Technical Bid
Technical Bid
Tender Documents
For
Supplying of Butter fly Valves, Sluice Valves, Air Valves and Scour Valves
for Providing and Laying M.S. / D.I. Pipeline for Supplying Water in Several
W.D.S. Indrapuri, Vatava, Ghodasar, Isanpur and Lambha in South Zone
Package-4
JUNE - 2015
CONTENTS
Sr. PAGE
DISCRIPTION SECTION
No. No.
SECTION : A
SECTION : B
SPECIAL INSTRUCTIONS TO TENDERERS (FORM B-2) B-1 26
1 ADDITIONAL INSTRUCTIONS TO PERSONS TENDERING B-1 27
2 DECLARATION FORM B-1 29
3 GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF B-1 30
CONTRACTORS
4 TENDER FOR WORKS B-1 32
Sr. PAGE
DISCRIPTION SECTION
No. No.
5 GENERAL TERMS AND CONDITIONS OF CONTRAT B-2 33
6 SCHEDULE – A B-3 37
7 General Instructions (Important) B-4 38
8 Annexure – 1 Details Regarding Partners and company B-5 40
9 SCHEDULES
Schedule 1: Details Of The Works Of Similar Type And Magnitude B-6 41
Carried Out By the Tenderer During Last Seven Years
Period
Schedule 2: Details Of Works In Hand And Works Tendered For As On B-6 42
The Date Of Submission Of The Tender
Schedule 3: Information Regarding Financial Capacity of The Tenderer B-6 43
Schedule 4: Supplier’s Schedule For Supply of Valves B-6 44
Schedule 5: Structure And Organization B-6 45
SECTION : C
PREAMBLE TO SCHEDULE : B 47
SECTION : D
ITEMWISE DETAILED TECHNICAL SPECIFICATIONS 48
To,
Sub: Supplying of Butter fly Valves, Sluice Valves, Air Valves and Scour Valves for
Providing and Laying M.S. / D.I. Pipeline for Supplying Water in Several W.D.S.
Indrapuri, Vatava, Ghodasar, Isanpur and Lambha in South Zone Package-4.
Dear Sirs,
2. The tender documents contain instruction to tenderers, conditions of contract, scope of works,
Schedule – B - BOQ, etc.
3. Tender document containing Technical Bid and Financial Bid along with conditions of contract
can be downloaded from the website www.amc.nprocure.com. Bidder shall have to upload
scanned copy of D.D. of Rs. 2,400/- as tender fee at the time of online submission. Submission of
the ORIGINAL Tender fees shall be made before due date and time as specified in this tender
document.
5. The successful Bidder shall have to pay security deposit in Indian Rupees for the quoted amount
in the form of demand Draft / Bank Guarantee
6. The Earnest Money of the unsuccessful tenderer(s) (L2 and L3, so forth) shall be returned by
AMC, after the award of this contract has been finalized. Earnest Money of remaining contractor
shall be released within 7 days.
7. The tender shall be accompanied with the copy of Income Tax return filed for year – 2014-15
with copy of PAN Card & Sales Tax registration.
8. Original Tender Fees, Blank Tender Documents including drawings and addendum if any) and
Earnest Money Deposit will be received on or before 21/07/2015 local time from 11:00 am to
16:00 Hrs.at the following address:
1
9. The Bidder shall clearly state in the forwarding letter to be uploaded with the Technical
tender documents, the deviations from General Terms and Conditions, if any with cross
references. If no such letter is uploaded, it will be presumed that the Bidder agrees
entirely with the General Terms and Conditions.
10. Tenders received without EMD (Scanned copy at time of online submission and in
ORIGINAL before due date and time) will be considered as Non-Responsive and will be
rejected outright.
EMD in the form of Demand Draft / Bank Guarantee shall be sealed in separate envelope
duly marked as Envelope ‘A’ at time of hard copy submission.
11. The conditional tender will not be accepted and will be rejected outright, unless, the
nature of condition(s) put for by the bidder is acceptable to AMC. Any suggestions/
alterations from the tender specifications, if suggested, must be mentioned in the main
forwarding letter.
12. Hard copy of Tender documents (in duplicate) shall be sealed in another separate envelope,
marked as Envelope ‘B’.
13. Both envelopes ‘A’ and ‘B’ shall then be sealed in one large envelope.
14. No Price bid shall be submitted in physical form. Only online Price bid submission is to
be made. Submission of Physical copy of Price bid may lead to rejection of the tender.
15. The first envelope ‘A’ containing E.M.D. from the bidders received, shall be opened in the
presence of the bidder’s representatives who chose to attend at the office of City Engr.(WRM),
Sardar Patel Bhavan, Danapith, Ahmedabad at 17:00 hours on 21/07/2015 and the bid shall be
scrutinized by AMC for satisfying various criteria prescribed for the bidders for this work.
16. Tender document of the bidders who has paid E.M.D. as per tender requirement only will be
opened in the presence of intending tenderers.
17. The tenderer shall quote Percentage Rate in the respective section, and rates both in figures
and words of the tender documents in Online Submission.
18. The tenderer shall have to attach the following documents in duplicate with the tender:
19. Incomplete or defective tender who does not fulfill any of the above conditions shall be
liable for rejection. Tender shall also be liable to be rejected if –
1. The tenderer proposes any alteration in the work specified or in the time allowed in
carrying out the works or make corrections in Schedule of Quantities.
2
2. Any of the page or pages in the tender is / or removed or replaced.
3. The rate is not entered in ink, in figures and words in respective schedules.
4. All corrections, additions or pasted slips are not initialed by the tenderer.
6. The tenderer or in the case of a firm, each partner or the person holding the power of
attorney thereof does not sign or the signature(s) is (are) not attested by the witness,
wherever it is required.
7. Earnest money for full amount is not paid with the tender.
8. The tenderer returns the tender document without signing relevant pages of the bid.
20. Acceptance of the tenders shall rest with the competent authority who does not bind himself to
accept the lowest tender and reserves the right to reject any or all tenders without assigning any
reason thereof.
a. It must be clearly and distinctly understood that the conditions of contract and
specifications shall be rigidly enforced and no relaxation on the grounds of customs
prevailing shall be allowed.
b. The rates quoted by the tenderer shall be inclusive of all taxes, duties, octroi, VAT, etc.
and no claim in this context shall be entertained.
d. The tender for the work shall remain open for a period of 180 days from the date of
opening of the price bid and the tenderer shall not be allowed to withdraw or modify the
offer on his own during this period. Any modifications or additions in terms and
conditions of his tender not acceptable to the City Engineer. (WRM) shall without
prejudice to any right or remedy, be at liberty to forfeit in full the said earnest
money absolutely.
e. The Corporation reserves the right to reject all the tenders of the lowest or any other
tender who in the judgment of the corporation does not appear to be in its best interest
and the tenderers shall have no cause of action or claim against the Corporation of its
officers, employees, successors for assignees for rejection of its tender. The Municipal
Commissioner does not bind himself to accept the lowest or any tender. If the tenderer
wishes to offer discount in the event of this entire work being awarded to him, he shall
state so in the tender. Tender documents are not transferable.
21. The work is to be completed in all respects within 6 (Six) months inclusive of monsoon, Refer
Clause-1 of Section B2.
22. The Bidder is required to check www.amc.nprocure.com for Addendum if any, before 48
hours of tender submission date and time. The Bidder who quotes the tender without
attaching the addendum will be rejected.
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date :
4
SECTION: A-2
3. Validity Period for Tender offered 180 days from the date of opening of the price bid
5
9. Performance Guarantee The security deposit paid shall be converted in the
performance guarantee and shall be released after
end of defect liability period (2 years).
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date :
6
SECTION: A-3
SCOPE OF WORKS
The broad scope of works for Supplying of Butter fly Valves, Sluice Valves, Air Valves and
Scour Valves for Providing and Laying M.S. / D.I. Pipeline for Supplying Water in Several
W.D.S. Indrapuri, Vatava, Ghodasar, Isanpur and Lambha in South Zone Package-4is as
follows and shall be carried out strictly in accordance with specifications and instructions of Engineer
issued from time to time.
The bidder has to supply materials as described below at departmental store of AMC or at site of work as
directed by Engineer-in-charge:
(a) Supply of gear operated D.I. Butterfly Valve as per IS 13095 - 1991 with PN 1.6 of 1000 mm,
900 mm 800 mm and 600 mm dia.
(b) Supply of D.I. Sluice Valves PN-1 with hand / wheel cap operated as per IS 14846 - 2000 of 600
mm and 350 mm Dia. including pair of tail pieces ( One no flange socket & one no flange
spigot).
(c) Supply of resilient seated D.I. Sluice Valves PN-1 for double Acting Kinetic Air Valves –
Tamper proof / Bi-stream as per AWWA C512-92 standards of 200 mm, 150 mm, 100 mm and
80 mm dia as per IS – 14846 – 2000. Excluding tail pieces.
(d) Supply of D.I. Sluice Valves / Scour Valves PN-1 of 600 mm, 450mm Dia & 300 mm dia.
including pair of tail pieces ( One no flange socket & one no flange spigot).
(e) Supply of D.I. Double Acting Kinetic Air Valves – Tamper proof / Bi-stream as per AWWA
C512-92 standards of 200 mm, 150 mm, 100 mm and 80 mm dia. excluding tail pieces.
(g) The contractor has to submit design / drawing & QAP & get approved before manufacturing the
valves within 15 days of order for the work.
(h) Before dispatch of valves the materials will be inspected and tested at manufacturer’s work site
by AMC or through agency appointed by AMC as T.P.I. as per relevant I.S.I. code standard and
after getting clearance from A.M.C. the materials shall be dispatched.
The details of quantity required are as per Financial Bid. The supplier has to supply the materials to
departmental store of AMC or at site of work including stacking the same as directed by Engineer-in-
charge. The materials are to be supplied as per the approved make.
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date :
7
SECTION: A-4
INSTRUCTIONS TO TENDERERS
1. Note
1.1 These instructions are provided to assist tenderers while preparing their tenders. They do not
form part of the Contract and they shall not be taken into consideration in interpreting or
construing the Contract.
2. Invitation to Tender
The Municipal Commissioner for and on behalf of the Ahmedabad Municipal Corporation,
Ahmedabad, hereinafter referred to as the Corporation, shall receive tenders for the supply of
valves according to the specifications and Schedule of Quantities in the tender documents
herewith attached.
Tenders shall not be accepted after the hour and date fixed for receiving of tenders. Telegraphic
tenders shall not be accepted under any circumstance. Tenders received after the hour and date so
fixed shall not be considered. Tenders shall be received up to 16:00 hours on or before
21/07/2015. Tenderer’s authorized representatives shall attend the tender opening. The date and
time for opening of tenders shall be communicated to tenderers separately.
However, the Corporation reserves the right to reject all the tenders or the lowest or any other
tender which in the judgment of the Corporation does not appear to be in its best interest, and the
tenderer shall have no cause of action or claim against the Corporation or its officers, employees,
successors or assignee for rejection of its tender.
The Municipal Commissioner does not bind himself to accept the lowest or any tender. If the
tenderer wishes to offer discount in the event of the entire work being awarded to him, he shall
state so in the tender.
The tender shall be kept valid for acceptance for a period of One hundred and eighty days (180)
from the date of opening of financial bids.
4. Language of Tender
Tenders shall be submitted in English, and all information in the tender shall be in English.
Information in any other language shall be accompanied by its translation in English. Failure to
comply with this shall disqualify a tender. Only English text shall be governing.
5. Documents
Two sets of tender documents and addendum if any, comprehensively referred to as Tender
Document, are issued to every tenderer. The details of the Tender Documents referred above are
as follows:
8
Section – C : Preamble to Schedule : B
Section – D : Itemwise Detailed Technical Specifications
Section – E : Schedule – B - Schedule of Quantities
6. Earnest Money
Each tender must be accompanied by a receipt for a deposit as Earnest Money or Bank Guarantee
in the prescribed form, from a bank acceptable to the Corporation. Tender deposit is accepted as
detailed out in Section B.
In case of Bank Guarantee, the same shall be valid for 180 days from the price bid opening date.
If during the tender validity period, the tenderer withdraws his tender or the successful tenderer
fails to accept the contract within 15 calendar days after receiving notice of the award of contract
and fails to submit contract deposit, the earnest money / bank guarantee can be forfeited and
the tenderer is liable for disqualification from tendering for further works with the
Municipal Corporation of Ahmedabad.
A list of banks from which guarantees shall be acceptable by the Corporation is attached to these
instructions. Tenders are requested to verify from the Corporation the wording of the Tender
Guarantee if they consider any modification is necessary and also to enquire about acceptability
of the bank by whom the guarantee shall be given, as possible during the tender period.
After the award has been finalized, the Earnest Money shall be returned to the respective
tenderers, with the exception of the successful tenderer.
The successful tenderer’s earnest money shall be retained as security after signing the contract
and for making of the contract deposit. In case of Bank Guarantee, successful tenderer’s Bank
Guarantee shall be returned after furnishing the contract deposit.
In case of domestic tenderers, the tender must be accompanied by copy of last Income-Tax return
filed with Income Tax Department shall be furnished with copy of PAN card. If a tender is
submitted without complying with these requirements, it is liable to be rejected outright.
8. Submission of Tenders
1. Tenders shall be submitted together with the other documents that form a part of the tender. In the
event of a Contract, the tender and the documents attached thereto shall be considered as forming
part of the Contract Documents.
2. Two sets of tender documents and addendum, if any duly completed in all respect shall be submitted
as described in notice inviting tender in a sealed envelope so as to reach by 16:00 hours on
21/07/2015 at the following address:
9
Ahmedabad – 380 001.
3. The sealed envelopes ‘A’ and ‘B’ shall show on the outside, the name of the tenderer and his
address. In addition, the lower left hand corner of the envelope or other container shall indicate the
Contract number and the tender opening date. Tenders which are opened before the due date with
no indication having been given on the outside of the envelope or container to indicate that it is a
tender liable to be disqualified.
4. No tender shall be accepted unless both the envelopes ‘A’ and ‘B’ are separately sealed.
Tenderers shall not be allowed to fill in or seal their tenders at the Municipal corporation office.
Tenderers are requested to present the tenders in good time on the stipulated day so as to
avoid rush at the closing hours.
5. Envelope ‘A’ of the tender document shall be accompanied by the E.M.D. as per tender
requirement.
6. Envelope ‘B’ of the Tender Documents shall be accompanied with the following documents in
duplicate.
7. The tender documents duly signed.
8. Tenderer’s program for the supply of the valves.
9. Details of schedule 1 to 5 of section B-6.
10. A covering letter stating any other matter in relation to this tender which the tenderer
considers shall be drawn to the particular notice of the Corporation or Consulting Engineers.
15. Time being the essence of the contract, the tenderers shall indicate the tender completion date(s).
The desired completion requirements of the Corporation are indicated in the specifications attached.
16. Erasures and other changes shall be noted over by the initials of the person signing the tender.
Tenderers shall present the following information along with their tenders in duplicate:
Experience of similar works with names of authorities for which the supply is successfully
completed.
List of current assignments of comparable nature along with starting date and likely completion
dates with their contract values.
General details of tenderer’s organization, management, facilities for manufacturing of valves &
testing.
10
Tenderer shall not be considered if the above information is not provided or is considered to be
unsatisfactory according to tender requirement.
In addition to the above, the following documents shall be submitted by the bidder along with the
tender as per tender requirements.
Tenderers are requested to sign the Bank Guarantee Form ‘A’, placed in Section A-4. Schedule
of Quantities, etc. after making appropriate in enquiries wherever necessary.
If the tender is made by an individual, it shall be signed with his full name above his current
address.
If the tender is submitted by a proprietary firm, it shall be signed by the proprietor above his
name and the name of this firm with its 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 partnership deed,
current address of the firm and the full name and the current address 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 signed by a duly
authorized person holding the power of attorney for signing the tender, in which case, a certified
copy of the power of attorney shall accompany the tender. Such limited Company or Corporation
shall be required to furnish satisfactory evidence of its existence before the contract is awarded.
All witnesses and sureties shall be persons of status and probity and their full names, occupations
and addresses shall be stated below their signatures.
11 Interpretation of Documents
11.1 Tenderers shall carefully examine the Tender Documents well before time and date of
submission of tender and fully inform themselves as to all the conditions and matters which shall
in any way affect the work or the cost thereof. Shall a tenderer find discrepancies in or omission
from the specification or other documents, or shall be in doubt as to their meaning, he shall at
once address a query to the City Engg.(WRM) as provided for in clause: 8.8 of Section:A-4. Any
resulting interpretation of the Tender Documents shall be issued to all tenderers as an Addendum.
Verbal clarification and/ or information given by Dy. Municipal Commissioner (Project) / City
Engg. (WRM) shall not be binding on the Corporation.
12.1 Shall the Schedule of quantities and Rates submitted with the tender be found to contain errors,
or discrepancies the owner / engineer shall 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 rate quoted in words in all cases shall govern. Also the bidder shall not be permitted to
correct or withdraw material deviations or reservations once bids have been opened.
11
13 Modification of Documents
13.1 Modifications of specifications and extension of the closing date of the tender, if required, shall
be made by an Addendum and / or press note. Copies of each Addendum shall be sent to
tenderers. These shall be signed and returned by the tenderers and shall form a part of the
tender document.
13.2 The tenderer shall not add to or amend the text of any of the documents except in so far as shall
be necessary to comply with the Addenda.
14 Evaluation of Tenders
14.1 For evaluation and comparison bids, the following factors shall be considered in addition to
the points mentioned in Clause 22 of Section: A-4.
15.1 Tenders shall be deemed to be under consideration from the opening of tenders, until
such time as an official announcement of award is made.
15.2 While tenders are under consideration, tenderers and their representative, or other
interested parties, are advised to retain from contacting by any means any
Corporation personnel or representatives on matters related to the tenders under
study. The Engineer’s Representative, if necessary, shall obtain clarification of tenders
by requesting such information from any or all the tenders either in writing or through
personal contact, as shall be necessary. The tenderer shall not be permitted to change
the substance of his tender after tenders have been opened. This includes any post
tender price revision or major modification as defined in Clause No. 13 of section-
A-4 Non-compliance with this provision is a cause for disqualification.
16 Alternatives
Deleted.
17 Cost of Tendering
The Corporation will not defray the expenses incurred by tenderers in tendering and will not be
bound to accept the lowest or any tender.
18 Award of Contract
18.2 The contract shall be awarded to the responsive tenderer offering the lowest financial and
Technically highest tender or tenders in conformance with specifications subject to the
12
provisions in Clause No. 14 and 15 of Section A-4 i.e. Evaluation of tenders and policy for
tenders under considerations, mentioned earlier.
18.3 A responsive tender is one which accepts all the terms and conditions of the Tender Documents
without any major modifications. A major modification is one which affects in any way the price,
quality, quantity or completion of works or which limits in any way, any responsibilities or
liabilities of the tenderer or any rights of the Corporation, as specified in the Tender Documents.
The Corporation shall waive any minor informality in a tender which does not constitute a major
modification. However, the failure of successful bidder to pay ‘Security Deposit’ and signing
the contract shall constitute sufficient grounds for annulment of the award of contract and
forfeiture of the earnest money deposit, in which case the Owner / Engineer shall award the
contract to the next lowest evaluated responsive bidder. In the event of not finding any such
bidders, the employer is empowered to call for new bids.
19 Signing of Contract
19.1 The successful tenderer shall be required to execute the Contract within 15 days of receipt of
intimation to execute the Contract, failing which the Corporation shall be entitled to claim
discount offered for payments of bills in spite of non-payment of the bills within the stipulated
time, if such non-payment is the result of non-execution of the contract by the tenderer.
Moreover if the contractor shall not pay security deposit and do the agreement within 15 days
after issuing the first letter from the authority or corporation, for that the registration shall be kept
in abeyance for three years.
19.2 The person to sign the contract documents shall be the persons as detailed in Clause No.10 of
Section A-4 i.e. signing of tender documents.
It shall be incumbent on the successful tenderer to pay stamp duty on the contract and legal
charges for preparation of the contract agreement.
21 Solvency Certificate
Every tenderer shall produce along with their tender, a solvency certificate (of an amount up to
20% of the tendered cost plus the amount of Works on hand, still to be executed) as per Form-
‘A’ enclosed in this section of his financial stability from the collector of the district within
which he resides or a Banker’s Certificate. If he fails to produce such a certificate, his tender
shall not be considered. This certificate shall be enclosed in the Envelope ‘B’ with tender
documents.
22.1 The following documents / information must be submitted by the tenderer in duplicate along with
the tender documents :
(i) An Income-Tax Return Certificate for the last financial year as detailed in Clause No.7
of Section A-4 of Instructions to tenderers.
(ii) If the tender is not submitted by an individual, the necessary certified copy of the power of
attorney, a certified copy of the partnership deed and other relevant information in this
connection as detailed in Clauses 10.3 to 10.7 of Section A-4 of Instruction of Tenders.
(iv) A solvency certificate as detailed in Clause 21 of Section A-4 above.
(v) General details of tenderer’s organization, management, staff and personnel, facilities for
design and construction.
(vi) Details of the work of similar type and magnitude carried out by the tenderer including
13
names of the authorities for which works were executed, as per Schedule:1 of Section:B-6.
(vii) Details of works in hand and works tendered for as on the date of submission of the tender,
as per Schedule:2 of Section:B-6.
(viii) Information regarding financial capacity of the tenderer to execute the works of this
magnitude as per Schedule: 3 of Section: B-6.
(ix) Details of the testing facilities.
(x) Details of Contractor’s schedule for manufacturing & supply of valves as per Schedule: 6
of Section: B-4.
(xi) Details of structure and organization as per Schedule : 5 of Section: B-6.
(xii) Copy of Sales Tax Registration certificate / VAT certificate.
22.2 Bidders not submitting the above mentioned information along with their tenders as per Clause
No.22.1 of Section A-4 above, the tender shall not be considered for evaluation and the bid shall
be outright rejected.
22.3 Bidder to note that the time being access of the contract & supply is to be made within stipulated
time period & quote accordingly.
22.4 The defect liability period for this supply is 24 months after completion of total supply as per
tender. The bidder shall give assurance regarding the defect liability period as per the attachment.
23 DELETED.
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date :
14
FORMS (SECTION: – A-4)
FORM ‘A’
6) This guarantee will not discharged due to the change in the constitution of the Bank or the
Contractor.
For...........................(Bank name).
16
FORM ‘B’
(1) Names and style (of the Company, Firm, HUF or Individual) in which the applicant is assessed
or assessable to Income-tax and the addresses for the purpose of assessment:
(2) Names and addresses of all Companies, Firms or Associations or persons in which the applicant
is substantially interested in his individual or fiduciary capacity.
(3) The Income-tax Circle/ Ward/ District in which the applicant is assessed to income-tax.
(4) The following particulars shall to be furnished concerning the Income Tax Assessments for the
preceding four years:
(i) The total contract amount received during the preceding four accounting years (give date
of the closing day of the year being previous year).
(ii) Year Total Income Tax demanded, Tax paid, Balance due Tax paid, Balance due Tax
assessed.
Note :
Tax in Columns 3 and 4 shall include all items viz. Income-Tax, Sales Tax, Surcharges, Excess
Profit Tax and Port Tax, Service tax etc.
If any tax remains unpaid, the reasons shall be explained in an attached statement.
1 In case there has been no income-tax assessment in any year, whether returns have been
submitted under Section 22 (1) or 22 (2) or tax has been paid in advance under Sections
18(A) (3) of the Act and if so, the amount of income returned for each year and tax for
each of the four years mentioned above and the name of Income-tax Circle/ Ward/
District concerned where such returns have been paid. Give reasons why the income-tax
is not assessed.
I declare that the above information is correct and complete to the best of my information and
belief.
Address
Date :
17
In my opinion, the assesses mentioned above has been doing everything possible to pay the tax
demanded promptly and regularly and to facilitate the completion of the pending proceedings.
This shall remain valid for one year from the date of issue.
Circle Ward
18
FORM ‘C’
Signature
1.
Names and private residential 2.
Addresses of the partners 3.
Constituting the firm: 4.
5.
19
(PERFORMANCE BOND)
Annexure – I
(The date of this bond must be prior to the date of the instrument in connection with which it is given)
Principal (Contractor)
Surety (Bank)
above named are held and firmly bound upto the Municipal Commissioner, AMC, Ahmedabad owner of
the work of Supplying of Butter fly Valves, Sluice Valves, Air Valves and Scour Valves for
Providing and Laying M.S. / D.I. Pipeline for Supplying Water in Several W.D.S.
Indrapuri, Vatava, Ghodasar, Isanpur and Lambha in South Zone Package-4 hereinafter
called the “Employer” in the amount stated for payment of which sum, well and truly to be made, we
bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these
presents subject to the provisions of which the aforesaid Contract on demand and without demand on a
claim being made by the “Employer”.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the principals herein after called
contractor viz. have entered in to a contract with the Employer numbered and dates as shown above and
hereto attached for the execution of work.
NOW THEREFORE, if the Principal shall well and truly perform and fulfill all the undertakings,
covenants, terms, conditions and agreements of said contract during the original terms of the said contract
and any extensions thereof, they shall be granted by the Employer with or without notice to the surety
and during the life of any guarantee required under the contract and shall also well and truly perform and
fulfill all the undertakings, contracts, terms, conditions and agreements of any and all duly authorized
modifications of said contract that shall hereafter be made, notice of which modifications to the surety
being hereby waived or shall pay over, make good and reimburse to the Employer all loss and damages
which the employer shall sustain by reason of failure or default on the part of said Principal so to do.
IN WITNESS WHERE OF, the above bounded parties have executed this instrument under their
several seals on the date indicated above the name and corporate seal of each corporate party being hereto
affixed and these presents duly signed by its undersigned representative, pursuant to authority of its
governing body.
b. .............................................................. as to
............................................................................(seal)
c. .............................................................. as to
.................................................………………...(seal)
d. .............................................................. as to
............................................................................(seal)
e. .............................................................. as to
............................................................................(seal)
Affix
By Corporate
Seal
Business address
Affix
By Corporate
Seal
Title
For and on behalf of the Employer
21
Annexure - II
22
us in writing on or before(dt.)..............................we shall be discharge from all liability
under this Guarantee therafter.
6. This guarantee will not discharged due to the change in the constitution of the Bank or the
Contractor
4. In written of bank has executed this present the day and year first written Date
the........................,Month.......................,Year..........for.................(Bank name)
23
DEFECT LIABILITY PERIOD
The Defect Liability Period shall be under and the amount of security deposit in the form of Bank
Guarantee for the works under different items of contract after completion of the works shall be refunded
as under:
The tenderer shall be responsible to make good and remedy at his own expense any defect; which shall
develop or shall be noticed before the defect liability period of two (2) years from the date of issue of
completion certificate. The Engineer-in-Charge shall give the contractor a written notice about the
defects and the contractor shall make good the same within 15 days of receipt of such notice. In case of
failure on the part of the contractor, the Engineer-in-Charge shall rectify or remove or re-execute the
work at the risk and cost of the contractor. The Engineer-in-Charge shall be entitled to appropriate the
whole of any part of the amount of security deposit towards the expense, if any, incurred by him in
rectification, removal or re-execution.
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date :
24
AHMEDABAD MUNICIPAL CORPORATION
(A) Guarantee issued by following banks (only Ahmedabad City Branch) will be accepted as
SD/EMD on permanent basis.
1) All Nationalized Banks including the Public Sector Bank – IDBI LTD.
(B) Guarantee issued by following Banks (only Ahmedabad City Branch) will be accepted
as SD/EMD for the period up to March 31, 2016.
For other details refer AMC circular No. 21 dated 29.05.2015 or latest available on AMC
website & finance department GR No. EMD/10/2014/570/DMO Dated 01/04/2015.
25
SECTION: B-1
Name of Work: Supplying of Butter fly Valves, Sluice Valves, Air Valves and Scour Valves
for Providing and Laying M.S. / D.I. Pipeline for Supplying Water in
Several W.D.S. Indrapuri, Vatava, Ghodasar, Isanpur and Lambha in
South Zone Package-4
Issued to:
26
SECTION : B-1
1. Competency of Tenderer
No contract will be awarded except to responsible bidders capable of performing the class of work
contemplated. Before the award of the contract, any bidder may be required to show that he has the
necessary facilities, experience, ability and financial resources to perform the work in satisfactory
manner within the time stipulated. Contractor may be required to furnish the corporation with the
statement as to their experience and their financial status.
2. Tenderer will be deemed to have inspected the store & site of work and to have satisfied himself as to
the nature of works, all existing roads, water-way and other means of communication and access to
store & site of work.
2.1 The tenders shall be received under “Registered Post or Speed Post or By Courier” or by hand.
Tender sent by ordinary post or by any other mode will be rejected out right
(i) Late tenders (i.e. tender received after the specified time of opening), delayed tenders
(i.e. tenders received before the time of opening but after due date and time of receipt of
tenders) and post tender offers shall not be opened and considered at all.
(ii) The tenders received (by registered post) after the time and the date specified in the
tender notice shall not be received by the concerned office from the postmen, for which,
date and time may be recorded on the cover of the tender as to when tender was refused
by the Assistant Manager or the Administrative Head or any other person in charge.
(iii) Necessary records should be maintained for refusal of such tenders in the registers for
receiving tenders and should be initialed by the City Engineer (WRM).
3. Payment
The tenderer must understand clearly that the item wise rates quoted are for completed works and
including supply of goods to the departmental store or site of work of AMC including all taxes and
octroi etc. and to include all extras to cover the cost of night work if and when required and no claim
for additional payment beyond the price / rates quoted will be entertained and the tenderers will not be
entitled subsequently to make any claim on the ground of misrepresentation or on the ground that he
was supplied with information given by any person (whether the member is the employee of
Ahmedabad Municipal Corporation or not). Any failure on his part to obtain all necessary information
for the purpose of making his tender and filling the rates therein shall not relieve him from any risks
or liabilities arising out of or consequent upon the submission of the tender.
4. Tender Forms
Every ‘blank’ in the form of tender and in the schedule must be filled up by the tenderer and must
return the document sent herewith.
5. Erasures
27
Persons tendering are informed that no erasures or alterations by them in the text of the document sent
herewith will be allowed and any such erasures or alterations will be disregard. If there is any error in
writing, no overwriting should be done, the wrong word or a figure should be struck out and the
correct one written above or near it in unambiguous way. Each correction should be initialed.
1. The Percentage rates in Schedule ‘B’ must be given in words and figures.
2. If the tender is taken in favour of the company, a power of attorney in favour of the person who may
have signed the tender for the company must accompany the tender.
3. Solvency certificate of a Bank or a Revenue Officer of an amount upto 20% of the tendered cost
plus the amount of works on hand still to be executed will have to be produced by the Contractor.
4. Challan for earnest money of Rs. 62,439/-must accompany the tender. The amount of earnest money
can be offered by the contractor, at his choice, in the form of Bank Guarantee of the scheduled bank
or from banks as per the list attached of approved banks by Ahmedabad Municipal Corporation.
If the contractor do not turn up to pay the Security Deposit and execute contract agreement
within specified (or extended) time after intimation to him amount acceptance of his offer, the
earnest money paid for this work will be forfeited and his registration will be held in abeyance
for three years.
28
SECTION : B-1
2. DECLARATION FORM
1. I / we hereby declare that I / we have visited the store & site of work and fully acquainted myself
/ ourselves with the local situation regarding materials, labour and other factors such as
transporting & stacking the materials before submitting this tender.
2. I/ we hereby declare that I/ we have carefully studied the conditions of contract, specifications
and other tender documents of this work and agreed to execute the same accordingly.
DECLARATION CERTIFICATE
I/We hereby declare that my / our near relatives are not working in AMC as an Addl. City Engineer, Dy.
City Engineer, Asst. City Engineer, Asst. Engineer, Supervisor, Overseer, Divisional Accountant, Store
Keeper, and Manager as on today.
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date :
29
SECTION : B-1
1. All works proposed for supply of valves to be executed by the contractor shall be notified in a form
of invitation to tender pasted on a board hung up in the office of the City Engineer (WRM) and
signed by him.
This form will state work to be carried out as well as the date of submitting and opening tenders and
the time allowed for carrying out the work also the amount of earnest money to be deposited with the
tender and the amount of the security deposit to be paid by the successful tenderer and percentage, if
any, to be deducted from bill. Copies of the specifications and any other documents required in
connection with work which shall be signed by the City Engineer (WRM) for the purpose of
identification, shall also be open for inspection by contractors at the office of the City Engineer
(W.R.M.) during office hours.
2. In the event of the tender being submitted by a firm, it must be signed separated by each partner
thereof or in event of the absence of any partner it shall be signed on his behalf by person holding a
power of attorney authorizing him to do so. Details of partners will be furnished in Annexure – 1
alongwith the copy of partnership deed.
3. Receipts for payment made on account of any work, when executed by a firm, shall also be signed
by all the partners except where the contractors are described in their tender as a firm in which case
the receipts shall be signed in the name of the firm by one of the partners or by some other person
having authority to give effectual receipts for the firm.
4. Any person who submits a tender shall fill up the usual printed form including the ‘column’ total
according to estimated quantities stating at what item rate he is willing to undertake each item of the
work. Tender which proposes any alternation in works specified in the said form of invitation to
tender or in the time allowed for carrying out the work or which contain any other condition of any
sort, will be liable to rejection. Tender shall have the name and the number of the work (to which
they refer) written outside the envelope.
5. The City Engineer (WRM) or his duly authorized. Assistant shall open tenders in the presence of
any intending contractors who have submitted tenders or their representatives who may be present at
the time and he will enter the amounts of the several tenders in a comparative statement in an
suitable form. In the event of a tender being accepted, the contractor shall, thereupon, for the
purpose of identification, sign copies of the specifications and other documents mentioned in this
tender. In the event of tender being rejected, the Officer shall authorize the Officer concerned to
refund the amount of the earnest money deposited, to the contractor making the tender on his giving
a receipt for the return of the money.
6. The Officer competent to dispose of the tenders shall have the right of rejecting all or any of the
tenders.
7. No receipt for any payment alleged to have been made by a contractor in regard to any matter
relating to this tender of the contract shall be valid and binding on Corporation unless it is signed by
the City Engineer (WRM).
8. Deleted.
9. All works shall be measured net by standard measure and according to the rules and customs of the
Ahmedabad Municipal Corporation without reference to any local custom.
10. Under no circumstances shall any contractor be entitled to claim enhanced rate for any items in this
contract.
30
11. Every contractor shall, unless exempted in writing by the Concerned Engineer, produce alongwith
his tender a solvency certificate of his financial ability from the collector of the District within
which he resides or a Banker’s certificate. If he fails to produce such a certificate his tender will not
be considered.
13. The measurements of work will be taken according to the usual method in use in the Ahmedabad
Municipal Corporation and no proposals to adopt alternative methods will be accepted. The City
Engineer (W.R.M.) decision as to what is ‘the usual method in use in the Ahmedabad Municipal
Corporation’ will be final.
The Insurance Company’s bond will not be accepted against the security deposit.
14. The contractor shall have to attach to his tender Income –Tax Return Certificate of the last financial
year to be obtained from the Income-Tax Officer.
15. Deleted.
16. Deleted.
17. Deleted.
18. The tender for the work shall remain open for a period of 180 days from the date of opening of
the price bid and that the tenderer shall not be allowed to withdraw or modify the offer on his
own after handing over the tender to the postal authorities for dispatch during this period. If any
tenderer withdraws or makes any modifications, or additions in the terms and conditions of this
tender not acceptable to the Ahmedabad Municipal Corporation then the Corporation shall,
without prejudice to any right remedy, be at liberty to forfeit in full the said earnest money
absolutely. In this connection G.R.R. and BD No. TNC-IIB-22-(10)-C dated 14-8-90 should be
referred to.
19. Deleted.
20. Deleted.
21. Deleted.
22. Deleted.
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date :
31
SECTION : B-1
I / We hereby tender for the execution for the Ahmedabad Municipal Corporation, (herein before and
hereinafter referred to as AMC) of the work specified in under written memorandum within the time
specified in such memorandum at tendered Percentage rates entered in Schedule ‘B’ (showing items of
works to be carried out) and in accordance in all respects with as in the specifications and instructions in
writing referred to in this tender and conditions of contract.
Signature of Contractor
Name :
Company’s Seal:
Date :
32
SECTION : B-2
Bidders should read general terms and conditions of Bid documents, technical specifications and
following instructions thoroughly and carefully before submitting the bid.
3. The tenderer shall have to submit a “test report” as to examination analysis having been done
regarding purity, genuiness, fitness, satisfaction of the product, material, goods, articles supplied
every time. In addition, AMC may also send the materials supplied by the successful tenderer
for test(s)/analysis to ensure that the supply made is not of inferior standard, quality but
conforming IP/BP/USP and/or BIS/ISO standards(s) as the case be taking into consideration the
specification(s). Also, AMC will have the right to reject the defective products, materials, goods,
articles as well as the same having working life less than the normal required time and/or the
working life of the same is falling overdue in near future and/or expiry period, date is abnormally
less and falling due in near future preventing the use, utilization of the required supplies.
The tenderer will have to pay the cost thereof and will also have to pay the cost of products,
materials, goods, articles of inferior quality or to replace them against particular batch supplied
plus such other amount towards liquidated damages for each default and any such decision at
AMC end shall be final and binding upon the tenderer.
4. On awarding the contract, the tenderer if fails to fulfill the provisions of any of the clauses to
supply the products, materials, goods, articles in quantity, time, and at such rate as very clearly
and / or mentioned in work/purchase order/ Notice of award of contract, fails to replace the
rejected supplies to the AMC's satisfaction, the required products, materials, goods, articles will
be procured from the open market at the risk and cost of the tenderer.
5. The quantity shown in the schedule is the approximate quantity requirements of the
Corporation to be ordered out by AMC or the concerned other departments of the Corporation.
However, Whenever AMC feels necessary, there may be a variation in the quantity of the items /
materials and procurement thereof may be resorted by AMC in partial quantity and / or by of
staggered supply and any such decision at AMC end shall be final and binding upon the tenderer.
6. The Conditions, Specifications and / or drawings as may be herewith will apply into the offers
made in the tender. Discretion will rest with the AMC to accept or not to accept any variations
specifically demanded by the tenderer by special reference to the item or items in the tenderers
general printed or cyclostyled forms. Unless so pointed by reference to item or items number in
the tender or covering letter. With the tender, they will be deemed to be non-existent and will
not affect, after of override any of the terms or conditions of this tender.
7. The tender should be duly signed by the Proprietor Partner, Manager / Director as the case may
be of this designation in the firm, partnership, public or private limited or unlimited companies of
co-operatives. The signatory should write or get typed his initials or name below his signature in
first alphabets and should also fix Stamps or Seal of the Concern, putting his designation therein.
The person of the firm etc. as may be, to whom this tender is issued will be liable to the
Corporation irrespective of any defect in the authority of the person so signing the tender.
33
8. The manufacturer concerned and the suppliers concerned shall afford or procure as the case may
be, every facility to Indian Apprentices for practical training in factories, work-shops or officer,
owned, managed controlled patronised by them so as to enable Indian apprentice to acquire full
knowledge of the technique and work of their industry calling or profession.
9. The Ahmedabad Municipal Corporation being consumer of goods in this tender has to pay Sales
Taxes and other taxes and charges legally chargeable on the quoted rates. So unless they are
specifically stated as chargeable extra over quoted rates in this tender, the rates will be deemed to
be inclusive of all these taxes & charges and they will not be paid at all by the corporation to the
tenderer.
10. Time limit for supply of materials of this tender is six (6) months.
11. The Earnest Money stated in the tender, if not paid before the date & opening of, it will liable to
rejection at the discretion of AMC. Earnest money is to be paid by bank guarantee or demand
draft only, if earnest money is paid by a cheque the tender will not be considered.
12. The successful tenderer / bidder whose tender is accepted shall have to deposit a sum equal to
five percent (5%) of the contract amount as Security Deposit for due fulfillment of the contract
awarded by a Demand draft or Bank guarantee drawn in favour of "Municipal Commissioner,
Ahmedabad " and shall have to execute and agreement on stamp paper at tenderer's costs within
15 days from the date of receipt of first notice of the acceptance of tender demanding deposit and
costs of contract paper. If the tenderer fails to make deposit and also to execute the agreement
within 15 days of notice to do so, the Earnest-money or its counterpart as may be will be
forfeited at the discretion of the Municipal Commissioner. On such forfeiture the tenderer will be
treated as Defaulter.
13. No interest shall be paid on Earnest Money Deposit (EMD) and / or security deposit (SD) placed.
14. The tenderer remitting Earnest-Money and the Security Deposit as required in the tender by
drafts of banks other than those at Ahmedabad the liability to pay bank collection charges will be
of the tenderer. In such cases the amount remitted will be reduced by the corresponding bank-
charges paid by the Corporation on its realization and the such reduced amount will be earnest-
money or the Security Deposit refundable to the tenderer on satisfactory performance of the
contract.
15. The tenderer should specifically state as whether the entire quantity is offered from ready stock
or part thereof from it with deferred installments deliveries of the rest, mentioning in the later
case the period by which delivery will be completed of the order. Delivery - time so stated shall
be the essence of contract and default thereof will make contractor liable to penalty as per tender
terms and conditions.
16. Unless permitted by the Municipal Commissioner the tenderer will not be allowed to withdraw
his tender under any circumstances before the decision is taken by the authority empowered to do
so. The Municipal Commissioner will forefeit the Earnest-Money or its counter parts as may be
of such tender and will recover only loss that Corporation may suffer by having to pay higher
rates on account of such withdrawal of tender.
17. If the successful tenderer / supplier / awardee agency fails to supply the materials, products,
goods, or articles in specified delivery period or any full / half part thereof within the contracted
period or purchase order period of delivery or in case of emergency / urgency works fails to
supply the materials after commitment, or fails to fulfill any provisions as per above tender
clause or in case the stores are found not in accordance with the prescribed specifications /
description and/of approved sample, the Municipal Commissioner shall exercise his discretionary
power either :-
34
(a) To recover from the successful tenderer / supplier as liquidated damages a sum not
exceeding half a percent of the price of stores which you have failed to deliver as
aforesaid per each week or part thereof during which the delivery of such stores may be
in arrears, subject to maximum limit of, in the case of an order not exceeding, 10 percent
of the stipulated order price of the stores so undelivered or,
(b) To purchase from elsewhere on your account and at your risk stores so undelivered of
other or a similar description without canceling the contract in respect of the
consignment not yet due for delivery, or
In the event of risk purchase of stores of similar description the opinion of AMC shall be final
which will be exercised by him only when stores of exact specification are not readily
procurable.
In the event of action taken under clause (a) or (b) above, the tenderer shall be liable for any loss
which AMC may sustain on that account but tenderer shall not be entitled to any saving on such
purchases made against default.
The decision of Municipal Commissioner shall be final as regards the acceptability of stores
supplied by the tenderer and the Municipal Commissioner shall not be required to give any
reason in writing or otherwise at any time for the rejection of the stores.
18. The tenderer / bidder shall extend all the benefits to the AMC such as free samples of products,
materials, goods, articles including any kind of discount, rebate, commission, excise exemption
benefit as per past and amended notification of GOI or any other incentives normally offered to
any other buyer in the form of gift or otherwise as part of the Sales Promotion Scheme(s). If any
such sales promotion scheme(s) is/are already launched by the tenderer and is/are in force while
the tender process is on, mention of details of such scheme(s) all the benefits of the said Sales
Promotion Scheme(s) during the continuance of said scheme(s) shall have to be made available
during the period of contract.
19. If the successful tenderer fails to ensure the required supplies as per the order as well as that
specified in purchase / work order / notice of award of contract from time to time for the quantity
and/or quality, and/or quality and/or in less than the required quantity, or if fails to fulfill the
provisions of any of the clauses to supply products, materials, goods, articles in quality, time and
at such rate and/or as mentioned in work/purchase order/ Notice of award of contract, fails to
replace the rejected supplies to the AMC's satisfaction, the required products, materials, goods,
articles will be procured from the open market at the risk and cost of the tenderer. or fails to
supply the materials in time for emergency works after commitment, he will be debarred from
tendering for two years and AMC will have a right to procure the materials from the suppliers
who are reliable and dependable and who can deliver the material in critical period even outside
rate contract holders. Also, penalty will be imposed as per tender terms and conditions. In such a
case whenever AMC deemed necessary Earnest Money Deposit (EMD) and/or security deposit
(SD) will be forfeited at once also.
20. The quantity shown in the schedule is the estimated approximate quantity requirements of the
Corporation to be ordered out by AMC. There may be decrease / increase in quantity as per
requirement of AMC.
21. Rates / prices to be quoted should be inclusive of all Statutory Central/State taxes, levies, any
other taxes at the time of delivery. Transportation, handling charges, F.O.R at AMC’s delivery
places charges, packing, forwarding, transit losses, insurance, loading and unloading charges and
all other breakage, leakage, losses shall be borne by the tenderer.
35
Any increase / decrease in Statutory Central and State Taxes / Duties / levies due to Govt.
Policies will have to be borne by supplier. The Successful tenderer / bidder or awardee agency
shall extend all the benefits to AMC such as free samples of the products, materials, goods,
articles including any kind of discount, rebate, and incentives.
Ahmedabad Municipal Corporation is a local self government and the procurement of products,
materials, goods, articles are going to be solely used, utilized for public amenities and purposes
and also for relief to the poor through out its various departments. Hence, pass on benefits of
exemption, concession etc., if any, in Central / State taxes, levies etc. to AMC.
22. Tender once submitted, shall not be withdrawn till the validity of rate contract period of 180
Days from the date of opening of the price bid for that tender and acceptance remain in force or
else the EMD/ SD shall be liable for forfeiture.
23. The liability as to any damages and / or loss otherwise to any movable or immovable properties,
assets during loading, unloading or otherwise during the period of supply, otherwise during the
period of supply, whether knowingly or unknowingly done or occurred shall be made good
forthwith to AMC by the tenderer / awardee agency upon a communication made therefore.
24. Any related dispute shall be subject to AHMEDABAD JURISDICTION only.
25. The right to accept rejects any full / part or all tender(s) received is reserved and no reason
therefore will be given.
26. The Municipal Commissioner is in no way bound to accept the lowest or any tender and reserves
the rights to divide or cancel without giving reasons thereof .Any court case is not allowed for the
above tender & final authority for the above tender is Municipal Commissioner.
27. Tenders with incomplete details are liable to be ignored.
28. Whenever under this contract any sum of money is recoverable from and payable by the tenderer
the Municipal Commissioner and Additional City Engineer water project shall be entitled to
recover such sum by appropriating in part or whole security deposited by you if a security is
taken against the supplier. In the event of the security being insufficient or if no security has been
taken from you, that the balance or the total sum recoverable, as the case may be, shall be
deducted from any sum then due to you under this or any other contract with the Municipal
Commissioner and Additional City Engineer Water Project or Municipal Corporation or any
other person or persons contracting through Municipal Commissioner or Additional City
Engineer Water Project. Should this sum be not sufficient to cover the full amount recoverable,
the tenderer shall pay to Municipal Commissioner and Additional City Engineer Water Project
on demand the remaining balance as arrears of Municipal Taxes dues.
29. C.I. Tail pieces shall be weighed & marked with indelible paint (Individually).
30. Penalty for delay in work : if the work is not completed within the time specified i.e. 6 months
from the date of order to start the work, penalty of Rs. 1000/- (Rupees One Thousand only) per
day or delay shall be recovered from the immediate bill payable to the contractor.
Further to above AMC may take actions such as recovery by revenue ways and or else. Black
listing the contractor permanently and will inform all other Govt./ Semi Govt/ Corporations/
Boards/ Municipalities/ Nagarpalikas departments.
If the contractor has gone against AMC for litigation or Arbitration for any reasons what so ever,
the contractor will not be considers for the works after that date i.e. contractor will be
disqualified for the works after that date. Before proceeding for black listing the contractor,
AMC may consult Legal department of AMC.
36
SECTION : B-3
SCHEDULE – A
Deleted
37
SECTION: B-4
GENERAL INSTRUCTIONS
1. The work of supply shall be completed within 6 (Six) months (inclusive of monsoon) after the order
to start the work.
2. The Contractor shall remain responsible for workmen’s compensation, if any, when such case
occurs.
3. In case of dispute for unseen or overlooked items, the decision of the City Engr. (WRM) shall be
final.
4. All the rejected materials shall be removed from site within 24 hours by Contractor at his risk and
cost.
5. If any extra item crops up during the progress of work the same shall be carried out by the
Contractor. After approval of City Engr. (WRM) and shall be paid at the rate fixed by the City Engr.
(WRM) as per the rate analysis based on current market rates or current SOR whichever is less.
6. If in the interest of AMC it is necessary to change the requirement of the valves the Contractor shall
carry out the same at his quoted rates without charging any extra and he shall be paid at the rates
quoted by him and no claim for extra for subsequent changes made shall be entertained.
7. Octroi exemption passes shall not be given for any material required for this work.
8. Contractor shall be fully responsible for compliance of the various provisions under Contractor
Labour Act, 1970 and the Rules frames there under. The Contractor shall obtain necessary
permissions, license and registrations from labour commissioner, as per labour law.
9. All charges on account of Octroi terminal entry tax, sales tax, excise duty, royalty etc. and other
duties on indigenous material obtained for the works from any source shall be borne by the
Contractor. As per the amendment of Sales Tax Act which comes into force from August 1985,
Sales Tax on works contracts shall be paid by the Contractor and no reimbursement shall be made
by AMC for the same.
10. Necessary testing of materials shall be carried out by the Contractor at the laboratory approved by
AMC. This does not relieve the Contractor from his contractual obligations of making all
arrangements for taking samples; take to the laboratory and to keep the necessary records as
directed.
11. Before dispatch of materials as per tender, the material will be inspected and tested at manufacturer
work site by AMC or through agency appointed by him T.P.I. as per relevant code of I.S.I. /
Standards, and after getting clearance from AMC, the materials shall be dispatched.
12. The Contractor shall not employ any child below 14 years of age. It is prohibited by Child Labour
Prohibition and Regulation Act 1986. Hon’ble Supreme Court has given guide lines and as per those
guide lines, if child labour is employed on the work site, the contractor shall have to deposit Rs.
20,000 (Rs. Twenty thousand only) in the child labour welfare fund, and to submit the proof to
AMC. If the contractor refuses to deposit this sum, then the contractor shall be sole responsible for
the action to be taken for the contempt of Supreme Court judgment and shall be liable for
prosecution by the concerned Authority.
13. The supplier shall be responsible for the quality and good status of materials till the completion of
defect liability period.
38
14. The Contractor shall have to submit the running account bill in duplicate. On certificate from the
Engineer, the payment shall be released by AMC after proper necessary checking. This procedure
shall not absolve the Contractor from the responsibility of timely completion of the work.
I/ We hereby certify that I /We noted the above Important General Instructions and have quoted our
rates taking into account these conditions.
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date :
39
SECTION: B-5
ANNEXURE
Annexure: The information in the following annexure specimens shall be furnished on separate
letter pad if necessary.
Annexure – 1
(Referred to in condition No. 2 General Rules and Direction for the guidance of Contractors.)
To,
City Engr. (WRM) Ahmedabad
PLACE :
DATE :
Details regarding my / our partners / our Company (in the case of limited Company) Names,
Address (es), telephone number(s) Income Tax etc. are as under:
I / we herewith a gree to intimate to you about change if any, in the above-mentioned address(es) and
telephone No.(s) with Fifteen days of its occurrence till my / our deposit, for the said work paid by me /
us is not returned to me / us.
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date
40
SECTION: B-6
SCHEDULE – 1
DETAILS OF THE SUPPLY OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE TENDERER DURING LAST SEVEN
YEARS PERIOD
Sr. Name of Work Place & Country Tendered Cost Time in which Date of Principal
No. Completed Completion Features
Note: Necessary certificate from officer concerned shall be attached with the tender.
Signature of Tenderer :
Name:
Company’s seal:
Date :
41
SCHEDULE – 2
DETAILS OF SUPPLY WORK IN HAND AND TENDERED FOR AS ON THE DATE OF SUBMISSION OF THE TENDER
Signature of Tenderer:
Name:
Company’s seal:
Date:
42
SCHEDULE – 3
1. Solvency Solvency certificate from a Bank or the collector of the District within
which he resides of an amount upto 20% of the tendered cost plus the
amount of works on hand still to be executed shall have to be produced
by the Contractor.
2. Annual turnover for last three years : Details of major contracts executed during these years shall be
furnished.
a) 2012-2013
b) 2013-2014
c) 2014-2015
3. Price of the biggest supply carried out Certificate from the Owner in support of successful completion of
supply shall be furnished.
Signature of Tenderer:
Name:
Company’s seal:
Date:
43
SCHEDULE – 4
Tenderer shall furnish the Schedule for the work to be completed in the following format:
Scheduled Date
Sr. No. Activity
Start Completion
Signature of Tenderer:
Name:
Company’s seal:
Date:
44
SCHEDULE – 5
1. Name of Applicant
2. Nationality of Applicant
Office Address
Telegraphic Address
3 Telephone No.
Telex No.
Fax No.
5. The Applicant is
18. An individual
19. A proprietary firm
20. A firm in partnership
21. A limited company or Corp.
(if a firm in partnership)
45
In how many of your projects penalties were imposed for
13.
delays? (Please give details)
Signature of Applicant
Date :
46
SECTION : C
PREAMBLE TO SCHEDULE : B
1.0 The Schedule of Supply of materials is to be read for the purpose of pricing in conjunction with
instructions to Tenderers, Detailed specifications for items of work, technical specifications and
General conditions of Contract
2.0 The prices quoted in the Quotation Sheet of Schedule of Quantities and Rates under the appended
Quotation Sheet shall be the all inclusive value with all taxes, excise duty, insurance, freight /
carting, loading, unloading CST / GST (VAT) & stacking at AMC store or site of work as
directed by Engineer-in-charge.
3.0 The quantities furnished in Schedule-B are approximate and the contractor is bound to execute
the quantity of all items as may be required, up to any extent as per requirement
4.0 All materials shall be supplied strictly as per Detailed specifications and related IS codes whether
actually specified or not.
6.0 Supplier has to supply valves of approved manufacturer as per vendor list or approved make
mentioned in the specifications.
7.0 Under no circumstances shall any contractor be entitled to claim enhanced rate / price escalation /
price rise for any items in this contract.
8.0 If Tenderer needs any clarifications, they shall obtain the same in writing from Owner / Engineer
In - Charge, No notice will be taken of any verbal discussions in such matters.
9.0 The contractor has to submit design / drawing & QAP & get approved before manufacturing he
valves within 15 days of order for the work.
47
SECTION : D
ITEM NO. 1 Providing and supplying of approved make D.I. double flange Butterfly valves of
following class and diameter conforming to IS 13095 - 1991 including all taxes,
insurance , transportation, freight charges, octroi, inspection charges, loading,
unloading, conveyance to departmental stores or site of work including stacking etc.
complete.
1.1 This standard cover double flanged and wafer type of metal seated, resilient seated cast iron,
ductile iron, and carbon steel and lined butterfly valves for general purpose. Valves covered
under this standard are manually, pneumatically, hydraulically or electrically operated.
1.2 It covers valves of nominal pressure designations up to and including 4 Mpa. and class 300 with
ends flanged in accordance with appropriate table of I.S 6418 : 1971 ‘Cast iron and malleable
cast iron flanges for general engineering purpose’ or wafer type valves with bodies designed to
be accommodate between pipe work flanges in accordance with appropriate table of IS 6418 :
1971 or IS 6392 : 1971 ‘steel pipe flanges’ in nominal size DN 40 to DN 2000. It also covers
valves up to class 300 and flanges as per the pressure/temperature ratings given in IS 13159 (
Part 1) : 1991 ‘steel pipe flanges and flanged fittings : part I dimensions’ and IS 6418 : 1971
‘cast iron and malleable cast iron flanges for general engineering purposes’.
2.0 REFERENCE
Terminology and definition covered in IS 4854 (Part3) : 1974 are generally applicable.
A valve having flanged ends for connection to pipe flanges by individual bolting.
48
5.0 SERVICE APPLICATIONS
5.1 Valves shall be suitable for one or more of the following applications.
(a) Tight shut off - A valve having no visible leakage on the disc in closed position under
test conditions.
(b) Regulating - A valve intended for regulating purpose and which may have a clearance
between the disc and the body in close position.
(c) Low leakage - A valve which has specified maximum leakage rate on the disc in the
closed position.
Where valve are to be used under vacuum conditions, purchaser shall mention specifically and
the detailed design provision shall be mutually agreed between the purchaser and the
manufacturer.
40, 50, 65, 80, 100, 150, 200, 250, 300, 350, 400, 450, 500, 600, 700, 750, 800, 900, 1000, 1200,
1400, 1600, 1800 and 2000
7.1 Valve shall be designated by nominal pressure (PN) defined as the maximum permissible
working pressure (Mpa) at 20 0 C temperature as follows:
PN 0.25, PN0.6, PN1.0, PN 1.6, PN 1.25 and PN4.0
7.2 The class designation for valves specified by nominal pipe size shall be class 125, class 150 and
class 300.
The dimensions of flanged body ends and drillings shall be in accordance with the requirement
given in Annex B. Flanges as per any other specific requirements of the purchaser may also be
given as agreed to between the manufacturer and the purchaser or as per I.S. 13159 ( part I ) :
1991.
49
9.1.1 Flanges shall be at right angles to the axis of the bore and concentric with the bore. Flanges shall
be drilled unless otherwise specified and bolt holes shall be off centers. Tapped by the design of
the valve
9.2.1 Body ends shall be capable of being fitted between the pipe flanges complying with the
requirements of annex B flange drilling.
9.2.2 The joint faces shall be at right angles to the axis of the bore and concentric with the bore.
9.2.3 Holes may be provided, where required by the design, for the passage of the bolts securing the
flanges and the valve. Where through bolting is not practicable due to the presence of valve shaft,
bearing housing, tapped holes may be provided for individual bolting of each flange.
10.1 Face to face dimensions of double flanged and wafer types of valve shall be as per Table 1.
10.2 Face to face dimensions given in Table 1 are exclusive of the sealing gaskets at both ends.
10.3 The manufacturer shall ensure that adequate space will be available between valve flanges for
bolting when flanged valve with short body face to face to face or wafer long face to face are
manufactured.
11.0 BODIES
Bodies end ports shall be circular and the numerical valves of the diameter shall be as close as
possible to the valve of DN.
The disc and shaft shall be designed to withstand the maximum pressure differential across the
valve in either direction of flow. The shaft may be of one piece design or in two pieces separately
attached to the disc. Any means of attachment between the shaft and the disc shall be such as to
preclude components becoming loose in service.
50
13.0 SEATING AND LININGS
Non-integral seating, and lining where used, and their means of attachment shall be such as to
preclude their becoming loose in service.
14.0 BEARINGS
14.1 The bearings shall be suitable for the maximum loads imposed by the shaft during testing and in
service.
14.2 For valves DN 350 and above, a bearing shall be provided to take the axial thrust, spring
retaining clips (circlips) shall not be used as thrust bearing.
14.3 Suitable sealing shall be provided for the shaft where it passes outside the pressure containing en
closer.
This standard is based on materials specified in I.S.S. Unless otherwise agreed, the materials
shall be of a grade equivalent to those given in I.S.S. or superior. Other material may be used as
per agreement between the manufacturer and the purchaser. The material of construction shall be
as per table given below
The material of construction of Gear Box for valves shall be as per table given below
51
Sr. No. Description Materials
1. Gear Case & Cover Cast Steel ASTM A 216 Gr. WCB or
S.G Iron to IS 1865 Gr. 400/15
2. Sector Gear D.I. / S.G.I. IS 1865
Gr. 600/3
3. Worm / Shaft, spur BS 970 EN 19 / EN 24
Gear /pinion /shaft
4. Fastners / Dowels SS 316 / SS 304
5. O – Rings Nitrile Rubber with Shore hardness of 65 + 5
6. Bearing for shaft Ball / Roller bearing.
16.0 OPERATION
All valves shall be capable of operated at a differential pressure across the disc as marked on the
valve. Lever, worms gear / travelling nut type or any other suitable type of operator can be used.
16.1.1 Direction
Unless otherwise, specified manually operated valves shall be closed by turning hand wheel or
lever in a clockwise direction when facing the hand wheel or lever. The design of lever when
fitted shall be such that the lever may only be assembled to the valve so that it is parallel to the
direction of flow when the valve is open.
16.1.2 All gear travelling nut operators shall be provided with suitable stops to prevent movement of the
shaft beyond the limit corresponding to the fully closed position of the disc.
16.1.3 All gear travelling nut operators shall be packed with grease for life time operation. Gear /
travelling nut operators shall be totally enclosed and weather proof for general application. For
special applications such as marine, submerged service etc. the purchaser may specify special en-
closer.
16.1.4 All gear / travelling nut operators shall be self locking type. All leaver operated valve shall be
capable of being locked at least three intermediate position.
16.2 The operating hand-wheels shall be marked ‘CLOSE’ or ‘SHUT’ to indicate the direction of
closer.
16.3 The operator shall be provided with arrangement to indicate the disc position.
17.0 TESTING
All valves shall hydrostatically tested by the manufacturer before dispatch. The pressure shall be
obtained without any significant hydraulic shock. Testing shall be carried on before application
of paint or other similar treatment unless otherwise agreed between the purchaser and the
manufacturer. There shall be no air entrapped within the part of the valves subjected to test
pressure.
52
17.1 Performance Testing
Each valve shall be shop operated from fully closed to fully open position and reverse, under no
pressure and no flow condition to demonstrate that the complete assembly is workable.
The seating surface of the valve shall be cleaned unless a surface treatment forms an integral part
of the design or the use of a temporary surface treatment has been agreed between the
manufacturer and the purchaser to avoid the possibility of damage under the condition of the test.
17.3.1 Each valve shall be shop tested for leaks in close position. The test shall be conducted with the
body flanges in a horizontal position. Pressure shall be applied to the upstream end of the valve,
the downstream being open to atmosphere. The duration of test shall be as per Table above.
There shall be no indication of leakage past the valve disc during test and valves shall be drop
tight. Seat test shall be carried out in both the direction of valve if agreed between the
manufacturer and the purchaser. The seat pressure applied on upstream side shall be equivalent
to 1.1 times the maximum permissible working pressure at 20 0 c and shall be applied with water.
17.3.2 For regulating type valves seat test shall not be applicable.
The test shall be conducted with the body flanges in horizontal position. The test pressure shall
be 1.5 times the maximum permissible pressure at 20 0 C With disc in closed position, hydro test
pressure shall be applied to the lower face of the disc for duration as per table-3. There shall be
no damage to the valve disc nor shall any part of valve or disc be permanently deformed by the
test. The purpose of this test is to provide evidence of the adequacy and structural integrity of
disc and body. Any leakage past the seat shall not be the criteria for rejection of the valve
(Sampling test sample as per IS 2500). For regulating type valves, disc strength shall not be
applicable.
53
17.5 Maximum permissible leakage shall be as given in Table in para 18.0.
When specified by the purchaser, the manufacturer shall issue a test certificate confirming that
the valves have been tested in accordance with this standard and stating the actual pressures and
medium used in the test.
19.0 INSPECTION
The purchaser or his authorized representative shall have access to the manufacturer’s works at
all reasonable times to inspect assembled valve at factory. The bidder has to make necessary
arrangements for testing facilities of the valves as per the relevant IS at factory.
When the purchaser desires to witness the tests, this shall be specifically agreed in advance.
21.0 MARKING
Marking shall be cast integral on the body or on a plate securely attached to the body. The
markings shall be in accordance with I.S. 9866: 1981.
(a) Valve shall be complete in all respect when dispatched. Each valve shall be drained,
cleaned, prepared and suitable protected with 2 coats of red oxide on un machined
surfaces and rust preventive coats on machined and flanged surfaces for dispatch in such
a way as to minimize the possibility of damage and deterioration during transit and
storage. Painting other than specified on the finished valve shall be as per the agreement
between the manufacturer and the purchaser.
(b) Disc shall be unseated when dispatched, but care shall be taken to ensure that there is no
risk of damage to the disc.
(c) When specified, the body ends shall be suitably sealed to exclude foreign matter during
transit and storage.
(d) Components shipped unattached shall be adequately protected and identified to permit
correct field assembly.
54
23.0 APPROVED MAKE FOR BUTTERFLY VALVES
1. 90% payment will be released on receipt of valves on site of work in good condition.
2. Remaining 10% payment will be released after six months of supply.
ITEM NO. 2 Providing & Supplying of approved make D.I. Sluice Valves conforming to IS -
14846-2000. Rates inclusive of transportation to AMC store or site of work
including stacking with all taxes, octroi, VAT, etc. complete.
(a) Sluice Valves with Pair of C.I. Tail pieces – socket & spigot and PN-1 with
hand wheel / cap operated (PP type short body)
1.0 GENERAL
The contract shall be covering manufacturing, supplying, testing at factory and delivery of
Sluice valves IS as per 14846-2000 with body, length over flanges.
2.0 STANDARDS
The D. I. Sluice valves to be manufactured, supplied and delivered under the scope of this
contract shall be manufactured in accordance with and conforming to Indian standard
specifications.
3.0 TEMPERATURE VARIATIONS
All sluice valves, manufactured, supplied, tested and delivered shall be subjected to drinking
water under variable temperature conditions ranging from 40 to 450 C.
55
4.0 MARKING
The legible and indelible markings upon each valve shall indicate the following :
Manufacturer’s brand name and/or trade mark.
(i) Size of valve and nominal pressure of valve
(ii) Heat number of cast.
(iii) Serial number in punch.
(iv) Where a valve has been tested for only open end test, it should be marked “O” distinctly
and permanently.
(v) Any other important mater that the manufacturer deems fit to be inscribed / embossed.
(1) The contractor shall always provide manufacturer’s test certificate in accordance with
every batch / lot of valves so manufactured and supplied.
(2) The contractor shall also produce; in addition to manufacturer’s test certificate as above,
the inspection certificate issued by the authorised person of AMC.
Each valve shall be subjected to hydrostatic tests as per IS: 14846-2000. The test pressure and
test duration shall be as per table given below.
56
7.0 MATERIAL OF CONSTRUCTION
The material for different component parts of Sluice valves shall conform to IS: 14846 – 2000.
The material of construction shall be as per table given below.
Item Description
Body Ductile Ion DIN 1693-GG40 / Spheroidal Graphite Iron IS 1865 Gr
400/15
Wedge Ductile Iron DIN 1693-GGG40 / Spheroidal Graphite Iron IS 1865
Gr 500/7
FOR SIZE UP TO 350 MM :-Rubberlined with
EPDM
FOR SIZE 400 MM & ABOVE- BODY &
WEDGE SEAT RING OF LTB IS 318 GR –II
Spindle/Stem SS : IS 6603 04 Cr 17Ni 12 M02 /AISI 316
Bonne EPDM
Gasket
Fastners H.T.- GALVANISED
High tensile steel Hot dip galvanized for valves
Nuts, Bolts & in chambers, Stainless Steel SS 316 for buried
Washers for pipe valves
flanges
Coating FOR SIZE UP TO 350 MM :-Internal and
external with powder or liquid epoxy coating
with minimum dry film thickness of 150
microns.
FOR SIZE 400 MM & ABOVE- BLACK
BITUMASTIC PAINT.
8.0 FLANGES
The flanges and their dimension of drilling shall be I accordance with part –IV and VI of IS:1538
(Part – I to XXII) 1976 (specification for cast iron fittings for pressure pipes for water, gas and
sewage) or its latest revision.
57
10.0 TESTING
Defects noted during test and operation of sluice valve shall be refitted by the contractor at his
own cost without any extra claim to the entire satisfaction of the Engineer-in-charge.
12.0 SCOPE
The rate of item no. 2 (g) shall be inclusive of cost of supply of valves with pair off C.I. tail
pieces. (Pair of tail pieces consist of One no flange socket and One no flange spigot) The cost
shall also include all taxes, duties, insurance etc. complete.
12.1 Tail pieces shall conform specifications as below:
ITEM NO. 3 Providing and Supplying D.I. Tamper proof / Bi Stream Air Valves with 304 float
gun metl nozzle of approved make & quality with P/S isolation sluice valve of
following class and diameter including all taxes, insurance, transportation, freight
charges, octroi, VAT, inspection charges, loading, unloading, conveyance to
departmental stores or site of work including stacking etc. complete.
Double acting kinetic Air Valve - Tamper Proof / Bi Stream Air Valve – with
Isolating Sluice Valve PN 1.0
(i) 200 mm dia
(ii) 150 mm dia
(iii) 100 mm dia
(iv) 80 mm dia
58
Tamper proof / Bi stream double acting Kinetic Air Valves are to be supplied which shall be
designed as per AWWA C512-92 standards.
1.0 GENERAL
Tamper proof / Bi stream air valves shall having one outlet of large capacity for admission and
release of bulk volume of air during emptying and filling of the main and another having small
outlet for escape of smaller quantities of entrapped air. This type of air valves shall be of flanged
type with full conformation with IS:1538.
The ball sealed orifice always remains open while air is exhausting and is immediately closed
when water rises in the chamber, lift the ball and seals the orifice. It shall also ensure that there
are no recesses or pockets, sheltering, escaping air for the large orifice (low pressure) valve to
drop into when the valve is open. Turbulent air at the time of filling of pipe shall not circulate in
such cavities and cause the ball to blown into when the valve is open. Turbulent air at the time of
filling of pipe shall not circulate in such cavities and cause the ball blown into the discharging air
streams, blowing the valve shut prematurely.
The cone angle of the lower pressure chamber shall be such that even at the critical velocity of
air escape at 300 m/sec. The total impact force on the ebonite covered ball is less than the suction
force on the angular area between the ball and the cone. The design of the valve should be such
as to allow maximum free air discharge at various pressure differentials. The tenderer shall
submit with the tender full set of curves showing discharge of free set of curves showing
discharge of free air valves pressure differential for all sizes of valves offered by him.
The low pressure cover shall be massive and designed to withstand full operating thrust in
working conditions.
Air valve shall be design to prevent premature closure prior to all air having been discharge from
the line. The orifice shall be positively sealed in the close position but flot ( Ball) shall only be
rised by the liquid and not by mixer of air and liquid. The sealing shall be design to prevent the
flots sricking after long period in the close position.
All branched outlets including outlets for Air valves will be with compensation pads (Dia of
Main / For branch Dia ratio greater than 3). Diameter of compensation pad will not be less than
1.75 times thr O.D. of the branched outlet. Plate thickness for pads will be same that of the main.
For outlets with above ratio less than three, then the joints will be of plate reinforcement type.
All branched outlets including air valve tee’s will be provided with one ½”BSP coupling duly
plugged for measurement of pressure in due course. The closing plug will be in Stainless Steel
(AISI 304 or equivalent) with Hex. Head and will be provided with copper washer for sealing.
59
The neoprene seat ring shall be held securely in place under the low pressure cover by a joint
support ring to prevent it from sagging when the ball is not sealing the office.
The valve body, the orifice cover, cowl of the air valves shall be made of cast iron of glade 2 of
IS:210.
The high pressure orifice and the high pressure chamber shall be so designed that the orifice is
effectively sealed in working conditions by “EPDM” coated float.
The material of the orifice shall be gunmetal. The orifice shall be of size not less than 3 mm and
tapering to 100 mm suitable to release accumulated air within the pipe. The profile of the orifice
shall be carefully chosen to avoid damage to the float surface. The orifice shall be protected by a
suitable plug of stainless steel.
All valves flanges shall be designed to withstand the stresses to which they would be subjected
under hydraulic tests. Flanges shall be machined flat. The flanges shall be drilled in accordance
with IS:1538 (part – I to XXII) – 1976 (specifications for C. I. Fittings for pressure pipes for
water etc.)
4.0 COATING
The casting shall be such that it shall not impart any taste or smell to water. The coating shall be
smooth, glossy and tenacious, sufficiently hard so as not to flow when posed to a temperature of
770 C and not so brittle at a temperature of 150 C as to chip off when scratched lightly with the
point of penknife.
Alternatively, two coats of black Japan conforming to type 8 of IS 341-1971 (Or latest edition) or
paint conforming to type – 2 of IS 158-1969 (OR latest edition) shall be applied.
The tamper proof / Bi Stream air release valve shall have following:
(i) Double orifice & double float.
(ii) Stainless steel large & small float.
60
(iii) Stainless steel guiding stem for large float shall give 100% perfect closing.
(iv) Aerodynamic bucket design for maximum airflow & which should restrict entry of
foreign material.
(v) Integral vent welded to inverted cap made of MS should restrict tampering of Air
Release Valve large orifice.
(vi) Small orifice automatic valve vertically assembled should discharge small quantity of
dissolved air / air pockets automatically.
(vii) Design shall be as per AWWA C512-92 standards.
(viii) Air Release Tamper Proof Valves shall be tested as per IS 14845 – 2000.
7.0 TESTING
The air valves shall be tested as per IS 14845 – 2000. The air valves shall withstand 1.5 times the
working pressure. The joints and air valve shall be water tight. During test if the joints of air
valve are found leaking or the air valve is found not functioning properly then the same shall be
got rectified or replaced by the contractor to the satisfaction of Engineer-in-charge.
8.0 APPROVED MAKE FOR KINETIC AIR VALVE – TAMPER PROOF
1. Indian Valve Company
2. Kirloskar Brothers Limited
3. Fouress Engineering Limited
4. R & D Multiples
9.0 MODE OF PAYMENT
The payment will be made on No. basis.
Name :
Ahmedabad Municipal Corporation
Company’s Seal:
Date : Date :
61