st. stephen’s college, delhi 110007ststephens.edu/wp-content/uploads/2017/04/ssc_renovation...1...
TRANSCRIPT
1 NIT ID No. 1/17
Signature of Tenderer
St. Stephen’s College, Delhi – 110007
ITEM RATE TENDER DOCUMENT UNDER SINGLE BID SYSTEM
(Non-transferable)
NIT ID No. 1/17
Name of the Work: Renovation of the College Café (Kitchen & Dining Hall)
Estimated Cost put to tender: Rs.914105/-
Earnest Money Deposit (EMD): Rs.91,410/-
Date of Commencement of Work: Within 7 days from the date of issue of the work
order.
Completion Time: 45 days from date of commencement of the Work
Date & Time of Opening of Bids: 28/04/2017 at 2.00pm.
(Liable to change due to administrative reasons)
Tender Document Fee: Rs.1000/- (Rupees one thousand only) in cash (non-
refundable)
Availability of Tender Document
From the College Office during working hours on working days except holiday, if any, as
well as the College website www.ststephens.edu from 13/04/2017 to 27/04/2017, both
days inclusive.
Note: Those who download the Tender document from the College website will pay the
amount in cash before or at the time of submission of the sealed packet containing the Bid. Last Date & Time for submission of Tender Bid in a sealed envelope in the College
Office: 28/04/2017 by 12.00pm.
SECTION I
Profile of the College
St. Stephen’s College was founded on 1st February 1881 by the Cambridge Mission to Delhi
in conjunction with the Society for the Propagation of the Gospel. The Cambridge Mission
comprised a number of dons from various colleges at Cambridge University; and one of
them, the (later Canon) Samuel Scott Allnutt was the founder and the first Principal of the
College. St Stephen’s is the oldest college in Delhi. It was first affiliated to Calcutta
University, and later to Punjab University. Finally, with the establishment of the University
of Delhi in 1922, it became one of the three original constituent colleges of Delhi University.
The College is recognized by the University Grants Commission.
2 NIT ID No. 1/17
Signature of Tenderer
On 1st October 1941, the College occupied its present home in Delhi University Campus.
Designed by Walter George, it is an elegant two storied red brick building around four
spacious courts. Built on ground levels, it has beautiful lines all along and in others respects
too particularly in the subtle Mughal motifs, it is a fine piece of architecture. In addition, the
College has in its campus other non-residential buildings as well as residential buildings.
The most remarkable of the buildings is the Chapel, again designed by Walter George and
added in 1952.
Section II
General Conditions of Contract
1. Tenderers should obtain for themselves at their own responsibility and expense all
the information which may be necessary for the purpose of submission of the Bid.
They should inspect the site of the Work so as to acquaint themselves with all local
conditions and matters pertaining thereto. If tenderers do not inspect the site of the
Work and do not obtain all the relevant information it will still be presumed that
they have done the needful, and if any doubt is expressed by such tenderers in
future the same will not be entertained.
2. Each page of the Tender document is required to be signed and stamped by the
authorized person on behalf of the tenderer in token of acceptance of all the
conditions and specifications etc. as laid down in the Tender document. The person
who signs the Tender Bid will continue to be the signatory for all future dealings
with the College.
3. Tenderers should not detach any page from nor attach any additional page to the
Tender document nor write/ enclose anything additional other than enclosures to
be attached as specified in these conditions.
4. Tenderers should note that conditional Bid will stand summarily rejected.
5. The words and figures to be written in Section IV (price Bid) should have no cutting,
overwriting or erasure mark. No advice or change in the Bid rate after submission of
the Bid will be entertained. The price Bid should be written both in word and figure.
If any difference is found in the word read with the figure, the word will have the
deciding force. Rebate, if any, should also be in both word and figure.
6. Tenderers should deposit Earnest Money (EMD) by a Demand Draft drawn on a
scheduled bank in the name of Principal, St. Stephen’s College. The EMD amount
will stand forfeited in the event of any refusal or delay in signing the contract by the
successful tenderer. The EMD of unsuccessful tenderers will be returned to them
without any interest, after a decision is taken regarding the award of the contract.
The EMD of the successful tenderer will be adjusted towards retention
money/security deposit and kept with the College without accrual of any interest
3 NIT ID No. 1/17
Signature of Tenderer
thereon. Any Bid not accompanied by the requisite EMD will not be considered and
shall be rejected. The EMD amount is Rs.91410/- only.
7. Tenderers should attach a list of clients for whom they have worked successfully
and satisfactorily in the last three years or are working at present, mentioning the
nature and value of each such work. Testimonial from at least one such client should
be attached. (See Section IV).
8. A banker’s solvency certificate is required to be attached to the Bid for an amount of
not less than Rs. One Lakh Only, the certificate being not more than 12 months old
(See Section IV)
9. For submission of proof of PAN, DVAT and Service Tax registration. See Section IV.
10. The Bid should be accompanied by an affidavit on Rs.10/- non-judicial e-stamp
paper at the tenderer’s own cost stating that the tenderer has not been blacklisted
by any client during the last three years and also that no arbitration proceedings are
pending against the tenderer either with an arbitrator or in a court of law. (See
Section IV).
11. The price Bid should include the basic price of materials, all incidental expenses and
charges, all taxes, duties, cess etc. The College will not entertain any additional
monetary claim beyond the price Bid quoted by the tenderer under any
circumstance.
12. No escalation of price Bid will be permitted under any circumstance.
13. The price Bid shall be valid for a period of 60 (sixty) days from the date of opening
the Bids. However, the College is not bound to accept the lowest or any Bid and
reserves to itself the right to accept or reject any or all the Bids either in whole or in
part without assigning any reason.
14. The Contractor’s workers shall refrain from smoking and intake of alcoholic drinks
and generally conducting themselves from objectionable behavior and cooking in
the College campus. No. worker will be allowed to remain in the premises between 6
p.m. to 7 a.m.
15. Tenderers should note that no mobilization money will be made available by the
College to the successful tenderer who will sign the contract.
16. Tenderers should ensure that the Tender document is complete in all respect along
with the required enclosures before submitting the same in a sealed envelope.
17. The sealed envelope should be addressed to the Principal, St. Stephen’s College,
Delhi and super-scribed “Renovation of the College Cafeteria (Kitchen & Dining
Hall) at St. Stephen’s College” and hand-delivered in the College Office latest by
12.00 pm on 28/04/2017.
18. It will be open to the College to negotiate with tenderers and call upon them to
supply the rate analysis or any other relevant information so as to examine whether
the price Bid is workable or not and also whether the tenderer has adequate
experience in the line and is competent to execute the job.
4 NIT ID No. 1/17
Signature of Tenderer
19. Within seven days of the date of intimation by the College of the acceptance of the
Bid subject to the provisions of Para 18 above, the successful tenderer shall be
bound to execute the instrument of contract by signing the agreement on a Rs.100/-
non-judicial e-stamp paper, to be procured at the tenderer’s own cost, as per the
standard format of the College. Failure to do so will amount to a breach of Tender
condition and will result in forfeiture of EMD absolutely.
20. Time is the essence of the contract. The work should invariably be completed in all
respect and in an acceptable manner within 45 (FORTY FIVE) days from the date of
commencement of the work.
21. If the successful tenderer to whom the contract is awarded and who signs the
contract fails to complete the work by the scheduled date of completion or within
any extended time, if any, allowed by the College, at the request of the contractor,
the contractor will be liable to pay liquidated damages equivalent to one per cent of
the amount of the contract amount for every week’s delay (seven calendar days) or
part thereof subject to a maximum of ten per cent of the contract amount. If there is
persistent delay on the part of the contractor to complete the work, the College will
be free to cancel the remaining part of the Work for which additional liquidated
damages may be levied on the contractor, besides forfeiture of EMD/retention
money.
22. All compensations or other money payable by the successful tenderer, who is
awarded the contract and signs the contract under the terms of the Tender, shall be
deducted from the retention money/security deposit submitted and in the event of
the retention money/security deposit being reduced by reason of any such
deduction, the tenderer/contractor shall, within seven days of being asked to do so,
make good any sum or sums by which the retention money/security deposit falls
short as herein provided.
23. The Work as actually carried out under instruction of and accepted by the Engineer
in-charge will be measured from time to time and recorded in the standard
Measurement Book (MB) which will form the basis of admissibility of payment due
to the contractor. The contractor will be required to submit “As Built” drawing on
completion of the Work.
24. The contractor should take every precaution so that no damage to the existing
building and/or structures and fixtures takes place. The contractor should also take
adequate precautionary measures so that no injury is caused to human or animal or
bird life. No damage to trees and plants should be caused. The College will be free to
determine whether any damage has taken place due to the negligence or fault of the
contractor and the amount that should be recovered from the contractor to make
good the damage or loss which the contractor will be bound to accept.
25. If any dismantled material is required to be deposited with the Estate Office of the
College the same should be inventoried and handed over to the Estate Officer and a
5 NIT ID No. 1/17
Signature of Tenderer
written acknowledgement obtained which should be attached to the final bill. For
other dismantled material, see Section IV.
26. Clearing of debris on completion of the Work shall be the responsibility of the
contractor at the nearest dumping ground approved by the Municipal Authorities at
the contractor’s own risk and expense.
27. The College shall recover the tax liabilities of the contractor at the prevailing rates
(income tax 2%, DVAT 4% and labour cess 1%); retention money/security deposit
10%; and electricity charges of one percent of the executed value of the Work from
the payment due to the contractor. In addition, if the Government introduces any
new tax applicable to contract jobs with immediate effect, the same also will be
levied.
28. The Service Tax liability, if any, will have to be discharged by the contractor directly
on payment of which a copy of payment challan should be deposited in the College
Office as a condition for release of retention money/security deposit in due course,
subject to other conditions herein provided.
29. Retention money/security deposit to be deducted from the bill of the contractor
after adjustment of EMD shall be equivalent to ten per cent of the executed value of
the Work. The retention money/ security deposit will not earn any interest. It will
be retained by the College for a period of at least six (6) months from the date of
completion of the Work, duly certified by the Engineer in-charge. The contractor will
also have to obtain and furnish a “no damage, no dues” certificate from the Estate
Officer. The retention money/security deposit may also be used to recover any dues
that may arise during the course of the Work with regard to this Contract or any
other. The retention money/security deposit will be released after 6 months after
checking the performance of the work executed which will be carried out in
presence of Contractor, Engineer in-charge and any other person deputed by
Principal, St. Stephen’s College.
30. All disputes shall be resolved mutually. However, if a dispute cannot be resolved
mutually, the Principal shall appoint an independent arbitrator to resolve the matter
whose award shall be binding on both the College and the contractor. The cost of
arbitration including incidental expenses shall be borne by the contractor if the
dispute is initiated by the contractor.
31. Any provision not expressly stated in the Tender condition or the Contact shall be
dealt with in accordance to the standard practice of BIS/CPWD/PWD as the case
may be.
32. The Contract shall be governed by Indian laws for the time being in force and under
the jurisdiction of Delhi Courts.
33. All references to “College” and/or “Principal” means Principal, St. Stephen’s College,
Delhi. “Estate Officer” means Estate Officer of St. Stephen’s College, Delhi.
6 NIT ID No. 1/17
Signature of Tenderer
34. All references to “Engineer in-charge” means the Engineer in-charge appointed by
the Principal for the purpose of this Work.
Section III
Technical Conditions of Contract
1. The Work shall be carried out as per latest CPWD specification 2009 Vol I & II
amended from time to time and as per the instructions of the Engineer in-charge.
2. The contractor shall employ a whole time supervisor at site who will receive day-to-
day instructions from the Engineer in-charge in a Site Order Book which shall be
kept at site and open to inspection by any authorized person.
3. The contractor shall have to get all material approved by the Engineer in-charge in
writing before using them on the Work.
4. Watch and ward of all materials brought by the contractor for use at site and
electrical installations will be the sole responsibility of the contractor at his own
expense till testing of all the fittings is completed and handed over to the Estate
Officer after due clearance by the Engineer in-charge.
5. The contractor shall submit the copies of “As Built” drawings in due course to the
College Office for record (for CI Pipes & GI Pipe line)
6. Manufacturer’s guarantee/warranty wherever applicable with adequate safeguard
for repair and/or replacement during the guarantee/warranty period shall have to
be furnished by the contractor before submission of bill.
7. The Estate Officer’s “No damage, no dues” certificate shall have to be obtained by the
contractor and submitted along with the final bill.
8. The “satisfactory completion of Work” certificate shall be obtained by the contractor
from the Engineer in-charge and annexed to the final bill.
9. Instruction, if any, required under site condition as the work progresses will be
issued by the Engineer in-charge.
10. Any additional item cropped up during execution shall be paid as per CPWD DSR –
2016 along with percentage above or below as quoted by the contractor. Additional
work/item to be done/used has to be approved by the Principal by submitting the
cost of work/item beforehand and to be duly certified by the Engineer in-charge.
11. Quantities of agreement items deviated from agreement shall be paid as per rates
mentioned in the agreement along with percentage above or below as quoted by
Contractor.
7 NIT ID No. 1/17
Signature of Tenderer
SECTION IV
Tenderer’s Profile (all columns to be filled up/ticked as indicated) (avoid cutting/overwriting/using
erasure) (copies of enclosures should be legible) (any deficiency in providing
enclosures/information may lead to disqualification of the tenderer)
1. Name of the Business Entity (BE) in which
the tender is proposed to be submitted:
2. Whether the BE is (i) sole proprietorship (ii) partnership (iii) private limited
company (iv) any other legal entity (score out which are not applicable)
3. Full name of the authorized person signing the Tender document
4. Address
(1) Business address of BE
(2) Residential address of the person who is signing the Tender document
(Proof of Address in the form of electricity bill or receipt of property tax to be attached) yes/no
5. Telephone
(1) Landline
(Proof of telephone bill to be attached) yes/no
(2) Mobile phone
6. Pan Card details (if the BE is a proprietorship concern, the PAN card should be in the
name of the proprietor. If the BE is a partnership concern, it should be in the name
of the partner who is signing the Tender document. In the case of private limited
company, PAN card should be in the name of the company)
(Self-attested copy of PAN card to be attached) yes/no
8 NIT ID No. 1/17
Signature of Tenderer
7. DVAT Registration No. yes/no
(Self-attested copy of DVAT Registration certificate to be attached)
If the address given in para 4 above is different from the address given in the DVAT
registration certificate, an explanatory note duly signed by the signatory should be
attached hereto. yes/no
8. Service Tax Registration No.
(Self-attested copy of registration certificate to be attached) yes/no
Any difference of address as stated in the Service Tax registration certificate and the
address given in para 4 and para 7 above should be explained in a written note duly
signed by the person signing the Tender document and attached hereto. yes/no
9. State whether the BE is registered with the CPWD/PWD/MES/Railways/ University
of Delhi Engineer’s Office yes/no
(Self-attested copy of either the registration notification or a recent work order
issued by the relevant Authority to be attached) yes/no
(Mention the name (s) of the Authority (s))
10. List of clients for whom similar work executed in the last three years
Sl. No. Name/address year nature of work value of work
1.
2.
3.
11. Attach a copy of testimonial from at least one of the abovementioned clients
certifying satisfactory completion of work yes/no
(It will be open to the College to verify the facts directly from any such client)
Name & Address of Client
12. Details of EMD attached yes/no
Name/Branch and address
of issuing Bank Draft No. Date Amount
9 NIT ID No. 1/17
Signature of Tenderer
13. Attach an affidavit in terms of General Conditions of Tender document para 10 of
section II. yes/no
14. Attach a solvency certificate in terms of General Conditions of Tender document
para no. 8 of section II yes/no
Name/address of Bank Date of certificate Amount
15. Attach self-attested copy of electrical license yes/no
Name/address of the issuing authority Date of issue
16. Any other relevant information (only statement, if any, without any enclosure)
Signature Stamp of BE Signature of the Authorized Signatory
Full name of witness Name of BE
Address Full name of signatory
Telephone No. Address
Date Telephone No.
Date
10 NIT ID No. 1/17
Signature of Tenderer
UNDERTAKING
I, __________________________________________________________ (name in full of the signatory) have read and understood the general and technical conditions of the Tender document and hereby undertake to abide by the same in all respect. I/we undertake to sign the contract if the Work is awarded to me/us. I/we fully understand that the EMD being submitted by me/us can be forfeited absolutely by the College if I/we violate any of the Tender conditions.
I/we hereby certify that to the best of my knowledge, the information provided above is
true.
I/we also understand that failure to enclose any of the required documents as above
may result in disqualification of BE from participating in the Bid.
Stamp of BE Signature
Date
11 NIT ID No. 1/17
Signature of Tenderer
Name of Work: - Renovation of Cafe at St. Stephen’s College Delhi
Code No Description Unit Rate Qty Amount
2.10.1 Excavating trenches of required width for pipes, cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms depth up to 1.5 m, including getting out the excavated soil, and then re turning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m:- All kinds of soil.
2.10.1.2 Pipes, cables etc. exceeding 80 mm dia. But not exceeding 300 mm dia.
Meter 60.00
2.11 Extra for excavating trenches for pipes, cables etc. in all kinds of soil for depth exceeding 1.5 m, but not exceeding 3 m. (Rate is over corresponding basic item for depth up to 1.5 meter.)
Meter 60.00
4.1 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering – All work up to plinth level:
4.1.2 1:1 ½:3 (1 Cement: 1 ½ coarse sand (zone-III): 3 graded stone aggregate 20 mm nominal size).
Cum 1.00
4.1.5 1:3:6(1 Cement: 3 coarse sand (zone-III): 6 graded stone aggregate 20 mm nominal size).
cum 2.00
5.3 Reinforced cement concrete work in beams suspended floors roofs having slop up to 15 Degree landings, balconies, shelves, chajjas, lintels bands, plain window sills, staircases and Spiral stair cases above plinth level up to floor five level, excluding the cost of centering shuttering, finishing and reinforcement, with 1:1.5:3(1 cement: 1.5 coarse sand(zone-III): 3 graded stone aggregate 20 mm Nominal size)
cum
4.00
5.9 Centering and shuttering including strutting , propping etc. and removal of form for all heights :
5.9.3 Suspended floors, roofs, landings, balconies and access platform
Sqm 10.00
5.9.4 Shelves (cast in situ) Sqm 25.00
5.9.5 Lintels, beams, plinth beams, girders, bressumers and cantilevers
Sqm 5.00
5.22A Steel reinforcement for R.C.C work including straightening, cutting, bending, placing in position and binding all complete above plinth level.
5.22A.5
Hard drawn steel wire fabric Kg 150.00
12 NIT ID No. 1/17
Signature of Tenderer
5.22A.6 Thermo-Mechanically Treated bars of grade Fe-500 D or more.
Kg 140.00
5.23 Smooth finishing of the exposed surface of R.C.C work with 6 mm thick cement mortar 1:3 (1 Cement: 3 fine sand).
Sqm 80.00
6.4.1 Brick work 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 in all shapes and sizes in : Cement mortar 1:4 (1 cement : 4 coarse sand)
Cum 3.00
6.13.2 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. Cement mortar 1:4 ( 1 cement :4 coarse sand)
Sqm 20.00
8.2.1 Providing and fixing 18 mm thick gang saw cut, mirror polished, premoulded and prepolished , machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size, approved shade, colour and texture laid over 12mm thick base cement mortar 1:3 ( 1 cement : 3 coarse sand), joint s treated with white cement mixed with matching pigments, epoxy touch ups, including rubbing, curing, moulding and polishing to edges to give high gloss finish etc. complete at all levels. Granite of required colour shade & sizes.
Sqm
40.00
8.4 Extra for fixing marble/granite stone, over and above corresponding basic items, in facial and drops of width up to 150 mm with epoxy resin based adhesive, including cleaning etc. complete.
Metre 15.00
8.5 Extra for providing opening of required size & shape for wash basin/ kitchen sink in kitchen plate form, vanity counter and similar location in marble/granite/stone work, including necessary holes for pillar taps etc. Including molding, rubbing and polishing of cut edges etc. complete.
Each
4.00
11.26 Kota stone flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigments to match the shade of the slab, including rubbing and polishing complete with base of cement mortar 1 : 4 ( 1 cement : 4 coarse sand) :- 25 mm thick
sqm
30.00
16.89 Providing and laying matt finished vitrified tile of size 300x300x9.8mm having water absorption less than 0.5% and conforming to IS: 15622 of approved make in all colours and shade in floors,
13 NIT ID No. 1/17
Signature of Tenderer
laid on 20mm thick base of cement mortar 1:4 (1 cement: 4 coarse sand) in all shapes & patterns including grouting the joints with white cement mixed with matching pigments etc. complete as per direction of Engineer-in-Charge.
Sqm
50.00
11.36 Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS: 15622(thickness be specified by the manufacture), of approved make, in all colors, shades, 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.
sqm
180.00
13.4 12 mm cement plaster : 1:6 ( 1 cement : 6 coarse sand)
Sqm 80.00
13.5 15 mm cement plaster : 1:6 ( 1 cement : 6 coarse sand)
Sqm 60.00
13.10 15 mm cement plaster 1:3 (1 cement: 3 coarse sand) finished with a floating coat of neat cement.
Sqm 20.00
13.33.1 Pointing on stone work with cement mortar 1:3 (1Cement: 3 fine sand) . Flushed/ Ruled pointing
Sqm 15.00
14.42.1 White washing with lime to give even shade : Old work (two or more coats)
Sqm 120.00
14.53 Wall painting with plastic emulsion paint of approved brand and manufacture to give an even shade: One or more coats on old work
Sqm 250.00
14.54 Painting with synthetic enamel paint of approved brand and manufacture of required colour to give an even shade : One or more coats on old work
Sqm 50.00
14.46 Removing dry or oil bound distemper, water proofing cement paint or white wash and the like by scrapping, sand papering the surface smooth including necessary repairs to scratches etc.complete.
Sqm 200.00
13.80 Providing and applying white cement based putty of average thickness 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete.
Sqm
200.00
14.53 Wall painting with plastic emulsion paint of approved brand and manufacture to give an even shade: Two or more coats on New work
Sqm 200.00
15.2 Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 meters lead as per direction of Engineer- in - Charge. For all mixes
Cum 10.00
14 NIT ID No. 1/17
Signature of Tenderer
15.3 Demolishing R.C.C work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 meters lead as per direction of Engineer -in- charge.
Cum 3.00
15.7.4 Demolishing brick work including tiles/plaster finish on both side manually /by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 meters lead as per direction of Engineer-in –charge in cement mortar/ lime mortar
Cum
2.00
15.12.1 Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats, architrave, holdfasts etc. complete and stacking within 50 meters lead : Of area 3 sq. meters and below
Each 4.00
15.24 Demolishing dry brick pitching in floors, drains etc. including stacking serviceable material and disposal of un serviceable material within 50 meters lead :
Cum 5.00
15.56 Dismantling old plaster or tiles in skirting raking out joints and cleaning the surface for plaster including disposal of rubbish to the dumping ground within 50 meters lead.
Sqm 250.00
15.60 Disposal of building rubbish / malba / similar unserviceable, dismantled or waste material by mechanical means, including loading, transporting, unloading to dumping ground outside college campus, beyond 50 m initial lead, for all leads including all lifts involved.
Cum
16.00
16.91.1 Providing and laying factory made chamfered edge Cement Concrete paver block in foot path, park & lawns driveway or lights & traffic parking etc. of required strength, thickness & size/ shape, made by table vibratory method using PUmould, laid in required colour& pattern over 50mm thick compacted bed of course sand, compacting and proper embedding/laying of inter locking paver block into the sand bedding layer through vibratory compaction by using plate vibrator, filling the joints with sand and cutting of paver block as per required size and pattern, finishing and sweeping extra sand, all complete as per manufacturer’s specification & direction of Engineer-in-Charge.60mm thick Cement concrete paver block of M-35 grade with approved colour design and pattern.
sqm
51.00
15 NIT ID No. 1/17
Signature of Tenderer
17.10.1 Providing and fixing Stainless Steel A ISI 304 ( 18/8) kitchen sink per IS: 13983 with C.I brackets and stainless steel plug 40 mm, including painting of fitting and brackets, cutting and making good the walls wherever required : Kitchen sink with drain board. 510x1040 mm bowl depth 250 mm.
Each 3.00
17.28.2.2 Providing And fixing P.V.C waste pipe for sinks or wash basin including P.V.C waste fitting complete .Flexible pipe 40 mm dia.
Each 3.00
17.35.1.2 Providing and fixing soil, waste and vent pipes : 100 MM dia. Centrifugally cast (spun) iron socket and spigot (S&S) pipe as per IS: 3989
meter 20.00
17.35.2.2 Providing and fixing soil, waste and vent pipes: Centrifugally cast (spun) iron socket pipe as per IS 3989 – 75 mm diameter.
meter 10.00
17.60 Providing and fixing trap of self-cleansing design with screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors : Sand cast iron S&S as per IS – 3989
17.60.1.1 100 mm inlet and 100 mm outlet Each 4.00
17.60.2 100 mm inlet and 75 mm outlet Each 8.00
18.8 Providing and fixing chlorinated polyvinyl chloride (CPVC) pipes having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fitting, i/c fixing the pipe with clamps at 1.00m spacing .this includes jointing of pipes & fitting 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 & making good the walls etc.
18.8.1 15 mm nominal outer dia. pipes Meter 40.00
18.8.2 20mm nominal outer dia. Pipes Meter 30.00
18.8.3 25 mm nominal outer dia. Pipes Meter 20.00
18.51 Providing and fixing C.P brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms – 15mm nominal bore
Each 6.00
18.53A Providing and fixing C.P Brass extension nipple (Size 15 mm x 50 mm) of approved make and quality as per direction of Engineer-in charge.
Each 6.00
18.78 Making chases up to 7.5x7.5 cm in walls including making good and finishing with matching surface.
Meter 60.00
19.1 Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff mixture of cement
16 NIT ID No. 1/17
Signature of Tenderer
mortar in the proportion of 1:1 ( 1 cement : 1 fine sand) including testing of joints etc. complete :
19.1.1 100 mm diameter Meter 30.00
19.1.2 150 mm diameter Meter 30.00
19.2 Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) all-round S.W. pipes including bed concrete as per standard design :
19.2.1 100 mm diameter S.W pipe Meter 30.00
19.2.2 150 mm diameter S.W pipe Meter 30.00
19.4 Providing and fixing square –mouth S.W gully trap class SP-1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design: 100x100mm size P Type
19.4.1.1 With common burnt clay F.P.S (non modular) bricks of class designation 7.5
each 6.00
19.6 Providing and laying non-pressure NP2 class (light duty) R.C.C pipes with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) including testing of joints etc. complete :
19.6.2 150 mm dia. R.C.C. pipe Meter 20.00
19.6.3 250 mm dia. R.C.C. pipe Meter 30.00
19.7 Constructing brick masonry in manhole in cement mortar 1:4 ( 1 cement : 4 coarse sand ) with R.C.C top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix ( 1 cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat cement complete as per standard design :
19.7.2 Inside size 120x90 cm and 90 cm deep including C.I. cover with frame (light duty) 455x610 mm internal dimension, total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg) :
19.7.2.1 With common burnt clay F.P.S (non modular) bricks of class designation 7.5
Each 4.00
19.8.2.1 Extra for depth for manholes size 120x90 cm With Meter 4.00
17 NIT ID No. 1/17
Signature of Tenderer
common burnt clay F.P.S. (non modular) bricks of class designation 7.5
19.21 Making connection of drain sewer line with existing manhole including breaking into and making good the walls, floors with cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) cement plastered on both sides with cement mortar 1:3 (1 cement : 3 coarse sand),finished with a floating coat of neat cement and making necessary channels for the drain etc. complete :
19.21.1 For pipes 100 to 250 mm diameter Each 2.00
Total Estimated Cost:-Rs 914105.00
Percentage above/below (if applicable) …………………………………………………………………
Grand Total …………………………………………………………………………………………
Amount in words Rs …………………………………………………………………………..
Signature of Contractor ……………………………………………………………………..