CENTRAL COALFIELDS LIMITED OFFICE OF THE PROJECT OFFICER, COLLIERY CCL, B&K AREA

QUOTATION

DOCUMENT

Contents:-

  Details of EMD.   Notice inviting Quotation.   Contractors Bid and Acceptance of Bid Condition.   Undertaking/Declaration form.   Part-II Format.   E-Mandate Format.  Bill of Quantities. CENTRAL COALFIELDS LIMITED, OFFICE OF THE PROJECT OFFICER,BOKARO COLLIERY CCL, B&K AREA

Ref. No PO/PE©/BKO/Tender/18-19/ 712 Date: - 03.11. 2018. NOTICE INVITING TENDER Notice Inviting Quotation: 21 OF 18-19 Sealed quotation in two parts are invited from reputed, experienced and bonafide contractor for the works detailed as below:- Sl. Name of work Estimated Earnest Period of No cost ( Rs.) money completion(In (Rs.) Days) 1. Dismantling of qtrs. for shifting 153146.77 2000.00 25 (Twenty purpose in D.D. mines under Bokaro Five) Days Colliery 2. R/M of Qtr. No. 2A/28 at Gandhi 166766.61 2100.00 25 (Twenty Nagar under Bokaro Colliery Five) Days 3. Provision of PCC road and other misc. 195580.02 2500.00 20 (Twenty ) work near CISF D/S quarter at Gandhi Days under Bokaro Colliery 4. Two times distempering, snowcem 121847.68 1600.00 20 (Twenty ) flooring, plastering at Rath Mandir in Days 04 no. area & Community center at Sunday Bazar under Bokaro Colliery 5. Divert the water flow from east yard 189870.90 2400.00 25 ( Twenty to west yard in for five) Days solve the water for Jaridih Bazar under Bokaro Colliery 6. Providing RCC drain from Shyam Hadi 183011.92 2300.00 25 (Twenty qrt. to Vishwanath Ghasi Qrt. at Five) Days Barigram under Bokaro Colliery

1. Earnest Money:

The Earnest Money should be deposited in shape of Bank Draft and drawn in favour of “CCL, B&K Area”, payable at SBI, Bazar,BTPS,Bokaro Colliery Branch issued by nationalized Bank and its date of issuance should be on or after the date of issue of NIQ. The earnest money of the unsuccessful bidder shall be refundable as promptly as possible and shall bear no interest. No Bid will be accepted unless accompanied by requites earnest money deposit as stated above.

2. Eligibility criteria to qualify for the award of contract:- a). The intending tenderer must have in its name as a prime contractor experience of having successfully completed similar works during last 7(seven) years ending last day of Month previous to the one in which bid application are invited (i.e. eligibility period) should be either of the following:-

Three similar completed works each costing not less than the amount equal to 40% of the estimated cost OR Two similar completed works each costing not less than the amount equal to 50% of the estimated cost OR One similar completed work costing not less than the amount to 80% of the estimated cost.

In all the above cases while considering the value of completed works .the full value of completed work be considered whether or not of the date of commencement is within the said seven Years period.

In cases the bidder is not prime contractor but a sub – contractor, the bidders experience as sub- contractor will be taken into account if the contract in support of qualification is a sub- contract in compliance with the provision of such sub-contract in the original contract awarded to Prime contractor.

The intending bidder must submit documentary evidence in support of above in the form of Completion certificate including value and period of work, work-order/ TDS certificate/Bill of quantity be submitted during clarification, if any,(iii) In case of sub-contractor, suitable document as per provision above. Similar nature of the work shall mean:” Sl No. 1,2,4,5 & 6 – “Qtr. repair works ” Sl No. 3 – Road Works

Working experience of only Govt. /Govt owned organization would be reckoned.

(b)Average annual financial turnover of CIVIL WORK during the Last 3(three) years, ending 31st march of the previous financial year should be a least 30% of the estimated cost. The intending tenderer must be submit documentary evidence in support of 5 (a) & (b) above in the form of certified copy of work order completion, payment certificates/Vouchers payment has been made. Financial turn over and cost of completed works of previous works shall be given a weight age of 5% per year (average annual rate of inflation) to bring them at current price Level, while evaluating the qualification requirement and bid assessment of the bidders. 3. Availability of Bid document: -Quotation documents including terms and conditions of work, is available in our office and can be collected from there from 07.11.2018 to 14.11.2018 during office hours. Quotation document can also be downloaded from the CCL website (www.centralcoalfields.in) during above mentioned period. There is no application fee. 4. The validity of tenders shall be 120 days from the date of submission of price bid or revised price bid ,if any

5. General Instruction for submission of Bid and Opening of Bid: The technical bid (i.e pre- qualification bid) shall form part-I of the quotation and shall be put in one envelope super scribing as “Technical Bid”, the price bid shall be form Part-II of the quotation & shall be put in another envelope super scribing as Price Bid and case receipt of “EMD” shall in part-I (i.e. Technical bid) . All these three envelopes shall then be put in big envelope and all the envelopes shall be sealed dropping the complete envelope in the tender box. The envelope shall clearly contain the name of work, NIQ No. and address of the bidder and shall be duly authenticated.

6. Following document are required to be submitted with the tender:- a. Constitution/Legal status of the bidder including place of registration and principle place of business e.g partnership deed containing name of partners and memorandum & Articles of association with certificate of incorporation containing name of the bidder, affidavit in case of proprietary firm . b. Power of attorney in the case the tender is signed by an authorized representative of the tender.

c. Photocopy of PAN card either of the firm or of the individual as the case may be / PAN. d. Credentials of satisfactory performance of contract completed with full details of clients location of work, cost & time taken for completion during the period. e. Turnover certificate from chartered Accountant or audited balance sheet or suitable acceptable documents. f. An undertaking in the format enclosed with quotation documents. g. a) GST registered Bidder – GST Registration certificate (i.e GST identification number) issued by appropriate authority. b) GST Unregistered Bidder-A Certificate from a practicing Chartered Accountant having membership number with Institute of Chartered Accountants of certifying that the bidder is GST unregistered bidder in compliance with the relevant GST rules. h. Contractor’s bid as per enclosed pro-forma.

i. Authorization of all payment through electronic fund transfer system / RTGS / CBS / intra bank transfer as per format enclosed with quotation document.

7. All the pages of tender’s documents, credentials should be signed by the tenderer including cutting/overwriting if.

8. Receipt of Bid: Bids are to be received in sealed covers on dated 15.11.2018 up to 1.00 PM at the office of Asstt. Manager (Civil), Bokaro Colliery (B&K) Area . In event of specified date of submission is declared a holiday by employer, the bid will be received up to the appointed time on the next working day.

9. Opening of Bids: Bid will be opened on dated. 15.11.2018 at 3.00 PM at office of Asstt. Manager (Civil), Bokaro Colliery (B&K) Area, CCL in presence of intending bidder/representatives. 10. Envelope No. II- (i.e Part II: Price Bid): This will contain only price bid in terms of percentage above/below the estimated cost.

11. The company is not under any obligation to accept the lowest bid and reserves the right to reject any or all the bids without assigning any person whatever and also to distribute/split up the work and allot the work to more than one bidder or accept the tender in part and not in entirely as it sole discretion.

12. The company reserves the right to extend the date of submission and opening of bid without assigning any reason whatsoever.

13. No subletting of work by the contractor is permissible. Subletting of work in piece rated job in Permissible with the prior approval of the department. 14. The decision of CCL in awarding the work shall be final and cannot be subject to arbitration. 15. Incomplete bid shall be out rightly rejected.

Sd/- Asstt. Manager (Civil) Bokaro Colliery

DISTRIBUTION : 1. The C.V.O., CCL. Ranchi 2. The GM (Civil), CCL, Ranchi. 3. The GM (System) CCL, Ranchi 4. The GM (B&K), Kargali 5. The Staff Officer ( Mining) (B&K), Kargali 6. The Staff Officer(Civil),B&K Area, 7. The Project officer, Bokaro Colliery 8. The Dy. Manager (Mining), Bokaro Colliery 9. The Asstt. Manager (F), Bokaro Colliery 10. The CGM/GM / BARKA SAYAL/ KUJU/ CHARHI/ RAJRAPPA/KATHARA/ B&K/ PIPARWAR / NK /RAJHARA/ CRS BARKAKANA AREA. 11. The Unit security officer, B&K Area, with a request to kindly arrange security tender box on above date and time. 12. The Secretary mines and geology Govt. Of , Nepal house, Doranda, Ranchi-834002. 13. Notice board.

Detail of Earnest Money

I/We hereby submitting Earnest Money of Rs……………………………….Vide DD. No…………………………………… dated……………………….

(Signature of Bidder)

Performa for Contractor’s BID and Acceptance of BID Condition

To: CENTRAL COALFIELDS LIMITED Asstt. Manager (Civil), Bokaro Colliery B&K Area.

Sub : BID for the Work …………………………………………………………......

…………………………………………………………………………………………………………………………...

NIQ No.:……………………………………...... ……………….dated…...... ………...……...

Dear Sir,

This has reference to above referred bid. I/we have read and examined the conditions of contract, Scope of Work, technical specifications, BOQ and other documents carefully.

I /We am/are pleased to submit our bid for the above work. I/We hereby unconditionally accept the bid conditions and bid documents in its entirety for the above work and agree to abide by and fulfill all terms and conditions and specifications as contained in the bid document.

I/we here by submit all the documents as required to meet the eligibility criteria as per provision of the bid notice/document.

I/We hereby confirm that this bid complies with the Bid validity, Bid security and other documents as required by the Bidding documents.

If any information furnished by me/us towards eligibility criteria of this bid is found to be incorrect at any time, penal action as deemed fit may be taken against me/us for which I/We shall have no claim against CIL/Subsidiary.

Until a formal agreement is prepared and executed, this bid and your subsequent Letter of Acceptance/Work Order shall constitute a binding contract between us and CCL ,B&K Area, Coalfields Ltd.

Should this bid be accepted, we agree to furnish Performance Security within 28 days of issue of letter of acceptance and commence the work within 10 days of issue of letter of acceptance. In case of our failure to abide by the said provision CCL ,B&K Area, Coalfields Ltd. shall, without prejudice to any other right or remedy, be at liberty to cancel the letter of acceptance/ award and to forfeit the Earnest Money and also debar us from participating in future tenders for a minimum period 12 months. Yours faithfully,

Signature of Bidder In case of JV, signature of all partners UNDERTAKING

I, ………………..…………., Proprietor/Partner/Legal Attorney/Director/ Accredited Representative of M/S…………………………….solemnly declare that:

1) I am submitting Bid for the work: - „„………………………………………………………………

……………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………

………………………………….„Against Bid Notice No.

…………………..……………………………………… and I offer to execute the work in accordance with all the terms, conditions and provisions of the bid.

2) Myself /Our Partners/Directors don‟t has/have any relative as employee of in Central Coalfield Limited. (Name of the Company).

3) All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this Bid is complete, correct and true.

4) All copy of documents, credentials and documents submitted along with this Bid are genuine, authentic, true and valid.

5) I hereby authorize department to seek references / clarifications from our Bankers.

6) I hereby undertake that we shall register and obtain license from the competent authority under the contract labour (Regulation & Abolition Act) as relevant, if applicable.

7) I/We hereby confirm that we have registration with CMPF / EPF Authorities. We shall make necessary payments as required under law. OR

I/We hereby undertake that we shall take appropriate steps for registration as relevant under CMPF/EPF authority, if applicable. We shall make necessary payments as required under law.

9) None of the partner of the firm has individually or collectively been involved in any criminal offence.

10) I have not been banned or delisted by any Govt., or Quasi Govt. Agencies or PSUs. (In case of JV, all partners are covered)

11) If any information and document submitted is found to be false/ incorrect at any time, department may cancel my/our Bid and action as deemed fit may be taken against me/us, including termination of the contract, forfeiture of all dues including Earnest Money and banning/ delisting of our firm and all partners of the firm etc.

12) I declared that there is no condition has been given in the price Bid (Part-II).

Signature of the Bidder

MANDATE FORM FOR ELECTRONIC FUND TRANSFER / INTERNET BANKING PAYMENT.

1. Name of the Bidder :……………………………………………………………………………………………………….………………… …

2. Address of the Bidder : ………………………………………………………………….…………………………………….………………

………………………………………………………………….………………………………

City…………………………………………. Pin Code…………………………………….

E-mail Id ……………………………………………………………………………………

Permanent Account Number ………………………………………………………….. 3. Particulars of Bank:

Bank Name Branch Name Branch Place Branch City Pin Code Branch Code MICR No. ( Digital Code number appearing on the MICR Band of the cheque supplied by the Bank. Please attach Xerox copy of a cheque of your Bank for ensuring accuracy of the Bank Name, Branch Name and Code Number. RTGS CODE Account Type Savings Current Cash Credit Account Number(as appearing in the Cheque Book.

4. Date from which the mandate should be effective.

I hereby declare that the particulars given above are correct and complete. If any transaction is delayed or not effected for reasons of incomplete or incorrect information. I shall not hold Company responsible. I also undertake to advise any change in the particulars of my account to facilitate updation of records for purpose of credit of amount through SBI Net / RTGS transfer/NEFT. I agree to discharge responsibility expected of me as a participant under the scheme. Any bank charges levied by the bank for such e-transfer shall be borne by us.

Place : Date: Signature of the Party / Authorized Signatory ------Certified that particulars furnished above are correct as per our records.

Banker’s Stamp Date (Signature of the Authorized official from the Bank)

PART – I OF TENDER TENDER DOCUMENT ISSUE DETAILS

NAME OF WORK:…………………………………………………………………………………………………………………………………..

…………………………………………………………………………………………………………………………………..

…………………………………………………………………………………………………………………………………..

NIQ No.………………………………………………………………………………………………………………………………………………… NIQ vide Ref. No.……………………………………………………………………………………………………………………………………

Date & Time of Submission of Tender:……………………………………………………………………………………………………

Date & Time of Opening Tender:……………………………………………………………………………………………………………

ISSUED TO/SUBIMITTED:

NAME OF TENDERER: ……………………………………………………………………………………………………….……………………. POSTAL ADDRESS: ……………………….……………………………………………………………………………….…………………….

……………………………….……………………………………………………………………….……………………. Mobile No: ……………………………….………….…………………….…………………………………….………………………

Sd/- Asstt. Manager (Civil) Bokaro Colliery

N.B:-.1. The tender should be submitted the list of documents enclosed in their offer along with Total no of Pages of their offer.

2. The tenders should give their complete postal address for making any correspondence, If required.

PART – II OF TENDER TENDER DOCUMENT ISSUE DETAILS

NAME OF WORK:…………………………………………………………………………………………………………………………………..

…………………………………………………………………………………………………………………………………..

…………………………………………………………………………………………………………………………………..

NIQ No.………………………………………………………………………………………………………………………………………………… NIQ vide Ref. No.……………………………………………………………………………………………………………………………………

Date & Time of Submission of Tender:……………………………………………………………………………………………………

Date & Time of Opening Tender:……………………………………………………………………………………………………………

ISSUED TO/SUBIMITTED:

NAME OF TENDERER: ……………………………………………………………………………………………………………………………… POSTAL ADDRESS: ……………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………………………………………………………………………… …………………………………………………………………………………………………………………………………………………………….

Mobile No:……………………………………………….…………………….…………………………………………………………..

Sd/- Asstt. Manager (Civil) Bokaro Colliery

N.B:-.1. The tender should be submitted the list of documents enclosed in their offer along with Total no of pages of their offer.

2. The tenders should give their complete postal address for making any correspondence, If required.

(ANNEXURE-A) PROFORMA FOR LETTER OF BID TO BE DOWNLOADED BY BIDDER DURING SUBMISSION

OF BID OFLINE :

FORMAT OF “Letter of Bid” (for Works & Services Tenders) LETTER HEAD OF BIDDER

To, The Asstt. Manager (Civil) Bokaro Colliery (B&K), Kargali

Sub. : Letter of Bid for the work “

Ref. : 1. NIT No.: “21 of 2018-19”

Dear Sir,

This has reference to above referred bid. I/we have read and examined the conditions of contract, Scope of Work, technical specifications, BOQ and other documents carefully.

I /We am/are pleased to submit our bid for the above work. I/We hereby unconditionally accept the bid conditions and bid documents in its entirety for the above work and agree to abide by and fulfill all terms and conditions and specifications as contained in the bid document.

I/we here by submit all the documents as required to meet the eligibility criteria as per provision of the bid notice/document.

I/We hereby confirm that this bid complies with the Bid validity, Bid security and other documents as required by the Bidding documents.

If any information furnished by me/us towards eligibility criteria of this bid is found to be incorrect at any time, penal action as deemed fit may be taken against me/us for which I/We shall have no claim against CIL/Subsidiary.

Until a formal agreement is prepared and executed, this bid and your subsequent Letter of Acceptance/Work Order shall constitute a binding contract between us and Central Coalfields Ltd.

Should this bid be accepted, we agree to furnish Performance Security within 28 days of issue of letter of acceptance and commence the work within 10 days of issue of letter of acceptance. In case of our failure to abide by the said provision Central Coalfields Ltd. shall, without prejudice to any other right or remedy, be at liberty to cancel the letter of acceptance/ award and to forfeit the Earnest Money and also debar us from participating in future tenders for a minimum period 12 months.

Signed by bidder

Bill of quantity for the work :- Dismantling of qtrs. for shifting purpose in D.D. mines under Bokaro Colliery .

SN Description of work Qnty Rate/Unit Amount 1 Demolishing brick work manually/ by mechanical means including 153.28 754.10 115588.44 stacking of serviceable material and disposal of unserviceable Cu.m P/Cu.m material within 50 metres lead as per direction of Engineer-in-charge. In cement mortar 2 Demolishing R.C.C. work manually/ by mechanical means including 28.84 1302.30 37558.33 stacking of steel bars and disposal of unserviceable material within Cu.m P/Cu.m 50 metres lead as per direction of Engineer - in- charge. Total : 153146.77

I/We quote ______% above ( In words ______)or ______% below ( In words ______) the above estimated cost. Sd/- Signature of the tenderer Signature of the Name :- Asstt. Manager (Civil), Bokaro Colliery

Bill of quantity for the work :- R/M of Qtr. No. 2A/28 at Gandhi Nagar under Bokaro Colliery.

SN Description of work Qnty Rate/Unit Amount 1 Structural steel work riveted, bolted or welded in built up sections, 36.00 73.95 2662.20 trusses and framed work, including cutting, hoisting, fixing in position Kgs P/Kg and applying a priming coat of approved steel primer all complete. 2 Providing and fixing 1mm thick M.S.Sheet door with frame of 3.43 1011.27 3468.65 30x30x4mm angle iron and 3mm M.S. gusset plates at the junctions Sq.m P/Sq.m and corners, all necessary fittings complete , including applying a priming coat of approved steel primer. Using flats 30x6mm for diagonal braces and central cross piece. 3 Providing wood work in frames of doors, windows, clerestory 0.20 75558.60 15111.72 windows and other frames, wrought framed and fixed in position Cu.m P/Cu.m with hold fast lugs or with dash fasteners of required dia & length ( hold fast lugs or dash fastener shall be paid for separately). Sal wood 4 Providing and fixing ISI marked flush door shutters conforming to IS : 5.53 1909.55 10559.81 2202 (Part I) non-decorative type, core of block board construction Sq.m P/Sq.m with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters: 9.21.1 35 mm thick including ISI marked Stainless Steel butt hinges with necessary screws 5 Providing and fixing panelled or panelled and glazed shutters for 1.95 2172.05 4235.49 doors, windows and clerestory windows, including ISI marked M.S. Sq.m P/Sq.m pressed butt hinges bright finished of required size with necessary screws, excluding panelling which will be paid for separately, all complete as per direction of Engineer-in-charge. 30 mm thick shutters 6 Providing and fixing Ist quality ceramic glazed wall tiles conforming to 40.62 836.65 33984.72 IS: 15622 (thickness to be specified by the manufacturer), of Sq.m PSq.m approved make,in all colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados,over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm, including pointing in white cement mixed with pigment of matching shade complete 7 Providing and laying Ceramic glazed floor tiles of size 300x300 mm 20.76 785.40 16304.90 (thickness to be specified by the manufacturer) of 1st quality Sq.m P/Sq.m conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), including pointing the joints with white cement and matching pigment etc, complete 8 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded 60.50 353.35 21377.67 stone aggregate) finished with a floating coat of neat cement, Sq.m P/Sq.m including cement slurry, but excluding the cost of nosing of steps etc. complete. 40 mm thick with 20 mm nominal size stone aggregate 9 Providing high impact Polypropylene reinforced cement 6 mm thick 20.00 396.10 7922.00 corrugated sheets (as per IS: 14871) roofing up to any pitch and fixing Sq.m P/Sq.m with polymer coated J, or L hooks, bolts and nuts 8 mm dia. G.I. plain and bitumen washers or with self drilling fastener and EPDM washers etc. complete (excluding the cost of purlins, rafters and trusses), including cutting sheets to size and shape wherever required. 10 Distempering with oil bound washable distemper of approved brand 320.00 32.00 10240.00 and manufacture to give an even shade : Old work (one or more Sq.m P/Sq.m coats) 11 Colour washing such as green, blue or buff to give an even shade : 280.00 15.45 4326.00 New work (two or more coats) with a base coat of white washing Sq.m P/Sq.m with lime (-)Satna lime wash on walls with one coat 12 Painting with synthetic enamel paint of approved brand and 80.00 48.50 3880.00 manufacture of required colour to give an even shade : Sq.m P/Sq.m One or more coats on old work 13 12 mm cement plaster of mix 1:6 ( 1 cement : 6 fine sand) 81.00 149.45 12105.45 Sq.m P/Sq.m 14 Providing and placing on terrace (at all floor levels) polyethylene 1000.00 7.25 7250.00 water storage tank, ISI : 12701 marked, with cover and suitable Ltres. P/Ltr locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank. 15 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, 45.00 296.40 133380.00 having thermal stability for hot & cold water supply, including all Mtrs. P/Mtr CPVC plain & brass threaded fittings, i/c fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge. Concealed work, including cutting chases and making good the walls etc. 20 mm nominal outer dia Pipes Total : 166766.61

I/We quote ______% above ( In words ______)or ______% below ( In words ______) the above estimated cost. Sd/- Signature of the tenderer Signature of the Name :- Asstt. Manager (Civil), Bokaro Colliery

Bill of quantity for the work :- Provision of PCC road and other misc. work near CISF D/S quarter at Gandhi under Bokaro Colliery.

SN Description of work Qnty Rate/Unit Amount 1 Structural steel work riveted, bolted or welded in built up sections, 583.48 73.95 43148.34 trusses and framed work, including cutting, hoisting, fixing in position Kgs P/Kg and applying a priming coat of approved steel primer all complete. 2 Providing corrugated G.S. sheet roofing including vertical / curved 57.60 743.45 42822.72 surface fixed with polymer coated J or L hooks, bolts and nuts 8 mm Sq.m P/Sq.m diameter with bitumen and G.I. limpet washers or with G.I. limpet washers filled with white lead, including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal/ vertical or curved surfaces), excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required. 0.63 mm thick with zinc coating not less than 275 gm/ m² 3 Providing and laying in position cement concrete of specified grade 19.20 5466.30 104952.96 excluding the cost of centering and shuttering - All work up to plinth Cu.m P/Cu.m level : 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) 4 Painting with synthetic enamel paint of approved brand and 96.00 48.50 4656.00 manufacture of required colour to give an even shade : Sq.m P/Sq.m One or more coats on old work Total : 195580.02

I/We quote ______% above ( In words ______)or ______% below ( In words ______) the above estimated cost. Sd/- Signature of the tenderer Signature of the Name :- Asstt. Manager (Civil), Bokaro Colliery

Bill of quantity for the work :- Two times distempering, snowcem flooring, plastering at Rath Mandir in 04 no. area & Community center at Sunday Bazar under Bokaro Colliery.

SN Description of work Qnty Rate/Unit Amount 1 Distempering with oil bound washable distemper of approved brand 1000.00 32.00 32000.00 and manufacture to give an even shade : Old work (one or more Sq.m P/Sq.m coats) 2 Finishing walls with water proofing cement paint of required shade : 499.96 54.45 27222.82 Old work (one or more coats applied @ 2.20 kg/10 sqm) over priming Sq.m P/Sq.m coat of primer applied @ 0.80 litrs/10 sqm complete including cost of Priming coat 3 Painting with synthetic enamel paint of approved brand and 76.68 48.50 3718.98 manufacture of required colour to give an even shade : Sq.m P/Sq.m One or more coats on old work 4 Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded 23.60 353.35 8339.06 stone aggregate) finished with a floating coat of neat cement, Sq.m P/Sq.m including cement slurry, but excluding the cost of nosing of steps etc. complete. 40 mm thick with 20 mm nominal size stone aggregate 5 12 mm cement plaster of mix 1:6 ( 1 cement : 6 fine sand) 43.51 149.45 6502.56 Sq.m P/Sq.m 6 Structural steel work riveted, bolted or welded in built up sections, 180.00 73.95 13311.00 trusses and framed work, including cutting, hoisting, fixing in position Kgs P/Kg and applying a priming coat of approved steel primer all complete. 7 Providing and laying in position cement concrete of specified grade 1.11 5466.30 6067.59 excluding the cost of centering and shuttering - All work up to plinth CU.m P/Cu.m level : 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) 8 12 mm cement plaster with a floating coat of neat cement of mix 1:4 3.01 203.25 611.78 Sq.m P/Sq.m 9 Supplying and stacking moorum at site 33.96 646.35 21950.04 Cu.m P/Cu.m 10 Spreading of moorum of site 33.96 62.54 2123.85 Cu.m P/Cu.m Total : 121847.68

I/We quote ______% above ( In words ______)or ______% below ( In words ______) the above estimated cost. Sd/- Signature of the tenderer Signature of the Name :- Asstt. Manager (Civil), Bokaro Colliery

Bill of quantity for the work :- Divert the water flow from east yard to west yard in Damodar river for solve the water for Jaridih Bazar under Bokaro Colliery.

SN Description of work Qnty Rate/Unit Amount 1 Earth work in excavation by mechanical means (Hydraulic excavator) 1220.25 155.60 189870.90 / manual means over areas (exceeding 30cm in depth. 1.5 m in width Cu.m P/Cu.m as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. All kinds of soil Total : 189870.90

I/We quote ______% above ( In words ______)or ______% below ( In words ______) the above estimated cost. Sd/- Signature of the tenderer Signature of the Name :- Asstt. Manager (Civil), Bokaro Colliery

Bill of quantity for the work :- Providing RCC drain from Shyam Hadi qrt. to Vishwanath Ghasi Qrt. at Barigram under Bokaro Colliery.

SN Description of work Qnty Rate/Unit Amount 1 Earth work in excavation by mechanical means (Hydraulic excavator) 33.60 157.50 5292.00 / manual means in foundation trenches or drains (not exceeding 1.5 Cu.m P/Cu.m m in width or 10 sqm on plan), including dressing of sides and ramming of bottoms, lift upto 1.5 m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within a lead of 50 m. 2.8.1 All kinds of soil 2 Supplying and filling in plinth with Jamuna sand under floors, 2.10 910.25 1911.52 including watering, ramming, consolidating and dressing complete Sq.m P/Sq.m 3 Providing and laying in position cement concrete of specified grade 4.20 4301.15 18064.83 excluding the cost of centering and shuttering - All work up to plinth Cu.m P/Cu.m level : 1:4:8 (1 Cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size) 4 Providing and laying in position specified grade of reinforced cement 12.60 5725.90 72146.34 concrete, excluding the cost of centering, shuttering, finishing and Cu.m P/Cu.m reinforcement - All work up to plinth level : 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) 5 Steel reinforcement for R.C.C. work including straightening, cutting, 756.00 68.10 51483.60 bending, placing in position and binding all complete upto plinth Kgs P/Kg level. Thermo-Mechanically Treated bars 6 Centering and shuttering including strutting, propping etc. and 156.80 196.45 30803.36 removal of form for : Foundations, footings, bases of columns, etc. Sq.m P/Sq.m for mass concrete 7 Carriage of materials by mechanical transport incuding loading 33.60 98.52 3310.27 unloading and stcking manure or sludge up to 2 K.M Cu.m P/Cu.m Total : 183011.92

I/We quote ______% above ( In words ______)or ______% below ( In words ______) the above estimated cost. Sd/- Signature of the tenderer Signature of the Name :- Asstt. Manager (Civil), Bokaro Colliery