vadodara smart city development ltd

90
TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME -I VADODARA SMART CITY DEVELOPMENT LTD. VOLUME I TENDER FOR Design, engineering, procurement, supply, erection, testing, commissioning and demonstration of performance guarantees for sewage pumping sets along with associated electrical equipment, manifold with C.I. piping system, required civil works, portable DG sets, mechanical screens etc. for Sewage Pumping Stations for Vadodara City and thereafter 5 years Comprehensive Maintenance of DG Sets- Part-2Chief Executive Officer, Vadodara Smart City Development Ltd. Vadodara December 2019

Upload: others

Post on 03-Apr-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME -I

VADODARA SMART CITY DEVELOPMENT LTD.

VOLUME – I

TENDER FOR

“Design, engineering, procurement, supply, erection, testing, commissioning and

demonstration of performance guarantees for sewage pumping sets along with

associated electrical equipment, manifold with C.I. piping system, required civil

works, portable DG sets, mechanical screens etc. for Sewage Pumping Stations for

Vadodara City and thereafter 5 years Comprehensive Maintenance of DG Sets-

Part-2”

Chief Executive Officer,

Vadodara Smart City Development Ltd.

Vadodara

December 2019

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 2 of 90

INDEX

SECTION

TITLE

PAGE NO

VOLUME I - TECHNICAL DOCUMENT

1

TENDER NOTICE 10

2

INVITATION TO TENDER 14

3

INSTRUCTIONS TO BIDDERS 40

4

GENERAL CONDITIONS OF CONTRACT 46

5

SPECIAL CONDITIONS OF CONTRACT 65

6

PROJECT INFORMATION 91

VOLUME II - DETAIL SPECIFICATIONS (Refer separate volume)

1

MECHANICAL SPECIFICATIONS Part 1

2

ELECTRICALSPECIFICATIONS Part 2

3 MAINTENACE OF DG SETS Part 3

4 VENDOR LIST Part 4

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 3 of 90

TENDER DOCUMENTS

The set of tender documents as per list attached is issued to :-

Name of Bidder :

Address of Bidder :

The fees of the Tender Documents is Rs. 20,000/- (Rupees twenty thousand only). The date of sale

of Tender Document vide receipt No. _______ Dated __________. The Bidder shall submit this

Tender in accordance with the various instructions included in the Tender Documents.

Signature of Bidder : ____________________

Signature of the Officer issuing the Tender Documents: ____________________

Signature of the Officer opening the Tender : ____________________

Chief Executive Officer

VADODARA SMART CITY DEVELOPMENT LIMITED

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 4 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED

“FORM OF TENDER”

To,

Chief Executive Officer,

Vadodara Smart City Development Limited,

Khanderao Market, Rajmahal Road,

Vadodara-390001.

Dear Sir,

Reference is made to the Tender invited by you for “Design, engineering, procurement, supply,

erection, testing, commissioning and demonstration of performance guarantees for sewage

pumping sets along with associated electrical equipment manifold with C.I. piping system,

required civil works, portable DG sets, mechanical screens, etc. for Sewage Pumping Stations for

Vadodara City and thereafter 5 years Comprehensive Maintenance of DG Sets-Part-2”.

I/We have visited the site and have examined the Drawings, General conditions of Contract, Specifications,

etc. as given in Tender Documents for the above work.

I/We hereby offer to undertake the tender for “Design, engineering, procurement, supply, erection, testing,

commissioning and demonstration of performance guarantees for sewage pumping sets alongwith

associated electrical equipment manifold with C.I. piping system, required civil works, portable DG sets,

mechanical screens, etc. for Sewage Pumping Stations for Vadodara City and thereafter 5 years

Comprehensive Maintenance of DG Sets-Part-2” in conformity with the Specifications, General and

Special Conditions of Contract, etc. as given in Tender Documents at the respective rates mentioned in

my/our Tender.

I/We undertake to complete the entire works (including commissioning of the same) indicated above within

09 (Nine) months (including monsoon period and 3 months of trial run) from the date of Notice to Proceed

issued by VSCDL.

I/We have deposited earnest money of sum of Rs. 19, 07,000/- (Rupees Nineteen Lakh Seven Thousand

Only) which amount is not to bear any interest and I/We do hereby agree that this sum shall be forfeited if

in the event of the Vadodara Smart City Development Limited accepting my/our Tender and I/We fail to

execute the Contract when called upon to do so. I/We hereby agree that unless and until a formal agreement

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 5 of 90

is prepared and executed in accordance with this, Tender together with your written letter of acceptance

thereof shall constitute a binding Contract between us.

I/We understand that you are not bound to accept the lowest or any Tender you may receive.

Yours Faithfully,

(Signature of Bidder)

Name of Partner’s of the firm

1.

2.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 6 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED

Tender Copy

Tender and Acceptance of Tender

Serial

From :

To,

Chief Executive Officer,

Vadodara Smart City Development Limited,

Khanderao Market, Rajmahal Road,

Vadodara-390001.

Dear Sir,

1. I/We hereby tender for execution of “Design, engineering, procurement, supply, erection, testing,

commissioning and demonstration of performance guarantees for sewage pumping sets alongwith

associated electrical equipment manifold with C.I. piping system, required civil works, portable DG

sets, mechanical screens, etc. for Sewage Pumping Stations for Vadodara City and thereafter 5

years Comprehensive maintenance of DG Sets Part-2” as per Tender within the time schedule of

completion of work for jobs, separately signed and accepted by me/us at the Schedule of rates

quotes by me/us for the whole work in accordance with Tender Notice, General Conditions of

Contract, Special Conditions of Contract, Specification for material and workmanship, Drawings,

time schedule of completion of jobs and other documents and papers all as details in Tender

Documents.

2. It has been explained to me/us that the time stipulated for jobs and completion of work in all

respects and in different stages mentioned in the “Time Schedule of completion of jobs” and signed

and accepted by me/us is the essence of Contract. I/We agree that in the case of failure on my/our

part to strictly observe the time of completion mentioned for jobs or any of them and to the final

completion of work in all respect according to the schedule set out in the said “Time Schedule for

completion of jobs”, I/We shall pay compensation to the VSCDL as per provision and stipulates

contained in Clauses of General Condition of Contract and I/We agree to recovery being made as

specified therein in exceptional circumstances, extension of time of which shall always be in

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 7 of 90

writing may, however, be granted by the Chief Executive Officer of VSCDL at his entire discretion

and I/We agree that such extension of time will not be counted for the extension of completion

dates stipulated for jobs for the final completion of works as stipulated in the said “Time Schedule

for Completion of Jobs”.

3. I/We agree to pay the Earnest Money and Security Deposit and accept the term and conditions as

laid down in the memorandum below in this respect.

MEMORANDUM

a) General description of

work

: Design, engineering, procurement, supply, erection, testing,

commissioning and demonstration of performance guarantees for

sewage pumping sets alongwith associated electrical equipment

manifold with C.I. piping system, required civil works, portable DG

sets, mechanical screens, etc. for Sewage Pumping Stations for

Vadodara City and thereafter 5 years Comprehensive Maintenance

of DG Sets-Part 2.

b) Tender Amount : Rs. 9,53,33,555/-

(Rupees Nine Crore Fifty Three Lakh Thirty Thousand Five

Hundred Fifty Five Only)

c) Earnest Money : Rs. 19,07,000/-

(Rupees Nineteen Lakh Seven Thousand Only)

The earnest money, if the Tender is accepted, will be retained till

submission of security deposit by the successful Bidder.

d) Security Deposit : 5% of the Estimated Contract Value or the Bidder’s quoted Contract

Price (whichever is higher) shall be submitted in the manner as set

out in Clause-1 of “General Conditions of Contract”. The Security

Deposit shall be valid as stipulated in Clause-1 of “General

Conditions of Contract”.

4. Should this Tender be accepted, I/We hereby agree to abide by and fulfil all terms and conditions

referred to above and in case of default thereof to pay to the VSCDL or its successors or its

authorized nominees such money as per stipulated conditions contained in Tender Notice and other

Tender Documents.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 8 of 90

5. I/We hereby submit the earnest money of Rs. 19,06,671/- (Rupees Nineteen Lakh Six Thousand

Six Hundred Seventy One) in the form of Demand Draft/Bank Guarantee only issued by any

nationalized bank or any other scheduled bank as per list mentioned in GR of Finance Department,

GR. No. EMD/10/2018/18/DMO, Date: 16.04.2018 (enclosed) (Name of issuing Bank) in favour

of Chief Executive Officer, Vadodara Smart City Development Limited, Vadodara.

6. If I/We fail to commence the work specified in the Memorandum in para (3) above or if I/We fail to

deposit the amount of Security Deposit specified in the Memorandum in para (3), then without

prejudice to any other right or remedy of VSCDL, VSCDL be at liberty to forfeit the said Earnest

Money in full. Otherwise the said Earnest Money shall be retained by VSCDL towards Security

Deposit specified in para (3) above till submission of the Security Deposit. VSCDL shall also be at

liberty to cancel the notice of acceptance of Tender if I/We fail to deposit the security as aforesaid

or to execute an agreement or to start work as stipulated in the Tender Documents.

7. I/We enclose herewith evidence of my/our experience of execution of works of similar nature and

magnitude carried out by me/us in the prescribed Performa in Appendix I.

Dated ………..day of …….2019

Yours Faithfully

(Signature of Bidder(s) with seal of the firm)

Name of Partner’s of the firm

1.

2.

Witness :

Name in Block letters

Address :

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 9 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED

SECTION – 1

Notice Inviting Tender &

Scope of Work

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 10 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED

Khanderao Market,

Vadodara-390001.

1. Vadodara Municipal Corporation invites Tender for the work o f “Design, engineering,

procurement, supply, erection, testing, commissioning and demonstration of performance

guarantees for sewage pumping sets along with associated electrical equipment manifold with C.I.

piping system, required civil works, portable DG sets, mechanical screens, etc. for Sewage

Pumping Stations for Vadodara City and thereafter 5 years Comprehensive Maintenance of DG

Sets-Part-2”.

2. Sealed tenders are invited from the experienced and financially strong Contractors, equipped to

execute large projects and meeting the eligibility criteria specified in the Tender. The

Contactors shall be registered in class “A” in Electrical Works either with VMC,

Central/State/PWD/M.E.S./Semi Government or other such institutions for the works shown in the

schedule given below.

3. Sealed tenders in two separate envelopes shall be submitted containing i) EMD & Tender Fee (ii)

Pre-qualification documents including Technical bid in the VMC format. Technical and financial

strength of Bidders shall be evaluated based on the qualification criteria given in the Bid

Document.

TENDER NOTICE

(1) Estimated Cost : Rs. 9,53,33,555/-

(2) EMD : Rs. 19,07,000/- in the form of Demand Draft or Bank Guarantee

issued from Scheduled Bank or Nationalised Bank as per list

mentioned in GR of Finance Department, GR. No.:

EMD/10/2018/18/DMO, Date: 16.04.2018 in favour of “Chief

Executive Officer, Vadodara Smart City Development Ltd.”. The

EMD shall be kept valid for 208 days from the last date of online

submission of the Bid.

(3) Tender Fee : Rs. 20,000/- in the form of Demand Draft in favour of “Chief

Executive Officer, Vadodara Smart City Development Ltd.”

(4) Stamp Duty : Rs. 100 /-

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 11 of 90

(5) Completion Period : 09 months (including monsoon period and 3 months of trial

run) from the date of Notice to Proceed issued by VSCDL.

(6) The Tender Document for this work can be downloaded from website www.nprocure.com and

www.vmc.gov.in from 26/12/2019 11:00 Hrs.

(7) Site visit, if possible, will be held on 07/01/2020 at 11:00 Hrs. followed by Pre-bid meeting on

07/01/2020 at 15:00 Hrs. in VSCDL office at Conference Room, Khanderao Market Building,

Vadodara-390001.

(8) Completed Tender Document shall be submitted online only on or before 21/01/2020 16:00 Hrs.

and hard copy of Technical Bid, original copy of Tender Fees and EMD shall be submitted to

office of the Chief Executive Officer, Vadodara Smart City Development Limited, Khanderao

Market Building, Rajmahal Road, Vadodara-390001 by registered post/ speed post only on or

before 24/01/2019 16:00 Hrs.

(9) Technical Bid will be opened on 21/01/2020 at 17:00 Hrs.

(10) Conditional Tender shall not be accepted.

(11) Other Details of NIT shall be seen on website.

(12) Chief Executive Officer reserves the right to accept or reject any or all Tenders without assigning

any reason and without any financial implication on VSCDL thereof. This Tender notice shall

form part of Contract Document.

(13) Executing Authority:

Executive Engineer (SDW dept.)

Vadodara Municipal Corporation

Khanderao Market,

Rajmahal Road, Vadodara

Phone: 0265- 2433118, 0265-2433116-Ext-345-347

The Bidders are advised to read carefully the “Instructions” and “Eligibility Criteria” contained

in the Tender Documents.

P.R.O. NO. /18-19 Chief Executive Officer

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 12 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED

SECTION – 2

INVITATION TO TENDER

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 13 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED is planning for smart energy efficient up

gradation and monitoring of waste water/sewerage pumping station for the Vadodara city.

This project aims to ensure that, the up gradation of Sewage Pumping Stations in such a way to enhance the

existing capacity of sewage pumping station and monitoring of performance of pumping machinery by

introducing higher capacity Pumping Machinery with required electrical & Instrumentation & Automation

system.

The objective of the project is to upgrade the capacity of existing pumping stations of sewerage system by

replacement of existing pumping machinery with related electrical and instrumentation work and

monitoring of operation & Performance of pumping machinery installed at pumping station, which includes

but not limited to :

Up gradation of the pumps, pumping accessories, pipes and fittings of the existing system;

Up gradation/ revamping of the electrical systems like Transformers, cable, panel, illumination

system, etc.;

Supply & Installation of Removable Box type manual coarse Mesh Screen with Lifting Devices;

Supply of Dredging pump set;

Supply of Portable DG Sets.

Dismantling, removal from the sites, transportation from the sites to the scrap yard for the existing

pumps, motors, pipes, fittings, valves, NRV, Expansion below,specials and all other associated

items as may be required under the Contract and as per instruction of VSCDL’s Engineer-in

charge. Bidder must have to submit the buyback prices for such scrap materials as per Annexure-

III. VSCDL shall deduct the itemize prices from the Contractor’s bills upon such buyback by the

Contractor duly certified by VSCDL’s Engineer-in charge.

The scope also includes dismantling, removal from the sites, transportation from the sites to the

scrap yard for the existing pumps, motors, pipes, fittings, valves, NRV, Expansion below,specials

and all other associated items as may be required under the Contract and as per instruction of

VSCDL’s Engineer-in charge.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 14 of 90

This project will be developed for the Sewage Pumping Station at different location in Vadodara City.

Vadodara City Sewage Network is divided into three zones namely as Gajrawadi Zone, Tarasali Zone &

Atladara Zone.

1. GENERAL

1.1 Applications are invited from contractors who are registered with Government of Gujarat in class

“A” in Electrical Works. The Bidders registered in similar class with other State Government, Semi

Government bodies, or with Central P.W.D., VSCDL/VMC, MES and who have large experience

of Waste Water System/Water Supply Work having adequate resources and expertise to execute

the work within specified time limit as specified in pre-qualification document will be considered

for pre-qualification. Price Bid will be opened online only for those Bidders who are considered

pre-qualified.

Note: The successful Bidder shall have to get register as contractor in class “A” in Electrical

Works with VSCDL/VMC, within 1 month from date of issue of work order OR before

submitting First running Bill, whichever is earlier, in case the Bidder is not registered with

VSCDL/VMC.

1.2 Bidders who wish to participate in online tenders will have to procure/should have legally valid

Digital Certificate (Class III) as per Information Technology Act-2000 using which they can

sign their electronic bids. Bidders can procure the same from any of the license certifying

Authority of India or can contact VMC.

1.3 All information should be submitted in English.

1.4 All information requested for in the enclosed forms should be furnished against the respective

columns in the form. If information is furnished as a separate document, reference of the same

should be given against respective columns. If information is “NIL” it should also be mentioned as

“NIL” or “NO SUCH CASE”. If any particular query is not applicable to the Bidder, it should be

stated as “NOT APPLICABLE”. However, the Bidders are cautioned that not giving complete

information called for in the Bid and in the form required or not giving it in clear terms or making

any changes in the prescribed forms, may result in the Bidder being summarily disqualified. Bids

made by email, telegram or telex and those received late will be out rightly rejected.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 15 of 90

1.5 Overwriting should be avoided. Mistake should be scored through and corrections incorporated and

attested with Bidder’s initials written in ink. All pages of the pre-qualification documents shall be

numbered and submitted.

1.6 References, information and certificates from the respective clients, certifying suitability, technical

knowhow or capability of the Bidder shall be signed by client.

1.7 The Bidder is advised to attach any additional information which he thinks necessary in regard to

his capabilities. No further information will be entertained after submission of pre-qualification

document unless it is called for by the VSCDL in writing.

1.8 The cost incurred by Bidder in preparing this Tender, in providing clarification or attending

discussions, conferences in connection with this Tender will not be reimbursed by VSCDL under

any circumstances.

1.9 Offers, which are not signed, will not be accepted. Tender copy shall be accompanied by EMD in

form of Bank Guarantee or Demand Draft issued in favour of Municipal Commissioner, Vadodara.

Bank Guarantee format for the EMD is attached herewith. The Tenders not submitted in line with

the Tender Clauses and without EMD in the form specified, will be out rightly rejected.

1.10 After tender submission date & time, Bidder can’t edit their offer submitted in any case. No written

or online request in this regard shall be granted.

1.11 Bidder shall submit their offer i.e. Price Bid in electronic format only on above mentioned website

& date shown above after digitally signing the same.

1.12 Offers submitted without digitally signed will not be accepted.

1.13 Offers in physical form will not be accepted in any case.

1.14 The Technical Bid of only those Bidders will be evaluated/considered who have remitted

Tender Fees and submitted EMD alongwith hard copy of Tender Document.

1.15 Opening of Tender

The Technical Bid will be opened only on receipt of hard copy of completed Tender

Document including Tender Fees and EMD as mentioned in Sr. No. 1.9 and above. Intending

Bidders or their representatives who wish to participate in tender opening can remain present on the

due date and time. Only one representative of each firm will be allowed to remain present. Price

Bids of only those Bidders will be opened, who are successful in the Pre- qualification Criteria and

the Technical Evaluation. The date for price bid opening shall be informed to the qualified Bidders

at a later date.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 16 of 90

1.16 The Bidder shall execute the work as per instruction given by Engineer-in-charge.

1.17 The Contractor shall have to take responsibility in case accidental/judicial case happened during

the site activity.

1.18 During the site execution period, if any breakdown happened in essential service, Contractor shall

have to take immediate action on the same otherwise VSCDL/VMC will file the complain in Police

Station.

1.19 The total Estimated Contract Price has been worked out based on the estimated quantities of certain

major items, which are envisaged to be executed during the execution of the Contract and it is

indicative only. However, stipulation of the said quantities in this Contract does not construe to be

VSCDL’s confirmation that these quantities will actually be executed during the Contract Period.

The area wise quantity shown in the BOQ is approximate and the same may vary after detailed

engineering. The work shall be executed as per “Approved for Construction” drawings prepared &

submitted by Contractor and approved & issued by VSCDL/VMC. Payment shall be made to the

Contractor for the quantity actually executed and certified by VSCDL/VMC Engineer in-charge.

1.20 Third Party Inspection

All the Pumps, valves and flow meters, etc. shall be subject to third party inspection from any TPI

agency approved by VMC e.g. TATA, RITES or CEIL, etc. with their test certificates satisfying

the IS requirements/Tender specification requirement whichever is higher. Third party inspection

charges for all above material shall be borne by the Contractor.

If VMC/ PMC/ TPI Engineers intend to witness the testing at manufacturer’s works or at FCRI or

any other place approved by VMC, the entire expenses of said testing, including to & fro travelling

by Economy Class Air/IInd

AC Train/AC Taxi, lodging and boarding, etc. of maximum Two

VMC/PMC Engineers and 1 Third Party Inspector shall be borne by the Contractor.

At the time of work execution VSCDL shall be appointed TPI for quality assurance purpose. The

PMC charges shall be borne by the contractor (1.33%of work of Work Done Amount + Applicable

Taxes).This charge shall be deposited into the VSCDL account from the Contractor’s running Bill

as per instruction of Executive Engineer.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 17 of 90

1.21 General Instructions

1. Bidder can submit his offer based on his experience and financial strength.

2. The Tender Fees will not be refunded under any circumstances.

3. EMD in the form specified in Bid document only shall be accepted.

4. The Bid shall be valid for 180 days from the last date of online submission of the Bid. The

EMD shall be kept valid for 208 days from the last date of online submission of the Bid

and shall be extended, if required, as per mutual agreement. Incase Bidder refuses to

extend the validity of the EMD beyond 208 days, his Bid shall not be considered for

further evaluation.

5. Tender offers without Bid document fees, Earnest Money Deposit (EMD) and which do

not fulfil all or any of the condition or submitted incomplete in any respect will be rejected.

6. Conditional tender shall not be accepted.

7. The successful Bidder shall enter into an Agreement with VSCDL and shall be liable to

pay the stamp duty, if any, as per statute.

8. The Bidder shall submit only one bid in his name. Submission of any additional bid in the

name of their partner/associates/group company, etc. shall disqualify all the Bids submitted

by that Bidder.

9. Bidders shall submit PF registration certificate alongwith tender document. If Bidder does

not have such certificate, Bidder should give assurance certificate as attached in Annexure

- Form B.

10. VSCDL/VMC has employed Project Management Consultant and Third Party Inspection

agency to monitor & supervise the said work.

At the time of work execution VSCDL shall be appointed TPI for quality assurance

purpose. The TPI charges shall be borne by the contractor (0.69% of Work Done Amount

+ Applicable Taxes). And PMC charges also borne by the contractor (1.33%of work of

Work Done Amount + Applicable Taxes).This charge shall be deposited into the VSCDL

account from the Contractor’s running Bill as per instruction of Executive Engineer.

11. VSCDL/VMC reserves the right to accept or reject any or all tenders without assigning any

reason thereof. This Tender Notice shall form a part of Contract Document.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 18 of 90

2. METHOD OF APPLYING (By E-tendering)

2.1 Each Bidder shall fill the format for pre-qualifications as per e-Tender with EMD & Tender fee.

Financial bid shall be submitted online only for e-Tender and hard copy of the technical bid along

with all other documents as mentioned in the Tender Documents shall be submitted to the

VSCDL’s office on or before the date stipulated in the Tender Documents.

2.2 If the bid is submitted by an individual, the pre-qualification document shall be signed by the

individual above his full typewritten name and current address.

2.3 Each Bidder shall submit only one bid for the particular work. A Bidder who submits more than

one bid in the particular work will be disqualified.

2.4 All witnesses and sureties shall be person of status and probity their full name, occupation and

addresses when they fill the vendor registration form provided in the website

[email protected].

2.5 In case at the time of Tender uploading, if any of the above information has changed then the

Bidder shall correct the same by making the modification in his personal profile.

3. JOINT VENTURE (NOT APPLICABLE FOR THIS TENDER)

4. FINAL DECISION MAKING AUTHORITY

VSCDL reserves the right to accept or reject any or all of the bids for pre-qualification without

assigning any reasons and financial implications to VSCDL thereof.

5. PARTICULARS PROVISIONAL

The particulars of the proposed works given herein are provisional and must be considered only as

advance information to assist Bidders.

6. SITE VISIT

The site of work may be inspected by the Bidder or his representative at his own cost. Technical

persons of VSCDL may accompany the Bidder, if convenient on prior intimation. Site visit will be

conducted prior to pre bid meeting i.e. on 07/01/2020 10.00 Hrs. onwards. The certificate regarding

site visit shall be given by the Bidder in form A Annexure I.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 19 of 90

7. SUBMISSION OF PREQUALIFICATION DOCUMENTS

To be eligible for pre-qualification, Bidders shall furnish details to establish their capability and

proof of adequate resources to carry out the contracts effectively. The following documents shall be

uploaded while submitting the bid online :

i. Scanned copy of Demand Draft as Tender fee;

ii. Scanned copy of DD/BANK GUARANTEE as EMD;

iii. Scanned copy of Bidder’s registration certificate of “A” in Electrical Works in Govt. of

Gujarat (R&B/WRD/GWSSB) and for others as mentioned below :

CPWD/Railway and other State Governments equivalent to “A” in Electrical

Works of Gujarat State/ Other Contractors who are registered in Board, Corporation and

Government Undertaking/Organizations of state & central government including all

Public Sector Units equivalent to “A” in Electrical Works of Gujarat state having the

above stated criteria, such Contractor shall have to apply on or before the last date of

submission of Tender documents to get himself registered in class “A” in Electrical

Works in Government of Gujarat R&B/WRD/GWSSB and obtain registration in class

“A” in Electrical Works before the date of finalization of work order of Project

Contract to be issued, if awarded. The proof of application for Registration in class “A”

in Electrical Works shall have to be uploaded with the Tender documents;

iv. Scanned copy of Bidder’s solvency certificate (Minimum of 2.4 Crores);

v. Scanned copy of PAN card;

vi. Scanned copy of the GST Registration certificate;

vii. Scanned copy of the Registration Certificate with EPFO;

viii. Scanned copies of Experience certificates showing successful completion of similar work

(with certificate);

ix. Scan copies of financial documents.

In addition to the documents mentioned above, the documents required as per attached Forms &

Annexure are also to be uploaded. Bidder shall submit their offer i.e. Technical bid as well as price

bid in Electronic format on stipulated website & date as mentioned in the Tender Document. No

offer in physical form will be accepted unless otherwise stated.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 20 of 90

8. IMPORTANT INSTRUCTIONS ABOUT ENVELOPE

The Bids will be submitted in sealed envelope marked containing, (A) EMD & Tender Fee (B)

Prequalification and Technical Bid. The envelope ‘B’ will contain all papers regarding

qualification of Bidder, technical details, Drawings and specifications, Approach paper, solvency

certificate (other papers showing financial capabilities as mentioned in the Tender) and other

conditions of contract, etc. The envelope A & B shall be placed in the outer main and all covers

shall be superscribed with name of work and addressed to as specified in Notice to Tender.

Envelop shall be submitted to VSCDL as instructed. VSCDL will study the technical details such

as drawings, details and other conditions of contract and seek clarifications, etc. from the Bidder, if

necessary. After the technical scrutiny is completed, Bidders will be informed of a subsequent date

for online opening of the price bid. The above instructions must be followed strictly as otherwise

the Tenders will be liable for rejection/non-acceptance.

VSCDL reserves the right to reject all the Bids or the lowest or any other tender which in the

judgment of VSCDL does not appear to be in its best interest, without assigning any reason(s) or

can award the work to more than one Bidder(s). The Bidder shall have no cause of action or claim

against VSCDL or its officers, employees, successors or assignees for rejection of tender.

Any Bid submitted without the required Bid Security/EMD and Tender Fee shall be outrightly

rejected.

9. SCOPE OF WORK

The scope includes but not limited to following:

1) The work shall be executed on operate model from concept to commissioning basis. The

Contractor has to do the complete design and engineering and get the approval from

VSCDL prior to execution of the works.

This is a single point responsibility contract. The Scope of Work under this Contract

includes “Design, engineering, procurement, supply, erection, testing, commissioning and

demonstration of performance guarantees for sewage pumping sets alongwith associated

electrical equipment manifold with C.I. piping system, required civil works, portable DG

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 21 of 90

sets, mechanical screens, etc. for Sewage Pumping Stations for Vadodara City and

thereafter 5 years Comprehensive Maintenance of DG Sets Part-2”.

2) The Bidder shall visit all sewage pumping station to understand the requirement. There are

total 54 Sewerage Pumping Stations in Vadodara City from which 15 are considered for up

gradation of Electro mechanical component under this project.

3) Dismantling of existing old Pumping Machinery (HNC/ Sub type) along with pipe, fittings,

valves, NRV, Expansion belowetc. for Suction, Delivery & Common header.

4) Supply, Installation, Testing & Commissioning of New Pumping Machinery (HNC/ Sub

type) along with foundation, pipe, fittings & valves, NRV, Expansion below etc. for

Suction, Delivery & Common header.

5) Supply, installation, testing & commissioning of HOT Crane.

6) Supply, installation, testing & commissioning of Drain Pump Set.

7) Required Fabrication Work.

8) Replacement of Screen as per Annexure - M-1.

9) Supply of Dredging pump set as per Annexure - M-2.

10) Supply of Portable DG Sets as per Annexure - M-3.

11) Required allied Civil Work.

12) Public awareness by presentations, meetings, etc.

13) Training of the VSCDL/VMC staff as per instruction of Engineer-in-charge.

14) The Successful Bidder shall have to get all the statutory clearance from the concern

authority as and when required, i.e. Town Planning, Fire, Airport Authority, Environment

Department’s approval, approval for water supply, drainage, electrical services, etc.

15) Incase during the construction of structures, if the following conditions like ground

situation, natural rainfall drain patterns and unexpected type of strata encountered in

foundation and the Engineer-in-charge feels the necessity, the Contractor should do the

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 22 of 90

structural designing considering of that structure/component water uplift pressure of that

structure. The decision of Engineer-in-charge shall be binding to the Contractor. Bidders

are advised to quote the rate keeping in view this point as no extra payment shall be given

for this. In case of any ambiguity, the decision of Engineer-in-charge shall be final and

binding to the Contractor.

16) Before starting the actual work, the Contractor has to provide and fix necessary DISPLAY

BOARDS at all works site as per design, details, including writing with paints necessary

details as directed by Engineer-in-charge at Contractor’s own cost. No extra payment shall

be made for this work. These boards shall be property of VSCDL after completion of

works.

17) The Contractor shall get the detailed soil investigation done as per relevant IS code, NBC

2005, etc. as applicable through any nationally accredited lab. VSCDL may verify the

results submitted by the Contractor, if required.

18) Bidder may satisfied himself by conducting pre soil test if he so requires without any

financial implications to VSCDL.

19) At the time of work execution VSCDL/VMC shall appoint TPI for quality assurance

purpose. The TPI charges shall be borne by the Contractor (including all taxes). This

charge shall be deposited into the VSCDL/VMC account as per instruction of Executive

Engineer.

The scope of services is detailed hereunder, which is illustrative only:

Sl.

No.

Components Indicative

Quantities

1

Preparation of System Improvement Plan within specified period and

according to the Contract Conditions. SIP submission for priority zones

shall be within 45 (forty five) days from the date of Notice to Proceed

issued by VSCDL.

Note: After re-verification of pipe network design, any alteration or

revision must be done by the Contractor with the prior approval of

Engineer-in-charge.

15 Sewerage

Pumping Stations

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 23 of 90

Sl.

No.

Components Indicative

Quantities

2 Dismantling of existing old Pumping Machinery (HNC/ Sub type) along

with pipe, fittings & valves, NRV, Expansion below etc for Suction,

Delivery & Common header.

12 Sewerage

Pumping Stations

3 Civil Work. 12 Sewerage

Pumping Stations

4 Supply, Installation, Testing & Commissioning of New Pumping

Machinery (HNC/ Sub type) along with pipe, fittings & valves, NRV,

Expansion below etc for Suction, Delivery & Common header

12 Sewerage

Pumping Stations

5 Electrical 12 Sewerage

Pumping Stations

6 Supply, Installation, Testing & Commissioning of Screens 9 Sewerage

Pumping Stations

7 Supply of Dredging Pumpsets 3 Nos

8 Supply, Installation, Testing & Commissioning of DG Sets 3 Nos

Note: 1. Quantities indicated in the Table above are indicative and need to be confirmed by Contractor

through SIP and shall take the written approval from Engineer-in-charge for execution of the

same.

2. All components of implementation of SIP are to be understood including commissioning and

duly approved by PMC & Engineer-in-charge.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 24 of 90

10. DEFINITIONS

In this document the following words and expressions shall, unless repugnant to the subject or

context thereof, have the following meanings as assigned to them:

10.1 “Act of Insolvency” shall mean any Act of Insolvency as defined by the Presidency Towns

Insolvency Act or the Provisional Insolvency Act or any amending statute.

10.2 “Addenda” shall mean the written or graphic notices issued prior to submission of Tender which

modify or interpret the Contract Document.

10.3 “Alteration”/“Variation Order” shall mean an order given in writing by the Engineer-in-charge

to effect additions or deletions from or alterations in the work.

10.4 “Amendment Order” shall mean the order given in writing by the Engineer-in-

charge/Owner/Employer to effect to or deleting from and alternations in the works.

10.5 “Appointing Authority” for the purpose of Arbitration shall be the Chief Executive Officer,

Vadodara Smart City Development Limited.

10.6 “Approved” and “Approval”, where used in the Contract shall mean respectively, approved by

and the approval of the Employer/Engineer-in-charge in writing. When the words 'Approved',

'Approval', 'Subject to Approval', 'Satisfactory', 'Equal to', 'Proper', 'Requested', 'As directed',

'Where Directed', 'When Directed', 'Determined by', 'Accepted', 'Permitted', or words and phrases

of like import are used, the approval, judgment, direction etc., is understood to be a function of the

Employer/Engineer-in-charge.

10.7 “Bidder”/“Tenderer”/“Applicant” shall mean individual, proprietary firm, firm in partnership,

Limited Company, Corporation or group of firms (not exceeding three) forming a joint venture,

MOU partner applying to become eligible to Tender.

10.8 “BIS” shall mean Bureau of Indian Standards.

10.9 “Commissioning” shall mean integrated activity covered under Preliminary Operation, Initial

Operation and Trial Operation.

10.10 “Completion” shall mean that the Works (or a specific part thereof where specific parts are

specified in the Contract Agreement Document) have been completed operationally and

structurally and put in a tight and clean condition and that all work in respect of Taking over of the

Works by the Employer/Owner or such specific part thereof.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 25 of 90

10.11 “Completion Certificate” shall mean the certificate to be issued by the Engineer-in-charge when

the Work has been completed and tested to his satisfaction.

10.12 “Compliance with Laws” shall mean the Contractor shall in performing the Contract, comply with

all applicable Laws related to all actions of his obligation as per the Contract.

10.13 “Construction Equipment” shall mean all appliances/equipment of whatever nature required in or

for execution, completion or maintenance of works or temporary works (as herein before defined)

but does not include materials or other things intended to form or forming part of the Permanent

Work.

10.14 “Consultant” shall mean TATA CONSULTING ENGINEERS, GANDHINAGAR who is the

consulting Engineer to the Employer for these assigned works and having their corporate office at

Unit No. NB 1502 and SB 1501, 15th Floor, Empire Tower, Opposite to Reliable Tech Park, Cloud

City Campus, Airoli, Navi Mumbai-400708, Maharashtra.

10.15 “Contract” shall mean the agreement between the Parties for execution of Works including therein

all Contract Documents.

10.16 “Contract Document” shall mean collectively the e-Tender documents, designs, drawings,

specifications, agreed variations, if any, and such other documents constituting the e-Tender and

acceptance thereof.

10.17 “Contract Price”/ “Contract Value”/ “Contract Amount” shall mean total money payable to the

Contractor under the Contract.

10.18 “Contract Period”/“Contract Time”/“Completion Time” shall mean the time specified for

completion of the Works.

10.19 “Contractor” shall mean the person or the persons, firm or company whose e-Tender has been

accepted by the Employer and includes the Contractor’s legal representative, his successors and

permitted assigns.

10.20 “Contractor’s Equipment” shall mean all plant, facilities, equipment, machinery, tools, apparatus,

appliances or things of every kind required in or for completion of Works that are to be provided

by the Contractor, but does not include Plant and Equipment or other things intended to form or

forming part of the Works, if any.

10.21 “Contractor’s Representative” shall mean any person nominated by the Contractor and approved

by the Employer/Owner/Engineer-in-charge in the manner provided in the Contract Documents

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 26 of 90

(Contractor’s Representative – Project Engineer/Manager) hereof to perform the duties delegated

by the Contractor.

10.22 “Contractor’s Works” or “Manufacturer’s Works” shall mean the places including land which

are used by the Contractor or any of its Sub-vendor or Sub-Contractor for the manufacture of

equipment for the Plant or performance of Work.

10.23 “Date of Commencement” shall mean the date of signing of the Contract between

Employer/Owner and the Contractor, which shall also be reckoned as Project Commencement Date

and/or Effective Date of the Contract.

10.24 “Date of Contract” shall mean the calendar date on which the Employer/Owner and the

Contractor have signed the Contract.

10.25 “Day” shall mean the calendar day of the Gregorian Calendar from midnight to midnight.

10.26 “Defects Liability Period” shall mean the specified period between the issue of completion

certificate and the issue of Final Certificate during which the Contractor is responsible for

rectifying all defects that may appear in the Works without any financial implications to

Owner/Employer.

10.27 “Digital Signature” shall mean any electronic documents, which contains encrypted message

digest using hash algorithm and Tender public key is known as Digitally Signed Documents and

the process of generating such document is called digitally signing it.

10.28 “Draw Down Schedule” shall mean the time Schedule set-forth for completion of each Milestone

identified therein, if any, including achievement of Guaranteed Completion Dates and Performance

Acceptance.

10.29 “Drawings” shall include maps, plans, tracings or prints thereof with any modification approved in

writing by the Engineer-in-charge and such other drawings as may, from time to time, be furnished

or approved in writing by the Engineer-in-charge in connection with the Work.

10.30 “Employer”/“Owner”/“VSCDL”/”Client” shall mean Vadodara Smart City Development Limited

and shall include its Chief Executive Officer or other Officers authorized by the VSCDL and also

include its successors and assignees.

10.31 “Engineer-in-charge” shall mean the person designated as such by the Employer from time to

time and shall include those who are expressly authorized by the Employer to act for and on its

behalf for all functions pertaining to the operation of this Contract.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 27 of 90

10.32 “Engineer-in-charge’s Representative” shall mean any resident Engineer or assistance to the

Engineer-in-charge appointed from time to time by the Employer to perform duties set forth in the

e-Tender document whose authority shall be notified in writing to the Contractor by the Engineer-

in-charge.

10.33 “e-Tender”/“Bid” shall mean the e-Tender in which the Bidder can participate online by means of

logging in onto the respective website and submit the offer or proposal in the prescribed form

setting for the prices for the work to be performed and the details thereof.

10.34 “Facility” shall mean the entire system to be designed and constructed in accordance with the

provisions hereof, including the equipments, buildings, structures, ramps, pits, pipes, pipeline

appurtenances, fencing, lighting, testing and analysis equipment, tools, computers, software

programs, safety equipment, plant machinery, supplies, instruments and inventory incorporated

therein, as well as all open areas within the site and including any additions, modifications,

alterations, adjustments, replacements and repairs as may be made thereto from time to time.

10.35 “Final Certificate” shall mean the final certificate issued by the Engineer-in-charge after the

period of Defects Liability is over and the Work is finally accepted by the VMC/VSCDL.

10.36 “Final Test Certificate” shall mean the final test certificate issued by the Employer within the

provisions of the Contract.

10.36(A)“Financial Year” shall mean the period counted from 1st April of a year to 31

st March of the next

year of a Gregorian Calendar.

10.37 “Government Authority” shall mean any Indian entity, authority or Body exercising executive,

legislative, judicial, regulatory or administrative functions including, without limitations, any local

government authority in India, agency, department, board, commission or instrumentality of India

or any political subdivision thereof, court, tribunal, arbitrator or self regulatory organization.

10.38 “Indian Rupee/Rupee” shall mean the Indian National Rupees (INR).

10.39 “Installation Services” shall mean all those services ancillary to the supply of the material, Plant

and Equipment for the Works, to be provided by the Contractor under the Contract; e.g.,

transportation and provision of marine or other similar insurance, inspection, expediting, site

preparation works (including the provision and use of Construction Equipment and the supply of

all construction materials required), fabrication, erection/installation, testing, pre-commissioning,

commissioning, operations, maintenance, the provision of operations and maintenance manuals,

training, etc.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 28 of 90

10.40 “Instructions”/“Order” shall mean any instructions, drawings, specifications, details, directions

and explanations and/or instructions in writing issued by the Engineer-in-charge/Employer within

the scope of his powers in terms of the Contract from time to time during the subsistence of the

Contract for execution of the Works.

10.41 “Interim Payment Certificate” shall mean any payment certificate other than Final Payment

Certificate, issued by the Engineer-in-charge VMC/VSCDL..

10.42 “IT Act-2000” shall mean the Information Technology Act, 2000 of Government of India.

10.43 “Law” shall mean and include all the provisions of all Indian regulations, ordinance, codes, official

or other standards, administrative or other rules, zoning and other plans and restrictions, building

and other permits, judgements, awards and decrees of or agreements with any Central or State

Government, semi-Governmental or quasi-Governmental Authority as currently in effect or as may

be in effect from time to time and/or as may be amended or supplemented from time to time.

10.44 “Letter of Acceptance” shall mean an intimation by a letter to Bidder that his e-Tender has been

accepted in accordance with the provisions contained therein.

10.45 “Manufacturer” shall mean any entity or firm who is the producer and furnisher to the Contractor

of any material or designer and fabricator of any goods/equipment/ systems/facilities which is to be

incorporated in or forms part of the Works.

10.46 “Material” shall mean all supplies, including consumables used by the Contractor for

incorporating in the Works.

10.47 “Month” shall mean calendar month of the Gregorian Calendar.

10.48 “Notice in writing or written Notice” shall mean a notice written, typed or in printed form

delivered through designated fax or designated email or personally or sent by Registered Post to the

last known private or business address or Registered Office of the Contractor and shall be deemed

to have been received in the ordinary course of post it would have been delivered.

10.49 “Offline” shall mean any activity that is done in conventional route is referred as 'Offline' activity

e.g. “Submission of e-Tender fee, Earnest Money Deposit, Registration Certificate, Solvency

Certificate, etc. in Offline mode” would mean that the tender fee, Earnest Money Deposit,

Registration Certificate, Solvency Certificate etc. is to be submitted to the Office of the Employer

physically.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 29 of 90

10.50 “Online” shall mean any activity that is done on website is referred as 'online' activity e.g.

“Submission of Bid online would mean that technical & price bid have to be submitted on

website”.

10.51 “Order” and “Instruction” shall respectively mean any written order or instruction given by the

Engineer-in-charge within the scope of his powers in terms of the Contract.

10.52 “Operational Acceptance” shall mean the acceptance by the Engineer-in-charge/Employer of the

Works (or any part of the Works where the Contract provides for acceptance of the Works in

parts), which certifies the Contractor’s fulfillment of the Contract in respect of Functional

Guarantees of the Works (or the relevant part thereof) in accordance with the provisions of the

Contract hereof.

10.53 “Party” ‘shall mean the Employer/Owner or the Contractor, as referred individually and Parties as

referred collectively, as the context requires.

10.54 “Permanent Work” shall mean works which will be incorporated in and form part of the Work to

be handed over to the Owner by the Contractor on completion of the Contract.

10.55 “Pipe Supplier” shall mean the person that supplies pipes.

10.56 “Preliminary Operation” shall mean all activities undertaken as part of commissioning and shall

include mechanical and electrical checkouts, calibration of instrument and protection devices,

commissioning of sub and supporting systems and chemical cleaning of the plant, system and

equipment covered under the Contract.

10.57 “Punch List” shall mean the list prepared by the Engineer-in-charge, in full co-operation of

Contractor, which shall set forth certain items of Work which remain to be performed by the

Contractor in order to ensure that the “Works” fully complies with all of the standards and

requirements set forth in the Contract.

10.58 “Quarter” shall mean period of three months commencing from 1st January, 1

st April, 1

st July and

1st October of the calendar year.

10.59 “Retention Money” shall mean the money retained from R.A. Bills for the due completion of the

“LET WORKS”.

10.60 “Running Account Bill” shall mean a bill for the payment of “On Account” money to the

Contractor during the progress of Work on the basis of work done and the supply of non-perishable

materials to be incorporated in the Work.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 30 of 90

10.61 “Scanned Copy” shall mean electronic copy of any document generated using a scanner is called

scanned copy.

10.62 “Security Deposit” shall mean the deposit to be held by the Employer as security for the due

performance of the contractual obligations.

10.63 “Services” shall mean all the work and obligations of Contractor under the Contract including

without limitation to the works and services briefly described in Specification.

10.64 “Site” shall mean the land and other places, on, under, in or through which the Permanent Works

are to be carried out and any other lands or places provided by the Employer for the purpose of the

Contract together with any other places designated in the Contract as forming part of the site.

10.65 “Specifications” shall mean all directions, the various Technical Specifications, provisions and

requirements attached to the Contract which pertains to the method and manner of performing the

work, to the quantities and qualities of the work and the materials to be furnished under the

Contract for the work and any order(s) or instruction(s) there under. It shall also mean the latest

Bureau of Indian standard Specification relative to the particular work or part thereof, so far as they

are not contrary to the e-TENDER specifications and in absence of any other country applied in

India as a matter of standard engineering practice and approved in writing by the Engineer-in-

charge with or without modification. Further in absence of any specific reference in I.S.S. the

standards and specifications of P.W.D.H.B. or GWSSB as the case may be will be followed as per

the consent of Engineer-in-charge.

10.66 “Sub-contractor” shall mean any person, firm or company (other than the Contractor) to whom

any part of the work has been entrusted by the Contractor with the written consent of the Engineer-

in-charge and the legal representative successors and permitted assignee of such person, firm or

company.

10.67 “Take Over” or “Taking Over” shall mean taking-over of the Works by the Engineer-in-

charge/Employer for the purpose envisaged under the Contract upon completion of performance

tests as specified in the Contract.

10.68 “Temporary Work” shall mean all temporary works of every kind required in or about the

execution, completion and maintenance of the Work.

10.69 “Upload” shall mean the process of transferring electronic document from Bidder's computer using

internet connection to the website (www.rmc.nprocure.com) is called uploading.

10.70 “Variation” is an instruction given by the Engineer-in-charge/Employer which is not in the Bill of

Quantities and varies the Works/Facility.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 31 of 90

10.71 “Virtual Completion” shall mean that all work is completed as directed and the Site is cleared to

the satisfaction of the Engineer-in-charge/Employer.

10.72 “VMC” shall mean Vadodara Municipal Corporation.

10.73 “Week” shall mean seven consecutive days in a calendar month.

10.74 “Work”/“Works” shall mean the works to be executed in accordance with the Contract or the part

thereof as the case may be and shall include extra, additional, altered or substituted works as

required for the purpose of the Contract. It shall mean the totality of the Work by expression or

implication envisaged in the Contract and shall include all materials, equipment and labour

required for or relative or incidental to or in connection with the commencement, performance and

completion of any work and/or incorporation in the Work.

10.75 “Writing” shall include any manuscript, e-mail, typewritten or printed statement, under or over

signature and or seal as the case may be.

10.76 Unless otherwise specifically stated, the masculine gender shall include the feminine and neuter

genders and vice-versa and the singular shall include the plural and vice-versa.

PREQUALIFICATION REQUIREMENTS

TECHNICAL BID

Part A

To qualify for the execution of this work, the Bidder must fulfil the following criteria: 1. Shall have Registration certificate of “A” in Electrical Works as mentioned in Section -I.

2. Shall submit copy of IT return for the last 3 financial years.

3. Audited balance sheet of last 3 financial years.

4. Deleted

5. Shall have PF registration certificate.

6. Shall have GSTIN Registration.

The Demand Draft of Tender fee amounting to Rs. 20,000/- (Rupees Twenty Thousand Only) &

EMD amounting to Rs. 19,07,000/- (Rupees Nineteen Lakh Seven Thousand Only)

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 32 of 90

7. in the form of Demand Draft/Bank Guarantee only issued by any nationalized bank or any other

scheduled bank as per list mentioned in GR of Finance Department, GR. No.

EMD/10/2018/18/DMO, Date: 16.04.2018

8. Bank solvency certificate of atleast an amount of Rs. 2,38,33,389/- (Rupees Two Crore Thirty

Eight Lakh Thirty Three Thousand Three Hundred Eighty Nine Only) (i.e. about 25% of the

estimated project cost), which shall not be older than six months (in original).

Part B

1. Specifically for this work, list of experienced technical persons proposed to be deployed on the

work should be submitted with their name, experience & qualifications.

2. Quality Assurance plan.

3. Method statement-indicating the methodology proposed to be used for execution.

4. Proposed program (BAR CHART) schedule for execution of work.

5. Certificates of similar nature of work experience (duly authenticated by respective client not below

the rank of Executive Engineer).

6. Documents of eligibility criteria (including Form A-H).

7. Any other relevant documents as desired by the Bidder.

Note:

i. The Bidder must submit online duly filled in the entire Tender Document i.e. Technical Bid (Part A

and Part B) available on website. Hard copy of Technical Bid, original copy of Tender fees and

EMD shall be submitted within stipulated period.

ii. Eligibility of Bidder will be determined based on the documents submitted online only. Hard copy

of documents submitted in Technical Bid would be kept for the verification purpose only.

Submission of any document supporting to Technical Bid only in hard copy (but not submitted

online) will not be accepted separately.

iii. If Bidder has not submitted original copy of Tender fees and EMD to office of the Chief Executive

Officer, Vadodara Smart City Development Limited, but same is scanned and submitted with his

bid online or vice versa within stipulated period, the Bid shall be liable to be considered as non

responsive.

iv. Regarding experience of similar nature of work, Bidders must have to submit the Form (3A) and

BOQ (BILL OF QUANTITY) duly sign by responsible officer with outward number. Without

“Form (3A)” and “outward number” experience will not be consider.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 33 of 90

v. Copy of certificates under labour act and P.F. Registration certificate or P.F. declaration should be

submitted alongwith the Technical Bid.

vi. Copy of GST Registration Certificate (State & Central) and PAN Card.

vii. Bidders must submit declaration of being “Non-blacklisted” firm from any recognize authority as

on the date of bid submission.

viii. Bidder must submit declaration of being non-bankrupt, insolvent in last five financial years.

ix. All the photocopy must be duly certified for true copy by Notary public/Gazetted officer. Even

though the Bidders/firm may meet the above qualifying criteria, the firm shall be liable to be

disqualified or contract may discontinue at any time, if it is found that they have made misleading

of false representation, statements and attachments submitted towards proof of the qualification

requirement and/or their record or poor performance such as abandoning the works, delay in

completion of work, litigation history, financial failure, etc.

x. The Bidder has to submit list of work under arbitration/court case or any dispute. The Bidder shall

submit final/latest decision/status of arbitration/court case for all disputes and if it is found that the

decision of dispute is against the Bidder then such Bidder is liable to disqualify even if other

qualification criteria are met with. If Bidder has ongoing arbitration with VMC and decision is

pending, then such Bidder is liable to disqualify even if other qualification criteria are met with.

xi. The Bidder shall have to submit bar chart of whole work divided in minimum 10 activities

justifying the timely completion of work for each component.

xii. Soft copy of PQ document & price bid should be fill on n-procure website only. Hard copy of PQ

documents submitted to VSCDL would be kept for the verification purpose only.

ELIGIBILITY CRITERIA

a) The Bidders must be registered with Government of Gujarat in class “A” in Electrical Works. The

Bidders registered in similar class with other State Government, Semi Government bodies or with

Central P.W.D., Vadodara Municipal Corporation, Western Railways, MES and who have relevant

experience of waste water system/water supply system of similar capacity having adequate

resources and expertise to execute the work within specified time limit as specified in pre-

qualification document will be considered for pre-qualification.

b) The Bidder shall also have the electrical license and shall attach the duly attested copy of the same

alongwith the Technical Bid.

c) All plant(s) proposed for qualifications as cited hereinabove shall be in successful operations for

atleast 1 (one) year.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 34 of 90

d) Financial Eligibility

The Bidders to be considered technically eligible should have adequate experience as specified

hereunder:

1. Financial criteria: The average annual turnover during the last three years, ending 31st

March of the previous financial year, should be Rs. 2.86 Crs. (~atleast 30% of the

estimated cost.).

2. Bidders must have prior experience of successfully completed similar nature of work

during last 7 financial years i.e. from 2012-2032 to Year 2018-2019 and upto one month

prior to last date of submission of the bid of the following :

(a) One similar completed work costing not less than the amount equal to Rs. 3.81

Crs. (~ 40% of estimated cost);

Or

(b) Two similar completed works costing not less than the amount equal to Rs. 2.86

Crs. each (~ 30% of estimated cost);

Or

(c) Three similar completed works costing not less than the amount equal to Rs. 2.38

Crs. each (~ 25% of estimated cost).

Note :

i. Ongoing work or partly completed work shall not be considered.

ii. “The similar work” means experience in SITC of pumping machinery Submersible pump

/HNC/non clog HSC of Water/Waste Water System Projects consisting of Pump, Valve

etc. in reputed Government and/or Government Undertaking organizations/semi

Government Organizations or with Central P.W.D., Vadodara Municipal Corporation,

MES, etc.

iii. The following multiplying factors shall be considered for calculating relevant cost of the

project.

Completion Year of the Work Multiplying

Factor

FY 2018-19 1.00

FY 2017-18 1.10

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 35 of 90

Completion Year of the Work Multiplying

Factor

FY 2016-17 1.21

FY 2015-16 1.33

FY 2014-15 1.46

FY 2013-14 1.61

FY 2012-13 1.77

Note : The Bidders should indicate actual figures of project costs amount in the schedule without

accounting for the above mentioned factors.

e) Experience Criteria:

(A) For Construction Experience

The Bidder shall have experience in executing contracts during last 7 (seven) financial years i.e.

from 2012-2013 to Year 2018-2019 and upto one month prior to last date of submission of the bid

in the following key activities:

1) Shall have experience in Designing, Constructing, Testing and Commissioning of

Water/Sewage Pumping Stations including civil, mechanical and electrical.

2) Shall have experience in Supply, Installation/Laying, Testing & Commissioning (SITC)

of pumping machineries such as horizontal non clog pumps, vertical non-clog pumps,

sewage submersible non clog pumps, electrical panels, transformers, DG sets, screens

etc

Bidder to enclose Experience certificate in sewage Pumping Stations, list of Sewage Pumping

Stations executed in last 7 financial years i.e. from 2012-2013 to Year 2018-2019 and up to one

month prior to last date of submission of the bid.

f) Physical Criteria

A. For Submersible Pumping Machinery

The Bidder must have experience of supply, installation, testing and commissioning of electro

mechanical works for submersible pumps not less than 75 kW (~100 HP) in any single

completed project during last seven (7) financial years i.e. from 2012-2013 to 2018-2019 and

upto one month prior to last date of submission of the bid.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 36 of 90

B. For Horizontal Non Clog Type Pumping Machinery

The Bidder must have experience of supply, installation, testing and commissioning of electro

mechanical works for horizontal non clog type pumps not less than 75 kW (~100 HP) in any

single completed project during last seven (7) financial years i.e. from 2012-2013 to 2018-2019

and upto one month prior to last date of submission of the bid.

C. For Vertical Non Clog Type Pumping Machinery

The Bidder must have experience of supply, installation, testing and commissioning of electro

mechanical works for vertical non clog type pumps not less than 37 kW (~50 HP) in any single

completed project during last seven (7) financial years i.e. from 2012-2013 to 2018-2019 and upto

one month prior to last date of submission of the bid.

Note to Eligibility Criteria:

i. Only the completed work (successfully commissioned) in any of the Government

(State/Central), ULB, Corporation or Government Undertaking Organizations of

State/Central Government shall be considered. The Bidder shall have to submit the

completion certificate issued by the engineer-in-charge of the respective organization (not

below the rank of Executive Engineer) giving the details like capacity, type of structure,

etc. including clearly mentioning of successful testing and commissioning of the entire

systems. The experience of sublet works shall not be considered.

ii. The works for which Bidder have not entered into direct contract agreement will not be

considered.

iii. The above experience shall be within last seven (7) financial years i.e. from Financial Year

2012-2013 to 2018-2019 and upto one month prior to last date of submission of the bid for

which Form -3A/11 must be submitted.

iv. All MOU’s shall be on a Non Judicial stamp paper of appropriate value duly notarised and

signed by respective authorised representatives.

v. The Bidder/MOU partners contract should not have been terminated/blacklisted/ debarred

in any State Govt/Vadodara Smart City Development Limited/Vadodara Municipal

Corporation/Central Govt./any state Govt Organisation, Urban Local body and/or its

undertaking company or its SPV, Asian Development Bank/ World Bank or similar

international funding agencies organisations due to delay in projects as on due date of Bid

submission.

vi. Bidders shall be disqualified if they have :

a) Made untrue or false representation in the forms, statements and attachments

required in the pre-qualification documents, or

b) Record of poor performance either technical or financial or for any other reasons.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 37 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED

SECTION – 3

INSTRUCTIONS TO BIDDERS

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 38 of 90

PRESENTATION OF THIS TENDER DOCUMENT

A Volume consisting Tender Document having following sections has been prepared and presented

herewith:

Vol. I : Technical Document

Section–1 : Tender Notice

Section–2 : Invitation to Tender.

Section–3 : Instructions to Bidders

Section–4 : General Conditions of Contract

Section–5 : Special Conditions of Contract

Section–6 : Project Information

Section–7 : Technical Specifications & Scope of work (Refer separate Volume)

Vol. II: Financial Document

To be submitted online only and no hard copy of the Price Bid shall be submitted in any other form to

VSCDL.

Bidder to note the following and submit their Bid accordingly:

3.1 TENDER VALIDITY PERIOD

The Bid shall be valid for acceptance for a period of 180 calendar days from the last date of online

submission of the Bid.

3.2 LANGUAGE OF TENDER

The Bid shall be submitted in English and all information in the tender shall be in English.

Information in any other language shall be accompanied by its translation in English. Failure to

comply with this may disqualify a tender. For interpretation purpose, only English text shall be

considered. 3.3 DOCUMENTS

The Tender Document shall be accompanied by the documents (as per PRE-QUALIFICATION

CRITERIA) along with the technical bid duly signed and stamp.

3.4 GENERAL PERFORMANCE DATA

Bidders shall submit all the information mentioned in Clause 3.3 alongwith their tenders for

evaluating the capabilities of the Bidder and their past performance. Tenders may not be considered

if this information are not provided or provided partly.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 39 of 90

3.5 SIGNING OF TENDER DOCUMENT

3.5.1 Bidders are requested to sign each page of the Tender Document after making appropriate inquiries

wherever necessary. 3.5.2 If the Tender is made by an individual, it shall be signed with his full name above his current

address. 3.5.3 If the Tender is made by a proprietary firm, it shall be signed by the proprietor above his name and

the name of his firm with its current address. 3.5.4 If the Tender is made by a firm in partnership, it shall be signed by all the partners of the firm

above their full names and current addresses, or by a partner holding the power of attorney for the

firm signing the Tender in which case a certified copy of the power of attorney shall accompany the

Tender. A certified copy of the partnership deed, current address of the firm and the full name and

the current addresses of all the partners of the firm shall also accompany the Tender.

3.5.5 If the Tender is made by a Limited Company or a Limited Corporation, it shall be signed by a duly

authorized person holding the power of attorney for signing the Tender in which case a certified

copy of the power of attorney shall accompany the Tender. Such Limited Company or Corporation

may be required to furnish satisfactory evidence of its existence before the Contract is awarded.

3.5.6 (Deleted).

3.5.7 All witnesses and sureties shall be persons of status and their full names, occupations and addresses

shall be stated below their signatures.

3.5.8 Erasures and other changes shall be noted over with initials of the person signing the Tender.

3.6 INTERPRETATION OF DOCUMENTS

Bidders shall carefully examine the Tender Documents and make fully conversant themselves as to

all the conditions and matters, which may in any way affect the work or the cost thereof. Should

Bidder find discrepancies in or omission from the specification or other documents, or should be

in doubt as to their meaning, he should at once address a query to The Executive Engineer

(Drainage - SDW Project), VMC. Any resulting interpretation of the Tender Documents will be

issued to all Bidders as an Addendum. Verbal clarification and/or information given by any

VSCDL/VMC official shall not be binding on the VMC.

3.7 ERRORS AND DISCREPANCIES IN TENDERS

3.7.1 Should the Schedule of Quantities and Rates submitted by the Bidder be found to contain errors or

discrepancies, the Additional City Engineer of VMC shall point out the same to the Bidder and

after discussions with the Bidder, VMC/VSCDL will make such amendments (and no others) as are

proper to resolve the error and discrepancies as aforesaid.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 40 of 90

3.7.2 The foregoing procedure may be applied at any time prior to the acceptance of a Tender, but the

Engineer-in-charge undertakes no responsibility for any error or discrepancy, which is not

discovered during the Engineer’s examination of Tenders.

3.8 MODIFICATION OF DOCUMENTS

3.8.1 Modifications of specifications and extension of the closing date of the Tender, if required, will be

made by issuing addenda online on www.nprocure.com and/or press note. These shall be signed by

the Bidder and shall form a part of the Tender Document.

3.8.2 The Bidder shall not add to or amend the text of any of the documents except as may be necessary

to comply with the Addenda.

3.9 TAXES AND DUTIES

All the taxes and duties as applicable as on date shall be included in the quoted rates and no

additional payment shall be made by VSCDL on this account.

3.10 EVALUATION OF TENDERS

For evaluation and comparison of Bids, the following factors shall be considered :

I. Experience in execution of Auxiliary Pumping Stations.

II. The cost of the works of similar magnitude executed earlier.

III. The time of completion of the works.

IV. Other minor deviations, if any.

V. Technical competence.

VI. Organization set-up and credibility of the Bidder.

VII. Financial capability.

VIII. Litigation History

IX. The total price quoted by Bidder including Capital and O&M cost shall be considered for

price evaluation purpose.

3.11 POLICY FOR TENDERS UNDER CONSIDERATION

3.11.1 Tenders shall be deemed to be under consideration from the day of opening of tenders, until such

time as an official announcement of award is made.

3.11.2 While Tenders are under consideration, Bidders and their representatives or other interested parties,

are advised to refrain from contacting by any means any VMC/VSCDL personnel or representatives

on matters related to the Tenders under study. The VMC /VSCDL’s representative, if necessary,

will obtain clarification of Tenders by requesting such information from any or all the Bidders

either in writing or other suitable mode, as may be necessary. The Bidder will not be permitted to

change the substance of his Tender after Tenders have been opened. This includes any post Tender

price revision or major modification. Non-compliance with this provision is a cause for

disqualification.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 41 of 90

3.12.1 LITIGATION HISTORY

The Bidder should provide accurate information on any litigation or arbitration resulting from

contracts completed or under execution by him over last ten years. This should also include such

cases, which are in process/progress. A consistent history of awards against the Bidder or any

partner of a joint venture may result in failure of the bid.

In case the Bidder has not provided such information and has come to the notice of the Authority,

the Tender/Contract will be rejected at whatsoever stage. In such case, all the losses that will arise

out of this issue will be recovered from the Bidder/Contractor and he will not have any defence for

the same.

3.13 COST OF TENDERING

VSCDL/VMC will not defray the expenses incurred by Bidders in tendering and will not be bound

to accept the lowest or any tender.

3.14 PAYMENT TERMS

The Bidder should note the Payment Terms specified in this Tender in Terms of Payment in Special

Conditions of Contract. In case he proposes any alternate payment terms, the same shall be clearly

spelt out in the Technical Bid. However, the terms of payment as agreed and as accepted at the time

of negotiations with the VSCDL/VMC will be final and binding.

3.15 AWARD OF CONTRACT

3.15.1 Notification of award will be made in writing to the successful Bidder.

3.15.2 The Contract will be awarded to the best-qualified and responsive Bidder.

3.15.3 A responsive tender is one which accepts all the terms and conditions of the Tender Documents

without any major modifications. A major modification is one which affects in any way the price,

quality, quantity or completion of works or which limits in any way, any responsibilities or

liabilities of the Bidder or any rights of VMC/VSCDL, as specified in the Tender Documents.

3.16 SIGNING OF CONTRACT

The successful Bidder shall be required to execute the Contract within fifteen days of receipt of

work order from VSCDL/VMC.

3.17 STAMP DUTY AND LEGAL CHARGES

It shall be incumbent on the successful Bidder to pay stamp duty on the Contract and legal charges

for preparation of the Contract Agreement. The Contractor can adjudicate the stamp duty from the

Government of Gujarat on the required value of franking/Estamp.

.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 42 of 90

3.18 DISCREPANCY BETWEEN THE TENDER CLAUSES

Discrepancy between the Tender Clauses, if any, shall be brought to the notice of

VSCDL/VMC and obtained clarifications before submission of the Bid Document.

3.19 HIGH COURT GUIDELINES/CENTRAL GOVERNMENT GUIDELINES

High Court guidelines must be strictly followed by Contractor for drainage work for better safety of

workmen.

3.20 Any instruction/notice given by VSCDL/VMC/PMC/TPI by email will be considered as valid

process or valid document.

3.21 Security Deposit: As per Form of Bank Guarantee for Performance Security Deposit.

Successful Bidder whose proposal will be accepted by the VSCDL/VMC and who will be referred

to as “Contractor” thereafter will have to deposit an amount equal to five percent of the Contract

Price as Contractual obligation in the mode and schedule as given below:

Amount of Security Deposit payable by the Contractor will be 5% of the Contract Value valid till

end of the Contract period Full amount of S.D. may be paid by the successful Bidder in following

forms:

5% of the Contract value by demand draft or in the form of bank guarantee of RBI approved

nationalized bank only for the period till end of the Contract period from the date of execution of

the project.

All compensation and other sum of money payable by the Contractor to the V.M.C. under the

terms of this Contract may be deducted from or paid by sale of whole or part of security deposit

along with deduction from other payments which may be due or which becomes due to be

payable to the Contractor. Whenever the amount of Security Deposit gets reduced lower than the

amount equal to 5% of Contract Price the Contractor shall make it up equal to 5% of the Contract

Price by depositing money within 15 days. If the amount of Security Deposit to be paid in lump

sum within the period of 10 days as specified above is not paid Tender/Contract already accepted

shall be considered as cancelled and legal steps taken against the Contractor for recovery of the

amounts.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 43 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED

SECTION – 4

GENERAL CONDITIONS OF CONTRACT

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 44 of 90

The Conditions herein before referred to:

4.1 INTERPRETATION

4.1.1 In constructing these Conditions, Specification and the Contract Agreement, the following

words shall have the meanings herein assigned to them except where subject or context

otherwise requires :

(a) Deleted

(b) Deleted.

(c) Deleted.

(d) Deleted.

(e) Deleted.

(f) Deleted.

(g) “Net Prices”: If in arriving at the Contract Amount the Contractor shall have

added to or deducted from the total of the items in the Tender any sum,

either as a percentage or otherwise, then the net price of any item in the Tender

shall be the sum arrived at by adding to or deducting from the actual figure

appearing in the Tender as the price of that item a similar percentage of

proportionate sum provided always that in determining the percentage or

proportionate of the sum so added or deducted by the Contractor the total

amount of any Prime Cost Items and provisional sums of money shall be

deducted from the total amount of the Tender. The expression “net rates” or “net

prices” when used with reference to the Contract or accounts shall be held to mean

rates or prices so arrived at. (h) Deleted.

4.1.2 The Contractor shall carry out and complete the said work in every respect in accordance

with the Contract and with the directions of and to the satisfaction of Executive Engineer

[Drainage - SDW Project Dept]. The Executive Engineer [Drainage - SDW project Dept]

may from time to time issue further Drawings and/or written instructions, details, directions

and explanations which are hereafter collectively referred to as “Executive Engineer’s

Instructions”, in regard to:

a. The variation or modification of the design, quality or quantity of works or the

addition or omission or substitution of any work.

b. Any discrepancy in the drawings or between the Schedule of quantities

and/or drawings and/or specifications.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 45 of 90

c. The removal from the site of any materials brought thereon by the Contractor and

the substitution of any other material there for.

d. The removal and/or re-execution of any works executed by the Contractor.

e. The dismissal from the works of any persons employed thereupon.

f. The opening up for inspection of any work covered up.

g. The amending and making good of any defects under Clause 4.1.21, in this section.

The Contractor shall forthwith comply with and duly execute any work comprised in such

Executive Engineer’s Instructions provided always that verbal instructions, directions and

explanations given to the Contractor or his representatives upon the works by the

Executive Engineer (SDW Project Dept) shall, if involving a variation, be confirmed

in writing by the Contractor within seven days, and if not dissented from in writing within

a further fifteen days by the Executive Engineer, such shall be deemed to be Executive

Engineer’s Instructions within the scope of the Contract. If compliance with the Executive

Engineer’s instructions as aforesaid invites work and/or expense and/or less beyond that

contemplated by the Contract then unless the same were issued owing to some breach of

this Contract by the Contractor on the Executive Engineer’s Certificate the price of the said

work (as an extra to be valued as hereinafter provided) and/or expense and/or loss.

4.1.3 Drawings and Schedule of Quantities: The Contract shall remain in the custody of the

Executive Engineer (SDW dept.) and shall be produced by him at his office as and when

required by the Contractor. The Contractor on the signing thereof shall be furnished by the

Executive Engineer free of cost with a copy of the priced Schedule of Quantities, one copy

of each of the said Drawings and of the Specification and one copy of all further Drawings

issued during the progress of the works. Any further copies of such drawings required by

the Contractor shall keep one copy of all approved Drawings on the works and the

Executive Engineer or his representatives shall at all reasonable times have access to the

same. Before the issue of the Final Certificate to the Contractors, he shall forthwith return

the Executive Engineer all Drawings and Specification. If the Contractor finds any

discrepancy in the drawings or between the drawings Schedule of Quantities and

Specification he shall refer same to the Executive Engineer who shall decide which is to be

followed.

4.1.4 Contractor to provide everything necessary: The Contractor shall provide

everything necessary for the proper execution of the works according to the intent and

meaning of the Drawings, Schedule or Quantities and Specification taken together whether

the same may or may not be particularly shown or described therein provided that the same

without any extra cost.

4.1.5 Authorities & Notices: The Contractor shall conform to the provisions of any Act of the

Legislature relating to the works, and to the Regulations and Bye-Laws of Authority, and of

any Water, Lighting and other Companies and / or Authorities with whose system the

structure is proposed to be connected, and shall, before making any variations from the

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 46 of 90

Drawings or Specification that may be necessitated by so conforming, give to the

Executive Engineer written notice, specifying the variation proposed to be made and the

reason for making it, and apply for instructions thereon. In case the Contractor shall not

within ten days receive such instructions he shall proceed with the work, conforming to the

provisions, Regulations, or Byelaws in question, any variation so necessitated shall be dealt

with.

The Contractor shall bring to the attention of the Executive Engineer all notices required by

the said Acts, Regulations or Bye-laws to be given to any Authority and pay to such

Authority, or to any Public Office all fees that may be properly chargeable in respect of the

work, and lodge the receipts with the Executive Engineer.

4.1.6 Patents: The Contractor shall indemnify the Employer against all claims in respect of

patent rights, and shall defend all actions arising from such claims, and shall himself pay all

royalties, license fees, damage, costs and charges of all and every sort that may be legally

incurred in respect thereof.

4.1.7 Setting out works: The Contractor shall set out the works and shall be responsible for the

true and perfect setting out of the same and for the correctness of the positions, levels,

dimensions and alignment of all parts thereof. If at time any error in this respect shall

appear during the progress of the works the Contractor shall not be relieved of his

responsibility by virtue of the fact that his work had been accepted / not objected by the

employer or his supervisor and the Contractor shall rectify the same at his own cost to the

satisfaction of the Executive Engineer.

4.1.8 Materials and the workmanship Conform to description: All materials and

workmanship shall so far as procurable be of respective kinds described in the Schedule of

Quantities and/or specification and in accordance with the Executive Engineer’s

Instructions, and the Contractor shall upon the request of the Executive Engineer

furnish him with all invoices, accounts receipts, and other vouchers to prove that the

materials comply therewith. The contractor shall at his own cost arrange for and / or carry

out any test of any materials, which the Executive Engineer, may require from time to time.

4.1.9 Contractor’s Superintendence & representative on the works: The Contractor

shall give all necessary personal superintendence during the execution of the work and

as long thereafter as the Executive Engineer may consider necessary until the expiration

of the “Defects Liability Period” and O&M period stated in the Appendix hereto. The

Contractor shall also during the whole time the works are in progress employ a Competent

and qualified representative who shall be constantly in attendance at the site while the men

are at work. Any direction explanations, instructions or notices given by the Executive

Engineer to such representative shall be held to be given to the Contractor.

4.1.10 Dismissal of workmen: The Contractor shall on the request of the Executive Engineer

(SDW dept.) . Immediately dismiss from the works any person employed thereon by him

who may, in their opinion be Incompetent or misconduct himself, and such person shall not

be again employed on the works without prior permission.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 47 of 90

4.1.11 Access for Consultants representative to works: The Executive Engineer (SDW dept.)

and their Consultants shall at all reasonable times have free access to the works and/or to

the workshops, factories, or other places where materials are lying or from which they are

being obtained and the Contractor shall give every facility to them necessary for inspection

and examination and test of the materials allowed on the works at any time.

4.1.12 Consultants: The term “Consultant” shall mean the person approved by the

Executive Engineer (SDW dept.) and appointed and paid by the Employer and acting

under the orders of the Executive Engineer (SDW dept.) to inspect the works in their

absence. The Contractor shall afford the Engineer every facility and assistance for

inspecting the works and materials and for checking and measuring time and materials.

Neither Consultant nor the Employer shall have power to set out works nor to revoke,

alter, enlarge or relax any requirements of the Contract, or to sanction any day work,

additions, alterations, deviations or omissions, or any extra work whatever except in so far

as such authority may be specially conferred by a Written order of the Executive Engineer.

The Consultant or any representative of the Executive Engineer shall have power to give

notice to the Contractor or to his representative of non-approval of any work or materials

and such work shall be suspended or such materials shall be discontinued until the

decision of the Executive Engineer (SDW dept.) is obtained.

4.1.13 Assignment & Subletting: The whole of the works included in the Contract shall be

executed by the Contractor and the Contractor shall not directly transfer, assign or

underlet the Contract or any part thereof or interest therein without the written consent of

Executive Engineer (SDW dept.) and the undertaking shall not relieve the Contractor from

the full and entire responsibility of the Contract or from active superintendence of the works

during their progress.

4.1.14 Variation not to Vitiate Contract: No alteration omission or variation shall vitiate this

Contract but in case the Executive Engineer (SDW dept.) thinks proper at any time during

the progress of the works to make any alterations in or additions to or omissions from the

works or any alteration in the kind or quality of the materials to be used therein and shall

give notice thereof in writing under his hand to the Contractor, the Contractor shall alter,

add to or omit from as the case may be. Contractor shall not do any work extra or make any

alterations or additions to or omissions from the works or any deviation from any of the

provisions of the contract, stipulation, specification or contract drawings without the

previous consent in writing of Executive Engineer (SDW dept.) and the value of such

extras, alterations, additions or omission shall in all cases be determined by provisions of

Clause 4.1.17 hereof, and the same shall be added to or deducted from the Contract Amount

accordingly.

4.1.15 Schedule of Quantities: The schedule of quantities unless otherwise stated shall be deemed

to have been prepared in accordance with the Standard Method of Measurement of

Building Works last before issued by the Indian Standards Institute.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 48 of 90

Any error in description or in quantity or in omission of items from the Schedule of

quantities shall not vitiate this Contract but shall be rectified and the value thereof as

ascertained under Clause 4.1.17 hereof shall be added to or deducted from the Contract

Amount (as the case may be) provided that there shall be no rectification of error in the

Contractor’s Schedule of Rates.

4.1.16 Sufficiency of Tender: (1) The Contractor shall be deemed to have satisfied himself before

tendering as to the correctness and sufficiency of his Tender for the works to give

specified performance and of the prices stated in the Schedule of Quantities and/or the

Schedule of Rates and prices which rates and prices shall cover all his obligations under the

Contract, and all matters and things necessary for the proper completion of the works.

4.1.17 Measurement of Works: The Executive engineer may from time to time intimate to the

Contractor that he requires the works to be measured, and the Contractor shall forthwith

attend or send a qualified Agent to assist the Executive Engineer or his representatives in

taking such measurements and calculations and to furnish all particulars or to give all

assistance required by any of them. Should the Contractor not attend or neglect or omit to

send such Agent then the measurement taken by the Executive Engineer or approved by

him shall be taken to be the correct measurements of the works. Such measurements shall

be taken in accordance with the Standard Method or measurement of Building

Works issued by the Indian Standards Institute (IS: 200). The Contractor or his Agent may

at the time of measurement take such notes and measurements as he may require.

4.1.18 Ascertainment of Prices for Extras, etc.: Should it be found after the completion of the

works from measurements taken (In accordance with the previous paragraph) that any of

the quantities or amounts of works thus ascertained are less or greater than the quantities or

amounts specified for the works that any variations made, the valuation of such

quantities, amounts or variations, unless previously or otherwise agreed upon, shall be

made in accordance with the following rules:

(a) The rates or prices in the original Tender shall determine the valuation of the extra

work where such extra work is of similar character and executed under similar

conditions as the work priced therein.

(b) The net prices of the original Tender shall determine the value of the items

omitted provided if omissions vary the conditions under which any remaining items

of works are carried out the prices for the same shall be valued under (c) hereof.

(c) Where the extra works are not of similar character and/or executed under

similar conditions as aforesaid or where the omission vary the conditions

under which any remaining items of works are carried out or if the amount of any

omission or addition relative to the amount of the whole of the Contract works or to

any part thereof shall be such that in the opinion of the Executive Engineer the net

rate or price contained in the Priced Schedule of Quantities or Tender or for any

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 49 of 90

item of the works involves loss or expense beyond that reasonable or inapplicable,

the Executive Engineer (SDW dept.) in consultation with Executive Engineer shall

fix such other rate or price as in the circumstances he shall think reasonable and

proper.

(d) Deleted

4.1.19 Unfixed materials when to be taken into account as the property of the employer Where in

any Certificate (of which the Contractor has received payment) the Executive Engineer

has included the value of any unfixed account as the materials intended for and/or

placed on the adjacent to the works such property of the materials shall become the

property of the Employer and they shall not be removed, except for use upon the works,

without the written authority of the Executive Engineer (Drainage - SDW Project Dept).

The Contractor shall be liable for any loss or damage to such materials.

4.1.20 Removal of added improper work: The Executive Engineer (SDW dept.) shall, during

the progress of the works, have power to order in writing from time to time removal from

the works within such reasonable time or time as may be specified in the order of any

materials which in the opinion of the Executive Engineer are not in accordance with

the Specification or the instructions, the substitution of proper materials, and the removal

and proper re-execution of any work executed with materials or workmanship not in

accordance with the Drawings and Specification or Instructions; and the Contractor shall

forthwith carry out such order, at his own cost. In case of default on the part of the

Contractor to carry out such order, the Employer shall have the power to employ and pay

other persons to carry out the same, and all expense consequent or incidental thereto

as certified by the Executive Engineer (SDW dept.) shall be borne by the Contractor, or

may be deducted by the Employer from any moneys due or that may become due to the

Contractor.

4.1.21 Defects after Completion: Any defect, in construction and equipment performance

or, other faults which may appear within the “Defects Liability Period’ stated in the

appendix hereto or, if none stated, then within Twenty four (24)months after the taking

over of the works by the VSCDL arising in the opinion of the Executive Engineer

form design or equipment or materials or workmanship not in accordance with the

Contract, shall upon the directions in writing of the Executive Engineer, and within

such reasonable time as shall be specified therein, be amended and made good by the

Contractor, at his own cost unless the Executive Engineer (Drainage - SDW project Dept),

shall decide that he ought to be paid for such amending and making good and in case of

default the Employer may employ and pay other persons to amend and make good such

defects, shrinkage, settlements or other faults, and all damages, loss and expenses

consequent thereon or incidental thereto shall be made good and borne by the Contractor

and such damage, loss and expenses shall be recoverable from him by the Employer or may

be deducted by the Employer upon the Executive Engineer (Drainage - SDW Project

Dept)’s Certificate in writing from any moneys due or that may become due to the

Contractor, or the Employer may in lieu of such amending and making good by the

Contractor deduct from any moneys due to the Contractor a sum, to be determined by the

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 50 of 90

Executive Engineer (SDW dept.) equivalent to the cost of amending such work and in

the event of the amount retained being insufficient recover the balance from the

Contractor together with any expenses the employer may have incurred in connection

therewith. Should any defective work have been done or material supplied by any sub-

contractor employed on the works that has been nominated or approved by the

Executive Engineer ( SDW Project Dept) as provided in Clauses 4.1.13 and 4.1.23, the

Contractor shall be liable to make good in the same manner as if such work or material had

been done or supplied by the Contractor and been subject to the provisions of this clause.

The “defects liability Period” shall deemed to have commenced from the date of

making good such defects, shrinkage, settlement or other faults by the contractor and

making a written report to the Employer to that effect. The Contractor shall remain liable

under the provisions of this Clause notwithstanding the signing by the Executive Engineer

(Drainage- SDW Project Dept) of any Certificate or the passing of any accounts, drawings,

designs or other details during the course of the work.

4.1.22 Certificate of Virtual completion: The works shall not be considered as completed until

the Executive Engineer/TCE has certified in writing that they have been virtually

completed. But the defects liability period shall commence from the date of actual taking

over of the APS by Corporation or in case of any defects observed and rectified by the

contractor during “Defects Liability Period” as mentioned in Clause 4.1.21 above, from

the date of rectification of such defects, faults, etc. by the Contractor.

4.1.23 Nominated Sub-contractor: All specialists, Merchants, Tradesmen and other executing

any work or supplying and fixing any goods for which prime cost prices or provisional

sums are included in the Schedule of Quantities and/or Specification who may be

nominated or selected by the Executive Engineer (SDW dept.) is hereby declared to be

Sub-Contractors employed by the Contractor and are herein referred to as nominated Sub-

Contractors. No nominated Sub-Contractor shall be employed on or in connection with the

works against whom the Contractor shall make reasonable objection or (where the

Executive Engineer (SDW dept.) and/or Contractors shall otherwise agree) who will not

enter into a Contract provided:

(a) That the nominated Sub-Contractor shall indemnify the Contractor against the

same obligations in respect of this Contract.

(b) That the nominated Sub-Contractor shall indemnify the Contractor against

claims in respect of any negligence by the Sub-Contractor, his servants or agents or

any misuse by him or them of any scaffolding or other plant, the property of the

contractor or under any Workmen’s Compensation Act in force.

4.1.24 Other persons Engaged by Employer: The VMC/VSCDL reserves the right to use the

premises and any portions of the site for the execution of any work not included in this

Contract which he may desire to have carried out by other persons, and the Contractor is to

allow all reasonable facilities for the execution of such work but is not required to provide

any plant or materials for the execution of such work except by special arrangement with

the VMC/VSCDL. Such work shall be carried out in such manner as not to impede the

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 51 of 90

progress of the works included in the Contract and the Contractor is not to be responsible

for any damage or delay, which may happen to or be occasioned by such work.

4.1.25 Insurance in respect of damage to persons And property: The Contractor shall

be responsible for all injury to persons, animals or things, and for all decorative damage to

property which may arise from the operation or neglect of himself or of any nominated Sub-

Contractor’s employees, whether such injury or damage arise from carelessness, accident or

any other cause whatever in any way connected with the carrying out of this Contract. This

clause shall be held to include, inter alia, any damage to buildings, whether immediately

adjacent or otherwise, and any damage to roads, streets, foot-paths, bridges or ways as well

as all damage caused to the buildings and works forming the subject of this Contract shall

indemnify the Employer and hold him harmless in respect of all and any expenses arising

from any such injury or damage to persons or property as aforesaid and also in respect of

any claim made in respect of injury or damage under any Acts of Government or otherwise

and also in respect of any Award of compensation or damages consequent upon such

claim. The Contractor shall reinstate all damage of every sort mentioned in this clause, so

as to deliver up the whole of the Contract works complete and perfect in every respect and

so as to make good or otherwise satisfy all claims for damage to the property of third

parties.

The Contractor shall indemnify the VMC/VSCDL against all claims which may be

made against the Employer by any member of the public or other third party in respect

of anything which may arise in respect of the works or in consequence thereof and shall at

his own expenses arrange to effect and maintain, until actual handling over of the APS to

the Corporation with an approved office a Policy of Insurance in the joint names of the

Employer and the Contractor against such risks and deposit such Policy or Policies with the

Employer from time to time during the currency of this Contract. The Contractor shall

similarly indemnify the Employer against all claims, which may be made upon the

Employer whether under the Workmen’s Compensation Act. Or any other Statute in

force during the currency of this Contract or at Common Law in respect of any employee of

the Contractor or any Sub-Contractor and shall at his own expenses effect and

maintain, until the actual handling over of the APS to the Corporation with an approved

office a Policy of Insurance in the joint names of the Employer and the Contractor

against such risks and deposit such Policy or Policies with the Employer from time to time

during the currency of the Contract.

The Contractor shall be responsible for anything, which may be excluded from the

Insurance Policies above referred to and also for all other damages to any property

arising out of and incidental to the negligent or defective carrying out of this Contract. He

shall also indemnify the Employer in respect of any costs, charges or expenses arising out

of any claim, or proceedings and also in respect of any Award of or compensation of

damage arising there from.

The Employer shall be at liberty and is hereby empowered to deduct the amount of any

damage, compensation, costs, charges and expenses arising or occurring from or in

respect of any such claim or damage from any sum or sums due or to become due to

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 52 of 90

the Contractor.

4.1.26 Date of Commencement and completion: The Contractor shall be allowed admittance to

the site on the “Date of commencement” stated, and he shall thereupon and forthwith begin

the works and shall regularly proceed with and complete the same (except such painting or

other decorative work as the Executive Engineer may desire to delay) on or before the

“Day of Completion” stated in the Appendix subject nevertheless to the provisions

for extension of time hereinafter contained.

4.1.27 Damage for non-completion: If the Contractor fails to complete the works by the date

stated in the Appendix or within any extended time under Clause 4.1.28 hereof and

the Executive Engineer ( SDW Project Dept) in consultation with Executive Engineer

certifies in writing that in his opinion the same ought reasonably so as to have been

completed the Contractor shall pay or allow to the Employer the sum named in the

Appendix as “Liquidated Damages” for the period during which the said works shall so

remain incomplete and the employer may deduct such damages from any moneys due to the

Contractor.

4.1.28 Delay and extension of time: If in the opinion of the Executive Engineer the works be

delayed (a) by force measure or (b) by reason of any exceptionally inclement weather or (c)

by reason of proceedings taken or threatened by or dispute with adjoining or

neighboring owners or public authorities arising otherwise than through the Contractor’s

own default or (d) by the works or delays of other Contractors or Tradesmen engaged or

nominated by the Employer or and not referred to in the Schedule of Quantities and/or

Specifications or (e) by reason of Civil commotion, local combination of workmen or

strike or lock-out affecting any of the building traders or (f) in consequence of the

Contractor not having received in due time necessary instructions from the Executive

Engineer for which he shall have specifying applied in writing the Executive Engineer

shall make a fair and reasonable extension of time for completion of the Contract works in

case of such strike or lock-out the Contractor shall give written notice thereof to the

Executive Engineer, but the Contractor shall nevertheless constantly use his endeavors to

prevent delay and shall do all that may reasonably be required to the satisfaction of the

Executive Engineer to proceed with the work.

4.1.29 Failure by Contractor to comply with Executive Engineer’s Instructions: If

the Contractor after receipt of written notice from the Executive Engineer

requiring compliance within ten days fails to comply with such further drawings and

instructions Employer may employ and pay other persons to execute any such work

whatsoever that may be necessary to give effect thereto, and all costs incurred in

connection therewith shall be recoverable from the Contractor, by the employer on

the Certificate of the Executive Engineer as a debt or may be deducted from any moneys

due or to become due to the Contractor.

4.1.30 Termination of Contract by the Employer: If the Contractor being an individual or a firm

commit any “Act of Insolvency”, or shall be adjudged an insolvent or being an

incorporated Company shall have an order for compulsory winding up made against it or

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 53 of 90

pass an effective resolution for winding up voluntarily or subject to the supervision of the

Court and of the official Assignee of the Liquidator in such acts of insolvency or winding

up shall be unable within seven days after notice to him requiring him to do so, to show to

the reasonable satisfaction of the that he is able to carry out and fulfil the Contract and to

give security therefore, if so required by the Executive Engineer (SDW project Dept) :

Or if the Contractor (whether an individual, Firm or Incorporated Company) shall suffer

execution to be issued or shall suffer any payment under this Contract to be attached by or

on behalf of any of the creditors of the Contractor,

Or shall assign or sublet this Contract or any payments due or which may become due to the

Contractor there under, or if the Executive Engineer (SDW Project Dept) shall

certify in writing to the Employer that the Contractor,

(i) Has abandoned the Contract, or

(ii) Has failed to commence the works, or has without any lawful excuse under these

conditions suspended the progress of the works for 14 days after receiving from the

Executive Engineer (SDW dept.) written notice to proceed, or

(iii) Has failed to proceed with the works with such due diligence and failed to make

such due progress as would enable the works to be completed within the time

agreed upon, or

(iv) Has failed to remove materials from the site or to pull down and replace work for

seven days after receiving from the Executive Engineer written notice that the said

materials or work were condemned and rejected by the Executive Engineer under

these Conditions, or

(v) Has neglected or failed persistently to observe and perform all or any of the acts,

matters or things by this Contract to be observed and performed by the Contractor

for seven days after written notice shall have been given to the Contractor requiring

the Contractor to observe or perform the same, or

(vi) Has to be detriment of good workmanship or in defiance of the Executive

Engineer’s instructions to the contrary sub-let any part of the Contract.

Then and in any of the said cases the Employer may not withstanding any previous

waiver, after giving seven days notice in writing to the Contractor, terminate the Contract,

but without hereby affecting the power of the Executive Engineer or the obligations and

liabilities of the Contract the whole of which shall continue in force as fully as if the

Contract had not been so terminated and as if the works subsequently executed had been

executed by or on behalf of the Contractor. And further, the Employer by his Agents or

servants may enter upon and take possession of the works and all plant, tools,

scaffoldings, sheds, machinery, steam and other power utensils and materials lying upon

the premises or the adjoining lands or roads, and use the same as his own property or may

employ the same by means of his own servants and workmen in carrying on and

completing the works or by employing any other Contractors or other person or persons to

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 54 of 90

complete the works, and the Contractor shall not in any way interrupt or do any act, matter

or thing to prevent or hinder such other Contractor or other person or persons employed for

completing and finishing or using the materials and plant for the works. When the works

shall be completed or as soon thereafter as convenient the Executive Engineer (SDW

dept.) shall give a notice in writing to the Contractor to remove his surplus materials and

plant, and should the Contractor fail to do so within a period of 14 days after receipt thereof

by him, the Employer shall sell the (same by public auction, and shall give the credit to the

Contractor for the amount realized. The Executive Engineer shall thereafter ascertain and

certify in writing under his hand what (if anything) shall be due or payable to or by the

Employer for the value of the said APS and materials so taken possession of by the

Employer and the expense or loss which the Employer shall have been put to in procuring

the works to be completed, and the amount, if any, owing to the Contractor and the

amount which shall be so certified shall thereupon be paid by the Employer to the

Contractor or by the Contractor to the Employer, as the case may be.

4.1.31 Certificates and payments: The Contractor shall be paid by the Employer from time to

time by instalments under interim Certificates to be issued by the Executive Engineer to the

Contractor on account of the works executed when in the opinion of the Executive

Engineer work to the approximate value named in the Appendix as “Value of work for

interim Certificates” (or less at the reasonable discretion of the Executive Engineer) has

been executed in accordance with this Contract, subject, however, to a retention of the

percentage of such value named in the Appendix hereto as “Retention percentage for

interim Certificates” until the total amount retained shall reach the sum named in the

Appendix as “Value of work for interim Certificate” (or less at the reasonable discretion of

the Executive Engineer) has been executed in accordance with this Contract, subject,

however, to a retention of the percentage of such value named in the Appendix hereto as

“Retention percentage for interim Certificates” until the total amount retained shall reach

the sum named as “Total Retention Money” after which time the instalments shall be up to

the full value of the work subsequently so executed and fixed in the work. The

Executive Engineer may in his discretion include in the interim Certificate such amount, as

he may consider proper on account of materials delivered upon the site by the

Contractor for use in the work. And when the works have been virtually completed and the

Executive Engineer shall have certified in writing that they have been completed the

Contractor shall be paid by the Employer in accordance with the Certificate to be issued by

the Executive Engineer the sum of money named as “Instalment after virtual

Completion” being a part of the said Total Retention Money. And the Contractor shall be

entitled to the payment of the Final Balance in accordance with the Final Certificate to be

issued in writing by the Executive Engineer at the expiration of the period referred to as

“the Defects Liability Period” in the Appendix hereto from the date of Virtual

Completion or as soon after the expiration of such period as the works shall have been

finally completed and all defects made good according to the true intent and meaning

hereof whichever shall last happen, provided always that the issue by the Executive

Engineer of any Certificate during the progress of the works or after their’ completion

shall not relieve the Contractor from his liability under Clause 21 nor relieve the

Contractor of his liability in cases of fraud, dishonesty, or fraudulent concealment

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 55 of 90

relating to the works or materials or to any matter dealt with in the Certificate, and in case

of all defects and insufficiencies in the works or materials which a reasonable

examination would not have disclosed. No certificate of the Executive Engineer shall of

itself be conclusive evidence that any works or materials to which it relates are in

accordance with the Contract.

The Executive Engineer shall have power to withhold any Certificate if the works or any

part thereof is not being carried out to his satisfaction.

The Executive Engineer may by any certificate make any correction in any previous

certificates, which shall have been issued by him. Payments upon the Executive

Engineer’s Certificate shall be made within the periods named as “Period for honouring of

Certificates” after such Certificates have been delivered to the Employer.

4.1.32 Matters to be finally determined by Executive Engineer ((SDW dept.) The decision,

opinion, direction, Certificate (except for payment) with respect to all or any of the matters

under Clauses 4.1.4, 4.1.8, 4.1.13, 4.1.20, 4.1.21, 4.1.23, 4.1.29, 4.1.30 and 4.1.31 hereof

(which matters are herein referred to as the expected matters) shall be final and conclusive

and binding on both the parties hereto and shall be without Appeal. Any other

decision, opinion, direction, Certificate or Valuation of the Executive Engineer ((SDW

dept.) or any refusal of the Executive Engineer ((SDW dept.) to give any of the same

way in all respect (Including the provision as to opening the reference) as if it were a

decision of the Executive Engineer (SDW project Dept) under the following Clause.

4.1.33 Settlement of Dispute Arbitration:

1. The Parties hereto shall endeavour to settle all disputes and differences relating to and/or

arising out of the Contract amicably.

2. In the event of the Parties failing to resolve any dispute amicably the same shall be referred

to Arbitration in accordance with the Arbitration and Conciliation Act, 1996 with all

modifications and re-enactments thereto, as is prevalent in India. The Arbitrator shall give

a reasoned award. The proper law for the purpose of Arbitration shall be Indian Laws.

3. The place of arbitration shall be Vadodara, Gujarat, India and the language of the

arbitration shall be English.

4. The Parties further agree that any arbitration award shall be final and binding upon the

Parties.

5. The Parties hereto agree that the Contractor shall be obliged to carry out its obligations

under the Contract even in the event a dispute is referred to Arbitration unless the dispute is

of such a nature that it is not possible to carry out the obligations. It is further clarified that

the Employer shall be entitled to retain any sum or portion of the Contract Price, which has

become due and payable, for any unfinished works/services or any subject matter under

arbitration.

5.1.34 Price Variation: Not Applicable.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 56 of 90

General Conditions

A. Special Conditions of Contract shall be read in conjunction with General Conditions of

Contract, Material and Job Specifications. Drawings and other documents forming part of this

Contract.

B. Now withstanding the sub-division of the documents into the separate sections and volumes every

part of each shall be deemed to be supplementary of every other part and shall be read and into the

contract so far as it may be practicable to do so.

C. The completion Period/Time Limit specified in the NIT is from the date of Letter of Intent/work

order. The work shall be completed within the time limit as specified in the NIT.

D. The Contractor shall have to maintain account of steel, cement, pipe and other materials that may be

brought by him on site. The account shall be regularly maintained and kept upon for inspection by

VMC staff. Watering of all the items shall be done as per instructions. Arrangements of bringing

vibrator for R.C.C. work if required shall have to be made by the Contractor.

E. The Contractor shall arrange for red lamps at night and fencing and Pagi (watchmen) and shall be

responsible for any damage of life and limb or property, during the execution of work.

F The contractor shall have to submit OEM Certificate and Manufacturer’s Authorization Forms per

Annexure II

1. The Contractor to indemnify the VSCDL/VMC

The VSCDL/VMC shall not be liable for or in respect of any damages or compensation payable by

law in respect or in consequence of any accident of injury to any workman or other person in the

employment of the Contractor or his any sub-contractor and Contractor shall indemnify the

VSCDL/VMC against such damages and compensation and against all claims demands,

proceedings, costs, charges, expenses whatsoever in respect there of or in relation thereto.

2. Payment of Claims and Damages

VSCDL/VMC have to pay any money in respect of such claims or demands as aforesaid the

amount so paid and the costs incurred by the VSCDL/VMC shall be charged to and paid by the

Contractor and the Contractor shall not be at liberty to dispute or question the right of the

VSCDL/VMC to make such payment notwithstanding the same may have been made without his

consent or authority or in law or otherwise to the contrary.

a) In case of dispute for unseen or overlooked items, the decisions of Head of the Dept.

VSCDL/VMC shall be final.

b) The Contractor shall have to give site clean of all rubbish on completion of work and hand

over the site with final finishing of the work as directed.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 57 of 90

c) Contractor shall have remove all the rejected materials from site within 24 hours at his risk

and const.

d) For mixing mortar either for masonry or for plaster or for any other purpose

Contractor shall have to prepare trough of bigger size and mix the mortar in the trough

in required proportion. In no case he shall be allowed to mix the mortar either on floor or

any finished surfaces.

e) The Contractor shall have to make his own arrangement for water and power required for

the work at site. The quality of water to be used for concreting shall meet the IS standards

for water to be used for construction.

f) 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 the engineer In Charge as per the

rate analysis based on current market rates.

g) If in the interest of the VSCDL/VMC it is necessary to change either any since the design in

the Contractor and he shall be paid at the rate without charging any extra and he will be

paid at the rates quoted by him. No claim for extra charge made, will be entertained.

h) The cubical contents of the cement bag shall be taken as 0.345 Cum (50kg) per bag and in metric system the Contractor shall have to prepare the measure boom according to hews measures.

i) The R.C.C. or specified work shall not be done on Sunday and holiday except in emergency

or when technical requirements are such that continuity of work should be maintained and

that too will be with prior permission of the competent authority.

j) All the materials required for execution of the works including Cement, MS/TOR

Reinforcement Steel including any other MS plates and specials etc. shall have to be

brought by the Contractor from Open Market.

k) Exemption passes shall not be given for any material required for this work.

l) Contractor will be fully responsible for compliance of the various provisions under Contract

Labour Act, 1970and the Rules frames there under. The contactor should obtain necessary

permissions, license and registrations from labour commissioner, as per lab our law.

Contractor shall provide the requisite security at the site and shall be responsible for any

accident.

m) As per circular No. MGR 2176 (96) (II) DATED 31.8.77 issued by Government of Gujarat,

Contractors are requested to procure their materials required for construction

work through legal sources i.e. only from the quarry lease- holders, permit holders or

middle man who satisfies the contractor as to the legality of the source of purchase by

him of these materials.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 58 of 90

n) All the charges on account of all kind of taxes on indigenous material obtained for works

from any source shall be borne by the Contractor.

o) Necessary testing of materials shall be carried out by the Contractor at the laboratory

approved by VSCDL/VMC. This does not relieve the Contractor from his contractual

obligations making all arrangements for taking samples shall have to be collected by

Laboratory itself if it is asked for by Engineer–in-charge.

p) All the pipelines shall be manufactured and tested as per the Indian Standard Specifications.

The Contractor shall carry out the pipe testing in presence of the VSCDL/VMC

official/ Consultant at the pipe manufacturing works and obtains their clearance of

the VSCDL/VMC official/Consultant at the pipe manufacturing works and obtain

their clearance for the dispatch. No pipe shall be dispatch without the clearance.

q) The Contactor shall not employ any child below 14 years of age. It is prohibited by child

labour prohibition and regulation Act 1986. Honorable Supreme Court has given guide

lines and as per those guide lines, if child labour is employed on the work site, the

Contractor shall have to deposit Rs. 20,000/- (Rupees twenty thousand only) in the

child labour welfare fund, and to submit the proof to VSCDL/VMC. If the

Contractor refuse to deposit this sum, then Contractor shall be sole responsible for the

action to be taken for the contempt of Supreme Court judgments and will be liable for

prosecution by the concerned authority.

r) Quality in totality is the feature and characteristic of the service to be provided that bear on

and ability to satisfy a given need. To fulfil this Special Construction Vehicle is constituted

with VSCDL/VMC engineers, representatives of consultants to monitor the construction of

the works and to assure quality work done by Contractor. The following

registers/documents/reports shall be maintained by the Contractor and shall be kept ready

during inspections by VSCDL/VMC Engineer or/ and Consultants:

1 Drawing Design Register 2 Test Report Register

3 Instruction Book 4 Materials Register

5 Daily work Record / site instruction book 6 Copy of tender documents

7 Cement consumption register

8 Any other register as per the instruction.

Performa of the above (1 to 5) will be prepared by Contractor in consultation with

VSCDL/VMC/Consultant. The day to day supervision of the in process activities will be

carried out by the implementing agency VSCDL/VMC Engineers and by the Engineers of

the Consultant when all the critical activated are proposed.

Any instructions given by VSCDL/VMC engineer or by the engineers of the Consultants,

the Contractor shall strictly follow the same, On completion of a stage and preceding to the

next stage the Consultant’s representative will inspect quality of the work executed.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 59 of 90

s) The Contractor shall be responsible for the quality and good status of work till the final

hand cover of the work is made to VSCDL/VMC.

t) Any design material, method workmanship certified/ approved by VSCDL/VMC or

the Consultant, does not free the Contractor from his responsibility on the part of quality

and performance guarantee in any way.

u) The Contractor shall have to submit the running accounts bill in duplicate to the

Consultants. On certification from the Consultant the payment will be release by

VSCDL/VMC after necessary checking. This procedure shall not absolve the Contractor

from the responsibility for timely completion of the work.

I / We hereby certify that I /We noted the above important general conditions and have quoted our rates

taking into account these conditions. Signature of Contractor with seal Signature of the Executive Engineer

(Drainage – SDW Dept)

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 60 of 90

APPENDIX HEREIN BEFORE REFERRED TO

Sl. No. Description

1 Defects Liability Period [D.L.P] : 24 months from the date of successful

commissioning for all works and for

performance of APS and machinery

2 Period of Final Measurement : 3 months from date of completion of the work

3 Time of Completion : 09 Months (including monsoon period and 3

months of trial run) from the date of work order

4 Trial Run by Contractor : 3 months after completion.

5 Liquidated Damages for delay in

completion

: at the rate of 0.1% of the Contract Price per day

of delay subject to maximum 10% of Contract

Price.

6 Minimum Value of works for Running

Bills

: Rs. 25,00,000/- per Running Bills (Including

Supply, Installation and commissioning)

Accordingly mentioned in page 65 in payment

schedule.

7 Security Deposit in the form of

performance BG

: 5% of Contract Price shall be submitted to

VSCDL/VMC within 10 days of receipt of Letter

of intent, which shall be released after successful

completion of O&M period.

8 Period of Payment of R.A. Bills : As per VSCDL Authority

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 61 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED

SECTION – 5

SPECIAL CONDITIONS OF CONTRACT

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 62 of 90

5.1 Price/Rates to include everything

The price/rates quoted in the tender should include all charges for hire, if necessary, of any tools

and plant, temporary plumbing, water connection, maintenance of sanitary and water connections,

supply of water, cost of cisterns, sheds for materials and plant, charges for getting electric

connection and use of electricity and maintaining the same, clearing the site, watering, rolling etc.

as specified. All prices shall be inclusive of the all the Taxes, duties, levies, etc. applicable on the

last date of submission of the Tender Document. The price shall be firm and shall not be

subject to variation under any conditions whatsoever.

In case of change in location of APS site or any other major/minor changes, all

necessary/required extra items will be paid as per SOR rates.

5.2 Co-operation with other contractors & PMC/TPI 5.2.1 Co-operation with other contractors

The Contractor shall co-operate with and provide facility to other contractors, if any, engaged by

the VSCDL/VMC for carrying out their part related to the above work. No additional

remuneration shall be payable by the VSCDL/VMC for such co-operation.

In the above event, they shall exchange with each other such technical and other information as is

required to obtain coordinated and efficient working. The Contractor entrusted with any work shall

have to certify the adequacy of all relevant drawings submitted to them from the point of view of

their compatibility with their work, or point out such modifications as they may deem necessary

and shall send their representative from time to time to ensure that all works are done to suit their

mutual requirements.

All correspondence and drawings to be exchanged between different contractors shall be done

through the Executive Engineer and with his approval.

5.2.2 Co-operation with PMC/TPI

The Contractor shall co-operate with PMC/TPI agency appointed by the employer for carrying out

their part related to this work. No additional remuneration shall be payable to the Contractor by the

employer for such Co-operation.

In the above event they shall exchange each-other all such technical information related to work for

co-ordination and efficient working.

5.2.2.1 MATERIAL TESTING

Necessary material testing shall be carried out by Contractor in presence of PMC/TPI/VMC

engineers at site or any other Govt. approved laboratory at his own cost as directed

by Engineer-in-charge. This does not relieve Contractor from his contractual obligations

of making all arrangements for taking samples during each concreting, curing for the

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 63 of 90

specified period as per specifications, bring to the laboratory and keeping the necessary

records as directed.

5.2.2.2 INSPECTIONS AND TESTS to be carried out by Contractor

The VSCDL/VMC or its PMC/TPI agency shall have the right to inspect and/ or to test the

Goods for confirm their conformity to the Contract. The Special Conditions of the Contract

and/or the Technical Specifications shall specify what inspections and tests the

employer requires and where they are to be conducted. If not specified or not withstanding

any mention, the Contractor shall submit the inspection plan of all major bought-out items

for approval with client and PMC/TPI agency the stages of in section as per manufacturer’s

quality plan and shall arrange to carry out the inspection along with client or it’s PMC/TPI

agency at manufacturer’s works as per the approved plan. The VSCDL/VMC shall notify

the Contractor in writing of the identifying of any representatives retained for these

purposes. All the expenses pertaining To inspection viz. lodging & boarding,

transportation, all facilities as required shall be borne by the Contractor for the

VMC/Consultant/TPI/PMC agency representatives.

VSCDL/VMC has right to inspect, test and where necessary, reject the Goods after

the Good’s arrival in India shall in no way be limited or waived by reasons of the Goods

having previously been inspected, tested and passed by the VSCDL/VMC or its PMC/TPI

agency prior to the Good’s shipment from the country of origin.

5.2.2.3 The Contractor shall co-operate PMC/TPI agency for day to day supervision of project

during the execution of the work including submission of daily inspection report and as

per PMC/TPI agency scope of work & agreement with VMC. 5.3 Construction facilities

5.3.1 Water: The Contractor shall make his own arrangement for getting enough quantity of water

having quality suitable to construction activity and hydro testing, including its necessary

distribution on the site. Supply of drinking water at site may be considered if available, on

chargeable basis on the request from the Contractor. He shall arrange to install a water meter of

approved make and pay for the water consumed by him. Distribution Network shall be arranged

by the contractor at his cost

5.3.2 Power: The Contractor shall make his own arrangement for power required for the construction

including its distribution within the site. All wiring from the switchboard and meter will be

removed by the Contractor on completion of the work. He shall reinstate and make good any

work disturbed by the temporary power lines to the satisfaction of the Executive Engineer.

Necessary NOC shall be issued by the Municipal Corporation All necessary safety measures

shall be taken care by the Contractor.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 64 of 90

5.3.3 He shall also indicate the requirement of power for construction obtaining Power from Gujarat

Electricity Board including its distribution. All wiring etc. will be removed by the Contractor on

completion of the work. He shall reinstate and make good any work disturbed by the temporary

labour camp. 5.3.4 Roads: The Contractor shall provide and maintain at his own cost all necessary temporary

roads. 5.3.5 The Corporation shall hand over the existing open plot to the Contractor for construction of the

APS and the Contractor shall bring the entire plot to required level by carrying out necessary

excavation/filling of the earth on the plot. The Contractor shall not demolish / disturb any

existing watercourses, natural or otherwise, such as drains, nallah, etc passing through or

adjoining the site of work & also other service lines of water supply, drainage, gas, storm

water (pipeline or channel), communication cables, etc. Any such watercourse or service lines

coming in way of the proposed APS shall be diverted by the Contractor at his own cost as per

prevailing SOR after obtaining approval from the Executive Engineer (SDW dept.) of the

layout, alignment, designs and drawings of such diversion.

5.4 Time Schedule of Construction

Time is the essence of the Contract. The Contractor shall complete the whole of the work to the

satisfaction of the Executive Engineer within the approved completion period. This period shall

also include trial runs of the APS before final commissioning. 5.5 Hydro test of Pressure Line shall be as per IS Standards mentioned GWSSB SOR 2019-

2020

For hydrostatic test at works, the pipes and fittings shall be kept under test pressure as specified in

the standard for a period of minimum 15 seconds during which the pipes shall be struck moderately

with a 700 g hammer for confirmation of satisfactory sound. They shall withstand the pressure test

without showing any leakage, sweating or other defect of any kind. The hydrostatic test shall be

conducted before surface coating and lining.

5.6 Terms of Payment

The Contractor shall be paid against submission of his running bills on completion of following

stages of work based on the breakup of the cost submitted by him in the price bid:

A) MECHANICAL, ELECTRICAL AND INSTRUMENTATION WORKS

(i) 60% of the cost of Equipment : On Delivery of the Equipment at site.

(ii) 30% of the cost of Equipment : On Erection of the Equipment at site with

related civil works

(iii) 10% of the contract value : After satisfactory Commissioning and trial

run of the APS.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 65 of 90

B) DI/CI/MS Piping and Valves

(i) 60% of the cost of piping : On Delivery of the Piping, Valves, NRV, Expansion

below etc. at site.

(ii) 30% of the cost of piping : On Erection of Piping, Valves, NRV, Expansion

below and completion of related civil works.

(iii) 10 % of the cost of Piping : After satisfactory Commissioning and trial run of the APS.

C) Comprehensive Maintenance of DG Sets

(i) 90% of the Quarterly O&M cost : On Quarterly basis

(ii) 10% of the O&M cost : On successful completion of 5 years

works.

5.7

1. Electricity bill will be paid by VSCDL/VMC. Sewage shall be provided by VSCDL/VMC.

2. The Contractor shall have to get registration of ESIC. Without ESIC (Employee’s State Insurance

Corporation) certificate monthly bill will not be released.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 66 of 90

5.8 SITE VISIT ANNEXURE I

(FORM – A)

Declaration Form for Tender Work

1. I/We hereby declare that I/We have visited the site of the work and have fully acquainted

myself/ourselves with the local situation regarding water level, soil strata, materials, labour

and other factors pertaining to the work before submitting the tender.

2. I/We hereby declare that I/We have carefully studied the Condition of Contract, specification and

other Tender Documents of this work and agreed to execute the same accordingly.

3. a) I/We hereby declare that I/We am/are partner(s) not blacklisted or connected with firm

blacklisted in state, semi govt. Municipal Corporation, or any government undertaking

institute or any autonomous corporate bodies.

b) We, then partners of this firm hereby, give an undertaking that we are jointly and

severally responsible to meet all liabilities over and above the business of this firm

and make good any the above financial loss sustained by the VSCDL/VMC as a result

of our abandoning the work or works, entrusted to us i.e. this firm. I/We herby

undertake and submit in the bid along with supporting documents, are true which

are corrected and valid throughout the contract period.

4. I/We hereby agree to abide by and fulfil the terms and provisions of conditions of contract

annexed here to so far as applicable and in default thereof to forfeit the earnest money mentioned in

the said condition.

1. Receipt No. dated from the

2. Signature of Contractor (Before Submission of tender)

3. Name of Tendered:

4. Address_

5. Dated the day of 20 6. (Witness)

7. (Address)

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 67 of 90

8. (Occupation)

Date: Signature with seal of the company

Date: Signature of the Contractor with Seal

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 68 of 90

5.9 Supply of Materials

The successful Bidder (Contractor) shall make his own arrangement to obtain all tools, plant and

machines required for the work. VSCDL/VMC does not undertake to supply any materials to the

Contractor required for the work.

5.10 Authorized Agent

If the headquarter of the Bidder is elsewhere than in Vadodara, he shall have an authorized agent in

Vadodara from the commencement of the work till completion of the work to the satisfaction of the

Executive Engineer. Such agent shall be authorized to act on behalf of the Contractor, to accept

services of notice under the Contract and to agree to extras, omissions and varied items of work and

rates for it. Such agent shall maintain on his site a qualified engineer and such other personnel as

may be required for the efficient execution of the work. Any notice under the Contract shall

deemed to have been served on the Contractor if served upon such agent or sent by registered letter

to his address in Vadodara. Such agent shall not leave Vadodara during the period of the Contract

unless the consent of the Executive Engineer (Drainage-(SDW dept.) .) shall have been previously

obtained. If the Executive Engineer (SDW project Dept) shall require the Contractor to carry out

any rectification under the terms of Contract after the work is complete, the Contractor shall have

the same or another duly authorized agent in Vadodara when such rectification are being

carried out.

5.11 Labour & Supervisory camp

5.11.1 A site will be indicated to the Contractor for constructing temporary hutments for his

labourers and supervisory staff, who will not be allowed to reside at any other site in

the Employer’s property. The Contractor shall include in his rates the cost of

construction, maintenance and removal of such temporary accommodation for the

Labourers, and also suitable water supply arrangements thereof. The construction of

the temporary accommodation shall be on the lines approved by the Executive

Engineer.

5.11.2 The Contractor shall provide at his own cost adequate closet and temporary

accommodation for all workers employed on the site. In accordance with the

rules and regulations of Local Authorities or Public Bodies. The lavatories and

temporary accommodation shall always be maintained in good sanitary, working and

disinfected condition.

5.12 Construction Store

Suitable areas near the site of work will be allocated to the Contractor for storing his equipment,

plant, materials, etc. He will, however, be solely responsible for watching and guarding his

property and materials issued to him by VSCDL/VMC. The Contractor will cover all materials at

site with requisite insurance against theft, larceny, dacoits, fire, tempest and flood.

5.13 Equipment

The Contractor shall make his own arrangements to procure all constructional plant and equipment

for his work. He shall also state the type and number of different equipment with their capacities in

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 69 of 90

good working conditions, which he will use on the Site to ensure completion of the work in

specified time.

All materials, construction plants and equipment, etc. once brought by the Contractor on the Site

are not to be removed from there without the written authority from the Executive Engineer. Also,

the Contractor shall have adequate stock of spare parts of the equipment on the site and work shall

not be delayed on this account.

Similarly, all enabling works built by the Contractor for the main construction undertaken by him,

are not to be dismantled and removed without the written approval from the Executive Engineer.

5.14 Contractor’s Designs and Drawing.

Immediately on award of the work, the Contractor shall submit following:

Detailed Schedule of submission of civil, mechanical, electrical and piping drawings,

Detailed Work Plan, PERT, etc. : Within 7 days from the work order.

Layout Plan and General Arrangement Drawing : Within 14 days from the work order.

Mechanical GA drawings, Electrical drawings : Within 21 days from the work order.

5.15 Corporation’s Engineer

The Corporation has appointed M/s. ………………….. to assist them in verification/checking of

the process designs, structural designs and drawings submitted by the Contractor for approval and

for the project supervision. On behalf of the VSCDL/VMC, the Engineers shall provide supervision

during Construction and the inspection of the Equipment to check the quality of the work. The

Contractor would co-operate with the Consultant during Design, Construction, Erection and

Commissioning phases.

VMC have also appointed an agency for the third party inspection for this Project. The cost of

testing recommended during execution shall be borne by the Contractor. The TPI charges for the

testing of the pipes at the manufacturer’s works shall be borne by the Contractor.

5.16 Contractor’s Full responsibility

Important: This is a lump sum tender, including designing and detailing of all components by the

Bidder, based on the specifications furnished in this Tender. The APS will have to meet the

performance guarantees and for that purpose the Bidder is advised to ascertain all conditions at site.

5.16.1 Though VSCDL/VMC’s/Consultants’ approval to the design/drawings are endorsed,

the Contractor shall be solely and fully responsible for designing all the components

of the APS such as civil structures, mechanical and electrical works including the process

and design.

5.16.2 The Contractor shall provide a trial run of 90 days (3 months) from the date of

completion of erection at his cost and risk and prove thereby APS’s performance.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 70 of 90

5.16.3 The Painting and Colouring shall be executed as follows

Civil Works

All Civil structures shall be externally painted with 3 coats of exterior acrylic paint

(Snowcem/approved make) of approved color. All the buildings shall be painted internally with three coats of approved shade

of Plastic Distemper over a coat of primer and putty.

Mechanical Equipment

All Mild Steel parts of the equipment in contact with water up to free board level, shall be

sand blasted and epoxy painted- 2 coats at the works + 1 coat after erection at site.

The MS/Galvanized parts above the free board and not in contact with water shall be

applied with 1 coat of primer and 2 coats of first quality enamel paint at works. 2 coats of

final enamel paint of approved shade shall be applied after the erection.

All the paints shall be of reputed makes such as Asian Paints, Berger paints,

Jenson and Nicholson, etc. and shall be applied as per the manufacturers specifications.

The Designs/drawings/sizes and capacities provided by the VSCDL/VMC in this Tender

are only indicative in the nature and not complete in details.

The successful Bidder will have to furnish all detail drawings, including R.C.C. and other

structural work and furnish the process design criteria and calculations to VSCDL/VMC

for approval. The fact that these drawings and design details are accepted or not objected

to by the VSCDL/VMC will not relieve the Contractors of their responsibility of meeting

all requirements of the Tender and its performance guarantees after completion of work.

This is a very important condition of the Contract and no provision of data or details by

the Employers will be implied to vitiate the Contract obligations in any manner

whatsoever.

Any materials for process or workmanship permitted to be used in good faith but

subsequently found to be defective/unsatisfactory will have to be replaced/rectified at

Contractor’s expense notwithstanding earlier approval of the same. Attention is also

drawn to Clauses 4.1.6 and 4.1.20 of the General Conditions of Contract.

Bidder to also refer the scope of work, tender drawings, technical specifications,

terms & conditions, etc.

The different works narrated/envisaged in this Contract are to be carried out/executed on

Turn- key basis and the details described in different chapters of this Contract are broad

outlines of the entire project and minor details for materials/equipment to be supplied and

installed or construction of minor structures has not been narrated in detail. The

Contractor shall deem to have taken into account all major as well as minor instalments

which might be required to be supplied, installed and constructed for the smooth running

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 71 of 90

of the APS and shall deem to have made enough provision for all such items while

arriving at the project cost of the Contract. The Engineer-in-charge, during the

progress of work will direct the Contractor to supply and install all such

materials/equipment or to construct all such structures which in his opinion are necessary

for the smooth functioning of the APS or are necessary as the part of the structure.

Also refer the scope of work, tender drawings, technical specifications, terms &

conditions, etc.

Signature of Contractor

Place

Date

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 72 of 90

FORM OF PERFORMANCE BOND

(The date of this bond must not be prior to the date of the instrument in connection with

which it is given)

Principal (Contractor)

Surety (Scheduled or Nationalized Bank)

Sum of bond (express in words and figures)

Contract No. and date of contract

KNOW ALL MEN BY THESE PRESENTS THAT WE, THE PRINCIPALS AND

SURETY above named are held and firmly bound up to the hereinafter called the

Employer in the amount stated for payment of which sum, well and truly to be made, we

bind ourselves, our heirs, executors, administrators and successors jointly and severally,

firmly by these presents subject to the provisions of which the aforesaid Contractor on

demand and without demand on a claim being made by the Employer.

THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the principals have

entered in to a contract with the Employer numbered and ‘dates as shown above and hereto

attached for the execution of work_ .

NOWTHEREFORE, if the Principal shall well and truly perform and fulfil all the

undertakings, covenants, terms, conditions and agreements of said contact during the original

terms of the said Contract and any extensions thereof that may be granted by the Employer with

or without notice to the surety and during the life or any guarantee required under the contract

and shall also well and truly perform and fulfil all the Undertakings, covenants, terms, conditions

and agreements of any all duty and unduly authorized modifications of said Contract that may

hereafter be made, notice of which modifications to the surety being hereby waived or shall

pay over, make good and reimburse to the Employer all loss and damages which the employer

may sustain by reason of failure or default on the part of said Principal so to do.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 73 of 90

We_ further agree that the guarantee

herein Contained shall remain in full force and effect during the period that would be taken for

the validity of the said Contract, and that it shall continue to be enforceable till all the dues of

the employer under or by virtue of the Contract have been fully paid and its claims satisfied

or discharged or till the Employer certifies that the terms and conditions of the Contract have

been fully and properly carried out by the said Contractor and accordingly discharges the

guarantee. Unless a demand or claim under this guarantee is made on us in writing on or

before the we shall be

discharged from all liability under this guarantee thereafter.

IN WITNESS WHERE OF, the above bounded parties have executed this instrument under

their several

seals on the date indicated above the name and corporate seal, of each corporate partly being

hereto affixed

and these presents duly signed by is undersigned representatives, pursuant to authority of its

governing body.

In the presence of witness individual

Principal

1. as to (seal)

2. as to (seal)

3. as to (seal)

4. as to (seal)

By affix Corporate Seal

Attested Corporate Surety

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 74 of 90

Business address

Affix by Corporate Seal

Title For and on

behalf of the Employer

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 75 of 90

BANK GUARANTEE FORM

Ref.

Date

FORM OF BID SECURITY (BANK GUARANTEE) (EMD)

WHEREAS, [Name of Bidder] (hereinafter called “the Bidder”) has submitted his bid

dated [Date] for the construction of [Name of Contract] (hereinafter called “the Bid”).

KNOW ALL MEN by these presents that We [Name of Bank] of [Name of Country]

having our registered office at (hereinafter called “the Bank”) are bound

into[Name of Employer] (hereinafter called “the Employer”) in the sum of for which

payment well and truly to be made to the said Employer the Bank binds himself, his

successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this day of .... . . . . . . . . . . . .2019.

THE CONDITIONS of this obligation are:

(1) If the bidder withdraws his Bid during the period of bid validity specified in theForm

of Bid:

OR

(2) If the Bidder refuses to accept the correction of errors in hi Bid;

OR

(3) If the Bidder, having been notified of the acceptance of his Bid by the Employer during the

period of Bid validity;

(a) Fails or refuses to execute the Form of Contract Agreement in accordance with the

instructions to Bidders, if required; or

(b) Fails or refuses to furnish the Performance Security, in accordance with the instructions to

Bidders;

We undertake to pay to the Employer up to the above amount upon receipt of its first written

demand, without the Employer having to substantiate its demand, provided that in its demand

the Employer will note that the amount claimed by it is due to it owing to the occurrence

of one or all of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date 150 days after the

deadline for submission of bids as such deadline is stated in the Instructions to Bidders.

Or as the Employer may extend it, notice of which extension(s) to the Bank is hereby

waived. Any demand in respect of this Guarantee should reach the Bank not later than the

above date.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 76 of 90

DATE SIGNATURE OF THE BANK

WITNESS SEAL

(Signature, Name and Address)

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 77 of 90

FORM OF BANK GUARANTEE (UNCONDITONAL)

To,

FOR PERFORMANCE SECURITY DEPOSIT

(Name of employer)

(Address of Employer)

WHERE AS (Name and Address of

Contractor)_

(Hereinafter called “The contractor”) has undertaken, in pursuance of contract No.

dated to execute (Name of contract and brief description of work](Hereinafter

called “the Contract’’)

And whereas it has been stipulated by you in the said contract that the contractor shall furnish

you with a bank guarantee by a Nationalized Bank for the sum specified therein as security for

compliance with his obligations in accordance with contract. AND WHEREAS we have

agreed to give the contractor such bank guarantee; NOW THEREFORE we hereby affirm that

we are the guarantor and responsible to you,

on behalf of the contractor up to a total of (Amount of Guarantee) **

Rs. (In figure)

Rupees (In words)

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 78 of 90

Such sum being payable in the types and proportions of currencies in which contractor is payable

and we undertake to pay you, upon your first written demand and without cavil or argument,

any sum or sums within the limits of

[Amount of Guarantee]**

as aforesaid without your needing to prove or to show grounds or reasons

for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt. From the contractor before

presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the contractor

or of the work to be performed there under or of any of the contractor documents which may be

made between you

and the contractor shall in any way release us from any liability under this guarantee, and we

hereby waive notice of any such change, addition or modification. This guarantee is valid

until the date

months after the issuing of the completion certificate. Our guarantee be VMC, Vadodara, that

the said VMC will be for all matters relating to this guarantee shall deal with our bank

branch located at

at all communication including invocation, notice of demand and such other matter

deemed essential to be advised to and / or served on the said branch, on our behalf, of our

bank, who without demur shall in accordance with the provision of this guarantee.

We unequivocally surrender our rights to be informed / advised give notice in respect thereof in

favour of the said branch of our bank in consideration of the aforesaid terms and conditions

incorporated in this guarantee, we agree that for all the operative part and enforceability in the

court of law. This guarantee shall be deemed to have issued by the said branch of our bank. The

obligation under this guarantee shall be performed and discharged at and the court

located there at shall have jurisdiction for all the matters covered under and / or arising out of this

guarantee.

SIGNATURE AND SEAL OF THE GUARANTOR

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 79 of 90

Name of Bank

Address

Date: -

Confirmed by:-

Bank Branch located at Vadodara

We hereby confirm the above Bank guarantee given by our Branch at_ and will

honour the same as if it has been issued by us.

Signature & Seal

Bank.

+ Contractors are not required to complete this form.

** An amount is to insert by the guarantor, representing the percentage of the

Contract price specified in the contract.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 80 of 90

BANK GUARANTEE FOR MOBILIZATION ADVANCE

To,

The Municipal Commissioner,

Vadodara Municipal Corporation

Vadodara.

Name of Work:

Detail of Work Order:

WHEREAS Name of Contractor having its registered office at (Address), (herein after called

‘CONTRACTOR’) has undertaken in pursuance of contract no.(…….) to execute the work of

“Name of Project / work” (Herein after called “The Contract”)

ANDWHEREAS it has been stipulated by you in the said contract that the contractor shall furnish

you with a Bank Guarantee by a recognized Bank for Rs…………/- (Rupees……….only) (Contract

Value of Rs………x5% of Contract Value Rs.…………) towards the Mobilization Advance payable

to the Contractor against Mobilization Advance.

AND WHEREAS we have agreed to give the Contractor such as Bank Guarantee

The Work of Design, Engineering, Procurement, Supply, Erection, Testing and Commissioning of

Sewage pumping sets along with associated electrical equipment, instrumentation - Flow meters Field

Instrumentation, Web Connectivity of Existing SCADA & Mobile Application for SCADA Monitoring,

manifold with C.I. piping system, required Civil Works, Portable DG sets, Mechanical Screens CCTV etc

for Sewage pumping stations for Vadodara City and thereafter 5 (five) years Comprehensive

Maintenance of SCADA and CCTV system and 5 years Comprehensive Maintenance of DG sets in

Vadodara.

NOW THEREFORE We hereby affirm that we are the Guarantor and responsible to you on behalf

of the contractor upto a total of Rs……../- (Rupees…………only) such sum being payable in the

types and proportions of currencies in which the contract price is payable and we undertake to pay

you upon your first written demand and without cavil or argument, any sum or sums within the

limits of Rs………../- (Rupees……….only) as aforesaid without your needing to prove or to show

grounds or reasons for your demand for the sum specified therein.

Whereby waive the necessity of your demanding the said debt from the Contractor before presenting

us with demand.

We further agree that no change or addition to other modification of the terms of the contractor of

the works to be performed there under or of any of the contract documents which may be made

between you and the contractor shall in any way release us for many liabilities under this guarantee

and where by waive notice of any such change, addition or modification.

This Guarantee shall be valid up to………….

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 81 of 90

NOTWITHSTANDING ANY THING CONTAINED HEREIN:-

I. Our Liability under this bank Guarantee shall not exceed Rs…………/- (Rupees

……………. only)

II. This Bank Guarantee shall be valid from to

III. We are liable to pay Guarantee amount or any part thereof under this Bank Guarantee only

and only if serve upon us a written claim or demand on or Before date: month: year i.e. date

of expiry of guarantee.

The beneficiary of this Bank Guarantee is hereby advised to seek confirmation of this Bank

Guarantee from the controlling authority’s office of this branch whose address is given below.

Signature & Seal of Manager

Of Nationalized Bank

Dated the day of Month, Year.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 82 of 90

Annexure II Format for OEM Certificate

(to be submitted by manufacturers )

Dated:

To,

Executive Engineer,

Vadodara Smart City Development Limited,

Vadodara

Sub: Product Compliance with the tender specifications for Supply Product Name and description ,

"for Design, engineering, procurement, supply, erection, testing, commissioning and demonstration of

performance guarantees for sewage pumping sets alongwith associated electrical equipment manifold

with C.I. piping system, required civil works, portable DG sets, mechanical screens, etc. for Sewage

Pumping Stations for Vadodara City and thereafter 5 years Comprehensive Maintenance of DG Sets

–Part 2”

Dear Sir

Tender No

Equipment Name

1. We …………………………………… (name of the OEM) declare that we are the are the

original manufacturers of the above equipment having registered office at

………….. (full address with telephone number/fax number & email ID and website),

and having factories at ______________

2. We hereby declare that we are willing to provide guarantee/warranty and after sales Service during the

period of warranty/guarantee as per the above tender.

3. We also hereby declare that we have the capacity to manufacture and supply the quantity of the

equipment’s tendered within the stipulated time.

(Name) for and on behalf of

M/s._____ _______

(Name of manufacturers)

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 83 of 90

Date:

Place:

Note: This letter of authority shall be on the letterhead of the manufacturing concern and shall be

signed by a person competent and having the power of attorney to bind the Manufacturer.

Remarks: Contractor shall provide OEM Certificate for below mentioned items:

DI/CI/ Pipe & Special, Pumpset, Valves, EOT Crane, HT/LT panel, starter, Transformer, Soft starter,

APFC panel with capacitor, MV Motors, DG set

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 84 of 90

MANUFACTURER’S AUTHORISATION FORM

(to be submitted by authorized dealers/representatives/importers)

Dated:

To

Executive Engineer,

Vadodara Smart City Development Limited,

Vadodara.

Sub: Product Compliance with the tender specifications for Supply Product Name and

description , "for Design, engineering, procurement, supply, erection, testing, commissioning

and demonstration of performance guarantees for sewage pumping sets alongwith associated

electrical equipment manifold with C.I. piping system, required civil works, portable DG sets,

mechanical screens, etc. for Sewage Pumping Stations for Vadodara City and thereafter 5 years

Comprehensive Maintenance of DG Sets

Dear Sir,

Tender No :

Equipment Name:

1. We …………………………………… (name of the Manufacture) are the original

manufacturers of the above equipment having registered office at ………….. (full address

with telephone number/fax number & email ID and website), having factories

at______________ and ______________ , do hereby authorize

M/s._________________(Name and address of tenderer) to submit tenders, and subsequently

negotiate and sign the contract with you against the above tender no..

2. Manufacture equipment’s are warranted for a period of 24 months from the date of

commissioning duly certified by the Purchaser.

During this warrantee period, we undertake to rectify or replace without any financial

implications to Purchaser and as instructed by the Purchaser within 15 days of receipt of

notice from the Purchaser or as mutually agreed between the parties depending upon the

extent of malfunctioning of the defective equipment/parts, which are identified to be defective

or unusable due to faulty material, design, or workmanship.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 85 of 90

3. We further agreed to undertake such rectifications/replacement of the equipment/parts on site

and/or at our designated workshop without any financial implications to Purchaser.

4. If damage has occurred to parts of our supply and if such damage is not attributable to faulty

material, design or workmanship, but is due to some other cause, such as bad maintenance,

non-observance of operating instructions, exclusive strain, defective foundation, incorrect

erection etc., our warrantee excludes such cases.

5. Manufacture responsibility for the replacement of parts does not extend to parts, which are

subject to natural wear and tear.

6. The warrantee shall not be effective if the purchaser or a third party on his behalf carries out

any alterations without written approval.

7. We also hereby undertake to provide full guarantee/warrantee /CMC/AMC as agreed by the

tenderer in the event the tenderer is changed as the dealers or the tenderer fails to provide

satisfactory after sales and service during such period of Comprehensive warranty/CMC/AMC

and to supply all the spares/reagents for period 10 years.

8. We also hereby declare that we have the capacity to manufacture and supply, install and

commission the quantity of the equipment’s tendered within the stipulated time.

(Name) for and on behalf of

M/s._______ _____

(Name of manufacturers)

Date:

Place:

Remarks: Contractor shall provide Manufacturer’s Authorization Form for below mentioned items:

DI/CI/ Pipe & Special, Pumpset, Valves, EOT Crane, HT/LT panel, starter, Transformer, Soft starter,

APFC panel with capacitor, MV Motors, DG set

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 86 of 90

Annexure III

List of Items identified for Buy Back by the Contractor

Sr.

No.

Pumping Station Item Description Unit Qty Rate Amount

1. AMITNAGAR

APS

Submersible Type Pump set -

20 Hp

Nos. 1

2. MANEKPARK APS Submersible Type Pump set -

20 Hp

Nos. 3

3. RTO APS Submersible Type Pump set -

40 Hp

Nos. 2

4. RTO APS Submersible Type Pump set -

60 Hp

Nos. 2

5. ZALA COMPOUND

APS

Submersible Type Pump set -

40 Hp

Nos. 1

6. ZALA COMPOUND

APS

Submersible Type Pump set -

90 Hp

Nos. 2

7. BAKARAWADI APS Submersible Type Pump set -

70 Hp

Nos. 2

8. BAKARAWADI APS Submersible Type Pump set -

140 Hp

Nos. 2

9. WAGHODIYA APS Submersible Type Pump set -

90 Hp

Nos. 1

10. LAKSHMIPURA

APS

Submersible Type Pump set -

25 Hp

Nos. 2

11. LAKSHMIPURA

APS

Submersible Type Pump set -

60 Hp

Nos. 2

12. MANEJA APS Horizontal Non Clog Type

Pump Set - 30 Hp

Nos. 1

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 87 of 90

Sr.

No.

Pumping Station Item Description Unit Qty Rate Amount

13. KEVADABAUG APS Horizontal Non Clog Type

Pump Set - 30 Hp

Nos. 3

14. NAVAPURA APS Horizontal Non Clog Type

Pump Set - 20 Hp

Nos. 2

15. WAGHODIYA PS Horizontal Non Clog Type

Pump Set - 50 Hp

Nos. 1

16. WAGHODIYA PS Horizontal Non Clog Type

Pump Set - 75 Hp

Nos. 1

17. WAGHODIYA PS Horizontal Non Clog Type

Pump Set - 100 Hp

Nos. 1

18. GAJARAWADI MPS

( OLD )

Horizontal Non Clog Type

Pump Set - 200 Hp

Nos. 2

19. All Pumping Stations Pipes, fittings, valves, NRV,

Expansion below. specials and

all other associated items

dismantled by the Contractor

in the existing facilities as per

instruction of VSCDL’s

Engineer-incharge including

weighment, Transportation,

etc.

MT ----

Note :

1. The buyback rates are all inclusive (including but not limited to dismantling, shifting,

transportation, weighment, etc.

2. VSCDL shall deduct the itemize prices from the Contractor’s bills upon such buyback by the

Contractor duly certified by VSCDL’s Engineer-incharge.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 88 of 90

3. Release of above identified buyback items are at sole discretion of VSCDL/VSCDL’s Engineer-

incharge and Contractor has to take such materials once instructed.

4. Contractor has to take prior written approval from VSCDL/VSCDL’s Engineer-incharge for

removal of above identified buyback items from the sites.

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 89 of 90

VADODARA SMART CITY DEVELOPMENT LIMITED

SECTION – 6

PROJECT INFORMATION

TENDER FOR UP-GRADATION OF SEWAGE PUMPING STATIONS AT VADODARA VOLUME I

Page 90 of 90

6.1 INTRODUCTION

This section gives general information about the Project. The objective of the project is to upgrade

the capacity of existing pumping stations of sewerage system by replacement of existing pumping

machinery with related electrical and instrumentation work and monitoring of operation &

Performance of pumping machinery installed at pumping stations.

Up gradation of the pumps, pumping accessories, pipes and fittings of the existing system;

Up gradation/revamping of the electrical systems like Transformers, cable, panel,

illumination system, etc.;

Supply & Installation of Removable Box type manual coarse Mesh Screen with Lifting

Devices;

Supply of Dredging pump set;

Supply of Portable DG Sets

All the above as per Detail Technical Specifications.

6.1.1 Site Vadodara City Sewage Network is divided into three zones namely as Gajrawadi Zone, Tarasali Zone &

Atladara Zone. There are total 54 Sewerage Pumping Stations in Vadodara City from which 15 are

considered for up gradation of Electro mechanical component under this project.

Detail Scope of work shall be as per technical Specification.