93
Name of Work: Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges. SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi. TENDER DOCUMENT MUNICIPAL CORPORATION OF DELHI OFFICE OF THE EXECUTIVE ENGINEER (PR) CENTRAL-II UNDER BHISM PITAMAH FLYOVER SEWA NAGAR, NEW DELHI-110003 1

Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Embed Size (px)

Citation preview

Page 1: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Name of Work:  Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges.

SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi.

TENDER DOCUMENT

MUNICIPAL CORPORATION OF DELHI

OFFICE OF THE EXECUTIVE ENGINEER (PR) CENTRAL-II

UNDER BHISM PITAMAH FLYOVER

SEWA NAGAR, NEW DELHI-110003

1

Page 2: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION – I 

MUNICIPAL CORPORATION OF DELHINotice Inviting Tender

  

No.                                      Dated:-  

The Executive Engineer(Pr) Central-II on behalf of Municipal Corporation of Delhi invites percentage rates and item rates from firms/contractors of repute fulfilling the eligible criteria mentioned below in prescribed form in ‘Double cover system’ in sealed cover for the following work  

Name of Work:  Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges.

SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi

Estimated Cost: -  Rs. 243.25 Lacs

Earnest Money :- (Rs. 4.87 lacs ), in the form of Demand Draft/Pay order in favor of Commissioner, Municipal Corporation of Delhi, payable at new Delhi (valid for six months).

Time of completion: - 9 Months 

Head of Account: - L A Roads 

Contractors/firms who full fill the following requirements shall be eligible to apply:-

1. Should have satisfactorily completed three similar works  each costing not less than the amount equal to 40% of estimated cost put to tender i.e. Rs. 97.30 lacs or completed two similar works each costing not less than the amount equal to 60% of estimated cost put to tender i.e. Rs. 145.95 lacs or completed one similar work of aggregate cost not less than the amount equal to 80% of estimated cost i.e. Rs. 194.60 lacs during the last five years ending last day of the month of June’ 2008

2. Should have had average annual financial turnover of Rs.121.63 lacs on construction of works during the last three years ending 31st March 2009.

3. Should have a solvency of Rs. 97.30 lacs. 4. Should not have incurred any loss in more than two years during the

last five years ending 31 st March 2009.  

2

Page 3: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Note:- Similar works means civil work of Under bridge, bridges, flyovers, etc. 

      A complete set of Tender documents can be had from office between 11.00 AM and 4.00 PM on all working days on submission of written request and upon payment of non-refundable fees of Rs. 5,000/- (Rs. Five thousands only), in the form of Demand draft/Pay order in favor of Commissioner, Municipal Corporation of Delhi, payable at new Delhi at the of Executive Engineer(PR) Central-II, Under Bhism Pitamah Flyover, Sewa Nagar,New Delhi-110003

Receive of application for sale of tender documents:-

Issue of tender documents:-

Date of pre-bid meeting:-

Venue of Pre-Bid meeting:-

Submission of technical and financial bid:-

Opening of Technical Bid:-

Opening of Financial Bid (Tentative):-

      The tender is also available on http://www.mcdonline.gov.in for its entire period of validity. 

      If the above days happen to be holiday, the tender will be sold on next working day at the same time.

                                                Executive Engineer (Pr) Central-II

       Municipal Corporation of Delhi

3

Page 4: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION-II

DOCUMENT CONTROL SHEET

Name of Work:  Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges.

SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi

NIT No

Name of the Agency

Date of issue

Last Date & time for submission of queries

(4 PM)

Date & time for Pre Bid Meeting (2 PM)

Venue of Pre Bid Meeting Office of S.E.(PR) VII, Under Sewa Nagar Fly over,Sewa Nagar, Delhi

Venue for Receipt of Technical &

Financial Bids)

Office of S.E.(PR) VII, Under Sewa Nagar Fly over, Sewa Nagar, Delhi

Last Date & Time for Receipt of Technical & Financial Bids)

(3 PM)

Address for Communication Office of Ex. Engineer(PR) Central-II, Municipal Corporation of Delhi, Under Sewa Nagar Fly over, Sewa Nagar, Delhi

NOTE: This tender Document is not transferable.

4

Page 5: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION-III

Name of Work:  Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges.

SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi

GENERAL SCOPE OF WORK

BROAD SCOPE

The work under this contract pertains to the Rehabilitation of bridge by replacing Expansion Joints const. of W Metal / RCC Crash Barrier as per BOQ.

SECTION-IV

5

Page 6: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

MINIMUM ELIGIBILITY CRETERIA FOR TECHNICAL BID  

      Contractors/firms, who full fill the following requirements, shall be eligible to apply:  

1. Should have satisfactorily completed three similar works each costing of Rs. 97.30 lacs or completed two similar works each costing Rs. 145.95 lacs or completed one similar work costing Rs. 194.60 lacs during the last five years ending last day of the month of June 2008 (attested copies of certificate for satisfactory completion of works issued by an officer not below the rank of Executive Engineer to be attached)

2. Should have had average annual financial turnover of Rs. 121.63 lacs on construction of works during the last three years ending 31st March 2008. (attach certificate duly audited by CA)

3. Should have a solvency of Rs. 97.30 lacs.(attested copy of solvency certificate should be attached)

4. Should not have incurred any loss in more than two years during the last five years ending 31st March 2008.

5. The department reserves the right to reject any prospective application without assigning any reason and to restrict the list of qualifying contractors to any number deemed suitable on the basis of technical bid submitted by the tenderers.

Note: Similar works means civil work of under bridge, bridges, flyovers, rehabilitation of bridges etc.

During the technical evaluation the following points / facts will also be considered for award of work.

Litigation History

The applicant should provide accurate information about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five years. A consistent history of awards against the applicant or any partner of a joint venture will result in failure of the application. Suppression of any information or material in this regard would be construed as a fundamental breach and MCD reserves its right to take appropriate action including cancellation of the bid, forfeiting of bid security etc. as may be deemed fit and proper by MCD at any time without requiring to give any notice to the applicant in this regard in requisite format.

Performance During Last Five Years

Record of performance during last five years, as on the date of NIT such as abandoning the work , rescinding of contract for which the reason are attributed to the non performance of the contractor are

6

Page 7: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

to be submitted. In case of no such record, the contractor has to give an undertaking of compliance of this clause.

Equipment Capability

The applicant is required to own or assure through hire or lease all the plants , equipment and machinery required for rehabilitation of the flyover/ bridge /ROB . However no advance will be given against hire / leased equipment. The applicant shall give undertaking in the prescribed format to procure all the plant, equipment and machinery required for the progress in requisite format.   

7

Page 8: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION – V

Name of Work:  Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges.

SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi

(TECHNICAL PROPOSAL FORMATS)

  TECHNICAL BID 

LIST OF DOCUMENTS TO BE SUBMITTED ALONGWITH THE TECHNICAL BID  

S.No.  Documents  

1. Power of attorney in favour of authorized representative & signatory on behalf of company/firm

2. Earnest money T-I

3. Activity schedule with CPM network

4. Experience record with list of ongoing works & completed works T-I (a)

5. Manpower resource personnel T-II6. Plant & Equipment to be deployed for the project T-III7. Financial Assets T-IV8. Solvency Certificate T-V9. Litigation History T-VI10. Equipment Capability Undertaking T-VII11. Personnel Capability Undertaking T-VIII12. Hypothecation Deed T-IX 13. Additional document if any

8

Page 9: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

FORM-T-I

EARNEST MONEY

1. A sum of Rs. 4.87 lacs has to be deposited in the shape of pay order

/demand draft in favour of Commissioner, MCD, payable at New Delhi valid

for a period of 6 months as earnest money.

9

Page 10: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

FORM-T-I (a)

EXPERIENCE RECORD 

1. Total number of years of experience in construction of Civil Works.

 2 Similar works means civil work of Rigid Pavements, RCC railing, under bridge, bridges, flyovers, etc. DETAILS OF ALL WORKS/CONTRACTS OF SIMILAR NATURE COMPLETED DURING LAST FIVE YEARS ENDING DECEMBER 2007

S.No. Name of work/contrct and location

Cost of work (Rs. In crores)

Name of employer* and address with tel.no.

Date of commencement as per contract

Date of completion as per contract

Actual date of completion

Litigation.arbitration cases pending/in progress with detail

1 2 3 4 5 6 7

Total

Name of employer:- The organization paying for the works

Signature of bidder along with stamp

10

Page 11: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

FORM-T-I (b)

DETAILS OF ALL ON-GOING WORKS/CONTRACTS OF SIMILAR NATURE

S.No. Name of work/contrct and location

Cost of work (Rs. In crores)

Name of employer* and address with tel.no.

Date of commencement

Schedule d date of completion

Upto date percentage progress of work

1 2 3 4 5 6 7

Total

Name of employer:- The organization paying for the works

Signature of bidder along with stamp

FORM T-II

11

Page 12: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

RESOURCES PERSONNEL PROPOSED FOR THE PROJECT 

A. HEAD OFFICE

Sector Names Age Education Proposed

Designation

Of

Total

Experience

In years

Relevant

Experience

In years   1       2   3      4        5         6            7

  o General Management o Administration o Project Management  (a) Civil  o Quality Assurance  (a) Civil 

 B SITESector Names Age Education Proposed

Designation

Of

Total

Experience

In years

Relevant

Experience

In years   1       2   3      4        5         6            7

 o General Management o Administration o Project Management  (a) Civil o Site Supervision  (a) Civil

- Quality Assurance &  (a) Civil

- Quality audit  

Note :

1. A summary of the qualifications and work experience of each key staff, to be attached. If personnel of collaborator are involved, the same may be indicated separately.

2. Value of similar projects executed by the key personnel proposed for general management and administration of the contract, within the past five years, should be furnished as a supplement to this form.

Signature of bidder along with stamp

FORM-T-III(a)

12

Page 13: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Plants and equipments proposed to be deployed for this project

S.No.

Equipment Name

No. of units to be deployed for the work

Are these equipment available with the agency

Capacity of unit

Location of presently installed

A :- Construction equipment For :-a. Earth workb. Concreting (Computerized Batching plant/Transit mixers)c. Power generating sets (Total KW/Capacity)

d. Hot mix plant/rollers/tippers/sensor pavers

B Transportation EquipmentsC Lab testing EquipmentsD Others

Notes:- Number and type of plant and equipments shall be commensurate with the quantum of work and completion schedule of the project.

Signature of bidder along with stamp

FORM-T-III (b)

13

Page 14: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

DETAILS OF THREE HOT MIX PRODUCERS OF REPUTE

S.No.

Name of the Plant owner (Hot Mix)

Location of Plant

Distance of plant from the site in Km

Capacity of Plant

Technical establishment

Past experience

1

2

3

NOTE:- The tenderer shall also submit the text of MOU proposed to be entered between the bidder and the supplier (HOT MIX Producer)

Signature of bidder along with stamp

14

Page 15: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

FORM T-IV

FINANCIAL DATA 

A. Summary of assets, liabilities, profit/loss and turnover on the basis of the “Audited Financial Statements” of the last three financial years:-

 S.No. Description Year………..

(Rs. In Crore)

Year………

(Rs. In Crore)

Year……….

(Rs. In Crore)1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

5. Net Worth (1-3)

6. Working Capital (2-4)

7. Profit of Loss8. Total value of construction done

  

B. Financial Resources  

1. Total amount of financial resources and credit line:

(Provide evidence of financial resources; cash in hand lines of credit etc. list them at Annexure with copies of support documents) 

2. Name, Address, Telephone and Tele-fax numbers of Bankers who may provide reference if required.  

3. Bankers certificate regarding solvency.  

4. Income Tax clearance Certificate.

Attach copy of audited Financial Statements of the last three financial years as Annexure Financial Value to be given in crores of Rupees.

 Signature of bidder along with stamp

FORM-T-V

15

Page 16: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

BANK SOLVANCY CERTIFICATE

This is to certify that M/S ………………………………………………………………is a reputed company with a good financial standing

If the contract for the work , namely …………………………………………… is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs…………………………to meet their working capital requirements for the executing of the above mentioned work

Signature

Name of bank managerName of bank

Address

FORM VI

16

Page 17: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Litigation/Arbitration History

Name of Applicant

Applicants should provide information on any history of litigation or arbitration resulting from contracts executed in the last five years or currently under execution .

Year Award FOR or

AGAINSTApplicant

Name of client, cause of litigation/Arbitration and

matter in dispute

Disputed amount

(current value)

Actual Awarded Amount

Note: In case of turnover in foreign currency, the figures are to be given in relevant currency and Figures in INR may be worked out as per SBI BC selling rates prevalent on the last date of submission.

(Applicant)

FORMAT T-VII

17

Page 18: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Equipment Capabilities

UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s ______________________ shall deploy all plants and machinery/equipment required for implementation of the project as per technical specifications. I also undertake to either own or have assured access through hire or lease all the plant and machinery/equipment.

___________________________________Signed by an Authorised Officer of the Firm

___________________________________ Title of Officer

___________________________________Name of Firm

___________________________________Date

18

Page 19: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

FORMAT T-VIII

PERSONNEL CAPABILITIES

UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s ______________________ shall make provision for suitably qualified personnel to carryout the work namely------------------------- as required during contract implementation

___________________________________Signed by an Authorised Officer of the Firm

___________________________________ Title of Officer

___________________________________Name of Firm

___________________________________Date

19

Page 20: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

FORMAT T-IX

FORM OF HYPOTHECATION DEEDOn Non-Judicial Stamp Paper of Requisite Value.

THIS INDENTURE made this ________________________day of _________________ 200 ______ between _____________________________ of the one part and the Municipal Corporation of Delhi represented by Executive Engineer (Bridge)-III hereinafter called "The Employer" which expression shall unless the context requires otherwise includes his successors and assigns of the other part.

WHEREAS under Clause ______________________________ of the General Conditions of Contract relating to the Contract No._____________________ dated: ______________ entered into between the Employer and the Contractor, the Contractor has applied to the Employer for a ________________________________________ (Rupees ____________________________only) for plant & equipment described in the schedule hereto as specifically acquired by the contractor for the works and brought at site.

AND WHEREAS one of the conditions on which the said ___________________________________________________ to be granted by the Employer to the Contractor is that Contractor shall hypothecate the plant and equipment described in the schedule hereto in favour of the Employer as security for the due repayment of the said __________________________________ AND WHEREAS the Contractor has represented that he is the owner of the plant and equipment described in the schedule hereto and the same is free from encumbrances.

NOW THIS INDENTURE WITNESSETH THAT in pursuance of the said agreement and in consideration of the promises the contractor do hereby hypothecate, assign and transfer to the Employer the plant and equipment described in the schedule hereto, the intent that the same shall remain as security for repayment to the Employer of the said ________________________________.

1. The Contractor hereby agrees, declares, and covenants with the Employer as follows:-

(a) The Contractor shall repay to the Employer the said _____________________ (Rupees______________________ only) as aforesaid and agrees that the said advance be recovered by the Employer by making deductions in the manner provided in clause ____________________ of the Special Conditions of Contract and other conditions of the Contract from the claims made by the Contractor against the Employer for on account of payment.

(b) The Contractor has paid in full the purchase price of the plant and equipment described in the Schedule hereto and each and every one of them are the absolute property of the Contractor and that same have not been sold, pledged, mortgaged or transferred or in any way dealt with by the Contractor.

20

Page 21: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

(c) So long as may amount remains payable to the employer by the Contractor in respect of the said advance of Rs. _________________________ the Contractor shall not sell, pledge, hypothecate, transfer part with or in any way deal with the plant and equipment described in the schedule hereto.

(d) If the said advance of Rs. _________________________ shall not be repaid by the contractor or recovered in the manner described above by the said ________________________________________ day of ______________due to any reason whatsoever or the said Contract has been determined earlier or cancelled or if the Contractor shall sell, pledge, mortgage, transfer, part with or in any way deal with the said plant and equipment or any part thereof or the contractor or any of the partners is adjudged insolvent or the Contract is to be wound up or makes any composition or agreement with its Creditors or the Contractor shall commit breach of any of the terms and conditions or covenants as herein contained or if any other property whatsoever belonging to the Contractor has been sold or attached for a period of not less than 21 days in execution of the decree of any court for payment for money, whole of the said advance of Rs. _____________________ or such part thereof as may have remained unpaid or unrecovered shall forthwith become due and payable.

(e) The Employer may on the happening of any of the events mentioned in the preceding Clause (d) or in the event of the said loan or and part thereof becoming due and payable and has not been paid or recovered or cannot be recovered as provided in the said conditions, seize and take possession of the said plant and equipment (and either remain in possession thereof without removing the same or else may remove the same) and sell the said plant and equipment or any of them either by public auction or private contract and may out of the sale proceeds retain the balance of the said advance remaining unpaid and unrecovered and all cost, charges and expenses and payments incurred or made in maintaining, defending or protecting the rights of the Employer herein under and shall pay over the surplus, if any, to the contractor.

(f) The Contractor shall at all times during the continuance of the security and at the expense of the Contractor insure and keep insured the plant and equipment described in the Schedule hereto for the full value thereof in the joint names of the Contractor and the Employer with an Insurance Company to be approved by the Engineer-in-Charge against the risk of loss or damage from whatsoever cause. During the continuance of the security the Contractor shall pay all premia and sums of money necessary for keeping such insurance on foot and the Insurance Policy and receipts in original for premia paid shall be deposited with the Engineer-in-charge. The Contractor shall assign all his right, title and interest in the policy to the Employer.

(g) The Contractor shall not permit or suffer the said plant and equipment or any part thereof to be destroyed or damaged or

21

Page 22: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

used or to be used or to deteriorate in a greater degree than it would deteriorate by reasonable wear and tear thereof in the performance of the contract.

(h) In the event of any damage or loss happening to the said plant and equipment or any part thereof from whatever cause, the contractor forthwith have the same repaired or replaced as the case may be or arrange for payment of the entire amount recovered or to be recovered from the Insurance Company to the Employer towards the payment of the said advance of Rs.________________.

2. Upon repayment of recovery in full of the amount secured on account of this hypothecation deed the said plant and equipment secured herein under shall stand released from hypothecation but this is without prejudiced to the right of the Employer under any other conditions of the contract.

SCHEDULE ABOVE REFERRED TO

S.No.

PARTICULARS OF PLANT & EQUIPMENT

NOS.

PURCHASE PRICE/ PRICE CONSIDERED REASONABLE BY THE ENGINEER-IN-CHARGE

TOTAL PRICE

ADVANCE (90% FOR NEW MACHINERY AND 50% FOR OLD MACHINERY)

1 2 3 4 5 6

IN WITNESS WHEREOF the parties hereto have executed these present on the day year first above written.

Signed and delivered by the Within named ___________________________________

Signed by Shri _________________________(Name & Designation)for and on behalf of the Contractorin the presence of

1. __________________ for & on behalf of the Employer

__________________ (______________________)

2. _________________ Name of Project/Unit in the presence of ________________ (i)___________________ (ii)________

__________SECTION-VI

22

Page 23: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

FINANCIAL BID 

Name of Work:  Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges.

SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi

Rates to be quoted by the contractor.

PART-A. @ % above/below

PART-B Item No. 15 @ Rs. /Sqm

Item No. 16 @ Rs. /MT

Item No. 17 @ Rs. /MT

PART-C Item No. 18 to 31 as per NIT schedule for each item rate to quoted item wise by the contractor

Item No. 18Item No. 19Item No. 20 Item No. 21 Item No. 22Item No. 23Item No. 24Item No. 25Item No. 26Item No. 27Item No. 28Item No. 29Item No. 30Item No. 31

Signature of bidder along with stamp

23

Page 24: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION-VI (a)

MCD-form-A33/A34 (part-I):

Form A-33/A-34 MUNICIPAL CORPORATION OF DELHI Percentage Rate Tender / Item Rate Tender & Contract for Works

CIRCLE/DIVISION/SUB-DIVISION

Circle : S.E (Pr.) VII

Division : Ex. Engineer (Pr.) Central-II

Sub Division: - Asstt. Engineer-I

(A) Tender for the work of

Name of Work:  Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges.

SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi

(i) To be submitted by the contractor as per NIT(ii) To be opened in presence of tenderers who may be present at (time) hours

on (date)____ as per NIT in the office__ S.E (Pr.) VII

PROFORMA OF SCHEDULE

PROFORMA OF SCHEDULE (Operative Schedules to be supplied separately to each intending tenderer) Schedule ‘A’ Schedule of quantities (M.C.D.) as per BOQ

Schedule ‘D’

Extra Schedule for specific requirements / document for the work, if any.

Schedule ‘E’

Schedule of component of Materials, Labour etc for escalation

CLAUSES 10 CA

Will be applicable.

24

Page 25: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Schedule ‘F’

Reference to General Condition of the Contract.

Name of Work:  Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges.

SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi

T.A Part-A Rs. 69.44 lacs, Part-B Item Rate, Part-C Item Rate, Estimated cost of work: Rs. 243.25 lacs, Earnest Money Rs. 4.87 lacs Security Deposit 10% of tendered value

GENERAL RULES & DIRECTION: Officer inviting tender E.E (Pr.) Central-II

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3 : see below

Definitions

2 (v) Engineer-in Charge __ E.E (Pr.) Central-II

2 (viii) Accepting Authority __Standing Committee, MCD

2(x) Percentage on cost of materials and labour to cover all overhead and profits : - 10%

2(xi) Standard Schedule of Rates DSR 2007 with upto date correction slip, approved rates of MCD

2(xii) Department ____MCD________

9(ii) Standard MCD contract form MCDA-33/A-34 as modified & corrected upto till date.

Clause 2

Authority for fixing Compensation Clause 2__Suprentending Engineer (Pr.) VII

Clause 5

Time allowed for execution __ 9 months of work. Authority to give fair and reasonable extension of time for completion of work Additional Commissioner (Engg.), MCD

25

Page 26: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Clause 7

Gross work to be done together with net payment/adjustment of advances for material collected ,if any, since the last such payment for being eligible to interim payment as per Decision of Engineer in Charge--- 90 days.

Clause 11

Specification to be allowed for execution of work. As Per IRC specification, MORT&H specification revision-IV, CPWD_ specification

Clause 12

12.1.2(iii) Schedule of rates for determining Rates for additional ,altered or substituted items that cannot be determined under 12.1.2(i) & (ii) : DSR 2007 with upto date correction slip, approved rates of MCD

12.1.2(iii) Plus/minus the % over the rate entered in the Schedule of rates entered in the schedule :

12.1.2(vi) A Deviation Limit beyond which sub clause (i) to (v) shall not apply and clauses 12.2 & 12.3 shall apply : 100%

12.1.2(vi) B(a) Limit for value of any item of any individual trade beyond which sub clause (i) to (v) shall not apply and clauses 12.2 & 12.3 shall apply _100%.

Clause 16

Competent Authority for deciding reduced rates _Superintending Engineer (Pr.) VII

Clause 36 (i)

Minimum Qualifications & experience required for principal technical Representatives. (a) For works with estimate cost put to tender more than (i) Rs 10 Lakhs for Civil Work Graduate or retired AE possessing at least recognized diploma (ii) Rs 5 Lakhs for Elec/Mech

(b) For work with estimate cost put to tender (i) More than Rs 5 Lakhs but less than Rs 10 Lakhs for civil work recognized Diploma Holder (ii) More than Rs 1 Lakh but less than Rs 5 Lakh for Elect/Mech work.

(c) Discipline to which the Principal Civil / Elect/ Technical Representative should belong. Mech. : Civil

(d) Minimum experience of works. 5 years

(e) Recovery to be effected Rs. 15,000/- pm for Graduate from the contractor in the event of not fulfilling Provision of clause 36 (i) Rs.10,000/-for Diploma holder

26

Page 27: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

For this work, the contractor has to employ minimum no. of 1 graduate engineers and 1 diploma Engineers.

Clause 42

(i) (a) Schedule / Statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates (2007) printed by C.P.W.D.

(ii) Variations permissible on the theoretical quantities.

a) Cement for works with estimated cost put to tender not more than Rs. 5 lakhs.- 3% plus / minus for works with estimated cost put to tender more than Rs. 5 lakhs -2% plus / minus.

b) Bitumen All works. -2.5% plus only & nil on minus side.

c) Steel Reinforcement and structural steel -2% plus / minus. sections for each diameter, section and category. d) All other materials Nil

27

Page 28: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION –VII 

INSTRUCTIONS TO BIDDER 

7.1 Throughout these bidding documents, the term “bid” and “tender” and their derivatives (bidder/tenderer, bid/tender, bidding/tendering, etc.) are synonymous.

7.2 The tenderer shall read all instructions, terms & conditions, contract clauses, nomenclature of items, specifications, tender drawings, etc. contained in the tender document, very carefully before quoting the rates.

7.3 Tender should be signed and witnessed on all page including drawings of tender documents indicating full address of witness and the names of signatories.

7.4 Any person who submits a tender shall fill up format for “Technical bid” and “Financial Bid” of tender document stating % rate as well as item rates he is willing to execute the work in addition tenderer shall also fill up the rate in financial bid of tender document enclosed for operation of variation/deviation clause.

7.5 Tenderer who proposes any alteration in the work specified in the said form of invitation to tender or time allowed for carrying out the work or which contain any other condition of any sought including any condition or conditional rebate will be summarily rejected.  

7.6 Rates must be filled both in words and figures. In case of ambiguity between the two rates, those filled up in words shall be accepted. The rate(s) must be quoted in decimal coinage. Amount must be quoted in full rupees by ignoring upto fifty paisa and considering more than fifty paisa as rupee one. 

7.7 The contractor shall quote his rates keeping in mind the specifications, terms and conditions, additional and special conditions, site conditions, CRRI report and recommendation which is also part of the contract (can be seen in Division E.E (Pr.) C-II) etc. and nothing shall be payable extra whatsoever unless otherwise specified in the tender document.

7.8 In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorizing him to do so, such power of attorney should be submitted along with the tender documents and it must be disclosed that the firm is duly registered under the Indian Partnership Act 1952.

7.9 The bidder should designate one person (“Contact Person” and “Authorized representative and Signatory”) authorized to represent the bidder in its dealings with Municipal Corporation of Delhi. The “contact person” and Authorized

28

Page 29: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

representative and signatory shall sign the Acknowledgement of Receipt of request of proposal document. This designated person should hold the Power of Attorney and be authorized to perform all tasks including but not limited to providing information, responding to enquiries, entering into contractual commitments on behalf of the bidder, tenderer etc.. The covering letter submitted by the bidder shall be signed by the Authorized Signatory and shall bear the stamp of the entity thereof. It will be better that the contact person should have Delhi address to avoid delay in communication/response.

7.10 The contractors shall get them registered with works contract cell of Sales Tax Department of GNCTD & furnish a copy of valid registration. The contractor shall obtain a tax clearance certificate in form-XI from above cell and submit to the department along with the application form.

7.11 A sum of Rs. 4.87 lacs has to be deposited as EM in the shape of pay order/demand draft a period of 6 months as earnest money. Commissioner, MCD or his successors in office shall, without prejudice to any other right or remedy available in the law, be at liberty to forfeit E.M in case of failure by the contractor to commence work.

7.12 The tender, which is submitted without earnest money or is not duly signed by authorized signatory or is conditional shall be treated as non-responsive and shall be summarily rejected.

7.13 Tenderer seeking any clarification or pointing out any ambiguity in tender document shall make a reference in writing to Executive Engineer( PR) Central-II, Under Bhishm Pitamah Flyover, SewaNagar, New Delhi-03, 24 hours before the pre-bid meeting.

7.14 The contractor should engage only empanelled consultant of MORTH for geo technical investigation and structural design.

7.15 The site for the work shall be made available in parts.7.16 A pre-bid meeting will be taken by the S.E (Pr.) VII, on as

specified in the tender documents in the office as mentioned in document control sheet to apprise the bidders. The tenderers are free to make any suggestion during the pre-bid meeting for the consideration of MCD. In case, MCD feels appropriate to incorporate suitable modifications including any additions and/or deletions, the same shall be affected by issue of corrigendum. The corrigendum shall form part of the agreement.

7.17 Tenderer are advised to inspect and examine the site, its surroundings, and satisfy them self before submitting the tender as to the nature of the ground and sub soil so far as is practicable the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information

29

Page 30: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

as to risks, contingencies and other circumstances which may influence or affect their tender and satisfy themselves before submitting their tenders. A tenderer shall be deemed to have full knowledge of the site weather he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access facilities for all workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions / local conditions and other factors having a bearing on the execution of the work.

7.18 The competent authority on behalf of Municipal Corporation of Delhi (herein after referred as MCD) does not bind him to accept the lowest or any other tender and reserves to him the authority to reject any or all of the tenders received without the assigning any reason.  All tenders in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected

7.19 Canvassing, whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection

7.20 The contractor shall not be permitted to tender for works in MCD  (responsible for award and execution of contracts) in which his near relative is posted as Accounts Officer or as an officer in any capacity between the grades of Superintending Engineer and Assistant Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any equivalent to gazetted officer in MCD. Any breach of this condition by the contractor would render him liable to be removed from the list of pre-qualified contractors for this work.

7.21 No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in the Engineering Department of the MCD is allowed to work as a contractor for a period of two years after his retirement from service, without the prior written permission of the MCD in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of the MCD as aforesaid before submission of the tender or engagement in the contractor’s service.

7.22 The tender for the works shall remain open for acceptance for a period of five months from the date of opening of Financial Bid. If any tenderer

30

Page 31: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

withdraws his tender before the said period or issue of letter of acceptance, which-ever is earlier, or make any modification in the tem and condition of the tender which are not accepted to the department then the MCD shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. He will not be entitled to participate again in case of recall of tender for this work. 

7.23 The tenderer is not allowed to makes any modifications in the terms and conditions of the tender documents which are not acceptable to the department, after submission of tender.

7.24 This Notice Inviting Tender shall form a part of the contract document. The successful tenderer/contractor, on acceptance of his tender by the Accepting Authority shall within 15 days from the stipulated date of the work order, sign the contract consisting of: -

a The Notice Inviting Tender, all the documents including additional conditions, Special condition of contract, specifications and drawings, if any, forms the tender documents as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b Modified MCD form A-33/A-34, General rules & Directions, condition of contract, clauses of contract, MCD Safety Code, Model Rules, MCD Contractor’s Labour Reegulation etc.

Technical Bid and Tender Document shall be placed in one sealed envelop clearly marked as TECHNICAL BID. Financial Bid shall be placed in separate    sealed envelop clearly marked as FINANCIAL BID. Both the sealed envelops i.e. technical bid and financial bid then shall be placed in another one sealed envelop marked as Proposal  for Name of Work:  Imp. / Stgn. Of bridges / sub ways / ROB/ RUB & Car Parking & Consultancy for inspection of bridges.

SH: Rehablitation of Bhisham Pitamah Flyover, New Delhi & Const. of foot over bridge on Bhisham Pitamah Marg.

7.25 Technical bid and tender document including price bid shall be submitted simultaneously on due date and time. Only technical bid shall be opened on that date of the all the tenderers. Tenders documents including price bid shall be kept sealed. The price bid of only those successful tenderers who will qualify in the technical bid on the basis of eligibility/ qualification criteria as laid down in the tender documents and along with other details given in the technical bid. The sealed price bid of unsuccessful bidder in technical bid shall be duly returned unopened.

7.26 The tenderer shall work out their own architectures and structural details, keeping in view the provisions given in the scope of work portion of the tender document. The proposal should be acceptable to MCD. The tenderer shall quote their rate in price bid accordingly. The tender document purchased from the office of executive engineer shall also be submitted duly signed on all the pages of all the sections along with their proposal.

31

Page 32: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

7.27 If it is found that the tender is not submitted in proper manner or contains too many corrections or absurd rates or amount, it would be open for the MCD to take suitable action against the tenderer including rejection of tender.

7.28 The department shall deduct Income Tax, education cess, VAT,1% Labour cess or any other tax cess as applicable on the total value of work done from each bill of the contractor as per prevailing Government instruction / orders. In lieu, the department shall issue a certificate of deduction of the tax at source to the contractor, in relevant forms.

7.29 Engineer-in-Charge shall deduct TDS for DVAT as per prevailing Government instructions / orders from the total payment made to contractor in pursuance of this contract. This TDS shall also be deducted on advance payment to be adjusted in future bills and on the amount of cost escalation. The TDS certificate shall be issued by the Engineer-in-Charge to the contractor in form DVAT 43 within 28 days from the end of the month in which tax has been deducted.

7.30 In the tender documents the word “MCD” shall mean Municipal Corporation of Delhi wherever exist.

7.31 In the tender documents the word “Department” shall mean “MCD” wherever exists.

7.32 The metric system will be followed.7.33 All Govt. instructions relating to work shall be binding on the

tenderer7.34 The successful tenderer shall indemnify the Municipal

Corporation of Delhi against all losses and claims in respect of death or injury to any person, loss and damage to any property including works arising out of any consequencies of the execution by submitting the “Indemnity Bond” on a stamp paper of value Rs.100

7.35 A no. Display boards as per requirement of deptt. mentioning the project detail are to provided at site and nothing extra shall be payable

7.36 All communication and information should be provided in writing and in English will be addressed to Ex. Engineer (Pr.) Central-II.

7.37 No work shall be carried out on Sundays & Holidays without the approval of Engineer-in – Charge

7.38 Time is Essence of work.7.39 A copy of valid Registration Certificate as contractor with Govt. Deptt.

registered in appropriate class be produce at the time of sale of tender. In case of firm or partnership a copy of DEED & Power of Attorney will be submitted.

7.40 List of Machinery, Mechanical Mixer, Mechanical Vibrator, Hydraulic jacks / Cranes, Centering/ Shuttering Material and field Laboratory Test Equipments/ guniting equipment/ grouting equipment, air compressor with himself possession required as per specification.

7.41 Cement, Steel, bitumen & all other materials will be arranged by the contractor him self as per terms and conditions of the deptt.

32

Page 33: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

7.42 The payment o the contractor for the work shall be made after the satisfactory report received from testing/ inspection agencies. These findings be shall be final and binding on the contractor.

7.43 Earnest money and tender cost should be deposited in the form of Bank Draft/Banker cheque of a scheduled Bank in favors of Commissioner MCD.

7.44 Conditional tenders will not be accepted in any case.7.45 The bidders will have declared that he is not black listed. Debarred by

the any of the Govt. Agency.7.46 The tenderer must produce an Income-Tax clearance certificate in the

revised form as modified under Ministry of Finance O.M. No. 67/30/69/ITAL dated 02-07-1970 as amended from time to time and Sales Tax clearance certificate before tender papers can be sold to him.

7.47 The competent authority on behalf of MCD reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

   

For and on behalf of the

Municipal Corporation of Delhi 

Signature

Executive Engineer

Municipal Corporation of Delhi  

33

Page 34: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION-VIII

SPECIAL CONDITIONS OF CONTRACT 8.1 THIRD PARTY QUALITY ASSURANCE:-

Third party quality assurance /audit of the work will be carried out by the selected outside agencies/organizations as per detail given below or other agencies as decided by competent authority and result if their finding will be binding on the contractor:-

S.No.

Name of outside agency/organization.

Fee payable

1 IIT (Indian Institute of Technology)

@ 1.75% of total cost of work plus service tax & education cess as admissible

2 NCCBM ( National Council for cement & Building Materials)

@ 1.75% of total cost of work plus service tax & education cess as admissible

3 CRRI ( Central road Research Institute) Mathura road

@ 1.50% of total cost of work plus service tax & education cess as admissible

The above charges shall be on total cost of work. The payment/fee to third party quality assurance/audit as mentioned above shall be made in advance and shall be borne by the contractor. The contractor shall provide the samples of material for testing and cost of material including packaging, sealing, transportation, loading & unloading etc. will be borne by the contractor. The cost of testing will be borne by the contractor if samples are sent to laboratory other than Mpl laboratory free of cost. In addition to third party checking, all the mandatory testing shall also be carried out at the site laboratory /MCD laboratory/designated lab.

The designated labs are as mentioned below:-

a Sri Ram Institute for Industrial researchb RTC Okhlac National Test House

34

Page 35: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

If during the testing of material, the sample material gets failed, the cost of testing charges and consequent re-testing required, if any, shall be borne by the contractor.

8.1(a) In addition, the engineer-in-charge shall be at liberty to get the work inspected through CTE or any other agency appointed by Govt. of India or MCD and the result of their finding will be binding on the contractor.

8.1(b) Final bill shall be paid to the contractor only after effecting recoveries based on CTE / Third party for quality audit/assurance or any other agency as mentioned above.

8.2  In case of discrepancy between the nomenclature of items, specifications, and /or the drawings or in case no specifications are specified (Refer clause 28 of the General Conditions of the Contract), the following order of preference shall be observed: 

i. Nomenclature of items ii. Particular Specifications

iii. Special Conditions of Contract iv. Other provisions in the tender v. Approved Drawings & Design vi. IRC codes (with all latest corrections up to the date of

submission of tender) vii. MORTH specifications for Road & Bridge works (Fourth

revision), published by IRC viii. CPWD specifications, (the latest edition) with up to date

correction slips ix. All relevant BIS Codes with latest revisions x. Manufacturer’s Specifications

xi. International standards and accepted international practices as approved by Engineer-in-Charge

xii. Sound Engineering Practice as per directions of the Engineer-in-Charge.

If there are varying or conflicting provisions made in any document forming part of the contract, the Engineer-in-Charge shall be the deciding authority with regard to the intention/interpretation of the tender and his decision shall be binding. 

8.3  The contractor is not to vary or deviate from the specifications, stipulation, conditions of tender document or instructions to execute any work of any kind whatsoever unless so authorized by the Engineer-in-Charge in writing. For any extra work involved in consequence of some breach of this contract on

35

Page 36: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

the part of the contractor(s), no extra payment will be admissible to the contractor. 

8.4  The contractor shall be responsible for making a detailed schedule in the shape of PERT/CPM chart on MS Project, for all the activities within a month after the award of the work.

8.5  On the basis of project scheduling (PERT/CPM), the contractor shall also indicate month wise requirements of materials to be procured by him under the terms and conditions of the contract. The contractor shall suitably update, the above mentioned detailed program month wise, keeping in view the actual progress of work vis-à-vis the original scheduling, if necessary in order to control the duration of time for the activities falling in the critical path.  

8.6   The submission of the above program by the contractor shall not absolve or relieve him/them of any of his/their responsibilities to complete the whole of the works by the prescribed time or extended time, if any

8.7 Conditions Relating to award of work

8.7.1 The tender terms arrived at during process of clarifications, if any, together with the letter of acceptance thereof, shall constitute a binding between the successful Tenderer and the Department and shall form the basis of the rights and obligations of both the parties.

8.7.2 The several documents forming the contract are to be taken as mutually explanatory of one another, detailed drawings being followed in preference to small scale drawings and figured dimensions in preference to scaled dimension and special conditions in preference to general conditions.

If there are varying or conflicting provisions made in any document forming part of the contract, the decision of the Engineer-in-Charge shall be the intention/interpretation of the document and it will be binding without any reservation whatsoever and nothing extra shall be paid.

8.7.3 The right to carry out the work either in conformity with or in a manner entirely different from the terms of this tender document that may be considered most suitable before or subsequent to the receipt of tenders due to exigencies of work, is reserved with the Engineer-in-Charge.

8.8 Inspection of Works

In addition to the provisions of relevant clauses of the contract, the work shall also be open to inspection by the departmental engineers concerned with the work and other

36

Page 37: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

authorized representative including Department’s consultants, on behalf of the Engineer-in-Charge and the Contractor shall at all times during the usual working hours and at all other times in which reasonable notices of the intention of the Engineer-in-Charge or his seniors to visit the works shall have been given to the Contractor, either himself be present to receive the order and instructions or have a responsible Site Engineer duly accredited in writing, to be present for that purpose

8.9  Foreign Exchange

No foreign exchange shall be made available for the purpose of equipment, plants, machinery or materials of any kind or any other items/purpose required to be carried out in execution of work. Also no foreign exchange required for importing equipments, materials for tools, plants and machinery etc. that may be required in carrying out the work, will be made available by the department. 

8.10 Night Work

For completing the work in time, the contractor might be required to work in two or more shifts (including night work) and no claim whatsoever shall be entertained on this account, notwithstanding the fact that the contractor will have to pay to the laborers and other staff engaged directly or indirectly on the work according to the provisions of the labour regulations and the agreement entered upon and /or extra amounts for any other reason.   

8.11 Existing Services

Existing drains, pipes, cables, overhead wires, sewer lines, water lines and similar services encountered in the course of the execution of the work shall be protected/ maintained against the damage by the contractor.  The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services.  In case temporary supporting/shifting of such services is required to facilitate the work, the same shall be done by the contractor at no extra cost. For any permanent shifting, MCD shall arrange to shift the underground services as and when required and the payment payable to service department shall be paid by the contrctor and the same will be reimbursed to the contractor in the next running bill and no extra/interest shall be paid on this account. However in the interest of work, if MCD decides to get it shifted by the contractor, then contractor shall be paid separately at the rates as decided by

37

Page 38: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

the Engineer-in-charge based on the actual observations of the work involved in shifting such utilities/services The decision of the Engineer-in-Charge in this regard shall be final and binding.  

8.12 All works pertaining to services including rerouting/diversion of services, routine testing, installation etc., embracing in one or more than one process shall be subject to examination and approval to each stage thereof by the Engineer-in-charge or concerned department as would be notified by the Engineer-in-charge or his accredited representative when such stage is ready.  In default of such notice, the Engineer-in-Charge shall be entitled to appraise the quantity and extent thereof and the decision of Engineer-in-Charge or his accredited representative in this regard shall be final and binding. 

8.13  The contractor will not have any claim in case of any delay by the Engineer-in-Charge in removal of trees or shifting, raising, removing of telegraph, telephone or electric lines (over head or underground), water and sewer lines and other structures etc., if any, which may come in the way of the work.  However, suitable extension of time will be granted to cover such delays and no escalation shall be paid.

8.14  The contractor shall make his own arrangement for the disposal of the spoils from the works to such place where the same shall not cause nuisance and should be acceptable to the authorities concerned.   

8.15  The contractor shall make his own arrangement at his own cost for the provision of telephone facilities at the site of works or at any other place. 

8.16 ELECTRIC CONNECTION

The electric connection shall be obtained by the contractor for use in the work under the contract subject to the following conditions: - 

a The charges pertaining to electric supply including installation of temporary connection, including the cost of making electric sub-station if needed, laying cables wherever necessary up to the meter from the BSES Pole and from meter up to actual consumption point, and the cost of electricity shall be borne by the contractor.  The contractor shall also bear the entire cost of reconnection charges in case electric connection is discontinued by BSES for any reasons.

38

Page 39: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

  b The application shall be made by the contractor through the department for temporary electric connection on the basis of the load (to be certified by the contractor).  The amount equal to the security deposit, to be deposited with the application, shall be deposited by the contractor with the BSES. The contractor shall be responsible for maintenance and watch & ward of the complete installation and meter and shall also be responsible for any pilferage/theft, damage, penalty, etc from the date of installation to the disconnection after performance of the contract. The contractor shall indemnify the department against any claim arising out of pilferage/theft, damage, penalty etc. whatsoever on this account.

 c The cost of electricity consumed shall be recovered on monthly basis from the running bills of the contractor @ Rs.50, 000/- per month or on the basis of actual consumption whichever is more. However, these recoveries shall be interim and in case any lump sum bill is received from BSES, the amount of the same shall be recovered from the next bill after making due adjustments of the recoveries already made. It is clarified that interim recoveries in respect of electricity charges as stated above shall be adjusted against the final bill received from BSES.

 d The Contractor shall at all times observe the Indian electricity rules and any other rules/bye laws applicable at the time and any damage/penalty on account of violation of any of the rules/bye laws shall be the responsibility of the contractor.

e The amount on account of this security deposit made by the contractor with the department shall be refunded only when the same is released by BSES after observing all necessary formalities. Any charges recovered by BSES from security deposit or billed subsequently during/after completion of the work shall be adjusted from the running/final bills and in case no payment is due, from the security amount deposited by the contractor on this account and/or the security deposit made by the contractor under main contract.

f The department shall in no way be responsible for either any delay in getting the electric connection or not getting the connection at all and no claim on this account whatsoever shall be entertained.  It should be clearly understood that the contractor has to make his own arrangement for generators for use if the electrical connection from BSES could not be obtained or delay has occurred in obtaining the connection. It is to be used as a stand by arrangement in case of power failure etc. 

39

Page 40: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

or in the case of disconnections of electric supply by BSES for any reason, whatsoever it may be. 

8.17  The contractor shall maintain in good condition all work till the completion of entire work allotted to him. The contractor is to be held responsible for and to make good all injuries, damages and repairs, rendered necessary by fire, rain, traffic, floods or other causes.  Engineer-in-Charge shall not be held responsible for any claims for injuries to persons/workmen or for structural damage to property happening from any neglect, default, want of proper care or misconduct on the part of the contractor or of any other of his authorized representatives in his employment during the execution of the work.  The compensation, if any, shall be paid directly to the department/authority/persons concerned, by the contractor at his own cost. 

8.18 The contractor will take all necessary measures for the safety of traffic and workers during construction and provide, erect and maintain such barricades, including signs, markings, flags, lights and flagman, as necessary, all around the excavation/construction area and at such intermediate points, as directed by the Engineer-in-charge including the proper identification of the construction areas. Arrangement of the temporary barricading shall strictly be as per the direction of Engineer-in- charge & site requirements throughout the period of construction at no extra cost to MCD. The contractor shall be responsible for all damages and accidents on account of construction and other relevant activities.  Nothing shall be paid extra on account of above. 

The temporary warning signs/lamps shall be installed wherever necessary during the hours of darkness and kept lit there at all times during these hours and nothing shall be paid extra on this account.  The contractor shall provide signages for guiding the traffic. However traffic signals shall not be the responsibility of the contractor. 

The barricading arrangement shall be approved by the Engineer-in-Charge.  Barricading and safety requirements are very important aspects keeping in view the safety of the public as well as workers.  The above provisions shall be followed strictly and at no time the construction/excavation areas are to be left un-barricaded or without red lamps during the hours of darkness.  Failure to comply with the requirements mentioned in the preceding paragraphs shall be deemed to be breach of the contract on the part of the contractor for which the contractor shall be liable to action under relevant clauses/conditions of the agreement.

40

Page 41: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

8.19 All arrangements for traffic diversion during construction including maintenance thereof shall be considered as incidental to the work and contractor's responsibility and nothing extra shall be payable to him in this respect. The contractor shall at his own cost obtain necessary approval of the diversion plans from the concerned authorities. Nothing extra shall be payable on the account. 

8.20 Safety of Workers

Over and above the provisions made in MCD Safety Code the following will also be applicable:

In respect of all workmen directly or indirectly employed in the work for the performance of the contractor’s part of this agreement, the contractor shall at his expense arrange for the safety provisions as per Indian Standard Safety codes shown below and shall at his own expense provide for all facilities in connection there with. In case the contractor fails to make arrangement and provide necessary facilities as aforesaid, he shall be liable to pay penalty prescribed under relevant clauses of these tender documents for each default and in addition the Engineer-in-charge shall be at liberty to make arrangement and provide facilities as aforesaid and recover the cost incurred on that behalf from the contractor, and no claims on this account whatsoever shall be entertained.

1. IS:3696(part I) Safety code for scaffolds and ladders.

2. IS:3696(part II) Safety code for scaffolds and ladders Part II ladders.

3. IS:3764 Safety code for excavation work.

4. IS:4081 Safety code for blasting and drilling operations.

5. IS:5121 Safety code for piling and other deep foundations.

6 IS:5916 Safety codes for construction involving use of hot bituminous materials.

7. IS:7293 Safety code for working with construction machinery.

8. IS:7969 Safety code for storage and handling of building materials.

9. IS:4138 Safety code for working in compressed air.

10. Any other code and/or as per directions of Engineer-in-charge.

41

Page 42: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

8.21 Engineer-in-Charge shall have full powers to send workmen and employ on the premises to execute fittings and other work not included in the contract. For whole operations the contractor is to afford every reasonable facility during ordinary working hours.  

8.22  The contractor shall conduct his work so as not to interfere with or hinder the progress or completion of the work being performed by other contractors, piece workers or by the Engineer-in-Charge and shall as far as possible arrange his work and shall place and dispose the operations of the other contractor's, piece workers, or of the Engineer-in-Charge. Contractor shall arrange his work with that of the others in an acceptable manner and shall perform it in proper sequence to the complete satisfaction of the Engineer-in-Charge. 

8.23  The contractor shall assume all liability, financial or otherwise in connection with his contract and shall protect and indemnify Engineer-in-charge from any and all damages and claims that may arise because of the presence and operations of others working on or near the site.  Contractor shall assume all responsibility for all work not completed or accepted because of the presence and operations of other contractors or piece workers or of the Engineer-in-Charge. 

8.24 For execution of any items of work where incidental works such as bailing out water, shoring etc.  are actually required but not specifically stated in the tender, it is to be understood that the rates quoted by the contractor shall cover such charges also and nothing extra on account of such incidental charges, if any, shall be paid. For the designation of such additional work whether incidental to the item or payable separately as extra item the decision of Engineer-in-Charge based on the intention of the contract and scope of work specified for the item shall be final and binding on the contractor. 

8.25 No accommodation of any kind is available at the site of work and contractor is to make his own arrangement, and no extra claim whatsoever on this account shall be entertained.

8.26 At the time of construction, the contractor shall embed all electrical fixtures like base plates, brackets, conduit pipes etc. for street lightning as per the direction of the Engineer – In – Charge. Nothing extra whatsoever will be payable on this account.

8.27A number of agencies / departments shall be working at the site. The agency shall work in close co-ordination with them and if there is some delay at any location for handing over the site or there is some unforeseen hindrance at any particular location, the agency shall modify their programme accordingly and nothing extra shall be payable on this account. No claim on account of any delay caused due to shifting of

42

Page 43: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

services (Underground / overhead), removing of trees etc. will be entertained, and however suitable extension of time will be granted.

8.28 Compliance of Laws

The contractor shall keep himself fully informed of all acts and laws of the Central and state govt. (i.e. Govt. of National Capital Territory of Delhi) all local bye laws, ordinances, rules and regulations and all orders and decree of bodies or, tribunals having any jurisdiction or authority which in any manner affect those engaged or employed on the work or which in any way affect the conduct of the works. Contractor shall at all times, observe and comply with all such laws, ordinances, rules, regulations, orders and decrees, and shall give all notices and pay out of his own money any fees or charges to which he may be liable. He shall protect and indemnify the Department and its

officers and employees against any claim or liability arising out of violations of any such law, ordinances, legislations, order or decree, whether by himself or by his employees & authorized representatives. In this respect the contractor will submit an affidavit enclosed.  

8.29 Prevention of Nuisance and Pollution

The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any damage to such properties and any pollution.  He shall make good at his own cost and to the satisfaction of the Engineer-in-charge, any damage to roads, paths, drainage works or public or private property whatsoever caused by the execution of the work or by traffic brought thereon by the contractor.  All waste or superfluous materials shall be cleaned away by the contractor without any reservations entirely to the satisfaction of the Engineer-in-charge at no extra cost. 

8.30 No Waiving of Legal Rights and Powers

The Engineer-in-Charge shall not be precluded or stopped from taking any measurements, and framing of estimates or detaining any certificates made either before or after the completion and acceptance of the work and payment, from showing the true amount and character of the works performed and materials furnished by the contractor and from showing that any such measurements, estimates or certificates   untrue or incorrectly made and that Engineer-in-charge shall not be precluded or stopped from recovering from the contractor such damages as it may be sustained by

43

Page 44: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

reasons of his failure to comply with the terms and conditions of the contract. 

Neither the acceptance by the Engineer-in-Charge nor any payment for acceptance of the whole or any part of the work nor any extension of time nor any possession taken by the Engineer-in-Charge shall operate as a waiver of any portion of the contract or any power here in reserved or of any risk to damage.  A waiver of any breach of the contract shall not be held to be a waiver of any other or subsequent breach. 

8.31  The contractor shall provide and bear all expense and charges for special or temporary service roads required by him in connections with access to the site (except for the purposes of diversion of traffic as directed by the Engineer-in-Charge), at no extra charges and his item rate or tendered cost shall deem to include the same.  He shall alter, adopt or maintain the same as required from time to time or as directed by the Engineer-in-Charge.  The Department shall have right of way to this at all times and will not entitle the contractor to claim extra on this account. After completion of the work the contractor shall restore the site as provided to him at his own cost. 

8.32 In case of Plant & Equipments the advance mentioned in clause 10 B (iii) may be granted to the contractor on production of non-refundable bank guarantee in the standard form along with prescribed affidavit form appended with the tender documents as form of Hypothetical Deed.  

8.33 The contractor shall take into account the element of wastage/wastages those are likely to be there in all elements of the work and quote his price, taking that into account. The contractor shall study all the items including that of diaphragm wall and its drawings enclosed with the tender documents, from the point of view of wastage/wastages, which are likely to take place.  It is hereby clarified that minimum number of laps, duly staggered, shall be provided and no claim for any wastage shall be entertained. 

8.34 Contractor shall maintain temporary/permanent benchmarks at the site of work after carrying out the initial lay out. These benchmarks shall be got checked by the Engineer-in-Charge or his authorised representative. The work at different stages shall be checked with reference to permanent bench marks maintained for said purpose. Nothing extra shall be paid for the above work as the cost of lay out at all stages including construction/ maintenance of said bench marks shall be deemed to be included in quoted rates. 

44

Page 45: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

8.35 The contractor shall ensure all safety/protection measures required for deep excavation in accordance with standards approved by Engineer-in-Charge to protect the adjacent buildings and to keep the road traffic in operation in accordance with the requirements of traffic police and any other authority which has jurisdiction over the area. In the case of any loss/damage of any kind, responsibilities of such loss/damage shall be that of the contractor, which shall be recovered from subsequent RA bills. 

8.36 The contractor is bound to do such repair etc., if necessitated to the nearby roads or elsewhere due to execution of work or damage done by the contractor, the same shall not be payable. The contractor is bound to do such repairs. In case of failure on the part of contract, the same shall be got done by MCD at contractor's risk and cost. 

8.37  The contractor shall issue identity cards to its labours and supply the list of names of all labourers engaged at the site along with their home addresses to the local police station. Failure to do so may result in suspension of work by the authority.   

8.38  Measurements of the Work Done

All measurement of all the items having financial value shall be entered by the contractor and shall be submitted to the Engineer-in-charge in duplicate in a computerised format supplied by the Engineer-in-charge. These measurements shall be further checked by the Engineer-in-charge or his representatives and shall be jointly signed by the Engineer-in-charge and the contractor or their representatives. One copy of the measurements shall then be machine numbered, bound and certified by the Engineer-in-charge before the payments are released against the bill in token of their acceptance. 

8.39  If there is any conflict between a general provision/condition of the contract and a special provision/condition of the contract, then the provisions given in special conditions shall prevail over the general provision or general conditions of the contract.

8.40 If the rates quoted by the lowest tender are found abnormally low the payment to the contractor for the work done shall be made after inspection of Quality Control Cell at different stages and these findings shall be final and binding on the contractor. All the testing charges of independent laboratory shall be borne by the contractor. In case, the lowest contractor fails to commence /complete the work within

45

Page 46: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

stipulated period, the contractor shall be liable for disciplinary action as per the provisions of the enlistment rule/ instructions issued from time to time. 

8.41 Addition to clause 7, clause 9 and clause 9a regarding payment to contractor

The payment of passed bills will depend on availability of funds in particular head of account from time to time in Municipal Corporation of Delhi. Payment of Bills shall be strictly on queue basis i.e. first the past liabilities will be cleared and after that release of payment for passed bills will be inorder of demand received at Headquarter at particular Head of Account. 

8.42 Maintenance Period:-Unless otherwise required under the provisions of agreement, the security deposit @ 10 % total work done shall remain in force for 5 years for dense carpet work and one year for other works after completion of works.

8.43 Clause 10CAPayment due to increase/decrease in prices of cement and steel reinforcement bars after receipt of tender.

If after submission of the tender, the price of cement and /or steel reinforcement bars incorporated in the woks (not being a material supplied from the E-in-Charge’s stores in accordance with Clause10 thereof) increase(s) beyond the price(s) prevailing at the time of the last stipulated date for receipt of tenders (including extensions, it any) for the works, then the amount of the contract shall accordingly be varied and provided further that any date of completion of work in question. If after submission of the tender. The prices of cement and / or steel reinforcement bars incorporated in the works (not being a material stipulated form the E-in-Charge’s stores in accordance with Clause10 thereof) is decreased. MCD shall in respect of these material incorporated in the works (not being material supplied from the Engineer-in-Charge’s stores in accordance with clause 10 thereof) be entitled to deduct from the due of the contractor such amount as shall be equivalent bars as prevailed at the time of last stipulated date for receipt of tenders including extension if any for the work and the prices of these materials on the coming into force of such base price of cement and /or steel reinforcement be issued under authority of Engineer-in-Chief MCD.

The increase/decrease in prices shall be determined by the All India Wholesale Price India for Cement and Steel (base and rods) as published by Economic Advisor to Govt. of India. Ministry of Commerce and Industry and base price for cement and /or steel reinforcement bars as issued under including extension if any and for the period under consideration.

The amount of contract shall accordingly be varied for cement and / or steel reinforcement bars and will be worked out as per the formula given below:-

a) Adjustment for component of “Cement”

46

Page 47: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Vc = Pc x Qc CI-CIo CIo

Where:

Vc = Variation in cement cost i.e. increase or decrease in the amount in rupees to be paid or recovered.Pc = Base Price of cement as issued under authority of Engineer-in-Chief MCD valid at the time of the last stipulated date of receipt of tender including extensions, if any.Qc = Quantity of cement used in the works since previous bill.CIo = All India wholesale Price Index for cement as published by the Economic Advisor to Govt. of India. Ministry of Industry and Commerce as valid on the last stipulated date receipt of tenders including extension, if any.CI = All India Wholesale Price Index for cement for period under consideration as published by Economic advisor to Government of India. Ministry of Industry as Commerce.b) Adjustment for component of ‘steel’

Vs = Ps x Qs x SI-SIo SIo

Where:Vs = Variation in cost of steel reinforcement bars i.e. increase or decrease in the amount in rupees to be paid or recovered.Ps = Base Price of steel reinforcement bars, as issued under authority of Engineer-in-Chief MCD at the time of the stipulated date of receipt for tender including extensions, if any.Qs = Quantity of steel paid either by way of secured advance or used in the works since previous bill (whichever is earlier)SIo = All India Wholesale Price Index for Steel (bars & roads) for the period under consideration as published by Economic Advisor to Government of India. Ministry of Industry and Commerce as valid on the last stipulated date of receipt of tenders including extensions, if any.SI = All India Wholesale Price Index for Steel (bars & rods) for the period under consideration as published by Economic Advisor to Govt. of India. Ministry of Industry and Commerce.

Provided always that provisions of the proceeding Clause 10C shall not be applicable in respect of Cement and / or steel reinforcement bars.

Special conditions for Dense Carpet Work only.Adjustment due to increase / decrease in price of bitumen after receipt of tender.

If after submission of the tender, the price of Bitumen incorporated in the work (not being a material supplied from MCD store) increase (s) beyond the price (s) prevailing at time of the last stipulated date for receipt of tender for the work. Then the amount of contract shall accordingly be varied and provided further that any such increase shall not be payable if such increase has become operative after the stipulated date of completion of work (including extension, if any) in question.

In the event, the prices of bitumen required for execution of work decrease. The MCD shall in respect of the quantity of bitumen incorporated in the work be entitled to deduct from the dues of the contractor, such amount as shall be equaling to the amount worked out in case of increase in price and in this regard, the formula wherein below stated under this clause shall apply mutatismutants.

47

Page 48: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

The increase/decrease shall be determined by the ex-refinery price of the bitumen (basic cost + excise + sales tax) prevailing as on the last stipulated date of receipt of tender and for the period under consideration.

The amount of the contract shall be varied for bitumen and will be worked out as per the formula given below-

Adjustment for component of bitumenVb = Qb x (BI-BO)

Where:

VB = Variation in cost of bitumen i.e. increase of decrease in the amount in rupees to be paid or recovered.

Qb = Quantity of bitumen used in the work done for the period under consideration worked out on the basis of percentage specified in the job mix formula.

48

Page 49: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Bo = Ex-refinery price of bitumen (basic – cost + excise duty + sales tax) prevailing as on the last stipulated date of submission of tender.

BI = Ex-refinery price of bitumen (base – cost + excise duty + sales tax) for the period under consideration.

The component for adjustment shall be worked out quarterly intervals and shall be with respect to the quantum of work done as per the bills during the three calendar months of the said quarter. The first such payment shall be made at the end of three months after the month (excluding) in which the bitumen price is revised by the refinery and thereafter at every three months interval or part thereof.

The contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary to show the amount of any increase claimed or reduction available and shall allow inspection of the same by a duly authorized representative of the MCD and further shall, at the request of the Engineer-in-Charge furnish verified in such a manner as the Engineer-in-Charge may require any documents so kept and such other information as the Engineer-in-Charge may require.

The contractor shall within a reasonable time of his becoming aware of any alteration in the price of any such material(s) give notice thereof to the Engineer-in-Charge stating that the same is given pursuant to this condition together with all information relating thereof which he may be in position to supply.

8.44 The successful bidder shall provide necessary number of drawings & Design document to the MCD as per the direction of engineer in charge for proof checking. The same shall be got proof checked from any agency or person, appointed by MCD at the cost of contractor. Any changes in design and drawing documents shall be binding upon the bidder and accordingly revised design calculations and good for construction drawings shall be submitted in the desired numbers.

8.45 Time will be essence of the contract.8.46 The contractor will have to work as per programme drawn by

the Engineer-in-Charge. No claim what so ever be entertained in this account.

8.47 The contractor shall take all precautions to avoid all accidents by erecting necessary caution boards, red flags, red lights and providing barriers as directed by Engineer-in-Charge. He shall be responsible to all damage and accidents caused due to negligence on his part. No hindrance shall be caused to the traffic during the execution of work.

8.48 No payment will be made to the contractor for damage caused due to rains or other natural calamities during the execution of work. No claim on this account will be entertained.

8.49 The contractor’s rate shall include the cost of labour material and inclusive of all carriage etc. And inputs involved in the execution of works.

8.50 It may be ensured that intending contractors should have the requisite machinery and also the technical expertise for executing of works.

49

Page 50: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

8.51 Unless otherwise required under the provisions of agreement, the security deposit shall be refunded after completion of dense carpet work on submission of bank guarantee. The requisite bank guarantee shall valid for full period of 5 years of maintenance as mentioned in section 21 of CPWD Works Manual 2007. The contractor shall be responsible for correctness genuineness of all the documents whatsoever submitted by the contractor.

50

Page 51: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION-VIII (A)

Special conditions

1. All scaffolding etc for carrying out rehabilitation work to flyover will be arranged by the contractor.

2. Scheme for carrying out works of rehabilitation works such as providing expansion joints/ W metalled/ RCC crash barrier guniting /grouting shotcreting etc alongwith dimensional sketch will be submitted to MCD in advance, after approval of Engineer in Charge the work will be executed.

3. CRRI report/ recommendations regarding rehabilitation of bridge will be strictly followed which is also part of the contract. The report of CRRI can be seen in the office of E.E (Pr.) Central-II.

4. Inspection of testing of welded joint will be done as per relevant BIS codes and contractor will facilitate testing and inspection. The cost of testing of welded joint from any outside agency will be borne by the contractor; nothing extra will be paid in this regard.

5. Arrangement regarding traffic diversion/barricading if any required will be made by the contractor nothing extra will be paid in this regard.

6. It is possibility that, work on railway portion will be undertaken by the railway deptt, accordingly contract/bill of quantities will be modified if required. The contractor will have no right to claim compensation for the same.

7. General rules & directions, condition of contract, clauses of contract, MCD Safety code, Model Rules, MCD contractor labour regulation etc. given in MCD booklet from page 1 to 86 will be followed which are the part of the contract.

8. The work is to be carried out as per relevant Codes, BIS, IRC, CPWD Specifications, Special Specifications, drawings and/or as directed by the Engineer. The scope of works shall, inter-alia, include the following but not be limited to:

a. Site clearance and dismantling of obstructions etc., before commencement of work as specified or as directed;

b. True and proper setting out and layout of the Works, bench marks and provision of all necessary labour, instruments and appliances in connection therewith as specified or as directed;

c. Carrying out of the work in such a way so that at least one carriage way will remain open to the traffic, always and causing minimum inconvenience to the traffic, in consultation with Traffic police and Engineer.

d. Street lighting works including dismantling of existing arrangements, erection of new poles & fittings, laying of cables for the same from the source and such other arrangements for getting supply from BSES/NDPL as considered necessary.

e. Provision of temporary street lighting, temporary barricading, signal men for control of traffic and maintenance of entire road surface (during period of rehabilitation) to satisfactory level as decided by the Engineer.

All disposable excavated material shall be collected and shall be expeditiously transported for disposal in specified area or at any other landfill sites approved by relevant authorities.

51

Page 52: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

12. Standard Form as mentioned in Schedule `F' consisting of:

a) Various standard clauses with correction up to the date stipulated in Schedule ‘F’ along with annexures thereto.

b) Safety Code.c) Model Rules for the protection of health, sanitary arrangements for

workers employed by MCD or its contractors.d) Contractor’s Labour Regulations.e) List of Acts and omissions for which fines can be imposed

13. The quantities given in bill of quantities is rough approximation, however final quantities will depend on design & drawing approved by Competent Authority. No claim for any compensation in this regard will be considered..14. All the section of NIT i.e section No. I to IX are the part of the contract. 15. Whether crash barrier is to be provided with RCC or W-metal beam will be decided during the execution of work. Decision of Engineer-in-Charge will be final and binding to the contractor. Contractor will submit design for the crash barrier and execution of work will be allowed only after approval from the Competent Authority. Nothing extra will be payable on this account. The rate of RCC crash barrier will be quoted on the basis of 3 cum. C.C & 0.28 tones steel for 10 mtr. Length by the contractor if there is variation in the above quantity in the approved design the rates will be derived accordingly.

52

Page 53: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION-VIII (b)

Special conditions for Dense Carpet Works

1 The tenderer shall have to produce necessary affidavit in evidence to the effect that they own hot mix plant (Computerized) filled with centralized control panel and electronic load sensor along with necessary equipment. It should be preferable of batch mix type and it shall be capable of yielding a mix of proper and uniform quality with thoroughly coated aggregate as per job mix formula before the tender documents is sold to them.

1 (a) The contractor/tenderer shall be allowed to arrange Hot mix from the hot mix plant (Computerized) of repute supplying hot mix in Delhi in case the plant of Hot mix is not owned by the tenderer.

The contractor shall submit list of at least three Hot mix plants of repute along with details of such plants including details and number of paver fitted with electronic sensing device for automatic levelling, tippers, rollers etc. to be deployed indicating name of owner/company, its location, capacity, technical establishment, past experience and text of MOU proposed to be entered between purchaser (the contractor) and supplier (Hot mix producer) along with the Tender documents (Technical Bid) .

Engineer-in-charge shall give approval in writing (subject to drawl of MOU) failing which the contractor shall give list of other Hot mix producers of repute along with required details for approval of Engineer-in-charge. The contractor shall draw the MOU with approved Hot mix producer and submit to Engineer-in-Charge within a week of such approval. The contractor will not be allowed to use Hot mix without completion of above state formalities.

2 The contractor shall have to necessarily deploy paver finisher fitted with electronic sensing device for automatic leveling and profile control with in the specified tolerance and other required machinery including vibratory roller pneumatic roller/tendom roller/static wheeled roller etc. as pr Ministry of Road Transport and Highways (MORT & H) Specification for roads and Bridges work 4th

Revision and in IRC Manual for const. and supervision of Bituminous Works 2001, published by IRC.3 The contractor shall have to mention the details of hot mix plant from where he intends to bring the bituminous mix. The plant including all material to be used in bituminous mix shall be open to inspection by Engineer-in-Charge or his representative, whenever required.4 Nothing extra shall be paid for cartage of bitumen to the site of work.

53

Page 54: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

5 Rolling shall be done as per clause 501.6, 501.7, 504.3.6 and 507.4.9 of (MORT & H ) Specification for Road and Bridge works fourth revision 2001 by using roller as specified therein.6 The paver finisher shall have the following essential features.

a. Loading hoppers and suitable distribution mechanism.b. The machine shall have a hydraulically extendable screed

paid appropriate with requirement.c. The screed shall have tamping and vibrating arrangement

for initial compaction to the layer. It shall have adjustable amplitude and variable frequency.

d. It shall be equipped with necessary control mechanism so as to ensure that the finisher surface is free from surface blemishes.

e. The screed shall have initial heating Agreement.

7 One job mix formula for one year shall be got designed by the contractor from Mpl. Lab and its cost shall be born by the contractor, irrespective of the works undertaken during the said year. One time testing charges for designing job mix formula for Bituminous works shall be deposited in Mpl. Lab as per rates applicable.( Rs. 30,000/- for each item i.e BM/AC. No separate recovery / testing charges shall be deducted from each work executed during the year. The mix shall be designed in accordance with MORTH specification and the contractor shall also follow the instruction contained in (MORT & H ) specification for Road and Bridges works latest Revision strictly and provide all necessary details as specified therein.

The contractor shall have to give an undertaking that the source / quarry of material will remain same during the execution of works in the said one year or part thereof for which the job mix formula has been designed and adopted. Whenever there will be a change in the source / quarry of material the concerned contractor will have to get the job mix formula redesigned a fresh and cost of redesign will be borne by the contractor.

8 Materials:-a. Stone aggregate:-Aggregate shall consist of crushed quartzite stone to be obtained from quarries as approved by Engineer-in-Charge. They shall be clean, strong durable or fairly cubical shape and free from disintegrated piece.b. Stone dust:- This should be obtained from crush hard blue

quartzite stone.

9 Bitumen:- Bitumen / 60/70 binder shall conform to grade and quality as specified in nomenclature of item. Bitumen required of the work shall be purchased/brought at site/plant by the contractor from approved manufacturer and stored properly. The contractor shall be required to submit the following documents.

54

Page 55: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

(i) Photocopy of the invoice in duplicate from the manufacturer as a proof of procurement of fresh bitumen.

(ii) The name of work shall be written by contractor on the photocopy of invoice. This photocopy will be self attested by the contractor certifying that this is true copy of original invoice. This attestation will be done by the contractor in the presence of Engineer-in-Charge or divisional.

(iii) One photocopy of the invoice, self attested by the contractor will be given to Engineer-in-Charge of site and other to divisional or divisional.

Bitumen/60/70 contents:- For the purpose of tendering the contractor shall give his rates only on assumption that the bitumen 60/70 content of BM & AC will be 3.5% and 5.5% by weight of total mix respectively. If the actual quantity of bitumen required to be used, as per job mix formula, is different form the assumed above, necessary adjustment in the cost of bitumen used shall be recovered prevailing market rates per metric tonne of bitumen. However in case the variation of the bitumen is on higher side, payment for extra bitumen 60/70 will be restricted to the extent of the job mix formula only prevailing market rates on the date of closing of bid. No extra payment will be made for the bitumen/60-70 used beyond content of Job Mix formula.

10 The bitumen/60/70 content in bituminous mix shall be checked by conducting the bitumen extraction test confirming to IRC:Sp-11 at regular interval on the completion of work. The actual consumption of bitumen shall be worked out based on such result and M.A.S. Account. The theoretical consumption shall be worked out based on the designed mix formula. The bituminous work of B.M. and A.C. will be acceptable within variation of + 0.3% of the bitumen required as per job mix formula recovery for less use of bitumen upto 0.3% then the theoretical consumption shall be made at the prevailing market rate. The work found executed with bituminous/mix having bitumen/contents lesser than permissible variation of (-)0.3% shall be considered as sub-standard will be dealt accordingly. However, nothing extra shall be paid if the actual consumption so worked out is higher than the theoretical consumption. This is without prejudice to action under other relevant clauses of the agreement.

11 Filler:-Filler shall be hydrated lime confirming to specification and

grade as specified in clause 507.2.4 of MORT&H specification Road and Bridge work Fourth Revision 2001. Filler shall be used 50 kg/MT of mix. If the actual quantity of lime filler required to be used is different from assumed above necessary adjustment in cost of extra/loss lime filler used shall be made @Rs. MT (prevailing

55

Page 56: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

market rate) of lime filler without being effected by clause 10 C & 10 CC of the contract agreement.

12 The temperature of binder ; aggregate and mix at the time of mixing, laying and Rolling shall be as per table 500-5 (Manufacturing & Rolling Temperatures) of MORT&H specification for road and bridge works 2001 IV Revision.

13 Measurement:- Before applying the tack coat, the existing levels of the road surface shall be taken jointly by the Engineer-in-Charge or his representative and contractor at 3 meters intervals both ways or closer as directed by the Engineer-in-Charge. These levels shall be recorded in the level book as well as on the plan and the record shall be signed by the contactor. Levels of the consolidated bituminous coarse shall again be taken and recorded in the level book as well as on plan. The unit for measurement shall be cubic metre for asphaltic concrete and bituminous macadam mix and consolidated quanitity shall be computed on the basis of daily tonnage laid and the field density as well as levels and payment shall be restricted to the lower of the two quantities. The necessary arrangement for taking levels will be made by the contractor at his own cost.

14 The department has the option to cut out cores to determine the , density of carpet laid and necessary arrangement will be made by the contractor at his own including making good the same.

15 Laboratory:-That the contractor shall provide at or near site a laboratory

fully equipped for carrying out the specified test on the materials and on the finished products. A competent staff for carrying out the test shall also be provided by the contractor and the results of the test shall be submitted on completion to the Engineer-in-Charge. The cost of all testing enumerated above shall be borne by the contractor and no extra claim on this account shall be entertained. The department also reserves the right get the bituminous mix and other mix and other materials used in the work tested from the Municipal Laboratory or any other laboratory as decided by the Engineer-in-Charge. The results of such tests will be binding on the contractor.

The contractor shall be responsible for getting at least one sample for every 1000 metric tones of bituminous mix tested from the laboratory of Delhi Municipal Corporation or as required by the Engineer-in-Charge of the work and results of the same would be binding on the contractor.

Other materials like bitumen, stone grit etc. will be got tested from the Municipal Laboratory or CRRI by the firm as and when required by the Engineer-in-Charge of the work and the result of the tests will be binding on the contractor.

56

Page 57: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

16 The cost of all testing shall be borne by the contractor and no extra claim on this account shall be entertained, except in the case when materials

are got tested from Municipal Laboratory in which case the cost of material and the cartage only shall be borne by the contractor.17 The contractor shall be responsible to see that the sub-grade is properly consolidated so as to give uniform and adequate support to the bituminous course for the period of its useful life, if where the base is water bound macadam, otherwise the concrete base should be swept clean.18 It will be binding on the contractor to maintain free of cost these roads for a period of five years where the binder of penetration 60/70 grade binder has been used from the last day of the month in which a particular road is completed and he will also be responsible for rectification of defects if these occurs any during the said period.19 Prior to the commencement of the work, the Engineer-in-Charge and the contractor shall carry out a joint inspection of the existing surface to locate any areas where defective foundation or improperly consolidation branches may have contributed to such failure during the progress of the regarding work, further checked of the adequacy of the foundation by load test trial holes plates, bearing tests etc. shall be made and any defects noted shall be pointed out to the Engineer-in-Charge who will issue instructions for the necessary remedial action to be taken to ensure that a satisfactory foundation is available through out the areas to be resurfaced.20 Weight bridge:-

The contractor shall make arrangement of weight bridge at plant site for weighing the various mixed and will produce the copy of a certificate for accuracy of weight bridge from weight and measure department before start of the work at his own cost. He also at his own cost got the weight bridge checked from above deptt. from time to time as per direction of the Engineer-in-Charge. In addition, Engineer-in-Charge will be free to get the weight of any tipper rechecked at the work site and contractor will not raise any

57

Page 58: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

objection in this regard and cost of the weighting charges will be born by the contractor.21 The field density of leveling course, wearing course shall not be less than 95% of the lab density for leveling course and 98% for the wearing course respectively.22 Quality Assurance:-

The test and their requirement for different type of bituminous construction shall be as per IRC specifications code No. 902 (Quality control for road works) published by MORT&H specifications for Road & Bridge Works 4th revision 2001. One sample of the bitumen shall be got tested from Municipal Laboratory for the quantity required for each 1000 MT or part therof, of the mix.23 The contractor will quota item rate on the base of units mentioned in the schedule.24 The quantities mentioned in the tender schedule of each item can vary on either side at the time of execution of work within the contractual amount with the prior approval of Engineer-in-Charge with technical reasons.

SECTION-VIII (c)

SPECIAL CONDITIONS FOR ROCUREMENTOF CEMENT & STEEL

A) CONDITIONS FOR PROCUREMENT OF CEMENT BY CONTRACTORS

1: The contractor shall procure 43/53 OPC grade ( (confirming to IS : 8112 & IS:12269) ordinary portland cement, as required in the work, from reputed manufacturers of cement, having a production capacity of one million tonnes per annum or more, such as A.C.C. , L& T , J.P. Rewa, Vikram , Shri cement, Birla Jute & Cement Corporation of India, etc., as approved by Ministry of Industry, Government of India and holding licence to use ISI certification mark for their product whose name shall be got approved from Engineer –in-Charge. Supply of cement shall be taken in 50 kg. bags bearing manufacture’s name and ISI marking, samples of cement arranged by contractor shall be taken by the Engineer –in-Charge and got tested in accordance with provisions of relevant BIS codes. In case test results indicate that the cement arranged by contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s of written order from the Engineer –in-Charge to do so.

58

Page 59: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

2: The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer –in- Charge

3.:The cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by the contractor at site of work for which no extra payment shall be made. Double look provision shall be made to the door of the cement godown. The keys of one look shall remain with the Engineer –in-Charge or his authorised representative and the key of the other look shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety, of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer –in-Charge at any time.

4:The contractor shall supply free of charge the cement required for testing. The cost of tests shall be borne by the contractor /Department in the manner indicated below :- 1) By the contractor, If the results show that the cement does not conform to relevant BIS codes.

2) By the Department, If the results show that the cement conforms to relevant BIS codes.

5: The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as for procedure prescribed in clause – 42 of the contract and shall be governed by conditions laid therein.

6: Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permission of the Engineer –in-Charge.

B) CONDITIONS FOR PROCUREMENT OF STEEL BY CONTRACTORS

1: The contractor shall procure steel reinforcement conforming to relevant BIS codes from main producers as approved by the Ministry of Steel. The contractor shall have to obtain and furnish test certificates to the Engineer –in-Charge to respect of all supplies of steel brought by him to the site of work. Sample shall also be taken and got tested by the Engineer –in- Charge as per the provisions in this regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to BIS codes, the same shall stand rejected and shall be removal from the site of work by the contractor at his cost within a week’s time of written from the Engineer –in-Charge to do so.

59

Page 60: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

2: The steel reinforcement shall be brought to the site in bulk supply of 10 tonnes or more or as decided by the Engineer –in-Charge.

3: The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent distortion and corrosion and nothing extra shall be paid on this account. bars of different sizes and length shall be stored separately to facilitate easy counting and checking.

4: For checking of nominal mass, tensile strength, bend test, re-bend test etc. ,specimen of sufficient length shall be cut from each size of the bar at random at frequency of less than that specified below:-

Size of bar For consignment below 100 tonnes

For consignment over 100 tonnes

Under 10 mm dia. One sample for each 25 tonnes or part thereof

One sample for each 40 tonnes or part thereof

10 mm to 16 mm dia One sample for each 35 tonnes or part thereof

One sample for each 45 tonnes or part thereof

Over 16 mm dia One sample for each 45 tonnes or part thereof

One sample for each 50 tonnes or part thereof

5: The contractor shall supply free of charge the steel required for testing. The cost of tests shall be borne by the contractor/ Department in the manner indicated below :-

i) By the contractor, if the results show that then steel does not conform to relevant BIS codes.

ii) By the Department, if the results show that the steel conforms to relevant BIS codes.

6: The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per procedure in clause 42 of the contract and shall be governed by conditions laid therein.

7: Steel brought to site and steel remaining unused shall not be removed from site without the written permission of the Engineer –in Charge.

60

Page 61: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

SECTION-IX

General requirement of Technical Specification in respect of some of the materials

a) SPECIFICATION FOR ANTI CORROSIVE CHEMICAL

Type : Zinc based (minimum 90%) two parts system with epoxy / phenolic / IPNPolymer modified coating suitable for application to ferrous surfaces.

61

Page 62: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Pot life : Shall not be less than 1 hr. at 25 oC -35 oC

Consistency : Brushable / spray to form a continuous formation

Requirements : Shall be applied directly on the prepared surface of ferrous metal to achieve intimate contact with the base metal

Wet film thickness (WFT) : 135 microns (Min)

Dry film thickness (DFT) : 80 microns (Min)

Surface preparation :Wire brushing / buffing wheel / solvent free from chlorides or any suitable means

Curing : 45 minutes.

Source of Anticorrosive chemical : a. “Nito Zinc primer”

M/s. Fosroc Chemicals (India) Pvt. Ltd. b. “IP Net RB”

M/s. Krishna Conchem Products Pvt. Ltd. c. “Colusal MK” + “Colusal 25”

M/s. M C Bauchemie (India) Pvt. Ltd. d. “Friazinc R/Sika Top Armatec 108”

M/s. Sika India Pvt. Ltd. e. “Concresive ZRI”

M/s. MBT India Ltd. or any equivalent

b) SPECIFICATION FOR WELDING OF REINFORCEMENT

Reference : Indian Standard recommendations

IS: 9417 - 1989, Reaffirmed 1994

Type of weld : Lap

Weld length : 2 stretches of 5 times diameter for Lap Weld (total length 10 times diameter)

62

Page 63: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Thickness of Weld : 0.2 times diameter on either face

Electrodes Type : Rutile coated or low Hydrogen type

Dia : 2.5 mm dia min. Grade : 6013 (IOL, Philips

or any equivalent)

Recommended welding machine: 3 phase, rectifier welding equipment from any standard manufacturer

Source : Esab, Adwani

NOTE: i) Overheating of bars shall be avoided during welding for satisfactory results

ii) Electrode shall be preheated to ensure proper fusion

c) SPECIFICATION FOR SHEAR CONNECTORS

Material for connector : Deformed rebar (fe 415) or as specified in the drawing

Diameter of connector : As specified in drawing

Diameter of holes : As specified in drawingto be drilled in concrete

Depth of embedment : As specified in drawing

Cleaning of drilled holes : Air and water jet

Anchoring medium : a. Quick setting polyester resin

anchor grout

b. Ready to use epoxy putty

Setting time : a. Less than 30 minutes in case of polyester resin grout

b. Not more than 24 hours in case of epoxy putty

Suggested commercial

63

Page 64: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

anchoring media : a. “Lokfix L/P/S”M/s. Fosroc Chemicals (India) Pvt. Ltd.

b. Epconnect M/s. Krishna Conchemc. Concresive 1418 M/s. M B T India Ltd.,d. Sika Refix SG/RG M/s. Sika India Pvt. Ltd.,or any equivalent

Recommended : 300 kg min.pull out force

Type of equipment : Electrically operated rotary-cum-for drilling hammering action drilling machine

Recommended drilling : a. Electrix India Ltd.equipment from b. Hitatchi Koki India Ltd.

c. Hilti India Ltd.

d. MICO Bosch Ltd.

or any equivalent

Type of drill bits : Tungstun Carbide

Recommended brand : a. MICO Bosch

b. Hilti India Ltd.or any equivalent

d) SPECIFICATION FOR BONDING EPOXY

Type of epoxy : Epoxy for bonding old and fresh concrete

Softening temperature : 60 C (minimum)

Pot life : 60 minutes (minimum)

Area of coverage : 2 to 2.5 sq.m per Kg (minimum)

Viscosity : Resin - 8,000 to 10,000 cp at room temperature and Hardener - 15,000 to 18,000 cp at room temperature.

Products available : 1. ‘Nitobond - EP

M/s. Fosroc Chemicals (India) Ltd. Bangalore 2. ‘Epibond’ from

M/s. Krishna Conchem Products Pvt. Ltd.

64

Page 65: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Bangalore 3. ‘Mc-Bondaid Plast’

M/s. Mc - Bauchemie (India) Pvt. Ltd.Bangalore.

4. ‘Sikadur – 32’M/s. SIKA Qualcrete Ltd.Bangalore.

or

Any other equivalent

e) POLYMER MODIFIED MORTAR

Type :Structural grade polymer modified mortar

Material requirement :a. Ready to use / prepared at site polymermodified cementatious powder

b. Polymer liquidc. Water conforming to IS: 456 –

2000d. Acrylic bonding agent e. Polypropylene Fibers

Mix proportion : Mortar shall prepared be as per manufacturers recommendations with125g of polypropylene fibers per 50 kg of dry mortar.

Consistency : Trowel able consistency

Surface preparation : Identified concrete surface shall thoroughly roughened by chipping, sand blasting (if found necessary), followed by water jet cleaning

Bonding agent : Surface shall be primed with acrylic bonding agent prior to application of mortar or as per the manufacturer’s recommendation

Recommended thickness :Not more than 12 mm per layer

Flexural strength : Not less than 4.5 N/mm2

Compressive strength : Not less than 15 N/mm2 for 7 days Not less than 25 N/mm2 for 28 days

65

Page 66: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Recommended prepared : a. “Renderoc S2” (Ready to use)polymer modified mortar M/s Fosroc Chemicals (India) Pvt Ltd

b. “Monobond”M/s Krishna Conchem Pvt Ltd

c. “Roff bond repair” (Ready to use)

M/s. Roffe Projects Services Pvt. Ltd.d. “Sika Top 121” (Ready to use)

M/s. Sika India Pvt. Ltd.e. “Emaco S 88 CT”

M/s. MBT India Ltd., or any equivalent

f) SPECIFICATION FOR EPOXY MORTAR

Type of mortar : Pre-pack ready to use epoxy mortar

Hardening period : 24 hrs max.

Strength requirement : 40 N/mm 2 Min. at 28 days

Source of Epoxy Mortar : a. “Nitomortar S” M/s. Fosroc Chemicls (India) Pvt. Ltd

b. “Sikadur 41” M/s. Sika India Pvt. Ltd.

c. “Rofflor top HD” M/s. Roffe Products Services Pvt. Ltd.

d. “KP 350 / HP 350 ” M/s. Krishna Conchem Products P Ltd.,

e. “Concresive 2200” M/s. MBT India Ltd.,

or any equivalent

g) SPECIFICATION FOR ANTI-CARBONATION COATING

Type : Durable and protective coating applicable on concrete surface.

Consistancy : Brushable to form a continuous coat formation

66

Page 67: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

Surface preparation:Surface should free from oil, latence, dust etc. cleaned by wire brushing / water jet / sand blasting.

Pot life : 30 to 60 minutes Service condition : i) Shall resist carbon dioxide, chloride and

sulphate ion penetration.

ii) Allow water vapour to escape from structure

iii) Shall not degrade but remain stable when exposed to U-V radiation and weathering

iv) Shall be non - toxic and food grade v) Coating shall be flexible and possess crack

accommodating capacity. Curing : As per manufacturer’s specification.

Available Sources : a. Monopol 456 M/s. Krishna Conchem Products Pvt. Ltd.,b. Sikagard 550 W

M/s Sika India Pvt. Ltdc. Colour Flex

M/s M c Bouchime Pvt. Ltd.,d. Delegand S

M/s Fosroc Chemicals Pvt. Ltd.,e. Masterseal 380 / 381

M/s M B T India Ltd

h) SPECIFICATION FOR PRESSURE GROUTING

Type of grout : Neat cement slurry mixed with plasticized expanding grout

Suggested equipment :Diesel Engine/ Electrically operated/ hand operated pressure grout pump

Operating pressure : About 6 to 8 kg/cm2

Available sources : a. “Cebex - 100” M/s. Fosroc Chemicals (India) Pvt. Ltd. b. “Intraplast N 200”

M/s. Sika India Pvt. Ltd.c. “MC-Einpresshilfe EH”

M/s. M C - Bauchemie (India) Pvt. Ltd.d. “Roff grout mix” grout ready to use M/s. Roffe Projects Services Pvt. Ltd.

67

Page 68: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

e. “Epco 5040”M/s. Krishna Conchem Products Pvt. Ltd.

f. “Flow Cable 20”M/s. MBT (India) Ltd.,

or any equivalent

Dosage of Admixture : As per manufacturer’s specification

Recommended : Grout pump from equipment

1. M/s. Surfex India Ltd.Jodhpur

2. M/s. Ashok Engineering Co.Calcutta.

3. M/s. Killics India Ltd.Mumbai

or any equivalent

i) SPECIFICATION FOR EPOXY GROUTING

Reference : ASTM - 881 - 87Type I, Grade I, Class B or C.

Type of Epoxy : Low viscosity solvent free prepacked resin and hardener, free flow epoxy system after mixing.

Viscosity : Mix viscosity 800 mPas maximum at 25 C.

Pot life : Not less than 45 minutes

Compressive strength after7 days curing at 25 C : Not less than 75 N/Sq.mm

Injection equipment : Compressed air driven injection pump with suitable syringe system, fitted with suitable pressure gauge.

Operating pressure : 3 – 4 Kg/Sq.cm

Available sources :M/s. Fosroc Chemicals (India) Ltd.M/s. Sika Qualcrete Pvt. Ltd.

68

Page 69: Name of Work: Rehabilitation of Bhisham Pitamah …engineering.mcdetenders.com/tnduploads/engg/tndheader/... · Web viewAs Per IRC specification, MORT&H specification revision-IV,

M/s. Krishna Conchem Products Pvt LtdM/s. MBT (India) Ltd.M/s. Dr. Beck & Co. Pvt. Ltd

1. For the items not covered in the technical specifications given above, the following will be referred

Latest Specifications for Roads and Bridge Works, published by IRC/MORTH New Delhi

CPWD specifications

Bureau of Indian Standards ( BIS )

2. In case of items not covered by technical specification/IRC/CPWD/BIS code specifications, the decision of the Engineer based on sound engineering practice shall be binding on the contractor

CE-VII SE-VII

EE(Pr.)Central-II AE JE

69