You are on page 1of 22

AHMEDABAD MUNICIPAL CORPORATION

SOUTH ZONE
ENGINEERING DEPARTMENT

BID
for
EMPANELMENT OF CONTRACTOR FOR THE WORK OF RCC ROAD WORK IN
DIFFERENT SOCIETY IN DIFFERENT WARDS OF SOUTH ZONE.

Dy. Municipal Commissioner


Ahmedabad Municipal Corporation.
South Zone Zonal Office ,Maninagar,
AHMEDABAD 380008

AMC RCC ROAD Work Tender

Page 1

AHMEDABAD MUNICIPAL CORPORATION


SOUTH ZONE ENGINEERING DEPARTMENT
NOTICE INVITING FOR EMPANELMENT OF CONTRACTOR
E- Tender Notice No - 5/2016-17
Engineering Department South zone,AMC intends to execute the work of Empanelment of
Contractor for Swarnim Private Society Work For R.C.C. Road,Paver Block, Water Pipe line &
Drainage Pipe line in Different Wards of SOUTH ZONE. For preparation of empanelment of
contractors for different work bids are invited. Approximate annual cost of all different work in is
as under.

RCC Road Approx. 12 crores


Paver Block Approx. 3 crores
Water Pipe line (labour) Approx. 1 crores
Drainage Pipe line Approx. 3 crores

Interested contractors fulfilling AMC.'s eligibility criteria are requested to download the Bid
documents of above work from AMC's website - www.nprocure.com from Dt. 28-06-2016 to Dt.1107-2016 Up to 18.00 Hrs.Contractor has to bid separate documents for SOUTH ZONE to Assistant
Manager (SOUTH ZONE). The last date of submission of bid is Dt:- 12-07-2016 up to 16.00 hrs.
Any change / correction / corrigendum respect of related work shall be placed on AMCs website.
Contractors are requested to see the website before submission of their documents.

Dy. MUNICIPAL COMMISSIONER


(SOUTH ZONE)
KEEP OUR CITY CLEAN AND GREEN

AMC RCC ROAD Work Tender

Page 2

AHMEDABAD MUNICIPAL CORPORATION-SOUTH ZONE


South zone office Building, Rambaug, Maninagar Ahmedabad
Short E-Tender Notice No 5 / 2016-17
EMPANELMENT OF CONTRACTOR FOR SWARNIM PRIVATE SOCIETY WORK FOR R.C.C.
ROAD,PEVER BLOCK,DRAINAGE PIPE LINE & WATER PIPE LINE IN DIFFERENT WARDS OF
SOUTH ZONE.
(1) Date of online Submission
(2) Date of physical Submission
(3) Tender Opening Date

:- Dt 28-06-2016 to Dt.11-07-2016 Up to 18.00 Hrs.


:- Dt 12-07-2016 Up to 16.00 Hrs.
:- Dt 12-07-2016 at 18.00 Hrs

All Details may be download of above notice will be available in www.amc.nprocure.com


and www.nprocure.com.

Bgwlmvj muJt jd<e Vhgt btxu ztgj fhtu - 155303

AMC RCC ROAD Work Tender

Page 3

AHMEDABAD MUNICIPAL CORPORATION

BID DETAILS
Dy.Municipal Commissioner invites percentage rate sealed Bids from the reputed,
experienced & registered contractors of approved class for the work mentioned below.
1.

Name of Work

EMPANELMENT OF CONTRACTOR FOR THE WORK OF


RCC ROAD WORK IN DIFFERENT SOCIETY IN DIFFERENT
WARDS OF SOUTH ZONE.

Minimum Eligibility Criteria

Contractor registered with AMC or Government of Gujarat or


with other state Government, Semi Government Bodies or with
Central P.W.D. and having experience in similar type of works
& who are capable of carrying out similar type of work are
eligible.

Time Limit

If the

Bid Deposit/Earnest money

Tender Fee
(Non refundable)
Bid
documents
to
be
downloaded from AMC website
www.nprocure.com
Last date of receiving Bid.

Work less than 10 lacs 2 Months


Work 10 to 15 lacs 3 Months
Work 15 to 20 lacs 4 Months
Work 20 to 25 lacs 5 Months
If the Work more than 25 lacs 5 Months
Rs.1,00,000/- to be submitted in the form of D.D. in favour of
Municipal Commissioner, Ahmedabad.
Rs.18,000/- in the form of D.D in favour of Municipal Commissioner,
Ahmedabad.
From Dt :- 28-06-2016

Dt: 11-07-2016 up to 18.00 Hrs. Bid received after this date and time
will not be entertained under any circumstances.

Submission of EMD.Tender fee


and other documents
Date of Opening of Bid

Dt: 12-07-2016 at 16.00 Hrs,

10
11

Mode of sending the


Documents in duplicate.
i.e. two sets
Bid validity period
Defect liability period

By RPAD or Speed Post or courier or by hand delivery only addressed


to Asstt. Manager South Zone, 1st floor, Dr.Shyamaprasad mukharji
Bhavan, Rambag Char Rasta, Maninagar,
120 Days
As per types of work and norms of AMC

12

Compensation for Delay

13

Water, Electricity

8
9
10

Bid

Dt: 12-07-2016 at 17:00 Hrs,

After completion of original time limit 10 % of the amount of remaining


works shall be charged as liquidated damages (penalty) or the amount as
decided by Municipal Commissioner.
Contractor shall have to make his own arrangements for water and
electricity for the purpose of work at site at his own expense

Conditional Bids will not be accepted. Municipal Commissioner reserves the rights to reject any or all the Bids
without assigning any reasons there of.
Note: Bidder can submit his bid for single work or all the works for each work. For each work he has to submit
separate bid. In single bid out of Four type of works (RCC Road, Paver Block ,Water Pipe line (Labour work),
Drainage pipe line ) bidder can submit single or all works mentioned above.
Security deposit of 5 % shall be deducted from 1 st Running bill.

Contractor signature

AMC RCC ROAD Work Tender

Addi. City Engineer


(South Zone)

Page 4

Bid submitted to
Asst.Manager(South Zone) Zonal Office ,
Dr.Shyamaprasad Mukharji Bhavan,
Rambaug, Maninagar.Ahmedabad -380008

Note: Bidder can submit his bid for RCC Road Work for South zone

Contractor signature

AMC RCC ROAD Work Tender

Addi. City Engineer


(South Zone)

Page 5

GENERAL TERMS & CONDITIONS


1.

2.
3.

4.

5.

A booklet of FORM B-1 of Gujarat State Roads & Building Department / Water
Resources Department with the latest correction slips may be referred. (only English
version)
In the specification as directed" / "approved" shall be taken to mean "as directed /
"approved" by the Engineering in charge.
Wherever a reference to any Indian standard appears in the specifications, it shall be
taken to mean as reference to the latest edition of the same of force on the date of
agreement.
In "Mode of measurement" in the specifications wherever a dispute arises in the absence
of specific mention for a particulars point / aspect, the same in the relevant Indian
Standards shall be referred to.
All measurement and computations, unless otherwise specified shall be carried out
nearest to the following limits :I)

Length, width and depth, Height 0.01 Meter

ii)

Areas 0.01 Sq.mts.

iii)

Cubic contents 0.01 Cu.mts.

In recording dimensions of work, the sequence of length, width and height (Depth) or
thickness shall be followed.
6.
7.

8.
9.
10.
11.
12.

13.

14.

Definite particulars covered in the items of work, though not mentioned or elucidate in its
specifications shall be deemed to be included therein.
Approval of the samples of various materials given by the Engineer in charge or AMC's
Consultant shall not absolve the contractor from the responsibility of replacing defective
materials brought on site or materials used in the work found defective at a later date. The
contractor shall have no claim to any payment or compensation whatsoever on account of
any such materials being rejected by the Engineer in charge.
The contractors rate for the item of work shall be for the work completed in all respect.
All materials including those of electrical shall be got approved by the Engineer in
charge/ Architect before using them in the work.
Materials as and when rejected by the Engineer in charge or AMC's Consultant shall be
removed from the site of work within 24 hours.
All work shall be carried out in a manner applying the best technique.
All tools, templates, machinery and equipment for correct execution of the work as well
as for checking lines, levels, alignment of the works & all precautionary measures during
execution shall have to be kept in sufficient numbers and in good working condition at
the site of the work.
Special modes of the construction not adopted in general Engineering practice, if
proposed to be adopted by the contractor shall be considered only if the contractor
provided satisfactory evidence that such special mode of construction and completion of
work to the required strength and quality. Acceptance of the same by the Engineer in
charge shall not however, absolve the contractor from the responsibility of any adverse
effect and concordance of adopting the same in the course of exaction or completion of
the work.
The contractor shall be responsible for observing the rules and regulation imposed under
the "Minor Mineral Act", and such other laws and rules prescribed by the Government
from time to time.

AMC RCC ROAD Work Tender

Page 6

15.

16.
17.
18.

19.

20.

21.
22.
23.
24.

25.

All necessary safety measures and precautions (incl. those laid down in the various
relevant Indian Standard) shall be taken to engrave the safety of men, materials and
machinery on the work and also of the work itself.
Quantity may increase or decrease looking to the quantum of actual work for which no
any claim shall be entertained by A.M.C.
Contractor shall have to execute extra item as per terms and conditions of AMC if
required.
The work in general shall be carried out as per standard specifications of the relevant
items to be executed & as per the instruction of Engineer in charge & as per the guidance
of AMC's Consultant for this project.
The general terms & conditions of the contract shall be applicable & shall be binding on
the contractor. The contract agreement shall have to be executed between AMC & the
agency to which work is awarded for execution.
The time limit shall be reckoned after 10 days from the date of issue of the written work
order to the contractor or actual possession of site. No time extension will be granted
under any circumstances.
In case of any ambiguity in specifications mentioned in this Bid, the interpretation given
by City Engineer of A.M.C. will be final and binding to the Contractor.
The quantities of items in BOQ (Bill of Quantities) may vary in case of necessity arises.
All taxes/duties chargeable by the Municipal Corporation/ Govt. will be payable by the
contractor.
Water Supply: The contractor shall arrange at his own cost, a suitable supply of piped
water for the construction of the works and provide a satisfactory supply of potable water
for drinking, washing, sanitation and cleaning down. The contractor will be responsible
for all the costs where applicable of connection, meter installation, water consumed,
water required for testing purposes, disconnection and the laying, maintenances and
ultimate removal of any distribution system around the site.
Electricity: Electric supply will be made available at the site by the Corporation but the
contractor must make his own arrangements with the Corporation and Electricity Supply
Authorities and with other contractors to connect and to take a supply from such services,
paying all costs in connection therewith. The Contractor shall be entitled to use supply
Electricity as may be available on the site for purpose of the work and shall pay such
charges as is fixed by the appropriate supply Authorities.
In case there is any delay in supply of power site of any interruption or fault in the power
during the work. No compensation shall be paid for idle labor staff, machineries and for
use of diesel operating sets etc. as the case may be.

26.

27.
28.
29.

30.
31.

Contactor shall submit all the valid/certified documents in support of their


initial/eligibility criteria mentioned above along with the bid. They shall have also to
submit the income tax clearance certificate and solvency certificate.
No advance such as machinery advance, mobilization advance or materials advance will
be given.
Conditional Bid will not be accepted.
The contractor shall get the electrical works executed through the authorized Government
approved licensed electrical person or firm in appropriate category in accordance to
contractual provisions.
The electrical works shall be carried out strictly in accordance with the directives issued
by Engineer in charge.
Contractors shall not have any dispute or claim for any kind of compensations

AMC RCC ROAD Work Tender

Page 7

(I)
(ii)
32.
33.
34.

35.

36.

If the quantity stipulated in the Bid items varies or the scope of work changes &
hereby total amount of work increases/ decreases.
If the works gets delayed/ postpones for some administrative/ technical decision
what so ever.

In case of any dispute, decision of Municipal Commissioner shall be final and binding on
the contractors.
All pages shall be signed by the bidder before submitting the bid.
Bid which do not fulfill all or any of conditions or are submitted incomplete in any
respect will be rejected. Municipal Commissioner reserves the rights to increase/decrease
the scope of work. No any claim to that effect shall be entertained. The Municipal
Commissioner also reserves the right to reject any or all the Bids without assigning any
reason thereof.
1% of the billed amount for work done this work shall be deducted from each running
account bills of the contracts in accordance with the provisions of the building and other
construction workers welfare Cess Act 1996. (Govt. of Gujarat G.R.No. CWA-2004-841M-3 Dated 30-01-2006)
Contarctors shall be Required to be get registered their labour through city engineer and
submite the Copy prior to Submission of their First Running bill or First & Final Bills.

Contractor signature

AMC RCC ROAD Work Tender

Addi. City Engineer


(South Zone)

Page 8

LIST OF APPROVED BANKS


As per account department(A.M.C.) circular no. 3 Dt.13/5/14 Bank
guarantee of said work must be of Ahmedabad city branch, which
mentioned as bellow.

ANNEXURE 1
(A) Guarantee issued by following banks will be accepted as SD/EMD on
permanent basis.
(1) All Nationalized Banks including the Public Sector Bank-IDBI
LTD.
(2) Private Sector Banks authorized by RBI to undertake State
Government Business (at present : AXIS Bank, ICICI Bank, HDFC
Bank)
(B) Guarantees issued by following Banks will be accepted as SD/EMD for the
period up to March 31, 2015.
(1) Commercial Banks :
(1) Kotak Mahindra Bank
(2) Yes Bank
(3) Ratnakar Bank
(4) IndusInd Bank.
(5) Karur Vysya Bank
(6) DCB Bank
(7) ING Vysya Bank
(2) Co-Operative Banks of Gujarat :
(1) The Kalupur Commercial Co-Operative Bank Ltd.
(2) Rajkot Nagarik Sahakari Bank Ltd.
(3) The Ahmedabad Mercantile Co-Operative Bank Ltd.
(4) The Mehsana Urban Co-Operative Bank Ltd.
(5) Nutan Nagrik Sahakari Bank Ltd.
Signature of contractor with seal
Date

AMC RCC ROAD Work Tender

Addi.City Engineer
(South zone)

Page 9

Instruction to Bidders
IT. 1 GENERAL
The scope of work includes the RCC Road, Footpath & Paver Block, Water,drainge
network.

IT.2 INVITIATION TO BID


The Municipal commissioner for and on behalf of Ahmedabad Municipal Corporation here in
after referred as AMC will receive Bids for the work as per the specifications and schedule of prices in
the Bid document. The Bids shall be opened in the office of the City Engineer in the presence of Bidders
or their representatives who remain present. The Municipal Commissioner reserves the right to reject
the lowest or any other or all Bids or part of it which in the opinion of the AMC does not appear to be in
its best interest and the Bidder shall have no cause of action or claim against the authority or its
officers, employees, successors or assignees for rejection of his Bid.
IT.3

LANGUAGE OF BID

Bids shall be submitted in English and all information in the Bid shall also be in English,
Information in any other language shall be accompanied by its translation in English. Failure to comply
with this may make the Bid liable to rejection.
IT. 4 QULIFICATION OF BIDDERS
Work shall be allotted to empanelled contractors registered in concern class with respect to the
amount of work.

i.
ii.
iii
iv
v

The Bidders shall furnish following information and documents along with the Bids.
The Bidders experience in the fields relevant to this contract.
The Bidders financial capacity/resources and standing over at least 5 (five) years
The Bidder's present commitments (jobs on hand) as per statement
The Bidder's capability and qualification of himself and his regular staff etc.
as per statement
Plants and Machinery available with the Bidder

IT .5 BID DOCUMENTS
Bid documents and set of drawings shall comprehensively be referred before Biding. The
several section form in the document are the essential parts of the contract and a requirement
occurring in one shall be as binding as though occurring in all, they are to be taken as naturally,
explanatory and describe and provide for complete works.
The Bid documents shall be submitted in two sets.
IT. 6 EXAMINATIONS BY BIDDERS

AMC RCC ROAD Work Tender

Page 10

At this own expense and prior to submitting his Bid, each Bidder shall (a) examine the
contract documents (b) Visit the site and determine local condition which may affect the work
including the prevailing wages and other pertinent cost factors. (c) Familiarize himself with all
central, state and local license required for the work and (d) correlate his observation, investigation
and determinations with the requirements of the Bid documents, site & subsoil investigation.
BID DOCUMENTS
Copy of the Bid Document should be completed, legible in ink or ball pen, checked in a
responsible manner, signed, stamped and returned together with the Bid security bond by the
stipulate date. This shall form the part of Bid documents which
the Bidder is required to complete.
The form of Bid, including the Appendices enclosed thereto, Bid security bond and the Bid
summary shall be submitted duly signed and stamped.
All the pages in which entries are required to be made by the Bidder are contained in the Bid
documents and the Bidder shall not take out or add to or amend the text of any of. the documents.
IT.7 EARNEST MONEY DEPOSIT./ SECURITY DEPOSITE
Each Bid must be accompanied by, a receipt of deposit as Bid guarantee in the form of
Earnest money mentioned on relevant page. Any Bid not accompanied by a Bid guarantee in the
form of earnest money deposited for the sum stipulated in the Bid's document will be summarily
rejected. The earnest money deposit shall be paid with the Bid by D.D. payable at Ahmedabad
without which the Bid shall not be considered as valid. EMD in the form of Demand Draft.
The Earnest Money Deposit will be returned to the unsuccessful Bidders after an award has
been finalised.
The Earnest Money Deposit (Bid Guarantee) will be forfeited in the event, the successful
Bidder fails to accept the contract and fails to submit the "Performance Guarantee Bonds to the
Owner as stipulated in this Bid documents within ten days (10 days) after receipt of notice of award
of contract.
The Earnest Money Deposit of the successful Bidder shall be converted in to security
Deposit amount after acceptance of the Bid. Bank Guarantee shall also be acceptable for S.D. After
allocation of actual work , 5% of the work amount should be deposited as Security deposit
No interest shall be paid by the owner on any Bid guarantee.
IT.8

INCOME TAX CLEARANCE CERTIFICATE

Latest Income Tax clearance Certificates must accompany with the Bid without which the Bid
is liable to be summarily rejected. The income tax clearance certificate obtained from the income tax
officer shall clearly indicate the income tax circle/ward district and the reference number of the
assessment along with the assessment year.
IT. 9

SUBMISSION OF BID DOCUMENTS

AMC RCC ROAD Work Tender

Page 11

Bidders are requested to submit the Bid Documents on following lines.


Volume containing following documents
i.
ii.
iii.
iv.
v.
vi.
vii.

Bid security bond (Earnest Money)


Certificate as registered contractor with Government of Gujarat or appropriate
authority
Bid's financial capability and standing over at least past five years.
Current Income Tax Clearance Certificate.
Bidder's experience in the field relevant to this contract.
Bidder's present commitments.
The technical ability and qualifications of the Bidder. Details of technical personnel with their
qualification & experience.

IT .10 BID VALIDITY PERIOD


The validity period of the Bid submitted for this work shall be of hundred & twenty (120)
calendar days from the date of opening of the Bid and that the Bidder shall not be allowed to
withdraw or modify the Bid offer on his own during the validity period. The Bidder will not be
allowed to withdraw the Bid or make any modification or addition in the terms and conditions on his
own Bid .If this is done then the owner shall, without prejudice to any other right or remedy, by at
liberty to reject the Bid and forfeit the earnest money deposit in full.
IT.11 SIGNING OF BID DOCUMENTS
If the Bid is made by an individual, it shall be signed with his full name above his current
address. If the Bid is made by proprietary firm, it shall be signed by the proprietor above his name
and name of his firm with his current address.
If the Bid is made by a firm in partnership, it shall be signed by all the partners of the firm
above their full names and current address, or by a partner holding the power of attorney for the
firm, in which case a certified copy of the power of attorney shall accompany the Bid. A certified
copy of the partnership deed, current address of all partners of the firm shall also accompany the
Bid.
If the Bid is made by limited company or a limited corporation, it shall be submitted duly
signed by an authorized person holding the power of attorney, & shall accompany the Bid. Such
limited company or corporation may be required to furnish satisfactory evidence of its existence
before the contract is awarded.
If the Bid is made by a group of firms, the sponsoring firm shall submit complete information
pertaining to each firm in the group and state along with the bid as to which of the firms shall have
the responsibility for Biding and for completion of the contract documents and furnish evidence and
responsibilities for completion of contract documents. The full information and satisfactory evidence
pertaining to the participation of each member of the group of firm in the Bid shall be furnished
along with the Bid.

AMC RCC ROAD Work Tender

Page 12

All witness and sureties shall be persons of status and probity and their full names,
occupations and address shall be stated below their signature. All signatures in the Bid document
shall be dated.
IT. 12 WITHDRAWAL OF BIDS
If during Bid validity period, the Bidder withdraws his Bid, the Bid security (Earnest Money
Deposit) shall be forfeited.
IT .13 INTERPRETATIONS OF BID DOCUMENTS
Bidder shall carefully examine the Bid Document and fully inform themselves as to all the
conditions and matters which may in any way affect the work or the cost thereof. Should a Bidder
find errors, omissions or discrepancies from the specifications or other documents or should be in
doubt as to their meaning, he should at once address query to the City Engineer, AMC. The correct
interpretation of the same will be placed on AMC website as addendum.
IT .14 ERRORS AND DISCREPANCIES IN BIDS
IN CASE OF CONFLICT BETWEEN THE FIGURES AND WORDS IN THE RATES THE RATE EXPRESSED IN
WORDS SHALL BE CONSIDERED.
IT. 15 MODIFICATIONS OF DOCUMENTS
Modification of specifications and extension of the closing date of the Bid, if required will be
made by an addendum. These shall be signed and shall form a part of Bid. The Bidder 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 addendum.
ADDENDUM
Addendum or corrigendum conveying any change or correction in respect of the work shall
form the part of the contract documents. The full consideration shall be given to such addendum or
corrigendum before submission of Bid duly filled in by the contractor. Therefore, the contractors
shall have to watch such addendum or corrigendum published by AMC through its website
www.ahmedabadcity.gov.in Bidders shall verify the number of addendum issued at least 48 hours
before Bid submission date and enclose the same with the Bid documents, failing which the Bids
shall be liable for rejection and no any complaint in respect to this shall be entertained under any
circumstances.
IT .16 TAX AND DUTIES ON MATERIALS
All charge on account of excise duties, terminal tax, sales tax and Govt. duties / tax etc. on
material procured for the works from any source shall be borne by the contractors. No (P) or "C" or
"D" form shall be supplied by AMC for this purpose.
IT .17 EVALUATION OF BIDS
In comparing Bids, the AMC shall consider factors such as the time of completion, efficiency
and reliability of construction method proposed, compliance with the specification, relative quality,

AMC RCC ROAD Work Tender

Page 13

the operation, maintenance and replacement cost of structure and plant and also the qualifying
criteria for the evaluation of Bids.
IT .18 TIME REQUIRED FOR COMPLETION
The completion period / time limit mentioned in this schedule is to be reckoned from the
date of issue of work order to the date by which physical completion of the work take place. The
completion period / time shall be in accordance with the calendar months.

IT .19 POLICY FOR BID UNDER CONSIDERATION


Bid shall be termed to be under consideration from the opening of the Bid until such time
any official announcement or award is made. While Bids are under consideration, Bidder and their
representative or other interested parties are advice to refrain from contracting by any corporation
personnel or representative on matters related to the Bids under study. The AMC representative if
necessary will obtain clarification on Bids by requesting such information from any or all the Bidder,
either in writing or through personal contacts may be necessary. The Bid will not be permitted to
change the substance of his Bid after Bids have been opened. This includes any post Bid price
revision. Non compliance with his provision shall make the Bid liable for rejection.
IT .20 PRICES AND PAYMENTS

The Bidder must understand clearly that the prices quoted are for the total works or the part
of the total works quoted for inclusive of all costs of materials, labour, equipment, supervision, other
services, and royalties etc. and also inclusive of the Govt. taxes. No claim for additional payment
beyond the prices quoted for will be entertained. The Bidder will not be entitled subsequently to
make any claim on any ground.

IT .21 PAYMENT TERM


The terms of payment are defined in the general terms and condition of contract. The AMC
shall not under any circumstances relax these terms of payment and will not consider any alternative
payment terms. Bidder should therefore in their own interest note this provision to avoid rejection
of their Bids.
IT. 22 AWARD
Award of the contract or the rejection or Bids will be made within the Bid validity period
stated in the notice inviting Bids.
After all contract contingencies are satisfied and the notice of award is issued, the
successful Bidder shall execute the contract agreement within 10 days and shall furnish the bond as
required herein. The contract agreement shall be executed, in form stipulated by the owner.

AMC RCC ROAD Work Tender

Page 14

If Bidder receiving the notice of award fails or refuses to execute the contract Agreement
within the stated time limit or refuse to furnish the Bond as required herein, the owner may annual
his award and declare the Bid security forfeited and will take action as deemed fit.
A corporation, partnership firm or other consortium acting as the Bidder and receiving the
award shall furnish evidence of its existence and evidence that the officer signing the contract
agreement and bonds for AMC, partnership firm or other consortium acting as the Bidder is duly
authorized to do so.
IT.23 SIGNING OF CONTRACT
The successful Bidder shall be required to execute the contract agreement within 10 days of
receipt of intimation to execute the contract, failing which the AMC will be entitled to annual the
award and forfeit the earnest money deposit. The person to sign the contract document shall be as
per AMCs policy.
IT.24 DISQUALIFICATION
The Bid shall be disqualified and will not be taken for consideration if
a.
The envelope does not show on the outside the reference of bid and thus gets
opened before the due date of opening.
b.
The Bid Security Deposit is not deposited in full and in the manner as specified i.e.
Earnest Money Deposit.
c.
The Bid is in a language other than English or dose not contains its English
Translation in case of other language adopted for Bid preparation.
d.
The Bid documents received are not duly signed by authorized person.
e.
The general performance data for qualification is not submitted fully.
f.
Bidder dose not agree to payment terms.
The Bid may further be disqualified if,
a. The Completion schedule offered is not consistent with the completion schedule defined
and specified in Bid document.
b. The validity of Bid is less than what is stated in the Bid.
c. Any of the page or pages of Bid is/are removed or replaced.
d. All corrections or posted slips are not initialed by Bidder.
e. Any erasure is made in the Bid.
f. Any condition which affect the cost.
IT.25 SECURITY DEPOSIT
As a contract security the Bidder to whom the award is made shall furnish a security deposit
for the amount of 5% of the contract price to guarantee the faithful performance, completion and
maintenance of the works of the contract in accordance with all condition and terms specified
herein and to the satisfaction of the Engineers-in charge and ensuring the discharge of all obligations
arising from the execution of contract in one of the forms mentioned below.
a)

In cash or demand draft of approved nationalized Bank in favor of the Municipal


Commissioner AMC amount of 5% of the Contract value as per format.

OR
b)

In form of B.G. of any nationalized bank amount of 5% of contract value

AMC RCC ROAD Work Tender

Page 15

IT.26 STAMP DUTY


The successful Bided shall have to enter into an agreement on a non-judicial stamp paper as
per the form of the agreement approved by the AMC. The cost of stamp paper and adhesive stamp
shall be borne by the contractor.
IT .27 BRAND NAMES
Specific reference in the specification to any material by manufacturer's name, or catalogue
shall be constructed as establishing a standard or quality and performance and not as limiting
competition and the Bidder in such cases, may at his option freely use other products which are
equivalent or higher than the quality mentioned in standard specifications. These products shall be
got approved by the Engineer in charge before their use by the contractor.
IT. 28 NON TRANSFERABLE
Bid documents are not transferable.
IT .29 COST OF BIDING
The owner will not defray expense incurred by Bidders in Biding.
IT .30 EFFECT OF BID
The Bid for the work shall remain valid for a period of 120 calendar days from the date of
opening of the Bids for this work and that the Bidder shall not be allowed to withdraw or modify the
offer in his own during the period. If any Bidder withdraws or makes any modifications or additions
in the terms and conditions of his own Bid, then the AMC shall without prejudice to any other right
or remedy, be liberty to reject the Bid and forfeit the earnest money in full.
IT .31 CHANGES IN QUANTITY OR QUALIFYING CRETERIA:
Municipal Commissioner reserves the right to waive any qualifying criteria or information in
any Bid as a special case and to reject any or all Bids without assigning any reason thereof. He also
reserves the right to vary the quantities of items or group of items and the quantum of work as
specified in the schedule of prices as may be necessary in the interest of public at large for which no
any claim shall be entertained.
IT .32 NEW EQUIPMENT AND MATERIAL
All materials, equipment and spare parts thereof shall be new, unused and originally coming
from manufacturer's plant to the AMC. The rebuilt or overhauled equipment /materials will not be
allowed to be used on works
IT.33 RIGHTS RESERVED

AMC RCC ROAD Work Tender

Page 16

The owner reserves the right to reject any or all Bids, to waive any informality or irregularity
in any Bid without assigning any' reason. The owner further reserves the right to withhold issue of
work order even after agreement and no additional payment will be made to the successful Bidder
on account of such withholding. The owner is not obliged to give reasons for any such action.
IT.34
Municipal Commissioner reserves right to increase / decrease the scope of work & also split
the Bid in two or more contracts without assigning any reason even after the work is awarded.
IT .35

MOBILIZATION ADVANCE
No mobilization advance or advance on machinery will be given.

IT .36
The contractor shall have to carry out the work in accordance with the detailed
specifications. No condition will be entertained. The conditional Bid will be rejected.
IT 37
The contractor will have to construct shelter for storing valuable materials like cement etc.
The contractor shall arrange for construct, maintain and afterwards remove and reinstate any
temporary access required for and in connection with the execution at the work at his own cost.
Reinstatement shall include restoring the area of the access route to at least the degree of safety
stability drainage & appearance that existed before the contractor entered the site.
IT 38
In the event of any discrepancy the following order or precedence should apply
(a)

Dimension & quantity


(1) Bid form
(2) Drawing
(3) Specification
on drawing; figures dimension unless previously incorrect will be followed in preference to select
dimension.
(b) Description
(1) Bid form
(2) Drawing
(3) Specification
In case of defective description as ambiguities, the Engineer in-charge shall issue further
instruction or clarification or direction as to which manner the work is to be carried out. The
contractor shall comply with such instructions strictly.
Irrelevant mistakes, discrepancies or errors made through over sight by AMC leading to
misunderstandings shall be got corrected properly by the contractor from City Engineer.
IT 39
Proper procedure shall have to be taken by contractor at all the time during the progress of
the work, failing which the contractors shall be held responsible for all damages to the work under

AMC RCC ROAD Work Tender

Page 17

execution or to any property or to lives of persons during the work in progress and also during the
defect liability period.
IT-40
All work shall be measured by standard method as per rules & customs of AMC.
The decisions of engineer-in-charge as to what is usual method in use will be final binding on
the contractor.
IT 41
Bid once accepted shall be binding on the contractor even if the formal agreement is not
signed / executed.
IT-42
The contractor shall have to give in writing the date of completion of work within a fortnight
from date of work completed by him otherwise the date noted on record by department shall be
reckoned as final & no excuse as representation in that behalf shall be granted at later date.
IT 43
Specimen signature of contractor will be cross checked whenever the contractor receives
the payment from the account section of AMC or in case of representative of the contractor
receiving the payment, he shall have to produce the letter of authority from the contractor who has
signed the contract agreement.
IT 44
The details / contents / information mentioned in the Bid document may be read as final
binding on the contractors. Any difference found in Form B-1 in regards to these related items may
be treated as cancelled

Contractor signature

AMC RCC ROAD Work Tender

Addi. City Engineer


(South Zone)

Page 18

AHMEDABAD MUNICIPAL CORPORATION


GENERAL STANDARD TECHNICAL SPECIFICATIONS
Reference :
A printed Booklet for GENERAL TECHNICAL SPECIFICATION FOR BUILDING WORKS.

The above may be referred of the printed booklets of PWD which may also be available
from Gujarat Book Stores, Sector-21, Gandhinagar 382 021.
Note:
01.
The work shall be carried out in accordance with the relevant specifications
contained in PWD Hand Book Vol. I & II with the correction slips from time to
time or the latest addition.

Contractor signature

AMC RCC ROAD Work Tender

Addi. City Engineer


(South Zone)

Page 19

Ahmedabad Municipal Corporation


Abstract
Name of Work :- Construction of R.C.C. Road in different private society of diff. Wards
of South zone in Ahmedabad City
Sr.
No.

a
2

Item Description
Excavation for foundation up to 1.5 tm. depth in all type of hard
and soft soil including sorting out stacking of useful material &
disposing of excavated stuff up to 50 tm. lead loose or soft soil,
girding, lighting, fencing the trenches', and pits. (depth measured
from GL). Etc.comp. (Based on Building SOR 2015-16)
0 to 1.5 meter depth. (P-37- Item code- 04001A)
Filling available excavated earth (excluding rock) in
trenches, plinth, sides of foundations etc. in layers not exceeding
20 cm. in depth consolidation each deposited layer by ramming
and watering (Based on Building SOR
2015-16, P-41 - Item code- 04006)
Conveyance charge of earth ,lime,murrum, building rubbish,
manual garbage,sludge,excavated rock ,fly ash, aggregate of any
kind etc. comp. Up to 5.0 Km. lead (Based on Building SOR 201516, P-589 - Item code- 3.2.1)
Providing and laying cement concrete1:4:8(1-Cement:4coarsesand:8- hand broken stone aggregates 40mm nominal
size)and curing complete excluding cost of form work
in(A)Foundation and Plinth (upto 10 ton)
Providing and laying controlled cement concreteM.200 and curing
complete excluding the cost of formwork and reinforcement or
reinforced concretework
in (A)Foundations,footings,Baseof
columns and Mass concrete (upto 10 ton)
Providing & laying in position Ready Mixed M-200 grade concrete
for reinforcedcement concrete work,using cement content as per
approved design mix manufactured in fullyautomatic batching plant
and transported to site of work intransitmixer for a lead upto10km
shaving continuousagitatedmixer, manufacture dasper mixed
design of specified grade for reinforced cement concrete work i
ncluding pumping of R.M.C from transitmixer to site of
laying,excluding the costofcentering,shuttering,finishing and
reinforcement including the cost of admixture sinre commended
proportions as per I.S:9103 to accelarate/retardsetting
ofconcrete,improve workability without impairing strengthand
durability as per direction of the Engineer-in-charge Without Fly
Ash (Minimium cement level as per latest I.S:456 shall be
maintained)(Cement Level 400 kg per cum.)
Provdg. Form work of ordinary timber planking so as to give a
rough finish incl. centering, shuttering, strutting and propping
etc.height ofpropping and centering below supporting floor to
ceiling not exceeding 4 M & removal of the same for in situ

AMC RCC ROAD Work Tender

Rate
in Rs.

Per

67.20

Cu.M

79.00

Cu.M

140.37

Cu.M

2249.00

cu.m

3559.00

cu.m

4332.00

cu.m

109.00

Smt.

Page 20

reinforced concrete and plain concretework in (A) Foundation,


footing, base of column & mass concrete

10

11

a
b
c
12
a

e
13

14
15

ProvidingTMTBarFE415reinforcementforR.C.C.workincludingbendi
ng,bindingandplacinginpositioncompleteuptofloortwolevel(upto 10
ton)
Providing & Applying Tri mix with De watering Machine floter
machine on constructed RCC work including Machine & Labour
etc Comp as directed (approved rate)
Making 15 mm Groove on RCC work on road and fill it with poly
sulfied selant and finished it good include all labour charges etc
Comp as directed (approved rate)
Repairing damaged M.H. and rasing M.H. up to road level incl.
removing damaged brick work and repairing by brick masonry in
C.M. 1:5 and plaster in C.M. 1:3 and fixing C.I. steps and existing
MH sheet cover, removing the debris from MH and carting the
same as directed.
(A) up to 0.15 mt. (@ Two Coarse)
(B) up to 0.35mt. (@ Four Coarse)
(C) up to 0.65 mt. (@ Seven Coarse)
Providing F.R.C. MH seat cover incl. carting to the work site etc.
comp. Directed. (Based on rate of central store)
F.R.C. Extra Heavy Duty (EHD-35) Manhole Covers & Frames
Cover : 728mm & 100 mm thick circular cover,
35.00 MT load design, 100x2mm MS flat allround, 16mm plain
round bar for lifting the cover & should be fitted with plastic cups.
Frame : 560 mm clear opening, outer size888x888x175 mm. On the upper periphery of frame 25 x 3 mm
wide MS flat should be well embed in concrete to protect the
edges of frame. FRC E.H.D.-35 manhole cover & frame described
as above
FRC heavy duty cover size 730 mm. & 90 mm thick circular cover
20 M.T. design load and frame size 560 mm clear opening size
890 x 890 x 120 mm.
FRC medium duty cover size 670 mm dia & 70 mm thick 10
M.T. load design and frame size 560 mm clear opening outer
size 780 x 780 x 120 mm
FRC medium duty Chamber seat cover (FRC) cover 706 x
556 x 50 mm rectangular cover frame size 600 x 450 mm clear
opening outer size 816 x 666 x 100 mm (MD-10)
FRC light duty Chamber seat cover (FRC) cover
with
rectangular frame (LD-2.5)
Supplying breaker machine for RCC Slab or asphalt
demolishing work on site by using operator, power supply
etc.complete as directed .( App.Rate ) I01457
Providing & Laying For Approved Quality Floor Hardner @ 3.0
Kg/Smt. (As Per R.A.)
Extra rate over item of excavation of earth for excavation of
asphalt pavement of thickness including demolishing the asphalt
carpet,metal,soiling etc.comp. with stacking the material as

AMC RCC ROAD Work Tender

44.40

kg

54.00

smt

30.00

rmt

820.00

No

1300.00

No.

2010.00

No.

1540.00

Set

1210.00

Set

990.00

Set

990.00

Set

990.00

Set

600.00

hrs

60.00

smt

Page 21

directed.
a

upto 0.20 meter thickness (By Manual)

0.20 meter to 0.30 meter (By Breaker Machine including cost of


operator, fuel, & transportaion etc complete.
0.30 meter & above (By Breaker Machine including cost of
operator, fuel, & transportaion etc complete.
Providing And Jointing Stoneware Pipes Incl. Excavation Up to 2
Mt. Refilling, Transporting Pipes To Work Site, Unloading,
Lowering In Trench, jointing material Such As Cement, sand,
Hemp Bitumen As Directed, Incl. Watering The Trenches
Spreading And Carting away Of Surplus material as directed by
engineer in charge.
23 cm dia.
Manufacturing,Testing,Supplying,Loading,Transporting To Work
Site, Unloading, Lowering In Trenches, Laying And Jointing
R.C.C.,Np-3 Class Pipes With socket and spigot joints as per IS
458-2003 Including EPDM Rubber ring as per IS 5382-1985
etc.comp. As Directed by engineering in charge.(Based on
Drainage SOR 2009-10)
300 mm dia
Constructing Bombay Pattern Type Catch Pit of size 0.60 x 0.60
depth up to 1 mt including excavation, B.B.C.C. (1:5:10), 23 cms
thick brick maso. wall in the prop. of CM (1:6) with 40 mm thick IPS
flooring in the prop M15 at bottom and 15 mm thick cement plaster
inside the catch pit in the proportion of CM (1:3) with out jali etc.
comp. as directed.
CatchPit Jali Fixing P/F FRC catch pit jali with frame 600mm x
600mm clear opening etc. comp.. As directed by engineer in
charge.

16

17

18

19

20

Making connection to the ex.M.H.in running sewer incl. Dewatering


and other required machinery etc. of following dia pipes at any
convenient time. All damaged work shall be well repaired as per
instructions. etc..complete. (a) 150 mm to 300 mm dia

80.00

smt

200.00

smt

350.00

smt

386.00

Rmt

690.00

Rmt

3500.00

No.

1550.00

No.

1500.00

No.

% Above
In words
% Below
In words
Note:

Contractor Should quote unit rate mentioned as above. The payment will be made on
actual item wise execution as per the abstract attached here with and the same % rate will
be applicable for individual items as mention in abstract.

Signature of contractor with seal


Date

AMC RCC ROAD Work Tender

Addi. City Engineer


(South Zone)

Page 22

You might also like