an iso 9001 & 14001 company tender document blocks...
Post on 08-Apr-2020
0 Views
Preview:
TRANSCRIPT
Signature of Contractor
AN ISO 9001 & 14001 COMPANY
e-TENDER No: ERO/MMD/
Tender for “Construction of G+3 at Kasidih, Adityapur & blocks at Saraikela (Norodih) under Pradhan Mantri Awas Yojana (Urban)” at Jamshedpur in the State of Jharkhand
Notice Inviting e-Tender (NIT), Bid Capacity, Special Instructions to Bidder for e-Tendering, Conditions of Contract (GCC)Form of Tender, Memorandum, Letter of Undertaking, Affidavit and Integrity Pact
ENGINEERING PROJECTS (INDIA) LIMITED
(A GOVT. OF INDIA ENTERPRISE)9th floor, 50, Chowringhee Road,
Page 1 of 40
AN ISO 9001 & 14001 COMPANY
TENDER DOCUMENT
TENDER No: ERO/MMD/780/1108
Construction of 660 Dwelling units in 33 nosG+3 at Kasidih, Adityapur & 60 Dwelling units in 3 nos. blocksblocks at Saraikela (Norodih) under Pradhan Mantri Awas Yojana
mshedpur in the State of Jharkhand.
VOLUME – I
Tender (NIT), Bid Capacity, Special Instructions to Tendering, Instruction to Tenderer (ITT)
Conditions of Contract (GCC), Addendum to ITT, Bidder Information,Form of Tender, Memorandum, Letter of Undertaking, Proforma
and Integrity Pact.
ENGINEERING PROJECTS (INDIA) LIMITED (A GOVT. OF INDIA ENTERPRISE)
floor, 50, Chowringhee Road, Kolkata – 700 071
EPIL
in 33 nos blocks of blocks of G+3
blocks at Saraikela (Norodih) under Pradhan Mantri Awas Yojana
Tender (NIT), Bid Capacity, Special Instructions to & General
Bidder Information, Proforma for
Signature of Contractor Page 2 of 40 EPIL
INDEX
Sl.
No. Description
Page
No.
No. of
Pages
1. Notice Inviting e-Tender (NIT). 3-12 10
2. Bid Capacity. 13-14 02
3. Special Instructions to Bidders for e-Tendering. 15-24 10
4. Instruction to Tenderer & GCC. Attached in
Annexure-VI
5. Addendum to ITT. 26 01
6. Bidder Information. 27-28 02
7. Form of Tender. 29-30 02
8. Memorandum. 31-32 02
9. Letter of Undertaking. 33 01
10. Proforma for Affidavit. 34 01
11. Proforma for Integrity-Pact. 35-40 06
Signature of Contractor Page 3 of 40 EPIL
ENGINEERING PROJECTS (INDIA) LTD. (A. Govt. of India Enterprise)
ERO-Kolkata
NOTICE INVITING e-TENDER (NIT)
NIT No.: ERO/MMD/780/1108 Date: 06.06.2019
Tender for “Construction of 660 Dwelling units in 33 nos. blocks of G+3 at Kasidih, Adityapur & 60 Dwelling units in 3 nos. blocks of G+3 blocks at Saraikela (Norodih) under Pradhan Mantri Awas Yojana (Urban)” at Jamshedpur in the State of Jharkhand.
1.0 Engineering Projects (India) Ltd. (EPI) invites online Percentage Rate Tender in Single
Stage Two Envelope system (Technical Bid & Price Bid) through e-Tendering for
“Construction of 660 Dwelling units in 33 nos of G+3 blocks at Kasidih, Adityapur
& 60 Dwelling units in 3 nos. of G+3 blocks at Saraikela (Norodih) under Pradhan
Mantri Awas Yojana (Urban).” at Jamshedpur in the State of Jharkhand.” at
Jamshedpur in the State of Jharkhand from the eligible Contractors / Firms who fulfil the
eligibility criteria as per the brief Scope of Work of for the following works.
Sl.
No Name of Work Estimated Cost
Earnest Money
Deposit (EMD) Completion Period
1.
Construction of 660
Dwelling units in 33 nos
blocks of G+3 at Kasidih,
Adityapur & 60 Dwelling
units in 3 nos. blocks of
G+3 at Saraikela (Norodih)
under Pradhan Mantri Awas
Yojana (Urban).” at
Jamshedpur in the State of
Jharkhand.
Rs. 40,58,97,234.00 Rs. 50,58,973.00
Fifteen (15) months
which shall be
reckoned from the
7th day from the
date of issue of LOI.
� The Estimated Cost is inclusive of GST.
Scope of Work
The brief scope of work in this Tender shall include (but not limited to) “Construction of 660 Dwelling units in 33 nos blocks of G+3 at Kasidih, Adityapur & 60 Dwelling units in 3 nos. blocks of G+3 at Saraikela (Norodih) under Pradhan Mantri Awas Yojana (Urban)” at
Signature of Contractor Page 4 of 40 EPIL
Jamshedpur in the State of Jharkhand including Civil, Electrical, Plumbing & Sanitary and other allied works as per the following:
i. Water Supply and Sanitation (Internal as well as External) including overhead water tanks over roof top and sump at the ground level.
ii. Strom water drainage. iii. Rainwater harvesting structures. iv. Internal roads. v. Landscaping with provision of park etc. vi. Development of vehicle parking area. vii. Barbed wire fencing.
Apart from above, any other services required for completeness of the Project and as per direction of EPI are deemed to be included in the scope of work. The work is to be carried out on percentage rate basis as per bill of quantities and tender conditions.
Project site Information
Location : Jamshedpur, Jharkhand.
Near Railway Station : Tatanagar (Approx 20 km)
Nearest Airport : Ranchi (Approx 130 km)
Time schedule of Tender activities:
(i) Last Date & Time for Downloading of tender documents: 27.06.2019 Upto 12.00 PM. (ii) Last Date & Time of online submission of Tenders: on or before 28.06.2019 Upto 03.00
PM. (iii) Date & Time of submission of documents in physical form (as per NIT Clause No. 7):
28.06.2019 Upto 3.30 PM. (iv) Date & Time of online opening of Tender (Techno-Commercial Bid): 28.06.2019 at
04.00 PM. (v) Pre bid Meeting on 13.06.2019 at 02.30 PM
Venue: Engineering Projects (I) Ltd. 50, Chowringhee Road, 9th floor, Kolkata - 700 071. 2.0 Qualification Criteria:
Bidders who fulfill the following requirements are eligible to participate in this Tender. The Joint
Ventures are not accepted.
a) The bidders must have experience of having successfully completed / substantially
completed following “similar works” during the last seven (7) years ending last day of
the month previous to the one in which applications invited should be either of the
following:
Signature of Contractor Page 5 of 40 EPIL
Three similar works, each costing minimum FORTY PERCENT (40%) of the Estimated Cost put to the tender.
OR
Two similar works, each costing minimum SIXTY PERCENT (60%) of the Estimated
cost put to the tender.
OR
One similar work costing minimum EIGHTY PERCENT (80%) of the estimated cost put
to the tender.
Similar works shall means “RCC Framed Housing Project or Building works with
minimum (G+3) structure including Infrastructural Development works.
The experience certificate in this regard should be issued by officer not below the rank
of Executive Engineer / Project Manager / Unit Officer.
b) The substantially completed works shall be the works where at least ninety percent
(90%) billing of total awarded value has been achieved. The certified bill value of work
by client/certificate issued from client shall form the basis of evaluation.
c) For evaluation purpose, the completion cost of works mentioned in the Completion
Certificate shall be enhanced by Seven Percent (7%) per annum till the end of month
prior to date of NIT. The cost of free issue materials shall not be included in the
completion cost of works.
d) Should have had average annual financial turnover amounting at least Fifty percent
(50%) of the estimated cost of the work during the last three consecutive financial
years ending in 31.03.2018 duly certified by a Chartered Accountant.
e) Should not have incurred any loss in more than two years during the immediate last
five consecutive financial years, ending 31.03.2018, Audited copies of balance sheet,
statement of profit & loss and certificate from Chartered Accountant for respective
financial years to be submitted.
f) Should have a solvency of forty percent (40%) of estimated cost issued by their
bankers. The Solvency certificate should not have been issued earlier than 6 (Six)
months of last date of submission of tender.
g) Should have valid PAN (Permanent Account Number of Income Tax) & GST
Registration no. (Copies of documentary evidence to be submitted).
Signature of Contractor Page 6 of 40 EPIL
h) Should have valid PF Registration number in the state of Jharkhand. It is also desired
that bidder should have valid GST Registration number in the State of Jharkhand. In
case the bidder does not have valid PF Registration number and GST registration
number (in the State of Jharkhand), the same shall be obtained by the successful
bidder within one month from the date of LOI.
i) Bidding Capacity: The bidding capacity of the bidder should be equal to or more than
the estimated cost of the work put to Tender. The bidding capacity shall be worked out
by the following formula:
Bidding Capacity = [A x N x 2] – B Where,
A = Maximum value of construction works executed in any one year during the last five years taking into account the Completed as well as works in progress ending last day of the month previous to the one in which applications invited.
N = Number of years prescribed for completion of job for which bids have been invited. B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited.
The Tenderers are requested to furnish the existing commitments on works under execution along with stipulated period for completion of remaining each of the work in an affidavit on a non-judicial stamp paper for a value of Rs. 100/- as per the Proforma in Annexure –A (enclosed).
j) Bidders who intend to get exemption from submission of Tender fee and EMD shall
submit confirmation letter whether they are registered under MSME Act or not and if
yes, then relevant copies of the registration letter (Registered under single point
registration scheme of NSIC, Govt. of India, Ministry of MSME, New Delhi) vide
Gazette Notification dated 26.03.2012 along with the form of Memorandum-2 (with the
concerned DIC) certificate in the appropriate category and limit as applicable under the
present tender to be enclosed in Technical Bid and a request letter for exemption from
submission of Tender fee and EMD.
It is to be noted that, in the absence of requisite supporting documents the benefit shall
not be extended and in such cases if the offer is received without requisite Tender Fee
and EMD, the Bid will be rejected.
k) The experience certificates issued by Government Organizations / Semi Government
Organizations / State Government Public Works Department / Central Government /
Public Sector Undertakings / Autonomous Bodies/ Municipal Bodies eligible of the
Public Limited Companies / Non Government Organizations shall be accepted listed on
BSE/NSE and Private Party shall be accepted for assessing the eligibility of tender.
However, the certificates issued by a Public Limited Company & Private Party / Non
Signature of Contractor Page 7 of 40 EPIL
Governmental Organizations must be supported by TDS certificates/Turnover
Certificate from Chattered Accountant in support of value of work done by the bidder.
Relevant Experience certificates and other documents as mentioned above fulfill the
qualifying criteria duly self attested by the tenderer shall be shall be uploaded on online
submission, The Completion certificate from Clients shall be in the name of the
company who is submitting the tender. The bidder has to produce original documents
for verification at the time of opening of tender or as and when demanded. The tender
of any bidder shall be rejected if on detailed scrutiny, documents submitted along with
the tender are found to be unsatisfactory. The decision of EPI in this regard shall be
final and binding on the bidder.
EPI reserves its right to take appropriate action including disqualification of tenderer(s) as may be deemed fit and proper by EPI at any time without giving any notice to the Bidder in this regard. The decision of EPI in the matter of disqualification shall be final and binding on the Bidders. Site visit for the subject Tender is mandatory followed by Pre Bid meeting at EPI, Kolkata office. The bidder shall visit the site to study / access the Tendered work and also acquaint themselves of the prevailing local conditions before submitting their bid. Bidders have to enclose a certificate countersigned by EPI official or furnish undertaking for having visited the site.
2.1 Notwithstanding anything stated above, EPI reserves the right to assess the bidder’s
capability and capacity to perform the contract satisfactorily before deciding on award
of contract, should circumstances warrant such an assessment in the overall interest of
EPI.
Bidders to use as much as possible the material / services from MSME. The
credentials of the Bidders shall be verified and if required inspection of the works
executed by the bidders to be carried out by EPI and in case found not satisfactory,
their bid will be considered non-responsive and rejected.
3.0 Tender documents comprising of the following are available on the website of EPI:
www.engineeringprojects.com, CPP Portal: www.eprocure.gov.in and as well as on e-
procurement portal https://www.mstcecommerce.com/eprochome/epil
3.1 Volume – I:
Notice Inviting e-Tender (NIT), Bid Capacity, Special Instructions to Bidder for e-Tendering, Instruction to Tenderer (ITT) & General Conditions of Contract (GCC), Addendum to ITT, Bidder Information, Form of Tender, Memorandum, Letter of Undertaking, Proforma for Affidavit, and Integrity Pact.
3.2 Volume – II:
Signature of Contractor Page 8 of 40 EPIL
Additional Conditions of Contract (ACC), Technical Specifications, List of Approved
Make, Tender Drawings.
3.3 Volume – III:
Bill of Quantity cum Quoting Sheet.
4.0 In order to participate, the bidder should have Digital Signature Certificate (DSC) from
one of the authorized Certifying Authorities.
5.0 Interested bidders have to necessarily register themselves on the e-procurement portal
https://www.mstcecommerce.com/eprochome/epil to participate in the bidding under this
invitation for bids. It shall be the sole responsibility of the interested bidders to get
themselves registered at the aforesaid portal.
They may obtain further information regarding this tender from GGM (MMD) at the address
given at Clause No. 21.0 below from 10:00 hours to 17:00 hours on all working days till the last
date of online submission of Bidding Documents.
For proper uploading of the bids on the portal namely
https://www.mstcecommerce.com/eprochome/epil (hereinafter referred to as the ‘portal’), it shall
be the sole responsibility of the bidders to apprise themselves adequately regarding all the
relevant procedures and provisions as detailed at the portal directly, as and when required, for
which contact details are mentioned above. EPI in no case shall be responsible for any issues
related to timely or properly uploading/submission of the bid in accordance with the relevant
provisions of Section Instruction to Bidders of the Bidding Documents.
6.0 Bidders can download the bid document from the portal without paying document fee in
advance, any time from 17:00 Hrs 06.06.2019. However, interested bidders have to pay
tender fees for participating in the tendering and submitting the bid. For this purpose the
interested bidders shall be required to pay Rs 25,000/- (Rupees Twenty Five Thousand
only) plus GST @ 18% (i.e. Rs. 29,500/-) as non-refundable document fees in the form
of Demand Draft in favour of “Engineering Projects (India) Ltd.” payable at Kolkata.
However, tenders submitted without or insufficient tender fees shall be rejected.
The GSTIN of EPI for Kolkata is 19AAACE0061C1ZA.
7.0 E-Bids must be submitted/uploaded along with scanned copies of relevant documents
pertaining to Clause no 2 of NIT and Clause no. 3 of “Addendum to Instruction to
Tenderers” duly attested by Gezetted Office not below the rank of Executive Engineer or
equivalent or Notary Public fulfilling the qualifying criteria under Single Stage Two
Envelope bidding procedure on the MSTC portal on or before last date & time of online
Signature of Contractor Page 9 of 40 EPIL
bid submission.
Late bids will not be accepted. Under the above procedure, only first envelope
(Technical Part) shall be opened in the presence of the bidder’s representatives who
choose to attend in person at the address given below on scheduled date & time of bid
opening or may be viewed by the bidders by logging in to the portal as per features
available to them. Second Envelope i.e. Price part shall be opened for technically
qualified bidders.
The bid must be accompanied by an Earnest Money Deposit (EMD) of
Rs. 50,58,973.00 (Rupees Fifty Lacs Fifty Eight Thousand Nine Hundred and Seventy Three
Only). This can be either in the form of Crossed Demand Draft or Pay Order of any Nationalized
Bank/Scheduled Bank for the full amount of EMD payable favouring “Engineering Projects
(India) Ltd.”, payable at Kolkata or in the form of Bank Guarantee of any Nationalized
Bank/Scheduled Banks, in accordance with the prescribed Performa, favouring “Engineering
Projects (India) Ltd.”. The EMD shall be valid for minimum period of 150 days (One Hundred
Fifty days) from the last day of submission of tender. Tenders submitted without EMD or
inadequate amount of EMD shall be rejected.
(a) Hard copies of Tender Fee & EMD in Original, Letter of Undertaking (in Original), Power of Attorney (in Original), documentary evidence with regard to registration with NSIC for waiver of Tender fee & EMD waiver (in Original), Proforma for Affidavit duly signed and stamped (in Original), Proforma for Integrity-Pact duly signed and stamped (in Original) shall be submitted as per time schedule mentioned in the clause no. 1.0 of NIT at the address given in Clause No. 21.0 below.
The envelope shall bear (the name of the work), the Tender number and the words “DO NOT OPEN BEFORE (due date & time). If the above documents are not received in time then their offer shall not be considered and EPI shall not be responsible for any postal delay in respect of submission of hard copy part of the bids.
The bidder should also upload the scanned copies of all the above mentioned original documents as Bid Annexure during Online Bid-Submission in addition to PQ documents listed in NIT clause, complete tender documents as in vol-I & II duly signed and stamped.
8.0 The Terms & Conditions contained in this NIT and tender documents shall be applicable.
In case of any unscheduled holiday taken place on the last day of issue of
tender/submission of tender, the next working day will be treated as scheduled day and
time for issue/submission of Tender.
9.0 The corrigendum or addendum, extension, cancellation of this NIT, if any, shall be
Signature of Contractor Page 10 of 40 EPIL
hosted on the EPI’s website/ CPP portal as well as on e-procurement portal
https://www.mstcecommerce.com/eprochome/epil. The bidders are required to check
these websites regularly for this purpose, to take into account before submission of
tender. All Corrigendum and Addendum are to be uploaded / submitted duly signed
&stamped with tender documents as bid Annexure.
10.0 All corrigendum and Addendum shall be part of the tender document and are to be
submitted duly signed and stamped by tenderer. Even if tenderer fails to submit
corrigendum and addendum duly signed by him, it will be deemed that the tenderer have
gone through such corrigendum / addendum, if any, and no claim shall be entertained by
EPI on account of any omission / error on his part.
11.0 The price bid of those bidders whose bid has been technically accepted on the basis of
documents submitted shall be opened with prior intimation to them. However, it is made
clear that the offer of the L-1 bidder shall be accepted subject to the confirmation of
authenticity of the PQ documents/BG from the concerned department/bank.
12.0 EPI reserves the right to accept any tender or ask clarifications or reject any or all
tenders or annul this tendering process without assigning any reason and liability
whatsoever and to re-invite the tender at its sole discretion at any stage.
13.0 EPI reserves the right to extend the date of submission of the tender or cancel the
Tender or accept any tender or reject any or all tenders or split the work of tender or
annul this tendering process without assigning any reason and liability whatsoever and
to re-invite the tender at its sole discretion.
14.0 In case of tie-tender, where two firms are bidding lowest, EPI reserves the right to split
the work among these bidders and / or EPI will reserve the right to award the tender to
any one of such bidder.
15.0 It is the responsibility of the Bidder to ensure that their Bid document shall reach the
designated office within the stipulated date and time. In case the Bid document is sent
by post or by courier, the time and date of depositing the Bid document at the office shall
have to be countersigned by a responsible officer of the office. Engineering Projects
(India) Limited, Kolkata will not undertake any responsibility whatsoever for postal delay
in process of submission of Bid.
16.0 The Bidder is expected to examine all instructions, forms, terms and specifications in
the bidding documents. Failure to furnish all information required by the bidding
documents or submission of a bid not substantially responsive to the bidding documents
in every respect will be at the bidder’s risk and may result in the rejection of its bid.
Signature of Contractor Page 11 of 40 EPIL
17.0 Bidder’s Confirmation
Bidder confirms that they have read and understood and have copies of the ‘Tender Documents’ and have visited the site and their offer will be based on the ‘tender Documents’ and caters to all the works, requirements, etc. thereof. All corrections / cuttings are to be signed by the bidder.
FALSE STATEMENT
In case any of the credentials are provided to false/ fabricated, not only tender will be rejected
but EMD shall also be forfeited and action shall be initiated to debar the bidder for future
participation in EPI tender.
In case, at a later stage, it is found that the Bidder has submitted incorrect, false details and
credentials resulting in apprehensions on the capabilities of Bidder with regard to quality &
timely completion of works, financial capabilities etc. EPI can terminate this agreement solely at
their option. In this eventuality the Bidder shall be liable for the losses suffered by EPI / JUIDCO
Ltd. and the Bidder shall have no claim on EPI / JUIDCO Ltd., whatsoever.
The tender / bid of any tenderer/bidder shall be rejected if in the detailed scrutiny documents
submitted along with the tender/bid are found to be unsatisfactory / forged. The decision of EPI
in this regard shall be final and binding on the tenderer/bidder.
No bidder will be allowed at anytime on any ground whatsoever, to claim revision of or
modification in the rates quoted by him. The representation of the bidder that computation /
typographical or clerical error etc. has been committed in the bid and request for reversion on
such plea shall not be entertained after opening of the bid.
18.0 Validity of Tender
The Tender for the works shall remain open for acceptance for a period of Ninety (90) days from
the date of opening of Price Bid of Tenders. The earnest money will be forfeited without any
prejudice to any right or remedy, in case the Bidder withdraws his Tender during the validity
period or in case he changes his offer to his benefits, which are not acceptable to EPI. The
validity period may be extended on mutual consent.
19.0 Contract Agreement
The Bidder shall enter into a Contract Agreement with EPI within 10 days of the date of
Letter of Intent or within such extended time, as may be granted by EPI. The cost of
stamp papers, stamp duty, registration, if applicable on the contract, shall be borne by
the Bidder. In case, the Bidder does not sign the agreement as above or does not
startthe job within 07 days of the issue of Letter Of Intent, his earnest money is liable to
Signature of Contractor Page 12 of 40 EPIL
be forfeited and letter of intent consequently will stand withdrawn.
20.0 The Integrity Pact shall be typed or written in indelible ink, shall be signed sealed by the
bidder or authorized representative and submitted along with Technical Bid.
21.0 All correspondence with regard to the above shall be to the following address (By Post/
In Person):
Group General Manager (MMD) Engineering Projects (India) Ltd. 9th Floor, 50 Chowringhee Road Kolkata-700 071 Phone: +91 33 2282 4426 / 29 Fax: +91 33 2282 4428 Email Id: ero@engineeringprojects.com
Contact details for site related / Technical Queries / site visit:
Shri Jivesh Kumar (Sr. Manager)
M: 7070099982
Engineering Projects (I) Limited
Jamshedpur Site office
For more information on EPI, visit our website at: http://www.engineeringprojects.com. For more information on the e-tender visit website e-procurement portal https://www.mstcecommerce.com/eprochome/epil GGM (MMD) Date: 06.06.2019
Signature of Contractor Page 13 of 40 EPIL
BID CAPACITY
NAME OF THE WORK: “Construction of 660 Dwelling units in 33 nos blocks of G+3 at Kasidih, Adityapur & 60 Dwelling units in 3 nos. blocks of G+3 at Saraikela (Norodih) under Pradhan Mantri Awas Yojana (Urban)” at Jamshedpur in the State of Jharkhand.
NIT No: ERO/MMD/780/1108 dtd. 06.06.2019
ESTIMATED COST: Rs. 50,58,973.00
Bid Capacity: The bidding capacity of the tenderer should be equal to or more than the estimated cost of the job put to Tender. The bidding capacity shall be worked out by the following formula:
Bidding Capacity = [ A x N x 2] – B Where, A = Maximum value of job executed in any one year during the last five years taking into account the Completed as well as works in progress ending last day of the month previous to the one in which applications invited. N = Number of years prescribed for completion of supply job for which bids have been invited. B = Value of existing commitments and ongoing job to be completed during the period of completion of job for which bids have been invited (Format Enclosed). BID CAPACITY CALCULATION BY BIDDER SIGN & STAMP OF BIDDER
Signature of Contractor Page 14 of 40 EPIL
Annexure-A AFFIDAVIT
(To be typed on Rs. 100/- non-judicial stamp paper) I/We …………………..aged ……years, son of ……………do hereby solemnly affirm and declare as follows for and on behalf of the Firm: LIST OF EXISTING COMMITMENT AND ONGOING WORKS
Sr.No.
Name of Works
Client Name & Address
Work Order value (in Rs.)
Work Executed till date (Rs.)
Balance Amount of work to be completed (Rs.)
Balance period to complete the works (Total months)
Work to be completed during Fifteen months (Rs.)
(4 – 5)
1 2 3 4 5 6 7 8 Balance Commitments during Completion period (15 months) of works as per NIT.
It is certify that the above particulars furnished are true and correct. If any information given is found to be concealed at a later date, the Contract will be terminated forthwith without prejudice to the rights thereon consequent on termination and the bidder will be blacklisted. I/ We agree for debarring tendering for one year if any facts are suppressed.
SIGN AND STAMP OF BIDDER Signature of Notary Public
Signature of Contractor Page 15 of 40 EPIL
Special Instructions to Bidders for e-Tendering. 1.0 Preparation and Submission of Bids 1.1 Format and Signing of BID 1.1.1 The Bidder shall provide all the information sought under this tender. The Employer will
evaluate only those BIDs that are received online in the required formats and complete in all respects and Bid Security, document fee etc. received in hard copies.
1.1.2 The BID shall be typed and signed in indelible blue ink by the authorized signatory of the
Bidder. All the alterations, omissions, additions or any other amendments made to the BID shall be initialed by the person(s) signing the BID.
1.2 Documents comprising Technical and Financial BID 1.2.1 The Bidder shall submit the Technical BID & Financial Bid online through procurement
portal https://www.mstcecommerce.com/eprochome/epil. Comprising of the following documents along with supporting documents as appropriate:
TECHNICAL BID.
a. Scanned copies of supporting certificates / documents pertaining to Clause no 2 of NIT
and Clause no. 3 of “ Addendum to Instruction to Tenderers” b. Signed and stamped copy of tender document. c. EMD Rs. 50,58,973.00 (Rupees Fifty Lac Fifty Eight Thousand Nine Hundred and
Seventy Three Only) in the form of a Bank Guarantee/Demand Draft. d. Original copy of the Tender Fee of Rs. 25,000/- (Rupees Twenty Five Thousand only)
plus GST @ 18% (i.e. Rs. 29,500/- ) in form of Demand Draft. e. Any other document as stipulated above and in “Tender Documents” duly signed and
stamped. f. Documentary evidence with regard to registration with NSIC for waiver of Tender fee &
EMD waiver. FINANCIAL BID g. Vol- III (Quoting Sheet & BOQ) duly signed and stamped.
1.3 The Bidder shall submit the following documents physically: Offline Submissions: The bidder is requested to submit the following documents offline to the under mentioned address before the start of Public Online Tender Opening Event in a Sealed Envelope. Group General Manager (MMD) Engineering Projects (India) Ltd. 9th Floor, 50 Chowringhee Road Kolkata-700 071
Signature of Contractor Page 16 of 40 EPIL
The envelope shall bear (the project name), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). (a) Original Power of Attorney for signing the bid
(b) Original copy of the Tender Fee of Rs. 25,000/- (Rupees Twenty Five Thousand only)
plus GST @ 18% (i.e. Rs. 29,500-) in form of Demand Draft.
(c) Original copy of the EMD 50,58,973.00 (Rupees Fifty Lac Fifty Eight Thousand Nine
Hundred and Seventy Three Only) in the form of a Bank Guarantee/Demand Draft.
(d) Original copy of Power of Attorney to sign the Tender documents.
(e) Documentary evidence with regard to registration with NSIC / MSME as mentioned in
Clause No.2 (j) of NIT for tender fees & EMD waiver.
(f) Proforma for Affidavit duly signed and stamped (in Original)
(g) Proforma for Integrity-Pact duly signed and stamped (in Original)
(h) Letter of Undertaking duly signed and stamped (in Original)
The documents listed above shall be placed in an envelope, which shall be sealed. The envelope shall clearly bear the identification “Tender for Construction of 660 Dwelling units in 33 nos blocks of G+3 at Kasidih, Adityapur & 60 Dwelling units in 3 nos. blocks of G+3 at Saraikela (Norodih) under Pradhan Mantri Awas Yojana (Urban)” at Jamshedpur in the State of Jharkhand.” and shall clearly indicate the name and address of the Bidder. In addition, the BID Due Date should be indicated on the right hand top corner of the envelope. 1.3.1 The envelope shall be addressed to the following officer and shall be submitted at the
respective address:
ATTN. OF DESIGNATION GGM (MMD)
ADDRESS: Engineering Projects India Limited 50, Chowringhee, Kolkata -700071
E-MAIL ADDRESS contracts@engineeringprojects.com
If the envelopes is not sealed and marked as instructed above, the Employer assumes no responsibility for the misplacement or premature opening of the contents of the BID submitted and consequent losses, if any, suffered by the Bidder. 1.4 Bids submitted by fax, telex, telegram or e-mail shall not be entertained and shall be
summarily rejected. 1.5 BID Due Date Technical & Financial BID comprising of the documents listed at clause 1.2 of the tender shall be submitted online through e-procurement portal https://www.mstcecommerce.com/eprochome/epil on or before the date mentioned in data
Signature of Contractor Page 17 of 40 EPIL
sheet. Documents listed at clause 1.3 of the TENDER shall be physically submitted on the date mentioned in data sheet at the address provided in Clause 1.3.1 in the manner and form as detailed in this TENDER. A receipt thereof should be obtained from the person specified at Clause 1.3 1.6 Late Bids E-procurement portal https://www.mstcecommerce.com/eprochome/epil. shall not allow submission of any Bid after the prescribed date and time at clause 1.5. Physical receipt of documents listed at clause 1.3 of the TENDER after the prescribed date and time at clause 1.5 shall not be considered and the bid shall be summarily rejected. Note: 1) The Bidder should also upload the scanned copies of all the above mentioned original
documents as Bid-Annexures during Online Bid-Submission in addition to PQ documents listed in NIT Clause.
2) Bidders are required to pay applicable bidding fees on line at the time of bid submission.
2.0 BIDDER’S GUIDE FOR EPIL PORTAL: 2.1 Use browser to go to https://www.mstcecommerce.com/eprochome/EPIL
Digital Signatures
To login into the portal both Users (EPIL Officials) and Bidders will require a Class 2 or 3 Digital Signature. Bidders should have at least Signing type Digital Signatures. A digital signature can be obtained from any Certifying Authority (CA) as per the List of CAs issued by Controller of Certifying Authorities, Ministry of Electronics and Information Technology. The list is available at http://www.cca.gov.in/cca/?q=licensed_ca.html.
Signature of Contractor Page 18 of 40 EPIL
The list is as under: 1. Safescrypt
2. IDRBT
3. National Informatics Centre
4. TCS
5. GNFC
6. e Mudhra CA
7. CDAC CA
8. Capricorn CA
9. NSDL e-Gov CA
System Settings
1) This portal is compatible with multiple browsers (Google Chrome, Mozilla Firefox, Internet
Explorer, Opera etc.).
2) On the system where this portal is being used, the user may open the portal and click on
Install Components button on the left side as shown below:
1. On clicking the button, a new window will open as shown below:
Signature of Contractor Page 19 of 40 EPIL
2. In this window, please save the MSTCSIGNER28082018_v2.exe file and install it.
3. Additionally, please click on Add to chrome button, to add the chrome extension, as
shown below:
For other browsers please install the extension as applicable.
2.2 On the right side of the page click on Register as a Vendor:
2.3 Fill the form that appears to create username and password.
Signature of Contractor Page 20 of 40 EPIL
2.4 Once the registration is done, login with your user name and password:
2.5 System will ask you to verify your digital signature
2.6 Press Ok and select your digital signature from the List:
\
2.7 Your digital signature will be verified
Signature of Contractor Page 21 of 40 EPIL
2.8 Once login is complete, a bidder can access My Menu through the left side of the page:
2.9 Here click on Download NIT/Corrigendum button to download the NIT/ Corrigendum.
Select Event number and click on download to download the files:
2.10 To submit the bid a bidder can proceed to Bid Floor through the left side My menu. In
Bid Floor click on live events to view a list of Live events. In live events select the tender
number where you wish to submit a bid.
2.11 On clicking the event number, if the bidder has not paid transaction fee, system will
prompt them to pay the transaction fee. They can pay the transaction fee by going to
Signature of Contractor Page 22 of 40 EPIL
Transaction Fee payment link in their login, and pay the same through online payment
(debit card, credit card, net banking etc) or RTGS/NEFT (Challan).
2.12 Tender can be of multiple types with price bid uploading in Excel or Technical-Price type.
The bid floor for each type of event will change automatically.
On clicking the tender number one of the following screens will appear: For 2 cover with price bid in excel
E-Tender Technical Cum Price Bid
2.13 For each type of event the event details including start time and close time the details
will be given on the top of the page.
Signature of Contractor Page 23 of 40 EPIL
2.14 To submit the tender the bidder has to start from top left and submit the details one by
one.
2.15 For 2 cover with price bid in excel, the bidder has to submit technical bid, by filling the
details and clicking the save button.
a) After the technical bid is saved, a bidder can proceed to uploading documents through
the link upload docs:
b) Please note that under no circumstance the price bid excel has to be uploaded here.
c) After the documents have been uploaded, the bidder can click on download excel to
download the excel format.
d) Fill up the excel sheet as per the details given therein and tender document.
e) To upload the filled up excel click on Upload Price Button, click on browse to select the
file and then click on Upload and Save encrypt file.
Signature of Contractor Page 24 of 40 EPIL
f) The bidder can then click on final submit to finally submit the bid. In case of any
amendments after final submit, click on delete bid button to delete the techno-
commercial and price bids and resubmit the same. Please note that at the end the bid
must be final submit, otherwise the same will not be considered.
2.16 For E-Tender Technical Cum Price Bid:
a. In the manner similar to above the bidder has to fill up Common terms, then
press save button to submit.
b. Then the bidder has to upload documents as per the list shown therein.
c. Once the documents are uploaded the bidder has to submit the Technical and
Price bids.
d. The bidder can then click on final submit to finally submit the bid. In case of any
amendments after final submit, click on delete bid button to delete the techno-
commercial and price bids and resubmit the same. Please note that at the end
the bid must be final submit, otherwise the same will not be considered.
Bidder’s may note that in each case using the Delete bid button will only delete the bids and then the bidder can resubmit upload tender closing time. Using the withdraw button the bid will be withdrawn and the bidder will not be allowed to submit any further bid in that event. For any assistance regarding the Tender Document and/or term and conditions the bidders may contact at EPIL:
Signature of Contractor Page 25 of 40 EPIL
Instruction to Tenderer (ITT)
&
General Conditions of Contract (GCC)
Attached in Annexure-VI
(To be downloaded by the Bidders and submitted along with Tender
documents duly signed and stamped in all pages.)
Signature of Contractor Page 26 of 40 EPIL
Addendum to ITT
1.0 CLAUSE NO. 1.0 of Instructions to Tenderers stands amended as below:
Mode of submission of tender is through e-Bids only. Kindly refer “Special Instructions to Bidders for e-Tendering” for downloading & uploading of tender documents as per NIT. 2.0 CLAUSE NO. 12.0 of Instructions to Tenderers stands amended as below: The time of completion of the entire work, as contained in contract shall be as mentioned in “Memorandum” to “Form of Tender”. 3.0 CLAUSE NO. 19 modified as below:
Tenderer shall submit duly stamped & signed scan copy of following documents online: a) List of works executed during the last 7 years indicating name of the Client, value, date
of start and completion.
b) List of works under execution indicating name of the Client, Total Contract value, value
of balance work in hand, date of start and completion.
c) Details of similar works executed.
d) Audited balance sheets and profit and loss accounts along with schedules for the last 5
years ending in 31.03.2018.
e) Copy of latest Income Tax returns filed along with PAN.
f) Details of manpower available.
g) Details of equipments, tools & plant available.
h) Credentials and completion certificates.
i) Registration Certificate/Memorandum and Articles of Association/Partnership Deed/
Affidavit.
j) Copy of Provident Fund number allotted by PF Authorities.
k) Copy of letters of registration with various authorities like CPWD, State PWD, MES and
Public Sector Undertakings, etc.
l) Latest Solvency certificate from Nationalized / Scheduled Bank.
m) GSTIN Registration Certificate.
n) Any other document as stipulated above and in “Tender Documents”
Signature of Contractor Page 27 of 40 EPIL
Annexure-I
Bidder Information
Company Name*
Make / Brand*
Registration Number*
Registered Address*
Name of Partners/Directors
Bidder type* Indian/Foreign
City*
State*
Country*
Postal code*
PAN/TAN / Number* (PAN/TAN number must have 10 characters .e.g. AESTG2458A) For bidders who do not have PAN/TAN number may enter TEMPZ9999as the PAN/TAN number.
GSTIN Registration Number*
Company’s Establishment Year
Company’s Nature of business*
Company’s Legal status* Limited company/ Undertaking/Joint venture/Partnership/others
Signature of Contractor Page 28 of 40 EPIL
Company Category* Micro unit as per MSME/ Small unit as per MSME/ Medium unit as per MSME/ Ancillary unit/Project of affected person of this company/SSI/others
Contact Details
Enter Company’s Contact Person Details
Title* Mr/Mrs/Dr/Shree/Ms
Contact person Name*
Date of Birth* (DD/MM/YYYY)
Correspondence Email* (Correspondence Email ID can be same as your Login ID. All The mail correspondence will be sent only to the Correspondence Email ID)
Designation
Phone* (Phone details eg:+91–xx-xxxxxxxx)
Mobile*
*Mandatory information (must be filled by the bidders)
Signature of Contractor Page 29 of 40 EPIL
Annexure-II FORM OF TENDER
To,
ENGINEERING PROJECTS (INDIA) LIMITED 50, Chowringhee Road Kolkata-700071
Ref.: TENDER FOR “Construction of 660 Dwelling units in 33 nos blocks of G+3
at Kasidih, Adityapur & 60 Dwelling units in 3 nos. blocks of G+3 blocks at Saraikela (Norodih) under Pradhan Mantri Awas Yojana (Urban) at Jamshedpur in the State of Jharkhand
NIT No. : ERO/MMD/780/1108 Date: 06.06.2019 1. I/We hereby tender for execution of work as mentioned in “Memorandum” to this “Form
of Tender” as per tender documents within the time schedule of completion of work as per separately signed and accepted rates in the Bill of Quantities quoted by me / us for the whole work in accordance with the Notice Inviting Tender, Conditions of Contract, Specifications of materials and workmanship, Bill of Quantities Drawings, Time Schedule for completion of jobs, and other documents and papers, all as detailed in tender documents.
2. It is agreed that the time stipulated for jobs and completion of works in all respects and
in different stages mentioned in the “Time Schedule for completion of jobs” and signed and accepted by me/us is the essence of the contract. I/We agree that in case of failure on my/our part to strictly observe the time of completion mentioned for jobs and the final completion of works in all respects according to the schedule set out in the said “Time Schedule for completion of jobs” and stipulations contained in the contract, the recovery shall be made from me/us as specified therein. In exceptional circumstances extension of time which shall always be in writing may, however be granted by EPI at its entire discretion for some items, and I/We agree that such extension of time will not be counted for the final completion of work as stipulated in the said “ Time schedule of completion of jobs”.
3. I/We agree to pay the Earnest Money, Security Deposit cum Performance Guarantee,
Retention Money and accept the terms and conditions as laid down in the “Memorandum” to this “Form of Tender”.
4. Should this tender be accepted, I/We agree to abide by and fulfill all terms and
conditions referred to above and as contained in tender documents elsewhere and in default thereof, allow EPI to forfeit and pay EPI, or its successors or its authorized nominees such sums of money as are stipulated in the tender documents.
5. I/We hereby pay the earnest money amount as mentioned in the “Memorandum” to this “Form of Tender” in favour of Engineering Projects (India) Limited payable at place as mentioned in the “NIT/ITT”.
6. If I/we fail to commence the work within 07 days of the date of issue of Letter of Intent
and / or I/We fail to sign the agreement as per Clause 84 of General Conditions of Contract and/or I/We fail to submit Security Deposit cum Performance Guarantee as per
Signature of Contractor Page 30 of 40 EPIL
Clause 9.0 & 9.1 of General Conditions of Contract, I/We agree that EPI shall, without prejudice to any other right or remedy, be at liberty to cancel the Letter of Intent and to forfeit the said earnest money as specified above.
7. I/We are also enclosing herewith the Letter of Undertaking on the prescribed proforma
as referred to in condition of NIT. Date the __________________________ day of ____________________________ SIGNATURE OF TENDERER ________________________________________ NAME (CAPITAL LETTERS): ________________________________________ OCCUPATION ________________________________________ ADDRESS ________________________________________ ________________________________________ SEAL OF TENDERER
Signature of Contractor Page 31 of 40 EPIL
Annexure –III
MEMORANDUM
(ENCLOSURE TO FORM OF TENDER)
REF: Tender for “Construction of 660 Dwelling units in 33 nos blocks of G+3 at
Kasidih, Adityapur & 60 Dwelling units in 3 nos. blocks of G+3 blocks at Saraikela (Norodih) under Pradhan Mantri Awas Yojana (Urban)” at Jamshedpur in the State of Jharkhand
NIT No.: ERO/MMD/780/1108 Date: 06.06.2019
Sl. No.
Description Cl. No.
Values / Description to be applicable for relevant clause(s)
i) Owner / Client / Employer JUIDCO Ltd.
ii) Type of Tender Percentage Rate Contract
iii) Earnest Money Deposit Rs. 50,58,973.00
iv) Estimated Cost NIT Rs. 40,58,97,234.00
v) Time for completion of work NIT
Total work to be completed in Fifteen (15) months which shall be Reckoned from the 7th day from issue of the Letter of Intent by the EPI.
vi) Mobilization Advance (Interest Bearing)
ACC 7.0
10% of the Contract Value.
vii) Interest Rate on Mobilization Advance
- @10.15%
viii) Number of Installments for Recovery of Mobilization Advance
ACC 7.0
As per ACC clause no. 7.0
ix) Schedule of Rates applicable
- Non Scheduled Rates
x) Validity of Tender NIT 90 (Ninety) Days
xi) Security Deposit cum Performance Guarantee
GCC 9.0
5.00% (Five Percent only) of contract value to be submitted within 7 days from the date of issue of Letter of Intent on acceptance of tender.
Signature of Contractor Page 32 of 40 EPIL
xii) Retention Money ACC 8.0
As per ACC clause no. 8.0
xiii) Time allowed for starting the work
Form of Tender
The date of start of contract shall be reckoned 07 (Seven) days from the date of LOI.
xiv) Defect Liability Period GCC 74.0
12 (Twelve) Months from the date of taking over of works.
xv) Arbitration ACC 34.0
As amended.
xvi) Jurisdiction ACC 35.0
Any court case arises by any dispute shall be subject to the Jurisdiction of Court situated at Kolkata only.
SIGNATURE OF SUPPLIER : ______________________________ NAME (CAPITAL LETTERS) : ______________________________ OCCUPATION : ______________________________ ADDRESS : ______________________________ ______________________________ ______________________________ ______________________________ SEAL OF SUPPLIER
Signature of Contractor Page 33 of 40 EPIL
Annexure-IV LETTER OF UNDERTAKING
(TO BE ENCLOSED IN ENVELOPE-1 ALONGWITH EMD) ENGINEERING PROJECTS (INDIA) LIMITED 50 Chowringhee Road Kolkata-700071 Ref: TENDER FOR “Construction of 660 Dwelling units in 33 nos blocks of G+3
at Kasidih, Adityapur & 60 Dwelling units in 3 nos. blocks of G+3 blocks at Saraikela (Norodih) under Pradhan Mantri Awas Yojana (Urban)” at Jamshedpur in the State of Jharkhand
NIT No: ERO/MMD/780/1108 Dated. 06.06.2019
Sir, UNDERTAKING FOR ACCEPTANCE OF TENDER CONDITIONS 1. The tender documents for the work as mentioned in “Memorandum” to “Form of Tender” have been issued to me / us by ENGINEERING PROJECTS (INDIA) LIMITED and I / We hereby unconditionally accept the tender conditions and tender documents in its entirety for the above work. 2. The contents of clause 1.2 and 1.3 of the Tender documents (Instructions to Tenderers) have been noted wherein it is clarified that after unconditionally accepting the tender conditions in its entirety, it is not permissible to put any remark(s) / condition(s) (except unconditional rebate on price, if any) in the ‘Price-Bid’ enclosed in “Envelope-2” and the same has been followed in the present case. In case this provision of the tender is found violated at any time after opening “Envelope-2”, I / We agree that my/our tender shall be summarily rejected and EPI shall, without prejudice to any other right or remedy be at liberty to forfeit the full said Earnest Money absolutely. 3. The required Earnest Money for this work is enclosed herewith. Yours faithfully, (Signature of the Tenderer) Seal of Tenderer Dated: ___________________
Signature of Contractor Page 34 of 40 EPIL
Annexure-B
PROFORMA FOR AFFIDAVIT
(To be submitted by bidder on non-judicial stamp paper of Rs. 100/- (Rupees Hundred only) duly attested
by Notary Public)
(To be submitted in Envelop-1 i.e. Technical bid)
Affidavit of Mr. ...............................................S/o……………………………………………………..
R/o .............................................
I, the deponent above named do hereby solemnly affirm and declare as under:
1. That I am the Proprietor/Authorized signatory of M/s …………………………………………………………………….. Having its Head Office/Regd. Office
at................................................................................
2. That the information/documents/Experience certificates submitted by
M/s.............................................along with the tender for............................................................................. (Name of
work)................ To EPl are genuine, true and nothing has been concealed.
3. I shall have no objection in case EPl verifies them from issuing authority(ies). I shall also have
no objection in providing the original copy of the document(s), in case EPI demand so for verification.
4. I hereby confirm that in case, any document, information & / or certificate submitted by me
found to be incorrect / false / fabricated, EPI at its discretion may disqualify / reject / terminate the
bid/contract and also forfeit the EMD /All dues.
5. l shall have no objection in case EPI verifies any or all Bank Guarantee(s) under any of the
clause(s) of Contract including those issued towards EMD and Performance Guarantee from the
Zonal Branch /office issuing Bank and l/We shall have no right or claim on my submitted EMD before
EPl receives said verification.
6. That the Bank Guarantee issued against the EMD issued by (name and address of the Bank)
is genuine and if found at any stage to be. Incorrect / false / fabricated, EPI shall reject my bid, cancel
pre-qualification and debar me from participating in any future tender for three years.
I……………………………………..………………., the Proprietor / Authorized Signatory of M/s
....................................... do hereby confirm that the contents of the above Affidavit are true to my knowledge
and nothing has been concealed there from………………………………………
…………………………………………………………………………………………. and that no part of it is
false.
Verified at ……………………this……………………day of………………………..
DEPONENT
ATTESTED BY (NOTARY PUBLIC)
Signature of Contractor Page 35 of 40 EPIL
Annexure – V
INTEGRITY PACT
Between
Engineering Projects (India) Ltd. (EPI) hereinafter referred to as “The Principal”,
And
………………………………………………….. hereinafter referred to as “The Bidder” Preamble The Principal intends to award, under laid down organizational procedures, contract/s for
…………………………… The Principal values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness / transparency in its relations with
its Bidder(s). In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.
Section 1 - Commitments of the Principal 1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
a) No employee of the Principal, personally or through family members, will in
connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for self or third person, any material or immaterial benefit
which the person is not legally entitled to.
b) The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution.
c) The Principal will exclude from the process all known prejudiced persons.
2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.
Signature of Contractor Page 36 of 40 EPIL
Section 2 - Commitments of the Bidder(s)
1) The Bidder(s) commit himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
a) The Bidder(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal’s employees involved in the tender process or the execution of the
contract or to any third person any material or other benefit which he / she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.
b) The Bidder(s) will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids
or any other actions to restrict competitiveness or to introduce cartelization in the bidding
process. c) The Bidder(s) will not commit any offence under the relevant IPC / PC Act; further the Bidder(s) / Supplier(s) will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part
of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. d) The Bidder(s) of foreign origin shall disclose the name and address of the Agents /
representatives in India, If any. Similarly the Bidder(s) / Supplier(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any, Further details as mentioned in the “Guidelines on Indian Agents of Foreign Suppliers” shall be disclosed by the Bidder(s) / Supplier(s). Further, as mentioned in the Guidelines all the payments
made to the Indian agent / representative have to be in Indian Rupees only. e) The Bidder(s) will, when presenting his bid, disclose any and all payments he has made,
is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.
2) The Bidder(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
Section 3 - Disqualification from tender process and execution from further contracts
(1) If the Bidder(s), before award or during execution has committed a transgression
through a violation of Section 2, above or in any other form such as to put his
reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)
from the tender process or to terminate the contract, if already signed for such
reason.
(2) If the Bidder has committed a serious transgression through a violation of section
Signature of Contractor Page 37 of 40 EPIL
– 2 such as to put his reliability or credibility into question, the principal is entitled also to exclude the Bidder from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors with the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.
(3) If the Bidder can prove that he has restored/ recouped the damage caused by
him and has installed a suitable corruption prevention system, the Principal may
revoke the exclusion prematurely.
(4) A transgression is considered to have occurred if in light of available evidence no
reasonable doubt is possible.
Section 4 - Compensation for Damages
1) If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover the
damages equivalent to Earnest Money Deposit / Bid Security.
2) If the Principal has terminated the contract according to Section 3, or if the
Principal is entitled to terminate the contract according to Section 3, the Principal
shall be entitled to demand and recover from the Bidder liquidated damages of the
Contract value or the amount equivalent to Performance Bank Guarantee.
Section 5 - Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 3 years
with any other Company in any country conforming to the anti corruption approach or
with any other Public Sector Enterprise in India that could justify his exclusion from
the tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the tender process.
Section 6 - Equal treatment of all Bidders
(1) The Bidder(s) to demand from all subcontractors the commitment consistent with
this Integrity Pact and to submit it to the Principal before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with
all Bidders and Suppliers.
(3) The Principal will disqualify from the tender process all bidders who do not sign
Signature of Contractor Page 38 of 40 EPIL
this Pact or violate its provisions. Section 7 - Criminal charges against violating Bidder(s) If the Principal obtains knowledge of conduct of a Bidder or Supplier, or of an employee or a
representative or an associate of a Bidder or Supplier which constitutes corruption, or if the
Principal has Substantive suspicion in this regard, the Principal will inform the same to the Chief
Vigilance Officer.
Section 8 - Independent External Monitor / Monitors
(1) The Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties
and performs his functions neutrally and independently. He reports to the Chairman,
EPI.
(3) The Bidder(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Bidder. The Bidder will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is application to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder(s) or Supplier(s) with confidentiality.
(4) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he
will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the independent External Monitor shall give an opportunity to the Bidder/ Supplier to present its case before making its recommendations to the Principal.
5) The Monitor will submit a written report to the Chairman EPI within 8 to 10 weeks from
the date of reference or intimation to him by the Principal and should the occasion arise, submit proposals for correcting problematic situations.
6) Monitor shall be entitled to compensation on the same terms as being extended to /
provided to Independent Directors on the EPI Board.
7) If the Monitor has reported to the Chairman EPI, a substantiated suspicion of an
offence under relevant IPC / PC Act, and the Chairman EPI has not, within the
reasonable time taken visible action to proceed against such offence or reported it to
the Chief Vigilance Officer, the Monitor may also transmit this information directly to
the Central Vigilance Commissioner.
Signature of Contractor Page 39 of 40 EPIL
8) The word “Monitor” would include both singular and plural.
9) Independent External Monitor shall be required to maintain confidentially of the
information acquired and gathered during their tenure/ role as independent Monitor.
Any breach in this regard would be subject to the legal judicial system of India.
10) Independent External Monitor(s) shall be required to furnish an Undertaking and
disclose before taking any assignment that he/ she has no interest in the matter or
connected with the party (Bidder) in any manner.
Section 9 - Pact Duration This Pact begins when both parties have legally signed it. It expires for the Bidder 12 months after the last payment under the contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Chairman of EPI. Section 10 - Other provisions
1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. New Delhi.
2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.
3) If the Bidder is a partnership or a consortium, this agreement must be signed by all partners or consortium members.
4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.
_________________________ ___________________________
(For & On behalf of the Principal) (For & On behalf of Bidder)
(Office Seal) (Office Seal)
Signature of Contractor Page 40 of 40 EPIL
Place -----------------
Date --------------
Witness 1:
(Name & Address) -------------------------------------------
-------------------------------------------
-------------------------------------------
Witness 2: (Name & Address) -------------------------------------------
-------------------------------------------
-------------------------------------------
Signature of Contractor
AN ISO 9001 & 14001 COMPANY
TENDER DOCUMENT
e-TENDER No: ERO/MMD/780/1
Tender for Construction of
blocks of G+3 at Kasidih
3 nos blocks of G+3 at
Mantri Awas Yojana (Urban) at Jamshedpur in the state of
Jharkhand.
Additional Conditions of Contract (ACC),
Approved Make,
ENGINEERING PROJECTS (INDIA) LIMITED
(A GOVT. OF INDIA ENTERPRISE)
9th floor, 50, Chowringhee Road,
1 of 63
AN ISO 9001 & 14001 COMPANY
TENDER DOCUMENT
TENDER No: ERO/MMD/780/1108
Construction of 660 Dwelling unit in
of G+3 at Kasidih, Adityapur & 60 Dwelling units
of G+3 at Saraikela (Norodih) under Pradhan
Mantri Awas Yojana (Urban) at Jamshedpur in the state of
VOLUME – II
Additional Conditions of Contract (ACC),
Approved Make, Technical Specification
Drawings.
ENGINEERING PROJECTS (INDIA) LIMITED
(A GOVT. OF INDIA ENTERPRISE)
floor, 50, Chowringhee Road,
Kolkata – 700 071
EPI
8
660 Dwelling unit in 33 nos
Dwelling units in
under Pradhan
Mantri Awas Yojana (Urban) at Jamshedpur in the state of
Additional Conditions of Contract (ACC), List of
Technical Specification, Tender
ENGINEERING PROJECTS (INDIA) LIMITED
Signature of Contractor 2 of 63 EPI
INDEX
Sl.
No. Description
Page
No.
No. of
Pages
1. Additional Conditions of Contract (ACC). 3-29 27
2. List of Approved Make. 30-41 12
3. Technical Specifications. 42-58 17
4. Tender Drawings. 59-63 05
Signature of Contractor 3 of 63 EPI
ADDITIONAL CONDITIONS OF CONTRACT (ACC)
1.0 The following Additional Conditions of Contract shall be read in conjunction with General Conditions of Contract. If there are any provisions in these Additional Conditions of Contract, which are at variance with the provisions of General Conditions of Contract, the provisions in these Additional Conditions of Contract shall take precedence.
2.0 INTRODUCTION
EPI is Constructing 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur &
60 Dwelling units in 3 nos blocks of G+3 at Saraikela (Norodih) under Pradhan Mantri
Awas Yojana (Urban) at Jamshedpur in the state of Jharkhand.
3.0 SCOPE OF WORK
The brief scope of work has mentioned below included in this tender shall include (but
not limited to) Civil, Electrical, Sanitary, Plumbing, Water Supply and Sanitation
(Internal & External) including overhead water tanks over roof top and sump at the
ground level, Strom water drainage, Rainwater harvesting structures, Internal roads,
Landscaping with provision of park etc., Development of vehicle parking area, Barbed
wire fencing as required for Construction of Housing Complex at Jamshedpur for
JUIDCO Ltd. (Govt. of Jharkhand).
Apart from the above, any other services not covered above but required as per direction of EPI, are deemed to be included in the scope of work. The work is to be carried out on Item Rate Basis as per bill of quantities and tender conditions and as per clause no 3 of GCC.
4.0 DISQUALIFICATION The tenderers may note that they are liable to be disqualified and not considered for the opening of Price Bid if; a) Representation in the forms, statements and attachments submitted in the pre-qualification
document are proved to be incorrect, false and misleading.
b) They have record of poor performance during the past 10 (ten) years such as abandoning the work, rescinding of contract for which the reasons are attributable to the non-performance of the contractor, inordinate delay in completion, consistent history of litigation / arbitration awarded against the contractor or any of its constituents or financial failures due to bankruptcy etc. in their ongoing / past projects.
Signature of Contractor 4 of 63 EPI
c) They have submitted incompletely filled in formats without attaching certified supporting documents and credentials to establish their eligibility to participate in the Tender.
d) If the tenderers attempt to influence any member of the selection committee. EPI reserves its right to take appropriate action including disqualification of tenderer(s) as may be deemed fit and proper by EPI at any time without giving any notice to the contractor in this regard. The decision of EPI in the matter of disqualification shall be final and binding on the Tenderers. 5.0 SPECIFICATIONS
(i) All works are to be carried out in accordance with the General Conditions and Specifications including mode of measurement of State P.W.D Schedules in force at the time of acceptance of the tender.
(ii) The specification for work not covered by the specifications laid down in the PWD
(Jharkhand) Schedules, DSR or Schedule of MES, CPWD shall be followed. (iii) Items of Works not covered in the above schedules should be governed by I.S.I code
of Practice, National Building Code, Technical specifications as laid in this tender document, and as per best practice according to the Engineer-in-Charge and the Consultant.
(iv) In addition to the above, the Technical specifications as mentioned in the Tender
documents shall be applicable. (v) This contract shall be governed by the Indian Laws for the time being in force. The
contract is confidential and must be strictly confined to the purposes of the contract. (vi) The contractor shall provide everything necessary for the proper execution of the
works according to the intent and meaning of the specifications and drawings taken together whether the same may or may not be particularly shown or described therein provided that the same can be reasonably be inferred there from and if the contractor finds any discrepancy in the specifications & drawings and between the drawings, he shall immediately and in writing refer the same to the EPI who shall decide which is to be followed.
(vii) The work order/LOI will be issued by EPI and handing over of the site and date of
commencement of the contract shall be within 07 (Seven) days of issue of such letter. 6.0 PRICE ESCALATION / PRICE VARIATION
No Price Variation / Escalation is payable (Clause No. 16.0 of GCC). 7.0 MOBILIZATION ADVANCE
Signature of Contractor 5 of 63 EPI
Interest bearing Mobilization Advance up to maximum of amount as mentioned in the
“MEMORANDUM” to the “Form Tender” shall be paid to the Contractor on submission
of non-revocable and unconditional Bank Guarantee for an amount equal to 110% of
the Mobilization Advance from a Nationalized / Scheduled Bank as per the enclosed
pro-forma subject to conditions given hereunder. The Mobilization advance shall be
made at the interest rate as mentioned in the “Memorandum to the Form of Tender.
The Advance shall be made in three installments as follows:
i. First Installment of fifty percent of total mobilization advance shall be paid after
fulfillment of the following conditions:
a) Signing of Agreement
b) Submission of security deposit cum Performance Bank Guarantee as per Clause
no. 9 of GCC.
ii. Second Installment of twenty five percent of total mobilization advance shall be paid
after completion of all enabling work required for taking up the construction. These
includes construction of store, labour hutment etc.
iii. The balance twenty five percent of total mobilization advance shall be paid on
mobilization of manpower, plant & equipment etc. to the satisfaction of Engineer-in-
Charge of EPI
Recovery of Mobilization Advance
The Advance shall be recovered on monthly installment basis. The installments shall
commence when 20% of the Contract Price or Five (05) months from the date of
payment of first installment of Advance whichever period concludes earlier and shall be
made @ 10% of the amount of all Work Done running account bills until such time as
the loan has been repaid, subject to full recovery within 80% of scheduled completion
period.
In case non–achievement of milestone and accordingly non-production of running bills
and consequently non-recovery of mobilization advance, the Bank Guarantee (BG)
against the Mobilization Advance to that extent shall be forfeited.
8.0 RETENTION MONEY- Clause No. 10.0 of GCC shall be modified as under: The Retention Money shall be deducted from each running account bill of the
Contractor @5% (Five Percent Only) of the gross value of the running account bill, in addition to SDPBG of 5%. The Earnest Money deposited by the Tenderer in the form of Demand Draft will be treated as part of Retention Money.
When the Taking-Over Certificate has been issued for the Works by the Client
(JUIDCO), the first half of the Retention Money shall be certified by EPI for payment to the Contractor on receipt of corresponding certificate and payment from Client
Signature of Contractor 6 of 63 EPI
(JUIDCO). If a Taking-Over Certificate is issued for a Section or part of the Works, the first half of the Retention Money shall be certified and paid proportionately as released by Client.
Promptly after the latest of the expiry dates of the Defects Liability Period, the
outstanding balance of the Retention Money shall be certified by the Engineer (JUIDCO / EPI) for payment to the Contractor. If a Taking-Over Certificate was issued for a Section of work, a proportion of the second half of the Retention Money shall be certified and paid promptly after the expiry date of the Defects Liability Period on release of corresponding payment by Client for the Section.
However, if any work remains to be executed under Defects Liability Period, the
Engineer of EPI shall be entitled to withhold certification of the estimated cost of this work until it has been executed.
Unless otherwise stated in the other Conditions of Contract, when the Taking-Over
Certificate has been issued for the Works and the first half of the Retention Money has been certified for payment by EPI, the Contractor shall be entitled to substitute a Bank Guarantee, in the form annexed to the General Conditions of Contract (GCC) or in another form approved by EPI, for the second half of the Retention Money.
The Contractor shall ensure that the Bank Guarantee is in the amount and currencies
of the second half of the Retention Money and is valid and enforceable until the Contractor has executed and completed the Works and remedied any defects, as specified for the Security Deposit cum Performance Bank Guarantee as per Clause No. 9.0 of GCC.
On receipt by EPI of the required Bank Guarantee, the Engineer of EPI shall certify and
EPI shall pay the second half of the Retention Money. The release of the second half of the Retention Money against a Bank Guarantee shall then be in lieu of the release under the third paragraph of clause no. 8.0 above. EPI shall return the Bank Guarantee to the Contractor within 21 days after receiving of corresponding Bank Guarantee from Client, (JUIDCO).
9.0 TAXES AND DUTIES:
Clause no. 13 of GCC shall be amended / deleted as per below:
The award of the Contract shall be on ‘Work Contract’ as defined in section 2 (119) of
the CGST Act, 2017. The rates/amount quoted in the Bill of Quantities shall be inclusive
of all taxes, duties, labour cess, other cess, levies, fees, royalty, etc, except Goods and
Service Tax (GST). The Goods and Services Tax (GST) applicable on all items of
Works described in the Bill of Quantities, shall be quoted separately in attachment
entitled “Annexure- I - Taxes & Duties” in Vol. III.
Signature of Contractor 7 of 63 EPI
Due Input Tax credits under GST as per the relevant Govt. Policy, wherever applicable,
shall be taken into account by the Bidder while quoting his price. Income Tax and other
Deductions of Taxes at source & labour cess as applicable shall be deducted from Bills
/ due payment of the Supplier.
EPI shall bear and pay/reimburse to the bidder Goods and Services Tax (GST)
applicable on the value of Works Contract described in the Bill of Quantities. However,
the taxes, duties & levies as may be applicable on the materials used for Works
Contract shall be to the bidder’s account and no separate claim in this regard will be
entertained by EPI.
If a new tax, duty or levy is imposed under statute or law in India after the base date,
seven (7) days prior to date of Techno-Commercial bid opening and the successful
bidder becomes liable there under to pay and actually pays the said new tax, duty or
levy for bonafide use on the Works contracted, the same shall be reimbursed to the
successful bidder against documentary evidence of proof of payment subject to the
condition that same is borne by the owner, JUIDCO. Similarly for any deletion of
existing taxes, duties & levies after the base date, as specified above. The amount
payable will be reduced accordingly. In case of any reduction in rate of GST or other
taxes in future or the project getting exemption status after base date as defined above,
the contractor shall pass on the benefit to EPI immediately, failing which EPI shall have
right to recover the differential amount from the amounts due Contractor. The decision
of Engineer-In- Charge in this matter will be final and binding on the contractor.
The Contractor/Supplier shall, within a period of 15 days of the imposition of any such
new tax, duty or levy give a written notice thereof to the Engineer-in-Charge of EPI that
the same is given pursuant to this condition, together with all necessary information
relating thereto. If the Contractor fails to give notice of a claim within such period of 15
days, the Contractor shall not be entitled to such claim/ additional payment, and EPI
shall be discharged from all liability in connection with the claim.
The payment/reimbursement of new tax, duty or levy imposed under statute or law in
India as per above, would be restricted only to direct transactions between the EPI and
the successful bidder.
a. It shall be incumbent upon the successful bidder to obtain a registration
certificate under the GST Law, and other law(s) relating to levy of tax, duty, cess
etc. and necessary evidence & GSTIN number to this effect shall be furnished by
the successful bidder to the EPI.
b. The successful bidder must submit as compliances of GST Act, the invoices in
GST compliant format failing which the GST amount shall be recovered /
Signature of Contractor 8 of 63 EPI
adjusted by EPI without any prior notice from the next invoices or available dues
with EPI.
c. The successful bidder should update /upload the GST/Taxes data periodically so
as to avail ITC credit by EPI failing which it shall be recovered / adjusted by EPI
without any prior notice from the next invoices or available dues with EPI.
d. The rates/amount quoted in the Schedule of Quantities shall be inclusive of all
taxes, duties, cess, levies, fees, royalty, etc, except Goods and Service Tax
(GST).
e. Bidder while quoting the rates in the tender must also consider the ITC Credit
applicable for the works, if any.
10.0 SECURED ADVANCE AGAINST NON-PERISHABLE MATERIALS
Clause no. 35.0 of GCC stands deleted.
11.0 COMPLETION AND TAKING OVER
As soon as the project is partly / finally completed, the Contractor shall inform to EPI and EPI shall in turn inform to Client (JUIDCO Ltd) for checking / verification of completed work as per the scope of work for part / final taking over the project. However, the readiness of partially / fully completed for handing over to EPI / Client shall be decided by Client and binding to the Contractor.
12.0 Clause No. 72.4.1 of GCC stands modified as under: Within 10 (Ten) days of date of Letter of Intent, the contractor shall submit a Time and
Progress Chart (CPM/PERT/Quantified Bar Chart) and get it approved by the Engineer-in-Charge. The Chart shall be prepared in direct relation to the time stated in the contract documents for completion of items / scope of the works. It shall indicate the forecast (mile stones) of the dates of commencement and completion of various items trades, sections of the work and may be amended as necessary by agreement between the Engineer-in-Charge and the Contractor within the limitations of time imposed in the contract documents, to ensure good progress during the execution of the work.
The physical report including photographs shall be submitted by the contractor on the
prescribed format & the intervals (not later than a month) as decided by the Engineer-in-Charge. The compensation for delay as per clause 72.1 of GCC shall be leviable at intermediate stages also, in case the required progress is not achieved to meet the time deadlines of the completion period and / or milestones of time and progress chart provided always that the total amount of compensation for delay to be paid under this condition shall not exceed 10% of the tendered value of work.
Signature of Contractor 9 of 63 EPI
In case entire work is completed within the total time period of completion or extended period of completion allowed, the compensation for delay due to not achieving progress at intermediates stage, if any, shall be refunded without any interest charges.
13.0 COMPLETION SCHEDULE
Sl. No.
Milestone number and description of each milestone
Milestone to be achieved with 15
months of completion
1
Milestone 01: Completion of Foundation works and R.C.C and/or Masonry work up to Plinth Level complete in all respect.
Three Months
2
Milestone 02: Completion of R.C.C. frame and/or masonry work in walls etc. Payment will be divided on pro-rata basis of number of roof slabs if required.
Seven Months
3
Milestone 03: Internal Flooring including skirting, dado in all type of rooms, passage and stairs. Payment will be divided on pro-rata basis of number of floor slabs if required.
Nine Months
4
Milestone 04: Providing/Fixing Door Shutters, Balcony railing, S/C railing window grills and other steel work along with fittings
Ten Months
5
Milestone 05: Internal water supply, Sanitary Work & Electrification works
Twelve Months
6
Milestone 06: Internal & External Painting
Thirteen Months
7
Milestone 07: External campus Water supply, Storm water Drain, Sewerage i/c covers, Pathways, roads, Parks etc to complete in all respect.
Thirteen Months
Signature of Contractor 10 of 63 EPI
8
Milestone 08: Boundary wall with necessary gate, Horticulture work i/c plantation and landscaping i/c water Supply etc.
Thirteen Months
9
Milestone 09: Completion of all remaining items of work i/c handing over of flats defect free in all respects and testing of all services to the satisfaction Of engineer-in-charge and handing over of services JUIDCO including external electrification and street lighting etc to complete.
Fourteen Months
10
Milestone 10: Modifications/alterations (as per the monitoring agency) and after handing over the DUs to JUIDCO.
Fifteen Months
11 Physical works to be completed Fifteen
Months from start date of work.
Note: In case of mismatch in financial and physical progress as above at any milestone
stage, the financial progress shall be considered for levy of compensation of delay, if any. All infrastructural development works shall be completed within the stipulated time frame.
14.0 PLANT AND MACHINERY All plant & machinery required for execution of work shall have to be arranged by the contractor at his own cost. However, the Contractor has to deploy following minimum plant & machinery at site immediately after award of work:
Sl. Type of Equipment (leased or owned)
Minimum no. of Equipment
required 1. Dozer 1 2. Front end Loader 1 3. Smooth Wheeled Roller 1 4. Vibratory Roller 1 5. Water Tanker 5
6. Concrete Mixes with Integral Weigh Batching facility 1
7. Concrete Batching and Mixing Plant (Minimum Capacity – 30 m3/hour)
1
Signature of Contractor 11 of 63 EPI
8. Steel Propping 500 9. Concrete pump 1 10 Builder Hoist 4
11. Excavator 2 12. Transit Mixer 2 13. Tipper or Truck (or 2 times Tractor) 8 14. Generator 2 15. Bar Cutting Machine 4 16. Bar Bending Machine 2
17. Welding Machine 6 18. Plate Compector 4 19. Vibrator with Needle 12 20. Vibrator (Surface) 6 21. Concrete Mixer Machine with Hooper (1 bag) 6 22. Steel Plate with fitting 2500 sqm
23. Staging Pipe (Acrow) with fitting 3000 nos. 24. Cube Testing Machine (Universal Testing Machine) 1 25. Cube Mould 40 26. Pump 5 HP 2 27. Well-equipped Laboratory facility for quality test 1
Note:
a) Any other equipment for site test as outlined in CPWD/ BIS specification and as directed by the Engineer-in-Charge.
b) The quantities of equipments indicated are tentative and can be increased as per the requirement of work OR as per the direction of Engineer-in-Charge. The above equipment list is indicative and not complete. The contractor has to deploy all the required equipment to complete all the works within stipulated specifications & time period as per contract documents. All the machineries are of maximum age of 5 years as on 01.01.2019.
c) The contractor will not be allowed to take out equipments from the site without the written permission of Engineer-in-Charge.
15.0 FACILITIES AS PER CLAUSE NO: 28.3 OF GCC stands deleted. 16.0 SITE LABORATORY AND OFFICE FOR CLIENT.
1) The Display Boards for the Project shall be supplied and erected as per given sizes, specifications and descriptions and at specified locations, as approved by EMPLOYER/EPI.
2) A field Laboratory will be established in a room of suitable size equipped with the following, with adequate labour and materials required for carrying out tests therein:
Signature of Contractor 12 of 63 EPI
(i) Set of standard sieves for testing grading of sand and a 75 micron sieve for testing silt content.
(ii) Sieves with openings respectively of 5mm, 10mm, and 20mm for testing grading of aggregates.
(iii) Balance of capacity 10 Kg reading to 5 gm, with weights. (iv) Primus stove and pans for drying of sand and aggregates. (v) Glass measuring flasks of 1/2 and 1 litre capacity. (vi) Flask for determining moisture content of sand. (vii) Slump cone for slump test. (viii) Minimum 24 steel moulds for 150 x 150 mm test cubes. It may be necessary to
provide more steel cube moulds depending upon concreting programmed. (ix) Work benches, shelves, desks, sinks and any other furniture and lighting as
required by the ENGINEER-IN-CHARGE. (x) Cube testing machine. (xi) Any other equipment not specifically mentioned above which can reasonably be
held necessary for the completion of the contract works to the satisfaction of the ENGINEER-IN-CHARGE. NOTE: The requisite tests shall be conducted in field Laboratory as per P.W.D. Specifications and other related I.S. Codes. All such tests shall be conducted in presence of the ENGINEER-IN-CHARGE and the proper Test Records shall be maintained by CONTRACTOR with the attestations by the ENGINEER-IN-CHARGE. The CONTRACTOR shall bear all expenses for installing, running and maintenance of this Field Laboratory.
17.0 The Tenderer must understand that the items marked in schedule of work are actual
items to be executed. Alteration, omission, deduction or addition from / to these items is at the discretion of EPI without effecting the terms of the contract.
17.1 The contractor should possess required valid electrical license for executing the
building electrification works. 17.2 The contractor should possess required valid license for executing the water
supply/sanitary Engineering works and should have executed similar water supply/sanitary Engineering works.
18.0 ENVIRONMENTAL CONSIDERATIONS
The Contractor shall be concerned with the impact of his work upon the Environment. This applies to the effect upon the residential community, adjacent industrial facilities and upon the area outside the site boundary. Areas of concern will include but are not limited to:
a) Use of clean fuels to minimize air polluting emissions. b) Control of other air pollutants. c) Recovery and recycling of usable materials. d) Control of vehicle noise. e) Control of noise from power facilities.
Signature of Contractor 13 of 63 EPI
f) Limitation of vibrations. g) Preservation of natural land to the extent possible. h) Preservation of archaeological features.
19.0 CUSTODY OF DRAWINGS All the approved Drawings shall remain in the sole custody of the Engineer-in-Charge
but two copies thereof shall be furnished to the Contractor free of charge. The Contractor shall provide and make at his own expenses any further copies required by him. At the completion of Contract the Contractor shall return to the Engineer-in-Charge all drawings provided under the Contract.
One copy of the Drawings, furnished to the Contractor as aforesaid, shall be kept by
him on the site and the same shall at all reasonable times be available for inspection and use by the Engineer-in-Charge and his Representatives and by any other person authorised by the Engineer-in-Charge.
20.0 DISRUPTION OF PROGRESS The Contractor shall give written notice to the Engineer-in-Charge on progress of the
works likely to be delayed or disrupted unless any further approval of drawing or order, including a direction, instruction or approval is issued by the Engineer-in-Charge within a reasonable time. The notice shall include details of the drawing or order required and of why and by whom it is required and of any delay or disruption likely to be suffered if it is late.
21.0 SURVEY: LAYOUT AND ACCESS The Contractor shall satisfy himself regarding the correctness of the site Layouts, levels
etc. as shown in the drawings or given in the specifications. Before starting the work he shall also carry out at his own cost survey of the whole work site jointly with the Department. Discrepancies noticed between Departmental drawing and the joint survey shall be informed in writing to the Engineer-in-Charge and got corrected by the Engineer-in-Charge. Such deviations as may arise out of the joint survey shall not vitiate the provisions of contracts and shall not entitle the Contractor to any extra payment of claim in any way.
After the joint survey a survey plan shall be prepared by the Contractor at his cost and
got approved by the Engineer-in-Charge. Reference line and points shall be established by the Contractor at his own cost so as to serve as reference and “Dimension al Checking” of works. He shall prepare and submit a plan in quadruplicate to the E.I.C. showing such reference points with their full description at his cost.
The Contractor shall provide for all arrangements labour, equipments and materials
needed for carrying out survey, setting out, layout checking, inspections measurements, testing at his own cost for which no separate payment will be made.
Signature of Contractor 14 of 63 EPI
The Contractor shall also provide proper approach and access to all the works and
stores including clearance of sites at his own cost. 22.0 ARRANGEMENT OF LAND If on account of restriction of space within the project site, the Contractor experiences
difficulties (on installation of plant and machinery and also) in stacking construction materials within the project site, he may have to arrange for lands (Road side flank, private land etc.) adjacent to the project site on his own and at his cost. The Contractor will not be entitled to any payment or any other incidental charges caused due to such arrangement.
23.0 FIRE FIGHTING ARRANGEMENT The Contractor shall provide at his own cost suitable arrangement for fire fighting. For
this purpose he shall provide requisite number of Fire Extinguishers and adequate number of buckets, some of which are to be always filled with sand and some with water. These equipments shall be provided at suitable prominent and easily accessible places and shall be properly maintained.
24.0 TIME OF COMPLETION The entire scope work shall be completed within 15 (fifteen) months from the date of
issue of LOI. The time of completion is firm and final and supersedes any other time mentioned elsewhere in any clause (s) of tender document.
The period of completion given includes the time required for mobilization and testing
as well, rectifications, if any, re-testing and completion in all respects to the entire satisfaction of the Engineer-in-Charge including the monsoon season. The Contractor shall scrupulously adhere to the targets/milestone as envisaged in his micro-plan of work program by deploying adequate personnel and construction tools and tackles and he shall also supply all materials of his scope of supply in time to achieve the targets set out.
The Contractor shall give every day a report on category-wise labour and equipment
deployed along with the progress of work done on previous day. The progress of work shall be proportionate to completion time.
Time is the essence of this contract and the allotted work must be completed within the
specified time. Extension of time may be granted in very exceptional circumstances if the work gets delayed due to the reasons beyond the control of the successful bidder. This clause of extension of time will have precedence over any other similar clauses if they are at variance with this clause. There will be penalty for non-completion of the work in time as indicated elsewhere.
Signature of Contractor 15 of 63 EPI
25.0 A standard benchmark with reference to which the whole work is to be carried out shall be constructed by the CONTRACTOR. The level shown on the outline drawings are with reference to standard benchmark. The CONTRACTOR shall establish reference benchmark at suitable spots. The construction and maintenance of the benchmarks shall be the responsibility of the CONTRACTOR. No payments shall be made for this work.
26.0 INFORMATION TO BE SUPPLIED BY THE CONTRACTOR DURING THE CONSTRUCTION PERIOD. A senior representative of the CONTRACTOR shall attend weekly meetings at the site
and in addition, meetings as arranged by EPI to discuss the progress of work and sort out problems if any and ensure that the work is completed in the stipulated time. The CONTRACTOR shall submit to the Engineer-in-Charge, every fortnightly:
a) Detailed industrial statistics regarding the labour employed by him daily. b) A fortnightly progress report along with requisite photographs. c) Special incident at site. d) Whether the work is progressing according to schedule, or not. If not, what are the
problems and the remedial measures to be taken to regain schedule. e) Record of the approvals by EPI. f) Record of the discussions by EPI. g) Fortnightly Construction Schedule. h) Monthly Construction Schedule. i) Detailed Schedule indicating when the REPRESENTATIVE’S presence is required at
site. 27.0 The Contractor shall comply with all the provisions of the following statutory acts or any modifications thereto and the rules made there under from time to time.
� Indian Factories Act 1948 � Payment of Wages Act 1936 � Minimum Wages Act 1948 � Employers Liability Act 1938 � Apprentices Act 1961 � Workmen’s Compensation Act 1923 � Industrial Disputes Act 1947 � The Maternity Benefits Act 1961 � Contract Labour (Regulation and Abolition) Act 1970 � Employment of Children Act 1933 � Provident Funds and Miscellaneous Provisions Act 1952 � The Employee’s Pension Scheme 1995
28.0 Should a report be made by an Inspecting Officer, as defined in the Contract Labour
(Regulation and Abolition) Act 1970, the Developer shall have the right to deduct from any money due to the Contractor any sum required, or estimated to be required, for making good the loss(es) suffered by a worker or workers by the reason of non-
Signature of Contractor 16 of 63 EPI
fulfilment of the Conditions of the Contract relating to the benefits of workers, non-payment of wages or of deduction made from their wages which are not justified by the terms of the Contract or non-observance.
The Contractor shall indemnify EPI against any payments to be made as hereunder
and for the observance of the provisions of the aforesaid Acts. In the event of the Contractor committing a default or breach of any of the provisions of
the aforementioned Acts, as amended from time to time, of furnishing any information or submitting or filling in any Form/Register/Slip under the provision of these Acts which is materially incorrect then on the report of the Inspecting officers, the Contractor shall, without prejudice to any other liability, pay to EPI a sum not exceeding Rs. 1000.00 as Liquidated Damages. This shall be applied to each incident for every default, breach or furnishing of, submitting, making and/or filling-in materially incorrect statements, the exact amount shall be fixed by the Engineer in-charge.
In the event of the Contractor’s default continuing in this respect, the Liquidated
Damages may be increased to Rs 100.00 per day for each day that default occurs upto a maximum of one percent (1%) of the Contract Amount.
The Engineer-in-charge shall deduct such amounts from the interim application for
Payment or the Security Deposit of the Contractor and credit the same to the Welfare Fund constituted under these Acts. The decision of EPI in this respect shall be final and binding.
29.0 The Conditions as laid hereunder to be strictly complied during construction and
operation phase regarding environmental clearance as per provisions of Environmental Impact Assessment Notification, 1994 with subsequent amendments.
30.0 REQUIREMENT OF TECHNICAL STAFF FOR THE WORK
Sl. No.
Personnel Qualification No. of Person
1 Project Manager B.E. Civil + 15 Years Exp.(5 years as Manager) 1
2 Site Engineer
B.E. Civil + 10 Years Exp. (including 5 years in Building Construction) or Diploma Civil with 15 Years Exp. (including 10 years in Building Construction)
2
3 Plant Engineer B.E. Mech. + 10Years Exp. Or Dip. Mech. +15 years Exp.
1
4 Quantity Surveyor B.E. Civil + 7Years Exp. Or Dip. Civil + 10 years Exp.
1
Signature of Contractor 17 of 63 EPI
5 Soil & Material Engineer and Quality Control Engineer
B.E. Civil + 10 Years Exp ( including 5Years in Quality Control works)
1
6 Survey Engineer/ Surveyor
B.E. Civil + 5Years Exp. (with at least 2 years’ experience in survey works). Or Dip. Civil + 8 years Exp.
1
7 Electrical Engineer B.E. Electrical + 5Years Exp. Or Dip. Electrical + 10 years Exp
1
31.0 INSURANCE Clause no. 17 & 19 of GCC stands modified as under: EPI will take necessary CAR policy for the full period of execution of work including
Defect Liability Period for the full amount of value of work against all losses or damages from whatever cause arising. The necessary charges will be recovered on pro-rata basis proportionately which are binding on the bidders.
31.1 INSURANCE UNDER WORKMAN COMPENSATIONS ACT: The contractor is
required to take WC policy as per directions under clause no. 18.0 of GCC. 32.0 ELECTRICITY & WATER
To be arranged by the contractor on his own cost.
33.0 COMPENSATION FOR DELAY AND REMEDY (LIQUIDITY DAMAGES) As per Clause No. 72.1 of GCC. 34.0 ARBITRATION: General Conditions of Contract (GCC) Sub Clause no. 76.1 and 76.3 of Arbitration
Clause no.76.0 are amended as given below. Sub Clause No.76.2 will remain the same.
Clause No- 76.0 ARBITRATION
Clause No- 76.1 Before resorting to arbitration as per the clause given below, the parties if they so agree may explore the possibility of conciliation as per the provisions of Part III of the Arbitration and Conciliation Act, 1996 as amended by Arbitration and Conciliation (Amendment) Act, 2015. When such conciliation has failed, the parties shall adopt the following procedure for arbitration:
a. Except where otherwise provided for in the contract, any disputes and differences relating to the meaning of the Specifications, Design, Drawing and Instructions herein before mentioned and as to the quality of workmanship or materials used in the work or as to any other questions, claim, right, matter or things whatsoever in any way
Signature of Contractor 18 of 63 EPI
arising out of or relating to the Contract, Designs, Drawings, Specifications, Estimates, Instructions, or these conditions or otherwise concerning the works of the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof shall be referred to the Sole Arbitrator appointed by the Chairman & Managing Director (CMD) of Engineering Projects (India) Limited (EPI) or any other person discharging the functions of CMD of EPI. The person approached for appointment as Arbitrator shall disclose in writing circumstances, in terms of Sub-Section of Section (12) of the Arbitration and Conciliation Act, 1996 as amended by Arbitration and Conciliation (Amendment) Act, 2015 as follows:
(i) such as the existence either direct or indirect, of any past or present relationship with or interest in any of the parties or in relation to the subject- matter in dispute, whether financial, business, professional or other kind, which is likely to give rise to justifiable doubts as to his independence or impartiality; and
(ii) which are likely to affect his ability to devote sufficient time to the arbitration and in particular his ability to complete the entire arbitration within a period of twelve months. The Arbitrator shall be appointed within 30 days of the receipt of letter of invocation of arbitration duly satisfying the requirements of this clause.
b. If the arbitrator so appointed resigns or is unable or unwilling to act due to any reason whatsoever, or dies, the Chairman & Managing Director aforesaid or in his absence the person discharging the duties of the CMD of EPI may appoint a new arbitrator in accordance with these terms and conditions of the contract, to act in his place and the new arbitrator so appointed may proceed from the stage at which it was left by his predecessor.
c. It is a term of the contract that the party invoking the arbitration shall specify the dispute/ differences or questions to be referred to the Arbitrator under this clause together with the amounts claimed in respect of each dispute.
d. The Arbitrator may proceed with the arbitration ex-parte, if either party, in spite of a notice from the arbitrator, fails to take part in the proceedings.
e. The work under the contract shall continue as directed by the Engineer-In- Charge, during the arbitration proceedings.
f. Unless otherwise agreed, the venue of arbitration proceedings shall be at the venue given in the “Memorandum” to the “Form of Tender”.
g. The award of the Arbitrator shall be final, conclusive and binding on both the parties.
Signature of Contractor 19 of 63 EPI
h. Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 as amended by Arbitration and Conciliation (Amendment) Act, 2015 or any statutory modifications or re-enactment thereof and the Rules made there under and for the time being in force shall apply to the arbitration proceedings and Arbitrator shall publish his Award accordingly.
35.0 JURISDICTION: Clause No.76.3 of GCC, stands modified as under: The courts in Kolkata alone will have jurisdiction to deal with matters arising from the
contract, to the exclusion of all matters. 36.0 FINAL BILL The final bill will be submitted by the contractor within 90 days from the date of
acceptance of completion of work accompanied by the following documents: a) Completion certificate issue by the Engineer-in-Charge specifying the handing over of
the work including list of inventories (fittings & fixtures). b) Computerized stage wise payment schedule. c) No claim certificate by the contactor. d) No claim certificate from the sub-agencies / vendors engaged by the contractor. e) ‘As built’ drawings. f) Periodical services and measurement books. g) Drawings for layout of underground cables and details showing location of electric
cable joints etc. h) All operation and maintenance manuals. i) All statutory approvals from various state / central govt. local bodies, if required for
completion & handing over of the work as included in scope of Contractor. j) Manufacture’s guarantee of various machines / equipments installed as part of works. 37.0 QUALITY ASSURANCE PROGRAMME The following paragraph shall be added to clause no 81.0 of General Conditions of
Contract (GCC) as under: I The quality testing of materials are to be done as per the frequency of sampling &
testing prescribed in relevant code of different items of works. All mandatory tests of
Signature of Contractor 20 of 63 EPI
materials shall be conducted at site laboratory and the tests not possible at site shall be tested outside through reputed laboratories like IIT (ISM), Dhanbad or NIT, Jamshedpur or BIT, Sindri (Dhanbad);
38.0 INSPECTIONS AND AUDIT BY EPI The Contractor shall permit EPI / JUIDCO or ULB and/or persons appointed by EPI /
JUIDCO or ULB to inspect the Site and/or the accounts and records of the Contractor relating to the performance of the Contract.
39.0 SAFETY PROCEDURES The Contractor shall:
a) Comply with all applicable safety regulations, b) Take care for the safety of all persons entitled to be on the Site, c) Use reasonable efforts to keep the Site and Works clear of unnecessary obstruction so
as to avoid danger to these persons d) Provide fencing, lighting, guarding and watching of the Works until completion and
taking over, and e) Provide any Temporary Works (including roadways, footways, guards and fences)
which may be necessary, because of the execution of the Works, for the use and protection of the public and of owners and occupiers of adjacent land.
40.0 QUALITY ASSURANCE The Contractor shall institute a quality assurance system to demonstrate compliance
with the requirements of the Contract. The system shall be in accordance with the details stated in the Contract.
The Engineer shall be entitled to audit any aspect of the system. Details of all
procedures and compliance documents shall be submitted to the Engineer for information before each design and execution stage is commenced. When any document of a technical nature is issued to the Engineer, evidence of the prior approval by the Contractor himself shall be apparent on the document itself.
Compliance with the quality assurance system shall not relieve the Contractor of any of
his duties, obligations or responsibilities under the Contract.
41.0 SITE DATA EPI shall have made available to the Contractor for his information, prior to the Base
Date, all relevant data in the EPI’s possession on sub-surface and hydrological conditions at the Site, including environmental aspects. EPI shall similarly make available to the Contractor all such data which come into the EPI’s possession after the Base Date. The Contractor shall be responsible for interpreting all such data.
Signature of Contractor 21 of 63 EPI
To the extent which was practicable (taking account of cost and time), the Contractor
shall be deemed to have obtained all necessary information as to risks, contingencies and other circumstances which may influence or affect the Tender or Works.
To the same extent, the Contractor shall be deemed to have inspected and examined
the Site, its surroundings, the above data and other available information, and to have been satisfied before submitting the Tender as to all relevant matters, including (without limitation):
a) The form and nature of the Site, including sub-surface conditions, b) The hydrological and climatic conditions, c) The extent and nature of the work and Goods necessary for the execution and
completion of the Works and the remedying of any defects, d) The Laws, procedures and labour practices of the Country, and e) The Contractor’s requirements for access, accommodation, facilities, personnel, power,
transport, water and other services. 42.0 AVOIDANCE OF INTERFERENCE
The Contractor shall not interfere unnecessarily or improperly with:
a. The convenience of the public, or
b. The access to and use and occupation of all roads and footpaths, irrespective of
whether they are public or in the possession of EPI or of others.
The Contractor shall indemnify and hold EPI harmless against and from all damages,
losses and expenses (including legal fees and expenses) resulting from any such
unnecessary or improper interference.
43.0 ACCESS ROUTE
The Contractor shall be deemed to have been satisfied as to the suitability and
availability of access routes to the Site at Base Date.
The Contractor shall use reasonable efforts to prevent any road or bridge from being
damaged by the Contractor’s traffic or by the
Contractor’s Personnel. These efforts shall include the proper use of appropriate
vehicles and routes.
Except as otherwise stated in these Conditions:
(a) the Contractor shall (as between the Parties) be responsible for any maintenance which
may be required for his use of access routes;
Signature of Contractor 22 of 63 EPI
(b) the Contractor shall provide all necessary signs or directions along access routes, and
shall obtain any permission which may be required from the relevant authorities for his
use of routes, signs and directions;
(c) EPI shall not be responsible for any claims which may arise from the use or otherwise
of any access route;
(d) EPI does not guarantee the suitability or availability of particular access routes; and
(e) Costs due to non-suitability or non-availability, for the use required by the Contractor, of
access routes shall be borne by the Contractor.
44.0 CONTRACTOR’S EQUIPMENT
The Contractor shall be responsible for all Contractors’ Equipment. When brought on to
the Site, Contractor’s Equipment shall be deemed to be exclusively intended for the
execution of the Works.
The Contractor shall not remove from the Site any major items of Contractor’s
Equipment without the consent of the Engineer. However, consent shall not be
required for vehicles transporting Goods or Contractor’s Personnel off Site.
45.0 PROTECTION OF THE ENVIRONMENT
The Contractor shall take all reasonable steps to protect the environment (both on and
off the Site) and to limit damage and nuisance to people and property resulting from
pollution, noise and other results of his operations.
The Contractor shall ensure that emissions, surface discharges and effluent from the
Contractor’s activities shall not exceed the values stated in the Specification or
prescribed by applicable Laws.
46.0 PROGRESS REPORTS
Unless otherwise stated in the Particular Conditions, monthly progress reports shall be
prepared by the Contractor and submitted to the Engineer in six copies. The first report
shall cover the period up to the end of the first calendar month following the
Commencement Date. Reports shall be submitted monthly thereafter, each within 7
days after the last day of the period to which it relates.
Reporting shall continue until the Contractor has completed all work which is known to
be outstanding at the completion date stated in the Taking-Over Certificate for the
Works. Each report shall include:
a) Charts and detailed descriptions of progress.
b) Photographs showing the status of progress on the Site.
c) Copies of quality assurance documents, test results and certificates of Materials;
Signature of Contractor 23 of 63 EPI
d) Safety statistics, including details of any hazardous incidents and activities relating to
environmental aspects and public relations; and
e) Comparison of actual and planned progress, with details of any events or
circumstances which may jeopardize the completion in accordance with the Contract,
and the measures being (or to be) adopted to overcome delays.
47.0 CONTRACTOR’S OPERATIONS ON SITE
The Contractor shall confine his operations to the Site, and to any additional areas
which may be obtained by the Contractor and agreed by the Engineer of EPI as
additional working areas. The Contractor shall take all necessary precautions to keep
Contractor’s Equipment and Contractor’s Personnel within the Site and these additional
areas, and to keep them off adjacent land.
During the execution of the Works, the Contractor shall keep the Site free from all
unnecessary obstruction and shall store or dispose of any Contractor’s Equipment or
surplus materials. The Contractor shall clear away and remove from the Site any
wreckage, rubbish and Temporary Works which are no longer required. Upon the issue
of a Taking-Over Certificate, the Contractor shall clear away and remove, from that part
of the Site and Works to which the Taking-Over Certificate refers, all Contractor’s
Equipment, surplus material, wreckage, rubbish and Temporary Works.
The Contractor shall leave that part of the Site and the Works in a clean and safe
condition. However, the Contractor may retain on Site, during the Defects Notification
Period, such Goods as are required for the Contractor to fulfil obligations under the
Contract.
48.0 FOSSILS
All fossils, coins, articles of value or antiquity, and structures and other remains or
items of geological or archaeological interest found on the Site shall be placed under
the care and authority of EPI. The Contractor shall take reasonable precautions to
prevent Contractor’s Personnel or other persons from removing or damaging any of
these findings.
The Contractor shall, upon discovery of any such finding, promptly give notice to the
Engineer, who shall issue instructions for dealing with it. If the Contractor suffers delay
from complying with the instructions, the Contractor shall give a further notice to the
Engineer and shall be entitled subject to an extension of time for any such delay, if
completion is or will be delayed (Extension of time for Completion), and
Signature of Contractor 24 of 63 EPI
After receiving this further notice, the Engineer shall proceed to agree or determine
these matters.
49.0 PLANT, MATERIALS AND WORKMANSHIP
49.1 MANNER OF EXECUTION
The Contractor shall carry out the manufacture of Plant, the production and
manufacture of Materials, and all other execution of the Works:
a) in the manner (if any) specified in the Contract,
b) in a proper workmanlike and careful manner, in accordance with recognized good
practice, and
c) with properly equipped facilities and non-hazardous Materials, except as otherwise
specified in the Contract.
49.2 SAMPLES
The Contractor shall submit the following samples of Materials, and relevant
information, to the Engineer for consent prior to using the Materials in or for the Works:
a) manufacturer’s standard samples of Materials and samples specified in the Contract, all
at the Contractor’s cost, and
b) additional samples instructed by the Engineer as a Variation. Each sample shall be
labeled as to origin and intended use in the Works.
49.3 INSPECTION
EPI shall at all reasonable times:
a) have full access to all parts of the Site and to all places from which natural Materials
are being obtained, and
b) during production, manufacture and construction (at the Site and elsewhere), be
entitled to examine, inspect, measure and test the materials and workmanship, and to
check the progress of manufacture of Plant and production and manufacture of
Materials.
The Contractor shall give EPI full opportunity to carry out these activities, including
providing access, facilities, permissions and safety equipment. No such activity shall
relieve the Contractor from any obligation or responsibility.
The Contractor shall give notice to the Engineer of EPI whenever any work is ready and
before it is covered up, put out of sight, or packaged for storage or transport. The
Signature of Contractor 25 of 63 EPI
Engineer of EPI shall then either carry out the examination, inspection, measurement or
testing without unreasonable delay, or promptly give notice to the Contractor that the
Engineer does not require to do so. If the Contractor fails to give the notice, he shall, if
and when required by the Engineer, uncover the work and thereafter reinstate and
make good, all at the Contractor’s cost.
49.4 ROYALTIES
Unless otherwise stated in the Specification, the Contractor shall pay all royalties, rents
and other payments for:
a) natural Materials obtained from outside the Site, and
b) the disposal of material from demolitions and excavations and of other surplus material
(whether natural or man-made), except to the extent that disposal areas within the Site
are specified in the Contract.
50.0 FORCE MAJEURE
50.1 In this Clause, “Force Majeure” means an exceptional event or circumstance:
a) which is beyond a Party’s control,
b) which such Party could not reasonably have provided against before entering into the
Contract,
c) which, having arisen, such Party could not reasonably have avoided or overcome, and
d) which is not substantially attributable to the other Party.
e) Force Majeure may include, but is not limited to, exceptional events or circumstances of
the kind listed below, so long as conditions (a) to (d) above are satisfied:
I. war, hostilities (whether war be declared or not), invasion, act of foreign enemies,
II. rebellion, terrorism, sabotage by persons other than the Contractor’s Personnel,
revolution, insurrection, military or usurped
III. power, or civil war,
IV. riot, commotion, disorder, strike or lockout by persons other than the Contractor’s
Personnel,
V. munitions of war, explosive materials, ionizing radiation or contamination by radio-
activity, except as may be attributable to the Contractor’s use of such munitions,
explosives, radiation or radioactivity, and
VI. Natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.
50.2 NOTICE OF FORCE MAJEURE
Signature of Contractor 26 of 63 EPI
If a Party is or will be prevented from performing its substantial obligations under the
Contract by Force Majeure, then it shall give notice to the other Party of the event or
circumstances constituting the Force Majeure and shall specify the obligations, the
performance of which is or will be prevented. The notice shall be given within 14 days
after the Party became aware, or should have become aware, of the relevant event or
circumstance constituting Force Majeure. The Party shall, having given notice, be
excused performance of its obligations for so long as such Force Majeure prevents it
from performing them. Notwithstanding any other provision of this Clause, Force
Majeure shall not apply to obligations of either Party to make payments to the other
Party under the Contract.
50.3 DUTY TO MINIMIZE DELAY
Each Party shall at all times use all reasonable endeavors to minimize any delay in the
performance of the Contract as a result of Force Majeure. A Party shall give notice to
the other Party when it ceases to be affected by the Force Majeure.
51.0 LABOUR
The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for their
payment, housing, feeding and transport.
The Contractor shall, if required by the Engineer of EPI, deliver to the Engineer of EPI a
return in detail, in such form and at such intervals as the Engineer of EPI may
prescribe, showing the staff and the numbers of the several classes of labour from time
to time employed by the Contractor on the Site and such other information as the
Engineer of EPI may require.
COMPLIANCE WITH LABOUR REGULATIONS:
During continuance of the contract, the Contractor shall abide at all times by all existing
labour enactments and rules made there under, regulations, notifications and bye laws
of the State or Central Government or local authority and any other labour law
(including rules), regulations, bye laws that may be passed or notification that may be
issued under any labour law in future either by the State or the Central Government or
the local authority. Salient features of some of the major laws that are applicable to
construction industry are given below. The Contractor shall keep EPI indemnified in
case any action is taken against EPI by the competent authority on account of
contravention of any of the provisions of any Act or rules made there under, regulations
or notifications including amendments. If EPI is caused to pay or reimburse, such
amounts as may be necessary to cause or observe, or for non-observance of the
provisions stipulated in the notifications/ byelaws/ Acts/ Rules/ regulations including
Signature of Contractor 27 of 63 EPI
amendments, if any, on the part of the Contractor, the EPI/Employer shall have the
right to deduct any money due to the Contractor including his amount of performance
security. The EPI/Employer shall also have right to recover from the Contractor any
sum required or estimated to be required for making good the loss or damage suffered
by the EPI / Employer. The employees of the Contractor in no case shall be treated as
the employees of EPI at any point of time.
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK:
a) Workmen Compensation Act 1923: - The Act provides for compensation in case of
injury by accident arising out of and during the course of employment. Gratuity is
payable to an employee under the Act on satisfaction of certain.
b) Payment of Gratuity Act 1972: - Conditions on separation if an employee has
completed 5 years’ service or more on death, the rate of 15 days wages for every
completed year of service. The Act is applicable to all establishments employing 10 or
more employees.
The Act Provides for monthly contributions by the Contractor plus workers @ 10% or
8.33%. The benefits payable under the Act are:
c) Employees P.F. and Miscellaneous Provision Act 1952:
I. Pension or family pension on retirement or death, as the case may be.
II. Deposit linked insurance on the death in harness of the worker.
III. Payment of P.F. accumulation on retirement/death etc.
d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to
women employees in case of confinement or miscarriage etc.
e) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for certain
welfare measures to be provided by the Contractor to contract labour and in case the
Contractor fails to provide, the same are required to be provided, by the Principal
Employer / EPI by Law. The Principal Employer / EPI is required to take Certificate of
Registration and the Contractor is required to take license from the designated Officer.
The Act is applicable to the establishments or Contractor of EPI, if they employ 20 or
more contract labour.
f) Minimum Wages Act 1948: - The Contractor is supposed to pay not less than the
Minimum Wages fixed by appropriate Government as per provisions of the Act, if the
Signature of Contractor 28 of 63 EPI
employment is a scheduled employment. Construction of Buildings, Roads, and
Runways are scheduled employments.
g) Payment of Wages Act 1936: - It lies down as to by what date the wages are to be
paid, when it will be paid and what deductions can be made from the wages of the
workers.
h) Equal Remuneration Act 1979: - The Act provides for payment of equal wages for
work of equal nature to Male and Female workers and for not making discrimination
against Female employees in the matters of transfers, training and promotions etc.
i) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing
20 or more employees. The Act provides for payments of annual bonus subject to a
minimum of 8.33% of wages and maximum of 20% of wages to employees drawing
Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/- per
month or above up to Rs.3500/- per month shall be worked out by taking wages as
Rs.2500/- per month only. The Act does not apply to certain establishments. The newly
set-up establishments are exempted for five years in certain circumstances. Some of
the State Governments have reduced the employment size from 20 to 10 for the
purpose of applicability of this Act.
j) Industrial Disputes Act 1947: - The Act lays down the machinery and procedure for
resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal
and what are the requirements for laying off or retrenching the employees or closing
down the establishment. It is applicable to all establishments employing 100 or more
workmen.
k) Industrial Employment (Standing Orders) Act 1946: - (employment size reduced by
some of the States and Central Government to 50). The Act provides for laying down
rules governing the conditions of employment by the Employer / EPI on matters
provided in the Act and gets the same certified by the designated Authority.
l) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade
unions of workmen and employers. The Trade Unions registered under the Act have
been given certain immunities from civil and criminal liabilities.
m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits employment of
children below 14 years of age in certain occupations and processes and provides for
regulation of employment of children in all other occupations and processes.
Employment of Child Labour is prohibited in Building and Construction Industry.
Signature of Contractor 29 of 63 EPI
n) Inter-State Migrant workmen's (Regulation of Employment & Conditions of
Service) Act 1979: The Act is applicable to an establishment which employs 5 or more
interstate migrant workmen through an intermediary (who has recruited workmen in one
state for employment in the establishment situated in another state). The Inter-State
migrant workmen, in an establishment to which this Act becomes applicable, are
required to be provided certain facilities such as housing, medical aid, traveling
expenses from home up to the establishment and back, etc.
o) The Building and Other Construction workers (Regulation of Employment and
Conditions of Service) Act 1996 and the Cess Act of 1996: - All the establishments
who carry on any building or other construction work and employs 10 or more workers
are covered under this Act. All such establishments are required to pay cess at the rate
not exceeding 2% of the cost of construction as may be modified by the Government.
The Contractor of the establishment is required to provide safety measures at the
Building or construction work and other welfare measures, such as Canteens, First- Aid
facilities, Ambulance, Housing accommodations for workers near the work place etc.
The Contractor to whom the Act applies should obtain a registration certificate from the
Registering Officer appointed by the Government.
p) Factories Act 1948: - The Act lays down the procedure for approval of plans before
setting up a factory, health and safety provisions, welfare provisions, working hours,
annual earned leave and rendering information regarding accidents or dangerous
occurrences to designated authorities. It is applicable to premises employing 10
persons or more with aid of power or 20 or more persons without the aid of power
engaged in manufacturing process.
The contractor should possess required valid electrical license for executing the
building electrification works and should have executed similar electrical works required
for the subject work.
The contractor should possess required valid license for executing the water
supply/sanitary Engineering works and should have executed similar water
supply/sanitary Engineering works required for the subject work.
Signature of Contractor 30 of 63 EPI
LIST OF APPROVED MAKES
CIVIL ITEMS:
Sl. No.
Description of Approved Material Approved Make
1 (a) Cement (OPC- Grade 43/53) Ultratech (L&T)/ Ambuja/ACC /Konark/ Birla
Gold/ Emami Double Bull/ /Lafarge
1 (b) White Cement JK White/ Birla White
2 Reinforcement Steel SAIL/ TISCON(TATA)/ VIZAG (RINL)
/JINDAL, ELECTROSTEEL
3 Structural Steel SAIL/ TISCON(TATA)/ VIZAG (RINL)
/JINDAL, ELECTROSTEEL
4. Glazed Ceramic Tile KAJARIA / JOHNSON/ SOMANI/ CERA
5. Ceramic Floor Tile KAJARIA / JOHNSON/ SOMANI/ CERA
6. Vitrified Tile KAJARIA / JOHNSON/ SOMANI/ CERA
8. Ply Wood, Shuttering Ply Conforming
to IS 303-1989 / IS 4990-1993
M/s. Century Plyboards (I) Ltd. / M/s. Green
Ply Industries Ltd.
9.
10. Fire Door Shakti Met-Door, Metaflex
11 Rolling Shutter Bengal Rolling Shutter, ' Standard',
'Swastik', 'Diana', 'Hercules',
12. Stainless Steel Section SAIL/ TATA
13. Stainless steel hardware for doors Dorma /Haffelle
14 Glazing Saint Gobain / Asahi Float Glass Ltd /
Hindustan Safety Glass Works Ltd. / Modi.
15.
Injection water proofing,
waterproofing coating, water
repellents Conc. Admixtures.
Plasticized PVC membrane of
waterproofing
Sika Qualcrete Ltd./ Structural
Waterproofing Co. / Pidilite Industries Ltd.
/ Fosroc / BASF. (The applicator has to
be certified by the water proof vendor)
16.
Synthetic Enamel Paints, Distemper,
Acrylic Emulsion Paints, Melamine
Coating , Aliphatic Acryl ate
I.C.I (I) Ltd. / Berger Paints (I) Ltd. /
Jenson & Nicholson (I) Ltd. / Asian Paints
(I) Ltd. / FOSROC Chemicals(I) Pvt Ltd .
17. Flush door ( Factory made ) M/s. Century Plyboards (I) Ltd. / Green ply /
Merino Industries
18.
Aluminium Sections and Extrusion
shall conform IS:733-1983 and
IS:1285-1975
HINDALCO / JINDAL
19. General Hardware
Signature of Contractor 31 of 63 EPI
a) Latches, hinges etc. GODREJ / DORMA / HAFFELLE
b) Locks , Flush bolt GODREJ / DORMA / HAFFELLE
c) Handles GODREJ / DORMA/ HAFFELE
d) Screw Nettlefold / GKW / ND
e) Door Closure GODREJ / DORMA/HAFFELE
f) Floor Spring GODREJ / M/s. EVERITE Agencies Pvt.
Ltd. / M/s. Garnish
g) Aldrop ISI Marked
h)Tower bolt ISI Marked
I ) PVC Buffer block ISI Marked
J) Door Stopper ISI Marked
k) Patch fittings for toughened glass Dorma Systems
20.
Laminates DECOLAMǁ (Bakelite Hylam Ltd.) /
MERINOǁ (Century Laminating Co.
Ltd.)./ GREENLAM (GREEN PLY )
21 Kota stone ( Bluish grey/ Green ) Premium
22
Waterproof Adhesive for Tile / Slab
fixing to wall or floor
Terraco India (P) Ltd. / M/s. Pidilite
Industries Ltd. / M/s. Roffe Construction
Chemicals Pvt. Ltd.
23
Sealant Rhodorsil-33, Pidiseal A-11 & B-11 : M/s.
Pidilite Industries Ltd., Techseal RDL-600,
Techseal RDL- 940, Techseal RDL-1000 :
M/s. Choksey Chemical (P) Ltd. Roffseal :
M/s. Roffe Construction Chemicals Pvt. Ltd.
or Fosroc ., Sikk Polysulphide/ Dr. Fixit
Pidiseal PS (42 P) MYK.
24
Tile Jointing Materials ―Rainbow Tile Mate – HDǁ
(M/s. Roffe construction Chemicals Pvt.
Ltd.).
―Terragroutǁ (M/s. Terraco India (P)
Ltd.). or Fosroc
25 Decorative Ply (Teak / Cedar /
Mahegony /Walnut Veneer)
M/s. Century Plyboards (I) Ltd. / GREEN
PLY
26 Cement Based Exterior Textured ICI ( I ) Ltd / Asian Paints / Berger Paint (I)
Signature of Contractor 32 of 63 EPI
Paint Ltd ./ Jenson & Nicholson
27 Glass Mosaic tiles Shon, Kent , Bisazza
28
Glass for structural glazing & canopy
(Coloured Reflective toughened
glass)
Saint Gobain / Hindustan Pilkington/ Ashai
float glass .
29 Silicone Sealant GE/Dow Corning
30. Aluminium composite panel Aluco bond ,Aludecor , Alstrong
31. MS Conduit pipe BEC /SUPREME/ AKG
32. PVC Conduit pipe PLAZA/PRECISION/POLYCAB/AKG/
Arkaylite/ Havells, JUVAS
33. Pre-constructional Anti-termite
( Chloropyriphos )
Pest Control India or approved by Engineer-
in- charge
34. Cement Primer ICI / BERGER / ASIAN PAINTS/ JENSON &
NICHOLSON
35. Textured Paint ICI / BERGER / ASIAN PAINTS/ JENSON &
NICHOLSON
36. Waterproofing acrylic emulsion
exterior grade paint
ICI / BERGER / ASIAN PAINTS/ JENSON &
NICHOLSON
37. Acrylic Polymer waterproofing coat SIKA / FOSROC / PIDILITE / ROFFE/ BASF
38. Expanding grout admixture SIKA / FOSROC / PIDILITE / ROFFE/ BASF
39. Integral waterproofing compound SIKA / FOSROC / PIDILITE / ROFFE
40. Waterproofing admixture SIKA / FOSROC / PIDILITE / ROFFE
41. Plasticizer SIKA / FOSROC / PIDILITE / ROFFE
42 APP Modified Bituminous membrane SIKA / FOSROC / PIDILITE / ROFFE
43 Aluminium anodized louver HUNTER DOUGLAS
44 Structural glazing JINDAL/HINDALCO .
45 Stainless steel handrail with baluster GODREJ / DLINE
Signature of Contractor 33 of 63 EPI
46 Floor hardener Ironite / Feronite
WATER SUPPLY, SEWERAGE & DRAINAGE
Sl.
No. Description of Approved Material Approved Brand / Manufacturer
1. G.I. Pipes - medium class (As per
15- 1239, P - I )
TATA/JINDAL
2.
G.I. Pipe fittings (as perIS-1239, P -
II) ; of material with Galvanised Cast
Iron Fillings, with material code
conforming to IS- 1879
HB'/ "NB' /"ZOLOTO"/Leader / -"JSI" fittings
ISI approved Heavy
3. C.P. on brass fittings
CP Bib cock JAQUAR-Continental /CERA /ESSCO‗-
Delux‘ or ‗sumthing special‘/
―Marcǁ/―Hindwareǁ or as approved by
CP 'Long Nose' /or' Long Body' Bib
cock
- Do -
CP Angle valve - Do -
CP 'Concealed' Stop cock 'Heavy'
type with adjustable CP wall Flange
- Do -
CP Shower Rose - Do -
4.
Bronze /Gun metal-body
―Pressure- Releaseǁ valve with
threaded screwed ends, class (PN-
1.0) / or (PN-1.6) class
―Zolotoǁ- 1040A / Leaderǁ/ ―Santǁ /
―Neta
5. Gun metal body Ball Float valve with
PVC (High pressure) Ball Float
Zolotoǁ / Leaderǁ/ ―Santǁ / ―Neta
6.
15 mm dia. PVC Connector pipe
with Symet nuts at both ends. - ( for
Wash Basin Pillar tap &W.C. &Urinal
- Cistern connections)
PRAYAG or as approved by ENGINEER-IN-
CHARGE
7. Wall Outlet Connection Flexible Pipe
- 15mm dia
"Jaquar" / ―Esscoǁ/ ―Hindwareǁ
8.
Bronze /Gun metal-body Gate valve
with threaded screwed ends, "Non-
rising Spindle" type (PN-1.0) / or (PN-
1.6) class
Sant / ―Leaderǁ / ―Zolotoǁ-for Bronze
body / ―Netaǁ / SBM – ―Peglarǁ type
Signature of Contractor 34 of 63 EPI
9. Bronze -body Globe valve with
'BSPT(F), threaded screwed ends,
"Non-rising Spindle" type (PN-1.0)
Valves of 'Zoloto', or 'Sant' or as approved by
ENGINEER-IN-CHARGE.
10.
CI body Gate /Sluice valve with
flanged ends rising Spindle" type (PN-
1.0) / or (PN-1.6) class
Sant‘ / Zoloto‘/Leader / Hawa‘
11. Pump for water supply. 'Willo'/ ǁKSBǁ / ―CRIǁ /
―Grundfosǁ/DP.pump
12. CP Urinal Spreader-15mm (for Urinals
only)
for all Toilets :- Hindware / "Parryware" or as
approved by ENGINEER-IN-CHARGE.
13.
Soil, waste & vent pipes / and Pipe
Fittings & Specials :- C.I. Centri cast
(as per 15- 3989)
'NECO' / 'HEPCO' / 'KAPILANSH DHATU
UDYOG (P) L TD.'
14. C.P. on brass fittings JAQUAR/ESSCO‗-Delux‘/Marc /Hindware
/CERA/
15.
C.P. on brass fittings C.P. Waste
Coupling, ii) C.P. Bottle Trap, iii) C.P
Robe Hook, iv) C.P. Towel Rail. v) CP
Two way Bib Tap
JAQUAR/ESSCO‗-Delux‘/Marc/Hindware
/CERA
16. CP Toil. Paper Holder - Do -
17. CP Towel Ring - Do -
18 CP Soap Dish Holder - Do -
19. CP Bottle Trap with CP wall
connection Pipe
- Do -
20. Sanitary Fixtures & Fittings
CP Robe Hooks - Do -
CP "Two-way" Bib cock - Do -
CP Shower Rose - Do -
21. Rigid PVC (Concealed) Waste
pipe, [Schdl.-40], (as per ASTM D
1785)- (concealed or exposed)
Supreme / Oriplast / Finolex/ Utkarsh
Signature of Contractor 35 of 63 EPI
22. Rain Water Pipe Fittings :- 'Sand cast
Iron' -"SWR" class, as per (IS: 1792)
DO
23. ‗Salem‘ Stainless Steel Sink as per
AISI 304 (18/8) conforming to I.S.-
13983
"Hindware" "Hafele" '''Nirali' , 'Parryware'
24. Stone- Ware Pipes, and S.W. Pipe
Fittings
Sonali / GINNI / NIRALI / Hind
25. C. I. Manhole Cover ( I.S. - 1726)
- "Medium" or "Heavy" Grade' (Light
duty only on Oil/Grease Trap
NECO' / 'HEPCO'/ Swastika / ‗BPL‘/ ―BICǁ.
26. NP-2 class R.C.C. Pipes and Pipe
Fittings (i.e., RCC Collars etc.)
Eastern Spuncrete / ‗West Bengal
Concrete Industries (P) Ltd. /‗HINDUSTAN‘/
‗SUR‘./ or equivalent ISI approved Make.
27. Stone- Ware Gully Trap Sonali / GINNI / NIRALI / Hind / or equivalent
ISI approved make.
28. C. I. Grating- (Over Catch Pit I Yard
Gully Chamber), (I.S. - 1726) -
"Medium" or "Heavy" Grade
NECO' / 'HEPCO' / ‗BPL‘/ǁKapilansh
Dhatu Udyogǁ
29. Rain Harvesting Pump/ Agriculture
Pump of required capacity -.
'Willo'/ ǁKSBǁ / ―CRIǁ / ―Grundfosǁ/ DP
pumps/
30.
"Enclosed" Analogue type Water
Meter ("Bulk" Type), conforming to
IS- 2373 with Calibration Certificate,
including all necessary accessories.
"Dashmesh" / 'Kaycee" / "Capstan"/ ―Kentǁ.
31.
Bronze body "Parallel Slide" 'Blow-
off valve ("Spring loaded, blow-off
pressure sellable" type), with flanged
ends, also with matching Flanges
(PN-1.0) / or (PN- 1.6) class
Zoloto‘ / Sant –make / Leader.
32. Air-Release Valve Zoloto‘ / Sant –make / Leader.
Bronze body "Parallel Slide" 'Blow-
off valve ("Spring loaded, blow-off
pressure sellable" type), with flanged
ends, also with matching Flanges
(PN-1.0) / or (PN- 1.6) class
Signature of Contractor 36 of 63 EPI
Bronze / Gun metal -body Ball valve
with 'BSPT(F), threaded screwed
ends, "quarter turn Lever operated"
type (PN-1) / or (pN- 1.6) class
Valves of Bronze body :-'Leader', 'Zoloto' –
Metal only:- Sant make / Leader.
33. Gaskets-CAF 'Full face' conforming to
IS- 2712, Gr.- C; (3mm thick)
"Klinger" / "Permanite" / "Champion".
34. CPVC and uPVC and HDPE pipe
including fittings
Ori-Plast /Suprim/Alom
35.
Pressure Reducing Valve , Blow-
offǁ VALVE : Bronze / Gun metal
Body,: Bronze/Gun metal Body, Non-
Return Valve (N.R.V) : C.I. Body
Zoloto, / "Sant" / ―Leaderǁ / ―Amcoǁ/ ―Hawaǁ)
36.
Sanitary wares (Vitreous chinaware):-
i) W.C. - (Indian type/ European Type)
- with'S' / 'P' - Trap - Floor mounted
type, without PVC Flushing Cistern
ii) Wash Basins - "Flat-back" type
rectangular pattern with ―Esscoǁ CP
Pillar Tap / or ―Swan neckǁ type
Mixer
Hindware,/ ―Parryware/ ―CERA / KOHLER
37.
Wall Mirror 6mm thick 'Modiguard' / 'Ashai' / or
equivalent as approved by ENGINEER-IN-
CHARGE, with 12mm thick hard-board
backing
38. W.C.:- Floor mounted
"Pedestal" type- W.C. -
'Hindware- /'Parryware'/'Cera' :-
39. Wash Basin 'Hindware- /'Parryware'/ 'Cera'
40. For WC flushing :- PVC 'Low-level'
"Dual- Flush" Cistern
Hindware' "SLEEK" or equivalent Parryware or
'Cera' Model.
ELECTRICAL ITEMS:
Sl. ITEM APPROVED MAKES
1 Diesel engine CUMMINS / CATERPILLAR / KIRLOSKAR
2 Alternator KIRLOSKAR / STAMFORD / AREVA
3 LT Cable termination materials DOWELLS / COMET / LOTUS
Signature of Contractor 37 of 63 EPI
4 Air Circuit Breaker SCHNEIDER / ABB / L&T
5 MCCB / Contactor SCHNEIDER / ABB / L&T
6 MCB Distribution Board SCHNEIDER / ABB / L&T
7 MCB / RCCB / RCCBO SCHNEIDER / ABB / L&T
8 Power Factor Correction Relay SCHNEIDER / / L&T/EPCOS
9 Power Factor Correction Capacitors SCHNEIDER / EPCOS / L&T
10 Relays SCHNEIDER / SIEMENS / L&T
11 Meters SCHNEIDER /ENERCON/ AEI
12 Ammeter/Voltmeter selector switch L&T/ KAYCEE / SALZER
13 Indicating Lamp SCHNEIDER /SIEMENS/VAISHNO/ L&T
14 Push Buttons / Indicating Lamps SCHNEIDER /L & T (RISHAB) / SIEMENS
15 CT KAPPA / AUTOMATIC ELECTRIC / BCH
16 L. T. Power, control and signal cable HAVELLS / POLYCAB / CRYSTAL
17 Cu. Wires MESCAB / FINOLEX /HAVELLS
18 M.S. Conduit JINDAL / TATA / GST
19 PVC conduit & Accessories ISI Marked
20 Industrial Power Socket Outlets SCHNEIDER / ABB / L&T
21 Switches and Sockets modular type LEGRAND / CRABTREE / L&T
22 Lighting Fixture WIPRO / CG / PHILIPS
23 Wall/ Ceiling / Exhaust Fans USHA / CROMPTON / HAVELLS
24 Ductable Split Units LG / PANASONIC / CARRIER
25 Wall Mounted Split Unit LG / PANASONIC / CARRIER
26 Cable Tray FABRICATED / LEGRAND
27 EPABX UNIFY / CISCO / AVAYA
28 RJ 11 SOCKET LEGRAND/L&T/SCHNEIDER
29 RJ 45 SOCKET LEGRAND/L&T/SCHNEIDER
30 LAN Cable & Accessories HAVELLS / POLYCAB / CRYSTAL
31 UPS ETON/EMERSON
32 CCTV CAMERAS L&T/SCHNEIDER/ABB
Signature of Contractor 38 of 63 EPI
33 PA SYSTEM along withall
accessories
BOSCH / HONEYWELL
34 TRANSFORMER VOLTAMP / SCHNEIDER /
35 HT BREAKER SCHNEIDER/ABB/L&T
36 HT XLPE CABLE HAVELLS / POLYCAB / CRYSTAL
37 11 KV RUBBER MAT ISI MARKED
38 11 KV HAND GLOVES ISI MARKED
39 ELECTRONIC LIGHTING PROLITE/
40 Fan Havells, Crompton, Bajaj
41 LED Lights Havells, Crompton, Bajaj,Surya
FIREFIGHTING MAKES
Sl. No. Description of
Approved Material/Item Approved Make
1 Relays Siemens / Schneider / L & T
2 Meters IMP / Neptune
3 Ammeter/Voltmeter selector switch Kaycee / Salzer / AE
4 Indicating Lamp Siemens/ Schneider
5 Wires (copper conductor) Mescab / Polycab/ Havells/ Nicco / Gloster
6 MCCB Siemens/ Schneider / L & T
7 CT Kappa
8 MS-Black Main Pipes-Hydrant
ERW (IS-1239) Butt weldable
/threaded IS:1239Part-I (Heavy)
JINDAL / TATA/ Nezone /Skipper‘
9 Gate valve(IS:210,GR-210) , Crawlie & Ray /Leader /Intervalve/Sant/
Zoloto/L&T Kirloskar/
10 Butter fly valve in C.S. lever /
Wheel operated to be fitted
between flanges, PN- 1.0 BS-5155
11 Foot Valve with Strainer as per IS-
4038
12 Sluice / Gate Valve.
13 N.R.V.
14 R.C.C. pipes (NP-3 Eastern Spuncrete / W.B. Concrete
Industries Pvt. Ltd./ Hindustan
Signature of Contractor 39 of 63 EPI
15 Hydrant Valve IS-5290 Fire Shield /Minimax, Surex –all ISI marked
16 CP fire Hose with G.M. Nozzle. FireShield /Minimax, Surex – all ISI marked
17 Pressure Gauge FireShield /Minimax, Surex – all ISI marked
18 Hose Box FireShield /Minimax, Surex – all ISI marked
19
Fire Extinguishers
D.C.P.- 5 Kg.- including MS fastening
Clamps for mounting on alls/columns
CO2 4.5 Kg.- including MS fastening
Clamps for mounting on alls/columns
Water CO2 including MS fastening
Clamps for mounting on alls/columns
A B C – Powder type (Mono
Ammonium Phosphate base) - cluding
MS fastening Clamps for mounting on
walls/columns
Fireshield /Protector/ /Surex /Minimax-all ISI
approved
20 Pump BE Pumps/Kirloskar/KSB/ SAM TURBO
/WPIL /Grundfos or Equivalent 21 Y‘-strainer Kirloskar/Leader/ Sant /Zoloto
22 Pressure Release Valve Kirloskar/Leader/ Sant /Zoloto
23 Fire Sprinklers (both pendent & Up-
Right type)
‗TYCO‘ / ‗VIKING‘ / ‗Omex‘ / ―Centralǁ-
ELO 16/ Crawlie & Ray
24 FIRE ALARM PANEL DETECTORS 3
MODULES/ MCP (system sensor)
HONEYWELL-ESSER, Notifire, Simplex,
Morley- Edward 25 RESPONSE INDICATOR Approved matching Brand.
26 CABLE Finolex or equivalent
27 PVC CONDUIT Ori-Plast or other equivalent
28 FIRE ALARM PANEL HONEYWELL-ESSER,
29 Smoke Detector Siemens/Esser/Tyco
30 Heat Detector Siemens/Esser/Tyco
31 Manual Call Box ISI Approved Make
32 PC HP/Dell
33 Pressure Switch Indfoss ,/ Switzer
34 Lift OTIS/KONE/JOHNSON
All material must conform to relevant BIS specifications.
Signature of Contractor 40 of 63 EPI
CODES & STANDARDS.
All the systems and equipment’s within the scope of this tender shall be of reputed proven
makes, designed and manufactured in accordance with the stipulations of latest versions of
Indian Codes. When equipment is offered conforming to standards other than those listed
below, it shall be clearly brought in notice of engineer in charge.
S.
No IS Code Description
1 IS:1646 Code of practice for fire safety of building (general), Electrical
Installations.
2 IS:1648 Code of Practice for fire safety of buildings (general), Fire Fighting
Equipment and its Maintenance.
3 IS:3034 Code of Practice for Fire of Industrial Buildings, Electrical Generating and
Distributing Stations.
4 IS:884 First Aid Hose Reel for Fire Fighting ( For Fixed Installations).
5 IS:2171 Portable Fire Extinguisher, Dry Powder Type
6 IS:2878 Portable Fire Extinguishers, CO2 type.
7 IS:1239 Part - I : Mild Steel Tubes (upto 150mm).
Part - II : Mild Steel tubulars and other wrought steel pipe fittings.
8 IS:778 Gunmetal gate, globe and check valves for general purposes.
9 IS:13095 Butter Fly Valve
10 IS:14846 Sluice Valve for water works purposes (50 to 1200mm size) –
Specification.
11 IS:5312 Swing Check type Reflux (Non-Return) Valves.
12 IS:940 Portable Fire Extinguisher ,Water CO2 Type.
13 IS:10204 Portable Fire Extinguisher, Foam Type.
14 IS:2190 Code of practice for selection, installation and maintenance of portable
First - Aid Fire Appliances.
15 IS:1520 Horizontal Centrifugal Pumps for clear, cold and fresh water.
Signature of Contractor 41 of 63 EPI
16 IS:5290 Landing / Hydrant Valve
17 IS:8423 Controlled Percolation Hose for fire fighting.
18 IS:903 Fire Hose Delivery Couplings, Branch Pipe, Nozzles & Nozzle spanner.
19 IS:2062 Structural Steel (Fusion / Welding Quality ).
20 IS:325 Three Phase Induction Motor.
21 NBC National Building Code, Chapter – IV (Amendment No.3, January 1997).
22 IS:2189 Code of practice for selection, installation and maintenance of Automatic
Fire Detection and Alarm System.
23 IS:732 Code of practice for electrical wiring installations
24 IS:2217 Recommendations for providing first aid fire fighting arrangements in
public buildings.
25 IS:3844 Code of practice for installation of internal fire hydrant in multi-storeyed
buildings.
26 IS:3589 Mild Steel Tubes (200mm and above).
Signature of Contractor 42 of 63 EPI
TECHNICAL SPECIFICATIONS The Technical Specifications provided herein for Pradhan Mantri Awas Yojana (Urban) (PMAY (U)) are as per NBC, IS 456, IS 800 and other relevant IS codes. In the absence of any definite provisions on any particular issue in the aforesaid specifications, reference may be made to the specifications of Affordable Housing Policy of Government of Jharkhand which provides the specifications of various items of works which may be taken as minimum and any item of lower specifications shall not be allowed. The Government of Jharkhand is committed to provide specification in line with the aforementioned policy, if not better, as indicated in the technical specifications given herein. 1. Excavation Measurement: The quantities set out for excavation and its subsequent disposal shall be deemed to be the bulk before excavating and no Allowance made for any subsequent variation in bulk or for any extra excavation unless otherwise shown on the drawing quantity of excavation shall be measured on the basis of vertical excavations required for the nominal concrete dimensions of The structural members of foundations. Lean concrete shall not be construed as structural concrete.
Quantities of excavation for service line trenches shall be measured for payment on the basis of vertical excavation faces for the specified with as shown on the drawing. Measurement for acceptably completed excavation work shall be made on the basis of number of cubic metre of material excavated for foundation and services trenches as shown on the drawing or as directed by the engineer- in –charge.
2. Dewatering : The contractor shall ensure that the excavation and the structures are free from water during construction and shall take all necessary precautions and measures to exclude the ground/ rain water so as to enable the works to be carried out in reasonably dry conditions in accordance with that construction program. Sump made for dewatering must be kept clear of the excavation/ trenches required for further work. The method of pumping shall be approved by engineer -in-charge, but any case, the pumping arrangement Shall be such that there shall be no movement of subsoil or blowing in due to differential head of water during pumping. Pumping arrangements shall be adequate to ensure no delay in construction. The de watering shall be continue for atleast 7 days after the last pour of the concrete. The contractor shall however, ensure that no damage to the structure results on stopping of dewatering.
The contractor shall study the subsoil condition carefully and shall conduct any test necessary at the site with the approval of the Engineer in charge to test the permeability and Drainage conditions of the subsoil for excavation, concreting etc. below the ground level.
The scheme for dewatering and disposal of water shall be approved by the engineer in charge. The contractor shall Suitably divert the water obtained from dewatering from such areas of site where are built up of water in the opinion of the engineer in charge obstructs the progress of the work, leads to unsanitary conditions stagnation, retard , the speed of construction and is detrimental to the safety of men, materials, structures and equipments.
Signature of Contractor 43 of 63 EPI
The Contractor’s rate shall be considered inclusive of cost of dewatering required, if any and no extra rate shall be payable on this account.
3. Reinforcement Cement Concrete: RCC Comprises of formwork, reinforcement and concrete.Payment of reinforcement cement concrete Shall be item wise as specified in the BOQ. Concrete shall be classified by its compressive strength at the 28 day. The concrete date shall be as designated in table 2 of IS 450 -2000.
Bill of quantities Shall specify various types of concrete aimed to be used in the project. It shall be the contractor’s responsibility to carry out design mixes and approval of the Engineer in charge. well in advance of the actual pouring of concrete at the site in the permanent works
The basic aim of mix design shall be to find the most economic proportion of cement, aggregate and water which will give the desired target mean strength of concrete, workability and durability for a specified grade of concrete. also it is important that the mix should be easily workable with the help of equipment available at site the operations involved are measurement of material, their mixing, placing, compacting, finishing required and curing. The design shall be carried out strictly to IS specifications and IS code of practice namely IS 456-2000 SP -23-1982.
In order to ensure that not more than the specified proportions of test results are likely to fall below the characteristic strength, the concrete mixed has to be designed for higher average compressive strength for a specified grade of concrete and the same is defined a target mean strength.
4. Foundation & Plinth Reinforcement Steel: High corrosion resistance Fe 500/TMT bars conforming to IS 1786:2008 reinforcement steel to be used. Plinth filling: The plinth shall be filled with excavated soil (excluding clayey/black cotton soil) or new soil in layers not exceeding 15 cm or river/ local sand used for plinth filling e.g. Ganga sand, etc (including watering/ ramming for proper compaction). 5. Water proofing(APP) on roof slab and chajjas Atactic Poly-propylene Polymer (APP) modified prefabricated five layer 3mm thick water proofing membrane, black finished, reinforced with non- woven polyester matt consisting of a coat of bitumen primer for bitumen membrane @ 0.40 litre/ sqm shall be provided on roof slab and chajjas for water proofing. 6. Brick work in foundation and superstructure 6.1 In Foundation/Plinth Red brick masonry work (brick conforming to 75 A) of required thickness as per design shall be used in foundation in 1:6 cement mortar (with Ordinary Portland Cement (OPC) Grade 43/ Portland Slag cement). The brick work in external walls shall be laid over sand filling followed by PCC in 1:4:8 of 100 mm thick. The depth of this wall in plinth (upto plinth band
Signature of Contractor 44 of 63 EPI
level) shall be got approved by Engineer-in-charge; however, this depth shall be 450 mm unless until stated otherwise. Alternately, R.C.C band at ground level in M-20 concrete can be provided over which the red brick masonry work can be done upto plinth level. 6.2 In superstructure (including parapet wall) Fly Ash brick masonry work (Bricks conforming to IS 12894 of 2004) shall be used in outer walls of superstructure in 1:6 cement mortar (with Ordinary Portland Cement (OPC) Grade 43/ Portland Slag cement). The outer wall shall be of full brick size (230 mm). The inner wall shall be in pre-cast concrete hollow blocks (150/100 mm), conforming to IS 2185 Part-I: 2005. 6 mm dia. mild steel Reinforcement shall be provided at every 4th course (embedded in cement mortar or otherwise) in the pre-cast concrete hollow block masonry work. The parapet wall over roof slab on the periphery will be in full brick size (230 mm) laid in 1:4 cement mortar (with Ordinary Portland Cement (OPC) Grade 43/ Portland Slag cement). 7. Plastering work (Internal and external) 7.1 Internal wall plaster: 12mm thick cement plaster in 1:6 cement mortar (with Ordinary Portland Cement (OPC) Grade 43/ Portland Slag cement) with clean coarse sand of FM 1.5, in single layer. 7.2 External wall plaster: 20 mm thick cement plaster in 1:4 cement mortar (with Ordinary Portland Cement (OPC) Grade 43/ Portland Slag cement) with clean coarse sand of FM 1.5, in single layer. Cement punning shall be provided of 1.5mm thick upto plinth band level in all building immediately after external plaster. 7.3 Ceiling plaster: 6 mm thick cement plaster in 1:3 cement mortar (with Ordinary Portland Cement (OPC) Grade 43/ Portland Slag cement) with clean coarse sand of FM 1.5, in single layer. 7.4 Plaster in Chajjas: 6 mm thick cement plaster in 1:3 cement mortar (with Ordinary Portland Cement (OPC) Grade 43/ Portland Slag cement) with clean coarse sand of FM 1.5, in single layer with suitable rain cuts along three edges of the chajja. The raincuts should be prepared with proper plastering (beat work) instead of simply pointing work. 7.5 Plastering with cement mortar (as mentioned above/ BOQ) one coat to walls inside at
all heights, floated hard and trowelled to get a smooth finish, provision of grooves/mesh as
Signature of Contractor 45 of 63 EPI
desired by the engineer-in-charge in joints or where ever required, provision of scaffolding/staging to complete the works, at any height, including the surface preparation, curing etc. complete to the satisfaction of the Engineer –in Chrage or the authorized person of EIC.
7.6 The rate for plastering also includes, the precaution works as follows to avoid any
cracks in plastering in joints,
a. Any cracks which appear in the surface and all portions which sound hollow when
tapped, or are found to be soft or otherwise defective, shall be cut out in rectangular
shape and redone as directed by the Engineer-in-Charge.
b. When ceiling plaster is done, it shall be finished to chamfered edge at an angle at its
junction with a suitable tool when plaster is being done. Similarly when the wall plaster
is being done, it shall be kept separate from the ceiling plaster by a thin straight groove
not deeper than 6 mm drawn with any suitable method with the wall while the plaster is
green.
c. To prevent surface cracks appearing between junctions of column/beam and walls, if
required,chicken wire mesh should be fixed with U nails before plastering the junction,
as per the direction of Engineer-in-charge. The plastering of walls and beam/column in
one vertical plane should be carried out in one go. No extra cost or payment shall be
made for providing and fixing chicken wire mesh with U nails separately.
8. Cement punning Cement punning shall be done over slab (wardrobe shelf of rooms and slabs below kitchen deck slab) which will be 1.5 mm thick with Ordinary Portland Cement (OPC) Grade 43/ Portland Slag cement). 9. Plain Cement Concrete: Plain cement concrete or mud mat of 1:4:8 (one OPC cement of grade 53, four sand of FM 2.5-3.0, eight aggregates of metal grade III: 50-25 mm) shall be used below footing, wherever required. Plain cement concrete of 1:3:6 (one OPC cement of grade 53, three sand of FM 2.5-3.0, six aggregates of metal grade III: 50-25 mm) shall be used below flooring, below bottom reinforced concrete slab of septic tank etc, wherever required as directed by EIC. 10. Reinforcement Fe500 confirming to IS 1786:2008 High corrosion resistant -TMT Bars of TISCON (TATA), SAIL, JINDAL, VIZAG (RINL) or Electro-steel.
Signature of Contractor 46 of 63 EPI
11. Flooring, Skirting and Dado Sub-Base for Flooring in Ground floor In ground floor before flooring 75 mm local sand shall be filled and properly rammed after providing adequate water OMC for proper compaction. Over this sand layer, one flat brick soling with 75A bricks shall be provided and the joints filled with local sand. Over the flat brick soling 100 mm thick PCC 1:3:6 of M10 Grade shall be provided which will form the sub-base for flooring in the ground floor. Floor Tiles of bedroom, hall, living room, balcony and passage/ lobby Vitrified floor tiles 600mm X 600mm X 8mm thick conforming to IS: 15622/ISO 13006, of approved make, colour and shades, laid on 20mm thick 1:4 cement mortar (1 cement : 4 coarse sand) including pointing the joints with white cement mixed with matching pigment etc., shall be provided in floor of bedroom, hall, living room, balcony and passage/ lobby. Skirting of similar material of 150 mm height shall be provided. APP over sunken slab in Bath/ Toilet Atactic Poly-propylene Polymer (APP) modified prefabricated five layer 3mm thick water proofing membrane, black finished, reinforced with non- woven polyester matt consisting of a coat of bitumen primer for bitumen membrane @ 0.40 litre/ sqm needs to be provided in Sunk slab of Bath/ Toilet for water proofing. Fill Material- Before laying Floor tiles in bath/toilet the space between sunken slab and floor need to be filled by lightweight materials with negligible pores such as fly ash etc. Floor of Kitchen and Bath/ Toilet Ceramic antiskid tiles in floor of size 300mm X 300mm X 6mm thick conforming to IS : 15622, in approved make, colour, shade laid on 20 mm thick Cement Mortar 1:4 (1 cement : 4 coarse sand) including pointing the joints with white cement mixed with matching pigment etc., shall be provided in floor of Kitchen and Bath/ Toilet. Dado/ Wall Tile Work in Kitchen and Bath/ Toilet In Kitchen- The skirting will be 150mm high and will be of the same material of which the floor has been provided in the kitchen. In dado, ceramic glazed tiles of size 300mmX300mm X 6mm thick conforming to IS: 15622, in approved make, colour, shade laid on 12 mm thick Cement Mortar 1:3 (1 cement : /3 coarse sand) including pointing the joints with white cement mixed with matching pigment etc., complete shall be provided upto a height of 600mm above kitchen counter top all along the adjacent wall of the kitchen counter top including window sill and window side wherever applicable. In Bath/ Toilet- In dado of Bath/ Toilet, ceramic glazed tiles of size
Signature of Contractor 47 of 63 EPI
300mmX300mm X 6mm thick conforming to IS : 15622, in approved make, colour, shade laid on 12 mm thick Cement Mortar 1:3 (1 cement : /3 coarse sand) including pointing the joints with white cement mixed with matching pigment etc., complete shall be provided upto a height of 2 m from floor level in all walls of bath/toilet. Floor of Staircase Kota stone of minimum thickness 25mm shall be used for flooring in risers and treads of steps, skirting and/ or pillar laid in minimum 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the kota stone including rubbing and polishing complete. Single stone is to be used for riser and treads of steps and the size of kota stone should be chosen such there should be no horizontal joints in the skirting of the stairs. The height of the skirting should be such that from the outer edge of the tread the skirting should be atleast 150mm in height. The upper edge of the skirting should be in straight line. 12. Doors and Door Frames Pressed steel door frames conforming to IS: 4351, manufactured from commercial mild steel sheet of 1.60 mm thickness, including hinges, jamb, lock jamb, bead and if required angle threshold of mild steel angle of section 50x25 mm, or base ties of 1.60 mm, pressed mild steel welded or rigidly fixed together by mechanical means, including M.S. pressed butt hinges 2.5 mm thick with mortar guards, lock strike plate and shock absorbers as specified and applying a coat of approved steel primer after pre-treatment of the surface all complete. Two coats of synthetic enamel paint of approved shade and make over steel door frame surface after cleaning the surface thoroughly shall be provided. The frame shall be fixed with adjustable lugs with split end tail to each jamb. External Doors: Minimum 30mm thick solid core type non-decorative single leaf flush shutter conforming to IS 2202-1 (1999) with black board core blended with high quality phenol formaldehyde synthetic resin both side commercial veneeres of standard make for external doors. Internal Doors: Minimum 25mm thick flush door shutters non decorative type, conforming to IS : 2202 (Part 1), interior grade, commercial type, core of block board construction with frame of first class hard wood and well matched commercial ply veneering with vertical grains, cross bands and face veneers on both faces of shutters. The doors in the bath/ toilet will be provided with aluminum metal sheet all over its face in inner side. There will be no painting on the inner side of the bath/ toilet door however, two coats of primer with anti-termite solution mixed suitable shall be provided. Both external and internal doors will include hinges, should be all complete with ISI Mark Powder coated (minimum thickness of powder coating 50 micron). Aluminum Door fittings namely Tower Bolt: 150 x 10 mm, Sliding Pad Bolt: 250 x 16mm, Handle: 125 mm and Floor Door Stopper: Single Rubber Stopper.
Signature of Contractor 48 of 63 EPI
Painting: Two coats of synthetic enamel paint over one coat of wood pink primer of approved shade and make over new wooden surface after cleaning and smoothening of wooden surface with sand papers of appropriate numbers all complete. Fire Door and Door Frame in Fire Staircase: Fire resistant door frame shall be provided in fire staicase of section 50 x 60 mm on horizontal side & 35 x 60 mm on vertical sides having built in rebate made out of 1.6 mm thick GI sheet ( Zinc coating not less than 120gm/m²) suitable for mounting 120 min Fire Rated Glazed Door Shutters. The frame shall be filled with Mineral wool Insulation having density min 96Kg/m³. The frame will have a provision of G.I. Anchor fasteners 14 nos ( 5 each on vertical style & 4 on horizontal style of size M10 x 80 ) suitable for fixing in the opening along with Factory made Template for SS Ball Bearing Hinges of Size 100x89x3mm for fixing of fire rated glazed shutter. The frame shall be finished with a approved fire resistant primer or Powder coating of not less than 30 micron in desired shade. 60 mm thick glazed fire resistant door shutters in fire staircase of 120 min fire rating confirming to IS:3614 (Part II) or EN1634-1:1999, tested and certified as per laboratory approved by Engineer-in-charge, with suitable mounting on door frame, consisting of vertical styles, top rail & side rail 60 mm x 60 mm wide and bottom rail of 110 mm x 60 mm made out of 1.6mm thick G.I. sheet (zinc coating not less than 120gm/m²) duly filled mineral wool insulation having density min 96 kg/m³ and fixing with necessary stainless steel ball bearing hinges of size 100x89x3mm of approved make, including applying a coat of approved fire resistant primer or powder coating not less than 30 micron. 13. Windows, Ventilator and Associated Grill Aluminum work for windows and ventilators with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of approved dia and size; including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/neoprene gasket etc. Aluminum sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminum snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. Including Glazing, paneling and dash fasteners. Powder coated Aluminum sections shall be used (minimum thickness of powder coating 50 micron) with float glass panes of minimum 4.0 mm thickness. The aluminum plate wherever used of 1.5mm thickness. M.S. grill made of 20mm x 6mm M.S. flat or 10mm square bar with minimum 18 Kg per sqm as per approved drawing, properly fabricated with joints continuous fillet welded and finished smooth or as approved by Engineer In charge for windows & ventilator. Two coats of synthetic enamel paint of approved shade and make over a coat of red oxide zinc chromate primer after cleaning the surface thoroughly all complete. 14. Railing in Balcony and Staircase
Signature of Contractor 49 of 63 EPI
Railing in Balcony and Staircase will comprise of Steel work welded in built up sections of height not less than 1.2m with minimum 18 Kg per sqm 16 guage properly fixed and applying two coats of synthetic enamel paint over a priming coat of red oxide zinc chromate primer. Over the steel work circular pipe will be welded which will be also painted as the steel work are painted. Railing work shall conform to IS 1239-1 (2004) 15. Kitchen Countertop and Shelf Countertop- The kitchen countertop base slab shall be constructed with RCC 1:1.5:3 M-20 concrete with 6mm and down stone chips and 6mm dia MS Bars. The Thickness of the slab will be 50 mm. Over this slab, 600mm x 25mm thick Kota stone shall be provided. The stainless steel sink will be adjusted suitably and shall be in level flushed with the kitchen finished countertop so that the water on the kitchen countertop finds way smoothly to the sink. Kota Stone shall also be provided in the core of the kitchen slab, flushed with the outer edge of the horizontal slab. The Kota stone should be fixed with cement mortar 1:3. Shelf Below Kitchen Platform - The space below the kitchen platform shall be constructed with RCC 1:1.5:3 M-20 concrete with 6mm and down stone chips and 6mm dia MS Bars suitably divided in two parts in order to accommodate gas cylinder in one part. In the remaining part between the kitchen platform and the floor one horizontal RCC slab of 50mm thickness shall be provided for accommodating kitchen utensils and other kitchenware. This slab needs to be finished with 1:3 cement mortar and 1.5 mm thick cement punning. The lowest enclosure of the shelf shall be 75mm above floor level. Shelf Above Lintel in kitchen- The Shelf above lintel level of 63mm thickness which shall be 60cm projection along three sides of wall shall be constructed with RCC 1:1.5:3 M-20 concrete with 6mm and down stone chips and 6mm dia MS Bars. The slabs needs to be finished with 1:3 cement plaster and 1.5mm thick punning over it. The color wash of the room shall be applied on this slab also after finishing with plaster etc. 16. Shelf in Bedroom and Drawing Hall The Shelf in bedroom and drawing hall shall be of 63mm thickness shall be RCC 1:1.5:3 M-20 concrete with 6mm and down stone chips and 6mm dia MS Bars suitably partitioned so as to hang coats, sarees, etc in one upper part and the remaining portion can be sub divided to keep folded clothes, books, etc. A hanging rod shall be provided for hanging coat, sarees etc. All the slabs needs to be finished with 1:3 cement plaster with 1.5mm thick punning on its top and front face. The lowest enclosure of the shelf shall be 75mm above floor level. The Shelf above lintel level shall be constructed of 75mm thickness and 750mm projected in all sides of wall in bedroom which shall be constructed in RCC 1:1.5:3 M-20 concrete with 6mm and down stone chips and 6mm dia MS Bars. All the slab needs to be finished with 1:3 cement plaster with 1.5mm thick punning and 1.5mm thick punning over it. The color wash of the room shall be applied on this slab also after finishing with plaster etc.
Signature of Contractor 50 of 63 EPI
17. Terrace and Parapet Wall Staircase tower shall vertically extend as per the typical drawing to have sufficient head room which will be covered with RCC slab of thickness as per design with minimum M-20 concrete. APP water proofing will be applied over the staircase roof also. The staircase tower roof slab will necessarily have to be projected so that the water cut can be provided in the projected portion which will avoid rain water flowing from the roof top finding way directly through walls. The vertical walls of the staircase tower will be 230mm thick constructed by Fly ash brick. Wall all around the roof in parapet will be 1m high 230 mm thick full brick/ concrete wall. The parapet wall will be plaster from inside 1:4 cm and 1:3 cm plaster on top. 1.5mm cement punning will be done on the flat top portion of the parapet wall. All terrace and parapet walls shall be finished with Premium exterior acrylic smooth paint silicone additives. (Two or more coats applied @ 1.43 ltr/ 10 sqm over priming coat of cement primer applied @ 2.20 kg/ 10 sqm). 18. Painting Internal walls and ceiling- Painting with two coats of interior acrylic emulsion paint of approved shade (however, for ceiling only white color paint shall be used) and make over surface smoothened after applying Birla putty or equivalent of any other make of 2mm thickness and providing over it a primer coat of cement primer. Exterior walls with Premium exterior acrylic smooth paint silicone additives. (Two or more coats applied @ 1.43 ltr/ 10 sqm over priming coat of cement primer applied @ 2.20 kg/ 10 sqm) Wooden Work- Two coats of synthetic enamel paint over one coat of wood pink primer of approved shade and make over new wooden surface after cleaning and smoothening of wooden surface with sand papers of appropriate numbers all complete. Steel Surface - two coats of synthetic enamel paint of approved shade and make over steel surface after cleaning the surface thoroughly all complete. 19. Internal Sanitary and Collecting Chamber India Water Closet (I.W.C) Viterous white glazed earthen ware I.W.C. conforming to IS 2556 Part-III of approved make with attached footrest (Preferably Orrisa Squatting Pan in white color of size 580x440x300 mm) with 100mm H.C.I. 'P' or ‘S’ trap and not less than 5 Litre low level plastic cistern of approved make in white color with brass stop cock (weight 50gm or more), PVC connection
Signature of Contractor 51 of 63 EPI
pipe etc all associated fittings to complete the job which can be utilized by the residents thereafter. Wash Basin Viterous white glazed earthen ware wash hand basin of minimum size 450mm x 300mm of approved make conforming to IS 2556 Part IV of flat back of one piece construction including combined overflow basin single tap hole of size 28 sqm or 30mm rounded. The basin shall have circular waste hole or 5sqcm slot type overflow supported on painted C.I. or R.S. cantilever brackets conforming to IS 775(use of MS angle or Tee section as bracket not permitted) with 32mm C.I. brass waste, 15mm dia C.I. body brass spindle stop cock of approved quality and weight not less than 330 grams, 32mm P.V.C. waste pipe 750mm long with brass coupling at one end all to be put to use for residents. A suitable brass bib cock with chromium coated not less than 400gms should be mounted on the wash basin. Drainage of Domestic Water Sewage disposal from WC & waste water from kitchen & Bathroom has to be taken out with suitable dia PVC pipe, “S/P” trap & fittings including steel/ strainers as required. It shall be responsibility of contractor to make essential arrangements for disposal of rain water from terrace (roof slab) by providing proper gentle slope in the roof/ terrace slab and by providing appropriate PVC/uPVC pipes of size between 75 to 100mm dia conforming to IS 13592 and fittings conforming to IS 13591, free from cracks, flaws and defects and shall be able to withstand the water pressure all complete. The connection between two pipes shall be made with approved sealant and the joint should be leak proof. The PVC pipe should be fastened to the wall with suitable fasteners at desired location as per IS code in this regard. All the roof top water should be taken to the nearby rain water harvesting collection pit so that the water so collected can be gainfully utilized in recharging the water table. Miscellaneous Items to be put in the Dwelling Units Following items shall be provided by the contractor in each Dwelling Unit:-
a) C.P. brass towel rail 600mm long and 20mm dia with two C.P brass bracket coated. The rail shall be coated with chromium plated of thickness not less than grade no. II of IS 4827.
b) C.P. brass soap dish container medium quality with screw and hinges etc.
c) C.P Brass towel ring of dia 175mm and thickness not less that 8mm.
d) Stainless Steel A ISI 304 (18/8) Kitchen Sink (Inner dimension 550 x 400mm, depth
200mm) shall be provided in Kitchen with compatible Stainless steel drain board (min. thickness 1 mm) as per IS : 13983 with C.I. brackets and stainless steel plug 40 mm to be placed flushed with kitchen slab. The gap between board and platform/wall shall be finished with white/matching cement.
Signature of Contractor 52 of 63 EPI
Other Attachments related to PHE works Male ended 15mm dia brass bib cock shall be provided of approved quality (Wt. not less than 400 gms.) with extra socket all complete; One for Bathing purposes in the bathroom and one near I.W.C and one for Kitchen sink (This does not include the tower bib cock which will be put on the wash basin). Duct portion up to plinth level shall be constructed as collecting chamber and covered with flag stone. The above list may not be complete and suitable additions may be suggested with contractor has to comply with. 20. Internal Water Supply The internal water supply will be through PVC pipes (except for toilet where uPVC shall be used with fittings of specified dia including laying, fixing, cutting, jointing, painting etc for vent overflow, waste water pipeline etc. The pipe and fitting shall conform to series IV of IS 4985 - 1978 PVC pipes and fittings (Bend, Tees, Unions, reducers, etc) shall be free from cracks, flaws, defects and shall be able to withstand requisite pressure. 15mm CP brass bib cock not less than 400 gm with 15mm dia UPVC pipe. The water supply pipe connecting various floors should be 25 mm UPVC pipe. The distribution pipelines in various floors should be done with 20mm dia pipes unless until directed otherwise. The spacing between clamps for internal pipes shall be around 700mm for horizontal runs and 1000mm for vertical runs. Construction/ Installation of RCC water tank/ polyethylene water storage tank(s), ISI: 12701 marked as approved by Engineer in charge on roof of every building. The capacity of the tank should be computed as per latest CPHEEO Manual for each Dwelling Unit. RCC water tank should have proper manhole (with CI cover) and flushing hole to dispose off water at the time of cleaning. Proper arrangement for a person to enter the water tank (for Cleaning shall be made). The RCC tank, if constructed, should be properly plastered from within by 20mm 1:3 cement mortar plaster with suitable waterproofing agent with 2mm thick cement punning on all the walls and bottom slab. All other fitting and installations required for healthy living the residents in line with the Affordable Housing Policy need to be provided by the contractor at their cost if directed. Although stated earlier, it is reminded that there should be 4 water points in each dwelling unit- 2 in bath room (1 near WC and 1 for bathing purpose), 1 in kitchen and 1 in the basin. Gun metal full way valve with each Overhead tank shall be provided. Unions, non- return valves and other fittings are to be provided as per requirement for ease of operation and maintenance.
Signature of Contractor 53 of 63 EPI
The contractor will be wholly and solely responsible for providing house service connection joining the external pipeline with individual dwelling units of each block. 21. Internal Electrification and Panel Room
i. 5 nos. light points, 1 no tube light point, 2 nos. fan points and 4 nos. Plug socket points, all of 5 Amp in each dwelling unit all complete with Piano Type switch and socket.
ii. 15 Amp Plug Socket Point with fittings 2 Nos (1 for Kitchen and 1 for Hall), Telephone socket and T.V antenna socket in each dwelling unit.
iii. 2 pin ceiling rose on the junction box at suitable location needs to be in all building blocks
iv. Ceiling Fan and Fan Regulator- 1200mm Sweep, double ball bearing, 2 canopy ceiling fan shall be provided along with electronic step mini fan regulator in each dwelling unit.
v. Bulb and Batten/ Angle holder- LED Bulbs of minimum 9/12W shall be provided at suitable locations along with batten/ angle holder all the building blocks.
vi. Electronic Call bell shall be provided for each dwelling unit. vii. In addition, one light point shall be provided outside the main door of each DU. viii. 1.5 sq mm. stranded copper wiring with concealed PVC conduit pipe. ix. 16 Amp. M.C.B. including required size of Switch Board. x. 2+4 way MCB 240 Volts SPN MCB-1 no for each DU xi. 6- 32 A SP MCB 240 volts, 'C' curve-2 nos for each DU xii. 40 A SP MCB 240 volts, 'D' curve-1 no for each DU
The internal as well as external wiring in the houses constructed under PMAY will be fully concealed. All material should be conforming to I.S.I. standard and relevant IS Codes and before using the same it shall be approved by EPI’s Representative. 4 nos. plate earthling with necessary fittings/ wiring all complete for every building shall be provided in each building. Lightening conductor with all accessories shall also be provided as per relevant norms. Meter room should be constructed separately. Contractor shall also provide all electrical works upto meter board Panel. Suitable Illumination at the following places in the building also will be the responsibility of the contractor:
i. Staircase at Suitable landings. ii. Roof at suitable place. iii. Near Common Meter Panel. iv. Back of the building.
Signature of Contractor 54 of 63 EPI
All other fitting, installations and wiring required for healthy living the residents in line with the Affordable Housing Policy need to be provided by the contractor at their cost if directed. 22. Fan Hook Fan hooks of 16mm dia M.S. bar & suitable length, bent to required size and shape, placed in position and fixed in the R.C.C. slab / beam at the time of casting. 23. Roof Top Rain Water Harvesting arrangement (including recharging pit) Rain water harvesting system associated with 80-100m deep, 100-150 mm dia tube well (extending upto fracture zone/ GW aquifer), recharge pit of length and width varying between 5-7 mt and depth about 6 metres with five layers of coarse sand & gravels upto natural ground level with stainless steel wire mesh suitably tied on the top of 10-15 cm and Rain Water Harvesting recharge Pit (As per Typical Drawing) for each block. Before the recharge pit, an inspection chamber (Pre-chamber) shall be constructed, where the water will be retained for some time before letting into the recharge pit. Water will be brought from the roof top catchment, first to the pre-chamber and then to the recharge pit through 75mm PVC pipe. For designing the rainwater harvesting pit, the manual of CPWD on Rain water harvesting has to be referred to/ followed. The Ground Water Directorate of Water Resources Department, Government. of Jharkhand has also brought out a booklet on Rain Water Harvesting which can be obtained from them. Their email id is- dirgwdran-wrd-jhr@nic.in). 24. Expansion Joint To be constructed as per relevant I.S. code in this regard. 25. Internal Road Work The Cement Concrete road will be 200mm thick M-20 Concrete with proper camber laid over lean concrete of 100mm thick M-15 with extra 300 mm on each side of the road. Lean concrete shall be laid on 150 mm sand filling. The width of the road ideally should be 4.5m but may increase as per the site condition. For details of footpath, drains along the road, etc, the typical sectional drawings can be referred to. 26. Sewer Drain Manhole- Brick masonry manhole chamber 800x900mm, R.C.C. Slab top in 1:1.5:3 concrete mix P.C.C- 150 mm thick (P.C.C. 1:3:6). Pipe- 150mm Dia, 225mm Dia & 300mm Dia RCC Hume Pipe including fitting accessories. The house service connection between individual dwelling units and the sewer drain as well as the sewer drain and main truck drain will be the responsibility of the contractor.
Signature of Contractor 55 of 63 EPI
27. Landscaping/ Green Space/ Park (Must be 10% of the total project area at each site)
i. Soil filling -Good Earth + cow dung / dump manure. ii. Plantation -Doob grass, Hedges & Furns, Adansonia digitata (Kalp vricksh),
Bauhinia Acuminata shrub in earthen Pot, etc all complete on fine dressed ground. iii. Making Brick Side Edging, Lawn Turf etc all complete.
28. Under Ground Water Tank/Sump Well Including Pumping Arrangement
i. R.C.C. M-25 or more as per approved design with special water proofing.] ii. 150 mm thick (P.C.C. 1:4:8). iii. Crushed Stone Dust of Sand/Moorum filling around the water tank in case of clayey
soils to avoid pressure on the tank due to expansion of soils. iv. The capacity of Sump should be computed as per latest revision of CPHEEO Manual
each Dwelling Unit. 29. Compound Fencing and Gate Barbed Wire Fencing- Fencing with R.C.C. post of mix 1:1.5:3 and 2m height placed at required distance, embedded in cement concrete blocks, every 15th post, last but one end post and corner post shall be strutted on both sides and end post one side only, provided with horizontal lines and two diagonals of barbed wire weighing 9.38 kg per 100 metres (minimum), between the two posts fitted and fixed with G.I. staples on wooden plugs or G.I. binding wire tied to 6 mm bar nibs fixed while casting the post. With G.I. barbed wire. (Typical Drawings and details are attached for reference). GATE- Supplying, fitting & fixing 20 gauge G.C.I sheet gate of suitable width fitted on M.S Angle frame of size 60x60x6 mm including cost of fabrication, providing necessary locking arrangement with haskal and domny duly fixed in R.C.C. M-200 with normal mix of (1:1.5:3) in column of required size with approved quality of stone chips 20mm to 6mm size graded and clean coarse sand of F.M. 2.5 to 3, applying two coats of synthetic enamel paint over a priming red lead paint over steel work and two coats of exterior quality acrylic paint of approved shade over a coat of cement primer including 19mm thick water proof plaster over R.C.C column. 30. Septic Tank R.C.C septic tank to cater to the needs of all residents shall be designed by the contractor as per CPHEEO Manual/ IS 2470 and got approved along with the building designs. The number of septic tanks and the locations will be site specific has to be got approved along with the building designs for which the computation needs to be provided by the contractor. A suitable covered soak pit attached with every septic tank shall also be constructed by the contractor.
Signature of Contractor 56 of 63 EPI
31. Tube Well and Pump House Attention of Contractor: It is brought to the knowledge of the contractor that the tube well and pump house is to be constructed in such a way if piped water supply is not available the tube well is capable of meeting the domestic water needs however related details but not limited to is provided below. Successful drilling of perfectly vertical bore hole of a diameter suitable to receive 150mm nominal diameter casing pipe upto desired depth to achieve required yield below ground level for transporting, lowering and fixing of 150mm nominal diameter G.I. casing pipe inside the bore hole including all works pertaining to drilling such as transportation, installation and removal of drilling machine, etc. all complete. I.S.I. Marked G.I. Casing pipe (plain) medium class in 4 to 7 meters or required length one end fitted with socket as per I.S. 1239 (Part-2) 1992 with IVth revision (Up-to date amendments) Conducting yield test or development of tube-well by operating the pumping set continuously for a desired time interval as per the direction of Engineer in charge including all complete. Making hydrant pillar work with bricks of required crushing strength not less than 25kg/sq.cm in cement mortar 1:4 including 10cm thick coping 1:2:4 (stone aggregate, 12.5mm nominal size) rendered smooth with neat cement and plastered with 12mm cement mortar 1:4 including finishing with floating coat of neat cement over 15cm thick foundation concrete 1:5:10 (stone aggregate 40mm nominal size) including earth work and disposal of surplus earth complete as per standard design. Submersible pump of suitable HP 12 stages having discharge 300 ltr. / min. as per I.S.I. Specification with 4 Sq mm Cable wire and panel board with starter suitable for above 5 HP pumps shall be provided. Mono block pump upto 5 HP as per I.S.I. Specification with 4 Sqmm Cable wire and panel board with starter suitable for above 5 HP pumps. as per site requirement shall be provided. 32. External Electrification External electrification work shall be suitably designed and provided to cater the requirements of all the dwelling units. The contractor has to co-ordinate and follow-up with concerned JBVNL\Applicable local authority for obtaining necessary sanction towards the scheme. The scheme so sanctioned should be inclusive of required specification layer and other drawings etc. complete as per requirement.
Signature of Contractor 57 of 63 EPI
All the respective charges to be paid to JSEB/JBVNL like strengthening, supervision charges etc. outside the transformer to be installed by contractor shall be borne by implementing agency however, the contractor shall facilitate and carry out the liaising work for getting demand notice and supporting documents along with approvals from JSEB/JBVNL. The contractor take note of this and they should not load the same unnecessarily in the price quoted for the work under consideration. The details scope of work related to aforementioned external electrification may include (but not limited to) the following:-
a) Preparing & submission of 3 set of drawings after carrying as of survey & getting approval from Supervisor.
b) Obtaining necessary permission in respect of road/soil/footpath cutting from the external agencies namely PWD, RCD etc. as the case may be.
c) Preparation & submission of good for construction drawings. d) The agency shall be responsible for submission of all documents to electrical inspection
authority and other local body towards the completion of entire work at their own cost, failing which the work may not be treated complete.
e) Charging permission of the installation. f) Inspection report of the various equipment and material required for external
electrification. g) The approval of Chief Electrical Inspector shall be taken by the contractor for
installation of transformer and other equipment. h) Arranging pre & post state wise & final testing and commissioning of the
Installation from JBVNL/Applicable local authority and electrical inspector etc as required including any shutdowns if required.
i) All papers/required documents/drawings to be submitted by the bidder to JBVNL/Applicable Local Authority is to be submitted first to implementing agency and after taking their approval only, the same can be submitted JBVNL/Applicable Local authority.
33. Parking Providing and laying 60mm thick factory made cement concrete interlocking paver block of M -30 grade made by block making machine with strong vibratory compaction, of approved size, design & shape, laid in required colour and pattern over and including 50mm thick compacted bed of coarse sand, filling the joints with fine sand etc. all complete. The paver block mentioned above shall be laid above random rubble masonry base properly compacted. Please note that as per Jharkhand Building Bye- Laws for affordable housing, 20% of the total Dwelling unit shall be provided with car parking and remaining 80% shall be two wheeler parking. 34. Street Lighting
Signature of Contractor 58 of 63 EPI
Solar 30 W LED Street Light System including 30 W with inbuilt charge controller and dusk to dawn controller LED OSRAM or equivalent. Pole of M.S Material with powder coating and 6m height. Battery 12 V/ 75 A-h, suitable for 2 days autonomy/ service. Solar Panel 75 WP (MNRE approved with IDO 9001:2008 Certified). Battery with automatic Dusk- down on-off system.
Signature of Contractor 59 of 63 EPI
TENDER DRAWING
Signature of Contractor 60 of 63 EPI
Signature of Contractor 61 of 63 EPI
Signature of Contractor 62 of 63 EPI
Signature of Contractor 63 of 63 EPI
(A GOVT. OF INDIA ENTERPRISE)
9th Floor, 50, Chowringhee Road,
Kolkata – 700071
TENDER DOCUMENT
TENDER No: ERO/MMD/780/1108
Tender for Construction of 660 Dwelling unit in 33 nos block of
G+3 at Kasidih, Adityapur & 60 Dwelling units in 3 nos blocks of
G+3 at Saraikela (Norodih) under Pradhan Mantri Awas Yojana
(Urban) at Jamshedpur in the State of Jharkhand.
VOLUME – III
Bill of Quantity cum Quoting Sheet
ENGINEERING PROJECTS (INDIA) LIMITED
Estimated Amount In Words
(Rs.) (Rs.)
1
Construction of 660 Dwelling unit in 33
nos blocks of G+3 at Kasidih, Adityapur
& 60 Dwelling units in 3 nos blocks of
G+3 at Saraikela (Norodih) under
Pradhan Mantri Awas Yojana (Urban) .-
Package-II
₹ 362,408,244.42
2 GST ( @ 12 %) on above ₹ 43,488,989.33
3 Total Quoted Amount (Rounded Of) ₹ 405,897,234.00
Note:
i) The quoted price by the bidder against each individual item in the BOQ shall be inclusive of all taxes, duties, cess, levies, Fees, royalty etc. except Goods and Service Tax (GST). Amount
in figures and amount in words must be filled in the designated cell as depicted above.
ii) The breakup of cost and levies such as GST and other Taxes considered in the above quoted prices should also be submitted separately as per Annexure- I
Tender for “Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur & 60 Dwelling units in 3 nos blocks of G+3 at Saraikela (Norodih) under Pradhan Mantri
Awas Yojana (Urban) at Jamshedpur in the State of Jharkhand. ”
Summary
e-Tender No: ERO/MMD/780/1108
Sl.
No.Description Price Quoted in Figures % Quoted (Below/At Par/Above)
Sl No DescriptionAmount of bid price on which
applicable (Rs.)
Rate of the tax as on seven (7)
days prior to last date of
submission of bid
Amount (Rs.)
1 GST
2Any other Tax(es)
(Please specify)
Total=
Annexure- I
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur & 60 Dwelling units in 3 nos
blocks of G+3 at Saraikela (Norodih) under Pradhan Mantri Awas Yojana (Urban) at Jamshedpur in the State of
Jharkhand. ”
e-Tedner No: ERO/MMD/780/1108
NB:The rates/amount quoted in the Schedule / Bill of Quantities shall be inclusive of all taxes, duties, cess, levies, fees,
royalty, etc, except Goods and Service Tax (GST)
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
1 2.0 EARTH WORK
2 2.1 Earth work in surface excavation not exceeding 30 cm in depth but exceeding 1.5 m in
width as well as 10 sqm on plan including disposal of excavated earth upto 50 m and
lift upto 1.5 m, disposed soil to be levelled and neatly dressed :
3 2.1.1 All kinds of soil Sqm 11160 46.20 515,592.00
4 2.6 Earth work in excavation by mechanical means (Hydraulic excavator)/manual means
over areas (exceeding 30 cm in depth, 1.5 m in width as well as 10 sqm on plan)
including getting out and disposal of excavated earth lead upto 50 m and lift upto 1.5
m, as directed by Engineer-in-charge.
5 2.6.1 All kinds of soil Cum 3369.2 109.50 368,927.40
6 2.8 Earth work in excavation by mechanical means (Hydraulic excavator) / manual means
in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan),
including dressing of sides and ramming of bottoms, lift upto 1.5 m, including getting
out the excavated soil and disposal of surplus excavated soil as directed, within a lead
of 50 m.
7 2.8.1 All kinds of soil Cum 3978 123.20 490,089.60
8 2.26 Extra for every additional lift of 1.5 m or part thereof in excavation / banking excavated
or stacked materials.
9 2.26.1 All kinds of soils Cum 392.8 40.60 15,947.68
10 2.10 Excavating trenches of required width for pipes, cables, etc including excavation for
sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m, including
getting out the excavated soil, and then returning the soil as required, in layers not
exceeding 20 cm in depth, including consolidating each deposited layer by ramming,
watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m
:
11 2.10.1 All kinds of soil.
12 2.10.1.2 Pipes, cables, etc. exceeding 80 mm dia but not exceeding 300mm dia. Metre 2653.6 176.30 467,829.68
13 2.25 Filling available excavated earth (excluding rock) in trenches, plinth, sides of
foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift upto 1.5 m.
Cum 8359.2 98.90 826,724.88
14 1.1.2 Carriage of Earth by mechanical transport including loading, unloading & Stacking,
payment of royalty and carriage up to 5 KM, levelling & neatly dressing of disposed soil
completely as directed by
Engineer-in-charge.
Cum 428 131.10 56,110.80
15 2.27 Supplying and filling in plinth with sand under floors, including watering, ramming,
consolidating and dressing complete.
Cum 559.4 540.00 302,076.00
16 2.34 Supplying chemical emulsion in sealed containers including delivery as specified
17 2.34.1 Chlorpyriphos/ Lindane emulsifiable concentrate of 20% litre 792 142.30 112,701.60
18 2.35 Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite
treatment (excluding the cost of chemical emulsion) :
4 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
19 2.35.3 Treatment of soil under existing floors using chemical emulsion @ one litre per hole,
300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar
1 :2 (1 cement : 2 Coarse sand) to match the existing floor :
20 2.35.3.1 With Chlorpyriphos/Lindane E.C. 20% with 1% concentration. Sqm 8187.1 109.50 896,487.45
21 16.12 Dry brick pitching half brick thick in drains including supply of bricks and preparing the
surface complete.
22 16.12.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Sqm 839.2 351.20 294,727.04
23 Sub Total = 4,347,214.13
24
25 4.0 CONCRETE WORKS
26 4.1 Providing and laying in position cement concrete of specified grade excluding the cost
of centering and shuttering - All work up to plinth level :
27 4.1.4 1:2:4 (1 Cement : 2 coarse sand (zone-III) : 4 graded stone aggregate 40 mm nominal
size)
Cum 106.9 4,229.60 452,144.24
28 4.1.6 1:3:6 (1 Cement : 3 coarse sand (zone-III): 6 graded stone aggregate 40 mm nominal
size)
Cum 419.8 3,865.80 1,622,862.84
29 4.1.8 1:4:8 (1 Cement : 4 coarse sand (zone-III) : 8 graded stone aggregate 40 mm nominal
size)
Cum 357.5 3,627.40 1,296,795.50
30 4.10 Providing and laying damp-proof course 40mm thick with cement concrete 1:2:4 (1
cement : 2 coarse sand (zone-III): 4 graded stone aggregate 12.5mm nominal size)
Sqm 510.8 199.10 101,700.28
31 4.12 Extra for providing and mixing water proofing material in cement concrete work in
doses by weight of cement as per manufacturer's specification.
per 50 Kg
cement
130.7 38.20 4,992.74
32 4.13 Providing & applying a coat of residual petroleum bitumen of grade of VG-10 of
approved quality using 1.7kg per square metre on damp proof course after cleaning
the surface with brushes and finally with apiece of cloth lightly soaked in kerosene oil.
Sqm 510.8 72.50 37,033.00
33 4.17 Making plinth protection 50mm thick of cement concrete 1:3:6 (1 cement : 3 coarse
sand (zone - III) : 6 graded stone aggregate 20 mm nominal size) over 75mm thick bed
of dry brick ballast 40 mm nominal size, well rammed and consolidated and grouted
with fine sand, including necessary excavation, levelling & dressing & finishing the top
smooth.
Sqm 1609.2 358.40 576,737.28
34 Sub Total = 4,092,265.88
35
36 5.0 REINFORCED CEMENT CONCRETE WORK
37 5.9 Centering and shuttering including strutting, propping etc. and removal of form for all
heights:
38 5.9.1 Foundations, footings, bases of columns, etc. for mass concrete. Sqm 1925.6 160.10 308,288.56
39 5.9.3 Suspended floors, roofs, landings, balconies and access platform. Sqm 22544.6 357.80 8,066,457.88
40 5.9.4 Shelves (Cast in situ) Sqm 1967.4 464.50 913,857.30
5 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
41 5.9.5 Lintels, beams, plinth beams, girders, bressumers and cantilevers Sqm 22944.6 294.10 6,748,006.86
42 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts. Sqm 17495.3 387.80 6,784,677.34
43 5.9.7 Stairs, (excluding landings) except spiral-staircases. Sqm 1567.8 336.40 527,407.92
44 5.9.15 Small lintels not exceeding 1.5m clear span, moulding as in cornices, window sills,
string courses, bands, copings, bed plates, anchor blocks and the like.
Sqm 1046.5 160.10 167,544.65
45 5.9.16.1 Under 20 cm wide Metre 10017.7 96.80 969,713.36
46 5.9.19 Weather shade, Chajjas, corbels etc., including edges. Sqm 897.5 416.70 373,988.25
47 5.22 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in
position and binding all complete at all levels.
48 5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or more. Kg 904016.9 54.20 48,997,715.98
49 5.33 Providing and laying in position machine batched and machine mixed design mix M-25
grade cement concrete for reinforced cement concrete work, using cement content as
per approved design mix, including pumping of concrete to site of laying but excluding
the cost of centering, shuttering, finishing and reinforcement, including admixtures in
recommended proportions as per IS: 9103 to accelerate, retard setting of concrete,
improve workability without impairing strength and durability as per direction of
Engineer-in-charge.
“(Note :- Cement content considered in this item is @ 330 kg/cum. “Excess/ less
cement used as per design mix is payable/recoverable separately).
50 5.33.1 All works upto plinth level. Cum 1511.6 4,644.00 7,019,870.40
51 5.33.2 All works above plinth level upto floor V level. Cum 6745.3 5,731.40 38,660,012.42
52 Sub Total = 119,537,540.92
53
54 6.0 BRICK WORK
55 6.1 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation
7.5 in foundation and plinth in:
56 6.1.1 Cement mortar 1:4 (1 cement : 4 coarse sand) Cum 573.8 3,640.40 2,088,861.52
57 6.4 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation
7.5 in superstructure above plinth level up to floor V level in all shapes and sizes in :
58 6.4.2 Cement mortar 1:6 (1 cement : 6 coarse sand) Cum 557.6 4,695.80 2,618,378.08
59 6.34 Brick work with non modular fly ash bricks conforming to IS:12894, class designation
10 average compressive strength in super structure above plinth level up to floor V
level in :
60 6.34.2 Cement mortar 1:6 (1 cement : 6 Coarse sand) Cum 4987.1 4,652.60 23,202,981.46
61 4.8 Providing and fixing up to floor five level precast cement concrete hollow block,
including hoisting and setting in position with cement mortar 1:3 (1 cement : 3 coarse
sand), cost of required centering, shuttering complete
62 4.8.1 1:1.5:3 (1 Cement: 1½ coarse sand (zone-III): 3 graded stone aggregate 20 mm
nominal size)
Cum 2177.6 7,024.40 15,296,333.44
6 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
63 6.15 Extra for providing and placing in position 2 Nos 6mm dia. M.S. bars at every third
course of half brick masonry.
Sqm 21775.7 62.50 1,360,981.25
64 Sub Total = 44,567,535.75
65
66 8.0 MARBLE & GRANITE WORK
67 8.5 Extra for providing opening of required size & shape for wash basin/ kitchen sink in
kitchen platform, vanity counter and similar location in marble/ Granite/ stone work,
including necessary holes for pillar taps etc. including moulding, rubbing and polishing
of cut edges etc. complete
Each 720 362.70 261,144.00
68 Sub Total = 261,144.00
69
70 9.0 WOOD & PVC WORK
71 9.21 Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-
decorative type, core of block board construction with frame of 1st class hard wood
and well matched commercial 3 ply veneering with vertical grains or cross bands and
face veneers on both faces of shutters:
72 9.21.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws Sqm 5140.8 1,718.30 8,833,436.64
73 9.23 Extra for providing lipping with 2nd class teak wood battens 25 mm minimum depth on
all edges of flush door shutters (over all area of door shutter to be measured).
Sqm 5140.8 278.90 1,433,769.12
74 9.95 Providing and fixing ISI marked aluminium butt hinges anodised (anodic coating not
less than grade AC 10 as per IS: 1868) transparent or dyed to required colour or shade
with necessary screws etc. complete:
75 9.95.1 125x75x4 mm Each 7776 90.50 703,728.00
76 9.96 Providing and fixing aluminium sliding door bolts, ISI marked anodised (anodic coating
not less than grade AC 10 as per IS : 1868), transparent or dyed to required colour or
shade, with nuts and screws etc. complete:
77 9.96.2 250x16 mm Each 2880 148.30 427,104.00
78 9.97 Providing and fixing aluminium tower bolts, ISI marked, anodised (anodic coating not
less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or
shade, with necessary screws etc. complete :
79 9.97.2 250x10 mm Each 5760 68.20 392,832.00
80 9.97.4 150x10 mm Each 9216 49.70 458,035.20
81 9.98 Providing and fixing aluminium pull bolt lock, ISI marked, anodised (anodic coating not
less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and
shade, with necessary screws bolts, nut and washers etc. complete.
Each 720 52.30 37,656.00
82 9.100 Providing and fixing aluminium handles, ISI marked, anodised (anodic coating not less
than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade,
with necessary screws etc. complete:
83 9.100.1 125 mm Each 5760 39.50 227,520.00
7 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
84 9.100.2 100 mm Each 9216 34.90 321,638.40
85 9.101 Providing and fixing aluminium hanging floor door stopper, ISI marked, anodised
(anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to
required colour and shade, with necessary screws etc. complete.
86 9.101.1 Single rubber stopper Each 2160 21.00 45,360.00
87 9.102 Providing and fixing aluminium casement stays, ISI marked, anodised (anodic coating
not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour and
shade, with necessary screws etc. complete.
Each 1440 38.60 55,584.00
88 9.125 Providing and fixing PVC rigid foam sheet 1 mm thick on existing door shutters
(bathroom and W.C. doors) using synthetic rubber based adhesive
Sqm 1134 707.60 802,418.40
89 9.116 Providing and fixing sliding arrangement in racks/ cupboards/cabinets shutter by with
stainless steel rollers to run inside C or E aluminium channel section (The payment of
C or E channel shall be made separately)
Each 1584 9.80 15,523.20
90 9.151 Providing and fixing steel roller for uPVC sliding window with necessary screws etc.
complete.
Each 1584 55.90 88,545.60
91 9.153 Providing and fixing steel (white power coated) crescent lock for uPVC sliding window/
door with necessary screws etc. complete.
Each 1584 104.70 165,844.80
92 Sub Total = 14,008,995.36
93
94 10.0 STEEL WORK
95 10.25 Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in
position and applying a priming coat of approved steel primer using structural steel etc.
as required.
96 10.25.1 In stringers, treads, landings etc. of stair cases, including use of chequered plate
wherever required, all complete
Kg 5400 64.60 348,840.00
97 10.25.2 In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works Kg 60166.8 80.80 4,861,477.44
98 10.5 Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6 mm angle iron
and 3 mm M.S. gusset plates at the junctions and corners, all necessary fittings
complete, including applying a priming coat of approved steel primer.
99 10.5.1 Using M.S. angels 40x40x6 mm for diagonal braces Sqm 75.6 2,590.60 195,849.36
100 10.14 Providing and fixing pressed steel door frames conforming to IS: 4351, manufactured
from commercial mild steel sheet of 1.60 mm thickness, including hinges, jamb, lock
jamb, bead and if required angle threshold of mild steel angle of section 50x25 mm, or
base ties of 1.60 mm, pressed mild steel welded or rigidly fixed together by mechanical
means, including M.S. pressed butt hinges 2.5 mm thick with mortar guards, lock strike-
plate and shock absorbers as specified and applying a coat of approved steel primer
after pre-treatment of the surface as directed by Engineer-in-charge:
101 10.14.1 Profile B
8 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
102 10.14.1.1 Fixing with adjustable lugs with split end tail to each jamb Metre 14544 424.30 6,171,019.20
103 Sub Total = 11,577,186.00
104
105 11.0 FLOORING WORK
106 11.3 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate)
finished with a floating coat of neat cement, including cement slurry, but excluding the
cost of nosing of steps etc. complete.
107 11.3.1 40 mm thick with 20 mm nominal size stone aggregate Sqm 180 292.20 52,596.00
108 11.26 Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with
grey cement slurry mixed with pigment to match the shade of the slab, including
rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse
sand) :
109 11.26.1 25 mm thick. Sqm 4088.9 1,154.90 4,722,270.61
110 11.27 Kota stone slabs 20 mm thick in risers of steps, skirting, dado and pillars laid on 12
mm (average) thick cement mortar 1:3 (1 cement: 3 coarse sand) and jointed with grey
cement slurry mixed with pigment to match the shade of the slabs, including rubbing
and polishing complete.
Sqm 386.3 1,254.90 484,767.87
111 11.31 Extra for pre finished nosing in treads of steps of Kota stone/ sand stone slab. Metre 2419.2 75.00 181,440.00
112 11.32 Extra for Kota stone/ sand stone in treads of steps and risers using single length up to
1.05 metre.
Sqm 945 16.70 15,781.50
113 11.41 Providing and laying vitrified floor tiles in different sizes (thickness to be specified by
the manufacturer) with water absorption less than 0.08% and conforming to IS: 15622,
of approved make, in all colours and shades, laid on 20mm thick cement mortar 1:4 (1
cement : 4 coarse sand), jointing with grey cement slurry @ 3.3 kg/ sqm including
grouting the joints with white cement and matching pigments etc., complete.
114 11.41.2 Size of Tile 600x600 mm Sqm 19606.7 794.10 15,569,680.47
115 11.46 Providing and laying Vitrified tiles in different sizes (thickness to be specified by
manufacturer), with water absorption less than 0.08 % and conforming to I.S. 15622, of
approved make, in all colours & shade, in skirting, riser of steps, over 12 mm thick bed
of cement mortar 1:3 (1 cement: 3 coarse sand), jointing with grey cement slurry @ 3.3
kg/ sqm including grouting the joint with white cement & matching pigments etc.
complete.
116 11.46.2 Size of Tile 600x600 mm Sqm 2968.9 817.10 2,425,888.19
117 11.36 Providing and fixing 1st quality ceramic glazed wall tiles conforming to IS: 15622
(thickness to be specified by the manufacturer), of approved make, in all colours,
shades except burgundy, bottle green, black of any size as approved by Engineer in-
Charge, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar
1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm,
including pointing in white cement mixed with pigment of matching shade complete
Sqm 8465.8 708.30 5,996,326.14
9 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
118 11.38 Providing and laying Ceramic glazed floor tiles of size 300x300 mm (thickness to be
specified by the manufacturer), of 1st quality conforming to IS : 15622, of approved
make, in all colours, shades, except White, Ivory, Grey, Fume Red Brown, laid on 20
mm thick bed of cement mortar 1:4 (1 Cement : 4 Coarse sand), jointing with grey
cement slurry @ 3.3 kg/ sq.m including pointing the joints with white cement and
matching pigments etc., complete.
Sqm 6143 652.00 4,005,236.00
119 Sub Total = 33,453,986.78
120
121 12.0 ROOFING
122 12.21 Providing gola 75x75 mm in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 stone
aggregate 10 mm and down gauge), including finishing with cement mortar 1:3 (1
cement : 3 fine sand) as per standard design :
123 12.21.1 In 75x75 mm deep chase Metre 3210.5 127.40 409,017.70
124 12.22 Making khurras 45x45 cm with average minimum thickness of 5 cm cement concrete
1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20 mm nominal size)
over P.V.C. sheet 1 m x1 m x 400 micron, finished with 12 mm cement plaster 1:3 (1
cement : 3 coarse sand) and a coat of neat cement, rounding the edges and making
and finishing the outlet complete.
Each 180 150.70 27,126.00
125 Sub Total = 436,143.70
126
127 13.0 FINISHING WORK
128 13.4 12 mm cement plaster of mix :
129 13.4.2 1:6 (1 cement: 6 coarse sand) Sqm 70254.7 132.80 9,329,824.16
130 13.6 20 mm cement plaster of mix :
131 13.6.1 1:4 (1 cement: 4 coarse sand) Sqm 33805.8 193.50 6,541,422.30
132 13.16 6 mm cement plaster of mix :
133 13.16.1 1:3 (1 cement: 3 fine sand) Sqm 27706.3 119.40 3,308,132.22
134 13.21 Extra for providing and mixing water proofing material in cement plaster work in
proportion recommended by the manufacturers.
per bag of
50Kg
Cement
Used in
Mix
20739.6 40.40 837,879.84
135 13.43 Applying one coat of water thinnable cement primer of approved brand and
manufacture on wall surface :
136 13.43.1 Water thinnable cement primer. Sqm 97961 31.70 3,105,363.70
137 13.60 Wall painting with acrylic emulsion paint of approved brand and manufacture to give an
even shade :
138 13.60.1 Two or more coats on new work Sqm 97961 73.60 7,209,929.60
139 13.45 Finishing walls with textured exterior paint of required shade :
10 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
140 13.45.1 New work (Two or more coats applied @ 3.28 ltr/10 sqm) over and including priming
coat of exterior primer applied @ 2.20kg/10 sqm
Sqm 33805.8 118.20 3,995,845.56
141 14.70 Melamine polishing on wood work (one or more coat). Sqm 10281.6 62.00 637,459.20
142 13.48 Finishing with Deluxe Multi surface paint system for interiors and exteriors using Primer
as per manufacturers specifications :
143 13.48.2 Painting wood work with Deluxe Multi Surface Paint of required shade. Two or more
coat applied @ 0.90 ltr/10 sqm over an under coat of primer applied @0.75 ltr/ 10 sqm
of approved brand and manufacture
Sqm 720 71.20 51,264.00
144 13.50 Applying priming coat :
145 13.50.1 With ready mixed pink or Grey primer of approved brand and manufacture on wood
work (hard and soft wood)
Sqm 720 32.30 23,256.00
146 13.50.3 With ready mixed red oxide zinc chromate primer of approved brand and manufacture
on steel galvanised iron/ steel works
Sqm 900 24.00 21,600.00
147 13.61 Painting with synthetic enamel paint of approved brand and manufacture to give an
even shade :
148 13.61.1 Two or more coats on new work Sqm 10192.7 63.70 649,274.99
149 13.80 Providing and applying white cement based putty of average thickness 1 mm, of
approved brand and manufacturer, over the plastered wall surface to prepare the
surface even and smooth complete.
Sqm 104060.5 80.80 8,408,088.40
150 5.30 Add for plaster drip course/ groove in plastered surface or moulding to R.C.C.
projections.
Metre 1994.4 30.40 60,629.76
151 Sub Total = 44,179,969.73
152
153 21.0 ALUMINIUM WORK
154 21.1 Providing and fixing aluminium work for doors, windows, ventilators and partitions with
extruded built up standard tubular sections/ appropriate Z sections and other sections
of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of
required dia and size, including necessary filling up the gaps at junctions, i.e. at top,
bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium
sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever
required including cleat angle, Aluminium snap beading for glazing / panelling, C.P.
brass / stainless steel screws, all complete as per architectural drawings and the
directions of Engineer-in-charge. (Glazing, panelling and dash fasteners to be paid for
separately) :
155 21.1.1 For fixed portion.
156 21.1.1.3 Polyester powder coated aluminium (minimum thickness of polyester powder coating
50 micron)
Kg 11162.9 347.50 3,879,107.75
157 21.1.2 For shutters of doors, windows & ventilators including providing and fixing hinges/
pivots and making provision for fixing of fittings wherever required including the cost of
EPDM rubber / neoprene gasket required (Fittings shall be paid for separately)
11 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
158 21.1.2.3 Polyester powder coated aluminium (minimum thickness of polyester powder coating
50 micron)
Kg 6350.4 397.00 2,521,108.80
159 21.3 Providing and fixing glazing in aluminium door, window, ventilator shutters and
partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the
architectural drawings and the directions of engineer-in-charge . (Cost of aluminium
snap beading shall be paid in basic item):
160 21.3.1 With float glass panes of 4.0 mm thickness Sqm 2540.2 650.00 1,651,130.00
161 21.8 Filling the gap in between aluminium frame & adjacent RCC/ Brick/ Stone work by
providing weather silicon sealant over backer rod of approved quality as per
architectural drawings and direction of Engineer-in-charge complete.
162 21.8.1 Upto 5mm depth and 5 mm width Metre 13132.8 56.70 744,629.76
163 Sub Total = 8,795,976.31
164
165 22.0 WATER PROOFING
166 22.3 Providing and laying water proofing treatment to vertical and horizontal
surfaces of depressed portions of W.C., kitchen and the like consisting of:
167 22.3 (i) 1st course of applying cement slurry @ 4.4 kg/sqm mixed with water proofing
compound conforming to IS 2645 in recommended proportions including rounding off
junction of vertical and horizontal surface.
(ii) IInd course of 20 mm cement plaster 1:3 (1 cement : 3 coarse sand) mixed with
water proofing compound in recommended proportion including rounding off junction of
vertical and horizontal surface.
(iii) IIIrd course of applying blown or residual bitumen applied hot at 1.7 kg. per sqm of
area.
(iv) IVth course of 400 micron thick PVC sheet. (Overlaps at joints of PVC sheet should
be 100 mm wide and pasted to each other with bitumen @ 1.7 kg/sqm).
Sqm 1425.2 387.50 552,265.00
168 16.3.4+
2.26
Supplying and Stacking Filling sunken floor with over burnt jhama brick aggregate
120mm to 40mm including compacting of materials complete as specified and
directed for all levels.
Cum 392 539.40 211,444.80
12 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
169 22.20 Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five
layer 3 mm thick water proofing membrane, black finished reinforced with nonwoven
polyester matt consisting of a coat of bitumen primer for bitumen membrane @ 0.40
litre/sqm by the same membrane manufacture of density at 25°C, 0.87-0.89 kg/ litre
and viscosity 70-160 cps. Over the primer coat the layer of membrane shall be laid
using Butane Torch and sealing all joints etc, and preparing the surface complete. The
vital physical and chemical parameters of the membrane shall be as under : Joint
strength in longitudinal and transverse direction at 23°C as 650/ 450N/ 5cm. Tear
strength in longitudinal and transverse direction as 300/250N. Softening point of
membrane not less than 150°C. Cold flexibility shall be upto -2°C when tested in
accordance with ASTM, D - 5147. The laying of membrane shall be got done through
the authorised applicator of the manufacturer of membrane
170 22.20.1 3 mm thick Sqm 6746.4 324.40 2,188,532.16
171 Sub Total = 2,952,241.96
172
173 INTERNAL PUBLIC HEALTH ENGINEERING
174 17.1 Providing and fixing water closet squatting pan (Indian type W.C. pan ) with 100 mm
sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing cistern, including
flush pipe, with manually controlled device (handle lever) conforming to IS : 7231, with
all fittings and fixtures complete, including cutting and making good the walls and floors
wherever required:
175 17.1.1 White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type
foot rests
Each 720 2,840.40 2,045,088.00
176 17.7 Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32
mm C.P. brass waste of standard pattern, including painting of fittings and brackets,
cutting and making good the walls wherever require:
177 17.7.7 White Vitreous China Flat back wash basin size 450x 300 mm with single 15 mm C.P.
brass pillar tap
Each 720 1,279.90 921,528.00
178 17.10 Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS: 13983 with
C.I. brackets and stainless steel plug 40 mm, including painting of fittings and brackets,
cutting and making good the walls wherever required :
179 17.10.1 Kitchen sink with drain board
180 17.10.1.3 510x1040 mm bowl depth 200 mm Each 720 2,999.40 2,159,568.00
181 18.49 Providing and fixing C. P. brass bib cock of approved quality conforming to IS:8931 :
182 18.49.1 15 mm nominal bore Each 1440 287.80 414,432.00
183 18.51 Providing and fixing C.P. brass long body bib cock of approved quality conforming to IS
standards and weighing not less than 690 gms.
184 18.51.1 15 mm nominal bore Each 720 381.10 274,392.00
13 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
185 18.52 Providing and fixing C.P. brass stop cock (concealed) of standard design and of
approved make conforming to IS:8931.
186 18.52.1 15 mm nominal bore Each 720 421.10 303,192.00
187 18.53 Providing and fixing C.P. brass angle valve for basin mixer and geyser points of
approved quality conforming to IS:8931
188 18.53.1 15mm nominal bore Each 1440 367.30 528,912.00
189 17.28 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste
fittings complete.
190 17.28.1 Semi rigid pipe
191 17.28.1.1 32 mm dia Each 720 65.60 47,232.00
192 17.31 Providing and fixing 600x450 mm bevelled edge mirror of superior glass (of approved
quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P.
brass screws and washers complete.
Each 720 648.80 467,136.00
193 17.73 Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats
with CP brass screws with concealed fittings arrangement of approved quality and
colour.
194 17.73.2 600 mm long towel rail with total length of 645 mm, width 78 mm and effective height of
88 mm, weighing not less than 190 gms.
Each 720 311.80 224,496.00
195 18.65 Providing and fixing PTMT soap Dish Holder having length of 138mm, breadth 102mm,
height of 75mm with concealed fitting arrangements, weighing not less than 106 gms.
Each 720 88.50 63,720.00
196 18.8 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply, including all CPVC plain & brass threaded fittings,
i/c fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes &
fittings with one step CPVC solvent cement and the cost of cutting chases and making
good the same including testing of joints complete as per direction of Engineer in
Charge.
Concealed work, including cutting chases and making good the walls etc.
197 18.8.1 15 mm nominal outer dia Pipes Metre 2880 212.10 610,848.00
198 18.8.2 20 mm nominal outer dia Pipes Metre 6480 244.40 1,583,712.00
199 18.17 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed
end) :
200 18.17.1A 20 mm nominal bore Each 1440 306.00 440,640.00
201 18.17.1 25 mm nominal bore Each 36 330.70 11,905.20
202 18.17.2 32 mm nominal bore. Each 72 386.80 27,849.60
203 18.17.3 40 mm nominal bore Each 360 451.50 162,540.00
204 18.17.4 50 mm nominal bore Each 36 578.40 20,822.40
205 18.17.5 65 mm nominal bore Each 36 987.60 35,553.60
206 18.17.6 80 mm nominal bore Each 72 1,470.50 105,876.00
207 18.22 Providing and fixing C.P. brass shower rose with 15 or 20 mm inlet :
208 18.22.1 100 mm diameter Each 720 57.40 41,328.00
14 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
209 18.9 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply including all CPVC plain & brass threaded fittings
This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching,
refilling & testing of joints complete as per direction of Engineer in Charge.
External work
210 18.9.2 20 mm nominal outer dia Pipes Metre 1080 154.70 167,076.00
211 18.9.3 25 mm nominal outer dia Pipes Metre 1080 195.00 210,600.00
212 18.9.4 32 mm nominal outer dia Pipes Metre 1080 273.80 295,704.00
213 18.9.5 40 mm nominal outer dia Pipes Metre 1512 367.00 554,904.00
214 18.9.6 50 mm nominal outer dia Pipes Metre 180 531.50 95,670.00
215 18.9.7 65 mm nominal inner dia Pipes Metre 180 1,608.60 289,548.00
216 18.9.8 75 mm nominal inner dia Pipes Metre 2160 2,256.40 4,873,824.00
217 18.48 Providing and placing on terrace (at all floor levels) polyethylene water storage tank IS :
12701 marked, with cover and suitable locking arrangement and making necessary
holes for inlet, outlet and overflow pipes but without fittings and the base support for
tank.
218 18.48A Providing and fixing rectangular high density polyethylene water storage loft tank with
cover, conforming to ISI : 12701, colour of opaque white or as approved by Engineer-in-
charge. The rate includes making necessary holes for inlet, outlet & over flow pipes.
The base support i/c fittings & fixtures for tank shall be paid separately.
per litre 180000 5.50 990,000.00
219 18.58 Providing and fixing PTMT grating of approved quality and colour.
220 18.58.1 Circular type
221 18.58.1.2 125 mm nominal dia with 25 mm waste hole Each 1440 36.90 53,136.00
222 18.77 Cutting holes up to 15x15 cm in R.C.C. floors and roofs for passing drain pipe etc. and
repairing the hole after insertion of drain pipe etc. with cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), including
finishing complete so as to make it leak proof.
Each 1440 187.30 269,712.00
223 12.41 Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming
to IS : 13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving
10 mm gap for thermal expansion, (i) Single socketed pipes.
224 12.41.2 110 mm diameter Metre 9576 211.00 2,020,536.00
225 12.42 Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion
226 12.42.1 Coupler
227 12.42.1.2 110 mm Each 1080 89.30 96,444.00
228 12.42.2 Single push fit Coupler
229 12.42.2.2 110 mm Each 1080 82.60 89,208.00
15 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
230 12.42.3 Single tee with door
231 12.42.3.2 110x110x110 mm Each 2304 152.50 351,360.00
232 12.42.4 Single tee without door
233 12.42.4.2 110x110x110 mm Each 36 141.40 5,090.40
234 12.42.6 Shoe (Plain)
235 12.42.6.2 110 mm Shoe Each 360 82.60 29,736.00
236 12.42.5 Bend 87.5°
237 12.42.5.2 110 mm bend Each 1152 93.80 108,057.60
238 NSR-1 PVC Vent Cowl
239 NSR-2 110 mm diameter Each 720 36.30 26,136.00
240 NSR-3 PVC 'P' Trap 110 X 110 Each 1440 309.10 445,104.00
241 NSR-4 Supplying, fitting and fixing C.P. Wall Flange Each 2160 70.40 152,064.00
242 NSR-5 Supplying, fitting and fixing C.P. Extension Pipe Each 2160 116.60 251,856.00
243 12.43 Providing and fixing unplasticised -PVC pipe clips of approved design to unplasticised -
PVC rain water pipes by means of 50x50x50 mm hard wood plugs, screwed with M.S.
screws of required length, including cutting brick work and fixing in cement mortar 1:4
(1 cement : 4 coarse sand) and making good the wall etc. complete
244 12.43.2 110 mm diameter Each 5472 157.50 861,840.00
245 12.44 Providing and fixing to the inlet mouth of rain water pipe cast iron grating 15 cm
diameter and weighing not less than 440 grams.
Each 180 32.40 5,832.00
246 Sub Total = 22,734,208.80
247
248 Elec DSR INTERNAL WIRING
249
1.10
Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS
PVC insulated copper conductor single core cable in surface / recessed medium class
PVC conduit, with piano type switch, phenolic laminated sheet, suitable size M.S. box
and earthing the point with 1.5 sq.mm. FRLS PVC insulated copper conductor single
core cable etc as required.
250 1.10.1 Group -A Point 6480 564.00 3,654,720.00
251 1.14.1 Wiring for Light plug 2 x 1.5 sq.mm FR PVC insulated multi-stranded copper
conductor, single core cable in recessed ISI marked PVC conduit along with 1 No. 1.5
sq.mm FR PVC insulated copper earth wire for loop earthing as required.
Metre 5040 127.00 640,080.00
252 1.14.3 Wiring for power plug 2 x 4 sq.mm FR PVC insulated multi-stranded copper conductor
single core cable in surface / recessed PVC conduit along with 1 No. 4 sq.mm
insulated copper earth wire for loop earthing as required.
Metre 11520 166.00 1,912,320.00
253 1.23 Supplying and fixing following piano type switch/ socket on the existing switch box/
cover including connections etc. as required.
254 1.23.1 5/6 amps switch Each 4320 38.00 164,160.00
255 1.23.3 15/16 amp switch Each 1440 105.00 151,200.00
16 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
256 1.23.4 3 pin 5/6 amp socket outlet Each 2880 50.00 144,000.00
257 1.23.5 6 pin 15/16 amp socket outlet Each 1440 107.00 154,080.00
258 1.23.6 Telephone socket outlet Each 720 90.00 64,800.00
259 1.23.7 TV antenna socket outlet Each 720 71.00 51,120.00
260 1.38 Supplying and fixing call bell/ buzzer suitable for single phase, 230 volts, complete as
required.
Each 720 98.00 70,560.00
261
1.14.2
Wiring for circuit wiring with 2 x 2.5 sq.mm FR PVC insulated multi-stranded copper
conductor single core cable with 1 x 1.5 sq.mm. FR PVC insulated earth wire in
recessed PVC conduit as required.
Metre
51840 127.00
6,583,680.00
262
1.18
Supplying, drawing, connecting and testing of 0.5 mm dia annealed copper conductor
PVC insulated PVC sheathed telephone wire in existing conduit/wire way duct etc. as
required of following sizes:
263 1.18.2 2 Pair (4 core) Metre 7200 21.00 151,200.00
264 1.19 Providing, laying, connecting and testing of unarmoured TV cable RG-6 PVC insulated
cable along wall or ceiling or through existing pipe.
Metre 7200 26.00 187,200.00
265 1.22 Supply and Fixing of Metal boxes of following sizes including all civil works as required
to complete.
266 1.22.3 150 mm X 75 mm X 60 mm deep metal box Each 720 129.00 92,880.00
267 1.22.4 150 mm X 150 mm X 60 mm deep metal box Each 720 137.00 98,640.00
268 1.22.5 180 mm X 100 mm X 60 mm deep metal box Each 720 148.00 106,560.00
269 1.22.6 200 mm X 125 mm X 60 mm deep metal box Each 720 152.00 109,440.00
270 1.33 Supplying and fixing 2 pin, 5 amp ceiling rose on the existing junction box/ wooden
block including connection etc as required.
Each 1440 58.00 83,520.00
271 Sub Total = 14,420,160.00
272
273 LIGHT & FIXTURES
274 NSR-E-1 Supply, Installation, Testing & Commissioning of 20W, LM 80 Qualified, SMD LED,
Output Lumen 1500 , frosted diffuser type, CRI 85%, 4800 K, surface mounted Length
1200 mm. LED luminaire Light fittings complete with all accessories such as Electronic
driver, holding clamp etc. including making connection and earthing the fitting.
Nos. 720 495.00 356,400.00
275 NSR-E-2 Supply, Installation, testing and commissioning of 600mm length,1x10-12W,LED type
light fixture of comprising frame fitted with LED lamp, including driver etc. suitable for
wall/ceiling mounted as required as per site conditions( Bajaj: BCLSB 10WH, Goldwyn
T8-A10 , Wipro LL20-111-XXX-65-NE or Surya SLE BT 10).connections as required as
per site conditions.
Nos. 4320 214.50 926,640.00
276 NSR-E-3 Installation, testing & commissioning of following sizes of ceiling fans suitable for 1200
mm. sweep double ball bearing with electronics step mini fan regulator. 230volt, 50Hz
single phase A/C supply and complete with all standard accessories such as motors
blades, down rod, canopy etc.
Nos. 1440 2,444.20 3,519,648.00
277 Sub Total = 4,802,688.00
278
17 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
279 DISTRIBUTION BOARDS
280 NSR-E-4 Supplying, installation, testing & commissioning of following type wall mounted
VTPN/TPN/SPN distribution board of double door type, dust protected (IP-43), duly
phosphatizes and powder painted design made out of 16 gauge MS sheet with
supplying and fixing following accessories including Neutral bar, Earth bar, Din bar,
detachable gland plate, interconnections, earthing etc. as required.
281 NSR-E-4.1 4 WAY SPN MCB DB
282 INCOMING
283 32 Amp DP MCB - 1 No
284 BUSBARS
285 100 ADP tinned copper Bus bars - 1 Set
286 OUTGOING
287 16A C, Curve SP MCB - 4 Nos Set 720 2,447.00 1,761,840.00
288 NSR-E-4.2 16A SP MCB - 1 Nos
289 6A-32A C, Curve SP MCB - 2 Nos
290 40A D, Curve SP MCB - 1 Nos Set 720 929.00 668,880.00
291 Sub Total = 2,430,720.00
292
293 MV CABLES (at building blocks)
294 NSR-E-5 Supplying, Laying, testing & commissioning of the following sizes of XLPE insulated,
multistand Al. & Cu. Conductor armoured cables of 1.1KV grade on the surface of wall
or on existing cable trays or existing Under Ground cable trench complete with fixing
hardware etc. as required.
295 NSR-E-5.1 4C X 25 Mm. A2XFY Metre 5256 165.00 867,240.00
296 NSR-E-5.2 2C X 6 Mm. A2XWY Metre 19188 68.30 1,310,540.40
297 NSR-E-6 Suppling, making, testing & commissioning of end termination with brass metallic
double compression glands suitable for the following sizes of XCPE Al. & Cu.
conductor armoured cables including proper sizes of copper thimbles etc. as required.
298 NSR-E-6.1 4C X 25 Mm. A2XFY Nos. 72 800.00 57,600.00
299 NSR-E-6.2 2C X 6 Mm. A2XWY Nos. 1440 250.00 360,000.00
300 Sub Total = 2,595,380.40
301
302 EXTERNAL SANITARY & PLUMBING WORKS
303 19.1 Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff mixture of
cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of
joints etc. complete :
304 19.1.2 150 mm diameter Metre 571.2 156.50 89,392.80
305 19.1.3 200 mm diameter Metre 605.8 311.60 188,767.28
306 19.1.4 250 mm diameter Metre 398.1 515.30 205,140.93
18 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
307 19.2 Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded
stone aggregate 40 mm nominal size) all-round S.W. pipes including bed concrete as
per standard design :
308 19.2.2 150 mm diameter S.W. pipe Metre 571.2 612.90 350,088.48
309 19.2.3 200 mm diameter S.W. pipe Metre 605.8 718.50 435,267.30
310 19.2.4 250 mm diameter S.W. pipe Metre 398.1 830.90 330,781.29
311 19.6 Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars
jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine
sand) including testing of joints etc. complete :
312 19.6.2 150 mm dia. R.C.C. pipe Metre 1263.5 266.90 337,228.15
313 19.6.3 250 mm dia. R.C.C. pipe Metre 986.5 356.70 351,884.55
314 19.6.4 300 mm dia. R.C.C. pipe Metre 1038.5 387.00 401,899.50
315 19.6.5 450 mm dia. R.C.C. pipe Metre 882.7 538.20 475,069.14
316 19.32 Making soak pit 2.5 m diameter 3.0 metre deep with 45 x 45 cm dry brick honey comb
shaft with bricks and S.W. drain pipe 100 mm diameter, 1.8 m long complete as per
standard design
317 19.32.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 12.8 15,196.20 194,511.36
318 NSR-6 Constructing Inspection pit of inside measurement 600mm X 600mm X upto 600mm
(depth) with 250 mm thick 1st. class brick work in cement mortar (1:4) on all sides,
bottom of the pit consisting of 100 mm thick cement concrete (1:3:6) with stone chips
over a layer of jhama brick flat soling, 15 mm thick (1:4) cement plaster to inside walls
and out-side walls upto G.L. and 20 mm. thick (1:4) plaster to bottom of the pit,
providing necessary invert with cement concrete (1:3:6) with stone chips as per
direction, neat cement finishing to entire internal surfaces, top of the pit covered with
100 mm thick R.C.C. slab (1:1.5:3) with stone chips and necessary reinforcements
upto 1% and shuttering including 6 mm thick cement plaster (1:4) in all external
surfaces of the slab and one 560 mm dia. R.C.C. manhole cover of approved make
supplied, fitted and fixed in the slab with necessary fittings, necessary earthwork in
excavation in all sorts of soil, filling sides of the pit with earth and removing spoils after
work complete in all respect with all costs of labour and materials.
Each 131.5 6,933.30 911,728.95
319 NSR-7 Extra for each additional depth of 150 mm or part thereof beyond initial 600 mm depth. Each 114.2 1,666.50 190,314.30
19 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
320 19.7 Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4 coarse sand )
with R.C.C. top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse
sand : 8 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick
with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat
cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size) finished with a floating coat of neat
cement complete as per standard design :
321 19.7.1 Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty)
455x610 mm internal dimensions, total weight of cover and frame to be not less than
38 kg (weight of cover 23 kg and weight of frame 15 kg) :
322 19.7.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 138.5 6,875.20 952,215.20
323 19.7.2 Inside size 120x90 cm and 90 cm deep including C.I. cover with frame (medium duty)
500 mm internal diameter, total weight of cover and frame to be not less than 116 kg
(weight of cover 58 kg and weight of frame 58 kg) :
324 19.7.2.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 116 14,556.80 1,688,588.80
325 19.8 Extra for depth for manholes :
326 19.8.1 Size 90x80 cm
327 19.8.1.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Metre 173.1 4,293.00 743,118.30
328 19.8.2 Size 120x90 cm
329 19.8.2.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Metre 150.6 4,409.20 664,025.52
330 19.15 Providing M.S. foot rests including fixing in manholes with 20x20x10 cm cement
concrete blocks 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm
nominal size) as per standard design
331 19.15.1 With 20x20 mm square bar Each 2374.6 201.30 478,006.98
332 19.27 Constructing brick masonry road gully chamber 50x45x60 cm with bricks in cement
mortar 1:4 (1 cement : 4 coarse sand) including 500x450 mm pre-cast R.C.C.
horizontal grating with frame complete as per standard design :
333 19.27.1 With common burnt clay F.P.S. (non modular) bricks of class designation 7.5 Each 110.8 3,078.60 341,108.88
20 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
334 NSR-8 Construction of septic tank of different capacities as per approved drawing with 1st
class brick work in cement mortar (1:4) including two 560 mm dia. R.C.C. manhole
cover (heavy type)of approved make supplied, fitted and fixed in the 100mm thick
R.C.C (1:1.5:3) top slab with necessary fittings, 20mm thick cement plaster (4 : 1) with
neat cement finish to the internal surfaces and 15 mm thick cement plaster (4 : 1) to
outside wall upto 200 mm below G.L floor finished with 25 mm thick grey artificial stone
over 100 mm thick R.C.C (1:1.5:3) bottom slab including supplying, fitting and fixing all
necessary specials, fittings, S.W. tees, C.I. foot rest etc. including excavation earth in
all sorts of soil, shoring, bailing out and pumping out water as necessary, ramming,
dressing the bed and refilling the sides of the tanks with earth, removing spoils, filling
up the chamber with clear water, removing foreign materials from the chamber and
including constructing attached inspection pit as per approved drawing and connecting
all necessary pipes, joints etc. with internal plaster work and artificial stone flooring is to
be done with admixture of water proofing compound @ 0.5% by weight of cement with
all costs of labour and materials. Note:- (i) Finished level of Septic Tank should be 400
mm. from Ground Level. (ii) Height of 50 mm. Ventilation pipe & Mosquito proof mesh,
should be followed as per IS:2470, Part- I. Payment will be made separately on the
basis of actual height based on relevant I.S. Code.
335 NSR-8.1 200 USER Each 1.4 155,020.80 217,029.12
336 NSR-9 Supply fitting and fixing Vertical, multistage centrifugal pump with inlet and outlet ports
on same the level (inline). The pump head and base are in cast iron – all other wetted
parts are in stainless steel. A cartridge shaft seal ensures high reliability, safe handling,
and easy access and service. Power transmission is via a rigid split coupling. Pipe
connection is via DIN flanges.
The pump is fitted with a 3-phase, fan-cooled asynchronous motor. having head upto
90mtr. and flow 80 cu. mtr./hr. with 40HP motor
Each 2.8 35,200.00 98,560.00
337 NSR-10 Supplying, fitting and fixing in position G.I. pipes of TATA make for underground works
with all necessary accessories, specials viz.socket, bend, tee, union, cross, elbow,
nipple, short piece etc. including cost of all materials, jointing materials ,cutting pipes,
making threads, cutting trenches upto 1.5 metre below surface in all sorts of soil and
refilling the same as directed with two coats of painting on G.I. pipes and specials with
bituminous paint complete in all respect. (Payment will be made on the centre line
measurement of the total pipe line including all specials No separate payment will be
made for accessories, specials. Payment for painting will be made separately)
338 NSR-10.1 (xi) 150 mm dia. medium quality Each 242.3 1,661.00 402,460.30
339 NSR-10.2 (ix) 100 mm dia. medium quality Each 103.8 1,106.60 114,865.08
340 NSR-10.3 (viii) 80 mm dia. medium quality Each 190.4 877.80 167,133.12
21 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
341 NSR-10.4 (vi) 50 mm dia. medium quality Each 242.3 572.00 138,595.60
342 NSR-10.5 (iv) 32 mm dia. medium quality Each 571.2 389.40 222,425.28
343 NSR-11 Supplying, fitting and fixing gunmetal wheel valve of approved brand and make tested
to 21 kg per sq. cm. (for water lines only).
344 NSR-11.1 (i) 100 mm dia Each 3.5 10,568.80 36,990.80
345 NSR-11.2 (ii) 80 mm dia Each 7.6 6,150.10 46,740.76
346 NSR-11.3 (iv) 50 mm dia Each 40.7 2,504.70 101,941.29
347 18.19 Providing and fixing gun metal non- return valve of approved quality (screwed end) :
348 18.19.6 80 mm nominal bore
349 18.19.6.1 Horizontal Each 10.4 1,916.60 19,932.64
350 18.19.6.2 Vertical Each 4.2 2,253.20 9,463.44
351 18.19.2 32 mm nominal bore
352 18.19.2.1 Horizontal Each 36 427.30 15,382.80
353 Sub Total = 10,920,657.94
354
355 EARTH FILLING
356 NSR-12 Supplying and Stacking of Good Earth by mechanical transport including loading,
unloading including royalty & carriage up to 5 KM complete.
Cum 12219.1 233.90 2,858,047.49
357 NSR-13 Spreading of sludge, dump manure and/or good earth in required thickness and extra
for compaction of earth work as per direction of officer-in-charge (cost of sludge, dump
manure and/ or good earth to be paid separately).
Cum 12219.1 45.80 559,634.78
358 Sub Total = 3,417,682.27
359
360 CONCRETE ROAD WORK
361 2.28 Surface dressing of the ground including removing vegetation and inequalities not
exceeding 15 cm deep and disposal of rubbish, lead upto 50 m and lift upto 1.5 m. All
kinds of soil
362 2.28.1 All kinds of soil Sqm 5254.6 8.70 45,715.02
363 2.2 Earth work in rough excavation, banking excavated earth in layers not exceeding 20
cm in depth, breaking clods, watering, rolling each layer with ½ tonne roller or wooden
or steel rammers, and rolling every 3rd and top-most layer with power roller of
minimum 8 tonnes and dressing up in embankments for roads, flood banks, marginal
banks and guide banks or filling up ground depressions, lead upto 50m and lift upto 1.5
m
364 2.2.1 All kinds of soil Cum 1541.4 266.30 410,474.82
365 2.27 Supplying and filling in plinth with Sand under floors, including watering, ramming,
consolidating and dressing complete.
Cum 770.7 540.00 416,178.00
366 NSR-14 Supplying and laying Polythene Sheet (150gm / sq.m.) over damp proof course or
below flooring or roof terracing or in foundation or in foundation trenches.
Sqm 3853.4 137.50 529,842.50
22 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
367 4.1 Providing and laying in position cement concrete of specified grade excluding the cost
of centering and shuttering - All work up to plinth level :
368 4.1.4 1:2:4 (1 Cement : 2 coarse sand (zone-III) : 4 graded stone aggregate 40 mm nominal
size)
Cum 315.3 4,229.60 1,333,592.88
369 4.1.2 1:1.5:3 (1 Cement: 1/2 coarse sand (zone-III) : 3 graded stone aggregate 20 mm
nominal size)
Cum 735.6 4,710.10 3,464,749.56
370 5.22 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in
position and binding all complete at all levels.
371 5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or more. Kg 12611.1 54.20 683,521.62
372 16.46.1 Providing and laying in position bitumen hot sealing compound for expansion joints etc.
Using grade ‘A' sealing compound.
per cm
depth per
cm width
per m
length
4203.7 78.10 328,308.97
373 16.45 Providing and fixing in position pre-moulded joint filler in expansion joints. per cm
depth per
cm width
per m
length
4203.7 2.40 10,088.88
374 16.69 Providing and laying at or near ground level factory made kerb stone of M-25 grade
cement concrete in position to the required line, level and curvature, jointed with
cement mortar 1:3 (1 cement: 3 coarse sand), including making joints with or without
grooves (thickness of joints except at sharp curve shall not to more than 5mm),
including making drainage opening wherever required complete etc. as per direction of
Engineer-in-charge (length of finished kerb edging shall be measured for payment).
(Precast C.C. kerb stone shall be approved by Engineer-in-charge).
Cum 63.1 3,793.40 239,363.54
375 16.47.1 Painting runway/taxi track/apron marking with adequate nos of coats to give uniform
finish with road marking paint of superior make as approved by the Engineer-in charge,
i/c cleaning the surface of ail dirt, scales, oil, grease and other foreign material etc. and
lining out complete. New work (Two or more coats)
Sqm 420.4 49.20 20,683.68
376 4.3 Centering and shuttering including strutting, propping etc. and removal of form work for
:
377 4.3.1 Foundations, footings, bases for columns Sqm 350.3 154.30 54,051.29
378 TOTAL OF CONCRETE ROAD WORK 7,536,570.76
379
380 PARKING
23 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
381 2.28 Surface dressing of the ground including removing vegetation and inequalities not
exceeding 15 cm deep and disposal of rubbish, lead upto 50 m and lift upto 1.5 m.
382 2.28.1 All kinds of soil Sqm 3079.8 8.70 26,794.26
383 2.2 Earth work in rough excavation, banking excavated earth in layers not exceeding 20
cm in depth, breaking clods, watering, rolling each layer with ½ tonne roller or wooden
or steel rammers, and rolling every 3rd and top-most layer with power roller of
minimum 8 tonnes and dressing up in embankments for roads, flood banks, marginal
banks and guide banks or filling up ground depressions, lead upto 50m and lift upto 1.5
m
384 2.2.1 All kinds of soil Cum 1077.9 266.30 287,044.77
385 2.27 Supplying and filling in plinth with sand under floors, including watering, ramming,
consolidating and dressing complete.
Cum 923.9 540.00 498,906.00
386 NSR-16 Supplying and laying Polythene Sheet (150gm / sq.m.) over damp proof course or
below flooring or roof terracing or in foundation or in foundation trenches.
Sqm 3079.8 137.50 423,472.50
387 4.1 Providing and laying in position cement concrete of specified grade excluding the cost
of centering and shuttering - All work up to plinth level :
388 4.1.4 1:2:4 (1 Cement : 2 coarse sand (zone-III) : 4 graded stone aggregate 40 mm nominal
size)
Cum 462 4,229.60 1,954,075.20
389 4.3 Centering and shuttering including strutting, propping etc. and removal of form work for
:
0
390 4.3.1 Foundations, footings, bases for columns Sqm 462 154.30 71,286.60
391 16.91 Providing and laying factory made chamfered edge Cement Concrete paver blocks in
footpath, parks, lawns, drive ways or light traffic parking etc, of required strength,
thickness & size/ shape, made by table vibratory method using PU mould, laid in
required colour & pattern over 50mm thick compacted bed of sand, compacting and
proper embedding/laying of inter locking paver blocks into the sand bedding layer
through vibratory compaction by using plate vibrator, filling the joints with sand and
cutting of paver blocks as per required size and pattern, finishing and sweeping extra
sand. complete all as per direction of Engineer-in-Charge.
0
392 16.91.1 60mm thick cement concrete paver block of M-35 grade with approved colour, design
& pattern.
Sqm 3079.8 555.30 1,710,212.94
393 Sub Total = 4,971,792.27
394
395 BORE WELL
24 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
396 NSR-17 Boring/drilling bore well of required dia for casing/ strainer pipe, by suitable method
prescribed in IS: 2800 (part I), including collecting samples from different strata,
preparing and submitting strata chart/ bore log, including hire & running charges of all
equipment, tools, plants & machineries required for the job, all complete as per
direction of Engineer-in-charge, upto 90 metre depth below ground level.
397 NSR-17.1 All types of soil
398 NSR-17.1.1 400 mm dia Metre 90 379.70 34,173.00
399 NSR-18 Boring/drilling bore well of required dia for casing/ strainer pipe, by suitable method
prescribed in IS: 2800 (part I), including collecting samples from different strata,
preparing and submitting strata chart/ bore log, including hire & running charges of all
equipments, tools, plants & machineries required for the job, all complete as per
direction of Engineer -in-charge, beyond 90 metre & upto 150 metre depth below
ground level.
400 NSR-18.1 400 mm dia Metre 60 474.60 28,476.00
401 NSR-19 Supplying, assembling, lowering and fixing in vertical position in bore well,
unplasticized PVC medium well casing (CM) pipe of required dia, conforming to IS:
12818, including required hire and labour charges, fittings & accessories etc. all
complete, for all depths, as per direction of Engineer -in-charge.
402 NSR-19.1 200 mm nominal size dia Metre 120 464.20 55,704.00
403 NSR-20 Supplying, assembling, lowering and fixing in vertical position in bore well unplasticized
PVC medium well screen (RMS) pipes with ribs,
conforming to IS: 12818, including hire & labour charges, fittings & accessories etc. all
complete, for all depths, as per direction of Engineer-in-charge.
404 NSR-20.1 150 mm nominal size dia Metre 30 403.40 12,102.00
405 NSR-21 Gravel packing in tubewell construction in accordance with IS: 4097, including
providing gravel fine/ medium/ coarse, in required grading & sizes as per actual
requirement, all complete as per direction of Engineer-in-charge.
Cum 7.36 879.60 6,473.86
406 NSR-22 Supplying, assembling, lowering and fixing in vertical position in bore well, ERW
(Electric Resistance Welded) FE 410 plain slotted (having slot of size 1.6/3.2 mm) mild
steel threaded and socketed/ plain bevel ended pipe (type A) of required dia,
conforming to IS: 8110, of reputed and approved make, having wall thickness not less
than 5.40 mm, including painted with outside surface with two coats of anticorrosive
bitumestic paint of approved brand and manufacture, including hire & labour charges,
fittings & accessories, all complete,
for all depths, as per direction of Engineer -in-charge.
407 NSR-22.1 200 mm diameter Metre 5 1,158.20 5,791.00
25 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
408 NSR-23 Development of tube well in accordance with IS : 2800 (part I) and IS: 11189, to
establish maximum rate of usable water yield without sand content (beyond
permissible limit), with required capacity air compressor, running the compressor for
required time till well is fully developed, measuring yield of well by "V" notch method or
any other approved method, measuring static level & draw down etc. by step draw
down method, collecting water samples & getting tested in approved laboratory, i/c
disinfection of tube well, all complete, including hire & labour charges of air
compressor, tools & accessories etc., all as per requirement and direction of Engineer-
in-charge.
Hour 144 419.40 60,393.60
409 NSR-24 Providing and fixing suitable size threaded mild steel cap or spot welded plate to the
top of bore well housing/ casing pipe, removable as per requirement, all complete for
bore well of:
410 NSR-24.1 200 mm dia Each 1 177.30 177.30
411 NSR-25 Providing and fixing M.S. clamp of required dia to the top of casing/ housing pipe of
tube well as per IS: 2800 (part I), including necessary bolts & nuts of required size
complete.
412 NSR-25.1 200 mm clamp Each 2 1,116.80 2,233.60
413 NSR-26 Providing and fixing Bail plug/ Bottom plug of required dia to the bottom of pipe
assembly of tube well as per IS:2800 (part I).
414 NSR-26.1 150 mm dia Each 1 178.50 178.50
415 NSR-27 Supplying, fitting and fixing Bore well submersible pump having flow 48cu. Mtr. per hr.
and 45 mtr head with 12.5HP motor 3 phase
Each 1 91,520.00 91,520.00
416 NSR-28 Supplying, fitting and fixing in position G.I. pipes of TATA make for underground works
with all necessary accessories, specials viz.socket, bend, tee, union, cross, elbow,
nipple, short piece etc. including cost of all materials, jointing materials ,cutting pipes,
making threads, cutting trenches upto 1.5 metre below surface in all sorts of soil and
refilling the same as directed with two coats of painting on G.I. pipes and specials with
bituminous paint complete in all respect. (Payment will be made on the centre line
measurement of the total pipe line including all specials No separate payment will be
made for accessories, specials. Payment for painting will be made separately)
417 NSR28.1 80 mm dia. medium quality Metre 60 877.80 52,668.00
418 NSR-29 Supplying, fitting and fixing gunmetal wheel valve of approved brand and make tested
to 21 kg per sq. cm. (for water lines only).
419 NSR-29.1 (ii) 80 mm dia Each 2 6,150.10 12,300.20
420 NSR-30 Providing and fixing gun metal non- return valve of approved quality (screwed end) :
421 NSR-30.1 80 mm nominal bore
422 NSR-30.1.1 Horizontal Each 1 2,753.40 2,753.40
423 NSR-30.1.2 Vertical Each 1 3,239.00 3,239.00
424 Sub Total = 368,183.46
26 of 27
Construction of 660 Dwelling unit in 33 nos blocks of G+3 at Kasidih, Adityapur 60 Dwelling units in 3 nos blocks of G+3 at Saraikela
(Norodih) under Pradhan Mantri Awas Yojana (Urban) .- Package-II (ERO/MMD/780/1108)
Sl.
No.
DSR-2016 /
NSR
DESCRIPTION UNIT QTY RATE AMOUNT
425
426 Grand Total = 362,408,244.42
( NOTES :- Description of various Items of this tender are as per DSR Item number mentioned in the BOQ. However item rates are calculated based on market analysis.)
27 of 27
top related