document1

39
1 AHMEDABAD MUNICIPAL CORPORATION MAHANAGAR SEWA SADAN WATER OPERATION (E & M ) DEPARTMENT TENDER NOTICE Sealed super scribed tenders are invited from interested bidders for below mentioned items Sr. No. Name of work Qty. Tender Fee Rs. EMD Rs. 1 Construction, drilling & developing of 350 x 250 mm dia 300 mtr. deep tube well along with SITC of pumping machineries with labour and materials for JnNURM project at following EWS Quarters. (1) East Zone Odhav Vepari Mahamandal, Plot No - 51. (2) Vatva T.P. no- 88, Plot No – 51/1 + 51/2 + 53/1. (3) Odhav Bahiyal Ground T.P. no- 3, Plot No – 86/P. (4) Shahvadi EWS Quarter T.P. no- 94, Plot No – 2/1. 4 Nos. 2400/- 92000/- 2 ------------------- Do as above ------------------------------ (1) East Zone Ajit Mill T.P. no - 10, Plot No – 83. (2) Raypur Mill T.P. no- 11,Bapunagar Plot No–43 + 47. (3) Sarangpur Kesari Hind Mill T.P. no- 18, Plot No – 14. (4) Vadaj Shrinath EWS Quarter T.P.no- 28, Plot No– 83/8. 4 Nos. 2400/- 92000/- 3 Annual rate contract for supply of different type of spare parts for SIMENS make switch, starters and electrical equipments. Lot Rs.5.00 lacs 900/- 5000/- Details may be downloaded from AMC web site www.egovamc.com and should be submitted on or before 2.00 pm Dt.- 27/07/10 to the The Tender officer, Central Record Office, Sardar Patel Bhavan, A.M.C., Ahmedabad. Published by water operation (E & M) Dept . " RECHARGE GROUND WATER SOURCES"

Upload: gopvij1

Post on 29-Nov-2015

14 views

Category:

Documents


6 download

TRANSCRIPT

Page 1: Document1

1

AHMEDABAD MUNICIPAL CORPORATION MAHANAGAR SEWA SADAN

WATER OPERATION (E & M ) DEPARTMENT

TENDER NOTICE Sealed super scribed tenders are invited from interested bidders for below mentioned items

Sr. No.

Name of work

Qty.

Tender Fee Rs.

EMD Rs.

1 Construction, drilling & developing of 350 x 250 mm dia 300 mtr. deep tube well along with SITC of pumping machineries with labour and materials for JnNURM project at following EWS Quarters. (1) East Zone Odhav Vepari Mahamandal, Plot No - 51. (2) Vatva T.P. no- 88, Plot No – 51/1 + 51/2 + 53/1. (3) Odhav Bahiyal Ground T.P. no- 3, Plot No – 86/P. (4) Shahvadi EWS Quarter T.P. no- 94, Plot No – 2/1.

4 Nos. 2400/- 92000/-

2

------------------- Do as above ------------------------------ (1) East Zone Ajit Mill T.P. no - 10, Plot No – 83. (2) Raypur Mill T.P. no- 11,Bapunagar Plot No–43 + 47. (3) Sarangpur Kesari Hind Mill T.P. no- 18, Plot No – 14. (4) Vadaj Shrinath EWS Quarter T.P.no- 28, Plot No–

83/8.

4 Nos. 2400/- 92000/-

3 Annual rate contract for supply of different type of spare parts for SIMENS make switch, starters and electrical equipments.

Lot Rs.5.00

lacs

900/-

5000/-

Details may be downloaded from AMC web site www.egovamc.com and should be submitted on or before 2.00 pm Dt.- 27/07/10 to the The Tender officer, Central Record Office, Sardar Patel Bhavan, A.M.C., Ahmedabad.

Published by water operation (E & M) Dept. " RECHARGE GROUND WATER SOURCES"

Page 2: Document1

2

AHMEDABAD MUNICIPAL CORPORATION Water Operation ( E & M ) Department.

Conditions of Tender Tender should be sent Last date of Submission of Tender:- 27/07/2010 By Registered A.D. Submission of Time:-up to 2.00 P.M. Speed Post / Hand delivery Date of Opening of Technical Bid : 27/07/2010 Tender Fee Rs 2400/- Time of Opening of Technical Bid : 4.00 P.M.

Tender for: TENDER FOR CONSTRUCTION, DRILLING & DEVELOPING OF 350 x 250 MM DIA. 300 MTR. DEEP TUBEWELL ALONG WITH SITC OF PUMPING MACHINARIES WITH LABOUR AND MATERIALS.

Quantity : Four bore wells.

Site :- (1) East Zone Odhav Vepari Mahamandal, Plot No - 51. (2) Vatva T.P. no- 88, Plot No – 51/1 + 51/2 + 53/1. (3) Odhav Bahiyal Ground T.P. no- 3, Plot No – 86/P. (4) Shahvadi EWS Quarter T.P. no- 94, Plot No – 2/1.

1. A demand draft of Rs 2400/-for Tender fee in favour of Municipal Commissioner should be attached with the Tender and sealed Tender should be addressed to THE TENDER OFFICER, Central Record Office, Municipal Corporation, Sardar Patel Bhavan, Danapith, Ahmedbad-380001 should be sent so as to reach him before last date and time. Without tender fee tender will not be considered.

2. EMD of Rs. 92,000/- in the form of Cash/local MICR cheque / pay order / DD / Bank Guarantee drawn on nationalized bank in favour of Municipal Commissioner, Ahmedabad should be attached with the tender. Without EMD tender will not be considered .Cash receipt must be attached with the tender.

3. Successful tenderer shall have to deposit 5% of the tender amount as security of bank guarantee of nationalized bank and shall have to sign a contract with Municipal Corporation as per rules within 15 days after receipt of order.

4. Sales tax, VAT/TIN/PAN registration no. should be mentioned in tender as well as in the bill. 5. Tenderer must be manufacturer of the bore well. Without these tender will not be considered. 6. Material supplied under order shall be new and of first quality according to the specifications and

sha ll be free from defects (Including concealed fault, deficiency in design, material and workmanship.)

7. Guarantee: 12 months from the date of commissioning and 18 months from the date of supply for all the electrical and mechanical equipments.

Materials replaced / repaired under guarantee / warrantee period shall have further warranty for a period of 12 months from the date of repair / replacement.

8. Prices should be F.O.R. store / site delivery basis including excise duty, sales tax, vat tax, any applicable tax, insurance, delivery charges, unloading charges etc. We do not possess ‘C’ or ‘D’ sales tax form. Prices must be firm inclusive of any future taxes imposed in place of octroi, service tax or vat or any other taxes which ever applicable.

9. Our standard payment term is 45 working days after getting 100% supply (as per cl-20). No advance payment or Performa invoice payment or bank through payment will be considered, even if any discount is offered for the same. This standard payment terms is applicable only when the tenderer fulfills above condition No. 3. If any reason payment is not received within 45 days than tenderer is not eligible to claim / demand any compensation for loss of interest or there of.

10. Tenderer must clearly mention make & the materials catalogue no if any, name and full address of the manufacturer and complete details as asked by A.M.C.

11. Tenderer must give validity of tender for minimum 120 days from the date of price bid opened.

Page 3: Document1

3

12. Municipal Commissioner reserves the right (i) to change, alter or to waive any technical or commercial terms, conditions and qualification (ii) to reject all the tenders or the lowest or any other tender in part or full without assigning any reason whatsoever (iii) for making changes / relaxation in eligibility criteria at any time (iv) to split the tender and award to more than one tenderer in the interest of public. The tenderers shall have no cause of action or claim against the corporation or its officers, employees, successors or assignee for rejection of his tender.

13. Conditions of tender issued by Municipal Corporation must be duly signed and should be attached with the tender.

14. The successful bidder shall have to offer inspection of material before supply if required by AMC.

15. Tenderer shall have to arrange and bear all the cost of transportation, lodging, boarding and cost for inspection of material if required by AMC. We will depute our representative for the inspection.

16. Tenderer shall have to submit two hard copies (one original + one duplicate)of the tender. 17. Tenderer shall have to mention on the cover. (A)Water Operation (E & M) (B) Tender for (C) Opening date (D) Name of tenderer.

18. Xerox copy of the orders executed for similar items and their performance shall be attached. 19. Conditional tender will not be accepted.

20. Failing the delivery schedule , penalty at the rate of 1% per week with maximum ceiling of 10 % will be charged for not completion of the work in prescribed time limit.. If the work is not completed during this penalty period, then contract will be terminated, security deposit will be forfeited and party will be black listed.

21. Bidder shall have to furnish name of bank, name of branch with address, A/c No., Type of Account, MICR No and IFSE code no. of Bank for refund of EMD on separate letter pad page.

22. The evaluation will be done only on the basis of information submitted with the tender. Information will not be called for by A.M.C.

23. Fresh details if required will have to be submitted. 24. The bidders shall have to furnish their technical & financial details with the tender. 25. If required, Original Certificate / Documents have to be produced by the tenderer at the time of

evaluation of tender. 26. Even though the bidder meets the above qualifying criteria, he shall be disqualified if he has

made misleading or false representation in the forms, statements 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, in ordinate delays in completion, litigation history or financial failures etc.

27 The amount quoted against the ‘Total amount column’ shall be considered final for lowest bidder evaluation. The total amount must be written in figures and words.

28 Tenderer has to check the AMC website for Addendum if any before 48 hours of tender submission date & time. Tenderer who quote tender without attaching tender or the addendum will be rejected.

29 Prices should be quoted in our separate Price Bid format and inclusive of all taxes. At the submission-date and time, tenderer who quote the tender without attaching the tender

or the Addendum will be rejected.

I/We are fully agree to all the terms, conditions and specifications Tenderer’s signature and stamp Add.C.E. (W.O.E.&M.)

Page 4: Document1

4

SECTION-I

(A) Eligibility Criteria and Different Parameters for Technical Bid Qualification (a) Post Qualification:

1. The bidder must be manufacturer of the bore well. 2. Tenderer should have carried out successfully complete SITC work of

16"/14"/12"/10” x 10" dia . minimum 800 ft depth of at least five nos. of bores with well screen strainers w ithin last three years. These five bores must be constructed in Municipal Corporation, GWRDC, GWSSB, Power generating company, GEB, Railway, ONGC, similar government and semi government institutes.

3. Tenderer should furnish the self attested copy of work orders for the works shown in A-a/2 and a copy of certificates for satisfactory construction of bores from the same Institution.

4. The determination will take in to account the Bidders financial, technical and production capabilities necessary to perform the contract. It will be based upon the examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder.

5. Tenderer must possess annual average turnover of Rs.30 lacs during las t two years. 6. It will be the tenderer’s responsibility to deposit service tax in the service tax

department. 7. Tenderer must have own Drilling rig with present R.T.O. Registration. (b) Parameters for Technical Qualifications

Sr.No.

AMC Requirements Tenderer Data

1. Tender Fee Rs. 2400/- 2. E.M.D. Rs.92,000/- DD/ Pay order/ MICR cheque/ bank

guarantee

3. The bidder must be manufacturer of bore well 4. Tenderer must have experience of successfully work of

16"/14"/12" 10” X 10" dia .x 800ft. depth of at least five nos. of bore wells with well screen strainers within last three years.

5. Annual average turnover of Rs. 30 lacs for the last two years.

6. Own Drilling rig with latest R.T.O. Registration. (R.T.O Regi. No.)

Tenderer’s signature and stamp & Date:

Page 5: Document1

5

( B ) SCOPE OF CONTRACTOR 1.0 Tenderer shall have to Construct, drilling & developing of Tube-well with Supply, Delivery at

Site, Installation of pipes, Strainer pipes and Commissioning of deep bore well with labour and materials with site difficulties and discomfort ness at bore well site.

2.0 This Specification Covers construction, drilling, electro logging, successfully installing housing, casing & strainer pipes, gravel packing, air compressor, and sub. Pump development of tube-well for deep bore in the city of Ahmedabad.

3.0 Technical Specification and the construction of bore, details of labour work, pipes, strainer pipes and miscellaneous items to be supplied are enclosed. The technical information and price schedule to be furnished by the bidders is covered in schedule I & II.

4.0 The equipments and the works shall confirm in all respects high standard of engineering. 5.0 The tenderer have to arrange Photographs of work at different stages of progress as per the

instruction of site engineer in charge . 6.0 Comprehensive repairing and maintenance work of sub pump set, Ele ct. panel, Starter and chlorine dozing machine during guarantee period--

• The bidder should complete any electrical or mechanical fault of bore well within six

hours from the time of complaint received on the same day. Fault cleared is to be informed to the engineer in charge.

• Incase pump-motor set is failed, the same is to be repaired within 24 hours including lifting & lowering works. Otherwise penalty of Rs.1000 per day will be deducted from the remaining bill.

• Incase of fault received for maintenance of chlorine dozing machine is to be attended within six hours and if same machine is not repairable it should be replaced by another machine on the same day. If bidder fails to complete the work in prescribed time limit, a penalty of Rs.200/-per day will be recovered from the remaining bill.

Tenderer’s signature and stamp & Dat e:

Page 6: Document1

6

SECTION – II (A) INSTRUCTIONS TO TENDERERS 1. EXAMINATION BY TENDERERS: 1.1 Prior to submitting the tender, each tenderer must do following steps.

(a) Tenderer must have to visit the site, site condition and check site difficulties and discomfort ness at bore well site location.

(b) Examine all instructions, eligibility criteria and specifications in the tendering document. (c) Familiarize he with all central, state & local laws, ordinance, rules, regulations & codes

affecting the services including the cost of permits & licenses required for the work at site. (d) No additional claim, discrepancy etc. shall be entertained after opening of tender.

2. TENDER PRICES

The Tenderer shall fill the prices in the schedules indicated in price schedule of the Tender Document. On acceptance, the prices shall be valid throughout the period of contract.

3. DOCUMETS COMPRISING THE TENDER

3.1 The original and duplicate tenders prepared by the Tenderer shall be in two cover comprise of the following components:

Cover-A: Eligibility Criteria and Technical bid.

(i) Tender fee & EMD sealed cover. (ii) Technical tender documents with all experience certificates and eligibility Criteria documents.

(iii) Executed order’s details with Xerox copies of order.

Cover-B : Price Schedule Cover (i) Tender price schedule duly filled. 4. EARNEST MONEY DEPOSIT

The Tenderer shall furnish, as part of its Tender, Earnest money Deposit for the amount as indicated in the invitation for tender.

4.1 The EMD shall be denominated in Indian rupees and shall be in one of the following forms:

(A) E.M.D by Cash / Local MICR cheque / pay order / demand draft / bank guarantee drawn of Nationalized Bank in favour of “Municipal Commissioner” Ahmedabad valid for 120 days.

4.2 Any Tender without EMD will be rejected by the Ahmedabad Municipal Corporation as non responsive

4.3 Unsuccessful Tenderer’s Earnest Money will be discharged / returned as promptly as Possible after the award has been finalized.

4.4 The successful Tenderer’s Earnest Money will be discharged upon the tenderer signing the Contract and furnishing the performance / security deposit.

4.5 No interest will be paid on Earnest Money deposit. 5. TENDER VALIDITY 5.1 Tender shall remain valid for 120 days from the date of price bid opened. Tender valid

for a shorter period may be rejected by the corporation as non-responsive.

Page 7: Document1

7

6. FORMAT AND SIGNING OF TENDER 6.1 The Tenderer shall prepare two copies of the Tender clearly, making one “ORIGINAL”

and other ‘DUPLICATE’. 6.2 The original and duplicate of the Tender shall be signed by the Tenderer or a person or

persons duly authorized to sign the Tender. The power of attorney in favour of the person authorized to sign the Tender shall accompany the Tender. All pages of the Tender must be duly signed by the tenderer.

7. SUBMISSION OF TENDER 7.1 The Tenderers shall seal the original and duplicate of the Tender in one sealed envelope. 7.2 Tenderers are requested to submit the original and duplicate tender documents in two

separate sealed envelopes and as per procedure given hereunder:- (A) The Sealed Cover – A (Technical Bid, Tender Fee and EMD Cover) Containing two sealed covers namely cover – I and II (i) Cover – I (EMD and Tender Fee Cover) It will contain only demand draft or pay orders payable at Ahmedabad or cash

receipt. (ii) Cover – II (TECHNICAL BID COVER) It will contain eligibility criteria and technical bid.

(B) The sealed Cover – B (Price Bid Cover) It will contain price schedule bid in which the prices are to be quoted by the tenderer.

( copy of price bid and duplicate copy of price bid should be in a separate cover ) No condition will be accepted along with the price bid.

7.3 Both the envelopes as mentioned above form the Tender and will be placed in a sealed common envelope. The envelopes shall indicate the name and address of the Tenderer to enable the Tender to be returned unopened in case it is declared “Late Tender”. The outer envelope shall be addressed at the following address by regd. A.D. Post. / Speed post / Hand delivery.

To, Tender Officer, Ahmedabad Municipal Corporation, Sardar Patel Bhavan, Danapith, Ahmedabad – 380 001. 8. OPENING OF TENDERS

8.1 The tender will be opened in the office of the Tender Officer of Ahmedabad Municipal Corporation by Tender Officer on due date at 4.00 p.m. hrs. in the following manner:

8.2 At the time of bid opening first tender fee and EMD cover will be opened. Then after only technical bid of all the tenderer’s having EMD and tender fee will be opened. After scrutiny of technical bids, the price bid of those tenderer’s will be opened who satisfy the eligibility criteria at a later date. The price bid of those tenderer’s not satisfying criteria shall be returned to them unopened.

The Tenderer’s representatives who are present shall sign a register or paper evidencing their attendance.

9. Municipal Commissioner reserves the right (i) to change, alter or to waive any technical or

commercial terms, conditions and qualification (ii) to reject all the tenders or the lowest or any other tender in part or full without assigning any reason whatsoever (iii) for making changes / relaxation in eligibility criteria at any time (iv) to split the tender and award to more than one tenderer in the interest of public. The tenderer’s shall have no cause of action or claim against the corporation or its officer’s, employee’s, successor’s or assignee for rejection of his tender.

Page 8: Document1

8

10. SIGNING OF CONTRACT

10.1 On receipt of the notification of Award / order the successful tenderer has to execute the necessary agreement with the corporation as per the prevailing rules & regulation of corporation, along with performance / security deposit.

10.2 Contract shall be constituted according to and subject to laws of India and State of Gujarat and under the jurisdiction of court of Gujarat at Ahmedabad only.

11. SECURITY DEPOSIT

11.1 On receipt of notification of award from the corporation, the successfully tenderer shall furnish 5 % security deposit in accordance with the conditions of contract, in the form acceptable to the corporation within 15 days.

11.2 Failure of the successful Tenderer to comply with requirement of above clause shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD, in which event the Corporation may make the award to the next lowest evaluated Tenderer or call for new Tenders.

Tenderer’s signature and stamp & Date:-

Page 9: Document1

9

( B ) INSTRUCTIONS TO THE TENDERER. 1.0 Invitation to Tenderers :

1.1 Municipal Commissioner for and on behalf of Ahmedabad Municipal Corporation, here

in after referred to as the corporation, will receive tenders for the construction, drilling, installing housing, casing, & strainer pipes, gravel packing, development of tube -well for deep bore according to the specification, documents. The Tender shall be opened in the office of Tender Officer in the presence of Tenderer or their representatives who are present.

1.2 The corporation reserves the right to reject all the tenders or, the lowest or any other tender, or part of it which in the judgment of the corporation does not appear to be in the best interest and the tenderer shall have no cause of action or claim against the corporation or its officers, employees, successors or assignee for rejection of his tender.

2.0 General Note : 2.1 The tender should furnish a copy of R.T.O. registration book for Drilling Ring.

2.2 The tender should furnish their supervisor, technical, skill and un-skill staff details w ith qualification and experience.

2.3 The tenderer must give va lidity of the tender for minimum period of 120 days from the date of price bid opened..

2.4 Any conditional tender will not be considered for evaluation. 2.5 Municipal commissioner may consider the tender for evaluation which is not fulfilling

above qualification and basic requirements in the interest of public. ( C ) Condition of tender for construction of deep bore well. 1. Successful tenderer will have to start the drilling work within 15 days from the date of order.

The TOTAL work shall be completed within 120 days of the date of order. The work of drilling the new bore will have to be started immediately on showing the exact site and work of all bores should be completed within the time specified above.

2 Payment--Corporation will not consider any advance payment for material and labour. 60% payment of the work will be given after completion of air-compressor de velopment work and supply of all electrical and mechanical materials of related bore well. Out of remaining 40%, 30% payment will be given after successfully commissioning of tube-well. (after sub-pump development work, sounding test, site clearance, verticality test, etc.), 10% will be released three months after successful commissioning.

3. (i) If the contractor will not complete any of the above work as mentioned in the tender due to any reason, the payment for the work done will not be given to the contractor till work is completed satisfactorily .

(ii) The contractor shall submit the data chart in triplicate test certificates of pipes and strainers, air compressor and submersible pump development certificate, acceptance test certificate along with the bill and the payment of the bill will be given normally within 45 days of submission. No other terms of payment will be accepted.

4. The contractor shall have to keep qualified technical representative for full time to receive instruction.

5. The contractor shall be responsible for workman's compensation if any such case of death or injury. During the work any damage to the AMC'S property that will be recovered from contractor's account.

6. The contractor shall have to keep record of workers working on site and will have to submit every week.

7. The rates shall be stated clearly in words and figures in schedule of rates.

Page 10: Document1

10

8. If any extra item comes up during process of work the same shall be carried out by the contractor and shall be paid at the rate fixed up by the Municipal Commissioner if not mentioned there.

9. Contractor should provide details and proof of possessing the following machineries required for construction of tube-well in absence of such proof his offer will not be considered.

No Item Capacity Year of Purchase 1 Drilling rig (R.T.O. Regi. No.) 2 Drilling rod dia & length 3 Bore developing 125/85 HP sub pump 4. Any other machineries

11. Municipal Commissioner reserve the right to accept or to reject any tender in part or full without assigning any reason what so ever.

12. No terms of payment of the contractor will be accepted. 13. The housing pipes, casing pipes and strainer pipes, reducer etc. are to be brought by contractor at

site. The materials must be as per technical specification given in the tender documents. 14 . Contractor has to make his own arrangement for water required for construction of bore. In any

circumstances water and water tanker will not be provided by Corporation. Any other terms of tenderer for water tanker will not be accepted.

15. Minimum 13 brass gravel of proper size (3/16" to 5/16") shall be brought at site by contractor before starting the pipe lowering and should be stacked in chattas for quantity measurement by AMC.

16. After gravel packing, clay packing air compressor development bore must be developed by submersible pump having discharge capacity of 100 m3/hr at 140 mtr. head of 125/85 HP sub pump within 7 days, otherwise corporation will make its own arrangement for bore development by sub pump set and for this work amount as decided by Municipal Commissioner up to maxi. Limit of Rs 50,000/- will be deducted from contractor’s bill. If bore cannot be developed successfully as per specification no payment will be made.

17. Performance Guarantee: Performance guarantee for satisfactory working of bore for the period of three years should be given in the form of bank guarantee of Rs.1,00,000/- for Each bore well kept valid for two years from the date of completion of last bore. During the performance guarantee period if necessary contractor shall have to clean and redevelop the bore by air compressor to get clear sounding of the bore.

18 . Municipal Commissioner reserves the right (i) to change, alter or to waive any technical or commercial terms, conditions and qualif ication (ii) to reject all the tenders or the lowest or any other tender (iii) for making changes / relaxation in eligibility criteria at any time (iv) to split the tender and award to more than one tenderer in the interest of public. The tenderer’s shall have no cause of action or claim against the corporation or its officer’s, employee’s, successor’s or assignee for rejection of his tender.

. . Tenderer’s Signature & Stamp Addl.C.E. (W.O.E.&M.)

Page 11: Document1

11

Bank Details

Ø Name of Party/Contractor:-

Address:-

Ø Telephone No.:-

Ø E-mail ID :- Ø PAN No.:- Ø Name of the Bank:- Ø Name of the Branch:-

Address :-

Ø Account No:-

Ø Type of Account:-

Ø MICR No:-

Ø IFSE code No:-

The information given above are true to the best of my knowledge and belief.

Party’s Stamp & Signature

Page 12: Document1

12

BANK GUARANTEE

for

EARNEST MONEY DEPOSIT / SECURITY DEPOSIT / PERFORMANCE BANK GUARANTEE

In consideration of the Municipal Corporation of the city of Ahmedabad (hereinafter to as the

corporation) having agreed to exempt ______________________________________ (hereinafter

referred to as "the said Contract") from the demand of earnest money / security deposit in cash for the

due fulfillment of the terms and conditions of the agreement made between the corporation and the

said BIDDER on ____________________________________________ for

________________________________________________________________________ (hereinafter

referred to us "the said agreement") on production of Bank Guarantee for Rs._________________

Rupees ____________________________________________ only.

We ___________________________________________________________________ Bank

(hereinafter referred to as "Bank") do hereby undertake to pay to the Corporation as a amount not

exceeding Rs. _____________________________ Rupees

_______________________________________________________________________ only on the

demand from Corporation.

Any such demand on the bank shall be conclusive as regards as amount due and payable by the bank

under this guarantee. However, liability of the bank under this agreement shall restricted to as amount

not exceeding Rs. ___________________________ Rupees

______________________________________________________________________ only.

We the bank further agree that the guarantee herein contain shall remain in full force and effect during

the period that would be mentioned in the bid and that it shall continue to be enforceable till all the

dues of the Corporation under or virtue of the said agreement have been paid and its claim satisfied or

discharged and till a certificate to the effect has been received by the bank from the Corporation.

However, unless the demand of claim under the guarantee is made to the bank in writing on or before

the _____________________ (specify the date) the bank shall be discharged from all liabilities under

this guarantee.

With the bank further with Corporation sha ll have fullest liberty, without the concert of the bank

without effecting in any manner it obligations herein under to vary any of the terms and conditions of

Page 13: Document1

13

the said agreement or extend time for validity by the said bid from time to time or to postpone for any

time or from time to time any of the powers exercisable by the Corporation against the said Contractor

and to forebear to enforced any of the terms and conditions relating to the said agreement and the bank

shall not be relieved from liability by reason of any such variation, or extension granted to the

contractor for any forbearance, at Contractor or by any such matter or thing whatsoever which under

the law relating to sureties would, but this provision, have the effect of so relieving the Bank.

We ________________________________________________________________ the bank

undertake not to revoke the Guarantee during currency except with the previous concert of the

Corporation in writing.

Dated the ________________________ day of ________________________ of 2010.

For ____________________________________ Bank

Principal (Contractor)

Surety (Bank)

Contract No. and date of Contract

Page 14: Document1

14

SECTION : III Tender Technical Specifications for Construction of tube-well in Ahmedabad City

GENERAL: The purpose of constructing the tube -well is to obtain optimum quantity of ground water of

good potable quality for drinking purposes. The deeper tube-well will go to a approx. depth up to 300 mts. from ground level. In this case the first 170 mts. approximately will have M.S. ERW housing pipes of 350 mm. dia. The minimum thickness of housing pipe will be minimum 7.00 mm. From 170 mts. onwards below ground level, there will be 250 mm. dia. casing pipe having a minimum thickness of 7.00 mm. pipes as per IS 3589/1981 and Johnson filtration make 250 mm. dia. heavy duty strainer pipes for deep tube -well to be used.

The quantity of this housing and casing pipe will vary according to the requirement at the site but the tube-well is not expected to 300 mts. below ground level. In the case of deep bores about 120 M³/hr or discharge is accepted with a draw down of 10 mts.

I. Definition:

In this contract a tube -well will mean: (a) Satisfactory completion of bore hole drilling the maximum prescribe d depth in a ll sorts of soil,

kankar, boulder or soft or hard rock. The stated depths are approximate and the contractor may have to go higher or lower depth as decided by Corporation as per condition of starter generally available in the locality. The contractor has to arrange for electro logging and cost has to be given in prices schedule separately.

(b) The installation of casing and housing pipes, complete with strainer or slotted pipes including bail plug, reducer, clamp top half coupling and well cap. The housing pipes casing pipes, Johnson strainer pipes, housing pipe clamp wooden slippers well cap, half coupling and cone of bail plug will have to be supplied by the contractor. 50 mm width x 4 mm thick M.S. strip for welding between two housing pipes and chapla should also supplied.

(c) Placing of a gravel packing of minimum 13 brass quantity around casing, housing and strainer pipes as per design. All gravel as per specifications of required quality of (and) quantity will be. supplied by contractor.

(d) Strata wise development of gravel packed tube-well with adequate capacity of air compressor . (e) The development of gravel packed tube-well with submersible pump with the object of

obtaining a minimum yield of 100M³/hr at 140 mt. head of 125/85 H.P. sub-pump till water become potable and nearly sand free.

(f) Measuring eccentricity and sounding.

2. Drilling procedure :

(a) The contractor will employ the hydraulic direct rotary (i.e. by direct rotary drilling rigs fitted with a heavy duty reciprocating mud pump)

(b) All water bearing strata decided by the engineer in-charge shall be tapped. (c) The contractor shall have to drill first a pilot bore of 9" diameter but not more than 12"

diameter after completion of which the contractor shall have to inform engineer in charge for electro logging. Contractor will have to arrange for electro logging of each bore. Without electro logging of bore rimming work should not be started in any case.

(d) After pipe & strainer lowering in the bore hole and before gravel packing, minimum 12 hours back washing is required to keep proper mud density.

(e) After gravel packing work, minimum 24 hours back washing is required with clean water, putting washing line at the bottom.

(f) The contractor shall have to use fresh quality of Bantonite so that the mud salinity should be less than 230 PPM.

(g) Bore hole shall be drilled freely in plumb & vertical.

Page 15: Document1

15

3. Material to be supplied by the contractor All housing pipes, casing pipes and strainer pipes shall be supplied by the contractor.

The contractor shall be responsible for all the losses or damage for any reason.

4. Bore Hole

(a) Minimum dia. of 650 mm. from ground level to a depth of 3 mts below the bottom end of housing pipe should be drilled for which payment will be given. On completion of 650 mm. dia. running size of rimmer bit should be checked in and measured by AMC engineer in-charge after removing from bore hole.

(b) Minimum dia. of 550 mm- from 3 mts. below reducer to 3 mts Below the bottom end of the casing pipes should be drilled (for which payment will be given ) on completion of 550 mm. dia. running site of rimmer bit should be checked in presence of engineer in-charge.

5 (a) Pipes, Strainers & Materials: The contractor has to arrange to supply 350 mm. dia. M.S. ERW new pipes confirming to IS 3589/1981 and 1SI mark and minimum wall thickness of 7.0mm with square edge finish with suitable chapla welded. The acceptance make of the pipes are Jindal/Ajanta/Surya Roshni/Lloyd and Asian as per IS. The contractor has to provide materials test certificates from the respective manufacturer. The individual length of the pipes should not be less than 5 mt (5 mt < pipe length < 7 mt)

(b) 250mm dia MS ERW black casing pipes: The contractor has to arrange to supply 250 mm. dia. M.S. ERW new pipes confirming to IS 3589/1981 and 1SI mark and minimum wall thickness of 7.0mm with square edge finish with suitable chapla welded. The acceptance make of the pipes are Jindal/Ajanta/Surya Roshni/Lloyd, Wellspun and Asian as per IS. The contractor has to provide materials test certificates from the respective manufacturer. The individual length of the pipes should not be less than 5 mt (5 mt < pipe length < 7 mt)

(c) 250 mm. dia Johnso n make strainer pipes : Johnson filtration make new strainer pipes to be manufac tured from LOG materials. Diameter of screen pipes to be 250 mm. and should be suitable tensile strength & collapsible strength should be more than 28 metric tonnes and 30 kg/cm2 respectively for which certificate should be attached. The openings of screen required are 1.00 mm. and 1.5 mm. according to the strata available at the site, the screen should be used. The contractor should give rates for the both sizes of the screen.

(d) 350x250 mm dia. Concentric steel cast reducer:- The reducer should be steel casted confirming to IS 216/1971 and machined finish as per the instruction of site in charge engineer. it should be fixed or flexible.

(e) Bail plug: - The bail plug should be prepared from 250 bail plug length should be 5 mts. with 55 mm length x 1.5 mm width, 2900 no. slots in 3 mt. Length of bail plug at the bottom.

(f) Eccentricity:-

(1) All drilling & pipe lowering shall be done in plumb and vertical as far as practicable but within the following limits of verticality.

(2) Maximum allowable deviation should not be more than 3" in every 100 feet. Depth and proportionally up to 400 ft.

Construction of Tube -well:

After satisfactory drilling and bore hole rimming the contractor has to arrange lowering, installing & welding of housing, pipes, casing pipes and strainer pipes including , reducer, bail plug, housing pipe, joint covering strip, coupling, well cap etc. The contractor has to bring all the materials like bore pipes, strainer pipes, well cap, cone, etc. two days prior to lowering with necessary test certificates for approval of engineering in charge. The contractor has to obtain written permission from the engineer in charge only these af ter he can start lowering of the pipe in presence of AMC engineer. The clamp applied to the housing pipes supporting to the pipe 0.5 mt. below the ground level and supported with wooden slippers. Before lowering housing and casing should be paint with black anticorrosive bituminous paint.

Page 16: Document1

16

Gravel Packing .

After successful completion of pipe lowering gravel packing operation should be started. The gravel used should be graded hard well rounded particular 4.75 mm. 'to 8.00 mm. size. Minimum 13 brass gravel should be used in each tube-well the gravel packing operation should be continuously carried out till it is completed. The clay packing should be done from ground level to 300 ft. depth.

Air compressor development.

The contractor has to arrange 1000 CFM Air-compressor with 250 PSI capacity compressor at site for this work. He has to develop each strata of the tube-well with 5" dia. education pipe and 2" dia. air line. The end of the education pipe should be kept in the centre of each strata. The A ir compressor development work should be carried out for 12 hour from upper strata to lower strata in turn & lastly at the bottom of the tube-well still water coming out from all the strata become send free. And second stag Air compressor development with 1000 CFM Air -compressor with 250 PSI capacity with Direct 3" dia. Air line of 800 ft. depth for 12 hour. During compressor development the water coming out from the tube-well should be used to setting the gravel and clay around the tube-well. The contractor has to give clear sounding of the tube-well after A ir compressor development. Air compressor development should be run for minimum 24 hours. It will be the contractor's responsibility to make arrangement for disposal of mud and water during air compressor development.

Final development of bore with sub-pump.

After compressor development successfully carried out tube-well is to be further develop by submersible pump having discharge capacity approximately 100 m3/hr at 140 mtr. head of 85 HP sub-pump with 6" column pipe till discharge water become sand free. If possible at site necessary electric supply will be provided by AMC and the cost per unit will be reimburse from the bill. If power supply from AMC is not possible the contractor has to arrange generator for this work. It will be the contractor's responsibility to make arrangement for disposal of water in the drainage during sub-pump development.

The water Tanker

The water tanker for work of drilling and developing for the tube -well will not be provided by AMC in any circumstances. The contractor has to arrange for water tanker at its own.

Acceptance test

After development of tube-well by submersible pump the contractor has to give sounding test of tube-well. If the bore is filled the same has to be removed by air compressor. The contractor has to clean the site and level the site after completion of work.

Mud Disposal

The bore will be constructed in the. city of Ahmedabad. Due to city conjunction and space problem in the city, the tenderer must dispose off mud and cutting day to day during construction of bore. It should not be staged at site. It will be the constructor's responsibility if any accident, police case, death, court case, injury happen due to not properly dispose off mud and cutting from the bore site.

Penalty

We have mention 90days period for completion of tube -well in all respect as per tenders specifications. If the contractor could not complete the work in specified time penalty at the rate of l % per week for delay completion of tube-well with maximum ceiling of 10 % will be charged . If work is not completed during this penalty period than contract will be terminated, security deposit will be forfeited and party will be black listed.

Page 17: Document1

17

Performance guarantee:

The contractor has to give performance guarantee of Rs. 1,00,000/- for Each bore well in the form of bank guarantee for the period two years for the tube-well last constructed out of total no. of ordered bore AMC approved bank. During performance guarantee if necessary, contractor shall have to clean and redevelop the bore by air compressor to get clear sounding of the bore.

Certificates:

The contractor has to give following certificates. (a) Material test certificate and routine test certificate for 350 mm. dia. M.S. ERW pipes as per

IS 3589/1981. (b) Material test certificate and routine test certificate for Johnson filtration make Continuous

slotted strainer pipes. (c) Strata chart drawing with showing all the technical details in triplicate. (d) Compressor development report with details for all the strata in triplicate. (e) Submersible pump development certificate mentioning nos. of hours pump run, discharge

static water level, drawdown, pumping water level. (f) Verticality test certificate for 400 ft. depth of the tube-well at 0 to every 10 ft. (g) Acceptance test certificate for clear sounding of tube-well and site properly leveled and

cleaned and cavity around the tube-well duly packed with clay, well cap, bore pipe, clamp, wooden slipper, earthing terminal and half coupling on the top of the pipe.

Tenderer’s Signature & Stamp Addl.C.E. (W.O.E.&M.)

Page 18: Document1

18

Page 19: Document1

19

The scope Includes Supply, Installing and commissioning work of following Electrical & Mechanical equipments.

(a) Submersible pump sets w ith 3x25 mm2 PVC insulated copper flat cable of 150 mt. Double length suitable for Star/Delta starter. Make/ Discharge / Head / Construction of material / flat cable should be as per attached Annexure I & II etc.

Pump should be connected with 150 mm dia. One side flanged and one side threaded match with NRV thread. M S ERW pipe of 0.3 mtr. Long. Tenderar should give technical details asked in Annexure I & II.

( b) Column Pipes :

Column pipe should be 150 mm dia. minimum 5.4 mm thickness galvanized, confirm to IS 1239 (Part I) of 1988 and both ends should tee have welded flanged as per attached drawing and flange to flange, length of the Column pipe should 4.0 to 4.3 mt. And total length of Column pipe should be 140 mts.

The Top piece should be of 0.3 mt in length and 150 mm dia and one end welded flanged as per drawing aid another side flange should be as per flange standard B S table - C.

All the Column pipe should he assembled by 3.0 mm thick rubber Insertion sheet with M S hexagonal headed 12 mm Ø x 45 mm GKW make nut bolts and plain washer at both ends.

The detailed technical requirements are as per annexure III & IV. The tenderer should give technical details in annexure III & IV.

C . CIDF Pipes / specials & Valves.

CIDF Pipes, Specials and valves should be as per following.

Sr. No. Items Qty 1 150 mm dia – 90º short bend with flanged drilled as per

B.S. Table – C and bend as per IS 1538/1993 2 nos (per each bore)

2 150 mm dia 1.0 mt. length CIDF pipes of class ‘B’ as per IS 7181/1986 and flange drilled as per BS table – C

1 No (per each bore)

3 150 mm dia CIDF sluice valve with hand wheel as per IS 780/1980 PN-1 rating.

1 No (per each bore)

The technical details & specifications as per annexure V & VI.

All the cast Iron double flanged pipes, specials and sluice valves should be connected by 3.0 mm thick rubber Insertion sheet and (16 mm Ø x 90 mm) S/8* Ø x 3" MS hexagonal headed GKW make nut bolts & plain washers (5/8" Ø plain washers). Section Pillar fitted with switch starter panel, capacitor, lighting board duly painted with two coat of silver oxide paint. (One coat of primer and than two coat of silver oxide paint). The rating of the switch should be 250Ampx 440V. with TP&N w ith neutral link. The starter should be suitable for 85 to 120 HP motor and should be air break star delta starter. Rating of the contactor should be 200 Amps for AC-3 duty condition. The Detail technical specifications are as per annexure VII. The contractor has to connect main incoming cable to SFU and flat copper cable in the starter by crimpling "DOWELLS" make heavy duty cable sockets. Earthing of the section pillar, Switch unit & starter should be done by 1” x 1/8” MS galvanized earthing strips.

Page 20: Document1

20

(e) Miscellaneous Items : I. Bore Cap: From 5 mm thick MS sheet should be prepared as per drawing. I I . Flat Cable binding nylon c ore : Every pipe Joint flat cable should be bound

with nylon core of ( 1/16'). III, Heavy Duty MS clamp for Column pipes with nut bolts: It should be made from 4"x 3" mm

thick X 24'’ length: as per drawing IV. Contractor has to submit report with following data :-

I. Static, water level of the bore well. II. Pumping level of the bore well

III. Discharge of sub pump in m3/hr. IV. Ampere, Volt meter, Power factor etc. reading for 4. hour working of sub-pump. V Commissioning of the sub pump-set should be in presence of site engineer or in-charge. VI. Guarantee: 12 months from the date of commissioning and 18 months from the date of supply

for all the equipments.

During erection work any injuries to the contractor's staff is the responsibility of the contractor.

Page 21: Document1

21

Annexure -I Specification for Submersible Pump Sets with 150 mtr. head and 80 m3/hr discharge capacity at

duty point Sr. No

Technical Description of material AMC Requirements Tenderer's (Bidder's)

offer 1 Make KSB /LUBI/U-Neel

2 Duty point discharge capacity 80 M3/hr 3 Duty point head 150 Mts. 4 Minimum efficiency of pump(only) at duty

point 68%

5 Minimum efficiency of submersible motor(only) at duty point

82%

6 Minimum overall efficiency of pump set at duty point

56 %

7 Motor rating should be higher capacity 10 % minimum 8 Rated speed in RPM 2800 9 Operation Rating continuous 10 Solid handling capacity fine sand particles 11 Maximum outside diameter – x

250>x>210 For 250 mm dia . bore well and must not less than 210 mm

12 Connection Star -Delta 13 Sub pump set cable: PVC insulated Water proof flat

copper cable of 5+5 mt length 2 x 3 x 25 Sq. mm (Double cable)

14 Type of pump Mix flow 15 Type of impellers Semi open/Enclosed 16 Rated voltage/No. of phases/frequency 415V/3/50Hz

Variation (a) Voltage +/- 10 % (b) Frequency +/- 5%

17

(c) combined +/- 10 %

Materials of construction (a)Casing C.I.FG 200

(b)Impeller SS 316/Crom steel/Gun Metal

(c)Shaft AISI 410 or ASTM A 276

18

(d)Bush/Neck ring leaded tin bronze gr 4/5 19 Sub. motor will confirm to IS Specification

no IS : 9283-1995 with latest revision

20 Sub. pump-set will confirmed to IS specification no

IS : 8034-1989 with latest revision

21 Pump set liquid Bore well water 22 Suction strainer SS 316 23 Inspection & testing of sub-pump set At manufacturers works if

required by AMC

24 Minimum H.P. of submersible Motor required H.P. -70

Tenderer’s signature and stamp Add.C.E. (W.O.E& M)

Page 22: Document1

22

Flat Cable Annexure -II

Sr. No.

Technical Description of Material A.M.C Requirements

Tenderer's (Bidders)

1. Make Finolex, Goodcab Unistar , Emgee,

Torrent

2. Size of the PVC insulated and Sheathed water proof flat copper flexible cable. Rate to be furnished per meter

3 core x 25 mm2

3. Copper flexible conductor having electrolyte annealed bright flexible copper conductor with high conductivity copper write

Confirming to IS : 8130/1984

4. PVC insulation Confirming to IS : 5831/1984

5. Outer sheath Confirming to IS : 5831/1984

6. No. of cores and color 3 core red, Yellow, Blue

7. Insulation PVC type A

8. Insulation Thickness (Minimum) 1.2mm minimum

9. Shape Flat Cable

10. Sheath (a) colour (b) insulation Type (c) Gulty

Black

PVC type St 1 Impressive to water

greases, Oil etc.

11. Test Certificate (a) Type test certificate \ (b) Acceptance Test Certificate (c) All routine test certificate (d) Additional Ageing Test

certificate from recognized Testing institute

Required Required Required Required

12. Certificate from the Manufacture’s or authorized stockiest or dealer’s should submit by tenderer regarding purchases of the flat cable from whom material purchased.

Required

Tenderer’s signature and stamp Add.C.E. (W.O.E& M)

Page 23: Document1

23

Column Pipe :Annexure - III

Sr. No.

Technical Description of Material A.M.C Requirements Tenderer's (Bidders)

1 Make of galvanized pipe for column pipe Jindal, Lioyds, Prakash Surya, Ajanta, Tata,

Asian

2 Minimum wall thickness of column pipe minimum 5.4 mm 3 (I) Size of the column pipe 150mm dia 3(II) Quality of the pipe for the column pipe New Pipe 4(a) Length of the Coolum pipe 4.3 meter 4(b) Minimum length of the column pipe 4.0 meter 4(c) Pieces of pipe for column pipe One piece (Joint less) 4(d) I.S Specification of pipe for column pipe I.S. 1230 part I 1990 4(e) I.S.I mark - Confirmed (must) 4(f) Makers emboss mark Required 4(g) Negative tolerance in thickness Not allowed

5 Rates of column pipe to be furnished Per mater 6 Flange of the column pipe

a. no. of flanges b. Type of column pipe flanges c. P.C.D. of the 8 no. of the holes at equal Distance d. No. of holes e. Dia of the 8 no holes f. Flat cable slot g. No. of cable slot h. Thickness of the flange i. O.5 mm (1/2mm) deep grooves in the face of the

flange j. Outside dia. of the flange k. Square flat face distance between two cable slot

Both ends (2 nos)

As per attached drawing 8-5/8’ dia

8 nos 8/16’’

1-7/8’’. 2 nos

18mm thick 2 nos.

9-3/8’’ dia

8-1/89’’ inch

7 Gusset for jointing flange with the pipe a. No. of gusset 8 nos b. Size of gusset 80mm 8 Welding of flange with the pipe a. Welding of rod make Sunarc / b. Welding process In both sides of flange’s

‘V’ grooves.

9 Face of the column pipe flanges a. Machining Faces duty turned on

lathe m/c

b. Faces of flange Both the flanges must be parallel and right

angle to the axis of the pipe

10 Drawing Attached 11 Color of the column pipe Three coat of black

color anti-corrosive bituminous point

12 Inspection & Testing of pipe for column pipes Required from manufacturer’s works

Tenderer’s signature and stamp Add.C.E. (W.O.E& M)

Page 24: Document1

24

ANNEXURE – IV Nut Bolts (12 mm x 45 mm)

Sr. No

Technical description of material A.M.C. requirements

Tenderers’ (bidders’) offer

1 M.S. nut bolts – size 12 mm dia 45 mm length

2 Make As per IS 1363 3 Standard Specification As per IS 1383 4 Emboss mark of make & mechanical

properties on hand Required

5 Type of head Hexagonal 7 Sample approval Required 8 Test certificate Required 9 Certificate from the manufacturer’s or

authorized stockiest or dealer’s should submit by tenderer regarding purchase of the nut bolts from them

Required

10 Plain washer (1) Inner dia. Washer ½” Ø (2) Outer dia of washer 1” Ø (3) Thickness of washer 2.0 TO 2.5 MM (4) Material M.S.

Rubber Insertion Sheet

Sr No.

Technical description of material A.M.C. requirements Tenderers’ (bidders’) offer

1 Size of canvas enforced rubber (reinforced) insertion sheet. (to be used between column flanged joint)

3.00 mm thick i.e. 1/8” thick

2 Colour White 3 Standard specification As per IS 688/1265 4 ISI mark Required 5 Sample approval Required 6 Certificate from the manufacturer’s or

authorized stockiest or dealer’s should submit by tenderer regarding purchasing of the rubber canvas enforced rubber insertion sheet from them.

Required

Tenderer’s signature and stamp Add.C.E.(WO E&M)

Page 25: Document1

25

ANNEXURE – V-A SLUICE VALVE

Sr No

Technical Description of material A.M.C. Requirements Tenderers’ (Bidders’) Offer

(A) Make of CIDF sluice valve Geeta /Upadhyaya,/IVC, IVI/Hawa/ Kirloskar

1 Size of sluice valve 150 mm dia Ø 2 Standard specification As per IS 780/1280 3 Class of valve PM-1 4 Working pressure 10 kg / cm2 5 Type Non rising spindle type

and closing on clockwise rotation

6 Material of spindle AISI 416 7 Material of Nut Leaded gun metal 8 (i) Flanges of the sluice valve Flat, Face (ii) Hole of the flanges As per BS – table ‘C’

9 ISI mark embossed Must required 10 Test certificate of manufacturer Must required 11 Certification from the manufacturer’s

or authorized stockiest or dealers should submit by tenderer regarding purchase of the sluice valve from whom material purchased

Required

Annexure V-B

CIDF SHORT BEND

Sr No

Technical Description of material A.M.C. Requirements Tenderers’ (Bidders’)

Offer C.I.D.F. short bend:

1 (i) size of sluice valve 150 mm dia (ii) bend degree 90º (short)

2 Standard specification As per IS 1538/1993 3 Flanges hole drilling As per B.S. Table ‘C’ 4 Marking on pipe As per chass ‘B’ of IS

1538/1993

5 Make - 6 ISI emboss mark Must required 7 Certification from the manufacturer’s or

authorized stockiest or dealer’s should submit by tenderer regarding purchase of CIDF 150 mm dia short bend from whom material has been purchased.

Required

Tenderer’s signature and stamp Add.C.E. (W.O.E& M)

Page 26: Document1

26

ANNEXURE – VI C.I.D.F. PIPES

Sr No Technical Description of material A.M.C. Requirements Tenderers’ (Bidders’)

Offer (I) C.I.D.F. pipes requir ed For water 1 Size 150 mm dia (6” dia) 2 Length 1.0 meter

3 Type of casting Horizontally or vertically cast double flanged pipes

class ‘B’ (heavy)

4 Standard specification As per IS 7181/1986 5 Flanges hole drilling As per B.S. Table ‘C’

6 Marking on pipe As per class ‘B’ of IS 7181/1986

7 Make Tenderer should mention 8 ISI emboss mark Preferred

(II) A M.S. Nut bolts size 16 mm dia (5/8”) B Make GKW/TVS/DELTA/ISWP C Standard I.S. Specification As per IS 1363

D Emboss mark of make & mechanical properties Required

E Type of head Hexagonal F Plain washer (i) Size (ii) Material

Tenderer’s signature and stamp ̀Add.C.E. (W.O.E& M)

Page 27: Document1

27

Annexure VII

Specifications for Air Break Star -Delta Switch Starter Panel with Section Pillar

Supply of fully automatic air break star -delta switch starter panel suitable for submersible pump for operation on 415V ± 1.0%, 3 phase, 50 ±3% Hz AC supply. Control panel shall consist of isolator & SFU, HRC fuses, contactors. 0/L relay, single phasing preventer, earth leakage relay, capacitor and accessories.

Submersible Pump Set H.P.-70/85 (a) Enclosure :

Enclosure shall be dust and vermin proof, wall mounting cum pedestal type and having lowers on upper and lower side of panel board. The fabrication box shall be of 16 SWG CR sheet and door shall also be of 16 SWG CR sheet. All the components Inside the control panel shall be mounted on 16 SWG steel base plate. After applying Zinc cromate primer, the control panel shall be stoved enameled with two coats of final paints. The colour shade shall be of 631 of IS : 5. All bolts, nuts, screw washers shall be galvanized, zinc/cadmium plated and passivated Proper rubber lining shall be provided for protection from dust. There shall be two entry for main cable to the switch and .two outgoing cable entries from the starter. These shall be provided with suitable cable glands made of bi .sss metal.

(b) Isolator SFU: This shall be of 300A x 415V air break, quick make quick break type confirming to IS : 4064 (Part I) 1978 suitable for AC-23 duty confliction. The operating handle shall be mounted on the door of the panel. The switch shall be interlocked with panel door to prevent opening of- the door when the switch is 'ON' position and to prevent switching ON when the door is open. Combination SFU will not be acceptable.

(c) Contactors : All the three contactors shall be air break type and having rating of minimum 200A for AC-3 duty utilization characteristic Coil voltage of 415V, auxiliary contacts 2 NO + 2 NC.

(d) Overload Relay: The overload relay shall be 60-100 Amp Rating three element, positive acting, ambient temperature compensated type with adjustable setting range to ensure prote ction against single phasing and overload. The 0/L relay shall have manual reset facility. The range of the overload relay shall be decided by multiplying minimum .6 of minimum 1.5 times and maximum 1.6 times the HP rating of the motor.

(e) Timer : Electronic timer for Star to Delta changeover shall be provided of the coil..

(f) Single Phasing Preventer : ( Pump Guard) S.P.P. with 2/3 seconds lag to avoid nuisance tripping shall be provided. SPP shall be of unbalance current operated type. A bypass toggle switch with mechanical Interlocking shall be provided on the door of the control panel to bypass the same in case of emergency. Minllec series 8800 make 40 AMP.

(g) Main Fuses : 3 Nos. knife type HRC fuses of 160A, 415Bshall be provided.

(h) Control Fuses : 3 Nos. 16A HRC fuse fittings with 2A HRC fuse links shall be provided for the protection of the control circuit.

(I) Earth Leakage Relay : An E S R. with C.B.C.T. shall be provided of 10 mA to 600mA range. A bypass toggle switch with mechanical interlocking shall be also provided on the door of control panel to bypass the same in case of emergency. The E.L.R. shall have 2/3 seconds time lay to avoid nuisance tripping.

(j) Push Buttons : Push button of 22.6 dia shall be provided of red green black colors for stop, start and 0/L reset respectively.

Page 28: Document1

28

(k) Indicating Lamps : LED/filament type indicating lamps of 22.5 0 dia shall be provided for R.Y.B. phases, SPP (healthy), F...R (Fault), 0/L.trip). Star and Delta.

(1) Busbars and Links: Main bus bars and connecting links between, connectors shall be minimum of 1"x 1/8" size tinned electrolytic copper strip.

(m) Wiring and Terminals : Power and Control wiring shall be done with PVC insulated copper conductor having 660/1100V grade; Control wiring shall be done with minimum 1.5 sq. mm. Copper wire and Terminated with compression lugs of proper size. Each wire shall be terminated at both ends with PVC ferrules. Not more than two wires to be terminated at one terminal and 10% Extra Spare Control Terminals, clip on type shall be provided. For connection of load side terminals, adequate copper bus link, shall be provided on conductor and overload may.

(n) Voltmeter : Sq-96 size, 0-500V voltmeter shall be provided with selector switch to read voltage In each phase. ,

(o) Ammeter: Sq-96 size, CT operated ammeter of 0-200A, having 6 times suppress scale shall be provided along with selector switch to read current In each phase.

(p) Earthing : Two nos of earthing terminal shall be provided for connecting the oarth, All non -current carrying metallic parts of the equipments shall be earthed. Earth bus of 10 x 3 mm shall be provided through out of the earth.

(q) Name Plates : Labels shall be provided for each equipment mounted on the panel.

(r) Accessibility: Checking, Testing, Fault finding and removal of components shall be possible without disturbing the adjusted equipments. Incoming supply terminal shall be shrouded with acrylic covers to prevent accidental contact.

(s) Drawing :

The tenderer must submit GA drawing/wiring diagram and bill of material prior to manufacturing.

(t) Approval & Testing : After order and approvals of GA Drawing, wiring diagrams and bill of materials, the tenderer shall manufacture one panel which shall be approved by the engineer of AMC. Tenderer shall have to give following testing at his works at his own cost and risk. 1) Single Phasing in Each phase. 2) Under voltage cut off at 320V. 3) Over voltage cut off at 480V 4) Leakage Current Test. ' 5) Unbalance tripping at 10% unbalance voltage 6) H. V. Test at 2.5 KV for power circuit. 7) H.V. Test 1.5 KV for control Circuit. 8) Meggar Test.

(u) Section Pillar :

Cabinet height – 5’ width – 4’, depth – 2’, legs – 3’, fabricated from 40 mm x 6 mm size angle and 2.0 mm CRCA sheet of door and enclosure. It a lso requires following items : a) 8 lever Godrej make Navtal lock. b) One lamp holder point and one 3 pin 15 Amp plug point lighting board. . c) 4 nos. cable gland for 3.5 core x 12 mm2. Alu. cable and double entry cable boxes. d) Duly painted with 3 coat of light gray semi glossy shade 631.

Page 29: Document1

29

(v) Capacitor :

30 KVAR capacitor. Capacitor shall be of mixed Dielectric -of polypropylene and paper with internal element fuses completely impregnated type non PCB oil. Capacitor with protection fuse.

(vi). REMARK:

The manufacturer must posses CPRI certificate for IP 55 test as per IS 2147 of 1962, and SOKA short circuit test (IS : 8G23, part I of 1993), for 1 second with Initial pick of 105.00 KA. The offer without CPW certificate or manufacturer who does not posses such certificate shall be straight away rejected. The contactors used inside the control panel shall be of one make only using of different makes of contactors is not at all permissible. Unless and until approved in writing, only following makers shall be acceptable. 1 Contractors and O/L L&T/SIMENS/ABB/CROMPTON 2 Electric Timer L&T(GIC)/SIMENS/CROMPTON 3 Meters AEI/MECO/SHANTI/IMP 4 CT’S AEI/MECO/ASHOK/ASHMOR 5 Selector Switch SALZER/RECOM/KAYCEE/SWITRON 6 Indicating Lamps VAISHNO/BASS/TEKNIC/C.T. 7. Isolater / SFU STANDARD/L&T/SIMENS/CROMPTON

HH-ELCON 8 S.P.P. (Pump Guard) MINILEC 9 E.I.R. KIRLOSKAR/E.E./DATAR/SUN 10 Pump TEKNIK/L&T/SIMENS/HH-ELCON 11 Toggle Switch VAISHNO/I.E.C./JAY 12 Wires FINELOX/ ATLAS/V PLAST/PYROFLEX 13 HRC Fuses STANDARD / L&T/E.F./HH-ELCON 14 Terminals ELMEX/IEC 15 Capacitors ASIAN/SHAKTI/KHATAU

JUNKAR/ABB/UNIVERSAL /SHAH SPREAD.

16 Bus bar ELECTROLITE COPPER.

Page 30: Document1

30

DATA SHEET

Sr. No. List of components Qty 1 300A isolator SFU with door interlocking AC-23 duty 1 2 160A HRC main fuses 3 3 18Ax415 v HRC control fuses with 2A HRC fuse links 3 4 200 A Star contactor 1 5 200A main contactor 1 6 200A delta contactor 1 7 Overload relay 1 8 S/o changeover electronic timer 1 9 Sq. 96 0-500 V voltmeter 1 10 Sq. 96, Suppress scaler, CT operated ammeter 1 11 Current transformers 3 12 Voltmeter selector switch 1 13 Ammeter selector switch 1 14 Pushbuttons for stop, start and o/l reset 3 15 Indicating lamps for R.Y.B. SPP, ELR O/L, Star & Delta 8 16 Single phasing preventor (pump guard) 1 17 Earth leakage relay with CBCT 1 18 Toggle switch to bypass SPP and ELR 2 19 30 KVR capacitor 1 20 Section pillar As per IP55 Test 1

I.S. Specifications:

All items of switch starter panel shall confirm to their relevant specifications as under or its latest revision. IS: 4237: 1982 General requirements of switch gear and control gear voltage not exceeding 1000

volts. IS: 2959 : 1982 contactors IS: 4064 (Part I): Isolators IS: 3842 (Part- IV) Overload Relay IS: 8544 Motor Starters IS: 10118 Code of practice for installation and maintenance of motor starter. IS: 1248 Indicating installments IS: 2705 Current transformers IS: 2147 Degree of protection for starters.

Page 31: Document1

31

ANNEXURE - VIII

Technical Specification for 315 Amps, 415 volts, 50 Hz TPN Switch Fuse Unit (SFU)

Make: - L & T, Siemens, Crompton, ELCON, English Electric, C & S. General Construction:-

1) SFU must confirming to I S 13947-1993 (With latest /revised Amendment ) 2) SFU must be dust proof. 3) SFU must be triple pole with solid neutral. 4) SFU with 160 Amp HRC DIN type porcelain fuse links.( DIN-I ) and fuse base should be of

400 Amp. (DIN -II) 5) Made from, sheet steel enclosure. 6) Fuse switch unit will not be acceptable. 7) Combination fuse switch unit will not be consider for technical evaluation. 8) Switch should be made from DMC (Dove Mould Compound) insula ting material having AC-

23 duty category. 9) Switch must be separate unit. Fuse base must be separate unit for each phase for replacement

& each fuse base. 10) Switch and Fuse base should be mounted separately & they are interconnected with alluminum

links. 11) A separate front door opening should be provided for replacement of Fuse links. 12) The fuse door must be such that, it can not be opened while the SFU is in 'ON' position. 13) Tenderer with deviation in above technical specification will not be consider for evaluation.

Tenderer's Signature with Stamp Add.C.E. (W. O. E & M) Date :-

Page 32: Document1

32

ANNEXURE – IX

Technical Specification of Section Pillar for requirement of 70/85 H.P. LTMD service.

(A) 1. The Design of Section pillar must be such that 70/85 H.P. L.T. service box and its equipments

must be technically fit in it comfortably. 2 It must have double door on front side and on back side. 3. Section Pillar must be fabricated from 40 mm width x 6 mm thic k x 7 1/2 ft height size M.S.

angle. 4 Enclosure and door must be made from 2.0 mm thick CRCA sheet. Bottom of cabinet must be

made from 4 mm thick M.S. plate. 5 Cabinet internal Size must be of 39" width x 30" depth x 60" height. 6. Cabinet must have internal two vertical compartments one side 17"depth and back side 13"

depth. Height of compartment 4 ft and separated with wooden plates. In the compartment upper and lower side 6" opening required.

7 It must be Dust proof, Rain water proof and Water jet spray proof. It must be as per IP55 test. 8 Hinge of cabinet's door must be welded with angle of section pillar. 9 Door must have internal stoppers to stop first closing door. 10. 3 nos cable gland hole of 51 mm dia required in cabinet as per requirement. (One side one and

back side two) 11. Two nos, 6 levers Godrej Nav-Tal lock must supply with section Pillar. 12. Light board with one lamp holder with switch and one 3-pin, 15 Amp Plug point and switch

must be supplied with section pillar. 13. One Main single phase DP switch cut out must supply with section Pillar. 14. Section pillar must be duly painted with one coat Red oxide and two coat light semi glossy

shade 631 from internal and outside. 15. On bottom of legs 4" dia 3 mm thick plate must be welded. 16. Four legs of section pillar must be fitted and welded with Tie Roads. 17. Hinges of the door must be heavy and made from the 20 mm width x 6 mm thick strips with 8

mm hinge pin. 18. The handle of both double doors of cabinet must be interlocked with first closing door. Tenderer's Signature with Stamp Add.C.E. (W.O.E&M) Date:-

Page 33: Document1

33

ANNEXURE – X

Technical Specification of chlorine dozer machine

(1) CHLORINE PUMP:- Pump shall be electronically, controlled diapharam type, with adjustable 0.5 to 5 Ltr/ hr of chlorine solution, with head of 5 kg/ cm2 & material of diapharam shall be of Teflon Rubber and Solenoid coil shall be single phase, 50 Hz 230V + 10% AC power supply operated. Pump set must have a manual speed and stroke controls.

(2) SECTION PILLAR:- 32 " x 24 " x 24 "

(3) FRP TANK :- 100 ltr capacity with Level indicator and drain valve and top cover .

(4) NRV :- PTFE double ball NRV.

(5) PIPE:- Shall be provided good quality with flexible HDPE pipe.

(6) SUCTION FILTER CUM FOOTVALVE:-Suction pipe with non-return injecting valve.

(7) One No – 15 Ltr, good quality plastic bucket & funnel with each dosing equipment set as per ordered nos. for each machine shall be given before commissioning of the system.

(8) Contractor has to do all works required to do for functioning of dozing machines such as supply & laying of required size of cable/ wire up to 20 mtr. providing additional dozing pipe about 10 mtr from dozing machine to delivery of bore well pipe and also if required contractor has to do one point or 5 AMP Plug point wiring required to give electric supply to machine.

Tenderer's Signature with Stamp Add.C.E. (W.O.E&M) Date:-

Page 34: Document1

34

DATA SHEE FOR CHLORINE DOSING SYSTEM

Sr.

No Description Required by AMC Offered by Tenderer

1 Make of chlorine Dozer

Machine

Aventura, Etatron, Panda

2

Type Positive Displacement

diaphram type electronic

dosing unit

3 Actuator Solenoid

4 Material of diaphram Hypalon with Teflon lining

Teflon Rubber

5 Spacer Poly propylene/ GRPP

6 Ring Seal Viton/ Hypalon

7 Foot Valve PVC/ Nylon-6/ ABS

8 Body Polypropylene

9 Suction pipe Polypropylene / LDPE

10 Suction Valve PVC/ Nylon-6/ ABS

11 Maximum Injecting

Pressure Required

5 kg / cm2

12 Dosing Capacity 0.5 to 5 Ltr/ Hr

13 Controller manual speed & Stroke

Control

14 FRP Tank 100 ltr

Sign of Contractor Add. C.E. (W.O, E & M) Name & Tenderers Seal Ahmedabad Municipal Corporation

Page 35: Document1

35

ANNEXURE – XI

Technical Specification of S ection pillar for chlorine dozer machine

(1) The Design of section pillar must be suitable housing for chlorine dosing machine having F.R.P. Tank .

(2) Section pillar must be made from fabricated from 40 mm x 40 mm x 6 mm thick x 7 fit height M.S. angle.

(3) Enclosure and door must be fabricated from 2.0 mm thick CRCA sheet. Bottom of cabinet must be made from 4 mm thick M.S. Plate.

(4) Cabinet internal size must be of 32 " height x 24 " width x 24 " depth.

(5) All plate & angle should be used without joint.

(6) It must be rain water proof .

(7) Hinge of cabinet's door must be welded with angle of section pillar.

(8) One nos. of 6 lever godrej - Nav Tal lock must supply with section pillar.

(9) Light board complete with one button holder with 5 AMP. Switch and one 5 AMP. three pin plug with 5 AMP. Switch and complete with internal wiring.

(10) Section pillar must be duly painted inside and outside with one coat of Red-oxide and two coat of light gray semi glossy shade 331.

(11) On bottom of legs 3 mm thick plate of 4 " dia must be welded.

(12) Four legs of section pillar must be fitted with Tie Rods.

(13) Hinges of the door must be heavy and made form the 20 mm width x 6 mm thick strips with 8 mm hinges pin.

(14) Bottom plate of section pillar should be strengthened with two nos. of 35 mm x 35 mm x 4 mm thick M.S. angle diagonally welded below the bottom plate.

Tenderer's Signature with Stamp Add.C.E. (W.O.E&M) Date:-

Page 36: Document1

36

Page 37: Document1

37

PRICE SCHEDULE Site:- (1) East Zone Odhav Vepari Mahamandal, Plot No - 51.

(2) Vatva T.P. no- 88, Plot No – 51/1 + 51/2 + 53/1. (3) Odhav Bahiyal Ground T.P. no- 3, Plot No – 86/P. (4) Shahvadi EWS Quarter T.P. no- 94, Plot No – 2/1.

Prices of the work and material must be as per tender specifications. Prices must be including excise, taxes, vat, packing and forwarding insurance, freight, loading and unloading charges etc. FOR store and / or site delivery basis.

Sr No.

Description

Quantity

Unit

Rate in Rs.

Amount in Rs.

Labour charges for drilling, pipe lowering, gravel packing, compressor development with 250 psi & 1000 CFM capacity Air Compressor, 125/85 HP submersible development with generator & sounding test, site clearance, verticality test & Acceptance test etc. for construction successfully new tube-well as per tender specification.

650 mm dia. Borehole for 350 mm dia pipe up to

1. 0 to 30 mtrs 30.0 Mts. 2. 31 to 60 mtrs 30.0 Mts. 3. 61 to 90 mtrs 30.0 Mts. 4. 91 to 120 mtrs 30.0 Mts. 5. 121 to 150 mtrs 30.0 Mts. 6. 151 to 180 mtrs 30.0 Mts. 550 mm dia. Borehole for 250 mm dia pipe up to

1. 181 to 210 mtrs 30.0 Mts. 2. 211 to 240 mtrs 30.0 Mts. 3. 241 to 270 mtrs 30.0 Mts. 4. 271 to 300 mtrs 30.0 Mts.

1

5. 301 to 310 mtrs 10.0 Mts. 2 Charges for Electro logging for Tube

well. 1.0 L.S.

3 Charge for mud and cutting disposal by tanker day to day from the site without staging at site.

Per bore well

one

4 Charges for cement ceiling work, if required by AMC

1.0 L.S.

5 After development by 85/125 H.P. Submersible pump sets if the tube -well gets filled up with sand. Additiona l charges for removing sand from tube well for each mt. of filling.

50.0 mtr

Page 38: Document1

38

6 350 mm. dia. M.S. ERW pipes having minimum 7.0 mm. wall thickness with square face and chaplas confirming to IS 3589/1981 and ISI mark and with 50 mm width X 4 mm thick M.S. strip for housing joint covering.

170.0 mts

7 250 mm. dia. M.S. ERW pipes having minimum 7.0 mm. wall thickness with square face and chaplas confirming to IS 3589/1981 and ISI mark and with 50 mm width X 4 mm thick M.S. strip for housing joint covering.

40.0 mts

250 mm. dia. Johnson filtration make continuous slotted strainer pipe having minimum Tensile strength : 18 M.T. Collapsible Strength : 30 kg/Cm2 in slot opening of

1.0 mm. slot opening 80.0 mts

8

1.5 mm slot opening 80.0 mts 9 350 mm dia x 250 mm dia. Flexible /

fixed reducer manufactured from steel casting confirming IS: 216 (1971 ) as per drawing .

1.0 no

10 Cost of bail plug 250 mm. dia. X 7.00 mm minimum wall thickness X 5 mt. length with welded cone at the bottom, with 55 mm length X 1.5 mm width 2900 nos. slot in 3 mt. length of bail plug at the bottom

1.0 no

11 350 mm. dia. Well cap as per drawing. 1.0 no 12 350 mm. dia. half coupling for

protection of top pipe as per drawing 1.0 pair

13 Housing pipes M.S. clamp, prepared from 4" x 3/4" x 24" long M.S. flat with square wooden support.

1.0 set

14 Supplying, Installing, testing and commissioning of Submersible pumps in bore well.

____________

a KSB /LUBI/U-Neel Submersible pump having discharging capacity of 80 m3/Hr. at 150 Mts. Head in standard material.

1.0 set

b 2 x 3 x 25 mm2 copper PVC flat 150 mtr. cable (Total 300 mt.) with connecting flange column pipe as per tender document

300.0 Mtr.

c 6" dia. 5.4mm minimum thickness MS double flanged ga lvenised column pipes With MS nut bolts washers & 1.5mm thick rubber gasket & upper delivery piece as per tender document

140.0 Mtr.

d Set of submersible pump-set switch, 1.0 set

Page 39: Document1

39

starter, delta starter with section pillar, capacitor, earth leakage, relay, cable box, cable gland, lighting board, earthing strip, lock as per tender document

e 3.5 x 120 mm2 aluminum PVC armoud cable standard make.

20.0 Mts.

f 150 mm dia. x 90o CIDF short bend. 2.0 no g 150 mm dia.CIDF sluice valve as per

tender document. 1.0 no

h 150 mm dia 1.0 mt. length CIDF ‘B’ class CI pipe as per tender document.

1.0 no

i 5/8” f x 3” length nut bolts (16mm x 90 mm)

10 kg. kg

j 5/8” f MS washer 5 kg kg k Connecting nut, bolts, washer &

gasket 1.0 set

l MS boreplat in split assembley 1.0 no m M.S. clamp for 150 mm dia column

pipe 1.0 set

n M.S. bore plate for 14” dia bore and 150 mm dia column pipe

1.0 set

o 8” f one side flange bore – drop piece (as per drawing)

1.0 no

15 Double door L.T. service section pillar as per tender specification.

1.0 no

16 315 amp x 415 volt extra switch – fuse unit for L.T. service (combination SFU not acceptable)

1.0 no

17 SITC of chlorine dosing machine with F.R.P. Tank and complete accessories.

1.0 no

18 Single door section pillar for chlorine dozer machine as per tender specification.

1.0 no

Total Amount of one bore well :-

Rs.

Total Amount of Four bore wells :-

Rs.

Rs. In words

Tenderer’s Signature & Stamp Addl.C.E. (W.O.E.& M.)