Method Statement by Ecobuilders 30jan2013

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 16

TENDER DOCUMENTS FOR

CONSTRUCTION OF RAIN WATER HARVESTING


SYSTEM IN IUAC CAMPUS

NIT No.- IUAC/NIT/32/KKS/ I.2716 / 2015-16


Date of Opening - 11/04/2016 at 3.30 PM

INTER-UNIVERSITY ACCELERATOR CENTRE


ARUNA ASAF ALI MARG
POST BOX NO. 10502
NEW DELHI-110067

1
INTER-UNIVERSITY ACCELERATOR CENTRE
ARUNA ASAF ALI MARG
POST BOX NO. 10502
NEW DELHI-110067

NOTICE INVITING TENDER NO. IUAC/ NIT/32/KKS/I.2716/2015-16

Name of the work : Construction of Rain Water Harvesting


System
Estimated Value :
: Rs. 25.0 Lakhs
Earnest Money
: Rs. 50,000/- in the form of D.D

Last Date and Time of Submission of


Tender
: 11-04-2016 at 3p.m.
Date & Time for opening of
Technical bid (Part-A)
: 11-04-2016 at 3.30 p.m.

Date & Time for Opening of


Price bid (Part-B):
To be intimated later on to pre-qualified bidders
technically
Address for submission of tender
: Administrative Officer (S&P)
IUAC(formerly Nuclear Science Centre)
Aruna Asaf Ali Marg
Near Vasant Kunj
New Delhi-110067
Place of Opening of the Tender
: IUAC Committee Room (222)
Tender Fee
: Rs. 500/- in Cash or DD
(Bidders who Download may pay alongwith
technical bid).
GENERAL CONDITIONS OF TENDER:
1. Submission of Tender: Tenders should be submitted in sealed envelopes in two Parts separately,
i.e. “Technical bid” (Part-A) and “Price bid” (Part-B). Both the parts should be further sealed in an
envelope super-scribing NIT No & name of work, due date for opening, bidders name & address.
The tender duly filled in may be sent to above mentioned address either by post or hand delivered
in the tender box kept in the area near west side entrance, after ensuring that due entries are
made in the register kept at the counter. It should not be handed over to any employee of the
centre. No tender shall be accepted later than the time schedule specified above.

Any clarifications/amendments/corrigenda etc., to NIT before last date of submission of bid


will only be available on our website: www.iuac.res.in. Therefore bidders are advised to keep
visiting our website.

2. Technical Bid (Part-A): In this bid, the bidder should submit covering letter on company’s letter
head, company profile, list of plant, machinery & tools in his possession, copies of work orders
successfully executed during the last five years. No deviations in respect of NIT conditions are
acceptable.
The following specific conditions are essential for technical qualification:-
i) Earnest Money Deposit . An EMD of Rs 50,000/- ( fifty thousand only) to be send in technical bid.
Companies registered with NSIC will be exempted from EMD, However they have to furnish the
documents showing that they are registered under NSIC for the category of civil construction work.
ii) All the pages of NIT (including blank Price bid) duly signed & stamped by the bidder as a token of
acceptance of the NIT conditions
iii) Copies of TIN no., PAN no., Service Tax Registration

iv) Copies of work order and it’s completion certificates of similar works(Similar works means
execution of rain water harvesting system including civil construction work associated with
Excavation and reinforced concreting work) executed successfully during the last 5 yrs. in Govt.,
Public sector, Autonomous body or reputed Public Ltd. Company, with at least one work order of Rs
20.0 lakhs or two work orders each of Rs 12.5 Lakhs or three work order each of Rs. 10.0 lakh.

v) IUAC reserves the right to visit the sites mentioned by bidders.. The bidder will have to arrange
for such visit.

3. Price Bid (Part-B): In this bid the bidder is required to quote his item rates in the BOQ
Attached in accordance with the scope of work, terms & conditions & technical specifications
enclosed. The rates/price quoted by contractor should be all inclusive i.e. should include all material
cost, labour, services, plant/machinery/tools & tackles, ladders & scaffolding required for work,
freight, Insurance, Octroi, Govt. duties & levies, taxes (VAT, Service Tax, Sales Tax etc.),
transport/cartage of materials/labour and all other expenses not specifically mentioned but
reasonably implied. Nothing over and above these rates shall be payable to contractor. Further
nothing extra in rates will be considered for any variations in tender quantities or due to any site
difficulties. It is mandatory for bidder to quote all items rate as asked for in the BOQ/ PRICE
schedule. Failure in not filling some item rates will lead to rejection of tender. The bidders should
quote unconditional rates, neatly written without any overwriting and all pages should be duly
signed & stamped.

4. Earnest Money: An earnest money of Rs.50,000/ has to be enclosed along with the Technical bid
(Part-A). The EMD shall be only in the form of Bank Draft in favour of ‘IUAC’, payable at New
Delhi. No Cheques/Cash shall be accepted as EMD. The refund of EMD to unsuccessful bidders will
be made after placement of order to the successful bidder. The EMD of successful bidder will be
released after completion of work and site clearance.
5. Validity of Tender: Tender shall be valid for our acceptance without any change in rates and NIT
conditions for a period of 90 days from the date of opening of price bid.
6. Escalation: No escalation over and above items rates quoted by the bidder shall be paid during the
execution of contract.
7. Completion time: The time shall be the essence of this contract and entire work as titled above is to
be completed in all respects within a period of Two (2) months from the date of issue of LOI
/Purchase order by the Centre. Any delay in completing the work for reasons attributable to the
Contractor is liable for liquidated damages as per clause# 15 of NIT. Under the force-majeure
conditions or delay due to reasons beyond control of the contractor, IUAC may grant suitable time
extension for which the contractor has to request along with the justification/ reasons well in
advance to the Director, IUAC for approval without any prejudice to price escalation. No time
extension request shall be considered after the expiry of completion period/contract. The decision of
the Director will be final and binding on the bidder/contractor.
8. Scope of Work: Detailed scope of work, technical specifications & special conditions, makes of
materials etc. are enclosed with this NIT as per Annexure –I. Contractor should carefully go through
the same before filling rates.
9. Deviations: No deviation from the stipulated terms and conditions will be allowed. Tender will be
unconditional.
10. Site Conditions: Contractor shall acquaint himself fully with the site conditions and the working
environment of IUAC before quoting his rates. No Compensation on account of any site difficulties
will be entertained, at a later date, after award of the works.
11. Correspondence: All the correspondence in respect of tender/contractual obligation shall be made
to A.O.(S&P), IUAC, Aruna Asaf Ali Marg, New Delhi-110067.
12. Terms of Payment: The payment shall be made on submission of the bills in proper format by the
contractor after due certification by the IUAC engineer responsible for supervision of the work.
Contractor can submit one interim bill and one final bill after completion of work for claiming
payment based on actual quantities of items of work executed as per BOQ.
13. Labour Laws: The contractor will abide by all the rules and regulations related to labour laws,
accident, workmen compensation act, workmen insurance etc. This will be the sole responsibility of
the contractor. IUAC will not be a party at any stage in any of the disputes relating to the above. In
case, IUAC has to bear any expenditure due to non-conformance of above provisions by the
contractor, the same will be recovered from contractor’s bills.
14. Rules governing the Contractor’s employees working in the IUAC Premises: The
contractor’s employees working inside the IUAC campus will abide by the Centre’s rules
& regulations for works inside the campus. Any damage to the IUAC property due to
mishandling, carelessness on the contractor’s or his workmen’s part will be recoverable
from the contractor’s bills.
15. Liquidated damages: In case the work is delayed beyond the specified completion period
for reasons attributable to the contractor, deductions on account of Liquidated damages
@1% of the contract value per week will be deducted subject to a maximum of 10% of the
contract value. However, IUAC also reserves the right to get the work done by any other
contractor at the risk and cost of the existing contractor and amount to that effect will be
deductible from his bills/dues.
16. Extra or substituted item: If any extra or substituted item appears in the work, contractor
shall submit its rate analysis supported with documents which shall be approved by IUAC.
If required, IUAC can make its own analysis based on DSR document of CPWD or based
on market rates for determining item rate.
17. Defect Liability period: Defect liability period shall be One Year from the date of
completion of work. Any defect arising in this period due to contractor’s fault will be
rectified by him at his own cost. Failure to do so shall lead to forfeiture of security deposit.

18. Security Deposit


A security deposit equal to 10% of the value of work will be deducted from Contractor’s bills.
5% of the SD will be returned after successful completion of the work (engineer’s certification
of final bill) and remaining 5% will be returned after the completion of defect liability period,
after ensuring successful performance of the system executed by the contractor.
19. Contractor will take due permission for entry of all his workmen in IUAC. No
un-authorised person will be allowed to work inside.
20. The contractor will provide for all necessary materials, tools, equipment, access ladders &
scaffolding, measuring instruments and working consumables etc. needed for execution of
the works. Safe custody of all such material will be contractor’s sole responsibility. No
extra charges will be paid for the same. Watch and Ward of all material till the system is
taken over by IUAC shall be the sole responsibility of the contractor and pilferage etc. shall
be entirely to his account.

21. During execution of work, the contractor should follow all standard norms of safety
measures/precautions as per relevant IS codes and CPWD specifications to avoid
accidents/damages to man, machines and buildings at his own cost. Contractor will have to
make his own arrangement to escort the labour to the nearest hospital for treatment in case
any injury happens to any worker during execution of work.
23. Manpower deployed by the contractor at our site for carrying out contract works is strictly
prohibited being associated with any other works on the campus. No labour hutments/
jhuggis/ campus shall be allowed within IUAC campus.
24. No material belonging to the contractor whether consumable or non-consumable should be
brought inside the IUAC campus without proper entry at the Main Gate nor any material
should be taken out without proper gate pass issued by the authorized representatives of the
Centre.
25. During execution of the work, contractor should dispose-off waste material outside the
IUAC Campus on regular basis and should keep the area of work properly cordoned off
and neat and clean as far as possible. After completion of work, contractor should clear the
site completely of all unwanted and junk material before submitting his final bill.
26. IUAC will supply water to contractor on chargeable basis @1% of contract value. The
same will be deducted from his running bills.
27. Electrical power will be provided on chargeable basis at one single point near to the
workplace to contractor for execution of work. The Electrical charge of Rs 10/- ( Ten only)
per unit will be deducted from his bill. Contractor will bring his own electrical meterand to
be installed as directed.

27. Tender once submitted will remain with the Centre and will not be returned to the bidders.

28. After award of work, contractor will immediately make a work program in consultation with
IUAC Engineer as to which activity is to be done in which sequence. Thereafter, contractor will
carry out the work in that sequence.

29. Quantities mentioned in tender are approximate. Payment will be made to the contractor on
the basis of actual quantities executed by him as per scope of work, drawings and Engineer’s site
instructions.

30. Contractor will keep one qualified and experienced supervisor at site at all times to look after
the work and interact with IUAC Engineers for execution of work. If work at site is proceeding
without proper supervision from contractor’s side, that work will be rejected and will not be
measured and paid.

31. IUAC can make minor alterations in scope of work during execution of work as per site
conditions and new requirements. Contractor will have no extra claim in rates as well as time
extension on this account. However, in case of major changes, suitable time extension can be
given to contractor on the request of the latter.

32. Contractor will follow the provision of all prevalent labour laws, acts of central and local
Govt. and shall be fully responsible for any violation in this regard. Contractor shall maintain
proper attendance register, wage records and shall present them to the Centre whenever asked
for. IUAC can recover money from contractor’s bills if it has to incur some expenditure in this
respect.

33. Contractor shall undertake all safety precautions during the execution of work as laid down
in relevant I.S. codes and CPWD safety manual. In case of injury to any person, contractor shall
make arrangements to take him to hospital for treatment at his own cost and he will solely be
responsible for any consequences arising out of any violation of safety norms.

34. Termination of Contract:- The Director, IUAC reserve the right to terminate the contract
on account of poor workmen ship, failure to mobilize site within 15days, non-compliance of set
specifications for the works, abnormal delay in progress of work, violation of any contract
provisions by the contractor. The contract can also be terminated at the request of contractor. In
such cases the contractor is liable to pay Liquidated damages @ 5% of tendered value besides
security deposit.
35. Any dispute arising out of this contract will be subjected to jurisdiction of New
Delhi/Delhi.
36. IUAC reserves the right to reject any or all the tenders in full or in part without assigning
any reasons whatsoever, and the decision of the Centre in this regard will be binding on all the
bidders. Tenders not complying with any of the provisions stated in this tender document are
liable to be rejected. Director, IUAC reserves the right to accept or reject any tender without
assigning any reason and does not bind himself to accept the lowest tender.

Accepted

(Signature of bidder)
Note:- Entire NIT (except price bid) is to be attached with “Technical bid (Part-A)” duly
signed & stamped by the bidder.
ANNEXURE-I

SCOPE OF WORK:

The Scope of work will consist of Construction of Rain Water Harvesting system in
IUAC Campus as per following details:

1. Rain Water harvesting system as per layout drawing (Drg No.1) to be executed in
IUAC Campus.

2. A Rain Water Harvesting chamber having internal dimensions of 8 Mtrsx6 mtrs x


6.5 mtrs in depth (drawing No.2). The details of RWH chamber are given in drawing
and in BOQ.

3. RCC Rain Water Harvesting Chamber (walls, top slab etc.) to be structurally
designed by a Structural Engineer for its stability and safety under earth
pressure/earth quack/water pressure etc. Design, drawings and certificate from the
qualified Structural Engineer to be sent to IUAC for approval before start of work.
The item rates quoted shall include the design/drgs. charges and no separate
payment will be made for the same.

4. After completion of work contractor will submit as built drawingsof the layout and
details of rain water harvesting system built by him

--xx--
TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS:

1. Concrete grade to be used in RCC work will be M-20 with nominal grade mix as 1:1 ½:3
and reinf. will be TMT bars.
2. Mixing of concrete will be in Diesel Operated Mixer. Hand mixing of concrete will not be
allowed.
3. Compaction of concrete will be done by Nozzle Vibrator.
4. Cover blocks will be of concrete. Stone pieces will not be allowed to be used as cover
block
5. Cement to be used for RCC work will be OPC 43 grade.
6. Sample of finishing materials will be first got approved by contractor before procuring in
bulk.
7. Contractor will use only ISI marked materials (wherever applicable) and will use only
those makes of materials in his work which have been mentioned in the list of ‘Approved
makes of materials’ given below. Wherever IUAC so directs the Contractor, he will get
the material tested at a suitable laboratory and submit test results to IUAC, at his own cost.
8. Detailed specification of various BOQ items will be as per relevant IS Codes & CPWD
Specifications U.N.O.
9. Cost of concrete work (both PCC & RCC) quoted by the contractor will include mixing
of concrete in Diesel operated mixer, transportation of concrete, compaction (with Nozzle
vibrator), curing and finishing smooth.
10. The contractor at his own cost will get the cube test done from approved institution to
measure the strength of R.C.C. Sample of steel shall also be got tested from approved lab
for all diameters of steel indicated in drawing/BOQ.
11. Cost of brickwork and plastering will include curing for adequate number of days as per
specifications.
12. Contractor will use only Steel shuttering and scaffolding for casting concrete in RCC
work
13. Since the excavation is up to 6 -7 mtrs from ground level, therefore, proper precaution to
be taken care during execution of job till it’s completion towards safety of man and
material.
14. Proper slope to be made from excavated earth keeping in view the safety of man and
material. It should comply with the latest CPWD safety norms and guide lines.
15. Before quoting rates, contractor is requested to see the site as the surrounding earth
consists of soil, soft & hard rocks. Proper Machines are to be used for excavation of the
area. Bidder must take care of all expenditure into account towards man, material and
equipment while quoting rates.
16. Working area should be well protected from residents/children as work to be done in play
ground of IUAC Campus. The construction site area shall be cordoned off by providing GI
Sheets around work site during execution. As per latest NGT guide lines, contractor
should ensure by proper covering so that dust does not fly around from excavation site.
The cost for the above should be included in the item rates quoted. No extra payment will
be made for the same.
17. After the installation of RWH system, the area should be barricaded all around by
wall/railing/fencing as instructed by IUAC Engineer and the payment for the same will be made
in respective item rates.

APPROVED MAKES OF MATERIALS:

1. Cement : JK, Birla, Ultratech, Jaypee, Shree

2. Reinf. Steel : Bharat, Rathi, Amba, Kamdhenu, Jindal,

3. Structural Steel : SAIL, Rana, Mahavir, Capital, Jindal

4. TMT Bars : SAIL , TATA , RINL, JINDAL, RATHI,


KAMDHENU
5. C.I Covers & Manhole Covers : B.C, R.I.F, NECO

6. RCC NP 2 Pipe : Ramanik, Pragati, Indian Hume Pipe Co., Daya


spun pipes
7. PVC Pipes : Prakash, Supreme, Tirupathi, Prince

In case the make of any item is not mentioned in the above list, the same should be ISI
marked and of well known reputed make and the same should be got approved by IUAC
engineer before procurement.

--xx--
CONSTRUCTION OF RAIN WATER HARVESTING SYSTEM IN
IUAC CAMPUS

NIT No.- IUAC/NIT/32/KKS/ I.2716 / 2015-16

PART–B

PRICE BID
SCHEDULE (BILL) OF QUANTITIES

S. Description of item Unit Qty Rate Amount


No (Rs.) Rs.)

1. Earth work in excavation by mechanical means


(Hydraulic excavator) / manual means in
foundation, trenches or drains over areas
(exceeding 30cm to 1.5 mtrs in depth. 1.5 m in
width as well as 10 sqm on plan) 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 disposal of surplus excavated earth
inside IUAC
1.1 All kinds of soil cum 150

1.2 Ordinary rock cum 80

1.3 Hard rock (blasting prohibited) cum 45

2 Extra on item#1.1 for excavating trenches for metre 60


pipes, cables etc. including foundation, drains in
all kinds of soil for depth exceeding 1.5 m, but
not exceeding 3 m. (Rate is over corresponding
basic item for depth upto 1.5 metre).
3 Extra on item#2for excavating trenches for meter 80
pipes, cables, etc, foundation ,drains in all kinds
of soil for depth exceeding 3 m in depth, but not
exceeding 10 m.(Rate is over corresponding
basic item for depth upto 1.5 metre.) Amount is
paid in multiple of 1.5 Mtrs depth
4 Extra on item#1.2 for excavating trenches for meter 75
pipes, cables etc. including foundation, drains in
ordinary rock for depth exceeding 1.5 m, but not
exceeding 3 m. (Rate is over corresponding basic
item for depth upto 1.5 metre). Excavation will
be measured from 1.5 mtrs depth
5 Extra on item#1.3 for excavating trenches for meter 90
pipes, cables etc. including foundation ,drains in
Hard rock (blasting prohibited) for depth
exceeding 1.5 m, but not exceeding 3 m. (Rate is
over corresponding basic item for depth upto 1.5
metre). Excavation will be measured from 1.5
mtrs depth
6 Extra on item#4 for excavating trenches for cum 120
pipes, cables, etc, foundation ,drains in ordinary
rock for depth exceeding 3 m, but not exceeding
10 m.(Rate is over corresponding basic item for
depth upto 1.5 metre.) Excavation will be
measured from 3.0 mtrs depth
7 Extra on item#5 for excavating trenches for cum 180
pipes, cables, etc, foundation ,drains in Hard
rock(blasting prohibited) for depth exceeding 3
m, but not exceeding 10 m.(Rate is over
corresponding basic item for depth upto 1.5
metre.) Amount is paid in multiple of 1.5 Mtrs
depth. Excavation will be measured from 3.0
mtrs depth
8 Disposal of material outside the IUAC Campus
by Mechanical transport including loading,
unloading, disposal. It is Contractor’s
responsibility to find out suitable dumping area
8.1 Lime.murram,rubbish cum 150

8.2 Excavated Rocks cum 400

9 Providing and laying in position cement concrete


of specified grade excluding the cost of
centering and shuttering - All work up to plinth
level  from depth of 10 mtrs to ground level)
9.1 1:2:4 (1 cement : 2 coarse sand : 4 graded stone cum 30
aggregate 20
mm nominal size)
10 Providing and laying cement concrete in
retaining walls, return walls, walls (any
thickness) including attached pilasters, columns,
piers, abutments, pillars, posts, struts, buttresses,
string or lacing courses, parapets, coping, bed
blocks, anchor blocks, plain window sills, fillets,
sunken floor,etc., from depth of 10 mtrs up to
Ground lvl
excluding the cost of centering, shuttering and
finishing:
10.1 1:1½:3 (1 cement:1½ coarse sand:3 graded stone cum 10
aggregate 20 mm nominal size)
11 Centering and shuttering including strutting,
propping etc. and removal of form work from 10
mtrs in depth to ground level for :
11.1 Foundations, footings, bases for columns sqm 100

11.2 Retaining walls, return walls, walls (any sqm 400


thickness) including attached pilasters,
buttresses, plinth and string courses fillets, kerbs
and steps etc.
12 Making plinth protection 50 mm thick of cement sqm 63
concrete 1:3:6 (1 cement:3 coarse sand : 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 finishing the
top smooth.
13 Providing and laying in position specified grade
of reinforced cement
Concrete in walls (any thickness), attached
pilasters, buttresses, plinth and string courses,
fillets, columns, pillars, piers, abutments, posts
and struts etc. excluding the cost of centering,
shuttering, finishing and reinforcement - All
work from 10 mtrs in depth to ground level
13.1 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded cum 90
stone aggregate
20 mm nominal size)
14 Steel reinforcement for R.C.C. work including
straightening, cutting,
bending, placing in position and binding all
complete upto plinth level.
14.1 Thermo-Mechanically Treated bars Kg 4600

15 Smooth finishing of the exposed surface of sqm 50


R.C.C. work with 6 mm thick
cement mortar 1:3 (1 Cement: 3 fine sand).
16 Structural steel work riveted, bolted or welded in kg 1000
built up sections, trusses and framed work,
including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer
all complete. For ladders, safety railing etc.
17 Providing and fixing on wall face unplasticised
Rigid PVC rain water pipes conforming to IS :
17.1 110 mm diameter metre 2

18 15 mm cement plaster on the rough side of


single or half brick wall of mix :
18.1 1;4 (1 cement: 4 fine sand) sqm 60

19 12 mm cement plaster of mix :

19.1 1:4 (1 cement: 4 fine sand) sqm 60

19.2 1:6 (1 cement: 6 fine sand) sqm 60

20 Constructing masonry Chamber 90x90x250 cm each 3


inside, in brick work in cement mortar 1:4 (1
cement : 4 coarse sand) for drain pipe
RCC top slab 1:2:4 mix (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm nominal
size ), i/c necessary excavation, foundation
concrete 1:5:10 (1 cement : 5 fine sand
: 10 graded stone aggregate 40 mm nominal
size ) and inside plastering with cement mortar
1:3 (1 cement : 3 coarse sand) 12 mm thick,
finished with a floating coat of neat cement
complete as per standard design including heavy
duty CI Cover With common burnt clay F.P.S.
(non modular) bricks of class designation 7.5
21 Providing and laying non-pressure NP2 class metre 40
(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 300
mm dia. R.C.C. pipe
22 Providing M.S. foot rests (at the location of each 75
manhole covers) in Existing RCC walls/brick
wall with 20 mm diameter round bar as per
standard CPWD design
23 Supplying and fixing C.I. cover including frame each 2
for manholes : 610x610 mm rectangular C.I.
cover (light duty) Weight of the cover to be not
less than 23 kg.
24 Supplying, filling, spreading & leveling stone cum 20
boulders of size range 5 cm to 15 cm, in
recharge pit, in the required thickness, for all
leads & lifts, all complete as per direction of
Engineer-in-charge.
25 Supplying, filling, spreading & leveling gravels cum 16
of size range 5 mm to 10 mm, in the recharge
pit, over the existing layer of boulders, in
required thickness, for all leads & lifts, all
complete as per direction of Engineer-incharge.
26 Supplying, filling, spreading & leveling coarse cum 16
sand of size range 1.5 mm to 2 mm in recharge
pit, in required thickness over gravel layer, for
all leads & lifts, all complete as per direction of
Engineer -in-charge.
27 Supplying, filling, spreading & leveling pea cum 16
gravel in recharge pit, in required thickness over
coarse sand for all leads & lifts, all complete as
per direction of Engineer -in-charge.
28 Providing and fixing precast RCC perforated each 40
drain covers having concrete of strength not less
than M-25, of size 1000 x 450x50mm,
reinforced with 8 mm dia four nos longitudinal
& 9 nos cross sectional T.M.T. hoop bars,
including providing 50 mm dia perforations @
100 to 125 mm c/c, including providing edge
binding with M.S. flats of size 50 mm x 1.6 mm
complete, all as per direction of
Engineer-in-charge.
29 Providing and fixing SS Mesh with SS Frame kg 20
on outlet point of rain water drainage to
segregate floating impurities
30 Brick work with common burnt clay F.P.S. (non cum 10
modular) bricks of class designation 7.5 in
foundation and plinth in Cement mortar 1:6 (1
cement : 6 coarse sand) up to maximum depth
of 3.0 Mtrs from ground
31 Providing and fixing C.I. sluice valves300 mm No. 1
ClassI (with cap) complete with bolts, nuts,
rubber insertions etc. (the tail pieces if required will
be paid separately).
TOTAL AMOUNT

Amount in words :-

You might also like