dtcn cfc building ganjam cashew - di odishadiodisha.nic.in/doc/tender/dtcn_cashew.pdf · tender...
Post on 09-Feb-2019
222 Views
Preview:
TRANSCRIPT
TENDER PAPER
FOR
BUILDING STRUCTURE OF
COMMON FACILITY CENTRE FOR GANJAM CASHEW
CLUSTER
AT
SABULIA, RAMBHA, GANJAM
M/S SRI JAGANNATH CASHEW CLUSTER PRIVATE LIMITED;
AT: G. GONDAPALLI, SABULIA, PO: RAMBHA; GANJAM Phone (M): 09437966869 Email : ganjamcashewcluster@yahoo.co.in
INDEX Sl. No.
DESCRIPTION Clause No
1 SECTION- I DETAILED TENDER CALL NOTICE 1 - 2
2 SECTION-II INSTRUCTION TO BIDDERS (ITB) 3 - 11
3 SECTION-III FORMS AND ANNEXURES 12 - 17
i) FORM P-1 (Annexure I) 12
ii) Certificate for list of works in hand (Annexure I) 13
iii) Certificate for list of works executed (Annexure II) 14
iv) Certificate of Tool & Plants (Annexure III) 15
v) Details of the Bidder (Annexure IV) 16
vi) Checklist (Annexure V) 17
4 SECTION-IV BILL OF QUANTITY (BOQ) 19 - 27
* * * * *
SECTION- I
DETAILED TENDER CALL NOTICE
1
M/S SRI JAGANNATH CASHEW CLUSTER PRIVATE LIMITED;
AT: G. GONDAPALLI, SABULIA, PO: RAMBHA; GANJAM
SECTION I: DETAILED TENDER CALL NOTICE
The Director of Industries, Odisha is facilitating establishment of the
Common Facility Centre (CFC) for Cashew Cluster at Ganjam through M/s Sri
Jagannath Cashew Cluster Private Limited (SJCC) with government assistance under MSE-CDP in PPP mode.
1. M/s Sri Jagannath Cashew Cluster Private Limited invites sealed percentage
rate bids ((Technical Bid and Price Bid)) from the eligible bidders as per details given below.
i.. Name of the Work Building structure for CFC at G. Gondapali,
Sabulia, Rambha, Ganjam
ii. Class of Contractor ‘B’ (Odisha PWD or equivalent class of other
licensing authority)
iii. Approximant value of work Rs. 69.73 lakh
iv. Time for completion 6 (Six calendar months)
v. Earnest Money Deposit (EMD)
Rs. 69,725/- (1 % of the estimate value) pledged in favour of M/s Sri Jagannath Cashew
Cluster Private Limited in shape of Demand
Draft from any Nationalized / Scheduled Bank
payable at Rambha, Ganjam
vi. Cost of tender paper Rs. 10000+5% VAT = 10500 (Non-
refundable) in shape of Demand Draft from any Nationalized / Scheduled Bank payable at
Rambha, Ganjam
vii. Mode of submission Bid document to be downloaded
http://as.ori.nic.in/diorissa OR www.osicltd.in submitted to the Director of
Industries, Odisha, Killa Maidan, Cuttack - 753001 through speed post only.
vii. Performance Guarantee The successful bidder shall remit the guarantee
i.e. 2% of the estimated cost to M/s Sri Jagannath Cashew Cluster Private Limited
within 15(fifteen) days of issue of the letter of
order.
viii. Additional performance Security
When bid cost is less than the estimated cost by more than 10% the bidder has to deposit
the additional performance security @ 90% of
Estimate cost.- Bid cost
ix. Time Schedule 6 months from the date of acceptance of order.
x. Other details a) Date of availability of the bid in
the website 30.06.2014 at 11.00 AM
b) Last date/ time for submission of tender
21.07.2014 up to 5.00 PM
c) Date of opening of bid
documents (technical bid) 22.07.2014 at 11.00 AM
2
d) Date of opening of bid documents (price bid)
To be announced on 22.07.2014
e) Address for receipt of bid
documents and opening of tender
Office of the Director of Industries,
Odisha, Killamaidan, Cuttack - 753001
f) For further details, please
contact M/s Sri Jagannath Cashew Cluster Private Limited, At: G. Gandapalli,
Sabulia, Po: Rambha, Ganjam Email: ganjamcashewcluster@yahoo.co.in
Phone: 09437966869 2. A complete set of bidding documents is available in the website of
Directorate of Industries for use of the prospective bidders. The Bidders
may download the bid Documents in pdf format directly from the WEBSITE available at http://ori.nic.in/diorissa OR www.osicltd.in
during the stipulated periods. 3. Bid should be submitted in two sealed covers.
Cover I (Technical Bid) should contain EMD, Cost of bid document, bid
document duly signed on each page, copy of registration certificate, PAN card, valid VAT clearance certificate, document indicating bidders financial
capability to execute the work, Copy of PF Registration Certificate, affidavit in support of correctness of documents and other documents required as per
the relevant clauses of bid duly filled in and signed by the bidder.
Cover II (Price Bid) should contain the Price bid in the prescribed format.
Any condition in part –II shall not be taken in to account. 4. Bids should be submitted to the Director of Industries, Odisha, Killamaidan,
Cuttack - 753001 by Speed Post only. 5. The bidders are required to produce documents the original documents
Registration/license viz original Registration, valid PAN card, valid VAT clearance certificate, etc after opening of Bid for verification.
6. The Engineer contractor willing to avail the Exemption of E.M.D will submit
the copy of affidavit to avail the exemption along with bid document and the original affidavit will be submitted before opening of Bid.
7. In case of any bid amendment and clarification, responsibility lies with
the bidders to collect the same from the website before the last date of
purchase of tender document and the M/s Sri Jagannath Cashew Cluster
Private Limited shall have no responsibility for any delay / omission on part of the bidder.
8. Bidders are to submit only the original B.O.Q. listed by the publisher without
any alteration / deletion / modification. Multiple B.O.Q. submission shall be led to cancellation of bid.
9. VALIDITY OF THE OFFER The Tender submitted by the bidder shall remain valid for acceptance for a
minimum period of 90 days from the date of opening of Tender. Revoking or
3
cancelling their tender or varying any term in regards thereof the EMD
deposited along with their offer shall be forfeited. In absence of any indication of the date of validity in the bid, it will be presumed that the offer will remain valid for the minimum period i.e 90 days
as prescribed above. In exceptional circumstances M/s Sri Jagannath Cashew
Cluster Private Limited may solicit the bidders consent for extension of the period of validity without affecting other conditions.
10. THE CONTRACTOR HAS TO MENTION PERCENTAGE EXCESS OR LESS OVER
THE AMOUNT PUT TO TENDER (IN FIGURE AND WORDS) IN FORM P-1.
Quoting Zero value in the bid is valid and will be taken as schedule of rates. 11. Additional performance security shall be furnished by the successful bidder
when the amount of the bid is less than the estimated tender cost by more than 10%. In such event the bidder will furnish an additional performance
security to the extent of differential cost of bid amount and 90% of the tender cost
12. M/s Sri Jagannath Cashew Cluster Private Limited (SJCC) shall bear the
expenditure, which shall be reimbursed by the Director of Industries,
Odisha on receipt funds from Government of India.
13. Other details can be seen in the bidding documents.
14. Any amendment in the bid shall henceforth be uploaded on website only.
Bidders’ failure to check the mail & notice the amendments/ modifications/ clarifications issued by the SJCC shall not be entertained in any way.
15. The authority reserves the right to cancel any or all bids without assigning
any reason.
DIRECTOR, SJCC
4
INSTRUCTION TO BIDDERS (ITB)
1. Sealed percentage rate bids (FORM P-1) are invited in double cover system
from “B” Class contractors of Odisha PWD (or equivalent class of other
licensing authority) with valid registration. 2. The bid document can be downloaded from the website of Director of
Industries, Odisha Cuttack http://as.ori.nic.in/diorissa OR
www.osicltd.in from 30.06.2014 for the work Building structure for CFC
at G. Gondapali, Sabulia, Rambha, Ganjam.
3. Bids should be submitted to the Director of Industries, Odisha, Killa Maidan, Cuttack - 753001. The last date for submission of the bid is
21.07.2014. 4. The Bid documents will be opened by Director of industries, Odisha, Cuttack
at 11.00 AM. on 22.07.2014 in the presence of the bidders or their authorized representatives who wish to attend.
5. No bidder will be permitted to furnish their tender in their own manuscript. 6. A bidder can submit only one tender paper for a particular work. Submission
of more than one tender paper by a bidder for a particular tender will be liable for rejection of all such tender papers
7. The estimated value of the work is Rs. 69,72,529/- (Rupees Sixty-nine lakh
seventy-two thousand five hundred & twenty-nine) only.
8. EMD @ 1% of the estimated values should pledged in favour of M/s Sri
Jagannath Cashew Cluster Private Limited in shape of Demand Draft from any Nationalized / Scheduled Bank payable at Rambha, Ganjam and
enclosed with the bid. • Unsuccessful bidders’ bid security will be discharged after signing of contract with successful bidders.
• The successful Bidder’s bid security will be discharged upon after signing the contract and furnishing the performance security by the Bidders.
• The bid security may be forfeited if a Bidder withdraws its bid during the
period of bid validity and in the case of the successful Bidder, if the Bidder
fails to furnish performance security within the stipulated period. 9. Bid should be submitted in two sealed covers.
Cover I (Technical Bid) should contain EMD, Cost of bid document, bid document duly signed on each page, copy of registration certificate/license,
PAN card, valid VAT clearance certificate, document indicating bidders financial capability to execute the work, list of ongoing & completed works
during last five years, affidavit in support of correctness of documents, other documents required as per the relevant clauses of bid duly filled in and signed by the bidder.
Cover II (Price Bid) should contain the Price bid in Form P-1. 10. Every bidder is expected to inspect the site of the proposed work before
5
quoting his rate. The bidder should also inspect the quarries and approach
roads to quarries and satisfy himself/themselves about the quality and availability of materials. In every case the materials must comply with the relevant specifications. Complaints at future date that the availability of
materials at quarries has been misjudged cannot be entertained.
11. The bidder shall carefully study the tentative drawings and specifications
applicable to the contract and all the documents which will form a part of the
agreement to be entered into by the accepted bidder and M/s Sri Jagannath
Cashew Cluster Private Limited. Complaint, at a future date after submission of bids, that plans and specifications have not been seen by the bidders cannot be entertained.
12. The drawings, if any, furnished with the bid are tentative and subject to revision or modification during the execution as per actual necessity and
detailed test conducted. But the rate quoted by the bidder will hold good in case of such modification of drawings during the time of execution and shall in no way invalidate the contract and no extra monetary compensation will be
entertained. The work shall however be executed as per final approved drawing to be issued by the M/s Sri Jagannath Cashew Cluster Private Limited
as and when required.
13. Bill of quantities is accompanied in bid document. M/s Sri Jagannath Cashew
Cluster Private Limited Agency does not accept any responsibility for the
correctness or completeness of this schedule and that this schedule is liable for alternation or omissions, deductions or alternations set forth in the conditions of the Contract and such omissions, deductions, additions or
alternations shall no way invalidate the contract and no extra monetary compensation, will be entertained.
14. In case of any discrepancy in printing or omissions of statutory specifications or any other part or portion of the approved document, the decision of M/s Sri
Jagannath Cashew Cluster Private Limited will be binding on the bidder. 15. No payment will be made for lay out bench marks, level pillars profiles and
benching and leveling the ground where required. The percentage rate to be quoted should be inclusive of carriage of all materials and incidental item of works.
16. The bidder should arrange the required materials of approved quality and
specification at his own cost for completion of the work within the time
schedule. No extension of time will be granted on the application of the bidder
due to delay in procurement of materials. Further, materials & fittings supplied by the Contactor should be got approved by the M/s Sri Jagannath
Cashew Cluster Private Limited before they are used on the work.
17. The contractor should at his own cost arrange required machineries and
necessary tools and plants required for the efficient execution of work and the
rates quoted should be inclusive of the running charges of each plant and cost of conveyance. The bidders may furnish the certificate in respect of tools,
plant & machinery, vehicles owned in the format prescribed.
6
18. The contractor shall bear cost of various incidentals, sundries and
contingencies necessitated by work in full within the following or similar category.
• Rent, royalties and other charges of materials, octroi duty, all other taxes
including sales tax, ferry, tolls conveyance charge and other cost on
account of land and building including temporary building and temporary electric connection to work site as well as construction of service road and
diversion road and its maintenance till completion of work as required by
the bidders for Collection of materials, storage, housing of staff or other purpose of the work.
• Labour camps or huts necessary to a suitable scale including conservancy and sanitary arrangements therein to the satisfaction of the local health authorities.
• Suitable water supply including pipe water supply wherever available for the staff and labour as well as for the work.
• Fees and duties levied by the municipal, canal or water supply authorities.
• Suitable equipments and wearing apparatus for the labour engaged in
risky operations. • Suitable fencing barriers, signals including paraffin and electric signal
where necessary at works and approaches in order to protect the public
and employees from accidents. • Compensation including the cost of any suit for injury to persons or
property due to neglect of any major precaution also become payable due
to operation of the workmen compensation act.
• The contractor has to arrange adequate lighting arrangement for the work where ever necessary at his own cost.
19. The bidder will be responsible for the loss or damage of materials during transit and during the execution of the work due to reasons what – so-ever.
.
20. The offer of bidder shall be inclusive of cost of temporary construction required for execution of the work and their maintenance.
21. M/s Sri Jagannath Cashew Cluster Private Limited will have the right to inspect the scaffolding, centering and shuttering made for the work and can reject partly or fully such structures if found defective in their opinion.
22. No claim what-so-ever will be entertained to extra items of works, extra
quantity of any item besides agreement quantity unless written order is
obtained from the M/s Sri Jagannath Cashew Cluster Private Limited and rate settled before the extra items of work or extra quantity of any items of work
is taken up. 23. The bidder shall have to abide by the safety code rules of Government.
24. The work should be completed within 6 (six) months of the contract.
25. After the work is finalized, all surplus materials should be removed from the site of work. Preliminary work such as vats, mixing platforms etc. should be dismantled and all materials removed from the site and premises left neat and
clean, this should be inclusive of the rate.
7
26. Any defects, shrinkage or other faults which may be noticed within 12 (twelve) months from the completion of the work arising out of defective or improper materials or workmanship timing are upon the direction of the M/s
Sri Jagannath Cashew Cluster Private Limited should be amended and made
good by the contractor at his own cost. The defect liability period for the work is 12 (twelve) calendar months from the date of successful completion of the
work.
27. From the commencement of the works to the completion of the same, the site
shall be under the contractors charge. The contractor shall be held responsible to make good all injuries, damages and repairs occasioned or rendered necessary to the same by fire or other causes and any claims for injuries to
person or structural damage to property happening from any neglect, default, want of proper care or misconduct on the part of the contractor or any one in
his employee during the execution of the work. Also no claim shall be entertained for loss due to earthquake, flood, cyclone, epidemic, riot or any other calamity whether natural or incidental damages so caused will have to
be made good by the contractor at his own cost. 28. The latest version of the BIS codes for different works as well as items shall
be applicable on part of the bidder for construction of the work. All equipments shall confirm to latest PWD and Local/State laws or byelaws as regards to safety and other essential provisions specified therein.
29. Bidders submitting bids would be considered who have accepted all terms and conditions. No enquiries, verbal or written, shall be entertained in respect of
acceptance or rejection of the bid.
30. The Bid document shall be out-rightly rejected under following stipulation and
no correspondence will be entertained whatsoever.
• If the Bidder has not furnished the EMD / Bid security in full or EMD exemption certificate from competent authority.
• If the Bidders has not submitted the percentage bid in Form P-1.
• If the bidder has not submitted the Tender Paper cost. 31. The tender containing extraneous conditions not covered by the tender notice
are liable for rejection and quotations should be strictly in accordance with the tender call notice. Any change in the wording will not be accepted.
32. Even qualified criteria are met the bidders can be disqualified for the following reasons, if enquired by M/s Sri Jagannath Cashew Cluster Private Limited.
• Making a false statement or declaration. • Past record of poor performance. • Past record of abandoning the work half way/ recession of contract.
• Past record of in-ordinate delay in completion of the work. • Past history of litigation.
33. The information furnished must be sufficient to show that the applicant is capable in all respects to successfully complete the envisaged work.
34. The bidder, whose bid has been accepted, will be notified of the award by the
8
M/s Sri Jagannath Cashew Cluster Private Limited prior to expiration of the
validity period by registered letter. This letter (hereinafter and in the conditions of Contract called the “Letter of Acceptance”) will state the sum that the M/s Sri Jagannath Cashew Cluster Private Limited will pay the
contractor in consideration of the execution, completion and maintenance of
the Works by the contractor as prescribed by the contract (Hereinafter and in the contract called the “Contract Price”).
The notification of award will constitute the formation of the contract in format as at Annexure VII, subject only to the furnishing of a performance security
(Initial Security Deposit) and additional performance security, if applicable, as in shape of demand draft issued from any nationalized scheduled bank prepared in the name of the M/s Sri Jagannath Cashew Cluster Private
Limited and payable at Rambha, Ganjam separately. The security deposit shall be retained as security for the due fulfilment of this contract and additional
performance security in accordance with the provisions of the agreement. Within 15 days following the notification of award along with the Letter of
Acceptance, the successful bidder will sign the agreement and deliver it to the M/s Sri Jagannath Cashew Cluster Private Limited. Following documents shall form part of the agreement.
• The notice inviting bid, all the documents including additional conditions, specifications and drawings, if any, forming the bid as issued at the time of invitation of bid and acceptance thereof together with any
correspondence leading thereto & required amount of performance
security including additional performance security. • Standard P.W.D. Form P-1 with latest amendments.
Failure to enter in to the required agreement and to make the security deposit as above shall entail forfeiture of the Bid Security (earnest money). No
contract (tender) shall be finally accepted until the required amount of
initial security deposit and additional performance security, if applicable, deposit are received by M/s Sri Jagannath Cashew Cluster Private Limited.
The security will be refunded after One year of completion of the work and
payment of the final bill and will not carry any interest. E.M.D. will be forfeited in case, where bidders back out from the offer
before acceptance of tender by the competent authority. 35. Performance Security:
• Initial Security Deposit (Performance Security) The successful bidder will deposit the Initial Security / performance
security to the extent of 2% of the contract value in shape of demand draft issued from any nationalized scheduled bank prepared in the name of the M/s Sri Jagannath Cashew Cluster Private Limited and payable at
the place as mentioned in the Contract Data separately.
• Additional performance Security
Further, Additional performance Security shall be deposited by the bidder when his bid is less than the estimated cost by more than 10%. In such an event the successful bidder will deposit the additional
performance security to the extent of the differential cost of the bid
9
amount and 90% of the estimated cost in shape of demand draft issued
from any nationalized scheduled bank prepared in the name of the M/s Sri Jagannath Cashew Cluster Private Limited and payable at Rambha, Ganjam separately.
36. Payment terms: No advance shall be made in favour of the Contractor for execution of
work. However, payment in phases, as detailed below, shall be made on the
progress of the work. Payment shall be made on receipt of progress verification report indicating detail measurement of work in Measurement
Book of M/s Sri Jagannath Cashew Cluster Private Limited through its chartered Engineer and vetting by the General Manager, District Industries Centre, Ganjam.
a) 25% of contract value shall be released after completion of plinth level
for building. b) 15% of contract value shall be released after completion of lintel level. c) 20% of contract value shall be released after completion of roof casting
& water tank d) 40% of contract value shall be released after completion of all finishing
works, internal road, pavement & parking and sewerage system.
37. Progress of work and Re-scheduling programme
M/s Sri Jagannath Cashew Cluster Private Limited shall issue the letter of
acceptance to the successful contractor. The issue of the letter of acceptance
shall be treated as closure of the Bid process and commencement of the contract.
• Within 15 days of issue of the letter of acceptance, the contractor shall
submit to the M/s Sri Jagannath Cashew Cluster Private Limited for approval of work Programme showing the general methods,
arrangements, and timing for all the activities in the Works along with
monthly cash flow forecast. • To ensure good progress during the execution of the work the
contractors shall be bound in all cases in which the time allowed for any
work exceeds one month to complete, 1/4th of the whole time allowed under the contract has elapsed, ½ of the whole of the work before ½ of the whole time allowed under the contract has elapsed, 3/4th of the
whole of the work before 3/4th of the whole time allowed under the contract has elapsed.
• If at any time it should appear to the M/s Sri Jagannath Cashew Cluster
Private Limited that the actual process of the work does not confirm to the programme to which consent has been given, the Contractor shall
produce, at the request of the M/s Sri Jagannath Cashew Cluster Private Limited, a revised programme showing the modifications to such programme necessary to ensure completion of the works within
the time for completion. If the contractor does not submit an updated Programme within this period, the M/s Sri Jagannath Cashew Cluster Private Limited may withhold the amount of 1% of the contract value
from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Programme has been submitted.
• An update of the Programme shall be a programme showing the actual
10
progress achieved on each activity and the effect of the progress
achieved on the timing of the remaining work including any changes to the sequence of the activities.
• M/s Sri Jagannath Cashew Cluster Private Limited approval of the
Programme shall not alter the Contractor’s obligations. The Contractor
may revise the Programme and submit it to the M/s Sri Jagannath Cashew Cluster Private Limited again at any time. A revised Programme
is to show the effect of Variations and Compensation Events.
38. Extension of the Completion Date.
The time allowed for execution of the works as specified in the Contract shall be the essence of the Contract. The execution of the works shall commence from the 15th day or such time period as mentioned in letter of Award after
the date on which the M/s Sri Jagannath Cashew Cluster Private Limited issues written orders to commence the work or from the date of handing over
of the site whichever is later. If the Contractor commits default in commencing the execution of the work as aforesaid, M/s Sri Jagannath Cashew Cluster Private Limited shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the earnest money & performance guarantee / Security deposit absolutely.
As soon as possible after the Contract is concluded the Contractor shall submit the Time & Progress Chart for each milestone and get it approved by M/s Sri Jagannath Cashew Cluster Private Limited. The Chart shall be prepared in
direct relation to the time stated in the Contract documents for completion of
items of the works. It shall indicate the forecast of the dates of commencement and completion of various trades of sections of the work and
may be amended as necessary by agreement between the M/s Sri Jagannath
Cashew Cluster Private Limited and the Contractor within the limitations of time imposed in the contract documents, and further to ensure good progress
during the execution of the work, the contractor shall in all cases in which the
time allowed for any work, exceeds one month (save for special jobs for which a separate programme has been agreed upon) complete the work as per
milestone given in contract data.
In case of delay occurred due to any of the reasons mentioned below, the Contractor shall immediately give notice thereof in writing to the M/s Sri
Jagannath Cashew Cluster Private Limited but shall nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the M/s Sri
Jagannath Cashew Cluster Private Limited to proceed with the works.
i) Force majeure, or ii) Abnormally bad weather, or iii) Serious loss or damage by fire, or
iv) Civil commotion, local commotion of workmen, strike or lockout affecting any of the trades employed on the work, or.
v) Delay on the part of other contractors or tradesmen engaged by
SRI JAGANNATH CASHEW CLUSTER PRIVATE LIMITED in executing work not forming part of the Contract.
vi) In case a Variation is issued which makes it impossible for
Completion to be achieved by the Intended Completion Date
11
without the Contractor taking steps to accelerate the remaining
work and which would cause the Contractor to incur additional cost, or
vii) Any other cause, which in the absolute discretion of the authority
mentioned, in Contract data is beyond the Contractors control.
Request for reschedule and extension of time, to be eligible for consideration,
shall be made by the Contractor in writing within fourteen days of the
happening of the event causing delay. The Contractor may also, if practicable, indicate in such a request the period for which extension is desired.
In any such case a fair and reasonable extension of time for completion of work may be given. Such extension shall be communicated to the Contractor
by the M/s Sri Jagannath Cashew Cluster Private Limited in writing. Non-application by the contractor for extension of time shall not be a bar for giving
a fair and reasonable extension by the M/s Sri Jagannath Cashew Cluster Private Limited and this shall be binding on the contractor.
39. Compensation for Delay. If the contractor fails to maintain the required progress in terms of clause of P-1 Contract or to complete the work and clear the site on or before the
contract or extended date of completion, he shall, without prejudice to any other right or remedy available under the law to the Government on account of such breach, pay as agreed compensation the amount calculated at the
rates stipulated below as the M/s Sri Jagannath Cashew Cluster Private
Limited (Whose decision in writing shall be final and binding) may decide on the amount of tendered value of the work for every completed day / month
(as applicable) that the progress remains below that specified in Clause of P-1
Contract or that the work remains incomplete.
This will also apply to items or group of items for which a separate period of completion has been specified. Compensation @ 1.5% per
month for delay of work, delay to be completed on per Day basis.
Provided always that the total amount of compensation for delay to be
paid under this condition shall not exceed 10% of the Tendered Value of work.
In case, the contractor does not achieve a particular milestone mentioned in
contract data, (which is in this case the original work programme furnished by
the Contractor and approved by the M/s Sri Jagannath Cashew Cluster Private Limited which formed a part of agreement) or the rescheduled milestone(s) in
terms of P-1 Contract, the amount shown against that milestone shall be
withheld, to be adjusted against the compensation levied at the final grant of extension of time. Withholding of this amount on failure to achieve a
milestone, shall be automatic without any notice to the contractor. However, if
the contractor catches up with the progress of work on the subsequent milestone(s), the withheld amount shall be released. In case the contractor
fails to make up for the delay in subsequent milestone(s), amount mentioned
against each milestone missed subsequently also shall be withheld. However no interest whatsoever shall be payable on such withheld amount.
40. Resolution of Disputes by Arbitration
M/s Sri Jagannath Cashew Cluster Private Limited and the Contractor should
12
try to resolve the disputes, if any, arising out of the contract, amicably
between them, failing which the same shall be referred to the Additional Secretary to Government, MSME Department, Government of Odisha, Bhubaneswar for adjudication as the sole Arbitrator under the provisions of
the Arbitration and Conciliation Act, 1996 whose decision will be final and
binding on all the parties to the dispute.
41. Jurisdiction of the Court
M/s Sri Jagannath Cashew Cluster Private Limited and the Contractor shall agree that competent court at Cuttack shall have jurisdiction to try and decide
anything between the parties and they may approach competent court at Cuttack if required.
* * * * *
13
Annexure I
P 1 FORMAT
Sl.
No.
Description of
the works
Estimated
Value in Rs.
Percentage Rate quoted
Excess/Less over the Estimated Rate
Remarks
Excess Less
In figures
In words
In figures
In words
1. Building
Structure of CFC
6972529
NB: To be submitted in Cover -II
14
Annexure II CERTIFICATE FOR LIST OF WORK IN HAND
I /We do hereby certify that at present the following works are in my /our
hand.
Sl. No
Particulars of works now in
hand
Amount of each work
Period in which the work is
stipulated to be
completed
(in month)
Approximate value of work done
against each work on the date of
submission
of Tender
Department under
which the
work is being taken
up.
1 2 3 4 5 6
.
Signature of the Bidder
Date:-
15
Annexure III
CERTIFICATE FOR LIST OF WORKS EXECUTED
I /We do hereby certify that the following works have been executed by me/us in the past.
Sl.
No
Particulars of
works already executed
Approximate
Amount of each work
Name of
the Department
under
which the
works executed
Period of
commencement and period of completion
Whether
the works were
completed
in
stipulated period.
1 2 3 4 5 6
.
Signature of the Bidder Date:-
16
Annexure IV Certificate of Tools and Plants
I /We do hereby certify that the following tools and plants, machineries and
vehicles are in my /our possession in working orders.
i)
ii)
iii)
Signature of the Bidder
Date:-
.
17
Annexure V
AFFIDAVIT
1. The undersigned do hereby certify that all the statements made in the
required attachments are true and correct.
2. The undersigned also hereby certifies that neither our firm M/s ___________________________ nor any of its constituent partners have
abandoned any road/ bridge/ Irrigation / Building or other project work in India nor any contract awarded to us for such works have been rescinded during the last five years prior to the date of this bid.
3. The undersigned hereby authorized and request (s) any bank, person, firm or
corporation to furnish pertinent information as deemed necessary and as requested by the Department to verify this statement or regarding my (our)
competency and general reputation.
4. The undersigned understands and agrees that further qualifying information
may be requested and agree to furnish any such information at the request of the Department.
5. I / We also note that, non-submission of this affidavit will render my/our tender liable for rejection.
(Signed by an Authorised Officer of the firm)
Designation: ______________________
Name of Firm:______________________
Date:_______________________
18
Annexure VI
Details of the bidders
Bid Reference No.
Date of opening
Name and address of the Bidder:
01 Name of the bidder
a) Full postal address
b) Full address of the premises
c) Telegraphic address
d) Telephone number
e) Fax number
f) E mail:
g) PAN No
h) TIN No
05 Total annual turn-over (value in Rupees)
06 Quality control arrangement details
07 Test certificate held
a) Type test
b) BIS/ISO certification
c) Any other
08 Details of staff
a) Technical
b) Skilled
c) Semi Skilled
d) Unskilled
09 Branch Office/ Contact Person/ Liaisoning Office in Odisha.
a) Address
b) Telephone No.
c) e-mail,
d) Fax of the
Signature and seal of the Bidder
19
Annexure VII
AGREEMENT
The Agreement is made this ------------------------------ day of ---------------
2014 between M/S SRI JAGANNATH CASHEW CLUSTER PRIVATE LIMITED; AT: G.
GONDAPALLI, SABULIA, PO: RAMBHA; GANJAM having its registered Office at
…………………. represented by ------------------------------------- here in after referred
to as “SJCCPL” which expression shall where the context so requires or admits, also
includes its successors or assignees of the one part.
AND
--------------------------------------- Represented by ---------------------------
- hereinafter called the “Contractor” which expression shall where the context so
requires also includes its successors or assignees of the one part.
Whereas “SJCCPL” invited tenders from intending contractors for execution
of ------------------------------------------------------------ at --------------------------
--------------------- and whereas the Contractor offered his tender to construct,
execute & complete such work in all respect in conformity with provision of
Agreement and whereas “SJCCPL” has accepted his tender & issued work order in
his letter No.-------------dt.-------------- for execution & completion of the work
with the following condition. Now this Agreement witnesses as follows:-
1. In this Agreement, words, expression shall have the same meaning as are
respectively assigned to them to the conditions of contract hereinafter
referred to.
2. The following documents shall be deemed to form and to be read and
construed as part of this Agreement as follows:
i) Terms and conditions :
ii) Bill of quantities :
3. That in consideration of the payment of Rs. --------- by “SJCCPL” to the
contractor as hereinafter mentioned, the contractor hereby covenants with
“SJCCPL” to construct & complete the work ------------------------ in all
respects in conformity with the provisions of the contract.
20
4. “SJCCPL” hereby covenants to pay the contractor the contract price in
consideration of the construction & completion at the time and in the manner
prescribed in the contract.
5. The Contractor will not vary or deviate from the said plans and specification
without obtaining permission in writing of “SJCCPL”
6. The Contractor shall make good any defects, shrinkage or other faults that
may appear in the works within twelve months after their completion.
7. In-case the Contractor shall commit the break of any covenants herein
contained “SJCCPL” shall be at liberty to terminate this Agreement giving 15
days notice.
8. The Contractor shall indemnify to “SJCCPL” from all claims for injury, death,
caused to any person under workmen Compensation Act. 1938. Besides the
contractor shall comply all the provisions of prevailing Labour laws during
execution of work.
9. In the event of any dispute that may arise out of this assessment the
competent Courts situated at Cuttack shall have the jurisdiction to decide
such disputes / litigations between parties hereto.
IN WITNESS WHERE OF the parties have caused their respective common
seals to be herein to affixed (or have here into set their respective hands & seals)
the day and year first written above.
Witness :
1. Signature of the Party of the one part
2.
Witness :
1. Signature of the Party of the other part
2.
21
ANNEXURE-VIII
CHECK LIST
Sl No
DESCRIPTION Cover Page No.
1 Cost of bid in the form of DD shall be
kept in an envelope I Yes/ No
2 EMD in the form of DD shall be kept in
an envelope
I Yes/ No
4 Duly attested photocopy of registration
certificate / License as appropriate
class of Contractor
I Yes/ No
5 Performance Certificate for 5 years ( Annexure-II and III)
I Yes/ No
6 Certificate on tools & plants
(Annexure-IV)
I Yes/ No
8 Affidavit on correctness of information
furnished (Annexure-V)
I Yes/ No
9 Details of the Bidders
(Annexure –VI)
I Yes/ No
10 The Bid document signed by the bidder
in all pages with office seal.
I Yes/ No
11. VAT clearance certificate I Yes/ No
12. Price Schedule-Annexure-I II Yes/ No
22
BILL OF QUANTITY (BOQ)
(SHED No- 1) BY PRODUCTS PROCESSING AND STORAGE BLOCK ( 8000Sqft)
SL NO DESCRIPTION QTY UNIT RATE AMOUNT
A
1
Earth work excavation and depositing on bank
with an initial lead of 10 mtrs and lift of 2 mtrs
in loamy clayey soils, like black cotton soils,
red earth and ordinary gravel as per S.S.20.B.
157.98 CUM 150.00 23697.00
FOOTINGS & BASEMENT
2
Concrete broken stone in C.M.(1:4:8) prop.
using 40mm gauge H.G.metal including curing
cost, conveyance of all minerals and labour
Chargers, seignorage charges etc. complete. 19.16 CUM 160.00 3066.00
FOOTINGS & BASEMENT
3
Vibrated cement concrete in M20. using 20
mm gauge HG metal including curing, cost,
conveyance of all materials and labour
charges seignorage charges complete
Including Centering charges etc complete
FOOTINGS 32.00 CUM 3820.00 122240.00
COLUMNS 8.28 CUM 4195.00 34735.00
PLINTH BEAMS 11.23 CUM 3920.00 44022.00
LINTELS & SUNSHADES 4.31 CUM 4100.00 17671.00
Total 55.81 CUM 218668.00
4
Coarsed rubble stone masonry in C.M.(1:6)
prop including curing, cost, conveyance of all
materials and labour Charges, seignorage
charges etc. complete.
48.58 CUM 2120.00 102990.00
BASEMENT
5 Brick Masonry in CM (1:6) prop using 200 th
CC bricks including c/c of all etc., complete 44.14 CUM 480.00 21187.00
6
Plastering with sponge finishing in two coats
20 mm thick 1 st coat in C.M. (1:5)prop 16mm
thick and 2nd coat in C.M. (1:3)prop of 4 mm
thick including curing, cost, conveyance of all
materials, labour and seignorage Charges
complete.
768.04 SQM 160.00 122886.00
7 REFILLING OF TRENCHES WITH EXCAVATED
EARTH
74.70 CUM 150.00 11205.00
8 SUPPLY AND FILLING OF GRAVEL IN
BASEMENT
629.87 CUM 170.00 107078.00
23
9 FY500 REINFORCEMENT STEEL WITH BAR
BENDING
5100 Kgs 42.50 216750.00
10
VDF FLOORING WITH 75MM PCC(1:3:6) OVER
THAT 125MM 721.32 SQM 160.00 115411.00
RCC IN M20 EXCLUDING COST OF
REINFORCEMENT
Total 939320.00
(SHED NO-2 )STORING FINISHING PRODUCT GRIDING & PACKING BLOCK
(9000 Sqft)
SL NO DESCRIPTION QTY UNIT RATE AMOUNT
A 1
Earth work excavation and depositing on bank
with an initial lead of 10 mtrs and lift of 2 mts in
loamy clayey soils, like black cotton soils, red
Earth and ordinary gravel as per S.S.20.B. 191.00 CUM 150.00 28650.00
FOOTINGS & BASEMENT
2
Concrete broken stone in C.M.(1:4:8) prop.
using 40mm guage H.G.metal including curing
cost,coveyance of all minerals and labour
chargers,seignorage charges etc.complete. 23.60 CUM 160.00 3776.00
FOOTINGS & BASEMENT
3
Vibrated cement concrete in M20. using 20 mm
guage HG metal includingcuring,cost,conveyance
of all materials andlabour charges seignorage
charges complete Including Centering charges etc
complete
FOOTINGS 40.34 CUM 3820.00 154099.00
COLUMNS 9.72 CUM 4195.00 40775.00
PLINTH BEAMS 13.25 CUM 3920.00 51940.00
LINTELS & SUNSHADES 6.27 CUM 4100.00 25707.00
Total 69.57 CUM 272521.00
4
Coarse rubble stone masonry in C.M.(1:6)prop
including curing, cost,conveyance of allmaterials
and labour charges, seignoragecharges
etc.complete. 56.66 CUM 2120.00 120119.00
BASEMENT
5 Brick Masonry in CM (1:6) prop using 200 th
CC bricks including c/c of all etc., complete 54.71 CUM 480.00 26261.00
6
Plastering with sponge finishing in two coats 20
mm thick 1 st coat in C.M. (1:5)prop 16mm thick
and 2nd coat in C.M. (1:3)prop of 4 mm thick
including curing, cost, conveyance of all materials,
labour and seignorage Charges complete.
896.14 SQM 160.00 143382.00
7 REFILLING OF TRENCHES WITH EXCAVATED EARTH 88.41 CUM 150.00 13262.00
24
8 SUPPLY AND FILLING OF GRAVEL IN BASEMENT 707.09 CUM 170.00 120205.00
9
FY500 REINFORCEMENT STEEL WITH BAR
BENDING 6300 KGS 42.50 267750.00
10
VDF FLOORING WITH 75MM PCC(1:3:6) OVER
THAT 125MM
RCC IN M20 EXCLUDING COST OF
REINFORCEMENT
810.77 SQM 160.00 129723.00
Total 1125720.00
(SHED No-3) RCN CLEANING DRAYING CALIBERATION BAGGING WARE
HOUSE BLOCK (13000 Sqft)
SL NO DESCRIPTION QTY UNIT RATE AMOUNT
A 1
Earth work excavation and depositing on bank
with an initial lead of 10 mtrs and lift of 2 mtrs in
loamy clayey soils, like black cotton soils, red
Earth and ordinary gravel as per S.S.20.B.
206.07 CUM 150.00 30911.00
FOOTINGS & BASEMENT
2
Concrete broken stone in C.M.(1:4:8) prop.
using 40mm gauge H.G.metal including curing
cost, conveyance of all minerals and labour
Chargers, seignorage charges etc. complete.
25.56 CUM 160.00 4090.00
FOOTINGS
3
Vibrated cement concrete in M20. using 20 mm
gauge HG metal including curing, cost,
conveyance of all materials and labour charges
seignorage charges complete
Including Centering charges etc complete
FOOTINGS & BASEMENT 42.36 CUM 3820.00 161815.00
COLUMNS C1 11.52 CUM 4195.00 48326.00
PLINTH BEAMS 15.36 CUM 3920.00 60211.00
LINTELS & SUNSHADES 7.83 CUM 4100.00 32103.00
Total 77.08 CUM 302455.00
4
Curing, cost, conveyance of all materials and
labour Charges, seignorage charges etc.
complete. 153.10 CUM 2120.00 324572.00
BASEMENT
5 Brick Masonry in CM (1:6) prop using 200 th
CC bricks including c/c of all etc., complete 64.26 Cum 480.00 30845.00
25
6
Plastering with sponge finishing in two coats 20
mm thick 1 st coat in C.M. (1:5)prop 16mm thick
and 2nd coat in C.M. (1:3)prop of 4 mm thick
including curing, cost, conveyance of all
materials, labour and seignorage
Charges complete.
1045.38 Cum 160.00 167261.00
7
REFILLING OF TRENCHES WITH EXCAVATED
EARTH 106.29 Cum 150.00 15944.00
8 SUPPLY AND FILLING OF GRAVEL IN BASEMENT 1050.28 Cum 170.00 178548.00
9
FY500 REINFORCEMENT STEEL WITH BAR
BENDING 7000 Kgs 42.50 297500.00
10
VDF FLOORING WITH 75MM PCC(1:3:6) OVER
THAT 125MM 1196.36 SQM 160.00 191418.00
RCC IN M20 EXCLUDING COST OF
REINFORCEMENT
Total 1543540.00
(RCC BUILDING No- 4 ) ADMINISTRATIVE,FACTORY OUTLET AND CANTEEN
BLOCK ( 4000Sqft)
SL NO DESCRIPTION QTY UNIT RATE AMOUNT
A
1
Earth work excavation and depositing on bank
with an initial lead of 10 mtrs and lift of 2
mtrs in loamy clayey soils, like black cotton
soils, red earth and ordinary gravel as per
S.S.20.B.
78.99 Cum 150.00 11849.00
FOOTINGS & BASEMENT
2
Concrete broken stone in C.M.(1:4:8) prop.
using 40mm gauge H.G.metal including curing
cost, conveyance of all minerals and labour
Chargers, seignorage charges etc. complete. 9.58 Cum 160.00 1533.00
FOOTINGS & BASEMENT
3
Vibrated cement concrete in M20. using 20
mm gauge HG metal including curing, cost,
conveyance of all materials and labour
charges seignorage charges complete
Including Centering charges etc complete
FOOTINGS 16 CUM 3820.00 61120.00
COLUMNS 4.14 CUM 4195.00 17367.00
PLINTH BEAMS 5.62 CUM 3920.00 22030.00
LINTELS & SUNSHADES 2.16 CUM 4100.00 8856.00
Total 27.92 CUM 109373.00
26
4
Coarsed rubble stone masonry in C.M.(1:6)
prop including curing, cost, conveyance of all
materials and labour Charges, seignorage
charges etc. complete. 24.29 CUM 2120.00 51495.00
BASEMENT
5 Brick Masonry in CM (1:6) prop using 200 th
CC bricks including c/c of all etc., complete 22.07 CUM 480.00 10594.00
6
Plastering with sponge finishing in two coats
20 mm thick 1 st coat in
C.M. (1:5)prop 16mm thick and 2nd coat in
C.M. (1:3)prop of 4 mm thick
including curing, cost, conveyance of all
materials, labour and seignorage
Charges complete.
384.02 SQM 160.00 61443.00
7 REFILLING OF TRENCHES WITH EXCAVATED
EARTH
37.35 CUM
150.00 5603.00
8 SUPPLY AND FILLING OF GRAVEL IN
BASEMENT
314.94 CUM
170.00 53540.00
9 FY500 REINFORCEMENT STEEL WITH BAR
BENDING
2550 Kgs
42.50 108375.00
10
VDF FLOORING WITH 75MM PCC(1:3:6) OVER
THAT 125MM
RCC IN M20 EXCLUDING COST OF
REINFORCEMENT
360.66 SQM 160.00 57706.00
11
RCC Roofing
4” Thickness concrete slab ,1” cement
grading over the slab
(Materials and rod arraigning according to the
approved structural design of the RCC
4000 SQFT 257.00 1028000.00
Total 1499120.00
(RCC BUILDING No- 5)POWER HOUSE, COMPRESURE ROOM & SECURITY
ROOM ( 2000Sqft)
SL NO DESCRIPTION QTY UNIT RATE AMOUNT
A
1
Earth work excavation and depositing on bank
with an initial lead of 10 mtrs and lift of 2 mtrs
in loamy clayey soils, like black cotton soils,
red earth and ordinary gravel as per S.S.20.B.
FOOTINGS & BASEMENT
35.50 CUM 150.00 5325.00
27
2
Concrete broken stone in C.M.(1:4:8) prop.
using 40mm gauge H.G.metal including curing
cost, conveyance of all minerals and labour
Chargers, seignorage charges etc. complete.
FOOTINGS & BASEMENT
4.79 CUM 160.00 766.00
3
Vibrated cement concrete in M20. using 20
mm gauge HG metal including curing, cost,
conveyance of all materials and labour
charges seignorage charges complete
Including Centering charges etc complete
FOOTINGS 8.00 CUM 3820.00 30560.00
COLUMNS 2.07 CUM 4195.00 8684.00
PLINTH BEAMS 2.81 CUM 3920.00 11015.00
LINTELS & SUNSHADES 1.08 CUM 4100.00 4428.00
Total 13.96 CUM 54687.00
4
Coarse rubble stone masonry in C.M.(1:6)
prop including curing, cost, conveyance of all
materials and labour Charges, seignorage
charges etc. complete.
BASEMENT
12.15 CUM 2120.00 25758.00
5 Brick Masonry in CM (1:6) prop using 200 th
CC bricks including c/c of all etc., complete 11.04 CUM 480.00 5299.00
6
Plastering with sponge finishing in two coats
20 mm thick 1st coat in C.M. (1:5)prop 16mm
thick and 2nd coat in C.M. (1:3)prop of 4 mm
thick including curing, cost, conveyance of all
materials, labour and seignorage Charges
complete.
192.01 CUM 170.00 32642.00
7 REFILLING OF TRENCHES WITH EXCAVATED
EARTH
18.68 CUM 160.00 2989.00
8 SUPPLY AND FILLING OF GRAVEL IN
BASEMENT
157.47 CUM 150.00 23621.00
9 FY500 REINFORCEMENT STEEL WITH BAR
BENDING
1275 Kgs
42.50 54188.00
10
VDF FLOORING WITH 75MM PCC(1:3:6) OVER
THAT 125MM 184.33 SQM 170.00 31336.00
RCC IN M20 EXCLUDING COST OF
REINFORCEMENT
11
RCC Roofing 4” Thickness concrete slab ,1”
cement grading over the slab
(Materials and rod arraigning according to the
approved structural design of the RCC
2000 SQFT 232.00 464000.00
Total 700660.00
28
ROADS, PARKING AND PAVEMENTS
SL DESCRIPTION QTY UNIT RATE AMOUNT
1
Earthwork excavation in all types of other soil for
leveling and lowering the ground and removing the
excavated earth to a distance up to 50 mtr and
spreading, leveling, stacking upto a depth of 1.5
mtr depth, etc., complete where necessary
190 Cum 120 22,800.00
2
Earth filling with available approved earth within
the site, in layers of 200mm thick including the cost
of necessary watering, consolidation, compacting
using 10 M.T Road roller Maximum dry density
should not be less than 96% etc, complete.,
215 Cum 95 20,425.00
3
Providing and laying 150 mm thick soiling using
approved soiling boulders to the required grade
and level as per the drawing including the cost
rolling, filling voids with approved murrum,
watering, consolidating, compacting etc, complete
610 Sqm 150 91,500.00
4
Providing and laying 100mm thick water bound
macadam (W.B.M) using 40mm to 63mm metal to
the required grade and level as per the drawing
including the cost of rolling, filling voids with
approved murrum, watering, consolidating,
compacting etc, complete
610 Sqm 190 1,15,900.00
5
Providing and laying 40mm thick premix bitumen
chip carpet as per MOST specifications which as
follows-using metal of approved quality
conforming to table 500-16 of MOST specifications
consisting of 0.54 cum of graded metal per 10 sqm,
(comprising of 0.36 cum metal passing 22.40mm
sleve and retained on 11.20 mm sieve, 0.18 cum
metal passing 13.2 mm sieve and retained on 5.60
mm sieve) premixed with 80/100 grade Bitumen at
29.20 Kgs for every 10 sqm., including clining and
spraying bituminous tack coat ay 2.5 Kg per 10
Sqm. Spreading & rolling by PRR 8-10 tones,
including cost of materials, labour, fuel, kerosene,
brushing materials and higher charges of all
machinery including cost of bitumen using 6/10
TPH minimix plant.
610 Sqm 390 2,37,900.00
29
6
Providing and laying bitumen seal coat 12mm thick
as per MOST specification which as follows-using
/grit consisting of 0.12 cum of the fine aggregate
(passing through 2.36mm sieve and retained 180
micron sieve) per 10 sqm including clining and
brushing the road surface and premixed with
80/100 grade bitumen at 13.6 kg per 10 sqm
spreading & rolling by PRR 8-10 tones, including
cost of materials, labour, fuel, kerosene, brushing
materials and higher charges of all machinery
including cost of bitumen using 6/10 TPH minimix
plant.
610 Sqm. 65 39,650.00
7
Providing and laying 80mm thick inter lock paver
blocks of M40 GRADE of (Basanth baton make)
over a sand bed of 75mm thick laid to the line and
level and compacting the surface etc., complete
30 Sqm. 400 12,000.00
8
Providing and doing kerb precast concert blocks
(Basanth Betons) 100 mm x 400mm deep as per
the drawing including the cost of required
excavation, and filling, lying P.C.C 1:4:8 concrete
100 mm thick etc, complete as per the drawing
142 Rmt 410 58,220.00
9
Providing and painting for Kerb stones with two or
more coats of Emulsion paint over a coat of primer,
including the cost of all lead and lift, etc compete.
142 Rmt. 38 5,396.00
Grand Total 6,03,791.00
MAIN GATE DRAIN SEWERAGE &SUPPLY WATER DISPOSAL
SL Description Qty Unit Rate Amount
1
1.1
Compound wall
Earth work in excavation in all types of other soil for leveling and lowering the ground and removing the excavated earth to a distance up to 50mtr and spreading, leveling, stacking up to a depth of 1.5 mtr depth, etc, complete where necessary.
129.40 CUM 120 15528.00
1.2
Providing and laying of PCC 1:4:8 below foundation, footing and floor with one part of cement, four parts of approved river sand and eight parts of 40mm and down metal by volume including the cost of shuttering, etc complete.,
38.70 CUM 2150 83205.00
1.3
Providing and constructing size stone masonry in c.m. 1:6 below ground level for foundation, trenches, plinths, retaining walls, wit no course less than 200mm and bond stones at every 1.5m etc, complete.
68.30 CUM 2250 153675.00
1.4
Providing and construction block masonry in superstructure using approved blocks in cement mortar 1:6 with solid cement concrete blocks conforming to IS 2185 with a minimum crushing strength of 50Kg/sqcm at all levels and heights complete as per specification
0.00
30
1.5 10.0'X10.0'X10.0' Underground safety tank with 300 Mtrs x .08 Under ground
2 Nos
257960.00
2 5.0' X 10.0'X10.0' Soak pit 2 Nos
Total 510368.00
WATER TANK
SL DESCRIPTION QTY UNIT RATE AMOUNT
1
Water Tank of 2500 lts capacity each on 14’x14’ four
RCC pillar of 15” height 2 Nos 25000.00 50000.00
From Ground label having sufficient load bearing
earth work
top related