0% found this document useful (0 votes)
23 views40 pages

Tender No-189 SR No. 25 Notice No. 5 2022-23

Uploaded by

haresh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
23 views40 pages

Tender No-189 SR No. 25 Notice No. 5 2022-23

Uploaded by

haresh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 40

Tender Fee Rs.600.00 TENDER NO.

189/sr no-25
Earnest Money Rs. 4,149.00 Date of physical submission & Time: Date. 07/08/2023 at 12:00Hrs.
Contractor’s Name& Address Date of opening & Time:Date. 07/08/2023 at 03:30Hrs.

TENDER FORM
AHMEDABAD MUNICIPAL CORPORATION (SOUTH ZONE )
ENGINEERING DEPARTMENT

Name of Work :- œrûtKÍtul œtKejebzt Jtuzobtk ytJuj ftNeCtRle atje, nlwbtlle atje, CejJtmlt Atvht,
dturJkœ vxujle atje, dle bubKle atje, fzegtJt¤e atje suJe swœe swœe atjeytu <ubs Jtuzobtk yLg swœe swœe søgtyu
vtuÕgwNl <ubs ytuAt «uNhle Vhegtœ yk<od< vtKele jtRl ltFJtlt ftb ctc<.
Sr.
Rate Per Amount
No. Qty. Item
Transporting from AMC store and laying spigot and
socket New DI pipe line DI-k-9 pipes of various
classes with CI/DI/MS specials of following diameters.
Rate includes excavation up to minimum 1.0 mt.
depth from top of pipe / as per requirement in any
1
soil, refilling after laying pipe, covering and
temptation of carting surplus earth up to 30 mt.
lead and watering and compaction. Clearing the
site. All Joints shall be made tight & leak free etc.
comp. (As per previous tender Rates)
110.00 (B) 100 mm dia 64.00 Rmt. 7,040.00
45.00 (C) 150 mm dia. 78.00 Rmt. 3,510.00
4.00 (D) 200 mm dia. 94.00 Rmt. 376.00
4.00 (E)250 mm dia. 113.00 Rmt. 452.00
4.00 (F) 300 mm dia. 137.00 Rmt. 548.00
Only Removing & recover of existing CI/DI pipe line &
Specials, removing any type of joint , carting it to the
2 3
Muni. Stores as & where directed as per instruction of
Engg. In charge with excavation & refilling.
25.00 A 80 to 100 mm dia 64.00 Rmt. 1,600.00
25.00 (C) 150 mm dia. 78.00 Rmt 1,950.00
Removing & relaying of existing CI/DI pipe line &
Specials, Cleaning of pipe & Specials from Inside,
3 including excavation, refilling etc. comp. in line & level
with any type of joints as per instruction of engg. in
charge.
10.00 (B) 100 mm dia 64.00 Rmt. 640.00
8.00 (C) 150 mm dia. 78.00 Rmt. 624.00
3.00 (D) 200 mm dia. 94.00 Rmt. 282.00
3.00 (E)250 mm dia. 113.00 Rmt. 339.00
3.00 (F) 300 mm dia. 137.00 Rmt. 411.00
Labour charges for installing and jointing Sluice Valves
including loading, transporting from owner's store,
lowering in location to the required with excavation
refilling alignment by crane/ tripod and chain block
4
including cost of total nos. of nuts, bolts,
Necessary gaskets and excluding fixing of tail pieces
with lead & jute etc complete as directed by Engg.
in charge. (As per previous tender Rates)
5.00 (B) 80 to 100 mm dia 1411.00 No 7,055.00
3.00 (C) 150 mm dia. 1598.00 No 4,794.00
1.00 (c) 200 mm dia 2125.00 No 2,125.00
1.00 (d) 250 mm dia 3000.00 No 3,000.00
1.00 (e) 300 mm dia 3777.00 No 3,777.00
Labour Charges for removing and recover of ex. C.I.
Sluice valve with tail pieces and carting it up to
Muni.Store or site as per instruction of Engg. In charge
5
item include. necessary Excavation, removing or
making joints, refilling etc.comp. as directed by Engg
in charge.
1.00 (A) 80 mm dia 610 No 610.00
1.00 (B) 100 mm dia 830 No 830.00
1.00 (C) 150 mm dia. 1000 No 1,000.00
1.00 (D) 200 mm dia 1260 No 1,260.00
Cutting of existing pipelines of following diameters
including carting of nece. specials from AMC store to
site and from site to AMC store (recovered
materials) nace. labours for excavation, jodan &
backfilling fitter, supervisor, etc. complete. Rate
6
also includes electric cutter, dewatering pump fuel
and transportation of machineries, chain pulley
block if requires working at an instructed specific
time of day or night etc. complete. (As per
previous tender Rates)
1.00 (A) 80 mm dia 1125.00 No 1,125.00
15.00 (B) 100 mm dia 1446.00 No 21,690.00
5.00 (C) 150 mm dia. 1464.00 No 7,320.00
3.00 (D) 200 mm dia. 2455.00 No 7,365.00
1.00 (E)250 mm dia. 3170.00 No 3,170.00
1.00 (F) 300 mm dia. 5143.00 No 5,143.00
Labours charges for collecting specials from
Municipals store loading , transportation, unloading
to the site, laying and fixing CI specials inclusive of
7 700.00 all jointing materials like lead, spun etc.and labour, 21.00 Kg. 14,700.00
exacavation re-filling and nece. dewatering as per
instrucation of engg. incharge (As per previous
tender Rates)
Labour charges for recovering CI specials from old line
by heating the old joints by gas / any heating device
8 75.00 and recovering the fittings in re-usable condition and 11.00 kgs. 825.00
loading, carting, unloading them to nearby Municipal
stores.
Fixing of valve Road box incl .locating valve, nece.
excavation, Brick Masonary,PCC work. Item also
9 2.00 446.00 Nos 892.00
inclues cartring form AMC store to site. Etc.Comp.
as directed
Labour charges for repairing of lekage CI/DI pipe line
of following diameter at different places including
necessary excavation manually or by machinery,
removing of mud, dewatering, cleaning of pipe,
cutting of pipe, Jointing & repairing using CID joints
10
including CID joints, rubber rings, nut bolts, hiring
excavator, Hydra/ Crane, dewatering machine,
fuel, operator etc complete ( including cost of
jointing material but excluding cost of pipe) (GWSSB
SOR 22-23 SECTION 1 G I.NO.3)
20.00 100 mm 1799.00 No 35,980.00
10.00 150 mm 2496.00 No 24,960.00
3.00 200 mm 3420.00 No 10,260.00
2.00 250 mm 4622.00 No 9,244.00
Excavation for trial pit for location of existing line
including excavation of any depth including
11 50 290.00 No 14,500.00
refilling, watering etc. Comp (As per previous tender
Rates)
Providing and Making hole for House connection on
12 C.I./D.I. or M.S. with labour cost. Instruction of
engg. In charge (As per previous tender Rates)
50.00 A) 15 mm Dia 313.00 No 15,650.00
2.00 B) 20 mm Dia 402.00 No 804.00
1.00 C) 25 mm Dia 536.00 No 536.00
1.00 D) 32 mm Dia 670.00 No 670.00
1.00 D) 40 mm Dia 1786.00 No 1,786.00
2.00 E) 50 mm Dia 2679.00 No 5,358.00
Labour for change of GI water pipe line up to
13 1.00 35.00 Rmt. 35.00
customer end.(in Muni.Limit)
Labour Work for temp Jodan of ex.line for running
water supply incl making collar between gap of pipe &
14 8.00 300.00 No 2,400.00
jointing with jute & day after removing all this as per
inst etc.comp as dire.
Labour charges for doing washout of water pipe
line at end including necessary excavation of pit,
allowing the water to flow for 15 minutes twice or
15 70.00 670.00 No 46,900.00
thrice as per site condition during supply hour,
dewatering the pit and plugging with existing
wooden butch and refilling the pit .etc. comp .as per
instruction (As per previous tender Rates)
Supplying wooden taper butches from jungle wood
16 (Like limda, ambo) Etc. comp. (As per previous tender
Rates)
25.00 (A) 15 Mm dia. to 20 MM dia. 13.00 No 325.00
20.00 (B) 25 Mm dia. to 37 MM dia. 18.00 No 360.00
4.00 (C) 50 Mm dia. 89.00 No 356.00
25.00 (D) 80 mm dia to 100 mm dia line 313.00 No 7,825.00
5.00 (E) 150 mm dia 446.00 No 2,230.00
3.00 (F) 200 mm dia 714.00 No 2,142.00
P/S OF good quality of rubber rings for following dia
17 0.00 0.00
meter.
8.00 (A) 80 mm dia 22.00 No 176.00
8.00 (B) 100 mm dia 45.00 No 360.00
4.00 (C) 150 mm dia. 54.00 No 216.00
2.00 (D) 200 mm dia. 94.00 No 188.00
2.00 (E)250 mm dia. 125.00 No 250.00
Providing, Supplying and fixing ISI mark approved
18 quality for ferrul connecting to existing CI/DI pipe
line of water tight joints per inst.of engg. in charge
1.00 (A) 15 mm dia 223.00 No 223.00
1.00 (B) 20 mm dia 313.00 No 313.00
1.00 (C) 20 mm dia 491.00 No 491.00
Conveyance charge of earth, lime, murrum, building
rubbish, manual garbage, sludge, excavated rock , fly
19 40.00 140.37 Cu.M 5,614.80
ash, aggregate of any kind etc complete up to 15.0 KM
lead.
Extra rate over item of excavation of earth for
excavation of asphalt pavement of thickness upto
20 0.20 meter including demolishing the asphalt
carpet, metal, soiling etc. comp. with stacking the
material as directed. (As per Road ARC tender 22-23)
23.00 up to 0.20 meter thickness (By Manual) 71.10 smt 1,635.30
0.20 to 0.30 meter (By any type of Breaker
15.00 Machine or R.C.C.Cutter machine including cost 177.76 smt 2,666.40
of operator, fuel & transportation etc complete.
Providing & Supplying JCB Machine on rental basis in
case of emergency situation and break down type
work & also during unavoidable condition as per
instruction of engg.incharge , rate includes all nece.
21 20.00 shifting, fuel and operating charges and stacking of 600.00 hr 12,000.00
useful & non-useful materials separately up to store.
(No payment should be allowed for non working
condition of machinery and for pipe line excavation
and laying work)
Dewatering by pumping set of required
22 16.00 18.32 Hr 293.12
capacity including temporary platform carting
pumping at site and fixing the same in position
including all accessories, and fuel and labour etc.
Complete (A) Pump set of Capacity (GWSSB
SOR 22-23 Section 2E-miscellaneous Item no. 1)
Supplying Pneumatic Breaker Machine for RCC Slab or
Asphalt Demolishing Work on site by using Operator,
23 20.00 600 hr 12,000.00
fuel, power Supply etc. Complete as Directed. (As per
previous tender Rates)
Providing, laying and jointing in true line and level
U.P.V.C pipe (SCH - 40) of following dia. including
fittings of standard make as approved by Engineer -
in - charge. Pipe shall be fixed on the wall with the
24 help of clamp at every shall be concealed as
directed including necessary Tee ,bend, any joint &
any fittings etc. including testing of pipe and joints and
fixing the same with adhesive solvent, including cost
of all materials (Building SOR 21-22 )
a 5.00 15 mm (I.code no. 23061) 84.87 Rmt. 424.35
b 3.00 25 mm (I.code no. 23062) 107.29 Rmt. 321.87
c 3.00 32 mm (I.code no.23063) 139.2 Rmt. 417.60
d 3.00 40 mm (I.code no. 23064) 173.03 Rmt. 519.09
e 3.00 50 mm (I.code no. 23065) 228.61 Rmt. 685.83
Removing any kind of pavement incl stacking of
25 80.00 serviceble material disposal of unserviceble material 14.00 Smt 1120.00
with 50 meter lead and lift.
Supplying, labour for excavation of all types of soil at
any depth including excavation of asphalt pavement
of any thickness, demolition of brick work in CM
26 of any proportion including stacking of serviceable
materials and disposal of unserviceable material etc.
comp. as directed.
Mazdoor at day /night (As per min.wages circular of
120.00 363.30 No 43,596.00
GOG)
Fitter at day / Night (As per min.wages circular of
8.00 380.30 No 3,042.40
GOG)
13.00 Makadam/ supervision/Fitter at day / Night 379.45 No 4,932.85
Repairing damaged M.H. and rasing M.H. up to road
level incl. removing damaged brick work and repairing
by brick masonry in C.M. 1:5 and plaster in C.M. 1:3
27
and fixing C.I.steps and existing MH sheet cover,
removing the debris from MH and carting the same as
directed. (Based on Drainage SOR 2009-10)
4.00 (A) up to 0.15 mt. (@ Two Coarse) 732.14 no 2928.57
3.00 (B) up to 0.35mt. (@ Four Coarse) 1160.71 no 3482.14
Repairing damaged I.C./ Raising removing damaged
brick work and repairing by brick masonry in C.M. 1:5
and plaster in C.M. 1:3 and fixing C.I. steps and
28 10.00 401.79 no 4017.86
existing chamber sheet cover, removing the debris
from chamber and carting the same as directed.
(Based on Drainage SOR 2009-10)
Providing and supplying and jointing ISI mark only
standard length stoneware pipes of following class
and diameter including excavation for laying of pipes,
insurance, transportation, freight charges, octroi,
inspection charges, loading, unloading, conveyance to
29 departmental stores, stacking etc. compl. (IS651/1989
or its latest revision) including labour work for
lowering, laying, joiting with cement mortar (1:1)
proportion, proper postion, grade and alignment and
all level as directed by engineer in charge including
store to site of work jointing material etc complete..
Class AA
a 6.00 100 mm dia Rmt 993.12
165.52
b 6.00 150 mm dia 242.98 Rmt 1457.88
c 6.00 230 mm dia 400.54 Rmt 2403.24
Providing & Supplying And Fixing Following Size
Spindle For Sluice Valve Of Following Size. The Rate Is
inclusive of removing exsting damaged spindle, take it
away & replacing a new spindle of the same size &
shape made from gun metal/stainless steel or mild
30
steel as the case may be the rate is also inclusive of
excavation, removing/refixing the spindle with req nut
bolts rubber gasket, gallen dori etc and making the
valve feeting leak proof. (Up to 150 mm) (Approved
Rate)
a 2.00 (Up to 150 mm) 1008.93 No. 2017.86
b 2.00 (Up to 300 mm) 1160.71 No. 2321.43
Providing & Supplying And Fixing Following Size Check
nut For Sluice Valve Of Following Size. The Rate Is
inclusive of removing exsting damaged Check nut,
take it away & replacing a new Check nut of the same
size & shape made from gun metal/stainless steel or
31
mild steel as the case may be the rate is also inclusive
of excavation, removing/refixing the Check nut with
req nut bolts rubber gasket, gallen dori etc and
making the valve feeting leak proof. (Up to 150 mm)
(Approved Rate)
a 2.00 (Up to 150 mm) 535.71 No. 1071.43
b 2.00 (Up to 300 mm) 714.29 No. 1428.57
Providing, supplying and laying diff dia sluice valves
galen dory leakage reparing the excavation in any type
32 2.00 343.75 No 687.50
of soil, refiling, necessary nuts, boults etc complete
engg in charge
Barricading the entire break down or excavated
area on rental basis using wooden ballies / M.S.
angles at max. 2.00 meter centre to centre, C.G.I.
Sheet, reflective paint / Board outside to avoid
accident & for smooth traffic diversion &
movement including cautionary board etc. Item
33 40.00 344.75 No 13790.00
also includes for making temporary sufficient nos of
lighting arrangement throughout the work with
necessary required arrangement. ..The same shall be
removed after completion of work. (Only for break
down work from start to complete) (As per previous
ARC tender rates)
TOTAL Rs. 4,14,860.21

%ABOVE

OR
% BELOW

CONTRACTOR’S SIGN ADDL. CITY ENGINEER.


(SOUTH ZONE)
AHMEDABAD MUNICIPAL
CORPORATION
"South Zone Office", Opp. Fire Station, Rambaug, Maninagar , Ahmedabad - 380
008.
Municipal Commissioner invites Percentage Rate sealed tenders from interested contractors
for
“œrûtKÍtul œtKejebzt Jtuzobtk ytJuj ftNeCtRle atje, nlwbtlle atje, CejJtmlt Atvht, dturJkœ vxujle atje,
dle bubKle atje, fzegtJt¤e atje suJe swœe swœe atjeytu <ubs Jtuzobtk yLg swœe swœe søgtyu vtuÕgwNl <ubs ytuAt
«uNhle Vhegtœ yk<od< vtKele jtRl ltFJtlt ftb ctc<.”
1 Name of work “œrûtKÍtul œtKejebzt Jtuzobtk ytJuj ftNeCtRle atje, nlwbtlle atje, CejJtmlt Atvht,
dturJkœ vxujle atje, dle bubKle atje, fzegtJt¤e atje suJe swœe swœe atjeytu <ubs Jtuzobtk
yLg swœe swœe søgtyu vtuÕgwNl <ubs ytuAt «uNhle Vhegtœ yk<od< vtKele jtRl ltFJtlt
ftb ctc<.”
2 Time Limit 12 (TWELVE) months
3 Tender Validity Period 90 days
4 Eligibility Criteria Register “E-2” class in PWD in Govt. R&B/CPWD/AMC or
equivalent registration with any other state Govt. or institutions..
5 Estimated Cost put to tender Rs. 4,14,860.21
6 Earnest Money Deposit Rs. 4,149.00 (Demand Draft or Bank Guarantee in favour of Municipal
Commissioner, Ahmedabad /) To be submitted as prescribed in 9.0 below.
Demand Draft or Bank Guarantee shall be from Nationalized Bank /
Sheduled Bank and valid for 180 days.(As per AMC finance
dept.circular No-5 Dt.5/5/07 & F.D. Circular No. 29 Dt. 7/08/2010

7 Security Deposit 5 % of the Tender Amount in form of Bank Guarantee / Demand Draft

8 Tender fees Rs.600.00 Demand Draft in favour of Municipal Commissioner, Ahmedabad)


(Non refundable)
9 Submission of EMD and In separate sealed cover each for EMD and Tender Fees along with Tender
Tender Fees as described in the invitation of tender and submitted to Assistant
Manager(South zone) , South zone office, Rambaug, Maninagar Ahmedabad
10 Tenders issue date Tenders from the AMC website www.ahmedabadcity.gov.in shall be
downloaded
11 Last date of receiving from ----------- up to 12.00 Hrs. only. The tenders received after this date and
Dt. 07/08/2023
Tenders. time will not be entertained under any circumstances.

12 Date of Opening Dt.07/08/2023 up to 3.30 Hrs to Assistant Manager / Dy.C.E.(S/Z) office, 2nd
Floor, South Zone Office, Opp. Fire Station, Maninagar, Ahmedabad-380008
13 Mode of sending the Tender Document shall be submitted in sealed envelope systems By RPAD/Speed
Documents post/Hand Delivery in sealed covers in Duplicate ( One Original & One
Duplicate) duly sign & seal by contractor .
14 Terms, Condition, & All general condition of contract of Form B1 condition of contract shall be
Specification applicable.
15 Defect &Liability Period As per form B-1
16 Compansation for Delay Rs.0.01 % of the Contract value per day from the date of delaying the said
work up to the date of completion.
17 E.P.F Act As per Account Department Circular No-37 Dt.09/08/2018.
18 GST GST Rate will be paid wherever is applicable as per A.M.C policy/circular as
decided by Authority.

Seal and Signature of the Bidder Addl City Engineer


(South Zone)
General terms & conditions

1. A booklet of FORM B-1 of Gujarat State Roads & Building Department / Water Resources
Department with the latest correction slips may be referred. (only English version)
2. In the specification “as directed" / "approved" shall be taken to mean "as directed /
"approved" by the Engineering in charge.
3. Wherever a reference to any Indian standard appears in the specifications, it shall be taken
to mean as reference to the latest edition of the same of force on the date of agreement.
4. In "Mode of measurement" in the specifications wherever a dispute arises in the absence of
specific mention for a particulars point / aspect, the same in the relevant Indian Standards
shall be referred to.
5. All measurement and computations, unless otherwise specified shall be carried out nearest
to the following limits :-
i) Length, width and depth, Height 0.01 Meter
ii) Areas 0.01 Sq.mts.
iii) Cubic contents 0.01 Cu.mts.
In recording dimensions of work, the sequence of length, width and height (Depth) or
thickness shall be followed.
6. Definite particulars covered in the items of work, though not mentioned or elucidate in its
specifications shall be deemed to be included therein.
7. Approval of the samples of various materials given by the Engineer in charge or AMC's
Consultant shall not absolve the contractor from the responsibility of replacing defective
materials brought on site or materials used in the work found defective at a later date. The
contractor shall have no claim to any payment or compensation whatsoever on account of
any such materials being rejected by the Engineer in charge.
8. The contractor’s rate for the item of work shall be for the work completed in all respect.
9. All materials including those of electrical shall be got approved by the Engineer in charge/
Architect before using them in the work.
10. Materials as and when rejected by the Engineer in charge or AMC's Consultant shall be
removed from the site of work within 24 hours.
11. All work shall be carried out in a manner applying the best technique.
12. All tools, templates, machinery and equipment for correct execution of the work as well as
for checking lines, levels, alignment of the works & all precautionary measures during
execution shall have to be kept in sufficient numbers and in good working condition at the
site of the work.
13. Special modes of the construction not adopted in general Engineering practice, if proposed
to be adopted by the contractor shall be considered only if the contractor provided
satisfactory evidence that such special mode of construction and completion of work to the
required strength and quality. Acceptance of the same by the Engineer in charge shall not
however, absolve the contractor from the responsibility of any adverse effect and
concordance of adopting the same in the course of exaction or completion of the work.
14. The contractor shall be responsible for observing the rules and regulation imposed under
the "Minor Mineral Act", and such other laws and rules prescribed by the Government from
time to time.
15. All necessary safety measures and precautions (incl. those laid down in the various relevant
Indian Standard) shall be taken to engrave the safety of men, materials and machinery on
the work and also of the work itself.
16. Quantity may increase or decrease looking to the quantum of actual work for which no any
claim shall be entertained by A.M.C.
17. Contractor shall have to execute extra item as per terms and conditions of AMC if required.
18. The work in general shall be carried out as per standard specifications of the relevant items
to be executed & as per the instruction of Engineer in charge & as per the guidance of
AMC's Consultant for this project.
19. The general terms & conditions of the contract shall be applicable & shall be binding on the
contractor. The contract agreement shall have to be executed between AMC & the agency
to which work is awarded for execution.
20. The time limit shall be reckoned after 10 days from the date of issue of the written work
order to the contractor or actual possession of site. No time extension will be granted under
any circumstances.
21. In case of any ambiguity in specifications mentioned in this Bid, the interpretation given by
City Engineer of A.M.C. will be final and binding to the Contractor.
22. The quantities of items in BOQ (Bill of Quantities) may vary in case of necessity arises.
23. Water Supply: The contractor shall arrange at his own cost, a suitable supply of piped water
for the construction of the works and provide a satisfactory supply of potable water for
drinking, washing, sanitation and cleaning down. The contractor will be responsible for all
the costs where applicable of connection, meter installation, water consumed, water
required for testing purposes, disconnection and the laying, maintenances and ultimate
removal of any distribution system around the site.
24. Electricity: Electric supply will be made available at the site by the Corporation but the
contractor must make his own arrangements with the Corporation and Electricity Supply
Authorities and with other contractors to connect and to take a supply from such services,
paying all costs in connection therewith.
The Contractor shall be entitled to use supply Electricity as may be available on the site
for purpose of the work and shall pay such charges as is fixed by the appropriate supply
Authorities.
In case there is any delay in supply of power site of any interruption or fault in the
power during the work. No compensation shall be paid for idle labor staff, machineries and
for use of diesel operating sets etc. as the case may be.
25. Contactor shall submit all the valid/certified documents in support of their initial/eligibility
criteria mentioned above along with the bid. They shall have also to submit the income tax
clearance certificate and solvency certificate.
26. No advance such as machinery advance, mobilization advance or materials advance will be
given.
27. Conditional Bid will not be accepted.
28. The contractor shall get the electrical works executed through the authorized Government
approved licensed electrical person or firm in appropriate category in accordance to
contractual provisions.
29. The electrical works shall be carried out strictly in accordance with the directives issued by
Engineer in charge.
30. Contractors shall not have any dispute or claim for any kind of compensations
(i) If the quantity stipulated in the Bid items varies or the scope of work changes &
thereby total amount of work increases/ decreases.
(ii) If the works gets delayed/ postpones for some administrative/ technical decision
what so ever.
31. In case of any dispute, decision of Municipal Commissioner shall be final and binding on
the contractors.
32. All pages shall be signed by the bidder before submitting the bid.
33. Bid which do not fulfill all or any of conditions or are submitted incomplete in any respect
will be rejected. Municipal Commissioner reserves the rights to increase/decrease the scope
of work. No any claim to that effect shall be entertained. The Municipal Commissioner also
reserves the right to reject any or all the Bids without assigning any reason thereof.
34. 1% of the billed amount for work done this work shall be deducted from each running
account bills of the contracts in accordance with the provisions of the building and other
construction workers welfare Cess Act 1996. (Govt. of Gujarat G.R.No. CWA-2004-841-
M-3 Dated 30-01-2006)
35. As per AMC’s Finance department circular no.38/ Dt.21/11/022 and approval of competent
authority, rate of all the items are taken without GST and prevailing GST will be payable.

Signature of contractor with seal Additional City Engineer (S.Z)


Date Ahmedabad Municipal Corporation
FORM OF BANK GUARANTEE
Where as M/s.
........................................................................................................... (here in after
called the Tenderer) is desirous and preferred to tender for works in accordance with the ter
..................................................................................................................

1 .Therefore. We hereby affirm that -we are guarantors on behalf of the Tenderer up
to total rupees.................................(in words................................................................)
Rs. (in figures) and we undertake to pay to Municipal Commissioner,
Ahmedabad Municipal Corporation, A'bad specified up to his first written demand, without
demur without delay and without the necessity of a previous of judicial or administrative
procedures and without the necessity to prove to the Bank the defects or short comings or
debits of the contractor any sum within the limit of Rs.....................................................

2. We further agree that the Guarantee herein contemned shall remain in full force and effect
during the period that would be taken for the acceptance of tender.
However unless a demand of claim under this guarantee is made on its in writing on or
before the (Date to be specified will not he less than 180 days from the stipulated date of
receiving the tender) we shall be discharge form all liabilities under the guarantee thereafter.
.
3. We undertake not to revoke the guarantee during it currency except with the
previous consent of the Municipal Commissioner, Ahmedabad Municipal Corporation, A'bad
in writing.
.
4. We lastly undertake not to revoke the guarantee for any charge in constitution of the Tenderer or

of the Bank.

Date:
Signature & Seal of
Guarantor........................... Bank
. Address.......................................................
5. The contractors shall have to furnish income tax clearance certificate before his tender is
accepted and intimate assessment number and ward under which he is assessed.

6. Copies of certificate as regards previous experience, if any, must accompany the tender.

Signature of Contractor Add.C.E (S.Z) Dy. Municipal Commissioner


Date Ahmedabad Municipal Corporation
Ahmedabad.
yb>tJt> BGþrlrmrvj ftuvtuohuNl

œrûtKÍtul- Esluh Ftðþ

yt ftb btxu ftuLx[tfxhu Ftm JtkaJt ylu ægtlbtk htFJt ylu ybj fhJtle Nh< leau Bþsc
Au.

"yt ftblt >huf ytExblt sÚ&tbtk ~ËLg &e cMmtu xftle JD^x &Jt mkCJ Au. ftuE ytExbltu
CtJ J^thtu ytvJtbtk ytJNu lrn. yBþf søgtyu swlt vÚ&h s VheJth heEMxux fhJtlt &Nu. <uJe >huf
ytExbbtk J^^x &tg fu ytExb yufÍefGþx l &tg <uÔþk vK clNu. ytlt btxu ftuEvK «fthle J¤<hle
btkdKe fhJtle hnuNu lrn fu CtJ J^thtu, vK ytvJtltu &Nu lrn. <ult btxu Ãþh<tk mt^ltu ylu bsqhtu ntug,
yuf mt&u yluf søgtytuyu ftb fhJtle ûtb<t ntug <ubKu s rJathelu xuLzh ChÔþk. bsqhtu l&e fu dtbzu
s<t hÌtt Au fu ntu¤e, lJhtºte, r>Jt¤e, jøl meÍl fu yLg <nuJthtubkt fu «mkdtubtk bsqhtu ytJ<t l&e
<uJt fu ceò ftuEvK cntlt nuX¤ ftb ck^ htFe NftNu lrn yLg&t vulÕxe fhJtle m•tt yuze.mexe
yuLSlegh©elu hnuNu fu MËalt fh<t ytuAt bsqhtu ytJu <ulu je^u fhJtbtk ytJNu." yt Nh< sulu bkswh ntug <uKu
s xuLzh ChÔþk.

ftuLx[tfxhle mne yuze.mexe.yuLS.


rm¬t ylu btuctEj lkch (œrûtKÍtul)
AHMEDABAD MUNICIPAL
CORPORATION ENGGNIERING
DEPARTMENT GENERAL
SPECIFICATION

Time limit for the work shall be 12 (TWELVE) months after the order to start the works. Progress
of work should be in proportion to time limit. The details of reinforcement of R.C.C. work shall be as per
design and instructions of Add. City Engineer and his order will be considered final.

The contractor shall have to maintain account of steel, cement and other materials that may be brought by
him on site. This account shall be regularly maintained and kept open for inspection by Municipal Staff.
Watering of all the items shall be as per instructions otherwise no payment shall be made to contractors.
Mixing of concrete shall be done by concrete mixer machine. Arrangements of binding vibrator for
R.C.C. works if required shall have to be made by the contractor.

The contractor shall be remain responsible for Workmen’s compensation if any accident. The contractor
shall arrange for barricading at night and arrangement of Pagi at night to direct the traffic. He shall be
responsible for any damage to public. If any incident happen, during the execution of work. In case of
dispute for unseen or overlooked items the decision of the Dy. City Engineer shall be final. The contractor
shall have to give site clean of all rubbish during the work and at the time of completion of work and
hand over the site with final finishing of the work as directed. All the rejected materials shall be
removed from site within 24 hours by contractor at this risk and cost. Debris shall have to cart daily from
site.

For mixing mortar either for masonry or for plaster or for any other purpose contractor shall have to
prepare through of bigger size and mix the mortar in the required proportion. In on case he shall be allowed
to mix the mortar either on floor or any finished surfaces. The contractor shall have to make his own
arrangement for water required for the work.

If any extra item crops up during the progress of work the same shall be carried out by the contractor and
he shall be paid at the rate fixed by Add.C.E. as per the rate analysis based on latest SOR or if item
is not available in SOR than based on current market rates. In case of extra item decision of Add. City
Engg. shall remain final regarding rate.

If in the interest of the Corporation it is necessary to change either any site or the design of the propose
work the contractor shall carry out the same at his quoted rates without charges any extra and the
contractor will have to carry out the works and he will be paid at the rate quoted by him. No claim
for extra rate for subsequent changes in site and design is entertained.

The cubical contents of the cement bag shall be taken as 1-20 cft. Per bag and the contractors shall have
to prepare the measures boxes according to this measure.

Octroi exemption passes shall not be given for any materials required for the work. Contractor will be
fully responsible for compliance of the various provisions under contract Act. 1970 and the Rules framed
the to under.

The tender for the work shall remain open for a period (90) days from the date of opening of the tenders
for this work and that the tenderer shall not be allowed to withdraw on modify the offer on his own
during the period. If any tenderer withdraw or makes any modifications or addition in the terms and
conditions of his tender not acceptable to the Municipal Corporation the Municipal Corporation shall
without prejudice to any right or remedy be at liberty to forfeit in full the said earnest money and black list
the contractor.

If work is not started within specified time limit i.e. within Fifteen days from the date of order to start
the work the penalty of the 0.01% tender Amount per day of delay of start shall be recovered separately
from the immediate bills payable to the contractor. Contractor has to make his own arrangement for
procurement of steel and cement.
Contractors should note the following conditions carefully:-

i) Conditional tender shall not be accepted.


ii) All tenders are to be submitted in duplicate without which the tenders are liable to be
rejected.
iii) In case of tender downloaded from website, tender fee & EMD should be submitted in form
of demand draft
iv) Condition of Form - B1 Standard Specification of material & code of practice will be
applicable. Form B1 can be is available in website. Specification shall be as per ' R& B Dept.
- Govt. of Gujarat booklets of Building Works & and Road Works Specifications published
by Gujarat Book Depot, Sector-21. Gandhinagar.

CONTRACTOR'SSIGNATURE ADDL.CITYENGINEER
& STAMP (South
Zone) Mobile No.:-
SPECIFICAIONS

ftblwk ltb :- œrûtKÍtul œtKejebzt Jtuzobtk ytJuj ftNeCtRle atje, nlwbtlle atje, CejJtmlt Atvht, dturJkœ vxujle
atje, dle bubKle atje, fzegtJt¤e atje suJe swœe swœe atjeytu <ubs Jtuzobtk yLg swœe swœe søgtyu
vtuÕgwNl <ubs ytuAt «uNhle Vhegtœ yk<od< vtKele jtRl ltFJtlt ftb ctc<.

Item No. 1 :- Transporting from AMC store and laying spigot and socket New DI pipe
line DI-k-9 pipes of various classes with CI/DI/MS specials of following
diameters. Rate includes excavation up to minimum 1.0 mt. depth from
top of pipe / as per requirement in any soil, refilling after laying pipe,
covering and temptation of carting surplus earth up to 30 mt.
lead and watering and compaction. Clearing the site. All Joints shall
be made tight & leak free etc. comp. (As per previous tender Rates).

Transporting from AMC store water pipe line including disconnecting


specials, valves,and jointing materials. Carting the recovered pipe lines etc. to the Muni. Store
and includes stacking properly as directed including necessary excavation and refilling trenches
etc. complete

The Payment shall be made on Rmt.basis for all the jointing work made for this work.

Item No. 2 :- Only Removing & recover of existing CI/DI pipe line & Specials, removing
any type of joint , carting it to the Muni. Stores as & where directed
as per instruction of Engg. In charge with excavation & refilling.
(a) 80 mm to 100 mm dia (b)150 mm dia.
&
Item No. 3 :- Removing & relaying of existing CI/DI pipe line & Specials, Cleaning of pipe
& Specials from Inside, including excavation, refilling etc. comp. in line &
level with any type of joints as per instruction of engg. in charge. (a) 100 mm
dia. (b) 150 mm dia. (c) 200 mm dia. (d) 250 mm dia. (e) 300 mm dia
Specifications for Item No. 2 & 3 are as under
Labour charges includes clearing recovered pipes by means of long rigid pipe
of suitable length. Pipe should be cleaned from inside. The contractor should remove all clots
and rusted parts from inside pipe surface.
This Specification covers the requirements for collecting from Municipal Stores
or contractor’s stack yard transportation of cast to work sites, laying, jointing and field
testing of cast iron pipes and fittings for the water distribution Network.
Cast iron/ Ductile iron pipes and fittings shall be transported from the Municipal Stores
or contractor’s stack yard to the work sites at places along the alignment of pipeline as
directed by Owner/Engineer. The Contractor shall be responsible for the safety of pipes
and fitting in transit, loading/unloading. Every care shall be exercised in handling pipes and
fittings to avoid damage. While unloading, the pipes and fittings shall not be thrown down
from the truck on the hard surfaces. They shall be unloaded on timber skids with
steadying ropes of by any other means. Padding shall be provided between coated pipes,
fittings and skids to avoid damage to the coating. Suitable gaps between pipes should be
left at intervals in order to permit access from one side to the other. In case of spigot
socket pipes, care should be taken regarding orientations of pipes while unloading. As far
as possible pipes shall be unloaded on one side of the stretch only. The pipes shall be
checked for any visible damage (such as broken edges, cracking or spalling of pipe ) while
unloading and shall be sorted out for reclamation. Any pipe which shows sufficient damage
to precude it from being used shall be discarded. Dragging of pipes and fittings along
concrete and similar pavement with hard surfaces shall be prohibited. necessary warning
boards and lamps should be provided in front and side of pipes to avoid any accident.
Pipes should be stacked with sufficient packing to prevent rolling of the same. Contractor
will be fully responsible for any accident due to pipes or other materials stacked on site of
yard. Contractor will be fully responsible for any legal formalities arising due to such
accident and all legal compensations and legal charges there of shall be paid by contractor
of will be recovered from his running bill of the same or other AMC works.
LAYING / RELAYING OF RECOVERED PIPES GENERAL
The Contractor shall visit the site before tendering and get himself acquainted site
condition and the regulations regarding the laying of pipes in congested areas, heavy traffic areas
etc. The successful bidder shall take the necessary permission and clearance of all the authorities like
department of roads, traffic water supply and the drainage, electricity board, telephone company etc.
wherever necessary.
Road reinstatement shall not be included in back filling unless specified.To protect person from
injury and to avoid damage to property, adequate barricades, construction signs, red lanterns and
guards as required shall be placed and maintained during the progress of the construction work
and until it is safe for the traffic to use the roadways. The relevant Indian Standards and the rules
and regulations of the local authorities in regards to safety provisions shall be observed.General
lighting for works site, warning lights, sign boards, fencing etc. shall be provided by contractor at his own
cost.Water for testing C.I pipes and fitting at work site shall be arranged by contractor at his own
cost.Dragging of pipes and fittings along concrete and similar pavements wit hard surface shall be
prohibited.
EXCAVATION
Before excavating the trench, the alignment of pipeline shall be approved by
Owner/Engineer. The excavation for trenches and pits for manholes/chambers shall be carried out in
accordance with specification and shall be done such that it does not get far ahead of the laying
operations as approved by the Owner/Engineer.
Utmost care shall be taken to see that width of the trench at the top of pipe is not more than that
specified in Data Sheet . In case additional width is required it shall be provided only in the top portion
from the ground level upto 300 mm above the crown of pipe. If any extra width is excavated in the
area below this portion, the Contractor shall have to provide remedial measures as directed by
Engineer. Contractor shall not be paid any additional compensation for extra excavation as well as for
remedial measures. If rock is met with, it shall be removed to
15 cm below the invert level of pipes and fittings and the space resulting shall be refilled with
excavated materials and properly consolidated. Bottom of trenches/pits shall be saturated with water
well rammed wherever the Owner/Engineer may consider it necessary to do so.
Wherever a socket of pipe or fitting occurs, a grip is to be cut in the bottom of the trench or
concrete bed to a depth of at least 75 mm below the bed of the pipe and does not rest upon its socket.
Such grip shall be of sufficient size in every respect to admit the hand all around the socket in order to
make the joint and the grip shall be maintained clear until the joint has been approved by
Owner/Engineer.
The road metal and also the rubble packing shall first be stripped off for the whole width of the
trench/pit and separately deposited in such places as may be determined by the
Owner/Engineer. In case of the metal packing or Khandkies not being so deposited or being mixed
up with excavated materials and not available for backfilling and making good the excavation, the
cost of the new metal, packing or Khandkies required shall be charged to the Contractor.
The material from excavation shall be deposited on either side of the trench leaving
adequate clear distance from the edges of the trench and pit or as may be necessary to prevent
the side of the trench/pit to slip or fall or at such a distance and in such a manner as to avoid covering
fire hydrants, sluice valves, manhole covers etc. and so as to avoid abutting any existing wall or
structure or causing inconvenience to the public and other service organizations of otherwise as
Owner/Engineer may direct.
Contractor shall at the rates entered in the schedule additional excavation, take into account
additional excavation if any as Owner/ Engineer may require in order to locate the position of water
pipes, drains, sewers, etc or any other works which may be encountered. Such service lines if met
with during excavation shall be properly maintained by Contractor by means of shoring, strutting,
planking over, padding or otherwise as Owner/Engineer may direct and shall be protected by the
Contractor from damage during the progress of the work. All precautions shall be taken during
excavation and laying operations to guard against possible damage to any existing structure/pipeline
of water, gas, sewage etc. If there is any damage then such damage shall be made good
either by Contractor or by other agency, as Owner/Engineer may decide and wholly in either case
at the expense of Contractor.
If work for which the excavation has been made is not completed by the expected date of
setting in of rain or before the day fixed by Owner/ Engineer for filling in any excavation on account
of any festival or special occasion, Contractor shall backfill such excavation and consolidate the
filling at his own expenses as directed by Owner/ Engineer and shall re- excavate when required
at his own cost.
The excess excavated material shall be transported from site of works to a place upto a distance
of 5 km. as directed by Owner/ Engineer immediately so as not to cause any inconvenience to
the public or traffic.
Contractor shall not be paid any additional compensation for excess excavation over what
is specified as well as for any remedial measures that are specified.
The excess excavated material shall be carried away from site of works as specified, failing
which in view of public safety and traffic convenience Owner/ Engineer may carry out the work by any
other agency at Contractor's risk and cost.

Item No. 4 :- Labour charges for installing and jointing Sluice Valves including loading,
transporting from owner's store, lowering in location to the required with excavation
refilling alignment by crane/ tripod and chain block including cost of total nos. of
nuts, bolts, Necessary gaskets and excluding fixing of tail pieces with lead & jute etc
complete as directed by Engg. in charge. (As per previous tender Rates)
(a) 100 mm dia. (b) 150 mm dia. (c) 200 mm dia. (d) 250 mm dia. (e) 300 mm dia.
Labour charges for collecting Sluice valves with tail pieces from Municipal stores loading,
transporting to the site, installing and jointing C.I. Sluice valves inclusive of all jointing materials like
Bolts, Nuts, Washers, Rubber packing etc. comp. .
CARTING AND HANDLING
Cast iron pipes and fittings shall be transported from the Municipal Stores or contractor’s stack yard
to the work sites at places along the alignment of pipeline as directed by Owner/Engineer. The
Contractor shall be responsible for the safety of pipes and fitting in transit,
loading/unloading. Every care shall be exercised in handling pipes and fittings to avoid
damage. W hile unloading, the pipes and fittings shall not be thrown down from the truck on on the
hard surfaces. They shall be unloaded on timber skids with steadying ropes of by any other means.
Padding shall be provided between coated pipes, fittings and skids to avoid damage to the coating.
Suitable gaps
between pipes should be left at intervals in order to permit access from one side to the other.
In case of spigot socket pipes, care should be taken regarding orientations of pipes while unloading.
As far as possible pipes shall be unloaded on one side of the stretch only. The pipes shall be checked
for any visible damage (such as broken edges, cracking or spalling of pipe ) while unloading and
shall be sorted out for reclamation. Any pipe which shows sufficient damage to precude it from
being used shall be discarded. Dragging of pipes and fittings along concrete and similar pavement
with hard surfaces shall be prohibited. necessary warning boards and lamps should be provided
in front and side of pipes to avoid any accident. Pipes should be stacked with sufficient packing to
prevent rolling of the same. Contractor will be fully responsible for any accident due to pipes or other
materials stacked on site of yard. Contractor will be fully responsible for any legal formalities
arising due to such accident and all legal compensations and legal charges there of shall be paid
by contractor of will be recovered from his running bill of the same or other AMC works.
Fitting shall be stacked under cover and separated from pipes.
Rubber rings shall be stored in clean, cool store away from windows, boiler, electrical
equipment and petrol, oils or other chemicals. Particularly in the field where the rubber rings are being
used it is desirable that they are not left out on the ground in the sun or overnight under heavy frost
of snow conditions
LAYING GENERAL
The Contractor shall visit the site before tendering and get himself acquainted site condition and
the regulations regarding the laying of pipes in congested areas, heavy traffic areas etc. The
successful bidder shall take the necessary permission and clearance of all the authorities like
department of roads, traffic water supply and the drainage, electricity board, telephone company
etc. wherever necessary.
Road reinstatement shall not be included in back filling unless specified.
To protect person from injury and to avoid damage to property, adequate barricades,
construction signs, red lanterns and guards as required shall be placed and maintained during the
progress of the construction work and until it is safe for the traffic to use the roadways. The relevant
Indian Standards and the rules and regulations of the local authorities in regards to safety
provisions shall be observed.
General lighting for works site, warning lights, sign boards, fencing etc. shall be provided by
contractor at his own cost.
Suitable fencing shall be provided along the sides of trenches and pits. The post of the
fencing shall be of timber securely fixed in the ground not more than 3m apart and they shall not
be less than 75mmin diameter of less than 1.2 m above the surface of the ground. There shall be
two rails, one near the top of the post and the other about 450 mm above the ground and each shall
be from 50mm to 70mm in diameter and sufficiently long to run from post to post which they shall be
bound with strong rope. The method of projecting rails beyond the posts and tying them together
where they meet will not be allowed on any account. All along the edges of the excavated
trenches a bank of earth about 1.2 m high shall be formed as required by the Owner/Engineer for
further protection. The above work shall not be paid for separately and the contractor shall take into
account the costs of such works and quote accordingly.
Water for testing C.I pipes and fitting at work site shall be arranged by contractor at his own cost.
Dragging of pipes and fittings along concrete and similar pavements wit hard surface shall be
prohibited.

Item No. 5 :- Labour Charges for removing and recover of ex. C.I. Sluice valve with tail pieces
and carting it up to Muni.Store or site as per instruction of Engg. In charge item
include. necessary Excavation, removing or making joints, refilling etc.comp. as
directed by Engg in charge.
(a) 80 mm dia. (b) 100 mm dia. (c) 150 mm dia. (d) 200 mm dia.

Measurement will be on No. basis.


Item No. 6 :- Cutting of existing pipelines of following diameters including carting of nece.
specials from AMC store to site and from site to AMC store (recovered materials)
nace. labours for excavation, jodan & backfilling fitter, supervisor, etc. complete.
Rate also includes electric cutter, dewatering pump fuel and transportation of
machineries, chain pulley block if requires working at an instructed specific time
of day or night etc. complete. (As per previous tender Rates) (a) 80 mm dia. (b)
100 mm dia. (c) 150 mm dia. (d) 200 mm dia. (e) 250 mm dia. (f) 300 mm dia

The excavation for jointing work shall be done to the required for width, length & depth as
directed by Engineer-in-charge or his representative. The excavated materials from the gap shall
have to be deposited within a lead of 50 mt. or as directed by Engineer-in-charge. The relevant
specification for excavation & refilling shall confirm to item No.2 above.
After completion of excavation work, jointing shall be done between the period of two
water supply time, in such a way that it will not affect the water supply time in any part of city
.This item includes the work of cutting the existing line labour for jointing of CI specials & valves with
the existing line the dewatering required etc. complete.
All the necessary care shall be taken by the contractor during jointing work, so that pipe shall
not be cracked the cutting limit.
After completion of jointing work & testing of lead joints, the gap shall be refilled after
obtaining necessary permission of Engineer-in charge of the work.
The jointing work shall be in line & level with other existing network.

The Payment shall be made on No.basis for all the jointing work made for this work.
Item No. 7:- Labours charges for collecting specials from Municipals store loading ,
transportation, unloading to the site, laying and fixing CI specials inclusive of all
jointing materials like lead, spun etc.and labour, exacavation re-filling and nece.
dewatering as per instrucation of engg. incharge (As per previous tender Rates).
CI/DI specials should be carted by contractor from the Muni. store to the site .Rate
includes lowering the specials in the trench/pit and fixing it for completing the pipe line
net- work
The mode of measurement will be on Kg. Basis
Item No.8:- Labour charges for recovering CI specials from old line by heating the old joints by
gas / any heating device and recovering the fittings in re-usable condition and loading,
carting, unloading them to nearby Municipal stores.
CI/DI specials should be carted by contractor from the Muni. store to the site .Rate
includes lowering the specials in the trench/pit and fixing it for completing the pipe line
net- work
The mode of measurement will be on Kg. Basis

Item No.9:- Fixing of valve Road box incl .locating valve, nece. excavation, Brick
Masonary,PCC work. Item also inclues cartring form AMC store to site.
Etc.Comp. as directed
The mode of measurement will be on No. Basis
Item No.10 :- Labour charges for repairing of lekage CI/DI pipe line of following diameter at
different places including necessary excavation manually or by machinery,
removing of mud, dewatering, cleaning of pipe, cutting of pipe, Jointing & repairing
using CID joints including CID joints, rubber rings, nut bolts, hiring excavator,
Hydra/ Crane, dewatering machine, fuel, operator etc complete ( including cost
of jointing material but excluding cost of pipe) (GWSSB SOR 22-23 SECTION 1 G
I.NO.3)
The specifications of Labour work for repairing the leakage in the existing C.I./D.I water pipe
line incl nece excavation in any type of soil or asphalt, repairing, refilling etc. comp. in any dia
existing pipe line are as under.
Contractor should have to find out the poin of leakage himself by making some trial pits in
affected area. After finding the point of leakage, The contractor shall have to excavate
necessary size pit to work in any type of soil incl asphalt and than at the place of leakage nece.
repairing work should be done. The repair work can be replacement of pipe, joint leakage or any
type of leakage. After repair work completes the excavated earth should be refilled, necessary
watering, levelling should be done.
Measurement will be on No. basis.
Item No.11 :- Excavation for trial pit for location of existing line including excavation of any
depth including refilling, watering etc. Comp (As per previous tender Rates)
Trail pit should be made for locating existing water pipe line as per instruction the work
includes excavation of any depth refilling ,watering etc comp.
The mode of measurement will be on No. basis.
Item No. 12 :- Providing and Making hole for House connection on C.I./D.I. or M.S. with labour
cost. Instruction of engg. In charge (As per previous tender Rates)
(a)15 mm Dia. (b) 20 mm Dia c) 25 mm dia d) 32 mm dia e) 40 mm dia f) 50 mm dia
Item includes labour work for making 15mm dia to 2 " dia. hole on main water pipe line to
connect to branch line rate includes P/F. G.I set and making conection with jointing material and
making leak proof joint etc. comp. rate incl. excavation and refilling the trenches
The mode of measurement will be on Nobasis
Item No.13 :- Labour for change of GI water pipe line up to customer end.(in Muni.Limit)

The mode of measurement will be on Rmt. basis

Item No.14 :- Labour Work for temp Jodan of ex.line for running water supply incl making collar
between gap of pipe & jointing with jute & day after removing all this as per inst
etc.comp as dire.
The mode of measurement will be on No. basis
Item No.15:- Labour charges for doing washout of water pipe line at end including necessary
excavation of pit, allowing the water to flow for 15 minutes twice or thrice as per site
condition during supply hour, dewatering the pit and plugging with existing wooden
butch and refilling the pit .etc. comp .as per instruction (As per previous tender Rates)
washout of water pipe line of any dia.shoud be done as per instruction. The work includes
removing the booch from dead end and let the polluted water to flow from pipe until clear water
flow from the pipe. item includes fixing the booch and refilling the pit
The mode of measurement will be on No. basis.
Item No.16 :- Supplying wooden taper butches from jungle wood (Like limda, ambo) Etc. comp. (As
per previous tender Rates).
as directed By instruction of Engg.incharge
The mode of measurement will be on No. basis
Item No.17 :- P/S OF good quality of rubber rings for followig dia meter.
Mode of measurement. Shall be on No. basis.

Item No.18 :- Providing , Supplying and fixing ISI mark approved quality for ferrul
connecting to existing CI/DI pipe line of water tight joints per inst.of engg. in charge
Mode of measurement. Shall be on No. basis.
Item No. 19 :- Conveyance charge of earth, lime, murrum, building rubbish, manual garbage,
sludge, excavated rock , fly ash, aggregate of any kind etc complete up to 15.0 KM lead.
All the surplus earth etc. shall be carried away immediately from the site of work to a place
within 5 km. distance or as directed and ordered by the Engineer, so as not to cause any
inconvenience to the public traffic finding which in view of public safety and traffic convenience. The
Corporation shall carry out the work by any other agency at the contractor’s risk and cost. if the
instructions are not complied within 7 days from the date of order to cart the surplus materials
and clear the site, the said work shall be carried out by the Municipal Corporation at the risk and
cost of the contractor and no claim or dispute shall be entertained in this respect.
If the filling in trenches after settlement of the earth is to be done the same shall be carried out by
the contractor without asking any extra rate. The contractor shall have to cart the surplus earth after
the trenches well watered and refilled with the earth. The rate of carting including carting of brick
bats, metal, rubble vegetable and garbage, if necessary to clear the road surface.
Measurement will be on CMT. basis.
Item No.20:- Extra rate over item of excavation of earth for excavation of asphalt pavement
of thickness upto 0.20 meter including demolishing the asphalt carpet, metal,
soiling etc. comp. with stacking the material as directed. (As per Road ARC tender
22-23. (a) upto 0.20 meter thickness (By Manual)
Extra rate for excavation of asphalt pavement of any thickness including demolishing the
asphalt carpet, metal, soiling etc. complete with stacking the materials as directed. The road surface of
asphalt shall carefully be opened to full width as directed by the Engineer in charge so as to remove
all cracks or other damaged portions of road either manually or with the soiling shall be first be stripped
off for the whole width of trenches. All the materials shall be separately deposited in such places
as may be determined by the Engineer-in-charge. In case rubble not being so deposited or being
mixed up with the excavated materials will not be allowed for refilling. The cost of materials shall be
charged from the contractor. The decision of the C. E. shall be final and binding to the contractor.

The rate per sq. mt. in this item shall be extra rate addition to the rate for
excavation.
(b) 0.20 to 0.30 meter (By any type of Breaker Machine or R.C.C.Cutter
machine including cost of operator, fuel & transportation etc complete.
Demolition of old RCC slab / Asphalt Road by breaker machine as per standard specificaton
work should be carried out at any depth running sever line. necessary tools, plant, fule
etc.providing by the contractor,.
Mode of measurement. Shall be on sq. mt. basis.
Item No.21 :- Providing & Supplying JCB Machine on rental basis in case of emergency situation and
break down type work & also during unavoidable condition as per instruction of
engg.incharge , rate includes all nece. shifting, fuel and operating charges and stacking
of useful & non-useful materials separately up to store. (No payment should be allowed
for non working condition of machinery and for pipe line excavation and laying work)
The item is for supplying JCB on rent for various construction activities The rate includes
various operational cost such as operating generater/electricity diesel,petrol, operater's salary, etc
comp.
when machine is in working condition all precautions shall be taken by contractor to avoid
the accident.if any accident occurs contractor shall be fully resonsible for that. the payment shall be
given on hour basis.No payment shall be given for idle hour and no time shall be counted for
carrying machine to site and from shifting site to site.
the payment shall be given on hour basis.
Item No.22 :- Dewatering by pumping set of required capacity including temporary platform carting
pumping at site and fixing the same in position including all accessories, and fuel and
labour etc. Complete (A) Pump set of Capacity (GWSSB SOR 22-23 Section 2E-
miscellaneous Item no. 1)
The item is for supplying dewatering Pump incl. Cost of fuel and operator on rent for
various construction activities The rate includes various operational cost such as operating
generater/electricity diesel,petrol, operater's salary, etc comp.
when machine is in working condition all precautions shall be taken by contractor to avoid
the accident.if any accident occurs contractor shall be fully resonsible for that. the payment shall be
given on hour basis.No payment shall be given for idle hour and no time shall be counted for
carrying machine to site and from shifting site to site.
the payment shall be given on hour basis.

Item No.23 :- Supplying Pneumatic Breaker Machine for RCC Slab or Asphalt Demolishing Work on
site by using Operator, fuel, power Supply etc. Complete as Directed. (As per previous
tender Rates)
The mode of measurement will be on Hour Basis
Item No.24 :- Providing, laying and jointing in true line and level U.P.V.C pipe (SCH - 40) of following dia.
including fittings of standard make as approved by Engineer - in - charge. Pipe shall be fixed
on the wall with the help of clamp at every shall be concealed as directed including
necessary Tee ,bend, any joint & any fittings etc. including testing of pipe and joints and fixing
the same with adhesive solvent, including cost of all materials (Building SOR 21-22 )
the payment shall be given on Rmt basis.

Item No 25:- Removing any kind of pavement incl stacking of serviceble material disposal of unserviceble
material with 50 meter lead and lift.

Demolishing work shall be carried out as per instructions given by the Engineer in charge. Demolishing
of stone slab pavement or any other type of paving, proportion of cement or lime, sorting out materials,
carting them up to lead of 50 mts. & Stacking the different materials separately as directed by the Engineer
in charge of work. The work shall be done carefully.

The rate shall be for a unit of one square meter.

Item No. 26 :- Supplying, labour for excavation of all types of soil at any depth including
excavation of asphalt pavement of any thickness, demolition of brick work in
CM of any proportion including stacking of serviceable materials and disposal of
unserviceable material etc. comp. as directed.
Measurement will be on No. basis.
Item No 27:- Repairing damaged M.H. and rasing M.H. up to road level incl. removing damaged brick
work and repairing by brick masonry in C.M. 1:5 and plaster in C.M. 1:3 and fixing
C.I.steps and existing MH sheet cover, removing the debris from MH and carting the
same as directed.

(A) up to 0.15 mt. (@ Two Coarse)

(B) up to 0.35mt. (@ Four Coarse)

Repairing of ex. Twin I.C. with necessary bk masonary cement plaster, fixing screen and fixing
of ex-seat at top in c.c. & p/f precast chamber cover at top etc. comp. as directed as per site
condition The rate shall be for a unit of one number.

Item No 28:- Repairing damaged I.C./ Raising removing damaged brick work and repairing by brick
masonry in C.M. 1:5 and plaster in C.M. 1:3 and fixing C.I. steps and existing chamber
sheet cover, removing the debris from chamber and carting the same as directed.
Repairing of ex. Twin I.C. with necessary bk masonary cement plaster, fixing screen and fixing
of ex-seat at top in c.c. & p/f precast chamber cover at top etc. comp. as directed as per site
condition The rate shall be for a unit of one number.

Item No 29:- Providing and supplying and jointing ISI mark only standard length stoneware pipes of
following class and diameter including excavation for laying of pipes, insurance,
transportation, freight charges, octroi, inspection charges, loading, unloading, conveyance to
departmental stores, stacking etc. compl. (IS651/1989 or its latest revision) including labour
work for lowering, laying, joiting with cement mortar (1:1) proportion, proper postion,
grade and alignment and all level as directed by engineer in charge including store to site of
work jointing material etc complete..

100 mm dia.

150 mm dia

230 cm dia.

As per Item and instructed by engineer incharge

The rate shall be for a unit of one rmt basis

Item No 30:- Providing & Supplying And Fixing Following Size Spindle For Sluice Valve Of Following
Size. The Rate Is inclusive of removing exsting damaged spindle, take it away & replacing
a new spindle of the same size & shape made from gun metal/stainless steel or mild steel as
the case may be the rate is also inclusive of excavation, removing/refixing the spindle with
req nut bolts rubber gasket, gallen dori etc and making the valve feeting leak proof. (Up to
150 mm)

As per Item and instructed by engineer incharge

The rate shall be for a unit of no basis

Item No 31:- Providing & Supplying And Fixing Following Size Check nut For Sluice Valve Of
Following Size. The Rate Is inclusive of removing exsting damaged Check nut, take it
away & replacing a new Check nut of the same size & shape made from gun
metal/stainless steel or mild steel as the case may be the rate is also inclusive of excavation,
removing/refixing the Check nut with req nut bolts rubber gasket, gallen dori etc and
making the valve feeting leak proof. (Up to 150 mm)

As per Item and instructed by engineer incharge

The rate shall be for a unit of no basis

Item No 32:- Providing, supplying and laying diff dia sluice valves galen dory leakage reparing the
excavation in any type of soil, refiling, necessary nuts, boults etc complete engg in charge

As per Item and instructed by engineer incharge

The rate shall be for a unit of no basis


Item No 33:- Barricading the entire break down or excavated area on rental basis using wooden
ballies/M.S. angles at max. 2.00 meter centre to centre, C.G.I. Sheet, reflective
paint/Board outside to avoid accident & for smooth traffic diversion & movement
including cautionary board etc. Item also includes for making temporary sufficient
nos of lighting arrangement throughout the work with necessary required arrangement.
..The same shall be removed after completion of work. (Only for break down work
from start to complete) (As per previous ARC tender rates)

As per Item and instructed by engineer incharge

The rate shall be for a unit of No basis

CONTRACTOR'S SIGNATURE ADDL.CITYENGINEER


& STAMP (South Zone)
ybœtJtœ BGþrlrmvj ftuvotuhuNl
ÆÂûtKÍtul - Esluh
Ftðþ xuLzhle Nh<tu.
1. mbgbgto>t Jfoytuzoh ytÃgt ctœ 15(Jfeokd zu)rœJm mw^ebtk sÁhe me¾gtuhexe rzvtuÍex Che fhthvºt fhJtltu
hnuNu. ylu <u bwsc ftb NÁ fhJtle <theF dKJtbtk ytJNu. Jfo ytuzoh ytÃgt ctœ fhthvºt fhJtbtk rœl -
15 fh<tk J^w rJjkc ltk rfMmt btk «r<rœl bkswh xuLzh hfbltk 0.01 % juFu vulÕxe cej btk&e ftvJtbtk
ytJNu. <ub A<tk rJrNÐ rfMmt btk atubtmt ltk fthKu y&Jt yrlJtgo fthKtumh ftb NÁ &R Nfu <ub l ntug
<u rfMmt btk gtuøg<t aftme zu.Bgw.frb©h (œ.Ítul) le bkswhe bu¤Je ftb NÁ fhJtle <theF dKJtbtk ytJNu.
2. xuLzh Jujezexe 90 r>Jm Mþ^ele hnuNu.
3. xuLzh Ch<e JF<u yluoMxble ChJtle hnuNu.
4. muÕmxuût, ytufx[tug, mhatso, yLg xuût fu yLg ftuE vK mhfthe fhJuht ChJtle sJtc>the ftuLx[tfxhle hnuNu.
5. htsg / fuL÷ mhfth©elt JF<tuJF<lt ftg>t Bþsc su ftuE hfble fvt< fhJtle &Nu <u bwsc ftuLx[tfxlt
cejbtk&e fvt< fhJtbtk ytJNu.
6. juch JuÕVuh Vkz btxu ntjbtk htsg mhfth©eyu fhuj nwfb Bþsc 1% (yuf xft) hfb cejbtk&e ftve juJtbtk ytJNu.
7. bxehegj xuMxekdltu xuMxekdltu FhuFh &guj Fao ftuLx[tfxh©e vtmu &e Jmwj fhJtbtk ytJNu.
8. ftb ytv<e JF<u su <u ftuLx[tfxhLþk hSMx[uNl ægtlbtk htFelu <ule bgto>tbtk ftb ytvJtbtk ytJNu.
9. yt xuLzh su <u Jdolt btLg gtœe lt ftuLx[tfxhtu Che NfNu. dJobuLxlt btLg ftuLx[tfxhu y.BGþ.ftuvotu.btk btLg
ftuLx[tfxhtu le gtœebtk hSMxuNl fhtJJtLþk hnuNu.
10. yt Wvhtk< y.BGþ.ftuvotu. lt slhj ftuLx[ufx fLzeNl ylu Vtubo ce- 1 le Nh<tu ck^lf<ot hnuNu. su
BGþrl.ftuvtuohuNl Juc mtEx www.ahmedabadcity.gov.in Wvh Bþfuj Au.
11. ftuLx[tfxh lu vubuLx - hl´dcej BGþrl.ftuvotu.lt su <u atÕþ mbglt mhfGþjh Bþsc fhJtbtk ytJNu.
12. Nh<e xuLzh MJefthJtbtk ytJNu lrn.
13. xuLzh MJefthÔþ, h> fhÔþ, ftulu ytvÔþ ylu fgt CtJ&e ytvÔþ <u ykdu zu.BGþrl.frbNlh©eltu rlKog ytFhe hnuNu.
14. >huf ytExbltk MvuNeVefuNl ftuvtuohuNlltk bkswh &guj MvuNeVefuNl Bþsc <&t ce-1 Vtubole Nh<tu Bþsc
hnuNu ylu zu.mexe yuLSlegh©eltu rlKog ytFhe hnuNu. Jtuxh´d fhJtbtk lrn ytJu fu >hhtus J^thtltu zucheÍ
WvtzJtbtk lrn ytJu <tu ftuLx[tfxhltk Fauo ylu òuFbu Jdh ltuxemu Jtuxh´d fhtJJtbtk <&t zucheÍ
WvtzJtbtk ytJNu ylu cejbtk&e hfb ftve juJtbtk ytJNu.
15. yufe JF<u yuf fh<tk Jæþ søgtytuyu ftbNY fhJtltu Jfoytuzoh b¤u <tu ftb yuf mt&u s c<tJuj søgtyu fhJwk
vzNu. yuf ftb ÃþÁ &tg vAe cesw ftb NY fheyu <uÔþk atjNu lrn.
16. atÕþ ftbu ftuEvK mrJom jtEllu LþfNtl l &tg <u he<u ftb fhÔþk vzNu, òu ftuE mrJom jtEl lu LþfNtl &Nu <tu <ule
mkÃËKo sJtcœthe (òlbtjle) ftuLx[tfxhle vtu<tle hnuNu. mtEx vh ftb œhBgtl bswh fu sl<t lt ftuE btKmlt
òlbtjlu lwfNtl &tg <ule sJtcœthe ftuLx[tfxhle hnuNu. vtujem Vhegt> &tg <tu <ule sJtcœthe vK ftuLx[t¾xhle
hnuNu. CuFz ^me l vzu <ule sJtc>the vK vtujem Vhegt>btk ftuLx[tfxhle hnuNu. CuFz ^me l vzu <u btxu mjtb<elt
vdjtk (suJt fu >tuhzwk ctk^e bsqh Ftztbtk W<thJt, mtuh´d ylu Mx[x´d fhJt rJduhu) je^t Jdh bsqhlu Ftztbtk
W<thNu
<tu ftuLx[tfxh s vtujem Vhegt>btk sJtct>h hnuNu ylu BGþrl.ftuvtuohuNlltu ftuEvK MxtV ytlt btxu sJtc>th hnuNu
lrn. ytxÕþk mbSlu s xuLzh ChÔþk. Btswhtultu rJbtu vK W<thtJJtu.
17. juch yufx «btKu hSMx[uNl ykdu ybj fhJtltu hnuNu <&t fuxjt juch jtJNtu <u vK sKtJJtLþk hnuNu. juch yufx
«btKu ftgoJtne lrn &E ntug <tu <u btxu ftuLx[tfxh mkÃËKovKu sJtc>th hnuNu. ylu <ulu vubuLx ytvJtbtk ytJNu lrn
<ubs ct¤ bswhtulu ftb Wvh htFe NftNu lrn.
18. ftuEvK ftgœtfeg jexeduNl ybœtJtœ Nnuhle ftuxobtk hnuNu.
19. ftuE fthKmh òu ftuLx[tfxhlu ftb l ytve Nftg <tu <u ykdu ftuLx[tfxh ftuEvK «fthltu LþfNtle- J¤<hltu n¬
>tJtu fhe NfNu lrn fu ftg>tfeg ftgoJtne yt ykdu &E NfNu lrn. xuLzh bkswh &gtltu y&o ftb ytve s >uJtLþk
Au <uJtu &E NfNu lrn.
20. xuLzhbtk œNtoJuj ytRxbltu sÚ&tu mkCrJ< sÚ&tu Au subt atjw ftb œhBgtl VuhVth &Jtle N¾g<t hnuje
Au.
21. M&¤ vrhÂM&r< / sYhegt< Bþsc ftb fhtJ<t xuLzhbtk sKtJuj fJtuLxexebtk J^ Dx &Nu <tu <u ykdu ftuLx[tfxh
îtht ftuEvK «fthle J^thtle ltKtkfeg btkdKe fhe NfNu lrn. ylu ftb ytuAw &tg <tu ftuLx[tfxhle
J¤<hle btkdKe MJefthJtbtk ytJNu lrn.
22. mtEx vh jtJJtbtk ytJuj btjmtbtl hesufx fhJtbtk ytJu <tu ðþhk< r>l-1btk vh< jE sJtltu hnuNu.
yLg&t ftuvtuohuNl îtht <u hesufx btjltu rlftj fhe >uJtbtk ytJNu ylu <ule LþfNtlele sJtc>the ftuLx[tfxhle
hnuNu.
23. su ftuLx[tfxh vtmu bswhtultu rJbtu, ydtW&e W<htÔgtu ntug <ublu «t^tLg ytve ftb ytve NfNu.
24. bsqhtu fu htn>theytulu ftuEvK «fthltu yfMbt< &tg <tu <ule vtujem ftgoJtnele fu juch yufx bwscle
ftgoJtnele sJtc>the yb.BGþrl.ftuvtuo.lt fboatheytule ftuEvK he<u hnuNu lrn.btºt ftuLx[tfxh s yt btxu
sJtc>th hnuNu. bswhtulu dbçËx, nuÕbux nt&ltk btuò rJduhu ftuLx[tfxhu VhSgt< ytvJtltk hnuNu. bswhtu <&t
MþvhJtEÍ fu Bþft>bltu rJbtu vK W<thJtltu VhSgt< hnuNu. juch yufx Bþsc ltuk^Ke fhtJe <ult rlgbtuLþk
vtjl fhJt ftuLx[tfxh ck^tguj hnNu. ct¤ bswhtu htFe NftNu lrn.
25. bsqhtu fu htn>theytulu ftuEvK «fthltu yfMbt< &tg <tu <ule vtujem ftgoJtnele fu juch yufx bwscle
ftgoJtnele sJtc>the yb.BGþrl.ftuvtuo.lt fboatheytule ftuEvK he<u hnuNu lrn.btºt ftuLx[tfxh s yt btxu
sJtc>th hnuNu. bswhtulu dbçËx, nuÕbux nt&ltk btuò rJduhu ftuLx[tfxhu VhSgt< ytvJtltk hnuNu. bswhtu <&t
MþvhJtEÍ fu Bþft>bltu rJbtu vK W<thJtltu VhSgt< hnuNu. juch yufx Bþsc ltuk^Ke fhtJe <ult rlgbtuLþk
vtjl fhJt ftuLx[tfxh ck^tguj hnNu. ct¤ bswhtu htFe NftNu lrn.
26. zejexuz
27. bxehegj fu ceò xuMx´d hevtuxo ftuLxtfxhu vtu<tlt Fauo ftuvotuhuNl sKtJu <u søgtyu fhtJJtlt hnuNu. yt ykdultu
mkÃËKo Fao <&t Bgwrl.MxtVlu juctuhuxhe Mþ^e <&t buLGþVufah´d søgt Mþ^e jtJJt -jE sJtltu Fao vK ftuLx[tfxhu
CtudJJtltu hnuNu.
28. btj su <u Mxtumo Wvh y&Jt mtEx Wvh jtuftulu lz<h l &tg <u he<u MËalt Bþsc W<thJtltu <ubs dtuXJJtltu
hnuNu.
29. òu BGþ.yuLSlegh´d MxtV sKtJu <tu ftuLx[tfxhu atÕþ ftbu mtEx Wvh zeÍexj fubuht&e ftb atÕþ &gt vnujt, atÕþ
ftbu<&t ftb ÃËKo &gtltk Vtuxtud{tVm BGþrl.yturVmbtk ytvJtltk hnuNu <u rmJtg ftbLþk vubuLx fhJtbtk ytJNu lrn
òu MxtV MËalt ytvu <tu fubuhtbtk&e ftuBÃGþxhbtk Vtuxt x[tLmVh fhe ytvJtlt hnuNu. yt ykdu ftuE vK J^thtltu
Fao ytvJtbtk ytJNu lrn.
30. ftuEvK fthKmh xuLzh h> fhJtbtk ytJu <tu ftuLx[tfxh <u ykdu ftuEvK «fthltu n¬ >tJtu fu J¤<hle btkdKe fhe
NfNu lrn. yt Nh< MJeftgo ntug <ubKu s xuLzh ChÔþk.
31. bxehegÕm suJt fu hu<e, #xtu, mebuLx, vtEv, rJduhu MxtLzzo bxehegÕm MvuNeVefuNl «btKult jtJJtlt hnuNu.
sgtk ftuE atuFJx l &E ntug ðgtk ytE.yum.ftuz «btKu bxehegÕm jtJJtLþk <&t xuMx´d fhtJJtLþk hnuNu. <ubs
ftuLx[tfxhu muBvj yu«wÔz fhtÔgt ct> ftb NY fhtJJtLþk hnuNu.
32. yt xuLzhbtk òu ftuE ytExb hne dE ntug <tu <u atÕþ yum.ytu.yth.btk&e juJtbtk ytJNu ylu òu
yum.ytu.yth.btk ytExb l ntug <tu btfuox huEx&e huEx yultjemem fhe su CtJ Ft<t <hV&e ytvu <u
ftuLx[tfxhu juJtltu hnuNu. yt mbSlu s xuLzh ChJtLþk hnuNu. J^tht le ytRxb btk ftuLx[tfxhle btkdKe Bþsc
CtJ b¤Nu lrn.
33. atÕþ ftb >hBgtl «tuxufNlle mkÃËKo sJtc>the ftuLx[tfxhle hnuNu subtk vevzt, >tuhzt, CgMËaf ctuzo, jtjxul,
cuhefuxekd xuv, ÃjtMxef vèe, rJ. ftuLx[tfxhu jtJJtLþk ylu mtaJJtLþk hnuNu. ylu ftuEvK yfMbt< &Nu <tu <ule
mkÃËKo sJtc>the ftuLx[tfxhle hnuNu.
34. MxtV MËalt ytvu <tu mtEx Wvh zuEje «tud{um hSMxh ftuLx[tfxhu htFJtLþk hnuNu. >hhtus ytme.mexe yuLSlegh©ele
<ubtk mne juJtle hnuNu, <ubtk >hhtus ftb fh<t bswhtule mkÏgt, fhuj ftbdehe <&t yr^ftheytuyu ftb
Mþ^thJt fu
«tud{um J^thJt ltuk^ fhuj ntug <tu <uLþk ftuBÃjtgLm ytvJtLþk hnuNu ytJe ltuk^ltk sJtc l &gu fu <u «btKu M&¤
Wvh ybj l &gu ftuLx[tfxhlu vulÕxe fhJtle m•tt yuze.mexe yuLSlegh©elu hnuNu <u ykdu ftuLx[tfxh ftuE Jtk^tu
jE NfNu lrn.
35. rlg< mbgbgto>tbtk ftb ÃþY l &gu «r<r>l 0.01% xuLzhle hfb&e vulÕxe BGþrl.ftuvtuohuNllu åþfJJtle hnuNu.

36. mœh yu.yth.me. xuLzhlt CtJtu mkvqKo J»to œhBgtl lt Au. vhkk<w mœh xuLzh vife bkkswh &guj su <u ykkœtslt Jfo
ytuzohbtkk
œNtoJuj mbg bgtoœtbtk <u ykkœts vife lwk ftb vqKo fhJtlwk hnuNu.
37. xuLzh le yt Nh<tu ce - 1 Vtubobtk sKtJuj Nh<tulu ytuJhYj fhNu.

38. ytuljtRl yul-«tufgwh JucmtRx vh&e ChJtlt &<t xuLzhbtk ftuLx[tfxh/ yusLmeyu xuLzhle ntzo ftuvebtk CtJ Cgto
Jdhle mne mefft fhe mcbex fhJtle hnuNu. stu <ubtk CtJ Chuj nNu <tu <uJt xuLzh hœ fhJtbtk ytJNu.
39. mœh xuLzhle ytRxbtult CtJtu ltKt Ft<t lt mhfgwjh lk.38, <t.21/11/22 <&t mûtb m•ttle b¤uj bkswhe
bwsc GST rmJtg dKºtebtk juJtbt ytJuj <&t «Jo<btl rlgb bwsc GST awfJJt vtºt &Nu su&e <btb cezomu <u
bwsc dK<he fhe xuLzhtu ChJtlt hnuNu

40. mœh xuLzh yk<od<lt ftb mkjøl y.Bgw.ftu.btk vJo<btl <btb rlgbtu/mhfgwjhtu jtdw vzNu <ubs JF<tu JF<
&lth mw^thtytu vK jtdw vzNu. sule ltuk^ jR xuLzhtu ChJtlt hnuNu

41. mefgtuhexe zevtuÍex/ vVtuboLm duhuLxele hfb Yt. yuf fhtuz mwDele ykœtS< hfblt ftb btxu htufzt, jtufj btRfh
auf, rzbtLz z[tVx, vu ytuzoh fu cukf duhkxelt MJYvbtk <&t Yt. yuf fhtuz&e Wvhle ykœtS< hfblt ftb btxu
mefgtuhexe zevtuÍex/ vhVtuboLm duhkxele hfb btºt rzbtLz z[tVx, vu ytuzoh fu ckufduhkxelt MJYvbtk ytvJtle hnuNu.

Wvhtuf< <btb Nh<tu <&t rlgbtu buk ft¤SÃËJof Jtkauj Au ylu blu fçËj bksqh Au.

ftuLx[tfxhle mne - rm¬tu yuze.mexe


yuLSlegh btuctEj lkch mt&u (œrûtK Ítul)
SECTION II

INSTRUCTIONS TO BIDDERS

A. GENERAL
1. Scope of Bid
1.1 The Municipal Commissioner, Ahmedabad Municipal Corporation (referred to as Employer in these
documents) invites sealed bids for the work (as defined in these documents and referred to as “the
work”) detailed in the table given in the Invitation for Bid (hereinafter called as IFB.) from competent
bidder.
2.0 Eligible Bidders
2.1 The Invitation for Bids is open to all eligible bidders meeting the eligibility criteria as defined in this
tender.
2.2 An enterprise / company may only participate in the bidding process if they are legally and financially
autonomous, operate under commercial law and are not a dependent agency of the Employer.
3.0 DISQUALIFICATION

Even though the bidders meet the above mentioned qualifying criteria, they are subject to be
disqualified if they have,

• Made misleading or false representations in the forms, statements, affidavits and attachments
submitted in proof of the qualification requirements; and/or
• Record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history, or financial failures etc. or debarring from AMC
work etc.
• Tampered the bid document in any manner.
• Colluded with other prospective bidders for this work to arrive at quoted prices for the purpose of
restricting competition.
• Indulged in inducement of any official of AMC and/or their consulting engineer and other advisors in
any manner whatsoever.
• Proposal not submitted in accordance with this tender.
• During validity of the proposal, or its extended period, if any, the bidder changes his commercial
terms.
• The bidder qualifies the proposal with his own conditions.
• The E.M.D. is not deposited in full and in the manner as specified in the clause of Earnest Money
Deposit.
• The tender is in a language other than English or dose not contains its English Translation in case of
other language adopted for tender preparation.
• The tender documents received are not duly signed by authorized person.
• Tenderer will be disqualified if the hard copy (Original and Duplicate) of tender documents are not
submitted physically.
• The validity of tender is less than what is stated in the tender.
• Any of the page or pages of tender is/are removed or replaced.
• Any condition which affect the cost.
• If it is joint venture.

4.0 Bidders shall not have any dispute or claim for any kind of compensation in case of,

• If the quantity stipulated in the tender items varies or the scope of work changes and thereby total
amount of work increases / decreases up to any extent.
• If the works gets delayed / postponed for some administrative / technical decision whatsoever.
• If the items stipulated in the tender shall not be executed as per site condition/ requirements. No claim
shall be entertained for the same.
• No idle charges shall be paid to contractor for machinery and man power if remain idle and no claim shall
be entertained for the same.

B. BIDDING DOCUMENTS

5.0 Content of Bidding Documents

5.1 The set of bidding documents comprises the documents listed below and addendum (if any) issued.

1. Notice inviting e-Tender

2. Special conditions of Contract

3. Instructions to Bidders

4. Conditions of Contract

5. Technical Specifications

6. Bill of Quantities

6.0 Amendment of Bidding Documents

6.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing
addendum.

6.2 Any addendum thus issued shall be part of the bidding documents and shall be placed on website
www.nprocure.com or ahmedabadcity.gov.in/tender notice. The prospective bidder shall refer to
website to check any addendum before 24 hours of opening of bids. AMC will not give any advertisement
for the same.

6.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing
their bids, the Employer may, at his desecration, extend as necessary the deadline for submission of bids.

6.4 Prospective bidders should attach the addendum made for the work & if fails to do so than also the
changes made through such addendum shall be applicable & bound to the bidder.

C PREPARATION OF BIDS

7.0 Language of the Bid

All documents relating to the bid shall be in the English or Gujarati language only.

8.0 Documents comprising bid

Whole tender shall be submitted before Date Mention in NIT. Each bidder must upload the scanned
copies of all the documents including below-mentioned certificates along with the submission of online
bidding:

• Scanned copy of Tender Fee


• Scanned Copy of EMD
• Scanned Copy of Required Registration Certificate
Failure to submit / upload online whole tender document and the above certificates/ documents shall
make the bid non-responsive. Also incomplete tender documents shall not be considered as a valid
tender. Technical evaluation will be executed as per online submitted document only if failure for
uploading the document by bidders then bids will be consider non responsive.

9.0 Bid Prices

• The contract shall be for the whole works as described in Bill of Quantity including the schedule-
B based on the percentage rate in the Bill of Quantities submitted by the bidder.
• All duties, taxes (exculding GST), and other levies payable by the contractor under the contract,
or for any other cause shall be included in the rates, prices and total Bid Price submitted by the
Bidder, except otherwise stated in the Bid document. Any change in prevailing taxes and
duties at the time of bid due date, shall be paid / deducted at actual as per Employer/AMC
Account department decide. If Employer will not compensate as per Any change in prevailing
taxes and duties and other levies then payable by the contractor under the contract and any
other reasons.
• The percentage rate and bid price quoted by the bidder shall be fixed up to the completion of
Work and shall not be subject to adjustment on any account, except where expressly specified,
otherwise, in the contract.
10.0 Currencies of Bid and Payment

The currency of bid and payment shall be in Indian Rupees. All payments shall be made in Indian Rupees.

11.0 Bid Validity

11.1 90 days from the last date of submission of Tender. it should be valid for 90 days from the last date of
online tender submission. A bid valid for a shorter period shall be rejected by the Employer as non-
responsive.

11.2 In exceptional circumstances, prior to expiry of the bid validity (90 days), the Employer may request that
the bidders may extend the period of validity for a specified additional period. The request and the
bidders' responses shall be made in writing or by cable. A bidder may refuse the request without
forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify
his bid, but will be required to extend the validity of his bid security for a period of the extension, and in
compliance with Clause in all respects.

12.0 Earnest Money / Bid Security

12.1 The Bidder shall furnish, a Bid Security of the amount as shown in IFB as part of his bid, in the form of
D.D. or Cheque or pay order or Bank Guarantee in favour of Municipal Commissioner, Ahmedabad valid
for 90 days from the date of Price bid Openning of tender.
As per Account Department (A.M.C.) Circular No.10, Dt.01.06.2022 Bank Guarantee of said work must be of
Ahmedabad City Branch, which mentioned as bellow.

ANNEXURE–I

A. Guarantees issued by following banks will be accepted as SD/EMD on permanent basis.

 All nationalized Banks

B. Guarantees issued by following banks will be accepted as SD/EMD for the period up to
March- 31, 2024. The validity cut-off date in the GR is with respect to the date of issueof
Bank Guarantee irrespective of the date of termination of Bank Guarantee.

1 Commercial Banks :-

1. A U Small Finance Bank


2. Axis Bank
3. City Union Bank
4. DBS Bank India Limited
5. DCB Bank
6. Equitas Small Finance Bank
7. Federal Bank
8. HDFC Bank
9. ICICI Bank
10.IndusInd Bank
11.Kotak Mahindra Bank
12.Standard Chartered Bank
13.Tamilnadu Mercantile Bank
14.Bandhan Bank
15.BNP Paribas
16.CSB Bank
17.HSBC Bank
18.Karnataka Bank 19.Krur
Vysya Bank 20.South
Indian Bank
21.Utkarsh Small Finance Bank
2Co-operative and Rural Banks Of Gujarat :-
1. The Ahmedabad Mercantile Co-operative Bank Limited
2. Kalupur Commerical Co-operative Bank Limited
3. Nutan nagrik Sahakari Bank Limited
4. Rajkot Nagarik Sahakari Bank Limited
5. Saraswat Co-operative Bank
6. Saurashtra Gramin Bank
7. The Gujarat State Co-Operative Bank
8. The Mehsana Urban Co-operative Bank Limited
9. The Surat District Co-operative Bank
10.The Surat Peoples Co-operative
Bank
11.SVC Co-operative Bank LTD.

Any bid not accompanied by an acceptable Bid Security shall be rejected by the Employer as non-
responsive. Any bid having bid security for lesser value and shorter validity period shall be treated as
non-responsive.

(a) The bid security of the unsuccessful bidders, except for L1, L2 and L3 bidders will be returned as
promptly as possible.

(b) The bid security of the successful bidder, along with second and third lowest tenders, will be returned
when the successful bidder has furnished the required security deposit and signed the agreement.

The Bid Security of the Successful Bidder will be discharged when the bidder has signed the Agreement
and furnished the required security deposit.

The Bid Security shall be forfeited, if the Bidder withdraws the Bid after Bid opening during the period of
Bid validity; in the case of a successful Bidder, if the Bidder fails within the specified time limit to sign the
Agreement; or Furnish the required security deposit. commence the work after signing the agreement
within 15 days No interest shall be paid by the owner on any tender guarantee. The issuing branch of the
bank guarantee shall be of Ahmedabad City only.

Bank Guarantee for Earnest Money Deposit should be executed on non-judicial Stamp papers of requisite
value in accordance with the stamp Act applicable to that particular state of Indian Union, where
executed.

The executing officers of the bank Guarantee for Earnest Money Bid Security shall clearly indicate in
(block letters) his name, designation, Power of Attorney No. / Signing Power No. etc.

Each page of the bank guarantee for Earnest Money Deposit shall be duly signed/initialed by the
executing officers and the last page shall be signed in full, indicating the particulars as aforesaid under
the seal of the Bank.

13.0 Alternative Proposal by Bidders

Bidders shall submit offers that comply with the requirements of the bidding Documents. Alternatives
will not be considered, unless specifically asked for by the Employer.

14.0 Format and Signing of Bid


• The Bidder shall prepare one original copy of the documents comprising the bid as described in
(Section:II instruction to bideer) of these Instructions to Bidders, bound with the volume containing the
‘Technical Bid in separate parts and clearly marked "ORIGINAL" and "DUPLICATE" as appropriate. In the
event of discrepancy between them, the original shall prevail.

• The original and duplicate of the Bid shall be typed or written in indelible ink and shall be signed by a
person or persons duly authorized to sign on behalf of the Bidder. All pages of the Bid where entries or
amendments have been made shall be initialed by the person or persons signing the bid.

• Pages of tender documents shall be initialed by the bidder with company’s seal.

• The Bid shall contain no alterations or additions, except those to comply with instructions issued by the
Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be
initialed by the person or persons signing the bid.

• Sufficiency of bid: The bidder shall be deemed to have satisfied himself as to the correctness and
sufficiency of the bid, all of which shall, cover all his obligations under the contract and all matters and
things necessary for the proper execution and completion of Works and the remedying of the defects
therein.
15.0 DEADLINE FOR SUBMISSION OF THE BID

15.1 Complete Bids (including Technical bid and necessary documents) must be received by the Employer at
the address specified in bid information not later than the date indicated on the face sheet of the
document. In the event of the specified date for the submission of bids declared a holiday for the
Employer, the Bids will be received up to the appointed time on the next working day. The Bidder is
further required to submit Documents in Physical Form on or before the Bid Due Date and before the
time of submission as specified in NIT, at the following address:- Assistant Manager(North West zone),
Ahmedabad Municipal Corporation, North West Zone, Zonal Office", Nr. Atithi Hotel, Bodakdev
Ahmedabad.

15.2 AMC assumes no responsibility for inability of a bidder to submit bids through (n) procure e-tendering
portal on account of delay in submission at bidder's end. Bidder shall ensure that they submit the bid
well before the "Due Date & Time of Bid- Submission". AMC shall not be responsible if bidder is not able
to submit the bid on account of failure in network/internet connection or any other technical reason.

15.3 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance
with (Section:II: Instruction to bidder) Clause 12.0, in which case all rights and obligations of the
Employer and the bidders previously subject to the original deadline will then be subject to the new
deadline.

15.4 All bidders are requested to see the website of (n) procure / www.ahmedabadcity.gov.in for
corrigendum.

15.5 Any Bid received by the Employer after the deadline prescribed in NIT will be rejected and returned
unopened to the bidder.

16.0 Late Bids

Any Bid received by the Employer after the deadline prescribed in NIT will be returned unopened to the
bidder.
17.0 MODIFICATION & WITHDRAWAL OF BID

17.1 Bid shall not be modified by the bidder after the deadline for submission of bids.

17.2 Withdrawal of a bid during the interval between the deadline for submission of bids and the expiration
of the period of bid validity specified in NIT may result in the forfeiture of the Bid Security pursuant to
(Section:II: Instruction to bidders)

17.3 If during Tender validity period, the bidder withdraws his tender, the tender security (Earnest Money
Deposit) shall be forfeited.

18.0 BID OPENING

18.1 The Employer will open all the Bids received (except those received late), in the presence of the Bidders
or their representative who choose to attend. In the event of the specified date of Bid opening being
declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the
next working day.

18.2 Bids for which acceptable notice of withdrawal has been submitted pursuant shall not be opened and
shall be returned.

18.3 The amount, form, and validity of the bid security furnished with each bid will be announced. If the bid
security furnished does not confirm to the amount and validity period as specified in the NIT, and has not
been furnished as specified, the remaining technical bid will be returned to the bidder terming it as non-
responsive.

18.4 Representatives of the bidders (maximum of two) who choose to attend may attend the online opening
of the bids on the Place, date & time as mentioned above.

The bidders or their representatives who are present shall sign attendance sheet evidencing their
attendance.

18.5 (i) Subject to confirmation of the bid security by the issuing Bank, the bids accompanied with valid bid
security will be taken up for evaluation with respect to the qualification Information and other
information furnished in Part I of the bid pursuant.

(ii) After receipt of confirmation of the bid security, the bidder will be asked in writing to clarify his bid,
if necessary, with respect to any rectifiable defects.

(iii) The bidders will respond in not more than 4 working days of issue of the clarification letter.

(iv) On receipt of these clarifications AMC finalise the list of responsive bidders whose financial bids are
eligible for consideration.

19.0 EMPLOYER’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS

19.1 Notwithstanding anything contained in this Bid, the Authority reserves the right to accept or reject any
Application and to annul the Bidding Process and reject all Applications/ Bids, at any time without any
liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons
therefore. In the event that the Authority rejects or annuls all the Bids, it may, in its discretion, invite all
eligible Bidders to submit fresh Bids hereunder.
19.2 The Authority reserves the right to reject any Application and/ or Bid if:

(a) at any time, a material misrepresentation is made or uncovered, or

(b) the Applicant does not provide, within the time specified by the Authority, the supplemental
information sought by the Authority for evaluation of the Application.

If such disqualification/ rejection occur after the Bids have been opened and the Highest Bidder
gets disqualified/ rejected, then the Authority reserves the right to:

(i) invite the remaining Bidders to match the Highest Bidder/ submit their Bids in accordance with
the TENDER; or
(ii) take any such measure as may be deemed fit in the sole discretion of the Authority, including
annulment of the Bidding Process.

19.3 In case it is found during the evaluation or at any time before signing of the agreement or after its
execution and during the period of work, that one or more of the pre-qualification conditions have not
been met by the Applicant, or the Applicant has made material misrepresentation or has given any
materially incorrect or false information, the Applicant shall be disqualified forthwith if not yet appointed
as the Concessionaire either by issue of the LOA or entering into of the Concession Agreement, and if the
Applicant/SPV has already been issued the LOA or has entered into the Concession Agreement, as the
case may be, the same shall, notwithstanding anything to the contrary contained therein or in this
TENDER, be liable to be terminated, by a communication in writing by the Authority to the Applicant,
without the Authority being liable in any manner whatsoever to the Applicant and without prejudice to
any other right or remedy which the Authority may have under this TENDER, the Bidding Documents, the
Concession Agreement or under applicable law.

19.4 The Authority reserves the right to verify all statements, information and documents submitted by the
Applicant in response to the TENDER. Any such verification or lack of such verification by the Authority
shall not relieve the Applicant of its obligations or liabilities hereunder nor will it affect any rights of the
Authority hereunder.

20.0 SIGNING OF CONTRACT AGREEMENT

20.1 The Employer and the successful bidder shall enter into a Contract Agreement as per AMC’s policy within
28 days after the successful bidder (hereinafter called the Contractor) receives the Letter of Acceptance,
unless they agree otherwise, subject to furnishing the performance security as laid down in ITB Clause
before signing the Agreement with the Employer.

20.2 Upon issue of ‘Letter of Acceptance’ to the successful Bidder, the Employer will promptly notify the other
Bidders that their Bids have been unsuccessful and release their Earnest Money Deposit/Bid Security.

21.0 SECURITY DEPOSIT

21.1 Within 15 days of receipt of the Letter of Acceptance, the Successful Bidder shall deliver to the Employer
a security deposit in the form of Bank Guarantee / Demand Draft / cheque for an amount equivalent to
5% of the Contract Price valid for the period of valid till 90 days beyond Date of completion of work. The
Security Deposit shall be payable in 15 days from date of receipt of LOA failing which interest @4% per
annum will be charged by AMC.

21.2 The security deposit shall be in the form of a Bank Guarantee in the name of the Employer, from
Ahmedabad branch of any Banks mentioned in the revalent clause of this tender documents.

21.3 This security deposit shall be released only after the clearance of final bill including pre & post Audit.

21.4 Interest @ 4 % per annum shall be deducted from contractor in case of late submission of Bank
guarantee or late renewal of bank guarantee for the number of days delayed for submission or
discontinuity of the bank guarantee.

21.5 Bank Guarantee to be submitted in the prescribed format enclosed and shall be same verbatim as per
the format. Bank Guarantee shall be submitted on right value of stamp paper and for correct value of
contract.

21.6 Failure of the Successful Bidder to comply with the requirements of revalent Sub-Clause shall constitute
sufficient grounds for cancellation of the award and forfeiture of the Bid Security.

21.7 In case of any contract amendment during execution of the contract enhancing value of the contract the
BG value shall be enhanced accordingly. Validity of BG shall be commercial terms and conditions of the
tender.

21.8 All compensation or other sums of money payable by the Contractor to the Employer under the terms of
this Contract or any other contract or on any other account whatsoever may be deducted from Security
Deposit. Also in the event of the Contractor's Security Deposit being reduced by reasons of such
deductions, as aforesaid, the Contractor shall, within 15 days of receipt of notice of demand from the
Engineer-in-Charge, make good the deficit in Security Deposit.

21.9 Should there arise any occasion under the Contract due to which the periods of validities of Bank
Guarantees as may have been furnished by the Contractor from time to time, are required to be
extended/renewed, the Contractor shall get the validity periods of such guarantees extended/renewed,
and furnish these to the Engineer-in- Charge one month before the expiry date of the aforesaid
Guarantees originally furnished failing which the existing Bank Guarantees shall be invoked by the
Engineer – in – charge. Also in case of any deficit in securities on any account as might occur or is
noticed, the Contractor shall forthwith recoup/replace the same with acceptable Security Deposit.

21.10 The Bank Guarantee shall be extended within the expiry dates wherever activities as per contract are not
completed in all respects.

21.11 The successful bidder to whom ‘LOA’ has been issued shall enter into an agreement at Employer’s office
within 15 days of LOA.

22.0 Corrupt or Fraudulent Practices


The Employer will reject a proposal for award if it determines that the Bidder recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question and will declare
the firm ineligible, either indefinitely or for a stated period of time.

The bidder and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the bidding process. Not with standing anything to the contrary contained
herein, the Employer may reject any bid without being liable in any manner whatsoever to the bidder if it
determines that the bidder 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 Employer under relevant Clause hereinabove, if an bidder is found
by the Employer 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 bidder shall not be eligible to participate in any tender issued by the Employer
during a period of 2 (two) years from the date such bidder is found by the Employer 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 Employer who is or has been associated in any manner,
directly or indirectly, with the bidding process or has dealt with matters concerning the Contract 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
Employer, shall be deemed to constitute influencing the actions of a person connected with the
bidding process); engaging in any manner whatsoever, whether during the bidding process or after
the award or after the execution of the Contract, as the case may be, any person in respect of any
matter relating to the Works, who at any time has been or is a legal, financial or technical adviser of
the Employer in relation to any matter concerning the Works;

(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 person’s participation or action in the bidding
process;

(d) “undesirable practice” means establishing contact with any person connected with or employed
or engaged by the Employer with the objective of canvassing, lobbying or in any manner influencing
or attempting to influence the bidding process; and

(f) “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among bidder with the objective of restricting or manipulating a full and fair competition in the
bidding process.
(g) “ False documents” during If any documents found false/fake then Municipal
Commissioner/AMC has right to take any action/penalty/punishment against contractor.

23.0 LITIGATION HISTORY

The applicant should provide accurate information on litigation and/or arbitration resulting from
Contractors completed or under execution by him over last five years. If the details of Litigation History
are hidden by the Bidder and later on it comes to the knowledge of the Employer, the Bidder shall be
disqualified for the proposed work and other appropriate actions shall be taken against the bidder.

24.0 In the event of any discrepancy the following order or precedence should apply

In the event of any discrepancy in the several documents forming the contract or in any one
document,the following order of precedence should apply.

(a) Dimension and quantities:- (i)Schedule-B of the Tender form (ii) specification (iii) Drawings.
On drawing,figure dimensions,unless obviously incorrect,will be followed in preference to scaled
dimensions.

(b) Desription: (I) Schedule-B of the Tender form,(II) specification,(III) Drawings.


In the case of effective description or ambiguity,the Engineer-in-charge is entitled to issue further
instructions directing in what manner the work is to be carried out.The contractor cannot take any
advantage of any apparent error or omission in drawings or specifications and the Engineer-in-charge
shall be entietled to make corrections and interpretations as necessary to fulfil plans and specifications.

The Engineer-in-charge shall have power to make any alterations in or addition to the original specifications,
drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of
the work and the contractor shall be bound to carry out the work in accordance with any instructions in this
connection which may be given to him in writing signed by the Engineer-in-charge and such alternation shall not
invalidate the contract and additional work which the contractor may be directed to do in the manner above
specified as part of the work shall be carried out by the contractor on the same conditions in all respects on
which he agreed to do the main work and at the same rate as out by the contractor on the same conditions in all
respects on which he agreed to do the main work and at the same rate as are specified in the tender for the
main work.

Seal and Signature of the Bidder Add.CityEngineer(SZ)

Date: Ahmedabad Municipal Corporation


mhfgwjh lk.-81

bu.Bgwrl.frbNlh©e, ybœtJtœ Bgwrl. ftuvtuhuNllt mhfgwjh lk.-81, <t.26.02.2015 bwsc <btb «fthle
fLmx[fNlle yufxeJexebtk bwÏg ftuLx[tfxh, mc ftuLx[tfxhlt su bswhtu ftbdehe fh<t ntug <u <btb bswhtulkw dwsht<
rcÕzekd yuLz y^h fLmx[fNl Jfombtk hSMx[uNl fhtJJwk VhSgt< Au.

You might also like