CENTRAL COALFIELDS LIMITED
OFFICE OF THE PROJECT OFFICER CIVIL ENGINEERING DEPARTMENT
PURNADIH PROJECT
PO(PND)/CIVIL/TENDER/2017-18/1112 DATE: 15.2.2018 N O T I C E I N V I T I N G Q U O T A T I O N / S ( 1 2 )
Sealed Tenders are invited from experienced and reputed Civil Engineering Contractors for the Execution of the following work: Sl # Name of Work Estimated Value Earnest Money Period Completion
01 Sump Cleaning of qry No. 2 under Purnadih Project 40062.33 600.00 10 Days
02 Cleaning of drain around magazine of Purnadih Project 34759.95 500.00 10 days
03 Cutting of garland drain for new patch of quarry no. 2 at Purnadih Project 46632.60 600.00 10 days
04 Providing katcha drain near new dump yard under Purnadih Project 42105.36 600.00 07 days
05 Grease oil cleaining of quarry no. 1 at Purnadih Project N K Area 42580.41 600.00 07 days
06 Cleaning of earth/mud over Hume pipe culvert near nallah of jamdih under PND 45202.50 600.00 10 Days
07 Extension of pump foundation at pump house khelan dhowra under Purnadih 35975.49 500.00 15 Days
08 Repair of damaged main pipeline near overhead tank and behind C-type quarter at Bishrampur Colony under Purnadih Project
41956.60 600.00 10 Days
09 Water proofing treatment on the roof of PE(X) and store room of Excavation section
45574.40 600.00 10 Days
10 Water proofing treatment on roof of security section at quarry no. 1 under Purnadih 46286.50 600.00 10 Days
11 Provision of cupboards and windows in WB no. 1 under Purnadih Project 45273.92 600.00 10 Days
Earnest Money should be deposited in shape of Bank Draft in favor of Central Coalfields Limited, N K or CCL, N K Area payable on IOB, Dakra/PNB Bachra/SBI Ranchi by the party. The Demand draft should be submitted at Cash Office, Purnadih Project to Chief
Cashier, Purnadih and the Receipt (CR) should be submitted in separate envelop. No Bid will be accepted unless accompanied by CR
as stated above. 1. Eligibility Criteria to qualify for the award of contract.
The intending bidder must have in its name as a prime contractor experience of having successfully completed similar works during last 7(Seven) year ending last day of month previous to the one in which bid applications are invited (i.e. eligibility period) should be either of the following:- i. Three similar completed works each costing not less than amount equal to 40% of the estimated cost.
OR
ii. Two similar completed works each costing not less than amount equal to 50% of the estimate cost. OR
iii. One similar completed works each costing not less than amount equal 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 the date of commencement is within the said seven years period.
Similar nature of work shall mean:- (Repairing and maintenance of Civil nature of work from sl. No. 01 to 11)
Working experience of only Govt./Govt. owned organization would be reckoned Average annual financial turnover of the civil works during the last 3(Three) years, ending 31
st.March of the previous financial
year should be least 30% of the estimated cost. The intending bidder/party must submit documentary evidence in support of above in the form of certificate from Chartered Accountant or audited balance sheet or suitable acceptable documents.
2. Availability of Bid Document
Quotation documents including terms and conditions of work, is available in our office and can be collected from there from
21.02.2018 to 24.02.2018 during office hours. There is no application fee. Quotation document can be also being
downloaded directly from the CCL website (www.centralcoalfields.in) during above mentioned period. 3. Validity Period of offer
The rate offered in part-II should be valid for 150 days form the last date of submission of Bid. 4. Receipt of Bid
Bid are to be received in sealed covers/envelops on dt. 26.02.2018 up to 03:00 PM at the office of the Project Security Office,
Purnadih Project. In the event of specified date of submission is declared a Holiday by employer, the bid will be received up to the appoint time on the next working day.
General Instruction for submission of bid
(i)The technical bid(i.e. Prequalification bid)shall form Part-I of the quotation and shall be put in one envelope super scribing as “Technical Bid” (ii) the price bid shall be form Part-II of the quotation and shall be put in another envelop super scribing as “Price Bid” and (iii) Demand Draft shall be put in a third envelop super scribing as EMD. The envelops shall clearly contain the name of work,Tender notice no. and the address of the Party/Tenderer and should be duly authenticated with signature and stamp of
party/tenderer. (iv)The payment for the labours engaged in the work should be made thorugh banks and payment certificate obtained from bank has to be submitted to the personnel officer, Purnadih.
5. Following document are required to be submitted with the quotation
a. Firm registration details/any other documents of the firm b. Power of Attorney in the case the tender is signed by and authorized representative of the tenderer. c. Photocopy of PAN Card either of the firm or the individual as the case may be /PAN. d. Particulars of registration with appropriate sale Tax authority/Valid sales Tax clearance certified. e. An undertaking in the format enclosed with quotation documents. f. Declaration to the effect that no condition has been given in the price bid(Part II) g. Authorization of all payment through fund transfer system/RTGS/CBS/interbank transfer as per format enclosed with
quotation document. h. Particulars of service tax registration, if service tax is applicable/Not applicable for small service provider-However, a
declaration by practicing chartered accountant is to be e nclosed certifying that the bidder is small service provide and exempted from service tax registration.
i. Scanned copy of document, to be submitted by bidders in support of GST(Good and Service Tax) by the bidder against eligibility criteria The following documents depending upon the status w.r.t. as declared by bidder a) Status: GST registered bidder/dealer
Document: GST registration certificate (i.e. GST identification number) issued by appropriate authority. b) Status: GST unregistered bidder/dealer
Document: A certificate from a practicing chartered Accounting having membership number with Institute of Chartered Accountant of India certifying that the bidder is GST unregistered bidder/dealer in compliance with the relevant GST rule. (in case of JV a certificate from a practicing chartered accountant having membership number with Institute of chartered accountant of India confirming the status of JV w.r.to GST in compliance with relevant GST rule or GST registration certificate of JV) None of the partner of firm has individually or collectively been involved in any criminal
offense. c) The rate of GST will be 18% for above work as per Government Directives.(In case of JV a certificate from a
practicing Chartered accountant having membership number with Institiute of Chartered Accountant of India Confirming the status of JV w.r.t. GST in compliance with relevant GST rules of GST registration Certificate of JV)
6. All the pages of BOQ, documents credentials should be signed by the bidder and stamp of the bidder including cutting/overwriting if any.
7. Opening of Bids Bid will be opened at 3.30 PM on dt. 26.02.2018 at the office of Project Engineer(Civil), CCL in presence of bidder.
8. Envelop No. II(Part-II): This will contain only the price bid in the of percentage above/below of the estimate cost.
9. The company is not under any obligation to accept the lowest bid/bids and reserves the right to reject any or all the bids without assigning / any reason whatsoever, and also to distribute/split up the work and allot the work/works to more than one bidder or accept the tender in part and not in its entirety on tis sole discretion.
10. The company reserves the right to extend the date of submission and opening of bid without assigning any reason whatsoever 11. No subletting of work in piece rate jobs is permissible, Subletting of work in piece rated job is permissible with the prior
approval of the department. 12. The decision of CCL in awarding the work shall be final and cannot be subject to any arbitration. 13. Incomplete bid shall be out rightly rejected. 14. All the terms and conditions of current civil engineering manual will be applicable. 15. The e-way bill required in connection with supply of goods or services, if any shall be arranged by the supplier vendor.
However the e-way bill be arranged by CIL/subsidiary if the supplier/vendor is unregistered one or if provisions of the relevant act and the rules made under specifically status the e-way bill required to be issued by recipient of goods.
16. All charges on account of GST or any other applicable taxes, duties or levies on materials obtained for the works from any source (excluding materials supplied by the company) shall be borne by the contractor.
Project Engineer(Civil)/Asst Mgr(Civil)
Purnadih Project Copy to:-
1. The CVO, CCL, Ranchi 2. The Staff Officer(Civil), N K 3. The Area Finance Manager, NK 4. The Project Officer, Purnadih/Dakra/Rohini/Churi/KDH 5. The T.C. Members. 6. The Chief Cashier, Purnadih Project 7. Notice Board.
CENTRAL COALFIELD LIMITED
OFFICE OF THE PROJECT OFFICER
PURNADIH PROJECT, N K
QUOTATION
DOCUMENT
Contents: -
Details of EMD.
Notice Inviting quotation
CONTRACTORS BID AND ACCEPTANCE OF BID CONDITINOS
Declaration form
Part-II format
E-Mandate Format
Bill of Quantities (To be detached & submitted in Part-II envelope)
DETAIL OF EARNEST MONEY
I/We hereby submitting Earnest Money of Rs……………………………….
Vide DD. No……………………………………dated……………………….
(Signature of Bidder)
Note: - Demand draft as earnest money/bid security should be drawn in favour of “C.C.L N.K Area” Payable
at Ranchi or Dakra Branch issued by any Nationalized bank and its date of issuance should be on or after the
date of issue of NIQ.
PROFORMA FOR CONTRACTOR’S BID AND ACCEPTANACE OF BID CONDITION
To,
The Staff Officer (Civil),
N.K Area, Dakra
Central Coalfields Limited, Ranchi
Sub:-BID for the ……………………………………………………………………………………………………
............................................................................................................................. ..............................................
NIQ No. ...............................................................................................................................................................
Dear Sir,
This has reference to above referred bid. I/We have read and examined the condition of contract, Scope of work,
technical specification , 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 condition and bid
documents in its entirety for the above work and agree to abide by and fulfill all terms and conditions and specifications of
the contract document as in force & available in the office of the Staff Officer (Civil), NK, Dakra.
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 Coalfield 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.
Yours Faithfully
Signature of the Bidder with seal & date
UNDERTAKING
I/ We………………………………,proprietor/Partner/Legal Attorney/ Director/ Accredited Representative of
M/S…………………………….solemnly declare that:
1. I/ we am/are submitting Bid for the work of…………………………………………….
……………………………………………………………………………………………………………………………
………………………………………………..against Bid Notice No……………………dated…………………and
I/we offer to execute the work in accordance with all the terms, conditions and provision of the bid.
2. Myself / our Partner/ Directors don’t has /have any relative as employee
of…………………………………………………….Central Coalfields Limited.
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/We hereby authorize department to seek references / clarification from our Bankers.
6. I/We have submitted particulars of existing Tax /GST registration .We also undertake that Certificate of Registration
with appropriate Tax Authority where the work will be executed shall be arranged before any payment is made to us.
7. We hereby undertake, confirm that we shall register and obtain license from the competent authority under the
contract labour (Regulation & Abolition Act) as relevant, if applicable.
8. 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 authorities,
if applicable. We shall make necessary payments as required under law.
9. None of the partner of firm has individually or collectively been involved in any criminal offence.
Delete whichever is not applicable.
10. I/We have not been banned or delisted by any Govt., or Quasi Govt. Agencies or PSUs.
** Delete whichever is not applicable.
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 etc.
12. I/We hereby declare that there is no condition in Price bid (Part-II).
Signature of the Bidder with seal & date
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 Saving 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 finished above are correct as per our records.
Banker’s Stamp
Date
(Signature of the Authorized official from the Bank)
PRICE BID-(PART-2)
To,
The Tender Committee (Civil),
NK Area, Dakra.
Sub: - ………………………………………………………………………………………………………
………………………………………………………………………………………………………………
Ref. No……………………………….………. .………………………..Dt.……………………
Dear Sir,
With reference to your above quotation, we are quoting our lowest rate, excluding Service Tax for the
subject work, after inspection of site and thorough study of the terms & condition of contract as below:---
Particulars Amount
Estimated cost of the work :
Quoted Rate of the work (in figures) :
(Excluding GST(Goods & Service Tax))
Quoted Rate of the work (in words) :
(Excluding GST(Goods & Service Tax))
Quoted Amount of the work :
(Excluding GST(Goods & Service Tax))
Bidder;s Category for the GST(Goods & Service Tax):
Select one of the following regarding category for tax:--
SI.
NO.
Category
1. GST registered Bidder GST registration certificate (i.e. GST identification number) issued by
appropriate authority
2. GST unregistered
Bidder/dealer
A certificate from a practicing chartered Accounting having membership number with Institute of Chartered Accountant of India certifying that the bidder is GST unregistered bidder/dealer in compliance with the relevant GST rule.
Signature of the Bidder
With Seal
Sl no. 1
PURNADIH PROJECT
Name of the work: Estimate for "Sump cleaning of Qry No. -02 under PND Project.
Est. No. :- AM(C)/PND/Est./17-18/ Dated: -
S.N Description Qnty Rate Amount Remarks
1 Earth work in
excavation by
mechanical means
(Hydraulic excavator)/
manual means over
areas (exceeding 30cm
in depth. 1.5m in width
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
257.47 cum 155.60 /cum 40062.33 CPWD 14
2.6.1
Total Estimated Cost Rs. 40062.33
E.A.(C), PND AM.(C), PND
Sl no. 2
Name of the work: Estimate for " Cleaning of drain around magazine of Purnadih under PND
Project.
Est. No. :- AM(C)/PND/Est./17-18/ Dated: -
S.N Description Qnty Rate Amount Remarks
1 Earth work in excavation by mechanical
means (Hydraulic excavator)/ manual
means in foundation trenches or drains (
not exceeding 1.5 m in width or 10 sqm
on plan) including dressing of sides and
ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil
and disposal of surplus excavated soil as
directed, within a lead of 50 m. All kinds
of soil.
98.82 cum 157.50 /cum 15564.15 CPWD 14
2.8.1
2 Clearing jungle including uprooting of
rank vegetation, grass, brush wood, trees
and saplings of girth upto 30 cm
measured at a height of 1 m above
ground level and removal of rubbish upto
a distance of 50 m outside the periphery
of the area cleared.
2990.00 sqm 642.00 100/sqm 19195.80 2.31
Total Estimated Cost Rs. 34759.95
Sl no. 3
Name of work: - Estimate for the work of “Cutting of Garland Drain for New patch of Quarry No. 02 at
Purnadih under Purnadih Project, NK Area.”
Est. No. P.E. (C)/Est/17-18/ Date:
SN Description Qnty Rate Amount Remarks
1 Earth work in excavation by mechanical
means (Hydraulic excavator) / manual means
in foundation trenches or drains (not
exceeding 1.5 m 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
50m. All kinds of soil.
296.08
Cu.m.
157.50/
Cu.m.
46632.60 CPWD
2014
2.8.1
Estimated Cost Rs. 46632.60
Sl no. 4
Name of work: - Estimate for the work of “Providing Kutcha Drain near New Dump Yard under Purnadih
Project, NK Area.”
Est. No. P.E. (C)/Est/17-18/ Date:
SN Description Qnty Rate Amount Remarks
1 Earth work in excavation by mechanical
means (Hydraulic excavator) / manual
means over areas (exceeding 30 cm in
depth. 1.5 m in width as well as 10 sqm on
plan) including disposal of excavated earth,
lead upto 50 m and lift upto 1.5 m ;
disposed earth to be levelled and neatly
dressed. All kinds of soil
270.60
Cu.m.
155.60/
Cu.m.
42105.36 CPWD
2014
2.6.1
Estimated Cost Rs. 42105.36
Sl no. 5
Name of work: - Estimate for the work of “Grease Oil Cleaning of Quarry No. 01 at Purnadih under Purnadih
Project, NK Area.”
Est. No. P.E. (C)/Est/17-18/ Date:
SN Description Qnty Rate Amount Remarks
1 Mud mortar made with local clay
good earth.
105.58
Cu.m.
403.30/
Cu.m.
42508.41 CPWD
2014
14.24
Estimated Cost Rs. 42508.41
Sl no. 6
Name of work: - Estimate for the work of “Cleaning of Earth / Mud over Hume Pipe Culvert near nala of
Jamdih Village under Purnadih Project, NK Area.”
Est. No. P.E. (C)/Est/17-18/ Date:
SN Description Qnty Rate Amount Remarks
1 Earth work in excavation by
mechanical means (Hydraulic
excavator) / manual means in
foundation trenches or drains (not
exceeding 1.5 m 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 50m. All kinds of soil.
287.00
Cu.m.
157.50/
Cu.m.
45202.50 CPWD
2014
2.8.1
Estimated Cost Rs. 45202.50
Sl no. 7
Name of the work: Estimate for "Extension of pump foundation at Pump house khelan
Dhowra under PND Project.
Est. No. :- AM(C)/PND/Est./17-18/ Dated: -
S.N Description Qnty Rate Amount Remarks
1 Brick work with common burnt
clay F.P.S. (non modular) bricks of
class designation 75 in : Cement
mortar 1:6 (1 cement : 6 coarse
sand)
5.18 cum 4505.12 /cum 23336.52 6.1.2
Diff. of rate
based on
CPWD 14
2 12 mm cement plaster of mix: 1:4
( 1 cement : 4 fine sand) 11.52 sqm 163.35 /sqm 1881.79 13.1.1
3 Providing and laying in position
cement concrete of specified grade
excluding the cost of centering and
shuttering - All work up to plinth
level: 1:2:4 ( 1 cement : 2 coarse
sand : 4 graded stone aggregate
20mm nominal size)
0.64 cum 5466.30 /cum 3498.43 4.1.3
4 Earth work in excavation by
mechanical means (Hydraulic
excavator)/ manual means over
areas (exceeding 30cm in depth.
1.5m in width 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
46.65 cum 155.60 /cum 7258.74 2.6.1
Estimated Cost Rs. 35975.48
Sl NO. 8
Name of the work: Estimate for "Repair of damaged main pipeline near
overhead tank and behind C-type quarters at Bishrampur colony under PND
Project.
Est. No. :- AM(C)/PND/Est./17-18/ Dated: -
S.N Description Qnty Rate Amount Remarks
1 Earth work in excavation
by mechanical means
(Hydraulic excavator)/
manual means in
foundation trenches or
drains ( not exceeding 1.5
m in width or 10 sqm on
plan) including dressing of
sides and ramming of
bottoms, lift upto 1.5 m,
including getting out the
excavated soil and
disposal of surplus
excavated soil as directed,
within a lead of 50 m. All
kinds of soil.
42.50 cum 157.50 /cum 6693.75 CPWD 14
2.8.1
2a Providing PVC pipe
a. 25 mm dia nominal
bore.
85.00 mtr 189.35 per
mtr 16094.75 Awarded
rate
b b. 15 mm dia 208.00 mtr 89.45 per
mtr 18605.60 Awarded
rate
3 Welding of pipe joint,
making cutting of pipes as
reequired (welding
machine & electrode will
be supplied by party)
5.00 nos 112.50 each 562.50 Awarded
rate
Estimated Cost Rs. 41956.60
Sl no. 9
Name of work: - Estimate for the work of “Water Proofing Treatment on the roof of P.E. (X) & Store room of
Excavation Section under Purnadih Project.”
Est. No. P.E. (C)/Est/17-18/ Date:
SN Description Qnty Rate Amount Remarks
1 Providing and laying four courses
water proofing treatment with
bitumen felt over roofs consisting of
first and third courses of blown
bitumen 85/25 or 90/15 conforming to
IS : 702 applied hot @ 1.45 Kg per
square metre of area for each course,
second course of roofing felt type 3
grade-I (hessian based self finished
bitumen felt) and fourth and final
course of stone grit 6 mm and down
size or peasized gravel spread at 6
cubic diameter per square metre
including preparation of surface but
excluding grading complete with :
Bitumen felt (hessian base) type 3
grade I conforming to IS : 1322
128.00
Sq.m.
356.05/
Sq.m.
45574.40 CPWD
2014
22.8.1
Estimated Cost Rs. 45574.40
Sl no. 10
Name of work: - Estimate for the work of “Water Proofing Treatment on roof of Security Section at Quarry No.
01 under Purnadih Project.”
Est. No. P.E. (C)/Est/17-18/ Date:
SN Description Qnty Rate Amount Remarks
1 Providing and laying four courses
water proofing treatment with
bitumen felt over roofs consisting of
first and third courses of blown
bitumen 85/25 or 90/15 conforming to
IS : 702 applied hot @ 1.45 Kg per
square metre of area for each course,
second course of roofing felt type 3
grade-I (hessian based self finished
bitumen felt) and fourth and final
course of stone grit 6 mm and down
size or peasized gravel spread at 6
cubic diameter per square metre
including preparation of surface but
excluding grading complete with :
Bitumen felt (hessian base) type 3
grade I conforming to IS : 1322
130.00
Sq.m.
356.05/
Sq.m.
46286.50 CPWD
2014
22.8.1
Estimated Cost Rs. 46286.50
Sl no. 11
Name of work: - Estimate for the work of “Provision of Cupboard & Windows in Weigh bridge No. 01 under Purnadih Project, NK Area.”
Est. No. P.E. (C)/Est/17-18/ Date:
SN Description Qnty Rate Amount Remarks
1 Brick work with common burnt clay F.P.S. (non modular) bricks of class
designation 5 in superstructure above plinth level up to floor V level in all
shapes and sizes in : Cement mortar 1:6 (1 cement : 6 coarse sand)
0.78 Cu.m. 5254.02/
Cu.m.
4098.14 CPWD 2014
6.4.2
-
Diff of Rate
2 Providing, hoisting and fixing up to floor five level precast reinforced cement
concrete work in string courses, bands, copings, bed plates, anchor blocks, plain window sills and the like, including the cost of required centering,
shuttering but excluding cost of reinforcement, with 1:2:4 (1 cement: 2 coarse
sand: 4 graded stone aggregate 20 mm nominal size).
0.45 Cu.m. 6447.95/
Cu.m.
2901.58 5.12
3 Reinforcement for R.C.C. work including straightening, cutting, bending,
placing in position and binding all complete upto plinth level. Cold twisted
bars
45.00 Kg. 68.10/ Kg. 3064.50 5.22.3
4 Providing and fixing T-iron frames for doors, windows and ventilators of
mild steel Tee-sections, joints mitred and welded, including fixing of necessary butt hinges and screws and applying a priming coat of approved
steel primer. Fixing with 15x3 mm lugs 10 cm long embedded in cement
concrete block 15x10x10 cm of C.C. 1:3:6 (1 Cement : 3 coarse sand : 6
graded stone aggregate 20 mm nominal size)
39.90 Kg. 83.70/ Kg. 3339.63 10.13.1
5 Providing and fixing 1 mm thick M.S. sheet door with frame of 40 x 40 x 6
mm angle iron and 3 mm M.S. gusset plates at the junctions and corners, all necessary fittings complete, including applying a priming coat of approved
steel primer. Using flats 30x6 mm for diagonal braces and central cross piece.
6.48 Sq.m. 2906.65/
Sq.m.
18835.09 10.5.2
6 Providing and fixing M.S. grills of required pattern in frames of windows etc.
with M.S. flats, square or round bars etc. including priming coat with
approved steel primer all complete. Fixed to steel windows by welding
28.80 Kg. 109.00/ Kg. 3139.20 9.48.1
7 Providing and fixing aluminium work for doors, windows, ventilators and
partitions with extruded built up standard tubular sections/ appropriate Z
sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary
filling up the gaps at junctions, i.e. at top, bottom and sides with required
EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust
free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass /
stainless steel screws, all complete as per architectural drawings and the
directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be
paid for separately) : a. For fixed portion Anodised aluminium (anodised transparent or dyed to
required shade according to IS: 1868, Minimum anodic coating of grade AC
15)
7.93 Kg. 348.50/ Kg. 2763.61 21.1.1.1
b. For shutters of doors, windows & ventilators including providing and
fixing hinges/ pivots and making provision for fixing of fittings wherever
required including the cost of EPDM rubber / neoprene gasket required (Fittings shall be paid for separately) Anodised aluminium (anodised
transparent or dyed to required shade according to IS: 1868, Minimum anodic
coating of grade AC 15)
11.90 Kg. 405.90/ Kg. 4830.21 21.1.2.1
8 Providing and fixing glazing in aluminium door, window, ventilator shutters
and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-in-charge. (Cost of
aluminium snap beading shall be paid in basic item): With float glass panes of
4.0 mm thickness
1.44 Sq.m. 828.75/ Sq.m. 1193.40 21.3.1
9 Painting with synthetic enamel paint of approved brand and manufacture to
give an even shade: Two or more coats on new work
14.90 Sq.m. 74.40/ Sq.m. 1108.56 13.61.1
Estimated Cost Rs. 45273.92