You are on page 1of 84

VADODARA MUNICIPAL CORPORATION

TENDER DOCUMENTS FOR ALL IN ALL OPERATION & MAINTENANCE OF


PUMPING MACHINERY & ALL ELCTRICAL-MECHANICAL EQUIPMENT AND
VLAVE JUNCTION WORK FOR DISTRIBUTION ZONE OF “NORTH HARNI
WATER DISTRIBUTION STATION” FOR FIVE YEARS FOR VADODARA
MUNICIPAL CORPORATION

PART – I
TECHNICAL BID

Bid No: VMC/W. W (E&M)/NZ/NORTH HARNI/2022-23

OFFICE OF THE EXECUTIVE ENGINEER (ELE& MECH)

WATER WORKS DEPARTMENT

VADODARA MUNICIPAL CORPORATION


VADODARA

GUJARAT STATE

JANUARY-2023

Page 1 of 84
INDEX
SR. NO. DESCRIPTION PAGE NO.
1. TENDER NOTICE 3
2. FORM OF TENDER 4
3. TENDER DOCUMENT 5
4. TENDER & ACCEPTANCE OF TENDER 7
5. MEMORANDUM 8
6. DEFINATION OF TERMS (CHAPTER-I) 9
7. PRE-QUALIFICATION CRITERIA (CHAPER-II) 11
8. GENERAL INFORMATION (CHAPTER-III) 14
9. DECLARATION FORM(CHAPTER - IV) 15
10. SCOPE OF WORK (CHAPTER - V) 16
11. GENERAL INSTRUCTION OF THE TENDERER (CHAPTER - VI) 38
12. GENERAL CONDITION OF THE TENDER(CHAPTER - VII) 44
13. SPECIAL CONDITION OF TENDER (CHAPTER - VIII) 65
14. PENALTY CLAUSE FOR O & M WORK (CHAPTER - IX) 69
15. PREVENTIVE MAINTENANCE GUIDELINE (CHAPTER - X) 71
16. CHECK LIST 76
17. ANNEXURE-I 77
18. ANNEXURE-II 78
19. ANNEXURE-III 79
20. ANNEXURE-IV (TECHNICAL DETAILS) 80
21 ANNEXURE-V (BID CAPACITY CALCULATION) 82
22. ANNEXURE-VI Documents Attachment with monthly O & M Bill 83
23. TENDERER’S/CONTRACTOR’S CERTIFICATE 84
24. NO BLACK LISTING/DEBARMENT 85

Page 2 of 84
TENDER NOTICE
VADODARAMUNICIPAL CORPORATION
Office : Khanderao Market Building, Raj Mahal Road, Vadodara-390 209
E-TENDER NOTICE
Vadodara Municipal Corporation invites tender in two parts (Technical Bid & Price Bid) from
registered Contractors in appropriate class either with VMC, Central/State/PWD/M.E.S./Semi
Government or other such institutions for the Work All in All operation and maintenance of
Pumping machinery & all Ele-Mech equipment and valve junction work for NORTH HARNI
Water distribution station for FIVE Year of Vadodara Municipal Corporation through on line e-
tendering system.
Last Date
Downloading for Online
online Submission
Tender Stamp
Completion E.M.D tender of
Estimated fee (In Duty
Period (In Rs.) Documents Completed
cost (In Rs.) Rs.) (In Rs.)
from. Tender
Documents.
Date/Time Date/Time
29.12.2022
to 12.01.2023
1,57,67,125/- 60 Months 3,15,342/- 10,000/- As per rule 12.01.2023 up to 13:00
up to 11:00 hrs.
hrs.
(1) The tender bid document will be available and downloaded from www.(n) procure.com website
(2) Tender document should be accepted only by E-tendering method on www.(n) procure.com
website (3) Conditional tender shall not be accepted. If any condition in the price bid is found, the
tender will liable to be rejected. (4) Hard copy of Pre-qualification bid along with EMD & tender fee
shall be submitted by Registered A.D./Speed Post only & should be addressed to The Executive
Engineer, Water Works (Ele./Mech.) Dept., Vadodara Municipal Corporation, Khanderao Market
Building, Rajmahal Road, Vadodara–390 209 till Dt. 12.01.2023 up to 16:00 hrs. (5) The bid
documents is also available on website of Vadodara Municipal Corporation. (6) VMC reserves the right
to accept or reject any or all tenders without assigning any reason thereof. (8) This Tender notice shall
form a part of contract document.
PRO No. 849/2022-23 Executive Engineer (Ele/Mech, WW), VMC
Visit us at : www.vmc.gov.in

NOTE:-

 Bidders shall have to mention the name and address of tenderer, tender notice number and name
of work on the main cover. Vadodara Municipal Corporation shall not be responsible for any postal
delay / late delivery or loss of documents so mailed.

 The Competent Authority reserves right to accept or reject any or all the tender to be received
without assigning any reasons thereof.

 In case bidder needs any clarification or if training required for participating in online tender, they
can visit the www.nprocure.com. Which is a website of "(n) Code solutions - A division GNFC Ltd.".

Page 3 of 84
FORM OF TENDER
To,
The Municipal Commissioner,
Vadodara Municipal Corporation,
Khanderao Market Building, Rajmahal Road,
Vadodara-390 209.

Dear Sir,

Reference is made to the tender invited by you for the work of All in All operation and
maintenance of Pumping machinery & all Ele-Mech equipment and valve junction work for
NORTH HARNI Water distribution station for FIVE Year of Vadodara Municipal Corporation I/We
have visited the site and have examined the drawings, terms and conditions of the contract,
specifications, etc. as given in the tender document for the above work. I/We hereby offer to undertake
the work of All in All operation and maintenance of Pumping machinery & all Ele-Mech equipment
and valve junction work for NORTH HARNI Water distribution station for FIVE Year of Vadodara
Municipal Corporation as per detail tender terms, condition and specification.

In conformity with the specifications, terms and conditions of the contract, etc. as given in the
tender document at the respective rates mentioned in my/our tender.
I/We have deposited the earnest money a sum as indicated. The said amount is not to bear any
interest and I/We do hereby agree that this sum shall be forfeited in the event of the Vadodara Municipal
Corporation accept my/our tender and if I/We fail to execute the contract agreement when called upon
to do so.
I/We hereby agree that unless and until a formal agreement 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
Name of Partners of the firm.

1. ________________________ Signature______________

2. ________________________ Signature______________

3. ________________________ Signature______________

Address:
Date:
Signature of Tenderer(s) with the seal of the firm

Page 4 of 84
TENDER DOCUMENTS
This is a two bid tendering system and the tender documents consists of –
Part I: Technical Bid
Part II: Price Bid.
The set of tender documents as per list attached is issued to:-
Name of Tenderer : ______________________________________________
Address of Tenderer : ______________________________________________
The fees of the Tender document is Rs.10, 000/- (Ten Thousand Only)
The Tenderer shall submit this tender in accordance with the various instructions included in the
tender documents.
PREQUALIFICATION / TECHNICAL BID:-
1. The Tenderer shall have to submit Prequalification Bid with related documents “On Line” through
(n) procure website and “Hard Copy” through RPAD / Speed Post only.
2. This cover shall contain all Documents related to PQ Criteria mentioned in Chapter-II.
3. Tenderer is not allowed to mention rates in Prequalification/Technical Bid. All the Tender pages
must be duly sealed & signed. Original tender documents must be submitted as it is. This cover
must be superscripted as “Prequalification/Tender Bid” Name of Work and Date of Opening &
PRO No.
PRICE BID: -
1) Price Bid cover (Hard Copy) shall not be accepted by Vadodara Municipal Corporation by post or
personally. The Price Bid shall be submitted through the website of (n) procure only. The
bidder who had completed the formalities of registration with the agency “(n) procure” are only
eligible to quote the price bid of this tender through the web site https://www.nprocure.com
within the stipulated time limit mentioned in the advertisement.
2) All bidder have to submit the price bid only on web site. The prices for offer are to be quoted by
the bidders at specified spaces. No condition will be accepted along with the price bid.
IMPORTANT NOTE:-
1) Technical Bid along with EMD & Tender fee must be sealed & superscripted and shall be submitted
to The Executive Engineer, Water Works (Elect./Mech.) Dept., Vadodara Municipal Corporation,
Khanderao Market Building, Rajmahal Road, Vadodara-390 209 by Speed Post/Registered Post
only on or before Last date of Bid Submission up to 16.00 hours. In absence of Physical & On
line technical bid the tender is liable to be rejected.

2) Tenders received after due date will be rejected. Tender received or due to be received after the
time limit is over will not be accepted and if inadvertently accepted will not be opened and will
be returned unopened. The tenders who may get opened before the due date with no indication
having been given on the outside of the envelope are liable to be rejected.
3) On Line Technical Bid and Price Bid shall be submitted on or before last date of Bid Submission
up to 13:00 hr.

Page 5 of 84
4) If EMD & Tender Fee are not found enclosed in part-I, than the tender will be out right rejected.
5) The bidding capacity of the tenderer should be more than the estimated cost of the work put to
tender, failing which the tenderer will be disqualified.
6) Price- Bid will be opened after scrutiny of pre-Qualification Bid. Price bid shall not be opened if
Tenderer is disqualified at pre-qualification stage.
7) Evaluation of Technical Bid (P.Q. Bid) shall be done on the basis of submitted authentic documents
only.
8) Once the pre-qualification bid is opened the Tenderer shall not submit any documents/
clarifications without request/approval of authority. Conditional Tenders shall not be accepted &
shall be rejected.
9) Demand Draft of tender fee should separately attached with prequalification documents only in
case the Tenderer who download tenders from website.
10) The Cost of Bid Document will not be refunded under any circumstance.
11) Tender copy should be reached only by Registered post / Speed post at Office of The Executive
Engineer, Water Works (Elect./Mech.) Dept., Vadodara Municipal Corporation, Khanderao Market
Building, Rajmahal Road, Vadodara-390 209, on or before Last date of Bid Submission up to
16.00 hours.
12) The Tenderer are advised to read carefully & study all the pages of tender document which forms
part & parcel of the contract Document.
13) Tender shall visit the site before quoting tender to understand site condition to execute the work
and if required get necessary data at their own cost.
14) The tender will be liable to be rejected outright, if while submitting it ----
 The tenderer proposes any alteration in the work specified in the tender or in the time limit
allowed for carrying out the work or any other condition.
 Any of the pages of the tender are removed or replaced.
 Any errors are made by him in the tender.
 All corrections and addition or pasted slip are not initiated by tenderers.
 The tenderer or in the case of a firm, each partner thereof does not sign or the
signature/signatures is/are not attested by a witness on page of the tender in the space provided
for the purpose.
 The tenderers which do not fulfil any of the condition of those in the printed form and those
tenders which are incomplete.
15) Municipal Commissioner Reserved right to accept any or reject all tenders without assigning any
reason thereof.
Sd/-
Executive Engineer
W.W (Elect/Mech) Dept.
Vadodara Municipal Corporation

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

Page 6 of 84
TENDER AND ACCEPTANCE OF TENDER

Tender No: …………….


To,
The Municipal Commissioner,
Vadodara Municipal Corporation,
Khanderao Market Building, Rajmahal Road,
Vadodara 390 209.

1. I/We hereby accept tender for execution of the work of All in All operation and maintenance
of Pumping machinery & all Ele-Mech equipment and valve junction work for NORTH
HARNI Water distribution station for FIVE Year of Vadodara Municipal Corporation As per
tender within the time schedule of completion of work for jobs, signed and accepted by me/us, at
the rates quoted by me/us for the whole work on turnkey basis in accordance with Tender Notice,
Terms and Conditions of the contract, Specifications for materials and workmanship, drawing etc.
all as detailed in the tender document.
2. It has been explained to me / us that time stipulated for completion of jobs in all respect and in
different stages mentioned in the “Time Schedule of Completion of job” and signed and accepted
by me/us is the essence of the contract. I/We agree that in the case of failure on my/our part to
strictly observe the time of completion of work in all respect according to the schedule set out in
the said ‘Time Schedule of Completion of job”, I/We shall pay compensation to the owner as per
provision and stipulations contained in clause of General conditions of contract and I/We agree
for recovery being made as specified therein. In exceptional circumstances extension of time
which shall always be in writing may however be granted by the Engineer - in – charge at his entire
description of some items of work and I/We agree that such extension of time will not be counted
for the extension of completion of works as stipulated for jobs and for the final completion of
works as stipulated in the said “Time Schedule of Completion of jobs.”

3. I/We agree to pay the earnest money and security deposit and accept the terms and conditions as
laid down in the memorandum below in this respect.

Signature of Tenderer(s) with the Seal of the firm.

Page 7 of 84
MEMORANDUM

All in All operation and maintenance of Pumping


machinery & all Ele-Mech equipment and valve junction
[a] General description of work
work for NORTH HARNI Water distribution station for
FIVE Year of Vadodara Municipal Corporation.
[b] Tender fee Amount Rs. 10,000/- (Rupees Ten thousand only)
Rs. 3,15,342/- (Rupees Three Lac Ninety thousand one
hundred eighty-three only) The Earnest Money deposit is
payable by Demand Draft in favour of Municipal
[c] Earnest Money deposit
Commissioner, VMC of any Nationalized Bank, and must be
sent by RPAD/speed post at specified address before
specified date & time.
Successful tenderer must pay 3 % of the work order amount
by Demand Draft in favour of Municipal Commissioner, VMC
[d] Security deposit
of any Nationalized Bank. Alternatively 3% S.D. shall be
deducted from first two bills.
Successful contractor must be execute an agreement on
[e] Agreement government stamp paper within seven days after receipt of
work order.
Time allowed for Fortnight from the date of acceptance of the Tender Should
[f]
commencement of work be accepted.
[g] Work completion period FIVE years

I/We hereby agree to abide by and fulfil all terms and conditions referred to above and in default
thereof, to forfeit and pay to the owner or its successors or its authorized nominees such sums of money
as stipulated in conditions contained in General Tender Notice and other documents.
I/We hereby pay the earnest money in the form of Demand Draft / Pay Order of nationalized bank
in favour of Municipal Commissioner, VMC, payable at Vadodara.
If I/We fail to commence the work specified in the Memorandum above or if I/We fail to deposit
the amount of security deposit specified in the Memorandum in (d) above, I/We agree that the said
owner or its successors without prejudice to any other right or remedy be at liberty to forfeit the said
earnest money deposit in full, otherwise the said earnest money deposit shall be retained by owner
towards the security deposit specified in Para (d) above. The said owner shall also be at liberty to cancel
the notice of tender if I/We fail to deposit the security amount as aforesaid or to execute an agreement
or to start work as stipulated in the Tender document.
I/We enclose herewith evidence of my/our experience of execution of works carried out by
me/us in the prescribed Performa and also the Income tax and Sales Tax clearance certificates.

Date: day of 2023

Witness:

Name [in block letters] :

Address:

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

Page 8 of 84
CHAPTER – I
DEFINITION OF TERMS
In the contract documents as are defined where the context so admits, the following words and
expression will have the following meaning.
1. “The Owner “means the Vadodara Municipal Corporation, Vadodara having its registered office at
Khanderao Market Building, Palace Road, Vadodara, Gujarat State.
2. “The Contractor” means the person or the persons, firm or company whose tender has been
accepted by the owner and includes the Contractor’s legal representative, his successor and
permitted assigns.
3. The “City Engineer/Add. City Engineer” shall means the City Engineer/Add. City Engineer of
Vadodara Municipal Corporation or his successor in office as designated by the Owner.
4. The Engineer-in-charge shall means the person designated as such by the owner and shall include
those who are expressly authorized by him to act, for and on his behalf for operation of this
contract. The Engineer-in-charge for this contract shall be Executive Engineer (Electrical &
Mechanical, W.W.).
5. ”The Work”, shall mean the works to be executed in accordance with the contract or part thereof
as the case may be and shall include all extra, additional, altered substituted works as required for
the purpose of the contract.
6. The “Permanent Work” means and includes work which will be incorporated in and form the part
of the work to be handed over to the Owner by the Contractor on completion of the contract.
7. “Equipment”, means all appliance and equipment of whatsoever nature for the use in or for the
execution completion, operation or maintenance of the work unless intended to form part of the
permanent work.
8. “Site”, means the area on which the permanent works are to be executed or carried out and any
other places provided by the owner for purpose of the contract.
9. “Contract Documents”, mean collectively the Tender documents, Design, Drawings, Specifications,
agreed variation subsequent correspondence done, such other documents constituting the
Tender and acceptance thereof.
10. The “Sub-contractor”, means any person or 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 personal representatives, successors and permitted assigns of
such persons, firm or company.
11. “The Contract”, shall mean the agreement between the Owner and the Contractor for the
execution of all the work including therein all contract documents.
12. “The Specification”, shall mean the various technical specifications attached and referred in the
Tender document. It shall also include the latest edition of relevant Indian Standard Specifications

Page 9 of 84
published before entering into contract. Further in absence of any specific reference in IS, the
Standards and specifications of any other country may be followed.
13. The “Tender”, means the tender submitted by the contractor for acceptance by the owner.
14. The “Alteration Order”, means the order given in writing by the Engineer-in-charge to effect
additions to or deleting from and alterations in the works.
15. The “Completion Certificate”, shall mean the certificate to be issued by the Vadodara Municipal
Corporation, when the works have been completed to his satisfaction.
16. The “Final Certificate”, in relation to a work means the certificate to be issued by the Vadodara
Municipal Corporation, after the period of liability is over.
17. The “Period of Liability”, in relation to the work means the specified period from the date of issue
of completion certificate up to the date of issue of the final certificate during which the contractor
stands responsible for rectifying all defects that may appear in the works.
18. “Commissioning” means the satisfactory operation of the equipment / work as specified after all
necessary initial tests, checks and adjustment as required at site, if any work have been
satisfactorily completed and the equipment / work have been in continuous and uninterrupted
operational use for at least 30 days.
19. “Consulting Engineer” means the firm or the person as may be duly appointed by the Owner to act
as a Consulting engineer for the purpose of the work covered in the contract.
20. “Inspector” means any person or persons nominated by Owner to inspect store or works under
the agreement and shall include his duly authorized representative appointed to act as the
Inspector.
21. “Letter of Intent” means the Owner’s latter conveying the award of contract
22. “WDS” means Water Distribution Station of which this O&M work to be carry out.

Sd/-
Executive Engineer
W.W (Elect/Mech) Dept.
Vadodara Municipal Corporation

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

Page 10 of 84
CHAPTER – II
PRE-QUALIFICATION CRITERIA FOR THE TENDERER
1. Demand Draft/Pay Order in favour of Municipal Commissioner, Vadodara Municipal
Corporation at Vadodara only to be forwarded towards EMD.
2. Demand Draft/Pay Order in favour of Municipal Commissioner, Vadodara Municipal
Corporation only to be forwarded towards non-refundable Tender Fee.
3. Forwarding letter along with conditions/clarifications, if any and necessary.
4. Original documents defining the constitution of legal & stable power of attorney of the signatory
of the tender to commit the Tender. (Attested Copy/Notarised)
5. Valid Electrical Contractor License, of appropriate Class registration in Ele/Mech department of
VMC or Registration in Electrical department of R & B. (Attested Copy/Notarised)
6. Scan Copy of Addenda and Corrigendum (if any) duly signed.
7. The contractor shall also attach list of machineries, tools, plants, equipment’s which he propose
to deploy for this work.
8. Provident Fund Registration Certificate. (Attested Copy/Notarised)
9. ESI Registration Certificate. (Attested Copy/Notarised)
10. GST Registration Certificate. (Attested Copy/Notarised)
11. Valid Labour License Certificate. (Attested Copy/Notarised)
12. Income Tax Return &Pan Card. (Attested Copy/Notarised)
13. The Tenderer must have registered in appropriate class in appropriate Category (Ele. & Mech.)
Either with Vadodara Municipal Corporation, Central/State/PWD/M.E.S./Semi Govt.
organizations. If contractor have not registered with the VMC, then before getting work order
he should get registered with the VMC.
14. Tender must be accompanied by Earnest money deposit of Rs. 3,15,342/- (Rupees Three Lac
Ninety thousand one hundred eighty-three only) in the form of Demand Draft or Pay Order
of any Nationalized Bank in favour of the “Municipal Commissioner”, Vadodara.
15. Valid Bank Solvency Certificate of 25 % of Estimated Cost Value or above shall be attached along
with tender documents. i.e.: Rs. 39,41,781/- (Rupees Thirty nine Lac forty one thousand
seven hundred eighty one only)
16. Bidder shall have average annual financial turnover during the last Three years, ending 31st
March of the previous financial year, should be at least 30% of the estimated cost
Rs.47,30,137/- (Rupees Forty Seven Lac Thirty thousand One hundred Thirty seven only)
17. Organization set up.
18. Technical Staff details with Qualification Certificate.
19. Audited Balance sheet for last Three years dully attested by CA.
20. Copy of Income Tax clearance certificate/IT return (Form 26AS) for the last Three Years.
(Attested Copy/Notarised)

Page 11 of 84
21. List of Recent Jobs Carried out.
22. Bidder must have to upload confirmation for site visit along with tender documents. (As per
annexure)
23. The Bidder should not have been blacklisted /Banned for carry out work in VMC,
Central/State/PWD/M.E.S./Semi Government organization in Gujarat/India. An undertaking by
an authorized signatory of the company needs to be submitted in this regard as per the attached
format in this tender document.
24. The contractor should have not been debarred from any Central/ State Govt. Department/
Agency. i.e. Contractor should not be under debarment at the time of submission of bid.
25. Tenderer should have carried out single similar nature job works during last 7 years ending last
day of month previous to the one in which applications are invited should be either of the
following:-
 Three similar completed works costing not less than the amount equal to 40% of the estimated
cost: i.e. Rs. 12,61,370/- Per Year.

Or

 Two similar completed works costing not less than the amount equal to 50% of the estimated
cost: i.e. Rs. 15,76,712/- Per Year.

Or

 One similar completed works costing not less than the amount equal to 80% of the estimated
cost: i.e. Rs. 25,22,740/- Per Year.

 Amount of work order will be considered and calculated one year basis.

 Estimate cost for one year considered as (Rs. 31,53,425/-), 1/5 of total Estimate value of
Tender.

 Experience of sub contract/back to back contract shall not be considered.

Similar work means :-


Similar Nature of Work Means Operation and Maintenance of Electrical and Mechanical
(HSCF/VT/SCF/POLDER type Water Distribution Pumping Station/ HNC/VNC/Sewage Submerge
Non Clog Pump Type Sewage Pumping Station/WTP/STP with HT Power, Transformer, LT Panel)
in any Municipal Corporation/ Central/ State/ Government/ Semi Government organization.
Submersible Pump type WDS/SPS Experience shall not be considered. (In case of Combine Order
of Civil-Electro-mechanical or Electrical-Mechanical SITC Work Contractor must have to
bifurcate the O & M cost with certification of concern officer not less than class-II)
- Copies of work order and completion certificate from the concerned organization in the name of
tenderer shall be submitted along with tender.
- Following enhancement factors will be used for the cost of works executed and financial figures
to arrive at common base for the value of the works completed in India.
Page 12 of 84
Financial Year Multiplying factor
One (2021-22) 1.1
Two (2020-21) 1.21
Three (2019-20) 1.33
Four (2018-19) 1.46
Five (2017-18) 1.61
Six (2016-17) 1.77
Seven (2015-16) 1.95

- Bidder should indicate actual figures of costs and amount for the work executed without
accounting for the above-mentioned factors.

Tenderer is not allowed to mention rates in Technical Bid. All the Tender pages must be duly
sealed & signed. Original tender documents must be submitted as it is. This cover must be
superscripted as “Prequalification/Tender Bid” Name of Work and Date of Opening & PRO No.

Sd/-
Executive Engineer
W.W (Elect/Mech)
Vadodara Municipal Corporation

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

Page 13 of 84
CHAPTER-III
GENERAL INFORMATION OF TENDERER
A. In case of individual

(i) Name of Business


(ii) Whether his business is registered
(iii) Data of Commencement of Business
(iv) Whether he pays Income Tax per year.

B. In case of Partnership

(i) Name of Partners


(ii) Whether the partnership is registered
(iii) Data of establishment of firm
(iv) If each of the partner of the firm pays Income tax over per year and if not which of them
pays the same.

C. In case of Limited liability company or company limited by Guarantees.

(i) Amount of paid up capital


(ii) Name of the Directors
(iii) Date of Registration of Company
(iv) Copies of the last two year’s balance sheets of the company.

Signature of Tenderer(s) with the seal of the firm.

Page 14 of 84
CHAPTER-IV
DECLARATION REGARDING TENDERER’S WORK
OFCOMPARABLE NATURE
I/We hereby declare that, I/We have carried out successfully the work set out in this Tender as
given in Performa attached Annexure A and have adequate organization, experienced personnel and
suitable equipment to handle this type of work.

Signature of Tenderer(s) with the seal of the firm.

N.B.: Above declaration shall be given along with Performa attached Annexure A and covered in the
Prequalification bid.

Page 15 of 84
CHAPTER-V
SCOPE OF WORK
1. TIME REQUIRED FOR COMPLETION :
The period of work shall be 60 Calendar months from the date of work order. Tenderer shall
quote accordingly. Any deviation in time of Completion specified above shall not be accepted and
the tender of such tenderer shall be liable for rejection.

 The Vadodara Municipal Corporation reserves the right to extend operation & maintenance
contract for further 06 months at the sanctioned rate, i.e. Last month bill amount and contractor
is compulsorily bound to continue the contract on order of Vadodara Municipal Corporation.
 The contract period for this work shall be up to 5 (FIVE) years (plus extension if ordered) from
the date of starting date of work after issuance of work order. However, in case of any dispute the
contract period shall be reduced or terminated intimated by the department with notice period of
minimum one month. Contractor shall have to handover this site to other contracting agency in
healthy condition.
2. PENALTY FOR DELAY IN START-UP OF EXECUTION

The work shall be started within 15 days from the date of work order otherwise penalty
Rs.2500/- per day per Water Distribution station will be charged and deducted from the pending
bills / deposits of the contractor.

3. PRICES AND PAYMENTS:

Prices to be quoted inclusive of all taxes, duties, cess, construction cess, duties on materials and
finished goods etc. however rate remains to be quoted excluding GST (if applicable) Primarily. If
the supply part of operation and maintenance contract is less than 25% the O&M services shall be
treated as pure service and accordingly no GST is applicable vide notification no. 2/2018- central
tax (rate), Government of India. Ministry of finance dated-25/01/2018 for Urban local body (ULB)
services schedule-12-242W, otherwise GST will be applicable accordingly. in such case actual
amount paid by contractor on part of GST will be reimbursed to the contractor upon production
of payment of receipt validated by contractor’s chartered accountant (CA) and chartered
Engineer. Further, Separate ledger book and accounting shall be maintained by contractor and
shall be produced for verification by Surat Municipal Corporation for both cases. Whether the GST
is applicable or not.

No claim for additional Payment beyond the Prices quoted will be entertained and tenderer will
not be entitled to subsequently to make any claim on any ground excepting for the condition
mentioned in this tender.

4. PAYMENT TERMS:

Page 16 of 84
The terms of payment shall be as under. The Vadodara Municipal Corporation shall not under any
circumstances relax the terms of payment and will not consider any alternative terms of payment.
Tenderer should therefore in their own interest note this provision to avoid rejection of their
tender. Payment shall be made for O&M works monthly basis against submission of invoice and
necessary documents mentioned in the tender documents.

Monthly bill Payment


Contractor is required to enclose bank certification of salary payment to his employee with the
monthly bill. Contractor is instructed to make arrangement of salary/ payment (as per minimum
wages Act-1948 & Rules with latest special allowance awarded by labour department,
Government of Gujarat) through bank account only, and copy of the bank payment transaction
must be submitted with certificate of bank at the time of summation of monthly bill.)
If Payment/salary of any employee of contractor is not deposited in bank account of any of
employee, the amount of salary/ payment of said employee will not be paid to contractor in
monthly bill till the bank certificate is not submitted.

5. Tenderer shall get acquainted with the site conditions sufficiently in advance of the date fixed for
submission of tender and shall have satisfied himself as to the nature of work to be executed, all
the existing roads and access to and from the site work and to the sites, temporary shed etc.
required for carrying out the work. The tenderer shall be deemed to have full knowledge of all the
relevant documents, existing site conditions etc. whether he inspects them or not.
6. The tenderer shall be entirely responsible for labour regulations as per prevailing labour laws and
payment thereof as per Minimum Wages Act and other statutory requirements, like provident
fund, Gratuity, pension etc.
7. Tenderer shall comply with all labour, industrial laws including Contract Labour (Regulation and
Abolition) Act, 1970 and such other Acts and Statutes as may be applicable to him for the
employees employed by him in connection with the work of this contract of the VMC.
8. Person below the age of 18 years shall not be employed for the work. Proof of age must be
submitted to this office before engaging any personnel for the work. The workers engaged for
these works must possess physical fitness.
9. The Contractor shall be responsible for and shall pay any compensation to his workmen
payable under the Workmen's Compensation Act 1923 (VIII of 1923) or any statutory
modification thereof for injuries caused to their workmen during working hour.
10. During the execution of the work, the contractor should properly cover up and protect the
machinery/steel liable to damage or deterioration by exposure to the weather and should also
take every precaution against damage to the machineries/steel from any cause.
11. It will not be possible to provide any housing accommodation at site to the staff of the tenderer.
Further labours, welding sets and sundry materials like cotton/chindi waste, tools, spanners,
packing etc. required for the erection/maintenance shall not be supplied by the corporation.
12. The equipment must comply with latest relevant IS, which must be specified. If in case of non-
Page 17 of 84
availability of Specified brand of Material, necessary approval is to be taken from concern
authorities of VMC.
13. LT panel & Starter of all HSCF pump set and vacuum pump set are very old (more than 10 years)
so contractor advised to install immediate motor protection device at his own cost, so motor can
protect against any fluctuations. In case of winding failure contractor will restored at his own cost
and no any excuse will be accepted due to old starter / LT panel.
14. In case of any misunderstanding due to interpretation of any terms, conditions and specifications
the decision of City Engineer/Add. City Engineer, Vadodara Municipal Corporation shall be final
and binding on the part of contractor.
15. The contract shall be constituted according to and subject to laws in India and State of Gujarat and
under the Jurisdiction of Court of Gujarat and Vadodara only.
16. Any other details if required can be head from the office of the Executive Engineer (Elect & Mech),
Water Works, Khanderao Market Building, Rajmahal Road, Vadodara on request and prior to
Submitting the tender. No dispute at a later date shall be entertained.
17. In case of Any discrepancy herein between tender notice published and tender documents
uploaded here, the tender documents shall be treated final and it overrules all contents over that
shown in tender notice.

Sd/-
Executive Engineer
W.W (Elect/Mech)
Vadodara Municipal Corporation

Signature of Tenderer(s) with the seal of the firm.

Page 18 of 84
SCOPE OF WORK FOR O&M WORKS
SCOPE OF WORK:

The contractor will be responsible for the smooth, efficient and satisfactory All in All operation and
maintenance work of NORTH HARNI Water Distribution Station on round the clock basis for a period
of 60 Calendar months from the effective date of the contract. Detailed scope of work shall be as
described below:

1. The scope also includes All in All comprehensive maintenance of the Water Distribution Stations
including materials/spares for routine, preventive and breakdown maintenance. The Water
Distribution Station shall run 24 hrs, 365 days basis including men power.
2. All the operation & maintenance activities such as running of pumps, numbers of pumps, pumping
hours etc. shall be done under the guidance of Engineer in Charge.
3. The contractor shall operate and utilize all the electrical power, control and monitoring systems,
SCADA System & equipment provided and if found to be necessary and if approved by the
engineer, shall make adjustments within the operating range of the control system and equipment
so that the Water Distribution Station matches the requirement.

4. Pumping Station comprising of various Electrical/Mechanical & Instruments like: Pump sets of
various head & flow with suitable motor and allied accessories like sluice valve, butterfly valve,
zero velocity valve, Submersible Pump set, Dewatering Pump set, NRV/DPCV, HOT/EOT crane,
Chlorination Plant(s) etc. The complete Electrical system consists of 11KV MGVCL incoming
power, HT main penal of VCB & 11 KV / 440 volts Transformers, Soft /ATS/S-D/DOL starter
panels, LT panel board having ACB/SFU etc. with capacitor banks/APFCR penal, streetlight &
building Lighting System etc. & Instrumentation system comprises of various flow meters, level &
pressure Transmitter and indicators, Cl & pH analyser, Instrumentation Penals & cables etc.
5. Scope of contractor includes operation maintenance, repairing & replacement of spare parts of all
Electrical, Mechanical & Instrumentation equipments are installed within the campus of WDS
including watch & ward.
6. The list of equipments is in general. The equipments which are not described in the list but
which are in existence, future replacement, addition, modification, etc. in the plant are
under contractor’s scope of the operation & maintenance.
7. The contractor would be responsible for smooth, efficient & satisfactory Operation & Maintenance
and repairing, replacement of spares, parts any work related to Water Distribution Station on
round the clock basis for the period of 60 Calendar Months from the date of starting the contract.

CONTRACTORS SCOPE OF SERVICES ALSO INCLUDES:

Page 19 of 84
8. Water Quality Monitoring:- Quality parameters monitored by Contractor, shall be recorded in
record book. All records so generated, shall be communicated to centralized laboratory (P.H.L)
and office of water works.
9. Contractor should make necessary arrangement for sending water samples at P.H.L of VMC at his
own cost as per the instruction of the Engineer in charge of VMC. For the collection of samples
from monitoring points, dedicated sampling bottles shall be managed by contractor.
10. The maintenance of Chlorinators is in the scope of contractor & safe handling and Operations of
chlorine plants and equipments, Chorine Tonner/Cylinder are in the scope of contractor. The
contractor will have to operate chlorinators as per the instructions from Engineer in-charge. All
the safety Practices /trainings etc. as recommended by system manufacturer for operation of
chlorination system must be strictly followed and keep safety kit & safety equipments installed,
Safety Mask/Breathing apparatus for Protection against Chlorine and Helmets etc. nearby, also
needs to be maintained and made in working order all the time. The Contractor shall be wholly
responsible for any accident like chlorine gas leakage etc. in the said system.
11. Supplies of chlorine tonners / cylinders will be issued by VMC, however contractor should
intimate to VMC timely for requirement of chlorine gas refill. If any delay for intimation for the
same, contractor will be responsible for non-chlorination of water.
12. Chlorination shall be done such that the end user will get residual chlorine in the range of 0.5 to
1.5 PPM or as per directed by VMC in supplied water. However this range is subject to seasonal
variation but in normal course, this range required to maintain. Excess use of chlorine at WDS
which will result more than prescribed residual chlorine level shall be highly objected. Any health
hazard due to excess chlorination (unless announce by VMC) shall be in account of
contractor and may lead to terminate the contract.
13. The contractor should take care of chlorination plant and maintain it in such a way that back feed
water must not enter in the chlorine Tonner/Cylinder. If chlorine Tonner/Cylinder found filled of
back water, transportation including loading-unloading up to GACL will be arranged by contractor
immediately. If any penalty charged by GACL for the same shall be deducted from running
bill/deposit of contractor.
14. The scope of work also includes attending any type of chlorine gas leakages in the Compound
Premises. Contractor have to provide at his cost all the safety equipment required for leakage
attendance.
15. The scope of work also includes providing necessary all tools & tackles for day-to-day O & M,
routine maintenance, preventive maintenance and break down maintenance. The minor and
major repairs to the equipment involved in the plant have to be carried out by the contractor
during the O & M period.
16. The scope of contract includes Proper filling up of water quantity in UG Sump and Over Head Tank
(OHT) to supply water with regularly maintained pressure.

Page 20 of 84
17. BDV test of all transformers will be carried out by VMC periodically or any time as desired
at contractor cost, if found low value of BDV, contractor must arrange from his cost & risk
for filtering of oil within premises & given time limit with providing transformer oil require
for topping up. Rewinding of H.V & L.V side coil of all transformers and other maintenance
will be in the scope of contractor.
18. The contractor shall have to depute an Engineer and that Engineer shall have to co-ordinate with
Engineer in charge & / or VMC, Distribution Engineer and strictly follow the instruction given by
them. Further he has to make the coordination to Distribution network staff (24 X 7) for smooth
and efficient running of Water Supply from WDS.
19. MS key with handle will be provided by contractor which is required for controlling feeder valve,
delivery valve, and distribution valve operation for distribution zones.
20. Key men must have bicycle for routine work of operation of valves at different location of outside
area of WDS.
21. The contractor shall have to maintain register for each operation of valve on daily basis.
22. Scope of work also includes routine & periodic operation of all valves (distribution zone valves
provided inside & outside WDS premises, main delivery valves & feeder valves inside & outside
WDS premises) as per instruction of Engineer in Charge/ Distribution Engineer, VMC and
maintenance of feeder valves, main delivery valves, pump suction & delivery valves and all other
valves installed in premises of WDS.
23. In case of addition or subtraction of distribution valves (provided inside & outside WDS premises)
as per new finalized zone in future, Contractor shall have to operate such valves as per instruction
of Engineer in Charge/ Distribution Engineer, VMC using their staff. No extra payment will be paid
by VMC.
24. Supervisor shall have to monitor valve operation daily, to attend complain related to pressure,
non-available of water, contaminated water etc. and reporting for any type of fault in valves &
other issues to Engineer in Charge/ Distribution Engineer, VMC.
25. The timings for Supervisor & Keymen will be as per instruction of Engineer In Charge/
Distribution Engineer, VMC considering the distribution zone timing and other relevant work of
WDS.
26. The qualification of the staff should be as per the norms of Labour Commissioner Office, Govt. of
Gujarat.
27. Minimum Qualification for the Engineer-Diploma Mechanical/Electrical Engineer, Operator-ITI
Electrician/Wireman.
28. Engineer shall have to monitor valve operation daily, to attend complain related pressure, non-
availability of water, contaminated water etc. and reporting for any type of fault in valves and
other issues to Engineer in Charge/ Distribution Engineer, VMC. The timings for Engineer and
other Staff will be as per instruction of Engineer in Charge/ Distribution Engineer of VMC
considering the distribution zone timing and other relevant work of WDS.

Page 21 of 84
29. The scope of the contractor includes operation, maintenance & replacement of gear mechanism
for valves. Also operation & maintenance of mechanically/electrically operated Chain hoist &
chain pulley block of HOT/EOT crane & all other Elect/Mech machineries within the campus of
WDS.
30. The scope of the contractor includes operation & maintenance (Rewinding & All type of Repairing
including Erecting/Removal of Submersible Pump set from Tube well) within & nearby the
campus of WDS.
31. The scope of work also includes the maintenance of all meters e.g. Pressure gauge, Flow Meter,
level & pressure meter, CTs, A-meter, Voltmeter, Energy meter (installed on LT penal), PT, CT, all
relay & meter of H.T. panel & Transformer etc. for measurement of accurate reading. (As per
manufacturer Std.)
32. The scope of work includes attending of all type of cable faults including providing of cable jointing
kit, end terminations of cable, changing of lugs or changing LT/HT cable, changing load etc.
33. The scope of works includes housekeeping of all the buildings as well as cleaning & maintains
entire campus within Water Distribution Station including road, gardens & plants etc. if cleaning
in the campus looks not maintained contractor will penalised Rs. 500/- per day.
34. The scope works includes maintaining existing garden area & new plantation (Contractor’s Scope)
should be done in this area for its beautification in a professional manner/ touch.
35. The scope works includes developing new garden area with All Necessary Plants and Material if
possible within the campus as suggested by Engineer In charge/ Distribution Engineer of VMC
and maintaining it.
36. The scope of works includes to repair/replace wooden Doors/ Windows within the campus as
and where basis.
37. The scope of work includes O & M of capacitor bank/APFC panel etc. and also to maintain Power
factor at least 0.98 to unity.
38. Routine, preventive & Breakdown Maintenance as per the approved schedules shall be executed.
39. Contractor also must have to carry out Comprehensive O&M of existing street light pole fittings
including repairing & replacement of spare parts.
40. The contractor will be responsible for the operation and maintenance of all valves & gates of
incoming line, outgoing line, common header line, feeder line, delivery line within & nearby the
campus of Water Distribution Stations.
41. All the capacitor banks must be kept in working condition to keep MGVCL power factor more than
0.98 to unity by the contractor. Any penalty levied by MGVCL on account of poor power factor
will be recovered from the contractor from his monthly O & M bill and also penalty
will be deduct as per penalty clause for O&M works.
42. The capacitors are provided in starter panels / LT panels for power factor improvement.
Contractor shall operate and maintain these capacitors including spare parts. It is to be noted that
failure of capacitors shall not be considered as a reason for poor power factor.

Page 22 of 84
43. Repairing/ replacement of motor protection relays and any other electronic equipment/ relay, if
provided will also be operated, calibrated and maintained by contractor.
44. All ACBs, MCCBs, Switchgears and circuit breakers should be maintained to enhance the
protection of all pumps/ motors/ cables/ panels etc. The protections, releases provided for the
purpose should be kept in healthy condition and regular calibration should be done at least once
in a year and recorded.
45. Contract under consideration is All in All O & M contract. So all Elect./Mech./Instrumentation
parts/items must be repaired/replaced by the contractor.
46. If fault occurs in any Electrical/Mechanical/Instrumentation Equipment Contractor have to start
the repairing work earliest, If contractor fails to start the repairing work within time period, he
will be panelised as per Penalty Clause.
47. ELECTRIC POWER: Vadodara Municipal Corporation shall directly pay all the power bills but the
contractor will be required to note/furnish electricity consumption in the various log sheets/
schedules/ registers. Log sheet/ Schedules/ registers shall be provided by the contractor & its
format shall be approved by the VMC.
48. Telephone: If require Telephone connection provided by VMC for the WDS, however every
Telephone bills shall be paid by the contractor (or deducted from running O & M bill) beginning
with the first bill after date of award of O & M contract till the last date of O & M contract.
Contractor has not right change in any connection, use of plan of the Telephone previously
provided by VMC without prior permission.
49. Contractor shall provide one Mobile Phone (Android or IOS with Sufficient Internet Data Plan) (if
possible in VMC’s service provider group) at pumping station which shall be available 24 hours
with O & M Engineer/Shift Duty Operator.
50. The scope also includes O & M of any addition/ or replacement of equipment/Parts/Instruments
if installed or supplied by VMC during O & M contract period.
51. In case of replacement of major equipment’s like pumps, panels, transformers, valve etc. will be
done by VMC will be taking sanction & decided by Higher Authorities of the Department and same
shall be acceptable to contractor.
Sd/-
Executive Engineer
W.W (Elect/Mech)
Vadodara Municipal Corporation

Signature of Tenderer(s) with the seal of the firm.

Page 23 of 84
SPECIFICATIONS FOR O & M WORKS
1. MAINTENANCE TOOL AND EQUIPMENT:
1.1 All miscellaneous items for example vehicles, tools (3 Ton Capacity Chain Pulley Block, Tripod and
2 HP Dewatering Pump: 2 Nos. with Starter and Cable etc.), testing equipments (Meggar, Clip-on
Meter, and Tester etc.), cleaning or housekeeping materials/ equipments and safety equipment,
electrical equipments etc. shall be provided by the contractor at his expense.
1.2 Nothing is to be provided by VMC excluding, Chlorine, Electricity & Water. All other items shall be
in the scope of contractor including Major and minor spares repairing and / or replacement as
well as consumables.
Further the contractor shall provide at his cost one Mobile Phone for voice call and WhatsApp &
SMS for messages (Android or IOS with Sufficient Internet Data Plan) (if possible in VMC’s service
provider group) at WDS which shall be available 24 hours with O & M Engineer/Shift Duty
Operator. By which sending to VMC Engineer in charge snapshot of all information regarding WDS
like live flow, line pressure, water level etc. and also all the snapshots as per requirement & as per
instruction of Engineer in Charge/ Distribution Engineer of VMC.
2. MANPOWER:
2.1 The contractor shall provide experienced managerial, technical, supervisory, administrative and
non-technical personnel and labour necessary to operate and maintain all the Water Distribution
Stations safely and efficiently on a continuous 24 hours basis for the term of O & M contract period
as per schedule.
The qualification and capability of the contractor’s personnel shall be appropriate for the task they
are assigned to perform. The staff provided shall be fully trained in the operation of Water
Distribution Stations before giving responsibility for operating any part of the plant. If in the
opinion of the Engineer in Charge/ Distribution Engineer of VMC, any member of the contractor’s
staff is considered to be insufficiently skilled or otherwise inappropriate for the task he is required
to perform, the contractor shall replace him with a person with the appropriate skills and
experiences for the task, to the approval of the Engineer in Charge/ Distribution Engineer of VMC.
The contractor will be required to submit to the corporation the schedule of “Manpower and
Organization Chart”.
The CV/Resumes of the contractors personal shall be submitted to the Engineer in Charge of VMC
for acceptance at least 7 days before the anticipated commencement of the O & M period. Any
change of personnel shall be promptly informed to the Engineer in Charge of VMC within a day’s
time. Normal time duty hours for the contractors’ operation & maintenance personnel may be
modified as necessary by the Engineer in Charge of VMC and the contractor agreed. The Engineer
in Charge of VMC, who will ensure that an adequate number of the contractor’s staff, fluent in
Gujarati as well as Hindi is on duty at plants 24 hours per day, 7 days per week, including all
holidays.

Page 24 of 84
2.2 The contractor’s engineer will always remain in contact with Engineer in Charge/ Distribution
Engineer of VMC and follow his instruction. The contractor shall have to issue identify cards with
photograph to all staff employed for operation and maintenance, otherwise they will not be
allowed to perform the duty of WDS.
3. SAFETY SECURITY WATCH & WARD
3.1 The contractor shall be responsible for safety of all property within WDS premises during the O
& M period and also preventing entry of the unauthorized person, illegal and Anti-social activities.
3.2 The contractor’s duties with respect to safety shall include the following:

a) Utilize safety awareness procedures in every element of operation & maintenance.


b) Gives emphasis to site including:
1. Safe working and safety procedures as per rule and regulation of government regarding use of
protective clothing, gloves, Safety Shoes/ shock proof boots, safety belts, emergency light, torch,
Safety Kit, Safety Mask/Breathing apparatus for Protection against Chlorine and helmets etc.
2. Cleanliness of the plant as a whole.
3. Awareness of hazardous condition and accident reporting and necessary compliance.
4. Safe practice in Water Distribution station.
5. All safety equipment including Fire Extinguisher of WDS shall be maintain and operated by
contractor. All equipment remains healthy & in working condition throughout the contract period.
6. The safety, security and watch and ward of all equipments/materials etc. within the Water
Distribution Station shall be in the scope of contractor, campus security is also included in the
scope of contractor.
7. Contractor should keep First Aid Box at WDS at his own cost.
8. Covid 19/other epidemic/pandemic/emergency situation: Contractor shall have to strictly
follow time to time all the guidelines announce by Government of Gujarat & Government of India
for Any epidemic/pandemic/emergency situation. As especially for Covid 19 situation contractor
has to provide safety mask and sanitizer compulsory to all their staff and follow all the guideline.
In case of failure to maintain/follow the same; As per the rules published by GOG the penalties
(i.e. Present Penalty of Rs. 1000/- per person per event for Not Wearing a Mask) shall be levied by
VMC’s officials inside the premises of Water Distribution Station(WDS).
4. MAINTENANCE:
Operation & Maintenance of Electrical, Mechanical & Instruments equipments.
4.1 Pumping Station comprising of various Electrical/Mechanical & Instruments like: Pump sets of
various head & flow with suitable motor and allied accessories like sluice valve, butterfly valve,
zero velocity valve, Submersible Pump set, Dewatering Pump set, NRV/DPCV, HOT/EOT crane,
Chlorination Plant(s) etc. The complete Electrical system consists of 11KV MGVCL incoming
power, HT main penal of VCB & 11 KV / 440 volts Transformers, Soft /ATS/S-D/DOL starter
panels, LT panel board having ACB/SFU etc. with capacitor banks/APFCR penal, streetlight &

Page 25 of 84
building Lighting System etc. & Instrumentation system comprises of various flow meters, level &
pressure Transmitter and indicators, Cl & pH analyser, Instrumentation Penals etc.
4.2 Scope of contractor includes operation maintenance, repairing & replacement of spare parts of all
Electrical, Mechanical & Instrumentation equipments are installed within the campus of WDS
including watch & ward.
4.3 The list of equipments is in general. The equipments which are not described in the list but
which are in existence, future replacement, addition, modification, etc. in the plant are
under contractor’s scope of the operation & maintenance.
4.4 All machinery, plants and equipment’s, will be handed over to successful contractor in healthy and
running condition at the time of commencement of the contract. Same way the contractor will
have to handover all the machinery, plants and equipments to the VMC in healthy and running
condition.
4.5 The maintenance service provided by the contractor for the period specified in the contract shall
ensure the continuity of All Water Distribution Stations that the breakdown or deterioration in
performance, under normal operating conditions, of any items, of plant and equipments and
component parts thereof is kept to a minimum.
4.6 All routine maintenance like lubricating/ greasing of pumps and motors, cleaning of fix moving
contacts of starters/contactors/ Panels etc. shall be done on regular basis. The routine and
preventive maintenance schedule shall be prepared and got approved by Engineer In charge of
the department. All the material like lubricating oil, grease, gland packing, nuts/ bolts/ washers
etc. shall be supplied by contractor. The routine and preventive maintenance shall be done in most
punctuality and in best engineering manner so as to minimize or eliminate any major breakdown
of the machinery.
4.7 For routine maintenance work qty. of following consumable shall be maintain throughout the
Contract period by the contractor.
Sr. No. Description Qty.

1. Gland Packing 15 Kg.

2. Lubricating Oil 10 Litre

3. Rubber packing 15 Kg.

4. Transformer oil 35 litre

5. Grease 10 Kg.

6. Rubber Bush set with Bolt for coupling Set for 1 pump of each category

4.8 In the case of any major breakdown the maintenance shall be done by the contractor on highest
priority basis and in no case Water Distribution of such area to be interrupted.
4.9 Root cause analysis for every minor as well as major fault must be done in details and to be well
documented.

Page 26 of 84
4.10 All the electrical & mechanical installation including HT and its equipments in the Water
Distribution Stations premises are in scope of work. Also the liasioning with Power supply
company (MGVCL) and Electrical Inspector shall remain in the scope of contractor.
4.11 If any motor(s) or Transformer(s) burns during the contract period, the contractor will have to
repair at his cost, get it restated using same quality of conductor/ insulating materials. Same is
applicable in the case of burning of any other machinery & equipments.
4.12 All the tools, tackles, Jigs and fixtures required for maintenance shall be brought by the
contractors and shall be permanently kept at Water Distribution Stations.
4.13 All the maintenance activities shall be done by qualified, experienced and skilled staff as asked in
the schedule.
4.14 The contractor shall adhere to the manufacturer’s recommendation with respect to equipment
maintenance, the type and grade of lubricants to be used, frequency of lubricant, adjustments to
be made regularly and recommended spares to be kept in store.
4.15 All the records and documentation shall be prepared and updated for all maintenance activities
as per directed by Engineer-in-charge.
4.16 Contractor shall have to supply free of cost and maintain 01 no. cupboard for safe storage of above
consumable items and records throughout the Contract period at Water Distribution Station.
4.17 Maintenance of workshop equipments
Tools & tackles required by the contractors are: Spanners set suitable to open vertical turbine
pump/ HSCF pump/polder pump/Submersible pumps and other equipments like (3 Ton Capacity
Chain Pulley Block, Tripod and 2 HP Dewatering Pump: 2 Nos. with Starter and Cable etc.),
hammer, sling, D-shekel, screw driver set, master level, vibration meter, noise meter, dial gauge,
welding machine, grinding machine, grease, grease gun, earth rod, safety glows, testing
equipments (Meggar, Clip-on Meter, multi meter and Tester etc.), safety equipment , cleaning or
housekeeping materials/equipments etc. shall be provided by the contractor at his expense.
In addition to above all other necessary tools as and when required must be with the contractor
for satisfactory operation & maintenance of Water Distribution Stations.
4.19 Maintenance of Buildings & site.
The contractor shall be responsible for:

a. The maintenance of electrical, ventilation, plumbing & Hydraulic installation.


b. General building & compound maintenance as well as cleanliness, including gardening &
housekeeping.
c. Full maintenance of the site services, cabling, and earthling system together with the site road
street lighting system.
d. Site maintenance including approaches and gate.
e. CLEANING/HOUSE KEEPING OF COMPLETE PLANT: The contractor shall ensure proper
cleanliness of the all electrical/mechanical/electronic/instrumentation equipments in plant in
general. He shall also be responsible to ensure proper housekeeping of the plant. The scope of

Page 27 of 84
work also includes cleaning, housekeeping of complete plant are including floor, railing, doors,
windows, light fittings and ceiling, walls, slabs etc. Further other general housekeeping should be
carried out at least once a day compulsorily or as per direction of VMC. All material/accessories
like brushes/acid/phenyl/naphthalene balls etc. shall be brought by the contractor. In nutshell
contractor shall ensure housekeeping of plant to be high standard.
All vacant area in and around the plant (within boundary) shall be ensured for general
cleanliness free of unwanted grass, leaves, small plants and other debris etc. after rainy
season, in particular. Contractor shall maintain garden around the plant. Also all required
plants in the premises shall be watered whenever necessary.
The contractor shall ensures that all unwanted or redundant items are removed from the building
and site. Depending on their condition such items shall either be placed into storage or disposed
offsite.
5. APPLICATION:

The general condition of the contract shall apply to the extent that they are not superseded by provision
in other parts of the contract.
5.1 General Routine Maintenance:-
General routine preventive maintenance scheduled for various equipments shall be adopted from
O & M manual. However the general routine maintenance to be carried out by the contractor’s
personals will include but not limited to the following: -
A) If it is observed that power consumption per MLD of Water Distribution Station water pumped is
increased, the contractor has to trace out the fault and rectify the same to bring it the
standard/normal value.
B) De – watering and cleaning of the transformer yard and other places.
C) Drying and replacement of silica gel in the breather of the transformer.
D) Regular watering on the earth – pits.
E) Check for any oil leakage in the transformer and initiating and repairing of the same.
F) Air blowing of motors, HT & LT panel etc.
G) Check for any loose connection in all electrical equipment and rectification of same.
H) Replacement of gland packing for the sluice valves / knife gate valves etc., whenever required.
I) De-watering of all chambers on regular basis.
J) Greasing of bearing and lubricating all moving parts as per the scheduled.
K) Tightening of all loose nuts – bolts and other fasteners.
L) General cleaning of all equipments and buildings.
M) Checking and replacement of bulbs, tubes, chocks, starters, switches, LED etc. Throughout the
plant and including street and head lights.
N) Watering of plants and tree.
O) Cleaning of entire premise including toilets.
5.2 PREVENTIVE MAINTENANCE CHECKS: -

Page 28 of 84
The contractor shall adopt a preventive maintenance checks scheduled as agreed mutually between the
contractor and the Vadodara Municipal Corporation. The preventive checks and their tasks frequencies
as per schedule given in chapter –x.

6. INSURANCE:
The contractor shall indemnify the corporation against all losses and claims in respect of
6.1 Death of or injury to any person, or,
6.2 Loss of or damage to any property (other than the work)
6.3 Which may arise out of in consequent of the operation & maintenance of the facility and the
rectifying of any defects therein and against all claims proceedings, damages, costs, and expenses
whatsoever in respect thereof or in relation there to.
6.4 The Vadodara Municipal Corporation shall not liable for or in respect of any damages or
compensation payable to any workman or other person in the employment of the contractor or
any sub-contractor, resulting from any act or default of the contractor, his agents or servant.
6.5 The Contractor shall take “All contract risk insurance policy” for all workers & labours of
contractor & client working at site & Third Party throughout the contract period.
OR
The Contractor shall take “Workmen Compensation Policy” for all workers & labours of
Contractor & client working at site & Third Party.
6.6 The Contractor shall take “Standard Fire and Special Perils Policy” for Ele.& Mech.
Machineries.

6.7 “Insurance Policy” must fully cover of all type risk. The Insurance policy so taken by the contractor
for such purposes shall be in the joint name of the contractor & the client & the policy shall be
deposited with the client & it must be taken by contractor before the start of contract.
7. SPARE PARTS AND STORAGE:
7.1 The storage inventory, the issuing and recording of spare parts will be responsibility of the
contractor.
7.2 The contractor is also responsible for providing spare parts and material required for the
operation & maintenance during the operation period, including the cost of storing and
safeguarding.
7.3 The contractor will make all necessary arrangements to ensure the continuous supply of spare
parts and material for the work, and the rate of supply of these material shall be in such quantities
amounts as would ensure uninterrupted operation.
7.4 The contractor shall supply spare parts and the same will be used during operation & maintenance
contract period. Any parts not used during the O & M period shall be handover to the Vadodara
Municipal Corporation.
8. PLANT VISIT:
Vadodara Municipal Corporation reserve the right to arrange the visit of VIP’s dignitaries, public
representative and other person of social or political repute any organization as and when
Page 29 of 84
necessary to the all Water Distribution Stations. The contractor should facilitate as well as co-
operation to the VMC on the occasions of such visit.
9. DISCIPLINE:
All disciplinary measures as observed by Vadodara Municipal Corporation and rituals being
followed by VMC shall also be adopted by the concern employee of contractor’ staff.
10. DOCUMENTATION / REPORTS:
10.1 The contractor will be responsible for keeping and updating records of documents including
history card for equipment and maintaining everyday logbook. The contractor shall maintain and
update logbook and details of operational parameters are recorded in every shift at regular
interval (e.g. hourly or as agreed mutually by the engineer).
10.2 Printing of log sheets, register and all necessary stationary required maintaining records of
operation and maintenance has to be arranged by the contractor at his cost.
10.3 The contractor shall submit to the Engineer within first seven days of every month, copy of the
monthly O & M report. This report must include the following:

a. The duration of each pump set operation per day.


b. Power consumed by each pump set per day.
c. Preventive maintenance work carried out the previous week.
d. Preventive maintenance work that will be carried out the next week.
e. Maintenance carried out due to fault/break of equipment.
f. The details of each pump set that was not available for operation due to preventive maintenance
of equipment related to that pump set. The details shall include numbers of hours the pump set
could not be operated and whether stand by capacity was available to put it in to operation.
g. The numbers of hours each operation and maintenance present per day and for the present week.
h. Details of repairs carried out.
i. Details of parts and consumable replaced.
j. Water consumption in MLD/gallons per day.
k. Hourly chlorine doze maintained during the day.
l. Period of consumption of chlorine toners/cylinders/Solution.

11. MAINTENANCE AND / OR REPAIRS:


11.1 The contractor shall maintain replacement parts like power contacts, auxiliary relays, fuses etc.
for all type of starters.
11.2 Repair & maintenance of LT panel, GOD switch, with lugs, glands, Repairs of VCBS & ACBS
including all protective devices including indicating lamps, Voltmeter, Ammeter Switch, SFUS
incorporating in HT/LT/SOFT STARTER/APFCR panels. In door, outdoor H.T. cable jointing using
complete kit for H.T. cable or GOD switches H.T. panel and transformer. Termination of L.T. cable
using gland, lugs with crimping tool at L.T. panel, A.T.S. panel, motor, capacitor etc., bindings of
D.O. fuse of G.O.D. switch.

Page 30 of 84
11.3 Repairing & Maintenance (Rewinding & All type of Repairing including Erecting/Removal of
Submersible Pump set from Tube well) within & nearby the campus of WDS.
11.4 Repairs of valves with gland packing, rubber packing, gaskets, hardware items, replacement of
spindle, spindle nut of valves.
11.5 Repair & maintenance of mercury level / mechanical level indicator including all accessories
provided on sumps.
11.6 Repair/Replace & maintenance of tube lights/LED inside WDS, as well as outside the WDS
including power plugs, switch, cable/wire & accessories etc.
11.7 For operation of valves, keys with handle shall be kept by contractor. These will be of regular use
for opening & closing of valves at pipeline junctions.
11.8 Manuals for various equipments will be provided by the contractor.
11.9 Necessary parts for coupling pumps like coupling bolt, rubber bushes, pressure gauge, and wheel
valve shall be kept by contractor and replacement shall be done whenever required. Grease & oil
required for lubrication & cooling will be provided by contractor.
11.10 All leakages from equipment and pipelines should be attended immediately without delay.
11.11 Winding of all motor, auto transformers and all type of maintenance of pumps shall be done by
contractor in case of failure.
11.12 Contractor is advised to keep fast moving items in stock like indicating lamps, control fuses,
spindle & nut of valve, chindi waste, grease etc. so that the plant can be maintained.
11.13 The contractor will have to make his own arrangement for welding machines, gas cutting machine,
torches, welding rods when required for repairs. However, these need not be kept at the pump
house.
11.14 If require replacement bush, bearings of all type of pumps and motors shall be done by the
contractor.
11.15 Recording of readings of level, flow, total head, power, ampere & voltages, daily water
consumption.
11.16 Chlorine plant: Repair and maintenance of chlorine plant or dozer using necessary parts:
Contractor shall inform the VMC well in advance for procurement of chlorine
tonner/cylinder/solution. Operators should be well convergent, maintenance and handling of
chlorine plant and chlorine tonner/cylinder or dozer. They shall maintain chlorine doze within
the prescribed limit and as per the instruction of engineer in charge during epidemic period.
Contractor shall follow the rules and instruction of GACL regarding proper handling and
connecting the chlorine toner or cylinder. In no case leakage of chlorine should occur.
11.17 Contractor shall strictly care for maintaining Power Factor closure to unity i. e. 0.98 to 1.00
by maintaining all the capacitors or if require providing and fitting new capacitors, If any
penalty that shall be charged in any MGVCL’s electric bill, shall be deducted from the bill of
contractor.

Page 31 of 84
11.18 Responsibility covers Operation and Maintenance of all the electrical, mechanical,
instrumentation equipment, delivery line and feeder line valves inside premises of WDS and
operation of valves of distribution line and feeder line outside premises of WDS.
12. SERVICES TO BE PROVIDED BY VMC
12.1 The replacement of whole main electrical, mechanical & instrumentation equipment units
indicated below shall be done by VMC only after satisfactorily completion of guarantee period. All
time during O & M period Repairing, jointing of cable with providing kit and rewinding by
replacing parts or component thereof and restoring working condition of all the equipment of
pump house including indicated below shall be done by contractor.
12.2 List of major electrical, mechanical & instrumentation equipments units;
a) Pumps
b) Motors
c) HT/LT panel
d) APFCR Panel
e) ATS/Soft starters
f) Transformers
g) Flow Meter
h) Vacuum pump & motor and its starter
i) All type of Main Valves
j) HT /LT Cable
k) DP structure, A.B. Switch, DO Fuse set.

Note: The repairing with providing and fitting of all the parts, components thereof, rewinding
of above units also leakages of pipes, jointing of HT/LT cables with providing similar type of
kit & lugs of all above the equipment unit & thereof network, if require shall be attended/done
by contractor with his own risk and cost within mentioned time limit and restore all affected
equipment units and thereof network in normal working condition. Only In case of any
Replacement of whole equipment unit as above listed will be done at the VMC’s expenses.

13. COMPLETION OF THE CONTRACT:


13.1 On the date of contract completion or if contract is terminated, all the installations, works and
equipment placed under the contractor’s responsibility shall be handed over to the Vadodara
Municipal Corporation in good working order. The Vadodara Municipal Corporation may perform
any inspection, test or expert appraisals he shall consider necessary with a view to checking that
the property is in good working order and will certify to that effect to the contractor while taking
over.

13.2 A joint visit shall be made by officer in charge and concern counter part of VMC well before three
months of the completion date of contract and all points needing rectifications/replacements shall
be noted and shall be set aright by the contractor. A Minutes of Meeting is to be created indicating
Page 32 of 84
that all machineries mechanical, electrical and others are in order and no part is needs now to be
replaced.
13.3 Last Three month’s O&M bill will not be released by VMC. Department or any agency
authorized by department shall re-take over all the equipments and machineries in
working condition and to his satisfaction. If any mal-functioning is noticed, shall be intimated
to contractor in writing and after necessary repairing or replacement made by contractor then
department’s authorized agency shall Re-take over. A separate certificate of the said agency shall
be issued for this Re-take over. After issue of this certificate the whole amount of pending bills and
security deposit shall be released.
13.4 If at the time of Re-take over, if the contractor fails to repair / Replace the mal-functioning
equipments in reasonable time as decided by Engineer–in-charge than the repair / replacement
shall be carried out at the “Risk and cost” of contractor and the amount of such repair /
replacement shall be deducted from the dues of contractor.
13.5 If any defects found during handing over, the cost of rectification shall be recovered from final
bill/ security deposit. This formal document must be created in presence of Engineer-in-charge,
the contractor and manufacturer and duly signed and sealed by all of them.

14. No accommodation /guest house/ transportation facility will be provided by the Vadodara
Municipal Corporation to contractor.

15. In case of any interruption of Water Distribution Stations due to any reason like failure of power
supply etc. will be duly and immediately communicated to Engineer-in-charge. The contractor’s
staff must remain in association with Engineer-in-charge responsibly till that interruption is
removed.

16. All operation required for Water Distribution Stations must be done in accordance with the
instruction of Engineer-in-charge and all instructions given by him must be followed-up by the
staff of the contractor. Any dispute, emergency or disturbance raised due to non-follow-up of
instructions given by Engineer-in-charge shall be viewed seriously and the contractor may
penalize for the same as decided by the Vadodara Municipal Corporation.

17. The contractor will be responsible for the operation of all valves & gates which are daily
operated during various water supply and installed inside & outside of the campus of
Water Pumping Station and within command area of Water Distribution station. The
contractor will be responsible for the maintenance of all valves & gates like feeder valves, main
delivery valves, pump suction & delivery valves, NRV/DPVC, Zero velocity valve and all other
valves installed in premises of Water Distribution Stations. Any breakdown maintenance/failure
occurred in said valves which will affect the water supply, repairing of such valves should be taken

Page 33 of 84
on priority basis and work should be carried out & completed in such a way that water supply
should be restore in any circumstances by the contractor. If contractor fails to do such repairing
& water supply disturbed shall be viewed seriously and the contractor may penalize for the same
as decided by the Vadodara Municipal Corporation. Other valves which are outside premises of
WDS like bypass system valves, network valves & incoming valves shall be maintained by Elect.&
Mech./Water distribution department. However operation of said valves shall be done by
contractor, and necessary help shall be extended by deputed staff of contractor in case of
breakdown maintenance of said valves outside campus by Elect.& Mech./ Water distribution
department. Maintenance of Valves which are installed in distribution zone of command
area will be done by VMC.

18. Contractor shall be attending any work as instructed by Station In-Charge Engineer with in the
campus of WDS.

19. MEN POWER/STAFF PATTERN:

19.1 The contractor shall provide experienced managerial, technical, supervisory, administrative, non-
technical personnel & labour necessary to operate and maintain the plant property, safely and
efficiently on a continues 24 hours basis for full term of the O&M contract period. Personnel
described under serial no. 1 – 3 are defined as “Key Personnel”. However the staff provided shall
be fully train in the Operation of WDS before giving responsibilities for operating any part of the
WDS.

19.2 The contractor shall compulsory provide uniform as approved by executive engineer & I-
Card mentioning name of employee, designation and joining date with signature of authorized
person of the contractor. No extra charge shall be given by the Vadodara Municipal Corporation
for the same.

19.3 The contractor may keep record of presence of his staff in separate register. However, same may
be provided to Engineer-in charge for verify/checking whenever demanded by Engineer-in-
charge.

19.4 No extra payment shall be paid by the Vadodara Municipal Corporation in case the contractor
keeps more staff than specified in tender or for sake of extra duty.
Minimum Men Power Required at Water Distribution Stations.

Page 34 of 84
The contractor shall employ the minimum staff as per below indicated tentative nos. of persons
or more than indicated as under as per requirement, various categories for Operation, Maintenance &
Repairs of electrical & mechanical works for Water distribution Station.
Sr. No. of Person
Designation Minimum Qualification
No Required
Diploma in Electrical/Mechanical Engineer
1 Engineer 01
(Only Male)
03 ITI (Electrician/Wireman) having license of
2 Operator
Government of Gujarat. (Only Male)
06 Standard 7th Pass Should be physically healthy & able
3 Helper
to read & write (only male)
4 Keyman 05 Standard 10th Pass Should be physically healthy &
able to read & write (only male)
03 Standard 7th Pass Should be physically healthy & able
5 Watchman
to read & write (only male)
*All the no. of persons are mention tentative. See
TOTAL NO. 18
term No. i as below

Note:-

a. The payment to be made to all employees should not be less than the minimum wages finalized
time to time under Labor Law.
b. Over and above contractor has to arrange for 24 hours security and no extra cost shall be given
for it.
c. During the absence of any personnel substitute shall be arranged by contractor & arrangement of
reliever for weekly off / all holidays etc. shall be made by the contractor. No extra cost will be paid.
Under no circumstances any work shall be left unattended just because of lack of manpower.
Engineer & Supervisor can avail weekly off without reliever in normal condition. However, in case
of emergency, shutdown necessary reliever has to be arranged.
d. Due to strike by the contractor’s employee, the O&M must not be affected & the property of VMC
should not be damaged in such case any dispute / discrepancy occur the decision of HOD will be
final & will be binding to the contractor. Also if any expense will be made by VMC, it will be
deducted from contractor’s bill / S.D.
e. Require number of labours shall be arrange by contractor for every type of operation &
maintenance work.
f. Operation of WDS will be 24 hours, divided in Three Shifts.
g. For the category of Engineer, Supervisor, Operator, Keyman etc. Photo copy of required
qualification must be submitted to VMC.
h. Age limit for all categories between 19-60 Yrs.

Page 35 of 84
i. *All the nos. of persons of all above post of category mentioned are tentative, contractor advice to
be visit & observe the detail procedure of existing O & M of said site before quoting O & M prices,
also note that in this O & M as per instruction or requirement, extra Operators, labours &
watchmen other than mentioned above must be employed if require & no extra cost will be paid.
Under no circumstances any work shall be left unattended just because of lack of manpower.
j. Contractor must open the bank account in Vadodara based any of the bank, of contractor’s all the
employees employed for the O & M. Contractor must intimate to VMC all these along with the bank
account number. The payment of salary shall be credited of all employees in the same account,
account statement of which shall be provided with all each & every monthly O & M bill, without
that payment of monthly O & M bill will not be processed and released.
k. Relaxation in the qualification is not entertained, however, in case of non-availability of required
qualified/experienced staff VMC may grant relaxation only after examining the required personal.
Above staff shall be distributed in three shifts as per mutual agreement between contractor &
Vadodara Municipal Corporation. The arrangement of reliever for weekly off/ all holidays etc.
shall be made by the contractor separately.
The total staff of 18 person (Total of all shifts) i.e. 24 hours & 365 days is required for
normal operation & maintenance.
l. Relaxation in age and qualification and number of staff shall not be allowed under normal
circumstance.
m. The staff of contractor will remain in contact with Engineer and follow his instructions. The
contractor shall have to issue identity cards with photograph to all staff employed for operation
& maintenance; otherwise they will not be allowed to enter the plant premises.
n. The contractor shall employ all the required staff (and in no case less than the number specified
in the tender) within 10 days of award of the contract, otherwise payment will not be made. In
such case, the commencement of the contract period & payment thereof shall be reckoned only
from the date of employment of full number of staff.
o. The contractor shall comply with all safety rules and regulation as all interdisciplinary measures
as followed by the Vadodara Municipal Corporation. Further, the Vadodara Municipal corporation
will not provide any insurance or medical facility to the staff of the contractor.
p. All Central/State Government/Semi- Government/ Local body’s rule and regulation pertaining to
this contract, all legal formalities pertaining to provident fund, factory act, electricity regulation
and all legal formalities shall be followed and observed by the contractor without any extra charge
to the Vadodara Municipal Corporation. The Vadodara Municipal Corporation will pay only
Factory licenses fees and electrical inspection fees. Please note that failure in complying so, all
liabilities arising as per laws will be to the contractor’s account.
q. The Vadodara Municipal Corporation will provide no accommodation/guest house/
transportation facility to the contractor.

Page 36 of 84
r. Staff pattern mentioned above is for routine operation only. Any Expert person or Extra staff
required during major overhauling/ repairing/maintenance, if required, than it should be
arranged by the Contractor for smooth operation & best engineering maintenance of WDS.
20. PAINTING:

One time Painting work shall be carried out for Pumps, Motor, Pipes etc. Mechanical items
at the end of third year.

21. Important Note:-

21.1 Please note that during the work, all required and necessary Electrical Safety Rules must be
followed by the contractor. Vadodara Municipal Corporation will not take any responsibility
towards any damage/accident caused to workmen deployed by the contractor. Therefore, it is in
the interest of contractor to ensure all safety precautions before commencement of the work.
21.2 It is the responsibility of contractor to keep all the installation and system up-to-date & well
maintained & to comply & execute all the short falls, suggestions given by concerned government
authority like electrical inspector and factory inspector etc., within stipulated time. All such
activities shall be done by contractor free of cost.
21.3 In case of continuous operating equipment like electronic/electrical/mechanical equipments for
which supplier certify that, it is unrepairable, replacement is must, and VMC's competent staff also
suggested replacement, the said equipment shall be supplied/ replaced by VMC for replacement.
In such case the Life span as suggested by supplier/manufacturing Company must be got over or
the detritions of the equipment is of up to unusable level. However, if in case of non-repairable
breakdown of equipment due to negligence of contractor or misuse etc. on part of contractor, such
replacement shall be supplied by contractor.

Sd/-
Executive Engineer
W.W (Elect./Mech.)
Vadodara Municipal Corporation

Signature of Tenderer(s) with the seal of the firm.

Page 37 of 84
CHAPTER – VI
GENERAL INSTRUCTION OF THE TENDER
 Tenderer shall require to submit Price bid of this tender through (n) procure website only.
Tenderer are required to get register with (n) procure to participate in the tender. Without
registration with (n) procure Tenderer will not be able to participate in this tender.
 Technical bid shall be submitted in the form of hard copy & online as mentioned earlier.
 Price bid is required to be submitted online by using (n) procure website only, in the prescribed
format.
 EXAMINATION BY TENDERERS :
A. At his own expenses and prior to submitting his tender, each tenderer shall……
(a) Examine the contract Documents.
(b) Visit the site and determine local conditions which may affect the work including the
prevailing wages and other pertinent cost factors,
(c) Familiarize himself with all Central, State and local laws, ordinance, rules, regulations and
codes affecting the material supply including the cost of permits and licenses required for
the work.
(d) Correlate his observations, investigations, and determinations with the requirements of the
Tender Documents.
B. The tender quantity is approximate and may increase or decrease or deleted from the scope of the
tender. Any increase or decrease or deleted in quantity will not entitle tenderer to claim any extra
over the quoted rate.
C. Tender Documents be completed by legible ink, checked in a responsible manner, signed, stamped
and returned together by the stipulated date, which shall form the Tender.
1. DOCUMENTS
The tenders as submitted shall consist of the following documents.

1.1 Complete set of Tender documents as sold / downloaded duly filled in and signed by the
Tenderer and as prescribed in various clauses of the tender documents.
1.2 Demand draft of tender fee in case of Tender documents downloaded from website.
1.3 Earnest Money Deposit in the manner specified in clause (8) hereof.
1.4 Power of Attorney or a True copy thereof duly attested by a Gazette Officer in case an authorized
representative has signed the tender, as required in 5clause hereof.
1.5 Audited Balance sheet for last three years, duly attested.
1.6 The full name and address of the Tenderer shall be written on the bottom left hand corner of
the sealed cover.
1.7 Other documents mentioned in P.Q.- chapter-II

Page 38 of 84
2. ALL PAGES TO BE INITIALED
All signature in Tender documents shall be dated as well as all pages of all sections of Tender
documents shall be initiated at the lower right hand corner or signed wherever required in the
Tender papers by the Tenderer or by person holding power of attorney authorizing him to
sign on behalf of the Tenderer before submission of Tender.

3. RATES TO BE QUOTED
The Tenderer shall quote the rates on (n) procure website only. Tenderer shall require submitting
Price bid of this tender through (n) procure website only. Tenderer are required to get register
with (n) procure to participate in the tender. Without (n) procure registration, Tenderer will not
be able to participate in this tender.
4. CORRECTIONS AND ERASURES
All Corrections and Alterations in the entire of Tender papers will be signed in fully by the
Tenderer with date. Over writings is not permissible.
5. SIGNATURE OF TENDERER
The Tender shall contain the name, residence and place of business of person or persons making
the Tender and shall be signed by the Tenderer with his usual signature. Partnership firms shall
furnish the full names of all the partners in the Tender. It should be signed in the Partnership’s
name by all partners or, by duly authorized representative followed by the name and designation
of the person signing Tender by a Corporation shall be signed by an authorized representative and
a Power of Attorney in that behalf shall accompany, the Tender copy of the constitution of the firm
with names of all partners shall be furnished When a Tenderer signs a tender in a language other
than English, the total amount tendered should in addition, be written in the same language, the
signature should be attested by the least one witness.
6. WITNESS
Witness and sureties shall be persons of status and property and their names, Occupation and
Address shall be stated below their signature.
7. TRANSFER OF TENDER DOCUMENTS
Transfer of Tender documents are not permissible.
8. EARNEST MONEY DEPOSIT
The Tenderer must pay earnest money as given in the notice inviting Tenders and attach the
official receipt, if paid in cash with the technical bid of Tender. The earnest money can be paid
Nationalized Bank’s Demand draft in favour of Municipal Commissioner, Vadodara. EMD shall be
attached with Technical Bid. The Earnest Money, if the Tender is accepted will be retained against
the Security Deposit. It will be released after one year from the completion of the work / project.
Note: No interest shall be paid on the earnest money deposit. The earnest money of the
unsuccessful Tenderer will be refunded within reasonable period without any interest. The
earnest money deposited by successful Tenderer will be retained towards the Security Deposit
for the fulfilment of the Contract, but shall be forfeited, if the Tenderer fails to execute the

Page 39 of 84
agreement within 7(seven) days after the letter of acceptance of Tender.
9. SECURITY DEPOSIT
The person/persons whose tender is accepted (herein after called the contractor) shall pay 3%
Security Deposit of the order value within 15 days from the date of receipt of the order in the form
of Cash/D.D of any Nationalized Bank in favour of Municipal commissioner, Vadodara Municipal
Corporation. Security Deposit in the form of Bank Guarantee will not be accepted. Alternatively
3% S.D. shall be deducted from first two bills. It will be released after completion of the work /
project.
10. VALIDITY
Tenders submitted by Tenderer shall remain valid for acceptance for a period of 120 days from
the date of opening of the Price-bid of the tender. The Tenderer shall not be entitled during the
said period of 120 days, without the consent of writing of the owner to revoke or cancel his tender
or to vary the tender given or any terms thereof. In case of tenderer revoking or cancelling his
tender or vary any term in regard to thereof without the consent of owner in writing, the owner
shall forfeit earnest money paid by him along with the tender.
11. ADDENDA
Addenda to the tender document may be issued prior to the date of opening of tenders to clarify
documents or to reflect modifications in the design or contract terms on (n) procure website.
Tenderer shall have to download each addendum uploaded by the VMC from (n) procure website.
Each recipient will regain one copy of each addendum for submission along with his tender. All
addendum issued by the VMC shall become part of tender documents.
12. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER
The acceptance of Tender will rest with the owner. The owner however, does not bind itself to
accept the lowest tender and reserves to itself the authority to reject any or all the tenders
received without assigning any reasons whatsoever. The whole work may be split up between
two or more contractors or accepted in part and not entirely, if considered expedient.
Tender in which any of the particulars and prescribed information are missing or are incomplete
in any respect and / or the prescribed conditions are not fulfilled are liable to be rejected.
Canvassing in connection with tender is strictly prohibited and tenders submitted by the
Tenderer, who resort to canvassing, will be liable to rejection.
Tender containing uncalled remarks or any additional conditions are liable to be rejected.
13. TIME SCHEDULE
The period of work shall be 60 calendar months from the date of work order. Tenderer shall quote
accordingly. Any deviation in time of Completion specified above shall not be accepted and the
tender of such tenderer shall be liable for rejection. The Vadodara Municipal Corporation reserves
the right to extend operation & maintenance contract for further 06 months at the sanctioned
rate, and contractor is compulsorily bound to continue the contract on order of Vadodara
Municipal Corporation. The contract period for this work shall be maximum up to 05 (FIVE) years

Page 40 of 84
from the date of execution.
14. AGREEMENT
The successful Tenderer shall be required to execute an agreement within 7(seven) days from the
date of acceptance of tender. In the event of failure on the part of the successful Tenderer to sign
the agreement within above stipulated period, the earnest money or his initial Security deposit
will be forfeited and the acceptance of the tender shall be considered as cancelled. The successful
tender shall be considered as cancelled. The successful Tenderer will be required to sign the
Contract Agreement (Rs. 300/- or as per latest rules) on Gujarat Government Stamp paper.
15. SIGNING OF TENDER DOCUMENTS
If the Tender is made by an individual it shall be signed with his full name above his current
address.
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 his current address.
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 addresses of all the
partners of the firm shall also accompany the tender.
If the tender is made by a limited company or a limited Corporation, it shall be 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 furnished satisfactory evidence of its existence before the contract is award.
All witnesses and sureties shall be persons of status and probity and their full names, occupations
and addresses shall be stated below their signatures. All signatures in the Tender document shall
be dated.

16. OPENING OF TENDERS:


The Price Bid of qualified tenders will be opened on-line in presence of bidders and opening
authority subject to receipt of Tender Fees and EMD in hard copy.
The Price bid will be opened after evaluation of Documents, certificates etc. mentioned in
this technical bid.
17. WITHDRAWALS OF TENDERS:
If, during the Tender validity period, the Tenderer withdraws his Tender, the Tender Security
(Earnest Money) shall be forfeited and the Tenderer may be disqualified from tendering for
further works under the jurisdiction of VADODARA MUNICIPALCORPORATION.
18. INTERPRETATIONS OF TENDER DOCUMENT:
Tenderer shall carefully examine the tender documents and fully inform themselves as to all the
conditions and matters which may in anyway affect the work or the cost thereof. Should a tenderer
find discrepancies or omission from the specifications or other documents, or should be in doubt
Page 41 of 84
as to their meaning, he should at once address query to the Divisional Head provided for
concerned authority. Any resulting interpretation of the Tender documents will be issued to all
Tenderers as an addenda corrigendum. Verbal clarification and/or information given by them
shall not be binding on the Vadodara Municipal Corporation.

19. ERRORS AND DISCREPANCIES IN TENDERS:


In case of conflict between the figures and words in the rates, the rates expressed in words shall
prevail and apply in such cases. The contractor shall particularly note the units on which the rates
are based. In case the amount show in the last columns worked out by the tenderer differ from that
worked out from the quantity & the rates, the amount based on the rates will be taken as correct.
In case the rate in word differs from that in figure, the former will be taken as correct. No changes
in units shall be allowed.

20. MODIFICATIONS OF DOCUMENTS:


Modification of specifications and extension of the closing date of the tender, if required, will be
made by an addendum. Copies of each addendum will be published ONLINE to all tenderers. These
shall be signed and shall form a part of tender. The tenderer shall not add to or amend the text of
any of the documents except in so far as may be necessary to comply with any addenda.

21. PAYMENT TERMS, INTERMEDIATE CERTIFICATE [RUNNING ACCOUNT] TO BE REGARDED


AS ADVANCES
In the case of works estimated to the cost more than rupees 10% of the contract value the
contractor shall on submitting a part bill therefore, be entitled to receive payment proportionate
to the part of the work then approved and passed by /the Executive Engineer whose certificate of
such approval and passing of the sum so payable shall be final and conclusive against the
contractor. All such intermediate payment, shall be regarded as payments by way of advance
against the final payments only and not as payments, for work actually done and completed, and
shall not preclude the City Engineer/ Add. City Engineer /Executive Engineer from requiring bad,
unsound, imperfect or unskilled work to be removed and taken away and reconstructed or re-
erected, nor shall any such payments be considered as an admission of the due performance of
the contract or any part thereof in any respect or the accruing of any claim nor shall it conclude
determine or affect in any way the powers of the City engineer/ Add. City Engineer as to the final
settlement and adjustment of the accounts or otherwise, or in any way the powers of the accounts
or otherwise, or in any other way very or affect the contract.
The final bill shall be submitted by the contractor within one month of the date fixed for the
completion of the work; otherwise the Executive Engineer/ certificate of the measurement and of
total amount payable for the work shall be final and binding on all parties.
Rates of items paid in running bills are for the purpose of advance payment only and may be
revised [reduced or increased] in the final bill after final evaluation of the quantity of each item.
The items which are not part of this tender and required to be executed on site as per site situation

Page 42 of 84
& instruction of Engineer In charge, will be paid as per SOR or Rate Approved in VMC and it is
bound to the contractor items.
22. DETAILS OF EXPERIENCE.
The Tenderer should enclose documents to show that he has previous experience in carrying out
works of similar nature.

23. ENGINEER OF CONTRACTOR.


The contractor on or after award of the work, shall name and depute a qualified Electrical /
Mechanical Engineer having sufficient experience in carrying out works of similar nature to whom
the equipments, materials, if any shall be issued and instructions be given for Operation &
Maintenance work.

24. COLLECTION OF DATA TENDERER’S RESPONSIBILITY.


The Tenderer shall visit the site and acquaint himself fully of the site conditions and no claims
whatsoever will be entertained on the plea of the ignorance or difficulties involved in execution
of work or carriage of materials.

25. RETIRED GOVERNMENT OR COMPANY OFFICER.


No Engineer of Gazetted rank or other Gazetted officer, employed in Engineering or
administrative duties in an Engineering department of the state / central government or of the
owner is allowed to work as a contractor for a period of two years after his retirement from
government service or from the employment of the owner without the previous permission of the
owner. The contract, if awarded is liable to cancelled if either the contractor or any of his
employees is found at any time to be such a person, who had not obtained the permission of the
state / central government or of the owner as aforesaid before submission of the tender or
engagement in the contractor’s service as the case maybe .

26. PENALTY FOR DELAY IN START-UP OF EXECUTION

The work shall be started within 15 days from the date of work order otherwise penalty Rs.2500/-
per day per Water Distribution station will be charged and deducted from the pending bills /
deposits of the contractor.

Sd/-
Executive Engineer
W.W (Elect/Mech)
Vadodara Municipal Corporation

Signature of Tenderer(s) with the seal of the firm.

CHAPTER – VII
GENERAL CONDITIONS OF TENDER

Page 43 of 84
1. GENERAL
Contractor shall adhere to safe erection practice and guard against hazardous and unsafe working
condition and shall comply with Employer’s safety rules as set forth herein. Prior to start of
erection work contractor shall furnish copies of Employer’s ‘Safety code’ for information and
guidance, if it has been prepared.
2. FIRST AID AND INDUSTRIAL INJURIES.
2.1 Contractor shall maintain First Aid facilities for its employees and those of its subcontractors.
2.2 All critical industrial injuries shall be reported promptly to the owner and a copy of contractor’s
each personal injury requiring the attention of a physician shall be furnished to the owner.
2.3 At the time of operation & maintenance FIRST AID BOX must be provided at by contractor.
3. PROVISION OF SAFETY EQUIPMENT FOR SAFE HANDLING.
When the work is done near any place where there is a risk of drawing all necessary safety
equipment shall be provided and kept ready for use and all necessary steps taken for prompt
rescue of any person in danger and adequate provision should be made for prompt first aid
treatment of all injuries likely to be sustains during the course of the work. Vadodara Municipal
Corporation will not responsible for any accident, accidental injury, accidental death.
4. STANDARED MATERIAL HANDLING EQUIPMENTS.
4.1 Use of hoisting machines and tackles including their attachments, anchorage and supports shall
confirm to the following standard or conditions.
4.2 These shall be of good mechanical construction, sound material and adequate strength and free
from patent defect shall be kept in good repair and in good working order.
4.3 Every rope used in hoisting and lowering of materials or as means of suspension shall be of
durable quality and adequate strength and free from patent defects.
4.4 Every crane driver or hoisting appliance operator shall be properly qualified and no person under
the age of 21 years shall be in charge of any hoisting machine including any scaffolding winch or
give signals to the operator.
5. SURITY ABOUT CAPACITY OF MATERIAL HANDLING EQUIPMENT.
In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block
used in hoisting or lowering or as means of suspension, the safe working load shall be ascertained
by adequate means. Every hoisting machine and all gear referred to above shall be clearly marked
with the safe working load of the conditions under which it is applicable shall be clearly indicated.
No part of the any machine or any gear referred to above in this paragraph shall be loaded beyond
the safe working load except for the purpose of testing.
6. FOR SAFE WORKING.
6.1 In case of departmental machine, the safe working load shall be notified by the Engineer in charge.
As regard, contractor’s machine the contractor shall notify the safe working load of the machine
to the Engineer-in-charge, whenever he brings any machinery to the site of the work and get it
verified by the Engineer-in-charge concerned.

Page 44 of 84
6.2 Motors, gearing, transmission electrical wiring and other dangerous parts of hoisting appliances
should be provided with such means as to reduce the minimum risk accidental descend of the load
adequate precautions should be taken to reduce to the minimum risk of any part of a suspended
load becoming accidentally displaced. When workers are employed on electrical installations
which are already energized, insulating mats, wearing apparel, such as gloves, sleeves and boots
as may be necessary should be provided. The workers shall not wear any ring, watches and carry
keys or any other materials which are good conductors of electricity.
6.3 All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained
in safe condition and no scaffolds, ladder or equipment shall be altered or removed while it is in
use. Adequate washing facilities should be provided at or near places of work.
6.4 The safety provisions should be brought to the notice or all concerned by display on a notice board
at a permanent place at the work spot. The person responsible for compliance of the safety code
shall be named therein by the contractor.
6.5 To ensure effective enforcement of the rules and regulations relating to safety precautions, the
arrangements made by the contractor, shall be open to inspection by the Welfare Officer,
Executive Engineer [E & M] OR Safety Engineer of the Administration or their representatives.
6.6 Notwithstanding the above clauses from (i) to (iv) there is nothing in this to exempt the contractor
from the operations of any other Act or rules in force in the Republic of India.
6.7 The works throughout including any temporary works shall be carried out in such a manner as
not to interfere in anyway whatsoever with traffic on any existing works whether the property of
the Administration or of a third party.
7. IN CASE OF ANY DISPUTES.
Except where otherwise specified in the contract and subject to the powers delegated to him by
Corporation under the Bombay provincial Municipal Act, 1949 rules then in force the decision of
the City Engineer / Add. City Engineer of the corporation for the time being shall be final,
conclusive and binding on all parties to the contract upon all questions relating to the meaning of
the specifications, design , drawings and instructions herein before mentioned and as to the
quality of workmanship or materials on the work, or as to any other questions, claim, right, matter
or thing whatsoever if any way arising out of, or relating to the contract, design , drawings,
specifications, estimates, instructions order or terms and conditions, or otherwise concerning the
works, of the execution or failure to execute the same whether arising during the progress of the
work or after completion or abandonment thereof.
8. EXTENTION OF TIME.
If the contractor shall desire an extension of the time for completion of the work on the grounds
of his having been unavoidably hindered in its execution or on any other grounds, he shall apply
in writing to the Engineer-in-charge within two days of the hindrance on account of which he
desires such extension as aforesaid, and the Engineer-in-charge shall , if in his opinion (which shall

Page 45 of 84
not be final) reasonable grounds have been shown therefore recommended, such extension of
time as may in his opinion be necessary or proper to the competent authority.
9. INTERPRETETION OF CONTRACT DOCUMENT.
The provisions of the General Conditions of contract shall prevail over those of any other
documents forming part of the contract. Several documents forming the contract are to be taken
as mutually explanatory, should there be any discrepancy, inconsistency, error or omissions in the
contract or any of them, the matter may be referred to Engineer-in-charge, Vadodara Municipal
Corporation who shall give his decision and issue to the contractor the instructions directing in
what manner the work is to be carried out. The decision of Engineer-in-charge shall be final and
conclusive and contractor shall carryout work in accordance with his decision.
10. SINGULAR AND PLURAL.
In these contract documents unless otherwise stated specifically, the singular shall include the
plural and vice versa wherever the context so requires.
11. COMPLIENCE OF LAWS ECT.
The contractor shall respect and comply with all National, State and Local laws affecting the works
under this contract and shall bear the cost of any claim or damage or loss due to violation or all
such laws, ordinances, etc.
12. SERVICES REQUIRED FOR CONTRACT PURPOSE.
The contractor shall arrange for applying to proper authorities to obtain services of water, light,
telephone, etc. If necessary the contractor shall bear all costs in connection with the services.
13. CONTRACTOR TO OBTAIN HIS OWN INFORMATION.
The contractor in fixing his rate for all purpose whatsoever is deemed to have himself
independently obtained all necessary information for the purpose of preparing his tender. The
correctness of the details given in the Tender Document to help the contractor to make up the
Tender is not guaranteed. The contractor shall be deemed to have examined the contract
document, to have generally obtained his own information in all matters whatsoever might affect
the carrying out the works at the scheduled rates and to have satisfied himself to the sufficiency
of his tender. Any error in description or quantity or any other aspect in schedule rates or
omission there from shall not initiate the contractor release the contractor from executing the
work comprised in the contract according to the drawing and specifications at the scheduled rates.
He is deemed to know the scope, nature and magnitude of the works and requirements of all
materials and labour and the type of work involved, etc. and is to do what all he has to complete
the works in accordance with the contract documents. The contractor shall be deemed to have
visited surrounding to have satisfied himself as to the nature of all existing structure, if any and
also to the nature and conditions of railways, roads, bridges and culverts, means of transport and
communication whether by land, water or air and as to possible interruptions there and the access
to the site to have made inquiries, examine and satisfy himself as to the site for obtaining
sandstone, bricks and other materials, site for disposal of surplus materials the available

Page 46 of 84
accommodation as to whatever required, depot and such other building as may be necessary for
executing and completing works to have made local independent inquiries as to the sub soil water
and variations there of storms, prevailing winds, climatic conditions and all other similar matters
effecting these work.
He is deemed to have acquainted himself as to his liability for payment of Government Taxes,
custom duty and other charges. Any negligence or failure on the part of the contractor in obtaining
necessary and reliable information upon the foregoing or any other matters affecting the contract
shall not relieve him from any risk or liabilities or the entire responsibility for completion of the
work at the scheduled rates and time in strict accordance with correct documents.
14. COMPENSATION FOR DELAY.
The time allowed for carrying out the work as entered in the tender shall be strictly observed by
the contractor. The work shall throughout the stipulated period of the contract be proceeded with
all the diligence (time being deemed to be the essence of the contract) and the contractor shall
pay to the owner as compensation an amount equal to mentioned elsewhere in tender.
15. CONTRACTOR’S SUBORDINATE STAFF AND THEIR CONDUCT.
The contractor shall provide to the satisfaction of the Engineer-in-charge sufficient and qualified
staff for the execution of the works, competent sub agents, engineering assistants, formed and
leading hands including those specially qualified by previous experience to supervise the type of
works, comprised in the contract in such manner as will ensure work of the best quality,
expeditious working and proper supervision shall be employed and whenever in the opinion of
the Engineer-in-charge, this is not the case, additional and properly qualified supervisory staff
shall be employed by the contractor without additional charge on account thereof. The contractor
shall ensure the satisfaction of the Engineer-in-charge, that subcontractor, if any shall provide
competent and efficient supervision over the work entrusted on them.
If and whenever any of the contractor’s or subcontractor’s agents, sub-agents, assistants, foreman
or other employees shall in the opinion of the Engineer-in-charge be guilty of any misconduct or
to be incompetent or insufficiently qualified or negligent in the performance of their duties or that
in the opinion of the owner or the Engineer-in-charge it is undesirable for administrative or any
other reason for such person or persons to be employed in the works, the contractor, if so directed
by the Engineer-in-charge shall at once remove such person or persons from employment
thereon. Any person or persons removed from the works shall not again employ in connection
with the works without the written permission of the Engineer-in-charge. Any person so removed
from the works shall be immediately replaced at the expense of the contractor by a qualified and
competent substitute. Should the contractor be requested to repatriate any person removed from
the works, he shall do so and shall bear all costs in connection herewith.
The contractor shall be responsible for the proper behaviour of all the staff, foreman, workmen
and others and shall exercise a proper degree of control over them and in particular and without
prejudice to the said generality , the contractor shall be bound to prohibit and prevent any

Page 47 of 84
employees from trespassing or acting in any way detrimental or prejudice to the interest of
community or of the proprietors or occupiers of land and properties in the neighbourhood and in
the event of such employees so trespassing, the contractor shall be responsible therefore and
relieve the owner of all consequent claims or actions for damages or injuries or any other grounds
whatsoever. The decision of the Engineer-in-charge upon any matter arising under this clause
shall be final.
16. RESPONSIBILITY FOR LEVEL AND ALIGNMENT.
The contractor shall entirely and exclusively be responsible for the horizontal and vertical
alignment, the levels and correctness of the work and shall rectify effectively any errors or
imperfection therein. Such rectification shall be carried out by the contractor at his cost, when
instructions are issued to that effect by the Engineer-in-charge.
17. MATERIALS TO BE SUPPLIED BY THE CONTRACTOR.
The contractor shall procure and provide the whole of the materials required for the O&M work.
For the completion and maintenance of the works, contractor shall make his own arrangements
for procuring required materials and for the transport thereof. The owner may give necessary
recommendations but assume no further responsibility of any nature. The owner will insist on the
procurement of materials with ISI marked and/or which are supplied by reputed suppliers. The
owner will prefer procurement of material from ISI/ISO certified manufacturer/supplier.
18. ABNORMAL RATES.
The tenders are expected to quote rate for each item after careful analysis of cost involved for the
performance of complete item considering all specifications and conditions of contract. This will
avoid loss or profit or gain in case of curtailment or change of specification for any item. In case it
is noticed that the rates quoted by the Tenderer are abnormal, the owner shall proceed for the
rejection of the Tender unless the owner is convinced about the reasonableness of the rates on
security of the analysis for such rate to be furnished by the Tenderer on demand.
19. ACTION AND COMPENSATION IN CASE OF BAD WORK.
If it seems to the Engineer-in-charge that any work has been executed with unsound, imperfect or
unskilled workmanship or with materials of any inferior description or that any materials or
articles provided by the contractor for the execution of the work are unsound or of a inferior
quality to that contracted for or otherwise not in accordance with the specifications, the
contractor shall reconstruct or reinstall bad work as per specifications at his own cost.
20. SUSPENSION OF WORKS.
The contractor shall if ordered in writing by the Engineer-in-charge or his representative,
temporarily suspend the works or any part thereof for such period and such time as ordered and
shall not after receiving such written orders, proceed with the work therein ordered to be
suspended until he shall have received a written order to proceed therewith. The contractor shall
not be entitled to claim compensation for any loss or damage sustain by him by any reason or
temporary suspension of the works aforesaid an extension of time for completion, corresponding

Page 48 of 84
with the delay caused by any such suspension of the works as aforesaid will be granted to the
contractor should be applied for the same provided that the suspension was not a consequent to
any default or failure on the part of the contractor.
21. OWNER MAY DEPART OF WORK.
Upon failure of the contractor to comply with any instructions given in accordance with provision
of this contract, the owner shall have the alternate right, of assuming charge of entire work, to
place additional labour force, tools, equipments and materials and such parts of the work as the
owner may designate or also engage another contractor to carry out the work. In such cases the
owner shall recover the cost of materials, labours and other charges from the bills payable to the
contractor if the amount which otherwise might due to him and he completed the said work is less
than the expenditure on account of the owner assuming the work. In case if the payment due to
him (had he completed the work) is higher than the cost of assuming the work by the owner, the
owner shall be required to make payment of the difference of amount to the contractor for
assuming such work. However, in this eventually also, the owner shall recover 10 % [Ten per
cent] supervision charges of the work.
22. CARE OF THE WORK.
From the commencement to the completion of the works , the contractor shall take full
responsibility for the care of all works including all the temporary works and in case any damage,
loss or injury shall happen to the works or to any part thereof or to any temporary works from
any cause whatever, shall at his cost repair and make good the same so that at completion the
works shall be in good order and in conformity in every respect with the requirements of the
contract and the Engineer-in-charge.
23. DEFECT PRIOR TO TAKING OVER.
If at any time before the work is taken over, the Engineer-in-charge shall decide that any work
done or material used by the contractor or any sub-contractor is or are defective, or not in
acceptance with the specifications or that the works or any portion thereof are defective or do not
fulfil the requirement of the contract (all such matters being herein after called Defects in this
clause).
As soon as reasonably practicable gives to the contractor notice in writing of the said decision
specifying particulars of the defects alleged to exist or to have occurred , then the contractor shall
at his own expense and with all speed make good the defects so specified.
In case , the contractor shall fail to do so the owner may take at the cost of the contractor, such
steps as may in all circumstances be reasonable to make good such defects. The expenditure so
incurred by the owner will be recovered from the amount due to the contractor. The decision of
the Engineer –in-charge with regard to the amount to be recovered from the contractor will be
final and binding to the contractor. As soon as the works have been completed in accordance with
the contract and have passed the tests on completion, the City Engineer shall issue certificate (here
in after called Completion Certificate) in which he shall certify the date on which the works have

Page 49 of 84
been so completed and passed the said tests and the owner shall be deemed to have taken over
the works in the date so certified. If the works have been divided into various group in the
contract, the owner shall be entitled to take over any group before the other or others and there
upon the City Engineer shall issue a completion certificate will however be for such groups to
taken over only. If by reason of any default on the part of the contractor a completion certificate
has not been issued in respect of every portion of the work within one month after the one fixed
by the contract for the completion of works, the employer shall be at the liberty to use the work
or any portion thereof in respect on which a completion certificate has been issued provided that
the works or the portion there of so used as aforesaid shall be reasonably capable of being used
and that contractor shall be afforded reasonable opportunity for completion of those works for
the issue of completion certificate.
24. DEFECTS AFTER TAKING OVER.
In order that the contractor could obtain completion certificate, he shall make good with all
possible speed any defect arising from the defective materials used during O&M period by the
contractor or workmanship or any omission of the contractor that may have been noticed or
developed after the works or groups of the works has been taken over, the period allowed for
caring such a works will be normally one month. If any defect be not made good within reasonable
time, the owner may process to do the work at contractor’s risk and expense and deduct from the
final bill or Security Deposit such amount as may be decided by the owner or in any other way
vary or affect the contract.
25. COMPLETION CERTIFICATE.
 APPLICATION FOR COMPLETION CERTIFICATE
When the contractor fulfils his obligation under clauses, he shall be eligible to apply for
completion certificate. The contractor may apply for separate completion certificate in respect of
each such portion of the work by submitting the completion documents along with such
application for the completion certificate.
The City Engineer shall normally issue to the contractor the completion certificate within one
month after receiving an application thereof from the contractor after verifying from the
completion documents and satisfy himself that the work has been completed in accordance with
and as set out in construction and erection drawings and the contract documents.
The contractor after obtaining the completion certificate is eligible to present the final bill for the
work executed by him under the terms of contract.
 COMPLETION CERTIFICATE.
Within one months of the completion of the work in all respect, the contractor shall be furnished
with a certificate by the City Engineer of such completion but no certificate until all scaffolding,
surplus materials and rubbish is cleaned off, the site completely not until the work shall have been
checked by the Engineer-in-charge which shall be binding and conclusive. If the contractor shall
fail to comply with the requirements of this clause on or before the date fixed for the completion

Page 50 of 84
of the work, the Engineer-in-charge may at expense of the contractor remove such scaffolding,
surplus materials and rubbish and dispose of the same as he thinks fit and clean off such dirt
aforesaid , and the contractor shall forthwith pay the same amount of all expense so incurred and
shall have no claim in respect of any such scaffolding or surplus materials as aforesaid expect for
any sum actually realized by the sale thereof.
 COMPLETION CERTIFICATE DOCUMENTS.
For the purpose of clause of the following documents will be deemed to form the completion
documents.
The Technical document according to which works are carried out.
Certificates of test performed for various equipments of overhead tank.
 FINAL DECISION AND FINAL CERTIFICATE.
Upon the expiration of the period of liability and subject to the Engineer-in-charge being satisfied
that the work have been duly maintained by the contractor during the monsoon or such period as
herein before provided in clause and that the contractor has in all respect duly made up any
subsidence and performed all his obligations under the contract, the City Engineer shall (herein
referred to as the final certificate) to that effect and the contractor shall not be considered to have
fulfilled the whole of his obligations under the contract until Final Certificate shall have been given
by the City Engineer not withstanding any previous entry upon the work and taking possession
working or using of the same or part thereof by the owner.
26. PERIOD OF LIABILITY AND GUARANTEE.
The contractor shall be responsible for rectifying any defect that may develop due to his
workmanship within the time specified by the Engineer–in-charge failing which the defects shall
be made good by the owner at the risk and cost of the contractor and such cost will be adjusted
against the security deposit. Security deposit will be returned after successful completion of
contract/ expiry of guarantee period.
27. SETTLEMENT OF DISPUTES BY ARBITRATION.
Any dispute or differences that may arise between the Engineer-in-charge on one hand and the
contractor on the other hand regarding the contract, meaning of effect of contract documents,
design, drawings, specifications, estimates, rates of schedule of item or otherwise, quality of
materials, workmanship employed during the execution, failure to execute the instructions of
Engineer-in-charge relating to the works, etc. shall be referred to the arbitration for decision. The
venue of the arbitration shall be the place where the contract agreement is signed. Arbitration
proceedings will be initiated where the contract agreement is signed. Arbitration proceedings will
initiate on receipt of written notice from the contractor addressed to any matter wherein he
intend to go in for arbitration. The arbitration proceedings will be conducted and settled in
accordance with the rules of arbitration of the Indian Council of Arbitration and the award made
in pursuance thereof shall be binding on both the parties.
27. INSURANCE IN RESPECT OF DAMAGE TO PERSONS AND PROPERTY.

Page 51 of 84
The contractor shall be responsible for all injury to persons, animals or things and for all structural
and decorative damage to the property which may arise from the operation or negligence of
contractor 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 damage caused to the buildings and works forming the subject of this contract
by frost or other inclemency of weather. The contractor shall indemnify the owner hold him
harmless in respect of all and any expenses arising from any such injury or damage to persons or
property aforesaid and also in respect of claim made 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 completed 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 owner against all claims which may be made against the owner
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 handing over works to the Vadodara Municipal Corporation with an
approved office a Policy of Insurance/(CAR Policy OR W.C. & Standard Fire and Special Perils
Policy) in joint names of owner and the contractor against such risks from time to time during
the currency all claims which may be made upon the employer whether under the workmen’s
compensation act or any other stature in force during the currency of this 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 handing over the to the corporation with an approved office
of policy of insurance in the joint names of the employer and the contractor against such risks
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 the other damages to any property arising out and
incidental of 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 compensation of damage arising there from.
The owner 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 damage from any sum or to become due to the contractor.
28. FORCE MAJEURE CLAUSE.
Should the failure or delay in execution of contract arise from war, flood, restrain, imposed by the
Government Act or Legislature or other authority, stoppage, delay or hindrance in the supply of
raw materials, fuel explosion, accident, riot or any other inevitable or unforeseen conditions

Page 52 of 84
beyond the control directly or indirectly interfering with the work which may be reasonable
ground for granting the stoppage, the contractor shall not be allowed to claim for any
compensation for loss or damage that would be suffered to him directly or indirectly on this
account.

29. RIGHT OF THE OWNER TO FORFEIT SECURITY DEPOSIT


In any case in which under any clause of this contract, the contractor shall have rendered himself
liable to pay compensation amounting to the whole of his Security Deposit (Whether paid in one
sum or deducted by instalment) or in the case of abandonment of the work owing to serious illness
or death of the contractor or any other cause, the additional city engineer or HOD, on behalf of
VMC shall have power to adopt any of the following courses as man, deemed best suited to the
interest of VMC To rescinded the contract (of which recession notice in writing to the contractor
under the hand of the executive shall be conclusive evidence) and in that case, the Security deposit
of the contractor shall stand forfeited and be absolutely at the disposal of the VMC
To employ labour, paid by the VMC and to supply materials to carry out the work, or any part of
the works, debiting the contractor with the cost of the labour and price of materials as to the
correctness of which cost and price the certificate of the City engineer/Add. City engineer shall
be final and conclusive against Contractor and crediting him with the value of the work done, in
all respect in the manner and at the same rate as if it had been carried out by the contractor under
the terms of this contract and in that case the certificates of the Executive Engineer as to the value
of the work done shall be final and conclusive against the contractor.
To order that the work of the contractor be measured up and to take such part thereof as shall be
unexecuted out of his hands, and to give it to another contractor to complete, in which case, any
expenses which may be incurred in excess of the sum which would have been executed by him (as
to the amount of which expenses the certificate in writing of the City engineer/Add. City engineer
be final and conclusive) shall be borne and paid by the original contractor and shall be deducted
from any money due to him by the VMC under the contractor or otherwise or from his security
deposit or the proceeds of sale thereof, of a sufficient part thereof. In the event of any of the above
courses being adopted by the City engineer/Add. City engineer the contractor shall have no claim
to Compensation for any loss sustained by him by reason of his having Purchased, or prepared
any materials, or entered into any engagements, or Made any advances on account of or with a
view to execution of the work or The performance of the contract. And in case of the contract shall
be rescinded under the provision aforesaid, the contractor shall not be entitled to recover or be
paid any sum, for any work therefore actually performed by him under this contract unless and
until the Executive Engineer shall have certified in writing the performance of such work and the
amount payable to him in respect thereof and he shall only be entitled to be paid the amount so
certified. Whenever any claim against the contractor for the payment of a sum of money arises out
of / under the contract, the owner shall be entitled to recover such sum by appropriating in part
or whole the security deposit of the contractor. In the event of the security being insufficient or if
Page 53 of 84
security has been taken from the contractor than the balance or the total sum recoverable, as the
case may be shall be deducted from any sum then due to which at any time thereafter may become
due to the contractor under this or any other contract with the owner and should this sum be not
sufficient to cover the recoverable amount the contractor shall pay to the Owner on demand the
balance remaining due.
30. ACTION WHEN THE PROGRESS OF ANY PARTICULAR PORTION OF THE WORK IS
UNSATISFACTORY
If the progress of any particular portion of the work is unsatisfactory the City engineer /Add. City
engineer, Executive Engineer shall, notwithstanding that the general progress of the work is
satisfactory in accordance will be entitled to take action, after giving the contractor 10 days’ notice
in writing and the contractor shall have no claim for compensation for any loss sustained by him
owing to such action
31. ACTION WHERE NO SPECIFICATION ISSUED
In case of any class of work for which there is no such specification supplied by the owner as
mentioned in Tender document such work shall be carried out in accordance with Indian Standard
Specifications and if the Indian Standard Specification do not cover the same the work should be
carried as per standard Engineering practice subject to the approval of the Engineer-in-charge.
33. PAYMENT OF REDUCED RATES ON ACCOUNT OF ITEMS OF WORKS NOT ACCEPTED
ASCOMPLETED TO BE AT THE DISCRETION OF THE EXECUTIVE ENGINEER
The rates for several items of works estimated to cost more that Rs. 1,000/ - agreed to within, shall
be valid only when the item concerned is accepted as having been completed fully in accordance
with the sanctioned specifications. In cases where the items of work are not accepted as so
completed the Executive Engineer may make payments on account of such items at such reduced
rates as he may consider reasonable in the preparation of final or on account bills.
34. BILLS TO BE ON PRESCRIBED FORM
The contractor shall submit all bills in typed triplicate monthly on the prescribed forms to
Engineer in charge in case of O&M work. The charges to be made in the bills shall always be
entered at the rates specified and approved in the tender or in the case of any extra work ordered
in pursuance of these conditions, and not mentioned or provided for in the tender, at the rates
herein after proved for such work.
35. WORKS TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIONS, DRAWINGS, ORDERS,
ETC.
The contract shall execute the whole and every part of the work in the most substantial and
workman like manner, and both as regards materials and in every other respect in strict
accordance with the specifications. The contractor shall also confirm exactly full and faithfully to
the designs, and instructions in writing relating to work signed by the Executive Engineer/ And
lodge in his office and to which the contractor shall be entitled to have access for the purpose of
inspection of such office or on the site of the work during the office hours and the contractors shall

Page 54 of 84
if he so requires, be entitled at his own expenses to make or cause to be made copies of the
specifications and of all such designs, drawings or instruction aforesaid.
36. WORKS NOT TO BE SUBLET
The contractor shall not be assigned or Sublette the work without approval of the City engineer
and if the contractor shall assign or sublet his contract or attempt to do so or become insolvent or
commence any proceedings to the adjudicated an insolvent or make any compensation with his
creditors or attempt to do so, the VMC may by notice in writing, rescind the contract. Also if any
bribe, gratuity, gift, loan, prerequisite reward or advantage pecuniary or otherwise shall either
directly or indirectly be given, promised or offered by the contractor or any of his servants or
agents to any public officer or person in the employment of or authorized by the VMC/ in any way
relating to his office or employment, if any such officer or person shall become in any directly or
indirectly interested in the contract, the VMC may, by notice in writing rescind the contract.
In the event of a contract being rescinded, the Security Deposit of the contractor shall thereupon
stand forfeited and be absolutely at, the disposal of the VMC/ and the same consequence shall
ensure as if the contract had been rescinded hereof and in addition the contractor shall not be
entitled to recover or be paid for any work therefore actually performed under the contract.
37. EXECUTION OF WORKS
All works to be executed under the direction and subject to the approval in all respect of Executive
Engineer/ the for the time being, who shall be entitled to direct at what point or points and in
what manner they are to be commenced and from time to time carried on.
38. DECISION OF THE VMC TO BE FINAL
Except where otherwise specified in the contract and subject to the powers delegated to the
Executive Engineer/ the decision of the City engineer for the time being shall be final conclusive
and binding on all parties to the contract upon all question relating to the meaning of the
specifications, designs, drawings and instruction herein before mentioned and as to the quality of
workmanship or material used on the work or as to any other question, claim, right, matter or
thing whatsoever, in anyway arising out of or relating to the contract designs, drawings,
specifications estimates, instructions, orders or these conditions or otherwise concerning the
works or the execution of failure to execute the same, whether arising during the progress of the
work or after completion of abandonment thereof.
39. LUMPSUM IN TENDER
When the estimate on which a tender is made includes lump sums in respect of parts of the work,
the contractor shall be entitled to payment in respect of the items of work involved or the part of
the work in question is not in the opinion of the Executive Engineer capable of measurement, the
Executive Engineer at his discretion pay the lump sum amount entered in the contract and the
certificate in writing of the Executive Engineer/ shall be final and conclusive against the contract
with regard to any sum or sums payable to him under the provisions of this clause.
40. ACTION WHERE NO SPECIFICATIONS ARE AVAILABLE

Page 55 of 84
In the case of work for which there is no such specification, work shall be carried out in accordance
with the GWSSB / P.W.D. or I.S.I. specifications and in the event of there being no GWSSB / P.W.D.
or I.S.I. specifications the work shall be carried out in all respects in accordance with the
instructions and requirements of Executive Engineer.
41. DEFINITION OF WORK
The expressions “Work” or “Works” whenever used in these conditions shall unless, there be
something in the subject or context repugnant to such construction be constructed to mean the
work or the works contracted to the executed under or by virtue of the contract, where temporary
or permanent and whether original altered substituted or additions.
42. QUERRY FEES AND ROYALTIES, ETC.
All query fee, royalties, any taxes, VMC charges and ground rent for stacking materials, if any
should be paid by the contractor
43. IMPLEMANTATION OF PROVIDENT FUND ACT & LABOUR ACT:
It is to be noted that the subject contract would be awarded only to those contractor that have
fulfilled having P.F. Registration Number allotted to them RPFC, The agency to submit Certificate,
Possessing License under Contract labour Act 1970 and to Submit.
44. JURISDICTION
The Contract shall be governed and be constituted according to laws in India. The Contractor will
submit to the jurisdiction of the courts situated at Vadodara for the purpose of disputes, actions,
and proceedings arising out the contract and the courts at Site location only will have the
jurisdiction to hear and decide such disputes, actions, and proceedings.
45. CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION, IF ACTION NOT TAKEN UNDER
POWER TO TAKE POSSESSION OF OR REQUIRE OF OR SELL CONTRACTOR PLANT AND
MATERIAL
In any case in which any of powers conferred upon the City Engineer/Add. City engineer hereof
shall have become exercisable and the same not have been exercised, the no exercise thereof and
such powers shall not constitute a waiver of any of the conditions thereof and such powers shall
not withstanding be exercisable in any future case of default by the contractor for which by any
clause or clauses thereof he is declared liable to pay compensation amounting to the whole of his
security deposit and the liability of the contractor for past and future compensation shall remain
unaffected.
In the event of the City Engineer/Add. City engineer taking action, he may, if he so desires, take
possessions of all or any tools, plant, materials and stores in upon the works or the site thereof of
belonging to the contractor or procured by him and intended to be used for the execution of the
work or any part thereof paying or allowing for the same in the account of the contract rates or in
the case of contract rates not beings applicable at current market rates, to be certified by the
Executive Engineer whose certificates thereof shall be final. In the alternative the City
Engineer/Add. City engineer may be notice in writing to the contractor of his works foreman or

Page 56 of 84
other authorized agent require him to remove such tools plants, materials or stores from his
premises within a time to be specified in such notice and in the event of the contractor failing to
comply with any such requisition, the City Engineer/Add. City engineer may remove them at the
contractor’s expense or sell them by auction or private sale at the risk and cost of the contractor
in all respect, and the certificate of the Executive Engineer as to the expense of any such removal,
and the amount of the proceeds and expenses of any such sale shall be final and conclusive against
the contractor.
46. ALTERATIONS IN SPECIFICATIONS AND DESIGNS NOT TO BE INVALIDATE CONTRACTS.
RATES FOR WORKS NOT ENTERED OR SCHEDULE RATE.
The City engineer/Add. City engineer shall have power to make any alteration in or addition to
the original specifications, drawings and instructions that may appear to him to be necessary or
advisable during the progress of the work and the contractor shall be bound to carry out the work
in accordance with any instruction in this connection which may be given to him in writing signed
by the City Engineer/Add. City engineer Executive/ Engineer and such alteration shall not
invalidate contract. Any additional work which the contractor may be directed to do in the manner
above specified as part of the work shall be carried out by the contractor on the same conditions
in all respect on which he agreed to do the main work, and at the same rates as are specified in the
tender for the main work. And if the additional and altered in the tender for the work, and if the
additional and altered work includes any class of works for which no rate is specified in this
contract, then such class of works shall be carried out at the rates entered in the GWSSB/PWD SOR
rates or at the calculated rates/approved rates whichever are lower. If the additional or altered
work for which no rate is entered in the Schedule of Rates in ordered to be carried out before the
rates are agreed upon then contractors, within seven days of the date of receipt by him of the order
to carry out the work, shall have to inform the Executive Engineer/ Consultant of the rate which
he is intention to charge for such class of work, and to arrange to carry out in such manner as he
may consider advisable provided always that if the contractor shall commence work or incurred
any expenditure in regard there to before the rates shall have been determined as lastly here in
before mentioned then in such cases, he shall only be entitled to be paid in respect of the work
carried out or expenditure incurred by him prior to such date of the determination of the rate as
aforesaid according to such rates as shall be fixed by Executive Engineer.
In the event of a dispute, the decision of the City engineer/Add. City engineer will be final. Where
however, the work is to be executed according the designs, drawings and specifications
recommended by the contractor and accepted by VMC , the alteration above referred shall be
within the scope of such design, drawings and specifications appended to the tender. The time
limit for completion of works shall be extended in the proportion that the increase in cost
occasioned by alterations or additions bears to the cost of the original contract work, and the
certificate of the Executive Engineer as such proportion shall be conclusive.
47. NO COMPENSATION FOR ALTERATION OR RESTRICTION OF WORK.

Page 57 of 84
If at any time after execution of the contract documents, the City engineer/Add. City engineer
/Executive Engineer shall, for any reason what so ever, require the whole or any part of the work,
as specified in the tender, to be stopped for any period or shall not require the whole or part of
the work to be carried out at all or to be carried out by the contractor, he shall give notice in writing
of the fact to the contractor, who shall there upon suspend or stop the work totally or partially, as
the case may be. In any such case, except as provided here under, the contractor shall have no
claim to any payment or compensation what so ever on account of any profit or advantage which
he might have derived from the execution of the work in full but which he did not so derive in
consequence of the full amount of the work not having been carried out, or on account of any loss
that he may be put on account of materials purchased or agreed to be purchased, or for
unemployment of labour recruited by him. He shall not have also any claim for compensation by
reason of any alteration having been made in the original specifications, drawings, designs and
instructions which may involve any curtailment of the work as originally contemplated. Where
however, materials have already been purchased or agreed to be purchased by the contractor
before receipt by him of the said notice, the contractor shall be paid for such materials at the rates
determined by the Executive Engineer they are not in excess of requirements and are of approved
quality and / or shall be compensated for the loss if any, that he may be put to, in respect of
materials agreed to be purchased by him, the amount of such compensation to be determined by
the Executive Engineer whose decision shall be final. If the contractor suffers any loss on account
of his having to pay labour charges during the period during which the stoppage of work has been
ordered under this clause, the contractor shall, on application be entitled to any compensation on
account of labour charge as the Executive Engineer whose decision shall be final may consider
reasonable. Provided that the contractor shall not be entitled to any compensation on account of
labour charges if, in the opinion Executive Engineer, the labour could have been employed by the
contractor elsewhere for the whole or part of the period during which the stoppage of the work
has been ordered as aforesaid.
48. NO CLAIM TO COMPENSATION ON ACCOUNT OF LOSS DUE TO DELAY IN PROCUREMENT OF
MATERIAL FROM MARKET.
The contractor shall not be entitled to claim any compensation from the VMC for the loss suffered
by him on account of delay in the procurement of material from market by contractor where such
delay is caused by
a. Force Majeure
b. Act of God
c. Act of enemies of the State or any other reasonable cause beyond the control of VMC.
49. ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK
If at any time before the security deposit is refunded to the contractor, it shall appear to the City
Engineer/Add. City engineer/ Executive Engineer his subordinate in charge of the work that any
work has been executed with unsound, imperfect or unskilled workmanship or with materials of

Page 58 of 84
inferior quality, or that any materials or articles provided by him for the execution of the work are
unsound or of a quality inferior to that contracted for, or are otherwise not in accordance with the
contract, it shall be lawful for the City Engineer/Add. City engineer /Executive Engineer to
intimate this fact in writing to the contractor and then notwithstanding the fact that the work
materials or articles complained of may have been inadvertently passed, certified and paid for the
contractor shall be bound forthwith to rectify or remove and reconstruct the work so specified in
whole of or in part as the case may require, or if he is required, shall remove the material or articles
so specified and provided other proper and suitable materials or articles at his own charge and
cost; and in the event of his failing to do so within a period to be specified by
The City Engineer/Add. City engineer/ Executive Engineer in the written intimation aforesaid the
contractor shall be liable to pay compensation at the rate of one per cent on the amount of the
contract sum for every day not exceeding ten days, during which the failure so continues, and in
the event of any such failure as aforesaid the City engineer/Add. City engineer /Executive
Engineer may rectify or remove and re-execute the work or remove and replace the materials or
articles as complained of as the case may be at the risk and expense in all respect of the contractor.
If the City engineer/Add. City engineer consider that any such inferior worker materials as
described above may be accepted or made use of, it shall be within his discretion to accept the
same at such reduced rates as he may fix here for.
50. WORKS TO BE OPEN FOR INSPECTION. CONTRACTOR OR REASONABLE AGENT TO BE
PRESENT
All works under or in course of execution in pursuance of the contract shall at all times be open
to the inspection and supervision of the City Engineer/Add. City engineer/ Executive Engineer
and his subordinates or agents appointed by VMC and the contractor shall at all times during the
usual working hours and at all other times at which reasonable notice of the intention of the City
Engineer/Add. City engineer/ Executive Engineer or his subordinate or agents appointed by VMC
to visit the works shall have been given to included. In the specification or other documents
forming part of the contract referred to in these conditions or not and which may be necessary
for the purpose of satisfying or complying with the requirements of the City Engineer/Add. City
engineer/ Executive Engineer as to any matter on which under these conditions he is entitled to
be satisfied or which he is entitles require together with carriage, therefore, to and for the work.
The contractor shall also supply without charge the requisite number of persons with the means
and materials necessary for the purpose of setting out works, and counting, weighing and
assisting in the measurement or examination at any time of the work or materials, failing this the
same may be provided by the Executive Engineer at the expense of the contractor and the expense
may be deducted from any money due to the contractor under the contract or from his Security
Deposit. The contractor shall provide all necessary fencing and lights required to protect the
public from accident and shall also be bound to bear the expense of defence of every suit, action
or other legal proceedings, at law, that may be brought by any person for injury sustained owing

Page 59 of 84
to neglect of the above precautions, and to pay any damages and costs which may be awarded in
any such suit, action or proceedings to any such persons or which may be with the consent of the
contractor be paid in compromising any claim by any such person.
51. HOISTING APPLIANCES ETC.
The contractor shall comply with the following regulations as regards the Hoisting Appliances to
be used by him:
 Hoisting machines and tackle: including their attachments, anchorages and supports, shall be of
good mechanical construction, sound material and adequate strength and free patent defect; and
be kept in good repair and in good working order.
 Every rope used in hoisting or lowering materials or as a means or suspension shall be of suitable
quality and adequate strength and free from patent defect.
 Hoisting machines and tackle shall be examined and adequately tested after erection on the site
and be re-examined in position at intervals to be prescribed by VMC.
 Every chain, ring, hook, shackle, swing and pulley block used in hoisting or lowering materials or
as means of suspension shall be periodically examined.
 Every crane driver or hoisting appliance operator shall be properly qualified.
 No person who is below the age of 20 years shall be in control of any hoisting machine including
any winch or give signals to the operator.
 In the case of every hoisting machine and of every chain, ring, hook, shackle, swivel and Pulley
used in hoisting or lowering or as a means of suspension the safe working load shall be ascertained
by adequate means.
 Every hoisting machine and all gear referred to in the preceding regulation be plainly marked with
the safe working load. In the case of hoisting machine having a variable safe working load each
safe working load and the conditions under which it is applicable shall be clearly indicated.
 No part of any hoisting machine or any gear referred to in regulation above shall be loaded beyond
the safe working load except of the purpose of testing.
 Motors, gearings, transmissions, electric wiring and other dangerous parts of hoisting appliances
shall be provided with efficient safeguards.
 Hoisting appliances shall be provided with such means as will reduce to a minimum the Risk of
the accident descent of the load.
 Adequate precautions shall be taken to reduce to a minimum risk of any part of a suspended load
becoming accidentally displaced.
52. MEASURES FOR PREVENTION OF FIRE
The Contractors shall not set fire to any standing jungle, trees brushwood or grass without a
written permit from the City Engineer/Add. City engineer. When such permit is given and also in
all cases when destroying out of a dug up trees, brushwood, grass etc. by fire, the contractor shall
take necessary measures to prevent such fire spreading to or otherwise damaging surrounding
property.

Page 60 of 84
53. LIABILITY OF CONTRACTOR FOR ANY DAMAGE DONE IN OR OUTSIDE WORK AREA
Compensation for all damage done intentionally or unintentionally by contractor’s labour
whether in or beyond the limits of the work site including any damages caused by the spreading
of Fire mentioned in clause 18 shall be estimated by the Executive Engineer or such other officer
as the VMC may appoint and the estimates of the VMC shall be final and the contractor shall have
to pay the amount of the assessed compensation on demand failing which the same will be
recovered from the contractor as damages in the manner prescribed in clause 1 or deducted by
the City engineer/Add. City engineer from any sums that may be due to or become due from the
VMC to the contractor under this contract or otherwise.
The contractor shall bear the expenses of defending any action or other legal proceedings that
may be brought by any person for injury sustained by him owing to neglect of precautions to
prevent the spread of Fire and shall be also pay any damage and cost that may be the court in
consequence. However in any case VMC cannot be suit under any circumstances.
54. SAFETY CODE
Contractor shall adhere to safe practice and guard against hazardous unsafe working condition
and shall comply with central / State Government safety Rules. Safety Regulations in respect of all
labour, directly or indirectly employed in the work for the performance of Contractors part of this
agreement, Contractor shall at his own expense arrange to all safety provision as per safety code
of Bureau of Indian Standard, The Electricity Act, and such other acts as applicable. Suitable
scaffolding will be provided for workmen for all works that cannot be safely done from the ground
up to any height as required for working ,Scaffolding should be strong enough to prevent any
collapse/Accident .The contractor is responsible for the stability of scaffolding.
55. QUANTUM OF WORK
A bill of approximate quantities for various items accompanies this Tender. It shall be definitely
understood by the contractor, VMC do not accept any responsibility for the correctness or
completeness of this Bill in respect of Items & quantities & this schedule is liable to alteration by
deletions, deductions, or addition to any extent at discretion of the VMC without affecting the
terms of contract. The VMC reserves the right to increase or decrease the quantum of work to any
extent at site without assigning any reason/compensation.
56. REMOVAL OF WORKMEN:
The VMC shall be at liberty to object & require the Contractor to remove forth with from the works
any person employed by the contractor in or about the execution or maintenance of the works
who in the opinion of the VMC miss-conducts himself or is incompetent or negligent in the proper
performance of his duties or whose employment is otherwise considered by the Executive
Engineer to be undesirable &such person shall be replaced by the contractor without delay by
competent substitute approved by VMC.
57. SITE FACILITY:
All temporary structures put up for the works shall be removed and site handed over to Employer

Page 61 of 84
without obstruction.
58. NEW EQUIPMENT AND MATERIAL:
All materials, equipment and spare parts thereof shall be new, unused and originally coming from
manufacturer's plant to the Vadodara Municipal Corporation. There built or overhauled
equipment/materials will not be allowed to be used on work.

59. RIGHTS RESERVED:


The VMC reserves the right to reject any or all tenders, to waive any informality or irregularity in
any tender without assigning any reasons Without assigning any reason, The Vadodara Municipal
Corporation reserves the right to reject the lowest or any other or all tenders or part of its. To
waive any informality or irregularity in any tender, which in the opinion of the Vadodara
Municipal Corporation does not appear to be in its best interest and the tenderer shall have no
cause of action or claim against the Vadodara Municipal Corporation or its officers, employee,
successors or assignees for rejection of this tender. The Vadodara Municipal Corporation further
reserves the right to withhold issuance of the notice to proceed, after execution of the contract
agreement by the successful Tenderer. The Vadodara Municipal Corporation is not obliged to give
reasons for any such action. The Vadodara Municipal Corporation reserves the right to increase
or decrease the scope of work and split the tender in two or more parts without assigning any
reason even after the award of contract.

60. REGULATIONS:
All the equipments and materials including their installation shall conform to the following
applicable latest codes and standards.
Indian Electricity Rules 1956.
The Indian Electricity Act 1910.
Fire Insurance Regulations.
Regulations lay down by the Electrical Inspector of the Government of Gujarat. Regulations laid
down by the Factory Inspector of the Government of Gujarat Relevant Indian Standards
Institution's specification Factory Acts.
Any other Rules & regulations and condition of Supply lay down by the MGVCL. In instances
where two codes are at variance, the more restrictive requirements shall apply.

61. WATER SUPPLY AND ELECTRICITY:


For O&M work, if available electric power supply will be provided free of cost. The Contractor
shall be responsible for all the arrangements needed to draw water & electric supply necessary
for the Works/ watering for plantation/garden at its own cost and expense. He has to make all
arrangement to get power supply safely through cable as per electrical rules regulation from the
point of supply shown by engineer in charge.
62. QUALITY ASSURANCE:

Page 62 of 84
The option for selection of the Make/product/Brand shall rest with Vadodara Municipal
Corporation, i.e. the contract or shall have to supply the materials, equipments, plants of a make
as approved by the Vadodara Municipal Corporation.
All equipment and materials used shall comply with the relevant Indian Standard/International
Standards unless a more rigorous requirement is specifically stipulated. If no applicable Indian
Standard is available for any item of equipment of materials, the corresponding International
Standards dealing with the subject in question shall be adopted. In every condition the latest
specifications, standards etc. shall apply unless otherwise stated. In instances where there is a
conflict between two codes (the Indian Standard accepted), the more restrictive of the two shall
apply.
63. QUALITY STANDARDS:
Where the name of one or more manufactures has been shown on the drawings or mentioned in
these specifications, it has been so done to indicate type and quality required and acceptable. No
restrictive choice is either implied or intended, and tenderer are bind to tender makes of
equipment or materials from vendor list mentioned in the tender documents only, comply with
these specifications and the requirements.
All equipment shall be procured from reputed manufacturers and shall bear ISI certification mark
whenever applicable. The equipment shall conform to the latest I.S. Standard Specification.
64. COMPENSATION FOR DELAY:
The time allowed for carrying out the work as entered in the tender shall be strictly observed by
the contractor. The work shall throughout the stipulated period of the contract be proceeded with
all the diligence (time being deemed to be the essence of the contract) and the contractor shall
pay to the owner as compensation an amount as below as the Engineer-in-charge (whose decision
in writing will be final) may decide on the amount of the Contract cost of the whole work as shown
in the tender, that the work may remain incomplete as per the time schedule, subject to a
maximum compensation of 10 % of the total cost of the whole work after which the action will be
taken by the Engineer- in-charge.

Sd/-
Executive Engineer
W.W (Elect/Mech)
Vadodara Municipal Corporation

Signature of Tenderer(s) with the seal of the firm.

Page 63 of 84
CHAPTER – VIII

SPECIAL CONDITION OF TENDER

1. The contractor shall make necessary storage arrangement for all items (one by one) supplied
require for O&M work, Security of all supplied equipments will be arrange by contractor till
completion of whole O&M work, for that require security staff shall also be provided at his own
cost and risk till completion of whole O&M work, otherwise any item/equipment stolen, misplace
or created damages, contractor must necessary arrangement for re-supply and/or repair of the
same item/equipment at his own cost and risk.
2. Contractor will be responsible for any damage created during transportation and loading-
unloading for O&M work, if found that require rectification/replacement immediately to be done
at contractor’s cost and risk.
3. Contractor will be responsible for any accident during O&M work, if found all require
arrangement immediately to be done at contractor’s cost and risk.
4. In case of any dispute in execution of work, specification, terms and conditions, decision of the
Municipal Commissioner shall be final and binding to the contractor.
5. Tender shall remain valid for acceptance for a period of 120 days from the date of opening of the
Price-bid of the tender.
6. The Tenderer shall pay EMD as given in the notice inviting tenders failing of which tender is liable
to be rejected. The earnest money can be paid by DD from any nationalized bank in favour of The
Municipal Commissioner, Vadodara Municipal Corporation, Khanderao Market, Vadodara.
7. The person / Firm whose tender is considered shall pay 3 % amount of contract value as a security
deposit and enter into an agreement on Gujarat Government stamp paper of proper value within
7 (seven) days from work order date. Security deposit in the form of Bank Guarantee shall not be
accepted. Alternatively 3% S.D. shall be deducted from first two bills. It will be released after
completion of the work / project.
8. No interest shall be given on EMD or S.D. The Earnest Money Deposited by the unsuccessful
Tenderer will be refunded within a reasonable period of time without any interest.
9. Penalty will be applicable in case for delay in maintenance work and absence of manpower as per
mentioned elsewhere in tender.
10. The contractor is requiring giving rates of all the items shown in the different price schedule
attached with the tender. This is requiring for maintenance of books of accounts and part payment
shall be made considering these rates only. However tender shall be allotted considering total
price in the summary of price schedule.
11. All items of supply shall be of relevant ISI or ISO whichever is applicable or as specified and the
work done shall be with standard practices of Mechanical & Electrical engineering. All necessary

Page 64 of 84
equipments required for erection shall be arranged by the contractor, and Electrical work shall be
carried out as per Electricity Rules.
12. The contractor should enclose documents to show about his previous experience of having
successfully completed in the recent past the work executed together with the tender.
13. Submission of a tender by a tenderer shall mean that he has read this notice and contract
documents and has made himself aware of the scope and specifications of the work to be done
and of conditions and nature of required quantities of materials stores, tools and plants etc. that
may be required by him in carrying out the work and of local conditions and laws and bylaws
of the Government, Vadodara Municipal Corporation and other factors bearing influence on the
execution and cost of the works.
14. The contractor shall provide all necessary materials, equipments, labour and technical staff,
Engineer etc. for O&M work at his cost and risk till completion. Contractor shall have to take
necessary insurance cover for his personnel.
15. Advance payment terms shall not be granted.
16. The Tenderer shall initial all the pages of the tender.
17. Only electrical licensed contractor shall be allowed to quote the tender. Copy of valid licensed
contractor is to be attached along with the tender.
18. Any deviation in the terms and conditions and technical specifications shall not be allowed.
19. All electrical installation work shall be carried out as per Electricity rules and regulations.
Contractor shall make all necessary arrangements for inspection of the installation from IMP
division including necessary drawings and certificates at his cost and risk for approval and
arrangement of compound with door covering 11kv DP Structure as per Electricity rules and
regulations.
20. Any revision or amendment in the IS code shall be considered and items shall be supplied with
prevailing IS code.
21. ARBITRATION CLAUSE: In case of all the disputes, decision of the Municipal Commissioner shall
be final and binding to the bidder & Municipal commissioner shall be the Lead arbitrator.
Additionally, arbitration and legal matters/proceedings associated within this scope/tender shall
be subject to Vadodara Court’s Jurisdiction only.
22. Errors and Discrepancies in Tenders Should the Schedule of quantities and Rates submitted with
the tender be found to contain errors, or discrepancies, the Owner / City Engineer/ Add. City
Engineer will not permit any bidder to change the substance or price of his bid after the bid
opening. In case of discrepancy in the quoted rate and the corresponding amount the rate quoted
in words in all cases shall govern. Also the bidder will not be permitted to correct or withdraw
material deviations or reservations once bids have been opened.
23. The Bidder shall be considered to have visited the site of work, fully acquainted himself with the
local situations regarding materials, labour and other factors pertaining to work and studied the

Page 65 of 84
plans and estimates before submitting the tender. Bidder must have to upload confirmation for
site visit along with tender documents.
24. Miscellaneous items for carrying out O&M work shall be arranged by contractor. No extra
payment for this miscellaneous items will made to the contractor.
25. If any deviation require in tender terms, condition, specification, item or data as per actual and
latest amendment/revision/required as per site situation for execution of work the decision of
Engineer-In-Charge, VMC shall be final.
26. Tenderer has to follow GWSSB technical specification & VMC approved vender list for items, if
particular specification is not specified in the tender.
27. If the work executed is found to be of inferior quality or of any substandard quality not confirming
to the specifications at any point of time during the inspection of by Engineer-in-charge or any
higher Authority, the contract shall be terminated without assigning any reasons thereof f and no
payment shall be made towards the probable damages or loss caused to the contractor and
materials purchased by him for this work and no compensation whatsoever either shall be paid
to contractor by Municipal Corporation.
28. The contractor shall take “All contract risk insurance policy” for all workers & labours of
contractor & client working at site & Third Party throughout the contract period OR “Work’s man
compensation policy” for all workers and labours of contractor and clients working at site and
“Third party insurance policy” to fully cover all third party type risk. The Contractor shall take
“Standard Fire and Special Perils Policy” for Ele.& Mech. Machineries. The insurance policy so
taken by the contractor for such purpose shall be in the joint name of the contractor and the client
and the policy shall be deposited with the clients.
29. The contractor should note that the conditional tenders shall be out rightly rejected.
30. Vadodara Municipal Corporation shall not provide ‘C’ form for tax purpose.
31. The work contract tax shall not be paid to the contractor.
32. No price variation or escalation shall be paid to the contractor.
33. The tender will be liable to be rejected outright, if while submitting it ----

 The tenderer proposes any alteration in the work specified in the tender or in the time limit
allowed for carrying out the work or any other condition.
 Any of the pages of the tender are removed or replaced.
 Any errors are made by him in the tender.
 All corrections and addition or pasted slip are not initiated by tenderers.
 The tenderer or in the case of a firm, each partner thereof does not sign or the
signature/signatures is/are not attested by a witness on page of the tender in the space provided
for the purpose.
 The tenderers which do not fulfil any of the condition of those in the printed form and those
tenders which are incomplete.

Page 66 of 84
 Prices to be quoted inclusive of all taxes, duties, cess, construction cess, duties on materials and
finished goods etc. however rate remains to be quoted excluding GST (if applicable) Primarily.
If the supply part of operation and maintenance contract is less than 25% the O&M services shall
be treated as pure service and accordingly no GST is applicable vide notification no. 2/2018-
central tax (rate), Government of India. Ministry of finance dated-25/01/2018 for Urban local
body (ULB) services schedule-12-242W, otherwise GST will be applicable accordingly. in such
case actual amount paid by contractor on part of GST will be reimbursed to the contractor upon
production of payment of receipt validated by contractor’s chartered accountant (CA) and
chartered Engineer. Further, Separate ledger book and accounting shall be maintained by
contractor and shall be produced for verification by Surat Municipal Corporation for both cases.
Whether the GST is applicable or not.
No claim for additional Payment beyond the Prices quoted will be entertained and tenderer will
not be entitled to subsequently to make any claim on any ground excepting for the condition
mentioned in this tender.

Sd/-
Executive Engineer
W.W (Elect/Mech) Dept.
Vadodara Municipal Corporation

Signature of Tenderer(s) with the seal of the firm.

Page 67 of 84
CHAPTER – IX
Penalty Clause (Penalty Schedule) for O&M work
 Penalty will be charged as per bellow:
1. For absence of Engineer Rs. 1200/- per day will be deducted.
2. For absence of Operator, Supervisor, Key man category Rs.1000/-per day per person will be
deducted.
3. For absence of forth category staff (Watchman, Helper) Rs.800/-per day per person will be
deducted.
4. Average monthly P.F. (Power Factor) shall be maintained up to 0.98 and above. If average P.F.
(Power Factor) of the monthly energy bill remains as bellow, penalty in addition to penalty loaded
by MGVCL will be charged extra as bellow.
Between 0.96 to 0.979 = Cos Ø Rs.4000/- per month

Cos Ø= Less than 0.96 & up to 0.90 Rs.5000/- per month

Cos Ø= Less than 0.90 Rs.6000/- per month + Penalty levied by MGVCL.

5. Power supply failure due to poor maintenance / any other reason in electrical yard / switch gear
/ LT panel , capacitor shall be highly objected & shall be rectified and restore within one hour by
contractor. Otherwise penalty shall be levied @ Rs. 200/- Hr. till restoration of power supply.
6. The restoration period for repairing work / replacement work shall be as under.
(The period shall be counted from intimation received / given to the contractor)

Sr. Type of work Restoration period


1. Repairing of GI / PVC Piping within premises for 24 hours after decanting the system,
elevating water to WDS & various equipment. with replacement of all fittings
including valves
2. Repairing & replacement of spares of all types of big 1 day
valves (of Main delivery, Feeder, Suction-Delivery of
pumps, scaver etc.)
3. Repairing of MS /CI / DI / Column Pipe in the 1 day.
Sump/Delivery/Scaver
4. Replacement of electro-mechanical spares of Pump, Maximum four days or earlier as per
Motor, starter, HT, LT and APFC panel, D.G. Set Spares & requirement & instructed by
all other equipments Engineer- in-charge
5. Transformer Winding/D.G. set repairing 30 days
6. Motor winding/Repairing 10 days
7. Pump Repairing 10 days
8. Dewatering pump repairing/motor rewinding 10 days
9. Chorine plant/ Level indicator/Flow meter or any other 1 day
instrument repairing
10. Lugging & Jointing of LT / HT cables with providing kit & Emergency within 24 hours
GOD repairing & necessary other equipment
11. All other types of Break Down maintenance As decided

Page 68 of 84
12. For major repairing shut down restoration will be given as per requirement by engineer in
charge.

 In case of non-comply of the restoration mentioned in above table period as above the
recovery / deduction at the rate of :
Rs. 200/- per Hour (For work restoration period of one day).
Rs. 2000/- per day (For work restoration period more than one day).
Maximum up to 10% of Contract Order Amount.
7. If any Electrical/Mechanical machinery is seen in working condition but their sub parts are
damaged or in non-working condition than penalty per machinery will be applied as bellow:

Rs.200/-per day From the 11th days to 15 days.

After 15 Days penalty will be applied for whole the period of not working of
Rs.400/-per day
machinery.

8. As per instruction of department O & M staff have to operate distribution zone valves / Feeder
valves / main delivery valves fully or partially. If malfunction/negligence found in valve operation
penalty will be applied as mentioned below.
Rs. 1000 For first time per incidence
Rs. 1500 For second time per incidence
Rs.5000+Removal of that man power In case of More than two times per incidence
9. If contractor seems failed to do daily maintenance, housekeeping or periodic / routine works, the
penalty levied will be Rs.500/- per day/work.
10. If underground water tank (UGSR) / OHT will be overflowed by any reason of negligence, then
penalty shall be levied at Rs.5000/- for OHT overflow and Rs. 10000/- for UGSR overflow per
incidence.
11. Rs 100/-per day per person will be penalized in case of non-wearing of uniform.
12. In case of non-working of WDS, due to staff problem issues the :
Penalty of Rs. 10000/- per Hour for first time incidence.
Penalty of Rs. 20000/- per Hour for Second time incidence.
Contractor will be Terminated/Blacklisted for Third time incidence.
13. Above all penalty will be deducted from relevant Running bill /security deposit.
14. For circumstances out of control of contractor, Head of the Department is authorized to decide
waiver of full/part of the above penalties listed above.
15. For absent of Manpower staff penalty will be charged up to no limit.

Sd/-
Executive Engineer
W.W (Elect/Mech) Dept.
Vadodara Municipal Corporation

Signature of Tenderer(s) with the seal of the firm.

Page 69 of 84
CHAPTER – X
Preventive Maintenance Guidelines
Centralized Preventive Maintenance Guidelines Mechanical Item
Sr. Items Mechanical Preventive Maintenance required Frequency
1. Leakage through stuffing Box/Gland
Monthly
2. Noise/Vibration while Opening or Closing the Valve.
Sluice Valve
1. Lubrication of Exposed Moving Parts. Six Monthly
1. & KGV
1. Condition of Body seat Ring/Wedge seat Ring Faces- Every 03
scratches, dent marks, intactness. Years
2. Condition of Spindle & Spindle Nut/Yoke Sleeve Threads During O/H
1. Leakage through Valve Seat.
Monthly
2. Noise/Vibrations while Opening or Closing
1. Condition of Door Face/Body Ring faces-scratches, dent Every 03
2. NRV / DPCV
marks, intactness. Years
During
2. Condition of Hinge Pin
O/H
1. Leakage through gasket for small orifice nipple
2. Leakage through rubber seal in low pressure chamber Every FIVE
3. Continuous leakage through vent in small orifice plug (for Month
3 Air Valve
high pressure chamber)
1. Condition of Float Balls, Rubber seal in Low pressure
Yearly
chamber.
1. Checking alignment of Actuator with its equipment
2. Check Noise & Vibrations
3. Check limit switch & torque switch settings
4. General Cleaning of Actuator
Monthly
5. Check manual function of actuator
4 Actuator
6. Check tightening of fasteners
7. Check moisture in control section
8. Check tightening of wire terminals
1. Lubrication of actuator
Yearly
2. Painting of actuator & adaptation kit.
HSCF / 1. Check grease in bearing housing/thrust bearing housing (if
POLDER / Applicable)
2. Check oil level in lube oil tank Daily
5
3. Check pressure gauge reading
4. Check bearing Temperature
Page 70 of 84
VT / 5. Check leakage through stuffing box
SUBMERCIB 6. Check noise and Vibration
LE 7. Check water level, voltage and current
PUMPSET 1. Change of oil in thrust bearing housing Six Monthly
Every FIVE
1. Over hauling (every 8000 Working Hrs.)
Years
1. Check push bottom operations
Monthly
2. Check limit switch
1. Lubricate load chain wheel and load chain
2. Check brake operations
Quarterly
3. Check smooth movement of hook
EOT / HOT
6 4. Check Oil
Crane
1. Check oil by replaced by new
2. Check Clearance between trolley and runway beam flange
(range : 5 to 10 mm) Yearly
3. Check wearing in chain
4. Seeking safety licence / certificate from consultant
1. Check leakage from Engine fuel system, cooling system &
lubrication seals
2. Check the alternator for obstruction in the cooling air
ventilation screen
3. Check the alternator & control box heavy accumulation of Daily
dust & dirt
4. Check fuel level &coolant level
5. Check for any abnormal noise, vibration & high temperature
6. Check the control panel functions
1. Check the air filter
7 DG Set
2. Check the condition of fan & alternator belt & their tension
3. Check all hose connection & hose conditions
Weekly
4. Check the engine oil level
5. Check battery terminals
6. Check the battery electrolyte level
1. Cleaning of alternator
Monthly
2. Greasing of bearings of alternator
1. Check all functions of the DG sets
2. Clean battery cap vents Six Monthly
3. Check all functions of the instrument& control panel

Page 71 of 84
4. Tighting of all fasteners of DG set & control panels
5. Change the air filter if required
1. Paintings of pole:- Scrapping, cleaning and coating with red
oxide and two coat of aluminium paint
Street light
2. Luminaries:- Cleaning and checking for its illumination level Yearly
8 Pole and
3. Foundation of street light pole:- White wash with necessary
Luminaries
civil repairing
4. Earthing
Electrical & instrumentation items:

Electrical & Instrumentation preventive


Sr. Items Frequency
maintenance required
Tighten if found loose
Clean with air blower & clean the accessible parts
Air Circuit by dry lint free cloth. Once in
1
Breaker Remove cause and replace the part Year
Apply PTFE grease, Beacon Q2 grease or its
equivalent
Take necessary action if not found OK
Tighten if found loose Once in
2 MCCB
Take necessary action if not found OK Year
Tighten if found loose
Soft Starter
3 Take necessary action if not found OK Monthly
& its cubical Blow dust by Air blower
Take necessary action if not found OK
Tighten if found loose
LT/Starter Clean the contact by using smooth Emery paper or Monthly
4 Contactor
1 CRC spray
Panel Take necessary action if not found OK
Tighten if found loose
If megger value not achieved, placed for heating & Monthly
Auto- re varnishing if req.
5
Transformer Filter the oil & replace if required. Yearly

Take necessary action if not found OK Monthly


Replace if not found OK
Replace if not found OK Monthly
6 Capacitor
Take necessary action if not found OK

Blow dust by Air blower


Panel Re-tighten if found loose Monthly
7
cubical Replace if required.
Take necessary action if not found OK
Take suitable action if earth resistance is high
Earth
8 If found damage, replace/repair the earth strip. Yearly
resistance
Clean the bushing & replace if found damage
2 Transformer 1 Bushing Sealing the oil leakage Half Yearly
Re-tighten if found loose
Page 72 of 84
Tap changer
2 If not found OK replace it.
Switch Half Yearly
Sealing the oil leakage
Transformer
3 Filter the oil & replace if required. Yearly
Oil
4 Gasket joint Sealing the oil leakage
Replace if found damage
Breather & The old silica gel may be reactivated. If silica gel is
5
Silica gel pink replace it by new.
Half Yearly
If not found OK, do filtration or re-insulating / re-
varnishing the winding
6 Winding
Replace fuse/connector if required Yearly
Take suitable action if earth resistance is high
Earth
7 If found damage, replace/repair the earth strip. Yearly
resistance
Tighten if found loose
Clean with compressed air & clean the accessible
Terminal
1 parts by dry lint free cloth.
Box
Replace if not found OK

If megger value not achieved, placed for heating &


3 Motor 2 Winding re-varnishing if req. Monthly

Earthing
3 Replace if not found OK
Strip
Replace if not found OK
4 Heater Take necessary action if not found OK

1 Terminal Tighten if found loose


Cable
4 HT/LT Cable 2 Take necessary action if not found OK Once in
Insulation
Year
Earthing Take necessary action if not found OK
3
Strip Tighten if found loose
Terminal/
1 Tighten if found loose
Jumper
Clean with dry lint free cloth.
2 Insulator
Replace, if damage found
Outdoor
5 3 GOD switch Take necessary action if not found OK Once in
Yard Drop out Year
4 Take necessary action if not found OK
Fuse
Take necessary action if not found OK
Earthing
5 Take suitable action if earth resistance is high
Strip
If found damage, replace/repair the earth strip.
1. Physical cleaning
2. Physical condition of
Ultrasonic Level Indicator/ sensor
6 Ultrasonic Differential Level 3. Display checking of Monthly
Transmitter Indicator
4. Cable connection
checking
1. General Cleaning
7 MCC Panel 2. Cable Lugs Tightening Monthly
3. Contactors
Page 73 of 84
4. Fuse Unit
5. Bus bars
6. Meters
7. ON/OFF Switch
8. Check of Earthing
1. General Cleaning
2. Cable Lugs Tightening
3. Contactors
4. Fuse Unit
8 APFC Panel 5. Bus bars 15 days
6. Meters
7. ON/OFF Switch
8. Check of Earthing
9. Relay operation checking in auto mode
1. General Cleaning
2. Cable Lugs Tightening
3. Bypass Contactor operation checking 4. Fuse
Unit
Variable Frequency Drive
9 5. Bus bars 15 days
(VFD) / Soft Starter
6. Meters
7. ON/OFF Switch
8. Check of Earthing
9. Parameter setting
1. General Cleaning
2. Cable Lugs Tightening
3. DO Fuse Unit
10 GOAB switch structure 4. GOAB Switch alignment Monthly
5. Check of Earthing
6. Lightening arrestor checking
7. CTPT terminal testing
1. Physical Cleaning
2. Physical condition of sensor
Flow meter Half Yearly
11 3. Display checking of Indicator
4. Gland & Cable connection checking
Pressure Transmitter
1. Physical cleaning
2. Physical condition of sensor
12 Monthly
3. Display checking of Indicator
4. Cable connection checking
1. Check all the joints by ammonia for any leakage Weekly
2. All the valves on gas line must be operated
irrespective of the function
Chlorinator (Vacuum Feed) /
13
(Gravity Feed) 3. Cleaning of the chlorinator
Note: While replacing the chlorine tonner always use new lead
gasket.
Note: Above list is for guidance only, detailed schedule / list shall be got approved by the contractor on
the beginning of the contract.
Sd/-
Executive Engineer
W.W (Elect/Mech)Dept.
Vadodara Municipal Corporation
Signature of Tenderer(s) with the seal of the firm.

Page 74 of 84
Checklist
Sr. Description Remarks
1. Tender Fee ( Demand Draft / Pay Order ) Rs.
D.D.No.:
Bank:
2. 2% E.M.D. ( Demand Draft / Pay Order ) Rs.
D.D.No.:
Bank:
3. Original Legal & Stable Power of attorney.
4. The Tenderer must have registered in appropriate class for
Electrical Category either with Vadodara Municipal
Corporation, Central/State/ PWD/ M.E.S./Semi Govt.
organizations.
5. Electrical Contractor License Up to Year :
Issuing Authority

6. Valid Solvency certificate Bank


Validity
Amount
7. Average annual financial turn over during the last 3 years
ending 31st march of the Previous financial year, should be at
least 30% of the estimated cost.
8. Tenderer should have carried out single similar nature job
works during last 7 years
a)40% of estimated amount X 3 works a)
b)50% of estimated amount X 2 works b)
c)80%of estimated amount X 1 work c)
9. Detail Technical Literature / Catalogue.
10. Organization setup / Staff Details.
11. Sales Tax registration
12. Service Tax registration
13. Last receipt of Provident Fund and ESIs
13. List of work on hand along with supporting documents.
14. Tax statement of IT – Form 26AS for the last FIVE years

Signature of Tenderer(s) with the seal of the firm.

Page 75 of 84
ANNEXURE-I
STATEMENT SHOWING ANNUAL AVERAGE TURN OVER OF LAST FIVE YEARS
No Year Annual Turnover (Rs.) Proof Remarks

 Bidder is requested to refer to qualification criteria attached.

Signature of Tenderer(s) with the seal of the firm.

Page 76 of 84
ANNEXURE-II
STATEMENT SHOWING THE SIMILAR WORKS COMPLETED IN THE LAST SEVEN YEARS &
THE SIMILAR WORKS ON HAND
Actual Percentag Reason
Typ Estimate Date of Schedul Actua amoun e& s for
Name of Tender
e of d cost of award e Date l Date t of Amount delay

Remarks
N Departm amoun
wor work of of of work of Penalty in
o ent/ t (in
k& contra complet compl compl comple
Client (In Rs.) Rs.) (In % and
cap. ct ion etion eted tion of
(Rs.) Rs.) work

 Bidder is requested to refer to qualification criteria attached.


 Bidder shall give completion certificate from client.
 In absent of such completion certificate, experience shall not be considered for evaluation. If
completion certificate covers “Similar work with other work” then bidders shall have to
submit copies of final bill indicating similar work or certificate of amount indicating “Similar
work” from relevant authority

Signature of Tenderer(s) with the seal of the firm.

Page 77 of 84
ANNEXURE-III
Performa for declaration regarding works on hand with the tenderer
Sr. No. Name of Estimated Date of stipulated Amount Brief Name of
work Cost issue of period of of work details of Client
with work completion done delay, if
place order any
1 2 3 4 5 6 7 8

Signature of Tenderer(s) with the seal of the firm.


(Note: Amount of work done in Column 6, should be given up to the month previous to the month in
which tenders are invited).

Page 78 of 84
ANNEXURE-IV
TECHNICAL DETAILS OF NORTH HARNI WDS
Sr. Items Details & Specifications Qty.
2-Pole Structure complete with poles, 11 KV Disc Insulator,
1 2 Pole Structure lightening arrester, 400 Amp GOD Switch & Drop out Fuse 2
Assembly.
Make: Voltamp Transformers Ltd.
KVA : 400
No Load Voltage (H.V. Side) : 11000
No Load Voltage (L.V. Side) : 433
2 Transformer Phase (H.V. & L.V. Side) : 3 ph 2
Frequency : 50 Hz
Oil in litres: 340
Years of Manufacture : 2010
Sr. No. DEL-713/01 & DEL-713/02.
Make : Alpha Nippon drives & controls .
Incomer: 800 Amp. ACB - 2 No.,
Bus coupler: - 800amp. ACB – 1 No.
LT Panel & APFC
3 Outgoing Motor feeder 400 Amp. 1
Penal
Outgoing APFC Feeder 400 Amp.
Outgoing Feeder 132.50 Amp.-03nos

Make : Alpha Nippon drives & controls .


Soft Starter
4 Rating : 75 KW (Soft Starter) 3
Voltage : 415 V
Make : innovative technomics pvt.
5 APFC Panel 1
Rating : 75kw
Make : ABB Make
6 Ele. Motor RPM : 1475 3
Capacity : 75KW/100 HP
Type : DV-50
Pump Make: Kirloskar
Motor Make :Kirloskar
7 Vacuum Pump Motor HP/KW : 10/7.5 2
Starter : 10 HP
Type : Star Delta Starter
Make : Aqua Make
8 Chlorine Plant 1
Type: Gravity Feed Chlorine Plant
3 Ton Capacity gantry with manually driven chain pulley block 4
9 HOT Crane 1
way travelling trolley.
Fire & Safety
10 Fire extinguisher (4.5kgs Each) 3
Equipment
11 OHT Level Mercury level -1 No. (For OHT) 1
12 UG Sump Level Mechanical Level (For UG Sump) 2
Feeder line (350 mm dia) 1
13 Flow meter Pump Delivery Line (350 mm dia) 1
OHT Main Delivery Line (600 mm dia) 0
14 Instrumentation Level Transmitter, Pressure Transmitter, Cl & pH Analyser,
& Related Penal Indication Penal etc.
1

Page 79 of 84
Note:- All above machinery & equipments are for the guide line purpose only, if machinery &
equipments existing at pumping stations excluding above list and newly install during O & M are
also in the scope of contract.

Sd/-
Executive Engineer
W.W (Elect/Mech) Dept.
Vadodara Municipal Corporation

Signature of Tenderer(s) with the seal of the firm.

Page 80 of 84
ANNEXURE-V
BID CAPACITY CALCULATION:

Assessed Available Bid Capacity= (A x N x 2 – B)

The bidding capacity of the contractor should be more than the estimated cost of the work put to tender.
The bidding capacity shall be based on the formula: (AxNx2)-B where,
A - Maximum value of electrical work executed in any one year during last 5 years taking into account
the work completed as well as work in progress. (Updated 2017-2018 price level)

Year Rupees Multiplying


Factor

2021-22 x 1.1 =
2020-21 x 1.21 =
2019-20 x 1.33 =
2018-19 x 1.46 =
2017-18 x 1.61 =

A = Rs. _________________

B- Value of existing commitments and on-going work to be completed during the next ‘N’ years.
B = Rs.__________________

N = No. of years (i.e. 0.5 years) prescribed for completion of the works for which bids are invited (Six
months).

N = Years__________________

As Mentioned in Annexure A.

So ; Our Bid Capacity = (A x N x 2 – B)


= (…………. x ………….. x 2– …………)
= Rs. ______________

Page 81 of 84
ANNEXURE-VI
Documents Attachment with monthly O & M Bill:

અ.નં. પત્રક નં. ટાઇટલ


કર્મચારીઓના નાર્, હોદ્દો, લાયકાત, ઘરનું સરનાર્ું, ર્ોબાઇલ નુંબર, કરે લ
૧ Annexure - A
ર્ાસસક પગારની યાદી
પ્રવતમર્ાન Minimum Wages act ર્જબ કરે લ ર્ાસસક પગારને સર્ર્મન
૨ Annexure - B આપતું બેંક સ્ટે ટર્ેન્ટ (Online Bank Statement / બેંક ર્ેનેજરે દ્વારા
પ્રર્ાસિત કરે લ )
૩ Annexure – C તારીખવાઇઝ અને ત્રિ શીફ્ટવાઇઝ વીજવપરાશન પત્રક
૪ Annexure – D તારીખવાઇઝ કરે લ સનભાવિીની સવગતવાર ર્ાહહતી
નસવન કર્મચારીની સનર્ણુંક કયેર્ી જરૂરી દસ્તાવેજસહ લાયકાત(, ઘરનું
૫ Annexure – E
સરનાર્ું, ર્ોબાઇલ નુંબર સુંબુંસિત એન્ીનીયરને લેસખત જાિ કયામની )
૬ Annexure – F વપરાશ ર્યેલ ર્ાલસાર્ાનની સવગત
૭ Annexure – G દરે ક કર્મચારીના લાયકાતના પ્રર્ાસિત કરે લ સટીફીકે ટની નકલ
૮ Annexure – H કર્મચારીની હાજરીની સવગતનું પત્રક
તારીખવાઇઝ ર્ોટર પુંપસેટ કાયમરત રાખ્યાના ચાલ બુંિના સર્ય સહહત કે ટલા
૯ Annexure – I
કલાક-સર્નીટ ચાલ્યા તેર્જ કે ટલા એમ્પીયર સહની સવગત
૧૦ Annexure – J છેલ્લ ભરે લ Provident Fund ના ચલનની નકલ
૧૧ Annexure - K ઇન્સ્યોરન્સ પોલીસીની નકલ
૧૨ Annexure – L કર્મચારીના ESI ના ચલનની નકલ.
ર્ીનીર્ર્ વેીસ ર્જબ કર્મચારીઓને પગાર ર્ળ્યા અુંગેનો બાુંહેિરી પત્ર
૧૩ Annexure – M
)કર્મચારીઓની સહીઓ સહહત(

Sd/-
Executive Engineer
W.W (Elect/Mech) Dept.
Vadodara Municipal Corporation

Signature of Tenderer(s) with the seal of the firm.

Page 82 of 84
TENDERER'S/CONTRACTOR'S CERTIFICATE
I / We hereby declare that I/We have pursued in detail and have examined closely the

specifications / general terms & conditions / special terms / important instructions / note described

in the tender document. I / We hereby agree to be bound by and comply with all such specifications /

terms conditions etc. I / We also certify that I / We have visited the site and inspected the locations of

the proposed work before quoting my/our rates.

Signature of Tenderer(s) with the seal of the firm.

Page 83 of 84
NO BLACKLISTING/ DEBARMENT
(To be submitted on the Letter head of the Bidder)

Date: DD / MM / YYYY

To,
Executive Engineer (Electrical/Mechanical),
Water Works Department,
Room No. 210, Khanderao Market Building
Vadodara, Gujarat- 390 209.

Subject: Declaration for not being debarred/ black-listed by Central Government/ any State
Government/ Public Sector Undertaking in India or similar agencies globally as on the last date of
submission of the bid.

Tender ID No:

Dear Sir/Madam,
I, authorized representative of, hereby Leadenly confirm that is not debarred/ black-listed by
Central Government/ any State Government/Public Sector Under taking in India or similar agencies
globally forum satisfactory past performance, corrupt, fraud any other unethical business practices or
for any other reason last date of submission of the Bid. In the event of any deviation from the factual
information / declaration, reserves the right to reject the Bid or terminate the Contract without any
compensation to the successful Bidder.

Thanking you,

Yours faithfully.

Signature of Authorized Signatory (with official seal) Date:


Name: Designation: Address: Telephone & Fax:
E-mail address: (Name) (Designation) (Address)

In the presence of:

1. 2.

Page 84 of 84

You might also like