Rates to Be Quoted Both in Words and Figures

Total Page:16

File Type:pdf, Size:1020Kb

Rates to Be Quoted Both in Words and Figures

-1-

(Rates to be quoted both in words and figures)

ISSUED TO : ------

LAST DATE OF ISSUE : 15.3.2013 till 1.00 PM

DATE OF OPENING : 18.3.2013 at 3.00 PM

DELHI AGRICULTURAL MARKETING BOARD

9, INSTITUTIONAL AREA, PANKHA ROAD,

JANAKPURI, NEW DELHI-110058

ITEM, RATE, /TENDERS & CONTRACT FOR APMC WORKS

INDEX

S.No. Details Page

1. N.I.T./NIQ 2

2. N.I.T.(C.P.W.D.-6) 4

3. Tender Form C.P.W.D -8 9

4. Conditions for cement 17

6. Correction slip 18

7. Schedule of Quantities 19-22

This agreement N.I.T. contain 22 pages marked as 1 to 22

ASSTT. ENGINEER EX. ENGINEER -2- DELHI AGRICULTURAL MARKETING BOARD 9, INSTITUTIONAL AREA, PANKHA ROAD, JANAKPURI NEW DELHI-110058 F.25(6)/204/2012/DAMB/Engg./ DT: ------

NOTICE INVITING TENDER NO. 09/DAMB/Engg/2013 www.delagrimarket.nic.in Website Tender No. 103-2013-00 Sealed item rate Tenders on behalf of vice chairman as detailed below are invited for the under mentioned work upto 2.30 p.m. on date indicated below from the approved & eligible contractors of Railway, C.P.W.D., M.E.S., M.C.D., D.D.A., NDMC, P&T having adequate past experience of the works of similar nature & magnitude in Govt. Organizations as indicated. The tenders will be opened on the same day at 3.00 p.m. in the office of undersigned. Tenders received after the prescribed time & date shall not be considered.

S.N Name of work Estimated cost Earnest Time of Cost of Last date Date of o money compln. Tender of receipt Paper Sale of of tenders Tenders (1) (2) (3) (4) (5) (6) (7) (8)

1. Renovation of Rs 1,51,564/- Rs. 3100/- 45 days Rs. 500/- 15.3.2013 18.3.2013 check post and Upto other repair Till works at F/v 1:00.p.m 2:30 pm market keshopur

The Earnest money as indicated shall have to be deposited by the Tenderers alongwith the application for issue of tender by a Bank-draft or call deposit receipt in favour of DAMB.

The tender/ quotations and other contract conditions can be obtained from this office on any working day upto the last date of sale of tender indicated above till 1.00 P.M. on furnishing receipt of tender cost to be deposited in cash (non-refundable ) and Earnest Money as specified above. Sales Tax/Service Tax / VAT Clearance Certificate, Tax payers Identification Number/PAN Number, latest Income-tax return receipt, Partnerships-deed, Authority letter, undertaking of having not been black-listed/debarred by any Department. Experience of having completed successfully at least three works, each of value not less than 40% of the estimated cost put to tender or two works each of value not less than 50% of the estimated cost or one similar work of value not less than 80% of the estimated cost in last 7 years ending in march, 2013 All the Certificates in original are to be shown before the issue of tender documents and attested copies of the same (from Gazetted Officer) are to be enclosed with the request for issue of tender documents. -3-

Rates of the items should be written in words as well as in figures, failing which tender shall be liable to be rejected. The tender documents including schedule of quantities, drawings and other details of work can be seen in the office of the undersigned on any working day before apply.

The firms who down loads the documents from our website shall have to submit cost of tender documents and E/money in the form prescribed above (Pay order / Bank Draft shall be got prepared before closing date of sale alongwith the attested copies of the required documents as prescribed above in one envelope marked as ‘A’ and written as “Cost of tender, Earnest Money and eligibility documents”. Tender Documents in another envelop marked as ‘B’ on this written “Tender Documents”. These both envelopes shall be placed in a bigger envelope on which name of work shall be written. All these envelopes are to be sealed individually. The tender documents of the agency who fulfills the eligibility criteria specified above shall be opened. Deptt. reserves the right to reject any or all the tenders without assigning any reason.

EX. ENGINEER -4-

PWD-6

DELHI AGRICULTURAL MARKETING BOARD NOTICE INVITING TENDERS

1. Tenders are hereby invited on behalf of vice chairman, DAMB for Renovation of check post and other repair works at F/v market keshopur .

Estimated cost of Rs. 1,51,564/-

2. Contract documents consisting of the detailed plans, complete specification the schedule of quantities of the various classes of work to be done, and the set of conditions of contract to be complied with by the person whose Tenders may be accepted, which will also be found printed in the form of Tenders, can be seen/purchased at the Executive Engineer office between the hours of 11.00 A.M. and 4.00 P.M. every day except on Saturdays, Sundays and Public Holidays.

a) The site for the work shall be made available in parts.

3. Tenders, which should always be placed in sealed cover with the name of work written on the envelopes will be received by the Executive Engineer upto 2.30 P.M. on 18.3.2013 and will be opened by him in his office on the same day at 3.00P.M.

4. Tenders are to be on P.W.D. form No. 8 which can be obtained from the office of Executive Engineer concerned on payment of a sum of Rs. 500/- in cash. The time allowed for the carrying out of the work will be reckoned from the date as mentioned in the written orders to commence work.

5. The contractors should quote in figures as well as in words the rate, amount Tendered by them. The amount for each item should be worked out and the requisite totals given.

6. When a Contractor signs a Tender in an Indian language the percentage above or below and the Tendered amount in the case of CPWD Form No.7 and the total amount Tendered in the case of CPWD forms Nos. 8 and 12 Should also to written in the same language. In the case of illiterate contractors the rates or the amount Tendered should be attested by a witness.

7. Sale of Tender forms will be stopped at 1.00 P.M. two days before the date fixed for the opening of Tenders. -5-

8. Earnest money amounting to Rs.3100 /- in cash/through Bank Draft or cash deposit receipt in favour of Delhi Agricultural Marketing Board must accompany each Tender and each Tender to be in a sealed cover superscribed Renovation of check post and other repair works at F/v market keshopur and addressed to the Executive Engineer, Tender submitted without Earnest money or in the case of E/money deposited in other form that the prescribed in the Tender shall be liable for rejection.

9. The contractor, whose Tender is accepted will be required to furnish by way of security for the due fulfillment of his contract, such sum as will amount:-

i) Performance Guarantee

The contractor shall submit an irrevocable Performance Guarantee of 5% (five percent) of the Tendered amount in addition to other deposits mentioned elsewhere in the contract for his proper performance of the contract agreement. The guarantee shall be in the from of cash (in case guarantee amount less then Rs. 10,000/-) or deposit at call receipt of any scheduled Bank/Banker checks of any scheduled Bank/Demand draft of any scheduled Bank/Pay order of any scheduled Bank.

ii) Security Deposit

The person/persons whose Tender(s) may be accepted (herein after called the contractor) shall permit Govt. at the time of making any payment to him for work done under the contract to deduct a sum at the rate of 5% of the gross amount of each running bill till the sum along with the sum already deposited as earnest money, will amount to security deposit of 5% of the Tendered value of the work.

10. The acceptance of a Tender, will rest with the Vice-Chairman, DAMB who does not bind himself to accept the lowest Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of a reason. All Tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

11. Canvassing in connection with Tenders is strictly prohibited the Tenders submitted by the contractors who resort to canvassing will be liable to rejection.

12. All rates shall be quoted on the proper form of the Tender alone.

13. Any item rate Tender containing percentage below/above will be summarily rejected. However, where a Tenderer voluntarily offers a rebate for payment within a stipulated time same shall be considered. -6-

14. On acceptance of the Tender, the name of the accredited representative (S) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated to the Engineer-in-Charge.

15. Special care should be taken to write the rates in figures as well as in word, and the amounts in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and in words. In case of figures the word(Rs.) should be written before the figures of rupees and words(P) after the decimal, figures e.g. Rs. 2.15 P. and in case of words “Rupees” should proceed and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the words ‘Only’ it should invariably be upto two decimal placed. While quoting the rate in schedule of quantities, the word only should be written closely following the amount and it should not be written in the next line.

16. The Vice-Chairman, DAMB does not bind himself to accept the lowest or any Tender and reserves to himself the right of accepting the whole or any part of the Tender and the trenderer shall be bound to perform the same at the rate quoted

17. Sale Tax/Service Tax or any other tax in respect of this contract shall be payable by the contractor and DAMB will not entertain any claim what so ever in this respect.

18. The contractor shall not be permitted to Tender for works in the DAMB (responsible for award and execution of contract if his near relative is posted as Division Accountant or as an Officer in any capacity between the grade of Superintending Engineer and Junior Engineer (Both inclusive). He shall also intimate the name of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazzetted officer in the DAMB. s

Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this department.

19. No Engineer of Gazetted rank or other Gazetted Officer in engineering or Administrative duties in an Engineering Department of the Govt. of India is allowed to work as a contractor for a period of two years of his retirement from Govt. service without the previous permission of the Govt. of India/DAMB. This contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of the Govt. of India/DAMB as aforesaid before submission of the Tender of engagement in the contractor’s service.

20. The Tender for works shall remain open for acceptance for a period of ninety days from the date of opening of Tenders. If any Tenderer withdraws his Tender before the said period or makes any modifications in the terms and conditions of the Tender which are not acceptable to the Department, then the DAMB shall, without prejudice to any other right or remedy, be at liberty to forfeit the entire said earnest money absolutely and Deptt. will intimate the Registering Authority accordingly. In addition to all these, the party will not be allowed to Tender for any work for a period of five years. -7-

21. The Tender for the works shall not be witnessed by a contractor or contractor’s who himself/themselves has/have Tendered or who may has/have Tendered for the same work. Failure to observe this condition would render Tenders of the contractors Tendering as well as witnessing Tender liable to summary rejection.

22. The Tender for the composite work includes the sanitary and water supply installations. Electrical works and horticulture works.

23. It will be obligatory/on the part of the Tenderer or Tender and sign the Tender documents for all the components parts and that after the work is awarded, he will have to enter into an agreement, if applicable, for each component with the competent officer concerned viz. a) Executive Engineer (civil) for civil and horticultural component. b) Executive Engineer (Elect.) for electrical Component.

24. The Tenderer apart from being a class-I(B&R) contractor must associate himself with agencies of the appropriate class which are eligible to Tender for (i) Electrical ( ii) Sanitary and Water supply installation iii) Horticulture.

25. Rates quoted by the contractors in item rate Tender in figure and words shall be accurately filled in so that there is no discrepancy

26. If the amount of an item is not worked out by the contractor or it does not correspond with the rate written either in figures or in words then the rate quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rate quoted by the contractor will be taken as correct not the amount.

27. Tenders will not be sold after 4.00 P.M. on all working days.

28. The contractor should see all drawings and in case of doubt obtain required particulars, which may in any way influence his Tender from the Executive Engineer as no claim whatsoever will be entertained for any alleged ignorance thereof.

29. Before Tendering, the contractor should visit the site and satisfy himself as to the conditions prevalent there.

30. If it is found that the Tender is not submitted in proper manner or contains too many correction or disbursed rates or amount it would be open for the DAMB to take suitable disciplinary action against the contractor.

31. Where Tenderer voluntarily offers rebate for payment within a stipulated period, this may be considered. 32. 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 Superintending Engineer/Executive Engineer may in

-8-

his discretion cancel the contract. The contractor shall also be liable for any pecuniary liable arising on account of any violation by him of the provisions of the Act. 33. The contractor shall submit the list of works which are in hand (progress) in the following form:

Name of work Name and particulars Amt. of work Position of work of division where work in progress is being executed giving the full postal address stipulated date of start and completion.

34. If the last date of receipt of Tenders/date of opening of Tenders as mentioned in the N.I.T. happens to be the Holiday or is declared as holiday then the same shall be shifted to the very next working day of the officers of the DAMB.

(EXECUTIVE ENGINEER-I) DELHI AGRICULTURAL MARKETING BOARD -9- C.P.W.D-8

DELHI AGRICULTURAL MARKETING BOARD 9, INSTITUTIONAL AREA, PANKHA ROAD, JANAKPURI, NEW DELHI-110058 Item Rate Tender & Contract for Works Tender for the work of: -. Renovation of check post and other miscellaneous works at F/V market ,Keshopur

To be submitted by 2.30 hours on 18.3.2013 in the office of

Executive Engineer -I

i) To be opened in presence of Tenderers who may be present at 3.00 P.M. hours on 18.3.2013 in the office of Executive Engineer - I Issued to Contractor: ______Signature of officer issuing the documents______Designation Executive Engineer, DAMB Date of issue: ______

TENDERER I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F. Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the Vice Chairman, DAMB within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in saccordance with, such conditions so far as applicable. I/We agree to keep the tender open for Ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions. A sum of Rs. 3100/- only Deposit at call Receipt of a Scheduled Bank/fixed deposit receipt of scheduled bank/demand draft/ Pay order of a scheduled bank as earnest money. If I/we fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said Vice Chairman, DAMB or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that Vice Chairman, DAMB or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the -10-

work referred to in the tender documents upon the terms and conditions contained or referred to therein and to vary out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for participation in the retendering process of the work.

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/we am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

I/we agree that should I/we fail to commence the work specified in the above memorandum, an amount equal to the amount of the earnest money mentioned in the form of invitation of Tender shall be absolutely forfeited to the Vice Chairman, DAMB and the same may at the option of the Competent Authority on behalf of the Vice Chairman, DAMB be recovered without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and in the event of deficiency out of any other money due to me/us under this contract or otherwise.

Dated **…………………. Witness: ** ** Address: Signature of Contractor ** Occupation: ** ACCEPTANCE The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the Vice Chairman, DAMB for a sum of

Rs.*______(Rupees*______) The letters referred to below shall form part of this contract Agreement:- a)* For & on behalf of the Vice Chairman, DAMB b)* c)* Signature *______

Dated* ………………… Designation: Executive Engineer-I, DAMB * To be filled by EE ** To be filled by Contractor

-11- SCHEDULES

SCHEDULE ‘A’ Schedule of quantities (Enclosed.) As per schedule attached. SCHEDULE ‘B’ Schedule of materials to be issued to the contractor. S.No. Description Quantity Rates in figures & Place of Issue Of item Words at which the material will be charged to the contractor 1 2 3 4 5 NIL SCHEDULE ‘C’ Tools and plants to be hired to the contractor. S.No. Description Hire charges per day. Place of Issue 1 2 3 4 NIL SCHEDULE ‘D’ Extra schedules for specific requirements / documents for the work, if any. NIL SCHEDULE ‘E’ Schedule of component of Cement, Steel, Other Materials, Labour etc. for price escalation. NIL SCHEDULE ‘F’ Reference to General Conditions of contract.

Name of Work: Renovation of check post and other miscellaneous works at F/V marke, Keshopur.

Estimated cost of work. Rs. 1,51,564/- (i) Earnest Money Rs. 3100/- (ii) Performance Guarantee = 5% (five percent) of the tendered value. (iii) Security Deposit : 5% (five percent) of the Tendered value. GENRAL RULES & DIRECTIONS Officer inviting tender Executive Engineer Maximum Percentage for quantity of items of Work to be executed beyond which rates are to be determined in accordance with clauses 12.2 & 12.3 See below

-12- Definitions: 2 (v) Engineer –in – charge The Executive Engineer-I, DAMB 2 (viii) Accepting Authority Vice Chairman, DAMB 2 (x) Percentage on cost of materials 15% and labour to cover all overheads and profits. 2 (xi) Standard Schedule of Rates. DSR 2012 with upto date correction slips. 2 (xii) Department Delhi Agricultural Marketing Board 9 (ii) Standard CPWD Form PWD form 8, as modified & corrected upto date. Clause 1 i) Time allowed for submission of 10 days ii) performance guarantee from the date of issue of letter of acceptance, Maximum available extension 3 days beyond the period as provided in (i) above. Clause 2 Authority for fixing Compensation under Clause 2. Vice Chairman , DAMB or his authorized representative.______Clause 2A N/A Clause 5 Time allowed for execution of work : 45 days Authority to give fair and reasonable extension of time for completion of work Vice Chairman, DAMB or his authorized representative

Number of days from the date of issue Ten days

of letter of acceptance for reckoning date of start

Clause 6 Refer General Conditions of Contract for CPWD Works. -13-

Clause 7 Gross work to be done Minimum 50% of the Tendered value

to gather with net payment/

adjustment of advances for

Material collected, if any, since

the last such payment for being

eligible to interim payment.

Clause 10 A

Listing of testing equipment to be provided by the contractor at site lab.

………………………… As per site requirement ………………………….

Clause 10 B (ii)

Whether Clause 10 B (ii) shall be applicable No

Clause10c Not applicable Clause 10 CA Not Applicable

Clause 10CC Not Applicable

Clause 11

Specifications to be followed CPWD specifications 2009 Vol I to II with upto date for execution of work. correction slips -14- Clause 12 12.2 & 12.3) Deviation limit beyond which clause 12.2 & 12.3 shall apply + / - 30 %. (Plus / Minus) except for the work foundation work 12.5) Deviation limit beyond which clause 12.2 & 12.3 shall apply for +100% foundation work

Clause 16

Competent Authority for Vice Chairman, DAMB or his authorized representative Deciding reduced rates Clause 18 List of mandatory machinery, Tools & plants to be deployed by the contractor at site:- ………………………… As per site requirement …………………………. Clause 36 (i) Minimum qualifications & Experience required for Principal Technical Representatives. (a) For works with estimate cost put to tender more than i) Rs.10 lakhs for civil work Graduate Engineer or retired AE ii) Rs.5 lakhs for elec/mach works possessing at least recognised diploma with min. 5 yrs. Exp. (b) For works with estimated cost put to tender i) More than Rs.5 lakhs but less than Rs.10 lakhs for civil works Recognised Diploma holder ii) More than Rs.1 lakhs but less

than Rs.5 lakhs for Elect/Mech works Recognised Diploma holder

-15- (ii) Discipline to which the Principal Technical Representative should belong. Civil

(iii) Minimum experience of works. 5 Years

(iv) Recovery to be affected from the Rs.10,000/-per month for graduate. Contractor in the event of not fulfilling Rs.5,000/- per month for diploma holder. provision of clause 36 (i) Clause 42 i) (a) Schedule/ statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2007 printed by CPWD with up to date correction slips.. ii) Variations permissible on theoretical quantities. (a) Cement for works with estimated : 3% plus/ minus. Cost put to tender not more than Rs. 5 Lakhs.

For works with estimated cost put to : 2% plus / minus Tender more than Rs. 5 lakhs. b) Bitumen All works. : 2.5% plus only & nil on minus side. c) Steel Reinforcement and structural steel : 2% plus / minus sections for each diameter, section and

category d) All other materials : Nil -16-

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

SI. Description of Item Rates in figures and words at which recovery shall be made from the Contractor. Rates in schedule ‘B’ plus No. 10% in case materials issued by the Department.

Excess beyond permissible Less use beyond the variation. permissible variation.

1. Cement

2. Steel reinforcement

3. Structural sections Nil

4. Bitumen issued free

5. Bitumen issued at stipulated fixed price.

Contractor’s signatures (With seal) -17- CONDITIONS FOR CEMENT 1. The contractor shall procure 43 grade (conforming to IS:8112) ordinary Portland cement, as required in the work, from reputed manufactures of cement, having a production – capacity of one million tones per annum or more, such as ACC, L&T, J.P.Rewa, Vikram, Shri Cement, Birla Jute and Cement Corporation of India, etc., as approved by Ministry of Industry, Govt. of India, and holding licence to use ISI certification mark for their product whose name shall be got approved from Engineer-in-charge. Supply of cement shall be taken in 50 Kg bags bearing manufacture’s name and ISI marking, samples of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance with provisions of relevant BIS codes. In case test results indicate that the cement arranged by contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-charge to do so. 2. The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the Engineer-in-charge. 3. The cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed by the contractor at site of work for which no extra payment shall be made. Double lock provision shall be made to the door of the cement godown. The keys on the one lock shall remain the Engineer-in-charge or his authorized representative and the key of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-charge at any time. 4. The contractor shall supply free of charge the cement required for testing. The cost of tests shall be borne by the contractor / Department in the manner indicated below: 1) By the contractor, if the results show that the cement does not conform to relevant BIS codes. 2) By the Department, if the result show that the cement conforms to relevant BIS codes. 3) The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in Clause 10 of contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in Clause 42 of the contract and shall be governed by conditions laid there. 4) Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permission of the Engineer-in- charge. 5) The damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in writing from the Engineer in Charge. If he does not do so with in three days of receipt of such notice, the Engineer in Charge shall get it removed at the cost of the contractor. -18-

CORRECTION SLIP

I) Wherever, there is a reference of C.P.W.D. Officers, it shall be construed to mean officers and other staff of Delhi Agricultural Marketing Board as applicable herewith.

II) The reference of Govt. in the Tender form shall construed to mean Delhi Agricultural Marketing Board in connection with payments or other contractual implications. For all Acts, and Regulations the reference of Govt. and the orders of Government shall be followed.

III) The latest minimum fair wages schedule as in force in Govt. of NCT of Delhi at the time of opening of Tender shall be applicable. 19. Delhi Agricultural Marketing Board Schedule of Quantities Name of work:- Renovation of check post and other repair works at F/V Market, keshopur. Estimated cost : Rs.1,51,564/- Earnest Money : Rs. 3100/- Time of Compln : 45 Days. S.No. Description of Item Qty. Unit Rate Amount (in figures and words) 1 Dismantling old plaster or skirting raking out joints and cleaning the surface 50 Sqm for plaster including disposal of rubbish to the dumping ground within 50 metres lead. 2 Demolishing brick work manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction of Engineer-in-charge. 2 Cum In cement mortar 3 Demolishing mud phaska in terracing and disposal of material within 50 10 Cum metres lead. 4 Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 metres lead as per direction of Engineer - in - charge. Nominal concrete 1:3:6 or richer mix (i/c equivalent 5 Cum design mix) 5 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in foundation and plinth in: 1 Cum Cement mortar 1:4 (1 cement : 4 coarse sand) 6 Half brick masonry with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth level up to floor V level. 15 Sqm Cement mortar 1:3 (1 cement :3 coarse sand) 7 6 mm cement plaster of mix : 1:3 (1 cement : 3 fine sand) 50 Sqm 8 Providing and laying cement concrete in retaining walls, return walls, walls (any thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets, sunken floor,etc., up to floor five level, excluding the cost of centering, shuttering and finishing :

1:2:4 (1 Cement : 2 coarse sand : 4 graded stone aggregate 20 9 Cum mm nominal size)

9 Providing gola 75x75 mm in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 stone aggregate 10 mm and down gauge), including finishing with cement mortar 1:3 (1 cement : 3 fine sand) as per standard design : 60 Meter In 75x75 mm deep chase 10 Making khurras 45x45 cm with average minimum thickness of 5 cm cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20 mm nominal size) over P.V.C. sheet 1 m x1 m x 400 micron, finished with 12 mm cement plaster 1:3 (1 cement : 3 coarse sand) and a coat of neat cement, rounding the edges and making and finishing the outlet complete. 3 Each 11 12 mm cement plaster of mix : 1:4 (1 cement: 4 fine sand) 50 Sqm 12 Extra for providing and mixing water proofing material in cement concrete work in doses by weight of cement as per manufacturer's specification. 50 per 50 kg cement 13 Distempering with 1st quality acrylic washable distemper (ready made) of approved manufacturer and of required shade and colour complete. as per manufacturer's specification. 150 Sqm One or more coats on old work 14 White washing with lime to give an even shade : 50 Sqm

Old work (two or more coats) 15 White washing with lime to give an even shade : New work (three or more coats) 50 Sqm 16 Removing white or colour wash by scrapping and sand papering and preparing the surface smooth including necessary repairs to scratches etc. 200 Sqm complete 17 Painting with synthetic enamel paint of approved brand and manufacture of required colour to give an even shade : 30 Sqm One or more coats on old work 18 Disposal of building rubbish / malba / similar unserviceable, dismantled or waste materials by mechanical means, including loading, transporting, unloading to approved municipal dumping ground or as approved by Engineer-in-charge, beyond 50 m initial lead, for all leads including all lifts 15 Cum involved. 19 Removing and Re-fixing of water storage tanks on the roof of check post including cleaning etc. complete as per the direction of Engineering-in- 2 Each job charge

20 Renewing glass panes, with putty and nails wherever necessary including racking out the old putty: 5 Sqm Float glass panes of thickness 4 mm 21 Washed stone grit plaster on exterior walls height upto 10 metre above ground level, in two layers, under layer 12 mm cement plaster 1:4 (1 cement : 4 coarse sand ), furrowing the under layer with scratching tool, applying cement slurry on the under layer @ 2 Kg of cement per square metre, top layer 15 mm cement plaster 1:1/ 2:2 (1 cement: 1/2 coarse sand : 2 stone chipping 10 mm nominal size), in panels with groove all around as per approved pattern, including scrubbing and washing the top layer with brushes and water to expose the stone chippings ,complete as per 10 Sqm specification and direction of Engineer-in- charge (payment for providing grooves shall be made separately). 22 Forming groove of uniform size in the top layer of washed stone grit plaster as per approved pattern using wooden battens, nailed to the under layer, including removal of wooden battens, repair to the edges of panels and finishing the groove complete as per specifications and direction of the Engineer-in-charge : 10 Metre 15 mm wide and 15 mm deep groove 23 15 mm cement plaster on rough side of single or half brick wall finished with a floating coat of neat cement of mix : 1:4 (1 cement: 4 fine sand) 100 Sqm 24 Painting top of roofs with bitumen of approved quality @ 17kg per 10 sqm impregnated with a coat of coarse sand at 60 cudm per 10 sqm, including cleaning the slab surface with brushes and finally with a piece of cloth lightly soaked in kerosene oil complete : 100 Sqm With residual type petroleum bitumen of grade VG - 10 25 Repairing of rolling shutters of shops with all accessories as may be required including greasing & painting etc. complete. As per the direction of 5 Nos. Each Engineering-in-charge. 26 Providing and fixing 37 mm thick factory made PVC door shutter, styles and rails made of PVC hollow section of size 100 mm x 37 mm with wall thickness 2 mm ( ± 0.2 mm), with inbuilt bead on one side, styles and rails mitered cut and joint at the corners by means of 2 nos of plastic brackets of size 75 mm x 220 mm at each corner and stainless steel screws, reinforcing the hinge side of style by inserting PVC profile of size 28 mm x 30 mm, with wall thickness 2 mm ( ± 0.2 mm). Lockrail of size 100 mm x 37 mm, wall thickness 2 mm (+ 0.2 mm) will be fixed to the vertical styles. Providing with PVC snapfit beads and panel of size 100 mm x 20 mm, and inserting 2 nos tie bar of 6 mm dia and fastening with nuts and washers complete, all as per 4 Sqm manufacturer's specification and direction of Engineer-in-charge.

ASSTT. ENGINEER(C) EX. ENGINEER -I

I/we have read the conditions of the contract carefully and am/are ready to carry out the above job at the rates mentioned in the above schedule.

(Signature of the contractor, with the seal, if any)

22. I/

Recommended publications