.C. of grade as per IS 456-2000 over 200 mm thick layer of metal

soling shall be done for floor bedding.

9.4 Anti-termite treatment shall be provided as per relevant IS specification.

9.5 Bitumen painting shall be done to RCC members below ground.

9.6 15 cm.thick rubble stone soling shall be laid below pile caps and 20 cm thick rubble

stone soling for U.G. tanks.

9.7 40mm thick D.P.C. in cement concrete (M:15) shall be laid at plinth level for

outer walls with addition of water proofing compound @ 1 kg/bag of cement.

9.8 Entrance steps in brick masonry with 30 mm thick polished Granite Stone treads and

risers in one piece shall be fixed.

9. 9 R.C.C. IN SUPER STRUCTURE :

9.9.1 The structure shall be RCC framed structure. The grade of concrete for columns,

beams, slabs, shear walls, lintels, chajjas, Loft slab and other RCC members shall

be of grade required as per IS 456-2000 For RCC pardi the grade of concrete shall

be as per IS 456-2000 requirement. Reinforcement bars shall be Fe 415/Fe 250. The

water proof ply wood shall be used for shuttering & form work of all RCC members.

Page 113: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 10

9.9.2 The Construction Agency shall assure MHADA to provide dense and homogeneous

concrete. The Construction Agency shall take inter-alia the following precautions.

9.9.2.1 The concrete for all RCC members shall be dense, of low permeability well

compacted and properly cured. All the beams widths shall be of Min. 20 cm width.

9.9.2.2 The requirements of water cement ratio, minimum cement content, cover to

reinforcement to achieve a durable concrete as per I.S 456-2000 shall be followed.

Super plasticizer of required quantity shall be used in order to maintain good

workability.

9.9.2.3 All reinforcement shall be of corrosive resistant steel of approved manufacturer

confirming to relevant I.S.

9.9.2.4 Self compacting concrete (SCC) as per mix design shall be used for in-situ concrete

in shear wall, pardi, column- beam junction or central core portion of pre-cast

column if any etc. SCC shall also be used where there is congestion of

reinforcement. SCC shall generally confirm to specification and guidelines for Self

Compacting Concrete published by EFNARC. Association House 99, West Street,

Farnham Surrey GU a TEN UK. The ingredients, plastisizers and quality and

specification of SCC shall confirm to manufacturers specification.

9.9.2.5 Architectural Treatment:- The agency shall give architectural beauty to the

building by taking out fins, arches, additional columns, brackets etc. all. Plumbing

networks shall be planned in such a way that they are not open to the elevation.

Necessary ducting if required shall be provided for the same. The Elevation to

building should got approved form the competent authority before commencement

of work and carry out all Architectural treatment without claiming extra cost.

9.10 WALLING:

All walls shall be supported on beams, even in case of ground floor. The work shall be

executed as per the details given in the working drawings after getting approval from

Engineering-in-charge.

a) External : External walls shall be of 200mm.thick Siporex Blocks / Autoclave Cellular

Blocks in C.M 1:6 as per specification enclosed -

b) Internal: Internal walls shall be of 100mm.thick Siporex Blocks / Autoclave Cellular

Blocks in C.M 1:4. As per specification enclosed.

c) External masonry below plinth: 23 cm thick B.B. masonry in C.M.1:6.

d) Parapet walls with 150mm thick of RCC pardi on terrace. Height of parapet wall above

terrace finish level shall be 1.20 m.

Page 114: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 11

9.11. FLOORING :

9.11.1 Flooring in the rooms and inside passage, kitchen, verandah, lobbies, society office,

Balwadi, Social welfare centre, watchman cabin, commercial portion, open ducts etc.

shall be of vitrified mirror finished tiles of size 60cm x 60cm or size as approved by

Engineer-in-charge. Skirting shall be of vitrified tiles. Flooring in staircase landing,

pump room, machine room, Electric meter room, common passages etc. shall be of

polished Kotah stone of size 550 mm x 550 mm with necessary skirting. Anti skid tile

flooring in refuse area.

9.11.2 Flooring in W.C. shall be color ceramic tiles of size 300 x 600 of 5 to 6 mm thickness as

per relevant IS.

9.11.3 Flooring in bath and garbage room shall be colored ceramic tiles of size 300 x 600 mm

of 5 to 6 mm thickness as per relevant IS.

9.11.4 In stilt portion & 1.00m around outer face of building, M-20 Cement concrete of

150mm thick over 200mm thick soling shall be provided and at each entrance of

building, interlocking paver blocks of approved quality and colour shall be fixed.

9.11.5 IPS flooring 40mm thick over exposed portion of UG tank top slab shall be provided.

9.11.6 All samples shall be got approved from Engineer-in-charge / MHADB.

9.12 SKIRTING :

The skirting in the rooms, kitchen, inner passages, balconies, etc. wherever vitrified tile

flooring is proposed shall be of vitrified tiles 600 x 100 flush with the wall.

9.13 DADO :

It shall be of colored ceramic tiles of size 300 x 600 mm or more of 5 to 6 mm thickness

and up to soffit of slab for bath room / Garbage room and in W.C. In kitchen, dado shall be

provided to full length & width of Platform up to 600mm in height above kitchen

platform. The width of dado for Wash Hand Basin shall be 80 cm minimum and height

60cm. Granite molding patti of 100mm in depth of approved colour over ceramic tiles

dado in kitchen platform and wash basin shall be provided. For all common passage, dado

shall be of colour Ceramic tile of 300 x 600 mm up to 5' height from finished floor level.

9.14 CLADDING

Full granite cladding of approved colour, size and thickness in entrance lobby and at upper

floors, in front of lift portion as per the directions of Engineer-in-charge shall be provided.

9.15. ENTRANCE FLOORING

Flooring in entrance, lobby shall be of marble flooring in approved pattern & design of

approved thickness & colour on a bed of C.M 1:6.

Page 115: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 12

9.16. FALSE CEILING

False Ceiling of 15 to 20mm thick decorative boards of fibrous of plaster of paries

including frame of galvanized iron suspended iron perimeter channels of adequate sizes as

per the detailed specifications of the wording of item shall be provided in entrance lobby

area.

9.17 KITCHEN PLATFORM

Kitchen Platform shall be of Black jet granite top (in one piece) along with stainless steel

Kitchen sink of minimum clear bowl of size 19" x 16" x 8". The width of the Kitchen

Platform shall be 0.70 meter, the front fascia of 100 mm width shall be provided of

granite. Granite slab of sufficient dimensions to cover stainless sink area and nahani trap

below it shall be provided. Supporting system shall be 25 mm thick Cadappa slabs one

side polished in double layers for Vertical supports and 35 mm thick Cadappa Slab

below granite top. The working drawing of the Kitchen Platform shall be got approved

from Engineer-in-charge if required the fixing shall be done by resin adhesive for the

fascia. The stainless steel sink shall be of the best quality available in the market with the

I.S.I. mark. The best quality of jet black Granite 20 mm thick shall be used. The sample

of both kitchen sink and black granite shall be got approved from the Engineer-in-charge.

The top of the Kitchen Platform shall be perfectly water proof and testing to that effect

shall be given.

9.18 TREADS AND RISERS :

The treads & risers shall be of Black granite with nosing up to 3rd flight level. Thereafter

the treads and risers shall be of polished Kota stone in one piece, of 15/ 20 mm thickness

with nosing.

9.19 PARDI OF STAIRCASE :

The pardi of staircase shall be of R.C.C. in grade as per IS 456-2000 and 75 mm thick

for height of 30 cm fitted with Stainless Steel railing 60 cm height as per drawing &

design approved by Engineer-in-charge.

9.20. DOORS:

a) Main Doors of each tenements, Balwadi, Society office, Social welfare centre & entrance

to each wing shall be FRD (Fire Resistant Door) doors 50mm thick with polynorm

pressed steel door frame having anti-rust treatment, mitre joint to the frame including

C.M. filling of 1:6 proportion in the frame. The fixture, fastenings & fittings shall be of

Stainless Steel

Page 116: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 13

b) 35mm thick Solid core flush door for bedroom of tenement. with polynorm pressed steel

door frame having anti-rust treatment, mitre joint to the frame including C.M. filling of

1:6 proportion in the frame. The fixture, fastenings & fittings shall be of Stainless Steel

as approved by Engineer in charge mentioned below etc.

I ) Section 90mm x 50mm x 1.25mm thick.

II ) Rebate – Single rebate for internal shutter.

III ) Painting – Powder coating.

c) 28mm thick FRP shutters for Bath ,WC, & 32mm thick FRP shutter for watchman

chowki, machine room, terrace, pump-room etc. with stainless steel fittings on Granite

molding frame of adequate size shall be provided.

d) 40mm thick C.C.T.W. door shutter of partly paneled & partly louvers on Granite

molding frame for meter room shall be provided.

TABLE OF FITTINGS

S. No.

Type of fitting Main door

Bed room

door

Bath & W.C. door each

Meter, Pump,

M/C room door each

Terrace, Society office &

other doors

Entrance door to

each wing

1 Hinges 100 x 58 x 2 mm 4 4 4 4 4 4 2 Aldrop 16 mm dia, 300 mm 1 1 - 1 1 - 3 Tadi 12 mm dia. 250 mm 1 1 - 1 1 - 4 Tadi 12 mm dia. 150 mm - - 1 1 - - 5 Tower Bolt 10 mm dia. 200 mm 1 1 - 1 1 - 6 Handles 150 mm 2 2 2 2 2 2 7 Night Latch – 7 Lever 1 - - - - - 8 Door Stopper 1 1 - 1 1 - 9 Lock – 7 Lever Navtal 1 - - 1 1 -

10 Peep Hole 1 - - - - - 11 Baby Latch - - 1 - - - 12 Hydraulic Door Closure - - - - - 1

All hinges for frames shall be of stainless steel. Shutters to be fixed with brass screws to hinges

9.21 WINDOW:

9.21.1 ALLUMINIUM WINDOWS

All windows provided shall be of powder coated aluminum sections of suitable track as

per the IS standards & as per details given in the Abstract including glazing with 5mm

plain glass fixed on frame of approved polished Granite having 15/20mm thickness.

Page 117: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 14

9.21.2 LOUVERED VENTILATOR

The detail wording of the louvered ventilator shall be - Providing and fixing in position extruded modular aluminum section movable louvered ventilator mounted on rectangular sections. The aluminum sections shall be powder coated of approved colour & shade

Frame of Size - 80 mm x 38 mm Vertical jam - 40 mm x 18 mm x 1 mm Glass holder - 1 mm sheet pressed. Connecting bar - 15 mm x 0.8 mm Top and Bottom - 20 mm x 20 mm x 1 mm Glass - 4 mm ground glass Joinery - Glass holding clip shall be riveted to vertical

jams with aluminum rivet.

The samples shall be got approved from the Engineer-in-charge prior to utilisation in executions of work. I.S. 1948 specification for Aluminum Doors, Windows and ventilator shall be followed.

I.S. 1081 code of practice for fixing and glazing of metal steel and Aluminum door,

Windows ventilators.

Aluminum alloy used in the manufacture of extruded window section shall correspond to

relevant I.S. provision. Machine screws used shall confirm to the requirement of I.S.

9.21.3 GRILL WORK Bd/U-1 P-537

Providing and fixing mild steel box grill work for windows, ventilator weighing 15 Kg/Sq.mtr. as per drawing including necessary welding and painting with one coat of anticorrosive paint etc. complete. Projection 50cm x 30cm below sill top.

Bd-/O-5

Providing and applying two coats of synthetic enamel paint of approved colour to new and old structural steel work and wood work in building including scaffolding if necessary cleaning the surface (Excluding Primer Coat) etc. complete. The design and pattern of the grill shall be got approved from Engineer-in-charge wt. of the M.S. Grill work shall be 15 Kg/m2.

9.22. PLASTERING:

9.22.1 Internal: 12 mm thick in C.M 1:4 with neeru finish with chicken mesh at the junction of dis-similar materials and 6mm in C.M.1:3 with neeru to ceilings as per detailed

Page 118: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 15

specification. 9.22.2 External: 23 mm thick sand faced plaster in C.M 1:4 in two coats externally with

backing coat utilizing 2% water proofing compound and chicken mesh at the junction of dissimilar materials.23mm thick sand faced plaster in C.M.1:4 in two coats with water proofing compound to external surfaces a per detailed specification.

9.23. PAINTING : 9.23.1 Ceiling: OIL BOUND DISTEMPER Bd/P-5 P-413 As per wording of Item

Providing and applying washable oil bound distemper of approved colour and shade to old/new surfaces in two coats including scaffolding preparing the surface etc. complete. Providing and applying one coat of priming coat on concrete/ masonry/ asbestos cement/ plastered surface including scaffolding if necessary preparing the surface by thoroughly cleaning oil grease, dirt and other foreign matter and sand papering complete

9.23.2 Internal : Walls OIL BOUND DISTEMPER Bd/P-5 P-413 As per wording of Item

Providing and applying washable oil bound distemper of approved colour and shade to old/new surfaces in two coats including scaffolding preparing the surface etc. complete. Providing and applying one coat of priming coat on concrete/ masonry/ asbestos cement /plastered surface including scaffolding if necessary preparing the surface by thoroughly cleaning oil grease, dirt and other foreign matter and sand papering complete

9.23.3 External: The external walls shall be finished with two coats fully Acrylic paint over one

coat of primer. 9.24. R.C.C JALI: 50 mm thick C M 1:2 with 6 mm dia. reinforcement wherever necessary.

9.25. PLUMBING: 9.25.1 Concealed plumbing in Kitchen, Wash basin, WC & Bath using mixer arrangement

for hot & cold water and arrangement for loft tank, showers etc. 9.25.2 Chromium plated brass heavy type water taps in bath rooms, W.C, basin and

kitchen with brass chromium plated extensions 9.25.3 G.I pipe and fittings shall be open/concealed (wherever necessary) type and of

heavy class (C class) for above ground level & below ground level respectively.

Page 119: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 16

External pipes above ground level shall be duly painted with one coat of oil paint including primary coat.

9.25.4 The loop lines and other pipe lines shall be as per requirement of MCGM shall be got approved from Engineer-In-Charge.

9.25.5 W.C pan: Indian type Orrisa pattern coloured glazed earthenware water closet 625 x 450 mm size with 10 liters PVC dual type flushing cistern complete.

9.25.6 Soil pipe 110 mm dia UPVC with all fittings. 9.25.7 Waste water pipe – 110 to 150 mm dia UPVC pipe with all fittings. 9.25.8 110 mm dia UPVC rain water pipe with all fittings. 9.25.9 75 mm dia UPVC nahani trap. 9.25.10 75mm dia UPVC vent pipe with all fittings. 9.25.11.1 100mm /150mm /225mm dia salt glazed stoneware pipe including fittings. 9.25.11.2 150mm / 100 mm S.W.G. Gully trap in 300mm x 300 mm chamber of 23 cm. thick

brick masonry in C.M 1:6 with 18 mm thick plaster internal and 25 mm thick plaster external in C.M 1:4 with heavy type C.I. cover etc. complete.

9.25.12 Inspection Chambers - 90 cm x 45 cm clear size with 230 mm brick masonry, plastering, .fixing C.I. cover of heavy type with MS. Frame and plastering for inside & outside.

9.25.13 Intercepting trap chamber - 90 cm x 45 cm clear size with 230 mm thick brick masonry and plastering, G S.W. sewer trap with C.I. cover heavy type with M.S. frame.

9.25.14 Circular Manhole - with 45 cm dia at top and 90 cm at bottom in 230 mm thick brick masonry, plastering including C.I. cover with M.S. frame etc complete.

9.25.15 Gun metal inlet and outlet wheel valves. 9.25.16 Wash hand basin of size 55 cm x 40 cm with pillar cock in each tenement 9.25.17 Water meters with chambers of adequate size and covers with locking arrangement

as per the requirement of MCGM shall be provided. 9.25.18 Loop line of G.I. pipe as per MCGM to be laid at terrace sufficient no. of cc

1:2:4 pedestal shall be provided. 9.25.19 Pressure release valves and such other requirements for high rise building shall be

provided. Note: All the plumbing work shall be as per the requirement and approval of MCGM.

9.26 UNDERGROUND AND OVERHEAD WATER TANKS : RCC overhead and underground water tanks in minimum M: 30 grade concrete as per requirement of IS 456-2000 and with water proofing compound and as per MCGM approved capacity shall be provided.

9.27. MISCELLANEOUS: 9.27.1 7 lever Navtal Godrej locks with triplicate keys for meter room, lift machine room, pump

room and terrace doors, gate, collapsible doors, Society Room.

Page 120: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 17

9.27.2 Godrej Night Latch of approved quality for entrance door of each tenement. 9.27.3 50mm high stainless steel number to each tenement. 9.27.4 450 mm wide M.S. ladder for out side of overhead tank and PVC rungs to inside of

Overhead and UG tank. 9.27.5 Marble year plate for each building; Printing MHADA's monogram. 9.27.6 The top of parapet walls of passages at each floor shall be of marble slab having width of

300 mm and thickness 25 mm. 9.27.7 The projection of chajja on each side of the window shall not be less than 15 cm. 9.27.8 C.P grating shall be provided at terrace level to rain water pipes. 9.27.9 A canopy of suitable dimension shall be provided as per approved plans of M.C.G.M. 9.27.10 65 mm wide black granite threshold patti for door sill shall be fixed. 9.27.11 The RCC Hume pipe for rain water drainage of 200 mm dia shall be provided for draining

the rain water from the ducts. The R.C.C. Hume pipe of required diameter for electric cable shall be provided.

9.27.12 B.B. masonry chamber for electrical cables shall be provided in meter room as per the requirement of B.S.E.S./ B.E.S.T./ TATA.

9.27.13 Collapsible gates to all the Building entrance lobbies at Stilt floor. 9.27.14 M: 30 grade RCC pardi for common passages and staircase passages shall be provided as

per required thickness. 9.27.15 RCC loft 75mm thick shall be provided over WC/ Bath and in kitchen. 9.27.16 150 mm dia RCC pipes for cabling work below ground shall be provided along with

adequate size necessary chambers as per requirement of BSES/BEST. up to building line. 9.27.17 C.T.W door frame door with CTW shutters for meter rooms shall be provided as per the

requirement of B.S.E.S/ B.E.S.T/TATA. 9.27.18 Number of fan hooks of 12 mm dia M.S. bars shall be provided as per the requirement in

each tenement as directed by Engineer- In-Charge. One or more fan hooks shall be provided in meter room, lift machine room, pump room, society office, Balwadi, Social Welfare centre etc. as directed by the Engineer–in Charge.

9.27.19 All chajjas and projections shall be treated with neat I.P.S. cement finished in C.M and providing dip mouldings.

9.27.20 Notice Board for each building wing shall be provided as per the direction of Engineer-in-charge.

9.27.21 Name, number of the building and wings of approved type of lettering shall be painted. 9.27.22 Necessary RSJ structural work shall be done in lift machine room. 9.27.23 25 mm dia G.I. water spouts of 45 cm length at each end of passages and as required. 9.27.24 Ball cocks, G.I. vent and overflow pipes shall be provided for water tanks. 9.27.25 C.I. covers to Under-ground and Over head tank shall be provided of required size as per

M.C.G.M's requirement.

Page 121: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 18

9.28. WATER PROOFING :

9.28.1 Water proofing to terrace with 112 mm ave. thickness B.B coba with plaster shall be provided with China Mosaic on top as per detailed specification.

9.28.2 Water proofing plaster in WC, bath in sunken portion and up to dado height shall be provided.

9.28.3 Water proofing treatment to WC and bath with B.B. coba for sunken portions shall be provided.

9.28.4 Water proofing to UG and OH tank shall be provided. For the UG tank and lift duct, box type waterproofing shall be provided.

9.29. PLINTH PROTECTION AND COMPOUND PAVEMENT

9.29.1 The area around the building up to 1.00m. in width from outer line of bldg. shall be concreted with 150 mm thick C.C. of grade as per IS 456-2000 on 20 cm rubble soling with proper slope and broken glass pieces, as per detailed specification and interlocking paver blocks of approved colour & shapes over cement concrete at each entrance of bldg. shall be fixed.

9.29.2 All materials shall be got approved from Engineer in charge before use. The list of civil materials to be used and their make/ brand shall be as per list enclosed. The material samples shall be got approved from Engineer in charge within one month from the date of work order.

9.30. FIRE FIGHTING SYSTEM The proposal for fire fighting system for the entire project shall be got approved from

the Chief Fire Officer. The work consists of providing and fixing fire fighting system with sprinkler, including pump sets (booster pump, jokey pump) of required capacity and motor control panels. Additional under ground water tanks of each min. 100000 liters capacity or as required, as well as fire fighting system shall be provided as per the C.F.O’s requirements and all required piping with necessary fitting shall be provided as per approved plan of C.F.O.

Two hours fire resistant flush doors (50mm thick metal) shall be provided for each entrance of the tenements and also fire resistant (2 hours) flush metal door shall be provided as per the requirement of C.F.O in each stair hall/lobby.

The lighting arrester shall be provided at the highest level of the building also fire alarm panel with required zones including smoke detector as required by C.F.O shall be provided.

9.31. GARBAGE CHUTE Providing and fixing Garbage Chute as per requirements of MCGM.

Page 122: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 19

9.32. ELECTRIFICATION 9.32.1 Concealed electrification shall be done upto the main switch Board of each tenement and

in common passages. However in rooms casing and capping on walls shall be provided.

Adequate number of points as directed by the Electrical Engineer in charge shall be

provided.

9.32.2 Required number of light, fan, bell, plug points in all rooms, kitchen, WCs, bathrooms,

staircase, passages, shall be provided.

9.32.3 The number of lifts & DG sets shall be as per the approved plan. For Domestic and

flushing purpose, separate pumping arrangements shall be made as per specification

attached. The list of materials to be used and their make shall be as per list enclosed.

10. MONITORING OF WORKS :- The Construction Agency shall submit the following documents authenticated by them.

10.1 Proposed organizational set up and quality control assurance brief. 10.2 Quality assurance brief: This shall include quality policy, tests to be conducted, frequency

of tests performs to be used, acceptance / rejection criteria and record to be maintained

(registers etc.) and shall be as per PWD norms & relevant IS specifications.

10.3 Material and labour resources and plan for procurement.

10.4 CPM / PERT charts. 10.5 Performa for monthly progress report. 11.. ADDITIONAL SPECIFICATIONS:- 11.1. The sand to be used in the work shall preferably river sand. 11.2. Providing water proofing treatment to floors, inside and outside walls of U.G. tank

including injecting cement slurry to the unfinished RCC members, grouting wherever necessary, including 40 mm thick water proofing to bottom slab and chamfers and 25 mm thick waterproofing plaster to sides and partition walls from inside as well as from outside, including inside and outside of the top slab including excavation in the ground for external plaster to outside walls with 10 years guarantee bond on stamp paper as per relevant PWD/I.S. Specifications for water proofing. For external surface of UG tank and lift duct, box type water proofing shall be provided.

11.3. Providing water proofing treatment to floors and inside and outside walls to the overhead water tank including injecting cement slurry to the unfinished RCC members, grouting, wherever necessary, including 40 mm thick water proofing treatment to bottom slab and chamfers and 25 mm thick water proofing plaster to the sides and partition walls from inside and outside as well as from inside and outside of top slab with 10 years guarantee bond on stamp paper, as per relevant PWD/ IS specifications for water proofing.

11.4. Providing and fixing in position at room entrance on door frame stainless steel numbers 50

Page 123: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 20

mm in height of approved design with screws etc., complete. Stainless steel numbers shall be of approved thickness and quality as approved by Engineer-in-charge.

11.5. Providing and fixing C.P. grating required dia for rain water pipes at terrace level for draining rain water as per direction of Engineer-in-charge.

Executive Engineer SRD-III/MB

Page 124: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 21

(8) MODE OF MEASUREMENT

All the work done by construction Agency that specified under the “scope of

work” (Vol-II, Ch-7) and elsewhere in the tender document shall be measured in terms

of “payable Built-up-Area”. The area shall be calculated in ‘Square feet’ up-to two

places of decimals. The mode of measurement of ‘payable Built-up-Area’ is as under.

The construction Agency shall quote it’s rate in Indian rupees per square feet of the

‘payable Built-up-Area’. The interim and final payments to construction Agency shall

be made depending upon the stage of work and the ‘plan of payment’ given in Vol-III,

Ch-12.

The payable built-up area of a building shall be actual construction area of

building along with lift well, staircase area, staircase cabin, lift machine room, pump

and meter room, common passages, Society Office, Balwadi, Social Welfare Centre,

Garbage collection room, entrance lobby, watchman cabin. Actual built up area as

specified above shall be calculated exactly as per the norms of computing Built up

Area. 50 % of floor area of refuge floor and 50% of stilt portion shall be accounted in

payable B.U.A. for the payment purpose. Any other component such as underground

tank, over head tank, elevation treatment, chajjas , canopies, all the services specified

in scope of work etc. shall not be included in BUA Calculation. The construction

Agency while working out the rate shall consider all these components. The decision

of the Chief Architect & Planner / MHADA in respect of payable B.U.A. calculations

shall be final and binding on the Contractor. The area calculations for payment shall

be got approved / certified from the Chief Architect & Planner / MHADA.

Executive Engineer SRD-III/MB

Page 125: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 22

(9a) DETAILED SPECIFICATIONS FOR CIVIL ITEMS

SR. NO

SPECIFICATION NO. UNIT DESCRIPTION OF ITEMS

A. WORK BELOW PLINTH:

1 Bd/A - 1, P-259 m3 Excavation for foundation in earth, soil of all types, sand, gravel and soft murum including removing the excavated materials up to a distance of 50 meters beyond the building area and lift up to 1.5 meters, stacking and spreading as directed including dewatering unless provided elsewhere, preparing the bed for the foundation and necessary backfilling, ramming, watering complete excluding shoring and strutting.

2 Bd/A-1, P-259 m3 Excavation for foundation in earth, soil of all types, sand, gravel and soft murum including removing the excavated materials up to a distance of 50 meters beyond the building area stacking and spreading as directed including dewatering manually preparing the bed for the foundation and necessary backfilling, ramming, watering complete excluding shoring and strutting.

(Add for every additional vertical lift of 1.5 mtr.)

3 As directed by Engineer in charge

Rmt Empty boring for any diameter bored RCC cast in situ piles including withdrawal of shell, removal of earth to a distance of 50 meters, etc complete.

4 Bd/D-2, Pg. No.269 Rig Hrs

Chiselling through pile shells in hard strata like boulders, soft & hard rock’s including removing & stacking the loose material, etc complete & disposing of the un serviceable materials outside complete. i) Up to 900mm dia.

5 Pg.No.10/I.No.3(v) Bd/A-8, Pg. No.271

Nos Carrying out load test for 1.5 times the proposed safe working load on the pile the driven position for any dia including construction of test cap, use of accessories & instruments including providing graphs as per IS code or standard specifications & dis- mantling the caps, etc.& cleaning the site complete.

6 As directed by Engineer in charge

Rmt Providing Bentonite slurry process for various diameter of piles.

7 As directed by Engineer in charge

Nos Chipping & Dressing of RCC piles up to any depth including cleaning reinforcement & removal of dismantled material, etc, for providing pile caps.

8 Bd/F-1, Pg. No.297 m3 Providing & Casting in situ Ready Mix cement concrete of required mix design of trap metal for RCC pile caps as per detailed designs & drawings including bailing out water manually, centering, form work, compacting, finishing & curing (Excluding steel reinforcement)

Page 126: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 23

9 As per direction of Engineer-in-charge

m2 Providing & applying two coats of bitumen paint (manufactured by STP Bhandup or equivalent) on the concrete surface without the primer as directed. etc. complete.

10 Bd/A-12, Pg. No.264

m3 Providing dry trap/rubble stone soling 15cms to 20 cms thick including hand packing & compacting etc, complete.

11 Bd/E-1, Pg. No.287 m3 Providing & laying in situ Ready Mix cement concrete M-20 of trap metal for foundation & bedding including bailing out water manually or using pump formwork, compacting & curing.

12 Bd/A-12, Pg. No.264

m3 Providing soling using 80mm size trap metal in 15cms layer including filling voids with sand, ramming, watering etc. complete.

13 Bd/F-6, Pg. No.300 m3 Providing & casting in situ Ready Mix cement concrete of any mix design of trap metal for RCC Beams as per details drawings & designs or as directed including dewatering, centering, form work, compacting, finishing the formed surface with C.M. 1:3 of sufficient minimum thickness to give a smooth & even surface or roughening the surface if special finish is to be provided & curing. (Excluding steel reinforcement).

14 Bd/g-1, Pg. No.313 m3 Providing Second class burnt brick masonry with conventional/IS type bricks in cement mortar 1:6 in foundation & plinth of inner walls/in plinth of external walls including bailing out water manually, striking joints on unexposed faces, racking out joints on exposed faces & watering complete.

15 Bd/A-11, Pg. No.263

m3 Filling in plinth & floors with contractor's murum in 15 cm to 20 cm layers including watering & compaction complete.

16 Bd/E-1, Pg. No.287 & as per direction of Engineer-in-charge

m2 Providing & laying Ready Mix M-20 cement concrete of trap metal for Plinth Protection 10 cm thick including finishing, curing filling, joints with pre-moulded bituminous joints dry stone soling duly packed & consolidated watering excavation complete including spreading broken glass pieces over rubble soling as directed.

17 As directed by m2 Providing pre-constructional anti termite treatment as per IS: 6313 (Part-III) by treating bottom surface, the side of excavation, backfill in immediate contact with foundation, treating top surface of plinth filling at the rate of 5 liter of emulsion concentrate of 0.5% of chloropyrifos or equivalent per square meter of surface area covering 10 years guarantee. (As directed by Engineer -in-charge).

Page 127: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 24

18 Bd/F-17, Pg. No.306,

M.T. Providing & fixing in position Mild steel bar reinforcement of various diameters for RCC pile caps, footings, foundations, slabs, beams, columns, canopy, staircases, newels, chajjas, lintels, pardeis, coping, fins, arches etc. as per details designs, drawings and schedules including cutting, bending, hooking the bars, binding the wires or tack welding & supporting as required complete.

19 Bd/F-17, Pg. No.306,

M.T. Providing & fixing in position Tor steel bar reinforcement of various diameters for RCC pile caps, footings, foundations, slabs, beams, columns, canopy, staircases, newels, chajjas, lintels, pardeis, coping, fins, arches etc. as per details designs, drawings and schedules including cutting, bending, hooking the bars, binding the wires or tack welding & supporting as required complete.

20 Bd/F-3, Pg. No.298 M3 Providing & casting in situ Ready Mix cement concrete of any mix design of trap metal for RCC work in foundation like raft, strip, foundation grillage & footings of RCC columns & steel stanchions including bailing out water manually, centering, form work, compacting, finishing & curing. (Excluding Mild Steel reinforcement & Structural Steel).

21 Bd/F-10, Pg. No.304 & As per direction of Engineer-in-charge

m3 Providing & casting in situ Ready Mix cement concrete of any mix design grade of trap metal for RCC pardi of any thick as per detail drawing, design including centering, form work, compacting, finishing the formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface of roughening the surface if special finish is to be provided using 1 Kg WP compound per bag of cement & curing etc. complete. (Excluding Mild Steel reinforcement & Structural Steel).

22 Bd/F-8 (B), Pg. No.302

m3 Providing & casting in situ Ready Mix Cement concrete of any mix design grade of trap metal for RCC Slabs and landings above 10 cm thickness & up to inclusive of 12.5 cm thickness as per detailed drawings & design including waterproofing, centering, form work, compacting, finishing the surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided & curing.(Excluding Steel reinforcement).

23 As per direction of Engineer-in-charge

m3 Removing Excavated material or debris from site, to outside having any lead.

24 Bd/A-9, Pg. No.269 Hrs. Dewatering the excavate trenches & pools of water in the building area by using 10 to 19 H.P. Pump & other devices including disposing of the water to a safe distance as a directed.

Page 128: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 25

B WORK ABOVE PLINTH:

1 As per wording Bd/F-5, Pg. No.300

Providing & casting in situ Ready Mix cement concrete of any mix Grade of trap metal for RCC column as per detail designs and drawings or as directed including centering, formwork, compacting, finishing the formed surfaces with cement mortar 1:3 of sufficient minimum thickness to give a smooth & even surface or roughening the surface if special finish is to be provided & curing. (Excluding steel reinforcement)

Pg. No.16, I. No.3 (c)

m3 a) In Situ Column (S.C.C.)

2 Bd/F-6, Pg. No.300 m3 Providing & casting in situ Ready Mix cement concrete of any mix design Grade of trap metal for RCC column as per detail designs and drawings or as directed including centering, formwork, compacting, finishing the formed surfaces with cement mortar 1:3 of sufficient minimum thickness to give a smooth & even surface or roughening the surface if special finish is to be provided & curing. including water proofing compound of 1kg per cement bag. (Excluding steel reinforcement)

3. Bd/F-6, Pg. No.300 M3 Providing & casting in situ Ready Mix cement concrete of any mix design grade of trap metal for RCC Beams & Lintel as per details drawings & designs or as directed including dewatering, centering, form work, compacting, finishing the formed surface with 1:3 of sufficient minimum thickness to give a smooth & even surface or roughening the surface if special finish is to be provided & curing. (Excluding steel reinforcement).

4 Bd/F-8, Pg. No.302, P-17, I. No.6 (d)

Providing & casting in situ Ready Mix Cement Concrete of any mix design grade of trap metal for RCC Slabs and landings above 10cms thickness & up to inclusive of 12.5cms thickness as per detailed drawings & design including waterproofing, centering, form work, compacting, finishing the surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided & curing, etc, complete. (Excluding Steel reinforcement).

m3 In Situ

m3 a) W.C. & Bath

5 Bd/F-10, Pg. No.304 As per direction of Engineer-in-charge

M3 Providing & casting in situ Ready Mix cement concrete of any mix design Grade of trap metal for RCC Shear Wall as per details drawings & designs or as directed including dewatering, centering, form work, compacting, finishing the formed surface with 1:3 of sufficient minimum thickness to give a smooth & even surface or roughening the surface if special finish is to be provided & curing. (Excluding steel reinforcement). (Self Compacting Concrete) By using Self compacting Cement.

Page 129: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 26

6 Bd/F-8 (b), Pg. No.302, P-17, I. No.6 (d)

M3 Providing & casting in situ Ready Mix Cement concrete of any mix design of trap metal for RCC Slabs and landings above 10cms thickness & up to inclusive of 12.5cms thickness as per detailed drawings & design including waterproofing, centering, form work, compacting, finishing the surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided & curing, etc, complete. (Excluding Steel reinforcement).

7 Bd/F-10, Pg. No.304 As per direction of Engineer-in-charge

m3 Providing & casting in situ Ready Mix cement concrete of any mix design of trap metal for RCC pardi 100mm thick as per detail drawing, design including centering, form work, compacting, finishing the formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided & curing etc. Complete. (Excluding steel reinforcement).

8 Bd/F-10, Pg. No.304 As per direction of Engineer-in-charge

m3 Providing & casting in situ Ready Mix cement concrete of any mix design of trap metal for RCC pardi 150mm thick as per detail drawing, design including centering, form work, compacting, finishing the formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided & curing etc. (Overhead Water Tank) complete. (Excluding steel reinforcement).

9 Bd/F-13, P.304 m3 Providing & casting in situ Ready Mix cement concrete of any mix design of trap metal for RCC waist slab, step & parapet as per detail designs for staircase including centering, formwork, compacting, finishing the formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided & curing. (Excluding steel reinforcement).

10 Bd/E-2, Pg. No.288 m3 Providing & casting in situ cement concrete M-30 of trap metal for RCC Coping of parapet wall and 100mm thick wall as directed including centering, formwork, compacting roughening the surface if special finish is to be provided & curing etc. complete (Excluding steel reinforcement).

11 Bd/E-2, Pg. No.288 m3 Providing & casting in situ cement Concrete M-30 of trap metal for Misc. item like elevation treatment, corbelling etc. as per detailed design & drawing including centering, formwork, compacting, roughening the surface if special finish is to be provided & curing etc. complete. (Excluding steel reinforcement).

12 Bd/F-17, Pg. No.306,

M.T. Providing & fixing in position Mild steel bar reinforcement of various diameters for slabs, beams, columns, canopy, staircases, newels, chajjas, lintels, pardies, coping, fins, arches etc. as per details designs, drawings and schedules including cutting, bending , hooking the bars, binding the wires or tack welding & supporting as required complete.

Page 130: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 27

13 Bd/F-17, Pg. No.306,

M.T. Providing & fixing in position Tor steel bar reinforcement of various diameters for slabs, beams, columns, canopy, staircases, newels, chajjas, lintels, pardies, coping, fins, arches etc. as per details designs, drawings and schedules including cutting, bending, hooking the bars, binding the wires or tack welding & supporting as required complete.

14 Bd/J-2, Pg. No.355 m2 Providing and Laying damp proof course 40 mm thick cement concrete 1:2:4 layer and bitumen using cement with waterproofing compound of approved make and manufacturer etc. complete.

15 As per wording m2 Providing & Constructing 150mm thick solid block masonry work using concrete 1:3:6 in cement mortar 1:6 including racking out joints scaffolding & curing etc. complete as specified and directed. (Meter Room, Society office, Lift portion )

16 As per wording and confirming B.I.S. 6041 / 6042 /6441 /3809 having density not less than 640 kg/m3

m2 Providing & Constructing 200mm thick Siporex block / steam cured cellular (areated) concrete block masonry in cement mortar 1:6 including racking out joints scaffolding & curing etc. complete as specified and directed.

17 As per wording and confirming B.I.S. 6041 / 6042 /6441 /3809 having density not less than 640 kg/m3

m2 Providing & Constructing 100mm thick Siporex block /steam cured cellular (areated) concrete block masonry in cement mortar 1:6 including racking out joints scaffolding & curing etc. complete as specified and directed.

18 Bd/L-2, Pg. No.368 m2 Providing Internal cement plaster12mm thick in single coat in cement mortar 1:4 with neeru finish to concrete or brick surfaces in all positions including scaffolding, and chicken mesh at the junction of dissimilar materials, curing complete.

19 Bd/L-1, pg. No.367 m2 Providing Internal cement plaster 6mm thick in single coat in cement mortar 1:3 with neeru finish to concrete in all positions including scaffolding, curing complete.

20 Bd/M-3, Pg. No.380

m2 Providing and Laying Polish Kotah stone flooring of approved quality 25 to 30 mm thick and having size not less than 55 X 55 cms in plain/diamond pattern on a bed of 1:6 Cement mortar including cement float, filling joints with neat cement slurry, curing, polishing and cleaning complete. (In Passage & Stair Landing).

21 Bd/M-5, Pg. No.381 m2 Providing and fixing in required positions skirting or dado of polished kotah stone slabs of approved quality 25 to 30mm thick fixed on base of 1:4 cement mortar including cement float, filling joints with cement slurry, curing, rubbing, polishing and cleaning complete.(In Passage & Stair Landing).

22 As per wording and as per direction of Engineer-in-charge

m2 Providing and Laying Granite flooring and skirting on a bed of 1:6 cement mortar including cement coat filling joints with neat cement slurry, curing, polishing and cleaning complete. (Flooring and skirting in landing)

Page 131: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 28

23 As per wording and as per direction of Engineer-in-charge

m2 Providing and Fixing in required position Granite cladding of approved colour to lift portion on plaster of 1:4 cement mortar including cement coat filling joints with cement slurry, curing rubbing, polishing and cleaning complete. (At stilt floor entrance lobby)

24 As per wording and as per direction of Engineer-in-charge

m2 Providing and Fixing in required position Granite cladding of approved colour to lift entrance on plaster of 1:4 cement mortar including cement coat filling joints with cement slurry, curing rubbing, polishing and cleaning complete. (At upper floors)

25 As per wording and as per direction of Engineer-in-charge

Rmt Providing and Fixing Granite Moulding Patti in W.C. Bath & kitchen as per direction including cement coat filling joints with cement slurry, curing rubbing, polishing and cleaning complete.

26 Bd/M-12, Pg. No.287

m2 Providing and Laying White makhrana / coloured marble slab of 20mm thickness of approved quality for flooring in required pattern laid on a bed of 1:6 cement mortar including neat cement float filling, joints with cement slurry, curing, polishing and cleaning complete.

27 Bd/R-18, Pg. No.461

m2 Providing and Fixing false ceiling of 15 to 20 mm thick decorative boards of fibrous of plaster of paris including scaffolding if necessary, all architectural wok like mouldings, cornices, coves, domes, cups, as per detailed drawings and 3 coats of spray painting to boards etc. complete (Excluding frame work, Runners & Mild steel suspenders).

28 As directed by Engineer-in-charge

m2 Providing and Fixing frame work of galvanised iron suspended false ceiling which includes galvanised iron perimeter channels of size 27mm & 0.5mm thick having one flange of 20mm & another flange of 30mm along with perimeter of the ceiling fixing in brick wall/partition with the help of rawal plugs and screws, suspending galvanized iron intermediate channels of size 45mm and 0.90mm thick with to flanger of 15mm each from the soffit at 1200mm centre with steel galvanised iron hanger of width 25 X 0.5mm fasteners. Ceiling section of 0.50mm thick having curved edge of 51.50mm and two flange of 26mm each with lips of 10.50mm then fixed to the intermediate channel with the help of connecting clips & in direction perpendicular to the intermediate channel at 450mm centre to center 12.50mm dry wall screws at 230mm centre. Screws fixing is to be done mechanically either with screw driver or drilling machine with suitable attachment. (As directed by Engineer in charge).

29 Bd/M-12, Pg. No.385 (above specifications shall be referred except that type of tiles & size as specified shall be used).

m2 Providing and Laying Rectified and Vitrified Mirror finish decorative type tiles of size 600 X 600 mm & 10 mm thick having water absorption less than 0.05% of approved make, shade and pattern for Flooring in required position laid on a bed of 1:4 C.M. including neat cement float, filling joints with cement slurry, curing & cleaning etc. complete.

Page 132: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 29

30 Bd/M-13, Pg. No.385 ( above specifications shall be referred except that type of tiles & size as specified shall be used)

m2 Providing and Fixing Rectified and Vitrified Mirror finish decorative type tiles of size 600 X 100 mm & 10 mm thick having water absorption less than 0.05% of approved make, shade and pattern for Skirting in required position laid on a bed of 1:4 C.M. including neat cement float, filling joints with cement slurry, curing & cleaning etc. complete.

31 Bd/M-12, Pg. No.385( above specifications shall be referred except that type of tiles & size as specified shall be used)

m2 Providing & laying decorative Ceramic tiles of size 300 X 600mm & above 6 to 8mm thick for flooring in required position laid on bed of 1:4 cement mortar including neat cement float, filling joints with neat cement slurry, curing & cleaning etc. complete.

32 Bd/M-13, Pg. No.386 ( above specifications shall be referred except that type of tiles & size as specified shall be used)

m2 Providing & fixing decorative Ceramic tiles of size 300 X 600mm & above 5 to 6mm thick for dado & skirting in required position laid on plaster of 1:4 cement mortar, neat cement paste, filling joints with neat cement slurry, curing & cleaning etc. complete.

33 Bd/L-7, Pg. No.370 m2 Providing sand faced plaster externally to concrete, stone blocks or brick surface using approved screen sand in all position including preparing the base, watering and applying base coat of 15mm thick in cement mortar 1:4 using waterproofing compound @ 1 Kg per cement bag & curing the same for not less than 2 days & keeping the surface of base coat rough to receive the sand face treatment not to exceed 8mm thickness in cement mortar 1:4 and finishing the surface by taking out grain & curing for 14 days and scaffolding, etc. complete.

34 Bd/F-20, P.307 m2 Providing & Fixing in position after hoisting pre-cast 1:2 C.M. reinforced jali 50 mm thick of approved design of cement mortar1:3 and curing complete (Including 0.06 mm dia. mild steel bar reinforcement)

35 As per wording and as per direction of Engineer-in-charge

No. Providing & Construction Kitchen Platform of 35 mm thick polished black kadappa stone having Granite top & facia patti of specified thickness and colour including stainless steel sink 750mm width supporting with black kudappa with PVC nahani trap CP grating etc. complete as per design & drawing,

36 Bd/M-31 P-392 m2 Providing and fixing machine cut mirror polished granite slab of approved colour of required size and about 20mm thick of approved quality for boxing of door frame of toilets on cement mortar 1:4 including neat cement float, filling joints, rounding and moulding the edges, curing minor polishing rubbing and cleaning etc. complete.

37 As per wording and as per direction of Engineer-in-charge

m2 Providing & Fixing in position 28/32mm thick. FRP molded shutter with pressed panel design, with core of polyol foam done in situ and sandwiched panel of 4mm of plywood and embedded wooden box for fixtures to be fixed on Granite frame. FRP thickness to be 1.5 to 2.0mm. the whole shutter to be waterproof, acid/ alkali resistant in any colour. etc. complete.

Page 133: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 30

38 As per wording and as per direction of Engineer-in-charge

m2 Providing & fixing in position Polynorm pressed steel door frame as per manufacturers specifications including filling with cement concrete 1:2:4 as directed etc. complete.

39 As per wording and as per direction of Engineer-in-charge

Providing & Fixing in position FRD door Frame and shutter as per manufacturers specifications including fixture & fittings etc. complete.

Nos. 1000 X 2000

Nos. 1200 X 2000

40 Bd.T-34, P.- 499 & as directed by Engineer-in-charge.

m2 Providing & fixing Solid core flush door in single leaf 35mm thick commercial type of exterior grade as per detailed drawings, approved commercial plywood facing on both sides without glazing and Venetians, all necessary beads, moldings and lipping including Stainless steel fixtures and fastenings and finishing with one coat of primer and two coats of oil paint etc complete. (To be fixed on polynorm pressed steel frame )

41 Bd / T-2, Pg. No.478

m3 Providing & fixing C.C.T.W. single leaf 40mm thick second class partly paneled partly louvered door without ventilator adopting sections and sizes as given in standard specifications volume-II (1981) or as per detailed drawings including Stainless Steel fixtures and fastenings and finishing the wood work with one coat of primer complete.(To be fixed on granite molding frame)

42 As directed by Engineer-in-charge

m2 Providing & Fixing in position with powder coating Extruded Modular Aluminum Section three track sliding window mounted granite frame made up of three track drain bottom section of size 92 X 45 X 1.05mm thick (1.659kg/Rmt). Three track top and sides of size 92 X 31 X 1.30mm thick (0.933kg/Rmt). The shutter comprising of bottom and top member of size 40 X 18 X 1.3mm thick (0.417 kg/Rmt.) Interlocking section of size 40 X 18 X 1.25mm thick (0.469 kg/Rmt) handle sides of size 40 X 18 X 1.25 mm thick (0.417 kg/Rmt) with 6mm thick selected quality clear glass fixed in shutter with approved quality neoprene gasket, PVC rollers, locks, handles, PVC lining and wooden encasement wherever necessary etc. complete.

43 As per wording and as directed by Engineer-in-charge

m2 Providing and fixing in position Aluminum Ventilator as per manufacturers specifications including box frame etc. complete.

44 Bd/U-1, P.537 & as per wording of Item.

m2 Providing and Fixing Box type M.S. Steel grill / railing for Window and Ventilator weighing 15 Kg. Per Sq.m as per drawing including necessary welding and painting with one Coat of anti-corrosive paint etc. complete.

45 As per wording and as directed by Engineer-in-charge

No Providing and fixing Double Leaf M.S. Paneled Shutter 3 mm thick of required dimensions 20 mm Sq.box frame and covering 18mm gauge G.I. sheet without ventilators as per detailed drawings & BEST requirement with iron oxidized fixtures and fastening and finishing with two coat painting complete.

46 As per wording and as directed by Engineer-in-charge

m2 Providing & fixing polished Black Granite 20/25mm thick of required width for threshold of approved quality fixing in cement mortar 1:3, curing etc, complete.

Page 134: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 31

47 Bd/P-5, Pg. No.413 m2 Providing & Applying 2 coats of washable Oil Bond Distemper of approved colour & shades to new surface including scaffolding preparing surface and applying putty with one coat of priming coat etc. complete.( For Ceiling & Walls )

48 As per wording of item and as directed by Engineer-in-charge

m2 Providing & Applying 2 coats of fully Acrylic paint including one coat of Primer, of approved manufacturer & approved colour to the plaster surface including scaffolding , preparing the surface watering for 2 days etc. complete.

49 Bd/O-5, P-405 M2 Providing & Applying 2 coats of Synthetic Enamel Paint of approved colour to new & old structural Steel work & wood work in building including scaffolding if necessary, cleaning & preparing surfaces by solvent, de-greasing & de-rusting by manual scraping / mechanical by sand blasting/shot blasting flame cleaning /by chemical methods complete.

50 As per wording of Item and as directed by Engineer-in-charge. Bd/M-21, P-390

M2 Providing & laying water proofing treatment of 112mm average thickness consisting of 12 mm thick layer in cement mortar 1:3 with waterproofing compound at 1 kg per cement bag as base, constructing & laying brickbat coba in cement mortar 1:5 with waterproofing compound 1 kg per bag having average thickness 80mm & finishing with 20mm thick cement plaster layer in cm 1:3 with water proof compound 1 kg per bag including all lift & lead & laid to proper slope to drain out water entirely including watta at junction of parapet & work up to height 300mm as directed including finishing to top layer of water proofing treatment with providing and laying flooring of broken china mosaic of approved color and pattern & covering the whole treatment with 10 years guarantee on requisite stamp paper etc, complete.

51 As per wording of Item and as directed by Engineer-in-charge

M3 Providing water proofing in WC & Bath including B.B. coba in all position consisting of specialized material as per manufacturer specification and covering 10 years guarantee on requisite stamp paper including all lead & lift etc. complete.

52 As per wording and as directed by Engineer-in-charge

m2 Providing water proofing treatment of floor inside & outside wall of RCC UG-WT & lift pit including injecting cement slurry to unfinished RCC member grouting wherever necessary including 40mm thick waterproofing treatment cement plaster to bottom slab & chamber with 25mm thick water proofing treatment to sides & partition wall from inside, using waterproofing compound @ 1kg per cement bag & 10 years guarantee bond on stamp paper.

53 As per wording and as directed by Engineer-in-charge

m2 Providing Box Type water proofing treatment of Rough shahabad tile dado fixed on C.M 1:4 from outside OF RCC UG-WT and Lift pit including injection Cement slurry to unfinished RCC member grouting from out side including excavation in the ground to outside wall of external waterproofing with 10 years guarantee bond on stamp paper.

Page 135: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 32

54 Bd/M-6, P-383 M2 Providing & Laying cement concrete flooring 40mm thk. with M-20 cement concrete laid to proper line, level & slope in alternate bays including Compaction, filling joints marking lines to give the appearance of tiles of 30 x 30 cm or other sizes and laid diagonally or square etc, finishing smooth (With extra cement) in any colors as directed & curing complete.

55 As per wording and as directed by Engineer-in-charge

No Providing & Fixing in position Aluminum Numbers plate of 50 mm length of approved design at room entrance on door frame fixing with screw etc. complete.

56 Bd/V-19, Rmt Providing & Fixing 45 cm wide steel ladder of 40mm X 6mm M.S. flat stringers & steps of 18mm dia mild steel bar including fixing it in 1:2:4 cement concrete block 60 cm x30cmx30cms and painting the ladder.

57 Bd/W-3, Pg. No.583 No. Providing & Fixing 30cms x15 cm marble year plate engraving 10cm height figures complete

58 As per wording and as directed by Engineer-in-charge

No. Providing & Fixing Fan Hooks in RCC Slabs or Beams made from 12mm diameter M.S. bar in size & required shape with proper anchorage as directed including fixing inverted plastic cover & 3 coats of Oil paint complete as directed.

59 As per wording and as directed by Engineer-in-charge

No. Providing & Fixing notice board of required size of teak wood bottom frame by 1" x 4" of 6 mm thick plywood including painting names etc, as directed by 'Engineer-In-Charge.

60 Bd/T-57, Pg. No.511

m2 Providing & Fixing Collapsible Steel Gate in two leaves with channel pickets, pivoted flat bars including top & bottom guide rollers, stoppers, handles all fittings & accessories, locking arrangement & applying one coat of red primer Complete.

61 Bd/F-10, Pg. No.304

m2 Providing and casting in situ cement Concrete M20 of trap metal for Staircase pardi having 75 mm thick and height 30 cm fitted with Stainless Steel Railing 60 cm height made of 12 mm square vertical bar & 40 mm dia Stainless Steel Pipe rail including painting as per detailed drawing etc. complete.

62 As per wording and as directed by Engineer-in-charge

m2 Providing & Laying Polished Kotah Trades and risers on bed of Cement mortar 1:6 including neat cement float filling joints with neat cement slurry curing and cleaning etc. complete. (For steps from 4th flight onwards)

63 As per wording and as directed by Engineer-in-charge

m2 Providing & Laying Granite Tread & Riser on bed of Cement mortar 1:6 including neat cement float filling joints with neat cement slurry curing and cleaning etc. complete . (For steps up to 3rd flight).

64 Bd/K-1, Pg. No.359 m2 Providing Expansion Joints in R.C.C. framed structure for all joints at all level with pre-moulded joint filler 25mm including 3mm aluminum plate fixing teak wood batten on both faces and finishing as directed etc. complete.

Page 136: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 33

65 As per wording and as directed by Engineer-in-charge

Bldg. Supplying and installing G.I. heavy `C' Class pipes with fittings and valves for fire hydrant wet riser system and fire sprinkler system along with fire pump room facilities such as Jockey pump set, main electric driven pump set, Booster pump, control panel etc. complete with fire alarm and portable fire extinguishers including cabling, testing, commissioning and constructing water storage tanks as per CFO's requirements.

66 As per wording and as directed by Engineer-in-charge

Bldg. Fabrication, supply and Erection of Garbage chute made out of 450mm dia 2.5 Kg / cm2 HDPE Pipes and HDPE sheets of thickness 8-10 mm and 3 mm including necessary fittings such as Hopper, Diverter shoes, Flap doors adaptors, ventilation cowls, fixing brackets etc. complete.

67 As per wording and as directed by Engineer-in-charge

Bldg. Providing and fixing 1.5 mm thick FRP / PVC sheet roofing including galvanized iron pipes, M.S rolled sections of adequate size & drawings, 'J' hook bolts, washers, nuts for covering of duct at terrace level etc. complete.

Page 137: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 34

C. WATER SUPPLY & SANITARY FITTINGS :

1. Bd/V-5, Pg. No.551 Providing & Fixing of specified size of any dia and weight Heavy type galvanised iron pipe having embossed at every meter as ISI mark and name of the manufacturer to walls, ceiling, floors etc, with screwed sockets, back nuts, elbows, tee's, reducers, enlargers, plugs, clamps, etc including necessary drilling holes in walls / slab, etc & remaking good the demolished portion to restore the same in original condition neatly & applying primer & 2 coats of oil painting including necessary scaffolding including removing the existing pipe, if necessary and conveying and stacking the same in chowky or as directed etc. complete.

Rmt Concealed 15mm G.I.Pipe only for internal network

2 Bd/V-6, Pg. No.553 No Providing & Fixing of specified and approved dia. Water Meter bearing ISI mark with Non-Return valve including stainer, sockets, union nut, & construction of brick masonry chamber of required adequate size with cast iron frame & mild steel hinges cover with locking arrangement & lock etc. complete.

3 As per direction of Engineer-in-charge

Providing & Fixing heavy type B.C.P. Accessories including Socket Nut etc. complete.

No a) 15 mm Bib Cock No b) 15 mm Pillar Cock No c) Long body Bib Cock No d) Concealed Stop Cock No e) Angular Bib Cock

4 Bd/V-9, Pg. No.555 No Providing & Fixing screw down any dia as specified as approved dia. wheel stop cock tap of gun metal bearing ISI mark including sockets union, nut, complete.

5 As per wording and as directed by Engineer-in-charge

No Providing and Fixing 25 mm dia Pressure Release Valve ISI mark including sockets union, nut etc. complete.

6 Bd/V-20, Pg. No.559

No Providing and Fixing Orissa type 625 X 450 mm white glazed earthen ware 580mm water closet pan including "P" trap white earthen ware footrest, PVC soil & vent pipe up to outside face of the wall including 100mm diameter PVC plug bend cement, concrete bedding, 10 liters white duel type flushing cistern with fittings, inlet pipe with stop tap, 32mm dia PVC flush pipe with fittings & clamps, painting to exposed pipe and cutting and making good the wall and flooring excluding water proofing with brick bat coba.

7 Bd/V-32, Pg. No.567

No Providing & Fixing 10cm PVC Nahani trap fixed with PVC grating, PVC plug bend & piece of PVC pipe up to plug bend, scaffolding etc. complete.

8 As directed by Engineer-in-charge

No Providing & Fixing 100mm PVC Multi floor trap fixed with PVC grating, PVC plug bend & piece of PVC pipe up to plug bend, scaffolding etc. complete.

Page 138: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 35

9 Bd/V-35, Pg. No.570

Rmt Providing & Fixing PVC soil/waste water Pipe outer 100mm dia and having wall thickness 3.20 to3.80mm confirming to IS-13592-1992 including PVC plug bend, necessary fittings such as bend, Tees, single junction, double junction on wall or in the ground including the pipe on wall using approved wooden clit projecting to 25 to 40mm from face of wall with clips of approved quality & number, filling the joints using proper rubber gasket with solvent cement including necessary scaffolding & maintenance for 3 years for any leakage or dislocation of pipes. All the PVC fittings & additional two piece socket clips shall be got approved from Engineer in charge etc, complete.

10 Bd/V-35, Pg. No.570

Rmt Providing & Fixing PVC soil/waste water Pipe 110mm outer dia. & having wall thickness 3.20 to3.80mm confirming to IS-13592-1992 including PVC plug bend necessary fittings such as offset, shoes including fixing of pipe from wall using approved wooden clit projecting to 25 to 40mm from face of wall with clips of approved quality & number filling the joints using proper rubber gasket with solvent cement etc, complete.

11 Bd/V-33, Pg. No.575

Rmt Providing & Fixing PVC Rain water Pipe 110mm outer dia. & having wall thickness 2.20 to 2.70mm confirming to IS-13592-1992 including proper rain water receiving recess with PVC plug bend, necessary fittings such as offset, shoes including fixing of pipe on wall using approved wooden clit projecting to 25 to 40mm from face of wall with clips of approved quality & number filling the joints using proper rubber gasket with solvent cement properly resting the shoe of pipe on cement concrete or masonry blocks , including necessary scaffolding and maintenance for 3 years for any leakages are dislocation of pipes. All the PVC fittings& additional two piece socket clips shall be got approved from Engineer in charge etc, complete.

12 Bd/V-38, Pg. No.572

No Providing & Fixing 15 X 10cms salt glazed stone ware gully trap in cement mortar 1:4:8 outside the building including connecting to the SWG, pipe brick masonry chamber with cast iron lead grating or gully trap, etc complete.

13 Bd/V-39, Pg. No.573

Rmt Providing & laying 150mm Dia. Salt glazed stone ware pipe including fittings such as bend, tee, single junction, double junction, laying, jointing (excluding excavation & refilling the trenches etc. complete.

14 As directed by Engineer-in-charge

Rmt Providing & Fixing 32mm dia. PVC Flush pipe necessary fittings, such as bend, Tee, Single junction on wall or on ground including fixing of pipe of wall with clip, filling the joint with solvent cement including scaffolding, etc complete.

15 As directed by Engineer-in-charge

Rmt Providing & Fixing 50mm dia. PVC Vent pipe necessary fittings, such as bend, Tee, Single junction on wall or on ground including fixing of pipe of wall with clip, filling the joint with solvent cement including scaffolding, etc complete.

Page 139: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 36

16 As directed by Engineer-in-charge

Rmt Providing & Fixing 63mm PVC heavy Pressure pipe having wall thickness 5.54 to 6.20 mm as per IS 4985, 2000 to wall, ceiling, floors etc. with G.I. Screwed, back nut, elbow, tees, reducers, enlargers, plug, clamp etc. including necessary drilling in holes in walls/slabs, etc. and remaking good the demolished portion to restore the same in original condition neatly including necessary scaffolding including removing existing pipe, if necessary and covering and stacking the same in PWD chowky etc complete.

17 Bd/V-43, Pg. No.575

No Providing & Constructing brick masonry inspection chamber 450 X 900mm & 90 cm to 150cm in depth including1:4:8 cement concrete foundation,1:4 cement concrete channels brick masonry, plastering from inside & outside as directed in cement mortar 1:3 & air tight F.R.C. Cover with frame fixed in cement concrete 1:2:4 etc. complete.

18 Bd/V-43, Pg. No.575

No Providing & Constructing brick masonry inspection chamber 600X900mm & 150 cm to 900cm in depth including 1:4:8 cement concrete foundation, 1:4 cement concrete channels brick masonry, plastering from inside & outside as directed in cement mortar 1:3 & air tight F.R.C. Cover with frame fixed in cement concrete 1:2:4 etc. complete.

19 As directed by Engineer-in-charge

No Providing & Fixing white glazed earthen ware wash hand basin of 55x40cm size including 1 cold water pillar tap, brackets, rubber plug & brass chain stop tap & necessary pipe connection including polyethelic waste water pipe & trap up to the outside face of the wall, making good damaged surface, testing etc. complete.

20 As directed by Engineer-in-charge

No. Providing & Fixing CI Cover of 600 mm dia. with C.I. frame to storage tank.

21 As directed by Engineer-in-charge

No. Providing & Constructing circular manhole 45cm dia. at top 90cms at bottom up to 1.8 meter to 2.7 meter depth incl. excavation laying 1:4:8 cement concrete bedding, 15cm thk burnt brick masonry with 1:1cement mortar plaster 25mm thk. In side & outside 20mm (1:3) C.I. heavy type cover with ring 125 kg. in weight refilling etc, as per Municipal requirement. (Cement 6.70 bag per No.).

22 Bd/V-44, Pg. No.575

No. Providing and Constructing Brick Masonry inter septic trap chamber (Sewer Trap) of 90 cm X 45 cm in size including 1:4:8 cement foundation 1:2:4 C.C. channels / half round glazed stoneware pipe channel, salt glazed stoneware.

23 As directed by Engineer-in-charge

No. Providing & Fixing 50mm Dia. Copper ball Cock of size with PVC float including sockets & necessary fittings & tested as per Municipal requirements.

24 As directed by Engineer-in-charge

No. Providing & fixing in position 25 mm dia galvanised iron water spout of required length in balconies etc. including necessary bending and painting in three coats and making good the damages surface etc. complete.

Page 140: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 37

25 As directed by Engineer-in-charge

No. Providing & Fixing CP Grating chromium plated 100mm dia. Of approved manufacturer for PVC rain water pipe outlet incl. Finishing etc. complete.

26 As per BMC requirement and as per direction of Engineer-in-charge

No. Connecting Water pipe line to Municipal main including opening the road and restoring the same to the original position including supplying pipes, providing and making Ferrule connections of required size of C.I. Ball mouth cover, making good any damage done as per MCGM requirement including payment of all necessary changes for connecting as required by MCGM.

27 As per BMC requirement and as per direction of Engineer-in-charge

No. Connecting House drains to Municipal Sewer line including opening the road and restoring the same to original position including supporting pipe, watering drop arrangement, embedding including breading manhole and making good the damage done as per MCGM requirement including payment of all necessary charges for connection as required by MCGM.

Note: - The above specifications are indicative type. The agency shall have to carry out the work on lump-sum Turn-Key basis and the specifications will be as per requirements and approval of competent authority and Engineer-in-charge.

Executive Engineer SRD-III/MB

Page 141: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 38

( 9b ) DETAILED SPECIFICATIONS FOR ELECTRICAL

WORKS SR. CSR

Ref. No. UNIT DESCRIPTION OF ITEMS NO.

A) Internal Electrification work

ELECTRICAL WORK

1 2-1-11

Point wiring for light/fan/bell with ISI mark 2-1.5 sq.mm. Copper PVC insulated FR grade (Fire Retardant) wire 1.1 KV grade in PVC trunking (PVC Casing N-caping) with double locking arrangement with grooves, height not less than 12.5 mm, width 20 mm and thickness not below 1.2 mm as per IS:14927 (Part 1) 2001 and with accessories of PVC / Virgin polypropylene not below 1.8 mm casing, capping and on accessories erected the trucking (casing-n-capping) on wall / ceiling with necessary nettle fold S.M. Screws etc. fixed at an interval of not more than 500 mm with Rawl plugs etc. and ISI mark ceiling rose / batten holder / slanting holder erected on PVC / Virgin poly propylene accessories with ISI mark 6 A mini modular switch / bell push erected on Filled polypropylene ISI marked (IS : 14772-2000) board with S.M. Screws complete.

Point

2

2-1-12 Point

Point wiring for Independent Plug with ISI mark 2-1.5 sq.mm. Copper PVC insulated FR grade (Fire Retardant) wire 1.1 KV grade in PVC trunking (PVC Casing N-capping) with double locking arrangement with grooves, height not less than 12.5 mm, width 20 mm and thickness not below 1.2 mm as per IS:14927 (Part 1) 2001 and with accessories of PVC / Virgin polypropylene not below 1.8 mm in thickness, duly embossed the name of the manufacturer on casing, capping and on accessories duly sealed at joints and erected the trunking (casing n-capping) on wall / ceiling with necessary nettle fold S.M. Screws etc. fixed at an interval of not more than 500 mm with Rawl plugs etc. with 1.5 Sq.mm ISI mark PVC insulated copper wire in green colour used as continuous earth wire and run inside PVC trunming end to end complete with ISI mark 3 pin 6 A. flush type socket and 6 A mini modular switch erected on independent filled polypropylene ISI marked (IS : 14772-2000) board with S.M. Screw complete.

3 2-1-9 Point wiring with ISI mark 2-1.5 Sq.mm 1.1 kv grade PVC insulated FR grade (Fire Retardant copper wire on the light or fan board with 1.5 Sq.mm. ISI mark PVC insulated copper wire in green colour used for earthing for plug complete with 3 pin 6 A flush type socket and modular type switch 6 A both of ISI mark (Earth wire to be taken from DP/DB or intermediate switch board)

Point

4 3-2-15

Supplying and erecting ISI marks flush type sheet proof plug socket 6 point 6 A and 16 A with switch 16 A combined unit erected on filled polypropylene ISI marked (IS : 14772-2000) board or double wooden block / 3 mm thick hylam sheet / 4 mm thick plywood pasted with 1.5 mm thick sunmica with S.M. screws and duly connected with indicator lamp and fuse. Each

5 4-1-18 Supplying and erecting Ding Dong / electronic musical type call bell with heavy duty coil suitable to operate on 230 V A.C. supply erected on polished double wooden block / sunmica block of suitable size.

Each

Page 142: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 39

6 6-3-6

Supplying and erecting means with 3 X 2.5 Sq.mm F.R. stranded / solid copper PVC insulated wire with 1.1 KV grade with ISI mark laid in provided conduit inside pole / Bus bars or any other places with necessary backlite / Rubber bushes sleeves and connected to apparatus in an approved manner with provided bottle type / nut type cable terminals of adequate capacity.

Mtr

7 6-6-11 Mtr

Supplying and laying PVC trunking (PVC casing-n-caping) of size 25mm. with double locking arrangement with grooves, trunking of size not below 12.5 mm. in height and thickness not below 12.5 mm. as per IS 14927 Part-1 of 2001 and with accessories of PVC/resin polypriopelyne not below 1.8 mm.thick, duly embossed the name, duly sealed at joints and erected on wall/ceiling with necessary nettle fold G.I. screws fixed at intervals not more than 500 mm. rawl plugs complete.

8 6-6-12

Mtr

Supplying and laying PVC trunking (PVC casing-n-caping) of size 32 mm. with double locking arrangement with grooves, trunking of size not below 12.5 mm. in height and thickness not below 12.5 mm. as per IS 14927 Part-1 of 2001 and with accessories of PVC/resin polypriopelyne not below 1.8 mm. thick, duly embossed the name, duly sealed at joints and erected on wall/ceiling with necessary nettle fold G.I. screws fixed at intervals not more than 500 mm. Rawl plugs complete.

9 5-6-32 Supply erecting CRCA sheet metal one way enclosures suitable for D.P.M.C.B. / T.P. M.C.B. / F.P. M.C.B. complete erected on angle iron frame.

10 5-6-26 (A)

Each

Supply and erecting single pole and neural distribution board surface / flush mounted made from 18 gauge sheet / CRCA with stove enamel paint / powder coated suitable for incorporating two pole incoming and single pole out going MCB's of 8 ways with electrolytic copper bus bar of 100 Amps erected on angle iron frame complete (Similar to standard make consumer unit type).

11 5-6-27 (A)

Each

Supply and erecting single pole and neural distribution board surface / flush mounted made from 18 gauge sheet / CRCA with stove enamel paint / powder coated suitable for incorporating two pole incoming and single pole out going MCB's of 12 ways with electrolytic copper bus bar of 100 Amps erected on angle iron frame complete (Similar to standard make consumer unit type).

12 5-6-2 Supplying & Erecting & marking miniature circuit breaker confirming to IS : 8828 of 1996 single pole 6 Amp to 32 Amp C Series (Motor / Power) with required wiring connections and lugs etc. in provided distribution board.

Each

13 5-8-1

Each

Providing, erecting and commissioning approved make Residual Current Circuit Breaker only of electromagnetic type (R.C.C.B.) 16/25 A.2 pole working on residual current energy 30 mili amp. sensitivity and maximum 30 mili second tripping time, with breaking capacity of 20 KA test knob facility, trip free mechanism, operating for rated leakage at nominal TEN volts AC and also in both neutral open snapping condition and with short circuit withstand capacity conforming to IS : 12640 complete including all materials like copper leads plugs, screws etc. complete erected in provided CRCA sheet box, with window of the same make.

Page 143: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 40

14 5-6-12 Supplying & Erecting & marking of double pole isolator only switch version of miniature circuit breaker (Conforming to IS:8828 of 1996 ) 40 Amp with required wiring connection and lugs etc. in provided distribution board.

Each

15 7-2-1 (A)

Supplying & erecting PVC armoured cable 1100 V grade with ISI mark 2 core 2.5 Sq.mm. standard / solid copper with 6 mm thick 25 mm width M.S. spacers & G.I. saddles screwed, with continuous 12 SWG G.I. earth wire complete erected on wall / on trusses with 22 gauge X 25 mm width G.I. Strip / erected on pole with 25 X 3 mm M.S. clamps / in provided trench / in provided pipe in an approved manner Mtr

16 6-3-6(A) & 6-4-11

Supplying and erecting mains with 3 X 2.5 Sq.mm FRLS copper PVC Insulated wire with 1.1 kv grade with ISI marks laid in 25 mm dia HMS PVC conduit for common area lighting purpose. Mtr

17 6-3-4 (A) & 6-4-11 & 6-4-6

Supplying and erecting mains with 2 X 6 + 1 X 2.5 Sq.mm FRLS copper PVC Insulated wire with 1.1 kv grade with ISI marks laid in 25 mm dia HMS PVC conduit for mains from meter room to S.P.N.D.B. in Tenement.

Mtr

18 8-3-2A

Supplying and erecting G.I. Strip of different sizes used for earthing on wall and / or any other purpose with necessary Aluminum Clamps fixed on wall painted with bituminous paint in an approved manner, (Joint to be done as per specification) Kg

19 4-7-1 Supplying and erecting Energy meter 230-V 50 cycles A.C. 5/10/20 Amps complete erected on polished T.W. board duly wired with required size of weather proof PVC wires duly tested for class II accuracy by electric supply company. Each

20 4-7-2 Supplying and erecting Energy meter 440-V 50 cycles A.C. 3 phase 4 wires 10/20/25/30 Amps complete erected on polished T.W. board duly wired with required size of weather proof PVC wires duly tested for class II accuracy by electric supply company. Each

21 6-2-16 (A) Each

Supplying and erecting Mains with ISI mark 2 X 6 Sq.mm. F.R.L.S. stranded / solid copper PVC insulated wire of 1.1 KV grade in rigid pvc conduit minimum 20 mm dia heavy gauge (HMS) with ISI mark (embossed) (IS: 9537 (Part 3)) and with PVC spacers and PVC / G.I. saddles and continuous earth wire of 2.5 Sq.mm. ISI mark PVC insulated copper wire in green colour run inside conduit end to end in an approved manner.

22 5-1-1 Supplying & Erecting Bakelite D.P. switch heavy duty surface type or flush type 32 A 250 V with indicator lamp erected on filled polypropylene ISI marked (IS : 14772-2000) board. Each

23 3.2.3

Supply and erected one/two way modular type ISI marks switch 6A/bell push erected on filled polypropylene ISI marked (IS : 14772-2000) board or double polished wooden board / folded or screwed board with top of either wooden / 3 mm thick hylam sheet / 4 mm thick plywood pasted with 1.5 mm thick Sunmica with S.M. Screws and duly connected. Each

24

3.2.8 Supplying and erecting ISI marks Ceiling rose / Batten holder / Slanting holder / Pendent holder Bakelite base 6 A erected on filled polypropylene ISI marked (IS : 14772-2000) board or polished double wooden block / ISI

Page 144: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 41

Each mark PVC junction box. Reduce rates by Rs.5/- for erecting accessories on provided board / junction box.

25 4-2- 1 (A)

Supplying & erecting approved make 1 X 40 watts white stove enameled powder coated box type flue fitting made of CRCA sheet not less than 0.7 mm thick white on the reflector side & grey on other surface complete on with 40 watts Electronic Ballast of approved make confirming to IS 13021 / (Part 1) with lock type holder duly wired up for use on 250 V A.C. supply and erected if required on varnished wooden block / PVC block with flexible wire twins core 24/0.20 mm and with necessary materials without fluorescent tube light 40 W complete and marking Sr. No. and date of erection (Similar Crompton / Bajaj / Philips / Shakti)

Each

26 4-1-09 Supplying and erecting Bulkhead fitting with fine finished cast aluminium enamel painted body with 20 mm conduit entry and clear glass / prismatic glass with guard and complete water tight hinged with locking screw porcelain holder to housed CFL up to 5/9/11 watt erected in position on polished double wooden block or / 20 mm dia H.G. conduit 30 cm in length suitably grouted in wall. Each

27 4-3-11 (A) Each

Supplying and erecting 2 piece 80/125 water tight M.V. lamp fitting with deep drawn aluminium canopy and aluminium gravity dia cast control gear without MV lamp complete with inner reflector and clear acrylic cover and closed type wied with 3 pin porcelain holder, 125 watts copper wound choke, condenser etc. built in dynamic energy saving device duly erected and marking Sr. No. and date of erection (Similar to Asian / Crompton / Bajaj / Arcade)

28 4 -4 - 4 Each

Supplying and erecting Wall bracket for erection of side entry W.P. fluo fitting/M.V. fitting/sodium vapour fitting made from 40mm. dia 'B' Class G.I. Pipe, along with necessary nipples, reducers etc. if required 1.2 m in length welded to pole cap 4 mm thick 30 cm in length of suitable diameter on top of the pole with 15 cm welded corner support of suitable size of M.S. sheet 3 mm thick complete erected with 6 mm dia set screws duly painted with one coat of aluminium paint complete erected with provided leads.

29 3-1-17 (A) Supplying and erecting M.V. Lamp 3 pin B.C. / screwed cap head/pin type

230 Volt, 125 watts. Each

30 5-1-2 Supplying and erecting Double pole metal / iron clad switch with fuse and neutral link 250 V 16 A conduit entry approved make erected on angle iron frame. Each

31 5-1-3 Supplying and erecting Double pole metal / iron clad switch with fuse and neutral link 250 V 32 A conduit entry approved make erected on angle iron frame. Each

32 5-1-13 Supplying & Erecting Triple pole metal/iron clad switch & fuse '415/500 V 63 A with natural link approved make complete erected on angle frame.

Each

33 5-4-5 Supplying & Erecting metal clad 18 gauge CRCA sheet steel distribution board approved make 250 V 8 way having Kit-Kat pattern HC type proclain fuse bridges 16 A 8 way & netural bar connecter completed errected on iron frame / wooden plank board. Each

Page 145: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 42

34 8-3-6 Each

Supplying & Erecting glavanised cast iron earth plate size 60 X 60 X 0.6 cm buried in specifically prepared earth pit so as to keep top of earth plate 1.5 mtr. below ground with 40 Kg. Each charcoal and salt with alternate layers of charcoal and salt with 19 mm dia G.I. pipe with funnel with a wire mesh for watering and brick masonry block C.I. cover complete as per Para 9 of I.S. 3043 of 1987 with necessary length of double G.I. earth wire No.6 SWG bolted with lug to the plate and covered in 12 mm dia G.I. pipe 2.5 mtr. long complete connected to the nearest switch gear with end socket as per directions and duly tested by earth tester and recording the results.

35 12-2-27 (B) Supplying and erecting flat flexible 3 core 6 Sq.mm. Sheathed submersible

type copper cable suitably clamped at fixed intervals with column pipe assembly complete. Mtr

36 7- 2-15 (A) Mtr

Supplying & erecting PVC armoured cable 1100 V grade with ISI mark 4 core 10 Sq.mm. standard / solid copper with 6 mm thick 25 mm width M.S. spacers & G.I. saddles screwed, with continuous 12 SWG G.I. earth wire complete erected on wall / on trusses with 22 gauge X 25 mm width G.I. Strip / erected on pole with 25 X 3 mm M.S. clamps / in provided trench / in provided pipe in an approved manner

37 7-2-14 (A) Mtr

Supplying & erecting PVC armoured cable 1100 V grade with ISI mark 4 core 6 Sq.mm. standard / solid copper with 6 mm thick 25 mm width M.S. spacers & G.I. saddles screwed, with continuous 12 SWG G.I. earth wire complete erected on wall / on trusses with 22 gauge X 25 mm width G.I. Strip / erected on pole with 25 X 3 mm M.S. clamps / in provided trench / in provided pipe in an approved manner

38 7-2- 5 (A)

Mtr

Supplying & erecting PVC armoured cable 1100 V grade with ISI mark 3 core 2.5 Sq.mm. standard / solid copper with 6 mm thick 25 mm width M.S. spacers & G.I. saddles screwed, with continuous 12 SWG G.I. earth wire complete erected on wall / on trusses with 22 gauge X 25 mm width G.I. Strip / erected on pole with 25 X 3 mm M.S. clamps / in provided trench / in provided pipe in an approved manner

39 7-3-2 Supplying & Erecting heavy duty Siemens type brass cable glands for 3 to 4 core 6 Sq.mm. / 2 to 4 core 10 Sq.mm. PVC armored cable with brass washers rubber rings complete erected with cable ends and leads connected. Each

40 5-5-9 ( C )

Sq Mtr

Supplying and erecting marine Plywood 19 mm thick fixed to wall or on provided panel board with necessary materials such as screws; wall fasteners supports, nuts bolts etc. complete.

41 As per R.A. 48 Each

Supplying and erecting Open well type ISI mark submersible pump set of 15 HP suitable for S+24 floors building.

( A ) For Water supply- Domestic & Flushing separately

( B ) For Bore well pump of submersible type of required capacities & numbers.

B ) Items for Panel Making

42 5-5-5 Sq m G.I. sheet 16 gauge to be used for fabrication of boxes panel boards etc. including cutting, bending, drilling, welding, riveting etc. and painting with one coat of red lead point and 2 coats of enamel paint.

43 5-5-15 Each Supplying and erecting self locking arrangement with duplicate keys, made of brass duly erected, flush with surface of panel/cupboard.

Page 146: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 43

44 11-2-3 Each Providing printed instruction chart for treating persons suffering from electric shock, printed in English & Marathi and duly laminated.

45 1-5-6 Each

Painting identification number on fittings / equipments with removal and refitting of covers, tubes etc. if required, by marker of indelible ink / enamel paint with the help of ladders, if necessary.

46 11-2-1 (A) Each

Supplying & erecting LED type indicating pilot lamp with LED colour BLUE, 230/250 V on provided box / panel with necessary material, wiring & connections etc.

47 11-1-2 Each

Providing and erecting Selector Switch suitable for Voltmeter/Ammeter for 3 phase A.C. supply 500 V, 50Hz, on provided box / panel and duly connecting with necessary PVC wire leads and lugs.

48 11-1-3 Each

Providing and erecting Analog type moving iron Ammeter for A.C. current 0-30 A, direct range, 500V, 50Hz, on provided box / panel and duly connecting with necessary PVC wire leads and lugs.

49 11-1-1 Each

Providing and erecting Analog type moving iron Voltmeter for A.C. Voltage 0 to 500 volts range, 50Hz, accuracy class 1.5, flush type; on provided box / panel and connected with necessary PVC wire leads and lugs.

50 5-3-10(B) Each

Supplying & erecting Bakelite fuse fitting suitable for HRC bolted type fuse up to 32 Amps without fuse.

51 12-2-8 Each Supplying and erecting directly operated single phasing preventer complete erected and connected to supply up to 45 Amps. range with guarantee, to operate on single phase for minimum one year.

52 12-2-83(A) Each

Supplying and erecting Water level controller 230/415V AC., Four ways for underground & Over tank Operation.

53 12-2-83(B) Each

Supplying and erecting PVC coated 5 mm dia Brass Sensor. Electrode duly wired nut & bolts complete.

54 5-6-9 Each

Supplying erecting & marking miniature circuit breaker confirming to IS: 8828 four pole 40 Amp to 63 Amp with required wiring connections and lugs etc. in provided distribution board.

55 12-2-5 & 12-2-5 (A)

Each

Supplying erecting fully Automatic star /delta starter suitable for 15.0 H P to 25 H P squirrel case motor totally enclosed with over load and no volt relay complete erected on provided angle iron frame ( similar to L & T make MK-2 FASD model).

56 5-8-5 Each

Providing, erecting and commissioning approved make Residual Current Circuit Breaker only of electromagnetic type (R.C.C.B.) 40 A.4 pole working on residual current energy 30 mili amp. sensivity and maximum 30 mili second tripping time, with breaking ca

57 11-1-14 KVAR

Supplying and erecting bank of mix dielectric condensers with the standard capacities of 2,3,5,7,10,12.5 and 15 KVAR units of P.F. correction for operation on 3 phase 50 cycles 400/440V. (+10%) with externally discharging resistances, earthing terminals.

58 6-3-13 (A) Mtr

Supplying and erecting mains with 1 x 2.5 sq.mm. F R L S solid copper PVC insulated wire in green colour 1.1 KV grade with ISI mark as earth wire in provided conduit/ casing-n-capping complete.

Page 147: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 44

59 6-2-19 (A) Mtr

Supplying & erecting mains with 3 X 6 Sq.mm. F R L S stranded / solid copper PVC insulated wire with 1.1 KV grade with I.S.I. mark laid in provided conduit inside pole/Bus bars or any other places with necessary Bakelite / Rubber bushes sleeves and connection.

60 5-3-16 Each Supplying & erecting approved make 500V. 32 A porcelain base neutral link complete erected in provided M.S. box.

61 7-6-1 Each

Supplying & erecting crimping type copper lugs conforming to I.S. suitable for cable up to 16 Sq.mm. evenly crimped with high pressure tool & connected to switch to switchgear terminals with brass/cadmium plated nut bolts in an approved manner.

62 5-3-1 Each Supplying & erecting Triple pole metal /iron clad HRC fuse switch 415/500 A with ISI marked HRC fuses approved make complete erected.

63 5-3-2 Each Supplying & erecting ISI marked HRC fuse cartridge 500 V. 32 Ampske complete erected.

C) Items for Lightening Arresters

64 8-3-6 Each

Supplying & Erecting glavanised cast iron earth plate size60x60x0.6cms buried in specifically prepared earth pit1.5 meter below ground level with 40 kg charcoal & salt with alternate layers of charcoal & salt with 19mm dia. GI pipe with a wire mesh for watering & brick masonry, block, CI cover complete as per para 7.3of IS-3043 with necessary length of GI earth wire no.6 SWG bolted with lug to the plate & covered 12mm dia. GI pipe2.5 meter long complete connected to the nearest switch gear with socket as per directions & duly tested by earth tester & recording the results.

65 8-3-2A Kg.

Supplying and erecting G.I. Strip of difference sizes used for earthing on wall and / or any other purpose with necessary G.I. Clamps fixed on wall painted with bituminous paint in an approved manner, (Joint to be done as per specification)

66 8-4-2 Each

Supplying & erecting approved make thyrite type lightening arresters suitable for 22 KV supply with necessary ancillary materials complete erected on provided cross arm and connected to the over-head line (similar to Cat no.22A-18 of ige make ) Distribution and as per the requirement of competent authority & electrical Inspector( PWD)

D ) Items for Lift 67 As per

direction of

Engineer-in-

charge

Each

Supplying, Erecting & Commissioning Passenger Lift having following specifications :-i) 10 passenger Capacity ii) Rated speed '- double speed 1.5 meter per second with VVVF drive. iii) Centre Opening with Stainless Steel doors. Iv) Location of machine room - over head directly on the top of lift shaft. v) Operation - microprocessor based simplex down collective with / without attendant. vi) Car - Stainless Steel hairline finished. vii) Car entrance - clear opening 800mm wide X 2000 mm high (Stainless Steel) complete with control with ARD panel duly wired with proper size & strength of copper wire control panel box of M.S. sheet electric motor of suitable HP gear box driving/traction pulley diverter pulley if required over speed governor, (electromagnetic brakes, suspension wires rope, T section adequate size guide rails for cars & counter weight buffers& door frame, etc erected with necessary stainless steel work such as girders required for erecting machine in machine room allied minor builders work such as door frames for erecting doors and scaffolding for erecting guide rails etc. complete testing. For 10- Passanger

Page 148: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 45

E ) Items for Pump manifolding

68 12-2-29 Supplying and erecting ISI mark G.I. Pipe 15 mm dia 'B' Class at

position for suction and delivery including plumbing with socket

Mtr And check nut, union etc.

69 12-2-74 (B) Mtr

Supplying and erecting ISI mark G.I. Pipe 75/80 mm dia "C" class along with bend elbow, 'T's, Sockets, check nuts, nipple and union at position for suction of the delivery line including plumbing with necessary plumbing complete.

70 12-2-69 Each Supplying and erecting C.I. Flange 75/80 mm dia with necessary nut bolts and washers with rubber seal in position

71 12-2-63 Each Supplying and erecting Non return valve 75/80 mm dia in position made of gun metal.

72 12-2-34 Rmt. Supplying and erecting ISI mark G.I. pipe 75/80 mm dia "B" class at position for suction and delivery including plumbing with sockets and check nuts, unions etc.

73 12-2-72 Each Supplying and erecting "B" Class G.I. Coupling/nipple 32 mm dia at position with necessary materials.

74 12-2-71 Each Supplying and erecting 0-100 lb/Sq. inch pressure gauge having 4" dia complete with socket for 1/2" G.I. Pipe. For Pump ---->

75 12-2-21

& 12-2-25

Supplying and providing 25 mm 75/80 mm dia sluice valve with material

F ) D G SET Installation.

76

As per CSR & R.A.,46 & 47

Each

Supplying, erecting & Commissioning D G Set Installation of suitable capacity to take care of Electric Supply in case of electric supply board failure for common area lighting / 1 lift / pump and fire fighting pump etc. required KVA per Bldg. each as per the site requirement and requirement of Electrical Inspector/PWD with Amp panel & acoustic enclosure for backup purpose for common services of each Bldgs.

77 Fire Fighting DCR

Supplying, erecting & Commissioning of Fire fighting system complete as per the requirement of CFO/MCGM & approved by competent Authority & as directed by Engineer in charge.

78 Street Light Poles

Supplying & erecting Street light poles of required numbers shall be provided as per MCGM norms.

Page 149: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 46

( 9c ) ADDITIONAL DETAILED SPECIFICATIONS FOR ELECTRTICAL WORKS

GENERAL : The electrical installations on work in general shall be carried out in accordance with I.E./ Rules. I.E. Act, IEE writing regulations for building, I.S. code of practice for various type of electrical works and PWD hand book (volume 16). But wherever these specifications differ from the above rules, the specifications given below shall be strictly followed. 1) POINT WIRING FOR LIGHT / FAN/ BELL IN PVC CASING -N- CAPPING:

The wiring shall be done in PVC casing -N-capping system, the PVC casing and capping shall be of heavy duty of various sizes of 15mm width, 9mm minimum height and the minimum wall thickness between 1 mm to 1.2mm. The same casing shall be of off white colour with embossing of manufactures name and other details. The casing shall be fixed on wall or ceiling by using PVC plugs and brass screws with fiber / PVC washer of suitable size to match the head of the screw of required sizes. The distance between the screws supporting the casing, shall not be more that 500mm. (1.66 feet) and wherever bend and tees are to be provided the screws shall be fixed as per requirement and as directed. the necessary PVC fitting / plates and accessories required for this type of wiring(bends, tees ,coupling etc.) shall be used as required . The PVC casing and capping confirming the following test of ISD-9537 ( part III) and as per BS : 4676 & BS :4676 (IV) a) Resistance to Heat : Diameter of impression made by steel ball

should not exceed 2 mm.

b) Resistance to burning : It should not be ignited should not continue to burn when the source of ignites is more.

c) Electrical insulating Characteristics

:On application of 2500 V.for one minute should be no breakdown.

d) Impact test : No sign of visible crack or no sign of disintegration.

e) Construction : The inside and outside surface of the trunking should be reasonably free from burns, flush and defects. It should not be liable damage the conductor.

f) Insulation Resistance : 100 M. Ohms (minimum)

g) Resistance to acid and alkaline solution

: No visible sign of deterioration.

2) INSULATED WIRES All the wires shall be poly-vinyl chloride insulated having copper conductor of standard type and of required cross sectional area of the minimum 1.5 sq.mm. and of 1000 V.grade and ISI

Page 150: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 47

marked. The make, type and quality of the wires shall be got approved from the Engineer-in-charge, prior to use at the site of work.

The same shall be fixed in PVC casing N-capping as required and as per specification . Point wiring in any of the above system shall be done in looping in system, with each point having a separate control. The wiring passing through PVC casing N-capping of required size duly finished and matched with the original wall etc. as directed. The maximum No. of wires 1.5 sq.mm. 2 & 2.5 sq.mm. single PVC insulated wires to run inside a 15 mm. width casing N capping patty shall not be more than 4 wires excluding the earth wire and if, additional wires are to be run the width of casing N-capping shall be in-creased as directed, available in PVC casing-N-capping. The wires passing through the wall shall be enclosed in a rigid PVC conduit and finished as directed. a) 15 mm. 1 to 4 Nos. of wires. b) 20 mm. 5 to 6 Nos. of wires. c) 25 mm. 7 to 8 Nos. of wires d) 32 mm. for more than 18 Nos. of wires. The separate independent plug points/ circuit mains wires of size 2.5 sq.mm. single core of single PVC insulated of “Green” colour mist be laid as continuous earth wire. 3) G.I. SHEET BOX / JUNCTION BOX All the concealed box shall be made of hot dipped 16 gauge G.I. sheet of required size with necessary bending, cutting, drilling dwelling etc. The same shall be concealed in wall with brass screws of adequate size. The same box / junction box shall be covered with good quality Acrylic sheet of 3 mm. in thickness flushed with wall or ceiling with brass screws with fiber / PVC washer of suitable size and approved colour by Engineer-in-charge and as directed. The junction boxes shall be of good quality and required numbers of ways concealed in wall /ceiling as directed. When the PVC casing N capping system is to be done, the square blocks shall be of PVC and of heavy duty and approved quality as directed. The same shall be of appropriate size to suit the accessories to be fixed on ceiling by using PVC plugs and brass screws of required size with confirming all characteristics mentioned above. Teak-wood putties for supporting pipes, cables etc. shall be used and shall be of 19 mm. square tapered of required length and of best seasoned teak-wood and well polished. These shall be rigidly screwed to walls by using cement mortar and finished properly. No where the screws shall be hammered while fixing it hammered such work will be rejected. 4) ACCESSORIES ; A) Single pole switches shall be of ISI mark porcelain base type / piano type flush mounting for 6/15 Amps. A.C. 250 Volts grade, as specified in the item of schedule. All the

Page 151: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 48

contacts and spring screws and other parts in the switches shall be robust and shall be of brass or bronze as per ISI specifications fixed on the T.W. boards or blocks, as the case nay be by means of brass screws of suitable size. All switches controlling light points must be placed on phase wire only. The switches and other accessories shall be mounted at a height of 152 cm. from floor level unless and otherwise specified single switches shall be fixed on double square blocks of 4” x 4” x 1.50”. Three pin plug sockets shall be ISI mark porcelain base piano type with safety stutters having swing action, flush mounting type for 6/16 amps. A.C. 250 volts, grade as specified in the item of schedule. All the plug sockets must have two pin and one earth terminal of brass/ bronze. The earth terminal to be connected to the main earth wire by means of 12 SWG aluminum wire duly sleeved in the switch board with PVC sleeve of required size and length. The sockets shall be fixed on the T.W. board by means of brass screws of required size. All the batten holders, angle holders, ad equators and pendent holders shall be bakelite based, either white or of urea of skirt type only with inner pure brass ring for 4 amps. A.C. 250 volts, grade. All the contacts and spring shall be heavy duly brass or bronze. The springs in all types of holders shall be strong enough and shall be capable for making good firm contact with the bulbs, pure brass screws of suitable size shall be used for fixing the accessories on square/ round T.W. blocks / PVBC blocks of required size. The ceiling rose shall be bakelite white urea with all heavy duty brass/ bronze connectors, screws etc. suitable for 5 Amps. A.C. 250 volts supply and shall be fixed similarly as the of holders as mentioned above. Anchor type D.P. switches must be heavy duty type and equipped with an indicator lamp of best durable quality and shall be of porcelain base ivory/ white urea cover, 30 amps. 250 volts capacity and have all copper / bronze contacts, screws, and all parts preferably with silenced contact. The spring shall be of bronze and of robust type and suitable for quick make and break action. The D.P. switches shall be fixed with brass screws of required size and length as directed. The D.P. switches in meter cupboard shall be marked with oil paint, the block Nos. and polarity as directed, The Construction Agency shall at their cost give full load testing for the specified current as and instructed by the Engineer in charge. 5) PVC ARMOURED CABLES / UN ARMOURED CABLES The cable shall be poly-vinyl chloride of ISI marked, heavy duty type with copper conductors of specified size as mentioned in schedule and of 1100 volts grade. Each coil or drum of cable must be accompanied by the maker’s certificate to that effect stating there in the class and all other details including I.S. specifications and also certificate of having paid excise duty to the concerned authorities of Govt. The cables shall have the Maker’s name or other means of identification embossed at every meter length of the cable as specified by ISI authorities. The cable shall be erected on walls or ceiling and supported on M.S. spacers of size¾” (19 mm.) wide 3/16” (5 mm.) thick of required length and with M.S. clamps ¾” (19 mm) wide and

Page 152: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 49

1/3” (3 mm.) thick of required length for bunch of cables min 2 to 8 cable or G.I. (14 SWG) clamps or heavy duty G.I. saddles for single cable as directed. The spacing of the M.S. spacers shall be 30 cm. centre to centre and at both the ends of curve where cables are bend for changing direction. The M.S. spacers shall be firmly fixed by means of nettle-fold iron screws of adequate size and PVC plugs. The M.S. clamps shall be fixed to the spacers by means of round headed G.I. screws of required size as directed. The cable shall be laid in full length from the source of supply main switches in the meter cabin upto the main switches in tenements or pump houses or as directed i.e., in one length and no joining of cables on any account is permitted, unless and or otherwise instructed to do so officially in writing by the Engineer in charge in special cases. The cables passing through the slabs or floorings shall be protected in provided G.I. pipe for single cable and M.S./ G.I. boxes for more cables fabricated cut of 14 SWG G.I. sheets. In either cases, the same shall be embedded in the floor in flush with the bottom surface of the slab and brought upto one foot above the finished floor levels and finished with cement mortar and smooth plaster upto 3” (75 mm) from floor level on all 3 sides of the box and vertical portion of cables covered with Gr.V sheet box bottom to top, for which nothing extra shall be paid. If the boxes are M.S. the same shall be of CRCA grade only and painted with one coat of red oxide and 2 coats of enameled paint of approved tinge and quality, before actual erection at site. The armouring of the cable shall be connected to the earth electrode or main earth by means of G.I. 14 SWG wire, and suitable size heavy duty copper aluminum earthing clips at all the terminating points as directed and for earthing clips nothing extra shall be paid .A continuous earth wire, G.I. of 8 SWG or G.I., earth strip of 25 x 3 mm. thick screw saddles long with the cable as directed shall be run along the cable by using G.I. binding wire at regular intervals of 2 foot as directed. The main earth shall be connected by means of G.I. wire 14 SWG and terminated in the main switch board in each tenement. All the G.I. wires shall be hot-dipped galvanized. Plated iron wires will not be allowed and the same will be liable for rejection, if used by the Construction Agency deliberately or through oversight. These specifications include all connections in all accessories etc. whenever necessary and as directed by the Engineer in charge. ISI No. 398 (part 2) 1976 694-1977 1554 (part 1) - 1988 7098 (part-1) -1988 The Construction Agency must produce the “Excise duty paid certificate” of every drum and also produce the purchasing “invoice Bill” of every cable drum from the concerned manufacture supplier / Dealer of the cable. 6) DPIC / TPIC Switches and D B s : The switches shall be of rewireable fuses type of capacity as mentioned in the items of schedule and shall be fixed on angle iron frame or T.W. board as directed. The switches shall be of heavy duty construction totally enclosed, dust-proof ,quick make and break action and capable if carrying continuously the current specified with necessary connections, earthing as directed.

Page 153: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 50

Distribution boards shall be of heavy duty. M.S.dust-proof of capacity as mentioned in the schedule of items with fuses and neutral bar of required capacity and fixed on angle iron frame or T.W. board as directed with necessary connections, earthig , testing as directed. The make, type and quality shall be got approved from the Engineer in charge. The separate earthling connection screws must be provided for “Body Earth” and earth wire 14 SWG should be connected compulsorily. 7) Ding Dong Bell : Ding dong bell shall be of approved make, double magnet type and suitable for 230 volts, A.C. supply and fixed on polished T.W. block with brass screws necessary connections. testing complete as directed. 8) Caution Board :

Caution board shall be of heavy type vitreous enameled G.I. sheet of 18 SWG of size 150 x 150 mm. as per I.S. 2551 / 1982 and shall be erected in position as directed by the Engineer in charge. 9) Fluorescent fittings : Shall be of white stove embanked box type with 0,7 mm. thick C.R.C.A. sheet and shall be of one light type with 4-40 watts tube, starter polyester heavy duty copper choke with silicon stampings, condenser of adequate capacity. These shall be properly wired-up and erected with lock type holders. Fitting and choke shall be of same make, quality and fixed on 2 nos. of T.W. blocks as directed as per I.S. No.10322/ year 1985 & 1987 2215 : 1983. Flue / M.V. fitting should not touch any live parts and the test No.2215- 1983 are confirming to be satisfactorily. 10) M.V. Lamp Fitting and M.V.Lamps : The M.V. lamp fitting shall be water tight of approved make and similar cal No.MSP/ 1208 / H / MSP 1212 / H of Crompton Greaves. The same shall be complete with inner reflector and clear acrylic cover and closed type, wired with 3 pin porcelain holder, copper polyester choke, condenser and fuse and shall be of same make and quality and fixed on provided bracket as directed the bracket in the fitting should not have any significant damage having copper winding. M.V. lamp shall be of 3 pin B.C. type 250 volts, 125 watts and shall be of approved quality, make as per tender specifications and list of material and shall be fixed in position and tested as directed by the Engineer in charge. The make shall be at the discretion of the Engineer in charge.

11) Wall Bracket : Wall bracket shall be made of G.I. pipe (B-class) of 40 mm.dia. of required size.(1.2 mtr. long ) and shape as per site requirement. The brackets shall be painted with one coat of red lead

Page 154: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 51

and two coats of enamel paint of approved quality and tinge. These shall be fixed in position, rigidly by means of 150mm x 150mm x 3mm. thick M.S. flats (2 nos) welded to the pipe as directed and 10mm. dia x 100mm. long grouted bolt-nuts. The design shall be got approved form the Engineer in charge before executing the work. 12) Earth Wire : The main earth wire shall be of 8 SWG hot-dipped galvanized and shall be run along with the PVC armoured cable as earth wire and shall be connected to the main earth terminal. In meter cup-board as directed, Individual tenements shall be provided earthing by bending/ connecting and running 14 SWG G.I. earth wire hot dip galvanized from main earth up to the main switch board in each tenement. 13) Marine Ply :

Marine ply shall be of 20 mm. thick in full width of approved make finished smooth and shall be fixed rigidly in the meter cabin with ¾” thick 1” wide. T.W. supporting batten frame on the back side. The ply shall be properly varnished with coats of Shellac varnish on all sides and fixed in position as per supply Co’s requirement with iron screw and PVC plugs as directed. 14) Meter Cup-board :

The teak wood meter cupboard shall be fabricated by using 12 mm. (1/2”) planks and 50mm. x 25 mm .thick, T.W. battens for frame. The size of the cupboard shall be as per supply Co.’s requirement and as per the plan approved by the Engineer in charge. The T.W.cupboards shall be varnished from inside and polished from out side as directed and shall be fixed on and supported at the bottom as directed and shall be fixed on wall and supported at the bottom by 40mm x 40mm x 6mm. thick angle iron grouted to wall if directed.

The meter cupboard shall be made from selected plywood plank of 19mm thick duly ‘varnished / painted from inside and for, out side with heavy duty brass hinges total 3 nos.and suitable locking arrangement with duplicate keys. The size of cupboard shall be as per supply company’s requirement and plan as approved by Engineer in charge. The meter cupboard shall be fixed on wall by T.W. planks of 1 ½” x 2” thick and 4 ” width at appropriated length and supported by duly grouting with M.S. thick angle 40 mm x 40mm x 6 mm if directed.

15) Lead wires in the Meter Cupboard :

PVC corrugated flexible pipes of required size and quality with ISI mark shall be used wherever necessary in the meter cupboards with copper wiring as specified in the items of schedule complete with couplings, bakelite or rubber bushes, sleeves etc.as required and as directed shall be used with necessary earthling wire connections.

16) MCB’s Isolators, Enclosures etc.: The miniature circuit breakers shall be of adequate capacity as mentioned in the schedule of items and as directed by the Engineer in charge and of approved make and fixed in the

Page 155: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 52

provided metal clad enclosure or distribution boards as directed complete with necessary connections and fixed in position as directed on angle iron frame or T.W. board as directed. The capacity and type of DB’s isolators etc. shall be as per item of schedule. For lighting circuit purpose, use the ISI No.8828 -1978, 9224 (part 1 & part II) – 1979. Revised version : IS 8828 : 1996 series of MCB and for the power circuit i.e., Air-condition / geyser, use revised version : IS 8828 : 1996 series of MCB. On completion of the installation fully, the Construction Agencys shall carry out the testing of the same with a megger as per IS code of practice, complete wiring layout diagrams, megger testing results and earth testing results shall be submitted in triplicate by the Construction Agencys to the Engineer in charge for the satisfactory completion of the work without which the work will not be treated as completed in all respects.

17) EARTHING :

The earthling job has to be carried in accordance with IS – 3043 i.e. code of practice for earthling strictly. The earth plate shall be of cast iron of size 60cm x 60cm x 0.6 cm. thick duly and fully hot dipped galvanized ( ordinary zinc plating will not be allowed) and the same shill be buried in a 1.5 mtr. deep specially prepared pit below ground level and filled with 30/40 k.gm. charcoal and salt in alternate layer of salt and char-coal as directed and duly tested by earth tester and recording the results.

18) RCCB / RCCB + MCB :

The RCCB / RCCB +MCB shall be of approved make 4 pole, 3 phase, A.C. 440 / 440 volts and of specified capacity as per schedule of item and installed near the service position of common panel board and connected to supply by means of 7 / 20 PVC insulated copper wires. The same shall be of electromagnetic type working or residual current device having 6000 Amps, short circuit breaking capacity and 30 millisecond tripping time as per IS – 12640 with test knob facility complete erected and tested on load as directed by the Engineer in charge.

GATE / GARDEN FITTINGS :

The gate light fittings shall be cast aluminum or M.S. power coated pole mounted type having 300 mm dia. suitable for 60 watts bulb with holder complete. The glass bowl shall be milky same shall be got approved from the Engineer-in charge.

ANTENNA SOCKET / TELEPHONE SOCKET :

The antenna socket shall be approved make .The terminal shall be of silver coating and same shall be got approved from the Engineer-in charge before use and fixed on the acrylic sheet as directed. ANTENNA WIRE :

The antenna wire shall be ISI marked. The same shall be silver coated ,double PVC solid, copper wire and laid in the provided rigid PVC conduct pipe connected with both ends as directed.

Page 156: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 53

The make of wire shall be got approved from the Engineer in charge prior to the use at the site of work. TELEPHONE WIRE :

The telephone wire shall be of ISI mark. The same shall be in two pairs of copper conductor and PVC insulated to be laid in provided PVC conduct . The make and quality shall be got approved from the Engineer in charge , prior to the use at site of work.

DETAILED SPECIFICATIONS FOR LIFT INSTALLATION

All works shall be carried out in accordance with the relevant registrations, both statutory

and those specified by Indian Standard Institution of Lifts related to the work covered by the

specifications. In particular the equipment and installation shall comply with the following :

a) IS - 1860 - 1980

b) IS - 4666 - 1980

c) IS - 3534 - 1976

d) IS - 6383 - 1971

e) IS - 6620 - 1972

f) IS - 7759 - 1975

g) IS - 2365 - 1963

h) IS - 8216 - 1976

i) IS - 9803 - 1981

j) IS - 732 - 1962 (revised)

k) IS - 4289 - 1967 (revised)

l) IS - 1950 - 1962

m) IS - 1173 - 1967

n) The Mumbai Lifts Rules 1958

Page 157: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 54

The detailed information and particulars of Lifts are given below as per IS-1860-1980.

1) Type of Lifts : Passenger

2) Number of Lifts required: As per site condition.

3) Load No.of Person per lift : As standard practice & norms of Lift rule .

4) Rated speed : 0.65 , 1, m./sec .as per requirements

with VVF drive and ARD. 5) Travel ( in mtr.) : As per site condition 6) Servicing ground + required : Entrance, for each lift as per site floors condition. 7) Name of floors serviced : As per site condition. 8) Method of control : Dual operation with or without attendant & having micro controller : simplex collective system. 9) Position of machine room : As per site condition. 10) Size of lift well : 1900 mm x 1900 mm.( And as per site condition.) 11) Position of counter weight : Rear side of the entrance of the lift on any side suitable to the size of lift 12) Size of car platform if internal : As per lift capacity size of lift car 13) Construction : The car shall be made of super stainless

steel directly guided to the steel panel with

14) Car Entrance : One 800 mm. side, 2000 mm, height

S.S power operated center opening door 15) Car light : 2 x 20 watts fluorescent tube / decorative type fittings for indirect illumination.

16) Call indicator position indicator A visual & audible device in car stainless steel face plate finish for car & hall fixtures a] Combined luminous hall button & digital hall position indicator at all floors b] Car operating panel with luminous button

Page 158: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 55

c] Digital car position indicator in car d] Battery operated alarm bell &

emergency light. e] Fireman's switch at main lobby f] Elevoice g] Facility for photo sensor device to door h] Overload warning alarm system

I] high speed axial pressure fan for sufficient ventilation j] Beast quality mirror. K) intercom system in case, machin room & with security on ground floor.

17) Landing Entrance : a) Car open in front : As per requirements b) Number, size and type of : Six 800 mm,wide 2000 mm.(height)

entrance S.S power operated center opening door

c) Manual operation dual control type (micro controller) :

d) Micro controller for simples down collective system.

18) Electric supply : 400 / 440 volts, A.C. 3 phase, 50 cycles, 4 wire system. 19) Lighting : 230 volts, A.C, 50 cycles. 20) Book giving complete details of maintenance schedule and circuit diagram shall be supplied by the Construction Agency on completion of the work.

1) Landing door frames stainless steel

2) Scaffolding in the lift well for erection of lift and other related items.

3) Temporary guarding of lift well during the progress of work.

i) Power & lighting cables to lift machine room and lighting cable to half

way points in lifts well.

ii) Main switches, fuses / circuit breakers in machine room and main switches and

fuses ELCB’s for isolating main cables to machine room)s), However, the test report for lifts shall

be submitted by the lift Construction Agency to the Supply Co. for getting the energy meter.

Page 159: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 56

TECHNOLOGY :

For the purpose of the lifts specifications, the definitions given in IS-1968 (revised up-to-

date) and Mumbai Lifts Rules 1958 shall apply.

MATERIALS :

All materials, fitting, applications etc. used in the lift installations shall conform to Indian

Standard Specifications, wherever these exist. In case of materials for which Indian Standard

Specifications do not exist, the materials shall be of approved type, make and quality by the

Engineer in charge of the work.

FACTOR OF SAFETY :

The factor of safety for any part of the lift shall be less than 5 (five) Higher factor of

safety for various parts are specified in the relevant clauses.

GUIDES :

Car & counter-weight guides shall be of rigid steel in all cases T-section guide rails shall be

used and shall be one of the sizes specified in IS-II-3-1967. For any variation from these ISS,

alternative sections shall be used provided they have adequate section modules, moment of

inertia and sectional area sufficient to withstand the compressive forces resulting from the

application of the car or counter weight safety devices and as approved by the Engineer in charge.

Guides shall be continuous through out the entire length and shall be provided with

adequate steel brackets or equivalent fixing of such design and spacing that the guides shall not

deflect more than 5 mm, under normal operation guides shall be arranged to with stand the action

of the safety gear when stopping a counter-weight or fully loaded car, guides shall be of such

length that it is not possible or any of the car or counter weight shoes to run off the guides.

BUFFERS:

Buffers of spring shall be fitted under the lift car directly or on the pit floor with suitable

concrete or steel foundation. The stroke of the spring buffer shall be 75 mm or greater as the full

load up car speed is 0.65 mtr /sec.

CAR FRAME :

The lift car shall be carried in a complete frame of steel and shall be sufficiently rigid to

withstand the operation of the safety gear without permanent deformation to the car frame. At

least four renewable guide shoes or guide shoes with renewable linings or set of flex guides shall

be provided, two at the top and two at the bottom of the car frame. A heavy duplex cross head

Page 160: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 57

shall be fitted and independently connected to the bottom frame by vertical side members so as

to give a factor of safety of 6.

LIFT CAR :

Lifts car shall be enclosed on all sides by means of the car body, doors and such enclosure

shall be at least 2 mtr. in height . A roof solid, capable of supporting 2 persons( i.e., 136 kg.)

shall be provided. The car floor shall be of a smooth non-slip surface. The car shall be of robust

construction of steel sheets & members. and directly guides to the steel panel with the

imperforated door having clear 760 mm. wide opening , the floor shall be provided with T.W.

planks (seasoned) of 1” thick and shall be covered with approved colour Marbles or poly-vinyl tiles.

The car shall be provided with the following items and accessories .

a) Specification plate showing contract load, speed, capacity etc. b) A Suitable recess in ceiling to houses a 18” dia cabin cum exhaust fan. c) Diffused fluorescent tube lighting fixtures (2 x 20 watts tube) with tube and accessories fully wires up. d) illuminated car position indicator and travel direction indicator arranged for horizontal mounting above the exit door. e) Calling unit comprising of a common buzzer actuated during attendant operation. f) Operating panel comprising of (i) a set of push buttons (illuminated and marked ) for each

landing, (ii) Emergency stop push button clearly marked in Red, (iii) Alarm ,bell push button ,(iv)

Switch for fan and lights, (v) Change over key switch to attendant operation/ automatic operation,

(vi) A cell indicator cancellation, (vii) Luminous indicators in car and on each landing entrance to

indicate the travel of the car, and floor wise movement of lift (i.e, floor numbers).

g) best quality mirror of size 500 mm. x 450mm. x 5mm. thick glasses with superior quality

T.W. frame to be provided in the car at a suitable place as instructed. The car platform shall be of

M.S. fabricated with M.S. plate of 3 mm. thick, the floor shall be covered with 2 or 3 mm. thick

‘Poly-vinyl’ tile of best quality and colour as approved to match the side of the car.

Substational aprons of sufficient depth shall be fitted to the car floor to ensure that no

space is permitted between the threshold and the landing while the car is being leveled to a floor.

To permit switching off the power supply to the lift without switching off the fan and light.

Separate switches shall be provided for fan & light. If directed by the Engineer-in charge,

ventilation openings shall be provided in the enclosure wall above 1.2 mtr..level and below 0.3

mtr. The total area of openings shall be not less than 0.039 m2 for each square meter of area of

the car floor divided equally between the top and the bottom levels.

The enclosure and doors including their tracks of the lift car shall withstand a thrust of 35

kg. applied normally at any point without permanent deformation.

Page 161: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 58

A three pin plug socket with switch for hand lamp and 3 mtr. long cord shall be fitted on

top of the lift car for use by persons working thereon . Lift car platforms shall of framed

construction and basis of rated load evenly distributed. The minimum factor of safety shall be 5 for

steel and 8 for timber.

CAR DOOR:-

A car door, center opening stainless steel door as per required I.S. Slandered &

Specification the case may be and as directed by the Engineer-in charge, shall be placed at each

entrance if the lift car and guard the full opening and height 2 mtr. And shall be equipped with an

electric contact which shall prevent the movement of the car and the circuit shall not be complete

until the landing edge of the door is within 50 mm. of the nearest phase of the door-jamb .The

contacts shall be opened positively, independently of gravity. The electric contact shall be situated

or protected so as to be reasonable, and accessible from inside the car, each floor doors are to be

equipped with hydraulic door closer of approved make ISI marked and got approved from the

Engineer-in-charge .

Car doors including their track shall withstand a thrust of 5 k.gm. applied normally at any

point without permanent deformation and without the doors being strung from their guides. The

car shall be of close picket type and on openings not exceeding 5.5 cm. in width shall be permitted

between the doors shall be arranged so that when the car is stopped they may be opened by

hand from inside the car. The landing gates or doors of every lift well shall be placed as close to

the edge of the lift well as practicable and in no case shall the distance between lift well side of

the gate or door and the edge of the lift well exceed 38 mm. In no way shall the lift way face of

the landing gate or door project into the lift way beyond the edge of the landing side. The car and

landing gate shall be provided with an electric switch which will prevent the lift car from being

started when a gate is open and the contact gravity. The car gate in collapsed position shall give

a clear opening not less than 760mm. in width. The car gate shall be at lease 2000 mm. clear in

height and the top track if the gate shall not obstruct the entrance to the lift car. The imperforated

car gate should in close position be remain with in the aluminum reeling (channel ) width

provided to the lift car. Peep glass window of size 2” x 6”X 4 Nos.car gate (imperforated door )

and floor gates (Landing doors-imperforate swig doors) 5” x 8” size-1 No. should be provided at a

height of 4”-0”as directed. The landing doors shall be 2000mm clear in height and in no case less

than 760 mm. clear in width in fully opened condition and shall not be wider than the car

doors.Teak wood frames ( 4” x 3”) size shall be provided at landing openings for fixing landing

gates duly painted as directed. The car gate shall be fitted with electrically operated interlocking

device so that lift cannot be started unless the car gate is fully closed. The landing gates shall be

fitted with electro-mechanical inter -locking devices so that it shall not be possible to open the

landing gate from the landing side until the lift car stops at a particular landing. The gate locks

shall be wired in such a manner that it shall not be possible to start the lift car unless all the gate

Page 162: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 59

levers are closed. The electrical and mechanical parts of all locking devices shall be substantial

construction and shall be so designed that the lock contact is not closed until the gate lever are

closed. All locking devices shall be fixed securely to the enclosure by suitable mains and shall be

protected from interference from the landing side. Provisions shall be made to prevent the

opening of the landing gate while the lift car is passing through the landing zone to another floor.

COUNTER WEIGHTS :-

All counter-weight section shall be carried in a structural steel frame and shall be secured

by at least two tie rods passing through holes in all section. The factors of safety shall not be less

than the following :

a) Wrought iron and steel – 5 b) Cast iron -40 All the counter weight shall be of metal and shall travel between rigid guides. Counter

weights shall withstand the effect of buffer impact. At least four renewable guide shoes of guides

shall be provided two at top and two at the bottom of the weight.The guide shoes of counter-

weight shall be fixed and adjusted so that the play in the direction of the width of the counter-

weight sections carried in a structural steel frame specially arranged for easy insertion of cast iron

filler weights. The travel way of the counter weight in the lift pit shall be protected by means of

suitable enclosure upto a height of 2.20 meters from the floor of the pit to protect maintenance

staff.

Spring buffers of adequate size and strength complete with cement concrete block 2 Nos.

for car and 2 Nos. counter-weights shall be fitted in the lift pit and shall be designed to bear the

impact of fully loaded car or the counter weight at Governor tripping speed. The buffers shall be

so placed as to give a minimum clearance of 600 mm. from the floor of the lift pit when fully

compressed.

TERMINAL LIMIT SWITCH :-

The lift shall be provided with upper and lower terminal limit switches arrangement to stop

the car automatically within the top and bottom over travels from any speed attained in normal

operation. The terminal limit switches shall act independently of the operating devices, the

ultimate and final limit switches and the buffers. The switches shall be arranged for bringing into

operation by movement of the lift car and the contact shall be opened positively and mechanically.

ULTIMATE OR FINAL LIMIT SWITCH:-

The lift shall be provided with ultimate or final limit switch arrangement to operate by the

movement of the lift car and to stop the lift car automatically within the top and bottom clearance

independently of the normal operating device and the terminal level switches but the buffers

Page 163: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 60

operative. The ultimate or final limit switch shall not be mounted on the lift car and shall open

before act to prevent movement of the lift car under power in both directions of travel and shall

after operating remain open until the lift car has been removed by hand winding to position within

the limits of normal travel.

SAFETY GEARS :-

The lift shall be provided with instantaneous type safety gear attached to the car frame

properly placed beneath the car platform. The safety gears shall be operated by an independent

steel wire rope running on independent pulley. The wire rope shall run from the machine room

Governor speed pulleys to the bottom of the lift shaft and attached to the safety gear so as to

stop the car within permissible distance whenever the lift exceeds the predetermined maximum

speed in down-ward direction. Should the lift ropes break or unduly stretched due to any cause.,

the safety gear apply instantly and mechanically by the speed action of the Governor. The gear

shall be arranged for a positive grip on both guides and each side of the guide equally and shall be

capable of sustaining the car when loaded to its capacity. The safety gear shall only be released

on hoisting up the lift car . The gear shall not be susceptible to the vibration of the lift car frame.

All bearings for drum and screw shaft in connection with the safety gear shall be of non-ferrous

metals. The safety gear rope shall be of steel and not less than 5 mm (approx) in dia. of suitable

construction.

OVER SPEED GOVERNOR :_

An over-speed Governor shall be provided to operate the safety gear in the event of the

speed of the lift car in the descending direction exceeding a pre-determined limit. The Governor

shall be marked with its tripping speed in terms of the speed on its base or on a base plate

attached to the base. The motor control and brake control circuits shall be opened before the

Governor trips. The Governor shall be placed where it will be easily accessible preferably in the

machine room. The Governor rope shall be of steel and not less than 12 mm. (approx) in dia. of

suitable construction. The Governor rope shall run clear of any obstructions.

LIFT MACHINERY :-

The lift machinery shall comprise of the following :

MOTOR :-

An adequately rates minimum 5 H.P. 960 RPM A.C. 3 phase, 50 cycles 400 / 440 volts,

squirrel cage induction motors screen protected specially designed for robust lift duty, rapid

reversible and repeated starters (90 starts per hour) shall be provided. The motor shall have silent

running bearings and the windings shall be copper with class ‘E’ insulation suitable for tropical

climate with high humidity. The manufacturers test certificate shall be supplied by the

Page 164: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 61

Construction Agency. Preferable makes are Crompton, N.G.E.F.,Kirloskar, Simens or similar

approved makes confirming to ISI specifications.

WINDING GEAR :_-

The winding gear comprising of traction sheave, worm wheel and worms along with the

motor and solenoid brake shall be mounted on a exceptionally rigid combination bed place. The

worm shall be cut from a solid forging of rickets case hardened steel with the threads carefully

ground to correct circle. The work wheel consisting of phosphor bronze rim shrunk and pegged

on a case iron centre shall have accurately cut teeth to ensure smooth and noiseless running . The

make shall be Radicon / Graves only.

The whole worm unit shall run in an oil with a definite and automatic circulation of oil to

all the bearing the only attention necessary being provided checking of the oil level by means of a

conveniently placed die-stick or some other device. The unit shall be equipped, through out

preferably with sleeve bearings with renewable gun-metal / bushes or liners. The axial thrust of

the worm shall be catered for by fitting specially designed thrust bearings which must be provided

with direct oil feed. Thrust bearings be removable without dismantling the machine. The whole

gear unit should be reasonably oil-right and glandless in conformity with the latest practice. The

unit shall have easy filling, draining and venting arrangements for lubricating oil.

SHEAVES AND PULLEYS :-

All driving sheaves fixed to and revolving with the shaft shall be fixed by means of sunk

keys of sufficient strength and quality. Sheaves and pulleys shall be of cast iron or steel and free

from cracks, sand holes and other injuries defects. They shall have machine rope grooves. The

traction sheave shall be grooved to produce traction and shall be sufficiently thick to provide from

further wear of the grooves so as to permit the reduction of the diameter of the sheave to the

extent equal to 75% of the diameter of the rope. The deflector secondary sheave assembles shall

be mounted in proper alignment with the traction sheave.

The grooving of adventure sheave or pulley shall have a radius larger than the radius of

the rope by not less than 25mm .and shall extend at least over one third of the circumstances of

the rope. The diameter of the sheave or pulley shall be 41 times the diameter of the rope or 18

times the circumstances of the rope. The make of the ropes shall be Usha Martin / South India

Wire Rope Co. self lubricating.

BRAKE :-

The electric mechanism brake shall of robust construction which shall mechanically applied

and electrically applied and electrically held off. The brake shall be capable of bringing the lift car

to rest under maximum conditions of load and speed and maintaining it stationary. It shall consist

of two strongly designed C.I. arms with adjustable shoes. The brake shoes shall be faced with

Page 165: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 62

adjustable shoes. The brake shoes shall be arranged to take up weight automatically as it so that

adjustment of the brake is necessary only at long intervals. The brake shall be controlled by a D.E.

operated solenoid and applied to the coupling by multiple strong compression springs. The

brake shall not be released in normal operation until power has been supplied to the motor, mains

shall be provided so that the brake can be released by hand to permit manual operation of the lift

in the event of failure of electric supply. The direction of the winding corresponding to the raising

and lowering of the lift car shall be clearly indicated at the brake pulley. The brake coil and the

terminals shall be enclosed in a metal clad housing.

HAND WINDING :-

In case of failure of electric supply, necessary arrangements to enable the lift car to be

hand wound conveniently to the nearest landing shall be provided. The direction of winding

corresponding to raising and lowering of the lift car shall be clearly indicated on the motor.

CONTROLLER :-

The controller shall be enclosed in a sheet steel (CRCZA) cubicle having natural

ventilation. The main body and doors of the cubicle shall be fabricated out of sheet steel which

shall not be less than 1.5 mm. thickness. Access shall be available from the front and rear side

with lift off type doors fitted with locking arrangements. The door shall be so fitted that nothing

projects out and shall open through 120 degree (min). The rear door panel shall be provided with

an opening for adequate ventilation and shall be covered by thick G.I. wire mesh sufficiently close

so as not to allow any foreign materials to skied or creed inside. The carbon or copper contacts

shall be of self cleaning type with a definite falling action. All magnetic coils shall be of robust

construction adequate in operation with reliability service. The controller wiring shall be of P.V.C.

insulated wires with copper conductors ISI-marked neatly arranged and properly fixed . All wires

shall terminated in an approved manner so that the ends are not damaged. A the relays,

Construction Agency, protection, fuses , control transformers, rectifiers resistances terminal

blocks etc. shall be neatly arranged on the control panel. The insulating materials for the control

panel shall not be less that 10 mm. 3/9” thickness of “Sindayne” or any other insulating materials .

All the materials shall be non-hydro –scope, fire resisting and shall withstand high temperature. All

terminating wires / cables shall be provided with identification letters only or numbers.

The controller shall comprise of the following :-

1) Triple pole, up and down main controller, ,mechanically and electrically inter locked. 2) Pausing relays.

Page 166: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 63

3) Phase failure and phase reversal relay. 4) Double wound main transformers with necessary tapping at 8.12 and 24 volts 5) Bridge connected rectifier. 6) Terminal blocks, protection fuses, wiring, control relays etc. required for safe control …

7) Floor relays..

CIRCUIT BREAKER ;-

One metal clad, direction-line air breaker OCB type Construction Agency starter of

adequate capacity with “ON and OFF” push button and fitted with over load release on each phase

shall be provided to control main supply to the controller.

CAR LIGHTING AND OUT-LET POINTS FOR MAINTENANCE ;-

Two nos, (2 x 20 watts) fluorescent fittings in rectangular design shall be provided in

recess mounting pattern to give indirect lighting on the car floor. The complete assembly fitting

shall be such as to afford easy access to the control gear and tube lights shall be controlled by

one switch located in the machine room close to the main switch.In the centre of cabin fan of

approx. 18” dia (450 mm.) with protective grills and independent control switch shall be provided

having minimum projection in the car.

One plug socket and one light point on top of the lift car , one plug socket and one light

point on the under side of the lift car, one plug and light point in the lift pit each controlled by

independent S.P. switches shall be provided for the use of maintenance staff. The plug socket

shall be of 5 amps. 3 pin type in addition to phase point one hand lamp with 3 mt. cord and plug

top shall be supplied by the Construction Agency.

All lights and out let points shall be connected to a separate circuit., independent of lift

mains and control wiring and the lift Construction Agency shall carry out necessary wiring in H.G.

steel conduit from the lighting D.P. / D.B. in lift machine room.

CAR-CONTROL, SIGNALLING SYSTEM AND EMERGENCY DEVICE ;

The lift shall operate as an automatic push button lift and also with arrangement for hand

operation with a selector switch for Auto / Hand operation on one of the sides of the panel at a

convenient height and shall comprise of the following items all flush mounted with functions of

each clearly marked and duly wired up.

1) Single speed automatic operation with operating devices in the including a bank of buttons duly, numbered with the corresponding landing served. 2) Spring loaded car switch with chrome plated declarable operating handle for car

Page 167: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 64

switch operation. 3) A call bell with enunciator in the car with call buttons on each landing entrance. 4) A call bell indicator cancellation. 5) All emergency step push button in Red colour. 6) luminous indicators in car and on each landing entrance to indicate the floor position number and direction (arrow mark) of travel of the car. 7) A switch for the cabin cum exhaust fan and switch for light. 8) An alarm button to serve as an emergency signal. 9) The operating device shall be given un-interrupted use of the elevator till such time

that the car has reached the desired landing and the car gate has been opened and

closed again. All the landing push buttons shall be rendered inoperative while the car

is in motion and for a pre determined interval after arrival at landing in order to allow

time to open the door. Momentary pressure on a landing button shall bring the car to

the landing.The control shall be so arranged that the car can be called from any landing

outside the car or dispatched to any landing from inside the car provided all landing

doors and car door are closed.

The control for alarm, light in the car and cabin cum exhaust fan shall be wired from

electric mains other than the lift mains.

The alarm bell shall be installed in such a place that ringing is clearly audible in order to

obtain assistance in case of break down of lift. The movement of the car and its arrival at any

landing shall be indicated by “UP” and “DOWN” arrows at each landings entrance.

A buzzer shall be provided in the car and shall be operated through a push button at each

landing entrance.

Additional emergency stop switches, one on top of the car and one in the lift pit shall be

provided for the use of maintenance staff. “ON and “OFF” positions and function of the switches

shall be clearly indicated.

ELECTRIC WIRING :

All wiring shall be carried out in accordance with the latest edition of the Indian Electricity

Act.1910 (Revised upto date) Indian Electricity Rules 1956 and Rules and Regulation of the

Mumbai Fire Insurance Association.

Page 168: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 65

The wiring shall be carried out in H.G. conduit ( 16 SWG) as far as possible. All the

conduit and conduit accessories used shall be heavy gauge steel, electrically threaded the

minimum size of conduit used shall be 20 mm. dia (approx). The conduits shall be fixed to the

structure on wall by means of adequate number of appropriate sizes black enamel painted saddles

and shall be spaced from the structure or by means of fixing M.S.Spacers, Under the conduit PVC

plugs shall be used to secure the screws to the walls or to the ceilings. The spacing of the M.S.

supports shall be provided near bonds or as required. Terminators of the conduit run must

invariably have check-nuts on either side of the entry to the boards, switches etc. and shall be

provided with insulating bushes to prevent cutting of insulation by rubbing against the ends. The

entire conduit work shall be given two coats of approved brand Enamel Paint on completion of the

entire work flexible connection shall be carries out in ‘PLICLK pipes with ends of pipes fitted with

nipples or couplings in an approved manner.

TRAILING CABLES:-

All trailing cables shall be of flexible construction preferably PVC insulated and PVC

sheathed type of adequate size with copper conductors suitable for lift working. Trailing cable for

lift control circuits shall be separate and disinter from lighting and signaling circuits. Similarly

circuits supplying current to the motor shall be separate from control and safety circuits. All the

wire ends of trailing cables in the junction boxes on the lift car and lift well shall be marked for

identification purposes.

Electric supply for lighting and power will be available at suitable points in machine room.

The lift wiring shall be inclusive of tapping the services from these mains. All the wires used for

this works shall be PVC insulated wires with copper conductors of ISI marked quality.

EARTHING ;

Each piece of metallic equipment shall be earthed by means of a separate, distinct bare

aluminum wire of size 14 SWG and connected to the main earth leads terminated in the lift

machine room. The earthing clips shall be tinned brass or copper strips of approved thickness. The

size of about 1.5 x 12.5 mm. having nuts, bolts and washers. Necessary copper sweating sockets

of appropriate size shall be provided at the terminals.

LOCATION OF MACHINERY ;-

The lift machinery comprising of motor, winding gear brake and associated control gear

shall be housed in the machine room will be provided with flooring in R.C.C. slab and brick walls

on all sides with necessary door and ventilators. The entire load of the motor and winding gear

shall be on M.S. hoists of adequate size and length supported on R.C.C. beams in the machine

room.

Page 169: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 66

There shall be no direct loading on machine room flooring. The M.S. hoists, M.S. channels,

M.S. chequered plates and supporting cement concrete pedestal shall be provided and erected

by the Construction Agency.

PAINTING AND LETTERING :

All steel work to be given one coat of epoxy based Red oxide and two coats of approved

paint after erection at site. All lettering, identification etc. shall be carried out as directed.

Respective floor numbers on every floors opposite to the lift car or any other suitable location as

approved shall be painted with letter of size 1 foot approx as directed by the Engineer-in-charge.

CAUTION BOARD :

Caution board vitreous enameled written in three languages, one being the regional

language shall be fixed on the front door panel of the controller cubical to indicate danger and the

supply pressure.

LIFT WELL ENCLOSURE, PIT AND LANDING OPENING :

Approximate depth of lift pit be 1.5 meter. The distance between the edge of any landing

sill and sill of car platform shall not be more than 25 mm, The Construction Agency shall cover the

upper track, portion of all the landing doors with veneer with flossy finish as directed by the

Engineer-in-charge. The Construction Agency should finish the gabdas / holes made for erecting

the angles / girders etc. in the lift shaft with cement mortar and painted to match the surface of

the wall as directed.

INSPECTION ;

The work of the lift including the materials, workmanship and construction shall be subject

to inspection and every facility shall be given to the Executive Engineer Housing Electrical Division

or his Assistants to test all such materials and observe the workmanship and construction at every

stage. Any part found defective due to bad workmanship, faulty material or damage in transit shall

be replaced by the Construction Agency free of cost. After installation of the lift, the Construction

Agency shall arrange to get the lift inspected and certified by the Inspector of lifts. Government of

Maharashtra, Mumbai and all the fees incurred shall be borne by the Construction Agency and cost

on account of the same is to be considered in the offer.

PERMISSION FOR INSTALLATION :

The successful Bidder shall make all arrangements with authorities concerned to obtain

permission to erect the lift.

ERECTION ;

The equipment ordered under the tender, shall be erected by the successful Bidder to the

satisfaction of the Executive Engineer, Housing Electrical Division, Mumbai. All the components

shall be rigidly secured. The equipment shall be complete with necessary foundation bolts, nuts,

rag-bolts, brackets, clamps, stays, supports etc. for packing equipment in secured position. The

Page 170: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 67

erection shall include all civil, electrical and mechanical jobs including incidental staging,

scaffolding, tools tacks etc. in every detail so that the erection is all inclusive. A full schematic

diagram mounted in a glass frame shall be displayed in the lift machine room for the guidance of a

maintenance staff.

LOADING PARTICULARS :

The Bidder shall furnish the loading particulars of the equipment offered as per the

schedule ‘C ’ Loading particulars.

SPARES:

The successful Bidder will be required to furnish a list of spares required for efficient

maintenance of the lifts after the guarantee period.

DRAWING AND LEAF-LETS :-

The Construction Agency shall submit to the Executive Engineer Housing Electrical

Division, Mumbai in triplicate copies of drawings, descriptive leaf-lets etc. giving sufficient details

and technical particulars of the lift offered as early as possible as and not later than one week

after placing of the order.

a) General arrangement drawing with necessary details of guides counter-weight, doors, gates, lifts machinery control gear etc. b) Full circuit and schematic diagrams of the control equipment so as to enable the Engineer-in-charge to approve in principle, the general arrangement and design. c) Supply such other additional drawing / Leaflets may be reasonably be required for the use of the Engineer and supervisors. d) After completion of the work, the Construction Agency shall submit the triplicate set of “as

executed drawings as referred to in as above”. A full schematic diagram mounted on a glass frame shall be displayed in the machine room for the guidance of maintenance staff.

e) A write up on the working, repairs and maintenance of lift with particular reference to the

safety devices. The drawings and write up shall be submitted together in the form of a

folder (3 sets)

f) Servicing & Maintenance: - The Rate quoted shall include comprehensive

maintenance of the electro mechanical systems such as lifts, pumps,

firefighting system and generators for 3 years from date of completion. The

agency shall execute Tri-party registered agreement between Agency, Society

and Supplier. The cost of agreement shall be born by the agency. .

Page 171: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 68

MATERIAL TESTEING

(I) The samples of each class of materials shall be got approved prior to actual use &

procurement of materials shall be from main suppliers only & Construction Agency shall submit a

list of such suppliers to Engineer-in-charge. Satisfactory tests for the materials shall be

given by the Construction Agency at his own cost as directed by Engineer-in-charge. The

materials shall be got tested from Govt. Laboratory, I.I.T., V.J.T.I., M.H.A.D.A. or any other

reputed institute as specified by Dy.Chief Engineer(Work)/MHADB as per relevant I.S.

specifications. The Developer shall bear all the charges, for testing etc. The Engineer-in-charge

is empowered to reject or approve materials, based on test reports and no doubts and

disputes shall be entertained. If the Developer establishes full-fledged laboratory at site, 80

% testing will be allowed on site & rest 20 % testing shall be from any of above laboratories.

The frequency of testing of materials shall be as per annexure for "Accepted standard for

materials in use"…

(II) All materials and workmanship shall be of the respective kinds described in the

Contract and in accordance with the Engineer-in-charge's instructions and shall be subjected,

from time to time, to such tests as the Engineer-in-charge may direct at the place of

manufacture or fabrication, or on the site or at such other place or places as may be specified

in the Contract, or at all or any of such places. The shall Developer provide such assistance,

instruments, machines, labour and materials as are normally required for examining, measuring

and testing any work and the quality, weight or quantity of any materials used and shall

supply samples of materials before incorporation in the works for testing as may be

selected and required by the Engineer-in-charge.

(iii) All samples shall be supplied by the Developer at his own cost.

SAFETY MEASURES

The Developer shall take all necessary precautions for the safety of the workers and

protecting their health while working in such jobs which require special protection and

precautions. The Developer shall also comply with the directions issued by the Engineer-in-

charge in this behalf from time to time.

The following are some of the requirements (the list is not exhaustive).

(i) Providing protective footwear to workers in situations like mixing and placing of mortar or

concrete, in quarries and places where the work is done under too much wet conditions as

also for movement over surface infested with oyster growth.

(ii) providing protective head wear to workers, supervisors, MHADA Engineers to protect them

against accidental fall of materials from above.

Page 172: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 69

All that described in (i) & (ii) shall be made available to the inspecting officers of department

whenever required.

(iii) Providing hand rails at the edge of the walkways, ladders etc.

(iv) Supporting workmen with safety belts, ropes etc when working on any masts, cranes, cribs,

hoists, dredgers, scaffolding etc.

(v) taking necessary steps towards training the workers concerned and the use of machine

before they are allowed to handle it independently and taking all necessary precautions in and

around the area where machines, hoists and similar units are working.

Wherever, required by the law the persons handling the machinery shall have the requisite

licenses, certificates etc.

(vi) Preventing over-loading and over-crowding of land based machinery and equipment.

(vii) Avoiding bare live wires etc. this would cause electrocution.

(viii) Making all platforms, staging and temporary structures sufficiently strong and not causing

the workmen and supervisory staff to work under risks.

(ix) Providing sufficient first aid, trained staff and equipment to be available quickly at

the work site to tender immediate first-aid treatment in case of accidents due to

scaffolding, drowning and other injuries.

(x) Providing full length gum-boots, leather hand gloves, leather jacket with fire proof aprons

to cover the chest and back reaching upto knees and plain goggles for the eye to labour

working with hot asphalt, handling vibrators in cement concrete and also where use of any

or all these items is beneficial in the interest of health and well being of the labourers in the

opinion of the Engineer-in-charge.

Medical and Sanitary arrangements to be provided for labour employed in the construction by

the Developer:

(a) The Developer shall provide an adequate supply of potable water for the use of labourers

on work and in camps.

(b) The Developer shall construct trench type or semi permanent latrines for the use of

labourers, separate latrines shall be provided for men and women.

(c) The Developer shall build sufficient numbers of huts subject to removal of all of them on

completion of work on a suitable plot of land for the use of the labourers according to following

specifications :

(iv) Huts of bamboo and matting may be constructed.

Page 173: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 70

(v) A good site not liable to submergence shall be selected. High ground remote from jungle

but well protected with trees, shall be chosen whenever it is available. The

neighborhood of tank, jungle, grass and weeds should be particularly avoided. Camps

should not be established close to large cuttings of earth work.

(vi) The lines of huts shall have open spaces of at least 10 meters between rows. When a

good natural site cannot be procured, particular attention should be given to the drainage.

(g) The Developer shall construct sufficient number of well screened bathing places,

sufficient number of washing places should also be provided for the purpose of

washing clothes.

(h) The Developer shall make sufficient arrangements to drain away the surface and

sullage water as well as water from the bathing and washing places and shall

dispose of this waste water in such a way as not to cause any nuisance.

(i) The Developer shall engage a medical officer with a travelling dispensary for a camp

containing 100 or more persons if there is no government or other private dispensary

situated within eight kilometers from the camp. In case of emergency Developer

shall arrange at his cost, transport for quick medical help to his workers.

(g) Instructions of the District Health Officer on matters such as water supply, sanitary

conveniences at the camp site, accommodation and food supply shall be followed by the

Developer

(h) The Developer shall make arrangements for all anti-malaria-measures to be provided for

the labour employed on the work. The anti-malarial-measures shall be as directed by the

District Health Officer.

DEFFECT LIABILITY AND MAINTAINANCE

A: If during the period of 3 years from the date of completion as certified by the Engineer-in-

charge pursuant to Completion Clause of this Contract the said work is defective in any

manner whatsoever, the Developer shall forthwith on receipt of notice in that behalf from

the Engineer- In-charge/PMC, duly commence execution and completely carry out at his

cost in every respect all the work that may be necessary for rectifying and setting right the

defects specified therein including dismantling and reconstruction of unsafe portions strictly in

accordance with and in the manner prescribed and under the supervision of Engineer-in-

Page 174: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 71

Charge/PMC. In the event of the Developer failing or neglecting to commence execution of

the said rectification of work within the period prescribed therefore in the said notice and/or

to complete the same as aforesaid as required by the said notice, the Engineer-in- Charge

shall get the same executed and carried out departmentally or by any other agency at the risk, on

account, and the cost of Developer. The Developer shall forthwith on demand pay to the

MHADB the amount of such costs, charges and expenses sustained or incurred by the MHADB

of which the certificate of the Engineer-in-charge/PMC shall be final and binding on the

Developer. Such costs, charges and expenses shall be deemed to be arrears of land revenue

and in the event of the Developer failing or neglecting to pay the same on demand as

aforesaid without prejudice to any other rights and remedies of MHADB, the same may be

recovered from the Developer as arrears of land revenue. The MHADB shall also be entitled to

deduct the same from any amount which may be payable or which may thereafter become

payable by the MHADB to the Developer either in the respect of said work or any other work

whatsoever or from the amount of Security Deposit retained by MHADB. The provisions of

this Clause shall not absolve the Developer from his responsibility for durability of the structure

for a period of 50 years under Clause 36 herein below.

Technical Specification of 3 Phase 50 KVA D.G. Set.

DIESEL GENERATOR SET 1) D.G. Set complete with Diesel Engine at 1500 RPM, Alternator and standard control panel

with acoustic enclosure confirming to relevant IS/BS. 2) Diesel Generator and Alternator should have suitable coupling and mounted on a base plate

of robust construction. 3) Free after sales service for 12 months after date of commissioning. 4) The supplier will rectify any defect or deficiency that may develop / report with in 6 months

from the date of commissioning. 5) The D.G. sets shall meet the requirement of environment (Protection) rules 1986 as laid

down by Ministry of Environment and Forests read with GSR No.371 (E) dtd.17/05/2002, GSR 520 (E) dtd.01/07/2003 and GSR 448 (E) dtd.12/07/2004 in respect of emission norms for the engines and in respect of noise level for the DG sets for supplies to be made.

DIESEL ENGINE The Diesel engine shall be Air or Water cooled, Automatic start developing required BHP at 1500 RPM with Class A-2 Governing for alternator to deliver specified continuous KVA output at 0.8 lagging p at NTP conditions. The Diesel engine should be capable of providing 10% overload for one hour for every 11 hours continuous running at full load. The Diesel engine shall conform to IS 10000 or BS : 5514 or BS : 649. The Diesel engine shall be preferably skid mounted. It should have a radiator type cooling system. The radiator should be directly mounted on the engine on a

Page 175: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 72

common base frame along with the generator and accessories. The engine shall be four stroke type and run on HSD fuel at a speed not exceeding 1500 RPM. The diesel engine shall be complete with the following accessories : 1) Fuel tank with capacity for 12 hrs. continuous running at full load. 2) Engine instrument panel consisting of auto / manual starting switch with key, lub oil

temperature and pressure gauges, RPM indicator and hour meter. 3) Safety controls to shut down the engine in the event of Overspeed, Low lub oil pressure or

high cylinder head temperature in case of air-cooled engines or high water temperature increase of water-cooled engines.

4) Exhaust silencer of residential type. 5) 12 V or 24 V starting system complete with charging alternator or dynamo and cutout. Lead

acid batteries of suitable ratings with connecting cables. The batteries shall be supplied in uncharged condition and shall conform to relevant IS specification.

6) Standard set of tools and spares for maintenance comprising of 1 No. screw driver of 12"

length, 1 set of D-spanner of required sizes and 1 set of fuel and lub oil filters.

ALTERNATOR : 1) The alternator shall be of self excited and self regulated of 50 KVA rating of three phase at

415 V, 50 Hz, 1500 RPM and 0.8 pf lagging power factor and shall conform to IS : 13364 (Part-III) 1992.

2) The alternators shall be of preferably brushless type with VG-3 Grade of automatic voltage

regulation and AMF panel and other accessories. 3) The alternators shall be screen protected drip proof with IP 21 degree of protection or

higher as per IS : 4691 / 85.

STANDARD CONTROL PANEL : 1) The control panel shall be fabricated from steel sheet of minimum 1.5 mm thick duly

pretreated and aesthetically finished. 2) The control panel shall be totally enclosed, dust and vermin proof, floor mounted / wall

mounted / skid mounted type. The control panel with degree of protection IP-53 as per IS : 13947 (Part-1) 1993.

3) Provision of all associated switchgear for the DG sets, including provision of auto on mains

failure (AMF) panel for starting the DG set immediately on sensing a break in the grid power supply complete with control cabling.

4) The DG set shall be capable of starting and developing rated voltage and speed

automatically without any manual intervention. 5) Composite meter for digital display of minimum :

Voltage, Current, Power factor. 6) HRC fuses of suitable rating for power and control circuits.

Page 176: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 73

7) One MCB of suitable rating at alternator power output. 8) Auto / Manual provision along with ON/OFF Switch for ON and OFF operation. 9) Pilot lamps 3 numbers (LED type) for 3 phase supply indicator. 10) Battery charger complete with voltage regulator, Voltmeter and Ammeter for charging the

battery from external Mains. This will be in addition to the battery charging alternator or dynamo fitted on the engine.

11) All the components in the control panel shall be properly mounted, duly wired and labeled.

Suitable terminals are to be provided for panel incoming and outgoing connections.

NOTES ON CONTROL PANELS 1) Any of the above can be supplied in composite instrument or may be supplied separately. 2) Where control panel is placed inside the acoustic enclosure as integrated part, IP 53

degree of protection requirement will stand met. Supplier shall submit the Quality Assurance Plan (QAP) along with the offer for evaluation and approval as per format provided with the enquiry. The supplier should provide tests facilities for the tests mentioned in QAP at their works at the time of inspection by inspecting officer.

GENERAL The sets are intended to supply power only during an emergency for essential services and may be idle for long periods except for periodic routine tests once in a month. When there is a total failure of the main power supply, the sets shall be required to operate continuously at full load for a period which at times may exceed even 12 hours. Continuous BHP rating of the engine shall be such that the DG set can continuously deliver the specified net electrical out put while supplying power / driving all electrical and mechanical auxiliaries connected to alternator terminals and engine shaft at specified site ambient conditions. Diesel Generator shall be capable of starting a minimum 20 KW load. The voltage dip during motor starting shall not exceed 10%. The starting time required from the initiating signal until the operating speed and voltage is attained and the engine and generator are ready to take load, shall not be greater than 30 seconds. The starter motor shall conform to IS : 4722. The battery for starting the engine shall be capable of performing six (6) normal starts without recharging.

Page 177: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 74

( 10 ) List of approved make of materials (10a)For Civil Items

The materials, accessories, fittings etc. be used in the civil, electrical, plumbing machinery and lift installation works shall be one of the following particular make or equivalent IS make. The discretion of selection of any particular make shall rest with Engineer-in-Charge. All Civil materials shall bear ISI mark. Note – All materials shall bear IS mark. Contractor shall bring materials from the following list of

approved make. 1 Cement L & T, Gujarat-Ambuja, Vasavdatta, A.C.C. Rajshree,

Birla, Coromandal.

2 Mild Steel / Tor Steel TISCO, IISCO, SAIL, SRMB. 3 Concrete Blocks Siporex, Eversmile, Unitech, VED PMC.

4 Ceramic Tiles, Glazed Tiles. Nitco, Spartek, Bell Ceramic, Johnson & Johnson,

Somani, Pedder, Kajaria, Regency.

5 Vitrified tiles Marbonite of M/s. Johnson & Johnson, NITCO, Kajaria.

6 Stainless Steel door fittings M/s. Navbharat Brass Ware, Mumbai. M/s. Shalimar Hardware, Mumbai.

7 Glass M/s. Triveni, M/s. Indo-Asahi Glass, MODI, SAINT GOBIN.

8 G.I. Pipes & Fittings Tata, Zenith, G.M.T. Gujarat Steel Tubes or any ISI mark.

9 C.P. Fitting Johnson or any ISI mark.

10 W.C. Pan, Wash basin & Urinals M/s. Hindustan, M/s. Neycer, M/s. Parryware, Cera.

11 Synthetic Paints, O.B.D. First quality paint of M/s. Asian, I.C.I. Paints, Nerolac.

12 Aluminum Window Jupiter, Jindal, Geeta, Hindalco

13 PVC Pipe M/s. Finolex, M/s. Prince, M/s. Kisan, Astron, supreme.

14 100% Acrylic Paint Apex of Asian paints, Outshine of M/s. Nitco, Wheathershield of M/s. ICI Paints, Snowcem, Berger

15 Kitchen Sink Nirali / Diamond.

Page 178: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 75

List of approved make of materials

( 10b ) For Electrical Items The materials, accessories, fittings etc. be used on the electrical, pumping machinery and lift installation works shall be one of the following particular make or as directed by the Executive Engineer (Elect.) MHADB or nominated by Engineer-in-charge. The discretion of selection of any particular make shall rest with the Engineer in-charge of the work except lift, lift make which has to be got approval prior to installation from C.E-II./A, prior to installation if required.

SL. No.

Materials

Make

1

P.V.C. insulated and P.V.C. sheathed wires, copper conductors 1100 vlts grade with I.S.I mark specification

Vishal, Indian Cab, Vinay, Sunlight, R.R. Kable, Sriram, Kei, Rajcab, Polycab, Pyrotenax, Electromax, Chandancab, Empire, Icon, Elleys, Bentec, Goldmidel, Bonton, ATC, Kentor, Gulmarg. Hpl, ISI Marked.

2

Heavy duty armoured and unarmoured PVC cables 1100 vls grade with copper or Aluminum conductors with ISI mark and conforming to IS specifications.

Vishal, Indian Cab, Vinay, Sunlight, R.R. Kable, Sriram, Kei, Rajcab, Polycab, Pyrotenax, Electromax, Chandancab, Empire, Icon, Elleys, Bentec, Goldmidel, Bonton, ATC, Kentor, Gulmarg. Hpl, ISI Marked.

3

Single pole Piano / Mini Modular / Modular switch 5amps/16 amps BKL with Procelain base with Bakelite Cover with ISI mark.

Indo, Ashian, Roma, Vinay, Aerolite, Hi-Fi, Ellyes, Anchor, Ketco, Ik, Precision, Hpl, Livon, Kellner, Kay(S), CPL, Kalki, Standard, Modern, ALEMAC, ISI Marked.

4. 3 pin plug socket 6 amps/16 ams Pocelain base with Bakelite Cover with ISI mark Piano / Mini Modular / Modular type.

Indo, Ashian, Roma, Vinay, Aerolite, Hi-Fi, Ellyes, Anchor, Ketco, Ik, Precision, Hpl, Livon, Kellner, CPL, Kalki, Standard, Modern, ALEMAC, ISI Marked.

5. Ceiling rose / Pendent Holder/ Angle Holder with internal brass ring & cotacts heavy duty all Bakelite with ISI mark.

Indo, Ashian, Roma, Vinay, Aerolite, Hi-Fi, Ellyes, Anchor, Ketco, Ik, Precision, CPL, Kalki, Modern, ALEMAC, ISI Marked.

6. PVC casing and capping and accessories / Rigid HMS PVC conduits and accessories. As per ISS & ISI marked with embossing.

Zenith, Gold, Diamond, Pressfit, Precision, Modi, Plastplast, Swastik, Asian.

7. Telephone / T.V. sockets One / Two gang.

Modern, M.K.India, Kalki, Anchor, Roma, Cpl. Vinaya

8. Computer Jak RJ-45 Awaya, Krone, MMp.

9. Insulated D.P Switches, 1/32 Ams. 20volts (heavy duty) with indicator lamp urea cover and rewriteable fuse Modular type.

Kalki, Indo Asian, Modern, CPL, Priya, Anchor, Roma, Vinaya.

Page 179: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 76

10. Iron and brass screws Nettle-Polid only.

11. Electronic régulâtor M.K.India, Roma, Aerolite, Hi-Fi, Ellyes, Anchor, Ketco, Ik, Precision, CPL, Kalki, Modern, ISI Marked.

12. Metal clad distribution board, DPIC and TPIC Switch with rewriteable fuses and change over switches (HC Type)

Kalki, Indo Asian, Modern, CPL, Priya, Anchor, Roma.

13. Wall plugs (PVC type) for fixing battens and spacers fixing battens and spacers for cables & boards.

Dylo-grip (PVC) or equivalent approved make and quality by the Engineer-in- charge.

14. T.W. Boards and Blocks. Double folding polished board, made from good teakwood and front planks shall be in one piece for blocks upto 8" x 10". Covered with sunmica. For larger sizes, same shall be in two piece bottom piece carved with top plank (as per approved sample) 6 mm thick marine ply or T.W. plank for fixing 1.5 mm thick Sunmica sheets

15. Bellas or Buzzer (Double Magnet coil 20 volts) and Ding Dong Bells.

Anchor, Rider, Kalki.

16. Fluorescent tube light fittings and mercury vapor lamps fittings, (with copper chokes of Silicon Laminations).

Crompton, Philips, Bajaj, Altralite, Kalki, Modern, Goldwyn, Eye-lite, Shakti.

17. Automatic Pump Control panel board. Symptronics, Reutranic Devises and systems, or equivalent approved make.

18. Monoblock Pump Sets with ISI mark. Kirloskar, Prima, Laxmi or approved by competent authority of MHADA ISI marked.

19. Horizontal type submersible/ open well pumps.

Agasti, Prima, `CRI, Shakti, ISI marked or equivalent approved make

20. Direct on-line and Star Delta starters (Air-break fully automatic, push button type).

Siemen's, LT/LK.

21. Rigid P.V.C. conduit. (HMS) PVC Casing-N-Capping work double locking system.

Diamond, Precision, Swastik, Asian, Gold, Zenith, Pressfit, Modi, Plastoplast or eq-I.S mark.

22. Ammeters, Voltmeters NSDA

23.

Rotary Selector Switches for ammeters and Voltmeters.

Kaycee

24. Heavy duty Gunmetal, full way sluice valves.

New ISI marked.

Page 180: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency/s II - Ex.Engr. 77

25. Heavy duty Gunmetal non-return or reflux valves (vertical/Horizontal)

New ISI marked.

26. Indicator lamps ("dia) with panel type fuses. STM or technik approved make.

27. Pressure gauge and vacuum guage (with metric and British scales) heavy duty

Day/ Fie-big

28. M.S. nut bots with washers GKW (heavy duty type) as approved.

29. Automatic control panel board for submersible pump.

"REMW" / Rajeev make automatic control panel board or equivalent approved make.

30. Telephone Wire

Finolex, Delton, Polycab.

31. A) Earth leakage circuit Breakers. Standard, Siemens, Bentec, HPL, Sigma, Guts, Vinay, IK, Indo Asian.

B) M.C. B. Switches

32 Cable glands & lugs Siemens, Dowels

33 Fluorescent tube light fitting ( with energy saving/ copper choke only)

Philips, crompton, Bajaj, Altralite, Modern, Kalki, Shakti, Vinay, Goldwyn, Eye-lite, Naman.

34 Ceiling fan/ Exhaust fan/ wall fan. Philips, Crompton, Bajaj, Orient, Gec.

35 Co-Axil cable Finolex, Delton, Polycab.

36. Power Capacitors (Mix or metal Dielectric type only.

Prabhodan, Khateu, or I.S.I. marked of approved make.

37.. Passenger type lifts, VVVF Drive, S.S.Car, ARD

A) Otis, Johnson, Schindler, Eros, Kone, Escon, Eskay, Thyssnkrupp. Make lifts for Gr +7 upper floor building( high rise building)

B) Royal, Kinetic Hondai. Make lifts only for Gr + upto 7 floors buildings

NOTE : Government of India has notified Electrical materials to be used on the works shall be ISI

marked only. In such cases only ISI marked materials shall be allowed to be used on the work which shall be noted and ascertained by contractors before quoting their rated although a number of makes are mentioned above. All materials must confirm to latest IS specifications applicable.

Page 181: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

VOLUME – III

FINANCIAL OFFER

Page 182: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

M. H. & A. D. Board

Name of work:- Planning, designing, Constructing and obtaining

necessary approvals for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

INDEX FOR VOLUME - III

Sr. No. Particulars Page Nos.

From To 1 2 3 4 VOL – III --- FINANCIAL OFFER

11) Schedule – F – Financial offer III- 1 III- 1

12) Plan of Payment III- 2 III- 6

Page 183: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency III - Ex. Engr. 1

( 11 ) SCHEDULE – "F"

FINANCIAL OFFER Name of work:- Planning, designing, Constructing and obtaining

necessary approvals for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

CONSTRUCTION AGENCY'S TURNKEY OFFER ON LUMP-SUM BASIS I/ We hereby quote Rate in (In figure) Rs. __________________ per Sq. ft. (In

words) Rupees ______________ _____ _______ ________ Per Sq. ft. of Built up

area for the construction of building comprising 344 (approx)

residential tenements, 4 nos. of Bal-wadi, 4 nos. of Social Welfare

Centers, 4 nos. of Society Offices and refuse area etc. I/We also

agree to execute the work as per the specifications, Terms and

Conditions of tender.

Signature Of Construction Agency Note: -

1) The payable Built-Up Area of proposed building as per tentative planning is 196950.00 Sq.ft. approximate. 2) Brief Scope of Work: - The scope of work includes Survey, Soil investigation, planning, preparing of working drawings, designing, obtaining all relevant approvals & permissions as required as well as obtaining completion certificate from all concerned local authorities, state Govt., and central Govt. departments and statutory bodies etc., obtaining approvals for RCC design from I.I.T. Powai and permission from MoEF, CFO & AAI etc. The proposed building is S+18 upper storied building with any type of foundation as per Geo-tech design, over head water tank, under ground water tank, lifts, fire fighting provisions, including RCC work, walling, plastering, flooring, painting, plumbing, electrical work, waterproofing, garbage chute etc. Total 1 bldg. is proposed in the layout comprising 344 T/s. The carpet area of each t/s is approx.300 sq.ft. The building also includes 4 nos. of Bal-wadi, 4 nos of Social Welfare Centers, Refuge area, required no of Society offices, Electric meter rooms and other amenities as per the approved plan. Comprehensive maintenance for 3 years to lifts pumps, generator, Fire Fighting system and electro mechanical systems of the building after receipt of occupation certificate / water connection from MCGM. The construction Agency shall have to give an undertaking for the 50 years durability of structure after the construction.

Page 184: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency III - Ex. Engr. 2

(12) PLAN OF PAYMENT

Name of work:- Planning, designing, Constructing and obtaining necessary approvals for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

Sr No. Stage of work completed % of payable

Built-up-Area

Item wise %

Total %

1 2 3 4 A) Surveying, soil investigation, planning, approval to plans &

services from various departments. Structural design, detailed calculations and structural stability certificate from I.I.T./ Powai Mumbai, obtaining MoEF, AAI clearance if necessary

0.50

0.50

B) WORK BELOW PLINTH

i) Lineout, Excavation, leveling, empty boring, providing and fixing steel bar reinforcement for piles / raft slab/ footings / columns concreting, providing bentonite slurry, chipping and dressing up to plinth including pipe liners( if required) etc. complete..

6.00

ii) Carrying out load test of piles 0.20

iii) Providing & laying Soling, C.C. foundation and bedding R.C.C. pile caps and plinth beams

4.00

iv) Providing & Applying bitumen paint, anti- termite Treatment

0.03

v) Providing & Laying 2nd class burnt brick masonry, filling in plinth

0.05

vi) R.C.C. Paradi / Slab / Stem Column 0.20

vii) Removing excavated material, dewatering 0.40

viii) Plinth Protection / PCC floor Concrete 0.12

11.00

C) SUPER STRUCTURE

1 Casting of R.C.C. Columns including reinforcement & expansion joints (if necessary) complete.

4.00

Page 185: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency III - Ex. Engr. 3

Sr No. Stage of work completed % of payable

Built-up-Area

Item wise %

Total %

2 Casting of R.C.C. Beams including reinforcement & expansion joints (if necessary) complete.

6.00

3 Casting of RCC floor Slabs including reinforcement & expansion joints (if necessary) complete.

8.00

4 Casting of RCC Shear wall including reinforcement & expansion joints (if necessary) complete.

6.00

5 Casting of RCC Loft Slab including reinforcement complete. 0.35

6 Casting of RCC Stair (Waist slab, landing, Steps, Pardi) including reinforcement complete.

1.40

7 Casting of R. C. C. Chajjas , Lintels, canopies, elevation treatment (if any) including reinforcement complete.

0.50

8 Casting of R.C.C Overhead Tank on Bldg. incl. Shuttering, reinforcement complete.

2.00

10 Casting of R.C.C. U.G. Water Tank including excavation form work, reinforcement & concreting etc. complete.

1.35

11 Siporex / Auto-clave cellular block masonry (100mm thick) 2.00

12 Siporex / Auto-clave cellular block masonry (200mm thick) 2.70

13 150mm Solid Block Masonry 0.10

14 RCC Terrace parapet pardi. 0.10

15 Internal Plaster 3.00

16 External Plaster 4.50

17 Floor Tiling / Skirting

i) Providing and Laying Polished Kotah Stone Flooring including polishing etc. complete.

0.90

ii) P/F Polished Kotah Skirting etc. Complete. 0.10

iii) Granite Flooring & Skirting to mid-landing complete. Up to 3rd flight.

0.10

iv) Granite Cladding 0.80

v) Granite Moulding Patti. For WC & Bath, Granite sill to doors. 0.10

vi) Pattern Flooring in Green Marble 0.10

vii) Vitrified Tiles Flooring 3.30

viii) Vitrified Tiles skirting 0.30

ix) Ceramic Tiles Flooring 0.30

Page 186: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency III - Ex. Engr. 4

Sr No. Stage of work completed % of payable

Built-up-Area

Item wise %

Total %

x) Ceramic Tiles Dado

a) For W.C. /Bath 0.60

b) For Common Passage 0.70

18 Kitchen Platform including skirting and Sink complete. 1.20

19 Aluminium windows & ventilators

a) Brought on site 3.00

b) Providing & Fixing windows & ventilators mounted on Granite frame & glazing

2.00

20 FRD Shutter with frame.

a) Brought on site 1.00

b) After fixing with fixture 0.50

21 FRP Door Shutters with frame.

a) Brought on site 0.90

b) After fixing with fixture 0.50

22 Hot Pressed Flush Door 35mm thick

a) Brought on site 0.90

b) After fixing with fixture 0.50

23 P/F Stainless Steel Railing to Staircase complete. 1.00

24 P/F Box type M S. Grill to windows. 1.30

25 Water Proofing Treatment

a) Terrace 0.55

b) W. C. / Bath 1.10

c) U. G. / O. H. Tank with Pump Room, Lift duct etc. 0.45

26 Painting Works

a) Internal O.B.D 1.40

b) External Fully Acrylic 2.00

c) Synthetic Enamel Paint 0.10

27 Miscellaneous items such as Aluminium number plates, steel ladder, marble plate, Fan hooks, Notice Board, RCC Jalli, Garbage Chute, M.S. panel shutter, Collapsible Gate etc.

1.05

Page 187: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency III - Ex. Engr. 5

Sr No. Stage of work completed % of payable

Built-up-Area

Item wise %

Total %

28 Fire Fighting Installation including necessary pipe line/hose pipe for the same.

2.30

29 False Ceiling 0.15

30 F.R.P. Sheet covering including structural steel. 0.20

71.40

D) Sanitary & Plumbing

a) Providing & Fixing WC Pan along with flush tank 1.25

b) Wash Hand Basin with fittings 0.10

c) P.V.C Pipes and fittings including testing 1.30

d) P/L G.S.W Pipes with Inspection chambers including connection to main Sewer Line, testing etc. complete.

0.85

3.50

E)

a) Water Supply pipes of any dia. including & fixing/ laying pipes & fittings etc. (internal & external) Including laying rising main, fixing of various taps, valves, testing. Complete.

2.50

2.50

F) Internal Electrification :

a) PVC Surface conducting, Wiring / Cables, Providing, fixing switch Board, Switch, accessories

2.35

b) Pump fittings and pumping machinery etc. 0.55

c) Testing & Commissioning. 0.25

3.15

G) LIFTS

a) Supply of lift machines and equipments and accessories at site.

4.00

b) Installation of lift including electrical works. 0.70

c) Testing & commissioning of lift. 0.50

5.20

H) Diesel Generator

a) Brought on site 0.50

Page 188: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency III - Ex. Engr. 6

Sr No. Stage of work completed % of payable

Built-up-Area

Item wise %

Total %

b) Installation & Commissioning 0.25

0.75

I) Site Cleaning 0.50 0.50

J) After getting Occupation certificate and water supply and sewerage connection to main line.

1.50

1.50

Total A + B + C + D + E + F + G + H + I +J = 100.00

Executive Engineer SRD-III/MB

Page 189: Tender Notice & Volume I · Construction Agency Ex.Engr. TENDER NOTICE Sub: Invitation of applications for bid for construction of building at C.S. No. 2/501 of Dharavi Division,

Construction Agency III - Ex. Engr. 1

M. H. & A. D. Board Name of work:- Planning, designing, Constructing and obtaining

necessary approvals for Construction of 344(approx) Rehab tenements on C.S.No.2/501, Dharavi, under Dharavi Redevelopment Project, Sector-V, Phase-I

INDEX FOR VOLUME - IV

Sr. No. Particulars Page Nos.

From To 1 2 3 4 VOL – IV --- DRAWINGS

13) Location Plans, Layout Plans, Building Plans can be downloaded from Drawing Section