Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
Thane Smart City Limited
(2018‐2019)
Name of Work : Designing and Construction of Cantilever
Footpath and Widening of Shivaji Path along
Masunda Lake.
1
Sign of Contractor No of corrections CTO
INDEX
II. Instructions to Bidder & Complete Bidding Document 08 38
for Civil Works
2
Sign of Contractor No of corrections CTO
List of Abbreviation
TSCL Thane Smart City Limited
CEO Chief Executive Officer
CTO Chief Technical Officer
MORTH Ministry of Road Transport and Highways
RAP Rehabilitation Action Plan
RIP Rehabilitation Implementation Plan
R&R Resettlement and Rehabilitation
CEMP Community Environmental Management Plan
CEA Consolidated Environmental Assessment
ROW Right of Way
PROW Proposed Right of Way
O&M Operation and Maintenance
MOEF Ministry of Environment and Forest
MPCB Maharashtra Pollution Control Board
GAD General Arrangement of Drawing
PCC Plain Cement Concrete
RCC Reinforced Cement Concrete
WBM Water Bound Macadam
WSEL Wedge Shear Element Layer
PQC Pavement Quality Concrete
DLCC Dry Lean Cement Concrete
SS Stainless Steel
3
Sign of Contractor No of corrections CTO
Chapter ‐I
INVITATIONS FOR BIDS (IFB)
4
Sign of Contractor No of corrections CTO
þeCes ceneveiejHeeefuekeÀe,þeCes
efveefJeoe met®evee
þeCes mceeì& efmeìer efueefceìs[ ceeHeÀ&le ’ceemegboe leueeJeeme efMeJeepeer HeLe ueiele jmlee ©boerkeÀjCe keÀjCes Je ke@ÀvìerefueJnj
HeoHeLee®es meefJemlej mebkeÀuHeef®e$eemen yeebOekeÀece keÀjCes “ ®es SkeÀe keÀeceemeeþer Dee@veueeF&ve efveefJeoe ceeieefJeC³eele ³esle Deens.meefJemlej
efveefJeoe meg®evee Je efveefJeoe ÒeHe$e mebkesÀlemLeU https://mahatenders.gov.in ³esLes efoveebkeÀ 07/07/2018 les efoveebkeÀ
07/08/2018 He³e¥le mee³ebkeÀeUer jespeer 16.00 JeepesHe³e¥le GHeueyOe Deens.Dee@veueeF&ve efveefJeoe mebkesÀlemLeU
https://mahatenders.gov.in ³esLes efoveebkeÀ 07/08/2018 jespeer 16.00 JeepesHe³e¥le eqmJekeÀejC³eele ³esleerue Je Meke̳e
Peeu³eeme efoveebkeÀ 10/08/2018 jespeer 16.30 Jeepelee efveefJeoekeÀej DeLeJee l³eeb®es ÒeefleefveOeermece#e GIe[C³eele ³esleerue.
TENDER NOTICE
On‐line tender for one work of “Designing and Construction of Cantilever Footpath and
Widening of Shivaji Path along Masunda Lake.”is invited by Thane Smart City Limited,Thane.The
detailed Tender Document with Terms and Conditions will be available on website,
https://mahatenders.gov.in from date 07/07/2018 to 07/08/2018 upto 16.00 hrs. Online tenders
shall be received on website, https://mahatenders.gov.in upto 16.00 hrs.on 07/08/2018 and will be
opened on 10/08/2018 at 16.30 Hours if possible in the presence of the willing contractors or their
representatives.
5
Sign of Contractor No of corrections CTO
THANE SMART CITY LIMITED ,THANE
SMART CITY PROJECT
TENDER NOTICE NO : TMC/PRO/Smart City /343/2018‐19 Date:‐ 6 th July 2018
Name of work : Designing and Construction of Cantilever
Footpath and Widening of Shivaji Path along
Masunda Lake.
Period of download of bidding : From date. 07/07/2018 to date 07/08/2018 upto
document online 16.00 hrs.
Time and date of pre‐bid conference : Pre‐bid meeting will be held on date 16/07/2018
at 11.30 hrs in the office of CTO/City
Engineer,Thane Smart City Limited, 3rd floor,
Thane Municipal Corporation, Thane, Gen.
Arunkumar Vaidya Marg, Panchpakhadi, Thane
(West).
Date & time of submission of bid : Till Date 07/08/2018 upto 16.00 hrs. hrs in the
security and cost of tender fee office of CTO/City Engineer,Thane Smart City
document in original Limited, 3rd floor, Thane Municipal Corporation,
Thane, Gen. Arunkumar Vaidya Marg,
Panchpakhadi, Thane (West).
Time, date of opening technical bids : Date 10/08/2018 at 16.30 Hrs if possible
Time, date of opening financial bids : Will be announced later, After completion of
Technical bids scrutiny.
E ‐mail address for clarification of : tmcbridges2000@gmail.com.
bids
6
Sign of Contractor No of corrections CTO
Thane Smart City Limited, THANE
The City Engineer/CTO, Thane Smart City Limited, Thane invites bids for the construction of works
detailed in the table. The bidders may submit bids for the following work.
Work Name of Work Approximate Bid Security Cost of Period of
1 2 3 4 5 6
1. Tender form, conditions of contract, specifications and contract drawing can be downloaded
from https://mahatenders.gov.in from date 07/07/2018 to date 07/08/2018 up to 16.00
Hrs after a non –refundable payment of tender document fee of Rs 3540 /‐ (Rupees Three
Thousand Five Hundred Forty Only) including GST, at the time of download of the Tender.
2. The Proposals must be submitted online at the e – tender portal of the Public Works
Department, Thane Municipal Corporation, Thane i.e. www.mahatenders.gov.in on or
before date 07/08/2018 up to 16.00 Hrs.
3. Before submitting the proposal, the bidders shall mandatorily register and enlist themselves
(the firm and all key personnel), on www.mahatenders.gov.in. Further, the bidders shall
follow the operating procedure as may be prescribed on the said website.
4. Contractor against those penal action of deregistration has been taken / initiated by any
Govt./ semi govt. organization / Public sector undertakings and corporations / ULB, etc will
not be allowed to participated in this tender .Also bidder shall submit duly filled forms and
Affidavit as enclosed in chapter XII
7
Sign of Contractor No of corrections CTO
.
CHAPTER –II
INSTRUCTIONS TO BIDDER AND
COMPLETE BIDDING DOCUMENT
FOR CIVIL WORKS
8
Sign of Contractor No of corrections CTO
CHAPTER II – INSTRUCTIONS TO BIDDERS (ITB)
Table of Clause
A. GENERAL ....................................................................................................................................... 11
1. Scope of Bid .......................................................................................................................... 11
2. Sources of Funds ................................................................................................................... 11
3. Eligible Bidders ...................................................................................................................... 11
4. Qualification of the Bidder .................................................................................................... 12
5 One Bid per Bidder ................................................................................................................ 17
6 Cost of Bidding ...................................................................................................................... 17
7 Site Visit ................................................................................................................................. 17
B. BIDDING DOCUMENTS .................................................................................................................. 18
8 Content of Bidding Documents ............................................................................................. 18
9 Clarification of Bidding Documents ...................................................................................... 18
10 Amendment of Bidding Documents ...................................................................................... 19
C. PREPARATION OF BIDS .................................................................................................................. 19
11 Language of the Bid .............................................................................................................. 19
12 Documents Comprising the Bid ............................................................................................ 19
13 Bid Prices. .............................................................................................................................. 20
14 Currencies of Bid and Payment ............................................................................................. 21
15 Bid Validity ............................................................................................................................ 21
16 Bid Security ........................................................................................................................... 22
17 Deleted .................................................................................................................................. 23
18 Format and Signing of Bid ..................................................................................................... 23
D. SUBMISSION OF BIDS .................................................................................................................... 24
20 Deadline for Submission of the Bids ..................................................................................... 25
21 Late Bids ................................................................................................................................ 25
22 Modification and Withdrawal of Bids ................................................................................... 25
E. BID OPENING AND EVALUATION .................................................................................................. 26
23 Bid Opening ........................................................................................................................... 26
24 Process to be Confidential .................................................................................................... 27
25 Clarification of Financial Bids ................................................................................................ 27
26 Examination of Bids and Determination of Responsiveness ................................................ 27
27 Correction of Errors .............................................................................................................. 27
9
Sign of Contractor No of corrections CTO
28 Deleted .................................................................................................................................. 28
29 Evaluation and Comparison of Financial Bids ....................................................................... 28
30 Deleted .................................................................................................................................. 29
F. AWARD OF CONTRACT .................................................................................................................. 29
31 Award Criteria ....................................................................................................................... 29
32 Employer's Right to Accept any Bid and to Reject any or all Bids ......................................... 29
33 Notification of Award and Signing of Agreement ................................................................. 29
34 Performance Security and Additional Performance Security (APS) .................................... 29
35 Deleted .................................................................................................................................. 31
36 Dispute Review Expert .......................................................................................................... 31
38 Corrupt or Fraudulent Practices............................................................................................ 33
10
Sign of Contractor No of corrections CTO
A. GENERAL
1. Scope of Bid
The Employer Thane Smart City Limited, Thane invites bids for the work of Designing and
Construction of Cantilever Footpath and Widening of Shivaji Path along Masunda Lake (referred to
as “the works”) detailed in the table given in IFB. The bidders may submit bids for any or all of the
works detailed in the table given in IFB.
1.1. The successful bidder will be expected to complete the works by the intended completion
date specified in the Contract data.
1.2. Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their
derivatives(bidder/tenderer, bid/tender, bidding/tendering etc.) are synonymous.
2. Sources of Funds
2.1. The expenditure on this project will be provide from the budget of Smart City Mission.
3. Eligible Bidders
3.1 This invitation for Bids is open to all bidders. However Participation in this tenders will be
prohibited for those bidders against whom penal action of de‐registration has been taken /
initiated by any Government/ semi government/ public sector under taking /urban local body
/municipal corporation etc.
3.2 All bidders shall provide in Chapter III, Forms of Bid and Qualification Information, a
statement that the Bidder is neither associated, nor has been associated, directly or
indirectly, with the Consultant or any other entity that has prepared the design, specification,
and other documents for the Project or being proposed as Project Manager for the Contract.
A firm that has been engaged by the Employer to provide consulting services for the
preparation of supervision of the works, and any of its affiliates, shall not be eligible to bid.
3.3 (a) Any entity which has been barred by the Central/State Government, or any
entity controlled by it, from participating in any project, shall not be eligible to submit a
Tender.
(b) Any Tenderer shall have neither failed to perform on any contract, as evidenced by
imposition of a penalty by an arbitral or judicial Employer or a judicial pronouncement or
arbitration award against the Tenderers the case may be and as defined in the TDS ,nor has
been expelled from any project or contract by any public entity nor have had any contract
terminated by any public entity for breach by such Tenderer, or any Party constituting the
Tenderer.
(c) Tenderers shall not be under execution of a Bid Securing Declaration or have forfeited
their Bid Security or Earnest Money Deposit in the Republic of India in the past five years. The
tenderer shall submit an Affidavit in this regard in Form Historical Contract Non‐Performance
of Chapter XII.
3.4 Entities owned by state Government or the Government of the Republic of India shall be
eligible only if they can establish that they are legally and financially
11
Sign of Contractor No of corrections CTO
autonomous and operate under commercial law and that they are not dependent agencies
of the Government.
4. Qualification of the Bidder
4.1. All bidders shall provide in Chapter III, Forms of Bid and Qualification Information, a
preliminary description of the proposed work method and schedule, including drawings and
charts, as necessary. The proposed methodology should include program of construction
backed with equipment planning and deployment duly supported with broad calculations and
quality assurance procedures proposed to be adopted justifying their capability of execution
and completion of work as per technical specifications, within stipulated period of
completion.
4.2. All bidders shall include the following information and documents with their bids in Chapter
III.
(a) Scan Copies of original documents defining the constitution or legal status, place of
registration under partnership or companies Act and principal place of business, written
power of attorney of the signatory of the Bid to commit the Bidder;
(b) Total monetary value of construction work performed for each of the last five years;
(c) Experience in works of a similar nature and size for each of the last Seven years and
details of works underway or contractually committed and clients who may be contacted
for further information on those contracts;
(d) Major items of construction equipment proposed to carry out the Contract.
(e) Qualifications and experience of key site management and technical personnel proposed
for contract;
(f) Reports on the financial standing of the Bidder, such as profit and loss statements and
auditor’s reports for the past five years;
(g) Deleted.Not applicable for this works as the costing is less than Rs.5 Crores);
(h) Undertaking that the bidder will be able to invest a minimum cash up to 25% of contract
value of work during implementation of work;
(i) Authority to seek references from the Bidder’s bankers;
(j) Information regarding any litigation, current or during the last five years, in which the
Bidder is involved, the parties concerned and disputed amount;
(k) Deleted
(l) The proposed methodology and program of construction, backed with equipment
planning and deployment, duly supported with broad calculations and quality control
procedures proposed to be adopted, justifying their capability of execution and
completion of the work as per technical specifications within the stipulated period of
completion as per milestones.
12
Sign of Contractor No of corrections CTO
4.3. Bids from Joint ventures are acceptable.
i. In case of JV firm the partnership deed should be irrevocable till the completion of work for
which they have combined and till all the liabilities therefore are liquidated and the share of
the lead partner of the JV should not be less than 50% (Fifty Percent). Maximum 2 (Two)JV
partner is permitted.
ii. The percentage share of the JV partner of the lower share in such a partnership /
combination, should not be more than his limit of the eligibility to quote for works divided by
the estimated cost of the work put to tender (i.e. when such a percentage is applied to the
cost of the work, his share of cost should not exceed his own eligibility limit of tendering for
works).This cluase is applicable to Qualification Criteria as mentioned in Appendix to ITB Sr.
No 2 and 3,for other Qualification Criteria of JV in Sr. No 4 ,5 and 6 of ITB following conditions
to be fulfilled.
Criteria Single Entity Joint Venture
All Partners Each
Combined Partner
Ref.Sr.No.4of ITB:
Satisfactorily Substantially*completed one work
as a prime contractor or as a nominated sub
contractor, where the contract involved items
like piling, M‐30 grade or above structural Any one of
concrete for bridge/Flyover / Pavement Quality Must meet Must meet the partner
Concrete costing not less 3,03,53,400/‐ in last requirements requirements must fulfill
seven years this criteria
Ref.Sr.No.5 of ITB:
Value of successfully completed with
Government /Semi Government /Municipal
Corporation/Public Sector undertaking
/Corporate Companies** works costing not less
than 1,82,12,010/‐. (Here works means Any one of
Construction of walkway /skywalk / FOB / Must meet Must meet the partner
buildings involving glass work for floor/roof/sun requirements requirements must fulfill
roof where live load is considered for design of this criteria
these glass works.)
iii. Registered JV deed should be registered from Registrar of firms, Maharashtra state. It is
necessary to enclose the registration certificate of joint venture firm with the Registrar of the
Firm or the receipt of payment made to Registrar of the Firm on account of fees towards joint
venture firm. In case of J.V. tenderer who had submitted receipts of J.V.at the time of
submission shall furnish the registration certificates of joint venture from the Registrar of the
Partnership Firm Maharashtra State before 1st R.A.Bill. In case of J.V. tenderer outside the
Maharashtra state, Joint Venture registration certificate from the office of Registrar of firm of
other states will be considered.
iv. Tenderer bidding individually or as a member of joint Venture shall not be entitled to submit
another bid either as a member of any joint venture or individually for this bid.
The addresses of registration of firms are as under.
Department of Registrar of firms has 4 offices in Maharashtra situated at Mumbai, Pune,
Nagpur and Aurangabad. The address of offices are as follows.
1) Registrar of firms, Maharashtra State, Mumbai.
New Administrative Building, 6th Floor,
Near Chetna Collage, Govt. Colony,
Bandra(E), Mumbai 400051.
Ph No. 022‐26551149,022‐26551944.
2) Assistant Registrar of firms, Pune.
14
Sign of Contractor No of corrections CTO
Survey No.47/30, Sarswatiparvati Bhavan, 2nd
floor, Behind Lokesh Hotel, Arnyshwar Corner,
Pune Satara Road, Pune 411009
Ph. No. 95250‐24221808
3) Assistant Registrar of firms, Nagpur.
118,oldSachivalay Building,
Civil Lines, Nagpur 440001.
Ph.No.95712‐2530897
4) Assistant Registrar of firms, Aurangabad.
Gadiya Building, House No. 5/1/100,
Near Divisional library Office,
Eknathnagar Road, Usmanpura,
Aurangabad 431005.
Ph.no.952402336798
In case of J.V. tenderer outside the Maharashtra state, Joint Venture registration certificate
from the office of Registrar of firm of other states will be considered.
4.4. A. To qualify for award of the contract, each bidder in its name should have in the last five
years as referred to in Appendix.
a) The Average annual financial turn over amount is Rs.4,55,30,100/‐( Rs. Four Crore Fifty
Five lakh Thirty Thousand One Hundred Only)(75% of contract value)
(b) Satisfactorily Substantially*completed one work as a prime contractor or as a
nominated sub contractor, where the contract involved items like piling, M‐30 grade or
above structural concrete for bridge/Flyover / Pavement Quality Concrete costing not
less 3,03,53,400/‐ in last seven years.
The bidder shall submit the Experience certificate from the officer not below the
rank of Executive Engineer.
(c) Value of successfully completed with Government /Semi Government /Municipal
Corporation/Public Sector undertaking /Corporate Companies** works costing not less
than 1,82,12,010/‐.( Rs One Crore Eighty Two Lakh Twelve Thousand Ten Only) (Here
works means Construction of Walkway/skywalk/FOB/buildings involving glass work for
floor/roof/sun roof where live load is considered for design of these glass works.)
The bidder shall submit the Experience certificate from the officer not below the rank of
Executive Engineer / Authorized officials in case of certificate issued by corporate
company.
15
Sign of Contractor No of corrections CTO
(d) Quantities of work are –
Sr. No. Item Quantity Unit
1 M‐40 PQC grade concrete 81 Cu.m
2 M‐35 grade concrete for pile 136 Cu.m
foundation
3 Toughened Glass work *** 135 Sqm
* Substantially completed means not less than 90% of contract value
** Corporate company shall mean a form of business operation that declares
the business as a separate legal entity guided by a group of officers known
as the board of directors and registered under Companies Act.
If the contractor submits the completion certificate issued by a
corporate company he/she shall have to produce evidence establishing
that the certificate issuing entirely being a corporate company.
*** Toughened Glass work must comply
Glass flooring / Glass roofing/sun roof of structure where live load is
considered for design of glass roof.
B. Each bidder should further demonstrate:
(a) availability (either owned or leased) of the following key and critical equipment for this
work: As per Annexure A
The bidders should, however, undertake their own studies and furnish with their bid, a
detailed construction planning and methodology supported with layout and necessary
drawings and calculations (detailed) as stated in clause 4.1 above to allow the employer to
review their proposals. The numbers, types and capacities of each plant/equipment shall be
shown in the proposals along with the cycle time for each operation for the given production
capacity to match the requirements.
(b) Availability for this work of personnel with adequate experience as required; as per
Annexure‐B on Pg.No.38.
(c) Deleted. above Rs.1.50 Crores)
4.5 Sub‐contractors' experience and resources shall not 'be taken into account in determining the
bidder's compliance with the qualifying criteria except to the extent stated in 4.4 above.
16
Sign of Contractor No of corrections CTO
4.6 Bidders who meet the minimum qualification criteria will be qualified only if their available
bid capacity is more than the total bid value. The available bid capacity will be calculated as
under:
Assessed Available Bid capacity = (A*N*2 ‐ B)
where
A = Maximum value of civil engineering works executed in anyone year during the last five
years (updated to the price level of the year indicated in Appendix) taking into account
the completed as well as works in progress.
N = Number of years prescribed for completion of the works for which bids are invited.
B = Value (updated to the price level of the year indicated in Appendix) of existing
commitments and on‐going works to be completed during the period of completion of
the works for which bids are invited.
Abbreviation: The statements showing the value of existing commitments and on‐going
works as well as the stipulated period of completion remaining for each of the works listed
should be countersigned by the Engineer in charge, not below the rank of an Executive
Engineer or equivalent.
4.7 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified
if they have:
i. made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or
ii. record of poor performance such as abandoning the works, not properly completing the
contract, in ordinate delays in completion, litigation history, or financial failures etc.;
and/or
iii. Deleted.
iv. Any entity which has been barred by the Central / State Govt., or any entity controlled by
it, from participating in any project shall not be eligible to submit a tender.
5 One Bid per Bidder
5.1. Each bidder shall submit only one bid for one work. A bidder who submits or participates in
more than one Bid (other than as a subcontractor or in cases of alternatives that have been
permitted or requested) will cause all the proposals with the Bidder's participation to be
disqualified.
6 Cost of Bidding
6.1. The bidder shall bear all costs associated with the preparation and submission of his Bid, and
the Employer will in no case be responsible and liable for those costs.
7 Site Visit
The Bidder, at the Bidder's own responsibility and risk is advised to visit and examine the Site
of Works and its surroundings and obtain all information that may be necessary for preparing
the Bid and entering into a contract for construction of the Works including social and
17
Sign of Contractor No of corrections CTO
environment issues. The costs of visiting the Site any other expenses related to bidding
process shall be at the Bidder's own expense
B. BIDDING DOCUMENTS
8 Content of Bidding Documents
8.1. The set of bidding documents comprises the documents listed below and addendum issued in
accordance with Clause 10.
Chapter Particulars Volume No.
1 Invitation for Bids I
2 Instruction to Bidders
3 Qualification information and other
forms
4 General Conditions of Contract
5 Special Conditions of Contract
6 Contract Data
7 General Description II
8 Work /Technical Specification
9 Design Criteria
8.2. One copy of each of the volumes I, II, III and IV will be issued to the bidder. Documents to be
furnished by the bidder in compliance to Chapter III will be prepared by him and furnished as
Volume‐V in two parts (refer clause 12).
8.3. The bidder is expected to examine carefully all instructions, conditions of contract, contract
data, forms, terms, and technical specifications, bill of quantities, forms, Annexes and
drawings in the Bid Document. Failure to comply with the requirements of Bid Documents
shall be at the bidder's own risk. Pursuant to clause 26 hereof, bids which are not
substantially responsive to the requirements of the Bid Documents shall be rejected.
9 Clarification of Bidding Documents
9.1. A prospective bidder requiring any clarification of the bidding documents may notify the
Employer in writing or by email at the Employer’s address indicated in the invitation to bid
before the date and time of the pre‐bid meeting specified in the Tender Schedule. The
Employer will respond to any request for clarification which he received, earlier than 3 days
prior to the Bid due date. Copies of the Employer's response will be uploaded in “edit
18
Sign of Contractor No of corrections CTO
attachment option” of concern tender on e‐tendering portal and viewable to all tenderer,
including a description of the enquiry but without identifying its source.
9.2. Pre‐bid meeting
9.2.1 The bidder or his official representative is invited to attend a pre‐bid meeting which will take
place at the address, venue, time and date as indicated in IFB
9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that
may be raised at that stage.
9.2.3 The bidder is requested to submit any questions in writing or by e‐mail to reach the Employer
well before the date & time of the pre‐bid meeting.
9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the
source of enquiry) and the responses given will be transmitted by uploading on e‐tender portal
without delay for information to all intended bidder. Any modifications of the bidding
documents listed in sub clause 8.1 which may become necessary as a result of the pre‐bid
meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant
to clause 10 and not through the minutes of the pre‐bid meeting.
9.2.5 Non‐attendance at the pre‐bid meeting will not be a cause for disqualification of a bidder.
10 Amendment of Bidding Documents
10.1. Before the deadline for submission of bids, the Employer may modify the bidding documents
by issuing addenda.
10.2. Any addendum thus issued shall be part of the bidding documents and will be uploaded on E‐
tender portal without delay for information to all intended bidder. It will be responsibility of
bidders to be updated by visiting E‐portal .
10.3. To give prospective bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer may, at his discretion, extend as necessary the deadline for
submission of bids, in accordance with Sub‐Clause 20.2 below.
C. PREPARATION OF BIDS
11 Language of the Bid
11.1. All documents relating to the bid shall be in the English language.
12 Documents Comprising the Bid
12.1. The bid to be submitted by the bidder as Volume V of the bid document (refer Clause 8.1)
shall be in two separate parts:
Part I shall be named "Technical Bid" and shall comprise
(i) Bid Security in the form specified in Chapter XII
(ii) Qualification Information and supporting documents as specified in Chapter III.
(iii) Certificates, undertakings, affidavits as specified in Chapter XII.
(iv) Any other information pursuant to Clause 4.2 of these instructions.
19
Sign of Contractor No of corrections CTO
(v) Undertaking that the bid shall remain valid for the period specified in Clause 15.1.
(vi)Affidavit as per Chapter XII
(vi) Acceptance / non‐acceptance of Dispute Review Expert proposed in Clause 36.1.
Part II shall be named "Financial Bid" and shall comprise
(i) Lump sum offer as per form C in Chapter X.
(ii) Payment Schedule and Variation Schedule as per Chapter XI.
12.2. The bidder shall prepare two copies of the bid and shall upload on E‐portal .
12.3. Following documents, which are not submitted with the bid, will be deemed to be part of the
bid.
2 Instruction to Bidders
3 Conditions of Contract
4 General Conditions of Contract
5 Special Conditions of Contract
6 Contract Data
7 Specifications Volume II
8 Drawings Volume IV
13 Bid Prices.
13.1. The contract shall be for the whole works as described in Sub‐Clause 1.1, based on the Lump
Sum Offer submitted by the Bidder.
13.2. Deleted
13.3. All duties, taxes and other levies payable by the contractor under the contract, or for any
other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder
should be excluding GST.
13.4. The rates and prices quoted by the bidder are subject to adjustment during the performance
of the Contract in accordance with the provisions of Clause 47 of the Conditions of Contract
(For contracts more than 12 months period).
13.5. Bidder shall quote the tender rates considering the cost required for carry out Total Station
survey, level survey, preparation of plane table drawing, Soil investigation, Detailed design,
Locating underground utilities infringing the proposed work and any work pertaining to this
activity. The proof checking of designs submitted by contractor shall be carried out by VJTI
Matunga/IIT Bombay and the payment for same shall be done by TSCL.
13.6. Bidder shall quote the tender rates considering the cost required for Computer Facility :
20
Sign of Contractor No of corrections CTO
The contractor shall provide wi fi H.P. desk jet GT 5820 or equivalent wi fi ink tank printer of
latest configuration at work site within 7 days of issue of work order for the use of TSCL
representative throughout the construction period. Any maintenance and payment of
necessary charges required during contract period shall be responsibility of contractor at no
extra cost.
Site Office and Laboratory for the Departmental Staff
13.7. On receipt of the work order the contractor will have to erect readymade site chowky in form
of porta cabin/ container cabin. Before erecting the chowky and laboratory he shall have to
obtain permission from the concern department. If the site chowky proposed by the
contractor will not be comfortable then Engineer‐in‐charge may instruct to get another
suitable site. The portable cabin/ container cabin shall preferably admeasure 10.0 x 2.5 m
subject to availability of space with 2 doors and proper ventilation. It should have toilet
facility. This chowky should be exclusively for use of smart city staff only and should be
installed before commencement of work. The chowky shall be equipped with electric supply,
fans, Air conditioner, sufficient tables, chairs, water filter and cupboard with locking
arrangement, Computer/Laptop with Internet Connection, office boy, etc. No separate
payment will be made for providing the chowky and ancillary items mentioned above. The
site chowky and laboratory will have to be removed from the site, leaving the site clear of all
materials within the period of 7 days from the date of completion of work. In case of failure
to do so the chowky will be demolished without any intimation to the contractor on the risk
and cost and no request for compensation will be entertained.
13.8. Deleted
14 Currencies of Bid and Payment
14.1. The unit rates and the Prices shall be quoted by the bidder entirely in Indian Rupees. All
payment shall be made in Indian Rupees.
15 Bid Validity
15.1. Bids shall remain valid for a period not less than 120 days after the deadline date for bid
submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the
Employer as non‐responsive. In case of discrepancy in bid validity period between that given
in the undertaking pursuant to Clause 12.1 (v) and the Form of Bid submitted by the bidder,
the latter shall be deemed to stand corrected in accordance with the former and the bidder
has to provide for any additional security that is required.
15.2. In exceptional circumstances, prior to expiry of the original time limit, the Employer may
request that the bidders may extend the period of validity for a specified additional period.
The request and the bidders' responses shall be made in writing or by cable. A bidder may
refuse the request without forfeiting his bid security. A bidder agreeing to the request will not
be required or permitted to modify his bid except as provided in 15.3 hereinafter, but will be
required to extend the validity of his bid security for a period of the extension, and in
compliance with Clause 16 in all respects.
15.3. Deleted
21
Sign of Contractor No of corrections CTO
15.4. Deleted
16 Bid Security/Earnest Money deposit (EMD)
16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column
4 of the table of IFB for this particular work. This bid security shall be in favor of Employer
as named in Appendix to ITB
The amount of Earnest Money is Rs.3,05,000/‐ (Rs. Three Lakh Five Thousand Only) and the
amount of tender form fee including GST is Rs. 3540/‐ (Rs. Three Thousand Five Hundred
forty Only) and shall be payable through Net‐Banking only.
The bidder has choice to submit the EMD in the form of Bank guarantee/FDR when amount
of earnest money is more than Rs one lakh. In such case, the amount of EMD shall be paid in
the form of Bank Guarantee of any nationalized Bank/ Scheduled Bank (In the form
prescribed by the Thane Smart City Limited, Thane On stamp paper worth Rupees as per
Bombay Stamp Act.). The standard format prescribed in Chapter XII. The scan copy for the
same should be uploaded with the tender document along with technical bid.
Earnest money deposit Exemption certificate issued by state government organization shall
not be accepted.
The tenderer shall submit the original copy of bank guarantee/FDR at the time of opening of
the technical bid or may submit at the time of original document verification then only price
bid of the eligible bidders will be opened.
If tenderer fails to submit the original bank guarantee/FDR for EMD, his tender will not be
taken for further evaluation & such bidder may be disqualify from tendering for further works
in Thane Smart City Limited, Thane for the period of one year.
Amount of tender form fee shall be payable through Net‐Banking and the amount for tender
form fee is to be submitted as per e‐ tendering Procedure and online receipt for the same
should be uploaded with the tender document along with technical bid.
Earnest Money in the form of Cheque or any other mode than prescribed above will not be
accepted. If during the tender validity period, the tenderer withdraws his tender, the Earnest
money deposit shall be forfeited and the tenderer may be disqualified from tendering for
further works in the Thane Smart City Limited, Thane for the period of one year.
16.2 Bank guarantees/FDR (and other instruments having fixed validity) issued as surety
for the bid shall be valid for 45 days beyond the validity of the bid.
16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated
in Sub‐Clauses 16.1 and 16.2 above shall be rejected by the Employer as non‐
responsive.
16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of
the bid validity period specified in Sub‐Clause 15.1.
16.5 The Bid Security of the successful bidder will be discharged when the bidder has
signed the
Agreement and furnished the required Performance Security.
22
Sign of Contractor No of corrections CTO
16.6 The Bid Security may be forfeited
(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;
(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or
(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to
(i) sign the Agreement; or
(ii) Furnish the required Performance Security.
16.7 Account Details for All deposits to TSCL including Tender form fee are as follows.
Account Name Thane Smart City Limited E‐ Tendering
Account No 37537341823
Branch Name State Bank of India, Panchpakhadi Branch, Thane
ISFC Code SBIN0011674
SWIFT Code SBININBB236
Branch Code 011674
MICR Code 400002201
17 Deleted
17.1 Bidders shall submit offers that fully comply with the requirements of the bidding
documents, including the conditions of contract (including mobilization advance or
time for completion), basic technical design as indicated in the drawing and
specifications. Conditional offer o alternative offers will not be considered further in
the process of tender evaluation.
18 Format and Signing of Bid
18.1 The Bidder shall prepare one original and one copy of the documents comprising the
bid as described in Clause 12 of these Instructions to Bidders, bound with the volume
containing the "Technical Bid" and "Financial Bid" in separate parts and clearly
marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between
them, the original shall prevail.
18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be
signed by a person or persons duly authorized to sign on behalf of the Bidder,
pursuant to Sub‐ Clauses 4.3.All pages of the bid where entries or amendments have
been made shall be initialed by the person or persons signing the bid.
18.3 The Bid shall contain no alterations or additions, except those to comply with
instructions issued by the Employer, or as necessary to correct errors made by the
bidder, in which case such corrections shall be initialed by the person or persons
signing the bid.
23
Sign of Contractor No of corrections CTO
D. SUBMISSION OF BIDS
19 TECHNICAL BID (Submitted as per E‐Tendering procedure)
Bidder shall submit his bid On‐Line as per E‐Tendering procedure on
http//mahatenders.gov.in. Also Bidder shall submit sealed one hard copy of document
uploaded in Technical Bid within Three working days after opening of Technical Bid. In case of
non submission of hard copy of bid, online bid will be consider for further process. The bidder
shall submit the following documents in Envelope‐1 on‐line.
19.1 Earnest money deposits 3,05,000/‐ (Rs. Three Lakh Five Thousand Only)and tender document
fees of Rs. 3540/‐ (Rs Three Thousand Five Hundred Forty Only)along with the tender
should be deposited on‐line as per E‐tendering procedure and receipt shall upload in
Technical bid.
Scanned copy of bank Guarantee for EMD/FDR for EMD paid in the form of BG/FDR
19.2 Scanned copy of completion certificate of similar type of work as mentioned in Appendix to
ITB ,Pg No.34
19.3 Scanned copy of certificate showing the executed quantities of major item as mentioned in
Appendix to ITB, Pg No.34
19.4 Scanned copy of completion certificate of similar type of work as mentioned in Appendix to
ITB, Pg No.34
19.5 Scanned copy of certificate of maximum annual turnover certified by Chartered Accountant
as mentioned in Appendix to ITB.Pg.No.34
19.6 Scanned copy of certificate of Bid Capacity certified by Chartered Accountant.
19.7 In case of JV firm, enclose the Scanned copy of registration certificate of joint venture firm
with the Registrar of the Firm or the receipt of payment made to Registrar of the Firm on
account of fees towards joint venture firm .
And
Enclose the Scanned copy of joint venture form In case of the lowest Joint Venture; bidder
(L1) shall submit the registration certificates of joint venture from the Registrar of the
Partnership Firm Maharashtra State before 1st R.A. Bill.
19.8 Deleted.
19.9 Scanned copy of documents showing the ownership / Hiring of of Vibratory soil compactor
road roller .
19.10 Deleted.
19.11 Scanned copy of showing details of other works Tendered for and in hand with value of
unfinished works on the date of submission of this Tender with supporting document
19.12 List of Machinery and Plants in posession with the bidder individually with list of plant and
machinery bidder processes to use for this work & in how much time same could be shifted
to work site, Contractor should state, the present status & use of machinery. If on verification
24
Sign of Contractor No of corrections CTO
by TSCL it is found that machinery is not adequate, TSCL shall reject the said tender & not
take for further evaluation. In case bidder desires to use machinery hired from elsewhere
same should be notified undertaking agreement to be submitted mentioning in how much
time, machinery could be made available and where is the machinery presently under use. To
this TSCL shall assess about the availability if found information is not correct the said tender
will not be taken for further evaluation. In case hired machinery fail at the execution stage
what are the alternative arrangement proposed, this should be supported firm document.
TSCL if necessary may call original document for verification.
19.13 Scanned copy of showing details of Technical Personnel on the Rolls of the bidder to be
appointed on the work with supporting document.
19.14 Scanned copy of Bar chart showing execution of work and deployment of Manpower &
Machinery for this tender work.
19.15 Scanned copy of Affidavit as per format given in Chapter III.
19.16 Scanned copy of undertaking as per format given in Chapter III, and Chapter XII.
19.17 Scanned copy of declaration.
19.18 Scanned copy of bank certificate/bank solvency showing availability of credit facilities
19. 19 Price‐Bid Documents submitted as per E‐Tendering Procedure:
The bidder should quote his offer on Lump Sum basis (in 'C' Form) as appropriate place,online
on website https://mahatenders.gov.in. Hard copy of price bid shall not be
accept ed.
All the bidder should produce original documents for verifications of online submitted
documents at the time of opening of the technical bid or within 3 days from the opening of
technical bid, then only price bid of the eligible bidders will be opened.
20 Deadline for Submission of the Bids
20.1 Complete Bids (including Technical and Financial) must be upload on web site
http//:mahtenders.gov.in not later than the date indicated in appendix.
20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in
accordance with Clause 10, in which case all rights and obligations of the Employer and the
bidders previously subject to the original deadline will then be subject to the new deadline .For
any extensions the bidder shall have to check online on website
https://mahat enders.gov.in.
21 Late Bids
Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned
unopened to the bidder.
22 Modification and Withdrawal of Bids
22.1 Bidders may modify or withdraw their bids online before the dead line prescribed in Clause 20 or
pursuant to Clause 23.
25
Sign of Contractor No of corrections CTO
22.2 No bid may be modified after the deadline for submission of Bids except if pursuance of
Clause23.
22.3 Withdrawal or modification of a Bid between the deadline for submission 0f bids and the
expiration of the original period of bid validity specified in Clause 15.1 above or as extended
pursuant to Clause 15.2 may result in the forfeiture of the Bid security pursuant to Clause 16.
E. BID OPENING AND EVALUATION
23 Bid Opening
23.1 The Employer will open all the Bids received on E‐portal in the presence of the Bidders or their
representatives who choose to attend at time, date and the place specified in Appendix in the
manner specified in Clause 20 and23.3. In the event of the specified date of Bid opening being
declared a holiday for the Employer, the Bids will be opened at the appointed time and location
on the next working day.
23.2 The envelope containing "Technical Bid" shall be opened. The amount, form and validity of the
bid security furnished with each bid will be announced. If the bid security furnished does not
conform to the amount and validity period as specified in the Invitation for Bid (ref. Column 4 and
paragraph 3), and has not been furnished in the form specified in Clause 16, the remaining
technical bid and financial bid will be not be open.
23.3 (i) Subject to confirmation of the bid security by the issuing Bank, the bids accompanied with
valid bid security will be taken up for evaluation with respect to the Qualification Information and
other information furnished in Part I of the bid pursuant to Clause 12.1.
(ii) After receipt of confirmation of the bid security, the bidder will be asked in writing (usually
within 10 days of opening of the Technical Bid) to clarify or modify his technical bid, if necessary,
with respect to any rectifiable defects.
(iii) The bidders will respond in not more than 7 days of issue of the clarification letter, which will
also indicate the date, time and venue of opening of the Financial Bid (usually on the 21st day of
opening of the Technical Bid)
(iv) Immediately (usually within 3 or 4 days), on receipt of these clarifications the Evaluation
Committee will finalize the list of responsive bidders whose financial bids are eligible for
consideration.
23.4 At the time of opening of "Financial Bid", the names of the bidders were found responsive in
accordance with Clause 23.4(iv) will be announced. The bids of only these bidders will be opened.
The responsive Bidders' names, the Bid prices, the total amount of each bid, any discounts, Bid
Modifications and withdrawals, and such other details as the Employer may consider appropriate,
will be announced by the Employer at the opening. Any Bid price or discount, which is not read
out and recorded, will not be taken into account in Bid Evaluation.
23.5 In case bids are invited in more than one package, the order for opening of the "Financial Bid"
shall be that in which they appear in the "Invitation For Bid".
23.6 The Employer shall prepare minutes of the Bid opening, including the information disclosed to
those present in accordance with Sub‐Clause 23.6.
26
Sign of Contractor No of corrections CTO
24 Process to be Confidential
Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other
persons not officially concerned with such process until the award to the successful Bidder has
been announced. Any effort by a Bidder to influence the Employer's processing of Bids or award
decisions may result in the rejection of his Bid.
25 Clarification of Financial Bids
25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his
discretion, ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The
request for clarification and the response shall be in writing or by cable, but no change in the
price or substance of the Bid shall be sought, offered, or permitted except as required to
confirm the correction of arithmetic errors discovered by the Employer in the evaluation of
the Bids in accordance with Clause 27.
25.2 Subject to sub‐clause 25.1, no Bidder shall contact the Employer on any matter relating to his
bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes
to bring additional information to the notice of the Employer, it should do so in writing.
25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid
comparison or contract award decisions may result in the rejection of the Bidders' bid.
26 Examination of Bids and Determination of Responsiveness
26.1 During the detailed evaluation of "Technical Bids", the Employer will determine whether each
Bid (a) meets the eligibility criteria defined in Clause 3 and 4; (b) has been properly signed
online (c) is accompanied by the required securities and; (d) is substantially responsive to the
requirements of the Bidding documents. During the detailed evaluation of the "Financial Bid",
the responsiveness of the bids will be further determined with respect to the remaining bid
conditions, i.e., priced bill of quantities, technical specifications, and drawings.
26.2 A substantially responsive "Financial Bid" is one which conforms to all the terms, conditions,
and specifications of the Bidding documents, without material deviation or reservation. A
material deviation or reservation is one (a) which affects in any substantial way the scope,
quality, or performance of the Works; (b) which limits in any substantial way, inconsistent
with the Bidding documents, the Employer's rights or the Bidder's obligations under the
Contract; or (c) whose rectification would affect unfairly the competitive position of other
Bidders presenting substantially responsive Bids.
26.3 If a "Financial Bid" is not substantially responsive, it will be rejected by the Employer, and
may not subsequently be made responsive by correction or withdrawal of the non‐
conforming deviation or reservation.
27 Correction of Errors
27.1 "Financial Bids" determined to be substantially responsive will be checked by the Employer
for any arithmetic errors. Errors will be corrected by the Employer as follows:
27
Sign of Contractor No of corrections CTO
(a) where there is a discrepancy between the rates in figures and in words, the rate in words
will govern; and
(b) Where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
27.2 The amount stated in the "Financial Bid" will be corrected by the Employer in accordance
with the above procedure and the bid amount adjusted with the concurrence of the Bidder in
the following manner:
(a) If the Bid price increases as a result of these corrections, the amount as stated in the bid
will be the 'bid price' and the increase will be treated as rebate;
27.3 If the bid price decreases as a result of the corrections, the decreased amount will be treated
as the 'bid price' such adjusted bid price shall be considered as binding upon the Bidder. If the
Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security
maybe forfeited in accordance with Sub‐Clause 16.6 (b).
28 Deleted
29 Evaluation and Comparison of Financial Bids
29.1 The Employer will evaluate and compare only the Bids determined to be substantially
responsive in accordance with Sub‐Clause 26.2.
29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by
adjusting the Bid Price as follows:
(a) making any correction for errors pursuant to Clause 27; or
(b) making an appropriate adjustments for any other acceptable variations, deviations; and
(c) Making appropriate adjustments to reflect discounts or other price modifications offered
in accordance with Sub‐Clause 23.6.
29.3 The Employer reserves the right to accept or reject any variation or deviation. Variations and
deviations and other factors, which are in excess of the requirements of the Bidding
documents or otherwise result in unsolicited benefits for the Employer, shall not be taken
into account in Bid evaluation.
29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of
Contract, during the period of implementation of the Contract, will not be taken into account
in Bid evaluation.
29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's
estimate of the cost of work to be performed under the contract, the Employer may require
the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to
demonstrate the internal consistency of those prices with the construction methods and
schedule proposed. After evaluation of the price analyses, the Employer may require that the
amount of the performance security set forth in Clause 34 be increased at the expense of the
successful Bidder to a level sufficient to protect the Employer against financial loss in the
event of default of the successful Bidder under the Contract.
28
Sign of Contractor No of corrections CTO
29.6 A bid which contains several items in the Bill of Quantities which are unrealistically priced low
and which cannot be substantiated satisfactorily by the bidder may be rejected as non‐
responsive.
30 Deleted
F. AWARD OF CONTRACT
31 Award Criteria
31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been
determined
(i) to be substantially responsive to the Bidding documents and who has offered the
lowest evaluated Bid Price; and
(ii) To be within the available bid capacity adjusted to account for his bid price which is
evaluated the lowest in any of the packages opened earlier than the one under
consideration.
In no case, the contract shall be awarded to any bidder whose available bid capacity is less
than the evaluated bid price, even if the said bid is the lowest evaluated bid. In such case Hon
Chief Executive Officer, Thane Smart City Limited reserves the right to reject or withheld or
cancels or awards the contract.
32 Employer's Right to Accept any Bid and to Reject any or all Bids
32.1 Not with standing Clause 31, the Employer reserves the right to accept or reject any Bid, and
to cancel the Bidding process and reject all Bids, at any time prior to the award of Contract,
without there by incurring any liability to the affected Bidder or Bidders or any obligation to
inform the affected Bidder or Bidders of the grounds for the Employer's action.
33 Notification of Award and Signing of Agreement
33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior
to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered
letter. This letter (hereinafter and in the Conditions of Contract called the "Letter of
Acceptance") will state the sum that the Employer will pay the Contractor in consideration of
the execution, completion, and maintenance of the Works by the Contractor as prescribed by
the Contract (hereinafter and in the Contract called the "Contract Price").
33.2 The notification of award will constitute the formation of the Contract, subject only to the
furnishing of a performance security in accordance with the provisions of Clause 34.
33.3 The Agreement will incorporate all agreements between the Employer and the successful
Bidder. It will be signed by the Employer and sent to the successful Bidder, within 28 days
following the notification of award along with the Letter of Acceptance. Within 21 days of
receipt, the successful Bidder will sign the Agreement and deliver it to the Employer.
33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will
promptly notify the other Bidders that their Bids have been unsuccessful.
34 Performance Security and Additional Performance Security (APS)
29
Sign of Contractor No of corrections CTO
34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to
the Employer a Performance Security in any of the forms given below for an amount
equivalent to 2% of the Contract price.
1. a bank guarantee in the form given in Chapter XII; or
2. Bank demand Draft as indicated in Appendix.
Plus
Additional security for unbalanced Bids in accordance with Clause29.5 of ITB and Clause
52 of Conditions of Contract.
The tenderer offering rates lower than the estimated cost put to tender shall have pay
Additional Performance Security as per GR Ref. No. बीडीजी 2016/ p`.Ë 2/इमा.2
dated12.02.2016 and its corrigendum GR No. बीडीजी 2016/ p`.Ë 2/इमा.2
dated.17.03.2016
In case tenderer offers less than the estimated cost put to tender, tenderer should submit
the rate analysis with explanation of how the work will be carryout in the quoted offer
(rate) and tenderer will have to pay additional performance security irrespective of
general security deposit prescribed in tender, for performance of the work.The amount of
additional performance Security shall be as follows :
3. In case the tenderer offers the rates lower than the estimated cost put to tender but
not less than 10%, tenderer should have to pay additional performance security of 1%
of estimated cost to put to tender in the form of Demand Draft /FDR/BG of any
Nationalized or Scheduled Bank drawan in the favour of Thane Smart City Limited .
4. In case the tenderer offers the rates upto 1% below the estimated cost put to tender
there will be no additional performance security.
5. In case the tenderer offers the rates lower than 10% below the estimated cost put to
tender, tenderer should have to pay additional performance security of amount equal
to rebate offered beyond the 10% of cost put to tender in addition to the amount of
1% amount of cost put to tender in the form of Demand Draft /FDR/BG of any
Nationalized or Scheduled Bank drawan in the favour of Thane Smart City Limited. The
amount of additional Security shall be as follows :
FORMULA :
Additional Performance Security (APS) = 1*( X/100)* cost put to tender
Where X= Percentage rebate quoted on the cost put to tender by the tenderer
For Examples :
30
Sign of Contractor No of corrections CTO
(For example, if the rebate quoted rate is 14% below, the additional security shall be
1% (As per Para I above) + (14%‐10%) = 4% (As per Para II above.) Thus the total
additional security shall be 5% of the estimated cost of work)
6. Manner of submission of the Additional Performance Security –
a) Demand Draft should have MICR and IFSC code and valid for minimum 3 months from the
date of submission of tender and in case of Bank Guarantee (BG) shall be valid for the
entire contract period till the completion of work.
b) Demand Draft should be drawn if favor of Thane Smart City Limited.
c) Scanned copy of the Demand Draft should be uploaded while submitting the price bid.
d) Original Demand Draft/FDR/BG should be submitted in sealed envelope marked with
name of work on top right corner and tender notice number / tender ID on right left
corner within 3 working days from the prescribed date of submission of bid in the office
of CTO/City Engineer,Thane Smart City Limited.
7. Manner of refund of the Additional Performance Security –
a) In case of bidders those who are not qualified after scrutiny of technical bid, Demand
Draft/FDR/BG will be refunded within 7 days from the date of opening of tender
(technical bid) subject to written request for refund of APS
b) After opening of financial bid, Demand Draft /FDR/BG of the tenderers other than first
two lowest will be refunded within 7 days from the date of opening of tender (financial
bid) subject to written request for refund of APS.
c) After issue of work order to the successful tenderer, Demand Draft/FDR/BG of the second
lowest tenderer, will be refunded within 7 days from the date of work order subject to
written request for refund of APS.
d) Additional Performance Security of the successful bidder will be returned immediately
upon the satisfactory completion of work,the certificate of which shall be issued by the
Executive Engineer before releasing the additional security subject to written request for
refund of APS.
34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee,
it shall be issued either (a) at the Bidder's option, by a Nationalized Scheduled Indian bank or (b
by a foreign bank located in India and acceptable to the Employer.
34.3 Failure of the successful Bidder to comply with the requirements of Sub‐Clause 34.1 shall
constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.
35 Deleted
36 Dispute Review Expert
31
Sign of Contractor No of corrections CTO
36.1 The Employer proposes Hon Chief Executive Officer, Thane Smart City Limited will be
appointed as Dispute Review Expert under the Contract.
36.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of Law &
Judiciary Department issued vide Sankirn‐ 2016/C.R. 20/ Ka‐19 dt. 13/10/2016 regarding
“Institutional Arbitration Policy”.
37 Termination
37.1 Termination due to fundamental breach of Contract by Contractor: If the Contractor without
reasonable excuse fails:
37.1.1 To commence the Works
37.1.2 To proceed with the Works, or any Section thereof, within the stipulated period after a notice
in writing is given to him in that behalf by the Executive Engineer
37.1.3 At any time makes default in proceeding with the Work with due diligence and continues to
do so even after the stipulated period in the notice in writing from the Executive Engineer; or
37.1.4 Commits default in complying with any of the terms and conditions of contract and does not
remedy it within the stipulated period after a notice in writing is given to him in that behalf
by the Executive Engineer, or
37.1.5 Abandons the works or otherwise plainly demonstrates the intention not to continue
performance of his obligation under the Contract
37.1.6 Fails to complete the Works or items with individual dates of completion, on or before the
date(s) of completion, and does not complete them within the period specified in a notice
given in writing in that behalf by the Executive Engineer, or
37.1.7 Subcontracts the works or assigns the contract without the specific prior written permission
of the Executive Engineer, or
37.1.8 Has failed to furnish the required securities or extension thereof in terms of the contract, or
37.1.9 Shall offer or give or agree to give to any person in TSCL Service or to any other person on his
behalf any gift or consideration of any kind as an inducement or reward for doing or
forbearing to do or for having done or forborne to do any act in relation to the obtaining or
execution of this or any other contract for TSCL, or
37.1.10 Shall obtain a contract with TSCL as a result of ring tendering or other non‐bona‐fide methods
in competitive tendering or
37.1.11 being an individual or a firm, any partner thereof, shall at any time be adjudged insolvent or
have a receiving order or order for administration of his estate made against him or shall take
any proceedings for liquidation or composition (other than voluntary liquidation for the
purpose of amalgamation or reconstruction) under any insolvency act for the time being in
force or make any conveyance of assignment of his effects or composition or arrangement for
the benefit of his creditors or purport so to do, or if any application be made under any
Insolvency Act for the time being in force for the sequestration of his estate or if a trust deed
be executed by him for his creditors, or
32
Sign of Contractor No of corrections CTO
37.1.12 Being a company, shall pass a resolution or the court shall make an order for the liquidation
of his affairs, or a receiver or a manager on behalf of the debenture holders shall be
appointed or circumstances shall arise which entitle the Court or debenture holders to
appoint a receiver or a Manager, or
37.1.13 shall suffer an execution being levied on his goods and allow it to be continued for a period of
21 days, or assigns, transfers, sublets (engagement of labor on a piece Work basis or labor
with materials not to be incorporated in the Work, shall not be deemed to be sub‐letting) or
attempts to assign, transfer or sub‐let the entire Works or any portion thereof without the
prior written approval of TSCL;
37.1.14 abandons the work owing to serious illness or death of the Contractor
37.1.15 Abandons or suspends work without any substantive reason or due to non‐receipt of minor
payments etc.
37.1.16 completely vitiate the essence of the Contract due to any or all causes as under:
37.1.17 unreasonable or inexplicable delay, or
37.1.18 provides poor and irreconcilable or irreparable quality of works, or
37.1.19 deploys resources that are not at all adequate & proper
37.1.20 TSCL may, without prejudice to any other right or remedy which shall have accrued or shall
accrue thereafter to TSCL, by written notice cancel the contract as whole or only such items
of Work in default from the contract.
38 Corrupt or Fraudulent Practices
38.1 The Employer will reject a proposal for award if it determines that the Bidder recommended
forward has engaged in corrupt or fraudulent practices in competing for the contract in
question and will declare the firm ineligible. either indefinitely or for a stated period of time, to
be awarded a contract with National Highways Authority of India / State PWD and any other
agencies, if it at any time determines that the firm has engaged in corrupt or fraudulent
practices in competing for the contractor, or in execution.
38.2 Furthermore, Bidders shall be aware of the provision stated in Sub‐Clause 23.2 and Sub‐
Clause59.2 of the Conditions of Contract.
33
Sign of Contractor No of corrections CTO
APPENDIX TO ITB
Clause Reference With
respect to Chapter II.
1 Name of the Employer is –Thane Smart City Limited, Thane [Cl. 1]
2 Construction work performed in the last five years
2017‐2018
2016‐2017
2015‐2016
2014‐2015
2013‐2014
3 The Average annual financial turn over amount is [Cl. 4.4 A(a)]
Rs.4,55,30,100/‐( Rs. Four Crore Fifty Five lakh Thirty Thousand
One Hundred Only)(75% of contract value)
34
Sign of Contractor No of corrections CTO
** Corporate company shall mean a form of business
operation that declares the business as a separate
legal entity guided by a group of officers known as the
board of directors and registered under Companies
Act.
If the contractor submits the completion
certificate issued by a corporate company he/she shall
have to produce evidence establishing that the
certificate issuing entirely being a corporate company.
*** Toughened Glass work must comply
Glass flooring / Glass roofing/sun roof of structure
where live load is considered for design of glass roof.
7 The cost of electric work is Rs 54,20,200/. (In Words Fifty Four
Lakh Twenty Thousand and Two Hundred only)
8 Available bid Capacity. [Cl. 4.6 ]
9 Deleted [Cl. 4.2 g]
10 Price level of the financial year 2017‐18 [Cl. 4.7]
11 Pre‐bid meeting will be held on date 16/08/2018 at 11.30 hrs in [Cl. 9.2.1]
the office of CTO/City Engineer,Thane Smart City Limited 3rd
floor, Thane Municipal Corporation, Thane, Gen. Arunkumar
Vaidya Marg, Panchpakhadi, Thane (West)
12 The technical bid will be opened online at the office of CTO/City
Engineer,Thane Smart City Limited 3rd floor, Thane Municipal
Corporation, Thane, Gen. Arunkumar Vaidya Marg,
Panchpakhadi, Thane (West)
As per NIT
13 Address of the Employer: CTO/City Engineer,Thane Smart City [Cl. 4.5(a)]
Limited 3rd floor, Thane Municipal Corporation, Thane, Gen.
Arunkumar Vaidya Marg, Panchpakhadi, Thane (West)
14 Identification : [Cl. 19.2(b)]
Bid for ‐
Bid Reference: No..
Do not open before ..............As per NIT
15 The bid should be submitted online on or before date [Cl. 20.1]
07/08/2018 up to 16.00 Hrs .on web site
http://mahatenders.gov.in
16 The Financial bid will be opened after technical scrutiny, at office [Cl. 23.1]
of CTO/City Engineer,Thane Smart City Limited, 3rd floor, Thane
Municipal Corporation, Thane, Gen. Arunkumar Vaidya Marg,
Panchpakhadi, Thane (West)
17 The Bank Guarantee / Draft /FDR in favor of THANE SMART CITY [Cl. 34.1]
LIMITED,THANE . payable at THANE
35
Sign of Contractor No of corrections CTO
18 The name of Dispute Review Expert is Hon Chief Executive [Cl. 36.1]
Officer, Thane Smart City Limited, Thane
19 Escalation factors (for the cost of works executed and financial
figure to a common base value for works completed)
Year before Multiply factor
One 1.10
Two 1.21
Three 1.33
Four 1.46
Five 1.61
36
Sign of Contractor No of corrections CTO
ANNEXURE‐A
List of Key Plant &Equipment to be deployed on Contract Work
[Reference Cl. 4.4 (B) (a)]
Sr. Type of Equipment Maximum For this Remark
age upto Contract
the DLP IN machinery
years Minimum
required
in numbers
2 Piling Rig rotary / Percussion 10 1 Own or can
be hire
Abbreviation:
1. The bidder shall Abbreviation that wherever the word used hire in above chart the self‐
attested hire agreement shall be submitted. If the self‐attested hire agreement is found
false or erroneous, stringent action shall be initiated by the department
2. The life of new machinery will be considered as 15 years until the Defective Liability
Period
3. There will no need of fitness certificate from SE (Mechanical)/Approved Govt. Valuer for
first 6 years
4. After 6th year , the machinery shall be checked and certified for its fitness by SE
Mechanical/ACE (Mechanical)/ Approved government valuer every 3rd year till the 15th
year.
5. After the 15th, the contractor get machinery certified every year from by SE
Mechanical/ACE (Mechanical)/ Approved government valuer and produce the certificate
of fitness. The certificate will be required for machinery where it is necessary and issued
by the RTO
37
Sign of Contractor No of corrections CTO
ANNEXURE‐B
List of Key Personnel to be deployed on Contract Work [Reference Cl. 4.4 (B) (b)]
Sr. Personnel Qualification For this Contract Minimum required
in numbers
No.
Total 3 Nos
38
Sign of Contractor No of corrections CTO
CHAPTER III
QUALIFICATION INFORMATION
39
Sign of Contractor No of corrections CTO
CHAPTER –III
QUALIFICATION INFORMATION
The information to be filled in by the bidder in the following pages will be used for purposes of post
qualification as provided for in clause 4 of the Instructions to bidders.
This information will not be incorporated in the contract
1. For Individual Bidders
1.1 Constitution or legal status of Bidder
(Attach Copy)
Place of registration: ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
Principal place of business: ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
Power of attorney of signatory of bid
(Attach)
1.2 Total value of civil Engineering
1.3 Construction work performed in the last five years ** β
(Rs. in lakh)
2017‐2018 ‐‐‐‐‐‐‐‐‐‐‐
2016‐2017 ‐‐‐‐‐‐‐‐‐‐‐
2015‐2016 ‐‐‐‐‐‐‐‐‐‐‐
2014‐2015 ‐‐‐‐‐‐‐‐‐‐‐
2013‐2014 ‐‐‐‐‐‐‐‐‐‐‐
1.3.1 Work performed as prime contractor, work performed in the past as a nominated
subcontractor will also be considered provided the Sub‐contract involved execution of all
main items of work described in the bid document, provided further that all other
qualification criteria are satisfied (in the same name) on works of a similar nature over the
last five years **
Project Name of Description Contract Value of Date Stipulated Actual Remarks
Name of date
the of work No. Contract period of explaining
Issue of
Employer (Rs. of completion reasons
completion for
* Crore) work
* delay &
order
work
completed
* Attach certificate(s) from the Engineer(s)‐in‐charge.
** Immediately preceding the financial year in which bid are received.
β Attach certificate(s) from Chartered Accountant.
40
Sign of Contractor No of corrections CTO
1.4 Information on Bid capacity (works for which bids have been submitted and works which are
yet to be completed) as on the date of this bid.
Existing commitments and on‐going works :
Descript place & Contract Name & Value of stipulated Value of Anticipate
completed
(Rs. Cr.)
1 2 3 4 5 6 7 8
* Attach certificate(s) from the Engineer(s)‐in‐charge.
@ The item of works for which data is requested should tally with that specified in ITB clause
4.4 A().
** Immediately preceding the financial year in which bid are received.
The list is indicative and may be suitably modified by the DTP approving authority suiting to
the requirements of work (Viz. Buildings/ Bridges/ Roads)
1.5. Availability of key items of Contractor's Equipment essential for carrying out the Works [Ref.
Clause 4.4(B)(a)]. The Bidder should list all the information. Refer also to Sub Clause 4.3 of
the Instructions to Bidders.
1.6. Qualifications and experience of key personnel required for administration and execution of
the Contract [Ref. Clause 4.4(B)(b)]. Attach biographical data. Refer also to Sub Clause 4.3 of
instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.
Position Name Qualification Year of Years of
Experience experience in the
proposed
(General) position
Project Manager
Quantity Survey
cum Site Engineer
Site Supervisor
Etc
41
Sign of Contractor No of corrections CTO
1.7. *Proposed sub‐contracts and firms involved. [Refer ITB Clause 4.2 (k)]
*(Applicable for Specialized work only)
Sanctions of the Value of Sub‐contract Sub‐contractor Experience in similar
works work
(Name & Address)
Not applicable for this work
1.7 Additional Requirements
3.1 Bidders should provide any additional information required to fulfill the requirements of
Clause 4 of the Instructions to the Bidders, if applicable.
(i) Affidavit
(ii) Undertaking
42
Sign of Contractor No of corrections CTO
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITYOF CREDIT FACILITIES
(CLAUSE 4.2 (i) OF ITB)
BANK CERTIFICATE
This is to certify that M/s. ____________________________ is a reputed company with a good
financial standing.
If the contract for the work, namely ____________________________ is awarded to the above firm,
we shall be able to provide overdraft/credit facilities to the extent of Rs____________________ to
meet their working capital requirements for executing the above contact during the contract period.
___________________________
(Signature)
Name of Bank
Senior Bank Manager
Address of the Bank
(Not required for works costing less than Rs. 5 Crores)
43
Sign of Contractor No of corrections CTO
AFFIDAVIT
(To be executed on stamp paper of appropriate value)
1. I, the undersigned, do hereby certify that all the statements made in the required
attachments are true and correct.
2. The undersigned also hereby certifies that neither our firm M/s‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
have abandoned any work on Building/Bridges/Roads etc. nor any contract awarded to us
for such works have been rescinded, during last five years prior to the date of this bid. Also I
declare that neither our firm /company is blacklisted nor any penal action of de‐registration
has taken/initiated against our firm/company by any Government /semi‐government /Public
Sector undertaking/urban local body/municipal Corporation etc.
3. The undersigned hereby authorize (s) and request(s) any bank, person, firm or corporation
to furnish pertinent information deemed necessary and requested by the Department to
verify this statement or regarding my (our) competence and general reputation.
4. The undersigned understand and agrees that further qualifying information may be
requested, and agrees to furnish any such information at the request of the Department,
Project implementing agency.
5. I hereby declare that I am fully responsible for above information /documentation. You may
initiate legal action against me/above mentioned firm/company if you find that the
information/documentation is false or incorrect.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
(Signed by an Authorized Officer of the Firm)
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
Title of Officer
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
Name of Firm
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
DATE
44
Sign of Contractor No of corrections CTO
UNDERTAKING
(On bidders letter Head)
I, the undersigned do hereby undertake that our firm M/s ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ would
invest a minimum cash up to 25% of the work during implementation of the Contract.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
(Signed by an Authorized Officer of the Firm)
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
Title of Officer
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
Name of Firm
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
DATE
45
Sign of Contractor No of corrections CTO
DECLARATION OF THE BIDDER
(On bidders letter Head)
I/We, hereby declare that I/We have made myself/ our self thoroughly conversant with the
sub‐soil conditions local conditions regarding all materials (such as stone, murum, sand. source of
water, etc.) and Labour of which I/We have based my/our rates of this work. The specifications,
conditions, bore results and lead of materials on this work have been carefully studied and
understood by me/us before submitting this tender. I/We undertake to use only the best materials
approved by the CTO/City Engineer Thane Smart City Limited, Thane of his duly authorized assistant
before starting the work and to abide by his decision.
I/We have gone through the entire contract document carefully.
Signature of Bidder (s).
46
Sign of Contractor No of corrections CTO
Chapter – IV
General Con ditions of Contract and
Additional Conditions of Contract
47
Sign of Contractor No of corrections CTO
CHAPTER –IV
G E N E R A L C O N D I T I O N S A N D A D D I T I O N A L C O N D I T I O N S
1 . G E N E R A L C O N D I T I O N S
1 DEFINITIONS
In the contract , the following terms shall be interpreted as indicated below.:
a) 'The Contract' means the agreement entered into between the owner and contractor
as recorded in the contract form signed by the parties, incorporated by references
therein. Contract is the deed of contract together with all its original accomplishments
and those later incorporated in it by internal consent.
b) "The Contract price' means all of the price payable to the contractor under the contract
for the full and proper performance of its contractual obligations.
c) "The goods" means all of the equipments, machinery and/or other materials which
the contractor is required to supply to the owner under the contract.
d) "Services" means services ancillary to the contract such as transportation and
insurance and any other incidental services, such as Provision of Technical
Assistance, trial runs commissioning to staff and other such obligations of the
contractor covered under the contract.
e) "The owner " means, the Thane Smart City Limited, Thane and the officer designated by
Thane Smart City Limited.
f) The " Contractor' means successful tenderer that is the tenderer whose tender has been
accepted and who has been authorized to proceed with the work.
g) " TSCL means ,Thane Smart City Limited.
h) "Tender" means the proposal of the contractor submitted in prescribed form setting‐
forth the prices for the goods to be supplied and other related services to be
rendered and setting forth his acceptance of the terms and obligations of the conditions
of contract and specifications.
i) " Contract time" means period specified in the document for the entire execution of
contracted works and other services to be rendered commencing from the date of
notification of award including monsoon period.
j) "Month" means calendar month.
k) "Site " means location at which the contractor will have to execute the contracted
work.
48
Sign of Contractor No of corrections CTO
l) "The CTO/City Engineer" shall mean the City Engineer, Thane Smart City Limited.
m) "The Engineer" shall mean the Dy. City Engineer/ Executive Engineer in charge of the work.
2. NAME OF WORK:‐
Th e P r o j e c t C o m p r i s e s o f : Designing and Construction of Cantilever Footpath and
Widening of Shivaji Path along Masunda Lake.
For the guidance of the bidders General Arrangement drawing (GAD) showing the
arrangement of Structural steel superstructure with Toughened Glass Cantilever deck
,for Footpath contemplated by the employer are attached.
However the bid is to be awarded only on the contractor`s own design complying with
the various requirement indicated in the chapter of design criteria based on General
Alignment Drawing given along with tender. Contractor's design shall provide for
specifications comparable or superior than those given in the bid. For this purpose details
shown in the GA drawings enclosed are to be taken as indicative and need not be
copied except for certain obligatory parameters which have been specified in this
document. The contractor`s design should provide for specifications comparable or superior
to this shown in the drawings and provided for in the bid.
3. The scope of the project shall include the following.
1. Topographic survey and Geotechnical investigations of the area. Three trial
bores location using rotary diamond drilling by NX bit double tube.
49
Sign of Contractor No of corrections CTO
the pedestrian.
6. Information, sign Boards etc. a s p e r A n n e x u r e ‐ I I I
7. Removal of existing structure or part of the existing structure which may obstruct the new
construction, e.g., concrete or bus‐sheds, kerbs, pipe railing, R.C.C. parapet etc. This will
also include removal & disposal of debris/rubbish from site as directed by TSCL. Royalty
for excavation & disposal shall be borne by contractor.
8. Details of existing utilities shall be located by contractor during execution of work,
and shall be diverted /shifted by the concerned department or contractor and payment
shall be made by TSCL under provisional sum. The underground utilities refer relevant
clause no.110.5 of Chapter VIII Pg.131.
9. Procurement of different permits, Licenses from Concerned Authorities.
10. Insurance of TSCL & consultant staff, labours, plant and machinery etc.‐ CAR Policy
as per Govt. directives.
11. Co‐ordination with other agencies working on site and appointed by TSCL.
12. Removal of excavated and disposable material within 24 hours.
13. Design & Construction of :
1. Cantilever Glass top Footpath.
Area of footpath 450 Sqm
Length 300 mtr
Width 1.50 mtr
Super Structure Toughened glass top with suitable type of assembly including rubber
moulding sealents etc.for fixing glass above structural steel framed structure
as per drawing in Annexure‐III.
2. Concrete Footpath.
Area of footpath 900 Sqm
Length 300 mtr
50
Sign of Contractor No of corrections CTO
Width 3.00 mtr
Footpath Soling ,P.C.C. M‐20 for bedding, R.C.C. slab as per structural design between
pile caps, Float concrete ,METZ floor hardener @ 3.5 to 5.0 kg per sq m, and
Elastopave paving top finishing. As per drawing in Annexure‐III.
3. Concrete Road.
Area of C.C. Road 950 Sqm
Length 300 mtr
C.C.Road Excavation, Minimum one layer of 230 mm thickness. W.S.E.L. treatment and
as per road pavement design, Two layers of W.B.M. Grade II treatment
above W.S.E.L., each layer of W.B.M. Grade II is 150 mm thickness, C.C. M‐
20 Grade 150 mm thickness D.L.C.C., and 300 mm. thickness.PQC of Grade
M‐40,Expansion and contraction joints etc. as per MORTH specification and
as per drawing in Annexure‐III.
4. Finishing .
C.C. Footpath Provide Precast / Cast in situ C.C. M25 water table stone, between footpath
and road. Precast C.C. M25 Kerb Stone as per drawing in Annexure‐III.
Cantilever Glass top Stainless steel railing ,rail post etc. of grade S.S. 304,Stainless steel Cables for
footpath. railing @ 200 mm c.c as per drawing in Annexure‐III.
Length 300 mtr
The above scope of work is not exhaustive and all works required to be done, to complete the work in all
respects as per structural design shall be carried out by contractor within lump sum quoted offer.
14. Founding level for tender purpose: Only pile foundation will be permitted for Cantilever
type Toughened glass footpath. Lump sum price bid shall be based on founding level 12
meter below existing ground level.(i.e Road top level).
15. Reinstatement of the existing road, footpath, storm water drain damaged during
construction.
16. Provision of inserts, cable duct etc. for Electrification. ‐ The contractor shall be responsible
51
Sign of Contractor No of corrections CTO
for preparation of design of electrification system including electrical theme light system
using LED only below glass footpath. The system designed shall be energy efficient and
attractive. The contractor shall submit the design and presentation of the said system along
with technical proposal. During execution, the contractor shall leave such recesses, holes,
openings etc. as may be required for the electrification, electrical LED system below glass
Footpath and also for Footpath and street lights, fire‐fighting and other related works for
which inserts, sleeves, brackets, conduits, base plates, clamps etc shall be provided by the
contractor without any extra cost to the department. Also all electrical fittings for the
lightening incl. all fittings below glass footpath is of Philips ,Crompton ,Bajaj, or Osram
make.
17. While the broad scope of work is described in different parts as above, the work also
includes all such details of construction which are obvious and fairly intended and which
may not have been referred to in these documents, but which are essential for the entire
completion of the Works.
General Arrangement Drawing (GAD) prepared by the TSCL are intended to give idea of the
scope of work. The same are enclosed in Tender Document. However it should be
clearly understood that
i. This is essentially a ‘Design and Construct Tender’ on LUMP SUM Basis , the tenderer is
required to give his offer on his own design for entire work.
ii. The tenderer shall be deemed to have understood and visualized the nature and type
of work contemplated with due consideration of qualitative and quantitative
requirements of the job consistent with the site conditions, complexities of work which
have a bearing on the actual execution/construction etc .prior to bidding of the work
While doing so, however, he must strictly adhere to certain salient parameters which
are indicated herein.
iii. For extra items of work beyond those covered under the LUMP SUM portion of the work
or
Variation in the said portion, if any, the payment shall be paid as per tender provisions
Ref. Chapter XI Schedule of Variation.
52
Sign of Contractor No of corrections CTO
4. ITEMS OF WORK UNDER THE CONTRACT
The Lump sum amount to be quoted by the tenderers shall include the cost for Carry
out Trial bore Design, Construction of the complete project work satisfying the various
requirements indicated in this Chapter and in other Chapters of tender document. The
various components involved are indicated in the following paras:‐
1 Geometric Width, Cross Section and Length of Footpath and road.
2. Drain Diversion / Reconstruction The Contractor shall make necessary arrangements for
diversion of storm water drain during the execution of work. After execution of foundation
and sub structure of Footpath, contractor should construct permanent cement concrete
drain with R.C.C. slab over it at original position or re‐align it if necessary to maintain the
slope of bed.
3. Traffic Diversion:
The Contractor may adopt a suitable traffic diversion scheme on the basis of specified and
the traffic diversion plans approved by TSCL during construction which shall be got
approved from all the concerned Departments such as TMT , S.T., Traffic Police, TSCL etc.
The responsibility of obtaining the permissions for scheme to be adopted from concerned
authorities shall rest with the contractor. The details of barricades enclosed in Annexure‐III.
Contractor shall strictly follow the drawings.
No compensation shall be considered on account of delays in getting permission from
Traffic Police Department or other departments. Contractor shall enclose the scheme of
construction of superstructure of Cantilever Toughened glass Footpath, C.C. Footpath and Adj
.C.C. Road along with his technical proposal in Technical Bid.
4. Deleted.
5. SITE CLEARANCE/SETTING OUT:
Marking out the center line of the foot over bridge and various other components and
complete lining out with masonry and concrete pillars for proper lines and levels with
53
Sign of Contractor No of corrections CTO
precision total survey, including constructing control stations, bench marks, etc. as
directed. This includes all the allied works like clearing the road, other existing utilities
like signals, electrical poles, telephone ducts, hoarding, etc. side line removing and
stacking of the existing kerb stones, obstructing bushes, trees etc. as directed by
Engineer.
The surveying instruments used on the work shall be modern electronic equipment like
Total Station / GPS.
6. FOUNDATION:
6.1 Providing pile foundation, taking foundations through all strata up to required foundation
level including embedment as per Specifications / Design Criteria. The pile should have 6 mm
th .liner up to rock strata. Liner shall be painted with one coat zinc primer and two coat of
coal tar epoxy. Dry film thickness is 210 micron.
7. STRUCTURE:
7.1 Sub‐structure:
Providing substructure of b r a c k e t s , as per Design Criteria. With necessary
anticorrosive treatment mentioned in technical specification. The R.C.C. concrete in
contact with earth ,painted with coal tar epoxy.
7.2 Superstructure:
All structural member above deck slab shall be in steel structure only. It should be
conforming to the Design Criteria and tender technical specifications of grade E‐310 for
tubeler sections and E‐300 and above for other members. Anticorrosive treatment as per
Technical Specification in Annexure –I.
7.3 Other Appurtenances:
Providing necessary expansion joints, Elestopave Paving top on Footpath, stainless steel
railing etc. as per Design Criteria and tender specification/ Details given in this tender
document.
54
Sign of Contractor No of corrections CTO
8. OTHER PROVISIONS:
8.1 Drainage – Proper drainage arrangement with GI pipe /water spout /trough for
effective rain water dispersal of deck slab and the same shall be connected to existing
storm water drain.The drainage system has to be hot dip galvanized.
8.2 Providing protective treatment to concrete and all structural steel work as per technical
specifications.
Painting/Anticorrosive coat ‐ Providing m e t a l l i z a t i o n 1 2 0 t o 1 8 0 m i c r o n D F T
treatment to the steel structure and Coal tar epoxy painting to cement concrete
surfaces in contact with earth, etc. as per specification.
8.3 The steel superstructure arrangement as per detailed designs and drawings with minimum
size of toughened glass is 1.50mx1.50m
9. Deleted.
10. ROAD SIDE KERBS: Road side of footpath shall be provided with M30 cement concrete
precast kerbs.
11 Deleted
12. Reinstatement work: Prior to dismantling any of the existing components due
written permission has to been taken from the relevant authorities upon
completion of the work any and all such components such as road, foot path,
storm water drains shall be reinstated as original after completion of the work for 350
mtrs including, soling, bed concrete, PCC drain walls, RCC slabs, finishing with as per
tender drawings, kerb stones, painitng.etc.complete.
13. Deleted
14. Site Office:
14.1 Providing and maintaining furnished one central site office of porta cabin exclusively for
TSCL. staff provided with false ceiling for the supervisory staff of the Engineer and shall
include all items like electric supply, electrical items, telephone, lights, fans, air
conditioners and complete wiring, drinking water supply and toilet facilities complete (As
55
Sign of Contractor No of corrections CTO
per Chapter II Clause 13.6)along with furniture listed below:
i) Executive table (for the Engineer) ‐ Make: Godrej Model : No. 2
ii) Executive Chair (for the Engineer) ‐ Make: Godrej ModelNo. PCH‐701 or equivalent.
: No. 2
iii) Ordinary chair Type –II (for all other staff and visitors) : No. 6
iv) Steel Almirah 1980 mm x 915 mm x 485 mm Make: Godrej Model No. 1 Storewel
plain or equivalent. : No. 2 (Shall be handed over to TSCL after completion of
project).
vi) Printer and Laptop
a) One all in one printer of advantage series having the wifi printing facility with
additional 3 set of cartridge. As per chapter II Cl.No.13.6.
b) One Laptop of following specification shall be delivered to TSCL within one month
after Work Order is given to Contractor. Specification of laptop, shall be as given
below:
Laptop
specification
Operating system installed Genuine WindowsR 10 Home premium 64‐bit
Processor Intel® Core™ 7 gen processor
Video/Graphic card 2GB Nvidia
Optical Drive DVD super multi drive upto 2GB
Disply and hard drive Screen 1 2 . 3 ” touchscreen display
RAM and Cache Memory 4 GB. Ram /128 GB SSD
Weight of laptop 2.00 kg Max
Brand H.P.,Lenevo
Or
Microsoft surface IV pro.12.50 inch screen ,laptop with Key board and cover.
The expenditure on account of payment towards electric bills, telephone bills and any other
local taxes shall also be borne by the Contractor. The above facilities shall be maintained by
the Contractor for the entire duration of the contract. At the end of contract, the structure
shall be dismantled if so directed by the Engineer.
The site office with all services, furniture, computer (except item of Laptop as mentioned
above) and fixtures provided at site offices shall be property of Contractor at the end of the job.
56
Sign of Contractor No of corrections CTO
vii) All consumables like cartridges, stationary etc. used for office work has to be given by
contractor till end of the work
viii) Also contractor shall provide one porta cabin at each FOB site with minimum one table and
six chairs.
15. Laboratory:
15.1 All material and concrete shall be tested in TMC laboratory ,other tests of material which
are not tested in TMC laboratory shall be tested in NABL approved laboratory listed by
TMC.
16. Documentation
Providing documentation such as C.D’s, Photographs, Record Drawings, Quality Assurance
Manual, Maintenance Manual, Working Methodology, Safety plans, etc. as specified in the
tender. All drawings shall be on Auto CAD latest version, Quality Assurance Manual,
Maintenance Manual ,etc.
17. Miscellaneous Items and Road Appurtenances etc.
(i) Providing Traffic Safety Devices as per the following brief particulars:
(a) During Construction Stage – Temporary:‐ Providing barricading As per drawing
enclosed in Annexure III, providing and maintaining safety gadgets like rotaro
blinkers, caution boards, cones and cat‐eyes etc. including day to day
maintenance of such traffic diversion system and preparation of traffic planning for the
approval of the competent authority such as traffic police, TSCL etc. as specified in the
Tender Document or as directed by the Engineer.
(b) On the Structure ‐ Informatory boards of required shape and size made out of 14
gauge MS sheet with retro‐reflective sheeting of high intensity grade as per the
specifications of total 12 nos of size 0.6x 0.8 m. including supporting etc. arrangements
as per MOST specifications. Traffic sign post including sign boards as per MOST
specifications.
57
Sign of Contractor No of corrections CTO
(ii) Providing suitable arrangements for the f o o t p a t h superstructure for erecting
electric poles, cables etc for lighting the Cantilever Glass top footpath as well as
providing suitable cable ducting using DWC pipes of 50 mm to 75 mm dia.etc. for
lighting and illumination as directed by the Engineer.
58
Sign of Contractor No of corrections CTO
2 . A D D I T I O N A L C O N D I T I O N S
1. SCOPE FOR LUMPSUM OFFER:
The lump‐sum price to be quoted by the contractors shall broadly include the following
items & shall be executed in accordance with design criteria, design data and
specifications.
i Design and Construction of Toughened Cantilever Glass top Footpath including
Steel substructure,/framework
superstructure / f r a m e w o r k with Toughened Cantilever Glass top foothpath,
steel Pier/abutment/column, Cap with architectural treatment, Elastove Paving
top flooring for Concrete Footpath other than glass top, and Stainless steel
railing of Grade SS304, with S.S. Cables .
ii Taking trial bore and survey, preparation of GAD.
iii Design and Construction of stainless steel railing for entire Footpath at water side
etc as required.
iv RCC protection for pier/abutment/column in road portion on either side.
v Providing metallization treatment, to all structural steel members of substructure
and superstructure and anticorrosive paint.
vi Providing suitable and required ducts/conducts/openings/boxes/slots etc. for
electrical and installations in Footpath structure at appropriate location as
required and directed by the Engineer.
vii Providing PQC of grade M‐40 for c.c.road.
viii Providing rubble soling,c.c.M‐20 ,float concrete of c.c. M‐25,laying METZ top floor
hardener and elastopave paving top for footpath as per drawing.
ix Providing C.C. M‐30 for R.C.C. slab for Footpath bet pile caps.
x Providing P.C.C. precast M‐25 Kerb stone, Water table, I.S.N.P2 pipe for footpath.
xi Appointment of consultant/independent engineer for the inspection and
supervise the work .
xii Admixture shall be added for R.C.C. structural concrete as per Annexure ‐I
59
Sign of Contractor No of corrections CTO
2 . C O N T R A C T O R T O I N F O R M H I M S E L F F U L L Y :
2.1 The Contractor shall be deemed to have carefully examined the work and site conditions
land including labour, the general and the special conditions, the specifications,
schedules, drawings and shall be deemed to have visited the site of work and to
have fully informed himself regarding the local conditions and carried out his
own investigations to arrive at rates quoted in the tender. In this regard he will be
given necessary information to the best of knowledge of the department but
without any guarantee and liability about it.
If he shall have any doubt as to the meaning of any portions of these general
conditions or the special conditions or the scope of work or the specifications and
drawing or any other matter concerning the contract he shall, in good time, before
submitting his tender, set forth the particulars thereof and submit them to the
CTO/City Engineer, Thane Smart City Limited, Thane in writing in order that Such doubts
may be clarified authoritatively before tendering.
Once a tender is Submitted, the matter will be decided according to tender conditions, in
the absence of any such authentic pre‐clarification.
2.2 Errors, Omissions and Discrepancies:
(a) In case of errors and/or disagreement between written and scaled dimensions
on the drawing or between drawing and standard specifications etc’. the
following order of preference shall supply.
(i) Between actual scaled and written dimension or description on a drawing the
latter shall be adopted.
(ii) Between the written or shown description of dimension in the drawing and
corresponding one in the specifications, the latter shall apply.
(b) In all cases of omissions and/or doubts for any items or specification, a reference
shall be made to the CTO/City Engineer whose elucidation, elaboration or
decision shall be considered as authentic. The Contractor shall be held
responsible for any errors that may occur in the work through lack of such
reference and through lack of such precaution.
60
Sign of Contractor No of corrections CTO
2 . 3 W o r k i n g M e t h o d s :
The work disturbing present traffic, the contractor has to provide necessary diversion,
barricading etc. at his own cost till the completion of work without any claim on the
department. Contractor shall submit, within the time stipulated by the Cit y
Engineer in writing the details of actual methods that would be adopted by the
contractor for execution of any item as required by Engineer at each of the locations
supported by necessary detailed drawings and sketches including those of the Plant
and machinery that would be used, their locations, arrangement for conveying and
handling material etc. and obtain prior approval of the Engineer‐in‐charge well in
advance of starting of such item of work. The CTO/City Engineer reserves the
right to suggest modification or make complete changes in method proposed by the
Contractor, whether accepted previously or not, at any stages of work, in order to
obtain the desired accuracy, quality and progress of work which shall be binding on
the contractor and no claim on account of such changes in method of execution will be
entertained by Government so long as specifications of the item remain unaltered.
2 . 4 P r o g r e s s S c h e d u l e :
(a) The contractor shall furnish within 14 days on receipt of order to start the work, a
progress schedule of all Footpath and road work mentioned in the bid in quadruplicate
indicating the date of actual start, the monthly progress expected to be achieved and
anticipated completion date of each major item of work to be done by him, also
indicating dates of procurement and setting up of materials, plant and machinery.
The schedule should be such as to be practicable of achievement towards the
completion of the whole work in the time limit. The progress schedule will be
scrutinized and approved with/without modifications by the CTO/City Engineer. No
revised schedule shall be operative without such acceptance in writing. The
CTO/City Engineer further empowered to ask for more detailed schedule or schedules
say week by week, for any item or items, in case of urgency of work as will be directed
by him and the contractor shall supply the same as and when asked for. The contractor
will be responsible for maintaining the progress according to schedule laid down.
61
Sign of Contractor No of corrections CTO
The progress schedule shall be in the form of Bar chart /C.P.M. chart or any other form
prescribed b y CTO/City Engineer.
( b ) The contractor shall furnish sufficient plant and equipment and labour as may be
necessary to maintain the progress schedule. The working and shift hours restricted to
two shifts a day for operations to be done under the supervision shall be such as may
be approved by the Engineer. Night work which requires supervision shall not be
permitted except when specifically allowed by the C T O / City Engineer each time, if
requested b y the Contractor. The Contractor shall provide necessary lighting
arrangements etc . for night work, as directed by the Cit y Engineer at it his own
cost. The list of plant & machinery proposed for the work if found inadequate to
meet with target in that case , contractor will have to mobilized additional plant,
equipment & manpower to achieve target. No extra cost will be paid for such
arrangement for the reason because the contractor has himself assessed equipment to
be mobilized for the work.
(c) Further the contractor shall submit the progress report of work at intervals of one week
or as may be specified by the CTO/City Engineer.
( d ) The contractor shall maintain proforma charts, details regarding machinery,
equipment, labour, materials, personnel etc. are actually employed and submit
weekly report thereof or as may be specified by the CTO/City Engineer.
2 . 5 T r e a s u r e T r o ve :
In the event of discovery by the contractor or his employees, during the progress of the
work of any treasure fossils, mineral or any other article of value or interest, the
contractor shall give immediate intimation thereof to the CTO/City Engineer
and forthwith handover to the CTO/City Engineer such treasure things which shall
be the property of the Thane Smart City Limited.
2 . 6 A g e n t a n d W o r k O r d e r B o o k :
The contractor shall himself manage the work or engage authorized all time agent
on the work capable of managing and guiding the work and understanding
the specifications and contract conditions. A qualified and experienced graduate
Engineer shall be provided by the Contractor as his agent for technical matters in
case CTO/City Engineer considers this as essential for the work and so directs the
contractor He will take order as will be given by the C T O / City Engineer or his
62
Sign of Contractor No of corrections CTO
representative and shall be responsible for carrying, them out. This agent shall not
be changed without prior intimation to the CTO/City Engineer or his authorized
representative on the work site. The Contractor shall supply to the Engineer the
details of all supervisory and other staff employed by the contractor and notify
changes when made and satisfy the engineer regarding, the quantity and sufficiency y
of the staff, thus employed. The Engineer will have the unquestionable right to ask
for changes in the quality and numbers of contractor’s supervisory staff and to
order removal from work of any staff member. The Contractor shall comply with
such orders and effect replacement to the satisfaction of CTO/City Engineer. A work
order book shall be maintained on site and it shall be property of Thane Smart City
Limited, Thane and the contractor shall promptly sign orders given therein by
C T O / City Engineer his representative on the work and comply with them. The
compliance shall be reported by the contractor to the C T O / City Engineer in good
time so that it can be checked. The blank work order book with machine numbered
pages will be provided by the Thane Smart City Limited free of charge for this
purpose. The contractor will be allowed to copy out instruction given therein from
time to time.
Contractor should deploy one separate engineer on each site throughout the execution
of work, along with project in charge. The engineer must have 7 years experience in
bridge construction / launching of girders etc. And CV of these engineers shall be
submitted in the technical bid at the time of submission of tender.
2 . 7 I n i t i a l Me a s u r e m e n t f o r R e c o r d :
Where for proper measurement of the work, it is necessary to have an initial set
of levels or other measurement taken, the same as recorded in the authorized field
book or measurement book of Thane Smart City Limited by the CTO/City Engineer
or his authorized representative and will be signed by the contractor who will be
entitled to have a true copy of the same made at his cost. Any failure on the part of
the Contractor to get Such levels etc. recorded before starting the work, will render
him liable to accept the decision of the C T O / City Engineer as to the basis of taking
measurements, like wise the contractor will not cover any work which will render its
subsequent measurements difficult or impossible, without first getting the same jointly
measured by himself and the authorized representative of the C T O / City Engineer.
The record of such measurements made by the department will be signed by the
contractor and he will be entitled to have true copy of the same made at his cost.
Whenever there is change in strata during actual execution it will be the responsibility
63
Sign of Contractor No of corrections CTO
y of the contractor to intimate this immediately to the Department and get the levels at
the change of strata finalized before doing the further work.
2 . 8 H a n d i n g O v e r t h e W o r k :
All the work and materials, before finally taken over b y department will be the entire
liability of the contractor for guarding, maintaining and making good any damage of
any magnitude interim payments made for such work will not alter this position. The
handing over by the contractor and taking over by the CTO/City Engineer or his
authorized representative will be always in writing, copies of which will be going to
the Cit y Engineer or his authorized representative and the contractor duly signed by
both the parties.
2 . 9 A s s i s t a n c e i n P r o c u r i n g P r i o r i t i e s , P e r m i t s e t c . :
The CTO/City Engineer on a written request by the contractor, will if in his opinion, the
request is reasonable and in the interest of work and its progress, assist the contractor,
in securing, the priorities for deliveries, transport permits for controlled materials etc.
when such are needed. The Thane Smart City Limited will not be responsible for the non‐
availability of such facilities or delay in this behalf and no claim on account of such
failures or delay shall be allowed by the Thane Smart City Limited. The contractor shall
have to make his own arrangement for machinery required for the work.
2 . 1 0 S a m p l e s a n d T e s t i n g of M a t e r i a l s :
( i ) All materials to be used on the work such as cement, lime, bricks, aggregates, steel,
stones, asphalt, wood, tiles bitumen etc. shall be got approved in advance form the
CTO/City Engineer or his authorized representative on work and shall pass the test or
analysis.
( i i ) The contractor shall establish a field laboratory at his cost for testing of
construction material, , gradation & extraction test etc. for bituminous work etc. as per
specifications and the instructions of the CTO/City Engineer or his authorized
representatives on work.
( i i i ) In addition the contractor shall at his risk and cost make all arrangements and/or shall
provide for all such facilities as the CTO/City Engineer or his authorized representative
on work may require for collecting, preparing and forwarding required number of
samples for tests or for analysis to the TSCL laboratory or the name of the laboratory
directed by the engineer in charge and bear all charges and cost of testing. Such
64
Sign of Contractor No of corrections CTO
samples shall also be deposited with the CTO/City Engineer or his authorized
representative on work.
( i v) The contractor shall, if and when required, submit at his cost the samples of the
materials to be tested or analyzed and if so directed, shall not make use of or
incorporate in the works any material to be represented by the samples until the
required test or analysis have been made and the materials finally accepted by
the Engineer‐in‐charge.
(v) The contractor shall not be eligible for any claim or compensation either arising
Out of any delay in the work or due to any corrective measure required to be
taken on account of and as a result of testing of the materials.
( v i ) The contractor or his authorized representative will be allowed to remain present in
the laboratory while testing the samples furnished by him.
2 . 1 1 C o ‐ o r d i n a t i o n :
When several agencies for different sub‐works or the Project are to work
simultaneously on the project site there must be full co‐ordination and co‐operation
between different contractors to ensure timely and smooth completion of the
project as a whole. The schedule dates for completion specified in contract shall
therefore, be strictly adhered to. Each contractor may make his independent
arrangement for water, power, housing etc. if they so desire. On the other hand
the contractors are at liberty to make mutual agreement in this behalf and make joint
arrangement with the approval of CTO/City Engineer.
No single contractor shall take or cause to take any steps or action that may cause,
disruption discontent or disturbance of work, labour or arrangements etc. of other
contractors in the project location. Any action by any contractor which the
CTO/City Engineer in his unquestioned discretion may consider as infringement of the
above code, would be considered as a breach of the contract conditions and shall be
dealt with as such.
In case of any dispute, disagreement between the contractors, the CTO/City
Engineer’s decision regarding the co‐ordination, co‐operation and facilities to be
provided by the contractors shall be final and binding on the contractor concerned and
such a decision or decisions shall not vitiate any contract nor absolve the
contractor(s) of his/their obligations under the contract nor consider for the grant for
65
Sign of Contractor No of corrections CTO
any claim or compensation.
2 . 1 2 P a y m e n t s :
The contractor must understand clearly that price quoted are for completed work
and include all costs due to labour, scaffolding, plant, machinery, supervision,
electric charges, water supply charges, royalties, octroi duties, work contract tax and
any other tax, and shall also include all expenses to cover the cost of night work if
and when required and no claim for additional payment beyond the prices or rates
quoted will be entertained.
Contractor will have to submit all relative data like levels, registers etc. , required test
reports, respective cross sections along with procedure of bill recording. Failing of which
claim of payment will not be entertained.
Contractor should Abbreviation that after claim of bill in above respective manner
payment will be made positively within 30 to 45 days. No delay in start or continuation
of further work shall be accepted due to lack of fund or delay in payment to the
contractor.
2 . 1 3 P a t e n t e d D e v i c e :
Whenever the contractor desires to use any designed devices, materials or process
covered by the letter of patent or copy right, the right for such use shall be secured by
suitable legal arrangement and agreement with patent owner and the copy of
their agreement shall be filed with the CTO/City Engineer. If so desired by the letter.
2 . 1 4 T e m p o r a r y Q u a r t e r s :
( 1 ) The contractor shall make his own arrangement for temporary quarters required for
housing to his laborers and supervisory staff at his own cost with all necessary
arrangements including the preventive measure etc. as directed by the CTO/City
Engineer. No labour hutments shall be allowed within the work site.
2 . 1 5 D e l e t e d
2.16 Deleted
3 . S A F E T Y M E A S U R E S A N D A M E N I T I E S :
3 . 1 S a f e t y M e a s u r e s :
The contractor shall take all necessary precautions for the safety of the workers and
preserving their health while working in such job as require special protection and
66
Sign of Contractor No of corrections CTO
precaution. The following are some of the requirements listed. The contractor shall
also comply with directions issued by the CTO/City Engineer in this behalf from time to
time and at all times. Also contractor shall follow environmental safety norms as per
environmental policy of TSCL.
3 . 1 . 1 Providing protective footwear to workers, in situations like mixing and placing of
concrete, cement mortar or bitumen mix in quarries and places where the work if done
under too much wet conditions as also for movements over surfaces infested with
oyster growth etc.
3 . 1 . 2 Providing protective head wear to workers, working in quarries etc. to protect them
against accidental fall of materials from above.
3 . 1 . 3 Taking such normal precaution like providing hand rails at the edges of the floating
platform or barges not allowing nails or metal parts or useless timber to spread
around etc.
3 . 1 . 4 Supporting workmen with proper belt ropes etc. when working on any masts, cranes,
grabs, hoist, dredgers etc.
3 . 1 . 5 Taking necessary step, towards training the workers concerned in the use of machinery
before they are allowed to handle it independently and taking all necessary
precautions in and around the areas where machine hoists and similar units are
working.
3 . 1 . 6 Taking necessary precautions for the prevention from live electrical cables.
3 . 1 . 7 Making platforms, stages and temporary structures sufficiently strong so as not to
cause inconvenience and risk to the workmen and supervisory staff.
3 . 1 . 8 Providing sufficient first aid facility at the work site to render immediate first aid
treatment in case of accidents due to suffocations, drowning and other injuries.
3 . 1 . 9 Take all necessary precautions with regard to use of drivers.
3 . 1 . 1 0 Providing full length gum boots, leather hand gloves with fire proof apron to cover the
chest and back, reaching upto knees and protective goggles for the eyes to the labourers
working with hot asphalt handling, vibrator in cement concrete and also where use
of any or all these items is beneficial in the interest of health and well being of
the labourers in the opinion of the Engineer.
3 . 2 E x p l o s i v e s :
( 1 ) The contractor shall at his own expenses construct and maintain proper
magazines, if such are required for the storage of explosives for use in connection with
67
Sign of Contractor No of corrections CTO
works, and such magazines being situated, constructed and maintained in accordance
with Government Rules and Relevant legal provisions applicable in that behalf. The
contractor shall at his own expenses obtain such licence or licences as may be
necessary for storing and using explosives. Not withstanding that the location etc. for
storage of explosives are approved by the Engineer, the Government shall not be
incurring any responsibility whatever in connection with storage and use of explosive on
the site or any accident or occurrence whatsoever in connection there with, all
operations in or for which explosives are employed being at the risk of contractor and
upon his sole responsibility and the contractor hereby gives to government an absolute
indemnity in respect thereof.
3 . 3 D a m a g e b y F l o o d s o r A c c i d e n t s :
The contractor shall take all precautions against damage by floods or from accidents
etc. No compensation will be allowed to the contractor on this account or for
correcting and repairing any such damage to the work during construction. The
contractor shall be liable to make good at his cost any plant or materials belonging to
the Government lost or damaged by flood or from any other cause which is in his
charge.
3 . 4 R e l a t i o n w i t h P u b l i c A u t h o r i t i e s :
The contractor shall comply with all rules regulations by laws and directions given from
time to time by any local or Public Authority in connection with this work and shall
himself pay fees or charges which leviable on him without any extra cost to the
Department.
3 . 5 P o l i c e P r o t e c t i o n :
For the special protection of Camp and of the Contractor’s works, the Department will
help the Contractor as far as possible to arrange for such protection with the concerned
authorities if so requested by the contractor in writing. The full cost of such protections
will be borne by the contractor.
3 . 6 I n d e m n i t y :
The Contractor shall indemnify the Thane Smart City Limited all actions, suits, claims
and demands brought or made against him in respect of anything done or
68
Sign of Contractor No of corrections CTO
committed to be done by the Contractor in execution of or in connection with the
work of this contract and against any loss or damage to the Government in consequence
of any Suit or action being brought against the contractor for anything done or
committed to be done during execution of the work of this contract.
3 . 7 L a b o u r a n d G e n e r a l La ws :
Labour Regulations :
3 . 7 . 1 The contractor shall employ labour sufficient numbers either directly or through sub‐
contractors to maintain the required rate of progress and of quality to
ensure workmanship of the degree specified in the contract and to the satisfaction of
the C T O / City Engineer.
3 . 7 . 2 The contractor shall not employ in connection with the works any person who has not
completed his eighteenth year of age.
3 . 7 . 3 The contractor shall furnish to the C T O / City Engineer fortnightly distribution return
of the number and description by trades of works people employed on the works.
3 . 7 . 4 The contractor is required to report immediately to the C T O / City Engineer any
accident or unusual occurrence connected with the work and now he/they acted
upon. The contractor shall also submit to CTO/City Engineer a true statement showing
in respect of the second half of the preceding month and the first half on the current
month.
( 1 ) The accidents that occurred during the said fortnight showing the circumstances
under which they happened and the extent of damage and injury cause by
them and
( 2 ) The number of female workers who have been allowed benefit under Maternity
Benefit Act, 1961 or Rules made thereunder and the amount paid to them.
3 . 7 . 5 The contractor shall pay to the labour employed by him either directly or through sub
contractor wages not less than fair wages as defined in the contract labour
regulations as contained hereinafter in regards to all matters provided therein.
3 . 7 . 6 The contractor shall comply with the provisions of the payment Wages Act, 1936,
Minimum Wages Act, 1948, Employees Liability Act, 1937, Workmen’s Compensation
Act, 1923, Industrial Disputes Act, 1947 and the Maternity Benefit Act, 1961, the
contract Labour (Regulation & Abolition) Act, 1970, and the Interstate Migrant
69
Sign of Contractor No of corrections CTO
workman (Regulation of employment and conditions of service) Act, 1979, or any
modification thereof or any other law relating thereto and rules made thereunder
from time to time.
3 . 7 . 7 The contractor shall indemnify Thane Smart City Limited payments to be made
under and for the observance of the Regulations aforesaid without prejudice to his
right to claim indemnify from his sub‐contractors.
3 . 7 . 8 The decision of the CTO/Cit y Engineer in matters relating to the reports from the
Inspecting Officers, as defined in “Contractor Labour Regulation” (Contained
hereinafter) shall be final and binding and deductions for recovery of any liquidated
damages in this respect may be made from any amount payable to the contractor.
3 . 7 M o d e l R u l e s fo r L a b o u r W e l f a r e :
The contractor shall at his own expenses comply with or cause to be complied with the
Model Rules for Labour Welfare as contained hereafter or rules framed by
Department from time to time for the protection of health and for making sanitary
arrangements for workers employed directly or indirectly on the works. In case the
Contractor fails to make arrangements as aforesaid, the Engineer in‐charge shall be
entitled to do so and recover the cost thereof from the contractor.
3 . 8 S a f e t y C o d e :
The contractor shall at his own expense arrange for the safety provisions indicated
hereafter or as required by the Cit y Engineer in respect of all labour directly or indirectly
employed for performance of the works and shall provide all facilities in connection
therewith. In case the Contractor fails to make arrangements and provide necessary
facilities as aforesaid the C T O / City Engineer shall be entitled to do so and recover
the cost thereof from the contractors.
3 . 9 N u i s a n c e :
3 . 9 . 1 The Contractor shall not at any time do, cause or permit any nuisance on the site or
do anything which shall cause unnecessary disturbance or inconvenience to
owners, tenants or occupants of other properties near the site and to the public
generally.
3.9.2 The contractor shall save, harmless and indemnify the Department in respect of all
70
Sign of Contractor No of corrections CTO
claims, demands, proceedings damages, costs, charges and expenses what so ever
arising out of or in relation to any such matters in so far as the contractor is
responsible therefore.
3 . 1 0 C o n t r a c t La b o u r R e g u l a t i o n s :
3.10.1 Definitions :
In these regulations unless otherwise expressed or indicated the following words and
expressions shall have the meaning hereby assigned to them.
(a) Labour would mean “Workmen” as defined in Chapter‐I of the Contract Labour
(Regulation and Abolition) Act, 1970 as amended from time to time.
( b ) “Fair Wage” means Wages, which shall include wages for weekly day of rest and other
allowances whether for time or piece work after taking into consideration prevailing
market rates for similar employments in the neighborhood and shall not be less than
the minimum rites of wages fixed under the minimum Wages Act.
( c ) “Contractor” for the purpose of these Regulations shall include an agent or
subcontractor employing labour on the work taken on contract.
( d ) “Inspecting Officer” means any Labour Enforcement Officer, or Assistant Labour
Commissioner of the Chief Labour Commissioner Organization. (e ) “Form” means a
form appended to these Regulations.
3 . 1 1 N O T I C E A N D C O M M E N C E M E N T :
The contractor shall within seven days of commencement of the work, furnish in writing
to the Inspection Officer of the area concerned the following information under
intimation to the Engineer‐in‐charge.
(a) Name and situation of the work.
(b) Contractor’s name and address.
(c) Particulars of the Department for which the work is undertaken.
(d) Names and Addresses of sub‐contractors as and when they are appointed.
(e) Commencement and probable duration of the work.
(f) Number of workers employed and likely to be employed.
(g) “Fair Wage” for different categories of workers.
3.12 (i) Number of hours of work which shall constitute normal working day :
The number of hours which shall constitute a normal working day for an adult shall be 9
71
Sign of Contractor No of corrections CTO
hours. The working day for an adult worker shall be so arranged that inclusive of
intervals, if any, for rest shall not spread over more than twelve hours on any day. When
an adult worker is made to work for more than 9 hours on any day or for more than forty
eight hours in any week he shall in respect of overtime work be paid wages at double the
ordinary rate of wages.
N O T E : The expression ordinary rate of wage means the fair wage the worker is entitled to. (ii)
Weekly day of Rest:
Every worker shall be given a weekly day of rest which shall be fixed and noticed at
least 10 days in advance. A worker shall not be required or allowed to work on the
weekly rest day unless he has or will have a substituted rest day on one of the five days
immediately before or after the rest, provided that no substitution shall be made
which will result in the worker working for more than 10 days consecutively with out a
rest day for a whole day
Where in accordance with the foregoing provision a worker works on the rest day and
has been given a substitute rest day he shall be paid wages for the work done on
the weekly rest day at the overtime rate of wages.
3 . 1 3 D i s p l a y o f N o t i c e r e g a r d i n g wa g e s w e e k l y d a y o f r e s t e t c .
The Contractor shall before he commences his work on contract, display and correctly
maintain and continue to display and correctly maintain in a clean and legible condition
in conspicuous places on the works, notices in English and in a local Indian Language
spoken by majority of workers, giving the rates of fair wages, the hours of works for
which Such wages are payable, the weekly rest day, workers are entitled to and name and
addresses of the Inspecting Officer. The contractor shall send a copy of each of such
notice to the Inspecting Officer.
3 . 1 4 F i x t a t i o n o f W a g e P e r i o d s :
The Contractor shall fix wage periods in respect of each wages that shall be payable. No
wage period shall normally exceed one week.
3 . 1 5 P a y m e n t o f W a g e s :
(i) Wages due to every worker shall be paid to him directly All wages shall be paid
72
Sign of Contractor No of corrections CTO
in current coins or currency or in both.
(ii) Wages of every workers employed on the contract shall be paid, where the wage
period is the week within three days from the end of the wage period, and in any
other case before the expiry of the seventh day or tenth day from the end of
the wage period according as number of workers does not exceed one thousand
or exceeds one thousand, respectively.
(iii) When employment of any worker is terminated by or on behalf of the Contractor,
the Wages earned by him shall be paid before expiry of the day, succeeding the
one on which his employment is terminated.
(iv) Payment of wages shall be made at the work site on a working day except when
the work is completed before expiry of the wage period, in which case final
payment shall be made at the work site within 8 hours of last working day and
during normal working time.
73
Sign of Contractor No of corrections CTO
3 . 1 9 F i n e a n d d e d u c t i o n s w h i c h m a y b e m a d e f o r m w a g e s :
Wages of worker shall be paid to him without any deductions of any kind except the
following:‐
(a) Fines.
(b) Deductions for absence from duty i.e. from the place or the places where by the
term of his employment he is required to work. The amount of deduction shall be
proportionate to the period for which he was absent.
(c) Deduction for damage to or loss of goods expressly entrusted to the employed
persons for custody or for loss of money which he is required to account for,
where such damage or loss in directly attributable to his neglect or default.
(d) Deductions for recovery of advances or for adjustment of every payment of
wages. Advance granted shall be entered in a register and
75
Sign of Contractor No of corrections CTO
3 . 2 4 A p p e a l a g a i n s t d e c i s i o n o f In s p e c t i n g O f f i c e r
Any persons aggrieved by decision of the Inspecting Officer may appeal against such
decision to the Regional Labour Commissioner concerned within 30 days from the date
of the decision forwarding, simultaneously a copy of his appeal to the C T O / City
Engineer. The decision of the Regional Labour Commissioner shall be final and binding
upon the contractor and the workmen.
1 2 3 4 5 6
Present Date of Date of Signature or Remarks
Address commencement of Termination Thumb
Employment or leaving Impression of
Employment Employee
7 8 9 1 0 1 1
77
Sign of Contractor No of corrections CTO
FORM ‐ II
EMPLOYMENT CARD
(Regulation ‐ 8)
i) Name and sex of worker : ii)
Father's/ Husband's Name : iii)
Address : iv)
Age and Date of Birth : v)
Identification Marks :
Name :‐
Full address of Dependants :
(Specify village,District & State)
Sr. Name & Address Particular’s of Total period during Actual
No of Employer location of work site which employed number of
. (Specify whether and description of From ………… To days worked.
contractor or a work done ………..
Sub‐Contractor)
1 2 3 4 5
Leave Nature of Wage Wage Rate Total Remarks Signature
taken Work Period (with wage of the
(No. of done by particulars earned by Employer
days the of unit in the
should worker case of worker
be piece work during
specified) the
period
shown
under
Col 5
6 7 8 9 10 11 12
N.B. For a worker employed at one time on piece work basis and at another on daily
wages relevant entries in respect of each of employment should be made separately.
78
Sign of Contractor No of corrections CTO
FORM ‐ III
REGISTER OF WAGES CUM MUSTER ROLL
(Regulation)
i) Name and Address of the Contractor :
ii) Number and Date of the Contract :
iii) Name and Address of the Department :
awarding the Contract
iv) Nature of contract and Location of work :
v) Duration of the Contract :
vi) Wage period
:
Sr. Name Father’s/Husban Sex Designation Daily Total attendanc
No. Surna d and Nature attendance e
me ’s Name of work (No. of units Unit
1,2,3
of the …… upto worked)
worke 31)
r
1 2 3 4 5 6 7
Fair Wages paid Overtime worked Total Wages paid
Wages available
Basic D.A. & Basic D.A. & Date No. of Overtime
Other Other hours wages
allowanc allowanc earne
e e d
8 9 10 11 12 13 14 15
Deduction from Wages Net Date of Signatur Rema
Wages Payment e rks
Fines Deductio House Recovery Other or thumn
n Rent deductio impressio
for n n of
damage k
16 17 18 19 20 21 22 23 24
Reasons to be recorded in column 24.
79
Sign of Contractor No of corrections CTO
FORM ‐ IV
(Regulation 9)
i)Name of the Contractor :
ii) Place :
_ _ _
1) Name of worker with father/husband's name :
2) Nature of Employment :
3) Wage period :
4) Rate of Wage Payable :
5) Total attendance/units of work done :
6) Dates of which overtime worked :
7) Overtime wages :
8) Gross wages payable :
9) Total deductions (including nature of deductions) :
10) Net wages payable :
Contractor’s Signature/ Employee’s Signature/
Thumb impression Thumb impression
80
Sign of Contractor No of corrections CTO
3 . 2 8 M o d e l R u l e s fo r L a b o u r W e l f a r e
D e f i n i t i o n s :
(a) Work Place:
“Work Place” means a place at which on an average 20 or more workers
are employed.
(b) Large workplace :
“Large Work Place” means a place at which on average 500 or more workers are
employed.
F i r s t A i d :
At every work place, there shall be maintained in a readily accessible place first aid
appliances including an adequate supply of sterilized dressings and sterilized cotton wool
as prescribed in the factory rules of the State in which the work is carried on. The
appliance they shall be placed under the charge of responsible person who shall
be readily available during working hours.
At large work places where hospital facilities are not available within easy distance
of the works, first‐aid posts shall be established and be run by a trained compounder.
Where large work places are remotely situated and far away from regular hospitals
indoor wards shall be provided with one bed for every 250 employees.
Where large work places are situated in cities, towns or in their suburbs and no bed
are considered necessary owing to the proximity of city to town hospitals, suitable
transport shall be provided to facilitate removal of urgent cases to those hospitals.
At other work places some conveyance facilities shall be kept readily available to
take injured person or persons suddenly taken seriously ill, to the nearest hospital.
81
Sign of Contractor No of corrections CTO
3 . 3 0 E n f o r c e m e n t :
The inspecting Officer or any other officer nominated in this behalf by the CTO/City
Engineer shall report to the Cit y Engineer all cases of failure to comply with the
provisions of these Rules either wholly or in part, specifying the penalties to be levied
for such breach of these provisions.
3 . 3 1 The sum to be levied as penalty shall, however, be fixed in accordance with provision
of safety code.
4 D e l e t e d
5 Deleted
6 Deleted
7 . M I S C E L L A N E O U S
7.1 The rates quoted by the Contractor shall be deemed to be exclusive of goods & Services tax
(GST) and inclusive of all other taxes that the Contractor will have to pay for the
performance of this Contract. GST Shall be payable on the accepted contract value. The
Employer will perform such duties in regard to the deduction of such taxes at source as per
applicable law.
7.2 In case it becomes necessary for the due fulfillment of contract for the contractor
to occupy land outside the department limits, the contractor will have to make his
own arrangements with the land owners and to pay such rent if any payable as
mutually agreed between them.
7.3 The special provision in detailed specifications or wording of any item shall gain
precedence over corresponding contradictory provision, (if any), in the M.O.R.T.H
specifications, the Maharashtra P.W.D. Standard specifications where reference to such
specifications is given without reproducing the details in contract.
7.4 It is presumed that the contractor has gone carefully through the M.O.R.T.H
specifications Maharashtra P.W.D, Standard specifications, IRC specifications,
guidelines and the schedule of rate, all condition of the contract and Studied the
site condition before arriving at rates quoted by him. Decision of the C TO / City
Engineer shall be final as regards interpretation of specification.
7.5 The collection and storage of construction materials at site shall be in such a manner
as to prevent deterioration, intrusion of foreign matter and to ensure the
preservation of their quality, properties and fitness for the work. Suitable precautions
82
Sign of Contractor No of corrections CTO
shall be taken by the contractor to protect the material against atmospheric actions,
fire and other hazards. The materials likely to be carried away by wind shall be stored in
suitable stores or with suitable barricades and where there is likely hood of
subsidence of soil, such heavy materials shall be stored on paved platforms.
7.6 The contractor shall be responsible for making good the damages done to the existing
property or work during construction by his men.
7.7 If it is found necessary from safety point of view to test any part of the structure, the
test shall be carried out by the Contractor with the help of the department at his own
cost.
7 . 8 Defective work is liable to be rejected at any stage. The contractor, on no account
can refuse to rectify the defects merely on reasons that further work has been
carried out. No extra payment shall be made for rectification.
7.9 In the absence of specific directions to the contrary, the rates and prices inserted in
the items are to be considered as the full inclusive rates and prices for the finished
work described there under and are to cover all labour, materials, wastage,
temporary work, plant, overhead charges and profits, as well as the general
liabilities, obligations and risks arising out of the General Condition of Contract.
7.10 Deleted
7.11 All measurements will be made in accordance with the methods indicated in the
elaborated in the Technical specifications, incorporated in the tender document.
7.12 The details shown on drawing and all other information pertaining to the works shall be
treated as indicative and provisional only and these are liable to variation as found
necessary while preparing working drawing which will be supplied by the Thane
Smart City Limited .The contractor shall not, on account of such variation be entitled
to any increase over the already quoted rates in the tender which are on quantity basis.
7.13 Protection of underground telephone cable and aerial telephone wires and Poles,
transmission towers, electrical cables and water supplying lines is the responsibility of
the contractor.
During the execution of work, it is likely that the contractor may meet with
telephone cable, electrical cables, water supply lines, effluent pipe line, oil pipe line etc.
it will therefore be the responsibility of the contractor to protect them carefully. All such
cases should be brought to the notice of the CTO/City Engineer by the contractor and
83
Sign of Contractor No of corrections CTO
also to the concerned Department. Any damage whatsoever done to these cables and
pipe lines by the Contractor shall be made good by him at his cost.
8 L I N I N G O U T :
The Contractor shall provide free of charge all labour and material and instruments
required for lining out, surve ying, inspection decided by the CTO/City Engineer as
considered necessary for the proper and systematic execution of the work.
The department will only show the changed point on the alignment of road and it will
be the responsibility of the contractor to correctly align the road between points
including setting out curves etc. The Department will render necessary assistance.
Likewise, only one Bench Mark with definite value of R.L. will be shown to contractor
who shall have to provide for a network of temporary bench mark all along the road
and near C.D. works for executing the work. The contractor shall be responsible for
the provision, accuracy and maintenance of temporary Bench Mark. He shall be
responsible for the correctness of the position, levels, dimension and alignments of all
parts of the works and provisions of necessary instruments and labour in connection
with suitable pointed bamboos or wooden stack shall be provided at his cost and firmly
fixed at every meters on both sides of embankment to indicate final as well as
intermediate height of the embankment. Any errors in position, levels, dimension
and alignment, etc. shall be rectified, by contractor at his expenses. The checking or
inspection of any setting out of any line or level or work by C T O / City Engineer or his
representative shall not in any way relieve the contractor of his responsibility for
correctness thereof. The contractor shall carefully protect and preserve all bench mark,
side rails pegs and stones etc., marking out the centre lines of C.D. works, necessary
approaches etc. shall be done by the contractor at his own cost as directed by the
CTO/City Engineer or his representative.
9 . P R I O R I T I E S O F W O R K TO B E E X E C U T E D :
Priorities for items to be executed shall be determined periodically keeping in view
the final time limit allowed for the work.
84
Sign of Contractor No of corrections CTO
1 1 A R B I T R A T I O N :
1 1 . 1 The Employer proposes Chief Executive Officer, Thane Smart City Limited as Dispute
Review Expert.
1 1 . 2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of Law
& Judiciary Department issued vide Sankirn‐ 2016/C.R. 20/ Ka‐19 dt.13/10/2016regarding
“Institutional Arbitration Policy”.
12 Deleted
1 3 F I N A L B I L L :
13.1 The contractor should submit final bill within one month after completion of the
work and the same will be paid within 6 months if it is in order. Disputed items and
claims, if any shall be excluded from the bill and settled separately later on.
13.2 Bills for extra work or for any claim shall be paid separately apart from the interim bills
for the main work. The payment of bills for the main work shall not be withheld for
want of decision on the extras on claims not covered in the stipulation of the contract.
13.3 Claims for extra work shall be registered within 30 days of occurrence of the event or in
any case not latter than 30 days of submission of final bill by contractor . However, bills
for these claims including supporting data/details may be submitted subsequently to
the CTO/City Engineer.
1 4 E L E C T R I C P O W E R :
14.1 Arrangements for obtaining Electric Power connection will have to be made by the
contractor at his own cost.
1 5 . D e l e t e d
1 6 . I N S P E C T I O N :
16.1 The contractor shall inform the CTO/City Engineer or his representative in writing when
any portion of the work is ready for inspection giving him sufficient notice to enable him
to inspect the same without affecting the further progress of the work. The work shall
not be considered to have been completed in accordance with the terms of the
contract until the C T O / City Engineer or his representative shall have certified in
writing to that effect. No approval of materials or workmanship or approval of part
of the work during the progress of execution shall bind the CTO/City Engineer or in any
way affect him even to reject the work which is alleged to be completed and to suspend
85
Sign of Contractor No of corrections CTO
the issue of his certificate of completion until such alternations and modifications
or reconstruction have been effected at the cost of the contractor as shall enable him
to certify that the work has been completed to his satisfaction.
16.2 The contractor shall provide at his cost necessary ladders and such arrangements as to
provide necessary facilities and assistance for proper inspection of all parts of the work
at his own cost.
16.3 The contractor after completion of work shall have to clean the site of all debris
and remove all unused materials other than those supplied by the Department and all
plant and machinery, equipment, tools etc., belonging to him within one week from the
date of completion of the work, or otherwise the same shall be removed by the
Department at his cost and the contractor shall not be entitled for payment of any
compensation for the same.
1 7 P L A N T :
All constructional plant, provided by the contractor shall when brought on to the site be
deemed to be exclusively intended for the construction of this work and contractor
shall not remove the same or any part thereof (say for the purpose of moving it from
one part of the site to another or the repairs etc.) without the consent in writing
of the C T O / City Engineer which shall not be unreasonably withheld.
1 8 A U T H O R I T I E S TO TH E C I T Y E N G I N E E R R E P R E S E N T A T I V E :
18.1 The CTO/City Engineer may from time to time, in writing delegate to his representative
any powers and authorities vested in the C T O / City Engineer and shall furnish to the
contractor a copy of all such delegations of powers and authorities. Any written
instructions of approval given by the representative of the C T O / City Engineer to the
contractor within the terms of such delegations (but not otherwise) shall bind
the contractor and the department as though it had been given by the CTO/City
Engineer provided always as follows:‐
18.2 Failure of the representative of the C T O / City Engineer to disapprove any work or
materials shall not prejudice the power of the CTO/City Engineer thereafter to
disapprove such work or materials and to order the pulling down, removal or breaking
up thereof.
18.3 If the contractor shall be dissatisfied with any decision of the representative of the
Engineer‐in‐charge, he shall be entitled to refer the matter to the Engineer in‐charge,
who shall there upon confirm reverse or vary such decision.
86
Sign of Contractor No of corrections CTO
1 9 . E X C E P T E D R I S K S :
The contractor shall be under no liability whatsoever by way of indemnity or
otherwise for or in respect of destruction of or damage to the works (save work
condemned under the provisions of specifications and conditions of this tender prior
to the occurrence of any excepted risk hereinafter mentioned) or temporary works or
to property whether of the Department or third parties or in respect of injury or loss of
life which is the consequence whether direct or indirect, war hostilities (whether war be
declared or not) invasion, act of foreign enemies, rebelition, revolution, insurrection or
military of usurped power, civil war or riot, commotion or disorder otherwise than
among the contractor’s own employees or his piece worker and sub‐agencies
(hereinafter comprehensively referred to as “the said excepted risks”) and the
Department shall indemnify and save harmless the contractor against and from the
same and against and from all claims, demands, proceedings, damages, costs charges
and expenses, whatsoever arising there out or in connection therewith and shall
compensate the contractor for any loss of or damage to property of the contractor
used for intended to be used for the purpose of the works and laying at site of work
and occasioned either directly or indirectly by the said excepted risks.
19.2 lf the works sustain destruction or drainages by reasons of any of the said excepted
risks, the contractor shall be entitled to payment for any permanent works and for any
materials so destroyed or damaged and shall be paid by the department the cost of
making good tiny such destruction or damages whether to the works or Temporary
works and for replacing,, or making good Such materials so far as may be necessary for
the completion of the works on a prime costs basis as the C T O / City Engineer may
certify to be reasonable. The contractor shall lodge his claim, in writing, supported by
CTO/City Engineer immediately, but not later than 30 days of such occurrence of damage
to works by excepted risk.
19.3 Destruction, damage injury or loss caused by the explosion or impact whenever and
wherever occurring of any mine, bomb, shell, grenade or other projectile missile or
ammunition or explosive or was resulting from action described in 19.1 above shall be
deemed to be a consequence of the said Excepted Risks.
2 0 . TECHNICAL S P E C I F I C A C T I O N S :
87
Sign of Contractor No of corrections CTO
20.1 Deleted
20.2 While adopting the relevant number and pages for different items of the M.O.R.T.H
specifications for Bridges and Road Works, August 2013 or P.W.D., Standard
Specification Books, due care has been taken to indicate correct number and page for the
various items. However if for some reasons or other it is noticed that the
specification numbers and pages quoted are not pertinent, the contractor is bound to
carry out the work in accordance with the correct relevant specifications for the item
or items from the standard specification Book, after taking into account the
description of the items, scope and spirit of the work.
20.3 During the course of the execution, payment for certain items such as R.C.C. and
structural works which are done in stages, shall be made at part rates which shall
be decided by the CTO/City Engineer..
20.4 It is to be definitely and clearly understood that the specification stipulated shall
be rigidly enforced and no relaxation shall be allowed. Extra charges or claims in respect
of extra works shall not be entertained unless they are clearly outside the scope of the
item and its specifications to which they relate or unless such works are ordered in
writing by the CTO/City Engineer and claimed for in specified manner before the same is
taken in hand.
2 1 C O N T R A C T O R ’ S L I A B I L I T Y A N D I N S U R A N C E :
2 1 . 1 From commencement to completion of the works, the Contractor shall take full
responsibility for the care thereof and for taking, precaution to prevent loss or
damage to the greatest extent possible and shall be liable for any damage or loss
that may happen to the works or any part thereof from any cause whatsoever (save
and except the Excepted Risks) and shall at his own cost repair and make good the
same so that at completion, the works shall be in good order and condition and in
conformity in ever y respect with requirements of the contract and instructions of the
CTO/City Engineer.
2 1 . 2 Without limiting his obligations and responsibilities under clause 21.4 the contractor
shall insure in the joint name of the Thane Smart City Limited and the contractor against
all loss or damage from whatever cause (other than the Excepted Risks) for which
he is responsible under the terms of the contract and in Such manner that the
Thane Smart City Limited and the contract are covered during the period of
construction of the works and the defects liability period for loss or damage
arising from a cause occurring prior to the commencement of the damage caused
88
Sign of Contractor No of corrections CTO
by the Contractor in the course of any operation carried Out by him for the
purpose of complying with his obligations under clause of Defect Liability Period.
(i) The works and the temporary works to the full value of such works executed
from time to time.
(ii) The materials, constructional plant and other things brought to site by the in
contractor to the full value of such material, constructional plant and other
things.
21.3 The Contractor shall indemnify and keep indemnified the Thane Smart City Limited
against all losses and claims for injuries or damages to any person of contractor & TSCL
supervising the work or any property whatsoever which may arise out of or in
consequence of the construction and maintenance of the works and against all claims,
demands, proceedings, damages, accidents, costs, charges and expenses whatsoever
in respect of or in relation thereto provided always that nothing herein contained shall
be deemed to render the contractor liable for in respect of or to indemnify the
Department against any compensation or damage caused by “EXCEPTED RISKS”.
21.4 Before commencing execution of the work, the contractor shall, without in anyway
limiting his obligations and responsibilities under the conditions, insure against any
damage, loss or injury which may occur to any property (including that of Department)
or to any person (including any employee of Department) by or arising out of carrying
out of the Contract.
21.5 The contractor shall at all times indemnify the Department against all claims, damages of
compensation under the provisions of payments of wages Act, 1936, Minimum Wages
Act, 1948, Employment Liability Act, 1938, Industrial Disputes Act, 1947, and the
Maternity Benefit Act, 1961 and Inter State Migrant Workmen (Regulation of
Employment and Conditions of Service) Act, 1979 or any modifications thereof or any
other law relating thereto, any rules made there under from time to time or as a
consequence of any accident or injury to any workmen or other person in or about the
works, whether in the employment of the contractor or not, save and except where such
accident or injury has resulted from any act of the Department, their agents or
servants and also against all costs, charges and expenses or any suit, action or
proceedings arising out of such accident or injury and against all sum or sums which may
with the consent of the contractor be paid to compromise or compound any such claim
without limiting his obligation and liabilities as above provided the contractor shall
89
Sign of Contractor No of corrections CTO
insure against all claims, damages or compensation payable under the workmen’s
Compensation Act, 1923 or , any modifications thereof any other law relating thereto.
21.6 All the aforesaid insurance policies shall provide that they shall not be canceled till the
CTO/City Engineer has agreed to their cancellation.
21.7 The contractor shall prove to the C T O / City Engineer his authorized representatives
from time to time that he has taken out all the insurance policies referred to above and
has paid the necessary premium for keeping the policies alive till the expiry of the
Defects Liability period.
21.8 The Contractor shall ensure that similar insurance policies are taken out by his sub‐
contractor (if any) and shall be responsible for any claims or losses to department
resulting from their failure to obtain adequate insurance protection in connection
thereof. The Contractor shall produce or cause to be produced by his sub‐contractors
(if any) as the case may be relevant policy or policies and premium receipts as and
when required by the CTO/City Engineer.
If the Contractor and/or his Sub‐contractor (if any) shall fail to effect and keep in force
the insurance referred to above or any other insurance which he/they may be required
to effect under the terms of the contract then in any such case department may
without being bound and to effect and keep in force any such insurance and pay such
premium as may be necessary for that purpose and from time to time deduct the
amount so paid by the department from any money due or which may become due to
the contractor or recover the same as a debt due from the contractor.
2 1 . 9 T h i r d p a r t y i n s u r a n c e
Before commencing the execution of the work , the contractor shall insure in the joint
names of the employer and the contractor against any damage or lose or injury
which may occur to any property or to any person ( including property & employees
of the employer) by or arising out of the execution of the works or temporary works
in carrying out of the contract, such insurance shall be affected with an Indian insurance
company and in terms approved by the employer ( which approval shall not be
unreasonably with held ) and for at least the amount shown in the appendix to the
tender as the contractor shall have to produced to the engineer in charge the policy or
policies of insurance and the receipt for the payment of current premiums Rs. 5
lacs has been indicated as liability of any one incident. This shall be restored back
to same value after every incident taking place till the completion of the contract.
2 1 . 9 . 1 R i s k p e n d i n g c o m p l e t i o n :
90
Sign of Contractor No of corrections CTO
All the works of this contract until completion of contract and handling over the work
to the employer shall stand at the risk of the contractor who shall be responsible and
make good at his own costs all loses and damages caused by or by due to fire, weather
or any other cause and the contractor shall handover such works complete in every
respect on completion of works.
2 2 PR E S E R V A T I O N O F P R O P E R T Y :
The contractor shall take all reasonable precaution for the protection and preservation
of any or all existing road side trees, drains, sewers or other surface drain pipes,
conduits and any other structure under or above ground which may be
affected by the constructions, operations and which in the opinion of the Engineer
shall be continued in use without any change. Safeguards taken by the contractors in
this respect shall be got approved by him from the engineer. However, if any of
these objects is damaged by reason of the contractor’s negligence, it shall be
replaced or restored to the original condition at his expense.
2 3 PR O V I S I O N O F LI G H T I N G O F W O R K :
All excavations, trenches, obstructions, materials etc. taken in connection with the works
would be sufficiently lighted at night in order to guard against any damage or danger
to the traffic and to take all precautions to keep all the lamps lighted all night for
the guidance of the traffic in the following manner
1. All lamp must be kept at a height of about 1 m to 1.25 m (3' to 4' at strategic
points).
2. All lamps should be red in colour.
3. All lamps across, directions of traffic should.be spread at a distance of not
more than 2 m (7') apart.
4. All lamps alone the line of traffic should be spaced not more than 9m to 15m (30'
to 40') apart.
5. To take such other measures as may be directed by the engineer from time to
time for the safety of the traffic.
6. The contractor shall make all proper provisions for protecting the work by
providing portable barricades with flashers otherwise known as blinkers.
Specifications of blinkers are as follows
a) Series 6100 blinker unit consisting of a solid state oscillator dryer circuit
91
Sign of Contractor No of corrections CTO
using silicon transistor, tropicalized printed circuit card, driving a 2.4
watt filament lamp in a screw holder‐.
b) The unit contains 4 flash light cells (type 1.5 v) in a battery compartment
in the base removable bottom to facilitate quick battery change.
c) The assembly housed in a specially shaped handy box, ms fabricated,
printed in attractive traffic yellow with regulation slips on the visible base,
Bakelite handle on top for carrying. The side fitted with pre‐focused
molded polystyrene lenses red or aiiiber having prismatic inner surfaces
for efficient light transmission. Visibility approximately 150 meters on
dark night.
In the event of the contractors not complying with the provisions of the clauses,
the engineer may without notices to the contractor put up the barricades or improve
upon the same or provide or improve the lighting to adopt such procedures as
may be adopted by the engineer shall be born by the contractor shall be charged a
penalty of Rs. 100/‐ per day till compliance of these requirements.
24 Extension of Time Limit
24.1 The time for the completion of the work in the event of any authorized deviations
resulting in additional cost over the contract sum shall be extended if requested by
the contractor in the proportion in which the cost of the altered or substituted work
bear to the original contract sum plus and additional time which the accepting
authority may consider reasonable.
24.2 If any works be delayed by
a. Force majeure
b. Abnormally bad weather
c. Serious loss or damages by fire
d. Delay on the part of the other contractors or trade men engaged by
the department in executing work on which the progress of the work under
this contract is dependent but does not form part of this contract or
e. Any other cause which in the absolute power of the Accepting Authority is
beyond the contractor`s control, then upon the happening of any such event
causing delay the contractor shall immediately give notice thereof in
writing to the Engineer but shall nevertheless use constantly his best
92
Sign of Contractor No of corrections CTO
endeavors to prevent or make good the delay and shall take all possible
steps to the satisfaction of the Engineer to proceed with the works.
24.3 Request for extension of time shall be made by the contractor in writing not later
than thirty days of the event causing the delay. The contractor may also , if
practicable , indicate in such a request the period for which extension is desired.
24.4 Extension of time shall also be admissible in the case of temporary suspension of works.
25.0 Suspension of Work
Then contractor shall on written order of the Engineer in charge suspend the
progress
Of the works of any part thereof for such time or times and in such manner as
the Engineer may consider necessary and shall during such suspension properly protect
and secure the work , so far as it is necessary in the opinion of the Engineer.
25.1 If suspension as above is ordered for no fault of the contractor
a. The contractor shall be entitle to a extension of time and
b. If the total period of all such suspensions of the entire works exceed
90 days the contractor shall in addition to be entitled to compensation as the
Engineer may consider reasonable, in respect of salaries and/ or wages actually paid
by contractor to his site employees and labour remaining idle during the period
of suspension, adding thereto a Lump sum of 10% to cover indirect expenses of
contractor, provided the contractor produces documentary evidence in support
thereto to the satisfaction of the Engineer including convincing the justification why
such employees and labour could not be discharged or directed to other work.
26. If sectional completion is specified in the Contract Data, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion .Date apply to
any Section of the Works (other than references to the Completion Date and Intended
Completion date for the whole of the Works).
27. Any other document listed in the Contract Data as forming part of the Contract.
28 The language of the Contract and the law governing the Contract are stated in the Contract
Data.
29. Sub‐contracting
The Contractor may sub‐contract any portion of work, up to a limit specified in Contract
Data, with the approval of the Engineer but may not assign the Contract without the
approval of the Employer in writing. Sub‐contracting does not alter the Contractor's
obligations.
93
Sign of Contractor No of corrections CTO
30. Personnel
30.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as
referred to in the Contract Data to carry out the functions stated in the Schedule or other
personnel approved by the Engineer. The Engineer will approve any proposed replacement of
key personnel only if their qualifications, abilities, and relevant experience are substantially
equal to or better than those of the personnel listed in the Schedule.
30.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor's
staff or his work force stating the reasons the Contractor shall ensure that the person leaves
the Site within seven days and has no further connection with the work in the Contract.
31. Possession of the Site
The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is
not given by the date stated in the Contract Data the Employer is deemed to have delayed the
start of the relevant activities and this will be Compensation Event.
32. The Contractor shall submit the Engineer, for approval, an updated Programme at intervals no
longer than the period stated in the Contract Data. If the Contractor does not submit an
updated Programme within this period, the Engineer may withhold the amount stated in the
Contract Data from the next payment certificate and continue to withhold this amount until
the next payment after the date on which the overdue Programme has been submitted.
33. Compensation Events
33.1 Compensation shall be applicable and only extension may be considered on merits if not on
part of Contractor
33.2 The Contractor shall not be entitled to compensation to the extent that the Employer's
interests are adversely affected by the Contractor not having given early warning or not having
cooperated with the Engineer.
34. Retention
34.1 The Employer shall retain from each payment due to the Contractor the proportion stated in
the Contract Data until Completion of the whole of the Works.
34.2 Deleted.
34.3 On completion of the whole works, the contractor may substitute retention money with an "on
demand" Bank guarantee. This Bank Guarantee shall remain valid till the completion of Defect
Liability Period
35. Liquidated Damages
35.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the
Contract Data for each day that the Completion Date is later than the Intended Completion
94
Sign of Contractor No of corrections CTO
Date (for the whole of the works or the milestone as stated in the contract data). The total
amount of liquidated damages shall not exceed the amount defined in the Contract Data. The
Employer may deduct liquidated damages from payments due to the Contractor. Payment of
liquidated damages does not affect the Contractor's liabilities.
35.2 If the Intended Completion Date is extended after liquidated damages have been paid, the
Engineer shall correct any overpayment of liquidated damages by the Contractor by adjusting
the next payment certificate. No interest shall be payable in case of any delay of payment
35.3 If the contractor fails to comply with the time for completion as stipulated in the tender, then
the contractor shall pay to the employer the relevant sum stated in the Contract Data as
Liquidated damages for such default and not as penalty for everyday or part of day which shall
elapse between relevant time for completion and the date stated in the taking over certificate
of the whole of the works on the relevant section, subject to the limit stated in the contract
data. The employer may, without prejudice to any other method of recovery deduct the
amount of such damages from any monies due or to become due to the contractor. The
payment or deduction of such damages shall not relieve the contractor from his obligation to
complete the works on from any other of his obligations and liabilities under the contract.
35.4 If, before the Time for Completion of the whole of the Works or, if applicable, any Section, a
Taking ‐ Over Certificate has been issued for any part of the Works or of a Section, the
liquidated damages for delay in completion of the remainder of the Works or of that Section
shall, for any period of delay after the date stated in such Taking‐Over Certificate, and in the
absence of alternative provisions in the Contract, be reduced in the proportion which the value
of the part so certified bears to the value of the whole of the Works or Section, as applicable.
The provisions of this Sub‐Clause shall only apply to the rate of liquidated damages and shall
not affect the limit thereof.
36. Securities
The Performance Security (including additional security for unbalanced bids) shall be provided
to the Employer no later than the date specified in the Letter of Acceptance and shall be issued
in an amount and form and by a bank or surety acceptable to the Employer, and denominated
in Indian Rupees. The Performance Security shall be valid until 6 (Six) month from the date of
completion certificate issued by TSCL. and additional security for unbalanced bids shall be valid
until a date 28 days from the date of issue of the certificate of completion.
37. Operating and Maintenance Manuals‐
37.1 If "as built" Drawings and/or operating and maintenance manuals are required, the Contractor
shall supply them by the dates stated in the Contract Data.
37.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the
Contract Data, or they do not receive the Engineer's approval, the Engineer shall withhold the
amount stated in the Contract Data from payments due to the Contractor.
38. Payment upon Termination
38.1 If the‐Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Engineer shall issue a certificate for the value of the work done less advance
payments received up to the date of the issue of the certificate, less other recoveries due in
95
Sign of Contractor No of corrections CTO
terms of the contract, less taxes due to be deducted at source as per applicable law and less the
percentage to apply to the work not completed as indicated in the Contract Data. Additional
Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any
payment due to the Contractor the difference shall be a debt payable to the Employer.
38.2 If the Contract is terminated at the Employer's convenience or because of a fundamental
breach of Contract by the Employer, the Engineer shall issue a certificate for the value of the
work done, the cost of balance material brought by the contractor and available at site, the
reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed
solely on the Works, and the Contractor's costs of protecting and securing the Works and less
advance payments received up to the date of the certificate, less other recoveries due in terms
of the contract and less taxes due to be deducted at source as per applicable law.
39. Tax
The rates quoted by the Contractor shall be deemed to be exclusive of goods & Services tax
(GST) and inclusive of all other taxes that the Contractor will have to pay for the performance
of this Contract. GST Shall be payable on the accepted contract value. The Employer will
perform such duties in regard to the deduction of such taxes at source as per applicable law.
Chapter XXI‐Miscellaneous, section 171 (1) of GST Act, 2017 governs the Anti Profiteering
Measure (APM)
As per the provision of this section, Any reduction in rate of tax on any supply of goods or
services or the benefit of input tax credit shall be passed on to the recipient by way of
commensurate reduction in prices.
Accordingly the contractor should pass on the complete benefit accruing to him on account of
reduced tax rate or additional input tax credit to Thane Municipal Corporation.
Further, all the provisions of GST Act will be applicable to the tender.
96
Sign of Contractor No of corrections CTO
Chapter – V
Special Conditions of Contract
97
Sign of Contractor No of corrections CTO
C H A P T E R ‐ V
SPECIAL CONDITIONS OF CONTRACT
1 There may be underground services such as water supply, sewerage, electric,
telephone cable etc. which may be required to be removed, shifted by the concerned
authorities. No survey of underground services are carried out by TSCL. As per the
requirement they will have to be taken up the possible delay due to such services
have to be accounted by agency though time delay could be considered on merit by
no extra compensation for such delay will be made. TSCL as proposed to lay water
supply and sewerage lines below ground simultaneously to cater to 30 years need so
that future cutting of roads could be avoided.
The tenderer should carry out additional works like major/minor repairs, lowering and
laying of water and sewerage lines and their required relative works as and when
required, the works will be executed at the rate of current D.S.R.. However C TO / City
engineer will be the final authority to execute such works through other agencies
2. Deleted
3. DELETED
4 The contractor shall submit PERT programme as well as Bar charts depending
upon site problems and review the same at a very close interval of 1 week. The
PERT Programme and Bar charts shall detail gainful employment of mobilization and for
their flexibility depending upon availability or otherwise of work front.
4.1 There shall be sufficient documentation of the work in the form of test records, registers,
challans survey records of levels, photographs etc. at the cost of contractor. The
contractor shall provide necessary registers for recording test results jointly, forms,
stationary etc. at his cost. All the test results in field and in the laboratory shall be
signed by representative of contractors.
5 DELETED
6 DELETED
7 L S e c t i o n s ‐ C r o ss S e c t i o n s ‐ M o d e o f Me a s u r e m e n t s :
Soon after issue of work order the contractor shall establish Bench mark on
permanently fixed locations or on un‐disturbed locations. Bench markings levels should
98
Sign of Contractor No of corrections CTO
be at interval, not more than 50 meter. This bench marking levels shall be got cross
checked by the Dy. Engineer of TSCL. and records shall be submitted to the Cit y
Engineer, Executive Engineer. One copy retain with the contractor. The contractor shall
issue one copy of the 'L' sections and the cross sections, of FOB along with road and
footpath details. including the curve tables duly signed by the CTO/City Engineer,
approved by CTO/City Engineer, before commencement in further work on the road.
This condition is compulsory and shall not be neglected. In case the contractor defaults
to obtain duly approved 'L' sections and cross sections from CTO/City Engineer
before commencement of the work no claims/complaints regarding delayed
payments or non‐payments or not entertaining payment for excess quantity
shall be entertained. The contractor shall maintain one copy of the approved 'L'
sections and cross sections at the site. Along with each bill the contractor shall
forward measurements for each of items such as foundation, sub structure,
superstructure, and surface area of all surfaces, executed in the bill. etc. There
shall be joint independent measurement of selected RMC, as may be selected by
Engineer or his representative in respects of RMC mix.
8 DELETED
9 DELETED
1 0 S u b m i s s i o n o f B i l l s b y C o n t r a c t o r :
The contractor shall submit bills in standard invoice with measured quantities duly
supported with joint measurements along with copies of records of test results for
frequency as per specifications, delivery challans of RMC from plant to site, royalty
paid challans etc. The Engineer‐in‐charge shall check the bills and measurements
submitted by the contractor and submit the bills after joint measurements duly signed
by contractor. If the contractor is unable to produce royalty challans while submitting
bills, the royalty will be deducted from the bill at the prevailing rates.
1 1 All the bench marks/chainage marks shall be painted and preserved by contractor.
12 Deleted.
13 Deleted
1 4 A p p r o v a l t o M a t e r i a l i n W r i t i n g a n d Pr e s e r v a t i o n o f S a m p l e s :
For all the items first samples must be got approved from the Engineer In charge.
Approved samples shall be preserved in sealed plastic containers at the site office
in cup‐board. No work shall be done unless approval in writing is given by the
Engineer for quality of material to be used. The samples shall be available in the
office for flooring, tiles, kerb stones, water tables, DWC pipes and all such items like
99
Sign of Contractor No of corrections CTO
metal, sand metal for concrete work.etc. Centering before bringing to site shall be got
approved in writing from Engineer Incharge. The concreting shall be done in the
presence of Engineer‐in‐charge only and it is to be shown to Engineer Incharge after
removal of shuttering. After he approves the quality of finish in writing. Then further
concreting shall be done. No sub‐standard work will be accepted and it will stand
rejected if it does not meet specifications of MoRTH and other specification as
applicable. Approval of form finish, surface of gutter walling and slab, various
components like kerb stone, flooring tiles, water table, shall be recorded in work order
book and slips be pasted to samples duly signed by Engineer in charge and
representative of TSCL and presented till final bill is recorded.
1 5 P o s t i n g o f Q u a l i f i e d / E x p e r i e n c e d E n g i n e e r s o n S i t e :
The contractor shall post sufficient number of experienced Engineers on site.
Engineers to be appointed on site shall be with approval of Engineer Incharge of the
work from TSCL
1 6 S a f e t y o f Tr a f f i c d u r i n g e x e c u t i o n :
During the construction work proper diversion shall be maintained. Proper indicator
boards shall be provided for safety of vehicular and pedestrian traffic and labour, staff
working on site. Proper insurance of staff labour be drawn as indicated in contract.
Safety during construction shall be given top priority and to the entire satisfaction
of Engineer in charge.
Tenderer should Abbreviation that, during the execution of works, debris etc.
dumped on the public streets / footpaths / places will have to be removed
immediately as per direction of Engineer in charge , failing which the same will be
got removed at their risk and cost.
1 7 A p p r o v a l f o r C e m e n t / S t e e l : ‐
The steel and cement shall be of approved make as per instructions of Engineer in
charge in writing.
1 8 M i n i m u m C e m e n t c o n t e n t s h a l l b e a s Follows : ‐ A s p e r I S 4 5 6 ‐ 2 0 0 0
M‐10 ‐ 4.6 bags / cum.
M‐15 ‐ 6.4 bags / cum.
M‐20 ‐ 7.2 bags / cum.
M‐25 ‐ 8.0 bags / cum.
M‐35 ‐ 8.75 bags / cum.
M‐40 ‐ 9.00 bags / cum.
1 9 D i s p o s a l & T r a n s p o r t a t i o n o f E x c a va t e d M a t e r i a l : ‐
Disposal & transportation of excavated material shall be done by the contractor at
100
Sign of Contractor No of corrections CTO
his own cost as directed by Engineer‐In‐Charge. No extra payment will be made for
loading, unloading, transportation, labour and disposal of excavated material.
Proper Account, records will have to be maintained., All the charges for the royalty if
payable to collector for excavated material, which will be transported as directed by
Engineer‐In‐Charge shall be borne by the contractor, necessary proof of receipt of
having royalty paid shall be submitted along with RA bills . Necessary permission
to the transportation from concerned department shall be obtained by contractor
himself. TSCL will extend necessary possible help in this regard. The rate quoted shall
be deemed to be included above aspect.
2 0 R o a d c l o s i n g a n d t r a f f i c d i v e r s i o n ‐
The contractors will have to obtain permission from the traffic police department well in
advance in co‐ordination with TSCL, either for closing down the road or for diversion of
traffic for execution of the work. The work may be required to be executed in phases
as per traffic police permission . The contractors should therefore take this factor
into account while quoting. It will be the contractors responsibility to take permission
from department concern’s. TSCL will help in issuing letter, give NOC so that
authorities could give permission. In case of any delay taking place on account of such
permission ,
TSCL will not be responsible. No claim/escalation, extension of time shall be
entertained on account of this. Half width of the road can be taken for construction
21 TSCL. will not supply cement to contractors. They shall have to purchase cement of
approved make from open market manufactured by reputed companies whose strength
of cement shall conform to I.S. 8112.1989. Cement shall have to be got tested at
any approved laboratory by TSCL of approved make by CTO/City Engineer at
Contractor’s cost before its use.
2 2 Use of ordinary Portland cement of 43 grade for pile and pile cap and 53 grade for other
concrete work.
All the test records shall be meticulously maintained by the Contractor duly signed by
Engineer In‐charge of the TSCL.
2 3 Contractors shall do the mix design of adequate strength as required and specified by
the Engineer. The mix design shall be got changed at the cost of contractor if quality of
materials and gradations are changed or as may be directed by the CTO/City Engineer.
RMC plant shall be got approved from TSCL well in advance.
101
Sign of Contractor No of corrections CTO
2 4 T h e b i t u m e n r o a d d a m a g e d d u r i n g c o n s t r u c t i o n s h o u l d b e r e i n s t a t e d w i t h
o r i g i n a l c r u s t . T h e b i t u m e n u s e d fo r D B M / B M a n d A C s h a l l b e C R M B a n d
P M B g r a d e r e s p e c t i v e l y .
2 5 Deleted
2 6 T M C will carry out third party inspection as and when required from agency
appointed by TSCL. or I.I.T., Powai/VJTI as directed by CTO/City Engineer for
inspection of quality work during construction time.
2 7 . D e l e t e d
2 8 D e l e t e d
29 Also traffic warden shall be deployed during construction work, for any traffic diversion
carried out . No extra payment shall be made on this account.
30 Day by day record of execution of work and relating technical records, registers, tests
and test reports should be maintained by the contractor's engineer and duly get
checked and corrected by site in charge of TSCL, which is responsibility of the
contractor. Failing which, claim for the bill for such works will not be entertained.
31 Deleted
32 Deleted
33. SPECIFICATIONS FOR TRAFFIC SIGNS Traffic
Signs
Temporary traffic and construction signs are to be provided during construction
and maintenance, operations for traffic diversion and pedestrian safety.
102
Sign of Contractor No of corrections CTO
CHAPTER ‐ VI
CONTRACT DATA
103
Sign of Contractor No of corrections CTO
CHAPTER –VI
Contract Data
Clause
Items marked “N/A” do not apply in this Contract
Reference
1 The Employer is Pg.No.11 (Cl.1)
Name :Thane Smart City Limited, Thane
Address : 2nd floor, Thane Municipal Corporation, Thane, Gen. Arunkumar
Vaidya Marg, Panchpakhadi, Thane (West).
2 The Engineer is: CTO/City Engineer, 3rd floor, Thane Municipal
Thane Smart City Limited, Thane Corporation, Thane, Gen.
Arunkumar Vaidya Marg,
Panchpakhadi, Thane (West).
3 The Dispute Review Expert is: Hon. Chief Executive Officer, Thane Smart Pg.No.32 (Cl.36.1)
City Limited
* Name : Hon. Chief Executive Officer, Thane Smart City Limited, Thane
*Address: 2rd floor, Thane Municipal Corporation, Thane, Gen. Arunkumar
Vaidya Marg, Panchpakhadi, Thane (West).
4 1.The Defect Liability for Concrete Road will be 60 months. from the date of Pg.No.117 (Cl.10)
Completion of work.
2.The Defect Liability for other work will be 36 months from the date of
Completion of work. Also any manufacturing defects of glass should be
rectified in DLP.
5 The Start Date shall be 7 days from the date of issue of the Work Order.
6 The Intended Completion Date for the whole of the Works is 8 Month Pg.No.61 (Cl.2.4)&
including monsoon period after start of work with the following mile Pg.No.92 (Cl.24)
stones:
Milestone dates: Pg.No.93 Cl.No.26
& Pg.No.95 Cl. No.
35.1
Physical Works to be completed Period for mild stone Period from the
Work order date
i) Foundations 3 (Three) Months 3 (Three) Months
ii) Erection 2 (Two) Months 5 (Five) Months
iii) Concrete Road and Finishing 3 (Three) Months 8 (Eight ) Months
7 Site Location: Designing and Construction of Cantilever Footpath and Pg.No.48 (Cl.1(k))
104
Sign of Contractor No of corrections CTO
Widening of Shivaji Path along Masunda Lake.
8 The name and identification number of the Contract is:‐
TENDER NOTICE NO:TMC/PRO/Smart City /343/2018‐19 Date:‐ 6 th July
2018
9 The work consist of ...
1. The works shall, inter alia, include the following, as specified or as
directed:
((A) Road Works
Site Clearance; setting out and layout; traffic diversion work, removal
of old c.c. paver block wearing coat, laying of WSEL,WBM ,DLCC,CC M‐
40PQC
(B) Cantilever Glass top footpath.
(C) Buildings and Other Items: NIL
Any other items as required to fulfill all contractual obligations as per
the Bid documents
10 The following documents also form part of the Contract: Addendum issued Pg.No.93 Cl.No.27
under clause 9.2.4 pursuant to clause 10 if any
11 The law, which applies to the Contract, is the law of Union of India. Pg.No.93 Cl.No.28
12 The language of the Contract documents is English
13 Limit of subcontracting – 40 % of the Initial Contract Price( for specialized Pg.No.93 Cl.No.29
work only)
14 The Schedule of Other Contractors –NIL
15 The Schedule of Key personnel ‐ As per Annex‐B to Chapter II Pg.No.94 Cl.No.30
16 The minimum insurance cover for physical property, injury and death is Rs.5 Pg.No.88 (Cl.21.9)
lakh per occurrence with the number of occurrences limited to four. After
each occurrence, Contractor will pay additional premium necessary to make
insurance valid for four occurrences always.
17 Site investigation report – To be assessed by the contractor Pg.No.21 (Cl.13.5)
18 The site possession Dates shall be same day from issue of Notice to precede Pg.No.94 Cl.No.31
with the work.
19 Deleted
20 Appointing Authority for the Dispute Review Expert‐Hon Chief Executive Pg.No.32 (Cl.36.1)
Officer, Thane Smart City Limited, Thane.
21 The period for submission of the Programme for approval of Engineer shall Pg.No.98 (Cl.4)
105
Sign of Contractor No of corrections CTO
be 21 days from the issue of letter of Acceptance
22 The amount to be withheld for late submission of an update Programme Pg.No.94 Cl.No.32
shall be Rs. 1,00,000/‐
23 The following events shall also be Compensation Events: Pg.No.94 Cl.No.33
*Substantially adverse ground conditions encountered during the course of
execution of work not provided for in the bidding document –
i) *Removal of underground utilities detected subsequently
ii) Deleted
iii) *Removal of unsuitable material like marsh, debris dumps etc. not
caused by the contractor Rs.5000 / day.
iv) Deleted
v) Deleted
vi) Deleted
vii) *Presence of historical, archaeological or religious structures,
monuments interfering with the works
viii) *Restriction of access to ground imposed by civil. Judicial, or military
authority.
24 The currency of the Contract is Indian Rupees Pg.No.21 (Cl.14.1)
25 Price Adjustment
Contract price shall be adjusted for increase or decrease in rates and price of
labor, materials, fuels and lubricants excluding bitumen, cement and steel in
accordance with the following principles and procedures and as per formula
given in the contract data. However the maximum amount due to price
variation will be restricted to 5% of the accepted contract value excluding
the compensation payable for the materials ( bitumen, steel and cement )
which have been directly given difference in purchase price and start rate.
The price variation clause to be included shall be read as follows: (a) The
price adjustment shall apply for the work done from the start date given in
the contract data up to end of the initial intended completion date or
extensions granted by the Engineer and shall not apply to the work carried
out beyond the stipulated time for reasons attributable to the contractor. (b)
The price adjustment shall be determined during each month from the
formula given in the contract data. (c) Following expressions and meanings
are assigned to the work done during each month:
R = Total value of work done during the month. It would include the amount
of secured advance granted, if any, during the month, less the amount of
secured advance recovered, if any during the month. It will exclude value for
works executed under variations for which price adjustment will be worked
separately based on the terms mutually agreed.
106
Sign of Contractor No of corrections CTO
To the extent that full compensation for any rise or fall in costs to the
contractor is not covered by the provisions of this or other clauses in the
contract, the unit rates and prices included in the contract shall be deemed
to include amounts to cover the contingency of such other rise or fall in
costs.
(1) Labour Component
(2) Material Component
(3) Petrol, oil and Lubricants Component
(4) FE ‐500 reinforcemene & Structural Steel Component
(5) Cement Component
Calculated as per the formula hereinafter appearing, shall be made Apart
from these, no other adjustments shall be made to the contract price for any
reasons whatsoever. Component percentage as given below are as of the
total cost of work put to tender. Total of Labour, Material & POL
components shall be 100 and other components shall be as per actuals.
(1) Labour Component –K1 *( 35 %)
(2) Material Component –K2 * ( 57 %)
(3) POL Component –K3 *( 8 %)
(4) TMT FE ‐500 reinforcemene & Structural Steel Component Actual
(5) Cement Component
Actual
*Percentage of Labour, Material & POL components shall be taken as per
G.R.
Abbreviation :‐ if Cement, Steel are supplied on schedule A and then
respective component shall not be considered. Also if particular
component is not relevant same shall be deleted.
The star rates are given as below.
Cement :‐ Rs. 4200/‐ per M.T.
TMT FE ‐500 reinforcement :‐ Rs. 33425/‐ per M.T.
Structural Steel :‐ Rs. 38000/‐ per MT
i) Adjustment for labour component
Price adjustment for increase or decrease in the cost due to labour
shall be paid in accordance with the following formula :
VL = 0.85 x P1/l00 x R x (LI‐ Lo )/Lo
VL = increase or decrease in the cost of work during the month
under consideration due to changes in rates for local labour.
Lo = the consumer price index for industrial workers for the State on
28 days preceding the date of opening of Bids as published by
107
Sign of Contractor No of corrections CTO
Labour Bureau, Ministry of Labour, Government of India.
LI = The consumer price index for industrial workers for the State for
the under consideration as published by Labour Bureau,
Ministry of Labour, Government of India.
P1 = Percentage of labour component of the work. (i.e.35%)
ii) Adjustment of Other materials Component (Excluding bitumen, steel and
cement)
Price adjustment for increase or decrease in cost of local materials other
than cement, steel, bitumen and POL procured by the contractor shall be
paid in accordance with the following formula:
Vm = 0.85 x Pm /100 x R x (MI ‐ M0 )/M0
Vm = Increase or decrease in the cost of work during the month under
consideration due to changes in rates for local materials other than
cement, steel, bitumen and POL.
MI = The all India wholesale price index (all commodities) on 28 days
preceding the date of opening of Bids, as published by the Ministry of
Industrial Development, Government of India, New Delhi.
M0 = The all India wholesale price index (all commodities) for the month
under consideration as published by Ministry of Industrial
Development, Government of India, New Delhi.
Pm = Percentage of local material component (other than cement, steel,
bitumen and POL) of the work. (i.e.57%)
iii) Adjustment of POL (fuel and lubricant) component
Price adjustment for increase or decrease in cost of POL (fuel and
lubricant) shall be paid in accordance with the following formula:
Vf = 0.85 x P2/100 x R x (F1 – Fo)/Fo
Vf = Increase or decrease in the cost of work during the month under
consideration due to changes in rates for fuel and lubricants.
Fo = The official retail price of High Speed Diesel (HSD) at the existing
consumer pumps of lac at nearest center on the day 28 days
prior to the date of opening of Bids.
F1 = The official retail price of HSD at the existing consumer pumps of
IOC at nearest center for the 15th day of month of the under
consideration.
Government Circular No.: Sankirn‐2017/C.R.121/Part II/Bldg.2 Page 7
of 7
P2 = Percentage of fuel and lubricants component of the work. (
i.e.8%)
108
Sign of Contractor No of corrections CTO
Abbreviation: For the application of this clause, the price of High
Speed Diesel oil has been chosen to represent fuel and
lubricants group.
109
Sign of Contractor No of corrections CTO
T = Tonnage of cement used in the permanent works for
the quarter under consideration.
II Conditions referred to in para ‐ I As per Schedule of
(i) The operation period of the contract shall mean Veration
the period commencing from the date of the work order
issued to the Contractor and ending on the date when the
time allowed for the work specified in the Memorandum
under tender for works expires, taking into consideration
the extension of time, if any for completion of the work
granted by Engineer‐in‐charge under relevant clause of
the conditions of contract in case other than those where
such extension is necessitated on account of default of
the Contractor. The decision of the Engineer‐in‐charge as
regards the operative period of the contract shall be final
and binding on the Contractor. Where compensation for
liquidated damages is levied on the Contractor on
account of delay in completion or inadequate progress
under the relevant contract provisions the escalation
amount for the balance work from the date of levy of
such compensation shall be worked out by pegging the
indices Cl, I1 and Pl to levels corresponding to the date
from which such compensation is levied.
(ii) This price variation clause shall be applicable to all
contracts in B‐1, B‐2 and C forms but shall not apply for
piece work.
(iii) Price variation shall be calculated in accordance
with the formulas mentioned above, separately for
labour, material and POL components.
(iv) The price variation under this clause shall not be
payable for the extra items required to be executed
during the completion of the work and
This clause is operative both ways i.e. if the price
variation in the saidWholesale Price Index (New Series) or
price of HSD for Thane is on the plus side, payment on
account of the price variation shall be allowed to the
Contractor and if it is on negative side, the TSCL shall be
entitled to recover the same from the Contractor and the
amount shall be deductible from the Contractors bill for
the respective period in which there are fluctuations.
26 The Proportion of payments retained (retention money) shall be 6 % from Pg.No.94 Cl.No.34
each bill subject to a maximum of 5 % of final contract price and shall be
retained up to DLP
110
Sign of Contractor No of corrections CTO
27 A) Amount of liquidated damages for (I) for Whole of work Pg.No.95 Cl.No.35
delay incompletion of works
(1/2000)th of the initial
contract
price rounded off to the
nearest
thousand per day
(II) for sectional completion:
Whatever specified in item 6
of contract data (1/200)th of
initial contract price for
section of work under
(i) Milestone I: rounded
off to the nearest
thousand per day
i.e. Rs 85,000/‐( Rs
Eighty Five
Thousand Only)
(ii) Milestone II: rounded
off to the nearest
thousand per day
i.e. Rs 1,08,000/‐(
Rs One Lakh Eight
Thousand Only)
(iii) Milestone III: rounded
off to the nearest
thousand per day
i.e Rs 1,06,000/‐(
Rs One Lakh Six
Thousand Only)
B) Maximum limit of liquidated damages 10% ( Ten Percent) of Initial
for delay incompletion of works contract Price rounded off to
the nearest thousand .i.e. Rs
60,70,700/‐ (Rs Sixty Lakh
Seventy Thousand Seven
Hundred Only)
28 Deleted
29 Deleted
30 The Securities shall be for the following minimum amounts equivalent as a Pg.No.95 Cl.No.36
percentage of the Contract Price:
Performance Security for ( 2) percent of contract price plus Rs.......................
(to be decided after evaluation of the bid) as additional security in terms of
ITB Clause 29.5
111
Sign of Contractor No of corrections CTO
The Standard form of Performance Security acceptable to the Employer shall
be an unconditional Bank Guarantee of the type as presented in Section 8 of
the Bidding Documents.
31 The Schedule of Operating and Maintenance Manuals ................N/A Pg.No.95 Cl.No.37
32 The date by which “as‐built’ drawings (in scale as directed) in 2 sets are Pg.No.95 Cl.No.37
required is within 28 days of issue of certificate of completion of whole or
section of the work, as the case may be.
33 The amount to be withheld for failing to supply “as‐built” drawings by the Pg.No.95 Cl.No.37
date required is Rs. 1.00. Lakh.
34 Termination Cluase Pg.No.32 (Cl.37)
35 The Percentage to apply to the value of the work not completed Pg.No.96 Cl.No.38
representing the Employer's additional cost for completing the Works shall
be 20 percent.
36 Provisional Sum is 1 percent of accepted cost. Pg.No.131(Cl.110.5)
112
Sign of Contractor No of corrections CTO
Chapter – VII
General Description of w ork
113
Sign of Contractor No of corrections CTO
C H A P T E R ‐ VII
D E S C R I P T I O N OF W O R K S
1 . The scope of work covered under the present tender is : " Designing and Construction of
Cantilever Footpath and Widening of Shivaji Path along Masunda Lake..”
114
Sign of Contractor No of corrections CTO
4 . S I T E C O N D I T IO N S :
The contractors are deemed to have studied the site conditions including the constraints
regarding transport. This / These is / are heavy traffic roads. They should also be familiar
with availability of suitable materials, constrains on their storage, availability of labour,
weather and climatic conditions, traffic management and are deemed to have
estimated their rates accordingly. The information here in above and provided elsewhere
is given in good faith by the employer but the contractor shall satisfy himself regarding
all aspects of site conditions and no claim shall be entertained on the plea that the
information supplied by the Engineer erroneous or insufficient.
5 . C O N T R A C T D R A W I N G S :
The Contract drawings provided for tendering purpose are enclosed with this tender
Documents and shall be used for reference and guidance only.
The contractor shall prepare design and drawing and submit 4 copies of them along with
detailed design calculations/ design methodology to TSCL. TSCL will forward these
designs and drawings for proof checking to the institution/Consultant. The contractor
should comply all queries raised by the proof checking consultant. After proof
checking, the contractor shall submit set of 4 fresh drawings and design, incorporating
corrections, modifications, remarks as suggest by proof consultant. The same will be
approved by C T O / City Engineer, TSCL, for actual execution of work.
The tendered rates/prices for the work shall be deemed to include the cost of
preparation, supply and delivery of all necessary drawings, detailed design, prints,
tracings and negatives which the Contractor is required to provide in accordance with
the Contract. No examination or approval by the “Engineer” of any drawing or
other documents submitted by the Contractor shall relieve the Contractor of his
responsibilities or liabilities under the Contract.
6 . The works specified under this contract shall include all general works preparatory to
the construction of Toughened Cantilever Glass top Footpath & Adjacent Cement Concrete
Road and all other things, requisites and work of any kind necessary for the due and
satisfactory construction, completion and maintenance of the works to the intent
115
Sign of Contractor No of corrections CTO
and meaning of the drawings and the specifications All materials, apparatus, plant,
machinery, tools, fuel, water, strutting, timbering and tackle of every description,
transport, offices, stores workshop, staff labour and the provision of proper and
sufficient protective works, diversion, temporary fencing, lighting and watchmen and
safety equipment required for the safety of the public and protection of the works
at all stages and after completion of work upto the end of guarantee period and
adjoining land, first aid equipment, sanitary arrangement for the staff and
workmen, the effecting and maintenance of all insurances, the payment of wages,
salaries, fees, royalties, duties, taxes, levies or the other charges arising out of the
execution of the works and the regular clearance of rubbish, reinstatement and
clearing up and leaving perfect of completion. The contractors shall pay the
environmental cess on murum and rubble levied by the competent authorities. The
contractors shall also pay the royalties as directed by the competent authorities.
T E C H N I C A L S P E C I F I C A T I O N S :
7 . G E N E R A L G U I D E L I N E S FO R T E C H N I C A L S P E C I F I C A T I O N S :
The specifications for various items to be followed are as per M.O.R.T.H 2013
Specification for Road and Bridge Works ‐ Latest revision and “ Maharashtra P.W.D.
Standard Specification”
In the absence of any definite provisions on any particular item in the aforesaid
specifications, and additional specifications given herein after, referenced may be made
tolatest I.R.C.Codes of practise, B.I.S. specification, Euoropen standard(E.N.) and Indian
Railway Codes in that order. Where even these are silent the construction and
completion of the items shall conform to the Sound Engineering practice and in case of
dispute arising out of the interpretation of the above, the decision of the C T O / City
Engineer shall be final and binding on the Contractors. In brief the order in
which the specifications of the work are to be followed shall be as follow.
(1) M.O.R.T.H April 2013 specification for Road and Bridge Works Latest Revision
(2) Maharashtra P.W.D. Standard Specifications.
(3) Indian Roads Congress specifications.
(4) Bureau of Indian Standards specifications.
(5) European Standards
116
Sign of Contractor No of corrections CTO
(6) Indian Railway Standard.
(7) Sound Engineering Practice.
The abbreviations I.R.C., M.O.R.T.H 2013., B.I.S. shall be considered to have
the following meaning ‐
(1) M.O.R.T.H. ‐ Ministry of Road Transport & Highway
(2) I.R.C. ‐ Indian Road Congress.
(3) B.I.S. ‐ Bureau of Indian Standards.
(4) EN ‐ European Standards.
The codes of practice, standards and specification applicable shall be those existing as on
one month prior to the last date for submission of tender.
In so far as any stipulations made herein conflict or are inconsistent with any of
the provisions of M.O.R.T.H. Specifications (Red Book), I.R.C. Codes of practice, the
Stipulation made herein shall prevail.
8. Deleted
9 . Deleted
1 0 . D E F E C T L I A B I L I T Y : ( D e f a u l t Ga u r a n t e e )
1. The Defect Liability for Concrete Road will be 60 months. from the date of
Completion of work.
2. The Defect Liability for other work will be 36 months from the date of Completion of
work. Also any manufacturing defects of glass should be rectified in DLP.
Exemption’s from DLP are:
1. Digging in concrete road and footpath by any other agencies.
2. For glass footpath any intentional damage and vandalization by public and plying
of any type of vehicle on footpath.
1 1 . E X C A V A T I O N & TR E N C H I N G :
All trenches 1.5 meters or more in depth shall height all times be supplied with at
least one ladder for each 30 meters in length or fraction thereof. Ladder shall be
extended from bottom of trench to at least one meter above surface of the ground.
Sides of a trench which is 1.5 meters or more in depth shall be stepped back to give
117
Sign of Contractor No of corrections CTO
suitable slope, or Security held by timber bracing, so as to avoid the danger of sides
collapsing, excavated materials shall not be placed with 1.5 meters of edge of trench or
half of depth of trench whichever is more. Cutting shall be done from top of
bottom. Under no circumstance, shall undermining or undercutting, be done.
1 3 . C E R T I F I C A T I O N O F S U B S T A N T I A L C O M P L E T I O N W O R K S :
On completion and taking over of works or apart of works exclusively stipulated in the
contract documents, all in the accordance with the terms of contract agreement
and further subject to the condition that the completed works ot items of works, as
the may be (In case of phase completion ) the CTO/City Engineer will issue a
substantial completion certificate for whole or part of the works as the case may be on
receiving written request from the contractor. The substantial Completion is defined as
stage of the work when it has been completed and made ready for functional use,
although some minor points or insignificant items of work still remain to be
completed, however this minor points and insignificant items should not have any
bearing on the functionality of the item. Provided always that the said substantial
certificate being issued, prior to completion of whole of the works shall not be
deem to prompt requirement of reinstatement of any ground or surface, as may be
necessary under contract provisions. The completion certificate shall be issued by the
C T O / City Engineer after completion of all minors works mentioned in substantial
completion of works.
119
Sign of Contractor No of corrections CTO
Chapter – VIII
Work/Technical Specification for Cons truction
120
Sign of Contractor No of corrections CTO
CHAPTER – VIII
WORK/TECHNICAL SPECIFICATIONS FOR CONSTRUCTION
SPECIFICATIONS AND STANDARDS
1. The Tou g he ne d Cantilever Glass top F o o t p a t h shall be constructed as per TSC L dr aw in g s
and det a il ed design of contractor and have to be approved by Thane Smart City Limited
2. Sub structure of the Toughened Glass shall be structural steel only.
3. The structural members and other member above the deck shall be of steel tubular structure.
4. Entire colour scheme and samples of the materials shall be got approved prior to construction
of Footpath work.
5. The specifications adapted for design parameters shall be in confirmation with MORTH/ BIS codes
and relevant Indian Road Congress Guidelines and as desired by Thane Smart City Limited
6. All the materials/fittings/fixers used shall confirm to I.S., BIS, ASTM and other relevant
national/international standards etc. and the work shall be got done through approved licensed
contractors.
7. In case that sub standard / defective material is used the same shall be replaced by the
Entrepreneur/bidder at its own cost. In case of any dispute in this regard decision of CTO/City
Engineer Thane Smart City Limited shall be final.
8. In no case the specifications below those mentioned in the drawing attached with the tender
documents/adopted in construction of Foot Over Bridges shall be allowed. However, richer
specifications may be adopted.
9. The flooring of Foothpath,1.50m wide Toughened glass and 3.00 m wide Elastopave
Paving top
10. At the entrance or at prominent visible location inside premises some important telephone
numbers like Ambulance, CATS, nearby Hospital, nearby Police Station, Traffic Police and
other help line numbers should be written, well illuminated.
11. The contractor shall submit stability mentioning that all works have been executed as per
specification and the Cantilever Glass top Footpath is fit for pedestrian use.
12. The bidder/Entrepreneur shall submit a Programme supported with BAR Chart for
121
Sign of Contractor No of corrections CTO
construction of Footpath & Road Work in a phased manner so as to cause least inconvenience to
the public. Most of the construction work shall be carried out during night hours/restricted
hours (leaving peak traffic time) keeping in view the safety of pedestrians/traffic. The bidder
should give their complete Programme for different stages of execution i/c, planning,
designing, a nd fabrication, etc. complete.
13. The railing pipe of F o o t p a t h shall be as per given drawing .The entire structure and the
materials used shall be fire retardant and child safe and disabled friendly.
14. Contractor shall dismantle existing structure if any while clearing the site serviceable material
has to be disposed off the site to Municipal dumping ground.
15. Deleted.
16. The minimum live load of 500 kgs per square meter should be considered on Cantilever Glass top
footpath
17. Deleted.
18. The design parameters are minimum requirements and the bidder can suggest superior design
parameter.
19. Deleted.
4 CONTROLLED CONCRETE
The specifications for controlled concrete shall be as per the relevant specifications of the
M.O.S.T. subject to the following modification:
(a) The preliminary test shall be carried out in accordance with the relevant standard
Specification and Code of Practice for Road Bridge of Indian Roads Congress (I.R.C.) where
facilities for mix designs and testing are available at site the preliminary cube strength at site
laboratory shall be as per provisions in the I.R.C. code.
(b) Concrete shall be cured only by potable water. saline water shall not be allowed for
curing.
(c) Admixture shall be added for R.C.C. structural concrete as per Annexure ‐I
4.1 to 4.9 DELETED.
4.10 SAMPLING AND TESTING
Deleted
(c) Exploration by trial pits :
122
Sign of Contractor No of corrections CTO
(a) The work of excavation of trial pit shall be carried out generally as per IS 4453
and the USBR Earth Manual Chapter II Section C. Exploration b y trial pits
shall be generally limited to shallow foundations, establishment of soil
stratification. Plate bearing tests etc. may not normally exceed about 4.5m
depth below ground level. The Engineer will indicate the exact location of the
trial pits.
(b) Exploration b y trial pits shall be conducted in two stages:
Stage ‐ I
Trial pit of size 2m x 2m in plain for sand strata shall be conducted at this level.
Stage ‐ Il
After carrying out the plate load test the pit shall be further excavated to
collect the sample. Collection of samples and observation of soil strata
below founding levels shall be carried out in this stage.
(c) The excavated material shall be deposited in separate heaps of
30cm. Depth as directed by the Engineer The arrangement of appears and
piles shall generally conform to the good practices.
(d) Collection of disturbed samples from the trail pits shall be carried
out as per relevant portion of specification. After the collection of the sample
and completion of the observations, the trail pits shall be backfilled in layers of
30 cm each taking care to water and tamp the layer successively.
(e) Trial pits kept open for inspection shall be provided with covers and barricaded
for safety. The provision of warning lights shall be made as directed by the
Engineer.
(f) The work shall include any temporary works like shoring, bailing, pumping out
of subsoil water and keeling the pit dry during the collection of samples
and conducting of the plate load test, all lead and lift and re handling of the
excavated soil within a radius of 50 m.
4.11.1 Report to be submitted
After completion of the testing, Contractor shall submit the following.
(a) The detailed longitudinal section of soil profile along foot over bridge alignment
showing the classification of the subsoil at different depths into the various
123
Sign of Contractor No of corrections CTO
stratification and soft rock and hard rock profile.
(b) Longitudinal section along the foot over bridge alignment showing the
shear strength and consolidation characteristic at different depths in each bore.
124
Sign of Contractor No of corrections CTO
(d) P.W.D. hand book of Govt. of Maharashtra.
(e) Standard specification of THANE MUNICIPAL CORPORATION
(e) British Standard specifications.
(f) American Standard specification.
Any other standard specification approved by the Engineer‐in‐charge or as directed by the Engineer.
5.0 APPOINTMENT OF DESIGN CONSULTANT AND INDEPENDENT ENGINEER.
DESIGN CONSULTANT:
1) Contractor shall appoint design consultant for the design of Cantilever footpath with glass flooring.
2) The design consultant firm shall have 15 years experience in designing, out of which minimum 10
years experience should be in designing of major bridges /FOBs. Profile of the consultant firm should
be uploaded in the technical bid.
3) In house design experience is also accepted, however in house design office shall fulfill the criteria
mentioned above in 2.
INDEPENDENT ENGINEER
1 All design and drawing shall be proof checked from the V.J.T.I,/ I.I.T. Mumbai or any
other consultant suggested by TSCL. Payment for proof checking of designs and drawings will
be borne by TSCL.
2 Contractor shall appoint the independent Engineer it may be a consultancy firm.
2.1 Eligibility criteria for Independent Engineer
The consultant/independent engineer must satisfy following conditions and shall be
approved by TSCL.
a) Independent Engineer must have at least 10 years experience of such types of projects of
flyover and FOB.
The Independent Engineer shall review any modified Drawings or supporting
Documents sent to it by the Contractor and furnish its comments within 3 (Three)
days of receiving such Drawings or Documents.
The Independent Engineer shall review quality assurance procedures and the
procurement, engineering and construction time schedule sent to it by the
Contractor and furnish its comments within 7 (Seven) days of receipt thereof.
2 Review, inspection and monitoring of Construction Works
The Independent Engineer shall be responsible for review and approval of all the
temporary structures/ scaffoldings etc. During construction work, the Independent
Engineer shall check the temporary structure erected by contractor for its
conformity with the approved drawings and shall certify the adequacy and safety of
the same. No subsequent work shall be allowed until Independent Engineer issues
such certificate.
The Engineer shall be responsible for observing and enforcing all the safety
126
Sign of Contractor No of corrections CTO
measures to be taken by the contractor for safe construction in entire contract
period.
The Independent Engineer shall render to the Thane Smart City Limited every
assistance, all technical services, guidance or advice on any matter concerning the
technical and engineering aspects of the project
The Independent Engineer shall be responsible for approving foundation strata,
founding levels, termination levels of Piles, Socketing length etc. (Such approval shall
be confirmed from the design consultant and such certification shall be submitted to
Thane Smart City Limited.) The Independent Engineer shall also exercise pre and
post concrete checks over the foundation and substructure works
The Independent Engineer shall assist the Thane Smart City Limited for approving
the agency proposed by the contractor for membrane structure fabrication.
The Independent Engineer shall visit the fabrication yard periodically (At least one
visit/ week or as required by the TSCL) to supervise the fabrication work of the
substructure and superstructure. The Independent Engineer shall verify the
conformity of the fabrication as per the approved designs/ drawings and
specifications for material as well as workmanship. The fabricated members shall be
allowed to be launched at site only after the Independent Engineer certifies its
conformity.
The Independent Engineer shall carry out or cause to carry out all the necessary tests
on the material and workmanship as per the Standards.
The Independent Engineer shall analyze the various results of laboratory and field
tests carried out, prepare and submit Periodic report regarding compliance of
requirements of Drawings and specifications with the Scope of the Contract
Specifications and Standards.
The Independent Engineer shall be responsible for verification, scrutiny and approval
of the Launching Scheme proposed by the Contractor. Due consideration shall be
given to adequacy of the same with respect to site constraints and safety.
127
Sign of Contractor No of corrections CTO
The Independent Engineer shall be responsible for supervision during the entire
launching operations. The Independent Engineer shall be particularly responsible for
overall safety during such launching operations.
At every stage of construction, the Independent Engineer shall be responsible for
ascertaining the conformity of work being carried out with the approved designs/
drawings and specifications. If required, the Independent Engineer shall suggest
remedial measures, if any, to remedy shortcomings.
On completion of work, the Independent Engineer shall thoroughly inspect the work
for any defect in quality of materials and workmanship and shall verify the
conformity of the entire structure to the approved designs/ drawings and
specifications. On satisfaction regarding the conformity of the structure, the
Independent Engineer shall issue Conformity and Stability Certificate for the
Structure. The final Bill of the contractor shall be released only after issuance of such
certificate by the Independent Engineer.
3. Review and approval of As Built Drawings and Maintenance Manual
The Independent Engineer shall be responsible for verification and approval
of the As‐Built Drawings submitted by the contractor.
The Independent Engineer shall also be responsible for verification and
scrutiny of the maintenance procedures proposed by the contractor in
Maintenance Manual. The adequacy of the manual shall be ascertained and
shall be approved by the Independent Engineer
4. Inspections during Defect Liability Period
b. If any defects are found out the same shall be rectified as per the
approved methods and the Independent Engineer shall be responsible
128
Sign of Contractor No of corrections CTO
for approving such methods of rectification and supervision during the
rectification works.
c. The Independent Engineer shall also be responsible for any site visit/
meeting arranged by the Thane Smart City Limited at any special
incidence during the Defect Liability Period.
129
Sign of Contractor No of corrections CTO
DETAILED TECHNICAL SPECIFICATIONS TABLE OF CONTENTS FOR
SPECIFICATIONS
MORT&H Section
Sr. No. Particulars
/Clause No.
1 SECTION‐ 110 Utilities Shifting
2 SECTION‐ 112 Arrangement for Traffic during Construction
3 SECTION‐ 121 Field Laboratory
4 SECTION‐ 200 Site Clearance
5 SECTION‐ 300 Earthwork, Erosion Control and Drainage
6 SECTION‐ 1000 Material for Structures
7 SECTION‐ 1100 Pile Foundation
8 SECTION‐ 1500 Formwork
Additional Specifications for traffic management and
9 ASP‐ 1
diversion
Additional Technical Specifications for Structural
10 ASP‐ 2
Steel Work
Additional Specifications for Ready Mix Concrete
11 ASP‐ 3
Works
130
Sign of Contractor No of corrections CTO
SECTION 110
UTILITIES SHIFTING
Sub‐ Section 110.1
If the over ground / under ground utility services like electricity poles, telephone poles. Water supply y
pipe lines, sewer lines, oil pipe lines, cable, OFC, gas ducts etc. owned by various authorities
including Public Undertakings and local authorities are encountered during construction the same
shall be diverted and relocated by the Contractor and will be paid as per the estimate prepared by the
concerned department and approved by employer including Liasoning with the concerned authorities.
The work shall be carried out under the supervision of concerned department. In case in the opinion
of the Engineer if it is not possible to divert the utilities, necessary modifications in the structure will
be done. Accordingly, the contractor has to carry out the work. It is Contractor’s responsibility to
obtain the necessary permissions from Highway authorities, MSED co. Ltd., PWD, MIDC and other
authorities for such construction.
Sub‐ Section 110.2
Sub‐ Section 110.3
Sub‐ Section 110.4
The Contractor may be required to carry out certain works for and on behalf of the various bodies
and the Contractor shall also provide, with the prior approval of the Engineer, such assistance to the
various bodies as may be authorized by the Engineer.
Sub‐ Section 110.5
Items under Provisional Sum includes.
(a) Utility Shifting
(b) Shifting of Signals
(c) Landscaping
131
Sign of Contractor No of corrections CTO
(d) Trees
Profit and Overhead Charges shall be deemed to be included in the rates paid .The rates at which the above
work will be paid shall be the current Schedule of rates for PWD and for Water Supply and Sewerage works:
FMR of MCGM will be applied. The Shifting of overhead and visible utilities like HT Lines, Cables etc. will not
be covered under this provisional sums and accordingly will not be paid separately .The expenses towards
shifting of overhead and visible utilities like HT Lines, Cables etc. are deemed to be included in the Contract
price.
The Contractor shall make adequate provision, including frequents spraying of water, to mitigate dust
nuisance from on‐site equipment during the construction of the works.
Sub‐ Section 111.14 Sanitation
(Addition)
The Contractor shall make adequate sanitation facilities for labour and Contractor’s camp, including
provision of lavatories, sewage disposal, and solid waste collection and disposal etc.
SECTION 112 ARRANGEMENTS FOR TRAFFIC DURING CONSTRUCTION
Sub‐ Section 112.2 (Addition)
Where the project elevated structure under construction crosses existing cross roads, or an established
road, the road shall be kept open at all the times for which no extra payment shall be made. In case
the Engineer specifically order to divert the traffic the same has to be done after getting approval of
traffic police by providing barricading a n d G r e e n c l o t h o v e r b a r r i c a d e s i s c o m p u l s o r y a l s o
road signs etc. for which provisions is made in the BOQ.
Sub‐ Section112.4 Traffic Safety and control
“The sign shall be of approved design and of reflectory type”.
“Before commencement of any construction, the Contractor shall prepare and submit traffic diversion
plan got approved from traffic police. For smooth flow of traffic during construction, the contractor
has to provide barricades, signs, markings, lights, flags etc.
132
Sign of Contractor No of corrections CTO
Sub‐Section 112.7
The Contractor shall have to prepare a detailed traffic diversion plan as per the requirement of traffic
authorities. The Contractor shall have to carry out the modifications in the traffic diversion plan at
various stages of work as required. The contractor will have to maintain liaison with the traffic police
and concerned authority including Highway authorities, where required; so as to ensure smooth flow of
traffic at all stages of the work without causing inconvenience to the traffic.
Traffic Rotary‐ The Contractor shall provide traffic rotary showing traffic direction made up of four
blinkers of 250 HZ frequency electrically operated mounted on M.S. frame of 50x50x6mm size
angles, at both ends of the cordoned area for help and guidance of the road users. Necessary
arrangement for supply of electricity shall be made by the contractor.
Road delineator/ Cones‐ Road delineators/Cones as per IRC‐ 79and as per relevant drawings and as
directed by Engineer shall be fixed at suitable intervals for suitable guidance of the road user at the
nighttime. Delineators/ Cones shall be fixed firmly in the ground. In addition, red flags, cat eye
reflectors shall be fixed on the barricades. Alternate arrangement shall also be kept ready in case of
failure of electricity.
CLAUSE 121 FIELD LABORATORIES
Deleted
SECTION 200 SITE CLEARANCES CLAUSE 201CLEARING AND GRUBBING
1.1.1.1CALUSE 201.1 Scope
(Addition)
Add the following at the end of this clause:
“After cutting of trees, the wood shall be the property of the Employer and shall be carted and
stacked as directed by the Employer.”
Clause 202.5 Disposal of Materials
(Modification)
133
Sign of Contractor No of corrections CTO
This clause shall read as under:
All materials obtained from dismantling structures including houses / bungalows etc. shall be the
property of contractor and shall be removed and disposed off as per directions of Engineer.
Delete this sub‐clause and replace with “All the excavated materials shall be the property of the
Employer suitable material obtained from the excavation shall be used for
i) Filling existing pits in the right of way as directed by the Engineer including leveling and
spreading with all leads and lifts
ii) For landscaping of the road as directed by Engineer, including leveling and spreading,. With all
leads and lifts.
iii) Surplus material such as rubble, stones etc not intended for use as above shall be used as a raw
material for crusher.
Unsuitable and surplus material, which in the opinion of the Engineer cannot be used in the works,
shall be removed from site by the Contractor and disposed off. including all lead &lifts. The
Contractor shall obtain the written prior permission from the landowners, where they proposed to
dispose off the unsuitable excavated material. No place will be made available by the employer for
disposing off the material and no claim will be entertained on that account.
Clause 301.8 Measurement for Payment (Modification)
Read item (v) of the last Para as “disposal of surplus material with all leads and lifts.”
Clause 301.9 Rates
Excavation to locate the gas pipeline, water pipeline and underground electrical cables is to be done
manually. No earth excavator to be used for excavation along gas pipelines, water pipelines and
underground electrical cables. Excavation along gas pipeline to be carried out under supervision of
authorities owning the utilities. Contractor should excavate trial pits before starting any activities
along the gas pipeline, water pipeline and underground cables as per the direction given by Engineer. All
the details regarding utilities to be submitted along with necessary sketches as and when required by
Engineer.
CLAUSE 304 EXCAVATIONS FOR STRUCTURES
Clause 304.5 Rates
Clause 304.5.1
Replace Sr. No (v) of this clause by “back filling, clearing up the site and disposal of all sample
materials with all leads and lift”.
.
SECTION 1000 MATERIAL FOR STRUCTURES
Clause 1002 This clause shall read as follows:
The Contractor shall identify the sources of materials like murum coarse aggregate and
sand and notify the Engineer regarding the proposed sources prior to delivery.
Samples of material from the source shall be tested, in the presence of Engineer’s
representative, for conformity to specifications. It shall also be ensured that the
variation in test results of different samples is within acceptable limits. If the product from
the approved source proves unacceptable at any time, the Contractor shall provide
new sources of acceptable material from other sources at his own expense conforming
to specifications.
For manufactured items like cement, steel reinforcement, pre‐stressing strands, Pre‐
135
Sign of Contractor No of corrections CTO
cast concrete paver blocks. RCC pipes etc., the Contractor shall intimate the Engineer
details of the source (plant where the material is manufactured), testing facilities
available with the manufacturer and arrangements for transport and storage of material
at site. If directed by the Engineer, the Contractor shall furnish samples and test results
of recently manufactured material. The Engineer, at his discretion, may require the
Contractor to test the materials in an independent laboratory approved by the
Engineer, and furnish test certificates. The cost of these tests shall be borne by the
Contractor. The sampling and test procedures shall be as laid down in Indian Standards
or where these are not available as per the directions of the Engineer. Only material
from the sources approved by the Engineer shall be brought to the site. If the material
from the approved sources proves unacceptable at any time, the Contractor shall
provide new sources of acceptable material conforming to specifications from other
sources at his own expense.
136
Sign of Contractor No of corrections CTO
mix design from strength considerations or as directed by the Engineer.
Total chloride content in cement shall not exceed 0.05 percent by mass of cement.
Total sulphur content calculated as sulphuric anhydride (SO3) shall in no case exceed
2.5 percent and 3 percent when Tri‐calcium aluminate percent by mass is upto 5 or
greater than 5 respectively.
Manufactures test certificate shall be submitted to the Engineer by the Contractor for
every consignment of cement. The certificate should cover all the tests for chemical
requirements, physical requirements and chloride content as per the provisions of IS:
12269.
Independent tests of samples drawn from the consignment shall be carried out at the
site laboratory or in an independent laboratory approved by the Engineer,
immediately after delivery. The following properties shall be tested.
i) Setting Time
ii) Compressive Strength
The cost of the tests shall be borne by the Contractor. In case the cement is stored
beyond 90 days from the date of delivery at site, the following tests shall be carried out
at the site laboratory before the cement is used.
i) Setting Time
ii) Compressive strength.
Lot size for independent testing of cement at site shall be the quantity received at site
on any day subject to a maximum of 500 tones.
Clause 1007 COARSE AGGREGATES
and 5th line of para 1.
Add the following at the end of para 2.
137
Sign of Contractor No of corrections CTO
“Costs of all tests shall be borne by contractor”. Add the following at the end of the
Clause:
a) “Primary and secondary stone crusher should be employed for getting proper
size and grading of coarse aggregates.”
b) The alkali aggregate reactivity should be measured and reported for getting
approval for the source of aggregates at the beginning of the work using methods
given in IS: 2386. The tests may be repeated if the source changes, or if the type of
rock being exploited for winning aggregates changes.
Clause 1008 SAND/FINE AGGREGATES
Delete from the 3rd line the word ‘crushed gravel’ and from the 4th line ‘gravel’ in
para 2.
Add the following at the end of the Clause:
The alkali aggregate reactivity should be measured and reported for getting approval for
the source.
Clause 1009 STEEL
Sub‐Clause 1009.2 DELETED
Clause 1010 WATER
In para ( c) the permissible limit for chloride (cc) shall be read as 250mg/litre”
*This shall be read as
In case of structures of length 30m and below permissible limit of chloride may be
increase upto 500mg/litre.
Clause 1010 CONCRETE ADMIXTURES
138
Sign of Contractor No of corrections CTO
reinforcement against corrosion. Only chloride free admixtures shall be used. Paragraph 3
of 1012.1 shall read as follows :
For all admixtures being used the packing shall be marked with the name of the
supplier/manufacturer, brand name (name of product) and main effect. A certificate for
the admixture in question shall be submitted. The certificate shall include the
following information:
A. General
a) Chemical name of the active component in the admixture.
b) Values of dry material content, ash content and relative density of
admixture, which can be used for uniformity tests.
c) Chloride ion content expressed as a Lumpsum of weight of cement.
d) pH value and colour.
e) Normal side effects e.g. whether the admixture leads to air
entrapment at recommended dosage and if so to what extent.
f) Side effects when overdosed.
g) If two or more admixtures have to be used in one mix, their
compatibility
h) Increase in risk of corrosion to reinforcements and embodiments due to
the use of admixture.
i) Latest date of test and name of test laboratory.
B. Storing
a) Shelf life
b) Max. & min. allowable temperature
c) Other instructions (e.g. requirements of stirring)
C. Dosage
Maximum and minimum to be specified as a Lumpsum of weight of cement. Add
the following at the end of the clause.
After selecting a few acceptable brands & types of admixture based on the
139
Sign of Contractor No of corrections CTO
manufacturer’s data / technical literature, independent acceptance tests
should be carried out for the same using the approved combinations of
cement / sand / aggregates intended for use in the Project. After establishing the
basic acceptability using strength criteria (compression & tensile strengths)
a number of trial mixes be designed using different proportions of
admixtures/cement/water etc. to establish the data bank on the behavior of the
admixture for the project site conditions. A spectroscopic signature of accepted
product should be obtained and preserved for comparison for acceptance of the
production lots.
Workmanship
The dosage should be finalized on the basis of field trial and special
mechanical devices should be used for dispensing the admixture in the
batching/mixing plant. No addition of admixture after dosage is permitted
(including addition in transit mixers).
Manufacturer’s experts should be available for consultation/trouble‐shooting of
problems associated with their product. The conditions of storage, shelf life
etc., as specified by the manufacturer should be strictly observed. The
manufacturer’s Quality Assurance Plan during process of production should be
obtained and filed for reference/record.
Clause 1014 STORAGE OF MATERIALS
Sub‐Clause 1014.3 Aggregates
Add at the end of sub‐clause.
“Aggregates shall be stored or stockpiled in their respective size in such a manner that
the various sizes will not become intermixed before proportioning. They shall be stored,
140
Sign of Contractor No of corrections CTO
stockpiled and handled in such a manner that will prevent contamination by foreign
materials.”
Clause 115.2
The Contractor in his methods statement shall include the procedure for carrying out
initial and routine tests of piles including design calculations and drawings. The
format for reporting test results shall be included in the methods statement.
Clause 1104 MATERIALS
Sub‐Clause 1104.2 The first sentence of this clause is amended as follows:
Concrete to be used in cast‐in‐situ piles shall be of grade as indicated in drawings.
Clause 1107 CAST‐IN‐SITU CONCRETE PILES.
Add the following after the words “as approved by the Engineer” in the second
sentence of paragraph 13.
141
Sign of Contractor No of corrections CTO
It is permissible to install casings by giving a semi‐rotary/rotary motion to keep it sinking
as the bore hole is advanced.
Clause 1113 PILE TESTS
Sub‐Clause 1113.1 General
Add the following at the end of paragraph 2.
The initial pile tests shall be conducted very close to the foundation, as decided by the
Engineer. This test should be carry out as per IRC 78.
The methodology of carrying out load tests and of arriving at safe load on piles shall
conform to IS: 2911 (Part IV)
If the safe load (vertical or lateral) determined from any of the initial tests falls
below the design working load value, modification to foundation detail including
change in depth and/or number of piles shall be made and necessary revised
drawings shall be issued by the Engineer to the Contractor within 4 weeks from the
presentation of test results to the Engineer.
In case the safe load determined from any of the routine tests, falls below the design
working load value, the pile shall be rejected and remedial measures as directed by the
Engineer shall be taken by the Contractor at his own cost.
Clause 1115 IMPORTANT CONSIDERATIONS, INSPECTION / PRECAUTIONS FOR DIFFERENT TYPE OF
PILES
Sub‐Clause 1115.2.7 This clause shall read as follows:
Sub‐Clause 1115.2.7.1 “For piles, it is essential to conduct non‐destructive tests to evaluate the
integrity of piles.
Integrity testing of piles shall be conducted by a sub‐contractor approved by the
Employer.
Objective of testing is to detect pile defects, including cracks, soil intrusions, voids, and
variation in pile diameter and pile length.
The nominated sub‐contractor shall design the instrument system and testing
procedures and provide personnel and instruments for carrying out the tests.
142
Sign of Contractor No of corrections CTO
A method statement detailing the testing procedure including reporting test results
shall be submitted to the Engineer at least 28 days before commencement of tests for his
approval.
The Contractor shall provide all reasonable facilities to the nominated sub‐
contractor. The Contractor shall provide all inserts provided in detailed drawings.
Sub‐Clause 1115.2.7.2 At least 15 days shall elapse between the installation of piles and
sonic testing of piles. Piles with unacceptable defects shall be rejected by the
Engineer. Remedial measures as directed by the Engineer shall be taken by the
Contractor at his own cost. Concreting of pile caps shall commence only after the piles
are accepted by the Engineer.
Clause 1119 RATES
Paragraphs2 shall be read as follows:
The contract rate for cast‐in‐situ bored piles shall include the cost of installation of piles
including full compensation for providing all labour, tools and equipment involved in
making bores for cast‐in‐situ bored piles, cutting of pile heads, all complete. The
cost of concrete and all other items as per section 1700 shall be included in the rate
of cast‐in‐situ bored piles. Providing p e r m a n e n t liner/casing and its withdrawal shall
be deemed to be included in the rate for installation of piles and no additional payment
shall be made for the same. The contract unit rate shall also include costs of all labour,
materials, equipment and all other incidentals involved in conducting routine and initial
pile load tests including installation of piles for initial load tests and carrying integrity
tests.
Clause 1214 ADD FOLLOWING
If the contractor has to construct the floating caisson due to site condition, no
separate payment will be made for caissons.
Clause 1215 Deleted
143
Sign of Contractor No of corrections CTO
SECTION 1500 FORM WORK
Sub‐Clause 1501 DESCRIPTION
The Clause shall read as below.
The Contractor shall prepare a formwork mobilization and utilization plan and
submit the plan for Engineer’s approval at least 28 days before the commencement of
construction of structures. The requirement of formwork shall be worked out
considering the overall construction Programme of all the structures in the contract.
Sufficient formwork shall be mobilized, to enable the structure to be cast in one or
more stages, as specified in the drawings. The plan shall take into account the time
required for erection of formwork, retention in position, stripping, removal and
subsequent use in the next and subsequent structures. The design erection and
removes of form work shall confirm to IRC: 89 “Guide lines for Design and Erection of ‐‐‐‐‐
‐‐‐‐‐‐‐‐‐‐‐‐‐ for road Bridges” and them specification.
Notwithstanding Engineer’s approval of mobilization plan, if due to any reason,
Contractor has to arrange additional formwork, to meet the requirements of the
construction program, it shall be done by the Contractor without any extra cost to the
Employer.
Clause 1502 MATERIALS
This clause shall read as under:
“All materials shall comply with the requirements of IRC‐87.
Materials and components used for formwork shall be examined for damage
or excessive deterioration before use / reuse and shall be used if found suitable
after necessary repair.
Only steel formwork shall be used. The steel used for forms shall be of such
thickness that the forms remain true to shape. All bolts should be countersunk.
The use of approved internal steel ties or plastic spacers shall be permitted.
Structural steel tubes used as support for forms shall have a minimum wall
thickness of 4 mm.”
Clause 1503 DESIGN OF FORMWORK
Sub‐Clause 1503.1 Add at the end of this sub clause “The work of formwork shall not
144
Sign of Contractor No of corrections CTO
commence without approval of the Engineer”
Sub‐Clause 1503.2 The following shall be added at the end of this Clause:
“For distribution of load and load transfer to the ground through staging, an
appropriately designed base plate must be provided which shall rest on firm sub‐
strata”.
Clause 1504 WORKMANSHIP
Sub‐Clause 1504.1 Add the following at the end of Clause 1504.1
The loading from the formwork shall be distributed to the soil or the
permanent works below (e.g. pile cap) in such a manner that any total or
differential settlement are within acceptable limits.
CLAUSE 1505 FORMED SURFACE AND FINISH
Substitute the following clause in place of the existing clause:
Formed & Unformed Surface Finishes
The surface finishes for formed and unformed surfaces are classified and defined as
below. Surface irregularities permitted for the various classes of finishes are termed
either 'abrupt' or 'gradual'. Fins or offsets caused b y displaced or misplaced form
sheeting, lining or form sections, by loose knots in form lumber or by otherwise
defective form lumber are considered abrupt irregularities. All other cases are
described as gradual irregularities. Gradual irregularities will be measured with a
template consisting of a straight edge for plans surfaces or its equivalent for curved
surfaces. The length of template for testing gradual irregularities on formed surfaces
shall be 1.5 m in length, the permissible gradual irregularities being measured over
this length of the template.
Finish F1, F2 and F3 shall describe formed surfaces. Finish U1, U2 and U3 shall
describe unformed surfaces.
Class F1 Finish
This class of finish shall apply to all formed surfaces for which class F2 or F3 is not
specified. It shall generally be formed by sawn timber formwork/timber frame or steel
frame mounted with plywood or steel sheet. It shall be so constructed that there
shall be no loss of material from the concrete during placement and
145
Sign of Contractor No of corrections CTO
compaction. After hardening, the concrete shall be in the required positions and shall
have the shape and dimensions called for in the drawings. Any abrupt irregularities
shall not exceed 10mm. All fins and drifts in excess of the above limits shall be made
good by chipping and grinding if required by the Engineer‐in‐Charge. Small blemishes
caused by entrapped air or water may be expected but the surface shall be free from
voids, honeycombing or other large blemishes. Class F1 finish shall be generally
specified for all surfaces buried in ground or not visible during service or for surfaces
that are to receive further rendering treatment such as plastering etc. Unless
otherwise specified in the item of Bill of Quantity the surface finish shall be
understood to be Class F1.
Class F2 Finish
Class F2 finish shall be obtained by the use of properly designed forms, either close
jointed wrought timber forms or with forms having plywood or steel sheet lining.
The abrupt irregularities shall not exceed 5mm and gradual irregularities shall be
less than 8mm. Small blemishes caused by entrapped air or water may be permitted
but the surface shall be generally free from honeycombing, voids and large
blemishes. Surface irregularities in excess of those stipulated shall be removed by
chipping or rubbing with abrasive stone.
Class F3 Finish
Class F3 finish shall be formed by specially designed close jointed rigid forms
having lining of high quality form plywood. The surface irregularities shall be
limited to nil for abrupt irregularities and 3 mm for gradual irregularities. Class F3
finish may be obtained from class F2 finish by carefully removing all abrupt
irregularities including fins and projections by rubbing/grinding. If steel forms are
used they shall have steel sheet backing faced with plywood.
In addition, finish F3 shall include filling air holes with mortar and treatment of the
entire surface with sack rubbed finish. It shall also include clean up of loose and
adhering debris. For a sack rubbed finish, the surface shall be prepared within two
days after of removal of the forms. The surface shall be wetted and allowed to dry
slightly before mortar is applied by sack rubbing. The mortar used shall consist of
one part cement to one and one half parts by volume of fine (I.S. No. 16 mesh) sand.
146
Sign of Contractor No of corrections CTO
Only sufficient mixing water to give the mortar a workable consistency shall be
used. The mortar shall then be rubbed over the surface with a fine burlap or linen
cloth so as to fill all the surface voids. The mortar in the voids shall be allowed to
stiffen and solidify after which the whole surface shall be wiped clean with clean
burlap such that all air holes etc. are filled and the entire surface presents a uniform
appearance without air holes, irregularities etc.
Class U1 Finish
This is the screeded finish used on surfaces over which other finishes such as
wearing coats etc. are to be placed. It is also the first step in the formation of U2 and
U3 finishes. The finishing operation consists of levelling and screeding the concrete
to produce an even and uniform surface so that the gradual irregularities are not
greater than 5 mm. Surplus concrete should be removed immediately after
consolidation by striking it off with a sawing motion of a straight edge or template
across a wooden or metal strip that has been set as guide. Unless the drawings
specify a horizontal surface or show the slope required, the tops of narrow surfaces,
such as stair treads, walls, curbs and parapets shall be sloped approximately 10 mm
per 300 mm width. Surfaces to be covered with concrete topping, terrazzo, and
similar surfaces shall be smooth screeded and levelled to produce even surfaces,
irregularities not exceeding 5mm.
Class U2 Finish
This is a floated finish used on all outdoor unformed surfaces not prominently
exposed to view such as tops of piers etc. The floating may be done by hand or
power driven equipment. It should not however be started until some stiffening has
taken place in the surface concrete and the moisture film or 'shine' has
disappeared. The floating should work the concrete no more than is necessary to
produce a surface that is free from screed marks. All joints and edges should be
finished with edging tools. It shall include the repair of gradual irregularities
exceeding 5 mm. All abrupt irregularities shall also be repaired unless a roughened
texture is specified.
Class U3 Finish
This is a trovelled finish used on all surfaces exposed to view at close quarters such
147
Sign of Contractor No of corrections CTO
as tops of parapets and kerbs etc. Steel trovelling should not be started until after the
moisture film and 'shine' have completely disappeared from the floated surface and
the concrete has hardened enough to prevent an excess of fine material and
water from being worked to the surface. Excessive trovelling, especially if started
too soon, tends to produce crazing and lack of durability. Too long a delay will result
in a surface too hard for proper finishing. Steel trovelling should be performed with
a firm pressure that will flatten and smooth the sandy surface left by floating.
Trovelling should produce a dense, uniform surface free of blemishes, ripples and
trovel marks. It shall include the repair of all abrupt irregularities and the repair of
gradual irregularities exceeding 5 mm. It shall also include finishing the joints and
the edges of concrete with edging tools.
Clause 1506 PRECAUTIONS
Add the following as items (vii) and (viii) of this clause:
(vii) Adequate support against sideway and lateral loads due to construction
operations and wind shall be provided.
This Clause shall be read an under:
“After forms are stripped, all materials to be reused shall be thoroughly cleaned.
Holes bored through sheathing for form ties shall be plugged by driving in
common corks or foamed plastics. Patching plaster may also be used to fill small
holes. After cleaning and before re‐fixing, each formwork shall be got approved
by the Engineer.
Formwork and staging shall be so used as to maintain quality of the exposed
surface. However, if in the opinion of the Engineer, any particular panel/member
has become unsatisfactory for use at any stage, the same shall be rejected.
All bent steel props shall be straightened before reuse. The maximum deviation
from straightness shall not exceed 1/600 of length. However, the maximum
number of uses shall be limited to 20 times since only steel form work is to be
used. The maximum permissible axial loads in used props shall be suitably
reduced depending upon their condition.
Clause 1513 RATE
“The unit rate shall also include all costs for preparation of erection scheme,
designs of false work and formwork and their approval.”
Add following clause at the end as Clause 1513 as – 1514 and 1515
Clause 1514 (Additional Clause)
SPECIAL ARCHITECTURAL FINISHES
Materials
Where special architectural finishes have been specified which require special patterns, grooves,
ridges, surface finishes etc., and which are to be obtained by casting concrete against forms, need
specially designed forms and special finishing using suitable materials. These forms can be made from
materials specified in IRC‐
87, relevant IS codes with special workmanship/controls. Use of any other material
is to be permitted only after specific written approval from the Engineer.
149
Sign of Contractor No of corrections CTO
Design and Workmanship, Removal, Protection and Reuse
The design and workmanship of these formwork has to be got approved from the Engineer. The
method of removing formwork without damaging the 'form‐finished' surface, use of de‐bonding agents,
the protection and repair of forms and forms‐ surfaces, and limit on re‐use etc. are to be as per
specification/drawings in absence of which the proposed details are to be got approved from the
Engineer. All such methods will have to be suitably improved based on the result of mock‐up or field
use. The final procedure and details shall be improved till the specified/desired architectural finish is
obtained.
Clause
1515 (Additional Clause)
TOLERANCES : Tolerances as per Fifth Revision MORTH 2013.
ASP‐1: ADDITIONAL SPECIFICATIONS FOR TRAFFIC MANAGEMENT AND DIVERSION
of work, a detail traffic diversion plan as per the requirement of traffic authorities. The contractor
shall have to carry out the modifications in the traffic diversion plan at various stages of work as
required. The contractor shall maintain liaison with the traffic police /authorities so as to ensure
smooth flow of traffic at all stages of the work without causing inconvenience to the traffic.
The contractor shall provide showing traffic direction made up of blinkers of 250 Hzfrequency
electrically / s o l a r / b a t t e r y operated mounted on M.S frame at both ends of the cordoned area
for help and guidance of road users. Necessary arrangements for supply of electricity shall be
made by the contractor.
2 Road Delineators
Road delineators as per IRC‐79 and as relevant drawings and as directed by Engineer shall be fixed at
suitable intervals to have as suitable guidance to the road users at the night time for smooth flow of
traffic. Delineators shall be fixed firmly in the ground. Also red flags, cat eye reflectors shall be fixed on
the barricades. Alternative arrangements shall also be kept ready in case of failure of electricity.
1 Signs, lights, barriers and other traffic control devises shall be provided and maintained in a
150
Sign of Contractor No of corrections CTO
satisfactory condition till such time t hey are required as directed by the Engineer, so as to ensure
smooth and safe traffic on the road throughout the length.
Table 1 Pre construction stage for Cantilever Glass top Footpath.
Environmenta Mitigation Measures Cross Time Frame Responsibility
l Reference to
Issue Documents
Utility All utilities identified to MORTH Before start Contractor
relocation be shifted after prior approval of 110 of
agencies. Utility relocation shall construction
be carried out in the shortest of relevant
possible time to reduce section
inconvenience to public.
151
Sign of Contractor No of corrections CTO
Traffic control The contractor shall take MORTH: During Contractor
and safety all necessary measures for 112.4 pre‐
the safety of traffic during MORTH: constructi
demolition and site clearing 122 on and
activities. He shall provide, erect constructi
and maintained such barricades, on
including signs, markings, flags,
lights and flags, lights and
flagmen as may be required by
the TSCL for the information
and protection of traffic. G r e e n
cloth over barricades is
compulsory.
Abbreviation: TSCL‐ Thane Smart City Limited. MORTH‐ Ministry of Road Transport and
Highways (formerly Ministry of Surface Transport, MOST Specifications for Road and Bridge
Works, 2013; RAP‐ Rehabilitation Action Plan; RIP‐ Rehabilitation Implementation Plan, R & R –
Resettlement & Rehabilitation; CEMP‐ Community Environmental Management Plan: CEA‐
Consolidated Environmental Assessment, ROW‐ Right of Way; PROW‐ Proposed Right of
Way, RAP‐ Rehabilitation Action Plan.
152
Sign of Contractor No of corrections CTO
Table 2 Construction Stage for Work
153
Sign of Contractor No of corrections CTO
Roads used Contractor shall ensure that the During Entire Contractor
for transport vehicles used to MORTH:111.9 Construction
Transport ferry materials and dispose debris Phase
does not create hazardous conditions
for general traffic using the roadway.
All excavated material shall be
disposed within 24 hrs. otherwise
Rs.5000 /‐ per day penalty shall be
imposed on contractor.
Barricading The construction site should MORTH:112 During Contractor
site be barricaded at all time in a day with Construction
adequate marking, flags, reflectors Phase
etc., for the safety of general traffic
movement and pedestrians. G r e e n
cloth over barricades is
compulsory otherwise penal
action taken by Pollution
Dept.
Earthwork All earthwork and MORTH:201.4 During entire Contractor
construction material should be Construction
stored in such a manner to minimize Phase
generation of dust and spillage on
roads.
Idling of vehicles Idling of delivery trucks or MORTH:201.2 During Contractor
other equipment should not be Construction
permitted during periods of Phase
unloading or when they are not in
active use. This practice must be
ensured especially near sensitive
recept ors like places of worship.
Drilling All possible and practical MORTH:111 During Contractor
operation measures to control noise emission Construction
during drilling operations shall be Phase
employed. The TSCL ma y direct to
take adequate control measures
depending on site conditions.
Construction on Exhaust and noise emissions Legal During Contractor
equipment of construction equipment’s shall requirement Construction
emissions adhere to emission norms to
emission norms as lay out by MoEF/
MPCB
154
Sign of Contractor No of corrections CTO
Environmental Mitigation Measures Cross Time Frame Responsibility
Issue Reference to
Documents
Noise from All construction equipment’s MORTH: 111 During Contractor
construction shall be fitted with exhaust silencers. Construction
related plants Damaged silencers to be promptly
&equipments replaced by Contractor.
155
Sign of Contractor No of corrections CTO
Environmental Mitigation Measures Cros Time Frame Responsibility
Issue s
Reference
to
Documents
If the channel/ drains get MORTH: During Contrac
blocked due to negligence, contractor 306 Constru tor
should ensure that they are cleaned ction
especially during monsoon season.
Once the work is completed in all
respects, the contractor shall as a mark
of good gesture, clean up the drains
along the project road to the extent
possible.
Siltation of Siltation of soil into water bodies MORTH During Contractor
water bodies Nallah/ Drain shall Guidelines Constructio
be prevented as far as possible by 305 through n
adopting soil erosion control measures 309
as per MO RT&H guidelines / or as per
the directions of TSCL
156
Sign of Contractor No of corrections CTO
Environmental Mitigation Measures Cros Time Frame Responsibility
Issue s
Reference
to
Earthwork As soon as construction is over the MORTH During Contractor
debris disposal surplus earth should be utilized to 301.0 Construction
fill up low‐ lying areas or the phase
dumping area identified by TSCL. In
no case, loose earth should be allowed
to pile up along Footpath/road
alignment.
Provision of The Contractor shall supply all MORTH During Contractor
safety necessary safety 105.2 Constructio
accessories/ appliances such as safety goggles, n
appliances to helmets, safety belts, ear plugs,
each worker. masks etc. to the worker and staff.
157
Sign of Contractor No of corrections CTO
Environmental Mitigation Measures Cros Time Frame Responsibility
Issue s
Reference
to
Safety Adequate precautions shall ‐ During Contractor
precautions be taken to prevent danger from Constructio
electrical equipment. All machines / n
equipment used shall confirm to the
relevant Indian Standards (IS) codes
and shall be regularly inspected by the
TSCL
Abbreviation: TSCL‐ Thane Smart City Limited. MORTH‐ Ministry of Road Transport and Highways
(formerly Ministry of Surface Transport, MOST Specifications for Road and Bridge Works, 2013);
RAP‐ Rehabilitation Action Plan; R & R – Resettlement & Rehabilitation; CEMP‐ Community
Environmental Management Plan; DG Sets‐Diesel Generator set, ROW‐ Right of Way; PROW‐ Proposed
Right of Way, O & M – Operation and Maintenance; MoEF‐ Ministry of environment and Forest,
MPCB ‐ Maharashtra Pollution Control Board,
ASP‐ 2: ADDITIONAL TECHNICAL SPECIFICATIONS FOR STRUCTURAL STEEL
WORK
1. General (General work shall be carried out MORTH 1900 & IS 4923)
This specification covers the supply fabrication and erection of structural steel work. Fabrication
and approval of steel structures shall be in compliance with:
‐ The Specifications and relevant standards and codes as listed under, and related drawings.
‐ All fabrication drawings and supplementary drawings to be supplied by the contractor prior to
execution of the work and duly approved by the Engineer.
In case of any conflict between the clauses mentioned hereunder and the Indian Standards, those
158
Sign of Contractor No of corrections CTO
expressed in the specification shall prevail.
2. Scope
The fabrication and / or erection of the steelwork consist of accomplishing all jobs herein
enumerated including providing all labour, tools, tackle and plant; all material and consumables
such as welding electrodes bolts and nuts, oxygen and acetylene gases, oils for cleaning etc. of
approved quality. The work shall be executed by an approved specialist agency experienced in
the work and according to the drawings and specifications.
The contractor will be required to fabricate the structure to the extent possible (in transportable
length and volume) in own/ approved fabrication shop.
3. Applicable Codes and Specifications
The following specifications, standards and codes shall be made a part of this specification. All
standards, specifications, codes of practice referred to herein shall be of latest editions including
all applicable official amendments and revisions. Onl y the codes relevant to present work out of
the list mentioned below shall be applicable. Any additional pertinent code, if required shall be
used with prior permission of Engineer.
viii) IS : 816 ‐ Code of practice for use of Metal Arc welding for General
Construction in mild steel specs for filler rods for gas welding.
ix) IS : 1278 ‐ Welding rods and bars electrodes for gas shielded are welding of
IS : 6419 Structural steel.
x) IS : 9595 ‐ Metal Arc Welding of Carbon and Carbon manganese steel‐
recommendations.
xi) IS : 4353 ‐ Recommendation for submerged Arc welding of Mild Steel and
Low Alloy Steel
159
Sign of Contractor No of corrections CTO
xii) IS : 7280 ‐ Specs for base wire electrodes for submerged arc welding of
structural steels.
xiii) IS :817 ‐ Code of practice for training and testing of metal arc welders.
xiv) IS : 7318 ‐ Approval test for welders when welding procedure approval in not
Part‐ I required.
xv) IS : 1182 ‐ Recommended practice for Radiographic Examination of fusion
Welded Butt Joints in steel Plates.
xvi) IS : 2595 ‐ Code of practice for Radiographic testing.
xvii) IS : 4260 ‐ Recommended practice for ultra sonic testing for butt welds in
ferritic steels.
xviii) IS : 3658 ‐ Code of practice for Liquid penetrate Flaw Detection.
4. General Specifications
4.1 The requirements set forth in Relevant IS codes for the design, fabrication and erection of
structural steel for buildings shall govern this work, except as otherwise Abbreviation on the
drawings or as otherwise specified.
160
Sign of Contractor No of corrections CTO
In case of conflict between clauses of this specification and those in the Indian Standards, this
specification shall govern.
Substitutions of sections or modifications of details or both shall be made only when approved,
in writing, by the Engineer. The contractor shall be responsible for all errors of fabrication, and for
the correct fittings of the structural members shown on the drawings.
5. Materials
All materials shall be new and shall conform to their respective specifications as specified. The use
of equivalent or higher grade or alternative materials will be considered only in very special cases
subject to the approval of the Engineer.
5.1 Steel
Structural steel shall conform to IS: 2062 – grade – A (Weldable quality) unless specified
otherwise Carbon steel pipes shall conform to IS: 1161. Hollow Section Tubes (RHS/ SHS) shall
conform to IS: 4923.For Structural Steel Grade grade shall be E‐300 and E‐310 for Tubular Section
Approved Manufacturer are SAIL,ESSAR,RINL,JINDAL,TATA.
5.2 Black Bolts and Nuts
Black bolts, nuts and screws shall be in accordance with IS: 1363, 1364, 1367, 3757, 4000, 6623, and
6639‐ as applicable.
5.3 Washers
Washer shall confirm to IS: 2016 or any other relevant IS codes.
5.4 welding electrodes
Covered electrodes for metal arc welding shall confirm to IS: 814, IS: 7280 for bare electrodes
for submerged arc welding or IS: 1278 for filter rods and wires for gas welding or any other
relevant codes.
6. Receipt and storing of materials
Storage of materials:
Approved material conforming to IS and specification shall be procured by the Contractor as per
schedule. Storing yards shall have hard grounds and should be well drained. Steel shall be stored on
raised platform in these yards. Yards shall be maintained clean so as to avoid any
contamination due to dust, mud, oil, grease etc. Scrap and full‐length steel shall be stacked
separately. Further each type / categories of steel shall be stacked appropriately.
161
Sign of Contractor No of corrections CTO
All sections shall be checked on receipt to ensure that they are free from surface defects as
pitting, twists, cracks and laminations. They shall be arranged by grade and quality and by lot.
Every section shall be marked to aid identification and the manufacturer’s certificate for every lot
giving details of chemical analysis and mechanical characteristics shall be kept in record.
Welding wires and electrodes shall be segregated by quality and lots and stored inside a dry,
enclosed room as per recommendations of IS: 9595. All care shall be taken to keep the electrodes in
perfectly dry condition to ensure weld metal soundness and satisfactory operations
manufacturers’ certificates for electrodes shall also be made available.
Bolts, nuts and washers shall be sorted out by grade, type and diameter and the manufacturer’s
quality / test certificate shall be maintained for record purpose.
7. Quality Certificate of materials
The Contactor shall produce manufacturer’s test certificate of the material. Notwithstanding, the
manufacturer’s test certificate the EIC may ask for testing of material in approved test labs. The
test results shall satisfy the requirement of relevant Indian Standards.
Whenever quality certificate are missing or incomplete or when material quality differs from
standard specifications, the Contractor shall conduct all appropriate tests as directed by the
Engineer at his own cost.
8. Shop / Fabrication Drawings
The Contractor shall prepare all fabrication drawings on the basis of the approved design and
submit four copies to the Engineer‐in‐Charge, well in advance to commencement if work, for
approval and comments of Client/ Employer and design consultants, if any on the same. The
contractor shall fabricate all the structural steel work strictly conforming to the specifications and
approved fabrication drawings.
162
Sign of Contractor No of corrections CTO
Erection assemblies, identifying all transportable parts and sub‐ assemblies, associated with
special instruction, if required showing part marks and erection marks.
9. Workmanship
The workmanship shall be equal to the Standard practice followed in modern structural shop. All
works shall be adequately supervised and care shall be taken to ensure that the structural
members remain in proper position. All similar parts shall be manufactured accurately so that the
same could be interchanged with other parts having same identification marks. Accuracy shall be
maintained during fabrication to ensure that all parts fit together properly during erection.
10. Fabrication
10.1 All fabrication shall be preferably done in full‐ fledged workshop. However, contractor ma y be
allowed to fabricate the structural element at his workshop nearby and transport the same to
the site. This is to be done with prior approval of TSCL.
10.2 All fabrication shall be done as per specifications, IS: 800, IS: 9595 and other signed “Good for
Construction” fabrication drawings.
10.3 Fabrication shall also be understood to include building up an element either by welding
plates to a rolled section, a combination of rolled section with plates or a section built up
entirely y with plates, tubes / pipes / hollow sections.
10.4 The contractor shall prior to starting any fabri cations ensure that the fabrication yard is
10.5 Any defective fabrication or material pointed out at any stage shall be replaced by th e
contractor free of cost.
10.6 All the fabricated and delivered items shall be suitably packed and protected from any
damage during transportation and handling. Any damage caused at any time shall be made
good by the contractor at his own cost.
10.7 In general tolerance for fabrication shall be as per IS: 7215.
All material shall be clean reasonably straight and free from twists. If straightening or flattening is
necessary, it shall be done in a manner that will not damage the material. The specified camber
wherever necessary shall be provided.
163
Sign of Contractor No of corrections CTO
11.2 MARKING
Marking of members shall be made on horizontal pads or on appropriate racks or supports in
order to ensure horizontal and straight placement of such members.
11.3 Clearance
The erection clearance for members having end cleats or plates shall not be more than 2mm at
each end, whereas for other types of end connections it shall not be more than 3mm at each end. If
for any reason a greater end clearance is required, suitable seating’s, shall provided.
11.4 Templates
Templates used shall be of steel. In case where actual parts have been used as templates for
drilling similar pieces, the Engineer‐ in –charge shall decide whether they are fit to be used.
11.5 Cutting
Machine cutting or robotic automatic 3D cutting shall be allowed . Cut members shall be free
from distortion at cut edges.
Chipping of angle flanges and edges of plates wherever necessary shall be done without
damaging the parent metal. Chipped edges shall be ground to a neat finish and sharp corners and
hammered rough faces shall be rounded off.
Edge preparation for welding may be done by machine controlled flame cutting with edges free
of burns, clean and straight.
The butting surfaces at all joints shall be planned so as to butt in close contact throughout the
finished joint.
11.6 Drilling / Holing
Holes for bolts shall be drilled. All holes, except as stated hereunder, shall be drilled to the
required size or sub‐ punched 3mm less in diameter and reamed thereafter to the required size.
Thickness off the materials for sub‐punching shall not be greater than 16mm. All matching holes for
bolts shall register with each other so that a gauge of 0.8mm less in diameter than the
diameter of the hole can pass freely through the members assembled for bolting in the direction at
right angle to such members. All holes for turned and fitter bolts shall be drilled undersize by one
mm and after assembly, reamed to a tolerance of +0.13mm/‐ 0.00mm unless otherwise
specified.
164
Sign of Contractor No of corrections CTO
No holes shall be made by gas cutting process.
11.7 Bending
Cold bending of plates, flats, tubes / pipes and sections shall be carried out on bending rolls or in
presses. The methodology for bending along with mock up shell be got approved form Engineer. In
exceptional cases hot bending may be allowed by TSCL for higher diameter pipes provide cold
bending id not possible.
Appropriate bending method shall be adopted, so as to avoid wrinkles on surface or distortion of
pipe section etc. If required suitable filler materials shall be used for equitable stress distribution
during bending.
165
Sign of Contractor No of corrections CTO
11.10 Preparation of Member for Bolting
The member shall be assembled for bolting with proper jigs and fixtures to sustain the assemblies
without deformation and bending. Before assembly all sharp edges, rust, dirt etc. shall be
removed. Before assembly the surfaces in contact of the member shall be cleaned.
11.11 Welding
11.11.1 General
Welding of steel shall be accordance with IS: 800, IS: 817, IS: 4353, IS: 1223 and IS: 9595 as applicable.
Welds shall be made by qualified welders. A welder shall produce satisfactory evidence of his
ability to do a given type of work as per RDSO or equivalent standard and shall prove his ability to
product a connection of the strength required. Evidence of welder’s qualification test shall be
produced if required by the Engineer‐in‐ charge. Engineer –in‐charge may reject any welder found
not suitable during actual work. In general the welders qualification shall be carried out as per ASME‐
Section IX / IS: 817, IS: 816, IS: 1393 as per IS standard state above.
Welding wire and electrodes shall be stored separately by quantities and lots inside a dry and
enclosed room, and as per instruction given by Engineer. And perfectly dry and drawn from an
electrode oven, if required.
Both the structural members and the welding operators shall be adequately protected from
rain, strong winds or snow during welding. The contractor shall provide necessary supervision to
ensure that all welding carried out in conformity with the specification and relevant IS codes. The
contractor shall make all necessary infrastructures available such as requisite number of welding
sets, cutting and grinding equipments, test equipments and all consumables as required.
The contractor shall submit the welding procedure and the consumables proposed to be used to
167
Sign of Contractor No of corrections CTO
the Engineer for approval. Combination of processes or electrodes may be permitted only with
the specific approval of the Engineer.
11.11.7 Approval and Testing of Welding Procedures
Before welding of any of the permanent works is carried out, the contactor shall furnished details of
welding procedure for each welding operation.
Welding trials shall be carried out and completed on representative samples of the materials
before the start of fabrication, as directed by the Engineer. Welding trials are intended to
establish welding procedure prior to the commencement of fabrication and for this purpose
assemblies shall be made from plate or section cutting large enough to simulate the joint selected
for trial. The trials shall be representative of actual fabrication conditions including:
(a) Preparation and fit‐up
(b) Preheat
(c) Welding position
(d) Restraint (so for as is practicable)
Welding trials on materials 20mm thick will be taken to include all materials under 20mm thick and
trial on materials 50mm thick. The trials shall include specimen weld details from the actual
construction which shall be welded in a manner simulating the most unfavorable instances of fit‐ up
and preparation which it is expected will occur in the parti cular fabrication.
After welding, the speci men shall be allowed to cool naturally to ambient temperature. It shall be
left for 72 hours and thereafter, it shall be sectioned and examined for cracking.
Testing shall be carried out in accordance with IS: 7370 (Part –I) as directed by the Engineer.
Approval of any welding procedure shall not relieve the contactor of his responsibility for correct
welding procedure to be followed and for minimizing the distortion in the finished structure.
11.11.8 Sequence of Welding
a) The direction of welding shall be horn points relatively fixed with respected to each other
towards points having more flexibility.
b) Welding shall be carried out continuously to completion with the required number of runs.
c) For compound section splices, each component part shall be spliced prior to welding with
other components parts.
d) Welds shall progress in a sequence that will balance the applied heat so as to reduce
distortion.
168
Sign of Contractor No of corrections CTO
e) Joints having more shrinkage shall be welded prior to joints having less shrinkage. f) The
sequence causing minimum distortion or shrinkage shall be chosen.
11.11.9 Welding Technique
The fusion faces shall be properly aligned and the gap set to the distance specified. The root pass of
butt joint shall be done such that full penetration is achieved as also complete fusion of root
edges.On completing each run weld and the parent metal shall be cleared by wire brushing and
light chipping to remove all slag and splatters. Visible defects, if any such as cracks, cavities etc. shall
be removed to sound metal prior to depositing subsequent run of weld.
All full penetration butt weld shall be completed by gouging / chipping the back of the joint and
depositing a steel run of weld metal. Alternatively a backing strip shall be provided.
All care shall be taken to prevent any kind of movements, shock or vibration of components
during welding to prevent weld cracks.
Low hydrogen electrodes shall be used for all welding of girders with thickness of plates equal to
or more than 20mm.
11.11.10 Workmanship of welding
The general welding Programme for shop and site welds, including particulars of the preparation of
fusion faces, pre‐heating where required and method of making welds shall be submitted in
writing to the Engineer for approval before the work is put in hand. No departure from the
welding Programme shall be made without the prior approval of the Engineer.
In the fabrication of built up assemblies all butt welds in each component part shall be completed
before the final assembly. Wherever practicable, clamps, magnets, holding devices or other
setting‐up fixtures shall be used in assembling part of the structure so as to avoid tack welding as far
as possible.
In fit –up where clamps cannot be used, they shall be of the same quality and size as the first run
of main weld. All tack welds shall be cleaned and ground to sound material prior to welding of the
root pass. The main weld shall fuse completely with the end of the tack weld to form a regular
profile. Where preheat is required for the main welds, the track welds shall be made under the
same heat conditions. The indiscriminate use of track welds during assembl y shall be avoided.
All welds shall be visually inspected. Cracked or badly formed welds shall be cut out to the
approval of the Engineer before re‐welding them.
169
Sign of Contractor No of corrections CTO
As far as practicable, all welding shall be carried out in the down hand position.
Where structural steelwork is painted before fabrication or erection, the metal surface with
75mm of any weld shall be coated with primer only.
11.11.11. Weld Inspection
All testing as per IS: 822 and the extent of inspection and testing shall be in conformity with the
relevant or as directed by Engineer –in‐Charge. The contractor shall extent all facility required to
inspect all stages of fabrication and erection including welding procedure qualification. No
painting of weld shall be undertaken prior to inspection and approval. All the tests required to be
carried out shall be paid for by the contractor.
i) Visual Inspection:
100% weld shall be visually inspected to ascertain absence of the following defects:
(a) Surface cracks in weld or parent metal, or undercut, burning, overheating of
parent metal.
(b) Below holes, exposed porosity in the weld or unfused welds.
(c) Defects in the profile such as excessive convexity or concavity, unequal leg
lengths, incompletely filled grooves excessive penetrations beds, root grooves etc.
(d) Distortion due to welding and misalignment.
ii) Mechanical Tests
Tensile load tests, bend tests, impact tests etc. shall be carried out as per the standard.
11.11.12 Repairs of Welds
Welds not meeting the requirements of the specifications and IS code shall be removed and
replaced. Repairs to defective welds shall be carried out only after the repair procedure
submitted is approved by the Engineer‐ in‐charge.
11.11.13 Splicing
In compound sections, splicing of components shall be staggered with respect to each other b y a
minimum of 500mm. When two parts of a component are not butt welded to each other, the
opposing ends at a joint shall be ground fl ush for bearing and suitable flange and web splice
plates shall be designed to cater full strength of the flange / web of the sections.
170
Sign of Contractor No of corrections CTO
In case full strength butt weld is used to connect opposing ends at a joint, additional flange and
web splice plates shall be provided capable of carrying 20% strength of the flange and web.
12 Shop Section
The steel work shall be temporarily erected in the shop to determine the accuracy of the fit.
The extent of erection shall be either complete or as directed by Engineer‐in‐charge.
13 General Inspection and Testing of Structures
Materials and workmanship at all times shall be subject to inspection by the Client/Employer. All
inspection as far as possible shall be made at the place of fabrication and the contractor shall
co‐operate with the Client / Employer inspector and permit access for inspection to all places
where work is being done. The contractor shall supply all necessary gauges and templates
necessary for inspection. However, such inspection shall not relive the contractor of his
responsibility to furnish satisfactory work.
Materials of workmanship, not conforming to provisions of the specifications may be rejected
at any time when defects are found during the progress of work.
The contractor shall obtain approval from the Engineer‐in‐charge of all fabricated items prior
to commencement of their erection. However, any such approval shall not absolve the
contractor from his responsibility of correctness and workmanship of the entire work.
14. Packaging and Transportation
Loading and transportation shall be done in accordance with transport rules prevailing at that
location. Items shall be packed to protect them from damage / distortion. Small parts shall be
wired to their main members. Loose item such as bolts, nuts and washers shall be packed in
crates / bags.
15 Erections
15.1 General
Erection of structural steel work shall be carried out in accordance with the relevant IS code in
conformity with the drawings and specifications in an expeditious manner. The suitability and
capacity of all plant, equipment etc. used for erection shall be to the satisfaction of the
Engineer.
15.2 Scope of Erection work
The contractor shall provide all construction materials equipment, transport facilities, tools,
tackles, consumables, labour, supervision for erection, including carrying out the following:
171
Sign of Contractor No of corrections CTO
Receiving, unloading, checking, and moving into the storage facility at site, as outlined under
General Conditions of contract inclusive of attending to all insurance matters in respect of
materials arriving at site.
Transporting from site, storage, handling, rigging, assembling, riveting, bolting, welding, and
installation of all fabricated materials in proper location according to drawings or as directed by
the Engineer.
Checking centre lines, levels of all foundations blocks including checking line and level,
position and plumb of all bolts and pockets. Any defects observed in the foundation shall be
brought to the notice of the Engineer. The contractor shall satisfy himself regarding the
correctness of the foundations before installing the fabricated structures on the foundation
blocks. Aligning, leveling, riveting, bolting, welding, fixing, in position fabricated materials in
accordance with drawing or as directed by the Engineer.
Supply of all required consumables, construction and erection materials, including but not
limited to gauges, welding/ brazing, rods, electrodes and wires, oxygen, acetylene, fuel, bolts,
nuts, rivets, shims and temporary supports etc. as required for the incidental works and for the
completion of erection.
Erection shall also include the following work:
a) All minor modification such as:
i) Removal of bends, kinks, twists etc. of parts damaged during transport and
handling.
ii) Cutting, chipping, filling, grinding etc. for preparation and finishing of site
connections.
iii) Reaming for use of the next higher size of rivet or bolt for holes which do not
register or which are found to be damaged.
iv) Welding of connections in place of riveting or bolting for which holes are either not
drilled or wrongly during fabrication.
b) The following shall be considered as a legitimate part of erection work:
i) Re‐fabrication work in respect of parts damaged beyond repair during transport and
handling or in respect of those that are incorrectly fabricated.
172
Sign of Contractor No of corrections CTO
ii) Fabrication of parts omitted during fabrication due to an error, or subsequently found to
be essential.
iii) Plug‐welding and re‐drilling of holes which do not register and which cannot be
reamed for the use of next size of rivet or bolt.
iv) Drilling of holes which are either not drilled at all or are drilled in incorrect positions
during fabrication.
15.3 Erection Drawings
The approval erection drawing and any approved arrangement drawings, specifications or
instructions accompanying them shall be followed while erecting the structural steelwork.
Erection drawings for structural steelwork shall be prepared by the contractor and shall consist of
line – diagrams showing every member in position with the respective erection mark.
Erection mark shall appear on the structural steel members as detailed and all steelwork shall
be erected with the marks in the same relative position as shown on the plan or elevation.
Any discrepancy between and specifications shall be brought to the attention of the Engineer
for obtaining his decision.
15.4 Storing and Handling of Material
The fabricated material shall be carefully unloaded at site, exami ned for defects, checked,
sorted out and stacked properly above the ground level, to be kept clean and properly drained.
The handling and storing of the components parts of a structure shall involve the use of
method and alliances not likely to produce injury by twisting, bending or otherwise deforming the
metal. No member slightly bent or twisted shall be put in place until the defects are
corrected.
All small bends or twists detected in members shall be rectified before such members are put in
place. Any serious bends or defects shall be reported at once to the Engineer. The
straightening of bent edges of plates, angles and other shapes shall be done by methods not
likely to produce fracture or other injury.
Following the completion of the straightening of a bend or buckle, the surface of the metal
shall be carefully inspected by the contractor for evidence of incipient or any other type of
fractures. The contactor shall report to the Engineer about the presence of such evidence and
act according to instruction.
173
Sign of Contractor No of corrections CTO
15.5 Setting Out
The contractor shall be responsible for checking the alignment and levels of foundations,
correctness of foundation‐ bolt centers, their projected height above the foundation tops, and
length of threading provided and the provisions and fitment of nuts for the foundations bolts.
These shall be checked well in advance of starting the erection work and the contractor shall be
responsible for any consequences for non‐ compliance thereof. Discrepancies, if any shall
immediately be brought to the notice of the Engineer for his advice.
One set of reference axes and one Bench mark level will be furnished to the contractor. These
shall be used by him for the setting out operation.
The contractor shall assume full responsibility for the correct setting out of all steelwork and
erecting it correctly as per the alignment and levels shown on the drawings and for the
verticality of members. Notwithstanding any assistance rendered to the contractor by the
Engineer, if at any time during the progress of the work any error should appear or arise
therein, the contractor shall remove and amend the work to the satisfaction of the Engineer, at
his own cost.
15.6 Assembly and erection
Before the commencement of structural steelwork, the contactor shall submit a schedule of
operations, detailing the erection procedures to be followed. The schedule shall include
provisions for any temporary bracing that may be considered necessary during the erection.
During the erection of structure, the steelwork shall be securely bolted or otherwise fastened
and if necessary temporarily braced, so as to make adequate provision for all erection stresses
and conditions, including those due to erection equipment and its operation. Such temporary
bracing shall be maintained in position until the erection work is sufficiently advanced and it is
ascertained that the bracing provided is no longer required.
Connections for temporary bracing and additional holes, members or cleats used to facilitated
handling or erection, shall be provided in a manner which does not weaken the steelwork
already erected.
The alignment of each portion of the structure shall be carried out progressively, soon after
that portion is erected. Permanent connections shall not be made until proper alignment has
been obtained and a sufficiently large portion of the structure has been erected and temporarily
connected so as to ensure that the members thus connected shall not be overstressed or
174
Sign of Contractor No of corrections CTO
displaced during the progressive alignment of the remainder of the structure.
15.7 Tolerance
Erection tolerances shall be provided strictly in accordance with the requirements of IS: 7215.
16 Field Connections
16.1 Field Bolting
This shall be carried out with the same care as shop bolting
16.2 Field Welding
Field wielding after field assembly shall follow the same requirements as laid down for shop
assembly and stop welding.
17 Grouting
Prior to erecting the steelwork over pedestals, columns or brackets, the top of concrete shall be
cleared with wire brushes, chipping and compressed air to remove all laitance and loose
material and made thoroughly wet. The structural member shall then be erected aligned and
plumbed with the base plates as shoe plates maintained as specified levels using shims / pack
plates or wedges.
After the structure is erected, formwork shall be done all around and the joints sealed to be
water tight. The Grout under the base plates, including in pocket and sleeves shall be ordinary
grout or non‐shrink grout as specified in drawings.
Non‐shrink grout shall be premix type and shall be prepared as per manufacturer’s instruction;
Non shrink grout shall be of quality and type approved by Engineer‐in‐charge.
The grout shall be poured in by grout pumps continuously from one side till the intervening
space are filled completely and the grout is carried to the far side of base plate. The grout shall be
spread with flexible steel strips and rammed with rods to ensure the gaps are filled
completed.
After the grout has sufficiently hardened the shims/ pack/ wedges which are accessible may be
removed and anchor bolts tightened. The alignment of the structure shall be rechecked and the
voids left by removal of the shims/ pack plates / wedges shall be filled with a similar mix of
grout. In case the structure is not properly aligned the grout shall be removed the structure re‐
aligned and grouting operation repeated.
18 Protective coating and Painting of Steel Elements
Structural steel components shall be sand blasted before primer coat and painting on exposed
175
Sign of Contractor No of corrections CTO
outer surface.
Metallization and anticorrosive treatment as per Annexure I.
19 Deleted.
ASP ‐3 ADDITIONAL TECHNICAL SPECIFICATIONS FOR READY MIX CONCRETE
WORKS
1) Batching of Concrete ingredients:
For all concreting, only Ready Mixed Concrete (RMC) is mandatory.RMC supplying agencies should
be got approved from TSCL well in advance and also mix design details should be submitted in
advance before execution of work.
2) Transporting, placing, compacting, age and curing:
Transporting, placing, compacting, finishing and curing of concrete shall be in accordance with
IS: 456‐2000
2.1 Transporting:
For all RMC concreting, the concrete after discharge from batching plant will be loaded in transit
mixers and kept continuously agitated while mix is in transit. At destination the mix will be
unloaded in to the hoppers of concrete pump. For site made concrete suitable prescribed methods
shall be adopted.
2.2 Placing:
The concrete produced in RMC plant/ batching plant, when discharged from transit mixer in
pump hopper shall be kept continuously agitated and pumped to destination placing point. Site
made concrete shall be placed by approved method of placing. The height of any single lift of
concrete shall not exceed 1.5 m for walls and 2.0 m for columns. For columns where the height of
pour is more than 2.0 m, suitable arrangement in formwork should be made so that the vertical drop
of concrete is restricted to less than 2.m. Any such arrangement should be approved from the
Engineer in advance before execution.
High velocity discharge of concrete causing segregation of mix shall be avoided. The concrete
shall be placed in the forms gently and not dropped from the height exceeding 1.5 m except in
columns where the maximum allowed will be 2.0 m. Each batch of concrete will be placed in
layer. Each layer of concrete shall be compacted fully before the succeeding layer is placed and
176
Sign of Contractor No of corrections CTO
separated batches shall be placed and fully compacted before the layer immediately below has
taken initial set. The layers should be sufficiently shallow, to permit stitching of two layers
together by vibration.
Concreting of any portion or section of the work shall be carried out in one continuous operation
and no interruption of concreting work will be allowed without approval of the Engineer.
Plain concrete in foundations shall be placed, in direct contact, with the bottom of excavation, the
concrete being deposited in such a manner, as not to get mixed with the earth. The concrete
placed below the ground level shall be protected from failing earth during and after placing.
Concrete placed in ground containing deleterious substances, shall be kept free from contact,
with such ground and with water draining there from during placing and for a period of 7 days or
otherwise instructed thereafter. Approved means shall be taken to protect immature concrete
from damage by debris, excessive loading, abrasion, vibrations, deleterious ground water, mixing
with earth and other materials and other influences that may impair strength and durability of
concrete.
Before starting of work contractor will get the concrete pouring Programme and its sequence
approved by Engineer to avoid cold joints.
2.3 Compaction:
External, Internal (needle) and surface (screed board) vibrators of approved make shall be used for
compaction of concrete.
a) External / internal vibration shall be used for compaction of concrete in foundations, columns
etc. For sections such as slabs, the concrete shall be compacted by external, internal and
surface type vibrators, depending on the thickness of layer to be compacted. 25mm, 40mm
and 60mm diameter internal vibrators may be used. The concrete shall be compacted by use
of appropriate diameter vibrator by holding the vibrator in position until.
i) Air bubbles cease to come to surface.
ii) Resumption of steady frequency of vibrator after short of dropping the frequency, when the
vibrator is first inserted.
iii) The tone of the vibrator becomes uniform
iv) Flattened, glistening surface, with coarse aggregates particles blended into it, appears on
the surface.
177
Sign of Contractor No of corrections CTO
After the compaction is completed, the vibrator should be withdrawn slowly from
concrete so that concrete can flow in to the space previously occupied by the vibrator. To
avoid segregation during vibration, the vibrator shall not be dragged through the concrete
nor used to spread the concrete. The vibrator shall be made to penetrate into layer of
fresh concrete below if any, for a depth about 150mm. The effective radii of action will
overlap, approximately half a radius to ensure complete compaction.
v) To secure even and dense surfaces free from aggregate pockets, vibration shall be
supplemented by tamping or rodding by hand in the corners of forms and along the form
surfaces while the concrete is plastic.
vi) A sufficient number of spare vibrators shall be kept readily accessible to the place of
deposition of concrete to assure adequate vibration in case of breakdown of those in use.
25mm diameter immersion vibrators shall be used in thin sections upto 125mm, 40mm
diameter immersion vibrators in fairly wide sections like beams, slabs, columns etc. and
60mm diameter vibrators in foundations, pile caps or such large section members. Screed
vibrators shall also be used for slab connecting.
vii) Plain concrete also shall be vibrated whenever and wherever directed by TSCL to achieve full
compaction, using needles and screed vibrators as necessary.
2.4 Curing:
Curing shall be started at the earliest by spreading wet jute cloth (hessian) and cover top with
impervious sheet and subsequently cured with spraying water. In inaccessible area to start with,
curing be started by spraying curing compound before starting membrane curing.
3) Placing temperatures:
During extreme hot weather, the concreting shall be done as per procedures set out in IS: 7861,
Parts I & II.
Fine and coarse aggregate for concreting shall be kept shaded and the concrete aggregates
sprinkled with water for a sufficient time before concreting, in order to ensure that the
temperature of these ingredients is as low as possible prior to batching. The mixer and batching
equipment shall be also shaded and if necessary printed while in order to keep their temperatures
as low as possible. The placing temperature of concrete shall be as low as possible in warm
178
Sign of Contractor No of corrections CTO
weather and care shall be taken to protect freshly placed concrete form overheating by sunlight in
the first few hours of its laying. The time of da y selected for concreting shall also be chosen so as to
minimize placing temperatures. In case of concreting in exceptionally hot weather the Engineer
may in this discretion specify the use of ice either case no extra payment shall be made to the
contractor on this account.
4) Construction joints:
Construction joints in all concrete work shall be made as directed by the Engineer. Where
vertical joints are required, these shall be shuttered as directed and not allowed to take the natural
slope of the concrete.
Before fresh concrete is placed against a vertical joint, the old concrete shall be chipped / sand
blasted, cleaned and moistened 25 hours before placing the concrete. All standing water should
be removed and dried with compressed air. Neat cement slurry shall be applied on the chipped/
sand blasted surface and mortar of the same water cement ratio as the concrete and 10mm thick
applied. Where required suitable expansion joints shall also be provided as directed by the
Engineer.
The time of day selected for concreting shall also be chosen so as to minimize placing
temperatures. In case of concreting in exceptionally hot weather the Engineer may in his
discretion specify the use of ice either flaked and used directly in the mix or blocks used for
chilling the mixing water. In either case the cost of ice either flaked and used directly in the mix or
blocks used for chilling the mixing water. In either case the case of ice and additional labor involved
in weighing and mixing etc. shall be borne by the contractor and nothing will be paid on this account.
5) Defective Concrete:
Should any concrete be found honeycombed or in any way defective, such concrete shall on the
instruction of the Engineer be cut out by the contractor shall on made good at his own expenses.
6) Exposed faces, holes and fixtures:
On no account shall concrete surfaces be patched or covered up or damaged concrete rectified or
replaced until the Engineer or his representative has inspected the works and issued written
instructions for rectification. Failure to observe this procedure will render that portion of the
works liable to rejection; in which case it will be treated as a work which has failed to meet
specified strength requirements and dealt with according to clause 1.11.
179
Sign of Contractor No of corrections CTO
Holes for foundation or other bolts or for any other purposes shall be moulded, and steel angles,
holdfasts or other fixtures shall be embedded, according to the drawing or as instructed by the
Engineer.
7) Cracks:
7.1 If cracks develop in concrete construction which in the opinion of the Engineer may be
detrimental to the strength of the construction, the contractor at his own expense shall test the
slab or other construction as specified i n special conditions. If under such test loads the cracks
develop further, the contractor shall dismantle the construction, carry away the debris, replace the
construction and carry out all consequential work thereto, without any extra payment.
7.2 If any cracks develop in the concrete construction, which in the opinion of the Engineer, are not
detrimental to the strength of the construction, the contractor at his own expense shall grout the
cracks with polymer cement grout of approved quality at his own expense and risk and shall
make good to the satisfaction of the Engineer the surface finish which in the opinion of the
Engineer has suffered damage either in appearance or stability owning to such cracks. The
Engineer’s decision as to t he extent of the liability of the contractor in the above matter shall be
final and binding.
8) Finishes:
Unless otherwise instructed the face of exposed concrete placed against formwork shall be
rubbed down immediately on removal of the formwork to remove irregularities. The face of
concrete for which for which formwork is not provided other than slabs shall be smoothed with a
float to give a finish equal to that of the rubbed down face, where formwork is provide. The top
face of a slab which is not intended to be covered with other materials shall be leveled and
floated to a smooth finishing at the levels or falls shown on the drawings or as directed. The
floating shall be done so as not to bring as excess of mortar to the surface of the concrete. The
top face of a slab intended to be surfaced with other materials shall be left with a spaded finish.
Face of concrete intended to be plastered shall be roughened by approved means to form a key.
When at site, concrete cube testing machine is used 10% of the cubes should be t est ed at
independent recognized laboratories approved by Engineer at their cost.
9) Scope of work & item to include:
1) The item refer to ready mix concrete required for R.C.C/ P.C.C. works as mentioned in item
description under Schedule‐‘A’ procured from reputed manufacture approved by Engineer.
180
Sign of Contractor No of corrections CTO
The material shall be conforming to B‐7 refer page No.38 for controlled cement concrete.
(Standard Specifications of PWD, Vol‐I)
The material requirement shall be completed according to standard specifications
No.B.7.1 refer page No.38 for controlled cement concrete.
2) The item include manufacturer with ingredients, control temperature transportation,
pumping, placing, vibration and curing of ready mix concrete and all taxes, excise duty, Sales
tax, octroi, insurance etc. levied by Govt./Semi‐Govt./local authority and cost of ready mix
concrete and any penalty, additional charges for controlling temperature upto casting or any
other charges levied by the manufacturer.
3) Proportioning of the mix/mix design shall be design by the contractor/ RMC manufacturer to
achiever strength specified in item and shall be get approved by Engineer. The proportioning of
ingredients, use of ingredient and mix designs parameters for various slumps shall be got
approved by Engineer prior to mix design.
4) Scaffolding shall confirm to specifications No.B.6.5 (a) and got approved by the Engineer.
5) Forms shall conform to specifications No.B.6.5. (b).
6) The concrete shall be pumped to the final positions as quickly as possible by methods which will
prevent segregation and loss of ingredients.
7) The concrete shall be placed into its final position, compacted and finished within 30 minutes of
mixing the water and before initial setting commences. The method of placing shall be such
as to avoid segregation. Placing shall be done in a balance manner to avoid eccentric loads on
the form work.
As far as possible the concreting shall be done continuously and construction joints avoided.
If the area to be concreted is under water, the water shall be removed by bailing out or using
pumps and other devices.
8) Compaction shall be done by mechanical vibrators and also by roads so that a dense concrete is
obtained.
9) The concrete shall be adequately cured.
10) Immediately after the removal of forms, any undulations, depressions, cavities, honey
combing broken edges or corners height spots defects shall be made good and finished with
cement mortar 1:2. But necessity of such finishing must be exceptional and the total not
exceeds 1% on an average.
181
Sign of Contractor No of corrections CTO
11) Concrete which is partially hardened shall not be tempered or re‐mixed but shall be disposed off
as desirable.
12) Sampling and testing shall be done as per IS: 456 (latest version).
13) All labour, materials use of equipment, tools and plant, installing and removal of scaffolding,
false work and forms and branching necessary for the satisfactory completion of item.
14) Compensation for injury to persons and damage to work or property.
15) Establishment of site laboratory.
10) Testing:
As per MORTH Specifications.
11) Measurement:
As per MORTH Specifications.
12) Ready‐Mixed Concrete and Pumping Concrete
12.1 Ready‐mixed concrete may be manufactured in a central automatic weight Batching plant and
transported to the job in agitating transit mixer.
The maximum size of coarse aggregate shall be limited to one‐third of the smallest inside
diameter of the hose or pipes used for pumping. Provision shall be made for elimination of over‐
size particles by screening or by careful selection of aggregates. To obtain proper gradation it
may be necessary to combine and blend certain fractional size to aggregates. Uniformity of
gradation throughout the entire job shall be maintained.
The quality of coarse aggregate shall be such that the concrete can be pumped, compacted and
finished without difficulty.
12.2Fine Aggregates:
The gradation of fine aggregate shall be such that 15 to 30 percent should pass the 0.30mm
screen and 5 to 10 percent should pass 0.15mm screen so as to obtain a pumpable concrete.
Sands that are deficient in either of these two sizes should be blended with selected finer sands to
produce these desired Lumpsums. With this gradation, sands having a fineness modulus
between 2.4 and 2.8 are generally satisfactory. However, for uniformity, the fineness modulus of
the sand should not vary more than 0.2 from the average value used in proportioning.
182
Sign of Contractor No of corrections CTO
12.3Water, Admixtures and slump:
The amount of water required for proper concrete consistency shall take into account the rate of
mixing, length of haul, time of unloading and ambient temperature conditions.
Additions of water to compensate for slump loss should not be resorted to nor should the design
maximum water‐cement ratio be exceeded. Additional dose of retarder/ plasticizer/ super
plasticizer shall be used with prior approval of Engineer to compensate the loss of setting time
and slump at contractor’s cost. Retempering water shall not be allowed to be added to mixed
batches to obtain desired slump.
12.4Transportation:
The method of transportation method used should efficiently deliver the concrete to the point of
placement without significantly altering its desired properties with regard to water‐cement ratio,
slump, and homogeneity.
The revolving‐drum truck bodies of approved make shall be used for transporting the concrete.
The number of revolutions at mixing speeds, during transportation, and prior to discharge shall be
specified and agreed upon. Reliable counters shall be used on revolving‐drum truck units.
Standard mixer uniformity tests, conforming to ASTM standards C 94‐69 “Standard
Specifications for Ready Mix Concrete”, shall be carried out if desired by Engineer to determine
whether mixing is being accomplished satisfactorily.
12.5Pumping of Concrete:
Only approved pumping equipment, in good working condition, shall be used for pumping of
concrete. Concrete shall be pumped through a combination of rigid pipe and heavy‐duty flexible
hose of approved size and make. The couplings used to connect both rigid and flexible pipe
sections shall be adequate in strength to withstand handling loads during erection of pipe
system, and poor supporting al ong the lines. They should be nominally rate for at least 3.5Mpa
pressure and greater for rising runs over 30m. Coupling should be designed to allow
replacement of any section without moving other pipe sections, and should provide full cross
section with no construction or crevices to disrupt and smooth flow of concrete.
All necessary accessories such as curved sections of rigid pipe, swivel joints and rotary
distributors, pin and gate valves to prevent backflow in the pipe line, switch valves to direct the
flow into another pipe line, connection devices to fill forms from the bottom up, extra strong
couplings for vertical runs, transitions for connecting different size of pipe, air vent for downhill
183
Sign of Contractor No of corrections CTO
pumping, clean‐out equipment etc, shall be provided as and where required. Suitable power
controlled booms or specialized crane shall be used supporting the pipe line.
12.6 Field control:
Sampling at both truck discharge and point of final placement shall be employed to determine if
any changes in the slump and other significant mix characteristics occur. However, for
determining strength of concrete, cubes shall be taken from the placement end of line. The RMC
supplier should and placing of concrete.
13) Planning:
Proper planning of concrete supply, pump locations, line layout, placing sequence and the entire
pumping operation shall be made. The concrete production, transportation and placing shall be
planned in such a manner that duration between addition of water during mixing and placing of
concrete in desire location is well within time limits prescribed by the RMC manufacturer,
however, this is subjected to fulfillment of slump and other properties of concrete as specified in
tender. On failure to adherer to the time schedule by the supplier the Engineer may reject the
concrete.
The pump wherever used should be as near the placing area as practicable, and the entire
surrounding area shall have adequate bearing strength to support concrete delivery pipes. Lines
from pump to the placing area should be laid out with a minimum of bends. For large placing
areas alternate lines should be installed for rapid connection when required. Standby power and
pumping equipment should be provided to replace initial equipment, should breakdown occur.
The placing rate should be estimated so that concrete can be ordered at an appropriate delivery
rate.
As a final check, the pump should be started and operated without concrete to be certain that all
moving parts are operating properly. A grout mortar should be pumped in to the lines to
provided lubrication for the concrete, but this mortar shall not be used in the placement.
When the form is nearly full and there is enough concrete in the line to complete the placement,
the pump shall be stopped and a go‐devil inserted and shall be forced through the line by water
under pressure to clean it out. The go‐devil should be stopped at a safe distance from the end of
the line so that the water in the line will not spill into the placement area. At the end of placing
operation, the line shall be cleaned in the reverse direction.
184
Sign of Contractor No of corrections CTO
SUBMISSION OF DOCUMENTS FROM RMC MANUFACTURER
Following document shall be submitted by the RMC manufacturer to TSCL through the contactor
along with checklist for RMC specified in the tender document.
1. Design Mix
2. Manufacturer’s Test Certificate for cement and plasticizer
3. Lab Test certificate for all ingredient of concrete
4. Delivery docket sheet mentioning the grade of concrete, quality of ingredient used, slump,
transit mixer vehicle no. placement, location, time of concrete production and placing etc.
14) Reinforcement:
List of Bureau of Indian Standard Code of practice (ISI)
432 ‐ Mild steel and medium tensile steel bars and hard drawn steel wire for
concrete.
250 ‐ Code of practice for bending and fixing of bars for concrete rei nforcement
2751 ‐ Recommended practice for welding of mild steel reinforcement.
14.1 Steel:
Mild steel, rounds conforming to IS: 432, HYSD bars conforming to IS: 1139, cold twisted bars
conforming to IS: 1786. Any other steel specifications for reinforcement shall conform in every
respect to the latest relevant Indian Standard Specifications and shall be of tested quality under
the ISI Certification Scheme.
All reinforcing work for concrete work shall be executed in conforming with the drawing
supplied and instructions given by the Engineer and shall generally be carried out in accordance
with the relevant India Standard Specifications (IS: 2502)
14.2 Inspection and Testing:
Every bar shall be inspected before assembling on the works and any defective, brittle,
excessively rusted or burnt bars shall be removed. Cracked ends of bars shall be cut out.
Specimens sufficient for the Tensile Tests per 20 tonnes of bars and for each different size shall
be sampled and tested by the contactor. Batches shall be rejected if the average results of each
batch are not in accordance with the specifications.
14.3 Lapping:
185
Sign of Contractor No of corrections CTO
As far as possible bars of the maxi mum length available shall be used. Laps shown on drawings or
otherwise specified by the Engineer will be based on the used by the contractor of bars of
maximum length. In case the contractor wishes to use shorter bars, laps shall be provided at the
contractors cost in the manner and at the location approved by Engineer. As and when necessary
welded laps shall be provided as specified by the Engineer.
14.4 Spacing, supporting and cleaning:
i) All reinforcement shall be place and maintained in the position shown on the drawing.
ii) The contractor shall provide approved type supports as specified on the drawings for
maintaining the top bars of the slab in position during concreting. All cover blocks shall be
concrete (not and cement mortar) and of the same strength as that of the surrounding
concrete and properly compacted.
iii) 17 SWF GI wire shall be used as binding wire. All bars crossing one another shall be bound
with this wire twisted tight to make the skeleton or network rigid so that the
reinforcement is not displaced during placing of concrete.
iv) Bars must be cleaned before concreting commencement of all scales, rust or partially set
concrete which may have been deposited during placing of concrete in previous lift of
concrete.
The bars shall be cleaned with dry gunny bags if they are coated lightly with rust or other
impurities. On no account shall the bars be oiled or painted nor shall mould oil used on the
framework be allowed to come in contact with the bars. Cement wash to bars shall not be
permitted.
14.5 Welding:
i) Whenever specified all welding shall be carried in accordance with IS: 2751. Only
qualified welders shall be permitted to carry out such welding.
ii) For cold twisted reinforcement, welding operation must be controlled to prevent supply y of
large amount of heat than can be dissipate. The extreme non twisted end portion shall be
cut off before welding. Electrodes with rutile coating should be used.
14.6 Measurement:
i) The weight of steel to be paid for at the contract rates shall be the weight of bars as
mentioned on the drawing or as instructed by the Engineer incl uding stirrups, ties, spacer
bars, chairs and any other steel works specified as reinforcement but excluding welding and
186
Sign of Contractor No of corrections CTO
cover block. Labs as specified on the drawing shall be paid for laps required because e of the
contractor’s use of shorted bars will not be paid for.
ii) The weight of any stirrups and tie bar shall be computed from the dimension given on the
drawing or bending schedules. The weight in Kg/ metre shall be taken as 0.785 Kg/ metre
per 100mm2 of cross section. No allowance in the weight paid for shall be made for the
rolling margin.
No rolling margins will be considered for payment.
15 Formwork
4990 ‐ Specification for plywood for concrete shuttering work.
3696 ‐ Safety code of scaffolds and ladders
4014 ‐ Steel and tubular scaffoldings.
8989 ‐ Safety code for erection of concrete frame structures.
456 ‐ Code of practice for plain and reinforced concrete.
15.1 Definition:
The term “Formwork” or “Shuttering” shall include all forms, moulds, sheeting, shuttering
planks, walers, poles, posts, shores, struts and strutting, ties, uprights, walling’s, steel rods, bolts,
wedges and all other temporary supports to the concrete during the process of setting.
15.2 Materials
15.2.1 All facing formwork to come in contact with concrete in different elements of the structure
shall be of such material and size as specified on drawings or as instructed by the Engineer.
15.2.2 Timber facing formwork to come in contact with concrete for “Exposed Concrete Surfaces”
shall consist of lab‐jointed or tongue and grooved planks as directed by the Engineer and no
joints shall permit leakage of mortar at all from cast‐in‐situ concrete.
15.2.3 The materials for other backing and supporting formwork and their sizes shall be selected by
the contractor shall be subject to the approval of the Engineer.
15.3 Design:
The formwork shall be designed and constructed so that the concrete can be properly placed and
thoroughly compacted to obtain the required shape, position and level subject to specified
tolerances. It is the responsibility of the contract to obtain the results required by the Engineer,
whether or not some of the work is sub‐contracted. Approval of the proposed formwork by the
187
Sign of Contractor No of corrections CTO
Engineer will not diminish the contractors responsibility for the satisfactory performance of the
formwork, nor for the safety and co‐ordination of all operations.
15.4 Formwork for Exposed Concrete Surfaces:
The facing formwork, unless indicated otherwise on drawings, or specifically approved by the
Engineer in writing, shall generally be made with materials not less than the thickness mentioned
below for different elements of the structure.
15.4.1 Plains slab soffits, and sides of beams, girders, joints and ribs and side of walls, fins, parapets,
pardis, sub‐breakers etc. shall be made with:
a) Steel plates not less than 3mm thick of specified sizes stiffened with a suitable structural
frame work, fabricated true to plane with a tolerance of +/‐2mm within the plate.
b) Plywood plates not less than 12mm thick (IS: 4990‐Specification for plywood for concrete
shuttering work) or 3mm thick with a 20mm timber plank backing, of specified size stiffened with
a suitable timber framework.
15.4.2 Bottom of beams, girders and ribs, side of columns shall be made with:
a) Steel plates not less than 5mm thick of specified size stiffened with a suitable structural
frame, fabricated true to plane with a tolerance of +/‐2mm within the plate.
b) Timber planks of 35mm actual thickness and of specified surface finish, width and
reasonable length.
c) Plywood plates not less than 12mm thick, of specified size stiffened with a suitable timber
framework.
15.5 Erection of Formwork:
The following shall apply to all formwork:
15.5.1 To avoid delay and possible erection of the formwork, the contractor shall obtain sufficiently in
advance, the approval of the Engineer for the design of forms and type of material used before
fabrication the forms. (ref ACI 347 Formwork for concrete of equivalent IS. code).
15.5.2 All shutter planks and plates shall be adequately backed to the satisfaction of the Engineer by a
sufficient number and size of walers of framework to ensure rigidity during concreting. All shall
be adequately strutted, braced and propped to the satisfaction of the Engineer to prevent
deflection under deadweight of concrete and superimposed live load of workmen, materials and
plant, and to withstand vibration. No joints in proper shall be allowed.
188
Sign of Contractor No of corrections CTO
15.6 Vertical props shall be supported on wedges or other measures shall be taken where the props
can be gentl y lowered vertically during removal of the formwork. Props for an upper story shall be
placed directly over those in the storey immediately below, and the lower props shall bear on a
sufficient strong area.
1) Care shall be taken that all formwork is set plumb and true to line and level or camber or
better where required and as specified by the Engineer.
2) Provisions shall be made for adjustment of supporting struts where necessary. When
reinforcement passes through the formwork care should be taken to ensure close fitting joints
against the steel bars so as to avoid loss of fines during the compaction of concrete.
3) If the formwork is held together by bolts or wires, these shall be so fixed that no iron will be
exposed on surface against which concrete is to be laid. In any case wire shall not be used
with exposed concrete formwork. The Engineer may at his discretion allow the contractor to
use tie‐ bolts running through the concrete and the contractor shall decide the location and
size of such tie‐bolts in consultation with the Engineer. Holes left in the concrete by these tie‐
bolts shall be filled as specified by the Engineer at no extra cost.
4) Formwork shall be so arranged as to permit removal of forms without jarring the concrete.
5) Surface of forms in contact with the concrete shall be oiled with a mould oil of approved
quality or clean diesel oil. If required by Engineer the contractor shall execute different parts of
work with different mould oils to enable the Engineer to select the most suitable. The use of oil
which results in blemishes of the surface of the concrete shall not be allowed. Oil shall be
applied before reinforcement has been placed and care shall be taken that no oils comes in
contract with the reinforcement while it is being placed in position.
The formwork shall be kept thoroughly wet during concreting and for all the whole time
it is left in place.
189
Sign of Contractor No of corrections CTO
6) Immediately before concreting is commenced, the formwork shall be carefully examined to
ensure that following:
a) Removal of all dirt, shavings, sawdust and other refuse by brushing and washing
b) The tightness of joints between panels of sheathing and between these and any
hardened core.
c) The correct location of tie bars, bracing and spacers, and especially connection or
bracing.
d) That all wedges are secured and firm in position.
e)That provision is made for traffic on formwork not to bear directly on reinforcing steel
7) Formwork shall be continuously watched during the process of concreting. If during
concreting any weakness develops and formwork shows any distress the work shall be
stopped and remedial action shall be taken.
15.7 Exposed Concrete Work:
Exposed concrete surfaces shall be smooth and even originally as stripped without any finishing or
rubbed or rendering. Where directed by the Engineer, the surface shall be rubbed with
carborundum stone immediately on striking the forms. The contractor shall exercise special care
and supervision of formwork and concreting to ensure that the cast members made true to their
size, shapes and positions and to produce the surface patterns desired. No honeycombing shall
be allowed. Honeycombed parts of the concrete shall be removed by the contractor as directed
by the Engineer and fresh concrete placed without extra cost, as instructed by the Engineer. All
materials, size and layout of formwork including the locations for their joints shall have prior
approval of the Engineer or the Architect.
15.8 Camber:
Forms and false work shall be generally cambered as indicated in the drawings or as instructed by
the Engineer. However, for beams up to 5m span and slabs upto 4m span camber is not
normally required to be provided.
15.9 Tolerances:
In accordance with IS: 456 2000 and MORT & H section 1500.
15.10 Age concrete at removal of formwork:
In accordance with IS: 456 2000 and MORT & H section 1500.
190
Sign of Contractor No of corrections CTO
The Engineer may vary the periods specified in IS: 456‐2000 if the considers it necessary.
Immediately after the forms are removed, they shall be cleaned with a jet of water and a soft
brush.
15.11 Stripping of formwork:
Formwork shall be removed carefully without jarring the concrete, and curing of the concrete
shall be commenced immediately. Concrete surfaces to be exposed shall, where required by the
Engineer, be rubbed down with carborundum stone to obtain a smooth and even finish. Where
the concrete requires plastering or other finish later the concrete surface shall be immediately
hacked lightly all over as directed by the Engineer. No extra charges will be allowed to the
contractor for such work on concrete surface after removal of forms.
15.12 Re‐propping
For multistoried buildings the floors may need repropping to support the loads of the upper floors
under. The extent of such repropping shall be as directed by the Engineer (this does not normally
exceed one fourth of the props provide above). Such repropping shall not be paid for separately
and the cost of such repropping shall be deemed to have been included in the rates.
15.13 Reuse of Forms:
The contractor shall not be permitted reuse of timber facing formwork brought new on the works
more than 5 times for concrete formwork and 8 times for ordinary formwork. 5 or 8 uses shall be
permitted only if forms are properly cared for, stored and repaired after each use. The Engineer
may in his absolute discretion order rejection of any forms he considers unfit for use for a
particular item, and order removal from the site of any forms he considers unfit for use in the
works. Used forms brought on the site will be allowed proportionately fewer uses as decided b y
the Engineer.
Use of different quality boards or the use of old and new boards in the same formwork shall not
be allowed.
15.14 Hacking‐out
i) Immediately after removal of forms, the concrete surfaces to be plastered shall be
roughened with a bush‐hammer or with chisel and hammer as directed by the Engineer to
make the surface sufficiently coarse and rough to provide a key for plaster.
191
Sign of Contractor No of corrections CTO
ii) At all construction joints in the beams, slabs and columns etc. laitance and any other loose
concrete shall be chipped off immediately after striking the formwork. The chipped
surface shall then be thoroughly cleaned with a jet of water.
15.15 Measurements:
1) Where formwork is paid for separately, measurements shall be of the area of finally
exposed surface requiring shuttering including curves, angles splays, meters, bevels, etc. for
which no special rate shall be allowed. The rates shall be inclusive of all work connected
with provision of formwork, its erection and removal and treatment of the concrete
surface immediately after removal of the formwork.
2) No extra payment shall be made for holes to be made in formwork for inserting electrical
conduits, hooks for fans, for plumbing work.
3) Where boxes or pockets are required to be formed in the concrete, they will be paid for
separately surface at the contract rates, but in measuring the area of concrete surfaces
shuttered, no deduction will be made for opening upto 0.4m2. For voids larger than 0.4m2
the surface of formwork forming the voids shall be paid at rates of formwork set out in the
schedule and the area of voids deducted from the face area of shutting.
4) No deductions shall be made from formwork of main beams where the secondary beam
intersects it. Formwork to secondary beams shall be measured upto side of the main
beams. No deduction shall be made from the formwork to stanchion or column casings at
intersections of beam.
5) No payment shall be made for temporary formwork used in concreting nor for formwork
required for joints or bulkheads, in floors, or elsewhere, whether such joints are to be
covered later with concrete or mastic or other material.
192
Sign of Contractor No of corrections CTO
Annexure
MATERIAL TESTING REQUIREMENTS
AGGREGATES
Sr. Aggregate property/ Type of aggregate Test Requirements for
No. parameter Frequency normal
monitoring
1 Grading i) Sand /fine Last 8 results
aggregate conform to IS 383
ii) Coarse aggregate
2 Particle density oven dry All types 3 Monthly Last 4 results
saturated surface dry + 0.04
apparent
3 Absorption All types 3 Monthly Last 4 results
+ 0.04%
4 Bulk density All types Monthly Last 4 results
Loose compacted All types Monthly + 75Kg/Cum
These drawings will indicate the entire installation and other information required by the TSCL. The
TSCL reserves the right to alter or modify these drawings if they are found to be insufficient or
Abbreviation complying with the established technical standards or if they do not offer the most
satisfactory performances or accessibility for maintenance.
On completion of the work (or an extension to an installation) the contractor countersigned
by the licensed supervisor shall furnish a certificate, under whose direct supervision the installation
was carried out. This certificate shall be in the prescribed form as required by the local supply
authority. The contractor shall be responsible for getting the electrical installation inspected and
approved by the local concerned authorities, including electrical inspector.
b) Drilling In Soils Other Than Rock
The boreholes should be drilled at the locations indicated on the drawing to be furnished by the
Engineer.
195
Sign of Contractor No of corrections CTO
method shall be preferred to shell and augur method while boring in soil. Calyx type drilling rigs
shall not be allowed under any circumstances. The method of advancing the borehole in soil
overburden by establishing the sides of the boreholes by drilling mud (Bentonite) is considered
preferable to casing of the borehole. Drilling should be carried out in such a manner as to limit
disturbance of the soil to be sampled or tested to a minimum. Washing tools should have proper side
jets and under no circumstances will bottom discharging tools be permitted. The insert casing shall
be sufficient to allow for in‐situ sampling and testing with standard sampling and testing tools.
Electronic theodolite and other necessary survey equipment shall be mobilized along with
necessary personnel for operation of the same for positioning of the borehole locations and
measuring ground levels.
All personnel required for round‐the‐clock operations including a graduate engineer in each
shift should be available at site. All such personnel mobilized for each shift of 12 hours shall have
minimum of three years of experience in the same type of job. The project in‐charge shall be a post‐
graduate geotechnical engineer with minimum of five years of experience in the same type of job.
The borings shall be carried out in accordance with relevant Indian Standard Code of Practice and
the requirements stated herein. The boring, sampling and in‐situ testing shall be carried out in a
manner approved by the Engineer who shall have the right to order alternative procedures if he is not
satisfied with the quality or accuracy of the work.
The observations during boring shall be put down in such a manner, so that each change in
strata is accurately determined to the satisfaction of the Engineer. During the boring operation,
particular attention shall be paid to the disturbed material washed up or brought up by the shell and
auger, and these shall be described in the boring logs. These disturbed materials should be preserved in
polythene bags with tags stating borehole reference, depths, nature of soil etc.
The work of drilling in soil shall be carried out in such a manner that disturbed as well as
undisturbed samples of soil can be conveniently collected at the required depths/intervals, and
penetrometer tests can be carried out if required. The Contractor shall adopt such a method, which
will permit the collection of samples indicating the grain size distribution of natural strata without
loss of fines, covering the entire depths.
Water samples shall be collected from the boreholes. Water samples shall be collected prior to
addition of Bentonite to boreholes. If this is not possible then prior to collection of water
samples, the borehole shall be dewatered by about half a metre depth and water allowed rising back
196
Sign of Contractor No of corrections CTO
prior to sampling. Ground water level for each borehole shall be checked during boring operation and
shall be recorded in bore log.
The drilling operations may be interrupted for collecting the samples, probing and conducting
penetrometer tests etc. The casing pipes shall not be removed unless directed by the Engineer. Even
after removal of the casing, a piece of pipe should be left in the borehole to identify the location.
The Contractor shall ensure that sand‐blow conditions do not develop while drilling, sufficient
d) Disturbed Soil Samples
Disturbed soil samples shall be collected from boreholes. These shall include soil samples
collected from the split spoon samples and also from the cutting edges of UDS. The samples shall be
stored in plastic bags.
e) Drilling in Rock
In general, boreholes should be taken to relatively hard strata. Should rock be encountered in soil
borings, it shall be proven by core drilling for a penetration of at least 3 m, or as directed by the
Engineer. Rock cores shall be retrieved in minimum NX size by using swivel type double or triple
tube core barrels with a suitable core catcher and diamond bit. Single tube core barrels or calyx type
drills will not be permitted. Drilling mud or any other fluid likely to aggravate core slips shall not be
197
Sign of Contractor No of corrections CTO
used.
If required, in all types of rock, the borings will be extended more than the depths specified
above, as directed by the Engineer. When drilling in all types of rock, instructions given in IS
4078, 4464, 5313 and 6926 shall be followed.
During the drilling operation, particular attention should be paid to get the core recoveries and
rock quality designations of the highest standards. Lumpsum core recovery and RQD should be
indicated continuously from the depth starting from the level of highly weathered rock. If the core is
broken by handling or during drilling, the fresh broken pieces shall be placed together and
counted as one piece. This has to be done as the cores come out during drilling, with the permission
of Engineer.
Soil samples and rock cores collected continuously to full depth of boreholes should be clearly
marked with good quality oil paint. They shall be designated by number, arrows, depths, borehole
to which it belonged etc. for the purpose of identification at a later date. Sketch pens or marker pens
shall not be used for writing numbers on core pieces.
When bedrock is encountered, drill hole shall continue at least three metres in sound rock to
ensure the continuity of the strata. If weathered or soft rock is met with, drill hole shall continue
5 metres into the rock layer. However if heavily shattered rock due to various weathering
process or weak rock zone susceptible to erosion when subjected to action of flowing water or
any other types of rock which can not be recommended as a founding strata is met with continuing 6
to 7 metres then the drilling shall continue through the weak zone well into the sound rock below the
top weak zone. Such incidences shall be brought to the attention of the Engineer and no borehole shall
be terminated without the approval of the Engineer.
The characteristics/strength of rock with respect to weathering, hardness, joints and bedding
and rock quality designation (RQD) as presented in Tables 2,3,4 and 5 in Appendix I of IRC
78‐2000 shall be followed and the same shall be indicated in the bore logs.
Drilling through rock being a specialized work, every care shall be taken to notice and record any
small change during drilling. The time required to drill through a certain depth, amount of core
recovery, physical condition, length of pieces of core, joints, colour of water residue, weathering,
and evidence of disturbance and other effects shall be carefully noticed and entered in the
drill/core log. The directions given in IS 5319 – “Guide for Core Drilling Observation” may be
198
Sign of Contractor No of corrections CTO
followed while preparing the bore logs.
The core boxes provided by the Contractor shall be sturdy and of good quality jungle wood and
shall be made according to the sketch on Page 6 of IS 4078 (1980) with locking arrangements
and compartments. The core boxes shall be painted both inside and outside with oil paints and
sprayed with insecticide to prevent damage by insects. Each and every core piece extracted from the
core barrel shall be placed in core boxes in the proper sequence of occurrence from top
downwards. The starting and finishing depth of each run shall be recorded on the core box
compartments in oil paint as the cores are placed. They shall be sequentially numbered on the four
sides and the lid. The name of the project, drill hole reference, and the depth of the core obtained
shall be prominently painted on the lid with oil paint.
The depth of cores below ground level shall be indicated at about every 1.5m interval by
writing the depth in indelible ink on wooden spacers that shall be inserted in their correct
positions in the box. Similarly, the exact depth of any change in stratum and failure to recover the
core etc. shall be recorded. The labeling of core samples of rock shall be done in accordance
with the Appendix D of IS 4078 of 1980 or as directed by the Engineer.
Each core box shall house samples not more than 6 m long in total. While placing the core
samples in the wooden boxes, it should be ensured that the direction and sequence of core
placement is not altered. The core run shall be restricted to 500 mm to 600mm length at a time and
the core sample removed as directed by the Engineer. The cores and core boxes shall be transported to
a storing place as indicated by the Engineer
The Contractor shall submit five copies of cabinet size (160mmx120mm) colour photographs of
the selected cores as specified by the Engineer.
An arrangement should be made for collection of wash water by installing a top socket with a
cross pipe at the top of the casing before the start of rock drilling. The side of the casing should be well
packed near the top of the hole to prevent leakage. Wash water should be collected in buckets and
allowed to settle. A record of wash water shall be maintained indicating colour, change in colour and
type of wash water (i.e. thick slurry or clean water)
The number of revolutions per minute for the rock drilling shall be kept low (about 200 RPM) for
"NX" size bits, with suitable reduction gear and bit pressure kept to a minimum without rod vibration
on "chatter". The rate of penetration for every 250 mm shall be observed during rock drilling and
recorded.
199
Sign of Contractor No of corrections CTO
Field bore logs shall be submitted to the engineer after completion of each borehole at site or as
demanded by the engineer.
Field Vane Shear Tests
a) Standard Penetration Test in Boreholes
The Standard Penetration Test [SPT] shall be carried out in boreholes at intervals as directed by
the Engineer. Intervals shall not exceed 3 m according to Indian Standard Code of Practice.
For details of the sampling tube (spoon) and equipment and procedure for conducting a
penetrometer test, the IS Code 2131 (1963) shall apply. The driving monkey should be provided
with suitable arrangement for controlling the height of fall. It should be ensured that blowing in of fine
sand is avoided while conducting penetrometer tests. For this purpose, it may be necessary to use
mud (Bentonite) circulation or create surcharge pressure.
For SPT the blow count shall be recorded at intervals of 150mm, for a total penetration of
60mm. The SPT blow count shall be reckoned as the total number of blows for the second and
third penetration increments of 150mm.
Every attempt shall be made to recover the full sample from the standard split spoon sampler.
Where sample recovery is poor or nil, a representative sample shall be preserved from the sludge
pump/bailer sample.
Whenever a sample recovery is recorded, the following details shall be Abbreviation along with
usual record of blow counts. This information shall be recorded for each borehole, in a format
approved by the Engineer.
Penetration and blow counts (meters) Recovery (meters)
Logging of silt and fine sand, if any, observed. Description of soil sample.
In the case of stiff to medium clay where a sample is recovered in the form of a "cake" a
suitable length of cake shall be wrapped with a layer of bandage cloth and coated with paraffin wax to
preserve the sample.
The identification tag for the sample shall be carefully secured to the plastic container in which
200
Sign of Contractor No of corrections CTO
samples are preserved.
b) Field Vane Shear Test
Field Vane Shear Test shall be conducted as stipulated in the relevant IS codes. During boring
operation, when soft clay layers are encountered the same shall be brought to the notice of the
Engineer who shall decide whether Vane Shear Tests are to be conducted in such strata.
201
Sign of Contractor No of corrections CTO
bottom of the ring. The test specimen shall be prepared in the same orientation as that of the actual
strata so that the laboratory test load compresses the soil in the same direction relative to the soil
strata as the applied load in the field.
2.3.2 Index Property Tests
Laboratory tests shall be carried out in consultation with the Engineer and as per relevant parts of
IS:2720 to find out the following index properties:
a) Natural Moisture Content
b) Sieve and Hydrometer analyses
c) Atterberg Limits
d) Specific gravity
e) Bulk and Dry Density
The soil samples to be tested shall be selected by the Engineer.
2.3.3 Unconfined Compression Test
Rock samples having L/D ratio not less than 2 shall be prepared and tested under soaked
condition for uniaxial crushing strength as per IS:9143 and IS:9221. The stress‐strain relationship
and modulus of elasticity shall also be reported. Bulk and dry densities, porosity, water absorption,
specific gravity shall also be determined on rock samples as per IS:1124.
2.3.4 Triaxial Test
Unconsolidated, undrainedtriaxial test shall be conducted on the undisturbed samples selected
by the Engineer. The test shall be conducted as per IS:2720 (Part X). Each test shall be conducted
on a minimum of three specimens at different cell pressure (1.0, 2.0 and 3.0 kg/cm2).
The moisture content before and after the test and the bulk and dry densities of each specimen
shall be determined. The rate quoted by the tenderer in the bill of quantities for the triaxial
compression test shall include for all the above items.
The stress‐strain diagrams as well as the Mohr circle envelopes shall be included in the report.
2.3.5 Consolidation Test
Consolidation test shall be conducted on undisturbed samples as per IS:2720 (Part XV)
selected by the Engineer. The loading on the test specimens shall be applied in the following stages :
0, 0.1, 0.25, 0.5, 1.0, 2.0, 4.0, 8.0 kg/sq.cm. Unloading of the test specimens shall be done in suitable
stages. The co‐efficient of consolidation (Cv), the coefficient of volume compressibility (Mv),
202
Sign of Contractor No of corrections CTO
compression index (Cc) and the coeffici ent of permeability (k) shall be determined and reported.
2.3.6 Chemical Analysis
Chemical anal ysis of soil and water samples shall be carried out for pH value, sulphate content (SO3) and
chloride content (CI) in ppm and Lumpsum.
4. CODES AND STANDARDS
203
Sign of Contractor No of corrections CTO
The report shall include commends on aggressive chemical content of soil and groundwater and
recommendations for deciding level of protection necessary for concrete and steel buried parts.
The entire work including preparation and submission of the Report shall be completed within
one month after the award of works. Contractor shall submit a detailed construction program before
commencing the work showing the deployment of rigs.
ASP ‐ 5: SPECIFICATION FOR DYNAMIC PILE TESTING
1. High Strain Dynamic Pile Testing
204
Sign of Contractor No of corrections CTO
curves, pile capacity, simulated static load test curve, net & total pile displacement, pile integrity.
A (Case Pile Wave Analysis) CAPWAP analysis shall be conducted on the field data for correct capacity
estimation and to evaluate end bearing and skin friction components of the pile.
2. Low Strain Dynamic Pile Testing
Conducting Low Strain Pile Integrity Testing on R C Bored Pile Foundations using Pile Integrity
Tester equipment manufactured by Pile Dynamics Inc. of USA or TNO of Netherlands that
conforms to ASTM D5882.
The test shall be conducted by generating impact of hand held hammer and the averaged
curve shall be velocity record as a function time. In general, at least 2 – 3 locations shall be tested for
pile.(Diameter of pile is as per design)
RESULT PRESENTATION
The data must be displayed on the field such that atleast preliminary evaluation can be made. An
interim report shall be submitted within 3 days of field testing. A complete report to be submitted
within 7 days after the test showing graphical wave form indicating velocit y versus time plot,
interpretation of results showing discontinuities, cross‐sectional or material changes if any, concrete
quality etc. The test shall be conducted in accordance with ASTM D5882.
TEST PREPARATION
The test shall be conducted minimum 10 days after pile installation and after the pile top
concrete has been chipped off to sound concrete level and made uniform. The pile top shall be free
from water, dirt or other debris.
The pile head shall be made smooth using carborundum stone or grinder or chisel on
2 – 3 locations one at the center of the pile and other 300mm away from the center for data
collection.
ASP ‐ 6 : COAL TAR EPOXY PAINT
This paint shall be applied to concrete surfaces in contact with soil. The paint shall
provideprotection to concrete surface against corrosion from aggressive environments. It shall also
be long term chemical resistant.
Application :
205
Sign of Contractor No of corrections CTO
Coal Tar epoxy paint shall be applied on dust free surface, free from laitance, loose material
and grease etc. The surface should be roughly cleaned before the application. The paint shall not
be applied on wet or uncured surface. The manufacture of the paint and primer shall be one of the
followings or equivalent:
FAIR MATE, FOSROC, SUNANDA CHEMICALS, MC BOUCHEME, etc.
The paint shall be applied by brush or spray to achieve uniform finish. The paint shall be
stored, mixed and applied as per manufacture’s specifications. The painting shall be done such a
way that it covers concrete surface not more than manufacture’s specified area.
A minimum of 2 coats shall be applied on the fully prepared surface. Primer coat shall be
applied as directed by Engineer. A minimum dry film thickness of 2 10 microns shall be achieved.
206
Sign of Contractor No of corrections CTO
Chapter – I X
Design Criteria
207
Sign of Contractor No of corrections CTO
Chapter I X Design Criteria
5.1. GENERAL REQUIREMENTS:
The design of contractor shall generally fulfill the requirements mentioned in tender document
and as per relevant design codes. Micro piling is permitted.
(A) Latest I.R.C. Standard Specifications and Codes of Practice for Road Bridges/MORTH Specification on
date of Submission shall be applicable.
Section I IRC 5 General Features of Design. (Seventh Revision) (Reprint April 2002)
Section II IRC 6 Loads and Stresses. (Revised Edition)
Section III IRC 112 Code of Practice for Concrete road bridges
Section VI IRC 22 Composite Construction. (second Revision)
Section V IRC 24 Steel Road Bridges.(Third revision)
Section VII IRC 78 Foundations and Substructure.
(Revised Edition)
Section –IX IRC 83 Metallic bearing parts‐I), (First Revision December‐1999) (Reprint May‐
2003)
Section‐IX IRC 83 Elastomeric Bearings. (Part II) (Reprint June 2003) With amendments
Section IX IRC. 83 POT, POT cum, PTFE, PIN and metallic guide bearings. (Part III)
IRC
IRC‐38 Guidelines for Design of Horizontal Curves for Highways and Design
Tables (First revision)
IRC: 87 Guidelines for the design and erection of False work for Road Bridges.(
First revision)
IRC 89 Guidelines for Design & Construction of River Training & Control Works
for Road Bridges. (First revision) (Reprint October 2000)
IRC SP 13 Guidelines for the design of small Bridges & culverts Vertical Curves for
(First revision June 2004)
IRC SP 23 Vertical Curves for Highways (Reprint Sept. 1989)
IRC SP 37 Guidelines for Evaluation of Load Carrying Capacity of Bridges. (First
revision)
208
Sign of Contractor No of corrections CTO
IRC SP 51 Guidelines for Load Testing of Bridges
IRC SP: 64 Guidelines for the Analysis and Design of cast‐in‐place avoided slab
superstructure
IRC SP: 65 Guidelines for Design and Construction of Segmental bridges
IRC SP: 66 Guidelines Design of Continuous Bridges
IRC SP: 67 Guidelines for use of External and Unbounded Pre Stressing Tendons in
Bridge Structures.
IRC SP: 70 Guidelines for the use of High Performance Concrete in Bridges
IRC: 87 Guidelines for the design and erection of False work
for Road Bridges.( First revision)
IRC 89 Guidelines for Design & Construction of River Training & Control Works
for Road Bridges. (First revision) (Reprint October 2000)
IRC SP 13 Guidelines for the design of small Bridges & culverts Vertical Curves for
(First revision June 2004)
IRC SP 23 Vertical Curves for Highways (Reprint Sept. 1989)
IRC SP 37 Guidelines for Evaluation of Load Carrying Capacity of Bridges. (First
revision)
IRC SP 51 Guidelines for Load Testing of Bridges
IRC SP: 64 Guidelines for the Analysis and Design of cast‐in‐place avoided slab
superstructure
IRC SP: 65 Guidelines for Design and Construction of Segmental
bridges
IRC SP: 66 Guidelines Design of Continuous Bridges
IRC SP: 67 Guidelines for use of External and Unbounded Pre Stressing Tendons in
Bridge Structures.
IRC SP: 70 Guidelines for the use of High Performance Concrete in Bridges
IRC SP: 71 Guidelines for Design and Construction of Pre‐ cast Pre‐tensioned Girder
for Bridges
I. S. 1893 Criteria for Earthquake Resistant Design of Structures (Fifth Revision)
(Reaffirmed ‐Sept. 2012 with 2 Nos of Amd.).
209
Sign of Contractor No of corrections CTO
IS.‐2911(Part‐1/Sec‐1) Design and construction of pile foundations‐Code of practice :Part 1
Concrete piles, Section 1 Driven cast in situ concrete piles (second
revision)
I.S.‐2911 (Part 1/Sec2) Design and construction of pile foundations‐Code ofpractice: Part
1Concrete piles, Section 2 Bored cast‐in‐situ concrete piles (second
revision)
I.S.‐ 2911(Part 1/Sec3) Design and construction of pile foundations‐Code of practice: Part 1
Concrete piles, Section 3 Driven precast concrete piles(second revision)
I.S.‐2911(Part 1/Sec4) Design and construction of pile foundations‐Code of practice: Part 1
Concrete piles, Section 4 Precast concrete piles in pre bored holes (first
revision)
I.S.‐2911(Part 2) Code of practice for design and construction of pile foundations: Part 2,
Timber piles (first revision) (Reaffirmed MAY‐2010 with 1 No of Amd.)
I.S.‐2911(Part 3) Code of practice for design and construction of pile foundations: Part 3
Under reamed piles (first revision)( Reaffirmed MAY‐2010 with 3 Nos of
Amd.)
I.S.‐2911(Part 4) Design and construction of pile foundation Code of practice: Part 4 ,Load
test on piles (second revision)
IS 13920 Ductile Detailing of Reinforced Concrete Structures subjected to Seismic
Forces‐Code of practice. (Reaffirmed July‐2013 with 2 Nos of Amd.)A
note‐draft standard of First Revision is under progress
IRC: SP:69 Guidelines and specifications for Expansion joint.( First Revision)
IRC 15 ‐ 2011 Standard specification and Code of Practice for construction of Concrete
Roads ( IV Revision)
IRC 43 ‐ 2015 Recommended Practice for Plants, Tools and Equipment required for
construction and maintenance of Concrete Road.
IRC 44 ‐ 2008 Guidelines for Cement Concrete Mix Design for Pavements.
IRC 57 ‐ 2006 Recommended Practice for sealing of Joints in Concrete Pavements.
IRC 58 Guideline for Design of Plain Jointed rigid Pavement for Highway.
210
Sign of Contractor No of corrections CTO
(B) Any IRC Standard Specifications and Codes of Practice or Criteria for Road Bridges other than A
above.
(C) For any item not covered by A & B above, Specifications for Road and Bridge Works published by
IRC for Ministry of Road Transport & Highways.
(D) For items not covered by any of A, B and C above, Standards and Specifications Provisions of I. S.
Codes of Practice.
(E) For any item not covered by any of the above Codes and Specifications, the relevant Provision
from B. S. / A. A. S. H. T. O. (L. R. F. D.) / CE‐ FIB Model Codes 1990.
(F) For pre tensioned construction B.S. 5400
(G) For items not covered by any of the above Standards and Specifications, Sound Engineering
Practice and Provisions of relevant international codes shall be referred. For the applicant of the
Codes other countries, decision of the Engineer shall be final and binding.
(H) Any other standard proposed by the Contractor and approved by Engineer for any special type of
construction. However, it is essential to supply currently valid copies of the same. For documents
other than in English language, the official English Translation shall be supplied. For those
translations which are of earlier revisions of the code, the official English translation of older
revision supplemented by translation of revised portion shall be supplied.
5.2. DURABILITY :
5.2.1 Minimum Concrete Grade Minimum grade of concrete shall be as below:
Type of concrete Grade of concrete
P.C.C. M 20
R.C.C M 35
P.Q.C M 40
5.2.2 Minimum Cement Content shall be as per I.S.456:2000.
5.2.3 The minimum nominal diameter of reinforcement bars shall 10 mm.
5.2.4 Minimum clear cover to reinforcement for all grades of concrete shall be as below :
Item Severe Exposure
Slab 40 mm
Web/Column 40 mm
Footing /Raft Slab 50 mm
Pile / Pile cap 75 mm
211
Sign of Contractor No of corrections CTO
5.2.5 Condition of exposure severe.
5.3 BORE DATA AND SOIL AT SITE :
5.3.1 The details of the bores with tentative rock levels & their locations are shown in the trial bore
report However contractor shall ensure bearing capacity by carrying out geotechnical
investigation at three locations for determination of Safe Bearing Capacity (SBC) for designing of each lift
shaft foundation. The founding strata shown in the departmental geotechnical report will form the
basis of variation clause.
5.3.2 Deleted
5.4 FOUNDATION::Only Piling / micro pilling is permitted for Cantilever Glass top Footpath structure.
(i) Pile Foundation During execution of the work, the samples from the bore taken at
each foundation shall be tested and analyzed to ascertain SBC of strata. All test
required shall be shall be carried out in conformity with the relevant specifications.
The Contractor shall submit the entire data to the Department along with his
own/laboratory recommendations and obtain approval to the design‐ parameters.
Necessary interpretation of the result of tests shall be furnished to the Department
for scrutiny of design of foundations.
(ii) The cost of these test and interpretation of the test results shall be included
in the tendered amount. No payment will be made separately for the testing of soil or
rock.
(iii) While checking the stresses at the base of foundations it shall be ensured that under
the worst combination of forces there is no tension except where founded on rock. The
Safe Bearing Capacity at the foundation level shall be verified during construction so as
to ensure that the stresses imposed on the foundation strata are within permissible
limit.
5.4.4.1 Minimum embedment into rock and pile capacity on the strata shall be considered as follows
1. The minimum embedment of piles shall not be less than 2 times diameter of pile in rock.
2. The pile capacity in rock shall be restricted to 300 t/m2, inclusive of frictional resistance and
global behavior of the pile.
212
Sign of Contractor No of corrections CTO
3. The pile shall be designed as fixed end bearing considering fixity at half the depth of minimum
embedment and centre of pile cap. Side friction from ground level upto embedment level shall
not be considered.
5.4.4.3. Annular filling around pier/abutment formed due to excavation shall be filled up to
rock level by M‐15 grade concrete.
5.4.4.4. Concreting shall be done only in dry period.
5.4.4.5. Pile capacity shall be confirmed by pile load test as per IS‐2911 (Part IV)
5.4.4.6. The minimum diameter of pile shall be as per Clause 709.1.7 of IRC:78‐2000.
5.4.4.7. Design with single row of piles shall not be accepted.
5.4.4.8. Only bored cast in situ piles shall be accepted.
5.5 : SUB STRUCTURE:
The sub structure and superstructure / framework for cantilever footpath shall be of structural steel
only.
5.6: CANTILEVER GLASS FOOTPATH:
Quality Standards
Laminated glass of 39.04 mm thick comprising of (12 mm clear H.S.+1.52 PVB + 12 mm clear
H.S.+1.52 PVB + 12 mm clear )
Specifications of Glass
1. VLT – Visible light transmission – 77 %
2. ER – Energy rating – 7
3. IT – Infrared Transmission – 7
4. SHGC – Solar Heat Gain Coefficient – 0.59
5. SC – Shading coefficient – 0.68
6. U value – 4.5
213
Sign of Contractor No of corrections CTO
Approved Manufacturers
1. ST.Gobain Glass
2. Asahi Glass
Quality Standards
All glasses confirming the following European Standards:
1. EN12150 for Toughened Glasses
2. EN1863 for Heat‐Strengthened Glasses
3. EN1279 for Insulated Glasses
4. EN12543 for Laminated Glasses
5. EN1096 for Coated Glasses
6. EN14179 for Heat‐Soaked Glasses
5.7. DESIGN
5.7.1 Design Loading:
Design loads and load combinations will be as per IRC Standards subject to modifications
made in the main part of this design criterion.
5.7.2 Analysis:
Rigorous Analysis using acceptable methods of analysis and standard analysis software packages
will have to be used.
5.7.3. Design of Elements and Detailing:
The detailing of steel members will be as per IRC/ AASHTO standard using allowable stress
design. Permissible stresses shall be as per IRC Codes.IRC 800‐2007 is also permitted for steel
structure design.
For concrete portion of the bridge (including concrete elements of composite
construction), the permissible stress as given in the main part of these design criteria will be
used. ‐
The design detailing/specification of shear connectors will be as per IRC/ AASHTO standards.
214
Sign of Contractor No of corrections CTO
5.7.4 . Workmanship, Testing, Erection:
The general workmanship, testing and erection specifications shall be conformity with the
IRC/AASHTO Standards. Various documents cross‐referred by IRC/ AASHTO Standards are deemed to
form part of these present specifications and take precedence over other specifications in case of
divergent requirements.
5.8. ANTICORROSIVE TREATMENT.
Entire structure shall be given anticorrosive protective treatment as approved by the
Engineer‐in‐Charge. This paint shall be got tested from the approved laboratory and shall be of
approved quality, color and shade.
The protective coating shall consists of:
(a) Part of foundation and substructure in contact with earth ‐ One coat of primer and 2 coat of
Coal tar epoxy.Total 210 microns
(b) Metallization and anticorrosive treatment as per Annexure I.
(c) Concrete surface in contact with earth shall be painted with epoxy coal tar paint in two coats &
one coat of primer.
(d) Reinforcing steel shall be cleaned by suitable method before use in concrete.
.
5.9 DOCUMENTATION, INSTRUMENTATION :
The following items are deemed to be included in the tender cost.
i All final drawings and microfilms of all approved drawings and “as built”drawings and
calculations shall be supplied by the Contractor.
ii The Contractor shall supply three Video films cassettes of 180 minutes duration each of
the bridge covering the different phases of construction from start to finish.
iii A “Maintenance Manual’ describing access arrangements, important obligatory
precautions from the point of view of structural safety, and procedure for minor and major
repairs of each component of the bridge, renewals of finishes and treatments periodically shall
be supplied by the Contractor.
iv A “Quality Assurance Manual” covering designs and drawings, mix‐designs, materials,
215
Sign of Contractor No of corrections CTO
testing, soil and rock properties, statistical quality control, etc. shall be prepared by the
Contractor free of cost well before starting the work.
v A “Construction manual” covering various aspects of construction methods, difficulties faced and
how they are overcome during execution etc. shall be supplied by the contractor free of cost at
the time of finalisation of work.
vi The ,Contractor shall install fixtures and fastenings provided by the department for housing
any instrumentation that may be useful for the Department.
vii Fixing arrangement for internal and external lighting shall be got approved from competent
CTO/City Engineer Thane Smart City Limited and executed.
5.10. PROCEDURE FOR CHECKING THE DETAILED DESIGN CALCULATIONS AND WORKING
DRAWINGS:
i Within one month of the receipt of work order, the contractor shall submit a program of
submission of designs. The program of submission of designs of various components should be
consistent with the program of work prepared by the contractor and approved by the
Department.
ii Detailed design calculations and working drawings of all the component parts of the bridge
shall be submitted well in advance of the execution in accordance with the above program.
Two sets of such design calculations and 3 sets of drawings duly proof checked by V.J.T.I.
or I.I.T. and accompanied by complete information and sufficient data shall be
submitted to the CTO/City Engineer, Thane Smart City Limited, Thane. The proof checking fee
shall be paid by the contractor directly to V.J.T.I/I.I.T.
iii Approval to drawings and designs and design calculations by the Cit y Engineer, TSCL, shall
not in any way relieve the Contractor of his responsibility for the correctness, soundness and
structural stability and safety of the structure.
iv The approved drawings and the design calculations of the bridge shall be the property of the
Department.
v The Contractor’s designer or consultant shall attend all the review meetings conducted by
office of the CTO/City Engineer from time to time, without any extra cost and shall also remain
present as and when required during the checking of designs.
216
Sign of Contractor No of corrections CTO
5.11. DISPUTES:
In case of disputes arising between the Entrepreneur and the CTO/ City Engineer, Thane Smart
City Limited. the matter may be referred to the CEO, Thane Smart City Limited. The decision of the CEO
T h a n e S m a r t C i t y L i m i t e d shall be final and binding on the Entrepreneur.
217
Sign of Contractor No of corrections CTO
Chapter – X
Tender Form 'C' Lumpsu m Contract
218
Sign of Contractor No of corrections CTO
CH A PT E R X
T E N DE R F O RM ‘C’
( D E C L A R A T I O N )
I/We, hereby declare that I/We have made myself/our self thoroughly conversant with the sub‐
soil conditions local conditions regarding all materials (such as stone, murum, sand. source of water, etc.)
and Labour of which I/We have based my/our rates of this work. The specifications, conditions, bore
results and lead of materials on this work have been carefully studied and understood by me/us before
submitting this tender. I/We undertake to use only the best materials approved by the CTO/City
Engineer Thane Smart City Limited, Thane of his duly authorized assistant before starting the work and
to abide by his decision.
For this work we authorize Mr./Ms.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ as contact person having Contact no.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐.
I/We have gone through all general conditions of contract, special condit ions of contract of
the contract document carefully.
Signature of Contractor(s).
N o t e : T h i s f o r m sho u l d b e p r i n t e d , s i g n e d , s c a n n e d a n d u p l o a d e d i n t h e t e c h n i c a l b i d .
219
Sign of Contractor No of corrections CTO
FORM OF BID‐FORM 'C'
(Consolidated Bid offer for the Scope of Work covered under Lump‐Sum Bid Offer and the Lump sum
Bid Offer)
T o ,
The CTO/City Engineer
Thane Smart City Limited
3rd Floor, Mahapalika Bhawan,
Gen. Arunkumar Vaidya Marg,
Panchpakhadi Thane ‐ 400 605
1. Having examined the Conditions of Contract, Specifications, Drawings and Addenda for the
execution of the above named Work within the time specified, we, the undersigned, offer to design,
execute and complete such Works and remedy any defects therein in conformity with the Conditions of
Contract, Specifications, Drawings, Design criteria, Scope of Work and Addenda and Schedules for the
sum of Rs.‐‐‐‐‐‐‐‐‐‐‐‐‐‐ Excluding GST , for the work covered under the Scope of Work defined in brief
in this Bid Document.
Break up as below will be applicable only for payment and curtailment of scope if any during execution.
3. We undertake that if our bid is accepted, to commence the Works as soon as is reasonably
possible after the receipt of the Engineer’s notice to commence, and to complete the whole of the
Works comprised in the contract within the time stated in the Bidding Data.
1 We agree to abide by this bid for the period of 120 days days from the date fixed for
receiving the same and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.
220
Sign of Contractor No of corrections CTO
3 We understand that you are not bound to accept the lowest or any bid you may
receive.
Dated this ……………2018
Signature ……………………………in the capacity of …………………………… Duly authorised to sign bids for
and on behalf of ……………………………… Address….…………………………………………………………………………
Occupation. ………………………………………….
(To be filled in by the Bidder, together with his particulars and date of submission at the bottom of
the form of Bid).
Abbreviation: This form of bid should not be uploaded online in the Technical or Financial Bid. This is to
be filled in by the successful contractor. THE CONSOLIDATED OFFER OF Designing and Construction of
Cantilever Footpath and Widening of Shivaji Path along Masunda Lake. SHALL BE CONSIDERED FOR
EVALUATION.
221
Sign of Contractor No of corrections CTO
CONDITIONS OF CONTRACT
Clause 1 ‐ The Contractor (s) is/are to provide every article or thing (with the Supply of materials etc.
supply of materials.) which may be necessary and requisite for the due and by the contractors.
proper execution of the several works included in the contract according to the
true intent and meanings of the drawings and specifications taken together which
are to be signed by the _ (herein after called the Engineer‐ln‐Charge) and by
the contractor (s) whether the same may or may not have been particularly
described in the specification or shown on the drawings; provided however that
the same are reasonably and obviously to be inferred there from. In case of any
discrepancy between the drawings and the specifications the Engineer‐ln‐Charge
shall decide which of the two is to be followed.
Clause 2 ‐ The contractor (s) shall set out the whole of the works as per
drawings and details supplied to him, and during the progress of the works shall Execution of Work
set right as ordered by the Engineer‐ln‐Charge or his agent any errors which
may be found therein and shall provide all necessary labour and materials for the
purpose. The Contractor (s) shall also provide all plants, labour and materials
which may be necessary and requisite for the works and which if accepted shall
be paid for as per payment schedule. All materials and workmanship are to be
the best of their respective kinds. The Contractor(s) shall leave the works in all
respects clean and perfect the completion thereof.
Clause 2 (a) – The Contractor shall clearly Abbreviation that the drawings
supplied alongwith tender are only outline drawings. The detailed design
calculations with working drawings are to be prepared by the contractor at his
own cost and submitted to Engineerin‐charge to scrutinize. The contractor will
not be allowed to execute any part of the structure prior to the approval of
the design and drawing of that part by the Engineer‐ln‐Charge.
Clause 3 ‐ The Contractor may sub‐contract any portion of work, up to a limit Subletting of work.
specified in Contract Data, with the approval of the Engineer but may not assign
the Contract without the approval of the Employer in writing. Sub‐contracting
does not alter the Contractor's obligations. Subleting of work.
222
Sign of Contractor No of corrections CTO
Clause 4 ‐ The Engineer‐ln‐Charge shall have at all times access to the works
which are to be entirely under his control. He may require the Contractor(s) to
dismiss any person in the Contractor(s) employment upon the works if such Control over works.
person in his opinion incompetent or misconducts himself and the Contractor(s)
shall forthwith comply with every such requirement.
Alterations in drawings
Clause 5 ‐ The Contractor(s) shall not vary or deviate from the drawings or of specifications etc.
specification or execute any extra work of any kind whatsoever unless upon the
express authority of the Engineer‐ln‐Charge which shall be obtained by an order
in writing of the Engineer‐ln‐Charge or by plan or drawing expressly given on
signed by him as an extra work or variation or by any subsequent written
approval signed by him. In case of daily labour all vouchers for the same shall be
delivered to the Engineer‐ln‐Charge or the officer in charge at the latest during
the work following that in which the work may have been done, and only such
day work is to be allowed for as may have been authorized by the Engineer‐ln‐
Charge to be so done unless the work cannot from its character to be properly
measured and valued. The foundation be carried to the depths in suitable strata
shown in the drawings.
Clause 6 ‐ The Engineer‐ln‐Charge shall have power to make any alterations in The power lo make
or additions to the original specifications, drawings, designs and instructions that additions and
may appear to him to be necessary or advisable during the progress of the work alterations in
and the contractor(s) shall be bound to carry out the work in accordance with drawings or
any instructions which may be given to him/them in writing signed by the specifications etc.
Engineer‐ln‐Charge and such alteration shall not invalidate the contracts; and
any additional work which the contractor(s) may be directed to do in the manner
above specified as part of the work or any curtailment of the work, as designed
which may be found necessary during the period of construction, shall be carried
out or omitted by the contractor(s) on the same conditions in all respects on
which he/they agree to do the main work. The additional or the curtailed work
shall be carried out or omitted at the rates entered in the contract. And if the
additional or altered work includes any class of work for which no rate is
specified in this contract, then such class of work shall be carried out as
specified in contract. In case of disagreement the Engineer‐ln‐Charge shall have
223
Sign of Contractor No of corrections CTO
authority to fix the rates is ordered to be carried out before the rates are agreed
upon then the contractor shall within seven days of the date of receipt by
him/them of the order to carry out the work inform the Engineer‐ln‐Charge of
the rate which he/they propose to charge for such class of work and if the
Engineer‐ ln‐Charge does not agree to this rate he shall by notice in writing be at
liberty to cancel his order to carry out such a class of work and arrange to carry it Such alteration do
but in such manner as he may consider advisable; provided always that if the not invalidate
contractor(s) shall commence work or incur any expenditure in regard hereto contract.
before the rates shall have been determined as herein before mentioned, then in
such case he/they shall only be entitled to be paid in respect of the work carried
out or expenditure incurred1 by him/them prior to the date of such
determination
of the rate as aforesaid according to such rate or rates as may be fixed by the
Smart City shall be final.
The time limit for the completion of the work shall be extended or
curtailed in the proportion that the increase or decrease in its costs,
occasioned by alterations or additions or curtailment, bears to the cost of the
original contract work and the certificate of the Engineer‐in‐charge as to such
proportion shall be conclusive.
site of the work either by the contractor(s) or by his/their orders of materials.
for the purpose of forming part of the work are to be considered Materials left on site.
to be the property of the Thane Smart City Limited and the same shall not be
removed or taken away by the contractor(s) or any other person without the
special leave on consent in writing of the Engineer‐ln‐Charge, but the Thane
Smart City Limited shall not in any way be answerable for any loss of damage
which may happen to or in respect of any such work or materials on account of
the same being lost or stolen or injured by weather or otherwise.
Clause‐8 ‐ The Engineer‐ln‐Charge shall have full power to require the removal Removal and
224
Sign of Contractor No of corrections CTO
from the premises of all materials which in his opinion are not in accordance with substitution of
the specification and in case of default the Engineer‐ln‐Charge shall be at liberty materials.
to employ other persons to remove the same without being answerable or
accountable for any loss or damage that may be caused to such materials. The
Engineer‐ln‐Charge shall also have full power to require other proper material to
be substituted and in case, of default the Engineer‐ln‐Charge may cause the same
to be supplied and all costs which be incurred in such removal and
substitution shall be borne by the contractor(s).
Clause‐9 ‐ If in the opinion of the Engineer‐ln‐Charge any work or part thereof is
contractor(s) shall when required by the Engineer‐ln‐Charge, forthwith re‐ improper materials
of default by the contractor(s) in so doing within a week from the date of
requisition the Engineer‐ ln‐Charge shall have full power to employ other persons
to re‐execute the work and the cost thereof shall be borne by the contractor(s).
Clause‐10 ‐ If at any time before security deposit is refunded to the contractor, it
shall appear to the Engineer‐in‐charge or his subordinate incharge of the work, Action in case of
that any work has been executed with unsound, imperfect or unskillful improper materials
workmanship or with materials of inferior quality, or that any materials or and workmanship.
articles provided by him for the execution of the work are unsound, or of a
quality inferior to that contracted for, or are otherwise not in accordance with
the contract, it shall be lawful for the Engineer‐in‐charge to intimate this fact in
writing to the contractor and then not withstanding the fact that the work,
materials or articles complained of may have been i n advertently passed,
certified and paid for, the contractor shall be bound forthwith to rectify or
remove and reconstruct the work.
remove the materials or articles so specified and provide other proper and
failing to do so within a period to be specified by the Engineer‐in‐charge in the
written intimation aforesaid, the contractor shall be liable to pay compensation
225
Sign of Contractor No of corrections CTO
Clause‐11 – From the commencement of the works to the
completion of'/the same, the work shall be under the Responsibility of
responsible for any damage done to the same by fire or any by fire etc.
other cause and he / they shall be liable to make good all such
damage and to carry out any repairs which may be rendered
necessary to the same by fire or other causes and they are to hold
the Thane Smart City Limited harmless from any claims for injuries to persons
226
Sign of Contractor No of corrections CTO
for structural damage, damage to property happening from any neglect or
default, want of proper care or misconduct on the part of the contractor(s) or
of any one in his/their employ during the execution of the work.
Clause‐12 ‐ The Engineer‐ln‐Charge shall have full power to send workmen
upon the premises to execute fittings and other works not included in the
contract and for which the contractor(s) shall afford every reasonable facility Execution of works
during ordinary working hours, provided that such operations shall be carried out not included in the
in such a manner as not to impede the progress of the work included in the contract.
contract. The contractor(s) shall not however be responsible for any damage
which may happen to or be occasioned in the execution of any such fittings or
other works.
Claues ‐‐ 13 Liquidated Damages
35.1 The Contractor shall pay liquidated damages to the Employer at the rate
Action when work is
per day stated in the Contract Data for each day that the Completion Date is later
not duly completed.
than the Intended Completion Date (for the whole of the works or the milestone
as stated in the contract data). The total amount of liquidated damages shall not
exceed the amount defined in the Contract Data. The Employer may deduct
liquidated damages from payments due to the Contractor. Payment of liquidated
damages does not affect the Contractor's liabilities.
35.2 If the Intended Completion Date is extended after liquidated damages have
been paid, the Engineer shall correct any overpayment of liquidated damages by
the Contractor by adjusting the next payment certificate. No interest shall be
payable in case of any delay of payment
35.3 If the contractor fails to comply with the time for completion as stipulated
in the tender, then the contractor shall pay to the employer the relevant sum
stated in the Contract Data as Liquidated damages for such default and not as
penalty for everyday or part of day which shall elapse between relevant time for
227
Sign of Contractor No of corrections CTO
completion and the date stated in the taking over certificate of the whole of the
works on the relevant section, subject to the limit stated in the contract data.
The employer may, without prejudice to any other method of recovery deduct
the amount of such damages from any monies due or to become due to the
contractor. The payment or deduction of such damages shall not relieve the
contractor from his obligation to complete the works on from any other of his
obligations and liabilities under the contract.
35.4 If, before the Time for Completion of the whole of the Works or, if
applicable, any Section, a Taking ‐ Over Certificate has been issued for any part of
the Works or of a Section, the liquidated damages for delay in completion of the
remainder of the Works or of that Section shall, for any period of delay after the
date stated in such Taking‐Over Certificate, and in the absence of alternative
provisions in the Contract, be reduced in the proportion which the value of the
part so certified bears to the value of the whole of the Works or Section, as
applicable. The provisions of this Sub‐Clause shall only apply to the rate of
liquidated damages and shall not affect the limit thereof.
228
Sign of Contractor No of corrections CTO
claim for the extension of time and of the ground or grounds therefor and of the
period thereof unless in any case the Engineer‐ln‐Charge shall in his
discretion dispense with such notice and certify the extension of time. Provided
further that in cases in which any extension of time has been granted, the
aforesaid provisions relating to payment of damages for default in completion of
the work within the time so extended shall apply. The above provisions
regarding extension of time shall not apply to any extra work involved in the
extra depth of foundation mentioned in clause 5.
Clause‐14 ‐ On completion of the work the Contractor(s) shall be furnished with
a certificate by the Engineer‐ln‐Charge of such completion but no such certificate
shall be giv en nor shall the work be considered to be complete until the Final certificate.
Contractor(s) shall have removed from the premises on which the work shall
have been executed all scaffolding, surplus materials and rubbish and shall have
cleaned off the dirt from entire site or upon which the work has been executed
or of which he/they may have had possession for the purpose of executing
the work, nor until the work shall have been measured by the Engineer‐ln‐
Charge or where the measurements hav e been taken by his sub‐ordinate
until they received the approval of the Engineer‐ln‐Charge, the said
measurements being binding and conclusive against the Contractor(s). If the
Contractor(s) shall fail to comply with the requirements of this clause as to the
removal of scaffolding, surplus materials and rubbish and cleaning of dirt on or
before the date fixed for
the completion of the work the Engineer‐ln‐Charge may at the expense of the
Contractor(s), remove such scaffolding, surplus materials and rubbish, and
dispose off the same as he thinks fit and clean off such dirt as aforesaid and the
Contractor(s) shall forthwith pay the amount of all expenses so incurred, but
shall have no claim in respect of any such scaffolding or surplus materials as
af o r e s a i d ex c e pt f o r any sum ac t u al l y r e al i z e d by t h e s a l e t h er e o f .
Clause‐15 ‐ If the Contractor(s) shall become bankrupt or shall compound with
or make any assignment for the benefit of his/their creditor or shall suspend or
delay the performance of his / their part of the contract (except on account of Auction when
229
Sign of Contractor No of corrections CTO
causes mentioned in clause 13 on in consequence of his / their not having contractor becomes
proper instructions for which the contractor(s) shall have duly applied) the bankrupt etc.
Engineer‐in‐charge may give to the Contractor(s) his/their assignee or trustee,
as the case may be, written notice requiring the works to be proceeded with; and
in case he does not receive any satisfactory reply from the Contractor(s) or
his/their assignee or trustee within a period of seven days from such notice, it
shall be lawful for the Engineer‐ln‐Charge to enter upon and take possession of
the works and to employ any other person or persons to carry on and complete
the same and to authorize him or them to use the plant, materials and any other
property of the Contractor(s) upon the works and in any such event the costs
and charges which may be incurred in carrying on and completing the said works
shall be payable to Engineer‐ln‐Charge by the Contractor(s) and may be set off
by the Engineer‐ln‐Charge against any moneys due or to become due to the
Contractor(s).
Clause‐16 ‐ At the end of every calendar month or at an earlier interval joint
measurements of the work done' and materials lying at site shall be taken,
payment will be made to the Contractor(s) for work done at the rates shown Payment to Contractor
in the Schedule of payment incorporated in this agreement and on prorata basis, for work done.
when a particular event mentioned in Schedule of payment is not complete in all Certificate.
respects.
(b) No Advance on materials brought to the site shall be given. Payment shall be
made only for completed work. In case of structural steel fabrication work
at
fabrication site the payment shall be made as per stages mentioned for the item.
Clause‐17 ‐ The Certificate of the Engineer‐ln‐Charge hereinafter referred to
showing the final balance due or payable to the contractor(s) shall be conclusive
evidence of the works. having been duly completed and that the Contractor(s) Certificate.
shall be entitled to receive payment of the final balance in accordance with such
certificate, but without prejudice to the liability of the Contractor(s) under
the
provisions of clause‐10.
230
Sign of Contractor No of corrections CTO
Clause‐18 ‐ If at any time after the execution of the contract document the
Engineer‐ln‐Charge shall for any reason whatsoever, not require the whole or
any part of the work as specified in the tender to be carried out the Engineer‐ln‐ No compensation for
Charge shall give notice in writing of the fact to the Contractor(s) who shall alteration in or
thereupon have no claim to any payment or compensation whatsoever on restriction at work to
account of any profit or advantage which he/they might have derived from the be carried out,
execution of the work in full but which he/they did not derive in consequence of
the full amount of the work not having been carried out neither shall he/they
have any claim for compensation by reason of any alteration having been made
in the original specifications, drawings, designs and instructions which may
involve any curtailment or increase of the work as originally contemplated.
Clause‐18‐A –
(1) The Corporation shall not supply any material to the contractor. The
contractor shall make his own arrangements for procurement of materials such
as Cement, Steel, H.T. steel, bitumen etc. All the materials shall be respective No claim to
kinds described in the contract and in accordance with the Engineer's compensation on
instructions and shall be subjected from time to time to such tests as the account of loss due to
Engineers may direct at the site and/or at approved laboratory. The contractor delay in supply of
shall provide such assistance, instruments, machinery, labour and materials as materials by Thane
are normally required for examining, measuring and testing of any material Smart City Limited
weight or quantity of any material used and shall supply sample or materials
before incorporation in the works for testing as may be selected and required by
the Engineer‐ln‐Charge.
(2) All the samples required for tests as per (3) below shall be supplied"by,the
contractor at his own cost.
(3) The cost of making any test shall be borne by the contractor for the number
of tests, required as per frequency prescribed in M.O.S.T. Specifications for
Roads and Bridges, 1995 (3rd Revision) for materials used in road work.
231
Sign of Contractor No of corrections CTO
(4) In addition if the Engineer in charge directs to have additional tests to verify
quality of the material such tests will also be carried out by the contractors. If
the test results of such additional tests are found satisfactory, the cost of
such additional tests will be borne by the Corporation. However If the results of
such additional tests are found unsatisfactory then, the cost of such tests will be
borne by the contractor.
Clause‐19 ‐ The Contractor(s) shall be responsible for and shall pay any
compensation to his workmen which may be payable under the Workmen's
Compensation Act, 1923 (VIII of 1923) (hereinafter called the said Act) for Thane Smart City
injuries suffered by them. If such compensation is paid by the Thane Smart City Limited Compensation
Limited as principal under sub‐section (1) of section 12 of the said Act on behalf under the
of the Contractor(s) it shall be recoverable by the Thane Smart City Limited form Workmen’s
the Contractor(s) under sub‐section (2) of the said section and such Compensation Act.
compensation shall be recovered in accordance with the conditions notified at
the time of inviting tenders.
Clause‐19‐A ‐ The contractor shall be liable to pay the expenses of providing
medical aid to any workman who may suffer any injury as a result of an accident
at or near the work‐ side whether on duty or off duty and whether such accident
takes place on a holiday or on a working day. It shall be open to Thane Smart City
Limited to incur the requisite expenses for providing such medical aid to recover
the same from the contractor. Certificate of the Engineer‐In‐Charge as to amount
of expenses actually incurred on providing such medical aid shall be final and
conclusive against the contractor.
Clause‐19‐A‐(2) ‐ The Contractor shall duly employ with provisions of "The
Apprentice Act, 1961" (III of 1961) the rule made there under and order that may
be issued from time to time under the said act and the said rule and on his failure
or neglect to do so he shall be subjected to all the liabilities and penalties
provided by the said act and said Rule.
Clause‐20 ‐ All quarry fees, royalties, materials if any should be paid by the Quarry fees, royalties
232
Sign of Contractor No of corrections CTO
Contractor(s). etc.
Clause 21 – Retention
proportion stated in the Contract Data until Completion of the whole of the
Works.
34.2 On Completion of the whole of the Works total amount retained is repaid
to the Contractor after contract Period has passed and the Engineer has Security Deposit
certified that all the works completed as per specification of contract document.
34.3 On completion of the whole works, the contractor may substitute retention
money with an "on demand" Bank guarantee. This Bank Guarantee shall remain
valid till the completion of Defect Liability Period.
Clause‐22 –
Milestone dates:
the Contractor by adjusting the next payment certificate. No interest shall be
payable in case of any delay of payment
35.3 If the contractor fails to comply with the time for completion as stipulated
in the tender, then the contractor shall pay to the employer the relevant sum
stated in the Contract Data as Liquidated damages for such default and not as
penalty for everyday or part of day which shall elapse between relevant time for
completion and the date stated in the taking over certificate of the whole of the
works on the relevant section, subject to the limit stated in the contract data.
The employer may, without prejudice to any other method of recovery deduct
the amount of such damages from any monies due or to become due to the
contractor. The payment or deduction of such damages shall not relieve the
contractor from his obligation to complete the works on from any other of his
obligations and liabilities under the contract.
35.4 If, before the Time for Completion of the whole of the Works or, if
applicable, any Section, a Taking ‐ Over Certificate has been issued for any part of
the Works or of a Section, the liquidated damages for delay in completion of the
remainder of the Works or of that Section shall, for any period of delay after the
date stated in such Taking‐Over Certificate, and in the absence of alternative
provisions in the Contract, be reduced in the proportion which the value of the
part so certified bears to the value of the whole of the Works or Section, as
applicable. The provisions of this Sub‐Clause shall only apply to the rate of
liquidated damages and shall not affect the limit thereof.
Clause‐23 ‐ If the progress of any particular portion of the work is unsatisfactory,
the Executive Engineer shall notwithstanding that the general progress of the
work is in accordance with the conditions mentioned in clause 21, be entitled to Action when the
take action under clause 10 after giving the contractor(s) 10 days notice in progress of any
writing. The contractor(s) will have no claim for compensation for any loss particular portion of
sustained by him/them owing to such action. the work is
unsatisfactory.
234
Sign of Contractor No of corrections CTO
Clause‐24 ‐ The contractor(s) shall provide all necessary _ fencing and lights
required to protect the public from accident and shall be bound to bear the
expenses of defence of every suit, action or other legal proceedings that may be Liability for damages
brought by any person for injury sustained by him owing to neglect of the above arising from non
precautions and to pay any damages and1 costs which may be awarded to any provision of light,
such person in any such suit, action or proceedings or which may, with the fencing etc.
consent of the contractor(s), be paid for compromising any claim by any such
person.
Clause‐25 ‐ Compensation for all damages done intentionally or unintentionally Liability of contractor
by contractor's (s') labour whether in or beyond the limits of Employer's property for any damage done in
including any damage caused by the spreading of fire mentioned in clause‐11 or outside work area.
shall be estimated by the Engineer‐ln‐Charge or such other officer as he may
appoint and the estimates of the Engineer‐ln‐Charge subject to the decision of
the shall be final and the contractor(s) shall be bound to pay the amount o f the
assessed compensation..on demand; on his/their failure to do so the
same will be recovered from the contractor(s) damages in the
manner prescribed in clause‐13 of or deducted by the Engineer‐
ln‐Charge from any sums that may be due or may become due
from the Thane Smart City Limited to the contractor(s) under this contract or
otherwise.
Clause‐26 ‐ No work shall be done on Sundays without the sanction in writing of Work on Sundays.
the Engineer‐ln‐Charge.
Clause‐27 –
(i) No contractor shall employ any person who is under the age of 18 years. Minimum age of
(ii) The contractor shall pay fair and reasonable wages, persons employed, the
permitted by the minimum wages act to the workmen employed employment of
235
Sign of Contractor No of corrections CTO
236
Sign of Contractor No of corrections CTO
amount payable in respect of (I) materials and /or stores supplied/issued
hereunder by the Thane Smart City Limited to the Contractor (ii) hire charges in
respect of heavy plant, machinery arid equipment given on hire by t h e Thane
Smart City Limited to the contractor for execution by him of the work and /or on
which advances have been given by the Thane Smart City Limited to the
contractor shall be deemed to be arrears of land revenue and the Thane Smart
City Limited may without prejudice to any other rights and remedies of the
Thane Smart City Limited recover the same from the contractor as arrears of
land revenue".
Clause‐32 ‐ "Contractors shall comply with the provision of the Apprentices Act,
1961 and the rules and orders issued thereunder from time to time. If he fails to
do so his failure will be a breach of the contract and the Thane Smart City
Limited may in his discretion, cancel the contract. The contractor(s) shall also
be liable for any precautionary liability arising on account of any violation by him
of the provision of the Act".
Clause‐33 ‐ In any case in which under any clause of this
contract the contractor shall have rendered himself liable to pay
compensation amounting to the whole of his security deposit
(whether paid in one sum or deducted by installments) or in the
case of abandonment of the work owing to serious illness or
dealth of the Contractor or any other cause, the Engineer‐ln‐
Charge on behalf of the Thane Smart City Limited shall have power to adopt any
of the following courses as he may deem best suited to the interest of
Thane Smart City Limited.
(a) To rescind the contract (of which resission notice in writing to the
contractor under the hand of the Engineer‐ln‐Charge shall be conclusive
evidence) and in that case the security deposit of the contractor shall stand
forfeited and absolutely at the disposal of the Thane Smart City Limited.
In case the contract shall be rescinded under clause (a) above, the contractor
shall not be entitled to recover or be paid any sum for any work therefore
237
Sign of Contractor No of corrections CTO
actually performed by him under this contract unless and until the Engineer‐
ln‐Charge, shall have certified in writing the performance of such work and the
amount payable to him in respect thereof and he shall only be entitled to be
paid the amount so certified.
238
Sign of Contractor No of corrections CTO
Chapter –XI
239
Sign of Contractor No of corrections CTO
CHAPTER –XI
BILLINGSCHEDULE FOR LUMSUMP
BILLING SCHEDULE
( For Lumpsum Offer under Form of Bid )
Billing Schedule for interim Payments: All Work ,The same billing schedule will be applicable.
% Payment
(v) Payment for miscellaneous items, including 2 %
documentation.(preparation and final submission of
record, drawings, video, photo‐album etc.)
Maximum 100 % 100%
No payment shall be made for ancillary works, which do not form part of the permanent works.
240
Sign of Contractor No of corrections CTO
SCHEDULE OF VARIATON
SCHEDULE OF VARIATION
ABBREVIATIONS FOR SCHEDULE OF ITEMS FOR EXTRA WORKS
These are applicable only for permanent works:
Extra work likely to crop up is included in schedule of Variation Section where bidder shall quote his rates.
The rates shall be for complete item of work to be executed as per approved drawing.
1. Rates for all rebates arising out of deletion / reduction in scope of lump‐sum part of work, shall be
80% of the rate for extra work, when a certain item / component is deleted / reduced.
2. Rebate in case of deletion of any item / component in full or part which is replaced or substituted by
another item / component due to requirements of the corporation shall be 100% of the rate of
extra work for the item deleted partially / fully.
3. Any item not covered by schedule of variation but covered in DSR of P.W.D., Government of
Maharashtra ‐ Thane Region, rate of item will be worked as per DSR plus 20% for overheads and
profit. For such items no escalation will be paid.
4. The rates for items not covered by the Schedule of variation or D.S.R. shall be worked out from
actual expenses plus 20% for overheads and profit and for such items no escalation will be paid. In
latter case the bidder shall submit his account of actual expenses in such cases duly countersigned
periodically in the form and manner directed by Engineer. The Engineer may call for contractor’s
books of accounts for verification at any time.
5. The work required to be executed over and above scope considered under tender provision and
approved alternative proposal will only be considered for payment as per Schedule of Variation.
241
Sign of Contractor No of corrections CTO
SCHEDULE OF VARIATION FOR WHICH RATES ARE TO BE QUOTED BY THE CONTRACTOR ALONG
WITH BID
ABBREVIATION : The Tenderer should quote his rates in this Schedule as a part of the Tender.
Details of variation for the items covered under lump sum quoted cost due to change in actual
execution.
Sr. Item of Work Bid Rate in Unit Remark
No.
In Figure In words
1. Cost per meter variation in depth Per Running
of pile foundation. Meter.
Extra for lowering of group of
piles foundation level per meter
with respect to founding level 12
mtr as specified in tender.
2 Sq.mt of footpath Per Square
Meter.
(a) Designing, Fabrication and
Fixing Cantilever footpath
including all works like
piling, pile cap, structural
steel work, toughened
glass, railing etc.
Per Square
(b) Cement Concrete footpath Meter.
as per N.I.T.
3 Concrete Pavement as per N.I.T. Per Square
Meter.
4 Manufacturing & Providing Railing Per Running
as per tender drawing. Meter.
The Schedule of variation should be quoted online in the format available along with the price bid in PDF
format.
Signature of Tenderer Signature of TSCL
Date: Date:
242
CHAPTER – XII
SECURITIES AND OTHER FORMS
243
BID SECURITY (BANK GUARANTEE)
(To be executed on stamp paper of appropriate value)
WHEREAS, _____________________________ [Name of bidder] (hereinafter called “the Bidder”)
has submitted his Bid dated ______________ (date) for the construction of
__________________[name of Contract hereinafter called “the Bid”]
KNOW ALL PEOPLE by these presents that We ___________________________ [name of Bank]of
________________________ [ name of Country] having our registered office
at_____________________________________ (hereinafter called “the Bank”) are bound
unto_______________________ [name of Employer] (hereinafter called “the Employer”) in the sum
of______________________ * for which payment well and truly to be made to the said Employer
the Bank itself, his successors and assigns by these presents.
SEALED with the Common Seal of the Said Bank this __________ day of ________, 20 __
THE CONDITIONS of this obligation are:
2. If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in the
Form of bid.
OR
3. If the Bidder having been notified to the acceptance of his bid by the Employer during the period
of bid validity :
(a) Fails or refuses to execute the Form of Agreement in accordance with Instructions to
Bidders, if required; or
(b) fails or refuses to furnish the performance Security, in accordance with the Instructions to
Bidders ; or
(c) does not accept the correction of the Bid Price pursuant to Clause 27
We undertake to pay to the Employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand the
Employer will Abbreviation that the amount claimed by him is due to him owing to the occurrence of
one or any of the three conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date ‐12/02/2018 ** days after the
deadline for submission of bids as such deadline is stated in the Instructions to Bidders or as it may
be extended by the Employer, notice of which extensions(s) to the Bank is hereby waived. Any
demand in respect of this guarantee should reach the Bank not later than the above date.
DATE ______________ SIGNATURE _________________
WITNESS _____________ SEAL __________________
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
[Signature, name and address]
* The Bidder should insert the amount of the guarantee in words and figures denominated in Indian
Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.
** 45 days after the end of the validity period of the bid Date should be inserted by the Employer
before the Bidding documents are issued.
244
PERFORMANCE BANK GUARANTEE
(To be executed on stamp paper of appropriate value)
To,
_____________________________ [name of Employer]
_____________________________ [address of Employer]
_____________________________
WHEREAS ________________________________ [name and address of Contractor](hereafter called
“The Contractor”) has undertaken, in pursuance of Contract No. ___________dated __________ to
execute _________________ [name of Contract and brief description of Works] (hereinafter called
“the Contractor”)
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Contractor, up to a total of ______________________ [amount of
guarantee]*________________________(in words), such sums being payable in the types and
proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon
your first written demand and without cavil or argument, any sum or sums within the limits
of____________________________ [amount of guarantee] as aforesaid without your needing to
prove or to show ground or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents which
may be made between you and the Contractor shall in any way release us from any liability under
this guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid 28 days from the date of expiry of the Defect Liability Period.
Signature and Seal of the Guarantor ________________
Name of Bank _________________________________
Address ______________________________________
Date __________
* An Amount shall be inserted by the Guarantor, representing the percentage the contract price
specified in the Contract including additional security for unbalanced Bids, if any and denominated in
Indian Rupees.
245
FORMAT OF BANK GUARANTEE FOR ADDITIONAL PERFORMANCE SECURITY
(The Contractor shall make the Bank Guarantee on a stamp paper of the following amount)
1. Rs 500 ‐ For first Rs 25,000/‐ ( Rupees Twenty Five Thousand)
2. Additional Rs 5/‐ per Rs 1000/‐ for remaining amount of Additional performance Security
amount OR
(To be executed on stamp paper of appropriate value)
To,
_____________________________ [name of Employer]
_____________________________ [address of Employer]
_____________________________
WHEREAS ________________________________ [name and address of Contractor] (hereafter
called “The Contractor”) has undertaken, in pursuance of Contract No. [tender ID]
___________dated __________ to execute _________________ [name of Contract and brief
description of Works] (hereinafter called “the Contract”)
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Contractor, up to a total of ______________________ [amount of
guarantee]*________________________(in words), such sums being payable in the types and
proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon
your first written demand and without cavil or argument, any sum or sums within the limits
of____________________________ [amount of guarantee] as aforesaid without your needing to
prove or to show ground or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents which
may be made between you and the Contractor shall in any way release us from any liability under
this guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid for the entire contract period till the completion of work.
Signature and Seal of the Guarantor ________________
Name of Bank _________________________________
Address ______________________________________
Date __________
* An Amount shall be inserted by the Guarantor, representing the percentage the contract price
specified in the Contract including additional security for unbalanced Bids, if any and denominated in
Indian Rupees.
246
Letter of Acceptance
(Letter head paper of the Employer)
To,
________________________ [name and address of the Contractor]
________________________
________________________
Dear Sirs,
This is to notify you that your online bid dated ____________ for execution of
the______________________________________ (name of the contract and identification number,
as given in the Instructions to Bidders) for the Contract Price of
Rupees___________________________ (______________) (amount in words and figures), as
corrected and modified in accordance with the Instructions to Bidders1 is hereby accepted by our
agency.
We accept / do not accept that _____________________ be appointed as the Adjudicator.
You are hereby requested to furnish Performance Security, in the form detailed in Para 34.1 of ITB
for an amount equivalent to Rs. _____________ within 07 days of the receipt of the letter of
acceptance valid up to 28 days from the date of expiry of defects Liability Period i.e. upto
_______________and sign the contract, failing which action as stated in Para 34.2 of ITB will
betaken.
Yours faithfully,
Authorised Signature
Name and title of Signatory
Name of Agency
1 Delete “Corrected and” or “and modified” if only one of these actions applies. Delete as corrected
and modified in accordance with the Instructions to Bidders, if corrections or modifications have not
been affected.
1 To be used only if the contractor disagrees in his Bid with the Adjudicator proposed by the
Employer in the “ Instructions to Bidders”.
247
Issue of Notice to proceed with the work
(Letter head of the Employer)
__________________(Date)
To,
________________________ [name and address of the Contractor]
________________________
________________________
Dear Sirs,
Pursuant to your furnishing the requisite security as stipulated in ITB Clause 34.1 and signing of the
Contract for the work of………………………………………………………………………..
Bid Price of Rs.____________ .
You are hereby instructed to proceed with the execution of the said works in accordance
with the documents.
Yours faithfully,
(Signature, name and title of Signatory
Authorized to sign on behalf of Employer)
248
AGREEMENT FORM
(To be executed on stamp paper of appropriate value)
This agreement, made the ___________ day of _____________between __________(name
and address of the Employer) [hereinafter called “the Employer] and
______________________(name and address of contractor) hereinafter called “the Contractor” of
the other part.
Whereas the employer is desirous that the Contractor
execute_______________________(name and identification number of Contractor) (hereinafter
called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and the remedying of any defects therein, at a cost of Rs____________
NOW THIS AGREEMENT WITNESSTH as follows:
(1) In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the conditions of contract hereinafter referred to and they shall be deemed
to form and be read and construed as part of this Agreement.
(2) In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to all aspects with the
provisions of the contract.
(3) The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying the defects wherein Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
(4) The following documents shall be deemed to form and be ready construed as part of this
agreement viz.
i) Letter of Acceptance
ii) Notice to proceed with the works
iii) Contractor’s Bid
iv) Condition of contract : General and Special
v) Contract Date
vi) Additional condition
vii) Drawings
viii) Bill of Quantities and
ix) Any other documents listed in the Contract Data as forming part of the Contract.
In witnessed whereof the parties there to have caused this Agreement to be executed the
day and year first before written.
The Common Seal of __________ was hereunto affixed in the presence of :
Signed, Sealed and Delivered by the said ___________________________
in the presence of :
Binding Signature of Employer _______________________________________________
Binding Signature of Contractor ______________________________________________
249
UNDERTAKING
(on letter head of bidder)
I, the undersigned do hereby undertake that our firm M/s.
_________________________________________________ agree to abide by this bid for a period
_______ days for the date fixed for receiving the same and it shall be binding on us and may be
accepted at any time before the expiration of that period.
____________________________________
(Signed by an Authorized Officer of the Firm)
___________________
Title of Officer
____________________
Name of Firm
______________
DATE
250
DECLARATION OF THE BIDDER
I/We, hereby declare that I/We have made myself/ourself thoroughly conversant with the
sub‐soil conditions local conditions regarding all materials (such as stone, murum, sand. source of
water, etc.) and Labour of which I/We have based my/our rates of this work. The specifications,
conditions, bore results and lead of materials on this work have been carefully studied and
understood by me/us before submitting this tender. I/We undertake to use only the best materials
approved by the CTO/City Engineer Thane Smart City Limited, Thane of his duly authorized assistant
before starting the work and to abide by his decision.
I/We have gone through all the contract document carefully.
Signature of Bidder(s).
251
(This is a draft format)
(On Rs.500/‐ Stamp Paper)
UNDERTAKING CUM INDEMNITY BOND
We, (1) Mr , (2) Mr.
Firm ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
having its office at ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
hereby gives an UNDERTAKING CUM INDEMNITY BOND as under :
AND WHEREAS THE Thane Smart City Limited had published the tender notice for the work of ‐‐‐‐‐‐‐
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
Ward.
AND WHEREAS I/we want to participate in the said Tender procedure. I/We hereby give an
Undertaking‐cum‐Indemnity Bond as hereinafter appearing.
I/We hereby agree and undertake that my/our Firm is not under any penal action such as Demotion,
Suspension, Blacklisting, De‐registration etc. by any Government, Semi Government and
Government Under‐takings etc.
I/We hereby further undertake to communicate if my/our Firm comes under any penal action such
as Demotion, Suspension, Blacklisting, De‐registration etc. by any Government, Semi Government,
and Government Under‐taking etc.
I/We hereby further agree and undertake that, at any stage of tendering procedure. If the said
information is found incorrect, it should be lawful for the Thane Smart City Limited to forthwith
debar me/us from the tendering procedure and initiate appropriate penal action.
The undertaking‐cum‐Indemnity Bond is binding upon us/our heirs, executors. administrators and
assigns and/or successor and assigns.
Place :
Dated : Proprietor/Partners/Dirctors/POA
holder
(Seal of Firm/Co.)
Identified by me.
BEFORE ME,
252
AFFIDAVIT
(On Rs.500/‐ Stamp Paper)
1. I/WE, the undersigned, do hereby certify that all the statements made in the required
attachments are true and correct.
2. The undersigned also hereby certify (s) that neither our firm M/s.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
have abandoned any work under Government of India or any other state Govt. or any other
country nor any contract awarded to us for such works have been rescinded, during last Ten years
prior to the date of this Bid.
3. The undersigned hereby authorized(s) and request(s) any bank, person, firm or corporation to
furnish pertinent information deemed necessary and requested by the Employer to verify this
statement or regarding my (our) competence and general reputation.
4. The undersigned understand(s) and agree(s) that further qualifying information may be
requested, and agrees to furnish any such information at the request of the
Employer/Department/Project implementing agency.
5. The undersigned binds himself with all the stipulations of the Bid Document including period of
completion, provision of adequate equipment, personal and other resources required for ompletion
within the stipulated completion period and agree(s) to augment them, if found necessary for timely
completion of the project, as desired by the Employer.
6. The undersigned are not debarred for contract work by Govt. of India or any other Agency of
Government of India or any of the State Governments/semi Govt. or any other country at present /
the undersigned was debarred for contract work by _______ for a period of ________ and have
completed my/our term.
7. The undersigned has never been convicted by any court of law for any of the offences
under any Indian/ foreign laws.
8. I have not been black listed by the Govt. of India or any other agency of Govt. of India or any
State./Semi Govt./ Municipal Corporation or any other country.
___________________________ (Signed by an Authorized Officer of the Firm)
Title of Officer _____________
Name of Firm ______________
DATE
Note : To be recorded on a non judicial stamp paper.
253
Form‐ Historical Contract Non‐Performance
(The following table shall be filled in for the Tenderer and for each Party consulting the Tenderer and
an Affidavit in this regard shall be submitted)
Date: [insert day, month, year]
Tenderer's Legal Name [insert full name]
No. and title: [inset Group number and little of works]
Page [insert page number] of [insert total number] pages
Non‐performing Contracts in accordance with Section A, Eligibility and Qualification Criteria
1. Contract Non‐performance leading to Contract Termination by Employer or adverse award or
pronouncement by an arbitral tribunal or judiciary
Sr.No. Name and Name and Nature of Dispute
location of address of
project client Description Period of Amount Award in
Arbitration/ Claimed favour of
client
Litigation
From ‐‐ To
2. Black Listing or debarment proceedings ongoing or completed by any Public
Agency/Employer
Sr.No. Name and location of Name and Remarks regarding No. of years of
project address of client blacklisting of debarment/
debarment blacklisting
ongoing/completed
3. Pending Litigation
No pending litigation in accordance with Section A, Sub‐Factor 2.3.
Pending litigation as indicated below.
254
and any other identification]
Name of Employer: [insert full
name]
Address of Employer: [insert
street/city/country]
Matter in dispute: [indicate main
issues in dispute]
It is further submitted that neither We are under execution of a Tender Securing Declaration nor
have forfeited Tender Security or Earnest Money Deposit in the Republic of INDIA in the past Five
Years.
Signature and Seal of the Tenderer.
255
ANNEXURE –I
ADDITIONAL SPECIFICATION
256
1. Poly Urethene Paint.
Colour & appearance –Smooth , uniform , Shade as directed by Engineer – in – Charge.
Capability – with P.U.thinner
Supply viscosity ‐ 60 +/‐ 3 sec.
Weight / lit at 30 0 c ‐ 0.9 +/‐ .03 LIT / KG
Mixing ratio – Base : Hardener 4:1
Application viscosit y – 22‐25 sec by Pot Gun OR 32‐35 sec by air less spray gun
Covering Capacit y – 9‐11 sqm / lit
D.F.T – 25‐30 microns in single coat
Drying time – 1) surface dry 20‐30 min
2) Tack free dry 45‐60 min
3) Hard dry – over night
P U Thinner
Colour & appearance – water white free flowing liquid
Clarity – Clear , water white , transparent
Specific Gravity – 0.85 +/‐
2. Metalizing for Structural Steel Members.
1. Surface Preparation
The surface shall be thoroughly. Cleaned and roughened by compressed air blasting
orcentrifugal blasting with a suitable abrasive material in accordance with clause 3 of IS
6586.Immediately, before spraying it shall be free from grease, scale, rust, moisture or other foreign
matter. it shall be comparable in roughness with a reference surface produced in accordance with
appendix A of IS:5905 and shall provide an adequate key for the subsequently sprayed metal
coating.
257
2. Metal Spraying
The.melal spraying shall be carried out as soon as possible after surface preparation but in
any case within such period that the surface is stilt completely clean, dry and without visible
oxidation. lf deterioration in the surface to be coated is observed by comparison with a freshly
prepared metal surface of similar quality which has undergone the same preparation, the
preparation treatment should be repeated on the surface to be coated.
The wire method shall be used for. the purpose of metalizing the diameter of the wire being
3mm or 5mm. specified thickness of coating shall be applied in multiple layers and in no case less
than 2 passes of the metal spraying unit shall be made over every part ofth6 surface. At least one
layer of the coating must be applied within 4 hours of blasting and the surface must be completely
coated to the specified thickness within 8 hours of blasting.
_2.1 Purity of Aluminum
The chemical composition of aluminum to be sprayed shall be 99.5% aluminum conforming
to lS:2590.
2.2 Appearance Of The Coating
The surface of the sprayed coating shall be of uniform texture and free from lumps, coarse
areas and loosely adherent particles. 2.3 Thickness Of The Coating The nominal thickness of the
coating shall be 150 µ(microns).The minimum local thickness, determined in accordance with
procedure given in clause 3..1 bellow shall be not less than 110 µ(microns).
Shop Painting. Any ,oil, grease or other contamination should be removed by thorough
washing with a suitable thinner until no visible traces exist and the surfaces should be allowed to dry
thoroughly before application of paint. The coatings may be applied by brush or spray. lf sprayed.
pressure type spray guns must be used. One coat of wash primer to, IS 5666 shall be applied first.
After 4 to 6 hours of the application of the wash primer one coat of Zinc chrome primer to IS 104
with the additional proviso that Zinc Chrome to be used in the manufacture of primer shall confirm
to type 2 of IS 51 shall be applied. After hard drying of Zinc chrome primer ,one coat of Aluminum
paint to IS 2339 (brushing or spraying as required )shall be applied.
258
3.Elastopave
The following topics are thought as a technical guide to apply Elastopave correctly.
Disregarding these topics may compromise final product quality, including product strength, and
product life.
Prior to processing, applicators should be informed about health and safety, please refer to safety data
sheet, technical data sheet and general processing guidelines for detail information)
1. Preparation for material and equipment
Resin
A‐comp
PU binder Hardener Refer to TDS & SDS
B‐comp
Color to be
considered. Use
Gravels Gravels only hard stones (no 7~13mm / 1~5mm
calcareous material or
lava)
>1000rpm, >10ɸ
Equipment Drill + impeller To mix A‐ & B‐comp.
Fuel‐check, >300L
To mix gravels &
Tumbler
binder
To smooth the surface
Finisher/power trowel Fuel‐check, training
To get material out of
Drum valve
drum
Drum opener To open/close drum
259
bungs
Scrapers/rakes At work
Shovels At work
Hand cart At work
Wood or Al bar
Long straight bar To flatten the surface
Spray bottle, wire brush,
Small items
kneepads
Goggles During PU mixing
Wipes, release agents,
paper/cardboard/foils
Safety shoes During drum handling
for protection, barrel
taps
Consumables During PU mixing
2. Construction manual
Elastopave, a new surface material, is the ideal solution on pave with excellent permeablability.
It is applied on a water permeable support layer. For example, crushed rock mixture.
The base material for Elastopave layer is made of hard stone splitting in different grain sizes, for
example, 1/5mm, 2/4mm, 2/5mm or 2/8mm mixture.
The bonding is achieved by a two‐component polymer. Depending on the choice of grain size, the water
permeability degree of the ceiling can be adjusted.
2.1 Construction and material condition
2.1.1 The work is recommended to be run on dry days; not applicable on rainy days.
2.1.2 Above 5°C of ambient temperature is recommended.
2.1.3 Gravels should be dried, at least no water on gravel surface.
2.1.4 Excess dust in gravels will reduce the bending strength.
2.1.5 Inside of the tumbler is to be dried.
260
2.2 Sub ground preparation
2.2.1 This is ~1 m below part from the top surface composed by soil. Its’ compressive strength will
determine the thickness of Elastopave. It should be strong enough and no softening is allowed after
wetting.
2.2.2 The surface is to be compacted so that the layer cannot be moved, but water permeability should
be kept.
2.3 Compensating layer preparation
2.3.1 Filter layer
2.3.1.1 This is to prevent back‐flow of rain water toward surface layer. For permeable concrete, sand can
be used for 5cm thickness.
2.3.1.2 This layer is to be compacted thoroughly using motor grade or manually. Equipment could be
roller, plate compactor or compacting hammer.
2.3.2 Dynamic layer
2.3.2.1 This is to support surface layer and distribute the loads, and to provide equally permanent bearing
power.
2.3.2.2 The material could be crushed gravels, graded crushed stone, recycled concrete. Granite is good
for its high strength.
2.3.2.3 The layer is to be placed carefully to prevent material separation using man power or motor
grade, according to the design. Roller, Compactor or compact hammer can be used for Hardening.
2.4 Elastopave layer
2.4.1 For bicycle or pedestrian road paving, cross‐section slope is not required; max 2% can be applied for
heavy rain area. For road or public square paving, max 3% can be applied.
2.4.2 Precaution
2.4.2.1 Aggregates have to be “dry by sight and hand feeling“, and free of smut.
2.4.2.2 Both A‐ & B‐component has to be kept firmly closed to prevent moisture introduction into drums,
referred to handling guidelines of PU and product MSDS.
261
2.4.2.3 Personnel protective clothing is recommended for chemical handling.
2.4.3 Applying of Elastopave layer
2.4.3.1 Load the aggregates into the tumbler.
2.4.3.2 About 5% (by volume) of Polyurethane binder is premixed based on the TDS. (50kg PU/1m3
gravel). Mixing time is depended on the mixer design, but mostly 30~60sec, no more than 2min. This can
be determined by visual checking whether there is no separated color stream.
2.4.3.3 Gradually pour mixed PU into running tumbler for coating. Tumbling time is depended on the
design, but mostly 1~2 min., no more than 5min. This can be determined by checking the coating
condition of bottom gravels.
2.4.3.4 Coated gravels can be moved and spread onto the site with rakes.
2.4.3.5 Then the surface can be flattened with long bars and power trowel.
2.4.3.6 The processing time is about 30min at 20°C.
2.4.3.7 The process from 2.4.3.1 to 2.4.3.6 has to be done continuously so as to
prevent a seam with next batch.
Fig. Examples of design
2.4.4 Operational routines
2.4.4.1 Mixer: If you stop work for some time (lunch, dinner, finishing work, etc.), the elastomer will be
stuck with dust and small gravels to the bottom of the mixer and build up a layer on its interior surface. To
prevent this issue, the mixer should be run with dry gravel to remove PU residual before the break/ end of
262
daily work. Despite this cleaning procedure, some elastomer can still build up into the joints and block the
mixer, then the hardened materials can be burnt off with a torch (blow torch) in a well‐ventilated area
(use of solvents as cleaning agents also work but is not recommended)
2.4.4.2 Gravel: the gravel itself (once it is dry) should be covered over night or during the rain period with
a waterproof tarpaulin or foil (shed or tent is best). A complete covering of a gravel pile is recommended
but not entirely necessary. At least a covering of the top and the weather side will do (to keep the core
dry). If some space is available at the site, a second gravel pile with the volume of a day’s work should be
kept and covered (in case of a sudden rainfall).
2.4.4.3 PU: if bulk storage units (200L drums; IBC) are in use, the A component has to be stirred up once a
day (only the material that will be used that day).
2.5 Quality control and Aging
2.5.1 To monitor the consistency and quality of the construction work, on‐site cube samples are taken
regularly during construction to be subjected to compression tests. The tests results give an indication of
achieved material strength and the continuity of production quality.
2.5.1.1 Sample size: 150 x 150 x 150 mm, standard concrete cube
2.5.1.2 Min. 3 samples for each test
2.5.1.3 At least 1 test (3 samples) at initial stage of construction is required
2.5.1.4 Ageing condition:
2.5.1.4.1 Day 1: put in room temp.
2.5.1.4.2 Day 2~5: Remove the samples out of the mold carefully and put into 60°C oven on 2nd day and
keep it 4days.
2.5.1.4.3 Day 6: Take the samples out of the oven and put them in room temp.
2.5.1.4.4 Day 7: Ready to test
2.5.1.4.4.1 The indenter is big enough than sample size
2.5.1.4.4.2 The sample surface may not be flat, for that case, press side‐by‐side
2.5.1.4.4.3 Pressing speed is 20mm/min under 5N preload.
2.5.1.4.4.4 Record max strength.
263
2.5.2 After the construction, it is required to protect the constructed area from load, impact, rain etc.
before open the site. Closing the site for 24hrs at 20°C is recommended.
2.6 FAQ
2.6.1 Can moisture affect the performance of Polyurethane binder?
Moisture contamination is a critical issue. Small amounts of water itself can severely affects the binding
capacity of the polyurethane. This is, for example, visible through the foaming of the binder layer after
construction. This is a sure sign of the damage of the binder. Operation must never be done with wet
stones or with water (e.g. rain) which can be mixed.
2.6.2 What can be done if discoloration occurred?
In exceptional cases it may white or very light colored minerals come to yellow discoloration. This can be
avoided by preparation of sample pieces and timely submission of samples checks.
Technical Data
Application
Solvent free, two component Polyurethane coating to reinforce gravels, discoloration by weathering
might accur.
Chemical Characteristics
Polyol‐Component: Mixture of polyols and additives
Iso‐Component: Preparation containing diphenylmethane‐diisocyanat (MDI) = IsoPMDI 92140
Storage, Preparation
Polyurethane components are moisture sensitive. Therefore they must be stored at all times in sealed ,
closed containers.The A‐component (Polyol) must be homogenised by basic stirring before
processing.More detailed information should be obtained from the separate data sheet entitled
"Information for in‐coming material control, storage, material preparation and waste disposal" and from
the component data.
264
Component Data
Storage Stability (20 –
months 3 6
25 °C)
Processing Data
Machine Processing
Parts by Polyol‐Comp. = 100 :
Mixing ratio
weight Iso‐Comp. = 88
Time of processing at
min. 20
23 °C
Recommended
processing
°C 10 ‐ 30
temperature
°C 10 ‐ 30
Polyol‐Component
Isocyanate‐Component
Physical Properties
265
Elongation % 48
The mechanical properties were measured by use of test specimen which were casted by hand
stored for
28 days under standard climatic condition.
4.CONCRETE PENETRATING CORROSION INHIBITING ADMIXTURE
TECHNICAL DATA
Colour Light Brown Liquid
pH 11.0 ± 0.5
Specific Gravity 1.04 ± 0.01 at 27°C
Packing 20, 220 kg HDPE drums
Shelf Life 12 months when stored in a
cool, dry place, away from direct sunlight in
original sealed packing
Dosage 3 kg per cubic meter of concrete
Up to 5% by wt of cementitious material in grout
mix
Conformance ASTM G 109‐2005, ASTM G3,
ASTM G1, JIS Z 1535
QUALITY ASSURANCE
All products are manufactured under a Quality Management System for Design,
Manufacturing and Selling of Construction Chemicals as per the standards of ISO 9001: 2008.
MANUFACTURER'S APPROVED LIST
1.SUNANDA
2.BASF
266
5.QUALITY STANDARDS FOR TOUGHENED GLASSES
Laminated glass of 39.04 mm thick comprising of (12 mm clear H.S.+1.52 PVB + 12 mm clear H.S.+1.52
PVB + 12 mm clear )
Specifications of Glass
1. VLT – Visible light transmission – 77 %
2. ER – Energy rating – 7
3. IT – Infrared Transmission – 7
4. SHGC – Solar Heat Gain Coefficient – 0.59
5. SC – Shading coefficient – 0.68
6. U value – 4.5
Approved Manufacturers
1.ST.Gobain Glass
2.Asahi Glass
Quality Standards
All glasses shall be made as per the following European Standards:
1. EN12150 for Toughened Glasses
2. EN1863 for Heat‐Strengthened Glasses
3. EN1279 for Insulated Glasses
4. EN12543 for Laminated Glasses
5. EN1096 for Coated Glasses
6. EN14179 for Heat‐Soaked Glasses
267
6. Polyurethane / Epoxy coating for Railing.
Providing and Applying Polyurethane / Epoxy coating of 150 to 200 micron including adhesion promoter
of approved grade shade ,which will be looking like old heritage finish etc. complete.
Approved Manufacturer are
BASF or Equivalent
7.ELECTRICAL FITTINGS
1.Supplying & erection of 6063 Aluminium alloy housing, anti‐UV epoxy resin diffuser, anti‐syphon
cable of 12W LED fitting of different colour lights i.e. red, blue, green etc….with arrangement for
fixing required iron work, clamps, nut bolt etc...
a. IP‐68 Ingress protection and suitable for under water lightening.
b. High brightness SMD 5050 LED as light source.
c. LED lumen ‐ 100 lm/W
d. Light Angle ‐ 120 degree
2. Supply & Erection of 3 Core x 4 Sqmm PVC sheeted submersible type copper cable.
Approved Manufacturer are
1.Philips
2.Crompton
3.BAJAJ
4.OSRAM.
or
Equivalent as approved by Engineer – in Charge.
268
ANNEXURE –II
Bore Log Report
269
270
271
ANNEXURE –III
Drawing
272
NAME OF WORK : Widening of Road and Foothpath on Shivaji Path along Masunda Lake Side.
Railing 1.10 m.Ht.
C.C. M‐25 Float conc.75 mm.th.
Toughened glass PCC M‐ 20 ,100 mm th.
. . . W.S.E.L. 230 mm th.
.
. . . . Pile cap Min. 1 Layer
. . . .
2 layers of W.B.M. Gr
II (Each layer of W.B.M.
. . . C.C.M ‐ 20 P.C.C. is 150 mm th.)
.
Rubble Stone Soling
Pile
TYPICAL CROSS SECTION
Sign of contractor No of Corrections CTO
273
NAME OF WORK : Widening of Road and Foothpath on Shivaji Path along Masunda Lake Side.
To Thane Station →
← Towards Market Towards Gadkari Rangayatan →
Thane Z.P.
SHIVAJI PATH
Masunda Talao
Kopineshwar Mandir
Chinta
mani
Work Area Chowk
LOCATION PLAN
SCALE N.T.S.
274
Sign of contractor No of Corrections CTO
ch
Pit
1.10 mtr Ht.
275
Sign of contractor No of Corrections CTO
Barricading
Thane Smart City Limited
In Vinyl
Fabric
Elevation
1260 mm
ISA 40X40X4
2520 mm
M.S.Sheet 14 SWG (2 mm th.)
with vinyl fabric
m
m
40
14
ISA 40X40X4
ISA 40X40X4
ISMC 100X50X7
700 mm
Cross Section
276
Sign of contractor No of Corrections CTO
300 mm
As per MORTH
Specification
32 mm @ 300 mm c/c
12 mm @ 450mm c/c
Pavement 25 mm Bitumen Pad
HDPE Sleeve 32 mm Ø M.S. Bar
Expansion Joint Detail for C.C.Road
277
Sign of contractor No of Corrections CTO
278
Sign of contractor No of Corrections CTO
279
Sign of contractor No of Corrections CTO
280
Sign of contractor No of Corrections CTO
281
Sign of contractor No of Corrections CTO
282
Sign of contractor No of Corrections CTO
283
Sign of contractor No of Corrections CTO
284
Sign of contractor No of Corrections CTO