Вы находитесь на странице: 1из 157

AMRAVATI

AMRAVATIMUNICIPAL CORPORATION
AMRAVATI
AMRAVATI, MAHARASHTRA
Tender Document
For
Construction and Development of 860 dwelling units of affordable housing
for Economically Weaker Section (EWS) including the required basic
infrastructure of Roads, Utilities, Social Amenities
Amenities, etc. on Design and
Construct Basis under PradhanMantri Awas Yojna (PMAY) - Housing For
All (urban) Mission at multiple locations under the jurisdiction of Amravati
Municipal Corporation, Amravati.
(TENDER No.: ___________ , Dated: 17/04/2017)

SECTION - I

1
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1. Definitions for the purpose of the Mission


Authority
In City limit, authority means Amravati Municipal Corporation who has got authority to sanction the layout and
building plan of respective area.
Carpet Area Carpet area shall be measured from plastered wall to plastered wall for all the rooms, kitchen and wall dado to dado for
toilet, bath and internal passages. Carpet area is excluding balcony area. Minimum balcony area to be provided per
dwelling unit should be 10% of carpet area. Column offset shall not be considered in carpet area measurement.
Economically Weaker EWS households are defined as households having an annual income up to Rs. 3,00,000/- (Rupees Three Lakhs only).
Section(EWS):
An all weather single unit or a unit in a multi-storeyed super structure having carpet area of 30 sq. m. with adequate
EWS House basic civic services and infrastructure services like toilet, water, electricity etc.

This includes Development of Internal land parcel such as development of ground, laying of Water supply, Storm
Site Development water Drain, Sewer line, WBM with bitumen top, roads, Site development infrastructural work will also include, pump
room, society office, compound wall, street lights, solar water heating system, rain water harvesting, underground
sump, over head sintex/RCC tank, gates, meter room, electrical transformer and other infrastructure as per D.C. Rules.

Abbreviations
AMC Amravati Municipal Corporation
LIG Low Income Group
EWS Economically Weaker Section
MoHUPA Ministry of Housing and Urban Poverty Alleviation
BMTPC Building Materials and Technology Pro- motion Council
IS Indian Standard
MoA Memorandum of Agreement
NOC No Objection Certificate
PMAY-HFA(U) PradhanMantri Awas Yojana - Housing for All (Urban)
MRTP Maharashtra Regional Town Planning.
DCR Development Control Rules
MHADA Maharashtra Housing and Area Development Authority
NBC National Building Code.
LoA Letter of Award
PMC Project Management Consultant
DBT Design Build Transfer
G.F. Ground Floor
G+4 Ground floor, first floor Second floor, third floor and fourth floor
DU Dwelling Unit

2
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CONTENTS
TITLE
SECTION I: Tender Document- General Terms and Conditions

SECTION II : Technical Volume-


1. Google map of proposed site.
2. Tentative Building plans and layout Plan (for the purpose of
guidance only).
3. Site office Plan.
4. Laboratory Plan.

3
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

AMRAVATIMUNICIPAL CORPORATION
Rajkamal square, Amravati-444601.
www.amtcorp.org Ph. No. 0721-2579292

Notice Inviting Tender


The Amravati Municipal Corporation (AMC), invites offer from Reputed and well
established Global Contractors / Developers on Design and Construct basis for Construction of
Affordable Housing for Economically Weaker Section (EWS) under PradhanMantri Awas
Yojana - Housing for All (Urban) Mission of Ministry of Urban Housing and Poverty Alleviation
Government of India.
AMC as part of its development agenda plans to develop over 860 dwelling units of
affordable houses for Economically Weaker sections (EWS). These units are to be developed, in
a phased manner, at different locations in the Amravati city limit area which have been already
identified by AMC.

Construction and Development of 860 dwelling units of affordable housing for Economically
Weaker Section (EWS) including the required basic infrastructure of Roads, Utilities, Social
1. Scope of Work Amenities etc. on Design and Construct Basis under PradhanMantri AwasYojna (PMAY) -
Housing For All (urban) Mission at multiple locations under the jurisdiction of Amravati Municipal
Corporation, Amravati.

Estimated Project
2. Rs. 60 Crores. The Project is to be implemented in a phased manner at different locations.
Cost

The total period of construction of project for approximately 860 DUs will be of 24 months (Twenty
Four Months) (Including Rainy Season) commencing from the date of issue of Building permit and
Commencement certificate by the AMC to the selected agency or Bidder as per bid process
3. Period of contract
conducted by AMC. However time limit for each site will be 12 Months including Rainy Season.
(This would be counted for each site separately from the time the work order is given for that
particular site)

Cost of Tender Tender form of Rs. 15,000/- (Rupees Fifteen Thousand only) can be purchased online. (Credit card/
4.
Documents Debit card / Net Banking) (Non Refundable)
Rs. 60,00,000/- (Rs. Sixty lacs only) is to be deposited in the form of Online Payment Gateway or
Earnest Money
5. Bank Guarantee of Nationalized Bank should be uploaded at www.mahatenders.gov.in at EMD
Deposit (EMD
exemption location.
Sale of Tender On line available from 12.00 Noon on 20-04-2017 up-to 2.00 P.M. on 20-05-2017 on
6.
Documents www.mahatenders.gov.in
Physical The EMD in the form of Bank Guarantee should be physically submitted (offline) to City Engineer
7. Submission Office, Amravati Municipal Corporation Rajkamal square, Amravati, from 20-05-2017 after 2.00
of EMD pm to 24-05-2017 upto 03.00 PM.

4
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

On 05-05-2017 at 15.00 Hours IST at conference hall in the office of Hon. Commissioner,
8. Pre-bid Meeting
Amravati. Municipal Corporation, Amravati.

Last Date of online


9. Bid submission On 20-05-2017 upto 03.00 PM at www.mahatenders.gov.in

10. Opening. On 25-05-2017 at 04.00 PM at www.mahatenders.gov.in or as decided by AMC.


Please refer the Tender Document for details regarding the Scope, Eligibility, terms and
11. Other Information conditions and other detail information.

Corrigendum or Any Corrigendum or Addenda issued subsequent to this Tender Document, but before the Bid
12. Addenda Due Date on website will be deemed to form part and parcel of the Bidding Documents.

The Hon. Commissioner, Amravati. Municipal Corporation, Amravati reserves the right to reject
any or all bids without assigning any reason thereof.

Advt. No. _______________


Date :

City Engineer Deputy Commissioner


Municipal Corporation, Amravati. Municipal Corporation, Amravati.

5
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

DISCLAIMER
The information contained in this Tender document (the Tender)or subsequently provided to
Bidder(s), whether verbally or in documentary or in any other form by or on behalf of the
Authority or any of its employees or advisors is on the terms and conditions set out in this Bid
only.

This Bid is not an agreement and is neither a firm offer by the Authority to the prospective
Bidders or any other person. The purpose of this Bid is to provide interested parties with
information that may be useful to them in making their financial offers (Bids) pursuant to this
invitation. This Bid document includes statements, which reflect various assumptions and
assessments arrived at by the Authority in relation to the Project. Such assumptions, assessments
and statements do not purport to contain all the information that each Bidder may require. This
document may not be appropriate for all persons, and it is not possible for the Authority, its
employees or advisors to consider the investment objectives, financial situation and particular
needs of each party who reads or uses this document. The assumptions, assessments, statements
and information contained in this Bidding Document may not be complete, accurate, adequate or
correct. Each Bidder should, therefore, conduct its own investigations and analysis and should
check the accuracy, adequacy, correctness, reliability and completeness of the assumptions,
assessments, statements and information contained in this document and obtain independent
advice from appropriate sources.

Information provided in this document to the Bidder(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Authority accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.

The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this, or
otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the any
assessment, assumption, statement or information contained therein or deemed to form part of
this document or arising in any way for participation in the Bid.

The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements contained
in this document.

6
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

The Authority may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this
document.

The issue of this invitation does not imply that the Authority is bound to select a Bidder or to
appoint the Selected Bidder or Contractor, as the case may be, for the Project and the Authority
reserves the right to reject all or any of the Bids without assigning any reason whatsoever.

The Bidder shall bear all the costs associated with or relating to the preparation and submission
of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the Authority or
any other costs incurred in connection with or relating to its Bid. All such costs and expenses
will remain with the Bidder and the Authority shall not be liable in any manner whatsoever for
the same or for any other costs or other expenses incurred by a Bidder in preparation or
submission of the Bid, regardless of the conduct or outcome of the Bidding Process.

7
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Table of Contents

Contents

1. Definitions for the purpose of the Mission .............................................................................. 2


PART - I Tender - General Conditions ......................................................................................... 10
1. INTRODUCTION ................................................................................................................. 11
1.1 BACKGROUND................................................................................................................ 11
1.2 SCOPE OF WORK ............................................................................................................ 17
1.3 TIMELINES FOR COMPLETION OF THE PROJECT .................................................. 19
1.4 DEFECT LIABILITY PERIOD ........................................................................................ 19
1.5 BRIEF DESCRIPTION OF BIDDING PROCESS ........................................................... 20
1.6 SCHEDULE OF ONLINE BIDDING PROCESS ............................................................. 22
2. INSTRUCTIONS TO BIDDERS .......................................................................................... 23
3. CRITERIA FOR EVALUATION ......................................................................................... 39
4. FRAUD AND CORRUPT PRACTICES .............................................................................. 45
5. PRE-BID CONFERENCE ..................................................................................................... 47
6. MISCELLANEOUS .............................................................................................................. 48
Appendix - I: FORMATS FOR QUALIFICATION BID ............................................................ 49
Annexure A - Letter comprising the Bid ................................................................................... 49
Annexure B - General Information of Bidder ........................................................................... 52
Annexure C - Power of Attorney for Signing of Bid ................................................................ 54
Annexure D (A) - Similar Work Experience Projects ............................................................... 56
Annexure D (B) ......................................................................................................................... 57
Annexure E - Financial Information .......................................................................................... 58
Annexure F - Technology and Accreditation ............................................................................ 60
Annexure G - Availability of Manpower .................................................................................. 61
Annexure H - Details of Construction, Plant and Equipments .................................................. 63
Annexure I -Litigation Details (if any) ...................................................................................... 65
Annexure J - Project Conceptualization .................................................................................... 66
Annexure K - Undertaking To Be Given By Contractor ........................................................... 67

8
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Annexure L - JOINT VENTURE (J.V.) ....................................................................................... 68


Appendix - II: FORMAT FOR FINANCIAL BID ....................................................................... 70
ANNEXURE 1 - DETAILS OF LAND and GEOTECHNICAL INVESTIGATION SHOWN IN
SECTION II ........................................................................................................................ 72
ANNEXURE 2 - SCHEDULE OF PAYMENT AND MILESTONE .......................................... 73
PART - II GENERAL AND SPECIAL CONDITIONS OF CONTRACT .................................. 76
1. CONDITIONS OF CONTRACT ................................................................................ 77
2. GENERAL CONDITIONS OF CONTRACT ............................................................ 82
3. SAFETY CODE ........................................................................................................ 114
4. SPECIAL CONDITIONS OF CONTRACT ............................................................ 119
PART - III SPECIFICATIONS .................................................................................................. 126
2. SPECIFICATIONS.............................................................................................................. 127
3. GENERAL SPECIFICATIONS .......................................................................................... 139
4. SCHEDULE FOR TESTING OF MATERIALS ................................................................ 149
5. SCHEDULE OF APPROVED MAKES / MANUFACTURER'S OF MATERIALS ........ 150
6. LIST OF APPROVED LABORATORIES ......................................................................... 153

9
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

PART - I
General Conditions

10
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1. INTRODUCTION

1.1 BACKGROUND
1.1.1 Amravati also known as "Ambanagari" is a city in the state of Maharashtra, India. It is the
8th most populous metropolitan area in the state. It is the administrative headquarters of
the Amravati district.
Amravati City has been selected as one of the 98 Smart Cities under Urban Ministry 100
Smart City Mission.
Amravati City has Population: 7, 45,000.
Amravati besides an educational hub is growing as an industrial centre with cotton mills,
market for oranges etc.

The key responsibility for providing Amravatis citizens basic urban services lies with the
Amravati Municipal Corporation. These services include water supply, sewerage, waste
management, slum improvement, land use planning, construction and maintenance of
internal roads, street lighting, maintenance of parks and gardens, providing primary health
and education facilities, etc. AMC co-ordinates with various other government
organizations like MHADA, MSRTC, the Traffic Police, MPCB, etc. for delivering these
basic urban services.

One of the main objectives of AMC is to create core infrastructure required for the overall
development of the city. Till date AMC has executed many public welfare projects like
Swimming Pools, Shopping Complexes, Malls, Auditorium, etc.

Being a Development Authority, AMC owns some parcels of land across the city which is
reserved for various purposes in the sanctioned Development Plan.

1.1.2 At present AMC and other development authorities like MHADA together intend to
construct Low Cost Affordable Housing units to better manage the demand of growing
population and to proactively pre-empt the development of slums. The scheme will
immensely benefit the Economically Weaker Section (EWS) category under Housing for
All (HFA). Several parcels of land spread across the City have been identified, and various
low cost technologies are being considered for the same. AMC intends to supplement the
Government subsidies / Contractual financing, and develop a model project.

The Amravati Municipal Corporation, Amravati in the first phase invites Bids /Proposals
from experienced and reputed Global Contractors/ Bidders for construction of 860 Low
cost Affordable Housing dwelling units for Economically Weaker Section at various places
in Amravati City on Design and Construct Basis. Detailed information of the locations as
well as number of units to be developed, amenities to be provided is in Clause no.1.1.7
The details of the desired specifications of the unit and Site Development work is provided
in Part-III of this tender document.

11
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

The Bidder is expected to use the most contemporary and appropriate technology at its
discretion, Design and implement the project as per the general specification, guidelines
and condition specified in the document. The Carpet area of each unit/flats shall be not less
than 30 square meters for EWS. The building shall be G+3 Floor Structure unless
otherwise specified by the authority. All designs, specifications and technology will be
subject to approval of the AMC.

1.1.3 The selected Bidder/ Contractor Shall within Two weeks of issue of Letter of Award enter
into an Agreement with the Authority on (Non-Judicial) Stamp Paper of appropriate value.
Amravati Municipal Corporation shall issue separate work order for different locations
where the development has to be undertaken over 12 months (Twelve Months)period from
the date of agreement. The exact number of dwelling units to be constructed at each of the
location shall be as specified in the work order.

1.1.4 The cost of development of the Project will be meet by Amravati Municipal Corporation
(AMC) through its own funds or/and grants from Government of Maharashtra (GoM) and
Government of India.
Payment shall be made regularly as per the clause; however, the payment release will
depend on availability of funds from State Government / Central Government / Banks.
1.1.5 The Authority shall receive Bids pursuant to this invitation in accordance with the terms
set forth herein as modified, altered, amended and clarified from time to time by the
Authority.

All Bids should be prepared and submitted in accordance with such terms on or before the
date specified herein for submission of Bid (the Bid Due Date).
1.1.6 It is mandatory for the Bidders to get their firm/ company registered with the e-
procurement portal i.e. https://www.mahatenders.gov.into obtain user ID and password,
in order to participate in this BID.

12
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1.1.7 Details of project Land and Procedure for assignment and execution.
AMC has identified the following location where the proposed tenements are to be constructed
as per the availability of land parcels.

Plot nos. No. of


Total plots
Flats
Sr. Survey Floors Flats per Total Total Plot Area
Mouja per
no. No. per building buildings flats in sq. m.
floor
building
8 to 13& 07
01 10/3 4 G+3 16 2 32 1309.52
14 Part
15 to 20 & 12
02 194 4 G+3 16 4 64 1920.30
36 to 41
Badnera 62 to 69
03 301/1A 4 G+3 16 4 64 & 08
301/2A
4010.77
301/2K
71 to 78 08
04 301/2D 4 G+3 16 2 32
132 to 138 08
05 26 8 G+3 32 3 96
Benoda
4307.00
42 to 54 12
06 27/2 8 G+3 32 2 64
Mhasla 1 to 11 11
07 21/F 8 G+3 32 2 64 1750.00
Mhasla 1 to 16 16
08 22 Part 8 G+3 32 3 96 2902.00
Navsari 91 to 97 07
09 129/2A 4 G+3 16 3 48
2349.25
107 to 113 07
10 129/2A 4 G+3 16 3 48
Nimbhora 38 to 44 07
11 55/2A 8 G+3 32 2 64 1249.00
Rahatgaon 24 to 28 05
12 116/2 4 G+3 16 2 32 1160.50
36 to 42 14
13 127/2 8 G+3 32 2 64 1953.42 &
80 to 86
07
14 199/3A 4 G+3 16 3 48 1143.00
59 to 65
Tarkheda 16 to 25 10
15 24 4 G+3 16 3 48 1675.25
= 40 = 864
Buildings Flats

Note:
1. The likely number of tenements is shown on a rough basis only.
2. Number of tenements may vary as per requirement.
1.1.8 The AMC is in the process of identifying the land parcels which could be made available to
the selected bidder for further necessary action.

13
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1.1.9 The AMC would assign the work to the selected bidder in the following manner.
a) The AMC will issue a letter of award to the selected bidder on the basis of
availability of land parcel and the likely number of tenements to be constructed on the
respective land parcel.
b) On receipt of the LOA, the selected bidder will pay a proportional Performance
Guarantee at 2 % of the likely cost of the tenements to be constructed over the said land
parcel.
The selected bidder to whom the LOA is issued will have to pay the performance
guaranty within 10 days from issue of letter of award (LOA). This period can be further
extended by the engineer-in-charge up to a maximum period of 5 (five) days on written
request of the contractor. This guarantee shall be in the form of Govt. security or fixed
deposit Receipt or Bank Guarantee of any Nationalized bank issued through its branch
located in Maharashtra.
If the agency fails to pay the proportional performance guarantee in prescribed period,
the EMD of agency will be forfeited and the agency will be debarred to receive the
further assignment.
On payment of the requisite proportional performance guarantee, the agency will be
asked to proceed further on receipt of a written communication to that effect. The
agency will have to take up the preliminary work like preparation of layout and drawing
and also obtain the permissions from regulatory authorities and complete the preliminary
work within a period of 03 months. In exceptional circumstances the period for
completion of formalities will be extended by a further period of 01 month, only on the
basis of a written request of the agency to that effect.
If the agency fails to complete the formalities including various permissions from the
regulatory authority within the prescribed period of 3/1 months as the case may be, the
proportional performance guarantee will be forfeited and the agency will be debarred
from receiving the further assignment from the AMC.

1.1.10 The EMD deposited by the agency at the time of submission of BID will be released
only when the cumulative sum of the proportional Performance Guarantee received by
to AMC will exceeds the amount of EMD.
1.1.11 On having successfully obtained the various permissions for construction of tenements
on the respective land parcel, the agency will inform to AMC. On receipt of a written
communication from the agency and having satisfied about completion of the
preparatory work, the AMC will ask the agency to pay an initial security deposit at 2%
of the proportional cost of the tenements on the respective parcels.
This initial security deposit of 2% shall be in the form of Government security or Fixed
deposit Receipt or Guarantee of any Nationalized Bank issued through its branch located
in Maharashtra.
The initial security deposit will have to be paid within a period of 10 days of issue of

14
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

letter of intent by the AMC. This period can be further extended by the Engineer-in-
charge upto a maximum period of 05(five) days on written request of the agency.

1.1.12 The agency may also choose to pay the remaining security deposit of 2% in the form of
Government Security or fixed deposit receipt or Bank Guarantee of any Nationalized
bank located in Maharashtra along with the initial security deposit of 2%.
Alternatively the remaining 2% security deposit will be recovered in cash at 5% of the
amount of the running bill till such deducted amount accumulates to 2% of the cost of
tenements on the respective land parcels.

1.1.13 After payment of the initial security deposit of 2% (or total security deposit of 4% as the
case may be) within the prescribe time limit, the AMC will ask the agency to enter into
an agreement. Before entering into an agreement the agency will have to set the targets
in the form of 4 mile stones and will have to get them approved from the AMC. The
physical target will generally be commensurate with the following financial mile stones.

Financial Mile Stones


Sr. No. Financial Target Cumulative time period

1/8 of the respective work 1/4 of the respective time


1
3/8 of the respective work 1/2 of the respective time
2
3 3/4 of the respective work 3/4 of the respective time

4 Full Full

The agency will also have to obtain approval to monthly financial targets for the
complete period of work. The approved physical and financial program will form an
inalienable part of the work order.
1.1.14 After payment of the requisite security deposit and after approval to the physical and
financial program of the work, the AMC will ask the agency to enter into an agreement
and will issue the work order. The period of completion of the work on the respective
land parcel will be 12 months, which will be reckoned from the date of issue of work
order.

1.1.15 The AMC will initially permit the agency to take up the work of only 75% of the
assigned tenements in hand. Only after reviewing the progress and mobilization of the
agency to tackle remaining tenements after 3 months from the date of work order, the
AMC will permit the agency to take up the balance work in hand. If the agency achieves

15
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

the progress ahead of schedule and finds itself capable of taking up of the balance work,
the agency may by a written communication request the AMC to undertake the review
earlier and permit him to take up the balance work in hand.
It is expected that the agency would strive to make a dwelling unit under each category
(out of the tenements under construction) ready ahead of schedule as a mock up flat. The
suggestions/instructions received from the AMC will be incorporated in construction of
the remaining tenements.
1.1.16 If the AMC during its first quarterly review finds the physical and financial progress
below par and finds the agency lacking in mobilization, it may by a written
communication restrict the scope of the work to 75% of the proposed tenements. The
AMC reserves the right to reduce the scope of work and no compensation will be paid
for such reduction in the scope of the work.
1.1.17 If any of the selected bidders fails to execute the work within specified time the AMC
reserves its right to redistribute the untackled work amongst other eligible selected
bidders and no any claim for such reduction in scope will be entertained.
1.1.18 Return of E.M.D. performance guarantee and security deposit
A. The EMD will be released only after the cumulative performance Guarantee
received by the AMC exceeds the amount of EMD.
B. The 50% of land parcel wise performance Guarantee will be released only after 50%
of EWS and LIG tenements together of the respective land parcel are completed.
The remaining 50% of land parcel wise performance guarantee will be released only
after the EWS of the respective land parcels are completed in full and the completion
certificate for the respective land parcel is issued.
C. Out of 4% security deposit of the respective land parcel (Either 4% at the time of
work order or alternatively 2% at the time of work order and 2% through running
bills), 50% security deposit will be released only after completion of the EWS
tenements including the work of infrastructure of the roads, utilities, social etc as per
scope of work together of all assigned land parcels and the completion certificate is
issued by the Engineer in-charge in this respect.
The remaining 50% of the security deposit will be released only after the defect
liability period of EWS and LIG tenements together on all assigned land parcel is
over and the no dues certificate is issued by the AMC.
1.1.19 The defect liability period will be 24 months, which will be reckoned from the date of
completion of work in all respect on the respective land parcel. The proportionate
performance guarantee will be released on the basis of respective land parcels. However
the 2% SD will be released only after completion of work on all assigned land parcels.
The remaining 2% of the S.D. will be released only after expiry of defect liability period
of works on all assigned land parcels is over and no dues certificate is issued by AMC.

16
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1.2 SCOPE OF WORK


The work shall be executed on Design & Construct basis from conception to
commissioning services including Geo Technical investigation and surveys, Planning and
Design, structural design, Construction and implementation of Quality Control among other
statutory and technical compliances. The Contractor shall be responsible of complying with
all the codal provisions / technical standards as per the statute of Government of
Maharashtra, Government of India, DCR of Amravati Municipal Corporation etc. All
development plans and designs will be subject to approval of the authority before the
construction of the work.

1.2.1 Scope of work, contained in the paragraphs mentioned below is only indicative and not
exhaustive and Contractor will be totally responsible at his cost and quality from design to
commissioning of the project. The Contractor shall be responsible for planning and
executing all the components required for completing houses in all respect to make the
housing units habitable and ready for occupation including all services and utilities like
power, water supply, sewerage, underground storm water drain, rainwater harvesting
system, internal roads, street light, solar water heater system at roof top etc. completed as
per requirement of the layout and approved plans.
1.2.2 The Carpet area of each flat/unit shall be not less than 30 sq.m. for EWS. The maximum
permissible construction would be G+3 with total height not more than 12 meters.
1.2.3 Selected Contractor/ Bidder shall have to design each dwelling unit/tenement with
minimum carpet area of 30 sq. m. for EWS as indicated in the Bid. Contractor will have a
liberty to modify the planning of DUs as per his proposed design.
The tolerance limit of the carpet area will be as below.

a) EWS : Not less than 28 sq. m and not more than 30 sq. m.
But prior approval of layout as well as building plan from AMC and competent Authority
should be taken.

1.2.4 The proposal (planning and designing) should be prepared by the selected bidder as per the
Guide lines of prevailing Development Control Regulation (DCR) of Amravati City as
applicable depending upon site location. The proposal should conform to all specifications
given for various types of housing unit criteria mentioned in the tender, which is the
minimum requirement of the project.
1.2.5 The scope includes structural design and drawings for foundation, super structure and for
other related structures to be provided in this Housing scheme as per provision contained in
relevant IS codes/NBC code and the minimum specifications mentioned in the tender and
minimum requirement of the project. The detailed specifications for construction to be
followed by the Contractor are as given in Part-III of this tender document.

17
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1.2.6 The Contractor at his own cost and expense shall get all the engineering designs and
drawings viz. Geotechnical, Structural, Plumbing, Electrical etc. pertaining to the
construction of the EWS dwelling units at each location scrutinized and proof checked by
an institution of national repute such as Indian Institute of Technology Mumbai, College of
Engineering Pune, VNIT Nagpur amongst others. The Contractor shall submit to AMC
Good for Construction drawings duly stamped and sealed by the verifying institution. If
any modifications in the submitted designs and drawings are suggested by AMC, it shall be
incumbent upon the Contractor to incorporate them in his final design and get the same
approved from the aforementioned institution at his own cost and expense.
1.2.7 The Contractor shall be issued independent work orders for development of EWS dwellings
at each of the different locations mentioned in Clause no. 1.1.7. Total 860 (Eight Hundred
& Sixty) EWS dwellings are proposed to be design built and transfer. The Project is
envisaged to be implemented in a phased manner, wherein AMC shall decide the sequence
of development of EWS dwellings at different locations in its area of jurisdiction. The exact
number of EWS dwellings to be constructed at each location shall be specified in the work
orders to be issued to the Successful Bidder.
1.2.8 Plans and drawings for internal services and execution of the same i.e. internal sanitary
work, water supply work, drainage system, electrical work etc. must be completed for the
building including all pipes, its fittings, testing etc. The Contractor shall prepare detailed
engineering drawings of all the components required for construction as per the
specifications mentioned in Part-In of this Request for Proposal. The same shall be verified
by the Contractor from an institution of national repute as mentioned in Clause no.1.2.6.
1.2.9 All the necessary approvals and permissions required for the execution of the project should
be acquired by the Contractor/ Bidder at his own expense initially. All official charges for
the approvals shall be reimbursed to the contractor after submission of receipt.
1.2.10 The Contractor/ Bidder should obtain all the statutory clearances from the concerned
authorities i.e. Town Planning, approval for water supply, sewerage, electrical services,
Maharashtra Pollution Control Board and/or any other authority at his own expense
including all the required charges to be paid to these different authorities. The official fees
paid, will be reimbursed to the contractor after submission of receipt.
1.2.11 The Contractor/ Bidder must conduct at his own cost and expense, a detailed soil
investigation at different locations mentioned in Clause no.1.1.7as per relevant IS code/
NBC code etc. as applicable, through any nationally accredited lab.

18
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1.3 TIMELINES FOR COMPLETION OF THE PROJECT


1.3.1 Completion of time for each assigned land parcel will be 12months from handing over of
site to the bidder. This includes period of 3 months for obtaining various permission, NOCs
required from various Authorities including environmental clearance if required.
1.3.2 Completion certificate will be issued on completion of all works of the respective land
parcels. In addition to this on completion of work in all respect of all assigned land parcels a
completion certificate of the project will be issued.
1.3.3 Incentive for early completion of project: There is different land situated at various
locations on which affordable housing is being planned. An incentive of 1% of total
cost of completed project on that land parcel per month is proposed at the discretion
of Hon. Commissioner, AMC. Completed project means issued of occupancy certificate
and all the peripheral development is completed. Delay in completion of Project will
attract 1 %penalty per month Subject to maximum 10.00% (Ten Percent) of the total
cost of the project certified by AMC.
Completion of land parcel: Completion of land parcel means completion of all DUs,
amenity works, site Development work and issue of occupancy certificate from competitive
authority.

1.4 DEFECT LIABILITY PERIOD


1.4.1 The defect liability period will be of 02 (Two) years after issue of completion certificate for
the respective land parcel. The works shall be deemed to have been completed in all
respects, on the day the Engineer-in-charge takes over the completed work of the respective
land parcel and certifies that the work has been completed in accordance with the contract.
1.4.2 The defects noticed within defect liability period of respective land parcel shall be rectified
by the agency at its own cost under the supervision of Engineer In-charge. If the bidder fails
to rectify the defects identified by the Engineer In-charge within stipulated time given by
the Engineer in-charge the said defective work will be rectified at the risk and cost of
contractor. It will be the sole responsibility of bidder that if any structural defect occurs at
the time of construction or within defect liability period, contractor will procure opinion of
technical consultant/expert in consultation with the Engineer in-charge/ technical committee
and rectify the defects and provide any other measures as required at his risk and cost only.

19
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1.5 BRIEF DESCRIPTION OF BIDDING PROCESS


1.5.1 The Authority has adopted a single-stage two envelope e-tender process (the Bidding
Process) for selection of the Bidder to award the Project. All Bidders should submit their
relevant technical qualification details for the purpose of meeting the Minimum Eligibility
Criteria (Technical Bid) and financial proposal for quoting the lowest Cost for the
complete scope of work of the Project against this Tender (Financial Bid) in 02 (two)
separate envelopes.
In the first step, Technical Bids of all Bidders shall be evaluated as to whether they
meet the Minimum Eligibility Criteria? Financial Bids of only those Bidders who meet
the Minimum Eligibility Criteria will be opened.
The bidder who is not qualified in the technical bid will be out rightly rejected and his
financial bid will not be opened. The bidder who has qualified in the technical bid shall
be invited to give presentation of project conceptualization in front of Technical
Evaluation Committee. The bidders who are qualified by the Technical Evaluation
Committee are eligible for opening of financial bid. If during the presentation, the
bidder is found not upto mark in project conceptualization, he will be disqualified and his
financial bid will not be opened. In case Technical and Financial bid are quoted in the one
envelop only, the bid will be out rightly rejected and no grievance will be heard.

To facilitate checking the responsiveness and evaluation of Technical Bids, AMC may at
its sole discretion, without being under any obligation to do so, reserves the right to call for
any clarification from any Bidder regarding its Bid after opening of Technical Bid. Such
clarification(s) shall be provided within the time specified by AMC for this purpose. If the
Bidder does not provide the clarification sought within the prescribed time, its Bid shall
either be liable to be rejected or in case it is not rejected, the AMC may proceed to evaluate
the Bid by construing the particulars requiring clarification to the best of its understanding

1.5.2 The Bidders are, therefore, advised to visit and examine the different locations described in
Clause.no.1.1.7 in detail and familiarize themselves with the Project, and to carry out, at
their cost, such studies as may be required for submitting their respective Bids of the
Project.
1.5.3 The Bid shall be valid for a period of not less than 12 months from the date specified for
submission of bids (the Bid Due Date). The offer will remain valid beyond this period
also unless the bidder informs the AMC in writing about withdrawal of his offer.
1.5.4 Any Corrigendum or Addenda issued subsequent to this Request for Proposal but before the
Bid Due Date will be deemed to form part and parcel of the Bidding Documents.
1.5.5 Deleted.

20
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1.5.6 The documents specified in the Technical bid are to be submitted online on
www.mahatenders.gov.in for evaluation. Any Document, required as per the qualification
criteria, not uploaded online shall be considered as document not submitted. Bidders are
requested to translate the technical bid documents submitted in local languages or foreign
language by Government certified /licensed English language translator from India only. If
false translation is given by the bidder, the bid will be out rightly rejected and will attract
criminal proceeding against the defaulter.
1.5.7 The tender purchasing and submission of EMD amount will be carried out through Online
Payment Gateway or Bank Guarantee will be accepted of only Nationalized Bank, from its
branch located in Maharashtra valid for two years should be uploaded online at
www.mahatenders.gov.in at EMD exemption location.
1.5.8 The bidder is also required to give an undertaking that he is not expelled or blacklisted for
any contractual work, default or any other reasons whatsoever in project works under any
government or semi government entity or otherwise as on the date of submission. If so he
should inform details of the case. In the event of wrong or erroneous undertaking the
contract will be subject to forfeiture of the EMD, BG, SD without any reasons whatsoever
and AMC would have the right to initiate appropriate legal proceedings against the
contractor
1.5.9 The Bidder should submit only one bid in his name. Submission of any additional bids, for
the same Project in the name of their partner/associates/group Company or J.V. etc is not
permitted. Any such attempt will lead to rejection of subsequent and the first bid also.
1.5.10 Any queries or request for additional information concerning this Bid should be submitted
in writing to the officer- in-charge (1) Mr. Jeevan Sadar, City Engineer, AMC Amravati
(Mobile no.: +91-7030922868) or by e-mail: contact.ammc-mh@maharashtra.gov.in
The envelopes/communications shall clearly bear the following title.
"Queries/ Request for Additional Information: Tender for Construction and Development
of 860 dwelling units of affordable housing for Economically Weaker Section (EWS)
including the required basic infrastructure of Roads, Utilities, Social Amenities etc. on
Design and Construct Basis under PradhanMantri Awas Yojna (PMAY) - Housing For
All (urban) Mission at multiple locations under the jurisdiction of Amravati Municipal
Corporation, Amravati.

21
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1.6 SCHEDULE OF ONLINE BIDDING PROCESS


The Authority shall endeavor to adhere to the following schedule:
Schedule of various steps is as follows:

Rs. 60,00,000/- (Rs. Sixty lacs only) is to be deposited in the form of Online Payment Gateway or
Earnest Money
1. Bank Guarantee of Nationalized Bank should be uploaded at www.mahatenders.gov.in at EMD
Deposit (EMD
exemption location.
Sale of Tender On line available from 12.00 Noon on 20-04-2017 up-to 2.00 P.M. on 20-05-2017 on
2. www.mahatenders.gov.in
Documents

Physical Submission The EMD in the form of Bank Guarantee should be physically submitted (offline) to City
3. of EMD Engineer Office, Amravati Municipal Corporation Rajkamal square, Amravati, from 20-05-2017
after 2.00 pm to 24-05-2017 upto 03.00 PM.
On 05-05-2017 at 15.00 Hours IST at conference hall in the office of Hon. Commissioner,
4. Pre-bid Meeting
Amravati. Municipal Corporation, Amravati.
Last Date of online
5. Bid submission On 20-05-2017 upto 03.00 PM at www.mahatenders.gov.in

6. Opening. On 25-05-2017 at 04.00 PM at www.mahatenders.gov.in or as decided by AMC.

22
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2. INSTRUCTIONS TO BIDDERS
2.0. General Terms of Bidding
2.0.1Request for Proposal shall be available online on the website www.mahatenders.gov.in
from 15-04-2017 (12.00 noon) and can be downloaded, free of cost, till the last date and
time of submission of the Bid. However if because of technical snag at the last
moment there is a problem in downloading the Request for Proposal the Authority
will not be responsible. However, to participate in Bid process, Bidder has to
purchase Request for Proposal online on www.mahatenders.gov.inthrough payment
gateway.
2.0.2 The Technical Bid shall be furnished as per formats provided in Appendix-I.
2.0.3 The Financial Bid should be clearly indicating the bid amount in both figures and words,
in Indian Rupees, and signed by the Bidders authorized signatory.
In the event of any difference between figures and words, the lower amount indicated
shall be taken into account.
2.0.4 The Financial Bid shall provide the Cost of Construction per sq.mtr. of carpet area to
be quoted by the Bidder. The Cost shall include Open and Stilt parking area required as
per DCR, and Site Infrastructure/ Development works like internal roads, Electric
transformer, Water supply, Sewerage System etc. within the boundary of the land parcel
only. The project is on turnkey basis. The arrangement of water supply from the external
source upto the boundary of land parcel and construction and running of sewage
treatment plant beyond the boundary of land parcel is the responsibility of the
AMC/Authority. The agency has to provide water supply lines from the source of water
to the boundary of the plot leading to individual tenements. Likewise the agency has to
lay the sewerage lines upto the boundary of land parcel as indicated by the AMC.
However the agency has to make its own arrangement of water required for construction
and for the labors engaged by it. For this purpose, the agency may be permitted to take
bore well or dug well at its own cost. However the agency will make over the bore
well/dug well along with the pump fitted over it to the AMC free of cost after the work is
completed.
2.0.5 The Bidder should submit a Power of Attorney as per the format in Annexure C.
2.0.6 Authority reserves the right to reject the conditional bid and no grievances would be heard.
2.0.7 The Bidding Documents including this document and all attached documents provided by
the Authority shall become the property of the Authority and are transmitted to the
Bidders solely for the purpose of preparation and the submission of a Bid in accordance
herewith. Bidders have to treat all information as strictly confidential and should not use
it for any purpose other than for preparation and submission of his Bid. The provisions of
this Clause 2.0.7 shall also apply mutatis mutandis to Bids and all other documents
submitted by the Bidders, and the Authority will not return any Bid or any information
provided along therewith.

23
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2.0.8 A Bidder shall not have a conflict of interest (the Conflict of Interest) that affects the
Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified. In
the event of disqualification, the Authority shall be entitled to forfeit and appropriate the
Earnest Money Deposit or Performance Security, as the case may be, as mutually agreed
genuine pre-estimated loss and damages likely to be suffered and incurred by the
Authority and not by way of penalty for, inter alia, the time, cost and effort of the
Authority, including consideration of such Bidders proposal (Damages), without
prejudice to any other right or remedy that may be available to the Authority under the
Bidding Documents and/ Agreement or otherwise. Without limiting the generality of the
above, a Bidder shall be deemed to have a Conflict of Interest that affects the Bidding
Process, if:
a) constituent of such Bidder is also a constituent of another Bidder;
b) such Bidder, who has received any direct or indirect subsidy, grant, Contractual loan
or subordinated debt from any other Bidder, its Member or Associate, or has provided
any such subsidy, grant, Contractual loan or subordinated debt to any other Bidder; or
c) such Bidder has the same legal representative for purposes of this Bid as any other
Bidder; or
d) such Bidder has a relationship with another Bidder or any Associate thereof, directly
or through common third parties, that puts either or both of them in a position to have
access to each others information about, or to influence the Bid of either or each of
the other Bidder; or
e) such Bidder has participated as a consultant to the Authority in the preparation of any
documents, design or technical specifications of the Project.
2.0.9 Labor law to be complied by the contractor:
The contractor shall, obtain a valid license under the Contract Labor (R and A) Act 1970,
and the Contract Labor (Regulation and Abolition) Central Rules 1971, before the
commencement of the work, and continue to have a valid license until the completion of
the work. The contractor shall strictly abide by the provisions of the Child Labor
(Prohibition and Regulation) Act 1986 strictly.

The contractor shall also comply with the provisions of the building and other
construction workers (Regulation of Employment and Conditions of Service) Act, 1996
and the building and other construction workers Welfare Cess Act, 1996.

The contractor shall ensure the registration of all eligible workers (inclusive of those of
sub-contractors and petty contractors) with construction workers welfare board. Any
failure to fulfill these requirements shall attract the penal provisions of this contract
arising out of the resultant non-execution of the work.

24
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Labor welfare cess: The labor welfare cess at the rate of 1% will be recovered from
contractor at source from every Running/final bill as per directions given by the Govt. Of
Maharashtra vide Marathi Resolution No. UDHYOG URJA VA KAMGAR VIBHAG
SHASHANNIRNAY KRAMANK B.C.A. 2009/PRA.KRA.108/KAMGAR 7A, DINANK- 17
JUNE 2010 under building and other construction welfare cess Act 1996.
2.0.10 Payment to the contractor will be made stage wise for the respective land parcel as per
the schedule attached with the tendered documents in ANNEXURE - 2 on work done
basis.
2.0.11 A) The tendered amount by the contract shall include all applicable taxes and levies like
excise duties, custom duties, import duties, sales tax, royalty charges and other local
taxes on the construction plants, materials and supplies (both permanent, temporary and
consumable) acquired for the purpose of the contract and on the services performed under
the contract etc No any compensation towards increase in the taxes duties royalties will
be payable.
2.0. 11 B) No compensation towards amendment change in law or introduction of new law is
admissible.

2.0. 11 C) Value added Tax will be recovered from the contractor as per prevailing rules and
provisions in MVAT Act 2005 amended from time to time. Value added tax @2%
(Two percent) from registered contractors under MVAT Act 2005 @ 5% (Five
percent) from the contractors not registered under MVAT Act 2005 shall be
recovered from the gross amount of every bill of the contractor.
The Bandhkam Kamgar Kalyan upakram cess so also Mineral Area Development
cess will also be recovered as per the laws and regulations in force.
2.0.12 AMC reserves the right to engage suitable Project Management Consultant and/or third
Party Inspection agency to review, monitor and supervise the said work. PMC/TPI will
perform its duties carrying out jobs as per scope of works /TOR proposed by AMC. The
selected contractor has to submit DPR, drawings design, technology etc. to PMC / AMC
and to take approval well in advance before the commencement of work.

2.0.13 Income Tax Deduction


Income tax is to be deducted from the sums to be paid to the contractor for the works
carried out at the rate of 2% of the gross amount or at the rates revised from time to time,
and surcharge on Income Tax and Education Cess as per prevailing Government orders
issued from time to time by competent Income Tax Authority.

25
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

The contractors staff personal and labor will be liable to pay personal income taxes in
respect of such of their salaries and wages as are chargeable under the laws and
regulations in force and the contractor shall perform such duties in regard to such laws
and regulations.

2.0.14 The contractor shall get the electrical works done by an authorized Government approved
/ licensed electrician or electrical firm in appropriate category subject to approval by AMC.
2.0.15 The contractor shall not, without the written consent of the City Engineer, AMC,
assign or sublet the contract or make any sub-contract with any person or persons for the
execution of any portion of the work other than for raw materials/ Labor or for any part
of the work of which the manufacturers are named in his contract and shall be complied
strictly.
2.0.16 In case of any dispute or clarification in respect of technical specifications of any tender
item the decision of City Engineer, AMC shall be final with binding effect.
2.0.17 All the bidders are requested to visit proposed sites. The quoted rates of tenders should
include expenditure for leveling, removing debris if any, site clearance, retaining wall,
filling etc. No extra payment shall be given in any case.
2.0.18 Contractor shall have to make arrangements for water and electricity for the purpose of
construction work on the site at his own expense and responsibility.

2.0.19 Code of Integrity

i. Any person participating in tender process shall: -


a. not offer any bribe, reward or gift or any material benefit either directly or
indirectly in exchange for an unfair advantage in procurement process

b. or to otherwise influence the procurement process; not misrepresent or omit that


which misleads or attempts to mislead so as to obtain a financial or other benefit
or avoid an obligation;

c. not indulge in any collusion, bid rigging or anti-competitive behavior to impair


the transparency, fairness and progress of the procurement process;

d. not misuse any information shared between the procuring entity and the Bidders
with an intent to gain unfair advantage in the procurement process;

e. not indulge in any coercion including impairing or harming or threatening to do


the same, directly or indirectly, to any party or to its property to influence the
procurement process;

f. Not obstruct any investigation or audit of the procurement process;


g. Disclose conflict of interest, if any; and

26
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

h. Disclose any previous transgressions with any entity in India or any other country
during the last three years or any debarment by any other procuring entity.

ii. A conflict of interest is considered to be a situation in which a party has interests


that could improperly influence that partys performance of official duties or
responsibilities, contractual obligations, or compliance with applicable laws and
regulations.

iii. Appropriate actions will be taken against the Bidder if it is determined that a
conflict of interest has flawed the integrity of any procurement process.

Consequently, all Bidders found to have a conflict of interest shall be disqualified.

iv. Breach of code of integrity by the Bidder: - in case of any breach of the code of
integrity by a Bidder or prospective Bidder, as the case may be, the procuring
entity may take appropriate action in accordance with the provisions of applicable
act.

2.1. Eligibility of Bidders


2.1.1. For determining the eligibility of Bidders for their pre-qualification hereunder, the
following shall apply:

i. The Bidder shall be a single entity or Consortium / Joint Venture of


Companies for tender participation will also be allowed. The details of
Joint Venture are given at Annexure L.

ii. A Bidder may be a natural person, private entity, registered firms and or registered
company, government-owned entity or Joint Venture.

2.2. Minimum Eligibility Criteria


2.2.1. AMC shall adopt a process wherein selection would be based on qualitative assessment
including financial track record of the Bidders /contractors whereas the award of the
project for land parcel would be decided based on pre-defined criteria.

2.2.2. To be eligible for pre-qualification and short-listing, an Bidder shall fulfill the following
minimum Eligibility criteria (the Minimum Eligibility Criteria):

2.2.3. TECHNICAL CAPACITY For demonstrating technical capacity and experience (the
Technical Capacity), -

(i) Minimum 05 Years in Existence. (Necessary company registration documents and


balance sheets of last 5 years to be enclosed). Prior to the last date of submission.
(ii) Bidder registered for Civil Construction Work with the State Governments, public
undertaking, Semi Government bodies, Central P.W.D. and having experience of

27
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

construction of Multi Storied Building with a minimum 05 years of experience in


Building construction works. (Necessary registration certificate/documents to be
enclosed) in Class I (Unlimited) category.

Experience in Housing: - The Bidder should have an experience of construction of


minimum cumulative 300 Dwelling units in Housing with carpet area of more or
less than 30 sq. m or cumulative construction of 9000 sq. m. carpet area in
residential only in last 05 years from the proposal due date.
The executed work shall mean that the tenderer has been paid by the Central and
State Government Department / Central Autonomous Body /Central and State
Public Sector Undertaking/ Institutional work/ Private works amount for
completion/part completion of the project but shall exclude the amount paid as
advance of any nature. Annexure D(A) should be filed completed by the bidder.

(iii) List of on-going or completed similar projects in the last 05 years with details of
technology adopted. As per Annexure D (B).
(iv) Details of technical and administrative personnel to be employed for the work as
per Annexure G.
(v) Details of construction Plants, equipment etc. likely to be used for execution of this
work. As per Annexure H.

2.2.4. FINANCIAL CAPACITY: - The Bidder should have an Average Annual Turnover of
Rs. 22/- crores (Rs. Twenty crores only) from Housing, any Building / Commercial
projects over the past 05 financial years i.e. 2012-13, 2013-14, 2014-15, 2015-16 and
2016-17. (Audited Financial Statements of last 05 years to be enclosed). Certificate of
Average annual turnover should be certified by the Statutory Auditor of the Bidder
specifying only the turnover of above construction work.

To work out the average Annual Turnover the weightage of works carried out in
the yester years will be given as follows:

Sr. No. Work carried out in the year Multiplying factor

1 2016-17 1.00

2 2015-16 1.10
3 2014-15 1.21
4 2013-14 1.33

5 2012-13 1.46

28
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2.2.5. The Bidders shall submit with its Bid, details of the firm (individual partnership / private
limited / public limited company/J.V.) which explain about the firms experience and
available technologies with accreditation certificate for mass housing, financial history
along with last 5 years audited reports, details of projects executed, details of technical
personnel available and construction equipment available as per the Proforma given in
tender document.
2.2.6. In order to provide mass housing solutions, a Bidder should not only be able to execute a
real estate development project, but also understand the broader issues of livable spaces
that enhance the quality of life of the communities it serves. Some of the significant
capabilities that need to be possessed by a Bidder are: -
1. Project Management Capabilities on a large scale
2. Adherence to Quality and Safety standards
3. Orientation to Sustainability of development
4. Usage of right technology- optimization of cost and time
5. Product mix and amenities.
An ideal project Bidder/builder/contractor for meeting the objectives of Housing for All
(Urban) should not only be able to meet the above mentioned critical challenges, but
also ensure this without compromising Quality, Health, Safety and Environment and
labour norms.
2.2.7. The Bidder should execute the Agreement with the AMC/Authority and subsequently
implement the Project. And the bidder shall furnish the documents for the same.
2.2.8. Any entity under the governance of Central/ State Government, or any entity barred by it
from participating in any project (PPP/EPC/Any other), and the bar subsists as on the
Bid Due Date, would not be eligible to submit a bid.
2.3. Number of Bids and costs thereof

2.3.1. No Bidder shall submit more than one Bid for the Project.
2.3.2. The Bidders shall be responsible for all of the costs associated with the preparation of
their Bids and their participation in the Bid Process. The Authority will not be
responsible or in any way liable for such costs, regardless of the conduct or outcome of
the Bidding Process.

2.4. Site visit and verification of information by bidder.


Bidders are encouraged to submit their respective Bids after physical verification and
visiting the Project site and ascertaining for themselves the site conditions, traffic,
location, surroundings, climate, availability of power, water and other utilities for
construction, access to site, handling and storage of materials, weather data, applicable
laws and regulations, and any other matter considered relevant by them.

29
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2.5. Acknowledgement by Bidder


2.5.1. It shall be deemed that while submitting the Application, the Bidder has:
I. Made a complete and careful examination of the Bidding Documents; as well as
terms and condition therein.
II. Submitted all relevant information requested, from the Authority;
III. acknowledged and accepted the risk of inadequacy, error or mistake in the
information provided in the Bidding Documents or furnished by or on behalf of the
Authority relating to any of the matters referred to in Clause 2.4 above;
IV. is satisfied with all matters, things and information, including matters referred to in
Clause 2.4 here in above, necessary and required for submitting an informed Bid,
execution of the Project in accordance with the Bidding Documents and performance
of all of its obligations there under;
V. acknowledged and agreed that inadequacy, lack of completeness or correctness of
information, provided in the Bidding Documents or ignorance of any of the matters
referred to in Clause 2.4hereinabove shall not be a basis for any claim for
compensation, damages, extension of time for performance of its obligations, loss of
profits etc. from the AMC/Authority, or a ground for termination of the
Development Agreement, as the case may be; and,
VI. agreed to be bound by the undertakings provided by it under and in terms hereof .
VII. entered in to bid with eyes wide open, also understood the provisions of Contract
Act and relevant laws.
2.5.2. The Authority shall not be liable for any omission, mistake or error in respect of any of
the above or on account of any matter or thing arising out of or concerning or relating to
the tender or the Bidding Process, including any error or mistake therein or in any
information or data given by the Authority.
2.6. Right to accept or reject any or all Applications / Bids
2.6.1. Notwithstanding anything contained in this TENDER, the AMC/Authority reserves the
right to accept or reject any Bid and to annul the Bidding Process and reject all
Applications/ Bids, at any time without any liability or any obligation for such
acceptance, rejection or annulment, and without assigning any reasons therefore.
In the event that the Authority rejects or annuls all the Bids, it may, in its discretion, invite all
eligible Bidders to submit fresh Bids hereunder.

30
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2.6.2. The Authority reserves the right to reject any Application and/ or Bid if:

a) at any time, a material misrepresentation of fact is noticed or found.


b) The Bidder does not provide, within the time specified by the Authority, the supplemental
information sought by the Authority for evaluation of the Bid.
c) or by any other reasons for want of proper process of bid.

2.6.3. The Authority reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the tender. Any such verification or lack of such
verification by the Authority shall not relieve the Bidder of its obligations or liabilities
hereunder nor will it affect any rights of the Authority.
2.6.4. The Authority reserves the right to reject any Bid and appropriate the Earnest Money
Deposit if, at any time, a material misrepresentation is made or uncovered or the Bidder
does not provide, within the time specified by the Authority, supplemental information
sought by the Authority for evaluation of the Bid. Such misrepresentation/ improper
response shall lead to the disqualification of the Bidder.

2.6.5. In case it is found during the evaluation or at any time before signing of the Agreement
or after its execution and during the period of subsistence thereof, including the Contract
thereby granted by the Authority, that one or more of the Minimum Eligibility Criteria
has/have not been met by the Bidder or the Bidder has made material
misrepresentation or has given any materially incorrect or false information, the
Bidder shall be disqualified forthwith if not yet appointed as to incorporate the Project
Company either by issue of the LOA or entering into of the Agreement, and if the
Bidder has already been issued the LOA or has entered into the Agreement, as the case
may be, the same shall, notwithstanding anything contained therein or in this tender, be
liable to be terminated, by a communication in writing by the Authority to the Bidder,
without the Authority being liable in any manner whatsoever to the Bidder or selected
bidder, as the case may be. In such an event, the Authority shall forfeit and appropriate
the Earnest Money Deposit or Performance Security, as the case may be, as
compensation and damages payable to the Authority for, inter alia, time, cost and effort
of the Authority, without prejudice to any other right or remedy that may be available to
the Authority.

2.7. Contents of the Tender/Bid


This tender comprises the disclaimer set forth hereinabove, the contents as listed in the index,
and will additionally include any Addenda issued in accordance with Clause 2.

31
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

APPENDIX I: FORMATS TO BE SUBMITTED WITH BID DOCUMENT FOR


TECHNICAL EVALUATION.

32
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Sr. No. Annexure No. Item

Annexure A Letter Comprising the Bid


1.

2. Annexure B General Information of Bidder

3. Annexure C Power of Attorney

Similar Work Experience Projects


(A) Construction of Dwelling units with necessary completion
certificate in last five year or Experience of Development of
Construction projects (Residential only) of large size under
Annexure D (A
4. construction completed in the last 5 years.
and B)
(B) List of On-going similar projects in hand/under execution or
Awarded/LOI issued of the last 5 years.
Financial Information

5. Annexure E (A) Form A

(B) Form B

6. Annexure F Technology and Accreditation

7. Annexure G Availability of Manpower

8. Annexure H Details of Construction, Plant and Equipment

9. Annexure I Litigation Details

10. Annexure J Project Conceptualization

Undertaking to be given by Contractor on Stamp Paper of Rs.500/-


11. Annexure K

Annexure L Joint Venture (J.V)


12.

Note: It is mandatory that all the above documents shall be submitted by bidder. If bidder fails
to qualify in any one of the above document the bid will be out rightly rejected.
To facilitate checking the responsiveness and evaluation of Technical Bids, AMC may
at its sole discretion, without being under any obligation to do so, reserves the right to
call for any clarification from any Bidder regarding its Bid after opening of Technical
Bid. Such clarification(s) shall be provided within the time specified by AMC for this
purpose.

33
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

If the Bidder does not provide the clarification sought within the prescribed time, its
Bid shall either be liable to be rejected or in case it is not rejected, the AMC may
proceed to evaluate the Bid by construing the particulars requiring clarification to the
best of its understanding
Appendix II: Format for Financial Bid.
2.8. Clarifications
2.8.1. Bidders requiring any clarification on the Tender may notify the Authority in writing or
by fax and e-mail in accordance with Clause 1.5.10 they should send in their queries two
days before the Pre-bid Meeting on e-mail: contact.ammc-mh@maharashtra.gov.in
AMC will post the reply to all such queries on www.mahatenders.gov.in.
2.8.2. The Authority shall endeavor to respond to the questions raised or clarifications sought
by the Bidders. However, the Authority reserves the right not to respond to any question
or provide any clarification, in its sole discretion, and nothing in this Clause shall be
taken or read as compelling or requiring the Authority to respond to any question or to
provide any clarification.
2.8.3. The Authority may also on its own motion, if deemed necessary, issue interpretations
and clarifications to all Bidders. All clarifications and interpretations issued by the
Authority shall be deemed to be part of the Tender. Verbal clarifications and
information given by Authority or its employees or representatives shall not in any way
or manner be binding on the Authority.
2.9. Amendment of Tender
2.9.1. At any time prior to the deadline for submission of Bid, the AMC/Authority may, for
any reason, whether at its own initiative or in response to clarifications requested by a
Bidder, modify the Tender by the issuance of Addenda. Any Corrigendum or
Addenda issued subsequent to this Bid Document before the Bid Due Date on
website /www.mahatenders.gov.in by AMC/Authority will be deemed to form part
and parcel of the Bidding Documents/Tender Document.
2.9.2. The amendment will be posted on the website i.e. http://www.mahatenders.gov.in, 3
days before the Bid due date.
2.9.3. All Bidders are advised to see the website of AMC (http://www.amtcorp.org) for any
addendum/ amendment which shall be downloaded and submitted along with the Bid
and will be binding to all Bidders. No separate information will be issued either by post,
fax or e-mail to the prospective Bidders who have purchased the tender document.
2.9.4. In order to afford the Bidders a reasonable time for taking an Addendum into account, or
for any other reason, the Authority may, in its sole discretion, extend the Bid Due Date
on website only i.e. : www.mahatenders.gov.in.

34
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2.10. Preparation and Submission of Bid


2.10.1. Language
Bid and all related correspondence and documents in relation to the Bidding Process
shall be in English language. Supporting documents and printed literature furnished by
the Bidder with the Bid may be in any other language provided that they are
accompanied by translations of all the pertinent passages in the English language, duly
authenticated and certified by the Bidder. Supporting materials, which are not translated
into English, may not be considered. For the purpose of interpretation and evaluation of
the Bid, the English language translation shall prevail. An incorrect translation shall
result in the disqualification of the Bidder and bid will be out rightly rejected by AMC.

Bidders are requested to translate the technical bid documents submitted in local
languages or foreign language by Government certified /licensed English language
translator from India only. If false translation given by the bidder, the bid will be
out rightly rejected and may attract criminal proceedings.
2.10.2. Format and signing of Bid
The Bidder shall provide all the information and documents sought under this Bid and
upload the same as a part of its online submission of Bid. The Authority will evaluate
only those Bids that are received in the required formats and complete in all respects, as
well as digitally signed wherever required. Incomplete and /or conditional Bids shall be
liable for rejection.
The Bidder shall prepare only 1 (one) original set of the Bid (together with originals/
copies of documents required to be submitted online pursuant to this Tender) and submit
it online in accordance with the guidelines defined in the e-Request for Proposal Notice.
The Bid shall be typed or written or printed in detailed indelible ink and signed by the
authorized signatory of the Bidder who shall also sign each page. All the alterations,
omissions, additions or any other amendments made to the Bid shall be initialed by the
person(s) signing the Bid and the Bid shall be page numbered.
2.10.3. Each of the Bid (digitally signed wherever required) shall be submitted on-line only on
the following e-portal: https://www.mahatenders.gov.in
2.10.4. In case of any clarification, the person to be contacted is as under:

35
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

KIND ATTENTION OF:

Shri Jeevan Sadar,


Personnel
City Engineer , AMC

Mob No. : +91-7030922868


City Engineers office, Amravati Municipal Corporation, Rajkamal square,
Amravati- 444601.
Ph. No: 0721 2568974 (PMAY City Level Technical Cell, AMC.)
Email id: contact.ammc-mh@maharashtra.gov.in.

2.10.5. Bids submitted by fax, telex, telegram or e-mail, shall not be entertained and shall be rejected
prima facie.
2.11. Sealing and Marking of Bids
The bidder shall have to submit their Bid Proposals online at
https://www.mahatenders.gov.in
A Two Envelope / Folder Bid shall be followed for submission of Bid.
2.11.1. First Envelope / Folder shall be titled as TENDER submission, as Technical Proposal
for which shall comprise of following :
a) Containing Acknowledgment of payment of online Document Fee as per
instruction given on website : www.mahatenders.gov.in
b) E.M.D. of Rs. 60,00,000/- (Rs. Sixty lacs only) is to be deposited in the form of
Online Payment Gateway or Bank Guarantee of Nationalized Bank to be uploaded
on at www.mahatenders.gov.in at EMD exemption location.
c) Containing the Bid forms in formats specified under Appendix I
Only online submission will be allowed. The bidder is required to submit Technical
Qualification documents uploaded in soft copies only.
The pages shall be numbered serially as per clause 2.12.1 referred on and before the last
date of submission. The Bidders whose Original Tender Fee, EMD not received
online or physically in the stipulated time limit as mentioned in the bid document,
those bidders will not be considered for opening and evaluation of bid/ tender
document and the bid so received will be returned back un-opened as disqualified,
even though the same documents are uploaded by the bidder for e-tendering-
online.

36
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2.11.2. The entire document including Tender should be uploaded on the website only. No
Physical submission will be allowed.
2.11.3. Second Envelope /Folder shall comprise the Financial Bid of the Project in the format
specified in Appendix-II submitted separately online only as FINANCIAL
PROPOSAL on website : www.mahatenders.gov.in
2.12. Bid Due Date
2.12.1. Bid should be uploaded/ submitted before 15.00 hours IST on the Bid Due Date in the
manner and form as detailed in this Tender and the E-Request for Proposal Notice. The
Bidders are advised to submit their Bid online well before the time and Bid Due Date
specified above. The Authority shall not be responsible for any delay in submission
for any reason including server and technical problems.
2.12.2. The Authority may, in its sole discretion, extend the Bid Due Date by issuing an
Addendum in accordance with Clause 2.8 and 2.9, uniformly for all Bidders.
2.13. Late Bid
Bid received by the AMC/Authority after the specified time on the Bid Due Date shall
not be eligible for consideration and shall be summarily rejected.
2.14. Modifications/Substitution/Withdrawal of Bid
2.14.1. The Bidder may modify, substitute or withdraw its Bid after submission, provided that
written notice of the modification, substitution or withdrawal is received by the
Authority prior to the Bid Due Date. No Bid shall be modified, substituted or withdrawn
by the Bidder on or after the Bid Due Date.
2.14.2. For modification or withdrawal of online Bid, the Bidder shall follow the procedure
specified in www.mahatender.gov.in the e-Request for Proposal Notice. However, it
may specifically be noted that after withdrawal of the Bid for any reason, Bidder cannot
submit the Bid again.
2.14.3. Any alteration/ modification in the Bid or additional information supplied subsequent to
the Bid Due Date, unless the same has been expressly sought for by the Authority, shall
be disregarded.
2.15. Rejection of Bids
2.15.1. Notwithstanding anything contained in this Bid document, the Authority reserves the
right to reject any Bid and to annul Bidding Process and to reject all Bids at any time
without any liability or any obligation for such rejection or annulment, and without
assigning any reason whatsoever.

37
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2.15.2. The Authority reserves the right not to proceed with the Bidding Process at any time, without
notice or liability, and to reject any Bid without assigning any reasons.
2.16. Confidentiality
Information relating to the examination, clarification, evaluation and recommendation
for the Bidders shall not be disclosed to any person who is not officially concerned with
the Bidding Process or is not a retained professional advisor advising the Authority in
relation to or matters arising out of, or concerning the Bidding Process. The
Authority/AMC will treat all information, submitted as part of the Bid, in confidence
and will require all those who have access to such material to treat the same in
confidence. The Authority/AMC may not divulge any such information unless it is
directed to do so by any statutory entity that has the power under law to require its
disclosure or is to enforce or assert any right or privilege of the statutory entity and/ or
the Authority or as may be required by law or in connection with any legal process.
2.17. Correspondence with the Bidder
Save and except as provided in this Bid document, the Authority shall not entertain any
correspondence with any Bidder in relation to the acceptance or rejection of any Bid.

38
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

3. CRITERIA FOR EVALUATION


3.1. Opening and Evaluation of Bids
Opening and evaluation of Bids shall be done through on-line process. The Authority
shall download/ open the online Bids at 16.00 hours IST on the Bid Due Date and in the
presence of the Bidders who choose to attend.
The Authority will subsequently examine and evaluate Bids in accordance with the
provisions set out in Article 3.
Bidders are advised that pre-qualification of Bidders will be entirely at the discretion of
the Authority. Bidders will be deemed to have understood and agreed that no
explanation or justification on any aspect of the Bidding Process or selection will be
given.
Any information contained in the Bid shall not in any way be construed as binding on
the Authority, its agents, successors or assigns, but shall be binding against the Bidder if
the Project is subsequently awarded to it on the basis of such information.
The Authority reserves the right not to proceed with the Bidding Process at any time
without notice or liability and to reject any or all Bid(s) without assigning any reasons.
3.2. Clarifications
3.2.1. To facilitate evaluation of Bids, the Authority/AMC may, at its sole discretion, seek
clarifications from any Bidder regarding its Bid. Such clarification(s) should be provided
within the time specified by the Authority for this purpose. Any request for
clarification(s) and all clarification(s) in response thereto shall be in writing.
3.2.2. If a Bidder does not provide clarifications sought under Clause 3.2.1 above within the
prescribed time, its Bid shall either be liable to be rejected or in case the Bid is not
rejected, the Authority may proceed to evaluate the Bid by construing the particulars
requiring clarification to the best of its understanding, and the Bidder shall be barred
from subsequently questioning such interpretation of the Authority.
3.3. Proprietary data
All documents and other information supplied by the Authority or submitted by a Bidder
to the Authority shall remain or become the property of the Authority/AMC. Bidders are
to treat all information as strictly confidential and shall not use it for any purpose other
than for preparation and submission of their Bid. The Authority will not return any Bid
or any information provided along therewith.

39
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

3.4. Tests of Responsiveness


3.4.1. Prior to evaluation of Qualification Bid, the Bid Evaluation Technical Committee shall
determine whether each Bid is responsive to the requirements of the tender. A Bid shall
be considered responsive only if:
a) it is received as per the format at Appendix - I;
b) it is received by the Bid Due Date including any extension thereof pursuant to Clause 2.12;
c) it is accompanied by the Earnest Money Deposit as specified in Clause 1.6.1;
d) it contains all the information (complete in all respects) as requested in this Bidding
Documents (in formats same as those specified);
e) it does not contain any condition or qualification;
f) it is accompanied by a copy of the Agreement with each page initialed by the person
signing the Bid in pursuance to the Power of Attorney; and
g) it is not non-responsive in terms hereof.
3.4.2. The Authority reserves the right to reject any Bid which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by
the Authority in respect of such Bid.
3.5. Evaluation parameters
3.5.1. The Bidders adjudged as responsive in terms of Clause 3.4.1 and fulfilling the Minimum
Eligibility Criteria as set forth in Clause 2.2 shall qualify for evaluation under this
Section.
3.5.2. The Bidders competence and capability is proposed to be established by the following
parameters:
(a) Technical Capacity; and
(b) Financial Capacity
3.5.3. The bidders qualifying the minimum eligibility criteria as set out above and in clause
2.2.2 and clause 2.2.3 will be evaluated by scoring method on the basis of details
furnished by them as detailed below -

Sr. No. Parameters Marks

Registration with Govt./Semi Govt./State bodies/


1. PWD for Building construction projects class I 05 marks
(Unlimited category).

2. Financial Capacity in terms of Annual Turnover. Maximum 20 marks


(Minimum Highest average annual turnover of last 05

40
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

years = 20 Cr.) For 20crores = 10 marks

For every additional 05crores


turnover 1 mark.
Maximum 20marks

For 300 DU or 9000 sq.m


Past Project Experience of Construction of minimum carpet area = 10 marks
500 dwelling units. (Mandatory) or construction of
3. Additional 1 mark for every
15000 sq.m carpet area.
additional 25 tenement or
(Residential only)
750sq.m carpet area of a
project
Maximum 20 marks

Rs. 20.00 Crores 10 marks.


Available capacity on the date of Bid submission Rs. 40.00 Crores 15 marks.
4 Available capacity in crore = (2.5x Average annual turn
over - cost of works already in hand)
Rs. 100.00 Crores and more
than 100.00 Crore 20 marks.

5. Adequate Technology and Accreditation Certificates 5 marks

6. Qualifications of Technical Team 5 marks

7. Availability of construction Plants, equipment etc. 5 marks

Project Conceptualization

Best utilization of built and un-built spaces in


tune with uses needs culture climate and
income group and lifestyle.
Design of layout, cluster, unit and component
8. to optimize cost. 10 marks
Design as per requirement of health and safety.

Design addressing issues of sustainability and


eco-friendliness.
Space for incremental growth.
Flexibility for multiple user space.
Structural system should 10 marks
9
have less in-situ plaster.

41
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

have lightweight but strong internal walls with


form finish paintable surface.
have external walls with good thermal and
sound insulation.
have less cast in-situ concrete.

have good architectural finish, be durable,


aesthetically pleasing, leak proof, resistant to
atmospheric conditions (i.e. corrosion etc.).
leads to speedy construction.

TOTAL 100 Marks

To become eligible for short listing for presentation the bidder must secure at least
aggregate 50 marks in serial order 1 to 7.
Shortlisted bidder who has scored at least 50 marks in evaluation by scoring method
shall be invited to give presentation of project conceptualization in front of Technical
Evaluation Committee decided by AMC/Authority. The bidders who are shortlisted by
the technical evaluation committee should score at least 10 marks out of 20 marks in
serial no. 8 and 9 together are eligible for opening of financial bid. Over all marks
should be above 60 out of 100 for opening of financial bid.
If the bidder has proposed any alternative technology, the AMC at its discretion may
decide to visit the past /present project executed by the bidder, by the proposed
technology, to satisfy itself about adoptability and acceptability of the alternate
technology on this project, before concluding the technical evaluation.
Bidders who are disqualified in presentation of project conceptualization will be
disqualified and his financial bid will not be opened.
3.6. Details of Experience

3.6.1. The Bidder should furnish the details of Eligible Experience for the last 5 (five) financial
years immediately preceding the Bid Due Date.

3.6.2. The Bidders must provide the necessary information relating to Technical Capacity as
per the format in Appendix - I.

3.6.3. The Bidder should furnish the required Project-specific information and evidence in
support of its claim of Technical Capacity, as per format in Appendix- I.

42
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

3.7. Financial information for purposes of evaluation

3.7.1 The Bid must be accompanied by the Audited Annual Reports of the Bidder for
preceding last 5 (five) financial year.
In case the annual accounts for the latest financial year are not audited and therefore the
3.7.2 Bidder cannot make it available, the Bidder shall give an undertaking to this effect and
. the statutory auditor shall certify the same. In such a case, the Bidder shall provide the
Audited Annual Reports for 5 (five) years preceding the year for which the Audited
Annual Report is not being provided.
3.8. Short listing of Bidders
3.8.1
. All Bidders who fulfill the conditions of eligibility specified in Clause 2.2 and Clause2.3
and meet the other conditions specified in this tender shall be pre-qualified.
The Bidders shall then be short-listed for evaluation of the Financial Bids on the basis of
3.8.2
their respective Technical and Financial Experience Capacity Scores as per clause 3.5.3.
Selection of Bidder
3.9.
Financial Bids of only Qualified Bidders shall be considered for evaluation. Only
3.9.1
Qualified Bidders shall be invited for the opening of Financial Bids; the date on which
the Financial Bids will be opened shall be intimated to the Qualified Bidders. Financial
Bids of those Bidders who have not been declared as Qualified Bidders will not be
opened and will be returned unopened to the respective Bidders.
The Bidder quoting lowest offer in terms of rate/sqm of carpet area shall be declared as
3.9.2
the most responsive bidder.
In the event that two or more Qualified Bidders quoting the same offer in terms of rate
3.9.3
per sq.mt of carpet area for the Project, the Qualified Bidder who has a higher Score
(out of 100) as per clause 3.5.3 among them shall be declared as the most responsive
Bidder for the Project.
3.9.4 The select list of the bidders will be prepared on the basis of their financial offer subject to
. 3.9.3.

43
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

3.10. The AMC may ask the most responsive bidder to justify his offer. If the AMC
finds it necessary, it may hold negotiations with the bidder to arrive at a mutually
acceptable offer to both the parties.
3.11. Contacts during Bid Evaluation
Bids shall be deemed to be under consideration immediately after they are opened and
until the time when the Authority makes official intimation of award/rejection to the
Bidders. While the Bids are under consideration, Bidders and/ or their representatives or
other interested parties are advised to refrain from contacting by any means, the
Authority and/ or their employees/ representatives on matters related to the Bids under
consideration.

44
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

4. FRAUD AND CORRUPT PRACTICES


4.1 The Bidders and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Bidding Process. Notwithstanding anything to
the contrary contained herein, the Authority may reject any Bid without being liable in
any manner whatsoever to the Bidder if it determines that the Bidder has, directly or
indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice in the Bidding Process.
4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove, if a Bidder
is found by the Authority to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice during the Bidding Process, such Bidder shall not be
eligible to participate in any tender or tender issued by the Authority during a period of 2
(two) years from the date such Bidder is found by the Authority to have directly or
indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice, as the case may be.
4.3 For the purposes of this Article 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
a. corrupt practice means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the actions of any person connected with
the Bidding Process (for avoidance of doubt, offering of employment to, or
employing, or engaging in any manner whatsoever, directly or indirectly, any official
of the Authority who is or has been associated in any manner, directly or indirectly,
with the Bidding Process or the LOA or has dealt with matters concerning the
Development Agreement or arising there from, before or after the execution thereof,
at any time prior to the expiry of one year from the date such official resigns or retires
from or otherwise ceases to be in the service of the Authority, shall be deemed to
constitute influencing the actions of a person connected with the Bidding Process); or
engaging in any manner whatsoever, whether during the Bidding Process or after the
issue of the LOA or after the execution of the Development Agreement, as the case
may be, any person in respect of any matter relating to the Project or the LOA or the
Development Agreement, who at any time has been or is a legal, financial or
technical adviser of the Authority in relation to any matter concerning the Project;
b. fraudulent practice means a misrepresentation or omission of facts or suppression
of facts or disclosure of incomplete facts, in order to influence the Bidding Process;
c. coercive practice means impairing or harming or threatening to impair or harm,
directly or indirectly, any person or property to influence any persons participation
or action in the Bidding Process;

45
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

d. undesirable practice means (i) establishing contact with any person connected
with or employed or engaged by the Authority with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the Bidding
Process; or (ii) having a Conflict of Interest; and
e. restrictive practice means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full
and fair competition in the Bidding Process.

46
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

5. PRE-BID CONFERENCE

5.1 A Pre-bid conference of the interested parties shall be convened at the date, time and
place indicated below. A maximum of TWO representatives of each Bidder shall be
allowed to participate on production of authority letter from the Bidder.
Date 05-05-2017
Time: 15.00 Hours IST
Address: Conference Hall in the office of Hon. Municipal Commissioner, Municipal
Corporation, Amravati. Rajkamal square, Amravati.

5.2 During the course of Pre-Bid conference, the Bidders will be free to seek clarifications
and make suggestions for consideration of the Authority in soft and hard copy. The
Authority shall endeavor to provide clarifications and such further information as it may,
at its sole discretion, consider appropriate for facilitating a fair, transparent and
competitive Bidding Process.
5.3 Minutes of the pre-Bid Conference, including the text of the questions raised and the
responses given, together with any responses prepared after meeting, will be transmitted
within 7 (Seven) working days or as desired by authority. Any revision to the Bid
documents listed in tender that may become necessary as a result of the pre-Bid
Conference will be made by the Authority exclusively through the issue of an
Addendum/corrigendum pursuant to tender and not through the minutes of meeting Bid
Conference.
5.4 Minutes of Pre-bid meeting will be part and parcel of the tender document.

47
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

6. MISCELLANEOUS

6.1 The Bidding Process shall be governed by, and construed in accordance with, the laws of
India and the Competent Courts under District court, Amravati bench shall have
exclusive jurisdiction over all disputes arising under, pursuant to and/ or in connection
with the Bidding Process.
6.2 The Authority, at its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to;
a) suspend and/ or cancel the e-Bidding Process and/ or amend and/ or supplement
the Bidding Process or modify the dates or other terms and conditions relating
thereto;
b) consult with any Bidder in order to receive clarification or further information;
c) pre-qualify or not pre-qualify any Bidder and/ or to consult with any Bidder in
order to receive clarification or further information;
d) retain any information and/ or evidence submitted to the Authority by, on behalf
of, and/ or in relation to any Bidder; and/ or
e) Independently verify, disqualify, reject and/ or accept any and all submissions or
other information and/ or evidence submitted by or on behalf of any Bidder.
6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the
Authority, its employees, agents and advisers, irrevocably, unconditionally, fully and
finally from any and all liability for claims, losses, damages, costs, expenses or liabilities
in any way related to or arising from the exercise of any rights and/ or performance of
any obligations hereunder and the Bidding Documents, pursuant hereto, and/ or in
connection with the Bidding Process, to the fullest extent permitted by applicable law,
and waives any and all rights and/ or claims it may have in this respect, whether actual or
contingent, whether at present or in future.

48
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Appendix - I:
FORMATS FOR QUALIFICATION BID

Annexure A - Letter comprising the Bid

Dated:

To
The City Engineer,
Municipal Corporation, Amravati,
Rajkamal square,
Amravati - 444601.

Sub: Submission of Bid for Project


Tender for Construction and Development of 860 dwelling units of affordable housing for
Economically Weaker Section (EWS) including the required basic infrastructure of Roads,
Utilities, Social Amenities etc. on Design and Construct Basis under PradhanMantri Awas
Yojna (PMAY) - Housing For All (urban) Mission at multiple locations under the
jurisdiction of Amravati Municipal Corporation, Amravati.
Dear Sir,
1. With reference to your Request for Proposal dated - - / - - / 201_, I/we
_____________ (insert name of Lead Bidder and Consortium Partners in case of bid by
Consortium/J.V.) , having examined the Bid Documents and understood their contents,
hereby submit my/our Bid for the aforesaid Project.
2. All information provided in the Bid and in the Appendices is true and correct.
3. This statement is made for the express purpose of qualifying as a Bidder for the designing,
developing and construction of the aforesaid Project.
4. I/ We shall make available to the Authority any additional information it may find
necessary or require to supplement or authenticate the Bid.
5. I/ We acknowledge the right of the Authority to reject our Bid without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.
6. We certify that in the last 3 (three) years, we have neither failed to perform on any
contract, to have not been expelled from any project or contract nor have had any contract
terminated for breach on our part.
7. I/ We declare that:
a) I/ We have examined and have no reservations to the Bidding Documents, including
any Addendum issued by the Authority.

49
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

b) I/ We do not have any conflict of interest in accordance with Clause 2.0.8 of the
Request for Proposal;
c) I/We have not directly or indirectly or through an agent engaged or indulged or
would not indulge in future in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice, as defined in Clause 4.3 of the
Request for Proposal, in respect of any tender or request for proposal issued by or
any agreement entered into with any other public sector enterprise or any authority,
Central or State; and
d) I/ We hereby certify that we have taken steps to ensure that in conformity with the
provisions of Section 4 of the tender, no person acting for us or on our behalf has
engaged or will engage in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice.
8. I/ We understand that you may cancel the Bidding Process at any time and that you are
neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid for
the Project, without incurring any liability to the Bidders, in accordance with Clause 2.6.4
of the Request for Proposal.
9. I/We further certify that in regard to matters relating to security and integrity of the
country, we have not been charge-sheeted by any agency of the Authority or convicted by
a Court of Law for any offence committed by us or by any of our Associates.
10. I/We certify that with regard to matters other than security and integrity of the country, we
have not been convicted by a Court of Law or indicted or have had adverse orders passed
by a regulatory authority which could cast a doubt on our ability to undertake the Project
or which relates to a grave offence that outrages the moral sense of the community.
11. I/ We undertake that in case of any change in facts or circumstances during the Bidding
Process, we attract the provisions of disqualification in terms of the guidelines referred to
above, we shall intimate the Authority of the same immediately.
12. I/We acknowledge and agree that in the event of a change in respect of an Associate whose
Technical Capacity and/ or Financial Capacity was taken into consideration for the
purposes of short-listing and pre-qualification under and in accordance with the TENDER,
I/We shall inform the Authority forthwith along with all relevant particulars and the
Authority may, at its sole discretion, disqualify or withdraw the Letter of Award, as the
case may be.
13. I/ We understand that the Selected Bidder shall be an existing {Company/ Trust/
Society/Partnership/LLP} incorporated under relevant laws of India or from outside India
under equivalent law and shall incorporate a company under the Indian Companies Act,
2013 prior to execution of the Agreement with legal entity and rights.
14. I/We hereby irrevocably waive any right which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by the Authority

50
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

in connection with the selection of the Bidder, or in connection with the Bidding Process
itself, with respect to the above mentioned Project and the terms and implementation
thereof.
15. I/We have studied all the Bidding Documents carefully and also surveyed the site. We
understand that except to the extent as expressly set forth in the Agreement, we shall have
no claim, right or title arising out of any documents or information provided to us by the
Authority or in respect of any matter arising out of it.
16. The offer quoted by me/us is firm and fixed, after taking into consideration all the terms
and conditions stated in the TENDER and Agreement, and base on our own estimates after
careful assessment of the and conditions that may affect the Bid.
17. I/We have paid a Earnest Money Deposit of Rs. 60,00,000/- (Rs. Sixty lacs only) to the
Authority on date in accordance with the tender document.
(copy enclosed).
18. I/We agree and understand that the Bid is subject to the provisions of the Bidding
Documents. In no case, I/We shall have any claim or right of whatsoever nature if the
Project is not awarded to me/us or our Bid is not opened.
19. I/We agree and undertake to abide by all the terms and conditions of the Request for
Proposal.
20. I/We also understood the provisions stated in section 73 and 74 of the contract act as well
as other relevant provisions of law and shall be binding to this contract.
21. We agree and undertake to be jointly and severally liable for all the obligations of the
Project Company Agreement and ensure that the obligations of Bidder Company under the
Agreement are fulfilled in accordance with the terms of the Agreement.
22. In witness thereof, I/we submit this Bid under and in accordance with the terms of the
Request for Proposal.
Yours faithfully,
Date: (Signature of the Authorized signatory)
Place: (Name and designation of the of the Authorized
signatory)

Name and seal of Bidder

51
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Annexure B - General Information of Bidder

1. a) Name:
(If the Bidder is a consortium as per the terms specified in annexure L, specify names of
Lead Bidder and other consortium members)
b) Country of incorporation:
c) Address of the corporate headquarters and its branch office(s), if any, in India:
d) Legal status of the Bidder (attach copies of original document defining the legal
status(s) -
i. An Individual
ii. A proprietary firm
iii. A firm in partnership
iv. A limited company or corporation.

e) Date of incorporation and/ or commencement of business:


f) Particulars of Registration with various Government bodies (attach
attested photocopy).
2. Brief description of the company including details of its main lines of business
and proposed role and responsibilities in the Project:
3. Details of individual(s) who will serve as the point of contact/ communication
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) E-Mail Address:
(g) Fax Number:
4. Particulars of the Authorized Signatory of the Bidder:
(a) Name:
(b) Designation:
(c) Address:
(d) Phone Number:
(e) Fax Number:

52
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

5. The following information shall also be provided -


Sr. No. Criteria Yes /No

1. Has the Bidder ever been debarred / black listed by the


Central/ State Authority, or any entity controlled by it,
from tendering / participating in any project at any time?
If so give details.
2. If the answer to 1 is yes, does the bar subsist as on the
date of Bid.

Note: If answer to any of the questions at 1 to 2 is Yes, the Bidder is not eligible for
participating in this BID.

53
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Annexure C - Power of Attorney for Signing of Bid


(Refer Clause 2.0.5)
We, know all men by those present, _______________________ (name of the firm and address
of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize
Mr./Mrs./Ms. _______________ / (Name), son/daughter/wife of and
presently residing at _______________ , who is presently employed with us and holding the
position of ______________________ , as our true and lawful attorney (hereinafter referred to
as the Attorney) to do in our name and on our behalf, all such acts, deeds and things as are
necessary or required in connection with or incidental to submission of our bid for
Tender for Construction and Development of 860 dwelling units of affordable housing for
Economically Weaker Section (EWS) including the required basic infrastructure of Roads,
Utilities, Social Amenities etc. on Design and Construct Basis under PradhanMantri Awas
Yojna (PMAY) - Housing For All (urban) Mission at multiple locations under the jurisdiction
of Amravati Municipal Corporation, Amravati.
(Project) proposed by the Amravati Municipal Corporation (AMC), Amravati, Rajkamal
square, Amravati - 444601 (the Authority) including but not limited to signing and
submission of all Bids, bids and other documents and writings, participate in bidders and other
conferences and providing information /responses to the Authority, representing us in all
matters before the Authority, signing and execution of all contracts including the Agreement
and undertakings consequent to acceptance of our bid, and generally dealing with the Authority
in all matters in connection with or relating to or arising out of our bid for the said Project
and/or upon award thereof to us and/or till the entering into of the Agreement with the Authority
or any entity representing the Authority.
And we hereby agree to ratify and confirm and do hereby ratify and confirm that all acts, deeds
and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise
of the powers conferred by this Power of Attorney and that all acts, deeds and things done by
our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed
to have been done by us.
IN WITNESS WHEREOF WE, ------------------------------------------------ , THE ABOVE
NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ____
DAY OF __________ , 2017.
For ______ (Name of Bidder) _____
(Signature)
(Designation)
Accepted

54
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

(Signature)

(Name, Title and Address of the Attorney)


Witnesses:
(Name, Title and Address)
1.

2.

[Registered]
Notes:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants(s) and when it is so required, the same should be under common seal
affixed in accordance with the required procedure.

Also, wherever required, the Bidder should submit for verification the extract of the
charter documents and documents such as a resolution/ power of attorney in favor of
the person executing this Power of Attorney for the delegation of power hereunder on
behalf of the Bidder.

Power of Attorney should be executed on a non-judicial stamp paper of appropriate


value as relevant to the place of execution and should be registered.

55
Annexure D (A) - Similar Work Experience Projects
(Refer to Clauses 2.3, 3.5 and 3.6 of the BID DOCUMENT)
Experience of Development of Construction projects (Residential, Commercial etc.) of large size under
construction completed in the last 5 years

Number
Name of Project Actual of Litigation/ Name, Address and
Name of Client
and Location- No. Cost of Date of date dwelling Built- up arbitration contact details of Technology
Sr. / Authority for Stipulated date of
of Stories and work in (Rs. Commencement of units with area in pending / in officer of client whom used in
No. whom project Completion
Height of In Cr.) as per contract Completi respect to Sq. m. progress with reference may be Construct ion
done
Building on carpet details* made
area.

1 2 3 4 5 6 7 8 9 10 11 12

Note: In support of the details provided above, necessary supporting documents are mandatory ( copies of work order, contract
agreement, work completion certificate, etc.) must be submitted to claim the experience of the eligible projects not below the rank of
Executive Engineer in case of Govt., Semi Government or local bodies. In case of private sector equivalent rank of client certificate,
the email address and mobile number of certifying Authority should be submitted along with the certificate. The original may be
asked as and when needed. Failing to submit originals may attract disqualification.

(Signature of the Authorized


Signatory) (Name of the Bidder)

56
Construction and Development of 10000 EWS & LIG dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Annexure D (B)
List of On-going similar projects in hand/under execution or Awarded/LOI issued of the last 5 years

Name,
Address
Name of and contact
Project and Name of Amount Slow
Cost of Date of details of Technology adopted
Sr. Location- No. of Client / Stipulated of work Progress if officer of
work in Commence for
Stories and area Authority date of completed any and
No (Rs. In ment as per client to Construction/propose
of each unit for whom Completion to date in reason whom we
Cr.) contract d
constructing/pro project done Rs. thereof may refer
posed

1 2 3 4 5 6 7 8 9 10

Note: In support of the details provided above, necessary supporting documents (work order, contract agreement, etc.) must be
submitted (mandatory) to claim the experience of the eligible projects. Failing to submit originals may attract disqualification.

(Signature of the Authorized Signatory)


(Name of the Bidder)

57
Annexure E - Financial Information

(Refer to Clauses 2.2, 3.5 and 3.7 of the BID DOCUMENT)

Form - A
Bidder should mandatory submit financial analysis details, duly supported by figures in balance
sheet / profit and loss account for the last 05 years, duly certified by the Chartered accountant, as
submitted by the Bidder to the Income Tax Department (copies to be attached). (If not submitted
the authority shall reject the bid. Bidder should give Average Annual turnover of construction
work only. NIT/ Authority will consider turnover of construction only).
Sr.
No. Particulars 2012-13 2013-14 2014-15 2015-16 2016-17

Gross annual turnover of


Construction work without
1 applying multiplying factor as
given in clause 2.2.4.
Annual Net worth
2

3 Profit / Loss

Financial Arrangement for


4 carrying out projects
Tax Return certificate under
5 the relevant act

Note:
1 Audited Annual Reports of the Bidder for the last 05 (five) financial years must be
submitted
3. If not submitted by the bidder the Authority shall reject the bid.
4. If the bidder has submitted turnover of J.V. the necessary agreement of J.V. showing the
share holding capacity of the bidder should be submitted along with the turnover certificate.

Sign of Chartered Accountant with seal (Signature of the Authorized Signatory)


(Name of the Bidder)

58
Construction and Development of 860 EWS & LIG dwelling units and infrastructure work of Affordable Housing under (PMAY),
Amravati.

Form - B
FORM OF BANKERS CERTIFICATE FROM A NATIONALIZED BANK

This is to certify that to the best of our knowledge and information, M/S /Sh.
having marginally noted address, a customer of our bank are/is
respectable and can be treated as good for any engagements up to a limit of INR ____________
(INR _______________________________________)

This certificate is issued without any guarantee or responsibility on the bank or any of its officers.

(Signature) For the Bank

NOTE:
1. Bankers certificates should be on letter head of the Bank, sealed in cover addressed to
tendering authority.
2. In case of partnership firm, certificate should include names of all partners as recorded with
the Bank.

59
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Annexure F - Technology and Accreditation


(Refer to Clauses 2.2 and 3.5 of the BID DOCUMENT)

1) Details of Alternative Technology and Accreditation Certificates.

Certifications and details related to Alternative building material/technology duly certified by


BMTPC (Building Materials and Technology Promotion Council) and performance certificate
of alternative buildings material / technology.
Load bearing structure of Thermocol technology of any form will not be accepted in this
tender. Respective codes and Standards adopted for proposed technology to be submitted at
the time of presentation of project conceptualization Para 1.5. The bidder will also make
available a statement of description of items which he proposes to execute under this contract
and the relevant specifications of the items.

Note: Supporting documents to be enclosed with reference to the above)

(Signature of the Authorized Signatory)


(Name of the Bidder)

60
Annexure G - Availability of Manpower
(Refer to Clauses 2.2 and 3.5.3 of the BID)

DETAILS OF TECHNICAL AND ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK


Number Details of
Sr. Total available Years of Work Nature of
Designation for this Name Qualification Professional carried out involvement Remarks
No. Number
work Experience in this work

1 2 3 4 5 6 7 8 9 10
1.
1. Civil Engineer 2.
3.

1.
Structural
2. 2.
Engineer
3.

1.
3. Architect 2.
3.

Electrical 1.
4.
Engineer 2.

61
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

3.

1.
5. 2.
3.

Note: Bidder should provide the details of their available technical and managerial manpower for the work in the format above.
Bio data of successful Contractors structural, architectural and MEP service providers will be scrutinized and approved within
before issue of LOA. The contractor should employ the services of only those personnel whose bio data has been approved by
AMC for the preparation of architectural, structural and MEP designs and drawings. Minimum requirement of technical
representative as per clause no 32 for minimum requirement of technical representative.

(Signature of the Authorized Signatory)


(Name of the Bidder)

62
Annexure H - Details of Construction, Plant and Equipments

(Refer to Clauses 2.2 and 3.5.3 of the BID DOCUMENT)

Details of Construction, Plant and Equipments Likely to be used in Carrying out the Work
Sr. Ownership Status Current
Capacity / Manufacturin Condition
Name of Equipment Nos. To be Remarks
No. Type g date working. Owned Leased Location
purchased
1 2 3 4 5 6 7 8 9 10 11
Earth Moving
1.
Equipment
Excavators (Various
sizes)
Equipment for
2.
Hoisting And Lifting
1. Tower Crane
2. Building hoist
3. Lift
EQUIPMENT FOR
3. CONCRETE
WORK
1. Concrete batching
plant (Fully automatic
of min 30 cubic meter
/ hr capacity of
machine not to be
more than 5 years
old).
2. Concrete pump.

63
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

3. a) Concrete transit
mixer.
b) Other equipment
for transportation of
concrete mix.
4. Needle Vibrator
(Electrical)
5. Needle Vibrator
(Petrol).
6. Table Vibrator
(Electrical/Petrol).
7. Shutter Vibrator
(Electrical/Petrol)
8. Concrete Mixer
(Electrical/Petrol).
9. Pump (Electrical).
4. Power Equipment
Any other plant/
equipment
Steel /Plywood
centering shuttering
5.
/ formwork /H-
frame

(Note: Supporting documents to be enclosed)


If the bidder is contemplating to adopt any patented system for construction the details of specification machinery required and
available shall also be furnished.
(Signature of the Authorized Signatory)
(Name of the Bidder)

64
Annexure I -Litigation Details (if any)

Bidder should provide information on any history of Litigation or Arbitration resulting from
contracts executed in last five years or currently under execution:

Sr. Award for / against Name of Client, cause of Disputed Amount


No. Year Bidder litigation and matter of dispute in INR

NOTE:-
1. The above information shall be supported with necessary documents otherwise the same
shall be treated as null and void.
2. If the bidder purposely avoids to furnish the information and if it comes to the notice of
the AMC subsequently if may result in disqualification of the bidder.

65
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Annexure J - Project Conceptualization


(Refer to Clauses 2.2 and 3.5.3 of the BID DOCUMENT)
1. Brief description of Project Conceptualization / Method- statement-indicating the
methodology proposed to be used for construction of project.

(Proposed layout plan in the scale of 1:400 (minimum) is required to be submitted for the
Housing pockets).

2. Description of building technology to be used for proposed project

3. Quality Assurance and Safety procedure to be adopted

4. Proposed program (BAR CHART) schedule for execution of work.

5. Project Conceptualization
a. Best utilization of built and un-built spaces in tune with uses needs culture climate and
income group and their lifestyle.
b. Design of layout, cluster, unit and component to optimize cost.
c. Design as per requirement of health and safety.
d. Design addressing issued of sustainability and eco-friendliness.
e. Space for incremental growth.
f. Flexibility for multiple user space.
6. Structural system should
a. have less in-situ plaster.
b. have lightweight but strong internal walls with form finish paintable surface.
c. have external walls with good thermal and sound insulation.
d. have less cast in-situ concrete.
e. have good architectural finish, be durable, aesthetically pleasing, leak proof, resistant
to atmospheric conditions (i.e. corrosion etc.).
f. leads to speedy construction.
7. Standards and Specification adopted for the technology details to be submitted in
hard copy.

66
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Annexure K - Undertaking To Be Given By Contractor

(Affordable Housing Scheme)


1. That, the contractor understood all terms and conditions in the contract and with due
verification and satisfaction entered into contract with the Municipal Corporation,
Amravati.
2. That, the contractor furnished all requisite and relevant documents before entering into
contract to show his/its entity and all the information and documents furnished by
contractor are true and correct, but found on the contrary, the contractor shall be liable for
disqualification from the contract by Amravati Municipal Corporation, Amravati.
3. That, the contractor after physical verification and visiting the project site and ascertaining
for themselves with the site conditions, traffic locations, surrounding and other relevant
sources submitted bid.
4. That the rate quoted by the bidder on per sq.mt basis will remain valid till completion of
the work assigned to the bidder.
5. That, the provisions of sec.73 and 74 of the Contract Act, 1872 as well as the other
provisions shall be binding on the contractor.
6. That, the contractor shall execute the work as per specifications, material, drawing and
design approved by the Amravati Municipal Corporation, Amravati strictly.
7. That, the contractor shall take due care of safety of workers on the site during the
execution of project.
8. That, in case of any dispute, the procedure for settlement of disputes as per clause 24 will
be followed.
9. That, the contractor shall maintain quality construction of project awarded to the
contractor as per specifications mentioned in the contract.
10. That, the contractor shall not default on payment of any dues levied by government/semi-
government /local authority as per the contract/agreement.
11. That, the contractor shall comply and execute the contract as per time framed in the
contract within stipulated period and if he fails to achieve mile stones as laid down in bar
chart would be penalized for same.
12. That, the Amravati Municipal Corporation, Amravati reserves right to terminate the
contract on its own discretion, if the contractor fails to comply the terms and conditions
stipulated in contract or otherwise for any other reason with respect to any fault or wrong
on the part of contractor as the circumstances deem fit, during the execution of project.
13. The completion certificate will be issued for the respective land parcel. The defect liability
period is 2 years from the date of issue of completion certificate. The contractor has also to
undertake the house keeping for the first 6 months of the defect liability period. The cost
of the house keeping is deemed to have been covered in the offer of the bidder.

67
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Annexure L - JOINT VENTURE (J.V.)


If the Bidder is Joint Venture (J.V.)/Consortium of Entities following conditions and
requirements must be fulfilled:
a. Joint Venture shall be allowed subject to the condition that Joint venture members shall not
exceed 3 (Three) including the Lead member.
b. The registered irrevocable joint venture deed is valid till the defect liability of work put to the
tender.
c. The JV/Consortium shall furnish a Joint Bidding Agreement duly notarized on non-judicial
Stamp Paper of minimum Rs. 500/- as per the format provided in this annexure, which shall
be legally binding on all the members. The agreement for the consortium shall state the
responsibility regarding the technical and financial arrangements in respect of each member in
the consortium. The agreement should be valid for a minimum period of 2 years from the
actual date of submission of the proposal.

d. The member with the highest equity stake in the Consortium, subject to a minimum of 51%
shall be nominated as the Lead Bidder and the other 2 members in the Consortium should
necessarily have equity stake of minimum 20% each shall be termed as the Consortium
Partner.
e. The Lead Bidder and the Consortium Partner shall not be allowed to divest their equity
holdings in the Consortium till the end of the period of 18 (eighteen) months i.e.; the
replacement of the Lead Bidder and the Consortium partner by any other entities, shall be
strictly not allowed under any circumstances during the development period.

f. The Bid should include a brief description of the roles and responsibilities of individual
members, particularly with reference to financial, technical and O & M obligations, and
percentage composition of shareholding and Voting Rights of each member

g. All members of the Consortium shall however, be liable jointly and severally, for the
execution of the project in accordance with the terms of the Contract Agreement.

h. No change in composition of the consortium between the Bidding Process or till the time of
signing of Contract Agreement shall be allowed and thereafter shall be as per the specified
terms and conditions of the Contract Agreement.

i. The Bidder should submit a Power of Attorney duly signed and approved through a Board
Resolution of all the members of the consortium as per the format at Appendix 6, authorizing
the signatory (the Authorized Signatory) of the Bidder to commit the Bidder.

j. Members of the Consortium shall enter into a Joint Bidding Agreement as per the specified
format provided herein for the purpose of making the Application and submitting Bid duly

68
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

signed by the Authorized Signatories of the individual members of the Consortium. The Jt.
Bidding Agreement shall. Inter alia:
k. Clearly outline the proposed roles and responsibilities of each member at each stage;
l. Commit the minimum equity stake to be held by each member; and
m. Include a statement to the effect that all members of the Consortium shall, till the occurrence
of the Appointed Date under the Contract Agreement, be liable jointly and severally for all
obligations in relation to the Project.
n. The copy of notarized Joint venture partnership deed should be submitted in the technical
envelope at the time of submission of bid.
o. The liabilities and the share of the lead member should not be less than 50% and the liabilities
and the share of the other members shall not be less than 20%.
p. At least anyone member of the JV must satisfy the criterion for Average Turnover, but lead
consortium member should satisfy Single Work and Experience condition.
q. If Joint Venture is successful in bidding, the Joint Venture bidder shall submit the registered
partnership deed within 15 days to the AMC failing which his bid shall be considered non-
responsive and the Earnest Money shall be forfeited.
r. The Joint Venture should have, Bank account, PAN, TIN, TAN and Gumasta certificate in the
name of Joint Venture.

69
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Appendix - II: FORMAT FOR FINANCIAL BID


Financial Proposal
(Refer Clauses 2.0.4)
(To be submitted on the letter head of the bidder)
Dated:
To
The City Engineer,
Municipal Corporation, Amravati,
Rajkamal Square,
Amravati - 444601.
Sub: Submission of Financial Bid for Project
Tender for Construction and Development of 860 dwelling units of affordable
housing for Economically Weaker Section (EWS) including the required basic
infrastructure of Roads, Utilities, Social Amenities etc. on Design and Construct Basis
under PradhanMantri Awas Yojna (PMAY) - Housing For All (urban) Mission at
multiple locations under the jurisdiction of Amravati Municipal Corporation,
Amravati..
Dear Sir,
1. With reference to your Request for Proposal dated -- / -- / , I/we, having examined the
Bidding Documents and understood their contents and hereby submit my/our Bid for the
aforesaid Project.
2. I/We hereby submit our Bid for the Project in terms of the Agreement.
3. I/we hereby offer the rate of Rs (In figure ) (inwords
Rupees .) per square meter of carpet area. (Note : In case of
discrepancy in figure and word the lowest of the two will be considered as the offered
rate).
4. I/we also understand that nothing shall be paid over and above the quoted rate.
5. The rate offered per square meter of carpet is inclusive of all expenditure to complete the
entire project.
6. I/We also understand that
a. The contractor shall be responsible for completing the project in all respect and
includes all preliminary and preparatory work obtaining NOC permissions from
regulatory authorities construction of dwelling units as per the approved design,
drawing and specifications, construction of all infrastructure works like development of
ground, construction of internal WBM with Bituminous road, street lights, providing
solar panel on terrace for heating of water, rain water harvesting, underground sump,

70
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

overhead water sintex/RCC tank, compound wall, gates, meter room, electrical
transformer, security cabin with attached toilet, pump room, society office, stilt/open
parking spaces as per D.C. rules. It also includes internal / external water supply lines,
internal/external sewerage lines, storm water drains.
b. The final payment will be on the basis of carpet area of the tenements constructed. The
carpet area shall be measured from plastered wall to plastered wall for all rooms and
kitchen and will be from dado to dado for toilet and baths and internal passages in the
dwelling unit.
c. No payment will be made for the common passages stair cabins or any work done at
terrace level or at stilt and parking level.
d. The carpet area of the dwelling unit is excluding the balcony area. No separate payment
for balcony area will be made.
e. The column offset shall not be considered in carpet area measurement.
7. I/we agree and undertake to abide by all the terms and conditions of the tender document.
In witness thereof, I/we submit this Bid under and in accordance with the terms of the request
for
Proposal and the agreement.

Date:
Place:
(Signature of the Authorized signatory)

(Name and designation of the of the Authorized signatory)

Name and seal of Bidder

71
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

ANNEXURE 1 - DETAILS OF LAND and BUILDING PLANS


SHOWN IN SECTION II

Details of Land and Building Plans are available in Technical


Volume (Section II)

72
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

ANNEXURE 2 - SCHEDULE OF PAYMENT AND MILESTONE


SCHEDULE OF PAYMENT IN STAGES, FOR THE RESPECTIVE LAND
PARCEL
(The payment schedules for respective land parcels as per the respective work order
only)
Name of work:
Tender for Construction and Development of 860 dwelling units of affordable
housing for Economically Weaker Section (EWS) including the required basic
infrastructure of Roads, Utilities, Social Amenities etc. on Design and Construct Basis
under PradhanMantri Awas Yojna (PMAY) - Housing For All (urban) Mission at
multiple locations under the jurisdiction of Amravati Municipal Corporation,
Amravati.
Land Parcel ________________________________
cost of construction of the land parcel ____________________ (X)

Sr. Individual/ Cumulative


Description in %age of in %age of
No X X
Building Work (Part A

Running Bills For Dwelling units and Amenity Buildings As


per completion of construction
1. 5 5
1. Foundation and up to plinth super structure work- of area
base rate of particular area super structure
2. Ground floor to 3rd floor Super structure
a) Completion of R.C.C. frame structure /erection up to
2. 1st Floor level with construction of B.B. masonry 9 14
work.
b) Completion of R.C.C. frame structure/erection up to2
8 22
3. Floor level with construction of B.B. masonry work.
c) Completion of R.C.C. frame structure/erection up to 3
4. 8 30
Floor level with construction of B.B. masonry work
d) Completion of R.C.C. frame structure/erection up to 4
8 38
5. Floor level with construction of B.B. masonry work.

73
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Providing/Fixing Door Shutters, Balcony railing, S/C railing


6. window grills and other steel works upto 1st Floor, 2nd floor, 4 42
3rd floor, 4th floor (All floors including head room etc.)
Internal and external Plaster, Internal all type Flooring i.e.
7. skirting, dado upto 1st Floor, 2nd floor, 3rd floor, 4th floor (All 7 49
floors including head room etc.)
Internal water supply and Sanitary Work, Internal
8. electrification, Internal finishing, white washing painting etc.
7 56
external, finishing, final grinding P/F doors/ windows fittings
and fixtures i/c glass panels.
9. Modifications/alterations (as per the monitoring execution
2 58
agency)
10. Installation of solar panel and internal piping including
testing etc complete and on getting requisite permission NOC
from concerned authorities for occupation of Building along 2 60
with submission of three sets of Building completion
drawings, service drawing, and final original NOCs along
with softhanding
After copy. over the Dwelling units to beneficiaries /
11. Amravati Municipal Corporation (AMC) and issue of 5 65
occupancy certificate from AMC / competent authority.
Site Development (Part B)
External campus Water supply, Storm water Drain,
12. 8 73
Sewerage i.e. S.F.R.C. covers, C.C. Path, roads, i.e. earth
13. Site development infrastructural development work will
include, pump room, society office, compound wall, street
light erected on building with brackets, solar panels for
12 85
heaters, rain water harvesting, underground sump, over head
sintex tank, gates, compound wall, meter room, electrical
transformer and other infrastructure etc.
After handing over the constructed flats to Amravati
14. Municipal Corporation (AMC) and issue of occupancy 15 100
certificate from AMC / competent authority.

NOTE:
1. The work will proceed broadly as per the stages indicated above. However, for work
between two consecutive stages, the payment will be released for the lower stage. If some
work is not executed as per the above sequence and later sequence is executed first, then the
payment for that stage will be released at the discretion of the Engineer-in-charge and his
decision in this regard shall be final and binding.
2. The above provisions are only to release stage payments and may not be quoted anywhere
else.
3. The proportionate payment can be made for each stage only.

74
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

4. The above payment schedule is for ground plus three floor building (G+3). The proportionate
payment can be made if number of floors varies. Individual percentage payment of that stage
will be distributed evenly with respect to the number of proposed floors.
5. The payment will be linked to progress of dwelling unit as explained in previous work Part A.
6. The bidder will not get payment in isolation for Site Development (Part B), however bidder is
free to carry out development works simultaneously for amenities building. The bidder is not
eligible to receive any payment for infrastructure and amenity development until all the
dwelling units are not completed on the said land parcel.
7. Payment for part B shall be released only after completion of dwelling units buildings in all
respect.
8. All the running /R.A. bill payment will be based on the stage wise completion of dwelling
units for carpet area.

75
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

PART - II
GENERAL AND SPECIAL CONDITIONS OF
CONTRACT

76
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

1. CONDITIONS OF CONTRACT

Definitions:
1. The Contract means the documents forming the tender and acceptance thereof and the formal
agreement executed between the Hon. Commissioner, Amravati Municipal Corporation,
Amravati(AMC) and the Contractor, together with the documents referred to therein including
these conditions, the specifications, designs, drawings and instructions issued from time to time by
the Engineer-in-Charge and all these documents taken together, shall be deemed to form one
contract and shall be complementary to one another.
2. In the contract, the following expressions shall, unless the context otherwise requires, have the
meanings, hereby respectively assigned to them:
i. The expression works or work shall, unless there be something either in the subject or context
repugnant to such construction, be construed or taken to mean the works by or by virtue of the
contract contracted to be executed whether temporary or permanent, and whether original,
altered, substituted or additional.
ii. The Site shall mean the land/or other places on, into or through which work is to be executed
under the contract or any adjacent land, path or street through which work, is to be executed
under the contract or any adjacent land, path or street which may be allotted or used for the
purpose of carrying out the contract.
iii. The Contractor shall mean the firm or company, under taking the works and shall include the
legal personal representative of such or the persons composing such firm or company, or the
successors of such firm or company or the permitted assignees of such individual, firm or
company.
iv. The Engineer-in-Charge means the City Engineer who shall supervise and be in charge of the
work. The AMC may appoint a PMC to act as an Engineer in charge.
v. Accepting Authority shall mean the Hon. Commissioner, Amravati Municipal Corporation,
Amravati.
vi. Expected Risks are risks due to riots (other than those on account of contractors employees),
war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion
revolution, insurrection, military or usurped power any acts of Government, damages from
aircraft, acts of god, such as earthquake, lightening and unprecedented flood, and other causes
over which the contractor has no control and accepted as such by the Accepting Authority or
causes solely due to use or occupation by Government of the part of the works in respect of
which a certificate of completion has been issued or a cause solely due to Governments action.

77
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

3. Scope and Performance:


Where the context so requires, words imparting the singular only, also include the plural and vice
versa. Any reference to masculine gender shall whenever required include feminine gender and
vice versa.
4. Heading and Marginal notes to these General Conditions of Contract shall not be deemed to form
part thereof or taken into consideration in the interpretation or construction thereof or of the
contract.
5. The contractor shall be furnished, free of cost, with one certified copy of the contract documents
except standard specifications, Schedule of Rates and such other printed and published
documents, together with all drawings as may be forming part of the tender papers. None of these
documents shall be used for any purpose other than that of this contract.
6. Sufficiency of Tender - The Contractor shall be deemed to have satisfied himself before tendering
as to the correctness and sufficiency of his tender for the works and with the rate offered by him.
7. Discrepancies and Adjustment of Errors - The various documents forming the Contract are to be
taken as mutually explanatory of one another, detailed drawings being followed in preference to
small scale drawing and figured dimensions in preference to scale and special conditions in
preference to General Conditions.

8. The contractor (s) is/are to provide everything of every sort and kind which may be necessary and
requisite for the due and proper execution of the several works included in the contract. Whether
original or altered according to the true intent and meaning of the drawings and specifications taken
together, which are to be signed by the City Engineer and the Contractor(s), whether the same may or
may not particularly be described in the specifications or shown on the drawings, provided that the
same are reasonably to be inferred in reform and incase of any discrepancy between the drawings and
the specifications the City Engineer to decide which shall be followed.

9. The contractor(s) is / are to set out the whole of the works in conjunction with an officer to be deputed
by the Engineer-in-charge, and during the progress of the works to amend, on the requisition of the
Engineer-in-charge, any errors, which may arise therein and provide all the necessary labor and
materials for doing so. The contractor(s) is / are to provide all plants, labor and materials which may be
necessary and requisite for the works. All materials and workmanship are to be the best of their
respective kinds. The contractor(s) is/are to leave the works in all respects clean and perfect after the
completion thereof.

10. The copies of agreement, relevant specification so also all architectural drawing and structural
drawings duly approved by the Engineer-in-Charge shall be available at the site of work. At all times
during the usual working hours and at all other times at which reasonable notice of the intention of the
City Engineer or his Subordinate to visit the works shall be given to the contractor, the contractor either
himself / or through his agent will be present to receive orders and instructions above work . Orders
given to the contractors agent shall be considered to have the same force as if they had been given to
the contractor himself.

78
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

The City Engineer may require the contractor to dismiss any person in the contractor employment upon
the works who may be incompetent or for misconduct, and the contractors to comply with these
instructions
11. All work under or in course of execution or executed in pursuance of the contract shall at all times be
open to inspection and supervision of the City Engineer of AMC, or by the officer of Vigilance of the
authority and Deputy Engineer, (Elect.) and their subordinate or PMC appointed by the AMC including
any government or reputed private institution consultant /advisor appointed by the Engineer-in-Charge
as third party quality assurance and the contractor shall at all times during the usual working hours and
at all other times at which reasonable notice of the intention to visit the works shall be given to the
contractor. The contractor either himself or through his agent will be present to receive orders and
instructions about work. Orders given to the contractors agent shall be considered to have the same
force as if they had been given to the contractor himself. The City Engineer may require the contractor
to dismiss any person in the contractor employment upon the works who may be incompetent or for
misconduct and the contractor to comply with these instructions.

12. The contractor shall give not less than five working days notice in writing to the City Engineer before
covering up, or otherwise placing, beyond the reach of measurement any work so that the work may be
measured and correct dimensions thereof be taken before the same is so covered up or placed beyond
the reach of measurement. If any work shall be covered up or placed beyond the reach of measurement
without such notice being given or consent obtained, the same shall be uncovered at the contractors
expenses, or in default thereof, no payment shall be made for such work.

13. All work and materials brought by the contractor or by his order for the purpose of forming part of the
works are to be considered to be the property of the AMC and the same are not to be removed or taken
away by the contractor or any other person without the written consent of the City Engineer, but the
AMC will not be in anyway answerable for any loss or damage that may happen to, or with respect to
any such work or materials either by the same being lost or stolen or damaged by weather, mishap, or
otherwise.

14. The Engineer-in-Charge shall have full powers to require the removal of all such materials from the
premises, which in his opinion are not in accordance with the Specifications and in case of default, the
Engineer-in-Charge shall be at the liberty to employ other people at the expense of the Contractor, to
remove the same without being answerable or accountable for any loss or damage that may happen or
arise to such materials. The Engineer-in-Charge shall also have full power to require appropriate quality
material to be substituted thereof and incase of default the Engineer-in-Charge may arrange for the
same to be supplied and all costs which may arise due to such removal and substitution shall be borne
by the Contractor.

79
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

15. Any defects (including structural defects), or other faults which may appear within 02 (two) year from
the recorded date of completion of the building, arising out of defective or improper materials or
workmanship are upon the direction of the Executive Engineer to be amended and made good by the
contractor(s) at his /their own cost, and in case of a default, the City Engineer may recover from the
contractor(s) the cost of making good the works(of which the certificate of the Executive Engineer shall
be final) from any sum that may be then, or at any time thereafter may become due, to the contractor(s)
by AMC under the contract , or from his/their security deposit or proceeds thereof, of a sufficient
portion thereof.

16. From the commencement of the work to the completion of the same, manpower/equipment/material and
miscellaneous are to be under the contractor(s) charge. The contractor(s) is / are to be held responsible
for and to make good all injuries, damages, and repairs occasioned or rendered necessary to the same by
fire, rains, storms, traffic, flood or other causes and not to hold AMC liable to any claims for injuries to
persons, or structural damage to property, happening from any neglect, default, want of proper care or
misconduct on the part of the contractor(s) or of anyone in his/their employment during the execution of
the works.

17. The City Engineer has full powers to send workmen to the premises to execute fittings / fixtures and
other works not included in the contract for whose operation the contractor(s) is /are to afford
reasonable facility during ordinary working hours, provided that such operations shall be carried out on
in such a manner so as not to impede the progress of the work included in the contract but the
contractor(s) is/are not to be held responsible for any damage which may happen to be occasioned by
any such fittings / fixtures or other works.

18. The defect liability will also cover the ancillary work like
Tube wells
Submersible pumps
Solar water heater system
Street lights, Common lights (LED lights)
Fire Fighting Works
Horticultural Works
Underground Storm water drainage and External Sewerage Network.
etc provided along with the building work.

19. The contractor has to also undertake housekeeping of the tenements constructed on respective land
parcel for the first 6 months of the defect liability period which includes running of pumps flitted on
tube wells / dug wells, repair of pumps and replacement of damaged parts, maintenance of street lights
and lighting provided to common areas inside and outside of the buildings including replacement of
unserviceable/damaged fittings maintenance of fire fighting work including repair and replacement of
damaged parts, maintenance of horticulture works including periodical watering, monitoring water
supply and cleaning the storm water drains and sewerage network as and when necessary. The house

80
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

keeping will also include providing adequate watch and ward to the premises and also undertaking
sweeping cleaning the common areas, streets and pathways. The periodical energy charges and water
supply charges will be borne by the AMC.

81
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2. GENERAL CONDITIONS OF CONTRACT


CLAUSE 1:
Security Deposit and Performance bond.
The contractor who is selected to undertake the assignment, on being offered a land
parcel.
1. Will pay a 2% of the cost of the proposed construction on the respective land
parcel as performance guarantee within 10 days from the date of issue of LOA by
the AMC.
2. This performance guarantee will be either in the form of government bonds, fixed
deposit Receipt or the Bank guarantee issued by any Nationalized Bank from its
branch located in the Maharashtra state.
3. On successful completion of the preliminary and preparatory work of the
respective land parcel the AMC will ask the contractor to pay the security deposit
at 2% of the cost of the proposed construction. The security deposit can be in the
form of government bonds, fixed deposit receipt or Bank Guarantee issued by and
Nationalized Bank from its branch located in the Maharashtra state.
4. The remaining security deposit of 2% of the cost of the proposed construction on
the respective parcel of land will be recovered in cash from the R.A. bill at the
rate of 5% of the amount of the bill. Such deduction from the bill will continue till
the amount such deducted reaches the value of 2% of the cost of the proposed
construction.
5. Alternatively the bidder may choose to pay the full security deposit at the rate of
4% of the cost of the proposed construction which may be in the form of
government bonds, fixed deposit receipt or bank guarantee issued by any
Nationalized Bank through its branch located in Maharashtra.
6. 50% of the performance guarantee will be released on completion of 50%
tenements on the respective parcel of land.
7. The remaining 50% of the performance guarantee will be released on completion
of EWS tenements and after issue of completion certificate by the AMC for the
respective parcel of the land.
8. The 50% security deposit will be released on completion of the EWS tenements
on all land parcels together and after issue of completion certificate by the AMC
for the complete project.
9. The balance 50% of the security deposit will be released on completion of defect
liability period of 2 years for the EWS tenements on all land parcels together and
after issue of no dues certificate pertaining to the complete project.

82
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 2:
Compensation for Delay
It the contractor fails to maintain the required progress of work as per the schedule of
mile stones as set out and mutually agreed while issuing the work order for the construction of
EWS tenements on the respective parcel of land, a notice will be served to him to make up the
slippage in milestones within a cure period of 1 months. If the contractor fails to make up the
slippage and if the slippage in mile stones persists a penalty at 0.10% of the cost of work per week
will be levied and recovered from the RA bills. If the contractor succeeds in completing the work
in the original period of completion or within authorized extended period of completion the
penalty so levied will be refunded along with the final bill. In case of failure of the contractor to
complete the work in original schedule period of completion or authorized extended period of
completion, the penalty at 1% of the cost of the work on the respective parcel of land per month
will be levied subject to the condition that the total of penalty levied for slippage of mile stone
and penalty levied for non completion of work within the stipulated period will not exceed 10% of
the cost of the work on the respective parcel of the land. However no interest what so ever shall
be payable on such withheld amount.

CLAUSE 3:
When contract can be terminated:
Subject to other provisions contained in this clause, the Engineer-in-charge may, without
prejudice to any other rights or remedy against the contractor with respect to any delay, inferior
workmanship, any claims for damages and/ or any other provisions of this contract or otherwise,
and whether the date of completion has or has not elapsed, by notice in writing absolutely
terminate the contract in any of the following cases:
i. If the contractor having been given by the Engineer-in-charge a notice in writing to rectify,
reconstruct or replace any defective work or that the work is being performed in an inefficient or
otherwise improper or un-workman like manner, shall omit to comply with the requirement of
such notice for a period of seven days thereafter.
ii. If the contractor has, without reasonable cause, suspended the progress of the work or has
failed to proceed with the work with due diligence so that in the opinion of the Engineer-in charge
(which shall be final and binding) he will be unable to secure completion of the work by the date
of completion and continues to do so after a notice in writing of seven days from the Engineer-in-
charge.
iii. If the contractor fails to complete the work within the stipulated date or items of work with
individual date of completion, if any stipulated, on or before such date (s) of completion and does
not complete them within the period specified in a notice given in writing on that behalf by the
Engineer-in-charge.

83
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

iv. If the contractor persistently neglects to carry out his obligations under the contract and /
or commits default in complying with any of the terms and conditions of the contract and does not
remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him
on behalf of AMC by the Engineer-in-charge.
v. If the contractor shall offer or give or agree to give service/ gift/consideration of any kind to
any person in AMC or to any other person on his behalf as an inducement or reward for doing or
for bearing to do or for having done any act in relation to the obtaining or execution of this or any
other contract for AMC.
vi.If the contractor shall enter into a contract with AMC in connection with which commission
has been paid or agreed to be paid by him or to his knowledge, unless the particulars of any such
commission and the terms of payment thereof have been previously disclosed in writing to the
Engineer-in-charge.
vii.If the contractor shall obtain a contract with AMC as a result of wrong tendering or other
non- bona fide methods of competitive tendering.
viii.If the contractor being an individual or if a firm, any partner thereof shall at any time be
adjudged insolvent or have a receiving order or order for administration of his estate made adjust
him or shall take any proceedings for liquidation or composition (other than a voluntary
liquidation for the purpose of amalgamation or reconstruction) under a ny Insolvency Act for the
time being in force or make any conveyance or assignment of his effects or composition or
arrangement for the benefit of his creditors or purport so to do, or if any application be made
under any Insolvency Act for the time being in force for the sequestration of his estate or if a trust
deed be executed by him for benefit of his creditors.
ix. If the contractor being a company shall pass a resolution or the court shall issue an order that
the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be
appointed or if circumstances shall arise which entitle the court or the creditor to appoint a
receiver or a manager or which entitle the court to make a winding up order.
x. If the contractor shall suffer an execution being levied on his goods and allow it to be
continued for a period of 21 days.
xi.AMC reserves the right to terminate the contract, at its own discretion, if the contractor fails to
comply with the terms and conditions stipulated in the contract or otherwise for any reasons with
respect to any fault or wrong doing on the part of the contractor, as the circumstances deem fit.
xii. If the contractor assigns, transfers, sublets (engagement of labor on a piece work basis or
of labor with materials not to be incorporated in the work, shall not be deemed to the subletting)
or otherwise parts with or attempts to assign, transfer, sublet or otherwise parts with the entire
works or any portion thereof without the prior written approval of the Engineer-in-charge. When
the contractor has made himself liable under any of the case aforesaid; the Engineer-in-charge on
behalf of AMC shall have powers.

84
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

xiii. Any act by contractor without necessary previous approval of the AMC.
a. To determine the contractor as aforesaid (of which written termination notice to the
contractor from the Engineer-in-charge shall be conclusive evidence) Upon such
determination, the Earnest Money deposit, Security Deposit already recovered and
performance Guarantee under the contract shall be liable to be forfeited and shall be
absolutely at the disposal of the AMC with binding effect.
b. After giving notice to the contractor to measure up the work of the contractor and to take
such whole, or the balance or part thereof, as shall be un- executed out of his hands and to
give it to another contractor to complete the work. The contractor, whose contract is
determined as above, shall not be allowed to participate in the tendering process for the
balance work. In the event of above courses being adopted by the Engineer-in-charge, the
contractor shall have no claim to compensation for any loss sustained by him for having
purchased or procured any materials or entered into any engagements or made any advances
on account with a view to the execution of the work or the performance of the contract. And
in case action is taken under any of the provisions aforesaid, the contractor shall not be
entitled to recover or be paid any sum for any work thereof or actually performed under this
contract unless and until the Engineer-in-charge has certified in writing the performance of
such work and the value payable in respect thereof and he shall only be entitled to be paid
the value so certified.
CLAUSE 3A: Deleted.

CLAUSE 4: Deleted.
CLAUSE 5:
The time allowed for execution of the works as specified or the extended time in accordance
with these conditions shall be the essence of the contract. The execution of the works shall
commence from such time period as mentioned in work order issued for the respective parcel of
land the site whichever is later. If the contractor commits default in commencing the execution of
the work as aforesaid, AMC shall without prejudice to any other right or remedy available in law,
be at liberty to forfeit the earnest money and performance guarantee absolutely and the provisions
of section 73 and 74 of the Contract Act 1872 as well as other provisions of law shall be binding
on the contractor.
1. As soon as possible after the AMC invites the contractor to pay the security deposit but before
entering into the contract the contractor shall submit a Time and Progress Chart for each
milestone and get it approved by the Engineer-in-charge. This time and progress chart will form
an inalienable part of the work order for the respective parcel of land. The chart shall be prepared

85
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

in direct relation to the time stated in the contract documents for completion of items of the
works. It shall indicate the forecast of the dates of commencement and completion of various
trades of 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, and further to ensure good progress during the execution of the work, the contractor
shall in all cases in which the time allowed for any work, exceed one month (save for special
jobs for which a separate program has been agreed upon)complete the work as per milestones.
2. If the work(s) be delayed by:
i. Force Majeure, or
ii. Abnormally bad weather, or
iii. Serious loss or damage by fire, or
iv. Civil commotion, local commotion of workmen, strike or lockout, affecting any of the
trades employed on the work, or
v. Delay on the part of other contractors or tradesmen engaged by Engineer-in-charge in
Executing work not forming part of the contractor, or
vii. Non availability or break down of tools and plant to be supplied or supplied by AMC, o
viii. Any other cause, which in the absolute discretion of the authority is beyond the
contractors control. Then upon the happening of any such event causing delay, the contractor
shall immediately, give notice thereof in writing to the Authority but shall nevertheless use
constantly his best endeavors to prevent or make good the delay and shall do all that may be
reasonably required to the satisfaction of the Engineer-in-charge to proceed with the works.
3. Request for rescheduling of Milestones and extension of time, to be eligible for
consideration, shall be made by the contractor in writing within fourteen days of the happening of
the event causing delay, on the prescribed form to the Authority. The contractor may also indicate
in such a request the period for which extension is desired.
4. In any such case the authority may give a fair and reasonable extension of time and reschedule
the milestones for completion of work. Such extension shall be communicated to the contractor by
the authority in writing, within 3 months of the date of receipt of such request. Non Bid by the
contractor for extension of time shall not be a bar for giving fair and reasonable extension by the
authority and this shall be binding on the contractor.
CLAUSE 6:
Computerized Measurement Book:
Though the contract is on Design Build Transfer basis, as well as firm and fix basis, and
payment will not be on item rate, but for maintaining the records of work done, the Engineer-in-
charge or his authorized representative shall, except as otherwise provided, ascertain and
determine by measurement the value in accordance with the contract of work done.

86
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

All measurements of all the items shall be entered by the contractor and compiled in the shape of
the computerized Measurement Book having pages of A-4/legal size so that a complete record is
obtained of all the items of works performed under the contract.
All such measurements and levels recorded by the contractor or his authorized representative
from time to time, during the progress of the work shall be forwarded by the contractor to the
Engineer-in-charge or his authorized representative as per interval or program fixed in
consultation with Engineer-in-charge or his authorized representative. After the necessary
corrections made by the Engineer-in-charge or his authorized representative, the measurement
sheets shall be returned to the contractor for incorporating the corrections and resubmission to
Engineer-in-charge for the dated signature by the Engineer-in-charge and the contractor or their
representative in token of their acceptance.
The final, fair computerized measurement book given by the contractor, duly bound, with its
pages machine numbered, should be 100% correct, and no cutting or over- writing in the
measurements would thereafter be allowed. If at all any error is noticed, the contractor shall have
to submit a fresh computerized MB with its pages duly machine numbered and bound, after
getting the earlier MB cancelled by the department. Thereafter, the MB shall be taken to the AMC
office records, and allotted a number as per the Register of Computerized MBs. This should be
done before the corresponding bill is submitted to the AMC Office for payment. The contractor
shall submit two spare copies of such computerized MBs for the purpose of reference and record
by the various officers of the department and the agency appointed by AMC.
The contractor shall without any extra charge, provide all assistance with every appliance, labor
and other things necessary for checking of measurement/ levels by the Engineer-in-charge or his
representative of AMC and the agency appointed by AMC. Except where any general or detailed
description of the work expressly shows to the contrary, measurements shall be taken in
accordance with the procedure set forth in the specifications notwithstanding any provision in the
relevant standard Method of measurement or any general or local custom. In the case of items
which are not covered by specifications, measurements shall be taken in accordance with the
relevant standard method of measurement issued by the Bureau of Indian Standards and if for any
item no such standard is available then a mutually agreed method shall be followed.
The contractor shall give not less than seven days notice to the Engineer-in-charge or his
authorized representative in charge of the work before covering up or otherwise placing beyond
the reach of checking and / or test checking the measurement of any work in order that the same
may be checked and / or test checked and correct dimensions thereof be taken before the same is
covered up or placed beyond the reach of checking and/ or test checking measurement and shall
not cover up and place beyond the reach of measurement any work without consent in writing of
the Engineer-in-charge or his authorized representative in-charge of the work who shall within

87
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

the aforesaid period of seven days inspect the work, and if any work shall be covered up or placed
beyond the reach of checking and/ or test checking measurement without such notice having been
given or the Engineer-in-charge consent obtained in writing, the same shall be uncovered at the
contractors expense, or in default thereof no payment or allowance shall be made for such work
or the materials with which the same was executed.
Though the contract is on Design Build Transfer basis, and payment will not be on item rate, but
for maintaining the records of work done, the agency to submit measurement in A4 size pages of
work done with mile stone on monthly basis along with RA bill as per mile stone claimed.
Agency has to get certified measurements from PMC and submit to AMC for record purpose
only. Based on mile stone, AMC will certify milestone and recommend for the payment.
CLAUSE 7:
Payment on Intermediate Certificate to be regarded as Advances:
No payment shall be made for work of INR 500 lac or less as an interim bill. The interim or
running account bills shall be submitted by the contractor for the work executed on the basis of
such recorded measurements on the format of the Department in triplicate on or before the date of
every month fixed for the same by Engineer-in-charge. The contractor shall not be entitled to be
paid any such interim payment if the gross work done together with net payments/ adjustment of
advances for the material collected, if any, in which case the interim bill shall be prepared on the
appointment date of the month after the requisite progress is achieved. Engineer-in-charge shall
arrange to have the bill verified by taking or causing to be taken, where necessary, the requisite
measurements of the work. In the event of the failure of the contractor to submit the bills,
Engineer-in-charge shall prepare or cause to be prepared such bills, in which event no claims
whatsoever due to delays on payment including that of interest shall be payable to the contractor.
Payment on account of amount admissible shall be made by the Engineer-in-charge certifying the
sum to which the contractor is considered entitled by way of interim payment at such rates as
decided by the Engineer in-charge. The amount admissible shall be paid by 15th working day
after the day of presentation of bill by the contractor to Engineer-in- charge or his Assistant
Engineer.
All such interim payments shall be regarded as payment by way of advance against final payment
only and shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be
rejected, removed, taken away and reconstructed or re-erected. Any certificate given by the
Engineer-in- charge relating to the work done or materials delivered forming part of such
payment, may be modified or corrected by any subsequent such certificate(s) or by the final
certificate and shall not by itself be conclusive evidence that any work or materials to which it
relates is/are in accordance with the contract and specifications. Any such interim payment, or any
part thereof shall not in any respect conclude, determine or affect in anyway powers of the
Engineer-in-charge under the contract or any of such payments be treated as final settlement and
adjustment of accounts or in any way vary or affect the contract.

88
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Pending consideration of extension of date of completion, interim payments shall continue to be


made as herein-provided without prejudice to the right of the department to take action under the
terms of this contract for delay in the completion of work, if the extension of date of completions
is not granted by the competent authority.

CLAUSE 8:
Completion Certificate and completion plans:
Within ten days of the completion of the work, the contractor shall give notice of such completion
to the Engineer-in-charge and within thirty days of the receipts of such notice the Engineer-in-
charge shall inspect the work and if there is no defect in the work, shall furnish the contractor with
a final certificate of completion, otherwise a provisional certificate of physical completion
indicating defects (a) to be rectified by the contractor and / or (b) for which payment will be made
at reduced rates, shall be issued. But no final certificate of completion shall be issued, nor shall
the work be considered to be completed until the contractor shall have removed from the premises
on which the work shall be executed all scaffolding, surplus materials, rubbish and all huts and
sanitary arrangements required for his/ their work people on the site in connection with the
execution of the works as shall have been erected or constructed by the contractor(s) and cleaned
off the dirt from all wood work, door, windows, walls, floor or other parts of the building, in,
upon, or about which the work is to be executed or of which he may have had possession for the
purpose of the execution thereof, and not until the work shall have been measured by the
Engineer-in-charge. If the contractor shall fail to comply with the requirements of this clause as to
removal of scaffolding, surplus materials and rubbish and all huts and sanitary arrangements as
aforesaid and cleaning of dirt on or before the date fixed for the completion of work, the
Engineer-in-charge may at the expense of the contractor remove such scaffolding, surplus
materials and rubbish etc., and dispose of the same as he thinks fit and clean off such dirt as
aforesaid, and the contractor shall have no claim in respect of scaffolding or surplus materials as
aforesaid except for any sum actually realized by the sale thereof.
CLAUSE 8A:
Contractor to keep site clean:
When the rectification works are carried out, during the defect liability period the splashes and
droppings from white washing, color washing, painting etc. on walls, floors, windows, etc. shall
be removed and the surface cleaned simultaneously with the completion of these items of work in
the individual rooms, quarters or premises etc. where the work is done . In case the contractor
fails to comply with the requirements of this clause, the Engineer-in-charge shall have the right to
get this work done at the cost of the contractor whether departmentally or through any other
agency. Before taking such action, the Engineer-in-charge shall give ten days notice in writing to
the contractor.

89
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 9:
Payment of Final Bill
The final bill shall be submitted by the contractor in the same manner as specified in interim bills
within three months of physical completion of work or within one month of the date of the final
certificate of completion furnished by the Engineer-in-charge whichever is earlier. No further
claims shall be made by the contractor after submission of the final bill and these shall be deemed
to have been waived and extinguished. Payments of those items of the bill with respect to which
there is no dispute and of items in dispute, for quantities and rates as approved by Engineer-in-
charge, will as far as possible be made within three month, the period being reckoned from the
date of receipt of the bill by the Engineer-in-charge or his authorized Assistant Engineer.
The final bill shall be payable at firm and fix prize as per the bid and shall not be subject to any
escalation or increase in cost, save for the expressly provided in the contract.
Agency has to ensure all the compliances before final bill and submit final bill to the Engineer in
charge.
CLAUSE 9A:
Payment of contractors Bill to Banks
Payment due to the contractor may, if so desired by him, be made to his bank, registered financial,
co-operative or thrift societies or recognized financial institutions instead of direct to him
provided that the contractor furnishes to the Engineer-in-charge (1) an authorization in the form of
a legally valid document such as a power of attorney conferring authority on the bank: registered
financial, cooperative or thrift societies or recognized financial institutions to receive payments
and (2) his own acceptance of the correctness of the amount made out as being due to him by
AMC or his signature on the bill or other claim preferred against AMC before settlement by the
Engineer-in-charge of the account or claim by payment to the bank, registered financial, co-
operative or thrift societies or recognized financial institutions. While the receipt given by such
banks; registered financial, co-operative or thrift societies or recognized financial institutions shall
constitute a full and sufficient discharge for the payment, the contractor shall whenever possible
present his bills duly receipted and discharged through his bank, registered financial cooperative
or thrift societies or recognized financial institutions. Nothing herein contained shall operate to
create in favor of the bank; registered financial, cooperative or thrift societies or recognized
financial institutions any right or equities vis-a-vis the AMC.

90
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 10:
Materials to be provided by the contractor:
The contractor shall, at his own expense, provide all materials, required for the work. The
contractor shall, at his own expense and without delay; supply to the Engineer-in-charge samples
of materials to be used on the work and shall get these approved in advance. All such materials to
be provided by the contractor shall be in conformity with the specifications laid down or referred
to in the contract. The contractor shall, if requested by the Engineer-in- charge furnish proof, to
the satisfaction of the Engineer-in-charge that the materials so comply. The Engineer- in-charge
shall within thirty days of supply of samples or within such further period as he may require
intimate to the contractor in writing whether samples are approved by him or not. If samples are
not approved, the contractor shall forthwith arrange to supply to the Engineer-in charge for his
approval fresh samples complying with the specifications laid down in the contract. When
materials are required to be tested in accordance with specifications, approval of the Engineer-in-
charge shall be issued after the test results are received. The contractor shall at his risk and cost
submit the samples of materials to be tested or analyzed and shall not make use of or incorporate
in the work any materials represented by the samples until the required analysis or tests have been
done and materials finally accepted by the Engineer-in-charge. The contractor shall not be eligible
for any claim or compensation either arising out of any delay in the work or due to any corrective
measures required to be taken on account of and as a result of testing of materials.
The contractor shall, at his risk and cost make all arrangements and shall provide all facilities as
the Engineer-in-charge may require for collecting, and preparing the required number of samples
for such tests at such time and to such place or places as may be directed by the Engineer-in
charge and bear all charges and cost of testing unless specifically provided for otherwise,
elsewhere in the contract or specifications. The Engineer-in-charge or his authorized
representative shall at all times have access to the works and to all workshops and places where
work is being prepared from approved materials or manufactured articles / machinery are being
obtained for the works and the contractor shall afford every facility and every assistance in
obtaining the right to such access.
The Engineer-in-charge shall have full powers to remove from the premises all materials which in
his opinion are not in accordance with the specifications and in case of default, the Engineer- in
charge shall be at liberty to employ at the expense of the contractor, other persons to remove the
same without being answerable or accountable for any loss or damage that may happen or arise to
such materials. The Engineer-in-charge shall also have full powers to require other proper
materials to be substituted thereof and in case of default, the Engineer-in-charge may cause the
same to be supplied and all costs which may occur due to such removal and substitution shall be
borne by the contractor. The contractor shall, at his own expense, provide a

91
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

materials testing lab at the site for conducting routine field tests. The lab shall be equipped with
the essential testing equipment as per Annexure
CLAUSE 10A:
Dismantled Material Property of AMC:
The contractor shall treat all materials obtained during dismantling of a structure, excavation of
the site for a work, etc. as property of AMC and such materials shall be disposed off to the best
advantage of AMC according to the instructions in writing issued by the Engineer-in-Charge.

CLAUSE 11:
Work to be executed in Accordance with Specifications, Drawings, Orders etc.:
The contractor shall execute the whole and every part of the work in the most substantial and
workman like manner both as regards materials and otherwise in every respect in strict
accordance with the specifications. The contractor shall also conform exactly, fully and faithfully
to the design, drawings and instructions in writing with respect to the work signed by the Engineer
in-Charge and the contractor shall be furnished free of charge, one copy of the contract documents
together with specifications, designs, drawings and instructions as are not included in the standard
specifications of Central/ State Public Works Department or in any Bureau of Indian Standard or
any other, published Standard or Code or, schedule of rates or any printed publications, or
General specification referred to elsewhere in the Contract, with up to date Correction slips.
The contractor shall comply with the provisions of the contract and with care and diligence
execute and maintain the works and provide all labor and materials, tools and plants, including
those that are needed for measurements and supervision of all works, structural plants and other
things of temporary or permanent nature required for such execution and maintenance in so far as
the necessity for providing these, is specified or is reasonably inferred from the contract. The
Contractor shall take full responsibility for adequacy, suitability and safety of all the works and
methods of construction.
CLAUSE 12:
Deviations/Variations Extent and Pricing as Proposed by AMC during Project work:
The Engineer-in-Charge shall have power (i) to make alteration in, omissions from, additions to,
or substitutions for the original specifications, drawings, designs and instructions, that may appear
to him to be necessary or advisable during the progress of the work, and (ii) to omit a part of the
works in case of non-availability of a portion of the site or for any other reasons and the
contractor shall be bound to carry out the works in accordance with any instructions given to him
in writing signed by the Engineer-in-Charge and such alterations, omissions, additions or
substitutions shall form part of the contract as if originally provided therein and any altered,
additional or substituted work which the contractor may be directed to do in the manner specified
above as part of the works, shall be carried out by the contractor on the same conditions in all

92
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

respects including price on which he agreed to do the main work except as hereafter provided.
1. The time for completion of the works shall, in the event of any deviations resulting in
additional cost over the tendered value sum being ordered to be extended, if requested by the
contractor, as follow:
i. In the proportion which the additional cost of the altered, additional or substituted work,
bears to the original tendered value plus
ii. 25% of the time calculated in (i) above or such further additional time as may be considered
reasonable by the Engineer-in-Charge.
iii. Power to extend the contract rests with Executive Engineer.
2. The contractor shall send to the Engineer-in-Charge, once every three months, an up to
date account giving complete details of all claims for additional payments to which the contractor
may consider himself entitled and of all additional work ordered by Engineer-in-Charge which he
has executed during the preceding quarter, failing which the contractor shall be deemed to have
waived his right. However, the Engineer-in-Charge may authorize consideration of such claims on
merits.
CLAUSE 13:
Foreclosure of Contract due to Abandonment or Reduction in Scope of work:
If at any time after acceptance of the tender, AMC shall decide to abandon or reduce the scope of
the works for any reason whatsoever and hence not require the whole or any part of the works to
be carried out, the Engineer-in-Charge shall give notice in writing to that effect to the Contractor
and the contractor shall act accordingly in the matter. The contractor shall have no claim to any
payment of compensation or otherwise whatsoever, on account of any profit or advantage which
he might have derived from the execution of the works in full but which he did not derive in
consequence of the foreclosure of the whole or part of the work.
No extra payment shall be made for the below mentioned works:
i.Any expenditure incurred on preliminary site work, e.g. temporary access roads, temporary
labor huts, staff quarters and site office; storage accommodation and water storage tanks.
ii. AMC shall have the option to take over contractors materials or any part there of either
brought to site or of which the contractor is legally bound to accept delivery from suppliers
(incidental to the work).
Provided, however, AMC shall be bound to take over the materials or such portions thereof as the
Any excess expenditure incurred or to be incurred by AMC in completing the part work/part
incomplete work of any item(s) or the excess loss of damages suffered or may be suffered by

93
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

AMC as aforesaid after allowing such credit shall without prejudice to any other right or remedy
available to Government in law or as per agreement be recovered from any money due to the
contractor on any account, and if such money is insufficient, the contractor shall be called upon
in writing and shall be liable to pay the same within 30 days.
Provided If the contractor fails to pay the required sum within the aforesaid period of 30 days,
the Engineer-in-Charge shall have the right to sell any or all the contractors unused materials
constructional plant, implements, temporary building at site etc. and adjust the proceeds of sale
thereof towards the dues recoverable from the contractor under the contract and if thereafter
there remains any balance outstanding, it shall be recovered in accordance with the provisions of
the contract.
In the event of above course being adopted by the Engineer-in-Charge, the contractor shall have
no claim to compensation for any loss sustained by him by reason of his having purchased or
procured any materials or entered into any engagements or made any advance on any account or
with a view to the execution of work or the performance of the contract.
CLAUSE 14:
Suspension of Work:
i. The contractor shall, on receipt of the order in writing of the Engineer-in-Charge, (whose
decision shall be final and binding on the contractor) suspend the progress of the works or any
part thereof for such time and in such manner as the Engineer-in-Charge may consider
necessary, so as not to cause any damage or injury to the work already done or endanger the
safety thereof, for any of the following reasons:
a. On account of any default on the part of the contractor or;
b. For proper execution of the works or part thereof for reasons other than the default of the
contractor; or
c. For safety of the works or part thereof.
The contractor shall, during such suspension, properly protect and secure the works to the
extent necessary and carry out the instructions given on that behalf by the Engineer-in-Charge.
ii. If the suspension is ordered for reasons (b) and (c) in sub-Para (i) above:
a. The contractor shall be entitled to an extension of time equal to the period of every such
suspension plus 25%, for completion of the item or group of items of work for which a
separate period of completion is specified in the contract and of which the suspended
work forms a part,
iii. Provided, further, that the contractor shall not be entitled to claim any compensation from
AMC for the loss suffered by him on account of delay by AMC relating to, acts of God, acts of
enemies of the state/country or any reasonable cause beyond the control of the AMC.

94
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 15:
Action in case Work not done as per Specifications:
All works under or in course of execution or executed in pursuance of the contract shall at all times
be open and accessible to the inspection and supervision of the Engineer-in-Charge, his authorized
subordinates in charge of the work and all the superior officers, Officers from Quality Assurance
Cell of AMC or any organization engaged by the AMC for Quality assurance and of the Chief
Technical Examiners Office, and the contractor shall, at all times, during the usual working hours
and at all other times at which reasonable notice of the visit of such officers has been given to the
contractor, either himself be present to receive orders and instructions or have a responsible agent
duly accredited in writing, present for that purpose. Orders given to the Contractors agent shall be
considered to have the same force as if they had been given to the contractor himself.
If it shall appear to the Engineer-in-Charge or his authorized subordinates in-charge of the work ,
that any work has been executed with unsound, imperfect, or unskillful workmanship, or with
materials or articles provided by him for the execution of the work which are unsound or of a quality
inferior to that contracted or otherwise not in accordance with the contract the contractor shall, on
demand in writing which shall be made within twelve months of the completion of the work from
the Engineer-in-Charge specifying the work, materials or articles complained of notwithstanding
that the same may have been passed, certified and paid for forthwith rectify/ remove and reconstruct
the work so specified, in whole or in part, as the case may require or as the case may be, remove the
materials or articles so specified and provide other proper and suitable materials or articles at his
own charge and cost. In the event of failure to do so within a period specified by the Engineer-in-
charge in his demand aforesaid, the Engineer in charge may get such defective work removed and
re-executed at the risk and cost of the contractor. Decision of the Engineer-in-Charge to be conveyed
in writing with respect to the same shall be final and binding on the contractor.
CLAUSE16:
Contractor Liable for Damages, defects during Defects Liability period:
If the contractor or his working people or servants shall break, deface, injure or destroy any, part of
building in which they may be working, or any building, road, road kerb, fence, enclosure, water
pipe, cable, drains, electric or telephone post or wires, trees, grass or grassland, or cultivated ground
contiguous to the premises on which the work or any part is being executed, or if any damage shall
happen to the work while in progress, from any cause whatever or if any defect, shrinkage or other
faults appear in the work within defect liability period after a final certificate or otherwise of its
completion shall have been given by the Engineer-in-Charge as aforesaid arising out of defect or
improper materials or workmanship the contractor shall upon receipt of a notice in writing on that
behalf make the same good at his own expenses or in default, the Engineer-in Charge cause the same
to be made good by other workmen and deduct the expenses from any sums that may be due or at
any time thereafter may become due to the contractor, or from his security deposit.

95
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 17:
Contractor to Supply Tools and Plants etc.:
The contractor shall provide at his own cost all materials (except such special materials, if any, as
may in accordance with the contract be supplied from the Engineer-in- charges stores), machinery
tools and plants as specified. in addition to this, appliances, implements, other plants, ladders,
cordage, tackle, scaffolding and temporary works required for the proper execution of the work,
whether original, altered or substituted and whether included in the specifications or other
documents forming part of the contract or referred to in these conditions or not, or which may be
necessary for the purpose of satisfying or complying with the requirements of the Engineer-in
charge as to any matter to which under these conditions he is entitled to be satisfied or which he is
entitled to require together with their carriage to and from the work. The contractor shall also supply
without charge the requisite number of persons with the means and materials, necessary for the
purpose of setting out works, and counting, weighing and assisting the measurement for examination
at any time and from time to time of work or materials. If the contractor fails to do so, the same may
be provided by the Engineer-in-charge at the expenses of the contractor and the expenses may be
deducted, from any money due to the contractor, under this contract or otherwise and/or from his
security deposit or the proceeds of sale thereof, or a sufficient portion thereof.
CLAUSE 17A:
Recovery of Compensation paid to Workmen:
In every case in which by virtue of the provisions in sub-section (1) of Section 12, of the
Workmens Compensation Act, 1923, AMC is obliged to pay compensation to a workman
employed by the contractor, in execution of the works, AMC will recover from the contractor, the
amount of the compensations so paid; and, as well as per provisions of sub-section(2) of Sction12,
of the said Act, AMC shall be at liberty to recover such amount or any part thereof by deducting it
from the security deposit or from any sum due by AMC to the contractor whether under this
contract or otherwise. AMC shall not be bound to contest any claim made against it under sub-
section (1) Section 12, of the said Act, except on the written request of the contractor and upon his
giving to AMC full security for all costs for which AMC might become liable in consequence of
contesting such claim.

96
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 17B:
Ensuring Payment and Amenities to Workers if Contractor fails:
In every case in which by virtue of the provisions of the Contractor Labor (Regulation and
Abolition) Act, 1970, and of the Contract Labor (Regulation and Abolition) Central Rules, 1971,
AMC is obliged to pay any amounts of wages to a workman employed by the contractor in
execution of the works, or to incur any expenditure in providing welfare and health amenities
required to be provided under the above said Act and the rules under Clause 19 H or under the
Contractors Labor Regulations, or under the Rules framed by Govt. from time for the protection
of health and sanitary arrangements for workers employed by AMC and its Contractors.
AMC shall recover the amount from the contractor, if the amount of wages so paid or the amount
of expenditure so incurred; and without prejudice to the rights of the AMC under sub-section(2)
of Section 20, and sub-section (4) of Section 21, of the Contract Labor (Regulation and
Abolition)Act, 1970, AMC shall be at liberty to recover such amount or any part thereof by
deducting it from the security deposit or from any sum due by AMC to the contractor whether
under this contract or otherwise AMC shall not be bound to contest any claim made against it
under subsection(1) of Section 20, sub-section (4) of Section 21, of the said Act, except on the
written request of the contractor and upon his giving to the AMC full security for all costs for
which AMC might become liable in contesting such claim.
CLAUSE 18:
Labor Laws to be complied by the Contractor:
The contractor shall obtain a valid license under the Contractor Labor (R and A) Act 1970, and the
Contract Labor (Regulation and Abolition) Central Rules 1971, before the commencement of the
work, and continue to have a valid license until the completion of the work. The contractor shall also
abide by the provisions of the Child Labor (Prohibition and Regulation) Act, 1986 in the strict sense.
The contractor shall also comply with the provisions of the building and other construction Workers
(Regulation of Employment and Conditions of Service) Act, 1996 and the building another
Construction Workers Welfare Cess Act, 1996.The contractor shall ensure the registration of all
eligible workers (inclusive of those of subcontractors and petty contractors) with construction
workers welfare board. Any failure to fulfill these requirements shall attract the penal provisions of
this contract arising out of the resultant non- execution of the work.
CLAUSE 18A:
No labor below the age of fourteen years shall be employed on the work by contractor.

97
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 18B:
Payment of Wages:
i. The contractor shall pay to labor employed by him either directly or through sub-
contractors, wages not less than fair wages as defined in the Contractors Labor
Regulations or as per the provisions of the contract Labor ( Regulation and Abolition)
Central Rules,1971, wherever applicable.
ii. The contractor shall, notwithstanding the provisions of any contract to the contrary, cause to
be paid fair wage to labor indirectly engaged on the work, including any labor engaged by
his sub-contractors in connection with the said work, as if the labor had been immediately
employed by him.
iii. In respect of all labor directly or indirectly employed in the works for performance of the
contractors part of this contract, the contractor shall comply with or cause to be complied
with the Central Public Works Department contractors Labor Regulations made by
Government from time to time in regard to payment of wages, wages period, deductions
from wages recovery of wages not paid and deductions un-authorized made, maintenance of
wage books or wage slips, publication of scale of wages and other terms of employment,
inspection and submission of periodical returns and all other matters of the like nature or as
per the provisions of the Contract Labor (Regulation and Abolition) Act 1970, and the
Contract Labor (Regulation and Abolition) Central Rules, 1971, wherever applicable.
iv. (a) The Engineer-in-charge concerned shall have the right to deduct from the money due to
the contractor any sum required or estimated to be required for making good the loss
suffered by a worker or workers by reasons of non-fulfillment of the conditions of the
contract for the benefit of the workers, non-payment of wages or of deductions made from
his or their wages which are not justified by their terms of the contract or non-observance of
the Regulations.
(b) Under the provision of Minimum Wages (Central) Rules 1950, the contractor is bound to
allow to the labors directly or indirectly employed in the works one day rest for 6 days
continuous work and pay wages at the same rate as for duty. In the event of default, the
Engineer-in-charge shall have the right to deduct the sum or sums not paid on account of
wages for weekly holidays to any labors and pay the same to the persons entitled thereto
from any money due to the contractor by the Engineer-in-Charge concerned. In the case of
Maharashtra, however, as the all-inclusive minimum daily wages fixed under Notification of
the Maharashtra Administration Department as amended from time to time are inclusive of
wages for the weekly day of rest, the question of extra payment for weekly holidays would
not arise.
v. The contractor shall comply with the provisions of the Payment of Wages Act, 1936,

98
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Minimum Wages Act, 1948, Employees Liability Act, 1938, Workmens Compensation Act,
1923, Industrial Disputes Act, 1947, Maternity Benefits the modifications thereof or any
other laws relating thereto and the rules made there under from time to time.
vi. The contractor shall indemnify and keep indemnified AMC against payment to be made
under and for the observance of the laws aforesaid and the Contractors Labor Regulation
without prejudice to his right to claim indemnify from his sub-contractors.
vii. The laws aforesaid shall be deemed to be a part of this contract and any breach there of shall
be deemed to be a breach of this contract.
viii. Whatever is the minimum wage for the time being, or if the wage payable is higher than
such wage, such wage shall be paid by the contractor to the workmen directly without the
intervention of Jamadar and that Jamadar shall not be entitled to deduct or recover any
amount from the minimum wage payable to the workmen as and by way of commission or
otherwise.
ix. The contractor shall ensure that no amount by way of commission or otherwise is deducted
or recovered by the Jamadar from the wage of workmen.

CLAUSE 18C:
PENALTY FOR EACH DEFAULT TO PROVIDE FACILITIES:
In respect of all labor directly or indirectly employed in the work for the performance of the contractors
part of this contract, the contractor shall at his own expense arrange for the safety provisions as per Safety
Code framed from time to time and shall at his own expense provide for all facilities in connection
therewith. In case the contractor fails to make arrangement and provide necessary facilities as aforesaid, he
shall be liable to pay a penalty of Rs.200/- for each default and in addition the Engineer-in-charge shall be
at liberty to make arrangement and provide facilities as aforesaid and recover the costs incurred in that
behalf from the contractor.
CLAUSE 18D:
The contractor shall submit by the 4th and 19th of every month, to the Engineer-in-charge a true
statement showing in respect of the second half of the preceding month and the first half of the current
month respectively:
1. The number of labors employed by him on the work.
2. Their working hours
3. The amount of wages paid to them
4. The accidents that, occurred during the said fortnight showing the circumstances under
which they happened and the extent of damage and injury caused by them, and
5. The number of female workers who have been allowed maternity benefit according to Clause
19F and the amount paid to them.
Failing which the contractor shall be liable to pay to AMC, a sum not exceeding Rs.2000/- for each
default or materially incorrect statement. The decision of the Engineer in charge shall be final in

99
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

deducting from any bill due to the contractor the amount levied as fine and be binding on the
contractor.
CLAUSE 18E:
In respect of all labor directly or indirectly employed in the works for the performance of the
contractors part of this contract, the contractor shall comply with or cause to be complied with all the
rules framed by Central Govt. /Competent Authority of Central Govt. as well as State Govt. from time to
time for the better protection of health and sanitary arrangements for workers employed by the AMC and
its contractors.
CLAUSE 18F:

Leave and pay during leave shall be regulated as follows:

1. Leave:
i. In the case of delivery-maternity leave not exceeding 8 weeks, 4 weeks up to and
including the day of delivery and 4 weeks following that day,
ii. In the case of miscarriage -up to 3 weeks from the date of miscarriage.
2. Pay:
i. In the case of delivery- leave pay during maternity leave will be at the rate of the
womens average daily earning, calculated on total wages earned on the days when full time
work was done during a period of three months immediately preceding the date on which
she gives notice that she expects to be confined or at the rate of Rupees one only a day
whichever is greater.
ii. In the case of miscarriage - leave pay at the rate of average daily earning calculated on
the total wages earned on the days when full time work was done during a period of three
months immediately preceding the date of such miscarriage.
3. CONDITIONS FOR THE GRANT OF MATERNITY LEAVE:
No maternity leave benefit shall be admissible to a woman unless she has been employees
for a total period of not less than six months immediately preceding the date on which she
proceeds on leave.
4. The contractor shall maintain a register of Maternity (Benefit) in the Prescribed Form as shown
in appendix-I and II, and the same shall be kept at the place of work.

CLAUSE 18G:
In the event of the contractor(s) committing a default or breach of any of the provisions of the,
Contractors Labor Regulations and Model Rules for the protection of health and sanitary arrangements
for the workers as amended from time to time or furnishing any information or submitting or filling and
statement under the provisions of the above Regulations and Rules which is materially incorrect, he/they

100
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

shall, without prejudice to any other liability, pay to the NIT a sum not exceeding INR 2000/- for every
default, breach or furnishing, making, submitting, filing such materially incorrect statements and in the
event of the contractor(s) defaulting continuously in this respect, the penalty may be enhanced to INR
2000/- per day for each day of default subject to a maximum of 5 percent of the estimated cost of the
work put to tender. The decision of the Engineer-in-charge shall be final and binding on the parties.
Should it appear to the Engineer-in-charge that the contractor(s) is/ are not properly observing and
complying with the provisions of the Contracts Labor Regulations and Model Rules and the provisions
of the Contract Labor (Regulation and Abolition) Act 1970, and the Contract Labor (R and A) Central
Rules 1971, for the protection of health and sanitary arrangements for works people employed by the
contractor(s) (hereinafter referred as the said Rules) the Engineer-in-Charge shall have power to give
notice in writing to the contractor(s) requiring that the said Rules be complied with and the amenities
prescribed therein be provided to the work people within a reasonable time to be specified in the notice.

If the contractor(s) shall fail within the period specified in the notice to comply with and/observe the said
Rules and to provide the amenities to the work people as forfeited, the Engineer-in charge shall have the
power to provide the amenities hereinbefore mentioned at the cost of the contractor(s). the contractor(s)
shall erect, make and maintain at his/ their own expenses and to approved standards all necessary huts
and sanitary arrangements required for his/their work people on the site in connection with the execution
of the works, and if the same shall not have been created or constructed, according to approved
standards, the Engineer-in-charge shall have power to give notice in writing to the contractor(s)
requiring that the said huts and sanitary arrangements be remodeled and/or reconstructed according to
approved standards, and if the contractor(s) shall fail to remodel of reconstruct such huts and sanitary
arrangements according to approved standards within the period specified in the notice, the Engineer-in-
charge shall have the power to remodel or reconstruct such huts and sanitary arrangements according to
approved standards at the cost of the contractor(s).

CLAUSE 18H:
The contractor(s) shall at his/their own cost provide his/their labor with a sufficient number of temporary
structures of habitable Huts (hereinafter referred to as the camp) of the following specifications on a
suitable plot of land to be provided free of cost by the Engineer-in-charge
i. Dwelling huts for laborers
a. The minimum height of each hut at the eaves level shall be 2.10 m (7 ft.) and the
floor area to be provided will be at the rate of 2.7 sq. m. (30 sq. ft.) for each member
of the workers family staying with the laborer.
b. The contractor(s) shall in addition construct suitable cooking places having a
minimum area of 1.80m x 1.50m (6x5) adjacent to the hut for each family.
c. The contractor(s) shall also construct temporary latrines and urinals for the use of the
labors each on the scale of not less than four per each one hundred of the total
strength, separate latrines and urinals being provided for women.

101
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

d. The contractor(s) shall construct sufficient number of bathing and washing places,
one unit for every 25 persons residing in the camp. These bathing and washing
places shall be suitably screened.
e. All the huts shall have walls of sun-dried or burnt-bricks laid in mud mortar or other
suitable local materials as may be approved by the Engineer-in-charge. In case of
sundried bricks, the walls should be plastered with mud gobri on both sides. The
floor may be kuccha but plastered with mud gobri and shall be at least 15 cm (6)
above the surrounding ground. The roofs shall be laid with thatch or any other
materials as maybe approved by the Engineer-in-charge and the contractor shall
ensure that throughout the period of their occupation the roofs remain water-tight.
f. The contractor(s) shall provide each hut with proper ventilation and water tight tent.
All doors, windows, and ventilators shall be provided with suitable leaves for
security purposes. There shall be kept an open space of at least 7.2m (8 yards)
between a the rows of huts which may be reduced to 6m (20 ft.) according to the
availability of site with the approval of the Engineer-in-charge. Back to back
construction will be allowed.
ii. Water supply- The contractor(S) shall provide adequate supply of water for the use of
laborers. The provisions shall not be less than two gallons of pure and whole some water
per head per day for drinking purpose and three gallons of clean water per head per day
for bathing and washing purposes. Where piped water supply is available, supply shall be
at stand posts and where the supply is from wells or river, tanks which may be of mental
or masonry, shall be provided. The contractor(s) shall also at his/their own cost make
arrangements for laying pipe lines for water supply to his/their labor camp from the
existing mains wherever available, and shall pay all fees and charges therefore.
iii. The site selected for the camp shall be high ground, removed from jungle.
iv. Disposal of Excreta- The contractor(s) shall make necessary arrangements for the
disposal of excreta from the latrines by trenching or incineration which shall be
according to the requirements laid down by the Local Health Authorities. If trenching or
incineration is not allowed, the contractor(s) shall make arrangements for the removal of
the excreta through the Housing Committee/authority and inform it about the number of
laborers employed so that arrangements may be made by such Committee/authority for
the removal of the excreta. All charges on this account shall be borne by the contractor
and paid direct by him to the HOUSING /authority. The contractor shall provide one
sweeper for every eight seats in case of dry system.
v. Drainage- The contractor(s) shall provide efficient arrangements for draining away
sludge water so as to keep the camp neat and tidy.
vi. The contractor(s) shall make necessary arrangements for keeping the camp area
sufficiently lighted to avoid accidents to the workers.
vii. Sanitation- The contractor(s) shall make arrangements for conservancy and sanitation in
the labor camp according to the rules of the Local Public Health and Medical Authorities.
viii. Wherever electric connection is readily available the Contractor would provide sufficient
street-lights for the labor camp as per directions of the Engineer-in-charge.

102
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 18 I:
The Engineer-in-charge may require the contractor to dismiss or remove from the site of the
work any person or persons in the contractors employ on the work who may be incompetent or
misconduct himself and the contractor shall forthwith comply with such requirements. In respect
of maintenance /repair of renovation works etc. where the labor have an easy access to the
individual houses, the contractor shall issue identity cards to the laborers, whether temporary or
permanent and he shall be responsible for any untoward action on the part of such labor.
AE/JE will display a list of contractors working in the colony/ blocks on the notice board in the
colony and also at the service centre, to apprise the residents about the same.
CLAUSE 18 J:
It shall be the responsibility of the contractor to see that the building under construction is not
occupied by anybody unauthorized during construction, and is handed over to the Engineer-in-
charge with vacant possession of complete building. If such building though completed is
occupied illegally, then the Engineer-in-charge shall have the option to refuse to accept the said
building/buildings in that position. Any delay in acceptance on this account will be treated as the
delay in completion and for such delay a levy up to 10% of tendered value of work may be
imposed by the Engineer in charge whose decision shall be final both with regard to the
justification and quantum and be binding on the contractor. This decision of Executive Engineer
will not be opened to any arbitration/litigation. However, the Executive Engineer, through a
notice, may require the contractor to remove the illegal occupation any time on or before
construction and delivery.
CLAUSE 18 K:
Employment of skilled/semi skilled worker:
The contractor shall, at all stages of work, deploy skilled/semiskilled tradesmen who are
qualified and possess certificate in particular trade from CPWD Training Institute/Industrial
Training Institute/National Institute of construction Management and Research (NICMAR)/
National Academy of Construction, CIDC or any similar reputed and recognized Institute
mangled/certified by State/Central Government. The number of such qualified tradesmen shall
not be less than 20% of total skilled/semiskilled workers required in each trade at any stage of
work. The contractor shall submit number of man days required in respect of each trade, its
scheduling and the list of qualified tradesmen along with requisite certificate from recognized
Institute to Engineer in charge for approval. Notwithstanding such approval, if the tradesmen are
found to have inadequate skill to execute the work of respective trade, the contractor shall
substitute such tradesmen within two days of written notice from Engineer-in-charge. Failures on

103
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

the part of contractor to obtain approval of Engineer-in-charge or failure to deploy qualified


tradesmen will attract a compensation to be paid by contractor at the rate of INR 100 per such
tradesmen per day. Decision of Engineer in charge as to whether particular tradesmen possess
requisite skill and amount of compensation in case of default shall be final and binding.
CLAUSE 19:
Minimum Wages Act to be complied with:
The contractor shall comply with all the provisions of the Minimum Wages Act, 1948, and
Contract Labor (Regulation and Abolition) Act, 1970, amended from time to time and rules
framed there under and other labor laws affecting contract labor that may be brought into force
time to time.
CLAUSE 20:
Work not to be sublet. Action in case of insolvency:
The contractor shall not assign or sublet without the written approval of the Engineer- in charge.
And if the contractor shall assign or sublet this contract, or attempt to do so, or become insolvent
or commence any insolvency proceedings or make any composite with his creditors or attempt to
do so, or if any bribe, gratuity, gift, loan, perquisites, reward or advantage, pecuniary or
otherwise, shall either directly or indirectly, be given, promised or offered by the contractor, or
any of his servants or agent to any public office or person in the employ of Govt. in any way
relating to his office or employment, or if any such officer or person shall become in any way
directly or indirectly interested in the contract, the Engineer- in-charge on behalf of the AMC
shall have power to adopt the course specified in Clause 3 (Termination clause) hereof in the
interest of AMC and in the event of such course being adopted, the consequences specified in the
said Clause 3 shall ensue.
CLAUSE 21:
All sums payable by way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the use of AMC without reference to the actual loss or
damage sustained and whether or not any damage shall have been sustained.
CLAUSE 22:
Changes in firms Constitution to be intimated:
Where the contractor is a partnership firm, the previous approval in writing of the Engineer-in-
charge shall be obtained before any change is made in the constitution of the firm. Where the
contractor is an individual or a Hindu undivided family business concern such approval as
aforesaid shall likewise be obtained before the contractor enters into any partnership agreement,
where under the partnership firm would have the right to carry out the works hereby undertaken
by the contractor. If previous approval as aforesaid is not obtained, the contract shall be deemed

104
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

to have been assigned in contravention of Clause 3 (Termination clause)hereof and the same
action may be taken, and the same consequences shall ensue as provided in the said Clause 3
(Termination clause).

CLAUSE 23:
All works to be executed under the contract shall be executed under the direction and subject to
the approval in all respect of the Engineer-in-charge who shall be entitled to direct at what point
or points and in what manner they are to be commenced, and from time to time carried on.
CLAUSE 24 A:
Dispute Redressal System:
(1) Except where otherwise specified in the contract and subject to the power delegated to
him by Government under the code rules then in force, the decision of the City Engineer
of the Project for the time being shall be final, conclusive and binding on all parties to the
contract upon all questions relating to the meaning of the specifications, designs,
drawings and instructions herein before mentioned and as to the quality of the
workmanship or maternal used on the work or as to any other question, claim, right,
matter or things whatsoever, in any way arising out of or relating to the contract designs,
drawing, specifications, estimates, instructions , orders of these conditions or otherwise
concerning the works or the execution or failure to execute the same whether arising
during the progress of the work or after the completion or abandonment thereof.
(2) The Contractor may within thirty days of receipt by him of any order passed by the City
Engineer of the Project as aforesaid appeal against it to the Hon. Commissioner, AMC
concerned with the contract, work or project provided that-
(a) The accepted value of the contract exceeds Rs. 10 lacks (Rupees Ten lacs)
(b) Amount of claim is not less than Rs. 1.00 lac (Rupees one lac)
(3) If the Contractor is not satisfied with the order passed by the City Engineer, AMC as
aforesaid the Contractor may within thirty days of receipt by him of any such order,
appeal against it to the Hon. Commissioner, AMC who, it convinced the prima-facie the
Contractor's claim rejected by the City Engineer is not frivolous and that there is some
substance in the claim of the Contractor as would merit a detailed examination and
decision by the Standing Committee, shall put up to the Standing Committee at AMC
level for suitable decision.

105
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 24 B: Arbitration
In view of the provision of the clause 24 A on Dispute Redressal System, it is the condition of
the contract that there will be no arbitration for the settlement of any dispute between the parties.
CLAUSE 25:
Contractor to indemnify Govt. against Patent Right:
The contractor shall fully indemnify and keep indemnified, AMC against an action, claim or
proceeding relating to infringement or use of any patent or design or any alleged patent or design
rights and shall pay any royalties which may be payable with respect to any article or part thereof
included in the contract. In the event of any claims made under or action brought against AMC with
respect to any such matters as aforesaid, the contractor shall be immediately notified thereof and the
contractor shall be at liberty, at his own expenses, to settle any dispute or to conduct any litigation
that may arise there from, provided that the contractor shall not be liable to indemnify AMC if the
infringement of the patent or design or any alleged patent or design right is the direct result of an
order passed by the Engineer-in-charge in this behalf.
CLAUSE 26:

Lump sum Provisions in Tender: Deleted CLAUSE 27:

Action where no Specifications are specified:


In the case of any class of work for which there are no such specifications as referred to in
Clause11, such work shall be carried out in accordance with the Bureau of Indian Standards
Specifications. In case there are no such specifications in Bureau of Indian standards, the work shall
be carried out as per manufacturers specifications, if not available then as per district
Specifications. In case there are no such specifications as required above, the work shall be carried
out in all respects in accordance with the instructions and requirements of the Engineer in- charge.
CLAUSE 28:
With- holding and lien in respect of sums due from contractor:
i. Whenever any claim or claims for payment of a sum of money arises out of or under the
contract or against the contractor, the Engineer-in-charge or AMC shall be entitled to
withhold and also have a lien to retain such sum or sums in whole or in part from the
security, if any, deposited by the contractor and for the purpose aforesaid, the Engineer-in-
charge or AMC shall be entitled to withhold the security deposit, if any, furnished as the
case may be and also have a lien over the same pending finalization or adjudication of any
such claim. In the event of the security being insufficient to cover the claimed amount or
amounts or if no security has been taken from the contractor, the Engineer-in-charge or
AMC shall be entitled to withhold and have a lien to retain to the extent of such claimed

106
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

amount or amounts referred to above, from any sum or sums found payable or which may at
anytime thereafter become payable to the contractor under the same contract or any other
contract with the Engineer-in-charge of the government or any contracting person through
the Engineer-in-charge pending finalizations of adjudication of any such claim.
\

It is an agreed term of the contract that the sum of money or moneys so withheld or retained
under the lien referred to above by the Engineer-in-charge or AMC will be kept withheld or
retained as such by the Engineer-in-charge or AMC till the claim arising out of or under the
contract is determined by the arbitrator (if the contract is governed by the arbitrator clause)
or by the competent court, as the case maybe and that the contractor will have no claim for
interest or damages whatsoever on any account with respect to such withholding as such to
the contractor. For the purpose of this clause, where the contractor is a partnership firm or a
limited company, the Engineer-in-charge or AMC shall be entitled to withhold and also have
a lien to retain towards such claimed amount or amounts in whole or in part from any sum
found payable to any partner/ limited company as the case may be, whether in his individual
capacity or otherwise.

CLAUSE 28 A:
Lien in respect of claims in other Contracts:
Any sum of money due and payable to the contractor (including the security deposit returnable to
him) under the contract may be withheld or retained by way of lien by the Engineer-in charge or
AMC, any other contracting person or persons through Engineer-in-charge against any claim of the
Engineer-in-charge or AMC or such other person or persons with respect to payment of a sum of
money arising out of or under any other contract made by the contractor with the Engineer-in-
charge or AMC or with such other person or persons.
It is an agreed term of the contract that the sum of money so withheld or retained under this clause
by the Engineer-in-charge or AMC will be kept withheld or retained as such by the Engineer-in-
charge or AMC till his claim arising out of the same contract or any other contract is either
mutually settled or determined by the arbitration clause or by the competent court, as the case may
be and that the contractor shall have no claim for interest or damages whatsoever on this account
or on any other ground with respect to any sum of money withheld or retained under this clause
and duly notified as such to the contractor.
CLAUSE 29:
Unfiltered water supply:
The contractor(s) shall make his/their own arrangements for water required for the work and
nothing extra will be paid for the same. This will be subject to the following conditions:

107
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

i. That the water used by the contractor(s) shall be fit for construction purpose to the
satisfaction of the Engineer-in-charge.
ii. The Engineer-in-charge shall make alternative arrangements for supply of water at the risk
and cost of contractor(S) if the arrangements made by the contractor(s) for procurement of
water are in the opinion of the Engineer-in-charge, unsatisfactory.
CLAUSE 30:
Alternate water arrangements:
i. Where there is no piped water supply arrangement and the water is taken by the contractor
from the wells or hand pump constructed by the AMC, no charge shall be recovered from
the contractor on the account. The contractor shall, however, draw water at such hours of the
day that it does not interfere with the normal use for which the hand pumps and wells are
intended. He will also be responsible for all damage and abnormal repairs arising out of his
use, the cost of which shall be recoverable from him. The Engineer-in- charge shall be the
final authority to determine the cost recoverable from the contractor on this account and his
decision shall be binding on the contractor.
ii. The contractor shall be allowed to construct tube wells on AMC land to procure water for
construction purpose only after he has received permission of the Engineer-in-charge in
writing. No charge shall be recovered from the contractor on this account, but the contractor
shall be required to provide necessary safety arrangements to avoid any accidents or damage
to adjacent buildings, roads and service lines. He shall be responsible for any accidents or
damage caused due to construction and subsequent maintenance of the tube wells, till the
work is completed.
iii. The contractor will make over the tube well/dug well constructed by him along with the
pump fitted over it, will hand over to the AMC free of charge after the work is completed.

CLAUSE 31:
Condition relating to use of asphalting materials: Deleted.

CLAUSE 32:
Employment of Technical Staff and employees:
Contractors Superintendence, Supervision, Technical Staff and Employees:
i. The contractor shall provide all necessary superintendence during execution of the work and
all along thereafter as may be necessary for proper fulfilling of the obligations under the
contract.
The contractor shall immediately after receiving letter of acceptance of tender and before
commencement of the work, intimate in writing to the Engineer-in-charge the name(s),
qualifications, experience, age, address(s) and other particulars along with

108
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

certificates, of the principal technical representative to be in charge of the work and other
technical representative (s) who will be supervising the work. The Engineer-in-charge
shall within 3 days of receipt of such communication intimate in writing his approval or
otherwise of such a representative(s) to the contractor. Any such approval may at any
time be withdrawn and in case of such withdrawal, the contractor shall appoint another
such representative(s) according to the provisions of this clause. Decision of the tender
accepting authority shall be final and binding on the contractor in this respect. Such a
principal technical representative and other technical representative(s) shall be appointed
by the contractor soon after receipt of the approval from Engineer-in-charge and shall be
available at site before the start of work.
All the provisions applicable to the principal technical representative under the Clause
will also be applicable to other technical representative(s). The principal technical
representative and other technical representative (s) shall be present at the site of work
for supervision at all times when any construction activity is in progress and also present
himself/themselves, as required, to the Engineer-in-charge and/or his designated
representative, to take instructions. Instructions given to the principal technical
representative or other technical representative(s) shall be deemed to have the same force
as if these have been given to the contractor. The principal technical representative and
other technical representative(s) shall be actually available at site fully during all stages
of execution of work, during recording/checking /test checking of measurements of
works and whenever so required by the Engineer-in-charge and shall also note down
instructions conveyed by the Engineer-in-charge or his designated representative(s) in the
site order book and shall affix his/their signature in token of noting down the instructions
and in token of acceptance of measurements/checked measurement/ test checked
measurements. If the contractor fails to appoint suitable Principal technical representative
and/or other technical representative(s) and if such appointed persons are not effectively
present or are absent for more than two days without duly approved substitutes or do not
discharge their responsibilities satisfactorily , the Engineer-in-charge shall have full
powers to suspend the execution of the work until such a date when other suitable
technical representative(s) is/are appointed and the contractor shall be held responsible
for the delay so caused to the work. The contractor shall submit a certificate of
employment of the technical representative(s) along with every on account bill/final bill
and shall produce evidence at any time so required by the Engineer-in-charge.

ii. The contractor shall provide and employ on the site only such technical assistants who are
skilled and experienced in their respective fields and such foremen and supervisory staff
who are competent to give proper supervision to the work and its proper execution. The
contractor shall provide and employ skilled, semiskilled and unskilled labor as and when
necessary for proper and timely execution of the work. The Engineer-in-charge shall be
at liberty to object to and require the contractor to remove from the works any

109
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

person who in his opinion misconducts himself, or is incompetent or negligent in the


performance of his duties or whose employment is otherwise considered by the Engineer-
in-charge to be undesirable.
Such person shall not be employed again at works site without the written permission of
the Engineer-in-charge and the persons so removed shall be replaced as soon as possible
by competent substitutes. The technical staff required at site shall be as per quantum of
work but minimum at each site, as per table below.

MINIMUM REQUIREMENT OF TECHNICAL REPRESENTATIVE(S)

Employment of a qualified site engineer by contractor (Package wise) / Per Site:

The contractor shall employ full time technically qualified staff during the execution of this work as
under:
One Project Manager B.E./B.Tech. Civil having 10 years of experience for each site.

One Civil Engineering Graduate for each site.


Two Civil Diploma Engineers for each site.

Junior Electrical site Engineer having Diploma in Electrical with 5 years experience.
The Engineer employed must have sufficient experience to handle the work
independently. Such an Engineer shall have to stay at the site of work and he shall not be
entrusted with any other duty except this work. The site in charge/Resident Engineer shall
have a Bachelors Degree in Civil Engineering and have a minimum experience of 10
years for each site.
Note:
No. of persons will depend on the size of project and as per instruction of Engineer in charge.
CLAUSE 33:
Payment of quarry fees and Royalties:
All quarry fees, royalties, octroi dues and ground rent for stacking materials, including mineral
area Development cess etc. if any, shall be paid by the contractor. As per latest G.R. issued by
Govt of Maharashtra.
The tender rate are inclusive of all the liabilities under Maharashtra Minor Minerals Extraction
Rules, 1956 and amendment thereof and the contractor shall take all steps necessary as are
essential in terms of Maharashtra Minor Minerals Extraction Rules, 1956 and amendment
thereof.

110
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Sales-Tax / VAT, service tax, Building and other Construction Workers Welfare Cess or any
other tax or Cess with respect to this contract shall be payable by the contractor and NIT shall
not entertain any claim whatsoever in this regard.
The contractor shall deposit royalty and obtain necessary permit for supply of the, stone, kankar,
etc. from local authorities as per prevailing rules and regulations..

CLAUSE 34: Deleted.

CLAUSE 35:
Termination of Contract on death of contractor:
Without prejudice to any of the rights or remedies under this contract if the contractor dies, if no
person is ready to take responsibility of contract, AMC shall have the option of terminating the
contract without compensation to the contractor and AMC may call another fresh bid to award
contract for execution of remaining tendered work.
CLAUSE 36:
If Near relative working in AMC then the contractor not allowed to tender:
The contractor shall not be permitted to tender for works in the AMC if his near relatives are
holding any post in the AMC and are responsible for execution of the work. He shall also
intimate the names of persons who are working with him in any capacity or are subsequently
employed by him and are near relatives of any Gazetted Officer in the AMC or in the Ministry
of Urban Development.
Note: by the term Near relatives is meant wife, husband, parents and grandparents, children
and grand-children, brothers and sisters, uncles, aunts and cousins and their corresponding in
laws.
CLAUSE 37:
NO Gazetted Engineer to work as Contractor within two year of retirement:
No engineer of gazetted rank or other gazette officer employed in engineering or administrative
duties in the engineering department of AMC shall work as contractor or employee of a
contractor for a period of two years after his retirement from Government service without the
previous permission of AMC in writing. This contract is liable to be cancelled if either the
contractor or any of his employees are found at any time to be such a person who had not
obtained the permission of AMC as aforesaid before submission of the bid.

CLAUSE 38: Deleted.

111
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

CLAUSE 39: Deleted.


CLAUSE 40:
Apprentices Act provisions to be complied with:
The contractor shall comply with the provisions of the Apprentices Act, 1961 and the rules and
orders issued there under from time to time. If he fails to do so, his failure will be a breach of the
contract and the City Engineer may, at his discretion, cancel the contract. The contractor shall also
be liable for any pecuniary liability arising on account of any violation by him of the provisions of
the said Act.
CLAUSE 41:
Labor clearance:

As soon as the work is . virtually complete the contractor shall apply for the clearance certificate
Engineer in charge. Contractor has to produce Labor clearance certificate on demand of

CLAUSE 42:
Price Variation:
No price variation is permitted or paid except for the price of
a) Cement :
b) TMT Steel Bars Fe 500
c) Structural Steel
The rates for these materials are as per CSR 2016-17and are as follows
a) Cement Rs. 5200/- per M.T.
b) TMT Steel Bars Rs. 34,200/- per M.T.
c) Structural Steel 1) Angle Sections - Rs. 35,000/- per M.T.
2) Tubular Sections - Rs. 40,000/- per M.T.
The payment towards increase or decrease in the price will be adjusted as follows.
1) FORMULA FOR H.Y.S.D/ MILDSTEEL/ TMT / STRUCTURAL STEEL COMPONENT

( S l 1- S l 0 )
Vi = S0 x x
Sl0 T
WHERE
V1 = Amount of price variation in Rupees to be allowed for HYSD / Mild Steel/TMT Steel
component/Structural Steel Component.
50 = Basic Star rate of TMT Steel in rupees per metric tonne as considered for working out value of P.
(Star rate of Steel)
51 1 = Average Steel Index as per the RBI Bulletin during the quarter under consideration.
Sl0 = Average of Steel Index as per the RBI Bulletin during the quarter preceding the month in which
the last date prescribed for receipt of tender falls.
T = Tonnage of steel used in the permanent works for the quarter under consideration.

112
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

(2) FORMULA FOR CEMENT


COMPONENT
(Cl1 -
V = C0 Clp) x
2 T
WHERE Cl0
V2 = Amount of price escalation in Rupees to be allowed for cement component.
C0 = Basic rate of cement in rupees per metric tonne as considered for working out
value of P. (Star rate of cement)
Cl 1 = Average cement Index published in the RBI Bulletin for the quarter under consideration.
Cl0 = Average of cement Index published in the RBI Bulletin for the quarter preceding the
month in which to the last date prescribed for receipt of tender falls.
T = Tonnage of cement used in the permanent works for the quarter under consideration.
Note :

1. The adjustment of price will be both ways.


2. The adjustment of price is applicable for the original schedule period and authorized
extended period only. If the contractor is under levy of penalty beyond the original schedule
period or beyond the authorized extended period as the case may be the price adjustment
will not be admissible.
3. This price adjustment is admissible only in respect of such item which are incorporated in
the scope of work order. Any extra work or extra work for which the payment is made
separately will not be eligible for application of price adjustment.
Clause 43 :
1. Cement may be available as detailed on www.inampro.nic.in (platform for
infrastructure and material provider), which is web based bid for Infrastructure
Materials Providers. Contractor may avail this facility for procurement of cement
required for the work. The AMC may provide assistance by providing certificate etc
if required. However the AMC does not own any responsibility towards availability
of the cement through INAM-Pro .

113
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

3. SAFETY CODE
1) Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the
ground, or from solid construction except such short period work as can be done safely from ladders.
When a ladder is used, an extra mazdoor shall be engaged for holding the ladder and if the ladder is
used for carrying materials as well, suitable footholds and hand-hold shall be provided on the ladder
and the ladder shall be given an inclination not steeper than 1/4 to 1 (1/4 horizontal and 1 vertical).
2) Scaffolding of staging more than 3.6m (12ft.) above the ground or floor, swung or suspended from
an overhead support or erected with stationary support shall have a guard rail properly attached or
bolted, braced and otherwise secured at least 90 cm. (3ft.) high above the floor or platform of such
scaffolding or staging and extended along the entire length of the outside and ends thereof with
only such opening as may be necessary for the delivery of materials. Such scaffolding or staging
shall be so fastened as to prevent it from swaying from the building or structure.
3) Working platforms, gangways and stairways should be so constructed that they should not sag
unduly or unequally, and if the height of the platform or the gangway or the stairway is more than
3.6m (12ft.) above ground level or floor level, they should be closely boarded, should have
adequate width and should be suitably fastened as described in (2) above.
4) Every opening in the floor of a building or in a working platform shall be provided with suitable
means to prevent the fall of person or materials by providing suitable fencing or railing whose
minimum height shall be 90 cm (3ft.) or as per DCR, whichever is more.
5) Safe means of access shall be provided to all working platforms and other working places. Every
ladder shall be securely fixed. No portable single ladder shall be over 9m. (30ft.) in length while
the width between side rails in rung ladder shall in no case be less than 29cm (11/) for ladder up
to and including 3m (10ft.) in length. For longer ladder, this width should be increased at least /
for each additional 30cm. (1 foot) of length. Uniform step spacing of not more than 30 cm shall be
kept. Adequate precautions shall be taken to prevent danger from electrical equipment. No
materials on any of the sites or work shall be so stacked or placed as to cause danger or
inconvenience to any person or the public. The contractor shall provide all necessary fencing and
lights to protect the public from accident and shall be bound to bear the expenses of defense of
every suit, action or other proceedings at law that may be brought by any person for injury
sustained owing to neglect of the above precautions and to pay any damages and cost which may
be awarded in any such suit, action or proceedings to any such person or which may, with the
consent of the contractor, be paid to compensate any claim by any such person.
6) Excavation and Trenching: - All trenches 1.2m. (4ft.) or more in depth, shall at all times be
supplied with at least one ladder for each 30m. (100ft.) in length or fraction thereof Ladder shall
extend from bottom of the trench to at least 90 cm. (3ft.) above the surface of the ground.
7) Thesides of the trenches which are 1.5m (5ft.) or more in depth shall be stepped back to give
suitable slope or securely held by timber bracing, so as to avoid the danger of sides collapsing. The
excavated materials shall not be placed within 1.5m. (5ft.) of the edges of the trench or half of the
depth of the trench whichever is more. Cutting shall be done from top to bottom. Under no
circumstances undermining or undercutting shall be done.

114
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

8) Demolition: - Before any demolition work is commenced and also during the progress of the work.
i. All roads and open areas adjacent to the work site shall either be closed or suitably
protected.
ii. No electric cable or apparatus which is liable to be a source of danger or a cable or
apparatus used by the operator shall remain electrically charged.
iii. All practical steps shall be taken to prevent danger to persons employed from risk of fire or
explosion or flooding. No floor, roof or other part of the building shall be so overloaded
with debris or materials as to render it unsafe.
iv. Due precaution shall be taken in order to protect the pedestrians and local public
surrounded in the vicinity of project site during the demolition process.
9) All necessary personal safety equipment as considered adequate by the Engineer-in- Charge should
be kept available for the use of the person employed on the site and maintained in a condition
suitable for immediate use, and the contractor should take adequate steps to ensure proper use of
equipment by those concerned: -

THE FOLLOWING SAFETY EQUIPMENT SHALL INVARIABLY BE PROVIDED -


1. Workers employed on mixing asphaltic materials, cement and lime mortars shall be provided with
protective footwear and protective goggles.
2. Those engaged in white washing and mixing or stacking of cement bags or any material which is
injurious to the eyes shall be provided with protective goggles.
3. Those engaged in welding works shall be provided with welders protective eye-shields.
4. Stone breaker shall be provided with protective goggles and protective clothing and seated at
sufficiently safe intervals.
5. When workers are employed in sewers and manholes, which are in active use, the contractors shall
ensure that the manhole covers are opened and ventilated at-least for an hour before the workers
are allowed to get into the manholes, and the manholes so opened shall be cordoned off with
suitable railing and provided with warning signals or boards to prevent accidents to the public. In
addition, the contractor shall ensure that the following safety measure are adhered to:
a) Entry for workers into the line shall not be allowed except under supervision of the JE or any
other higher officer.
b) At least 5 to 6 manholes upstream and downstream should be kept open for at least 2 to 3 hours
before any man is allowed to enter into the manhole for working inside.
c) Before entry presence of Toxic gases should be tested by inserting wet lead acetate paper which
changes color in the presence of such gases and gives indication of their presence.
d) Presence of Oxygen should be verified by lowering a detector lamp into the manhole. In case,
no Oxygen is found inside the sewer line, workers should be sent only with Oxygen kit.
e) Safety belt with a rope should be provided to the workers. While working inside the manholes
such ropes should be handled by two men standing outside to enable him to be pulled out
during emergency.

115
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

f) The area should be barricaded or cordoned off by suitable means to avoid mishaps of any kind.
Power warning signs should be displayed for the safety of the public whenever cleaning works
are undertaken during night or day.
g) No smoking or open flames shall be allowed near the blocked manhole being cleaned.
h) The wet garbage obtained on account of cleaning of blocked manholes and sewer lines should
be immediately removed to avoid accidents on account of slippery nature of the wet garbage.
i) Workers should not be allowed to work inside the manhole continuously. They should be given
rest intermittently. The Engineer-in-Charge may decide the time up to which a worker maybe
allowed to work continuously inside the manhole. Gas masks with Oxygen Cylinder should be
kept at site for use in emergency.
j) Air-blowers should be used for flow of fresh air through the manholes. Whenever called for,
portable air blowers are recommended for ventilating the manholes. The Motors for these shall
be vapor proof and of totally enclosed type. Non sparking gas engines also could be used but
they should be placed at least 2 meters away from the opening and on the leeward side
protected from wind so that they will not be a source of friction to any inflammable gas that
might be present.
k) The workers engaged for cleaning the manholes/sewers should be properly trained before
allowed working in the manhole.
l) The workers shall be provided with Gumboots or non-sparking shoes, bump helmets , gloves,
non-sparking tools, safety lights , gas masks and portable air blowers (when necessary). They
must be supplied with barrier cream for anointing the limbs before working inside the sewer
lines.
m) Workmen descending a manhole shall try each ladder stop or rung carefully before putting his
full weight on it to guard against insecure fastening due to corrosion of the rung fixed to
manhole well.
n) If a man has received a physical injury, he should be brought out of the sewer immediately and
adequate medical aid should be provided to him.
o) The extents to which these precautions are to be taken depend on individual situation but the
decision of the Engineer-in-Charge regarding the steps to be taken in this regard in an
individual case will be final.
p) The contractor shall use all safety measures in order to safeguard the workers employed/other
staff, at the project site.
6. The Contractor shall not employ men and women below the age of 18 years for the work of
painting with products containing lead in any form. Wherever men above the age of 18 are
employed on the work of lead painting, the following precaution should be taken :
a) No paint containing lead or lead products shall be used except in the form of paste or
readymade paint.
b) Suitable face masks should be supplied for use by the workers when paint is applied in the
form of spray or a surface having lead paint is dry rubbed and scraped.

116
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

c) Overalls equipment shall be supplied by the contractors to the workmen and adequate
facilities shall be provided to enable the working painters to wash during and on the
cessation of work.
d) An additional clause (viii) (i) of Safety Code (iv) the Contractor shall not employ women
and men below the age of 18 for the work of painting with products containing lead in any
form. Wherever men above the age of 18 are employed on the work of lead painting, the
following principles must be observed for such use:
7. White lead, sulphate of lead or product containing these pigments, shall not be used in painting
operations except in the form of pastes or paint ready for use.
8. Precautionary Measures shall be taken, wherever required in order to prevent danger arising from
the application of paint in the form of spray.
9. Precautionary Measures shall be taken, wherever practicable, to prevent danger arising out of from
dust caused by dry rubbing down and scraping.
10. Adequate facilities shall be provided to enable working painters to wash during and on cessation of
work.
11. Overall shall be worn by working painters during the whole of working period.
i. Suitable arrangement shall be made to prevent clothing put off during working hours
being spoiled by painting materials.
ii. Cases of lead poisoning and suspected lead poisoning shall be notified and shall be
subsequently verified by medical man appointed by competent authority of NIT.
iii. NIT may require when necessary, medical examination of workers.
iv. Instructions with regard to special hygienic precautions to be taken in the painting
trade shall be distributed to working painters.
12. When the work is done near any place where there is risk of drowning, all necessary equipments
should be provided and kept ready for use and all necessary steps taken for prompt rescue of any
person in danger and adequate provisions, should be made for prompt first aid treatment of all
injuries likely to be sustained during the course of the work.
13. Use of hoisting machines and tackle including their attachments, anchorage and supports shall
conform to the following standards or conditions:
i. These shall be of good mechanical construction, sound materials and adequate strength
and free from patent defects and shall be kept repaired and in good working order.
ii. Every rope used in hoisting or lowering materials or as a means of suspension shall be
of durable quality and adequate strength, and free from patent defects.
iii. Every crane driver or hoisting appliance operator shall be properly qualified and no
person under the age of 21 years should be in charge of any hoisting machine including
any scaffolding which or give signals to operator.
iv. In case of every hoisting machine and of every chain ring hook, shackle swivel and
pulley block used in hoisting or as means of suspension, the safe working load shall be
ascertained by adequate means. Every hoisting machine and all gear referred to above
shall be plainly marked with the safe working load. In case of a hoisting machine

117
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

having a variable safe working load, the condition under which it is applicable shall be
clearly indicated. No part of any machine or any gear referred to above in this
paragraph shall be loaded beyond the safe working load except for the purpose of
testing.
v. In case of departmental machines, the safe working load shall be notified by the
Electrical Engineer-in-Charge. As regards contractors machines the contractors shall
notify the safe working load of the machine to the Engineer- in-Charge whenever he
brings any machinery to site of work and get it verified by the Electrical Engineer
concerned.
14. Motors, gearing transmission, electric wiring and other dangerous parts of hoisting appliances
should be provided with efficient safeguards. Hoisting appliances should be provided with such
means as will reduce to the minimum, the risk of accidental descent of the load. Adequate
precautions should be taken to reduce to the minimum the risk of any part of a suspended load
becoming accidentally displaced. When workers are employed on electrical installations which are
already energized, insulating mats, wearing apparel, such as gloves, sleeves and boots as may be
necessary should be provided. The worker should not wear any rings, watches and carry keys or
other materials which are good conductors of electricity.
15. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in
safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use.
Adequate washing facilities should be provided at or near places of work.
16. These safety provisions should be brought to the notice of all concerned by display on a notice
board at a prominent place at work spot. The person responsible for compliance of the safety code
shall be named therein by the contractor.
17. To ensure effective enforcement of the rules and regulations relating to safety precautions the
arrangements made by the contractor shall be open to inspection by the Labor Officer or Engineer-
in-Charge of the department or their representatives.
18. Notwithstanding the above clauses from 1 to 17 there is nothing in these to exempt the contractor
from the operations of any other Act or Rule in force in the Republic of India.

118
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

4 SPECIAL CONDITIONS OF CONTRACT

1. Submission of Drawings/Design:
The structural drawing in order of priority and chronological order as mentioned below should be
submitted for approval of the Engineer-in-charge.
Sr.
No. Description Duration

Within 1 week from the date of issuing of


1 All architectural drawings as per plot work order

Within 2 weeks from the date of work


2 Foundation drawings (Structural) order.
Services drawings such as water supply
sewer Line, Strom Water drains, Under
Within 4 weeks from the date of work
3 Ground Reservoir, water storage tank,
PUMP Houses, and other required drawings order.
etc complete.

Structural drawings will be submitted by the agency as per schedule given above which will be
approved by the PMC engaged by AMC. It is entirely the responsibility of the contractor to get the
above designs approved and finalized within the aforesaid period. Any delay on this account will
attract compensation for delay as per clause 2.
The contractor(s) shall supply6 copies of laminated approved structural drawings/architectural
drawings to the Engineer-in-charge for the use of AMC within 7 days from the receipt of approval.
In addition to above sets of drawings, contractor shall keep necessary sets of drawings required at
site for its execution as directed by the Engineer-in-charge.
2. Handing over of Flats/Houses:
Three months before the likely date of completion of flats in all respects, contractor shall intimate
to the Engineer-in-charge the following.
a. The contractors/agency shall lay the services as per approved plan by concerned department.
On completion of services the contractor /agency will submit the required number of
completion plans to various authorities/ beneficiaries for handing over. The AMC also reserves
the right to withhold the amount which is likely to be payable to these agencies as deficiency
charges. The decision of the Engineer-in-charge in this regard shall be final and binding on the
contractor(s)/agency(s).

119
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

b. The contractor shall have to give possession of Flats/Units completed in all respect to the
beneficiaries as and when directed by AMC after completion of the allotment procedure as
per Government guidelines.

c. The possession of flat/unit shall be given after due verification by the Engineer-in-charge or
other authorized representative. If any defects regarding construction are found in the flats/
units, the same shall be repaired by contractor at his own expenses within 30 days from the
notice /letter issued by Engineer In-charge. If the contractor fails to comply with the same
the AMC shall reserve rights to withhold the requisite expenses amount for the repairing
work. And same shall be deducted from the amount payable to contractor at the time of final
payment and in that event the AMC may appoint any agency or petty contractor / laborer to
get repaired the same.

3. Testing of materials:
The testing of materials shall be carried out as per the frequency stated in Annexure-IV. Samples
submitted either to govern bulk supplies or required for testing before use shall be in suitable
packages to contain them and shall be provided free of charge by the contractor. The cost of testing
shall be borne by the contractor even if the result of the sample confirm or do not confirm to the
relevant BIS code and specifications.
a) All expenditure required to be incurred for taking the samples, conveyance, packing shall be
borne by the contactor himself.
b) The failed material shall be removed from the site by the contractor at his own cost within a
week of written order of the Engineer-in-charge.
4. Setting of Site Laboratory :
The contractor to provide and maintain adequately equipped field laboratory at the site of work.
It shall have 40 sq m floor area. The field laboratory shall be located as directed by the Engineer.
It shall be provided with amenities like water supply, electric supply etc and including one
personal computer of configuration comprising Pentium 200 with colored monitor and desk jet
printer. At the end of the contract the structure shall be dismantled if so directed by the Engineer
-in-charge. The furniture and equipments shall be the property of the Contractor.

The contractor shall install testing equipments at site, as per Annexure III. The contractor shall
ensure and certify the calibration of the equipments so installed and shall maintain the same in
working order throughout the period of construction. The contractor shall also provide
necessary trained staff for carrying out such tests for using such equipment. The tests shall be
carried out under the supervision of the Engineer-in-charge. 70% of the total tests to be done are
to be carried out in the on-site laboratory if the facilities are available, as per tender terms and
conditions, remaining 30% tests shall be carried out in Government /semi Government-
laboratory or in any other laboratory designated by the AMC.

120
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

5. Instructions for Composite Contract:


It will be obligatory on the part of the tenderer to sign the Request for Proposals for all the
components, (The schedule of quantities, conditions and special conditions etc.)

6. Site Office for AMC and PMC:


The contractor to provide and maintain fully furnished site office for the supervisory staff
of Engineer, It shall have 40 Sq. m. floor area and shall include all items like electric supply,
electrical items, telephone, lights, fans and complete wiring, drinking water supply and toilet
facilities complete along with furniture listed below:

Sr. No. Particular Qty


1. Executive table (for the Engineer) - Make: Godrej Model No.1
Executive Chair (for the Engineer) - Make: Godrej Model No. PCH-70 1 No.1
2.
or equivalent.
3. Table (for Site Engineer, Accountant & Head Clerk) - Make: Godrej No.3
Model No. T-104 or equivalent
4. iv) Ordinary chair type 1 (for the Engineer, Accountant, Head Clerk and NO.6
visitors) - Make: Godrej Model! No. CHR-6 or equivalent.
5. No.2
Table (for all other staff) - Make: Godrej Model No. T-101 or equivalent.
6. Ordinary chair Type -II (for all other staff and visitors) No.6
7. Steel Almirah 1980 mm x 915 mm x 485 mm Make: Godrej Model NO.1 No.1
Storewel plain or equivalent.
Steel Almirah 1270 mm x 765 mm x 440 mm Make: Godrej Model No. 1
8.
Minor plain or equivalent 1 56
9. Racks - 5 Tier 1800 mm x 900 mm x 375 mm - made of slotted angles No.3
and M.S. sheets of Godrej make.
Ceiling Fans - 1400 rnm size. Ceiling fans shall be of approved make No.1
10.
and colour
11. No.1
Computer with Printer:
Pentium IV 700 / 750 MHZ processor with 250 KB cache, hard disc
capacity 80 G.B. 1.44 FOO, IT (350 mm) size color VGA monitor, HP
Laser Printer of 80 columns, 104 key board with multimedia, Optic
Mouse with mouse pad and HP Scanner.

The expenditure on account of payment towards electric bills, telephone bills and any
other local taxes shall also be borne by the Contractor. The above facilities shall be maintained
by the Contractor for the entire duration of the contract. At the end of contract, the structure shall
be dismantled if so directed by the Engineer. The furniture shall be the property of the contractor
at the end of the Job.

121
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

7. In case of breakage of any existing service lines, it shall be immediately attended by the contractor
failing which AMC has full liberty to get the work done at the cost and risk of the contractor over
and above repairing charges / penalty as decided by the Engineer in charge shall be imposed and
deducted from Bill of the contractor.
8. Condition relating to Insurance of contract work.
Contractor shall take out necessary insurance Policy /Policies (viz contractor all risk insurance
policy Erection all risk, insurance Policy etc. as decided by the Directorate of Insurance) so as to
provide adequate insurance cover for execution of the awarded work for total contract value for
complete contract period compulsory from the Directorate of Insurance, Maharashtra State,
Mumbai only, its postal address for correspondence is 264, MHADA, first floor opp. Kalanagar,
Bandra (east), Mumbai 400 051 (Telephone Nos. 26590403/ 26590690 and Fax Nos 2659241 /
26590403 Similarly all workmen appointed to complete the contract work are required to be
insured under workmens compensation Insurance Policy. Insurance Policy / Policies taken out
from any other company will not be accepted and the amount of premium calculated by the
Government Insurance Fund will be recovered directly from the amount payable to the Contractor
for the executed contract work and paid to the Directorate of Insurance Fund Maharashtra State,
Mumbai. The Directorate of Insurance reserves the right to distribute the risk of insurance among
the other insurers.
9. Stamp Duty
Contractor shall bear all the required amount of stamp Duty on works Contract as per Mumbai
Stamp Duty Act 1958, clause 34, at the prevailing rates. No claim against this shall be considered
and if the contractor fails to bear this amount acceptance of the tender shall be liable to be
considered as withdrawn.
a) As per State Government G.R. dated 7-12-2009 the maximum stamp duty is Rs. 5.00 lac.

10. Record drawings/Photographs.


The contractor to arrange to take photographs including video during the progress of work. These
photographs and videos may be made over to the AMC at the end of the work.
The contractor should also submit 3 sets of as built drawings to the AMC of the end of the work
including soft copy. All drawings shall be based on the latest version of the Auto cad.

11. Miscellaneous Items and Road Apparentness etc.

(i) Providing Safety Devices as per the following brief particulars:


(a) During Construction Stage - Temporary:- Providing barricading using MS Tubes and other
sections with corrugated sheeting, providing and maintaining safety gadgets like rotaro blinkers,
caution boards, cones and cat-eyes etc. including day to day maintenance of such traffic diversion
system and preparation of traffic planning for the approval of the competent authority such as
traffic police, AMC etc. as specified in the Tender Document. or as directed by the Engineer.

122
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

b) On the Structure - Permanent-Providing traffic lane line strips 100 mm in width with
approved thermoplastic road marking paint in two coats as directed. Zebra crossing for pedestrians
at location indicated in the drawings. Informatory boards of required shape and size made out of 14
gauge MS sheet with retro-reflective sheeting of high intensity grade as per the Tender
specifications of total area of 100 m2 including supporting columns gantries I trusses etc. and other
arrangements as per MOST specifications. Traffic signpost including sign boards as per MOST
specifications and traffic department requirement. The gantries and trusses shall be required to span
over the road and be supported only at two points outside the ROW width which shall be upto 30 M
as directed by the Engineer.

12. Inspection Vehicle:


Inspection vehicle for the site office of AMC, Amravati :- One number of INNOVA Crysta 2.7 G x
75TR Top and Latest model of the year 2017 diesel version with AC. This vehicle shall be
maintained by the Contractor until the issue of completion certificate for the work. The contractor
will provide daily fuel for the vehicle at his own cost. Inspection vehicle shall be in good condition
and model not older than two years. This shall be considered an incidental to the work and no
additional payment whatsoever be made for the same. In case of any failure by the Contractor to do
so, an amount of Rs. 2000/- per day of part thereof per vehicles shall be debited to the contractors
account. The inspection vehicles shall be provided within 15 days from the date of work order. The
maximum liability of the contractor on account of usage of vehicle shall be limited to 2500 kms p.m.
per vehicle.

123
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

FORM OF BANK GUARANATEE BOND


(For Performance Guarantee/Security Deposit)

B.G. No. Dated:


To,
Municipal Corporation, Amravati,
Rajkamal Square,
Amravati - 444 601.

1. In consideration of the Municipal Corporation, Amravati having its office at Rajkamal


square, Amravati - 444601 (Maharashtra , India) (hereinafter called the AMC), which
expression shall unless it be repugnant to the subject or context thereof include its, successors
and assigns) having agreed under the terms and conditions of Agreement no. ___________ dated
_________ made between AMC and ___________________ {hereinafter called the said
Contractor} for thework
________________________________________________________________________ (herein
after called the said Agreement} having agreed to production of an irrecoverable Bank
guarantee for INR ________ only) asa Security/Guarantee from the Contractor for
compliance
of his obligations in accordance with the Terms and Conditions in the said Agreement. We
_______ {hereinafter referred to as the Bank} (Indicate the name of the Bank) hereby
undertake to pay to the AMC an amount not exceeding INR. ________ (INR ________ only) on
demand by the AMC.
2. We _______ hereby undertake to pay the amounts due and (Indicate the name of the Bank)
payable under this Guarantee without any demure, merely on a demand from the AMC stating
that the amount claimed is required to meet the recoveries due or likely to be due from the said
Contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this Guarantee; however, our liability under this guarantee shall be
restricted to an amount not exceeding INR ______________ only.
3. We, the said bank further undertake to pay to AMC any money so demanded notwithstanding
any dispute or disputes raised by the Contractor(s) in any suit or proceeding, pending before any
court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Contractor (s) shall have no claim against us for making such payment.
4. We _______ (Indicate the name of the bank) further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of

124
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

the AMC under or by virtue of said agreement have been fully paid and its claims satisfied or
discharged or till Engineer-in-Charge on behalf of the AMC certifies that the terms and
conditions of the said Agreement have been fully and properly carried out by the said Contractor
(s) and accordingly discharge this Guarantee.
5. We __________________ (Indicate the name of the bank) further agree with AMC that,
AMC shall have the fullest liberty without our consent and without affecting in any manner or
obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend
time of performance by the said Contractors(s) from time to time or to postpone for any time or
from time to time any of the power exercisable by the AMC against the said Contractor(s) and to
forbear or enforce.
6. Any of the terms and conditions relating to the said Agreement and we shall not be relieved
from our liability by reason of any such variation, or extension being granted to the said
Contractor or for any forbearance, act of omission on the part of the AMC or any indulgence by
the AMC to the said Contractor(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provisions, have effect of so relieving us
7. This guarantee will not be discharged due to the change in the constitution of the bank or the
contractor(s).
8. We _______ (Indicate the name of the Bank) lastly undertake not to revoke this Guarantee
except with the previous consent of the AMC in writing.
9. This Guarantee shall be valid up to ________ unless extendedon demand byAMC, Not with
standing anything mentioned above, our liability against this Guarantee is restricted to
INR _______ (INR ________ only) and unless a claim in writing is lodged with us within six
months of the date of expiry or the extended date of expiry of this guaranteed all our liabilities
under this guarantee shall stand discharged.
Dated the _____ day of _____ 20

For _____________________
(Indicate the name of the Bank with Bank seal)

125
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

PART - III
SPECIFICATIONS

126
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

2. SPECIFICATIONS
1. In the specifications "as directed" / "approved" shall be taken to mean "as directed" /
"approved by the Engineer-in-Charge".
2. Wherever a reference to any Indian Standard appears in the specifications, it shall be taken to
mean as a reference to the latest edition of the same in force on the date of agreement.
3. In "Mode of Measurement" in the specifications wherever a dispute arises in the absence of
specific mention of a particular point of aspect, the provisions on these particular points or
aspects in the relevant Indian Standards shall be referred.
4. All measurements and computations, unless otherwise specified, shall be carried out nearest to
the following limits:
a) Length, width and depth (height) 0.01 meter
b) Areas 0.01 Sq. M.
c) Cubic Contents 0.01 Cu. M.
In recording dimensions of work the sequence of length, width and height (depth) or thickness
shall be followed.
5. The distance which constitutes lead shall be determined along the shortest practical route and
not necessarily the route actually taken and the decision of the Engineer-in-charge in this regard
shall be taken as final.
6. Where no lead is specific, it shall mean "all leads"
7. Up to "floor two levels" means actual height of floor (Maxi 4 M) up to 3 Mt. above plinth
level.
9. Definite particulars covered in the items of work, though not mentioned or elucidated in the
specifications shall be deemed to be included therein.
10. Approval of the samples of various materials given by the Engineer-in-charge shall not
absolve the contractor from the responsibility of replacing defective material brought on site or
materials used in the work found defective at a later date. The contractor shall have no claim to
any payment or compensation whatsoever on account of any such materials being rejected by the
Engineer-in-charge.
12. The contract rate shall be for the work completed in all aspects.
13. No collection of materials shall be made before it is approved by the Engineering charge.

127
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

14. Collection of approved materials shall be done at site of work in a systematic manner.
Materials shall be stored in such a manner as to prevent damage, deterioration or intrusion of
foreign matter and to ensure the preservation of their quality and fitness for the work
15. Materials, if and when rejected by the Engineer-in-charge, shall be immediately removed
from the site of work.
16. No materials shall be stored prior to, during and after execution of a structure in such a way
as to cause or lead to damage or overloading of the various components of the structure.
17. All works shall be carried out in a work man like manner as per the best techniques for the
particular item.
18. All tools, templates, machinery and equipment for correct execution of the work as well as
for checking lines, levels, alignment of the works during execution shall be kept in sufficient
numbers and in good working condition on the site of the work.
19. The mode, procedure and manner of execution shall be such that it does not cause damage or
over-loading of the various components of the structure during execution or after completion of
the structure.
20. Special modes of construction not adopted in general engineering practices, if proposed to be
adopted by the Contractor, shall be considered only if the contractor provides satisfactory
evidence that such special mode of construction is safe, sound and helps in speedy construction
and completion of work to the required strength and quality. Acceptance of the same by the
Engineer-in-Charge shall not, however absolve the contractor of the responsibility of any adverse
effects and consequences of adopting the same in the course of execution or after completion of
the work.
21. All installations pertaining to water supply and fixtures there of as well as drainage lines and
sanitary fittings shall be deemed to be completed only after giving satisfactory tests by the
contractor.
22. The contractor shall be responsible for observing the rules and regulations imposed under the
"Minor Minerals Act", and such of the laws and rules prescribed by Government from time to
time.
23. All necessary safety measures and precautions (including those laid down in the various
relevant Indian Standards) shall be taken to ensure the safety of men materials and machinery on
the works as also of the work itself.
24. The testing charges of all materials shall be borne by the Contractor.
25. Approval to any of the executed items of the work does not in any way relieve the contractor
of his responsibility for the correctness, soundness and strength of the structure as per the
drawings and specifications.

128
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

26. This is a Design Build Transfer contract. While efforts have been made to cover the scope of
the work as defined under specifications and narration etc, there may be some ambiguities or
missing items. However the contractor shall be responsible for executing all the items required for
completion of houses in all respects to make them habitable and ready for occupation and to make
services functional and operational, including external and internal services.
27. Progress Monitoring: Contractor shall submit monthly progress report indicating the financial
as well as physical progress of the work till the works are completed.
BUILDING WORKS and ROAD WORKS SPECIFICATIONS
All the specifications to be followed for execution of work shall be as per the general technical
specifications of P.W. Department for building works, road works, Govt. of Maharashtra
Relevant, IS Specification shall be followed for construction of buildings. In case, IS
Specifications are not available, the decision of the AMC shall be final. In case of any ambiguity
with regards to interpretation of specification(s), the decision of the AMC shall be final and
binding. Wherever, any reference to any Indian Standard specification occurs in the documents
relating to this contract the same shall be inclusive of all amendments issued thereto or revisions
thereof, if any, up to the date of receipt of tenders. Contractor shall get approved by the Engineer
in charge, samples of building materials, doors and window fittings, sanitary wares and other
articles required for completion of work, before their use. Preference shall be given to those
articles which bears IS certification mark. In case articles bearing IS certification mark are not
available, the quality of the sample brought by contractor shall be judged by the standard laid
down in the relevant IS specifications. All materials and articles brought by the contractor(s) to
the site for use shall confirm to the samples approved which shall be preserved till the completion
of work.
ELECTRICAL and MECHANICAL WORKS SPECIFICATIONS
All the specifications to be followed for execution of work shall be as per the specifications
approved by AMC.
INFRASTRUCTURE SPECIFICATIONS
All the specifications to be followed for execution of work shall be as per the specifications
approved by AMC (for water supply, sewerage, drainage, storm water drainage, rain water
harvesting and Ministry of Surface Transport, Govt. of Maharashtra (for development of roads)
and general technical specifications of P.W. Department/.

129
MINIMUM SPECIFICATION FOR VARIOUS TYPES OF DWELLING UNITS

Flooring and Skirting (Table-1)

Type of
Unit/ Living/Dini Bath and
Bedroom Balcony Utility Corridor Staircase
Block ng/Kitchen Toilet

EWS Min.20 mm thick


polished kota stone. for
Matt finish Matt finish landing , riser and tread
Ceramic tiles Ceramic tiles Anti Min.20 mm
Ceramic Tile Ceramic tiles with skirting and nosing.
(400 mm x (400 mm x 400 Skid/Matt thick polished
Flooring (400 (400 mm x Min. length of kota 450
400 mm); with mm); with finish Ceramic kota stone
mm x 400mm); 400mm); with mm with front Half
skirting skirting 0.075m tiles (300 mm (Min.250 mm x
with skirting skirting 0.075m molding and three
0.075m height. height. x 300mm) 250 mm) grooves for antiskid with
0.075m height height
skirting 0.075m height

130
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Wall Tiling / Dado (Table-2)

Type of Unit/
Kitchen Wash basin area W.C. Bath Utility
Block

Ceramics tiles
Ceramics tiles Ceramics tiles (Glossy finish) of Ceramics tiles (Glossy
(Glossy finish) of 200 (Glossy finish) of 200 Ceramics tiles (Glossy finish) 200 mm x 300mm finish) of 200 mm x
EWS mm x 300mm size mm x 300mm size up of 200 mm x 300mm size up to size up to 1.2m 300mm size up to 90 cm
from platform top to to lintel level from top 90 cm from Finished floor level level from from Finished floor level
lintel level of wash basin Finished floor on all four sides of wall
level

131
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Painting (Table-3A) Doors (Table-3B)

Type of Internal
External Fixtures and
Dwelling Paint (Wall Main Door / External Door Internal Door Bath and WC door
Unit/ Block Paint and Ceiling) Fastening

RCC Precast M-40 grade


door frame
35 mm thick solid core
RCC Precast M-40 grade
waterproof ply flush
door frame S.S 304
door(manufactured as per
OBD (Oil and
One-coat relevant IS code)having teak 32 mm thick solid core Fixtures
Bound ply flush Fastening (Min. RCC Precast M-40
Primer and Distemper) wood bidding patti on four waterproof
min. three sides having additionally 1.0 door(manufactured as per Heavy duty 125 grade door frame and
colour pattern
coats of mm thick laminate on both relevant IS code)having mm Hinges-3 shutter strengthened
will be approved
Water- based by Engineer sides. Shutter and laminates teak wood bidding patti on nos, 200 mm with polymeric
EWS should be hot pressed and four sides with wood door handle-1 reinforcement to
100% Acrylic Incharge.
phenol formaldehyde should putty, wood primer and pair,Aldrop-2 avoid weathering,
Emulsion
Paint White Cement be used as glue. Door edges three coats of synthetic nos., tower bolt- Min.24 mm thick door
of shall be lacquer polished. enamel paint of approved 1 no, door shutter with 20 mm
approved by Putty
EIC. approved paint shall be provided with zinc make. shall be provided stopper- 1 no, infill.
brand chromate primer and 3 coats with zinc chromate primer etc per door
of synthetic enamel paint. and 3 coats of synthetic shutter
enamel paint.

Special Condition: Repairing to the plasters to be done by readymade non shrinking plaster which does not require curing.

132
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Plastering (if required as per technology.)


Type of
Dwelling Unit/ Windows (Table - 3C) Kitchen
Block
Window
External Internal Bottom of
Frame/Shutter/Fixtures and Platform
Fastening Plastering Plastering RCC slab

Kitchen otta top is green


marble having mirror Polished
and Kaddappa Stone, bottom
20.0 mm thick one side polished Kaddappa
double coat sand Stone and verticals both side
Providing and fixing powder polished kota stone. Min.
face (one coat 12 to 15 mm Smooth
coated aluminum sliding
12mm thick with thick Smooth plaster 6mm thickness shall be 25 mm. SS
EWS window as per detail drawing 304 Sink of 450mm x 525mm
CM 1:3 and another plaster in CM thick in
etc complete. As per PWD shall be provided details of
coat 8mm thick CM (1:4). CM(1:3) kitchen otta.
specification.
1:1) with Guthka Length:- 2.5 m Width :- 0.70 m
finish. Height:- 0.83 m

133
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Type of Railing(Table-4A) Parapet(Table-4B) RCC Work(Table-4C)


Dwelling
Unit/
Staircase Balcony Terrace Columns, Beams, Slabs and Lintels
Block

Parapet on the terrace shall


be 1.2 m (or as per
0.9 m high from FFL or as approve by
prevailing AMC
AMC whichever is more, MS railing in
Specification whichever is
the staircase of the approved design The detailed dimensions and mix of
more) above the finished
(Min. 75 mm MS tube hand rail, Min. 1.2 m height of RCC to be adopted as per approved
terrace level. Min. 230/
wt. of railing above floor shall be 14 parapet wall structural design / minimum
115 mm thick RCC coping
EWS kg/m. using medium class steel. with 75 mm requirement given in the tender
shall be provided at top of
Vertical members shall be embedded in MS hollow whichever is more. Loft slab shall be
parapet. Plastering shall be
waist slab with base plate. MS railings pipe. provided in kitchen / wherever is
done at the top of the
shall be painted with zinc chromate feasible.
parapet with slope inside.
primer and 3 coats of synthetic enamel
Thickness of parapet wall
paint of approved make.
shall be as per relevant IS
codes

134
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Sanitary/Water Supply System (Table - 5)

External
Drainage and
Storm water Paint. of Overhead
Building Drainage Internal Water External Water
Unit W.C.Pan Wash Basin Manhole Disposal Pipes GI/MS Fittings tankand
and Rainwater pipes supply Supply
pipes Sump

Double stack Fly ash UPVC


White system brick UPVC only composite
vitreous China 110/90mmbore masonry for Bathroom pressure pipes
flat back wash dia UPVC SWR with min. rest CPVC and fittings
basin of quality pipes 35 composite confirming to
confirming to kg/cm2 pressure pipes
450mm x
White / IS/ASTM code compressiv and fittings RCC
350mm size
colour Orissa / having Min. including all e confirming to IS/ASTM code Overhead
Anglo-Indian / 200 mm depth relevant fittings strength RCC hume as per approved CP tank and
European pan with one CP of approved of pipe of NP3 design. External brass Sump to be
with seat make and as per brick as per water supply Min. 3 fittings, provided as
brass pillar tap IS/ASTM
EW cover of approved approved coats of oil ISI per design
S of Min. wt. 0.5 code, as per lines shall be
plumbing fitted on GI paint over marked and shall
Kg., and CP design (Min. approved
design. External and size clamps primer. as per
brass waste 150 mm design. CPVC be as per
drainage and as approved by
approved coupling ISI dia. to be pipes with approved approved
rainwater lines per the
make as mark provided). insulation to EIC fixed at by EIC. by
shall be fitted on approved
approved by of approved GI clamps be used for hot suitable distance structural
EIC design water. The to keep pipes engineer.
make and approved by approved
quality. 2 nos EIC fixed at accessories of away from walls
with inside brass to (Projected
of wash basin suitable distance SFRC
shall be to keep pipes be used where Clamp)
cover. CP fittings to
provided for away from walls
MIG be fitted.
(Projected
Clamp)

135
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Miscellaneous (Table - 6)

Type of Dwelling
Unit/ Block Parking flooring (if
require as per Hook for fan Boundary wall with gates Numbering of Flats Rain Water Harvesting
DCR)

1.5m high or as per


60 mm thick (Min.
prevailing AMC
M30 Grade) Rubber
Specification whichever is
moulded paver Fan hook
more, boundary wall
blocks/ shall be The font width size 75 mm
constructed with fly ash Efficient Rain Water harvesting
Pavit parking tiles provided in and height of plate shall be
EWS bricks or grill above plinth network/ system to be laid /
as approved by EIC all rooms 125 mm of acrylic plate of
level with required no of MS installed.
with PCC (M10)and including Min. 4 mm thick.
gates, Design of MS gate
required sand kitchen.
(Min. wt. 40 kg/sqm) and
bedding as per
Grill (min. wt. 15 kg/ Sqm)
design.
as approved by EIC.

136
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Internal Roads, Parking and Pathway - Table 7(A)

Type of Dwelling Utility


Unit/ Block Sub grade Road Service Kerb Stone Path Parking Patta
Area

For
external
Sub grade to be
service
prepared by
like water
excavating earth to
supply,
an average depth of WBM with CC 1:2:4 Precast Kerb
cabling
22.5 cm. dressing to Bituminous roads stone min.0.3m x 0.3m 60mm thick min M30
etc. Min
complete and as per approved x 0.15 m section Grade rubble moulded Parking patta shall be done
EWS M30
consolidating with design and as per complete as per CPWD paver block over 75 as per direction of EIC.
Grade
road roller 8-10 IRC/MoRTH specifications as per mm thick PCC bed
Concrete
tonne with GSB of Standard. direction of EIC.
rubber
required thickness to
moulded
reach up to FGL as
paver
per IRC
block
shall be

137
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

(Electrical Work - Minimum Requirement for DU) Table - 7(B)

T Toilet/ Switches
ype Unit
Each Bed Room Living Room Kitchen General and
/ Block Bathroom
Sockets

Electrical work with


2 nos of 6 AMP
copper wires in concealed
2 nos. 6 AMP 2 nos. 6 AMP points points with Provision of
PVC conduits. Provision
points with with Switches and Switches and Switches and
shall be made for sufficient
Switches And sockets, 1nos of 16 sockets for Mixture socket for geyser
lighting and power points Non
sockets, 1nos of 16 AMP point with and Water, 1nos of (16 AMP) in bath
EWS for interior and exterior.
AMP Point with Switch and 16 AMP point with and Exhaust fan Modular
Required Switches and
Switch and socket, socket,1nos Fan point, Switch and socket, point in toilet and
sockets for Fridge in
1 Fan point and light point, Telephone Fan point, light 1 Light Point in
Kitchen. Other areas. 16
light point point and TV point point and Exhaust Toilet and Bath
Amp point for cooler and
fan Point
one light point in Balcony.

138
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

3. GENERAL SPECIFICATIONS
The below listed specification may change according to the innovative technology proposed by Bidder. In such case Bidder has to
submit modified specification/Change in specification along with the submission of Design and planning. The
change/modification in specification is considered only if it would be detailed proposed at time of tender summation.
Sr.
No. Description Minimum Specifications

Primer As per IS specifications.


1.
Painting on wood Superior quality ready mixed paint, ISI mark for all wood and steel work except outer faces
2.
and steel work which shall be synthetic enamel paint ISI mark
60 mm thick paver block over 100 mm thick CC (1:2:4) and 100 mm thick CC kerbing at the
3. Plinth protection
edge.
4. Cement OPC or PPC as per tender

UG sump, Pump UG sump capacity shall be min 500 liters per HH, MS rungs along with required capacity of
5.
room and pumps pumps and pump room with RCC slab.
6. Separate Sump Underground tank and overhead tank shall be provided for each block.
7. Electrical line Underground Electrical cable line shall be provided inside the campus.
Street light and LED Street light shall be provided. (With automatic on/off system by timer) solar with grid
8.
common lights arrangement.
In case of AAC block masonry, external wall thickness shall be min.200 mm and internal wall
thickness shall be 150 mm(excluding plaster) as per IS code with stub column and bond beam. In
case of fly ash brick masonry, external wall thickness shall be min. 230 mm and internal wall
9. Wall thickness shall be min. 115 mm (excluding plaster). In case of solid block/stone, relevant IS code
to be followed. In case of internal wall of precast light weight concrete hollow core wall min.
thickness shall be 92 mm, M20 grade and should be approved specs by BIS/PWD/BMTPC/R and
B/IIT
10. Mortar Chemical mortar shall be used in AAC block masonry work. In fly ash brick masonry, cement

139
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

mortar shall be used as per IS


11. Storm water drain Underground pipe drain shall be provided.
12. MS Grill MS grill (Min. wt. 10 kg/m) shall be provided in window and ventilation for all DUs.
13. Slab thickness Slab thickness shall as per design and requirement.
14. Plinth level Plinth level shall be min. 0.45 m above from nearby highest existing finished road level.
Passage area paint
15. Water bound distemper shall be used.
and lift well
16. Stilt parking OBD (Oil Bound Distemper) colour pattern will be approved by Engineer In-charge.
Carpet area shall be measured from plastered wall to plastered wall for all room and kitchen.
17. Carpet area And wall dado to dado for toilet bath and wash area. Column offset shall not be considered in
carpet area measurement.
18. Cable/Wire Copper wire to be used in internal and external works as per design.
19. Items specification PWD specifications to be followed for items detailed specification. If not available in PWD.
20. Solar street light 50% street light shall be solar based (Alternate pole).
Distance between
Two blocks / building should not be attached to avail maximum lighting and ventilation and row
21. two and more blocks
house type planning will not be permitted.

External side of
22. balcony, wash area Water based 100% OBD without putty paint to be applied.
and stair portion
230 mm wide steel wire chicken mesh patta shall be provided on all joints between RCC
23. Chicken mess patta member and masonry; same shall be finished with reach mortar before applying plaster of the
building.

140
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

EWS
Bib tap for cold water (Min. Wt. 0.45 kg.), Bib tap for hot water (Min. wt. 0.45 kg.), shower with shower arm
Bath (Min. Wt. 0.314 kg.), Angle cock (Min. Wt. 0.205 kg.), Nahni Trap (SS)
Toilet Bib tap (Min. wt. 0.450 kg.), Flush cock (Min. Wt. 1.015 kg.), W.C as approved by NIT.
Wash
Area Bib cock (Min. wt. 0.450 kg), Nahni trap (SS),
Kitchen Sink (SS), Sink cock (Min. Wt. 0.788 kg.), Nahni trap (SS)
Basin Counter Wash Basin Approved by NIT with Green Marble (Min. 20 mm thick)with Pillar cock (Min. wt. 0.597
Area Kg.), etc. complete, Nahni Trap (SS)

Note: AMC reserves the right to edit any point if deemed necessary. Contractor shall not ask any extra claims for such
items. Minimum specific requirement of the project

1. This is minimum requirement of the project but as per design IS/AMC DCR, if the requirement is for more, then the contractor has
to provide
i) The Geotechnical recommendation for type of foundation shall be strictly followed. The depth of foundation shall as per
requirement and soil report. Type of cement, water table, allowable bearing pressure with respect to shear criteria and settlement
criteria shall be provided in the recommendation. For pile foundation, pile diameter, type of pile, depth of pile etc. needs to be
reflected.
ii) The ground water table data shall be considered in evaluating soil bearing pressure and foundation design. The water table
effect on buoyancy of underground structures shall be checked.
iii) The concrete grade for RCC work shall be as per latest BIS. Adverse climate or proximity to salinity/marine environment or
corrosion will enhance the requirement.
iv) RC frame buildings shall be detailed as per IS 13920 (Refer IS 1893). The reinforcement in RCC work shall be of Fe415 /
Fe500 HSD bar. The reinforcement with grade higher than Fe 415 / Fe 500 needs to be complied as per IS 13920

141
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

v) The minimum diameter of reinforcement bars for slabs, beam stirrups and column ties shall be 8mm and for footing slabs and
vertical walls it shall be 10mm. The maximum spacing of these bars shall be as per design.
vi) All the RCC frame, slab, foundation detailing shall be in line with the practices of IS13920 and SP34. In case of any conflict
between provision of SP34 and IS13920, the stringent one shall be followed.
vii) All liquid retaining structures shall be designed as leak-proof structures as per IS 3370. Concrete grade shall be minimum
M30 for these structures.
viii) External wall/ Compound wall is to be constructed by fly ash brick masonry with minimum 230 mm thickness and in case of
AAC block it should be minimum 200 mm thick excluding plaster. Internal wall shall be of Brick/AAC blocks as per relevant IS
codes. For internal wall, Fly ash brick masonry thickness to be followed is minimum 115 mm (excluding plaster). For internal
AAC wall, thickness shall be of minimum 150 mm excluding plaster. Alternative Building Technology/ Material wall thickness
shall confirm to relevant IS codes. Joints between masonry and RCC to be treated by chicken mesh jali before plastering. Chicken
mesh shall be provided for all concealed electrical zari and plumbing zari work.
ix) All the structural members (slabs, beams, columns, wall etc....) shall be as per IS 456 - considering 2 hours fire resistance.
x) Use of any international code shall be allowed only after approval of NIT. If any international code is referred in absence of
related technical details in IS code then that particular code must be comprehensively referred to and used for all the required
checks and calculations and the most conservative value obtained from international / Indian code shall be used in design. NIT can
ask agency to refer to various provisions of international code in those instances where Indian code provisions are non-existent, to
reach the most conservative value.
xi) Minimum lobby should be as per NBC.
2. Fly Ash:
a) Maximum 15% replacement of cement material i.e. cements +fly ash may be permitted.
b) Source shall be a Govt. organization. In addition source of fly ash should be approved by NIT and PMC.
c) All the necessary tests required for compatibility to replacement of cement for concrete production should be done in approved
laboratory and cost for the same should be borne by the Contractor.

142
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

d) Quality certificate for Fly Ash with all the chemical analysis and suitability test with the cement suggested by the
contractor from the approved vendor from the source (Govt. organization) shall be submitted before use.
e) Automatic mixing mechanism and computerized batch mix facility shall be provided by the contractor.
f) If required, AMC may appoint quality consultant for fly ash and fly ash concrete and the charge for the same shall be borne by
contractor.
3. TV/TL cable point wiring to be laid with cable and conduit.
4. Category wise water supply pump is to be provided.
5. All estimate charges of MSEDCL power including security deposit to be borne by contractor including refundable deposit.
6. Close meter room, Operator rooms (For Pump man, Liftman etc.) to be provided by contractor.
7. All the cable and wires must be FRLS type.
8. ELCB: In distribution of load for house, wiring ELCB is a must and all the electrical points must be covered by ELCB in the circuit.
9. Electrical shaft: Electrical cabling should not be done using sleeves. Electrical shaft is to be closed by non-combustible material.
10. In Wash Area: Washing machine point, light point to be provided. All external balconies and wash areas to be painted with
exterior acrylic paint.
The other areas apart from internal DUs i.e. passage, parking; staircase etc. not coming in contact with exterior weather conditions
shall be painted with water bound washable distemper paint.
11. In bath and WC all the sanitary fittings like, Tap, Wall mixture with shower, Shower, cock, Elbow to be brass threaded etc shall be
provided.
12. In the Balcony, Light point, plug point etc .to be provided.
14. External electrical cabling must be underground (HT/LT).
15. 50% of total street light requirement should met by Solar based street lights.
16. All street light fixtures should be LED type and passage/parking light fixtures should be of T-5.

143
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

17. Total connected load of DUs to be considered to get the power connection from MSEB

Planning Norms and General additions


Category Norms Carpet Area in Sq m
Sr.
No.
One Bedroom, One Hall, Kitchen, Bathroom, Toilet and Balcony area 2.5
1 EWS sqm. 30 SQM

1. All measurements including hidden measurements should be taken by contractor and same shall be checked by PMC / AMC.
2. Minimum four numbers of CCTV camera should be provided at site during construction including monitoring.
3. For Parking at GF (if required), 150mm GSB, 150mm WMM and 50mm sand to be laid below paver block of minimum grade
M30 Rubber molded paver block (This is the minimum requirement but as per design if more thickness is required then contractor has
to provide).
4. Anti-termite and Waterproofing with guarantee for10yearsto be provided by contractor. Guarantee Certificate for the same shall be
submitted as per attached Proforma.
5. Warranty period for plumbing and sanitary fixtures to be considered as per supplier/ Manufacturer norms, but should not be less
than 5 years.
6. M S Grills to be provided in all external windows. Weight should be 10 -15 kg/sq m.
7 Milestone achieved at the stage of final mile stone then deducted amount for non-achieved /interim mile stone will be refunded to
contractor.
8. Separate electrical rooms to be provided as per MSEB requirement.
9. External elevation side duct should be covered with MS grill of minimum weight of 14 kg/sq m.
10. MS safety grill should be provided at windows.

144
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

11. For the main door double recession HMPS door frame to be used. HMPS door frame should be filled with micro concreting.
12. M S Grills to be provided for all external windows. Weight should be 10 -15 kg/sq m.
13. Milestone achieved at the stage of final mile stone then deducted amount for non-achieved /interim mile stone will be refunded to
contractor.
14. For main door frame double recession HMPS door frame to be used. HMPS door frame should be filled with micro concreting.
Sr. No Description Minimum Specifications
Door Steel Frame Hollow pressed steel door frame of 105 x 60 x1.20 mm
1.
Ventilator with safety grill- Aluminium anodized with louvers with bajari glass.
2.
0.6x0.45 m
3. Roof treatment Brick bat waterproofing chemical treatment with China mosaic.
4. Rain water pipes PVC rain water pipe with necessary plugs and fittings, of strength6kg/cm2
5. Bath/W.C./wash place Brick bat chemical waterproofing.
Internal Plastering on walls Smooth mala plaster of 10 to 15 mm thick in CM (1:4) with white cement based wall putty to be
6.
applied on wall and ceiling.
7. External Plastering 20.0 mm thick double coat Sand Faced plaster with water proof acrylic paint.
Kitchen exhaust Opening for exhaust fan 1 X 1 size in square shape and to be closed with aluminum section and
8.
glass/ sheet.
9. Finished bottom of RCC slab Smooth plaster in CM (1:3) with putty.
Painting on wood and steel Superior quality ready mixed paint, ISI mark for all wood and steelwork except outer faces which
10.
work shall be synthetic enamel paint ISI mark.
11. Painting of GI/SCI pipes Ready mixed oil paint over steel primer.
12. Sanitary/Water Supply fittings. RV brand, Benellow, Hindware, Zoloto, ISI marked.
13. Overhead tank RCC Tank, To be designed as per requirement having double coat smooth plaster inside.
14. Hook for fan. Fan hook shall be provided as per requirements.
15. Cement Only OPC cement shall be used for all the structural members. PPC cement can be used only for
finishing items such as plaster etc.

145
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

16. Staircase As per tender


17. Rolling Shutter Manually operated MS Rolling shutter with Hood cover of standard approved design with oil paint
etc. complete.
Street light with underground As approved by engineer in charge with LED lights.
18.
cabling
19. Main Gate of the Project site To be provided at entry gate as mentioned in the tender with name of the Project as directed by
Engineer in charge
UG sump UG sump capacity shall be arrived considering minimum water requirement 500 litres per DUs per
20.
day.
21. UG tank for fire safety Separate UG tank for fire safety is to be provided as per norms.
22. The successful Bidder has to carry out Detail soil investigation before finalization of Structure
Soil Testing Data
Design.

23.
Total Station and Land Plan The Bidder has to visit the site and check/carry out Detail survey and submit total station plan by
own means before submission of the Bid.
24. Soil Investigation report: Bidder has to satisfy himself by conducting all surveys and pre soil testing required with the
consultation of City Engineer, AMC..
25. General Efficient Rain Water harvesting network/ system to be laid / installed. Environment friendly material
(green) to be used as far as possible Necessary signage boards of required size as instructed. And
society main board over all entry gate.

Note: These are items are given for conventional method.

146
GUARANTEE BOND TO BE EXECUTED BY CONTRACTOR FOR

REMOVAL OF DEFECTS AFTER COMPLETION WITH RESPECT TO


WATER PROOFING WORKS
The Agreement made this ................................................ day of ............................................ Two
thousand and .................. between ........................................ son of .................................................
(Hereinafter called the Guarantor of the one part) and the Amravati Municipal Corporation
Amravati (here in after called the AMC of the other part) WHEREAS THIS Agreement is
supplementary to a
Contract (Hereinafter called the Contract) dated ...................................... And made between the
GUARANTOR OF THE ONE part and the AMC of the other part, whereby the Contractor, inter-
alia, undertook to render the buildings and structures in the said Contract, completely water and
leak- proof. AND WHEREAS THE GUARANTOR has agreed to give a Guarantee to the effect
that the said structures will remain water and leak- proof for Ten years, to be reckoned from the
date after the Maintenance Period prescribed in the Contract. NOW THE GUARANTOR hereby
guarantees that water proofing treatment given by him will render the structures completely leak
proof and the minimum life of such water proofing treatment shall be Ten years to be reckoned
from the date after the maintenance period prescribed in the Contract. That if, Guarantor fails to
execute the water proofing or commits breach there under then the Guarantor will indemnify the
Principal and his successors against all loss, damage, cost, expense or otherwise which may be
incurred by him by reason of any default on the part of the GUARANTOR in performance and
observance of this Supplementary Agreement. As to the amount of loss and/or damage and/or
cost incurred by AMC, the decision of the Engineer- in-Charge will be final and binding on the
parties. IN WITNESS WHEREOF these presents have been executed by the Obligor _________
and by ________ and for an on behalf of AMC , on the day, month and year first above
written.
SIGNED, SEALED AND DELIVERED BY OBLIGATOR IN THE PRESENCE OF -
E) ____________________________________
F) ____________________________________
SIGNED FOR AN ON BEHALF OF NIT ----------------------------------------------------------
_____________________________ in the presence of -
1.
2.

147
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

Annexure 3: Details of Laboratory Equipment

Site of work shall have a Laboratory equipped with the following equipment
1. Balances:
i. 7 kg. - 10 Kg. capacity semi-self-indicating type, accurate to 10gm.
ii. 500 gm. Capacity, semi-self-indicating type, accurate to 10gm
iii. Pan Balance Type -5 Kg., accurate to 10gm.
2. Ovens: Electrically operated, thermostatically controlled up to 110C - sensitivity 1C
3. Sieves: as per IS: 460
i. IS Sieve - 450mm internal dia. of sizes - 100mm, 80mm, 63mm, 50mm, 40mm,
25mm, 20mm, 10mm, 6.3mm, 4.75mm complete with lid and pan.
ii. IS Sieves - 200mm internal dia. (brass frame) consisting of 2.36mm, 1.18mm, 504
microns,425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns,
with lid and pan.
4. Sieve shaker capable of 200mm and 300mm dia. Sieves, manual operation with timing switch
assembly.
5. Equipment for slump test - slump cone, steel plate, tamping rod, steel scale, scoop.
6. Dial gauges - 25mm travel - 0.01mm / division least count - 2 Nos.
7. 100 tonnes compression testing machine, electrical-cum-manually operated.
8. Graduated measuring cylinders, 200ml capacity - 3 Nos.
9. Enamel Trays (For efflorescence test) of bricks: - 300mm x 250mm x 40mm - 2Nos. Circular
plate of 250mm dia. - 4 Nos.
10. 15cm moulds for concrete cubes - adequate numbers.
11. Other instruments like steel tapes - 3m and 30m Vernier Calipers, a good quality plumb bob,
sprit level minimum 30cm long with 3 bubbles for horizontal, vertical, wire gauge (circular type)
disc, foot rule, long nylon thread, magnifying glass, screw driver 30 cms long, ball pin hammer
100 gm, plastic bags for taking samples, micrometer screw 25mm gauge, Rebound hammer for
testing concrete dynamic penetrometer, Moisture meter for timber. Any other testing equipment/
machine required for testing of various other materials shall also be provided installed at the site
lab with the technical staff well trained to operate such equipment/ machine.
Setting of testing laboratory at site, equipped with apparatus needed for testing during
construction as per the list of laboratory equipments annexed with the NIT .70% of the material
shall be tested on site, 15% shall be tested in govt. lab, and 15% shall be tested in govt. approved
lab.
Note: site quality assurance records like pour cards and other documents to be maintained by
bidder as directed by Engineer in charge/PMC/TPI.

148
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

4. SCHEDULE FOR TESTING OF MATERIALS

Tests to be carried out as per relevant IS code for all materials to be used in this work.

149
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

5. SCHEDULE OF APPROVED MAKES / MANUFACTURERS


OF MATERIALS
The following guidelines are to be noted with regard to use of materials for the works:
1. Before bulk purchase of quantities of materials, it is the responsibility of the Contractor to get
the samples of materials approved by the consultant and AMC.
2. All cost towards the testing shall be borne by the contractor.
LIST OF MAKES/BRANDS OF MATERIALS TO BE USED
(Only First quality shall be used)
Sr. Materials Brands
No
1. Ordinary Portland Cement ISI Mark
2. White Cement/Putty ISI Mark
3. Reinforcement Bar Relevant IS code.
4. Structural Steel Relevant IS code.
5. Kota Stone As approved by Engineer
In-charge.
6. Ceramic Tiles ( Coloured) ISI Mark
7. Chequered Cement Tiles / Decorative Tiles ISI Mark
8. Glazed Tiles ISI Mark
9. Interlocking paver blocks As approved by Engineer
In-charge.
Plywood Products Commercial Block Commercial Ply ISI Mark
10.
Teak Ply
11. Laminates / Decorative laminates/ Sun- Mica ISI Mark
Pre laminated board, Hylem Nepal board, Green board ISI Mark
12.
or equivalent and approved by Engineer in Charge
13. Impregnated Fibre Board equivalent and approved by ISI Mark
Engineer in Charge
14. Teak Veneer approved by Engineer in charge ISI Mark
15. Solid core Flush Doors, ISI Mark
16. Stainless Steel Hardwares Fittings ISI Mark
17. Glass ISI Mark
18. Door Closer / Floor Spring ISI Mark
19. Locks Door set, ISI Mark
20. Friction Hinges ISI Mark
21. Rolling Shutters Relevant IS code.
Polysulphide Sealant For Expansion Joints All Windows ISI Mark
22.

150
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

23. Synthetic Enamel Paints / Oil bound Distemper ISI Mark


24. Water Proof Acrylic Paints / Weather proof Acrylic ISI Mark
Paints
25. Oil bound distemper paint ISI Mark
26. Water based Distemper (Washable) ISI Mark
27. Water Proofing Compound ISI Mark
28. Weather Sealant / Silicon Poly isobutylene sealant ISI Mark
29. Hardeners ISI Mark
30. Wire Mesh or equivalent approved by Engineer in
charge
31. Pre coated Sheets ISI Mark
32. Electrical copper wires (Flexible) ISI Mark
33. Electrical plugs, switches/switch box etc. ISI Mark
34. Luminaries ISI Mark
35. Armoured cables ISI Mark
36. MCB/ELCB/ RCCB/ Distribution switch ISI Mark
37. Motor starter/ Panel ISI Mark
38. Pump Sets ISI Mark
39. Putty ISI Mark
40. Aerated Autoclave Concrete Block (AAC Block) approved by Engineer in
charge
41. Chemical mortar/AAC block jointer approved by Engineer in
charge
42. PVC conduit ISI Mark

Note :
a) Successful bidder can change/ Modify above specification and brand of a material as per
the technology proposed, in consultation with the Engineer in-charge or IS/ ISI mark
material to be approved by Engineer-in-charge.
b) With respect to materials for which approved makes are not specified above, materials of ISI
mark to be used by taking approval from the Engineer in charge. If ISI materials are not available,
materials to be approved by the Superintending Engineer, NIT
c) For all the material of approved brands, necessary testing as per IS standards shall be done by
the agency and no extra payment shall be paid for that.

151
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

LIST OF MATERIALS OF APPROVED BRANDs / MANUFACTURERS


(ONLY FIRST QUALITY TO BE USED (WATER SUPPLY and SANITARY WORKS)
Sr. No. Materials Brands
1. HDPVC Pipes and Fittings (LA Class) ISI mark
2. R.C.C. Pipes (Socket and Spigot joint) ISI mark
3. G.I. Pipes ISI mark
4. G.I. Fittings ISI mark
5. Gun Metal Valves ISI mark
6. Brass fittings ISI mark
7. C.P. Fittings ISI mark
8. W.C. Pan / Wash basin / Urinals /flushing cistern ISI mark
9. Flushing Cistern -Cast iron ISI mark
10. E.W.C. Seats (solid) ISI mark
11. Stainless Steel Sinks ISI mark
12. Mirrors ISI mark
13. Plumbing / Sanitary Fixtures /Accessories ISI mark
14. UPVC Bore well Column pipe ISI mark
15. Fibre reinforced R.C.C. Manhole cover ISI mark
16. C.I. Manhole cover with frame ISI mark
17. P.V.C. Pipes and Fittings ISI mark
18. P.V.C. / H.D.P.E Water Tanks ISI mark
19. Ball Cock ISI mark
20. UPVC Pipes (Solvent Welded Joints) ISI mark
21. C.P.V.C. Pipes and Fittings ISI mark
22. Water meter ISI mark
23. SWR pipe ISI mark

Note :
a) Successful bidder can change/ Modify above specification and brand of a material as per the
technology proposed, in consultation with the Engineer in-charge or IS/ ISI mark material
shall be approved by Engineer in-charge.
b) With respect to materials for which approved makes are not specified above, materials of ISI
mark to be used by taking approval from AMC. If ISI materials are not available, materials to
be approved by the City Engineer, AMC.

c) For all the material of approved brands, necessary testing as per IS standards shall be done by
the agency and no extra payment shall be paid for that.

152
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

6. LIST OF APPROVED LABORATORYIES

Sr. No. Name of Laboratory & Address.


1. Visvesvaraya National Institute of Technology
VNIT, South Ambazari Road, Abhyankar Nagar, Nagpur,
Maharashtra 440010.

2. Government Engineer College, VMV Road, Amravati.

3. Geo Tech Services


X-18, MIDC, Hingna
Nagpur - 440016
Tel: 07104 - 232671, 234512
E-mail: geotech@satyam.net.in
Contact Person: Shri. A.M. Shingarey,
Chief Executive Officer
4.
Any NABL approved laboratories in Amravati & Nagpur.

Note: In addition to the above laboratories where testing of materials shall be done. However any
test of materials is not carried by above laboratories then that test may be carried out in the
laboratories approved by Engineer-in-Charge.

153
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

ANNEXTURE III
EQUIPMENT FOR FIELD LABORATORY

Following items of laboratory equipment shall be provided in the field laboratory is


established by the contractor.
General Qty
i) Oven Electrically operated, Thermostatically controller, range upto 2000 C 1 No
sensitivity 10 C.
ii) Platform balance 300 kg. Capacity. 1 No
iii) Balance 20 kg. Capacity 1 No
iv) Electronic Balance 5 kg. Capacity accuracy 0.5 g. 2 No

v) Water bath-electrically operated and Thermostatically controlled with 1 No


adjustable shelves, sensitivity 10 C.
vi) Thermometers: 1 No
Mercury-in-glass thermometer range 00 C to 2500 C. Mercury-in-steel
thermometer with 30 cm Stem, range up to 3000 C.
vii) Kerosene or gas stove or electric hot plate 1 No As required
viii) Glass-wares, spatulas, wire gauges, Steel scales, measuring tape,
casseroles, Karahis, enameled trays of assorted sizes, pestle-mortar,
1 Set
porcelain dishes, gunny bags, plastic bags, chemicals, digging tools Like
pickaxes, shovels etc. ix) Set of IS sieves with lid and pan:
350 mm diameter: 63 mm, 53 mm, 37.5 mm, 26.5 mm, 13.2 mm, 9.5 mm,
6.7 mm and 4.75 mm size.
200 mm diameter: 2.36 mm, 2.0 mm, 1.18 m, 600 micron, 425 micron, 300
micron, 150 micron and 75 micron.
x) Water testing kit 1 Set
xi)Riffle Box 1 No
xii) Atterberg Limits (Liquid and plastic limits) Determination apparatus
xiii) Compaction Test equipment both 2.5 and 4.5 Kg. Rammers (light and 1 Set
heavy compactive efforts)
xiv) Dry Bulk Density Test apparatus (sand pouring cylinder, tray, can etc.) 1 Set
complete.
xv) Speedy Moisture Meter complete with chemicals 1 Set
xvi) Post-hole Auger with Extensions 1 Set
xvii) Core cutter apparatus 10 cm dia 10/15 cm height complete with dolly, 1 Set
rammer etc.
xviii) Aggregate Impact Value Test Apparatus/Los 1 Set Angeles Abrasion 1 Set
Test Apparatus
xix) Flakiness and Elongation Test Gauges 1 Set
xx) Standard measures of 30, 15 and 3 liters capacity along with standard
tamping rod
xxi) California Bearing Ration Test Apparatus
xxii) Unconfined Compression Test Apparatus I Set 1 Set

154
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

xxiii) Vicat apparatus for testing setting times 1 Set 4 Set


xxiv) Slump testing apparatus

xxv) Compression and Flexural strength testing 1 Set machine of200 tone 1 Set
capacity with additional dial for flexural testing
xxvi) Needle Vibrator 2 Set
xxvii) Air Meter 1 Set
xxviii)Vibrating hammer for vibrating dry mix as for Dry Lean Cement 1 Set
Concrete sub-base
xxix) Cube moulds for cement and concrete tests. of each18 Nos 18 Nos. of each

xxx) Sieve shaker to accommodate 450 dia. and 200 dia. sieves 1 No. 1 No

155
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

ANNEXTURE IV

QUALITY CONTROL TEST& THEIR FREQUENCIES

Sr. Manual Test Frequency of Test Remark


No.
1. Sand. Fineness Modulus. Silt At the beginning & if there is
Content. change in source

2. Masonry i) Compo Strength A set of 5 stones for each quarry


Stone ii) Specific Gravity. & for doubtful quality
iii) Water Absorption

3. Metal' i) Crushing value. One test per 200 cum or part PWD Hand
ii) Impact value. thereof bookl.S.2386
iii) Abrasion value. Part. II
iv) Water Absorption.
Flakiness Index Stripping
value Gradation
4. Bricks i) Crushing Strength A set of 15 Bricks for each IS 1077
ii) Water Absorption. 50,000 consignment or part
thereof
5. Mangalore i) Breaking load. A set of 6 Tiles for each 50, IS654-1972
Tiles ii) Water Absorption. 000
Tiles or part thereof
6. Flooring A set of 12 Tiles for each 2000 IS 12371989
Tiles i) Flexural strength Tiles or part thereof.
ii) Water Absorption.
7. Glazed Tiles Water Absorption. A set of 16 Tiles for each 200 IS777
Tiles or part thereof.

8. Cement Compo Strength Upto 5 cum- 1 set 6-15 cum - 2 MOST


Concrete sets 16-30 cum - 3 sets 31-50 - 4 Specification
sets. 1716
51 & above - 4 sets + 1
additional set for each additional
50 cum or part thereof

9. Cement i) Compo Strength.. One test for each, consignment of IS 269 12269
ii) Initial setting time 50 M. T, (1000 Bags) or part
iii) Final setting time. thereof
iv) Specific Gravity
v) Soundness.

156
Construction and Development of 860 EWS dwelling units and infrastructure work of Affordable Housing under (PMAY), Amravati.

vi) Fineness

10. Steel i) Wt. per meter. One test for every 5.0 M.T: or IS 432
ii) Ultimate Tensile part thereof for each diameter
stress.
iii) Yield stress.
iv) Elongation
11. Granular i) Gradation. One test per 200 cum. One test MOST
ii) Atterberg limits. per 200 M3 One test per 250 M2 Specification
iii) Moisture content One test per 500 M2 As required. Table 900-3
prior to com
iv) Density of
compacted layer.
v) C.B.R.
12. Lime/Cement i) Qua of time/ Cement 1 test for each consignment Min. MOST
Stabilized soil ii) , Degree of 1 test per 5 M. T. Periodically as Specification
sub base. pulverization. considered necessary. Regularly Table 900-3
iii) Lime/Cement content. through procedural checks As
iv) CBR or unconfined. required.
Compo Stress Test on 3 set One test per 250 M2 One test per
of 3 specimens. 500 M2
v) Moisture content
prior to compaction.
vi) Density of
compacted layer
13. Water Bound Aggregate Impact value. 1 test per 200 cum, MOST
Macadam ii) Gradation. 1 test per 100 cum. Specification
iii) Flakiness Index & 1 test per 200 cum. Table 900-3
Elongation Index. 1 test per 25 m3 of binding
iv) Atterberg Units of material.
binding material, One test per 100 cum.
v) Atterberg limits of
portion of aggregates
passing 425 Micron,
14. Interlocking i) Compressive strength As set of 8 Blocks for every
Concrete ii) Water absorption 10000 blocks -do-do-do-
paving block iii) Flexural Test
iv) Resistant to wear.

157

Вам также может понравиться