name of work : special repairs to over head tank (oht) at ...
E-TENDER FOR Name of Work - mcgm.gov.in
-
Upload
khangminh22 -
Category
Documents
-
view
4 -
download
0
Transcript of E-TENDER FOR Name of Work - mcgm.gov.in
E-TENDER FOR
Name of Work: Appointment of Project Management Consultant for detailed design validation, Proof checking, Construction supervision, Safety assurance, Quality Assurance, Quality control and Quality audit including Architectural services of obtaining Construction related
approvals for construction of dwelling units under Ashray Yojana for PMC Group 1 (Rajwadkar Street, Walpakhadi & Palton
Road).Bid No : 7200028602
To be displayed by 11:00 hrs on at the MCGM portal website http://portal.mcgm.gov.in
S.E.(AYC) A.E.(AYC) E.E.(AYC) DyChE (AYC) ChE (SWM)
Website: portal.mcgm.gov.in/tenders
Office of:DyChE (AYC),
3rd floor, MCGM Engineering Hub
Dr. E. Moses Road, Worli Naka, Worli,
Mumbai 400 018
1
INDEX
SECTION DESCRIPTION Pg.no.
1 E-TENDER NOTICE 3-6
HEADER DATA 7
2 ELIGIBILITY CRITERIA 8-12
3 DISCLAIMER 13-15
4 INTRODUCTION 16-18
5 E-TENDER ONLINE SUBMISSION PROCESS 19-22
6 INSTRUCTIONS TO APPLICANTS 23-31
7 SUBMISSION OF TENDERS 32-47
8 SPECIAL CONDITIONS TO TENDERERS48-49
9 SCOPE OF WORK 50-57
10 GENERAL CONDITIONS OF CONTRACT 52-89
11 FRAUD AND CORRUPT PRACTICES 90-93
12 PRE-BID MEETING 94-95
13 LIST OF APPROVED BANKS 96-100
14 APPENDIX 101-146
15 GST ANNEXURE - A 147-148
16 SCHEDULE OF PAYMENTS 149-171
2
MUNICIPAL CORPORATION OF GREATER MUMBAIAshray Yojan Cell
No. DyChE/Civil/ /AYC dated
E-TENDER NOTICE
Subject: Appointment of Project Management Consultant for detailed design, validation,
Proof checking, Construction supervision, Safety assurance, Quality Assurance, Quality
control and Quality audit including Architectural services of obtaining Construction related
approvals for construction of dwelling units under Ashray Yojana for PMC Group 1
(Rajwadkar Street, Walpakhadi & Palton Road).
The Municipal Corporation of Greater Mumbai (MCGM) invites e-tender to appoint
Consultancy firm on Quantity Cum Cost basis for the aforementioned work from Consultants of
repute, multidisciplinary engineering organizations i.e. eminent firm, Proprietary/Partnership
Firms/ Private Limited Companies/ Public Limited Companies/Companies registered under the
Indian companies’ act 2013, the consultants registered with the Municipal Corporation of Greater
Mumbai, (MCGM) and from the consultants/firms equivalent and superior classes registered in
Central or State Government/Semi Govt. Organization/Central or State Public Sector Undertakings,
will be allowed subject to condition that, the consultants who are not registered with MCGM will
have to apply for registering their firm within three months time period from the award of contract,
otherwise their Bid Security i.e. E.M.D (Earnest Money Deposit) will be forfeited/recovered and an
amount equal to Registration Fee of respective class will be recovered as penalty.
Bidding Process will comprise of Two stages.
The application form can be downloaded from MCGM's portal (http://portal.mcgm.gov.in)
on payment of Rs.9400+ 18% GST (9 % CGST + 9 % SGST)=Rs. 11092/-. The applicants not
registered with MCGM are mandated to get registered (Vendor Registration) with MCGM for e-
tendering process & obtain login credentials to participate in the online bidding process.
i) To download the application form, for those applicants not having vendor registration,
need to apply first for vendor registration at the office of Account Officer (FAR), 3rd floor,
Municipal Head quarter.
ii) Followed by SRM login ID and password to be obtained from Central Purchase
Department (CPD), Office at Byculla, Bakariadda, Mumbai
iii) For e-Tendering registration, enrolment for digital signature certificates and user manual,
please refer to respective links provided in ‘Tenders’ tab. Vendors can get digital signature from4
any one of the Certifying Authorities (CA's) licensed by controller of certifying authorities
namely, Safes crypt, IDRBT, National informatics centre, TCS, CUSTOMS, MTNL, GNFC and
e- Mudhra CA.
Name and location of workBuilt up
area for forconstruction
work
ProjectDurati
onperiod
EarnestMoney
Deposit (inRs.)
Appointment of Project Management
Consultant for detailed design,
validation, Proof checking, Construction
supervision, Safety assurance, Quality
Assurance, Quality control and Quality
audit including Architectural services of
obtaining Construction related approvals
for construction of dwelling units under
Ashray Yojana for PMC Group 1
(Rajwadkar Street, Walpakhadi & Palton
Road)
Bid Number:
As will be finalisedby MCGM
24 Months(Inclusive of
monsoon)or
Completionof Project
whichever islater
Rs. 5,00,000/-
In terms of the 2 stage system of e-tendering, a Bidder will be required to deposit,
along with its Bid, an Earnest Money Deposit of Rs. 5,00,000/- (Rupees Five Lakh Only) (the
"EMD"), refundable in accordance to the relevant clause of bid document, from the Bid Due Date,
except in the case of the selected Bidder whose Bid Security/EMD shall be retained. The Bidders
will have to provide Earnest Money Deposit through the payment gateways while submitting the
bids. The Bid shall be summarily rejected if it is not accompanied by the Earnest Money Deposit.
The e-tender is available on MCGM portal (http://portal.mcgm.gov.in) as mentioned in the Header
Data of the tender.
As per Three Packet systems, the document for Packet ‘A’ is to be uploaded by the
bidder in vendors’ document online in Packet ‘A’ and shall be opened on dates as mentioned in
header data. All the responsive and eligible bidders if they so wish can be present at the time of
opening of bids, in the office of Dy. Ch. E. (AYC) . The Packet “C” shall be opened if bids
submission in Packet ‘A” satisfies/includes all the requirements and same are found acceptable to
the Authority.
The Municipal Commissioner reserves the right to reject all or any of the e- tender(s)
without assigning any reasons at any stage.
5
The dates and time for submission and opening the bids are as shown in the Header
Data. If there are any changes in the dates the same will be displayed on the MCGM Portal.
(http://portal.mcgm.gov.in)
The Applicants interested for the above referred works may contact the
DyChE (AYC), at the following address on any working day during office hours.
Office of: Dy. Ch. E.(AYC)
3rd floor, MCGM Engineering Hub
Dr. E. Moses Road, Worli Naka, Worli,
Mumbai 400 018
The applicants may wish to visit the site under reference scope of works at located
proposed transit and redevelopment sites in City and Suburbs area, Mumbai and can collect the
information of the present status from the department who have invited the bids.
The MCGM reserves the rights to accept any of the application or reject any or all the
application received for above works, without assigning any reasons thereof. The information
regarding above subject matter is available on Website of MCGM.
(http://portal.mcgm.gov.in/tenders)
Dy. Ch. E.(AYC)
6
HE A D E R D A T A
Bid No. 7200028602
Name of Organization Municipal Corporation of Greater Mumbai
Subject
Appointment of Project Management Consultant fordetailed design validation, Proof checking,Construction supervision, Safety assurance, QualityAssurance, Quality control and Quality auditincluding Architectural services of obtainingConstruction related approvals for construction ofdwelling units under Ashray Yojana for PMCGroup 1 (Rajwadkar Street, Walpakhadi & PaltonRoad).
Cost of Tender Rs.9400+18% GST (9% CGST+9% SGST)= Rs.11092/-
No of Tenements 1292 tenements (1210 tenements of 300 sqft and 82
tenements of 600 )
EMD for Bid Rs. 5,00,000/-
Contract Period/Bid Validity 180 days
Date of issue and sale of tender 18.02.2022 from11:00 HrsLast date & time for sale of
tender & Receipt of Bid Security
Deposit
04.03.2022 upto12:00 Hrs
Submission of Packet A , B &
Packet C (Online) 04.03.2022 upto16:00 Hrs
Pre-Bid Meeting
24.02.2022 at11:30 Hrs in Office of: D. M. C. (SWM), 3rd floor, Annex bldg, Opp. CST railway station, Mahapalika Marg no.1, Fort, Mumbai-400001.
Opening of Packet A & B 04 .03.2022 after16:30 Hrs
Opening of Packet C 11.03.2022 after 15:00 Hrs
Address for communication
Office of ,DyChE (AYC),3rd floor, MCGM Engineering Hub, Dr. E. Moses Road, Worli Naka, Worli, Mumbai 400 018
Venue for opening of bid On line in Dy.Ch.E.AYC’s office.This tender document is not transferable.
The MCGM reserves the rights to accept any of the application or reject any or all the
application received for above subject without assigning any reason thereof.
DyChE (AYC)
7
2.1 Technical Capacity (Project Experience):
The tenderer(s) in their own name should have satisfactorily executed the work of similar natureMCGM /Semi Govt. /Govt. & Public Sector Organizations during last seven (7) years ending lastday of month previous to the one in which bids are invited as a prime Contractor (or as a nominatedsub-Contractor, where the subcontract had involved similar nature of work as described in the scopeof works in this bid document, provided further that all other qualification criteria are satisfied)
a) Three similar completed works or currently executing three works of similar nature each havingconstruction area 23,791 Sqmt (The structure should be minimum G+10 storied or above.)
OR
b) Two similar completed works or currently executing two works of similar nature each havingconstruction area 31721 Sqmt (The structure should be minimum G+10 storied or above.)
OR
c) One completed work or currently executing one work of similar nature each having constructionarea 47582 Sqmt (The structure should be minimum G+10 storied or above.)
2.2 Financial Capacity (Not applicable for this tender)
Achieved a average annual financial turnover as certified by ‘Chartered Accountant’ (in all classesof civil engineering construction works only) equal to 1.84 Cr in last three (3) financial years imme-diately preceding the Financial Year in which bids are invited.
• To ascertain this, tenderer(s) shall furnish /upload the financial statement (Audited balancesheet) duly certified by Chartered Accountant.
• The turnover can be enhanced by 10% every year to bring the present level.
The requirement of key professional staff is as follows:
Position Nos Min. OverallExperience
Specific Experience of Similar Nature
Team Leader –Senior Architect /Sr. Civil Engineer● Full time
1 15 years Architect/Civil Engineer with graduatequalifications (Registered with Council of
Architecture or International Equivalent). CivilEngineer with Post Graduate in
Civil/Management Experience in design andexecution of similar projects.
Quantity / CostSurveyor/
● Full time
1 10 Years Graduate Civil Engineer with min 10years ofexperience in Design and execution of similar
projects
9
ConstructionManager / TeamLeader/ Sr. Civil
Engineer● Full Time
- Architect /Civil Engineer
1 10 Years Post Graduate Civil Engineer with experience inconstruction of similar projects.
Resident Engineer● Full Time
1 10 Years Graduate in Civil Engineer with Experience inConstruction of similar projects. `
Architect/LicenseSurveyor
● Full Time
1 10 Years Graduate in Civil Engineer with Experience indesign of similar projects. `
Site Engineer /Supervisors
● Full Time
1 10 Years Graduate in Civil Engineer with Experience insimilar projects. `
StructuralConsultant/
Engineer as andwhen required by
MCGM
1 10 Years Graduate in Civil Engineer with Experience indesign of similar projects. This service can bekept in house or hired or subletted to another
expert firm/ agency having expertise as mentionedin similar projects . However the agreement
between the consultant and firm should be attachedwith their experience and similar data
Electrical Engineer/Mechanical
Engineer / Lift / Airconditioning
experts as and whenrequired by MCGM
1 10 Years Graduate in Civil Engineer/ Mechanical Engineerwith Experience in similar projects. `
Water Supply/ Severage Consultnt• as and when required by MCGM
1 10 Years Graduate in Civil Engineer with Experience in similar projects. This Experts may be hired or services can be subletted to the other expert firms .This services can be kept in house or hired or subletted to another expert firm/ agency having expertise as mentioned in similar projects . However the agreement between the consultant and firm should be attached with their experience and similar data
10
Consultant for landscaping fire fighting and any other expert
• as and when required by MCGM
1 10 Years This Service can be kept in house or hired or subletted to other expert agencies having similar project experience . This services can be kept in house or hired or subletted to another expert firm/ agency having expertise as mentioned in similar projects . However the agreement between the consultant and firm should be attached with their experience and similar data
During DLP Period , The consultant will Deploy Following Minimum Staff
Team Leader cumSr. Civil Engineer /Resident Engineer
• As and whenrequired by
MCGM
10 Years Post Graduate Civil Engineer with Experience inexecution of Similar Projects
Site Engineers • As and when
required byMCGM
10 years Graduate Civil Engineer with Experience inexecution of Similar Projects
• PMC should have expertise in all latest Construction technology.
• Broad qualification and experience requirement for key professional Staff for during pretender activities Period.
Note:
2.2 Financial Capacity
Achieved an average annual financial turnover as certified by ‘Chartered Accountant’ (in all
classes of civil engineering construction works only) equal to 50% of the estimated cost of work
in last five (5) financial years immediately preceding the Financial Year in which bids are invited
2.3 The Consultants shall submit photographs and Videos / CDS / Documentation & soft copies
pertaining to the project they have completed / in process. Documentary proof in support of
all the works completed / in process must be submitted along with the application.
a) The Project Management Consultants/Architects in their own name should have satisfactor-
ily executed the work of similar nature MCGM /Semi Govt. /Govt. & Public Sector Organiza-
tions.
b) The Project Management Consultants/Architects shall be empanelled in Municipal Corpora-tion of Greater Mumbai.
11
c) The Consultancy firm shall not have been blacklisted / debarred by any Govt. Departmenton the start date of tender document download. The agency will submit undertaking o nRs.100/- Stamp paper in this regard.
2.3 Bid Capacity: (Not applicable for this tender)
The bid capacity of the prospective bidders will be calculated as under: Assessed Available BidCapacity = (A* N* 2 - B) Where, A = Maximum value of Civil Engineering works executed inany one year (year means Financial year) during the last five years (updated to the price levelof the Financial year in which bids are received at a rate of 10% per year) taking into accountthe completed as well as works in progress.
N = Number of years prescribed for completion of the Project/Works, excluding monsoonperiod, for which these bids are being invited. (E.g. 7 months = 7/12 year) For every interven-ing monsoon 0.33 shall be added to N.
B = Value of existing commitments (only allotted works) on the last date of submission of bidsas per bidding document and on-going works to be completed during the period of completionof the Project/Works for which these bids are being invited.
Note: The statement showing the value of existing commitments and on-going works as wellas the stipulated period of completion remaining for each of the works listed should be attachedalong with certificates duly signed by the Engineer-in Charge, not below the rank of an Execut-ive Engineer or equivalent.
Even though the bidders meet the above qualifying criteria, they are subject to be dis-qualified if they have: -
made misleading or false representation in the forms, statements and attachments submitted inproof of the qualification requirements; and/or - Record for poor performance such as abandon-ing the works, not properly completing the contract, inordinate delays in completion, litigationhistory, or financial failures etc
2.4 Similar works shall means, the complete or ongoing:
“Project Management Consultant for preparation of detailed design, Proof
checking, Construction supervision, Quality Assurance, Quality control and Quality audit
including Architectural services for construction.”
2.5 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:- made misleading or false representation in the forms, statements and attachments submitted in
proof of the eligible criteria; and/or
- Record for poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history etc
2.6 The programme for completion of work shall be a part of the Contract Document in the form
of Bar Chart / GANTT Chart.
12
DISCLAIMER
The information contained in this e-tender document or provided to Applicant(s), whether
verbally or in documentary or any other form, by or on behalf of the Municipal Corporation of
Greater Mumbai (MCGM), hereafter also referred as “The Authority “, or any of its employees or
advisor, is provided to Applicant(s) on the terms and conditions set out in this e-tender and such
other terms and conditions subject to which such information is provided.
This e-tender includes statements, which reflect various assumptions and assessments
arrived at by the Municipal Corporation of Greater Mumbai (MCGM) in relation to the Project.
Such assumptions, assessments and statements do not purport to contain all the information that
each Applicant may require. This e-tender may not be appropriate for all persons, and it is not
possible for the Municipal Corporation of Greater Mumbai (MCGM), its employees or advisor to
consider the investment objectives, financial situation and particular needs of each party who reads
or uses this e-tender. The assumptions, assessments, statements and information contained in this e-
tender may not be complete, accurate, adequate or correct. Each Applicant should therefore, conduct
its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability
and completeness of the assumptions, assessments, statements and information contained in this e-
tender and obtain independent advice from appropriate sources.
Information provided in this e-tender to the Applicant(s) is on a wide range of matters, some
of which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Municipal Corporation of Greater Mumbai (MCGM) accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed here.
The Municipal Corporation of Greater Mumbai (MCGM), its employees and advisors make
no representation or warranty and shall have no liability to any person, including any Applicant or
Bidder, under any law, statute, rules or regulations or tort, principles of restitution or unjust
enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred
or suffered on account of anything contained in this e-tender or otherwise, including the accuracy,
adequacy, correctness, completeness or reliability of the e-tender and any assessment, assumption,
statement or information contained therein or deemed to form part of this e-tender or arising in any
way with pre-qualification of Applicants for participation in the Bidding Process. The Municipal
Corporation of Greater Mumbai (MCGM) also accepts no liability of any nature whether resulting
from negligence or otherwise howsoever caused arising from reliance of any Applicant upon the
statements contained in this e-tender.
14
The Municipal Corporation of Greater Mumbai (MCGM) may, in its absolute discretion but
without being under any obligation to do so, update, amend or supplement the information,
assessment or assumptions contained in this e-tender.
The issue of this e-tender does not imply that the Municipal Corporation of Greater Mumbai
(MCGM) is bound to select and short-list pre-qualified Applications for Bid Stage or to appoint the
selected Bidder or Concessionaire, as the case may be, for the Project and the Municipal
Corporation of Greater Mumbai (MCGM) reserves the right to reject all or any of the Applications
or Bids without assigning any reasons whatsoever.
The Applicant shall bear all its costs associated with or relating to the preparation and
submission of its Application including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required by The
Municipal Corporation of Greater Mumbai (MCGM) or any other costs incurred in connection with
or relating to its Application. All such costs and expenses will remain with the Applicant and the
Municipal Corporation of Greater Mumbai(MCGM) shall not be liable in any manner whatsoever
for the same or for any other costs or other expenses incurred by an Applicant in preparation or
submission of the Application, regardless of the conduct or outcome of the Bidding Process.
15
INTRODUCTION
1. Background:
The Municipal Corporation of Greater Mumbai covers an area of 437.71sq.kms.with
a population of 1.24 Crores as per census of 2011. The metropolis accounts major portion of
India’s international trade and government’s revenue, from being one of the foremost centers of
education, science and technological research and advancement.
The Mumbai Metropolis has historic tradition of strong civic activism dedicated to the
cause of a better life for all its citizens. And it’s the Municipal Corporation of Greater Mumbai
(MCGM), hereafter called the “corporation”, the primary agency responsible for urban governance
in Greater Mumbai.
MCGM (The Authority) is one of the largest local self-governments in the Asian
Continent. In observance of historic traditions of strong civic activism, with the change in time and
living conditions to match with the urbanization, MCGM has mainly focused in providing almost all
kinds of engineering services viz, Hydraulics, storm water drain, sewerage, water supply projects,
roads, bridges, solid waste management, and environmental services. Beside this, the MCGM is
also providing dedicated services in various segments such as Health, Primary Education as well as
the construction and maintenance of Public Markets and Slaughter Houses.
MCGM is an organization having different departments, right from engineering depts.
to health depts. Moreover we have other dept. like education, market, fire brigade dept., Octroi and
other such departments where quite a good number of staff members are working.
Scope of Work:
Appointment of Project Management Consultant for detailed design, validation, Proof checking,
Construction supervision, Safety assurance, Quality Assurance, Quality control and Quality audit
including Architectural services of obtaining Construction related approvals for construction of
dwelling units under Ashray Yojana for PMC Group 1 (Rajwadkar Street, Walpakhadi &
Palton Road). The detailed scope of work are as follows.
Group for PMC in City Area for Design, Built and Supervision.
Sr.No.
Location Ward Plot Areain sqm.
ProposedTenents
PMCGroup
300Sqft
600Sqft
1 Rajwadkar Street A ward 4166.9 120 0
Palton Road A ward 6097.00 522 16
Walpakhadi B ward 5291.7 568 66
Total 1210 82 1
17
The PMC shall have to validate detail design, number of stages of checking , construction
supervision, Safety assurance, quality assurance, quality control and quality dwelling unit under
Ashray Yojana.
The Consultants shall perform task assigned as specified in Appendix A of TOR.
18
E-TENDERING ONLINE SUBMISSION PROCESS
The terminology of e-Tendering is solely depending upon policies in existence, guidelines
and methodology adopted since decades. The SRM is only change in process of accepting and
evaluation of tenders in addition to manual. The SAP module to be used in this E-tendering is
known as Supplier Relationship Module (SRM).SRM is designed and introduced by ABM
Knowledge ware Ltd. who will assist MCGM in throughout the tendering process for successful
implementation.
NOTE: This tendering process is covered under Information Technology ACT & Cyber Laws as
applicable
(1) In e-tendering process some of the terms and its definitions are to be read as under wherever it
reflects in online tendering process.
Start Date read as “Sale Date”
End Date read as “Submission Date”
Supplier read as “ Project Management Consultants / PMC”
Vendor read as “Project Management Consultants / PMC”
Vendor Quotation read as “ Project Management Consultants Bid/Offer”
Purchaser read as “Department/MCGM”
I. Before entering in to online tendering process, the Project Management Consultants should
complete the registration process so as to get User ID for E-tendering links. For this, the Project
Management Consultants can access through Supplier registration via MCGM Portal.
There are two methods for this registration :( II and III)
II. Transfer from R3 (registered contractors with MCGM) to SRM
a. Project Management Consultants already registered with MCGM will approach to Vendor
Transfer cell.
b. Submit his details such as (name, vendor code, address, registered Email ID, pan card etc.) to
Vendor transfer cell.
c. MCGM authority for Vendor Transfer, transfers the Vendor to SRM application from R3 system
to SRM system.
d. Transferred Vendor receives User ID creation link on his supplied mail Id.
e. Vendor creates his User ID and Password for e-tendering applications by accessing link sent to
his mail ID.
III. Online Self Registration (Temporary registration for applicant not registered with MCGM)
a. Vendor fills up Self Registration form via accessing MCGM portal.
Vendor Transfer cell (same as mentioned above) accesses Supplier Registration system and
accepts the Vendor request.
Accepted Vendor receives User ID creation email with Link on his supplied mail Id.20
Vendor creates his User ID and Password for e-tendering application.
IV. Project Management Consultants BIDDING: Applicant will Quote and Upload Tender
Documents
1. Access e-tender link of SRM Portal
2. Log in with User ID and Password
3. Selects desired Bid Invitation (he wants to bid)
4. To download tender documents PMC will have to pay online Tender fee. The same can
be done by accessing Pay Tender Fees option. By this one will be able to pay Tender fee through
Payment Gateway-If transaction successful, PMC can register his interest to participate. Without
Registration one cannot quote for the Bid/Tender.
5. Applicant will download Tender Documents from Information from purchaser tab by
accessing Purchaser document folder through collaboration ‘C’ folder link.
6. Applicant will upload Packet A related Documents in Packet A folder respectively by accessing
these folders through “My Notes” Tab and collaboration folder link.
7. All the documents uploaded have to be digitally signed and saved. PMC can procure there
digital signature from any certified CA’s in India.
8. Bid security deposit/EMD, if applicable, should be paid online as mentioned in tender.
9. For commercial details (in Packet C) contractors will fill data in Item Data tab in Service Line
Item via details and quotes his “Percentage Variation” (i.e.% quoted) figure.(If entered ‘0’ it
will be treated as at par. By default the value is zero only.
10. Applicants to check the bid, digitally signs & save and submit his Bid Invitation.
11. Applicants can also save his uploaded documents/commercial information without submitting
the BID for future editing through ‘HOLD’ option.
12. Please note that “Hold” action do not submit the Bid.
13. Applicants will receive confirmation once the Bid is submitted.
14. Bid creator (MCGM) starts Bid Opening for Packet A after reaching End Date and Time and
Bid Evaluation process starts.
As per Three Packet system, the document for Packet A are to be uploaded by the tenderer in
'Vendor's document' online in Packet A . Before purchasing/ downloading the tender copy, tenderer
may refer to post- Qualification criteria mentioned in e-Tender Notice.
The tenderer shall pay the EMD/Bid Security through payment gateways before submission
of Bid and shall upload the screen shot of receipt of payment in Packet ‘A’ instead of paying the
EMD at any of the CFC centres in MCGM Ward Offices.
The e-tender is available on MCGM portal, http://portal.mcgm.gov.in, as mentioned in the
Header Data of the tender. The tenders duly filled in should be uploaded and submitted online on or
before the end date of submission. The Packet ‘A’, Packet ‘B’ & Packet ‘C’ of the tenderer will be21
opened as per the time-table shown in the Header Data in the office of Dy. Ch. E.(AYC)
The Municipal Commissioner reserves the right to reject all or any of the e-Tender(s)
without assigning any reason at any stage. The dates and time for submission and opening the
tenders are as shown in the Header Data. If there are any changes in the dates the same will be
displayed on the MCGM Portal (http://portal.mcgm.gov.in).
22
INSTRUCTIONS TO APPLICANTS
Scope of Application
The Authority wishes to receive Applications for Qualification in order to SELECT experienced and
capable Applicants for the Bid Stage.
A) Eligibility of Applicants
The Municipal Corporation of Greater Mumbai (MCGM) invites e-tender to appoint Consultancy
firm on Quantity Cum Cost basis for the aforementioned work from contractors of repute,
multidisciplinary engineering organizations i.e. eminent firm, Proprietary/Partnership Firms/ Private
Limited Companies/ Public Limited Companies/Companies registered under the Indian companies’
act 2013, the PMC registered / empanelled with the Municipal Corporation of Greater Mumbai,
(MCGM) and registered in Central or State Government/Semi Govt. Organization/Central or State
Public Sector Undertakings, will be allowed subject to condition that, the PMC who are not
registered / empanelled with MCGM will have to apply for registering their firm within three months’
time period from the award of contract, otherwise their Bid Security i.e. E.M.D (Earnest Money
Deposit) will be forfeited/recovered and an amount equal to Registration Fee of respective class will
be recovered as penalty.
To be eligible for pre-qualification and short-listing, an Applicant shall fulfill the following
conditions of eligibility:
6.1 Technical Capacity (Project Experience):
The tenderer(s) in their own name should have satisfactorily executed the work of similar natureMCGM /Semi Govt. /Govt. & Public Sector Organizations during last seven (7) years ending lastday of month previous to the one in which bids are invited as a prime Contractor (or as a nominatedsub-Contractor, where the subcontract had involved similar nature of work as described in the scopeof works in this bid document, provided further that all other qualification criteria are satisfied)
a) Three similar completed works or currently executing three works of similar nature each havingconstruction area 23,791 Sqmt (The structure should be minimum 10 storied or above.)
OR
b) Two similar completed works or currently executing two works of similar nature each havingconstruction area 31721 Sqmt (The structure should be minimum 10 storied or above.)
OR
c) One completed work or currently executing one work of similar nature each having constructionarea 47582 Sqmt (The structure should be minimum 10 storied or above.)
24
The value of executed works shall be brought to current costing level by enhancing the actual valueof work at compound rate of 10 % per annum; calculated from the date of completion to last date ofreceipt of applications for tenders.
*In case of ongoing works to be considered, the bidder must have received payment bills of80% of the contract sum for the work/works executed last day of month previous to the one inwhich bids are invited.
6.2 Financial Capacity (Not applicable for this tender)
Achieved a average annual financial turnover as certified by ‘Chartered Accountant’ (in all classesof civil engineering construction works only) equal to 1.84 Cr in last three (3) financial years imme-diately preceding the Financial Year in which bids are invited.
• To ascertain this, tenderer(s) shall furnish /upload the financial statement (Audited balancesheet) duly certified by Chartered Accountant.
• The turnover can be enhanced by 10% every year to bring the present level.
The requirement of key professional staff is as follows:
Position Nos Min. OverallExperience
Specific Experience of Similar Nature
Team Leader –Senior Architect /Sr. Civil Engineer● Full time
1 15 years Architect/Civil Engineer with graduatequalifications (Registered with Council of
Architecture or International Equivalent). CivilEngineer with Post Graduate in
Civil/Management Experience in design andexecution of similar projects.
Quantity / CostSurveyor/
● Full time
1 10 Years Graduate Civil Engineer with min 10years ofexperience in Design and execution of similar
projects
ConstructionManager / TeamLeader/ Sr. Civil
Engineer● Full Time
- Architect /Civil Engineer
1 10 Years Post Graduate Civil Engineer with experience inconstruction of similar projects.
Resident Engineer● Full Time
1 10 Years Graduate in Civil Engineer with Experience inConstruction of similar projects. `
25
Architect/LicenseSurveyor
● Full Time
1 10 Years Graduate in Civil Engineer with Experience indesign of similar projects. `
Site Engineer /Supervisors
● Full Time
1 10 Years Graduate in Civil Engineer with Experience insimilar projects. `
StructuralConsultant/
Engineer as andwhen required by
MCGM
1 10 Years Graduate in Civil Engineer with Experience indesign of similar projects. This service can bekept in house or hired or subletted to another
expert firm/ agency having expertise as mentionedin similar projects . However the agreement
between the consultant and firm should be attachedwith their experience and similar data
Electrical Engineer/Mechanical
Engineer / Lift / Airconditioning
experts as and whenrequired by MCGM
1 10 Years Graduate in Civil Engineer/ Mechanical Engineerwith Experience in similar projects. `
Water Supply/ Severage Consultnt• as and when required by MCGM
1 10 Years Graduate in Civil Engineer with Experience in similar projects. This Experts may be hired or services can be subletted to the other expert firms .This services can be kept in house or hired or subletted to another expert firm/ agency having expertise as mentioned in similar projects . However the agreement between the consultant and firm should be attached with their experience and similar data
Consultant for landscaping fire fighting and any other expert
• as and when required by MCGM
1 10 Years This Service can be kept in house or hired or subletted to other expert agencies having similar project experience . This services can be kept in house or hired or subletted to another expert firm/ agency having expertise as mentioned in similar projects . However the agreement between the consultant and firm should be attached with their experience and similar data
During DLP Period , The consultant will Deploy Following Minimum Staff
26
Team Leader cumSr. Civil Engineer /Resident Engineer
• As and whenrequired by
MCGM
10 Years Post Graduate Civil Engineer with Experience inexecution of Similar Projects
Site Engineers • As and when
required byMCGM
10 years Graduate Civil Engineer with Experience inexecution of Similar Projects
• PMC should have expertise in all latest Construction technology.
• Broad qualification and experience requirement for key professional Staff for during pretender activities Period.
6.3 Bid Capacity: (Not applicable for this tender)
The bid capacity of the prospective bidders will be calculated as under: Assessed Available BidCapacity = (A* N* 2 - B) Where, A = Maximum value of Civil Engineering works executed inany one year (year means Financial year) during the last five years (updated to the price levelof the Financial year in which bids are received at a rate of 10% per year) taking into accountthe completed as well as works in progress.
N = Number of years prescribed for completion of the Project/Works, excluding monsoonperiod, for which these bids are being invited. (E.g. 7 months = 7/12 year) For every interven-ing monsoon 0.33 shall be added to N.
B = Value of existing commitments (only allotted works) on the last date of submission of bidsas per bidding document and on-going works to be completed during the period of completionof the Project/Works for which these bids are being invited.
Note: The statement showing the value of existing commitments and on-going works as wellas the stipulated period of completion remaining for each of the works listed should be attachedalong with certificates duly signed by the Engineer-in Charge, not below the rank of an Execut-ive Engineer or equivalent.
Even though the bidders meet the above qualifying criteria, they are subject to be dis-qualified if they have: -
made misleading or false representation in the forms, statements and attachments submitted inproof of the qualification requirements; and/or - Record for poor performance such as abandon-ing the works, not properly completing the contract, inordinate delays in completion, litigationhistory, or financial failures etc
6.4 Similar works shall means, the complete or ongoing:
“Project Management Consultant for preparation of detailed design, Proof
checking, Construction supervision, Quality Assurance, Quality control and Quality audit
including Architectural services for construction.”
6.5 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
27
- made misleading or false representation in the forms, statements and attachments submitted in
proof of the eligible criteria; and/or
- Record for poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history etc
6.6 The programme for completion of work shall be a part of the Contract Document in the form
of Bar Chart / GANTT Chart.
B). TIME PERIOD OF THE PROJECT :
Entire project should be completed and delivered within 24 months of time from the date of award
of contract that Including monsoon.
The time allowed for carrying out the work as entered in the Tender shall be strictly observed by
the PMC and shall be reckoned from the date on which the Letter of Acceptance is given to the
PMC. The work shall throughout the stipulated period of the Contract be proceeded with all due
diligence as time being deemed to be the essence of the contract on the part of the PMC. On
failing to do so, the PMC shall pay as compensation an amount which shall be governed as per
Clause - 8(e) of Standard General Conditions of Contract.
The PMC should complete the work as per phase given below :
¼ of the work in .. ¼ of the time
½ of the work in .. ½ of the time
¾ of the work in .. ¾ of the time
Full of the work in .. Full of the time
Full work will be completed in 24 months Including monsoon.
The programme for completion of work shall be a part of the Contract Document in the
form of Bar Chart / GANTT Chart. The PMC is supposed to carry out the work and keep the
progress as per Bar Chart/GANTT Chart. The PMC shall complete the work as per the Schedule
given in the Contract and the programme submitted by the PMC.
F. Contract Execution
All required documents for execution of the contract shall be submitted within 30 days from
the date of issue of letter of acceptance. If the documents are not submitted within the
stipulated time a penalty of Rs 5000/- per day will be applicable to the PMC. All contract
documents need to be duly affixed with stamp duty properly signed along with
evidence/proof of payment of security deposit within 30 days from the date of letter of
acceptance received by him.
28
G. If the amount of the Security Deposit to be paid above is not paid within 30 days from the
date of issue of Letter of Acceptance, the Tender / PMC already accepted shall be considered
as cancelled and legal steps be taken against the PMC for recovery of the amounts.
H. The amount of Security Deposit retained by the MCGM shall be released after expiry of
period up to which the contractor has agreed to maintain the work in good order is over. In
the event of the PMC failing or neglecting to complete the work within the period up to
which the PMC has agreed to maintain the work in good order, the amount of security de-
posit retained by MCGM shall be adjusted towards the excess cost incurred by the Depart-
ment on DLP of work.
I. Action when whole of security deposit/EMD is forfeited:
In any case in which under any Clause of this contract, the PMC shall have rendered himself
liable to pay compensation amounting to the whole of this security deposit/EMD whether
paid in one sum or deducted by instalments or in the case of abandonment of the work
owning to serious illness or death of the PMCs or any other cause, the Engineer on behalf of
the Municipal Commissioner shall have power to adopt any of the following process, as he
may deem best suited to the interest of MCGM -
(a) To rescind the contract (for which recession notice in writing to the contractor under
the head of Executive Engineer shall be conclusive evidence) and in that case, the
security deposit/EMD of the contract shall stand forfeited and be absolutely at the
disposal of MCGM.
(b) To carry out the work or any part of the work departmentally debiting the PMC with
the cost of the work, expenditure incurred on tools and plant, and charges on
additional supervisory staff including the cost of work-charged establishment
employed for getting the un-executed part of the work completed and crediting him
with the value of the work done departmentally in all respects in the same manner
and at the same rates as if it had been carried out by the contractor under the terms of
his contract. The certificate of the Executive Engineer as to the costs and other allied
expenses so incurred and as to the value of the work so done departmentally shall be
final and conclusive against the PMC.
(c) To order that the work of the PMC be measured up and to take such part thereof as
shall be un-executed out of his hands, and to give it to another PMC to complete, in
which case all expenses incurred on advertisement for fixing a new contracting
29
agency, additional supervisory staff including the cost of work charged establishment
and the cost of the work executed by the new contract agency will be debited to the
PMC and the value of the work done or executed through the new PMC shall be
credited to the PMC in all respects and in the same manner and at the same rates as if
it had been carried out by the PMC under the terms of his contract. The certificate of
the Executive Engineer as to all the cost of the work and other expenses incurred as
aforesaid for or in getting the un-executed work done by the new PMC and as to the
value of the work so done shall be final and conclusive against the PMC.
In case the contract shall be rescinded under Clause (a) above, the PMC shall not be
entitled to recover or be paid any sum for any work there for actually performed by
him under this contract unless and until the Executive Engineer 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. In the event
of either of the courses referred to in Clause (b) or (c) being adopted and the cost of
the work executed departmentally or through a new PMC and other allied expenses
exceeding the value of such work credited to the PMCs amount of excess shall be
deducted from any money due to the contractor, by MCGM under the contract or
otherwise, howsoever, or from his security deposit or the sale proceeds thereof
provided, however, the PMC shall have no claim against MCGM even if the certified
value of the work done departmentally or through a new PMC exceeds the certified
cost of such work and allied expenses, provided always that whichever of the three
courses mentioned in clauses (a), (b) or (c) is adopted by the Executive Engineer, the
PMC shall have no claim to compensation for any loss sustained by him by reason of
his having purchase or procured any materials or entered in to any engagements or
made any advance on account of or with a view to the execution of the work or the
performance of the contract.
J. Contract may be rescinded and security deposit/EMD forfeited for bribing a public
officer or if PMC becomes insolvent
If the PMC assigns or sublets his contracts or attempt so to do, or become insolvent or
commence any proceeding to get himself adjudicated and insolvent or make any
composition with his creditors, or attempt so to do or if bribe, gratuity, gift, loan,
perquisite, reward or advantage, pecuniary or otherwise, shall either directly or indirectly
be given promised or offered by the PMC or any of his servants or agents through any
public officer, or person in the employ of MCGM/Govt. in any way relating to his office
or employment, or if any such officer or person shall become in any way directly or30
indirectly interested in the contract the Engineer In-charge may thereupon, by notice in
writing rescind the contract and the Security Deposit/EMD of the PMC shall thereupon
stand forfeited and be absolutely at the disposal of MCGM and the same consequences
shall ensure as if the contract had been rescinded under above clause J hereof; and in
addition the PMC shall not be entitled to recover or be paid for any work therefore
actually performed under the contract.
I- A : I N ST R UC T I O NS TO THE B I DD E R/APPLICANT (ITB)
1. The Executive Engineer, MCGM, invites e-tender on percentage of project cost basis for
the subject work from the Consultants who are experienced in Providing consultancy
services for Architecture, Engineering design and Project/Construction Management.
2. Eligibility Criteria:
Bidder shall be eligible as per the Criteria stipulated in Detailed Tender Notice.
3. PREPARATION OF PROPOSAL: Refer Detailed Tender Notice.
a. Bidder shall follow the instructions given on the portal for submission of e-
tender. Bid shall be submitted online on the e-tendering portal in ‘three
electronic envelopes system’ A & B within prescribed scheduled dates and will
be opened by the Executive Engineer on scheduled date and time.
c) Technical Proposal shall not include any financial information.
Types OfQuarter
Carpet Area
1 BHK 300 Sq. Ft.
2 BHK 600 Sq. Ft.
Notei ) The total number of quarters 1292 tenements (1210 tenements of 300 sqft and 82 tenements of 600 )ii) Permissible variation in carpet area is +10 to 15 %iii) FSI available – 4 For detail specifications please refer Annexure - I
31
Submission of Tenders
PACKET – A & B
The Packet ‘A’ shall contain scanned certified copies of the following documents
Scrutiny of this packet will be done strictly with reference to only the scanned copies of
Documents uploaded online in packet ‘A’
a) The list of similar type of works as stated in para ‘A’ of Post qualification successfully completed
during the last seven years in prescribed proforma, in the role of prime contractor. Information
furnished in the prescribed proforma (Proforma – I) shall be supported by the certificate duly self-
attested. Documents stating that it has successfully completed during the last Seven years at least
one contract of similar works as stated in para ‘A’ of Post qualificatio
b) Valid Receipt of payment of e-tender fee.
c) Valid Receipt of payment of Earnest Money Deposit.
d) The bidder shall be registered under the companies Act 1956, or a Govt.Organization and
should be operating in India.
e) The firm should have a capacity of minimum 25 staff.
f) A document in support of registration under GST act 2017.those who have not registered shall
submit an undertaking to the effect that if they become successful tenderer, they shall submit
GST 2017 certificate in Maharashtra within 15 days of issue of work order, failing which
payment for the work executed will not be released
g) The bidder shall upload the Approach, Methodology & concept presentation in pdf format
h) The bidder shall give undertaking on Rs 500/-stamp paper that it is his/their sole responsibility to
arrange the required key professional Staff for during pretender activities Period , During
Construction Period, During DLP Period.
i) The Consultants shall submit photographs and Videos / CDS / Documentation & soft copiespertaining to the project they have completed / in process. Documentary proof in support of allthe works completed / in process must be submitted along with the application.
j) The Project Management Consultants/Architects in their own name should have satisfactorilyexecuted the work of similar nature MCGM /Semi Govt. /Govt. & Public Sector Organizations.
k) The Consultancy firm shall not have been blacklisted / debarred by any Govt.Department on the start date of tender document download. The agency will submitundertaking o n Rs.100/- Stamp paper in this regard.
l) Certified copies of valid 'PAN' documents and photographs of the individuals, owners, Karta of
33
Hindu undivided Family, firms, private limited companies, registered co-operative societies,
partners of partnership firms and at least two Directors, if number of Directors are more than two in
case of Private Limited Companies, as the case may be. However, in case of Public Limited
companies, Semi Government Undertakings, Government Undertakings, no 'PAN' documents will
be insisted.
m) Latest Partnership Deed in case of Partnership firm duly registered with Chief Accountant
(Treasury) of MCGM.
n) The bidders shall categorically provide their Email-ID in packet ‘A’.
o) The tenderers shall upload work plan as per the following outline:
1. GANTT chart/ PERT/ CPM chart showing the completion of work within prescribed time
period, considering major activities.
2. Organizational set up envisaged by the contractors.
3. A note on how the whole work will be carried out (work plan including methodology).
4. All the activities included in the Scope of Work shall be covered in the work plan.
NOTE:
If the PMC(s) withdraw tender offer during the tender validity period, his entire E.M.D shall
be forfeited.
If it is found that the PMC has not submitted required documents in Packet “A” & “B” then,
the shortfalls will be communicated to the tenderer through e-mail only and compliance
required to be made within a time period of three working days otherwise they will be
treated as non-responsive.
The successful bidder shall submit valid registration certificate under E.P.F. & M.P., Act
1952, if tenderer has more than 20 employees/persons on his establishment, to MCGM as
and when demanded. In case if the successful bidder has less employees/persons mentioned
above then the successful bidder has to submit an undertaking to that effect on Rs. 200
stamp paper as per circular u/no. CA/FRD/I/44 of 04.01.2013.
Bidder shall bear all costs associated with the preparation and submission of theirProposals. Costs might include site visit, collection of information, and if selected,attendance at Agreement negotiations etc.
PACKET – C
a. Bidder shall quote his financial offer in percentage of the contract cost of the project
(Inclusive of all taxes may be applicable)
34
BID SECURITY OR EMD
Earnest Money Deposit payment/ Performance Security Deposit:
i. EMD Payment as me ntioned ab ov e i.e. Rs.5,00,000/- (Rupees Five Lakhs Only) has tobe ma d e thr o u gh RTGS / NEFT mode us ing th e Sy ste m Gen erat ed Ch allan only afterpay men t of stip u lated Ten d er fee. Bidd ers shou ld en su re th at th e p ay men t o f th eEMD is mad e a t-l eas t 3 wo rkin g da y s prio r to th e last d ate of Bid P rep aration and H ashSub mis s ion o f the T en d er S chedule to h ave sea mles s sub miss ion . Bidd ers n ee d to uploadscan ned copy of EMD p aid receipt in e-en velop e ‘ A ’.
ii. Bidders failing to complete the payment of EMD using the above mentioned processof RTGS / NEFT after downloading the system generated challans will not be able tosubmit their bids. Bids with no such challan and no payment of EMD shall besummarily rejected.
iii. The earnest money deposit of unsuccessful bidders will be refunded through RTGS,NEFT mode only after award of the tender. Bidders should mention the beneficiary detailsfor EMD refund in the Earnest Money Deposit Form. Bidders should also upload scannedcopy of cancelled cheque along with refund letter for refund of their EMD payment.MCGM or e-Tendering Service Provider will not be liable for delays caused in EMDrefund due to incorrect beneficiary details.
iv. EMD refund account should remain active until refund of EMD take place.
v. In case of successful bidder, amount of the earnest money deposit may be adjustedtowards part of the security deposit to be paid after the award of the work, if heintends to do so in writing.
v i. Th e s u ccessfu l tenderer s shal l ha v e t o p a y 4 % quote d cos t t oward s Se c urity Depos it .T h e i n itia l Sec u r it y Deposi t s h al l b e p a y 2 % quot e d cos t pai d i n t h e f o r m o f De ma n dDr a f t o r Ba n k Guara n t e e o f a n y N a t i o n aliz e d B a n k o r Ban k s pr o m o t e d b y Al l Indi aFinanc i a l Instit u te s p a y a bl e a t M u m ba i i n fo r m at a c ce p tab l e t o MCGM . T h e b a la n c eS e cur i t y Dep o s i t pa y 2 % quo t e d co s t shal l b e rec o vere d b y deductin g fr o m R un n i n gAcco u n t Bil l s a t th e d i scr e ti on o f t h e Eng in eering-in-c h a r g e ( a t 1 0 % o f eac hRun n in g A c coun t Bil l ti l l t h e ful l S ecur i t y Deposi t i s re c o v e r e d ) s o t h a t , t h e t o ta ld e pos i t e q u i v a l e n t pay 4 % quote d cos t i s m a d e u p an d h e l d b y M CGM . Upo n furnishin gt h e p e rfo r m an c e se c u r it y b y th e s u c c e s sf u l b i d d e r , wor k orde r e x ecutio n of c o n t r a c tagre e m en t e t c . t o st a r t wor k wil l b e i s s u e d . Ban k G u a r a n t e e s h al l be val i d u p t o 2 8d a y s a f t e r s c h e dule d dat e o f c o m p leti o n o f c onstr u cti o n w o rk whic h shal l als oi n clude s e x t e n d e d p e r i o d o f c o ntract , i f a n y . Th e s a me shal l b e e x t e n d e d b yC onsult a n t , i f extensi o n i s gra n te d t o th e c o n s t r u c ti o n work . T h e s a i d p e rfo r m anc es e cur i t y shal l b e r etur n e d t o th e Cons u l t a n t a f t e r c o m p let i o n o f cons t r u c t i o n work.
The Bidder shall furnish, as part of the Bid, Bid Security/EMD, in the amount specified in
the Bid Data Sheet. This bid security shall be in favour of the authority mentioned in the Bid
Data Sheet and shall be valid till the validity of the bid.
The tenderers shall pay the EMD online instead paying the EMD at any of the CFC centres
35
in MCGM Ward Offices.
Any bid not accompanied by an acceptable Bid Security and not secured as indicated in sub-
clause mentioned above, shall be rejected by the Employer as non-responsive.
The Bid Security of the successful Bidder will be discharged when the Bidder has signed the
Agreement and furnished the required Security Deposits.
The Bid Security/ EMD of L-3 and downward bidder shall be refunded immediately after
opening of financial bid but, the EMD/ASD submitted by the L-2 bidder will be returned
after obtaining Standing Committee Resolution.
The Bid Security may be forfeited:
a) if the Bidder withdraws the Bid after bid opening (opening of technical qualification part
of the bid during the period of Bid validity;
b) in the case of a successful Bidder, if the Bidder fails within the specified time limit to:
i. sign the Agreement; and/or ii. Furnish the required Security Deposits.
1. The cases wherein if the shortfalls are not complied by a contractor, will be informed to Re-
gistration and Monitoring Cell. Such non-submission of documents will be considered as
‘Intentional Avoidance’ and if three or more cases in 12 months are reported, shall be viewed
seriously and disciplinary action against the defaulters such as banning/de-registration, etc.
shall be taken by the registration cell with due approval of the concered AMC.
2. No rejections and forfeiture shall be done in case of curable defects. For non-curable defects
the 10% of EMD shall be forfeited and bid will be liable for rejection.
Note:
i) Curable Defect shall mean shortfalls in submission such as:
a. Non-submission of following documents,
i. Valid Registration Certificate
ii. Certified Copies of PAN documents and photographs of individuals,owners, etc
iii. Partnership Deed and any other documents
iv. Undertakings as mentioned in the tender document.
ii) Non-curable Defect shall mean
a. In-adequate submission of EMD amount,
b. In-adequacy of technical capacity with respect to Eligibility criteria as stipu-
lated in the tender.
c. No proper submission of experience certificates and other documents, etc.
36
DEFECT LIABILITY PERIOD
The PMC is expected to carry out the construction work in Workmen like manner so as to
meet the requirement and specification for the project. It is expected that the Workmanship
will be technically reasonably fit for the purpose for which they are required.
Defects or defective work is where standard and quality of workmanship and materials as
specified in the contract is deficient. Defect is defined as a failure of the completed project
to satisfy the express or implied quality or quantity obligations of the construction contract.
Defective construction works are as the works which fail short of complying with the
express descriptions or requirements of the contract, especially any drawings or
specifications with any implied terms and conditions as to its quality, workmanship,
durability, aesthetic, performance or design. Defects in construction projects are attributable
to various reasons.
Some of the defects are structural defects results in cracks or collapse of faulty defective
plumbing, inadequate or faulty drainage system, inadequate or faulty ventilation, cooling or
heating systems, inadequate fire systems etc. The defects could be various on accounts of
different reasons for variety of the projects.
The Engineering In charge/Project Officer shall issue the practical completion certificate for
the project. During the Defect Liability Period which commences on completion of the
work, the Engineering In charge shall inform or the contractor is expected to be informed of
any defective works by the Employer’s representative of the defects and make good at
contractor’s cost with an intention of giving opportunity to the contractor of making good
the defects appeared during that period. It is the contractor’s obligation under the contract to
rectify the defects that appear during Defect Liability Period and the contractor shall within
a reasonable time after receipt of such instructions comply with the same at his own cost.
The Engineering In charge/Project Officer shall issue a certificate to that effect and
completion of making good defects shall be deemed for all the purpose of this contract to
have taken place on the day named in such defect liability certificate.
If defective work or workmanship or design have been knowingly covered-up or conceived
so as to constitute fraud, commencement of the Defect Liability Period may be delayed. The
decided period may be delayed until discover actually occurs on at least the defect could
have been discovered with reasonable diligence, whichever is earlier.
37
The DLP shall be as below:
AYC General works 3 years
Structural works 10 years
Waterproofing works 10 years
Lift & Firefighting 10 years
Also, in case of defect, the Engineer shall give notice to the PMC of any Defects before the
end of the Defects Liability Period, which begins at. The Defects Liability Period shall be extended
for as long as Defects remain to be corrected. Every time notice of Defect/Defects is given, the
PMC shall correct the notified Defect/Defects within the duration of time specified by the
Engineer’s notice. The Engineer may issue notice to the PMC to carry out removal of defects or
deficiencies, if any, noticed in his inspection, or brought to his notice. The PMC shall remove the
defects and deficiencies within the period specified in the notice and submit to the Engineer a
compliance report.
It is the Completion Stage when the PMC has completed all of the works and fixed all of the
defects that were on the list of issue by Engineer-in-charge. When this happens, the engineer must
issue a ‘Certificate of Completion’. On the issue of ‘Certificate of Completion’, the ‘Defect
Liability Period ‘starts. The PMCr also must issue a ‘Certificate statement’ as an acknowledgement
to the engineer not later than 14 days after the ‘Certificate of Completion’ has been issued. During
the ‘Defect Liability Period’, the PMC has to obey all written instructions from the engineer to
carryout repairs and fix any defects which appear in the Permanent Works. If the PMC does not due
to his own faults finish the repair works or fix the defects by the end of ‘Defect Liability Period’,
the ‘Defect Liability Period’ will continue until all works instructed by engineer is done.
A) DLP
DLP will commence from date of completion of the project as per Completion Certificate issued for the work by Engineer in Charge.
B) The Consultants role:
MCGM in its role as 'Employer”, will engage the Consultancy firm to
Architectural planning, getting all required approvals, preparation of details estimate,
preparation of bid documents, helping MCGM in e-tendering procedure &
award of work and supervision for Construction of dwelling units under Ashray
Yojna.. The selected consultant will be working under the "Engineer in- charge
of MCGM and submit day-to-day report to him. The Engineer-in-charge will be
overall in-charge of the Project for all decisions and instructions.
38
The Architectural and Supervision team will be composed of suitably qualified
and experienced staff. The indicative qualifications and experience criteria are
given in Annexure-I of the TOR. The criteria indicated are given for the
guidance of the consultants. The relevant professional experience means the
actual experience in the concerned area of expertise on similar buildings projects.
The quality of experience will be given due weightage during the evaluation and
award of contract.
The suggested qualifications and experience for sub-professional staff
indicated in Annexure-I shall determine the approval of these personnel. The
Employer's approval in respect of these personnel shall be required before deployment.
For the positions of Team leader, Senior Resident Engineer, Resident Engineer
and Structural Engineer, the deployment of suitable personnel is considered
essential for the successful completion of the project. Consultants are therefore
advised to propose highly experienced and competent personnel for these positions.
Duties and re sponsibi l ities while p er f o r ming as PMC and their re p r e s e n t a t i v e s :
A) The duties of the PMC and their representatives are described as under:
i) Giving the layout of the work as per the approved drawings.
ii) Assisting the Engineer-in-charge of MCGM for executing the work as per the provisions and
specifications of the Bid documents. This would include timely completion of the critical
activities, quality control and Quality assurance.
iii) Preparing the Daily, Weekly and Monthly reports and submitting them to the Engineer-in-
charge for appraisals and orders in the matter.
iv)Preparing running account bills as per the directives of Engineer-in-charge for scrutiny,
processing and payment of the bills to the contractor.
v) Preparing final bill as per the directives of Engineer-in-charge including compliance of
technical and audit remarks if any.
vi)Assisting Engineer-in-charge during the defect liability period as per the terms of the
contract.
The duties of the Consultant shall be to issue working drawings good for constructions of each
component of work to the Contractor for execution, properly supervise the works, approve the
materials and workmanship for the works in consultation with Engineer-in-charge. The PMC
shall administer all the construction works contracts and will ensure that the contractual
provisions, whether related to quality or quantities of the work are duly implemented. The PMC
shall have no authority to relieve the contractors of any of their duties or obligations under the
construction contracts or to impose additional obligations not included in the contracts.
The duties of the Consultant will also include issue of drawings, details as approved
by Competent Authority, MCGM as specified in detail in the construction contract
39
documents and co-ordination of the individual supervision teams to ensure that technical
policies are correctly and consistently implemented on all the construction contracts.
B) The principal responsibilities of the PMC will be, but will not be limited to, the following:
i) to carry out generally all the duties of the PMC as specified in the construction contract,within any limitations specified therein.
ii)To ensure that the construction works are in accordance with the technicalspecifications. Environmental Management Plan and other stipulations of the construction contractdocuments.
iii) To ensure a system of quality assurance of work; approve materials and their sources, reviewbituminous mix designs and concrete mix designs proposed by the contractors andapprove/suggest modifications to the contractor's proposed mix designs, laying methods,sampling and testing procedures and quality control measures to ensure the required standardand consistency in quality.
iv) To check the laboratory and field tests carried out by the contractors and to develop amechanism in consultation with the employer to involve the Team Leader / ResidentEngineers in carrying out an adequate number of independent tests other than the regulartesting done by laboratory personnel;
v) To monitor and check the daily quality control and quantity measurements of theworks carried out under the contracts, keep all measurement records as per the directions of theemployer and submit interim payment proposals when the quality of the works is satisfactoryand the quantities are correct to the Engineer-in-charge, MCGM;
vi) To direct the contractors to take all necessary steps including those mentioned in the
construction contract to protect t h e e n v iro n m e n t on a nd off t h e s i te which a r ise due t o
c o nstru c tion o p e r at i ons :
vii) To issue certificates for interim payments to the contractors, and certify completion of parts
of the totality of the works where applicable. Details of interim progressive payments are to be
recorded in a measurement book before issue of interim certificates.
viii) Other responsibilities of the PMC will be to carry out all such duties which are essential
for the effective implementation of the construction contracts including, but not limited to, the
following:
a) to prepare, in consultation with the employer a construction supervision manual defining
routines and procedures to be adopted in contract management, construction supervision and
administration of the contracts and a maintenance manual for defects liability period and beyond.
b) To assist/advise the employer in handing over the sites and in establishing
milestones (if any) for completion of contracts;
c) To prepare in consultation with the employer guidelines to be adopted by the employer
during the defects liability period.
d) To verify the list of items and quantities of all items in the BOQ and propose
modifications to the same, if necessary, for the approval of the Employer.
40
e) To assist the employer in monitoring the progress of the works and in project
implementation through computer aided project management techniques and Management
Information Systems (MIS);
f) To write a daily project diary which shall record all events pertaining to the administration of
the contracts, requests from and orders given to the contractors, and any other information which
may at a later date be of assistance in resolving queries which may arise concerning the
execution of the works and shall be submitted to Engineer-in-charge.
g) To prepare and submit daily, monthly and quarterly progress reports, together with
detailed quality control test statements in an approved format and to prepare a detailed
sectional/final completion report for each contract and complete team final report for the project;
h) To prepare as necessary detailed recommendations to the employer for contract variations
and addenda to ensure the best possible technical results are achieved with the available funds;
i) To prepare as necessary detailed recommendations to the employer for contract variations
and addenda to ensure the best possible technical results are achieved with the available funds;
j) To assist the employer in taking over of completed works from the contractors, in
particular by preparing lists of defects to be corrected by the contractors;
k) To prepare specific engineering reports when requested by the Engineer which shall
include an analysis of the problems encountered and proposed solutions;
l) To assist the employer in providing clarifications/explanations to observations, if any,
made from time to time by the Auditor;
m) To prepare a training manual outlining the training procedures and to impart on the job
training to the employer's personnel associated with the project.
n) To prepare revised estimates etc., if required and accordingly advise P.I.A. in modifying the cash flow estimate.
o) To assist the employer in co-ordination with other agencies and hold co- ordination meetings
to facilitate the proper and timely implementation of the project.
p) To carry out any other duties relevant to the project agreed during contract negotiations.
q) Liasoning and obtaining all approvals from Govt./semi Govt./service providers/MCGM.etc.
r) Scrutinise the claims if any, submitted by the contractor and recommended accordingly.
s) Provide all necessary assistance in respect of dispute resolution etc.
C) Actions requiring specific approval of the Employer: The Engineer will be required
to obtain the specific approval of the employer in respect of the following:
i) Approving subletting of works ii) Granting claims to the agency
iii) Ordering suspension of the work iv) Determining an extension of time.
v) Ordering waving off the penalty and arranging the repayment of compensation for delay
vi) Issuing a variation order
41
vii) Ordering any works/test beyond the scope of the contract
viii) Determining rates for the extra items/extra work
ix) Any variation in the contract conditions.
D) Post C o n st r uction St a g e
i) Taking Completion/ Occupancy Certificates from MCGM/local/ statutory bodies.
ii) Taking No Objection Certificates from Fire/tree cutting authority etc. (as required as per
existing rules of the area).
iii) Issue two hard copies with soft copy of "As Built Drawing" of Buildings and Services on
reproducible papers for records of the MCGM.
v) Assisting MCGM in any of the activities which are related with planning, design, approval and
occupancy of the buildings and services etc.
E) Delay in implementation of the project after completion of Detailed Engineering : In
case the construction period of project is likely to get delayed, the following course of action is
likely depending upon the probable extent of delay.
i) Delay of 1 month to 6 months :
The consultants can redeploy their supervision personnel earmarked for the project. Upon
commencement of the supervision period, the consultants will be allowed to substitute their
key personnel, if needed, provided that the alternate personnel possess equal or better
qualifications and experience than the key personnel originally proposed as per TOR.
ii) Abnormal Delay (exceeding 6 months) :
The contract between MCGM and Consultant will be foreclosed. The additional payments
towards the extended period or the delayed period shall be as per the Appendix - D of the
contract agreement.
F) Services during Defect Liability:
The services to be provided by the consultants during the defects liability shall include the
following: During the defects liability period after completion:
i) Joint inspections of the work shall be carried out at regular intervals by the Resident Engineeralong with the Contractor's representatives. If contractor’s fails to attend the Joint inspectionsas fixed in writing, Resident Engineer shall carry out visit independently once quarterly / asdirected by Engineer in Charge from time to time to observe the defects and submit reports toemployer with a copy to contractor. If Contractor fails to countersign the defects noticed evenafter giving reasonable notice to the contractor, PMCS should initiate suitable action as perContract.
ii) After the inspections the consultants shall submit a report (in 3 copies) detailing the defects
noticed and the remedial measures to be taken by the Contractor. The consultants shall suggest and
supervise the remedial measures, if any, require to be carried out by the contractors during defects
liability and submit final rectification report to the MCGM.
42
Iii) After the inspections the consultants shall submit a report (in 3 copies) detailing the
defects noticed and the remedial measures to be taken by the Contractor. The
consultants shall suggest and supervise the remedial measures, if any, require to be carried
out by the contractors during defects liability and submit final rectification report to the MCGM.
A. Security Deposit:
The security deposit shall mean and comprise of Contract Deposit.
The successful tender, here after referred to as the contractor shall pay an amount equal to two
(2) percent of the contract sum shall be paid within thirty days from the date of issue of letter of
acceptance.
B. Refund of Security Deposit
The Contract Deposit shall be released within 30 days after completion of 3rd year of DLP
(in case of 5 years DLP) and after issue of ‘Defect Liability Certificate’ (in case of 1 or 2 or
3 years DLP) subject to no recoveries are pending against the said work, provided that the
Engineer is satisfied that there is no demand outstanding against the Contractor. No claim
shall be made against the Balance Contract Deposit after the issue of Defects Liability
Certificate. The contract deposit shall be released within 30 days after completion of 6 th
year of DLP ( in case of 10 years DLP )
C. Performan c e S e cur i ty:
The successful tend erer s shall h av e to pay 4% quoted cost to w ards Security D eposit.
The in itial S ecurity Deposit shall be pay 2% quoted cost p a id in th e fo rm of D e man d
Draft or Ba n k Guarant ee of any Nation ali zed Bank or Ban k s pro mo ted by A ll India
Financial In stitut es p ay able at M u mb ai in for mat acceptab le to M CGM. Th e ba lance
Security Depo sit p ay 2% quo ted co st shall b e recov ered by deducting from R un n in g
Accoun t Bills at th e discr etio n of th e Engin e ering-in-charg e (at 10% of each R u nn in g
Accoun t Bill ti ll th e fu ll S ecuri ty Deposit is recov ered) so that, th e total d ep os i t
equiv alen t p ay 4% quo te d co st is ma de up and h eld by MCGM. Upo n furn ishing the
perfor ma n ce secu rity by the succ ess ful b idder , work order ex ecutio n of co n tract
agreemen t et c. to st art wor k will b e issued. Bank Guarant ee sh all b e v alid up to 28
day s after defect liability period of the said work which shall also i n clude s ext end ed
p e riod of contr a ct, if any . The sa me sh all be ext end ed by Consultan t, i f extension is gran ted
to the construction work. Th e said p erf or man c e security sh all be r etu rn ed to the
Consu ltant after co mpl etion of defect liability period.
43
*Note:
a) It shall be clearly mentioned that the BG shall be applicable for individual work/contract and
clubbing of various contracts of the said contractor will not be allowed. In case of obtaining Bank
Guarantee, it is necessary to mention that the same shall be valid further 6 months from the
completion of defect liability period/ warranty period.
b) It shall be the responsibility of the bidder to keep the submitted B.G. “VALID” for the stipulated
time period in the tender & in case of its expiry it will attract penalization.
c) Bank Guarantee should be issued by way of General Undertaking and Guarantee issued on behalf
of the Contractor by any of the Nationalized or Scheduled banks or branches of foreign banks
operating under Reserve Bank of India regulations located in Mumbai uptoVirar & Kalyan. List of
approved Banks is appended at the end of Instructions to Bidders (ITB). The Bank Guarantee issued
by branches of approved Banks beyond Kalyan and Virar can be accepted only if the said Bank
Guarantee is countersigned by the Manager of a Regional Branch of the same bank within the
Mumbai City Limit categorically endorsing thereon that the said Bank Guarantee is binding on the
endorsing Branch of the Bank or the Bank itself within Mumbai Limits and is liable to be enforced
against the said Branch of the Bank or the bank itself in case of default by the Contractors furnishing
the Bank Guarantee. The Bank Guarantee shall be renewed as and when required and/or directed
from time to time until the Contractor has executed and completed the works and remedied any
defects therein.
D. Legal + Stationary Charges: (As per applicable circular)
Successful tender shall pay the Legal Charges +Stationary charges as per Circular of legal
Department dtd 22.06.2021
Contract Value up to 50,000/- Nil. Legal+ Stationery Charges
upto Rs. 10,001/- To Rs. 50,000/- nil
from Rs. 50,001/- To Rs. 1,00,000/- Rs. 5710/-
from Rs. 1,00,001/- To Rs. 3,00,000/- Rs. 9430/-
from Rs. 3,00,001/- To Rs. 5,00,000 Rs. 11,330/-
from Rs. 5,00,001/- To Rs. 10,00,000/- Rs. 13,190/-
from Rs. 10,00,001/- To Rs. 20,00,000 Rs. 15,060/-
from Rs. 20,00,001/- To Rs. 40,00,000/- Rs.16,960/-
from Rs. 40,00,001/- To Rs. 1,00,00,000 Rs. 18,830/-
from Rs. 1,00,00,001/- To Rs. 10,00,00,000 Rs.22,220/-
44
The tenderers are requested to note that stationary charges as given in the table above will
be recovered from the successful tenderer for supply of requisite prescribed forms for preparing
certificate bills in respect of the work.
E. Stamp Duty: (As per applicable circular)
It shall be incumbent on the successful tenderer to pay stamp duty on the contract.
i. As per the provision made in Article 63 & Article 54, Schedule I of Maharashtra Stamp duty
Act 2015, stamp duty is payable for “works contract” that is to say, a contract for works and
labour or services involving transfer of property in goods (whether as goods or in some other
form) in its execution and includes a sub-contract, as under :
Article 54 the following Article shall be substituted namely:
54 Security Bond Or
Mortgage deed, where
such security bond or
mortgage deed is executed
by way of security for due
execution of an office or
to account for money or
other property received by
virtue thereof, or by a
surely to secure the due
performance of a contract,
or in pursuance of an
order of the court or
public officer not being
otherwise provided for by
the maharashtra court fees
act.
0.5 percent for the amount secure by such deed subject to the
maximum of 10 lakh Rupees. : -
Provided that where on and instrument executed by the person
for whom a person stands surety and executes security bond or a
mortgage deed duty has been paid under article 40, then the
duty payable shall be 100 Rupees.
Exemptions:-
Bond or other instrument when executed-
a) by any person for the purpose of guaranteeing that the local
income derived from private subscriptions to a charitable
dispensary or hospital or any other object of public utility shall
not be less than a specifies sum per mensem.
b) under the rule made by the state govt under the section 114 of
the maharashtra irrigation Act 1976.
c) by a person taking advance under the land improvement loans
Act,1883 or Agriculturist loan Act 1884 or by there suarities as
a security for the payment of such advances
d) by officers of the Govt or their suarities to secure the due
executions of an office or due accounting for money or other
property received by Virtue thereof
45
Article 63 of schedule I of Maharashtra stamp act:
WORKS CONTRACT, this is to say a contract for a
works and labour or service s involving transfer of
property in goods ( whether as goods or in some other
form) in its execution and include a sub contract.
(a) Where the amount or value set forth in such contract
does not exceed rupees ten lakh.
Five Hundred rupees
(b) Where it exceeds rupees ten lakhs
c) 0.50% stamp duty on total Bank Guarantee
Five hundred rupees plus 0.1% of
the amount above Rupees 10
Lakhs subject to maximum of
Rupees 25 Lakh.
With maximum rupees 10 lakh
ii. The successful bidder shall enter into a contract agreement with M.C.G.M. within 30 days
from the date of issue of Work Order and the same should be adjudicated for payment of
Stamp Duty by the successful bidder.
iii. Further shortfall if any, in amount of stamp duty paid as against prescribed amount for the
documents executed in Mumbai City & Mumbai Suburban District be recovered from the
concerned work contractors and to deposit the deficit or unpaid Stamp Duty and penalty by
two separate Demand Draft or Pay Order in favour of “Superintendent of Stamp, Mumbai”
within 15 days from intimation thereof.
All legal charges and incidental expenses in this respect shall be borne and paid by the
successful tenderer.
IMPORTANT DIRECTIONS
1. All the information uploaded shall be supported by the corroborative documents in ab-
sence of which the information uploaded will be considered as baseless and not accepted for
qualification criteria. All the documents shall be uploaded with proper pagination. The page
No. shall be properly mentioned in the relevant places.
The information shall be uploaded in the sequence as asked for with proper indexing etc. The
Bidder shall be fully responsible for the correctness of the information uploaded by him.
2. Applicants/Bidders shall refer portal.mcgm.gov.in\tenders for “The Manual of Bid-Submission
for Percentage Rate/Item Rate Tender Document.” The detail guidelines for creation and
submission of bid are available in the referred document.46
Any queries or request for additional information concerning this TENDER shall be submitted
by e-mail to e [email protected]. The subject shall clearly bear the following identification/
title: "Queries/ Request for Additional Information: TENDER for Appointment of Project
Management Consultant for detailed design validation, Proof checking, Construction
supervision, Safety assurance, Quality Assurance, Quality control and Quality audit
including Architectural services of obtaining Construction related approvals for
construction of dwelling units under Ashray Yojana for PMC Group 1 (Rajwadkar Street,
Walpakhadi & Palton Road). Any changes in mail ID will be intimated on the portal.
3. In case of Equal Percentage of lowest bidders (L1), the allotment of work shall be done by
giving 48 hrs(2 working days) from the day of opening of packet C on same BID-Document
number for re-quoting and such development needs to done by IT department in MCGM’s
SRM system. Till such development is made; ‘Sealed Bids’ shall be called from the bidders
quoting the same rates i.e. L1.
In case of equal percentage of lowest bidders is obtained even after re-quoting, then the suc-
cessful bidder will be decided by lottery system by Ch.Eng(SWM).
Also, the Security Deposit shall be paid in 15 days after receipt of Letter of Acceptance.
47
Special Conditions to Tenderes
PROJECT S PECIFIC C O NDITIO N S:
The conditions and stipulations given herein below shall take precedence
over provisions elsewhere in this document.
i. The successful bidder fulfilling all criteria shall be equally
responsible for executing, completing the work as per specifications
and if any decision of consumer/any Hon. Court or any statutory
authority is received regarding quality of work then the judicial decision
will be binding on the Consultant for rectification.
ii. Consultant has to assist MCGM & follow-up for obtaining all
clearances, and implement the Conditions imposed by such Statutory
Authorities.
iii. The shifting of utilities, if encountered shall be done either by the contractor
appointed by the MCGM or the agency fixed by the respective
service provider. The consultant shall coordinate and liaison
with these agencies and facilitate them to carry out the allied works.
However, some utilities may be required to be shifted by the contractor
at Current USOR-2018 Rates of MCGM etc. The Consultant will
check the estimate prepared by the Contractor and recommend to MCGM
for approval. He shall also ensure all these activities are completed in
scheduled time.
iv. The payment to the successful bidder will be made according to the finalised percentage on the construction area finally approved by DyChE(B.P) Special Cell and the rate of Rs 3600 per Sqft.
49
SCOPE OF WORK
Name of work- “Appointment of Project Management Consultant for detailed design, validation,
Proof checking, Construction supervision, Safety assurance, Quality Assurance,
Quality control and Quality audit including Architectural services of obtaining
Construction related approvals for construction of dwelling units under Ashray
Yojana for PMC Group 1 (Rajwadkar Street, Walpakhadi & Palton Road)”
The detailed scope of work are as follows.
Group for PMC in City Area for Design, Built and Supervision.
Sr.No.
Location Ward Plot Areain sqm.
Proposed Tenents PMCGroup300 Sqft 600 Sqft
1 Rajwadkar Street A ward 4166.9 120 0
Walpakhadi B ward 6097.00 568 66
Palton Road A ward 5291.7 522 16
Total 1210 82 1
The PMC shall have to prepare detail design, number of stages of checking , construction
supervision, quality assurance, quality control and quality dwelling unit under Ashray Yojana.
The Consultants shall perform task assigned as specified in Appendix A of TOR.
51
General Conditions of Contract
A. General
1. Definitions
Terms which are defined in the Contract Data are not also defined in the Conditions of
Contract but keep their defined meanings. Capital initials are used to identify defined terms.
Definitions
Unless the context otherwise requires, the following terms whenever used inthis
Contract have the following meanings:
1. “Applicable Law” means the laws and any other instruments having the
force of law in India;
2. “Contract” means the Contract signed by the Parties, to which these
General Conditions of Contract are attached together with all the
documents listed in Clause 1 of such signed Contract;
3. “Effective date” means the date on which this contract comes into
force and effect pursuant to clause GC 2.1;
4. “Employer" means MCGM represented by Metropolitan Commissioner.
5. “Engineer in charge" will be ACE/ CE, MCGM or any other officer
designated by the Employer for the project.
6. ‘Engineer” will be the personnel of the PMC who would be designated for
the purpose of construction work.
7. “GC” means these General Conditions of Contract;
8. “Government” means the Government of India / Government of Maharashtra.
9. “Local currency” means the currency of the Indian Government;
10. "Member", in case the Consultants consist of a joint venture of more
than one entity, means any of these entities, and "Members" means all of
these entities;
11. “Party” means the Employer or the Consultants, as the case may be and
Parties means both of them.
12. “Personnel” means persons hired by the Consultants or by any Sub-
consultant as employees and assigned to the performance of the Services or
any part thereof.
13. “SC” means the Special Conditions of Contract by which these General Conditions of Contract may be amended or supplemented;
14. “Services” means the work to be performed by the Consultants pursuant to this Contract, as described in Appendix A hereto;
15. “Sub-consultant” means any entity to which the Consultants subcontract53
any part of the Services in accordance with the provisions of Clause GC 3.7;
and
16. “Third Party” means any person or entity other than theGovernment, the
Employer, the Consultants or a Sub-consultant.1.2 Relation between the Parties
Nothing contained herein shall be construed as establishing a relation of master
and servant or of principal and agent as between the Employer and the
Consultants. The Consultants, subject to this Contract, have complete charge of
Personal and Sub- consultants, if any, performing the Services and shall be
fully responsible for the Services performed by them or on their behalf
hereunder.
1.3 Law Governing Contract
This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Law in India.
1.4 Language
This Contract has been executed in the language specified in the SC, which
shall be the binding and controlling language for all matters relating to the
meaning or interpretation of this Contract.
1.5 Headings
The headings shall not limit, alter or affect the meaning of thisContract.
1.6 Notices
1.6.1 Any notice, request or consent required or permitted to be given or
made pursuant to this Contract shall be in writing. Any such notice,
request or consent shall be deemed to have been given or made when
delivered in person to an authorized representative of the Party to
whom the communication is addressed, or when sent by registered
mail, telegram or facsimile to such Party at the address specified in the
SC.
1.6.2 Notice will be deemed to be effective as specified inthe SC.
1.6.3 A Party may change its address for notice hereunder by giving the other
Party notice of such change pursuant to the provisions listed in the SC
with respect to Clause GC 1.6.2.
1.7 Location
The Services shall be performed at such locations as are specified in
Appendix A (Terms of Reference) hereto and, where the location of a
particular task is not so specified, at such locations, whether in Jurisdiction of
MCGM, as the Employer may approve.
54
1.8 Authority of Member in Charge
In case the Consultants consist of a joint venture of more than oneentity, the
Members hereby authorize the entity specified in the SC to act on theirbehalf in exercising all the Consultants’ rights and obligations towards theEmployer under this Contract, including without limitation the receiving ofinstructions and payments from the Employer.
1.9 Authorized Representatives
Any action required or permitted to be taken, and any document required or
permitted to be executed, under this Contract by the Employer or the
Consultants may be taken or executed by the officials specified in the SC.
1.10 Taxes and DutiesThe Consultants, Sub-consultants and Personnel shall pay such taxes, duties,fees and other impositions as may be levied under the Applicable Law.
GST Clause: TAXES &GOODS AND SERVICES TAX(GST)
Every tenderer/bidder is requested to be registered compulsory himself underCGST/IGST/UTGST/SGST Act. The Bidder shall invariably enclose /submit registrationcertificate for GST.Provision of GST Act. 2017 shall have the superseding effect over the all earlier taxeslike VAT/WCT/Service Tax/Other like taxes etc. as contemplated in the Act. Accordingly,the terms VAT/WCT/Service Tax/etc. appearing anywhere in the bid documents maybe read as the applicable tax under the GST Act. -2017.The Bidder shall include in his quoted rate all taxes. It is specifically provided that theBidder shall pay GST on purchases made and works executed by him, for fulfilling hisobligations under this Contract and these shall be included in the quoted rates.
The Bidder shall be solely responsible for timely payment of GST etc. as applicableto the authority. Any penalty/ interest for late submission etc. of such taxes etc. shall haveabsolutely no liability on MCGM whatsoever on this account of such penalty/interestpayment.
No extra claims whatsoever shall be admissible beyond the quotedrates/percentages/amounts.
the Bidder shall bear full and exclusive liability for the payment of any and all taxes,being in force or hereafter imposed, increased or modified from time to time in respect ofWorks and materials.
If there is any decrease in GST rate, then corresponding amount shall be recoverablefrom every bills payable to the agency in pursuance of Government of Maharashtra/Indiaorder towards Goods and Services Tax under the said act.
If there is any increase in GST rate, then corresponding amount of GST will bereimbursed on producing the original receipt of proof of payment for this particular contract.
If any further tax or levy is imposed by Statutes, after the date of receipt of tenders, and the Bidders there upon necessarily and properly pay such taxes / levies, the Biddersshall be reimbursed the amount so paid provided such payment, if any, is not in the opinionof the MCGM (whose decision shall be final and binding) attributable to delay in executing
55
the work within the control of the Bidder.The Bidder shall, within a period of 30 days of imposition of any further tax or levy, givea written notice thereof to the Engineer-in-Charge that the same is given pursuant to thiscondition together with all necessary information relating thereto.
2. Commencements, Completion, Modification and Termination of Contract
2.1 Effectiveness of Contract
This Contract shall come into force and effect on the date (the “Effective
Date”) notice to proceed with the work to the contactor of the work issued by
MCGM and instructing the Consultants to begin carrying out the Services.
This notice shall confirm that the effectiveness conditions, if any, listed in the
SC have been met.
2.2 Termination of Contract for Failure to become Effective
If this Contract has not become effective within such time after the date
of the Contract signed by the Parties as shall be specified in the SC, either Party
may, by not less than four (4) weeks’ written notice to the other Party, declare
this Contract to be null and void, and in the event of such a declaration by
either Party, neither Party shall have any claim against the other Party with
respect hereto.
2.3 Commencement of Services
The Consultants shall begin carrying out the Services from the date of workorder.
2.4 Expiration of Contract
Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made
at the end of such time after the Effective Date as shall be specified in the SC.
2.5 Entire Agreement
This Contract contains all covenants, stipulations and provisions agreed by
the Parties. No agent or representative of either Party has authority to make,
and the Parties shall not be bound or be liable for, any statement, representation,
promise or agreement not set forth herein.
2.6 Modification
Modification of the terms and conditions of this Contract, including any
modification of the scope of the Services, may only be made by written
agreement between the Parties. Pursuant to Clause GC 7.2 hereof, however,
each Party shall give due consideration to any proposals for modification made
by other Party.
56
2.7 Force Majeure
2.7.1 Definition
a) For the purpose of this Contract, “Force Majeure” means an event which is
beyond the reasonable control of a Party, and which makes a Party’s
performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes,
but is not limited to war, riots, civil disorders, earthquake, fire, explosion,
storm, flood or other adverse weather conditions, strikes, lockouts or other
industrial action (except where such strikes, lockouts or other industrial action
are within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by government agencies.
b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party’s Sub- consultants
or agents or employees, not (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the time of
the conclusion of this Contract and (B) avoid or overcome in the carrying out of
its obligations hereunder.
c) Force Majeure shall not include insufficiency of funds or failure to make
any payment required hereunder
2.7.2 No Breach of Contract
The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of Force Majeure, provided that the Party
affected by such an event has taken all reasonable precautions, due care and
reasonable alternative measures, all with the objective of carrying out the
terms and conditions of this Contract.
2.7.3 Measures to be taken
a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party’s inability to fulfill its obligations hereunder with
a minimum of delay.
b) A party affected by an event of Force Majeure shall notify the other
party of such event as soon as possible, and in any event not later than
fourteen (14) days falling the occurrence of such events, providing evidence
of the nature and cause of such event, and shall similarly give notice of the
restoration of normal conditions as soon as possible.
c) The parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.
2.7.4 Extension of Time
Any within which a Party shall, pursuant to this
Contract, complete any action or task, shall be extended for a equal
to the time during which such Party was unable to perform such action
57
as a result of Force Majeure.
2.7.5 Consultation
Not later than thirty (30) days after the Consultants, as the result of an
event of Force Majeure, have become unable to perform a material
portion of the Services, the Parties shall consult with each other with a
view to agreeing on appropriate measures to be taken in the
circumstances.
2.7.6 Levy of compensation for delay –
i) If PMC fails on account of its incompetency / default to complete each activity
within the stipulated time period (milestone) as mentioned in Para- 8 above,
then levy of compensation of 0.25 percentage of the total fee payable per day
will be imposed. The cumulative amount of compensation will be limited to
5 percent of the total fees payable to the PMC 0.5 percent compensation shall
be of respective stages (stage 1- pretender activity, stage 2- post tender activity,
and stage 3- DLP) Milestone of each activity shall be observed to levy
compensation/bonus.
ii) If the PMC manages to publish NIT within 90/105/120 days and manages to
get all permission within 120/ 135/ 150 days (as stipulated in Sr.No.9 and 10
of Para.- 8) then recommendation for waiving of compensation may be
considered by Project Co- ordination Committee of MCGM.
iii) Also Project Co-ordination Committee may consider for
recommendation for extension of time period to the various pre tender
activities mentioned in above Para
– 8 on account of genuine difficulties (for which PMC is not responsible)
due to which PMC could not achieve the milestones by keeping all the reasons /
correspondence on record submitted by PMC.
iv) Recommendation of committee, decision of Metropolitan Commissioner,
MCGM is final and binding on PMC.
v) Enhancement of penalty also may be considered on not achieving milestones on
the default of PMC as stipulated in abovePara-8. If the milestones are achieved
within less than 75% of stipulated period as mentioned in above Para – 8.then the
bonus will be paid at the rate of 1.00% of the total fee payable for Pre-tender
Activities.
2.7 Suspension
The Employer may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of
58
their obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the Consultants to remedy such failure within a not
exceeding thirty (30) days after receipt by the Consultants of such notice of
suspension.
2.8 Termination
2.8.1 By the Employer
The Employer may, by not less than thirty (30) days’ written notice of
termination to the Consultants (except in the event listed in paragraph (f)
below, for which there shall be a written notice of not less than sixty (60) days,
such notice to be given after the occurrence of any of the events specified in
paragraphs (a) through (g) of this Clause GC 2.9.1 terminate this Contract:
a) If the Consultants fail to remedy a failure in the performance of
their obligations hereunder, as specified in a notice of suspension
pursuant to Clause GC 2.8 hereinabove, within thirty (30) days
of receipt of such notice of suspension or within such further as the
Employer may have subsequently approved in writing;
b) If the Consultants become (or, if the Consultants consist of more
than one entity, if any of their Members becomes) insolvent or
bankrupt or enter into any agreements with their creditors for relief of
debt or take advantage of any law for the benefit of debtors or go
into liquidation or receivership whether compulsory or voluntary;
c) If the Consultants fail to comply with any final decision reached
as a result of arbitration proceedings pursuant to Clause GC 8 hereof;
material effects on the rights, obligations or interests of the
Employer and which the Consultants know to be false;
e) If, as the result of Force Majeure, the Consultants are unable to perform
a material portion of the Services for a of not less than sixty (60)
days; or
f) If the Employer, in its sole discretion and for any reason
whatsoever, decides to terminate this Contract.
g) If the Consultant, in the judgment of the Employer has engaged
in corrupt or fraudulent practices in competing for or in executing the
Contract.
For the purpose of this clause:
“Corrupt practice” means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the selection
process or in contract execution “fraudulent practice” means a
59
misrepresentation of facts in order to influence a selection process or the
execution of a contract to the detriment of the employer, and includes
collusive practice among consultants (prior to or after submission of
proposals) designed to establish prices at artificial non-competitive levels and
to deprive the employer of the benefits of free and open competition.
2.8.2 By the Consultants
The Consultants may, by not less than thirty (30) days’ written notice to the
Employer, such notice to be given after the occurrence of any of the
events specified in paragraphs (a) through (d) of this Clause GC 2.9.2
terminate this Contract:
(a) if the Employer fails to pay any money due to the Consultants
pursuant to this Contract and not subject to dispute pursuant to
Clause
8 hereof within ninety (90) days after receiving written notice from the
Consultants that such payment is overdue;
(b) if the Employer is in material breach of its obligations pursuant
to this Contract and has not remedied the same within forty – five
(45) days (or such longer as the Consultants may have
subsequently approved in writing) following the receipt by the
Employer of the Consultants’ notice specifying such breach;
(c) if, as the result of Force Majeure, the Consultants are
unable to perform a material portion of the Services for a of not
less than sixty (60) days; or
(d) if the Employer fails to comply with any final decision reached
as a result of arbitration pursuant to Clause GC 8 hereof.
2.8.3 Cessation of Rights and Obligations
Upon termination of this Contract pursuant to Clause GC 2.2 or GC 2.9
hereof, or upon expiration of this Contract pursuant to Clause GC 2.4
hereof, all rights and obligations of the Parties hereunder shall cease,
except:
a) such rights and obligations as may have accrued on the date of
termination or expiration;
b) the obligation of confidentiality set forth in Clause GC 3.3 hereof;
c) the Consultants’ obligation to permit inspection, copying and
auditing of their accounts and records set forth in Clause GC 3.6 (ii)
hereof; and
d) any right which a Party may have under the Applicable Law.
2.8.4 Cessation of Services60
Upon termination of this Contract by notice of either Party to the
other pursuant to Clause GC 2.9.1 or GC 2.9.2 hereof, the Consultants
shall, immediately upon dispatch or receipt of such notice, take all
necessary steps to bring the Services to a close in a prompt and orderly
manner and shall make every reasonable effort to keep expenditures for
this purpose to a minimum. With respect to documents prepared by
the Consultants and equipment and materials furnished by the
Employer, the Consultants shall proceed as provided, respectively, by
Clauses GC 3.9 or GC 3.10 hereof.
2.8.5 Payment upon Termination
Upon termination of this Contract pursuant to Clause GC 2.9.1 or GC
2.9.2 hereof, the Employer shall make the following payments to the
Consultants (after offsetting against these payments any amount that may
be due from the Consultant to the Employer).
a) such rights and obligations as may have accrued on the date
of termination or expiration;
b) Remuneration pursuant to Clause GC 6 hereof of Services satisfactorily
performed prior to the effective date of termination.
c) Reimbursable expenditures pursuant to Clause GC 6 hereof for expenditures
actually incurred prior to the effective date of termination; and
d) Except in the case of termination pursuant to paragraphs (a) through of
Clause GC 2.9.1 hereof, reimbursement of any reasonable cost incident to
the prompt and orderly termination of the Contract including the cost of
the return travel of the Consultants’ personnel and their eligible
dependents.
2.8.6 Disputes about Events of Termination
If either Party disputes whether an event specified in paragraphs (a)
through (c) of Clause GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred,
such Party may, within forty-five (45) days after receipt of notice of
termination from the other Party, refer the matter to dispute settlement
pursuant to Clause GC 8 hereof.
3.0 Obligations of the Consultants
3.1 General
3.1.1 Standard of Performance
The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance
with general accepted professional techniques and practices, and shall
observe sound management practices, and employ appropriate
advanced technology and safe and effective equipment, machinery,
materials and methods. The Consultants shall always act, in respect of
61
any matter relating to this Contract or to the Services, as faithful advisers
to the Employer, and shall at all times support and safeguard the
Employer’s legitimate interests in any dealings with Sub-consultants or
Third Parties.
3.1.2 Law Governing Services
The Consultants shall perform the Services in accordance with the
Applicable Law and shall take all practicable steps to ensure that any Sub-
consultants, as well as the Personnel of the Consultants and any Sub-
consultants, comply with the Applicable Law.
3.2 Conflict of Interests
3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.The remuneration of the Consultants pursuant to Clause GC 6 hereof
shall constitute the Consultants’ sole remuneration in connection with
this Contract or the Services and, subject to Clause GC 3.2.2 hereof,
the Consultants shall not accept for their own benefit any trade
commission, discount or similar payment in connection with
activities pursuant to this Contract or to the Services or in the
discharge of their obligations hereunder, and the Consultants shall
use their best efforts to ensure that any Sub-consultants as well as the
Personnel and agents of either of them, similarly shall not receive any
such additional remuneration.
3.2.2 Consultants and affiliates not to engage in certain activities
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and any entity affiliated with the
Consultants, as well as any Sub-consultant and any entity affiliated with
such Sub-consultant, shall be disqualified from providing goods, works
or services (other than the Services and any continuation thereof) for
any project resulting from or closely related to the Services.
3.2.3 Prohibition of conflicting activities
The Consultants shall not engage, and shall cause their Personnel as
well as their Sub-consultants and their Personnel not to engage, either
directly or indirectly, in any of the following activities:
(a) during the term of this Contract, any business or professional
activities in the Government’s country which would conflict
with the activities assigned to them under this Contract; and
(b) after the termination of this Contract, such other activities as
may be specified in the SC.
3.3 Confidentiality
62
The Consultants, their Sub-consultants and the Personnel of either of them shall
not, either during the term or within two (2) years after the expiration of this
Contract, disclose any proprietary or confidential information relating to
the Project, the Services, this Contract or the Employer’s business or
operations without the prior written consent of the Employer.
3.4 Liability of the Consultants
Subject to additional provisions, if any, set forth in the SC, the Consultants’
liability under this Contract shall be as provided by the Applicable Law.
3.5 Insurance to be taken out by the Consultants
The Consultants (i) shall take out and maintain, and shall cause any Sub-
consultants to take out and maintain, at their (or the Sub-consultants’, as the
case may be) own cost but on terms and conditions approved by the
Employer, insurance against the risks, and for the coverage, as shall be
specified in the SC, and (ii) at the Employer’s request, shall provide evidence to
the Employer showing that such insurance has been taken out and maintained
and that the current premiums therefore have been paid.
63
3.6 Accounting, Inspection and Auditing
The Consultants (i) shall keep accurate and systematic accounts and
records in respect of the Services, hereunder, in accordance with internationally
accepted accounting principles and in such form and detail as will clearly
identify all relevant time charges and cost, and the bases thereof (including
such bases as may be specifically referred in the SC); (ii) shall permit the
Employer or its designated representative periodically, and up to one year
from the expiration or termination of this Contract, to inspect the same and
make copies thereof as well as to have them audited by auditors appointed by
the Employer.
3.7 Consultants’ actions requiring employer’s prior approval
The following shall obtain the Employer’s approval in writing before taking
any of the following actions:
(a) appointing such members of the Personnel as are listed in Appendix C
(Key designations and minimum supporting staff ‘Consultants’ Sub-
consultants’ Key Personnel”)
(b) entering into a subcontract for the performance of any part of the
Services, it being understood (i) that the selection of the sub-consultant
and the terms and conditions of the subcontract shall have been approved
in writing by the Employer prior to the execution of the
subcontract, and (ii) that the Consultants shall remain fully liable
for the performance of the Services by the Sub-consultant and its
Personnel pursuant to this Contract; and
(c) Any other action that may be specified in the SC.
3.8 Reporting Obligations
The Consultants shall submit to the Employer the reports and documents
specified in Appendix B hereto, in the form, in the numbers and within the
time s set forth in the said Appendix.
3.9 Documents prepared by the Consultants to be the property of the Employer.
All plans, drawings, specifications, designs, reports, other documents and
software prepared by the Consultants for the Employer under this Contract shall
become and remain the property of the Employer, and the Consultants shall, not
later than upon termination or expiration of this Contract, deliver all
such documents to the Employer, together with a detailed inventory
thereof. The Consultants may retain copy of such documents and software.
Restrictions about the future use of these documents and software, if any, shall
64
be specified in the SC.
3.10 Equipment and materials furnished by the Employer.
Equipment and materials made available to the Consultants by the Employer, or
purchased by the Consultants with funds provided by the Employer, shall be
property of the Employer and shall be marked accordingly. Upon termination
or expiration of this Contract, the Consultants shall make available to the
Employer an inventory of such equipment and materials and shall dispose of
such equipment and materials in accordance with the Employer’s instructions.
While in possession of such equipment and materials, the Consultants, unless
otherwise instructed by the Employer in writing, shall insure them at the
expense of the Employer in an amount equal to their full replacement value.
4. Consultants’ personnel and sub-consultants
4.1 General
The Consultants shall employ and provide such qualified and experienced
Personnel and Sub-consultants as are required to carry out the Services as
specified in clause 15 of Appendix –A
4.2 Description of personnel
(a) The titles, agreed job descriptions, minimum qualification and
estimated of engagement in the carrying out of the Services of each
of the Consultants’ Key Personnel are described in Appendix C. If any
of the Key Personnel has already been approved by the employers his /
her name is listed as well.
(b) If required to comply with the provisions of Clause GCC 3.1.1hereof, adjustments with respect to the estimated engagement of KeyPersonnel set forth in Appendix C may be made by the Consultants bywritten notice to the Employer, provided (i) that such adjustments shallnot alter the originally estimated of engagement of any individual bymore than 10% or one week, whichever is larger, and (ii) that theaggregate of such adjustments shall not cause payments under thisContract to exceed the ceilings set forth in Clause GC 6.1 (b) of thisContract. Any other such adjustments shall not be made without theEmployer’s written approval.
(c) If additional work is required beyond the scope of the Servicesspecified in Appendix A, the estimated of engagement of KeyPersonnel set forth in Appendix C may be increased by agreement inwriting between the Employer and the Consultants, provided that anysuch increase shall not, except as otherwise agreed, cause paymentsunder this Contract to exceed the ceilings set forth in Clause GC 6.1
65
(b) of this Contract.
4.3 Approval of personnel
The Key Personnel and Sub-consultants listed by title as well as by namein Appendix C as hereby approved by the Employer. In respect of other KeyPersonnel which the Consultants propose to use in carrying out of the Services,the Consultants shall submit to the employer for review and approval a copyof their biographical data and (in the case of Key personnel to be usedwithin the country of the Government). If the Employer does not object inwriting (stating the reasons of the objection) within twenty-one (21) calendardays from the date of receipt of such biographical data and (if applicable)such certificate, such Key Personnel shall be deemed to have been approvedby the Employer.
4.4 Working hours, overtime, leave etc.
(a) Working hours and holidays for Key Personnel are set forth inAppendix C hereto. To account for travel time, foreign Personnelcarrying out Services inside India shall be deemed to have commenced(or finished) work in respect of the Services such number of daysbefore their arrival (or after their departure from).
(b) The Key Personnel shall not be entitled to be paid for overtime norto take paid sick leave or vacation leave except as specified inAppendix C hereto, and except as specified in such Appendix, theConsultants n’ remuneration shall be deemed to cover these items. Allleave to be allowed to the Personnel is included in the staff-months ofservice set forth in Appendix C. Any taking of leave by Personnel shallbe subject to the prior approval by the Consultants who shall ensure thatabsence for leave purposes will not delay the progress and adequatesupervision of the Services.
4.5 Removal and / or replacement of personnel
(a) Except as the Employer may otherwise agree, no changes shall be made
in the Key Personnel. If, for any reason beyond the reasonable control of
the Consultants, it becomes necessary to replace any of the Personnel, the
Consultants shall forthwith provide as a replacement a person of
equivalent or better qualifications.
(b) If the Employer (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a
criminal action, or (ii) has reasonable cause to be dissatisfied with the
66
performance of any of the Personnel, then the Consultants shall, at the
Employer’s written request specifying the grounds therefore, forthwith
provide as a replacement a person with qualifications and experience
accept able to the Employer.
(c) Any of the Personnel provided as a replacement under Clauses (a)
and (b) above, the rate of remuneration applicable to such person as well
as any reimbursable expenditures (including expenditures due to the
number of eligible dependents) the Consultants may wish to claim as
a result of such replacement, shall be subject to the prior written
approval by the Employer. Except as the Employer may otherwise agree,
(i) the Consultants shall bear all additional travel and other costs arising
out of or incidental to any removal and / or replacement, and (ii) the
remuneration to be paid for any of the personnel provided as a
replacement shall not exceed the remuneration which would have been
payable to the Personnel replaced.
4.6 Resident Project Manager
If required by the SC, the Consultants shall ensure that all times duringthe Consultants’ performance of the Services in India a resident projectmanager, acceptable to the Employer, shall take charge of the performance ofsuch Services.
5.0 Obligations of the Employer
5.1 Assistance and ExemptionsUnless otherwise specified in the SC, the Employer shall use its best efforts toensure that the Government shall:
(a) assist the Consultants, Sub-consultants and Personnel with suchdocuments as shall be necessary to enable the Consultants, Sub-consultants or Personnel to perform the Services.
(b) assist for the Personnel and, if appropriate, their eligible dependentsto be provided promptly with all necessary entry documents required fortheir stay in India.
(c)Deleted.
(d) issue to officials, agents and representatives of the Government allsuch instructions as may be necessary or appropriate for the promptand effective implementation of the Services;
(e) assist the Consultants and the Personnel and any Sub-consultantsemployed by the Consultants for the Services from any requirement to
67
register or obtain any permit to practice their profession or to establishthemselves either individually or as a corporate entity according to theApplicable Law;
(f) grant to the Consultants, any Sub-consultant and the Personnel of eitherof them the privilege, pursuant to the Applicable Law, of bringing intoGovernment’s country reasonable amounts of foreign currency for thepurpose of the services or for the personnel use of the personnel andtheir dependents and of withdrawing any such amounts as may be earnedtherein by the personnel in the execution of the services ; and
(g) Provide to the Consultants, Sub-consultants and Personnel any suchother assistance as may be specified in the SC.
5.2 Access to LandThe Employer warrants that the Consultants shall have, free of charge,unimpeded access to all land in the Government’s country in respect of whichaccess is required for the performance of the Services. The Employer willbe responsible for any damage to such land or any property thereonresulting from such access and will indemnify the Consultants and each ofthe Personnel in respect of liability for any such damage, unless such damageis caused by the default or negligence of the Consultants or any Sub-consultantor the Personnel of either of them.
5.3 Changes in the Applicable Law
If, after the date of this Contract, there is any change in the Applicable
Law with respect to taxes and duties which increase or decreases the cost
or reimbursable expenses incurred by the Consultants in performing
the Services, then the remuneration and reimbursable expenses otherwise
payable to the Consultants under this Contract shall be increased or decreased
accordingly by agreement between the Parties hereto, and corresponding
adjustments shall be made to the ceiling amounts specified in Clause GC 6.1
(b).
5.4 Services, facilities and property of the Employer
The Employer shall make available to the Consultants and the Personnel,
for the purposes of the services and free of any charge, the services, facilities
and property described in Appendix-E at the times and in the manner
specified in said Appendix-E, provided that if such services, facilities and
property shall not be made available to the Consultants as and when so
specified, the Parties shall agree on (i) any time extension that it may be
appropriate to grant to the Consultants for the performance of the Services,
68
(ii) the manner in which the Consultants shall procure any such services,
facilities and property from other sources, and (iii) the additional payments, if
any, to be made to the Consultants as a result thereof pursuant to Clause GC
6.1 (c) hereinafter.
5.5 Payment
In consideration of the Services performed by the Consultants under this
Contract, the Employer shall make to the Consultants such payments and in
such manner as is provided by Clause GC 6 of this Contract.
5.6 Counterpart Personnel
(a) If so provided in Appendix E hereto, the Employer shall make available
to the Consultants, as and when provided in such Appendix E, and free of
charge, such counterpart personnel to be selected by the Employer, with
the Consultants’ advice, as shall be specified in such Appendix E.
Counterpart personnel shall work under the exclusive direction of the
Consultants. If any member of the counterpart personnel fails to perform
adequately any work assigned to him by the Consultants, which is
consistent with the position occupied by such member, the Consultants
may request the replacement of such member, and the Employer shall not
unreasonably refuse to act upon such request
6.0 Payments to the Consultants
6.1 Cost Estimates /Ceiling Amount
(a) An estimate of the cost of the Services payable in local currency is set forth in
AppendixD.
(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to
Clause GC 6.1 (c), payments under this Contract shall not exceed the
ceilings in local currency specified in the SC. The Consultants shall notify
the Employer as soon as cumulative charges incurred for the Services
have reached 80% of either of these ceilings.
(c) Notwithstanding Clause GC 6.1 (b) hereof, if pursuant to clauses GC 5.3, 5.4 or
5.6 hereof, the Parties shall agree that additional payments in local
currency shall be made to the Consultants in order to cover any
necessary additional expenditures not envisaged in the cost estimates
69
referred to in Clause GC 6.1(a) above, the ceiling or ceilings, as the case
may be, set forth in Clause GC 6.1 (b) above shall be increased by the
amount or amounts, as the case may be, of any such additional payments.
6.2 Remuneration and reimbursable Expenditures
(a) Subject to the ceilings specified in Clause GC 6.1 (b) hereof, the
Employer shall pay to the Consultants (i) remuneration as set forth in
Clause GC 6.2 (b), and (ii) reimbursable expenditure as set forth in
Clause GC 6.2 (c). If specified in the SC, said remuneration shall be
subject to price adjustment as specified in the SC.
(b) Remuneration for the Personnel shall be determined on the basis of time
actually spent by such Personnel in the performance of the Services
after the date determined in accordance with Clause GC 2.3 and Clause
2.3 (or such other date as the Parties shall agree in writing) at the rates
referred to, and subject to such additional provisions as are set forth, in the
SC.
(c) Reimbursable expenditures actually and reasonably incurred by the
Consultants in the performance of the Services, as specified in Clause SC
6.3 (b)
6.3 Currency of Payment(b) The SC shall specify which items of remuneration and
reimbursable expenditures shall be paid, respectively, in foreign and in
local currency.
6.4 Mode of Billing and Payment
Billing and payments in respect of the Services shall be made as follows:
(a) As soon as practicable and not later than fifteen (15 days) after the end of
each calendar month during the of the Services, the Consultants shall
submit to the Employer, in duplicate, itemized statements, accompanied by
copies of receipted invoices of the amounts payable pursuant to Clauses
GC 6.3 and 6.4 for such month. Each such separate monthly statement
shall distinguish that portion of the total eligible costs which pertains to
remuneration from that portion which pertains to reimbursable
expenditures.
(b)The Employer shall cause the payment of the Consultants periodically as
given in schedule of payment above within ninety (90) days after the
70
receipt by the Employer of bills with supporting documents. Only such
portion of a monthly statement that is not satisfactorily supported may
be withheld from payment. Should any discrepancy be found to exist
between actual payment and costs authorized to be incurred by the
Consultants, the Employer may add or subtract the difference from any
subsequent payments. Interest at the rate specified in the SC shall become
payable as from the above due date on any amount due by, but not paid
on, such due date.
The final payment under this Clause shall be made only after the
satisfactory completion of respective activity and as per the stages
mentioned in the Billing Schedule.
(c) The final payment under this Clause shall be made only
after the final report and a final statement, identified as such, shall
have been submitted by the Consultants and approved as satisfactory by
the Client. The Services shall be deemed completed and finally
accepted by the Client and the final report and final statement shall be
deemed approved by the Client as satisfactory ninety (90) calendar days
after receipt of the final report and final statement by the Client unless
the Client, within such ninety (90)-day period, gives written notice to the
Consultants specifying in detail deficiencies in the Services, the final
report or final statement. The Consultants shall thereupon promptly make
any necessary corrections, and upon completion of such corrections, the
foregoing process shall be repeated. Any amount which the Client has
paid or caused to be paid in accordance with this Clause in excess of
the amounts actually payable in accordance with the provisions of this
Contract shall be reimbursed by the Consultants to the Client within thirty
(30) days after receipt by the Consultants of notice thereof. Any such claim
by the client for reimbursement must be made Within twelve (12) calendar
months after receipt by the Client of a final report and a final statement
approved by the Client in accordance with the above.
(d) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.
7.0 Fairness and good faith
7.1 Good Faith
The Parties undertake to act in good faith with respect to each other’s rights
71
under this Contract and to adopt all reasonable measures to ensure the
realization of the objectives of this Contract.
7.2 Operation of the Contract
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties
hereby agree that it is their intention that this Contract shall operate fairly as
between them, and without detriment to the interest of either of them, and
that, if during the term of this Contract either Party believes that this Contract
is operating unfairly, the Parties will use their best efforts to agree on such
action as may be necessary to remove the cause or causes of such unfairness,
but no failure to agree on any action pursuant to this Clause shall give rise to
dispute subject to arbitration in accordance with Clause GC 8 hereof.
8.0 Settlement of Disputes
8.1 Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes arising
out of or in connection with this Contract or the interpretation thereof.
8.2 Dispute Settlement
Any dispute between the Parties as to matters arising pursuant to this Contract
which cannot be settled within thirty (30) days after receipt by one Party of the
other Party’s request for such amicable settlement may be submitted by either
Party for settlement in accordance with the provisions specified in the SC
72
Special Conditions of Contract
Amendments of, and Supplements to, Clauses in the General Conditions of
Contract.
1.1 “Government” means the Government of India / Government of
Maharashtra.
1.2 The language is: English
1.3 The address is:
a) Employer: The Municipal Commissioner,Address:
Fax:022-XXXXXXXXXXXXX Email:XXXXXXXXXXXXXXXXXXXXXX
b) Consultants:
………………………………………………………………..
…………………………………………………………
…….. Fax: E-mail:
1.4 Notice will be deemed to be effective as follows:
(a) in the case of personal delivery or registered mail, on delivery;
(b) in the case of telegrams, 24 hours following confirmed transmission; and
(c) in the case of facsimiles, 24 hours following confirmed transmission.
1.5 The Authorized Representatives are:
For the Employer:; 1) Chief Engineer (SWM), MCGM
For the Consultants: 1) Shri………………………………………………
1.6 The consultants, Sub-consultants and the Personnel shall pay the taxes,
duties, fees, levies and other impositions levied under the existing,
amended or enacted laws during life of this contract and the employer shall
perform such duties in regard to the deduction of such tax as may be lawfully
imposed.
1.7 Termination of Contract for Failure to become Effective:
The time shall be 45 days.
1.8 Commencement of Services: The time shall be 7 days.
1.9 Expiration of Contract: The time of contract shall be 24 months or completion of project whichever is later.
The time will commence from work order issued to Consultant for the work.
The “Contract” shall mean the tender and acceptance thereof and the formal agreement if any,
executed between the PMC, Commissioner and the Corporation together with the documents
referred to therein including these conditions and appendices and any special conditions, the
73
specifications, designs, drawings, price schedules, bills of quantities and schedule of rates. All these
documents taken together shall be deemed to form one Contract and shall be complementary to one
another.
The Contract Data defines the documents and other information which comprise the Contract.
The “Project Management Consultant” shall mean the individual or firm or company whether
incorporated or not, whose tender has been accepted by the employer and the legal successor of the
individual or firm or company, but not (except with the consent of the Employer) any assignee of
such person.
The Bidder is a person or corporate body who has desired to submit Bid to carry out the Works,
including routine maintenance till the tender process is concluded.
The PMC's Bid is the completed bidding document submitted by the Contractor to the Employer.
The “Contract Sum” means the sum named in the letter of acceptance including Physical
contingencies subject to such addition thereto or deduction there-from as may be made under the
provisions hereinafter contained.
Note : The contract sum shall include the following –
• In the case of percentage rate contracts the estimated value of works as mentioned in
the tender adjusted by the Contractor’s percentage.
• In the case of item rate contracts, the cost of the work arrived at after finalisation of
the quantities shown in schedule of items / quantities by the item rates quoted by the
tenderers for various items and summation of the extended cost of each item.
• In case of lumpsum contract, the sum for which tender is accepted.
• Special discount / rebate / trade discount offered by the tenderer if any and accepted
by the Corporation.
• Additions or deletions that are accepted after opening of the tenders.
The “Contract Cost” means the Contract Sum plus Price Variation. This cost shall be included in
the letter of acceptance.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Certificate is the certificate issued by the Engineer, after the Defect
Liability Period has ended and upon correction of Defects by the PMC.
Drawings means all the drawings, calculations and technical information of a like nature provided
by the Engineer to the Contractor under the Contract and all drawings, calculations, samples,
patterns, models, operation & maintenance manual and other technical information of like nature
74
submitted by the Contractor and approved by the Engineer.
The Authority shall mean Municipal Corporation of Greater Mumbai (MCGM)
The “Employer” shall mean the Municipal Corporation for Greater Mumbai / Municipal
Commissioner for Greater Mumbai, for the time being holding the said office and also his
successors and shall also include all “Additional Municipal Commissioners, Director (Engineering
Services & Projects)” and the Deputy Municipal Commissioner, to whom the powers of Municipal
Commissioner, have been deputed under Section 56 and 56B of the Mumbai Municipal
Corporation Act.
The Engineer in-charge shall mean the Executive Engineer in executive charge of the works and
shall include the superior officers of the Engineering department i.e. Dy.Ch.Eng/Ch.Eng. and shall
mean and include all the successors in MCGM
The Engineer's Representative shall mean the Assistant Engineer, Sub. Engineer/Jr. Engineer in
direct charge of the works and shall include Sub Eng./ Jr. Eng of Civil section/ Mechanical section/
Electrical section appointed by MCGM.
The “Engineer” shall mean the City Engineer / the Hydraulic Engineer / the Chief Engineer / the
Special Engineer, appointed for the time being or any other officer or officers of the Municipal
Corporation who may be authorized by the commissioner to carry out the functions of the City
Engineer / the Hydraulic Engineer / the Chief Engineer / the Special Engineer or any other
competent person appointed by the employer and notified in writing to the Contractor to act in
replacement of the Engineer from time to time.
PMC’s Equipment means all appliances and things of whatsoever nature required for the
execution and completions of the Works and the remedying of any defects therein, but does not
include plant material or other things intended to form or forming part of the Permanent Works.
The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the construction works. The Intended Completion Date is specified in the Contract Data.
The Intended Completion Date may be revised only by the Engineer by issuing an extension of
time.
Materials are all supplies, including consumables, used by the PMC for incorporation in the Works
and works of routine maintenance.
Plant is any integral part of the Works that shall have a mechanical, electrical, electronic, chemical,
or biological function.
75
Routine Maintenance is the maintenance of activities of the competed structure for five years as
specified in the Contract Data.
The “Site” shall mean the land and other places including water bodies more specifically
mentioned in the special conditions of the tender, on, under in or through which the permanent
works or temporary works are to be executed and any other lands and places provided by the
Municipal Corporation for working space or any other purpose as may be specifically designated in
the contract as forming part of the site.
Site Investigation Reports are those that were included in the bidding documents and are reports
about the surface and subsurface conditions at the Site.
“Specification” shall mean the specification referred to in the tender and any modification thereof
or addition or deduction thereto as may from time to time be furnished or approved in writing by
the Engineer.
The Start Date/Commencement Date is given in the Contract Data. It is the date when the
Contractor shall commence execution of the Works. It does not necessarily coincide with any of the
Site Possession Dates.
A Nominated Sub-Contractor is a person or corporate body who has a Contract with the
Contractor to carry out a part of the construction work and/or routine maintenance in the Contract,
which includes work on the Site.
Temporary Works are works designed, constructed, installed, and removed by the Contractor that
are needed for construction or installation of the Works.
Variation means a change to the:-
i) Specification and /or Drawings (if any) which is instructed by the Employer.
ii) Scope in the Contract which is instructed by the Employer.
iii) Price in the Contract which is instructed by the Employer.
The Works, as defined in the Contract Data, are what the Contract requires the Contractor to
construct, install, maintain, and turn over to the Employer. Routine maintenance is defined
separately.
Jurisdiction: In case of any claim, dispute or difference arising in respect of a contract, the cause
of action thereof shall be deemed to have arisen in Mumbai and all legal proceedings in respect of
any claim, dispute or difference shall be instituted in a competent court in the City of Mumbai only.
76
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words have their
normal meaning under the language of the Contract unless specifically defined. The Engineer will
provide instructions clarifying queries about these Conditions of Contract.
2.2 If sectional completion is specified in the Contract Data, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion Date apply to any
Section of the Works (other than references to the Completion Date and Intended Completion Date
for the whole of the Works).
2.3 The documents forming the Contract shall be interpreted in the following documents: (1)
Agreement, (2) Letter of Acceptance, (3) Notice to Proceed with the Work , (4) Contractor's Bid,
(5) Contract Data, (6) Special Conditions of Contract Part (7) General Conditions of Contract
Part I, (8) Specifications, (9) Drawings, (10) Bill of Quantities, and (11) Any other document
listed in the Contract Data.
3 . Engineer's Decisions
3.1 Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the PMC in the role representing the Employer. However, if the
Engineer is required under the rules and regulations and orders of the Employer to obtain prior
approval of some other authorities for specific actions, he will so obtain the approval, before
communicating his decision to the PMC.
3.2 Except as expressly stated in the Contract, the Engineer shall not have any authority to relieve
the PMC of any of his obligations under the contract.
4. Delegation
4.1 The Engineer, with the approval of the Employer, may delegate any of his duties and
responsibilities to other person(s), except to the Adjudicator, after notifying the PMC, and may
cancel any delegation after notifying the PMC
.
5. Communications
All certificates, notices or instructions to be given to the PMC by Employer/ Engineer shall be sent
on the address or contact details given by the Contractor of Bid. The address and contact details for
communication with the Employer/ Engineer shall be as per the details given in Contract Data.
77
Communications between parties that are referred to in the conditions shall be in writing. The
Notice sent by facsimile (fax) or other electronic means shall be effective on confirmation of the
transmission. The Notice sent by Registered post or Speed post shall be effective on delivery or at
the expiry of the normal delivery period as undertaken by the postal service.
6. Subcontracting
6.1 Unless specifically mentioned in the contract subletting will not be allowed. Subletting, whereotherwise provided by the contract shall not be more than 25% of the contract price.
6.2 The PMC shall not be required to obtain any consent from the Employer for:
a. the sub-contracting of any part of the Works for which the SubPMC is named in the Contract;
b. the provision for labour, or labour component.
6.3 Beyond what has been stated in clauses 6.1 and 6.2, if the PMC proposes sub contracting
any part of the work during execution of the Works, because of some unforeseen
circumstances to enable him to complete the Works as per terms of the Contract, the
Employer will consider the following before according approval:
a. The PMC shall not sub-contract the whole of the Works.
b. The permitted subletting of work by the PMC shall not establish any contractual relationship be-tween the sub-PMC and the MCGM and shall not relieve the PMC of any responsibility underthe Contract.
6.4 The Engineer should satisfy himself before recommending to the Employer whether
a. the circumstances warrant such sub-contracting; and
b. the sub-PMC so proposed for the Work possesses the experience, qualifications and
equipment necessary for the job proposed to be entrusted to him.
7. Limitation of the Consultants liability towards the Employer.(a) Except in case of gross negligence or willful misconduct on the part of the Consultants
or on the party of any person or firm acting on behalf of the Consultants in carrying out
the Services, the Consultants, with respect to damage caused by the Consultants to their
Employer’s property, shall not be liable to the Employer :
(i) For any indirect or consequential loss or damage; and
(ii) For any direct loss or damage that exceeds
(A) the total payments for Professional Fees and Reimbursable
Expenditures made or expected to be made to the Consultants hereunder, or
(B) the proceeds the Consultants may be entitled to receive from any insurance
78
maintained by the Consultants to cover such a liability, whichever of (A) or (B) is
higher.
(b) This limitation of liability shall not affect the Consultants’ liability, if any, for
damage to Third Parties caused by the Consultants or any person or firm acting on
behalf of the Consultants in carrying out the Services.
8. 1 The risks and the coverage shall be as follows:
(a) Third Party motor vehicle liability insurance as required under
Motor Vehicles Act, 1988 in respect of motor vehicles operated in India
by the Consultants or their Personnel or any Sub-consultants or their
Personnel for the of consultancy.
(b) Third Party liability insurance with a minimum coverage, of Rs. 5.00
lacs for the of consultancy.
(c) Professional liability insurance, as mentioned in Clause 3.4 (a) (ii)
above, with a minimum coverage equal to estimated remuneration and
reimbursable.
(d) Employer’s liability and workers’ compensation insurance in respect
of the Personnel of the Consultants and of any Sub-consultant, in
accordance with the relevant provisions of the Applicable Law, as well
as, with respect to such Personnel, any such life, health, accident, travel
or other insurance as may be appropriate; and
(e) Insurance against loss of damage to (i) equipment purchased in whole
or in a part with funds provided under this Contract, (ii) the
Consultants’ property used in the performance of the Services, and (iii)
any documents prepared by the Consultants in the performance of the
Services.
8.2 After award of contract the Client expects all of the proposed key
personnel to be available during implementation of the contract. The
client will not consider substitutions during contract implementation except
under exceptional circumstances. For the reason other than death/ extreme
medical ground (i) for total replacement up to
25% of key personnel, remuneration shall be reduced by 10% (ii) for
replacement between 25% to 50%, remuneration shall be reduced by 15%
(iii) for replacement beyond 50% of the total key personnel, the Client may
initiate debarment proceedings so as to debar such consultant for future projects
of MCGM for a period of 12 months to 24 months. If, for any reason beyond the
reasonable control of the consultants, it becomes necessary to replace any of
79
the personnel, the consultants shall forthwith provide as a replacement a
person of equivalent or better qualification and experience.
8.3 The other actions are:
(i) Taking any action under a civil works contract designating the
Consultants as "Engineer", for which action, pursuant to such civil works
contract, the written approval of "Employer" is required.
8.4 The Consultants shall not use these documents for purposes unrelated to
this Contract without the prior written approval of the Employer.
8.5 The person designated as Team Leader in Appendix C, shall serve in
that capacity as specified in GCC Clause 4.6.
9 The ceiling in local currency is the standard fee prescribed in the Appendix-D
10 (1) It is understood (i) that the remuneration rates shall cover (A) such
salaries and allowances as the Consultants shall have agreed to pay to the
Personnel as well as factors for social charges and overhead, and
(B) the cost of backstopping by home office staff not included in the
Personnel listed in Appendix C, and (C) the Consultants’ fee, (ii) that
bonuses or other means of profit-sharing shall not be allowed as an
element of overhead, and (iii) that any rates specified for persons not
yet appointed shall be provisional and shall be subject to revision, with
the written approval of the Employer, once the applicable salaries and
allowances are known.
(2) Remuneration for period of less than one month shall be calculated
on an hourly basis for actual time spent in the Consultants’ home office
and directly attributable to the Services (one hour being equivalent to
1/240th
of a month) and on a calendar day basis for time spent away
from home office (one day being equivalent to 1/30th
of a month).
(3) The rates for local Personnel are set forth in Appendix H.
11. Remuneration for local Personnel shall be paid in local currency.
12. Disputes shall be settled in accordance with the following provisions:
a) If a dispute of any kind whatsoever arises between the Engineer-in-charge /
Chief Engineer and the Consultant in connection with, or arising out of, the
80
Contract or the scope of the work, whether during the study or after completion
of the study and whether before or after repudiation or termination of the
Contract, including any dispute as to any opinion, instruction, determination,
certification or valuation of the Executive Engineer, the matter shall be in the
first place, be referred in writing to the Engineer In charge / Chief Engineer
within 30 days of its occurrence for review, with a copy to the Employer. If
the Consultant fails to refer the dispute for review within 30 days, the
Engineer In charge’s decision shall be final and binding on the Consultant. Such
reference shall state that it is made pursuant to this Clause. No later than the
fourteenth day after the day on which he received such reference, the
Engineer In charge shall give notice of his decision to the Consultant. Such
decision shall state that it is made pursuant to this Clause.
Notwithstanding the arising of any dispute, unless the Contract has already been
repudiated or terminated, the Consultant shall, in every case, continue to
proceed with the work with all due diligence and the Consultant and the
Engineer In charge shall give effect forthwith to every such decision unless and
until the same shall have been revised, as hereinafter provided.
b) If either the Employer or the Consultant disagrees with the decision of
the Engineer- In-Charge / Chief Engineer, the decision shall then be
referred by the Consultant, within 30 days of the decision of the Engineer
In charge to the Metropolitan Commissioner who, if convinced that
prima-facie the consultant’s claim rejected by the Engineer-In-Charge /
Chief Engineer is not tenable and that there is substance in the claim of
the Consultant as would merit a detailed examination through a suitable
committee may be appointed for the purpose by the Metropolitan
Commissioner if necessary and in that case recommendation of the
committee shall be finalized by the competent authority and same shall be
final and binding to the consultant.
81
B. Time Control
23. Programme
23.1 Within the time stated in the Contract Data, the PMC shall submit to the Engineer for
approval a Programme, including Environment Management Plan showing the general
methods, arrangements, order, and timing for all the activities in the Works, along with
monthly cash flow forecasts for the construction of works.
After the completion of the construction works, the programme for the Routine Maintenance Work,
showing the general methods, arrangements, order and timing for all the activities involved in the
Routine Maintenance will also be submitted by the Contractor to the Engineer for approval if
specified in the tender. The programme for Routine Maintenance will be submitted in each year for
the period of Maintenance.
23.2 The PMC shall submit the list of equipment and machinery being brought to site, the list of
key personnel being deployed, the list of machinery/ equipments being placed in field
laboratory and the location of field laboratory along with the Programme. The Engineer
shall cause these details to be verified at each appropriate stage of the programme.
23.3 An update of the Programme shall be a programme showing the actual progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining Works,
including any changes to the sequence of the activities.
23.4 The PMC shall submit to the Engineer for approval an updated Programme at intervals no
longer than the period stated in the Contract Data. If the PMC 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.
23.5 The Engineer's approval of the Programme shall not alter the PMC's obligations. The PMC may
revise the Programme and submit it to the Engineer again at any time. A revised Programme shall
show the effect of Variations and Compensation Events.
24. Extension Of Time In Contracts :
Subject to any requirement in the contract as to completion of any portions or portions of the works
before completion of the whole, the PMC shall fully and finally complete the whole of the works
comprised in the contract (with such modifications as may be directed under conditions of this con-
tract) by the date entered in the contract or extended date in terms of the following clauses:
82
a)Extension attributable to MCGM
(i) Extension Due To Modification: If any modifications have been ordered which in the
opinion of the Engineer have materially increased the magnitude of the work, then such
extension of the contracted date of completion may be granted as shall appear to the
Engineer to be reasonable in the circumstances, provided moreover that the Contractor shall
be responsible for requesting such extension of the date as may be considered necessary as
soon as the cause thereof shall arise and in any case should not be less than 30 days before
the expiry of the date fixed for completion of the works.
(ii)Extension For Delay Due To MCGM: In the event of any failure or delay by the MCGM
to hand over the PMC possession of the lands necessary for the execution of the works
or to give the necessary notice to commence the works or to provide the necessary
drawings or instructions or any other delay caused by the MCGM due to any other
cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract
or alter the character thereof or entitle the contractor to damages or compensation
therefore, but in any such case, the MCGM may grant such extension(s) of the
completion date as may be considered reasonable.
Note: For extension of time period as governed in (i) and (ii) above, any modifications
in design/drawings, specifications, quantities shall be needed to be justified with
recorded reasons with approval of Ch.Eng. for not anticipating the same while
preparing estimates and draft tender.
(b) Extension Of Time For Delay Due To PMC : The time for the execution of the work
or part of the works specified in the contract documents shall be deemed to be the
essence of the contract and the works must be completed no later than the date(s) / the
programme for completion of work as specified in the contract. If the PMC fails to
complete the works within the time as specified in the contract for the reasons other
than the reasons specified in above as (a.i) and (a.ii), the MCGM may, if satisfied that
the works can be completed by the PMC within reasonable short time thereafter, allow
the PMC for further extension of time as the Engineer may decide. On such extension
the MCGM will be entitled without prejudice to any other right and remedy available
on that behalf, to recover the compensation as governed by Clause 8(e) of GCC.
For the purpose of this Clause, the contract value of the works shall be taken as value of
83
work as per contract agreement including any supplementary work order/contract
agreement issued.
Further, competent authority while granting extension to the currency of contract
under Clause (b) of as above may also consider levy of penalty, as deemed fit based
on the merit of the case. Also, the reasons for granting extension shall be properly
documented.
25. Delays Ordered by the Engineer
25.1 The Engineer may instruct the PMC to delay the start or progress of any activity within the
Works. Delay/delays totaling more than 30 days will require prior written approval of the
Jt.MC/AMC.
26. Management Meetings
26.1 The Engineer may require the PMC to attend a management meeting. The business of a
management meeting shall be to review the plans for progress of the Works.
26.2 The Engineer shall record the business of management meetings and provide copies of the
record to those attending the meeting. The responsibility of the parties for actions to be
taken shall be decided by the Engineer either at the management meeting or after the
management meeting and stated in writing to all those who attended the meeting.
69. Official Secrecy:
The Contractor shall of all the persons employed in any works in connection with the
contract that the India Official Secrets Act 1923 (XIX of 1923) applies to them and will
continue to apply even after execution of the said works and they will not disclose any
information regarding this contract to any third party. The contractor shall also bring into
notice that, any information found to be leaked out or disclosed the concern person as well
as the Contractor will be liable for penal action; further the Corporation will be at liberty to
terminate the contract without notice.
70. Subsequent Legislation:
If on the day of submission of bids for the contract, there occur changes to any National or
State stature, Ordinance, decree or other law or any regulation or By-laws or any local or
other duly constituted authority or the introduction of any such National or State Statute,
Ordinance, decree or by which causes additional or reduced cost to the Contractor, such
84
additional or reduced cost shall, after due consultation with the Contractor, be determined
by the concerned Engineering Department of MCGM and shall be added to or deducted
from the Contract Price with prior approval of competent authority and the concerned
Engineering Department shall notify the Contractor accordingly with a copy to the
Employer. MCGM reserve the right to take decision in respect of addition/reduction of cost
in contract.
71. Patent, Right and Royalties:
The contractor shall save harmless and indemnify the Corporation from and against all claims
and proceedings for or on account of infringement of any Patent rights, design trademark or
name of other protected rights in respect of any constructional plant, machine work, or
material used for or in connection with the Works or any of them and from and against all
claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in
relation thereto. Except where otherwise specified, the contractor shall pay all tonnage and
other royalties, rent and other payments or compensation, if any, for getting stone, sand,
gravel, clay or other materials required for the works or any of them.
72. Payments, Tax and Claims:
The limit for unforeseen claims
Under no circumstances whatever the contractor shall be entitled to any compensation from
MCGM on any account unless the contractor shall have submitted a claim in writing to the
Eng-in-change within 1 month of the case of such claim occurring.
No interest for delayed payments due to disputes, etc:
It is agreed that the Municipal Corporation of Greater Mumbai or its Engineer or Officer
shall not be liable to pay any interest or damage with respect of any moneys or balance
which may be in its or its Engineer’s or officer’s hands owing to any dispute or difference
or claim or misunderstanding between the Municipal Corporation of Greater Bombay or its
Engineer or Officer on the one hand and the contractor on the other, or with respect to any
delay on the part of the Municipal Corporation of Greater Bombay or its Engineer or
Officers in making periodical or final payments or in any other respect whatever.
73. Settlement of Disputes:
Termination of contract for death
If the Contractor is an individual or a proprietary concern and the individual or the
85
proprietor dies and if the Contractor is a partnership concern and one of the legal
representative of the individual Contractor or the proprietor of the proprietary concern and
in case of partnership, the surviving partners, are capable of carrying out and completing the
contract, the Commissioner shall be entitled to cancel the contract as to its uncompleted part
without the Corporation being in any way liable to payment of any compensation to the
estate of the deceased Contractor and or to the surviving partners of the Contractor’s firm on
account of the cancellation of the contract. The decision of the Commissioner that the legal
representative of the deceased Contractor or surviving partners of the Contractor’s firm
cannot carry out and complete the contract shall be final and binding on the parties. In the
event of such cancellation the Commissioner shall not hold estate of the deceased
Contractor and or surviving partners of the Contractor’s firm liable in damages for not
completing the contract.
Settlement of Disputes:
If any dispute or differences of any kind whatsoever other than those in respect of which,
the decision of any person is, by the Contract, expressed to be final and binding) shall arise
between the Employer and the Contractor or the Engineer and the Contractor in connection
with or arising out of the Contract or carrying out of the Works (Whether during the
progress of the Works or after their completion and whether before or after the termination,
abandonment or breach of the Contract) it, the aggrieved party may refer such dispute
within a period of 7 days to the concerned Addl. Municipal Commissioner who shall
constitute a committee comprising of three officers i.e. concerned Deputy Municipal
Commissioner or Director (ES&P), Chief Engineer other than the Engineer of the Contract
and concerned Chief Accountant. The Committee shall give decision in writing within 60
days. Appeal on the Order of the Committee may be referred to the Municipal
Commissioner within 7 days. Thereafter the Municipal Commissioner shall constitute a
Committee comprising of three Addl. Municipal Commissioners including Addl. Municipal
Commissioner in charge of Finance Department. The Municipal Commissioner within a
period of 90 days after being requested to do so shall give written notice of committee’s
decision to the Contractor. Save as herein provided such decision in respect of every matter
so referred shall be final and binding upon both parties until the completion of the works,
and shall forthwith be given effect to by the Contractor who shall proceed with the works
with due diligence, whether he requires arbitration as hereinafter provided or not. If the
86
Commissioner has given written notice of the decision to the Contractor and no Claim to
arbitration has been communicated within a period of 90 days from receipt of such notice
the said decision shall remain final and binding upon the Contractor.
74. Arbitration and Jurisdiction:
If the Commissioner shall fail to give notice of the decision as aforesaid within a period of
90 days after being requested as aforesaid, or if the Contractor be dissatisfied with any such
decision, then and in any such case the Contractor may within 90 days after receiving notice
of such decision or within 90 days after the expirations of the first named period of 90 days
(as the case may be) require that the matter or matters in dispute be referred to arbitration as
hereinafter provided. All disputes or differences in respect of which the decision (if any) of
the Commissioner has not become final and binding as aforesaid shall be finally settled by
Arbitration as follows:
Arbitration shall be effected by a single arbitrator agreed upon the parties. The arbitration
shall be conducted in accordance with the provisions of the Arbitration Act, 1996 or any
statutory modifications thereof, and shall be held at such place and time within the limits of
Brihan Mumbai as the arbitrator may determine. The decision of the arbitrator shall be final
and binding upon the parties hereto and the expense of the arbitration shall be paid as may
be determined by the arbitrator. Performance under the Contract shall, if reasonably be
possible, continued during the arbitration proceedings and payment due to the Contractor by
the Employer shall not be withheld unless they are the subject matter of arbitration
proceedings. The said arbitrator shall have full power to open up, review and revise any
decision, opinion, direction, certification or valuation of the Commissioner and neither party
shall be limited in the proceedings before such arbitrator to the evidence or arguments put
before the Commissioner for the purpose of obtaining his said decision. No decision given
by the Commissioner in accordance with the foregoing provisions shall disqualify him from
being called as a witness and giving evidence before the arbitrator on any matters
whatsoever relevant to the disputes or difference referred to the arbitrator as aforesaid. All
awards shall be in writing and for claims equivalent to 5,00,000 or more such awards shall
state reasons for amounts awarded. The expenditure of arbitration shall be paid as may be
determined by arbitrator.
In case of any claim, dispute or difference arising in respect of a contract, the cause of
action thereof shall be deemed to have arisen in Mumbai and all legal proceedings in
87
respect of any claim, dispute or difference shall be instituted in a competent court in the
City of Mumbai only.
84. Compensation for delay:
If the Contractor fails to complete the works and clear the site on or before the Contract or
extended date(s) / period(s) of completion, he shall, without prejudice to any other right or
remedy of Municipal Corporation on account of such breach, pay as agreed compensation,
amount calculated as stipulated below (or such smaller amount as may be fixed by the
Engineer) on the contract value of the whole work or on the contract value of the time or group
of items of work for which separate period of completion are given in the contract and of
which completion is delayed for every week that the whole of the work of item or group of
items of work concerned remains uncompleted, even though the contract as a whole be
completed by the contract or the extended date of completion. For this purpose the term
‘Contract Value’ shall be the value of the work at Contract Rates as ordered including the value
of all deviations ordered:
• Completion period for projects (originally stipulated or as extended) not exceeding 6
months :to the extent of maximum 1 percent per week.
• Completion period for projects (originally stipulated or as extended) exceeding 6 months
and not exceeding 2 years: to the extent of maximum ½ percent per week.
• Completion period for projects (originally stipulated or as extended) exceeding 2 years :to
the extent of maximum ¼ percent per week.
When the delay is not a full week or in multiple of a week but involves a fraction of a week the
compensation payable for that fraction shall be proportional to the number of days involved.
Provided always that the total amount of compensation for delay to be paid this condition shall
not exceed the under noted percentage of the Contract Value of the item or group of items of
work for which a separate period of completion is given.
i) Completion period (as originally stipulated or as extended) not exceeding 6 months: 10
percent.
ii) Completion period (as originally stipulated or as extended) exceeding 6 months and not
exceeding 2 years :7½ percent.
88
iii) Completion period (as originally stipulated or as extended) exceeding 2 years : 5 percent.
The amount of compensation may be adjusted set off against any sum payable to the contractor
under this or any other contract with the Municipal Corporation.
89
FRAUD AND CORRUPT PRACTICES
The Applicants and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Bidding Process. Notwithstanding anything to the contrary
contained herein, the Authority may reject an Application without being liable in any manner
whatsoever to the Applicant if it determines that the Applicant has, directly or indirectly or through
an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice in the Bidding Process.
Without prejudice to the rights of the Authority under relevant Clause here in above, if an
Applicant is found by the Authority to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Bidding Process, such Applicant shall not be eligible to participate in
any tender or RFQ issued by the Authority during a period of 2 (two) years from the date such
Applicant is found by the Authority to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, as the case may be.
For the purposes of this Clause , the following terms shall have the meaning hereinafter
respectively assigned to them:
A. “corrupt practice” means
the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to
influence the actions of any person connected with the Bidding Process (for avoidance of
doubt, offering of employment to, or employing, or engaging in any manner whatsoever,
directly or indirectly, any official of the Authority who is or has been associated in any
manner, directly or indirectly, with the Bidding Process or the LOA or has dealt with
matters concerning the Concession Agreement or arising there from, before or after the
execution thereof, at any time prior to the expiry of one year from the date such official
resigns or retires from or otherwise ceases to be in the service of the Authority, shall be
deemed to constitute influencing the actions of a person connected with the Bidding
Process); or
save and except as permitted under the relavant sub clause, engaging in any manner
whatsoever, whether during the Bidding Process or after the issue of the LOA or after the
execution of the Concession Agreement, as the case may be, any person in respect of any
matter relating to the Project or the LOA or the Concession Agreement, who at any time has
91
been or is a legal, financial or technical adviser of the Authority in relation to any matter
concerning the Project;
B. “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or
disclosure of incomplete facts, in order to influence the Bidding Process ;
C. “coercive practice” means impairing or harming or threatening to impair or harm, directly or
indirectly, any person or property to influence any persons participation or action in the Bidding
Process;
D. “undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and
E. “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among Applicants with the objective of restricting or manipulating a full and fair competition in
the Bidding Process.
F. If the Employer/Financier determines that the Contractor has engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the
Employer may, after giving 14 days’ notice to the Contractor, terminate the Contractor's
employment under the Contract and expel him from the Site, and the provisions of relevant Clause
shall apply as if such expulsion had been made.
G. Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practice during the execution of the Works, then that employee
shall be removed in accordance with relevant Clause.
For the purposes of this Sub-Clause:
i. “corrupt practice” is the offering, giving, receiving to soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another party;
ii. “another party” refers to a public official acting in relation to the procurement
process or contract execution. In this context, “public official” includes Financer
staff and employees of other organizations taking or reviewing procurement
decisions.
iii. “fraudulent practice” is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
92
iv. “collusive practice” is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of
another party;
v. “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence improperly
the actions of a party;
vi. “obstructive practice” is deliberately destroying, falsifying, altering or concealing
of evidence material to the investigation or making false statements to investigators
in order to materially impede the Financier investigation into allegations of a
corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation; or
vii. acts intended to materially impede the exercise of the Financer’s inspection and
audit rights provided .
viii. “party” refers to a public official; the terms “benefit” and “obligation” relate to the
procurement process or contract execution; and the “act or omission” is intended to
influence the procurement process or contract execution.
ix. ”parties” refers to participants in the procurement process (including public
officials) attempting to establish bid prices at artificial, non competitive levels.
x. a “party” refers to a participant in the procurement process or contract execution.
93
PREBID MEETING
Pre-bid meeting of the interested parties shall be convened at the designated date, time and
place. A maximum of three representatives of each Applicant shall be allowed to participate on
production of authority letter from the Applicant.
During the course of Pre-bid meeting, the Applicants will be free to seek clarifications and
make suggestions for consideration of the Authority. The Authority shall Endeavour to provide
clarifications and such further information as it may, in its sole discretion, consider appropriate for
facilitating a fair, transparent and competitive Bidding Process.
Date: 24.02.2022 Time: 12:00 hrs.
Venue:
Office of: DMC.(SWM),
3rd floor, Annex bldg,
Opp. CST railway station,
Mahapalika Marg no.1,
Fort, Mumbai-400001..
95
LIST OF APPROVED BANKS
The following Banks with their branches in Greater Mumbai and in suburbs and extended suburbs
up to Virar and Kalyan have been approved only for the purpose of accepting Banker’s
guarantee from 1997-98 onwards until further instructions.
The Bankers Guarantee issued by branches of approved Banks beyond Kalyan and Virar can be
accepted only if the said Banker’s Guarantee is countersigned by the Manager of a branch
of the same Bank, within the Mumbai Limit categorically endorsing thereon that said
bankers Guarantee is binding on the endorsing Branch of the bank within Mumbai limits
and is liable to be on forced against the said branch of the Bank in case of default by the
contractor/supplier furnishing the bankers Guarantee.
List of approved Banks:-
A S.B.I and its subsidiary Banks
1 State Bank Of India.
2 State Bank Of Bikaner & Jaipur.
3 State Bank Of Hyderabad.
4 State Bank Of Mysore.
5 State Bank Of Patiyala.
6 State Bank Of Saurashtra.
7 State Bank Of Travankore.
B Nationalized Banks
8 Allahabad Bank.
9 Andhra Bank.
10 Bank Of Baroda.
11 Bank Of India.
12 Bank Of Maharashtra.
13 Central Bank Of India.
14 Dena Bank.
15 Indian Bank.
16 Indian Overseas Bank.
97
17 Oriental Bank Of Commerce.
18 Punjab National Bank.
19 Punjab & Sindh Bank.
20 Syndicate Bank.
21 Union Bank Of India.
22 United Bank Of India.
23 UCO Bank.
24 Vijaya Bank.
24A Corporation Bank.
C Scheduled Commercial Banks
25 Bank Of Madura Ltd.
26 Bank Of Rajasthan Ltd.
27 Banaras State Bank Ltd.
28 Bharat Overseas Bank Ltd
29 Catholic Syrian Bank Ltd.
30 City Union Bank Ltd.
31 Development Credit Bank.
32 Dhanalakshmi Bank Ltd.
33 Federal Bank Ltd.
34 Indsind Bank Ltd.
35 I.C.I.C.I Banking Corporation Ltd.
36 Global Trust Bank Ltd.
37 Jammu & Kashmir Bank Ltd.
38 Karnataka Bank Ltd.
39 KarurVysya Bank Ltd.
40 Laxmi Vilas Bank Ltd.
41 Nedugundi Bank Ltd.
42 Ratnakar Bank Ltd.
43 Sangli Bank Ltd.
44 South Indian Bank Ltd.
45 S.B.I Corporation &Int Bank Ltd.
46 Tamilnadu Mercantile Bank Ltd.
98
47 United Western Bank Ltd.
48 Vysya Bank Ltd.
D Schedule Urban Co-op Banks
49 Abhyudaya Co-op Bank Ltd.
50 Bassein Catholic Co-op Bank Ltd.
51 Bharat Co-op Bank Ltd.
52 Bombay Mercantile Co-op Bank Ltd.
53 Cosmos Co-op Bank Ltd.
54 Greater Mumbai Co-op Bank Ltd.
55 JanataSahakari Bank Ltd.
56 Mumbai District Central Co-op Bank Ltd.
57 Maharashtra State Co-op Bank Ltd.
58 New India Co-op Bank Ltd.
59 North Canara G.S.B. Co-op Bank Ltd.
60 Rupee Co-op Bank Ltd.
61 Sangli Urban Co-op Bank Ltd.
62 Saraswat Co-op Bank Ltd.
63 ShamraoVithal Co-op Bank Ltd.
64 Mahanagar Co-op Bank Ltd.
65 Citizen Bank Ltd.
66 Yes Bank Ltd.
E Foreign Banks
67 ABM AMRO (N.Y.) Bank.
68 American Express Bank Ltd.
69 ANZ Grindlays Bank Ltd.
70 Bank Of America N.T. & S.A.
71 Bank Of Tokyo Ltd.
72 Bankindosuez.
73 BanqueNationale de Paris.
74 Barclays bank.
75 City Bank N.A.
76 Hongkong& Shanghai banking Corporation.
99
A ppend i x-A
Terms of Reference
The Municipal Corporation of Greater Mumbai (MCGM) will be the Implementing Agency for the work of proposed Construction of dwelling units under Ashray Yojna.
The works will be primarily consist of the following works but not limited to:
Carrying out Project Management Consultancy Services in Construction and
DLP period i.e. D e s i g n v a l i d a t i o n getting all required approvals,
helping MCGM in evaluating e-tender and assisting in award of work &
supervision during construction and DLP.
1.1 In order to quickly take up the implementation of the project it is proposed to
appoint suitable contractor, consultants to validate designs, liaison and supervise
and get work done from the Bidder as per specifications laid down in the
tender documents. Consultant with proven relevant experience in implementing
projects of a similar nature and size will be appointed for validating building
planning, designing, liaisoning and Construction supervision contracts for the
building work. The consultants may submit their proposals considering
the above-mentioned components.
1.3 The Consultants may, if they wish, hire services of other consultants / sub-
consultants in order to enhance their capability/capacity. They may also hire
the services of suitably qualified and experienced key professional staff (ensuring
their availability for the project duration) to enhance the quality of the team, if
such staff is not readily available within their own organization. However,
majority of the key professional staff should be permanent employees of the
consultants.
2.0 Objective of the Consultancy:
The objectives of the consultancy are to
i) Validating Designs, reviewing working drawing as prepared and
submitted by contractor and getting all related approval either themselves or
through contractor as may be applicable.
ii) Review Setting out works, approval of all mix designs for concrete
102
works, assuring quality and safety control, witnessing test conducted as per
“Inspection Test Plan” (ITP) and “Quality Assurance Plan” (QAP) in approved
laboratories as per norms fixed by the MCGM, close supervision,
recommended extra items, time extensions, recording all measurements,
preparation of running account bills & final bills and approval of all ‘As Built
Drawings’.
iii) Construction supervision, Project Management, Quality Control and
Assurance, Safety assurance during the implementation of works.
iv) Ensure that high quality construction is achieved and all works are executed
in full compliance with the Engineering Design, technical
specifications and other stipulations of the contract documents and within the
specified time.
v) Liaisoning and obtaining all approvals either themselves or through
contractor as may be applicable. like CRZ clearance, Tree cutting, SWD,
Sewer, Water, Electrical network connection, fire fighting system etc. from the
Govt./semi. Govt. /private bodies.
vi) Assess the development with respect to CRZ.
vii) Claims scrutiny and recommendations.
viii) Attending meetings, submission, recommendations in respect of dispute
resolution/DRB.
3.0 Scope of Work:
The assignment will be as below.
3.1 Pre & Post tender activities – Design Validation (Design to be prepared by EPC
contractor) getting all required approvals,
preparation of details estimate, preparation of bid
documents, helping MCGM in e-tendering
procedure & award of work, if applicable.
3.2 Services in construction – Supervision as a PMC
during construction, obtaining all approvals like
CC/OC /Completion certificate etc from local
authorities and liaisoning required to complete the
project.
3.3 Services in DLP - Inspection and reporting.
103
4.0 Scope and detailed Tasks to be assigned to EPC Contractor scope & to be reviwed by PMC:
4.1 Project area improvement report & implementation strategies. The
Consultant shall collect details of the important physical features of the site.
These features should include buildings and structures, monuments, trees,
plantations, utility services such as electric and telephone lines (O/H &
U/G) and poles, optical fiber cables (OFC), etc.
4.2 The information collected during reconnaissance and field surveys
shall be shown on a plan so that proposed improvements can be
assessed and suitable action can be initiated. A separate plan for each of
the services involved shall be prepared for submission to the concerned
authority. Requirement for thenecessary permissions/compliances of the
appropriate authorities formed under central/state/local enactments shall
be identified at this stage and requisite process for seeking permission
shall be initiated at this stage by the consultant.
4.3 Study of contextual issues, landscape features and built form etc.
4.4 Assess the risk associated, propose risk management tools, and
Propose management structure.
4 .5 Ma s ter / C o nc e p t De v elopment s ta g e
The Consu lt an t is requ ired to p r epa r e:
i) A M as ter Pl an for the ent ire ar ea , det ai led a rchitec tura l plans , plan
en l arg e me n t s , lands caping drawings , site d ev elop men t p lans etc. The M as ter P lan
sh all co nsist of L ine Plans of Bu ild ings, park ing facilities, public amen ities,
in terconn ectivity and extern a l link ag es an d Services o f whole p roject w ith in
stand ard/ p er mis sib l e FAR and G r o un d C o ve r age.
ii) Topographical Survey drawin g s of th e whole a r ea
iii) Preparation of Build ing plan of the site b ased o n the require me n ts o f MCGM
and as per dev elop men t co ntrol rules and other cen tr al/state/lo cal au thority
b y l aw s .
iv) Preparation of Con cep tu al Plan of various Build ings and S erv ic es in clu d ing
its Walk through presentation and its approval by MCGM.
4. 6 Preli m i n a r y plan n i n g stage
104
a) Study of project requireme nts an d con trol d raw ings and prepar at ion of
d es i gn philosophy , basis & crite ria for individual bu ild ings, structu res,
ex tern al and inter na l service s and their holistic in tegration , citizen thorough fare
requireme n ts/ cir culation & sy s te ms.
b ) Ascert ain MCGM 's requir e ment s an d exa mi n e sit e constr ain ts &
pot en ti al for build ings/b ase ment p arking, external and in ternal sy stems/ serv ices
an d pr ep ar e brief/presen ta tion for MCGM's re view / reco mmend atio n and appr oval
i n clud i ng co n cep tu al/ co n trol d esigns/ draw in g/ do cu me n ts a nd in co rporate
requ ired c h ang es , if an y .
c) Study of inpu t data an d p rep ar atio n of design calculations, sch e ma tic d raw ing
for all ex ternal services & bu ilding pertaining to in tern a l servi ces su ch as :
i) External & I n ternal S ew erage (grey & black) Sys te m. ii) Extern al & I n tern al r ain
water harvest ing s y s t em
ii i) Connection of In ternal Services S y ste ms lik e wat er sup p ly , sew age/
s ew er age dis posal, ele ctrical etc. with ex terna l serv ices networ k owned /
main t ain ed by con cern ed au thorit i es.
iv ) Street Furniture/ furnitur e for propo sed build ings and oth er struc tures. v) Internal and
External Electri f i cat io n
vi) Co mmu n ication S y stem
vi i) F ire hy dran t and fire-fighting provisions intern ally and
externally viii) F loo d protection
ix) Interior designx) Signage & i ll u mi n ati o n
4. 7 Concept u al plan approval st age
a) Site d ev e lopmen t p l ans sho u ld in clud e elements like co mpoun d wall, road s,
mechanic a l equip ment ( i nclu d ing fire safe ty fixtures), pav e men ts, street- sc ap ing,
signag e, p u blic furniture & f ixtures, et c.
b) Fur n is h n ecessary architectu ral nor ms , calcula tions etc to corroborate
ar chitec tural detailing work.
c) Preparat ion of conc eptu al arch i te ctu ral/l andscap in g plans in cluding bu t not
li mited t o , di men sion ed plan s, ex isti ng cond ition plan s, exist in g util ity plans,
demo lit ion p l a n , Lay out and mat er i al plans, MEP/service arr ange men ts, grad ing
and drain ag e p lans, p l an enl arg e ment s, elev ation s, internal lay out, sections ,
105
l ands capin g d e tails, s che ma t i c el ectr ica l p l ans, s tru ctur al des igns , w ater supp ly
and sanitary arrange ments & Inte r i o r design of commer ci al co mp l ex su ch as
fals e ceili ngs, wall cla dding, furn iture, l o c ati o n of HVAC units, In ternet
connectivity poin ts, surveillan c e sche matics , b u ild in g ma n age me n t sy s t e m.
d) The conceptual and detailed plans should be got vetted from the Municipal Architect and User Department before submitting the same to the Competent authority for approval.
e) Preparation of Alternate options. Alternativ e d esigns to explore var io u s
op tions fo r review / reco mmen d ation s and appro val fr o m
E mp loy er 's /stak ehold ers'. The co nsult a nt shall dev elop various design op tio ns,
alternativ e lay outs fo r b u il di n g s / structures landscapin g ele ments etc. to redu ce
cons truction co st (a chiev e possible cost opti mis at ion ) N o fees , ti me ex tension
shall b e gran ted f o r alternate plan during th i s stag e.
f) Pr eli min ary Esti mate , Bill of Quantity (BOQ) and specifi cations th e
co nsult an t s ha l l prepare pr eli min ary es ti ma tes o f al l build ings , services , works
on the b asi s of the l at est plin th ar ea rates/ S ch edu le of rat es of P WD duly
co rrect ing with mu ltip ly ing factor for the lo cat ion/ area. Th e esti mat e d
qu antiti es sh ould not v ary by mo re th an +/- 10% f ro m the ex e cut ed quantit ies
carried ou t as per th e co n s truction drawings. In case of such deviations if any ,
MCGM shall be free to i mpo se appropriate f in e.
f ) Dr awing s an d Doc u men ts to b e su b mi t t ed
i n co rpor at i n g: i) P roperty develop ment in propo sed
area. ii ) Infrastruc t ur e ac co mmo d ating all necess ary
a men it i es. iii)Barri er Free Design i mp l e me n t a t i o n
iv)Passive d esign features.
v) Green build ing con cep ts i mp le me n t a t io n
vi) Ecolog ically sustain able d esig n , efficien t use of energy and natural
res our ces (l ik e solar, wind etc.)
vii) Waste man a ge men t and recy cling p r op o sa l.viii) Opti mi zat ion of construct ab il ity , operabil it y & ma in t en an ce.
4.9 Present a t i on to MCGM for cl e a ra n ce/ ap p r ov al.
a) Preparation of three-dimensional models in relation to open spaces, showing
the proposal and surrounding areas
b) Submission of a walk-through animated 3-D presentation of the Project
106
showing common facilities for circulation parking open spaces and amenities
shared among various activities.
c) Building Information Model (BIM) representing the geometric, visual and
material details of the architectural elements with BIM software compatible with
AutoCAD such as REVIT Architecture/ Structures/ MEP shall be prepared
d) Submission of model and conceptual design to the MCGM for approval &
ensures compliance with codes, standards, bye-laws and legislation, as applicable.
e) The appointed P.M.C. shall submit the final plans (after vetting by M.A. and User dept.)
for the approval of competent authority in offline format or if have to be submitted online,
then, through the console of appointed P.M.C.
e) Obtaining approval/intimation from / to MCGM / Concern Authority for final
master plan & building plans. The consultant in any case shall prepare building
plans strictly in accordance with prevailing MCGM / Concern Authority DCRs
notwithstanding necessity of prior approval of MCGM / Concern Authority.
f) For Built Up area calculations, all permissible FSI / Basic FSI/Paid FSI /
incentive FSI/proposed TDR, area not considered in built up area in lieu of
premium shall be available for design of building. Also the consultant is required
to design the building in accordance with full FSI potential in anticipation of
finalization of proposed rules of MCGM , although the construction of
building area commemorate with the finalized DCR shall be considered in the
first phase.
g) Obtaining necessary approvals from Garden department of MCGM and other local/
statutory authorities required for execution of project.
h) A model of the Project in glass casing is to be provided.
4.10 D e ta i l ed D e sign Sta g e
This stage will cover the following necessary steps for preparation of tenderdocuments:
a) Design basis and Indian design standards
adopted.
b) Development Design (DD)
c) Estimate, BOQ, specification. Preparation of rate analysis for those items, which
107
are not available in PWD-SOR, based on market rate quotations with rate analysis. Also
preparation of abstract of quantities as required by MCGM.
d) Quality assurance and quality control (QA/QC)
plan, e) Work programme etc.
f) Building and Services Plan as per applicable standards & MCGM's requirements.
g) Structural Design of Structures and Services. (The details/ calculations of Design
should be made available to MCGM by the consultant). The consultant shall be
responsible to get the designs proof checked from approved proof consultant decided by
MCGM.
h) Preparation of Drawings and Detailed Estimate of all works/ packages for the project.
i) Approval/clearance/Intimation of the Building Plan and Services by MCGM/Local
Authorities before start of execution ofworks.
j) Detailed design, considering load data, Noise and Vibrations of equipment, cost
estimates and specifications to cover all civil works associated with installation of all
mechanical/ electrical equipment, services and systems. Consultant will take into
account acoustic as per best practices in their design.
k) Sub-soil exploration report including complete details of borings taken, analysis
and interpretation of data and selection of design parameters.
l) Consultant shall prepare interior design considering aesthetic style, functional requirements etc.
Consultant shall prepare a detailed interior design with an outline of the central
design concept as well descriptions of the aesthetic for each category of Finish and
Fixture and supplemented with images to illustrate. This design shall be discussed with
the MCGM for review and comment. Comments shall be incorporated into a final design.
4.11 Services Designs:
The PMC shall be responsible for the design of the following systems and after his suggestion
the contractor shall provide the same –
a) The design, details, drawing, plans, etc. for the following minimum services shall be
carried out as per the provisions of the design brief for respective services and shall be approved
by MCGM. PMC shall provide detailed walk through presentation of the services and
ensure that there is no conflict amongst them.
108
b) HVAC - It shall be provided with latest features having energy efficiency standards.
The approval for the same as per requirements of Competent Client for access control
system/security system shall be responsibility of PMC till DLP.
c) Fire Detection & Fire Fighting System - Highest fire safety norms in accordance with
local fire bye–laws/ codes are to be followed and state of the art microprocessor based
addressable fire alarm systems shall be considered. And approval for the same as per
requirements of Competent Authority for firefighting system shall be the responsibility of PMC
till DLP.
d) Access Control System/Security System - Access Control System/ Security system
shall be designed and supervise to maximize the performance of fire/intrusion alarms and
security systems. Approval for the same as per requirements of Competent Authority
for access control system/security system if required shall be the responsibility of PMC till
DLP.
e) Elevators - The elevators shall be as per international standard with latest features.
The approval for the same as per requirements of Competent Authority for elevators shall be the
responsibility of PMC till DLP.
f) Power Management System -As directed by Competent Authority shall beconsidered.
g) Transformers and HV/ LV panels - As directed by Competent Authority shall be
considered. h) DG Sets - As directed by Competent Authority shall be considered.
i) UPS -As directed by Competent Authority shall be considered for computers,
communication system, etc.
j) Solar Energy System (SES) -As directed by Competent Authority. The solar energy
system shall be considered for common grid as per requirement of MSPH & WC.
Supervision of SES shall be the responsibility of PMC till DLP. Solar energy system shall
be designed for different purpose like hot water, lighting, pumping water, etc. as specified
by MCGM.
109
k) Water Purifier And Water Coolers - On approval, appropriate capacity
have to be considered in the design. Supervision of water purifier and water coolers
shall be the responsibility of PMC till DLP.
l) Waste Water Management And Solid Waste Management System - A sewage
treatment plant shall be designed to provide soft water for horticultural and other uses.
Supervision of waste water management and solid waste management shall be the
responsibility of PMC till DLP. Proper disposal location for waste water and solid waste
shall be identified and marked on drawing by the PMC.
Environmental Protection - Cautious effort shall be made to ensure the project
provides positive contribution to the Environment and confirm to local pollution control
norms. Suitable environmental impact assessment study and mitigation measures if
applicable by law shall be suggested by PMC. The approval from the Competent
Authority shall be the responsibility of the PMC, if applicable for the project.
5.0 T e n der i n g a nd procure m ent of co n t r a c t s, if applicable
a) Preparation of Tender Documents consisting of Special Conditions of
Contract, Specifications, Tender Drawings, Bill of Quantities etc.
b) The Tender drawings prepared by the consultant shall consist of details of
Architectural, Structural, interior, HVAC, fire detection/ alarm and firefighting,
plumbing, drainage, sewerage, water supply, internal roads, landscape and horticulture,
internal and external electrifications, illumination design etc. complete including all
other allied services necessary for making the structures and building functional.
c) The Consultant shall prepare Tender documents, after obtaining the MCGM's'
inputs, to enable the MCGM to invite Tenders.
d) The Tender documents shall consistof:
■Notice Inviting Tender (NIT)
■Instructions to Tenderers (ITT)
■Conditions of contract
■Technical Specifications
■Complete set of construction drawings
■Preamble and Bill of Quantities
110
■Schedule of Payment
■Common set of Deviation (if Required)
■Any other document required to be included in the Tender
e) Detailed cost estimates along with the rate analysis of individual items of work
duly supported by necessary documents should be submitted to MCGM.
f) The Tender documents shall be submitted in draft form. Any changes or corrections
recommended by the MCGM shall be incorporated in the Tender documents by
the
Consultant who shall then submit the final Tender documents. The Consultant shall
submit the soft copy of all the documents and drawings in addition to the hard copy.
g) The Consultant shall participate and furnish technical explanations and clarifications
to the Tenderers on specific queries of the Tenderers during the pre-Tender meeting. The
minutes of the pre-Tender meeting and addendum/corrigendum, if any, are to be
prepared by the Consultant.
h) The Consultant shall not enter into discussions with the Tenderers on any matter
concerning the rates/prices to be quoted by the Tenderers.
i) The Scheduling of the works , divisioning of procurement activity with execution
work plan shall be prepared by the consultant and shall be got approved from MCGM.j) The consultant shall submit a detail report on tender evaluation for the procurement
activity/activities to the MCGM for it's consideration.
5.1 Review of Good For c o nst r u c t i o n draw i n gs ( GFC), prepared by Contractor as following scope :
a) Preparation of working drawings, specifications. These shall include all floor plans,
interior arrangement, sections and elevations for building and basement.
b) Preparation of bar bending schedules and/ or detailed reinforcement drawing
sufficient to enable the contractor to procure the steel from the market and cutting/
bending and placing of the reinforcement.
c) Preparation of fabrication/ construction/ shop drawings etc. Complete.
d) Preparation of Combined Services Drawing (CSD), Structural Opening Drawings (SOD),
Structural-Electrical Mechanical (SEM) drawings. The general arrangement of the
buildings, the major equipment locations and major services routes, and the cable routes
are to be shown on the CSD drawings. The major equipment loads, pressure, major
openings and major embedded items and other similar interface are also to be shown
111
on these drawings. During the detailed design phase and continuing through the
construction phase the consultant shall co-ordinate with all execution contractors to
obtain system-wide requirements such as embedded conduits, floor trunking, wall
and floor openings, equipment space, sleeves, hoisting hooks, earthing, lightning
arresters etc., and incorporate into the structural/architectural/(Good For Construction)
GFC drawings for construction contracts.
e) During construction phase the consultant shall update completed or partially completed
SEM and SOD drawings and structural/architectural drawings to incorporate the system-
wide requirements.
f) Preparation of door/ window schedules, fitting schedules, finishing schedules, color
schemes, flooring patterns, reflected ceiling plans, joinery, installation details, planters
etc. for building
/structures/ equipment/ internal services, preparation of execution drawings for interior
works etc.
g) Preparation of architectural and construction details such as fixing details, installation
details, joinery, inserts, cut-outs, pockets, standard details and other construction details
as required by MCGM for successful completion of the project. This activity shall be
done in such a way that there shall not be duplication of work while doing the interior.
h) Preparation of detailed structural analysis & structural design calculations
(including seismic design as applicable) based on design output,
preparation of detailed structural drawings.
i) Detailed designs & working drawings submitted shall be submitted to MCGM
prior to awardof work shall be updated to Good-for Construction
drawings (GFCs) incorporating changes (if any). Where changes to the contract
drawings are required on account of coordination and interface requirements,
the consultant shall be responsible for preparing all data related to the
detailed design onto good for construction drawings to be issued to the
Contractor. Any design modification during construction shall be provided by
Consultant.
j) Furnish modified project cost. The detailed working drawings to include flow/ schematic
diagrams, plans, elevations, sections, blow-ups, plan enlargements etc. for individual
services complete with material take off.
112
5.2 De s i gn req u ire m en t s for prepar a tion of S O D, S E M & CSD during D e tai l ed Design Phase & pr e p aration of w o rking d r a w i n g s:
5.2.1 E l e c t r i c a l Works
Load estimation and optimization, design of system/ equipment, selection, description,
preparation of technical specifications, supporting calculations, BOQ, drawings, Signal
Line Diagram (SLD), schematics, blank data sheets of recommended vendors list, rate
analysis, cost estimates, obtaining clearances and certificates from statutory
authorities wherever required for the following works:
Internal E le c tri f ication Works:
The major items shall include:
a) Lighting calculations
b) Electrical & communication cable layout
drawings, c) Conduit layout drawings,
d) Mounting details of lighting fixtures and otherfittings,
e) Load calculations for internal electrification, Distribution Board (DB/
SDB) details of different circuits for lighting fixtures, fans, exhaust fans, sockets,
HVAC etc.,
f) Earthing and lightning protection system calculations &
drawings, g) Cable sizing details, cable schedule.
h) Details of protection switch gear, calculation of breaking capacity of upstream
tripping, assessment of requirement of residual current circuit breaker and
other special requirement of switch gear for scientific equipment along with
specific requirement of zero halogen fire retardant and flame proof cables and
switchgear.
i) Power generation through solar panels and use of energy efficient
fixtures. j) Any other requirements as applicable to comply with
applicable norms of
concerned authorities.
Ex t e rn a l Electr i f ica t ion The major items shall include
(a) Design of electrical distribution system and recommendation of capacity of
electrical substation, tapping points for pumps, systems, MEP systems etc. complete.
(b) Layout of cable, feeder pillars, street lighting systemetc.
113
(c) Any other requirements as applicable to comply with applicable norms of concerned
authorities.
5.2.2 I n t e r n al Commun i cation System For c om mer c i a l/ o ffice Build i ngs
a) Detailing of internal communication system.
b) Design and distribution drawing of PABX Line.
Access Control System & CCTV system (Pc Based) for Multi-Level Access for Public/
office Building spaces and other advanced security/Surveillance systems. The major
items shall include: Card reader and biometric device, system and application software,
cables, conduits and floor-wise layout drawings and system layout drawing. Local Area
Networking office Buildings The major items shall include:
Topology of networking, local area networking (Structured cabling), cables, conduits,
raceways, sockets and layout drawings floor wise. Fire Alarm system & Fire suppression
measures The major items shall include:
Design of fire alarm system for building as per NBC (National Building Code) norms.
Fire alarm automated systems and fire extinguishment arrangements to be provided as
per NBC norms.
5.2.3 Mec h anical & Pl u m bi n g W o r k s
Design and preparation of system/equipment description, Technical specifications,
BOQ, General Arrangement & Layout drawings, data sheets and calculation ensuring
compliance with the latest IS codes/ standards and NBC norms as applicable,
including the following works:
5.2.4 Plum b i n g wo r ks (Wa t e r sup p l y and sewage d i sp o s a l )
Plumbing works shall include all of the work associated with the design of piping,
fixtures and appliances in connection with drinking water supply, non-drinking water
supply and drainage systems, which flow in and out of buildings and between given
connection points to points of use and/or disposal.
Drinking water supplies or non-drinking water supplies: design and designate the
installation, of any pipes, fittings, appliances or other items that directly or indirectly
involve the supply of drinking water and non-drinking water, including fire services from
a given connection point, or onsite supply source to a point of use within a property.
Sanitary disposal system: design and designate for the installation of any drains,
114
fittings, pipes, fixtures, appliances or other items involved in the collection, conveyance,
disposal or treatment of sewage, trade waste or grey-water that is above ground.
Drainage: Design and designate the installation of any below ground drains, pipes,
fittings, appliances or other items involved in the collection, conveyance, disposal or
reuse of sewage, trade waste or storm-water that is underground. Inspection pits and
inspection chambers.
Roof drainage systems: design and designate roof gutters, flashings, piping, sheeting,
roof covering or other above ground items involved in the collection, conveyance,
disposal, treatment, storage or reuse of rainwater.
Mechanical services: design and designate the installation of any valves, regulators,
pipes, ducts, tanks, heating and cooling lines or other items involved in heating,
cooling or ventilating a building by mechanical means.
Plumbing Fixtures—The Plumbing Engineer coordinates the appropriate type of
fixtures in the different areas of the building. Close coordination is required for
code requirements, number and placement of the plumbing fixtures. Looking at the
domestic water system and sewer system with the whole building approach the Plumbing
Engineer realizes that low flow fixtures reduce water and sewer consumption. In a
municipal system, reducing the amount of municipal sewer and domestic water taken from
and placed into the local fresh water supply, depends on more buildings using a water
conservation approach to water supply and disposal.
Sanitary Sewer Systems—Water flowing from plumbing fixtures collects in the
building sewer system. The Plumbing Engineer designs this system to a point it
connects to a municipal sewer system or to an on-site disposal . Some facilities
require a separation between waste streams and/or treatment of special waste systems
before they enter a common building waste system. For example, the grease waste from a
kitchen can damage the sewer piping system. As a result, a grease trap is installed to
capture the grease before it enters the common building system.
Storm Water Systems—during a rain or storm event rain water falls on building
roofs, parking lots, and green spaces. The water from the rain is collected in the storm
115
water system. Options on methods to handle storm water should be discussed early in
the design process with MCGM.
5.2.5 Lifts / E s c a l a t o r s
a) Preparation of Technical specification considering the relevant code/ standard
with capacity calculations, technical particulars with material of construction of
various items.
b) Preparation of layout drawings indicating the location of lifts, shaft, pit, machine room
& floor levels.
c) Preparation of bill of quantities.
d) Preparation of blank data sheet to be filled by
vendors. e) Traffic Analysis.
f) Preparation of specification of panels & other electrical equipment.
g) Emergency egress analysis andcalculations.
5.2.6 Ai r -condit i o nin g / Me c h anical v e n ti l ati o n Sys t e m s
a) It will be required in basement parking facilities and office spaces.
b) Preparation of technical specifications of the system with capacity calculation
along with basis for calculations. Optimized design considering maximize natural
ventilation provisions should be studied and submitted for preliminary assessment
and approval by MCGM.
c) Preparation of technical particulars of each component of the system indicating
their material of construction.
d) Heat load calculation.
e) Layout of building showing the location of each components of the system.
f) Ducting layout and plant room layout, Air Handling Unit (AHU) & ducting
size calculations.
g) Preparation of SLD, scheme General Arrangement drawing for the electrical
panel, control desk and specification of electrical equipment.
h) Blank data sheets of components, system to be filled by vendors. i) Any
other Buildings/ services as directed by MCGM.
5.2.7 F i re F i g h ting Sy s t e m
116
The major items shallinclude:
Design of fire-fighting system for building. Ingress /egress evaluation and evacuation
calculations and evacuation routing for the entire project. Provision of sprinkler points as
per NBC norms.
5.2.8 Lan d scap i ng W o r k s:
Landscape architecture, site planning, suitability & appraisal, landform including
preparation of detailed design & drawings of landscaping elements, open space
design, plant structure, illumination design, street furniture and graphic design and
signage. The services shall include:
(i) Site appraisal and suitability
(ii)Site planning
(iii)Landform and Grading
(iv)Surface drainage design and storm water management
(v) Irrigation design
(vi)Open Space design- Hard and soft scape / areas(vii)Planting design
(viii)Landscape structures and features
(ix) Landscaping elements/ parapets/ swale etc.
(x) Garden furniture design
(xi)Illumination design
(xii)Graphic design and signage
(xiii)Co-ordination of external services.
(xiv)Periodic inspection and data evaluation of works at site
6.0 DLP
DLP will commence from date of completion of the project as per Completion Certificate issued for the work by Engineer in Charge.
6.1 The Consultants role:6.1.1 MCGM in its role as 'Employer”, will engage the EPC Contracting firm to
Architectural planning, getting all required approvals, preparation of details estimate,
a n d c o n s t r u c t i o n , h a n d i n g o v e r p o s t D L P.
6.1.2 The Architectural and Supervision team will be composed of suitably qualified
117
and experienced staff. The indicative qualifications and experience criteria are
given in Annexure-I of the TOR. The criteria indicated are given for the
guidance of the consultants. The relevant professional experience means the
actual experience in the concerned area of expertise on similar buildings projects.
The quality of experience will be given due weightage during the evaluation and award
of contract.
6.1.3 The suggested qualifications and experience for sub-professional staff
indicated in Annexure-I shall determine the approval of these personnel. The
Employer's approval in respect of these personnel shall be required before deployment.
6.1.4 For the positions of Team leader, Senior Resident Engineer, Resident
Engineer and Structural Engineer, the deployment of suitable personnel is
considered essential for the successful completion of the project. C o n t r a c t o r
are therefore advised to propose highly experienced and competent personnel for
these positions.
6.2 Duties and responsibilities while performing as PMC and their representatives:
The duties of the PMC and their representatives are described as under:
i) Verifying the layout of the work as per the approved drawings.
ii) Assisting the Engineer-in-charge of MCGM for executing the work as per the
provisions and specifications of the Bid documents. This would include timely
completion of the critical activities, quality control and Quality assurance, Safety
assurance.
iii) Preparing the Daily, Weekly and Monthly reports and submitting them to the
Engineer-in-charge for appraisals and orders in the matter.
iv)Preparing running account bills as per the directives of Engineer-in-charge for scrutiny,
processing and payment of the bills to the contractor.
v) Preparing final bill as per the directives of Engineer-in-charge including compliance
of technical and audit remarks if any.
vi)Assisting Engineer-in-charge during the defect liability period as per the terms of the
contract.
The duties of the Consultant shall be to validate working drawings good for constructions
of each component of work to the Contractor for execution, properly supervise the
works, approve the materials and workmanship for the works in consultation with
Engineer-in-charge. The PMC shall administer all the construction works contracts
and will ensure that the contractual provisions, whether related to quality or quantities
118
of the work are duly implemented. The PMC shall have no authority to relieve the
contractors of any of their duties or obligations under the construction contracts or to
impose additional obligations not included in the contracts. The duties of the
Consultant will also include v a l i d a t e drawings, details as approved by
Competent Authority, MCGM as specified in detail in the construction contract
documents and co-ordination of the individual supervision teams to ensure that
technical policies are correctly and consistently implemented on all the construction
contracts. The principal responsibilities of the PMC will be, but will not be limited to,
the following:
i) to carry out generally all the duties of the PMC as specified in the constructioncontract, within any limitations specified therein.
ii) To ensure that the construction works are in accordance with the technicalspecifications. Environmental Management Plan and other stipulations of theconstruction contract documents.
iii) To ensure a system of quality assurance of work; approve materials and theirsources, review bituminous mix designs and concrete mix designs proposed by thecontractors and approve/suggest modifications to the contractor's proposed mixdesigns, laying methods, sampling and testing procedures and quality controlmeasures to ensure the required standard and consistency in quality.
iv) To check the laboratory and field tests carried out by the contractors and todevelop a mechanism in consultation with the employer to involve the TeamLeader / Resident Engineers in carrying out an adequate number of independenttests other than the regular testing done by laboratory personnel;
v) To monitor and check the daily quality control and quantitymeasurements of the works carried out under the contracts, keep all measurementrecords as per the directions of the employer and submit interim payment proposalswhen the quality of the works is satisfactory and the quantities are correct to theEngineer-in-charge, MCGM;
vi) To direct the contractors to take all necessary steps including those mentioned
in the construction contract to protect t h e e n v iro n m e n t on a nd off t h e s i te which
a r ise due t o c o nstru c tion o p e r at i ons :
vii) To issue certificates for interim payments to the contractors, and certify completion
of parts of the totality of the works where applicable. Details of interim
progressive payments are to be recorded in a measurement book before issue of
interim certificates.
viii) Other responsibilities of the PMC will be to carry out all such duties which are
essential for the effective implementation of the construction contracts including, but
119
not limited to, the following:
a) to prepare, in consultation with the employer a construction supervision manual
defining routines and procedures to be adopted in contract management, construction
supervision and administration of the contracts and a maintenance manual for defects
liability period and beyond.
b) To assist/advise the employer in handing over the sites and in
establishing milestones (if any) for completion of contracts;
c) To prepare in consultation with the employer guidelines to be adopted by the
employer during the defects liability period.
d) To verify the list of items and quantities of all items in the BOQ and propose
modifications to the same, if necessary, for the approval of the Employer.
e) To assist the employer in monitoring the progress of the works and in project
implementation through computer aided project management techniques and
Management Information Systems (MIS);
f) To write a daily project diary which shall record all events pertaining to the
administration of the contracts, requests from and orders given to the contractors,
and any other information which may at a later date be of assistance in resolving
queries which may arise concerning the execution of the works and shall be
submitted to Engineer-in-charge.
g) To prepare and submit daily, monthly and quarterly progress reports, together
with detailed quality control test statements in an approved format and to
prepare a detailed sectional/final completion report for each contract and complete
team final report for the project;
h) To prepare as necessary detailed recommendations to the employer for
contract variations and addenda to ensure the best possible technical results
are achieved with the available funds;
i) To prepare as necessary detailed recommendations to the employer for
contract variations and addenda to ensure the best possible technical
results are achieved with the available funds;
j) To assist the employer in taking over of completed works from the
contractors, in particular by preparing lists of defects to be corrected by the
contractors;
k) To prepare specific engineering reports when requested by the Engineer
which shall include an analysis of the problems encountered and
120
proposed solutions;
l) To assist the employer in providing clarifications/explanations to
observations, if any, made from time to time by the Auditor;
m) To prepare a training manual outlining the training procedures and to
impart on the job training to the employer's personnel associated with the
project.
n) To prepare revised estimates etc., if required and accordingly advise
P.I.A. in modifying the cash flow estimate.
o) To assist the employer in co-ordination with other agencies and hold co-
ordination meetings to facilitate the proper and timely implementation of the
project.
p) To carry out any other duties relevant to the project agreed during contract
negotiations.
q) Liasoning and obtaining all building plan related approvals from Govt./semi
Govt./service providers/MCGM. Etc. All construction related approvals like
excavation royalty, labour license, lift NOC, Temporary structure, RMC plant,
etc to be obtained by Contractor.
r) Scrutinise the claims if any, submitted by the contractor and recommended
accordingly.
s) Provide all necessary assistance in respect of dispute resolution etc.
Actions requiring specific approval of the Employer: The Engineer will
be required to obtain the specific approval of the employer in respect
of the following:
i) Approving subletting of works
ii) Granting claims to the agency
iii) Ordering suspension of the work
iv) Determining an extension of time.
v) Ordering waving off the penalty and arranging the repayment of compensation for delay
vi) Issuing a variation order
vii) Ordering any works/test beyond the scope of the contract
viii) Determining rates for the extra items/extra work
121
ix) Any variation in the contract conditions.
6.2.1 Post C o n st r uction St a g e
i) Taking Completion/ Occupancy Certificates from MCGM/local/ statutory bodies.
ii) Taking No Objection Certificates from Fire/tree cutting authority etc. (as required
as per existing rules of the area).
iii) Issue two hard copies with soft copy of "As Built Drawing" of Buildings and
Services on reproducible papers for records of the MCGM.
v) Assisting MCGM in any of the activities which are related with planning, design,
approval and occupancy of the buildings and services etc.
6.3 Delay in implementation of the project after completion of Detailed Engineering
: In case the construction period of project is likely to get delayed, the following
course of action is likely depending upon the probable extent of delay.
i) Delay of 1 month to 6 months :
The consultants can redeploy their supervision personnel earmarked for the
project. Upon commencement of the supervision period, the consultants will
be allowed to substitute their key personnel, if needed, provided that the
alternate personnel possess equal or better qualifications and experience than the
key personnel originally proposed as per TOR.
ii) Abnormal Delay (exceeding 6 months):
The contract between MCGM and Consultant will be foreclosed. The
additional payments towards the extended period or the delayed period shall
be as per the Appendix - C of the contract agreement.
6.4 Services during Defect Liability:
The services to be provided by the consultants during the defects liability shall
include the following:
6.5 During the defects liability period after completion:
Joint inspections of the work shall be carried out at regular intervals by the ResidentEngineer along with the Contractor's representatives. If contractor’s fails to attendthe Joint inspections as fixed in writing, Resident Engineer shall carry out visitindependently once quarterly / as directed by Engineer in Charge from time totime to observe the defects and submit reports to employer with a copy to contractor.
122
If Contractor fails to countersign the defects noticed even after giving reasonablenotice to the contractor, PMCS should initiate suitable action as per Contract.
After the inspections the consultants shall submit a report (in 3 copies) detailing the
defects noticed and the remedial measures to be taken by the Contractor. The
consultants shall suggest and supervise the remedial measures, if any, require to be
carried out by the contractors during defects liability and submit final rectification
report to the MCGM.
After the inspections the consultants shall submit a report (in 3 copies) detailing
the defects noticed and the remedial measures to be taken by the
Contractor. The consultants shall suggest and supervise the remedial measures,
if any, require to be carried out by the contractors during defects liability and
submit final rectification report to the MCGM.
7.0 Consultants Inputs required:
The consultants are required to make their own assessments of the manpower
requirements in terms of man months for the different categories of personnel
proposed to be deployed for the supervision works as envisaged in this TOR.
The consultants shall address this aspect in their proposed methodology to be
submitted to the Employer. Consultants are required to furnish CVs for the
following key professional staff. CV's of field support staff are not required to be
submitted, but the numbers and man months for such staff shall be included in the
Technical Proposal and the costs in respect of these personnel are to be included
in the Financial Proposal. The positions of field support staff will be evaluated
only for the purpose of responsiveness and no points will be awarded for these
positions.
8.0 Minimum manpower deployment:
Category-wise minimum manpower to be deployed for Supervision Period and DLP
period are given in Appendix-A
123
8.1 Implementation Schedule:The implementation schedule (indicative only) for the work shall be as follows:
Activity description Estimated time in Months
i) Pre tender activity
ii) Post tender
activity iii) DLP
i) XX months
ii) XX months.
iii) XX months( Period shall be reckoned from issuance of completion certificate.)
8.2 There shall be one site supervision team which would be mobilized on the
date of actual commencement of works by the contractors. However mobilization of
the supervision team shall be according to the instructions of the Engineer in
charge given from time to time only. In addition to the above, the assignment also
includes services during the defects liability as mentioned in contract agreement of
work execution. The Consultant has to ensure presence of Residential Engineer
towards the end of Defects liability for preparation of Final Report and contract
closure. During the Defects Liability, the Residential Engineer will continue
on a part time basis with the supervision team members if required, would be
mobilized on an as required basis.
8.3 Requirement of technical support staff would include structural Engineers,
Supervisors, and Technicians etc. as felt necessary for providing services mentioned
in TOR. The Supervision Consultant may propose the various categories of
technical support staff and the corresponding person’s month requirements. The
Supervision Consultant should indicate in his technical proposal the qualification and
experienced level of his proposed candidate for each category of technical support
staff.
8.4 After award of the contract the Employer expects all the proposed key personnel
to be available during implementation of the contract. The Employer will not
consider substitutions during contract implementation except, under exceptional
circumstances up to a maximum of one third of the key personnel. In case of
replacements the Supervision Consultant will ensure that there is a reasonable
overlap between the staff to be replaced and the replacement. The replacement
should be strictly with the acceptance of MCGM
9. Accommodation, Laboratories and Vehicles:
The supervision consultant will be responsible for making his own arrangement for
transportation of PMC staff/field staff etc. (including crew, maintenance and repairs
124
thereof). No separate payment will be made on this account. Accommodation (site
office) and site laboratory will be provided by contractor free of cost.
10. Co-ordination and Consultation:
The consultant will be required to liaise and co-ordinate with all agencies
affected by the proposed works. Outputs:
The various outputs required from the work have been stated in the descriptions ofthe Tasks (see below).
Sr.No.
Activity / Report Nos Duration in months after commencement of study
I. Monthly Progress Report 3 MonthlyII. Monthly Information
System (MIS) 3 Monthly
III. S curve 5 Monthly
IV. Quarterly Progress Reports 3 Every QuarterIII. Project
Implementation completion report
5 On completion of the project
IV Defect Liability 3 Quarterly during first 2 years. Half yearly after 2 years upto 5 years
11. Additional copies of Reports:
The consultants shall submit additional copies of the above mentioned reports as
required by the employer. The consultants will be paid a statement rate for each of
the report fixed per copy. The rate per additional copy shall be as per the rate approved
by MCGM.
12. MCGM Reviews:
MCGM will make reviews of the progress of the work but, there are a number of
key outputs which will condition the continuing work. The consultant will also produce
working papers on important issues as required by the employer. The MCGM will
review consultant's reports as above and also working papers.
13 Project Co-ordination:
The Engineer-In-Chief, Engineering Division, MCGM will function as
principal coordinator to oversee the project and provide a principal point of
contact with the consultant on behalf of the employers. It is envisaged that the
study team will operate principally from office in Mumbai. The consultant will
125
provide all facilities and equipment necessary for successful completion of the project.
All data collected during the project, equipment (including computers) specifically
purchased for the project by the consultant along with the user manuals, will become
the property of the employer.
14. Technical Advisory Committee:
MCGM may establish a Technical Advisory Committee (TAC) to guide during the
implementation of the project. The role of this Committee will be to review the
consultant’s findings and provide advice to the team on technical matters. It is
expected that the TAC will meet as and when required. Consultant will submit all
reports for review for suggestions by TAC.
15.0 Broad qualification and experience requirement for key professional Staff for during pretender activities Period.
During Construction Period, the Consultant will Deploy following Minimum Staff
Position Nos Min. OverallExperience
Specific Experience of Similar Nature
Team Leader – SeniorArchitect / Sr. Civil
Engineer
Full time
1 15 years Architect/Civil Engineer with graduate qualifications(Registered with Council of Architecture or
International Equivalent). Civil Engineer with PostGraduate in Civil/Management Experience in design
and execution of similar projects.
Quantity / CostSurveyor/
Full time
1 10 Years Graduate Civil Engineer with min 10years ofexperience in Design and execution of similar
projects
Construction Manager /Team Leader/ Sr. Civil
Engineer
Full Time
Architect /
Civil Engineer
1 10 Years Post Graduate Civil Engineer with experience inconstruction of similar projects.
126
Resident Engineer
Full Time
1 10 Years Graduate in Civil Engineer with Experience inConstruction of similar projects. `
Architect/LicenseSurveyor
Full Time
1 10 Years Graduate in Civil Engineer with Experience indesign of similar projects. `
Site Engineer /Supervisors
Full Time
1 10 Years Graduate in Civil Engineer with Experiencein similar projects. `
Structural Consultant/Engineer as and whenrequired by MCGM
1 10 Years Graduate in Civil Engineer with Experience indesign of similar projects. This service can be kept in
house or hired or subletted to another expert firm/agency having expertise as mentioned in similarprojects . However the agreement between the
consultant and firm should be attached with theirexperience and similar data
Electrical Engineer/Mechanical Engineer /Lift / Air conditioningexperts as and whenrequired by MCGM
1 10 Years Graduate in Civil Engineer/ MechanicalEngineer with Experience in similar projects.
`
Water Supply/ Severage Consultnt
as and when required by MCGM
1 10 Years Graduate in Civil Engineer with Experience in similar projects. This Experts may be hiredor services can be subletted to the other expertfirms . This services can be kept in house or hired or subletted to another expert firm/ agency having expertise as mentioned in similar projects . However the agreement between the consultant and firm should be attached with their experience and similar data
127
Consultant for landscaping fire fighting and any other expert
as and when required by MCGM
1 10 Years This Service can be kept in house or hired or subletted to other expert agencies having similar project experience . This services can be kept in house or hired or subletted to another expert firm/ agency having expertise as mentioned in similar projects . However the agreement between the consultant and firm should be attached with their experience and similar data
During DLP Period , The consultant will Deploy Following Minimum Staff
Team Leader cum Sr.Civil Engineer /
Resident Engineer
As and whenrequired by
MCGM
10 Years Post Graduate Civil Engineer with Experience inexecution of Similar Projects
Site Engineers
As and whenrequired by
MCGM
10 years Graduate Civil Engineer with Experience inexecution of Similar Projects
Note:
The firm & key personnel fulfilling higher eligibility criteria over & above that
mentioned in RFP shall be given advantage. While awarding marks for the number of
Eligible Projects, the Applicant or Key Personnel, as the case may be, that has undertaken
the highest number of Eligible Assignments shall be entitled to the maximum score for
the respective category and all other competing Applicants or respective Key Personnel,
as the case may be, shall be entitled to a proportionate score. No score will be awarded
to an Applicant/ Key Personnel for non fulfilling the eligibility criteria of a minimum
number of Eligible Assignments and only an Applicant/ Key Personnel fulfilling the
eligibility criteria shall qualify for scoring. The Consultant shall deploy any other specialist
having adequate qualification & relevant experience as per the works requirement at no extra
cost to the MCGM.
128
R e p o r ts
A p p e ndix B
Repo r ting Req u i rement
1.1 Monthly information System (MIS)
PMC shall submit MIS in approved format before last week of every month Non
submission of MIS before end of second this will attract penalty as specified.
1.2 Monthly Progress Reports:
The PMC shall, by no later than the eighth working day after the end of each month,
prepare a brief progress report summarizing the work undertaken for the preceding month
along with progress photographs. The report will outline any problems encountered
(administrative, technical or financial) and give recommendations on how such
problems may be resolved, Brief work progress summaries will be included for
ongoing building works, outlining problems encountered and proposing solutions.
The reports shall also record the payment status of all contracts, all claims for costs or
time extensions submitted by the contractors, and any actions required of the client
and/ or other agencies to facilitate timely works implementation, the reports shall
also be submitted in electronic format in addition to 6 nos. hard copies. Non submission
of Monthly Progress Reports before end of first week of each month will attract as
specified
The monthly progress reports shall also include
Organization chart of contractor as well as PMC staff working on this project
Deployment of Labour and machinery chart
Photographs of work pre, post and during execution
Physical and financial progress against the approved Bar Chart
MIS (Management Information system)
Progress in S Curve
Minutes of meeting if any
Inspection and compliance report
List of Extra item if any cropped during the month
Abstract of quality control test as per Quality assurance plan giving details of
internal and external test with comment
129
1.3 Quarterly Progress Reports:
The PMC shall, by no later than the eight working after the end of each quarter, prepare a
comprehensive report summarizing all activities under the services of the end of each
quarter, and at other times when considered warranted by either the Engineer of the
client due to delay of the construction works or due to the occurrence of technical or
contractual difficulties, Such reports shall summaries (i) the activities of the
Engineer (ii) the progress of the contracts, (iii) all contract variations, (iv) the status
of contractor’s claims, if any, (v) details and brief descriptions of any technical and
contractual problem, being encountered, (vi) details of the contracts as a whole
comprising costs incurred, forecast cost and the financial plan (by Bank and MCGM),
(vii) any other relevant information for each of the ongoing contracts. The reports shall
also be submitted in electronic format in addition to the 6 nos. hard copies.
1.4 Engineering Reports:
The Engineer shall prepare specific report, required in the event of particular or unforeseen
circumstances. Such reports shall be prepared on an ‘ad-hoc’ basis as requested by
the Engineer and shall include on analysis of the engineering matter in question and shall
propose possible solutions thereto.
1. 5 Section/Substantial Completion Reports and Project Final Report.
The Engineer shall prepare a comprehensive sectional/substantial completion report for
each of the construction contracts, which reaches sectional/ substantial completion of
the works by the contractors and before taking over by the client. The reports shall
summarize the method of construction the construction supervision performed, problems
encountered, solutions undertaken, and recommendations for future projects of a similar
nature. The Engineer shall summaries and consolidates in a single Team Final Report
the key information from the individual sectional/substantial completion reports.
1.6 As built drawings:
On Submitting completion report and drawings in two hard copies along with soft
copy for issuance of completion/ occupancy certificate by statutory authorities,
wherever required and
on issue of as built drawings to MCGM..
130
A PPEND I X - C
Fees and payment schedule
1.0 Fee:
During the course of execution of construction work, the fees shall be paid on the
basis of quoted tendered price for the construction contract during the construction of
work .
Note: No additional payment will be admissible to the successful bidder for any extended time
period.
2.0 Break-up of the fees payable for the different periods:
STAGE PERCENTAGE OF FEES PAYABLE
RETAINER
On appointment / Signing of this Agreement 0 % of the total fees payable
STAGE 1
• On validation and proof checking ofdetailed design conceptual plan andmethodology submitted by the contractor
5 % of the total fees payable
• Upon approval / clearances / N.O.C.’sfrom various M.C.G.M. authorities suchas B.P., D.P., Road Remarks, Fire N.O.C.and external agencies such as Railway/M.C.Z.M.A./ M.O.E.F./ JAIL/ NAA /State Government / Central Govern-ment / MHADA / MMRDA etc. Andsubmission of drawings and getting ap-proval of MCGM
5 % of the total fees payable
STAGE 2 - Execution
• On completion of plinth / stilt 10 % of the total fees payable
• On Completion of 10 % of the Project 5 % of the total fees payable
• On Completion of 20 % of the Project 5 % of the total fees payable
• On Completion of 30 % of the Project 5 % of the total fees payable
• On Completion of 40 % of the Project 5 % of the total fees payable
• On Completion of 50 % of the Project 5 % of the total fees payable
131
• On Completion of 60 % of the Project 5 % of the total fees payable
• On Completion of 70 % of the Project 5 % of the total fees payable
• On Completion of 80 % of the Project 5 % of the total fees payable
• On Completion of 90 % of the Project 5 % of the total fees payable
• On Completion of the Project from allaspects up to Occupation stage
10 % of the total fees payable
STAGE 3
• On Completion / Occupancy certificatefrom statuatory authorities
10 % of the total fees payable
STAGE 4
• On submitting a formal signing -off /closure letter to the concerned authorities
10 % of the total fees payable
• On Completion of Defect LiabilityPeriod (One Year)
5 % of the total fees payable
132
APPENDIX- E (This appendix shall be uploaded in e-envelope-B)
A. Approach & Methodology proposed for performing the assignment.
B. Brief report on the conceptual plan and the consultants understanding of the project in
context to the physical, social, economic, environmental considerations which will
include area statement and overall cost estimation along with drawings, references etc.
C. Conceptual plan indicating overall circulation pattern and allocation of land uses or
activities and drawings on A2 size papers indicating details of activities in each land
use/sector/activity zone etc. and also include some illustrations for innovative design
ideas
133
FORM OF TENDERTo,The Municipal Commissioner for Greater MumbaiSir, I/ We have read and examined the following documents relating to the construction of_________________________________________________________________________________________________________________________________________________________________________________________i. Notice inviting tender.ii. Directions to tenderers (General and special)
iii. General condition of contract for PMC Works of the Municipal Corporation of GreaterMumbai as amended up to d
iv. Special directions
1A. I/We________________________________________________________(full name in capital letters, starting with surname), the Proprietor/ Managing Partner/Managing Director/ Holder of the Business, for the establishment / firm / registeredcompany, named herein below, do hereby offer to………………………………………………………………………………………………………………………………………………………………………………………………………………….
Referred to in the specifications and schedule to the accompanying form of contract of therates entered in the schedule of rates sent herewith and signed by me/ us” (strike out theportions which are not applicable).
1B. I/We do hereby state and declare that I/We, whose names are given herein below in details withthe addresses, have not filled in this tender under any other name or under the name of anyother establishment /firm or otherwise, nor are we in any way related or concerned with theestablishment /firm or any other person, who have filled in the tender for the aforesaidwork.”
2. I/We hereby tender for the execution of the works referred to in the aforesaid documents, uponthe terms and conditions, contained or referred to therein and in accordance with thespecifications designs, drawings and other relevant details in all respects.
3. According to your requirements for payment of Earnest Money amounting toRs.______________________/-(Rs.__________________________________________________________ )I/We have deposited the amount through online payment gateways with the C.E. of theCorporation not to bear interest
4. I/We hereby request you not to enter into a contract with any other person/s for the execution of
134
the works until notice of non/acceptance of this tender has first been communicated to me/us,and in consideration of yours agreeing to refrain from so doing I/we agree not to withdraw theoffer constituted by this tender before the date of communication to me/us of such notice ofnon/acceptance, which date shall be not later than ten days from the date of the decision of theStanding Committee or Education Committee of the Corporation, as maybe required under theMumbai Municipal Corporation Act, not to accept this tender.(Subject to condition 5 below).
5. I/We also agree to keep this tender open for acceptance for a period of 180 days from the datefixed for opening the same and not to make any modifications in its terms and conditionswhich are not acceptable to the Corporation.
6. I/We agree that the Corporation shall, without prejudice to any other right or remedy, be atliberty to forfeit the said earnest money absolutely, if.
a. I/We fail to keep the tender open as aforesaid.b. I/We fail to execute the formal contract or make the contract deposit when called upon to do so.c. I/we do not commence the work on or before the date specified by the Engineer in his work
order.7. I/We hereby further agree to pay all the charges of whatsoever nature in connection with the
preparation, stamping and execution of the said contract.8. I/We further agree that, I/we shall register ourselves as ‘Employer’ with the Bombay Iron and
Steel Labour Board’ and fulfill all the obligatory provisions of Maharashtra Mathadi, Hamaland other Manual workers (Regulation of Employment and Welfare) Act 1969 and the BombayIron and Steel unprotected workers Scheme 1970.
9. “I/We………………………………………….…….. have failed in the accompanying tenderwith full knowledge of liabilities and, therefore, we will not raise any objection or dispute inany manner relating to any action, including forfeiture of deposit and blacklisting, for givingany information, which is found to be incorrect and against the instructions and directionsgiven in this tender.
10. “I/We further agree and undertake that in the event it is revealed subsequently after theallotment of work/contract to me/us, that any information given by me/us in this tender isfalse or incorrect, I/We shall compensate the Municipal Corporation of Greater Mumbai forany such losses or inconvenience caused to the Corporation in any manner and will not resistany claim for such compensation on any ground whatsoever. I/we agree and undertake thatI/we shall not claim in such case any amount by way of damages or compensation forcancellation of the contract given to me/us or any work assigned to me/us or is withdrawn bythe Corporation,”
Address Yours faithfully,
………………………………….
…………………………….……
Digital Signature of the Tenderer or the Firm
1.
135
……………………………………………….2.
……………………………………………….3.
……………………………………………….4.
……………………………………………….5.
……………………………………………….
136
Full Name and private residential address of allthe partners constituting the Firm
A/c No.
….
…………………………………………
….
1. …………………………………….. Name of Bank
2. …………………………………….. …………………………………………
………
3. …………………………………….. Name of Branch
4. …………………………………….. …………………………………………
……….
5. …………………………………….. Vender No.
……………………………………
136
AGREEMENT FORM
Tender / Quotation dated ……………. 20…
Standing Committee/Education Committee Resolution No. ……..……………………………….CONTRACT FOR THE WORKS …….…………………………………………..………..………… …………………………………………………………...………………………….……………………………………………………………………………...…………………………………………………This agreement made this day of ………… ……………………………. ……………… …………Two thousand ……………………....…..……..………..……………………………………………Between .……...……………...………………………………………………….…………….………
inhabitants of Mumbai, carrying on business at…… ………………...…..…… ………… ……………………………………………………………………...………………………….……………in Bombay under the style and name of Messrs ……………………..……………………………………………………………………………………...…………………………………………… (Hereinafter called “the contractor of the one part andShri …………………………………………………………………………………………………………………….…………….……….the D.M.C.(SWM) (hereinafter called “the commissioner” in which expression are included unlessthe inclusion is inconsistent with the context, or meaning thereof, his successor or successors forthe time being holding the office of D.M.C.(SWM) of the second part and the MunicipalCorporation of Greater Mumbai (hereinafter called “the Corporation”) of the third part, WHEREASthe contractor has tendered for the construction, completion and maintenance of the worksdescribed above and his tender has been accepted by the Commissioner (with the approval of theStanding Committee/Education Committee of the Corporation NOW THISTHIS AGREEMENT WITNESSETH as follows:-
1) In this agreement words and expressions shall have the same meanings as are respectivelyassigned to them in the General Conditions of Contract for works hereinafter referred to:-
2) The following documents shall be deemed to form and be read and constructed as a part of thisagreement viz.
a) The letter of Acceptance
b) The Bid:
c) Addendum to Bid; if any
d) Tender Document
e) Standard General Conditions of Contracts (GCC)
137
f) All correspondence documents between bidder and MCGM
3) In consideration of the payments to be made by the Commissioner to the contractor ashereinafter mentioned the contractor hereby covenants with the Commissioner to construct,complete and maintain the works in conformity in all respects with the provision of the contract.4) The Commissioner hereby covenants to pay to the Contractor in consideration of theconstruction, completion and maintenance of the works the contract sum, at times and in themanner prescribed by the contract.IN WITNESS WHERE OF the parties hereto have caused their respective common seals to beherein to affixed (or have hereunto set their respective hands and seals) the day and year abovewritten.
Signed, Sealed and delivered by the contractors
In the presence of Trading under the name and styleof
ContractorsFull NameAddress
Signed by the D.M.C.(SWM) in the presence of Ex. .... City/ WS/ ES
D.M.C.(SWM)The Common seal of the Municipal Corporation of GreaterMumbai was hereunto affixed on the …………...... 20 inthe presence of two members of the Standing Committee.
1. 1.
2. 2.
And in the presence of the Municipal Secretary Municipal Secretary
138
Annexure- F
PRE-CONTRACT INTEGRITY PACT
The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of his bid or during any pre-contract or post-contract
stage in order to secure the contract or in furtherance to secure it and in particular commits himself
to the following:-
1. The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the MCGM, connected directly or indirectly with
the bidding process, or to any person, organization or third party related to the contract in
exchange for any advantage in the bidding, evaluation, contracting and implementation of the
Contract.
2. The Bidder further undertakes that he has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or
other advantage, commission, fees, brokerage or inducement to any official of the MCGM or
otherwise in procuring the Contract or forbearing to do or having done any act in relation to the
obtaining or execution of the Contract or any other Contract with the Government for showing
or forbearing to show favour or disfavour to any person in relation to the Contract or any other
Contract with the Government.
3. The Bidder will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.
4. The Bidder will not accept any advantage in exchange for any corrupt practice, unfair means
and illegal activities.
5. The Bidder, either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or intends to
make to officials of the MCGM or their family members, agents, brokers or any other
139
intermediaries in connection with the contract and the details of services agreed upon for such
payments.
6. The Bidder shall not use improperly, for purposes of competition or personal gain, or pass on to
others, any information provided by the MCGM as part of the business relationship, regarding
plans, technical proposals and business details, including information contained in any electronic
data carrier. The Bidder also undertakes to exercise due and adequate care lest any such
information is divulged.
7. The Bidder commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.
8. The Bidder shall not instigate or cause to instigate any third person to commit any of the actions
mentioned above.
9. The Bidder and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Bidding Process. Notwithstanding anything to the
contrary contained herein, the Authority may reject an Application without being liable in any
manner whatsoever to the Applicant if it determines that the Applicant has, directly or
indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice in the Bidding Process
For the purposes of this Clause 9, the following terms shall have the meaning herein after
respectively assigned to them:
1. “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts
or disclosure of incomplete facts, in order to influence the Bidding Process ;
1. “coercive practice” means impairing or harming or threatening to impair or harm, directly
or indirectly, any person or property to influence any persons participation or action in the Bidding
Process;
“undesirable practice” means (i) establishing contact with any person connected with or employed
or engaged by the Authority with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and
140
“restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among Applicants with the objective of restricting or manipulating a full and fair competition in
the Bidding Process.
Signature of Tenderer/Bidder
141
Annexure- G
(On Rs. 500/- Stamp Paper)
DECLARATION CUM INDEMNITY BOND
I, _____________________ of _________, do hereby declared and undertake
as under.
1. I declare that I have submitted certificates as required to Executive engineer
(Monitoring) at the time of registration of my firm/company _______ and there is no change in the
contents of the certificates that are submitted at the time of registration.
2. I declare that I ____________ in capacity as Manager/Director/Partners/Proprietors of
___________ has not been charged with any prohibitory and /or penal action such as banning(for
specific time or permanent)/de-registration or any other action under the law by any Government
and/or Semi Government and/or Government undertaking.
3. I declare that I have perused and examined the tender document including addendum, condition
of contract, specifications, drawings, bill of quantity etc. Forming part of tender and accordingly, I
submit my offer to execute the work as per tender documents at the rates quoted by me in capacity
as ______________ of ___________.
4.I further declare that if I am allotted the work and I failed to carry out the allotted work in accord-
ance with the terms and conditions and within the time prescribed and specified, MCGM is entitled
to carry out the work allotted to me by any other means at my risk and cost, at any stage of the con-
tract.
5. I also declare that I will not claim any charge/damages/compensation for non availability of site
for the contract work at any time.
6. I declare that I will positively make the arrangements of the required equipment on the day of
commencement or with respect to the progress of the work in phases, as per the instructions of site
in charge
Signature of Tenderer/Bidder
142
BANKERS GURANTEE IN LIEU OF CONTRACT DEPOSIT
THIS INDENTURE made this ______________day of __________ BETWEEN
THE ___________________BANK incorporated under the English/Indian Companies Acts andcarrying on business in Mumbai (hereinafter referred to as 'the bank' which expression shall bedeemed to include its successors and assigns)of the first part __________________________________________ _________________________________inhabitants carrying on business at _______________________________ in Mumbai under thestyle and name of Messer’s __________________(hereinafter referred to as 'the consultant') of thesecond part Shri. _______________________________________
THE MUNICIPAL COMMISSIONER FOR GREATER MUMBAI (hereinafter referred to as 'the
commissioner' which expression shall be deemed, also to include his successor or successors for the
time being in the said office of Municipal Commissioner ) of the third part and THE MUNICIPAL
CORPORATION OF GREATER MUMBAI (hereinafter referred to as 'the Corporation') of the
fourth part WHEREAS the consultants have submitted to the Commissioner tender for the
execution of the work of
''_________________________________________________________and the terms of such
tender /contract require that the consultants shall deposit with the Commissioner as/contract
deposit/ earnest money and /or the security a sum of Rs.______________(Rupees
__________________)AND WHEREAS if and when any such tender is accepted by the
Commissioner, the contract to be entered into in furtherance thereof by the consultants will provide
that such deposit shall remain with and be appropriated by the Commissioner towards the Security
-deposit to be taken under the contract and be redeemable by the consultants, if they shall duly and
faithfully carry out the terms and provisions of such contract and shall duly satisfy all claims
properly chargeable against them there under AND WHEREAS the consultants are constituents of
the Bank and in order to facilitate the keeping of the accounts of the consultants, the Bank with the
consent and concurrence of the consultants has requested the Commissioner to accept the
undertaking of the Bank hereinafter contained, in place of the contractors depositing with the
Commissioner the said sum as earnest money and /or security as aforesaid AND WHEREAS
accordingly the Commissioner has agreed to accept such undertaking NOW THIS AGRREMENT
WITHNESSES that in consideration of the premises, the Bank at the request of the consultants
143
( hereby testified ) UNDERTAKES WITH the commissioner to pay to the commissioner upon
demand in writing , whenever required by him , from time to time , so to do ,a sum not exceeding
in the whole Rs._____________(Rupees___________________)under the terms of the said tender
and /or the contract .The B.G. Is valid upto _________”Notwithstanding anything what has been
stated above, our liability under the above guarantee is restricted to Rs.___________only and
guarantee shall remain in force up to ____________ unless the demand or claim under this
guarantee is made on us in writing on or before __________all your right under the above
guarantee shall be forfeited and we shall be released from all liabilities under the guarantee
thereafter”
IN WITNESS WHEREOF
WITNESS(1) _________________
Name and _________________
address _________________
WITNESS(2)__________________
Name and __________________ the duly constituted Attorney Manager
address _____________________
the Bank and the said Messer’s ___________________________________
_______________________________________ (Name of the Bank)
WITNESS(1)_________________
Name and _________________
address _________________
WITNESS(2)_________________
144
Name and ___________________
For Messer’s ____________________
address ____________________
have here into set their respective hands the day and year first above written.
The amount shall be inserted by the Guarantor, representing the Contract Deposit in Indian
Rupees.
145
PROFORMA-I
The List of similar works as stated in Para ‘A’ of Post Qualification during last Seven years:-
PROFORMA-I
Sr. Name of Project Name ofEmployer
Stipulateddate ofCompletion
Actual DateofCompletion
Actual Area ofWork done
1 2 3 4 5 6
1. Note:
Scanned Attested Copies of Completion/Performance certificates from the Engineer-in-Charge for each work should be annexed in the support of information furnished in theabove proforma.
Works shall be grouped financial year-wise.
146
SECTION – 16SCHEDULE OF PAYMENT
The ‘Project Management Consultancy firm’ shall be paid Consultancy fees in the followingstages consistent with the work done plus other charges and reimbursable expenses as agreed upon.
STAGE PERCENTAGE OF FEES PAYABLE
RETAINER
On appointment / Signing of this Agreement 0 % of the total fees payable
STAGE 1
• On validation and proof checking ofdetailed design conceptual plan andmethodology submitted by the contractor
5 % of the total fees payable
• Upon approval / clearances / N.O.C.’sfrom various M.C.G.M. authorities suchas B.P., D.P., Road Remarks, Fire N.O.C.and external agencies such as Railway/M.C.Z.M.A./ M.O.E.F./ JAIL/ NAA /State Government / Central Govern-ment / MHADA / MMRDA etc. Andsubmission of drawings and getting ap-proval of MCGM
5 % of the total fees payable
STAGE 2 - Execution
• On completion of plinth / stilt 10 % of the total fees payable
• On Completion of 10 % of the Project 5 % of the total fees payable
• On Completion of 20 % of the Project 5 % of the total fees payable
• On Completion of 30 % of the Project 5 % of the total fees payable
• On Completion of 40 % of the Project 5 % of the total fees payable
• On Completion of 50 % of the Project 5 % of the total fees payable
• On Completion of 60 % of the Project 5 % of the total fees payable
• On Completion of 70 % of the Project 5 % of the total fees payable
• On Completion of 80 % of the Project 5 % of the total fees payable
• On Completion of 90 % of the Project 5 % of the total fees payable
• On Completion of the Project from allaspects up to Occupation stage
10 % of the total fees payable
STAGE 3
• On Completion / Occupancy certificate 10 % of the total fees payable
150
from statuatory authorities
STAGE 4
• On submitting a formal signing -off /closure letter to the concerned authorities
10 % of the total fees payable
• On Completion of Defect LiabilityPeriod (One Year)
5 % of the total fees payable
Note:
1. Agreement will be executed between ‘Project Management Consultancy firm’ and M.C.G.M. which mentions stages of payment, scope of work, responsibilities etc. in consultation with Law officer M.C.G.M.
2. Stamp duty and Registration charges shall be payable by P.M.C.
3. Payment will be made to Project Management Consultant considering (Rs 3600 per Sqft XFinal Construction area X % offered ) as per particular stage of payment.
4. The payment will made to the successful bidder as per actual stage of work from which thePMC has started the work and no payment will admissible to the previous stages
Penalty:
A penalty amounting to 3% of the applicable payment as per stage will be imposed on the‘Project Management Consultancy firm’ for delay in the multiple of 15 days for the reasons notattributable to M.C.G.M. to the maximum of 10% of the fees applicable for each stage.
It PMC fails to compliance of the orders of the Engineer in Charge of AYC Projects, theywill be liable to action such as :
1) Termination of PMC Contract.2) Forefiete of Security Deposits.3) Blacklisting of the Firm4) any other suitable action as decided by Municipal Commissioner.
151
Annexure-I SPECIFICATIONS
MINIMUM FACILITIES to be provided PER TENEMENTA) Total Carpet Area
Residential tenement300 sq.ft. (27.87 sq.mt.) Make
- Living room (1 No.)- Bedroom (1 No.)- Cooking Alcove (1 No.)- Bathroom (1 No.)- W.C. (1 No.)- Wash Basin (1 No.)
All the smple of amterials,fittinggs, finishes etc. shallbe got approved beforeexecution from ChiefEngineer and MunicipalArchitect
1) Living room/Bedroom
Flooring
Painting
Doors
Windows
Electrical
Vitrified flooring of size of minimum600 mm x 600 mm with 100 mm highskirting.
Interior wall finish should be with 3coats Royale Luxury Emulsion paint of
Teak wooden frames with 45 mmthick solid core both side laminate doorhaving fire resistance of not less than 1hour. The door to be provided with amortice lock of Godrej/Everite/ Prima/Plaza/Harrison or equivalent, an eye holewith lensed eye piece, 6” handle on bothsides, one tower bolt of 10” on inner side,safety chain, Godrej/Everite/Prima/Plaza/Harrison or equivalent lock for eachtenements and common facility rooms.
Min 1.5 m x 1.2 m high AnodizedAluminum sliding window with mosquitojali having 3 glass shutters & one mosquitojalli shutters).
Minimum 2 light points, 1 fan point, 1cable T. V. point, 1 bell point (in livingroom only) and 5 Amp. point in eachroom.
Flooring:Kajaria/Johnson/Nitcon/Orient/Modern/Somany. Asian/Berger/Nerolac/Dulux paints.
Door: As specified
All door fixturesshall be of brushedstainless Steel of reputedMake.
Electrical switches:Havells / Roma / Anchor.
Electrical wiring: Polycab, Finolex.
2) Cooking Alcove
Flooring
Painting
Windows
Cooking
Vitrified flooring of minmum size 600mm x 600 mm with 100 mm high skirting.
Interior wall finish should be with 3coats of Royale Luxury Emulsion
1.2 m x 1.2 m Anodized Aluminumglass sliding window with provision ofexhaust fan.
Min. size 1.8 m x 0.6 m width finishedwith Polished Granite Platform with
Flooring: Kajaria/Johnson /Nitcon/Orient/Modern/ Somany. Asian/ Berger/Nerolac/Dulux paints or equivalent.
152
platform Stainless Steel sink of size 450 mm x 450mm and ceramic tile dado upto min 1200mm above platform level till window toplevel for the length of the platform.
Plumbing
Electrical
‘C’ class, concealed plumbing linesPVC Pipes, PVC Nahani trap with coverplate below sink.
2 light points, 1 fan point, 1 exhaustfan point, 2 plug point of 5 amps and anadditional point of 15 Amps.
Plumbing: I.S.I. quality (Watertec Pvt. Ltd, Finolex Industries Ltd.)
Electrical switches: Havels/ Roma/ Anchor.
Electrical wiring: Polycab, Finolex.
3) Bath & WC Flooring
Door Frame
Doors Shutters
Plumbing
Windows
Electrical
Exhaust Fan
WC
Anti skid tiles for bath & WCflooring of size 600mm X 600mm anddado of vitirified tiles 600 mm x 600 mmupto full height.
Granite Frame in double patti as perspecifications
FRP door Shutters of size 0.75m x2.10 m.
Concealed plumbing of ‘C’ classPVC pipes.
Brass with C. P. Shower
0.6 m x 0.9 m Anodized Aluminumwindows with translucent glass louverson granite frame provided with exhaustfan point
1 power plug for geyser (inbathroom) and 1 light point each inbathroom & WC.
1 Exhaust fan point for both W.C.and bath
Indian Orissa pan 23” size with 15liters concealed flushing tank.
Flooring:Kajaria/Johnson/Nitcon/Orient/Modern/Somany
FRP Doorapproved by MCGM.
Plumbing: I.S.Iquality (Watertec Pvt.Ltd., Finolex IndustriesLtd.)/ Zenith/JainKOHLER/ Jaquar.
Electrical wiring:Polycab, Finolex.
Sanitaryware:Jaquar, Cera, Parryware.
Bath & WCareas shall be made watertight with grouting andwater proof treatment.
Commercial tenement 225 sq.ft. (20.90 sq.mt.) -Commercial unit (1 no.)
153
Commercial unit Flooring
Painting
Rolling Shutter
Ventilators
Electrical
Rectified and Vitrified flooring ofsize of maximum 600 mm x 600 mm with100 mm high skirting.
Interior wall finish should be with 3coats Royale Luxury Emulsion
Cold rolled steel strips for rollingshutter lath sections. The GI Sheets andplates used for manufacturing the guidechannels, brackets and lock plate of hotrolled steel of thickness not less than 18gauge conforming the relevant ISstandards.
Ventilators to be provided with GlassLouvers on granite frame with or withoutfixed as specified by M. A..
Minimum 2 light points, 1 fan point,1 bell point, 1 exhaust fan point, 2 plugpoint of 5 amps and an additional point of15 Amps.
Flooring:Kajaria/Johnson/Nitcon/Orient/Modern/Somany. Asian/Berger/Nerolac/Dulux paints.
Electrical switches: Havells/ Roma/ Anchor.
Electrical wiring:Polycab, Finolex.
The amenities i. e. Balwadis, Welfare halls and Society offices shall beprovided as per provisions in DCR following above mentionedspecifications.4) All mild steel work will be finished with 2 coats of enamel paint over one
coat of anti rust primer. 5) All Rain water waste and soil pipes shall be in UPVC for all upper floors &
C.I. for ground / Stilt floor.6) All windows will be well protected by mean of R.C.C. Chajja (or R.C.C
inset/ boxing) of at least 450 mm.General:
1) All internal walls/ceiling shall be form finished exposed concretewith neat cement primer or brick masonry with min 12 mm thk cementplaster (including on R.C.C. structural members.)2) Internal surface (wherever not dadoed or tiled) will be finishedwith two coats of oil bound distemper of approved shade and color over acoat of primer and one coat of Birla putty.3) Window/ louvered window will be provided with 18 mm thkpolished granite/ pre-cast concrete at sill, sides and top of window includingConcrete at sill.4) All electrical/TV wiring shall run through PVC casing/capping,copper wiring.5) All taps/ faucets will be of brass with chromium plating.6) All door hinges and hardware will be of brass with chromiumplating.7) Kotah stone wherever used shall be min 25 mm thick withuniform greenish colour.8) Rectified &Vitrified /Ceramic tiles wherever used shall be first
154
quality of uniform size, colour and edges evenly leveled.9) Fixed Box Type M.S. Grill (of opening not more than 100 mm) tobe provided on outside of all windows and at least 300 mm outer distance tobe maintained for Box grill. The M.S. Grill shall be made up of 12 mm x 12mm square bars welded to M.S. flats 4 mm thk. Anti corrosive treatment tothe steel reinforcement as per Cement Polymer Composite Coating(C.P.C.U.) method developed by C.E.C.R.I. including cleaning the barmeans of any established mechanical or manual method or as per detailedPWD Specifications.10) The all steel REINFORCEMENT bars used should be FusionBonded Epoxy Coating (FBEC) as per IS: 13620-1993 Specifications.
B. FACILITIES IN EACH BUILDING1) Staircase
Electrical
Minimum 1.2 m wide staircaseflight with single piece kotah stonetreads & risers R.C.C. Pardi with S. S.pipe as handrail and minimum height of1.05 m. M. S. Collapsible gate at Entranceat Gr. Floor with two coats of enamelpaint over a coat of primer. FRP door at terrace level asapproved by MCGM.
The staircase shall be well lit andwell ventilated with glazed aluminumsliding window and/or RCC grill. 1 light point at each landing leveland mid landing level. Fire resistance rating for staircaseFRD, lift lobby/protected lobby.
Electrical wiring: Polycab, Finolex
2) Lift Minimum capacity of 8 personsand design as per relevant IS codes andgiven specifications. Maintenance by the manufacturerfor a period of 10 years after O.C.C.
Lift: Schindler/Otis/
Johnson/ Omega/Kone
3) Electric meter room
Provide individual meters for thetenements and to be located in a meterroom at ground/stilt floor level. Separate meter for commonlighting facility, lifts, passage lighting,pumps/ STP. The meter room shall be wellventilated and provided with a lockabledoor and Fire Resistance Door.
4) Parapet Terrace parapet should be min. of125 mm thick RCC or 230 mm thickbrick masonry of minimum 1.20 mheight with minimum 100 mm thickRCC M30 coping on top.
5) Internal corridors/ Lobby
Flooring Granite finish tiles with 100 mmskirting of the same for entrance lobby &Polish Kotah flooring with jaisalmer/marble inlay for corridors/passages with
Flooring: Kajaria/ Johnson/ Nitcon/Spartek.
155
Painting
Numberplates
Electrical
100 mm skirting of the same. Synthetic enamel painting on wallsupto 1.50 m ht. Rest of the wall area andceiling shall be OBD in shade of samecolor (Two coats over a coat of primer)
Silver anodized aluminum plates ofminimum 50 mm ht. 1 light point at 2.40 m ht. at every 6m interval in common passage.Individual switches for bell to each flat.
Paint: Asian Paint/ Goodlas Nerolac/Berge.
Electrical: Bajaj/Havells/ Wipro. Electrical wiring: Polycab, Finolex.
6) O. H. water Tank:
Plumbing R.C.C. with slab and M.S. coversfor MH on top with proper lockingarrangement. Water proofing to beprovided with injection grouting Internaland external water proof plaster. M. S.ladder to overhead water tanks.Plumbing inlets and outlets will behidden from general view by means of abarrier wall.
A separate water tank shall beprovided in case of water from bore wellin case where municipal water supply isnot available or insufficient and separatewater tanks and lines for domestic andfire & flushing water system.
Capacity of OHT/UGT as perMCGM norms and that of fire tank asper CFO.
Plumbing: I.S.I.quality (Watertec PvtLtd, Finolex IndustriesLtd.)
All work to be doneas per concernedStatutory Authority.
7) Ducts/Shafts It is desirable that all verticalplumbing may be hidden from view andpass through external vertical ducts.
Similarly all electrical wiringtelephone wires, internal and TV cableswill pass through special ducts providedfor the purpose and accessible throughlockable doors.
Ducts shall bedesigned to facilitateeasy access for repairmaintenance purpose infuture.
8) Terrace water proofing
The terrace floor slab shall bewater proofed. Brick bat coba shall beused for providing proper gradient fordrainage of rain water to nearest downtake rain water pipes. The terrace shall be finished withwhite glazed china mosaic.
As per Specifications.
9) External wall finish and Appearance
External facades of the buildingsshall be neat and with pleasing aestheticsand color combinations. The wallsurface shall be finished withWaterproof OS and sand faced plaster intwo coats plaster in case of brickmasonry construction or exposed in caseof monolithic concrete construction. Ineither case, the wall surface will be
Paint: Asian Paint/ Goodlas Nerolac/Berger.
156
painted externally with rain coat paint ofDr. Fixit or 100% cement weather proofpaint of ISI Mark Company. Extrapolymer coating of ISI marks companyon all the exterior dead walls.
C. INFRASTRUCTURE FACILITIES1) CompoundWall
Min.1.5 m height with RCCpillars/beams 230 mm thick brickmasonry wall with pillars as requiredand R.C.C coping on top.
2) Gate M. S. Ornamental gate with gooddesign of Min. size 4.5m to 6.0m wide1.5 m height with M.S. frame & Grillwith track on wheel, lockingarrangement.
3) Plinth Protection
Minimum 1.00 m plinth protectionin PCC 150 mm thick. M 25 all aroundbuilding with soling below over finishedGround level with paver blocks of 80mm thick.
4) Vehicular access / Parking lots
Well paved WBM roads withtarmac for vehicular access building onall layout roads and in open parkingarea. Walkways, footpaths etc. withcement lacquered coated paver blocks 80mm thick/trimix concrete on 15 cm thickM30 concrete around building with min.width for maneuvering of fire engine assuggested by CFO. Parking areas shall be provided asper provision in layout, if any.
5) Lighting General light points aroundbuilding and along compound wall are tobe provided with light post whereverrequired. The Entrance gate will be welllit with decorative lights.
6) Security Guard cabin
A well lit and well ventilatedsecurity guard cabin is to be providednear all entrance gates.
7) Common toilet A common toilet for securityguards and other personnel shall beprovided at ground floor level completewith WC, washbasin and bathingfacility. The toilet will be well lit andventilated complete with dado tiling uptofull height.
Sanitary Fittings: Jaquar, Cera, Parryware
8) Underground water tank & pumps, pump rooms
An RCC Underground water tankas per statutory requirements and normswith man-holes and man-hole coverswith locking arrangement and pumproom and pumps including standbyarrangement (or submersible pumps) tobe provided. Separate UG tankcompartments and pumping arrangementfor domestic and flushing water and firerequirements.
157
Water proofing treatment to UGtank by injection grouting/IS approvedchemical base treatment from inside &outside and bottom with box type waterproofing treatment.
9) Sewerage All waste water soil pipes shall be connected to external sewage system through gully traps and glazed stoneware pipes. Brick masonry with smooth cement plastered chambers with heavy duty CI/ FRCC covers shall be provided at required intervals through the route of stoneware pipes/RCC Pipes The discharges will be in municipal sever if available or in septic tanks, designed and built to necessary size. The discharges will finally end in soak pits.
Sewage treatment plant withseparate UG tank for treated soil watershall be provided for water re-cycling.
UPVC down takepipe with 6” dia. and 1’dia. R.C.C pipeconnecting to mainsewerage line.
10) Stormwater drainage
The runoff water at ground level and road /paved areas will be drained through stormwater drains (properly covered by CI/RCCheavy duty grated covers) and connected tothe UG water harvesting tank through awater treatment media for recycling and asper SWD remarks issued by MCGM.
11) Electric sub station
As per approval/remarks/requirement of D.C. rules/norms & utility supplier.
12) Rain water, sewage treatment plant, Septic tank, solar energy system, fire fighting systems
As per approval/remarks/requirement of D.C. rules & MCGM.
Note: All the work is to be executed following the latest Indian and relevant Indian standard codes for material,
workmanship and quality.
158
NORMS FOR STRUCTURAL DESIGN
1. The structural design to be based on criteria and loading as mentioned below :
The exposure condition for foundation shall be taken to cater for any chemical contents of the soil and existing
marine clay. For super structure, the exposure condition shall also be taken as severe. Also the requirement of
durability as per IS 456:2000 shall be met.
For protection of all the RCC members, coal Tar-epoxy coating shall be applied on all the surfaces in contact with
soil or ground.
Type of cement is to be used if sulphate/chloride or both are present and in this case minimum cement content as
per relevant stipulations of IS : 456 – 2000 is to be adopted.
In the area located near creek and exposed to saline atmosphere, cover shall be maintained for structure as per
relevant clause of IS 456:2000. The minimum grade of concrete for RCC work should be M-30.
i) The area is located in seismic zone – III, hence the buildings are to be designed for seismic forces in
Zone- III and as per the relevant clauses in IS: 1893 – 2002, IS: 456 – 2000 and ductile detailing as per IS:
13920 – 1993 shall be adopted.
ii) The stipulations given in IS 4326 – 1993 shall be followed wherever applicable.
iii) RCC walls shall be designed in accordance with Section – 5 or Annexure – B of IS : 456 – 2000 and
satisfy the requirement of clause 32 of IS : 456 – 2000 except as modified by the provision of IS : 13920 – 1993
and IS : 1893 – 2002.
iv) Over head/ Underground water tank (water retaining structures) should be designed as un-cracked
sections as per IS: 3370.
v) In case of pile foundation IS: 2911 (Part I to IV) latest revised version is to be adopted.
vi) Plasticiser or other admixtures to be used shall be as per the approval of the Engineer-in-charge before
starting the work as per approved list mentioned.
a) RCC element to be provided with the continuity reinforcement to prevent cracking due to fixity condition
included because of the continuity with other elements.
b) The panel walls shall be designed for wind load.
c) Soil in foundation and plinth filling shall be compacted or consolidated or given any other suitable treatment
so as not to undergo volume changes due to consolidation or due to proximity of ground water or surface
water.
d) The proposed site is situated at the place where reclamation is to be carried out on marshy/slushy soil. It is
quite possible that mass excavation, heavy de-watering may be required during execution of sub-structure.
e) The external wall shall extend at least 150 mm below finished ground level. The external wall and plinth
protection shall be so designed so as to prevent entry of rodent into the building.
159
f) Cold joints in concrete shall be properly cleaned and painted with epoxy or equivalent bonding agent.
g) The Contractor /Developer shall note that the cost involved in carrying out experimental design/alternate
methodology, design, if any, as provided in IS 456 including behavior of units/joints etc., for Non
Conventional construction or equivalent, and/or taking the expert opinion from the expert selected by MCGM,
in the event of difference of opinion between the Contractor /Developer and the MCGM shall be to the
Contractor /Developers account. The expert’s opinion shall be binding on both the parties.
1.1 The structural design shall be based on the latest revised version of following ISI and any other relevant ISI codes
(BIS).
a) Recommendation for detailing of reinforcement in IS-5225 1969 reinforced concrete works.
b) Code of practice for Design and Construction of Foundation IS-1904 1986 in soils :
General requirements.
c) Schedule of unit weight of building materials IS 1911 1967
d) Code of Practice for design loads (other than
Earthquake) for buildings and structures
Part-5 Special loads and load combinations IS 875 (Part-5): 1987
e) Earthquake resistant design and construction IS 4326 : 1993
of buildings – Code of Practice
f) Criteria for earthquake resistant design of IS 1893 : 2002
Structure
g) Ductility Detailing IS 13920 : 1993
h) Explanatory hand book on Masonry Design & SP-20
Construction by Bureau of Indian Standards (S & T: 1991)
i) Code of practice for plain & reinforced concrete IS 456 : 2000
j) Element design IS456 : 2000
IS 1904:1986
IS 2911 (Part-I): 1979
IS2911 (Part-2&3):1980
& IS 2911(Part-4): 1985
The foundation shall be so engineered that short term and long term settlement (including differential settlement
between adjoining columns/walls) is within permissible limits as per stipulations of IS 1904 and IS 456 : 2000.
Open foundations or precast/cast in situ pile foundations will be adopted as per the site conditions and no extra
cost will be claimed for modifications, if required, in designing and providing suitable foundations as per the
requirements of strata.
160
1.2 PROCEDURE FOR SUBMISSION OF STRUCTURAL DESIGN:
The Contractor /Developer shall have to submit the structural design calculation in Stadd pro software / or any
other validated software along with structural drawing to proof consultant appointed by MCGM.
These structural drawing and design calculations will be proof checked by proof consultant and issued to
concerned Engineer-in-charge for execution purpose.
1.3 STRUCTURAL ADEQUACY CERTIFICATE:
Structural adequacy certificate along with structural design and indemnity bond on Rs. 100/- Stamp Paper to be
submitted at the time of final submission of design calculations and structural drawings for proof checking by the
Developer. These documents shall be duly validated by proof consultants.
NORMS OF PLUMBING
2.0 Design shall be as per National / building Code – Latest or as per the relevant guidelines of local authorities in
this matter.
2.1 WATER SUPPLY:
a) Consumption – As per relevant guidelines of local authorities in this matter.
b) Family size 5/tenement
c) Overhead capacity – 5 0 % of day requirement with free board of 0.3 mt. as per IS standards.
d) Underground tank capacity - 100% of one day requirement
e) Top of underground tank shall be 0.15 mt. flushed with ground with sloped edges above finish
plot level.
f) Duration for availability of water for pumping shall be assumed as per relevant guidelines of local
authority in this matter – 100% stand by electric pumps shall be provided. Separate electric meter shall
be provided.
g) All the water pumps shall be submersible pumps with automatic control panel with water level
indicator having 50% standby arrangement of pumps.
h) The pumps shall be so designed that the entire overhead tanks shall be filled within 2 hours and stop
with automatic sequential controller.
i) The power supply arrangement to the pumping station including XLPE 3.5 Core armoured cables of
suitable size shall be laid from sub-station with earthing arrangement.
j) The work shall contain required switchgear, starter, and capacitor with separate metering
arrangement including energy meter as per BEST/MSEDCL/TATA POWER/RELIANCE ENERGY
requirements.
k) The design should be got approved before execution from Engineer-in-charge.
161
l) Separate tested water meter with stand by water meter of ISI Mark & with Test Report, shall be provided
for each underground tank. The location of water meter should be nearest to the compound wall with approval
from MCGMs competent authority.
m) UPVC pipe of appropriate – class shall only be allowed for piping for pipe line.
n) Design shall be such as to ensure equal and simultaneously flow (tolerance ±15 min) for all tenements.
o) Testing of acceptance of the system as per B.I.S. with minimum of 5 kg/sq.cm. for internal and 7.5
kg/sq.cm. for all external pipes.
p) Teflon/Synthetic tape shall be used for jointing.
q) All UPVC pipes embedded in wall shall be well covered by bitumen dipped spun yarn.
r) At terrace level criss-crossing of pipe line shall not be permitted. All pipe lines shall run along the
parapet walls.
s) Shower Rose brass CP with swivel joining 50 dia. to be provided.
t) Water taps: All water taps should be of heavy class.
u) Stop cock should be provided for the wash basin and flushing tank. In addition to this stop cock
should also be provided at the entry of the water supply pipe into the tenement.
v) Deep seal nahani trap with grating to be providing in bath area, and below kitchen sink with appropriate
size as approved by EIC.
w) Aluminum ladder of 450 mm width of adequate length and structural sections shall be provided to
each of the overhead water storage tanks. The inclination, hand railing steps etc. shall be structurally sound
and safe to climb up all as approved by EIC.
2.1 SEWERAGE:
a) Single stack and one pipe system shall be accepted.
b) CI pipe for ground floor upto first inspection chamber and for above PVC pipes shall be used with Epoxy
joints. The pipes shall be fixed on proper MS flats brackets (50mm wide x 6 mm thick Mild steel
flats) and GI ‘U’ clamp and nuts with, 50 mm gap from wall.
c) All hidden joints shall be provided with flash stripes.
d) No joints shall be permitted in wall, slab or columns.
e) Rat-Guards shall be provided on the pipes.
f) Joints with floors/walls and fixtures shall be treated/caulked with Epoxy mortar. Joint filler for
PVC pipes shall be spun yarn soaked in cement 20mm deep further 20mm with CM: 1:2 and further top
with min 10 mm epoxy mortar finished at 45º.
g) Acceptance testing – smoke test.
h) C.I Nahani trap below kitchen sink is compulsory. “P” type bottle trap with PVC East pipe 40
mm dia for wash hand basin should be provided.
i) Single piece PVC pipe from WC upto flushing cistern to be provided.
j) No combined pipe for S.W. Drains and sewerage shall be permitted.
k) All P & S trap shall be deep seal with seal not less than 80 mm.
162
l) PVC will be accepted for soil and waste water pipes / C.I. pipe of required dia. is to be provided
upto 1st floor level.
m) PVC water spouts to be provided over the slab of in every W.C. & Bath.
n) All pipe lines shall be painted in oil paint of colour of external wall.
2.0 RAIN WATER PIPE:
a) Size shall be sufficient to carry storm water discharge due to rain fall intensity of 15. 87 cms/hr. and with
run off co-efficient of one.
b) Approved make PVC SWR grade ultra violet stabilized pipes conforming to IS 4985 with rubber grove
socket and with fittings conforming to B.S. 4514 shall be used with all accessories like, treated door
access, bends, shoes, access, chips etc. Complete and with C.I. gratings, PVC clamps.
c) No Spout for discharging rain water shall be allowed except for staircase mid landing, landing, and
balconies.
d) Accept Testing – hydraulic test or Smoke test as per direction of Engineer in charge.
e) All pipe line shall be suitably painted in oil paint.
2.0 INTERNAL ELECTRIFICATION:
a) Load to be distributed equally on all three phase.
b) ELCBS to be provided for each tenement.
c) Loop in system to be adopted for internal Electrification.
d) A separate meter box shall be provided in each building. Meter board, tested meter of appropriate
capacity and necessary copper wiring shall be provided by the developer. The meter should be 0.6 m.
above the ground level.
e) The work shall conform to the Bureau of Specification of India specifications (ISS 732).
f) Earthing should be relevant standard accepted by BEST/MSEDCL/TATA POWER/RELIANCE
ENERGY.
g) Separate energy meter should be provided for individual staircase / individual tenements / common
services.
h) The developer should get the meter board layout approved from BEST/MSEDCL/TATA
POWER/RELIANCE ENERGY before execution.
i) All distribution board shall be in Teak wood or 6 mm thick boiling water proof marine ply with laminated
top, brass hinges, brass hooks etc. or as per IS approved MS powder coated distribution box shall be
provided.
j) The meter door shutter shall be as specified and directed by the BEST/MSEDCL/TATA
POWER/RELIANCE ENERGY & or as directed.
163
k) Open PVC conduits separately for each tenement are to be provided for common TV antenna and
telephoned cables. These conduits will run through the staircase bay / light ventilation duct with junction
boxes and each tenement shall be provided with suitable outlets in the living room at a proper place.
164
DESIGN NORMS FOR AREA DEVELOPMDENT/SERVICES (ON-SITE)
5.1 WITHIN building complex: (ON SITE DEVELOPMENT)
All services within the building complex have been termed as “On-site development” or “Area Development”.
5.2 RECREATION GROUND (R. G. areas) in layout:
a) Layout R. G. areas shall be provided as per provisions in DCR.
b) The detailed landscape plan from Horticulturist shall be submitted.
c) That the entire layout R. G. areas shall be duly developed as per DCR, with hardscape & softscape
landscape in tune with Environmental Clearance (if MoEF NOC is required for project) and as per the
directives of undersigned, before asking for O. C. to rehab building.
d) The R.G. areas shall be maintained by the Developer for 6 months from the date of handing over of
all rehabilitation tenements after issuing O. C.
5.1 WATER SUPPLY:
a) Water supply network shall be design as per I.S. 779 & I.S. 2373-1968 latest version. Water meter
chambers of size 900 x 450 mm. clear with C.I. cover with locking arrangement shall be provided.
b) Acceptance testing – hydraulic test.
c) The water supply line shall be connected to the peripheral main/municipal main with prior approval of the
Competent Authority. Any additional cost for providing and fixing Specials, such as, Tees, Valves,
Ferrules etc., shall be born by the Contractor /Developer.
d) Separate connection of water supply and sewerage shall have to be made for each building and no service
lines should pass through any other building.
e) For water supply distribution network design following norms also be considered.
i) Minimum pressure : As per CPHEEO
ii) Minimum dia of peripheral main : 100 mm
iii) Distribution losses : 28%
iv) Transmission losses : 3%
v) Minimum residual pressure : 3.5 mtrs.
Note: The capacity of OHT/UWT and water distribution network shall be as per the ‘P Form’ and remarks issued
by Hydraulic Department of MCGM. That the detailed calculations for the proposed water supply shall be
submitted by the Lic. Plumber along with the sizes of pipes mentioned in ‘P Form’.
165
5.1 SEWERAGE:
a) The remarks from SP & PD, MCGM shall be obtained and work shall be executed
accordingly.
b) RCC NP2 or stone ware Glazed pipes of minimum 150mm. diameter or as per design shall be
provided.
c) 900 mm x 450 mm size (internal) chamber with pre-cast S.F.R.C. cover with frame shall be
provided. The maximum depth shall not exceed 1.2 m (bottom of channel to cover top). If
the depth exceeds 1.2 m. circular conical manholes of 1.2 m. dia. shall be provided.
d) Chamber shall be provided at every 20 m. distance and as per requirement of change of
diameter, direction, level and connections.
e) All sewerage pipes shall be supported on min. 75 mm. thick hard core and 75 mm. PCC M15
bedding with full encasing and the width of bedding shall be of outer dia of pipe plus 150 mm.
f) Wherever the drainage pipe crosses the road, the pipe line shall be NP2 Class. The bedding
shall be same as describe in (d) above.
g) All man hole covers within building shall be of heavy duty pre-cast fiber reinforced with M.S.
lapping with suitable pre-cast S.F.R.C. frame.
h) Acceptance test: smoke and hydraulic test as per B.I.S.
i) The sewerage line should be connected to the peripheral main /municipal main at suitable
location with prior approval of the Competent Authority.
5.1 ELECTRIFICATION :
1) The underground system with armoured cable shall be used and the same should be suitably protected as per
standard practice.
2) Cable ducts/Trenches shall be provided.
3) Separate Energy meter shall be provided for the area lighting / pump house, pump room, lift.
4) Fluorescent tube light fixtures to be provided for area lightning with general level of illumination on the
ground of 7 LUX.
5) Cabling, other electrification works and other related works from meter box to sub-station will be carried out
so as to satisfy BEST/Reliance/Tata POER/MSEDL’s requirement.
6) Cable (armored aluminum) from mini pillar to individual building along pathways and suitably laid and
protected as per standard practice.
7) Rules of Maharashtra State Electricity Board, Indian Electricity Acts / Rules and Rules of National Building
Code/shall be followed in that order.
8) Aluminum wiring shall be permitted.
9) Acceptance Testing: Certificate of Electrical Inspector, Govt. of Maharashtra.
10) Area lighting in the building should be provided.
166
11) Numbering on the energy meters, D.P. Switch to be done.
12) Adequate earthing to be provided as per Indian Electricity Act.
5.1 STREET LIGHTING/BUILDING LIGHTING:
a) Illumination level – 8 LUX on upto 6 M. wide road, 15 LUX on 10 & 15 M. wide road.
b) Separate underground armored standard aluminum cables of XLPE to be used of 1.1 K.V.
voltage grade.
c) System is to be designed for 240 v/250 volts. Maximum permissible drop I voltage shall be
4 v.
d) High pressure sodium vapor lamps of 70 watts for building lighting and 150 walts for street
lighting.
e) It will be desirable to provide controlling arrangement with automatic ON/OFF to be made with timer and
energy saving device.
f) Supply of street light to be fed from controlling point by providing at the street light mini-pillar separate
energy meter and protective devices.
g) Street light G.I. octagonal poles of 7.5 m., height above ground level shall be provided on suitable
foundation as approved.
h) Work shall confirm to provisions of Indian Electricity Act./MSEDCL/TATA POWER/RELIANCE
ENERGY Rules.
i) Load sanctions acceptance testing-Certificates of Electrical Inspector Maharashtra Sate, PWD,
MSEDCL/TATA POWER/RELIANCE ENERGY.
5.1 POWER SUPPLY:
ELECTRIC SUB-STATION:
(The scope of work of the developer will be as per the design approved by BEST/MSEDCL/TATA
POWER/RELIANCE ENERGY and will include other misc. items also.)
The following major items which are also required to be installed by the developer inside the built up sub-station.
5.2 POWER SUPPLY NETWORK :
The developer has to design, obtain approval of BEST/MSEDCL/TATA POWER/RELIANCE ENERGY, execute
and commission the entire power supply net work sub-station to individual building. The said works are to be
executed on behalf of BEST/MSEDCL/TATA POWER/RELIANCE ENERGY and the developer has to obtain
their approval in principle first. In fact, BEST/MSEDCL/TATA POWER/RELIANCE ENERGY’s approvals and
concurrence in writing is required to be taken at every stage, right from beginning to commissioning stage.
Substation shall have compound wall with gate min. 4.25 m wide. One additional fire hydrant 100 mm dia shall be
provided by developer on peripheral water supply net work near by the electric sub-station.
167
6.0 SPECIFICATIONS:
The specifications of Materials/Workmanship shall be as per the contract agreement or BEST/MSEDCL/TATA
POWER/RELIANCE ENERGY’s Specifications or relevant Bureau of Indian Standard (BIS), Standard
Specifications of Maharashtra State Govt. and or Standard Specifications of National Building Organization and or
the specification given by MCGM in that order. Any other specifications if proposed to be used shall be
specifically mentioned and got approved.
6.1 All material to be used in work shall confirm to relevant Indian standard specification and wherever available
ISI marked material only will be used. All material procured shall be subjected to relevant tests specified in BIS at
the frequency specified therein from any Govt. recognized laboratory such as National Test house IIT/Eng
College/Polytechnic/MCGM/MMRDA/PWD.
7.0 GURANTEE FOR DURABILITY OF STRUCTURES FOR 50 YEARS
7.1 The Contractor/Developer shall ensure that the structure of buildings constructed for the tenements are durable
and shall last for the design period of the structure.
7.2 The strength as well as durability shall be considered explicitly at design stage.
7.3 The structure shall be designed for loads and stresses as mentioned in IS 456 - 2000 as per provision of OCR.
The RCC designed of buildings shall be based on consideration of earthquake forces as per prevailing relevant IS
and seismic coefficient shall be assumed for calculation of earthquake forces as prevailing relevant IS codes. The
importance factor of the buildings shall be considered as 1.0.
7.4 There is danger in case of collapse to the lives of the people as the proposed structures are meant for
residential use. The Architect/L.S./Consultant/Contractor/Developer shall therefore be more cautious in design and
execution of the work.
7.5 For any type of foundation required for buildings in case, the soil and the sub-soil water at the site has high
sulphate and chloride content. The Contractor /Developer shall have to take almost precautions to obtain a dense,
concrete of low permeability.
7.6 The Contractor/Developer shall observe methods of controlling while designing and constructing various
mechanism of wear and deterioration of concrete so as to make the structure give satisfactory service and safety for
design life of the structure.
168
7.7 In observing the design controls, various codes of practice and design guides, which give recommendations on
durability, shall be followed. The minimum cement content, water cement ratio, minimum grade of concrete,
minimum cover to reinforcement for exposure conditions of environment in Mumbai city and suburbs and
surrounding region shall be strictly followed.
7.8 The mix design and concrete of various grades, shall be as per latest relevant IS specifications keeping in view
both strength and durability.
7.9 The concrete shall be of low permeability to be durable. For this purpose,
a) The concrete shall be strong and dense with low water cement ratio.
b) The concrete shall be compacted thoroughly.
c) Sufficient hydration of cement shall be ensured through proper curing methods.
d) The aggregate cement ration for given aggregate shall be sufficient to provide adequate workability with low
water cement ratio so that concrete can be compacted Use of plasticizer for workability without Increase In
water cement ratio, use of self compacting concrete where compaction Is difficult etc.
7.1The Contractor/Developer shall be responsible for non-deterioration of foundation, proposed by him for
design life of the structure and shall ensure the controlling system against the mechanism of their deterioration
keeping in view the high content of sulphate and chlorides in the soil and the sub-soil water.
7.2The Contractor/Developer shall be responsible for the durability of open foundation / pile foundation & RCC
pile caps, plinth beams, Super structure, columns, beams cast-in-situ walls of water tanks, lift shaft and machine
room etc.
7.3The Contractor/Developer shall be responsible for design life of the structure against the creep and long term
excessive deflection of slabs if used in specific and other structural members (where deflection is the criteria for
design) like slabs, beams, lintel etc.
7.4The Contractor/Developer shall ensure that the work is executed with adequate supervision- and that the
execution of construction complies with the specifications. For this purpose, the Contractor /Developer shall
carryout various tests on material and finished items as per PWD norms/relevant IS specifications.
7.5The curing affects primarily the concrete in the cover to the reinforcement and by definition this is the
concrete that protects the reinforcement from corrosion by the ingress of aggressive agent. The Contractor
/Developer shall therefore give very special attention to the curing of concrete. The period for curing mentioned
in the IS code shall be strictly adhered to. The water used for curing shall be potable.
169
7.6The Contractor/Developer shall give special attention to maintain the specified cover during execution as this
is very important to transfer the forces in the reinforcement, to provide fire resistance to the steel and to provide
an alkaline environment at the surface of the steel.
7.7The Contractor/Developer shall ensure in the design & construction that there shall be no excessive deflection,
creep & cracks in the structure beyond permissible limits.
8.0 IMPORTANT NOTE:
This is a Contract wherein the Contractor /Developer is required to do the structural design and construct the
buildings taking into account the requirements of the codes, professional practices, etc. It is not possible to
describe in details each and every item of the construction. However, some of the specifications of some of the
items have been incorporated in the tender to avoid discrepancies and to have an equal basis for comparison
amongst the Contractor/Developers. Certain items may not have been described in this document; however, they
form part of this contract as. The Contractor /Developer is supposed to construct the buildings as per
Architectect/L.S.’s drawings and complete the same in all respect so as to make the tenements habitable and safe.
The drawings and design for all services viz. electrical, sewerage, water supply, plumbing & sanitary, rain water
disposal etc. shall be submitted by the Contractor /Developer and got approved from MCGM’s concerned
departments and competent authority.
9.0 SUBMISSION REQUIREMENTS:
Two copies of reports/write up/design and five copies of drawings shall be given duly signed by the Structural /
Services Engineer, Contractor /Developer and proof Consultants.
i) Structural Design – Design criteria, method of analysis, method of design, schematic drawings,
references if any, durability considerations, specification, brief, preliminary design & calculations,
acceptance criteria, special reference to non-conventional concept, design be made, if the
Contractor /Developer is submitting his own design.
ii) System Designs for buildings & infrastructure works.
iii) Design brief including specifications and acceptance criteria for ON-SITE Development, and
preliminary design calculations.
iv) Brief on construction method and deployment of resources.
v) Quality Control/Assurance brief including proposed organizational set up testing facility and
frequency of testing for different materials.
vi) A site/layout plan showing the proposed development including services with north direction scale
(1:1000).
vii) Cluster plans showing ON-SITE development under the scope. Scale (1:500).
170
viii) Details of rehab units – Plans, Elevations, sections, type of foundations, founding level etc. Scale
(1:100)
ix) Soft copy of all above submission in a compact disk (CD).
7.0 The Contractor/Developer shall submit the following documents to Ashray Yojan Cell in required no.
of copies duly signed by the Architect/L.S./designer and Contractor /Developer.
1) Detailed layout with dimension for execution – Scale (1:200)
2) Detailed working drawing for each type of building – Scale 1:50.
3) Structural, water supply, plumbing, electrification design brief and calculation sheets.
4) Working structural drawings including bar bending.
5) Working drawing for ON-SITE development scale 1:50.
6) Quality Assurance System: This include detailed working programme with help of
professional Consultant associated with the work and also ensure the quality of work.
7) Quality Assurance Manual: A quality Assurance Manual constituting a base document out fixing
policy procedure, compliances, acceptance criteria and documentation etc.
8) MS project /PERT /CPM including material – labour, resources, planning and organizational chart.
The final copies shall be given only after obtaining approval of competent authority.
171