agriculture.rajasthan.gov.inagriculture.rajasthan.gov.in/content/dam/agriculture/rajasthan...

48

Upload: others

Post on 09-Jan-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

RAJASTHAN STATE WAREHOUSING CORPORATION(A Government Undertaking)

Head Office : Bhawani Singh Marg : Jaipur 302015

TENDER DOCUMENT

FOR

Name of Work : Repair work, Conversion of Roof sheetsand Water Harvesting work at StateWarehouse, Alwar, Khiarthal and Neem-ka-thana.

Post Qualification Bid (Technical Bid)

Name of Contractor : -----------------------------------

-----------------------------------

-----------------------------------

iksLV DokfyfQds'ku fcM Hkjus ds fy, vko';d funsZ'k

1- iksLV DokfyfQds'ku fcM esa layXu fofHkUu 'ksM~;wy 1 ls 6 esa pkgh x;h lwpuk

lqLi"V HkjsaA buds leFkZu esa nLRkostksa dh izekf.kr izfr;ka e; i`"Vkdau layXu

djsa ftlls fcM vkdyu dk;Z lqxerk gks ldsaA

2- iksLV DokfyfQds'ku fcM esa pkgs x;s izek.k i= layXu djsaA vuko';d izek.k

i= layXu u djsaA

3- iksLV DokfyfQds'ku fcM ds lkFk layXu lHkh nLrkostksa dh ewy izfr fuxe }kjk

ekaxus ij izLrqr djuh gksxhA ewy izfr izLrqr ugh djus@ewy izfr ls iqf"V u

gksus dh n'kk esa layXu nLrkost ekU; ugh gksxk ,oa iksLV DokfyfQds'ku fcM

ukWu jsLiksaflo ekuh tkosxha

4- fufonk [kksyus ds i'pkr~ layXu nLrkostks ds vfrfjDr ckn esa vU; dksbZ

nLrkost Lohdk;Z ugh gksxkA

RAJASTHAN STATE WAREHOUSING CORPORATION

POST QUALIFICATION BID (Technical Bid)

NIT No. : RSWC/Eng./Tender/02/2019-20

Name of work : Repair work, Conversion of Roofsheets and Water Harvesting workat State Warehouse, Alwar,Khiarthal and Neem-ka-Thana

Estimated cost : Rs. 150.20 lacs

Earnest Money : 2% of NIT amount.

Cost of Tender : Rs. 2360.00

Completion Period : 150 days

RAJASTHAN STATE WAREHOUSING CORPORATIONSPECIAL CONDITIONS OF CONTRACTPOST QUALIFICATION OF CONTRACT

Name of work : Repair work, Conversion of Roof sheets andWater Harvesting work at State Warehouse,Alwar, Khiarthal and Neem-ka-thana.

Special conditions of contract for Post Qualification Assessment, as detailedhere under, shall be applicable in addition to all other terms and conditions alreadyprescribed under standard agreement forms/rules and regulations relating tocontracts

Procedures :1. Procedures for Post Qualification would be as follows :

(i) Three envelops system would be adopted. Envelope 1 for Tender Fee,Processing Fee, Earnest Money Deposit, PAN, Valid RegistrationCertificate of Contractor and Work Experience Certificate ofBuilding/Godown. For Post Qualification envelop 2 being theAssessment Bid and envelope 3 being the financial Bid.

(ii) The Post Qualification Bid (Technical bid) envelop would be opened onthe date and time specified in the Notice Inviting Tenders and the bidwould be evaluated by the Authorised Committee according to thecriteria for Post Qualification laid down hereunder.

(iii) The financial bid envelop would be opened of only those bidders whofulfill the Post Qualification criteria.

Criteria :2. Criteria for Post Qualification would be as follows :-

(i) The bidder should have executed at least 33.33% of the followingquantities of work in any one of the last five financial years. Howeverthe bidder may opt the current year in the above said five yearassessment period.

S.No.

Item Quantity as per'G' Schedule

1. Installation of Color coated G.I. Steelsheet Roofing/A.C. sheet

19065.00 Sqm

(ii) The bidder should have completed at least one work of similar natureof Building work including steel work in last five years (includingcurrent year, if opted by the bidder of the value updated to presentprice level) not less than 33.33% of the cost of work (Bid cost).

(iii) The bidder should have achieved a financial turnover of at least 60%of the cost of work (bid cost) in any one of the last five financial years.However the bidder may opt the current year in the five yearassessment period.

(iv) The Bidder should be able to deploy the machinery and equipment asspecified in the schedule-III for the execution of this work. Themachinery and equipment should be available to the bidder onownership or confirm lease basis for which appropriate proof on Non-Judicial stamp paper will have to be submitted.

(v) BID CAPACITY :Bidders who meet the minimum qualification criteria will be qualifiedonly if their acceptable bid capacity is more than the cost of the work(Bid cost). The available Bid capacity will be calculated as whereunder :- Bid capacity (AXNX 3-B)A= Maximum value of civil engineering works executed in any one

year during the last five years (updated to present price level)taking into account the completed as well as works in progress.However the bidder may opt the current year in the five yearsassessment period.

N= Number of years prescribed for completion of the works forwhich bids are invited.

B= Value at present price level of existing commitments and ongoing works (at hand) to be executed during 'N' (the periodprescribed for completion of the works for which the bids areinvited)

(vi) Litigation History :Bidder should provide accurate information of any litigation orarbitration resulting from contracts completed or under execution byhim over the last five years. The max. value (updated at the presentprice level) of disputed amount claimed in litigation/arbitrationresulting from contracts executed in last five years shall be deductedfrom the calculated Bid capacity of the bidder. The details of thoseshall be furnished in Schedule-VI.

Note :(i) The statement showing the value of existing commitments andongoing works as well as the stipulated period of completion(remaining) for each of the works listed should be counter signed bythe Engineer-in-charge, not below the rank if Executive Engineer.

(ii) The present price level for turn over and cost of completed work anddisputed amount of similar nature in the previous years, value shallbe given weight age of 10% per year

(a) For last year 1.00 -(b) For one year before - 1.10(c) For two year before - 1.21(d) For three year before - 1.33(e) For four year before - 1.46

For current year, the price level shall be 1.00Documentation :3. The bidder should furnish the following documents along with the

assessment Bid :(a) Information regarding financial resources and capability, in Schedule-

I.(b) Information regarding quantities of works executed in any one of the

last five financial years in Schedule-II(c) Certificates from the concerned Engineers-in-charge in support and

verification of the information furnished in Schedule-II.(d) Information regarding machinery and equipment required for

deployment, as detailed in Schedule III.(e) Information regarding details of Maximum value of at least one civil

engineering work executed in the last five years taking into accountthe completed in Schedule-IV.

(f) Information regarding existing commitments & on going works to becompleted in Schedule-V.

(g) Information regarding details of litigation or arbitration contracts tobe furnished in Schedule-VI.

Important :4. (a) The bidder must ensure that all the information required in the

documents is furnished by him complete in all respects. He wouldnot be allowed to withdraw any document, or to rectify anyinformation furnished therein, after submitting the bid.

(b) In place of immediate availability of the certificates as mentioned para3. The bidder should give as affidavit that the "Information furnishedin Schedule I,II,III,IV,V & VI is correct". If any information is found tobe incorrect the offer of the bidder shall be rejected and action.

(c) All the provisional of RTTP Act, 2012 and RTTP Rules, 2013 shall beapplicable.

Rejection of bids:5. The department reserves the right to reject any bid or to disqualify and or all

the bidders, without assigning any reasons.6. If a bid is not accompanied with the requisite documents as mentioned in

Para 3 (a) to 3 (g) or is not in accordance with procedure specified in para 1,it would be liable for rejection.

Signature of Bidder Executive Engineer(With Seal) R.S.W.C., Jaipur

RAJASTHAN STATE WAREHOUSING CORPORATIONPost Qualification of Contractor

ABSTRACT DETAILS1. Name of the work : Repair work, Conversion of Roof sheets

and Water Harvesting work at StateWarehouse, Alwar, Khiarthal and Neem-ka-thana.

2. Name of the Contractor & Mobile No. : _____________________________________

3. Enlistment Category (with Department) : _____________________________________

4. GST No. : _____________________________________

5. Income TAX Permanent Account No. : _____________________________________

6. P.F. Registration No. : _____________________________________

CRITERIA :

7. Maximum Quantity of work executed in any one of the last five financial years :

(a) Installation of Color coated G.I. Steelsheet Roofing/A.C. sheet : _____________________________________

8. Maximum value of single work of similar nature completed in last five years (asper Schedule-IV)

Type of work Completion Cost

Building work including Steel work _____________________________________

9. Maximum financial turn over in any one of the last five years (as per Schedule-I)

_________________________________________________________________________________

10. Availability of Machinery & Equipment (as per Schedule-III)

Item No. ofOwned

No. Leased Total

(a) Electrical Drill machines(b) Electrical Steel cutting machines(c) Electrical Arc Welding machines(d) Gas welding equipment(e) Plate Vibrator(f) Needle Vibrator(g) Generator 40 KVA (Three phase)(h) Water Pump (5 HP)(i) Concrete Mixture Machine(j) J.C.B. Machine(m) Water Tanker 5000 litre.

I/We hereby undertake to deploy the machinery and equipment, listed, above as and whenrequired in the execution of this work.

11. Litigation/Arbitration (as per Schedule-VI) maximum value at present price levelof disputed amount claimed in litigation/Arbitration resulting from contractsexecuted last five years in

_________________________ _________________________ _________________________

12. Bid Capacity = (AXNX3) – B

Wherea A- Max. value of works executed in any one of the last five years updated to the

current price level (as per Schedule-I)

_________________________ _________________________ _________________________

b N – Number of years prescribed forcompletion of the work for which thebids are invited.

_________________________ _________________________ _________________________

c B - Value at present price level of existing Commitments and ongoing works tobe executed during period 'N' (period prescribed for completion of the works forwhich the bids are invited) (as per Schedule-V)

_________________________ _________________________ _________________________

13 Acceptable Bid Capacity =Bid Capacity calculated as per (11) aboveMaximum value of disputed item as per (10) above

_________________________ _________________________ _________________________

Signature of BidderWith Seal & Address

Schedule — IFINANCIAL RESOURCES AND CAPABILITY

[REFERENCE PARA 3 (a)]

1. Name of Bidder

2. Total financial turnover achieved by the bidder in the same name andstyle in the last five financial years.

Year Turnover(i)(ii)(iii)(iv)(v)Note : Balance Sheets and Profit & Loss Accounts for the last fiveFinancial Years should be enclosed.

3. Total financial turnover projected in the current financial year.

4. Has the bidder ever been debarred from tendering for CentralGovernment/and any State Government/any Governmentundertaking?

Yes/No. If yes give details

5. Has the bidder ever been declared insolvent?

Yes/No. If yes give details

6. Name/(s) and Branch/(s) of bidder's Bankers.

I/We hereby certify that the above information is corrected to the best ofmy/our knowledge and belief.Date :

Signature of Bidder(With seal)

Schedule — II[REFERENCE PARA 3 (b)]

DETAILS OF QUANTITIES OF WORKS EXECUTED IN ANY ONE OF THE LAST FIVEFINANCIAL YEARS

S.No.

Name ofwork (withclientagreementNo. & date)

Client/Department

Place(District/

State)

Financial Year

Principal Items ofworks

Installation ofColor coated G.I.Steel/A.C. sheetRoofing

1 2 3 4 5 6

Signature of Bidder(With seal)

Note: Certificate from concerned Engineer-in-charge should be enclosedin support and verification of the above statement.

Schedule — III[REFERENCE PARA 3 (d)]

Details of minimum machinery and equipment to be deployed by the contractor in theexecution of the tendered work

Item Minimum Nos.Req.

Source of AvailabilityOwned/leased

(a) Electrical Drill machines 2

(b) Electrical Steel cutting machines 2

(c) Electrical Arc Welding machines 2

(d) Gas welding equipment 1

(e) Plate Vibrator 3

(f) Needle Vibrator 3

(g) Generator 65 KVA (Three phase) 1

(h) Water Pump (5 HP) 1

(i) Concrete Mixture Machine 3

(j) J.C.B. Machine 1

(m) Water Tanker 5000 litre. 3

I/We hereby undertake to deploy the machinery and equipment, listed aboveas and when required in the execution of this work.

Date :

Signature of Bidder(With seal)

Schedule — IV[REFERENCE PARA 3 (e)]

Details of Maximum Value of at least one single work of similar nature completed inlast five years taking in to account the completed as well as works in progress

S.No.

Name ofwork(with

agreementNo. &date)

Client/Department

Place(District/

State)

FinancialYear

Costof

workasper

workorder

Stipulateddate of

commence-ment

Stipulateddate of

completion

Valueof

workdone

duringtheyear

1 2 3 4 5 6 7 8 9

Signature of Bidder(With seal)

Note: Certificate from concerned Engineer-in-charge should be enclosedin support and verification of the above statement.

Schedule — V[REFERENCE PARA 3 (f)]

Details of Existing Commitments & On-going works to be CompletedS.No.

Name ofwork (withagreement

No. &date)

Client/Department

Costof

workasper

workorder

Stipulated dateof

commencement

Stipulateddate of

Completion

Valueof

Balancework

on dateof

tender

Likely dateof

completionof balance

work

1 2 3 4 5 6 7 8

Signature of Bidder(With seal)

Note: Certificate from concerned Engineer-in-charge should be enclosedin support and verification of the above statement.

Schedule — VI[REFERENCE PARA 3 (g)]

Details of Litigation of Arbitration ContractsS.No.

Name ofwork (withagreement

No. &date)

Client/Department

Workorder

Amount

DisputedAmount

Claimed inLitigation/Arbitration

Date ofRaising

DisputedAmount

ActualAward

Amount,if thecase

decided

Cause ofLitigation& matter

indispute

1 2 3 4 5 6 7 8

Signature of Bidder(With seal)

Note: Certificate from concerned Engineer-in-charge should be enclosedin support and verification of the above statement.

RAJASTHAN STATE WAREHOUSING CORPORATION(A Government Undertaking)

Head Office : Bhawani Singh Marg : Jaipur 302015

TENDER DOCUMENT

FOR

Name of Work : Repair work, Conversion of Roof sheetsand Water Harvesting work at StateWarehouse, Alwar, Khiarthal and Neem-ka-thana.

Financial Bid

NIT AMOUNT : Rs. 150.20 lacs

Earnest Money : 2% of NIT amount

SECTION-1

Memorandum of work

RAJASTHAN STATE WAREHOUSING CORPORATION

MEMORANDUM OF WORKSName of work : Repair work, Conversion of Roof

sheets and Water Harvesting work atState Warehouse, Alwar, Khiarthaland Neem-ka-thana.

NIT No. : RSWC/Eng./Tender/02/2019-2020Estimated cost : Rs. 150.20 lacsEarnest Money : 2% of NIT amount (Rs. 300400.00)Cost of Tender : Rs. 2360.00Completion Period : 150 daysSCHEDULE "A" Information useful for the contractor :

The tenderer should see the site and fully understand theconditions of the site before tendering. The works shall becarried out in accordance with site before tendering. The workshall be carried out in accordance with section 2, 3 and 4 ofthis document and Rajasthan PWD detailed specification andto the entire satisfaction of the Engineer in charge of the work.

SCHEDULE "B" List of the detailed drawing to be supplied by the RSWC. Allrelevant typed drawings are appended herewith. The detailedestimates may be seen in the concerned office.

SCHEDULE "C" The contractor shall have to arrange at his own cost the fullsize details, templates etc., as may be required by theEngineer-in-Charge from time to time.

SCHEDULE "D" The test of material and the workmanship shall be conductedby RSWC as and when necessary. The result of which shouldconform to the standards laid down in the Indian standardsand/or the standards laid down in the detailed specification ofthe PWD. Proper quality control is required to be maintainedby the contractor at his own cost.

SCHEDULE "E" The samples of the materials to be used by the contractor shallbe deposited 15 days in advance if required by the Engineer inCharge and be got approved from him before use.

SCHEDULE "F" Time for completion as mentioned in NIT shall start after 10days of issue of letter of acceptance or date of agreementwhichever is earlier.

SCHEDULE "G" Bill of quantities is enclosed. The rates taken in the scheduleare as per B.S.R. 2018(Jaipur Circle) Building.Wherever notmentioned no additional payment of lead and lift are allowed.

SCHEDULE "H" Non BSR items, if required to be executed are given inSchedule "H".

SECTION-2

Notice of Inviting Tenders

RAJASTHAN STATE WAREHOUSING CORPORATION

NOTICE INVITING TENDER FOR WORKS

1. Tenders are hereby invited on behalf of the Managing Director, R.S.W.C. forthe works as per attached 'G' and 'H' schedule.

2. Contract documents consisting of the detailed plan, complete specifications,schedule of quantities of various classes of work to be done and the set ofconditions of contract to be complied with by the persons whose tender maybe accepted which will also be found printed in the form of tenders can beseen in the office of the Executive Engineer, R.S.W.C, on any day during officehours except Saturday, Sunday and Public holiday.

3. Tenders which must be submitted through e-tendering on-line system as perthe procedure mentioned in potential assessment/post qualificationassessment bid (technical bid on line upto the date and time given in the NITand will opened by the authorised commettee in his office on due date andtime given in NIT) in the presence of such contractors or his authorisedrepresentatives as may be present.

4. Tenders must be submitted on the prescribed form, which can be obtained online on payment of specified sum as mentioned in NIT. Before submittingtenders it should be ensured that the Tenderer signs all the tender papersincluding conditions of contract.

5. The work is to be completely finished to the satisfaction of Engineer in Chargewithin the prescribed period as stipulated from the date of commencement asmentioned in work order.

6. The security Deposit @ 10% of the gross amount of the bill shall be deductedfrom each bill and shall be refunded as per rules on completion of thecontract as per terms and conditions. The earnest money deposited shallhowever be adjusted while deducting security deposit from first running bill ofthe contractor. There will be no maximum limit of security deposit.

7. The acceptance of a tender shall vest with the competent authority as perschedule of powers in force at the time of sanction who does not bind himselfto accept the lowest tender and reserves to himself the authority to reject anyor all of the tenders received without assigning any reason.

8. No refund of tender fee and processing fee is claimable for tenders notaccepted or forms returned or for tenders not submitted.

9. The tenders for work shall remain open for acceptance for a period of 90 daysfrom the date of opening of tenders. If any tenderer withdraw his tender beforethe expiry of the said period or makes modifications in the terms andconditions of the tender within the said period which are not acceptable to theRSWC or fails to commence the work in the specified period the R.S.W.C.shall without prejudice to any other right or remedy be at liberty to forfeit theentire amount of earnest money absolutely.

10. All tenders in which any of the prescribed conditions are not fulfilled or whichhave been vitiated by arrears in calculations totaling or other discrepancies orwhich contain overwriting in figures of words or corrections not initialed anddated will be for rejection.

11. Validity of earnest money shall be 90 days from the date of opening of tender.

12. Tenders determined to be substantially responsive will checked by theEmployer/Tender opening authority for any arithmetic errors in computationand summation. Errors will be corrected as follows :-a) Where there is a discrepancy between rates in figures and in words, the

lower of two rates shall be taken as valid and correct rate.b) Where there is a discrepancy between the unit rate and the total

amount derived from the multiplication of the unit rate and thequantity, the unit rate as quoted will governs and

c) When no rate is given and the total amount for the item is given, theunit rate shall be derived by division of amount by the quantity.

NOTE : The amount stated in the form of tender will be adjusted by theEmployer/Tender opening authority in accordance with the aboveprocedure for the correction of errors and this shall be considered asbinding upto the tenderers. If the tenderer does not accept thecorrected amount of tender, his tender shall be rejected and thesecurity amount shall be forfeited.

13- (a) The tenderer shall fill in rates and prices for all items of worksdescribed in the bill of quantities (in case item rates demanded). Itemsagainst which no rate or price is entered by the tenderer shall not bepaid by the RSWC, Head Office, Jaipur when executed and shall bedeemed to be covered by the other rates and prices in the bill ofquantities.

(b) If the tenderer does not quote any rate for any part of the "G" Schedule,it will be considered as on BSR.

14- Payment Terms :(a) No advance payment shall be made.(b) Payment shall be made on the basis of the 4(four) running bills and one

final bill subject to a minimum of 20% of the contract value.15. All the provisions of RTTP Act, 2012 and RTTP Rules, 2013 shall be

applicable.

(Signature of Contractor)Seal:

Executive EngineerR.S.W.C.Jaipur

SECTION-3

Special Conditions of Contract

RAJASTHAN STATE WAREHOUSING CORPORATIONSPECIAL CONDITIONS OF CONTRACT

1. Time is an essence of the work contract.2. The Contractor will be governed by applicable Labour Laws.3. All contracts with Government shall require registration of workers under the

Building & other construction workers (Regulation of Employment & conditionof Service) Act,1996 and extension of benefits to such workers under the Act.The labour engaged by the contractor for carrying out the work shall be at hisown risk and cost. He is bound to protect the interest of labour rights as perlaws and rules prevailing and enforce. Contractor shall be fully responsible forprovident Funds, Insurance etc. for workers engaged by him on the work.

4. The contractor shall have to bear all types of taxes (if applicable) and as maybe applicable from time to time. In other words cost of work to be tendered isinclusive of all taxes, if applicable and other taxes as applicable from time totime. Corporation will not make any extra payment for all these taxes and anynew taxes. Corporation will deduct Royalty, Income-Tax (TDS), Welfare Cessetc. Contractor will be liable to pay GST taxes/octroi directly to concerneddepartment/local bodies.

5. Roller and other machinery shall have to be arranged by the Contractorhimself, however the Corporation may assist in its procurement on request.

6. No store article shall be supplied by the Corporation and the Contractor shallhave to arrange at his own expenses & as per ISI standard.

7. All disputes shall be subject to the jurisdiction of the Civil Courts of Jaipurcity only.

8. The rates quoted by the tenderer will remain in force for 90 days from the dateof opening the tender.

9. If there is any typographical error or otherwise, in the Schedule ‘G’, the ratesas given in the Raj. P.W.D. B.S.R. on which Schedule ‘G’ has been prepared,shall prevail.

10. By Submission of this tender, the Contractor agrees to abide with all theprinted conditions provided in the P.W.D. manual form No. 107 andsubsequent modifications.

11. No conditions are to be added by the contractor and conditional tender isliable to be rejected SUO MOTO.

12. (a) The Security deposit @ 10% of the gross amount of the bills shall bededucted from each bill and the Earnest Money deposited shall be adjustedwhile deducting Security Deposit from first Running bill of the contractorSecurity Deposit shall be refunded as per rules on completion of the contract.(b) The amount of Security Deposit deducted shall not be converted into anymode of securities like bank guarantee, FDR etc. during the execution of thework.(c) However, a contractor may elect to deposit full amount of 10% securitydeposit in the shape of bank guarantee or any acceptable form of securitybefore or at the time of executing agreement or after completion of the work.In that case earnest money may be refunded only after deposition of full 10%as above. However, in case during execution cost of works exceeds as shownat the time of depositing 10% as above, balance security deposit shall bededucted from the Running Account Bills"

13. The Contractor will present himself in this office within a period of 7 days tosign the agreement deed positively from the date of issue of work order.

14. The Contractor should sign in full on each page of the tender documents.15. The Earnest Money deposited by the rest tenderers will be refunded only after

issue of the work order and execution of Agreement.16. (a) The payment of the Contractor shall be made in four Running bills. The

payment of the first Running bill shall be made only after the completion ofwork at least 1/5 of the work order amount. Thus, the payment of the Second,Third and Fourth Running bills will be made only after completion of at least1/5 additional work of the total work assigned, as the time of preparing eachbill and the fifth bill will be treated as Final Bill.(b) To ensure good progress during the execution of work, the Contractor.shall be bound, in all cases in which the time allowed for any work exceedsone month (save for special jobs), to complete 20% of the whole of the workbefore 25% of the whole time allowed under the contract has elapsed, 40% ofthe work before 45% of such time has elapsed and 60% of the work before65% of such time has elapsed and 80% of the work before 85% of such timehas elapsed and full work completed by scheduled date of completion. If thecontractor fails to complete the work in accordance with this time schedule interms of cost in money, and the delay in execution of work is attributable tothe contractor, the contractor shall be liable to pay compensation to theCorporation at every time span as below:-

A. Time Span of full 25% 45% 65% 85% 100%Stipulated period (____days) (____days) (____days) (____days) (____days)

B. Work to be completed 20% 40% 60% 80% 100%in terms of money (Rs._______) (Rs._______) (Rs._______) (Rs._______) (Rs._______)

C. Compensation payableby the contractorfor delay attributableto the contractor atthe stage:

2% of 4% of 6% of 8% of 10%ofScheduled Scheduled Scheduled Scheduled Scheduledwork work work work workremained remained remained remained remainedunexecuted unexecuted unexecuted unexecuted unexecutedon the last on the last on the last on the last on the lastday of(25%)

day of(45%)

day of(65%)

day of(85%) day of

time span. time span. time span. time span. contractedfull period.

17. The A.C. Sheets shall be used conforming to IS: 459-1970 (with upto dateamendments) by specifications as per ‘G’ Schedule IS marked.

18. The Steel Tubular Pipe Roofing Structure shall be supplied conforming thespecifications as per ‘G’ Schedule and drawing attached.

19. The tubes of tubular trusses must be physically tested and confirm to IS:1161 duly manufacture with hot finished weld process recording minimumyield stress 21.5 Kg./mm. (Two sample copies of physical test certificate)should accompany.

20. The thickness of tubes used should not be less than 10 gauge (3.25 mm) orconforming to IS:1161-1979/ 1239-1979 and its latest amendments.

21. The name of brand of the tubes used in the manufacture in structure shouldbe stated clearly.

22. The size and gauge of tubes used for various members should be as perdrawing and approximate weight of the entire roofing structure should bementioned.

23. One sharp coat of zink chromate/red oxide paint must be painted onstructure.

24. The inspection of the material i.e. gal. sheet/color coated sheets will beconducted by the Committee or any other authorised representatives ofCorporation at your works before fixing the material. After inspection of thematerial, the same will be got verified in presence of the concerned WarehouseManager and Junior Engineer at the site of work. Testing charges for thesheet, if any, shall be borne by the agency.

25. The Tubular trusses will be accepted on the basis of standard weight workedout in the ‘G’ Schedule according to IS Code and allowing + 5% variations. Ifthe actual weight of supplies is within the higher limit of 5%, the payment willbe arranged as per the weight mentioned in ‘G’ Schedule and if the actualweight is below with the limit of 5%, the payment will be arranged as peractual weight. If the variation in weight is more than 5% on lower side, thegoods are liable to be rejected.

26. Rates quoted by the tenderer in the tender will be his final rates. Anyrepresentation with regard to any kind of change in the rates will not beentertained. If any such effect is made by the tenderer, then his EarnestMoney shall be forfeited by the Corporation and his tender will be rejectedSUO MOTO.

27. Payment of material supplied by the contractor shall be made only afterfixing/using of the same excluding in case of gal. sheet roofing.

28. If any additional condition quoted by the tenderer other than the conditionsstipulated by the Corporation, then 1% additional Earnest Money shall haveto be deposited by the tenderer while submitting the tender for each conditionfailing which no such condition by the tenderer will be accepted and histender will be rejected SUO MOTO. However, the Corporation reserves right toaccept or reject the additional condition/conditions given by the tenderer.

29. The Corporation reserves the right to accept/reject any tender withoutassigning any reason thereof.

30. In case of two or more tenderers quote equal rate for the tender the Ist lowestshall be determined by lottery system in the Chamber of Managing Director,R.S.W.C.. The equal rate tenderers may attend such determination.

31. The work shall be awarded to tenderer who shall quote lowest rate for theschedules 'G'&'H'. Meaning lowest rate shall be counted to totaling up both 'G'& 'H' Schedules.

32. If on check, there are some discrepancies, the following procedure shall befollowed :(i) When the rate quoted by the contractor in figures and in words tallies,

but the amount is not worked out correctly, the rate quoted by thecontractor shall be taken as correct and not the amount worked out.

(ii) While quoting rates, if rate/rates against any item or items are found tobe omitted, the rate given in the Schedule 'G' by the department forsuch items will be taken into account while preparing comparativestatement and contractor shall be bound to execute such item on 'G'schedule rates.

(iii) In case where percentage is given but the above or below not scored thetender will be non responsive.

33. The contractor should quote his rate only in one language i.e. either in Hindior English. Rates should be quoted in figures as well as in words. In case acontractor has quoted rates in both the languages, and the rates so quoteddiffer, then the lower of the two shall be treated as the rate quoted by theContractor.

34. If any contractor who having submitted a tender does not execute theagreement or start the work or does not complete the work and the work hasto be put to retendering, he shall stand debarred from participating in suchretendering in addition to forfeiture of Earnest Money/Security Deposit andother action may be taken.

35. Final payment of M-30 control C.C. item will be made after getting core cuttertest result. Testing charges will be borne by agency.

36. The price variation/escalation shall not be payable.37. Order of precedence of documents :

(a) Special condition of contract shall supersede/prevail over Generalconditions of contract.

(b) General conditions of contract shall supersede/prevail over PWF&ARissued by Government of Rajasthan.

(c) RTPP Rules/Act and PWF&AR shall be referred only is case where specialconditions of contract and general conditions of contract are silent.

SIGNATURE OF THE CONTRACTOR EXECUTIVE ENGINEER.R.S.W.C. JAIPUR.

SECTION-4

Special Conditions of Self Supported GalvalumeSteel sheet Roofing

RAJASTHAN STATE WAREHOUSING CORPORATIONSPECIAL CONDITIONS FOR SUPPLY AND INSTALLATION OF SELF SUPPORTED

ARCH SHAPED GALVALUME STEEL SHEET ROOFING

Specification for Arch Shaped Self Supported Galvalume Steel sheet Roofing.

1. The roofing system should be designed to withstand the wind load (As per IS875 Part-3). The design should also comply with any other relevant ISCodes.

2. The steel sheet shall be 3’-0” (914MM) width (tolerance +/- 2 mm) whichshall be curved and moulded at site using mechanical press and dies to thedesired curves and shape to form 2’-0” (605 MM) wide interlocking panels.These panels shall be erected in position and their seams shall beinterlocked and pressed to close the seam forming a water tight joint. Minorcolour chipping/scratching should be rectified by applying Epoxy lacquer.Necessary arrangement including the supply for the installation of fastenersat the end will be there in the scope of work.

3. The installation of steel sheet should be done by mechanized methods. Theagency has to mobilize required number of hydra for transportation of steelsheets and cranes for the erection of seamed steel sheets.

4. Adequate precaution shall be taken by the agency during theinstallation process for the safety of their workers. Safety belts,helmets and other safety equipments for the execution of job must be used,wherever required. Works in height panel installation process shall not becarried out in case of wind velocity at site location is above 22 K.M. per hour.

5. The design and drawing for the roof must be submitted to the RajasthanState Warehousing Corporation for approval before the installation of thesteel sheets at site. The agency shall make provisions for hangers andclamps etc. for providing light fixtures in the roof, wherever required.

6. Material : The material of Galvalume steel sheets shall have the followingspecifications:

Alloy Coated High Tensile steel(Steel Grade D) imported Galvalume steelsheets of Thyseen Krupps(Germany), Dongbu Steel Co. Limited (Korea), CorusSteel (U.K.) make with coating 55% Aluminium, 43.5 Zinc and 1.5% Silicon.The manufacturer shall be follow international standard for Galvalume Steelsheet Roofing.

TENSILE STRENGTHYield strength 350 MPa. with details as recommended in ASTM 792M.

COATINGCoating Mass of AZ-150 (150 gms/sqm on both sides) of the shade to bedecided by RSWC.

7. ORGANIC PAINT COATING SYSTEM: Regular polymer Coat: 20 micron ontop coat over 5 micron of primer on bottom, coat of 7 micron of grey colourover 5 micronn of primer.

Colour Code : For blue would be RAL 5012 and for white RAL 9002 and

relevant codes for other colours.

The colour patten and code would be got approved from RSWC before supplyat site.

8. THICKNESS:i) Basic material thickness (BMT)=1.00 mm (tolerance as ±0.02mm) for

21.80 mtr. C/C span.

ii)Total Coated thickness (TCT) = 1.075 mm (tolerance as ±0.02mm) for21.80 mtr. C/C span.

9. TESTING OF MATERIALThe steel sheets shall be tested before use to check the Basic MetalThickness, Coating Mass and Tensile Strength, as per norms given below

(a) Upto 10 coils - Two sample

(b) 10 to 20 coils - Four samples

(c) 20 to 40 coils - Six samples

(d) 40 to 60 coils - Eight samples and so on

Test charges if any, shall be borne by the agency. The payment of roof steelsheeting shall be done only after receipt of test report from the Lab. In casethe results are found to be conforming to the laid down specifications onlythen the payment shall be made. Warehouse Manager entered in centre indead stock Register after supply of material and collect sample of suppliedmaterial in presence of committee. Sealed the sample handover committeemember. If test report has been failed the supplied material remove withinseven days at his own cost and same material shall be supply within sevendays positively.

10 STANDARDS:The agency shall be ISO certified and shall follow InternationalStandard for Galvalume steel sheet roofing.

11. FIXTURESThe fixtures like fasteners, turbo ventilators and translucent steel sheetsshall be designed to suit the requirements of RSWC Technicalspecifications of turbo ventilators:

Model StandardCentral dia. of vanes 28 Inch (710 mm.)

Neck/Throat Diameter 21 Inch (530 mm.)

No. of vanes (Blades) 36 Inch vanes

Height 19 Inch (480 mm.)

Capacity at 25 ft. height 1850 CFM

Base ring Stainless Steel

To cover Stainless Steel

Top plate MOC (material ofconstruction)

Aluminium 1mm. thicknessAlloy 8011 H2

Model StandardVanes MOC Aluminium 0.635mm. thickness

Bottom ring Aluminium 1.27mm. thickness

Rotation Pivot bush support without bearing

Pointer MOC 10mm. dia EN-8 with Electroplating

Center shaft Derline black (hardest PTE grade)

Inner Arms M.S. 20mm. with Electroplating

Outer Arms M.S. 20mm. with Electroplating

Centre pipe M.S. 20mm. with Electroplating

Nett weight 5.8 Kgs. (Approx.)

Packing As per requirement

PRP Ventury Dome (Fiber reinforcedplastic)

Chopped strand Mat reinforced withPolyester Resin (1.5mm. thickness)

Miscellaneous items like nut, bolt,washer etc.

M.S. with Electroplating or Zinc plating orGalvanised.

12. SYNCHRONISATION:

The agency to whom the contract of fixing of Galvalume steel sheet isawarded and the civil contractor shall remain in touch with each other forproper liaisoning during the various stages of the work. As and when theCivil Contractor reaches door level tie beam stage, he shall inform thecontractor of steel sheeting work to ensure that the material and machineryfor fabrication of steel sheeting work reaches the site in time as the workfrom door level tie beam to 2nd tie beam take 8-10 days.

13 SCOPE OF WORK:The scope of work shall include:

i) Supply, fabrication and installation of self supported Arch shapedGalvalume roofing as per specifications mentioned above.

ii) On site warranty for 10 years after completion of work, which shallinclude free replacement and repair of each and every part within 72hours of reporting by the concerned authority/Engineer-in-charge.

iii) If defects are not rectified within 72 hours, any damaged will berecover from the contractor.

iii) The coils should bear embossing/stamping with thickness and make ofcompany.

iv) During maintenance for a period of 3 years after completionwhich shall include:a. Checking and fixing of the fasteners to ensure that these are

in order.b. To check the seaming in between the steel sheets.c. To repair the cracks wherever required.d. Coats of epoxy wherever required

14. TIME LIMIT:3 0 d a y s will be allowed for roof steel sheeting from the date ofcommunication from the Site incharge that top beam has beencompleted and site is ready for roof steel sheeting.

15. CERTIFICATIONS:(i) The lowest agency shall submit a quality assurance certificate for 10

years from the date of manufacture from the original manufacture.Payment shall only be released after submission of above certificate.

(ii) The lowest agency shall give a self certification in the technical bidthat the Galvalume coils to be used by them are suitable for “ SelfSupported Roofing”.

(iii) The contractor shall gave minimum 3 year guarantee for the steelsheets against deterioration, disintergration, loss of luster, variation incolour etc. leakage ascross laps, fasteners etc.

16. RATES:The rates shall be inclusive of fasteners, turbo ventilators,Translucent steel sheets, fabrication and installation, complete in allrespect. Turbo ventilators will be fixed at thirty feet centre/centre. The ratesshall be given in per sqm basis and the payment shall be released as peractual dimensions of laid roof. No payment will be paid for overlapping,wastage, other cutting etc.

17. SECURITY:The Security Deposit @ 10% of the gross amount of the running bill shall bededucted from each running bill and shall refunded as per rules on completionof the contract as per terms and conditions. The earnest money deposit shallhowever be adjusted while deducting security deposit from first running bill ofthe contractor will be no maximum line of security deposit.

18. PAYMENT:Payment to the agency shall be released 50% after received of material ingood condition at site and after receiving all the test reports of galvalumesteel sheet roll and other accessories as per specification.

The 50% payment will be made after jointing, installation, and erection ofmaterial at site and complete the work in good condition as per site Engineer-in-charge.

SPECIAL CONDITIONS OF CONTRACT REGARDING DEFECT LIABILITYPERIOD FOR ROADS, BUILDINGS, BRIDGES & C.D. WORKS COSTINGMORE THAN RS. 10.00 LACS

The Defect Liability Period (DLP) for :(a) New Road/Building/Bridge/CD works, Road Widening, Strengthening, up-

gradation.(b) Renewal and Special repairs of road and(c) Special repair to Building/Bridge/CD works.Costing more than 10.00 lacs, shall be Three Years, Special Conditions in theContract Agreement to this effect shall be as per the Annexure "1".

Annexure-"1"2. BUILDING WORKS

Civil Works :-Defect liability period for Civil works shall be 3 years reckoned from date of actualcompletion of the Building works, Generally, following defects are covered for 3years D.L.P.2.1 Surface cracks on R.C.C. works.2.2 Cracks in masonry, walls, pillars etc.2.3 Dampness appeared on surface of wall, ceiling, floors etc.2.4 De-laminations and unevenness of surface.2.5 Leakage, cracks in drainage system, dampness in sunk portions.2.6 Defects in paint work, distempering, white-wash etc. for example,

unevenness in shade, pealing out, flakes on the surface etc.2.7 Cracks, settlement, unevenness, opening of joints in floorings.2.8 Doors, Windows and Ventilators opening and closing are not smooth.

Fittings & Fixtures are not functioning smoothly.2.9 Steel fabrication works not grinded properly and finished.2.10 Leakage/chocking in pipelines, taps, valves, showers, wash basin, etc.

Sanitary-ware fittings not functioning smoothing.2.11 External Services from storm water, sewerage, rain water harvesting

system, not functioning properly.In addition to the above, any defects identified by the user and/orEngineer-in-charge shall be rectified by the contracting agency withinnotified period assigned by the Engineer-in-charge.

Electrical Works :The defect liability under DLP for 3 years shall be from the date of its completionof the work reckoned by the Engineer-in-charge.

2.12 The defects shall be in case non-functioning of the following items :

Internal and External wiring, panels, cables, LT installation fromdistribution board to end use points, MCBs. DBs. ELCBs, earthing,Switches, sockets, distribution panels, panel, switchgears, panelinstruments, panel MCBs, bus bars, cable trenching, lugs, connecting wireand any other items specified under the contract.

2.13 Repair and Replacement : The items covered under defect liability periodshall be replaced and/or repaired as directed by the Engineer-in-charge.

2.14 Time period for repair/replacement : The Engineer-in-charge soon afterdefect arises shall notify to the contracting agency and/or his authorizedrepresentative on phone and in writing for rectification of the defect withinthe prescribed period which may be in hours/days and depends on thegravity and severity of defect.

2.15 Consumable Articles : Consumable Articles like tube rods, CFL, Bulbs, HTfuses, Batteries, Gas filling will be replaced by the client department oruser department at their own cost and arrangement.

2.16 Other Items :1. D.G. set including fitting and fixtures.2. Lifts and Escalators.3. Air cooling/Air conditioning/Heating System.4. Fire fighting system.5. CCTV, EBABX.6. Security system equipments.7. Electric Motors Pumps.In additions to the above items the Engineer-in-Charge may add moreitems as per the nature of work which seems to be covered under 3 yearsguarantee from the date of commissioning.

3. GENERAL :3.1 Inspection of works, during Defect Liability Period

3.1.1 The contracting agency shall undertake joint detailed inspectionalongwith Engineer-in-charge/A.En., at least once in three monthsin case of all Road/Bridge/CD works. The Engineer-in-charge canreduce this frequency in case of emergency. The Contractingagency shall forward to the Engineer-in-charge in record ofinspection and rectification within 15 days after the jointinspection. The Contracting agency shall pay particular attentionon those road sections, which are likely to be damaged duringrainy season.

3.1.2 One register has to be maintained by every A.En. for recording theinspection details of works in his jurisdiction under defect liabilityperiod.

3.2 Conditions regarding Security Deposit :3.2.1 Security for DLP

The contracting agency shall have to furnish security deposit in theform of Bank Guarantee for DLP as per requirements of clause37(e) of Contract Agreement, valid from the date of completion,which shall be assigned by the Engineer-in-charge.

3.2.2 Forfeiture of SDIn case contracting agency fails to rectify the defects withinstipulated period notified to him by the Engineer-in-chargeconcerned under contact agreement, the Engineer-in-charge shallserve a final notice for 15 days time reckoned from the date of issueof notice to rectify the defects. In case the contracting agency notresponding to the notice and fails in rectification of defects inEngineer-in-charge will get the defects removed at the risks andcost of the contracting agency. Action such as encashment of BankGuarantee and action under enlistment rules etc. shall also betaken against the contracting agency by the competent authority.

3.2.3 Force Majeure :The defect arises due to earthquake, cyclone and natures calamitiesshall not be the responsibility of contracting agency.

(Signature of Contractor)Seal:

Executive EngineerR.S.W.C, Jaipur

Nameof theBidder/

NUMBER

TEXT NUMBER TEXT NUMBER NUMBER TEXTSl.No.

Item Description Quantity Units EstimatedRateinRs. P

TOTAL AMOUNTWith Taxes

TOTAL AMOUNTIn Words

1 2 3 4 5 6 7

1.0 Repair Work at ALWAR1.01 Demolishing stone rubble masonry manually/ by

mechanical means including stacking ofserviceable material and disposal of unserviceablematerial within 50 metres lead as per direction ofEngineer-in-charge: In cement mortar.

65 CUM 556.00 36140.00 INR Thirty Six Thousand One Hundred & Forty Only

1.02 Dismantling roofing including ridges, hips,valleys and rafters etc. and stacking thewithin 50 meter lead of:G.I. Sheet.

1390 Sqm 42.00 58380.00 INR Fifty Eight Thousand Three Hundred & Eighty Only

1.03 Dismantling roofing including ridges, hips,valleys and rafters etc. and stacking thewithin 50 meter lead of:Asbestos Sheet.

10180 Sqm 20.00 203600.00 INR Two Lakh Three Thousand Six Hundred Only

PRICE SCHEDULE(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be

rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

Percentage BoQTender Inviting Authority: Managing Director, RSWC

Name of Work: Conversion of Roof Sheets & Water Harvesting Structure at RSWC, ALWAR, KHAIRTAL AND NEEM-KA-THANA

Contract No: RSWC/Eng./Tender/02/2019-2020

Validate Print Help

1.03 Dismantling roofing including ridges, hips,valleys and rafters etc. and stacking thewithin 50 meter lead of:Asbestos Sheet.

10180 Sqm 20.00 203600.00 INR Two Lakh Three Thousand Six Hundred Only

1.04 Dismantling steel work in built up sections inangles, tees, flats and channels including allgusset plates, bolts, nuts, cutting rivets, weldingetc. including dismembering and stacking within50metres lead.

10175 Kg 1.50 15262.50 INR Fifteen Thousand Two Hundred & Sixty Two and Paise Fifty Only

1.05 Repair to stone masonary in cement sand mortar1:6 with old and new stone.

481 Sqm 276.00 132756.00 INR One Lakh Thirty Two Thousand Seven Hundred & Fifty Six Only

1.06 Repairs to plaster of thickness 12mm to 20mm inpatches of area 2.5 sq. metres and underincluding cutting the patch in proper shape,raking out joints and preparing and plasteringthe surface of the walls complete includingdisposal of rubbish to the dumping ground within50 m lead :With cement mortar 1 :4 ( 1 cement : 4 coarse

455 Sqm 204.00 92820.00 INR Ninety Two Thousand Eight Hundred & Twenty Only

1.07 White washing with lime to give an even shade

including all scaffolding:Old work (one or more

coats) including scrapping old surface and

repairing with whiting where ever necessary.

8325 Sqm 5.00 41625.00 INR Forty One Thousand Six Hundred & Twenty Five Only

1.08 Random Rubble stone masonry with hard stonein superstructure above plinth level and upto fivelevel above 30cm. thick walls in :Cement Mortar1:6 ( 1-Cement : 6-Sand).

65 Cum 3013.00 195845.00 INR One Lakh Ninety Five Thousand Eight Hundred & Forty Five Only

1.09 Providing gola 75x75 mm in cement concrete1:2:4 (1 cement : 2 coarse sand : 4 stoneaggregate 10mm and down gauge) includingfinishing with cement mortar 1:3 (1 cement : 3fine sand) as per standard design :

1220 Rmt 101.00 123220.00 INR One Lakh Twenty Three Thousand Two Hundred & Twenty Only

1.1 Plaster on new surface on walls in cement sandmortar 1:6 including racking of joint etc. completefine finish :20mm thick.

555 Sqm 151.00 83805.00 INR Eighty Three Thousand Eight Hundred & Five Only

2.0 Repair Work at KHAIRTAL3.01 Demolishing stone rubble masonry manually/ by

mechanical means including stacking ofserviceable material and disposal of unserviceablematerial within 50 metres lead as per direction ofEngineer-in-charge: In cement mortar.

28 CUM 556.00 15568.00 INR Fifteen Thousand Five Hundred & Sixty Eight Only

3.02 Dismantling roofing including ridges, hips,valleys and rafters etc. and stacking thewithin 50 meter lead of:Asbestos Sheet.

5000 Sqm 20.00 100000.00 INR One Lakh Only

3.03 Dismantling steel work in built up sections inangles, tees, flats and channels including allgusset plates, bolts, nuts, cutting rivets, weldingetc. including dismembering and stacking within50metres lead.

4400 Kg 1.50 6600.00 INR Six Thousand Six Hundred Only

3.04 Repair to stone masonary in cement sand mortar1:6 with old and new stone.

208 Sqm 276.00 57408.00 INR Fifty Seven Thousand Four Hundred & Eight Only

3.05 Repairs to plaster of thickness 12mm to 20mm inpatches of area 2.5 sq. metres and underincluding cutting the patch in proper shape,raking out joints and preparing and plasteringthe surface of the walls complete includingdisposal of rubbish to the dumping ground within50 m lead :With cement mortar 1 :4 ( 1 cement : 4 coarse

196 Sqm 204.00 39984.00 INR Thirty Nine Thousand Nine Hundred & Eighty Four Only

3.06 White washing with lime to give an even shadeincluding all scaffolding:Old work (one or morecoats) including scrapping old surface andrepairing with whiting where ever necessary.

3600 Sqm 5.00 18000.00 INR Eighteen Thousand Only

3.07 Random Rubble stone masonry with hard stonein superstructure above plinth level and upto fivelevel above 30cm. thick walls in :Cement Mortar1:6 ( 1-Cement : 6-Sand).

28 Cum 3013.00 84364.00 INR Eighty Four Thousand Three Hundred & Sixty Four Only

3.08 Providing gola 75x75 mm in cement concrete1:2:4 (1 cement : 2 coarse sand : 4 stoneaggregate 10mm and down gauge) includingfinishing with cement mortar 1:3 (1 cement : 3fine sand) as per standard design :

524 Rmt 101.00 52924.00 INR Fifty Two Thousand Nine Hundred & Twenty Four Only

3.09 Plaster on new surface on walls in cement sandmortar 1:6 including racking of joint etc. completefine finish :20mm thick.

240 Sqm 151.00 36240.00 INR Thirty Six Thousand Two Hundred & Forty Only

4.0 Repair Work at NEEM-KA-THANA4.01 Demolishing stone rubble masonry manually/ by

mechanical means including stacking ofserviceable material and disposal of unserviceablematerial within 50 metres lead as per direction ofEngineer-in-charge: In cement mortar.

14 CUM 556.00 7784.00 INR Seven Thousand Seven Hundred & Eighty Four Only

4.02 Dismantling roofing including ridges, hips,valleys and rafters etc. and stacking thewithin 50 meter lead of:Asbestos Sheet.

2500 Sqm 20.00 50000.00 INR Fifty Thousand Only4.02 Dismantling roofing including ridges, hips,valleys and rafters etc. and stacking thewithin 50 meter lead of:Asbestos Sheet.

2500 Sqm 20.00 50000.00 INR Fifty Thousand Only

4.03 Dismantling steel work in built up sections inangles, tees, flats and channels including allgusset plates, bolts, nuts, cutting rivets, weldingetc. including dismembering and stacking within50metres lead.

2200 Kg 1.50 3300.00 INR Three Thousand Three Hundred Only

4.04 Repair to stone masonary in cement sand mortar1:6 with old and new stone.

104 Sqm 276.00 28704.00 INR Twenty Eight Thousand Seven Hundred & Four Only

4.05 Repairs to plaster of thickness 12mm to 20mm inpatches of area 2.5 sq. metres and underincluding cutting the patch in proper shape,raking out joints and preparing and plasteringthe surface of the walls complete includingdisposal of rubbish to the dumping ground within50 m lead :With cement mortar 1 :4 ( 1 cement : 4 coarse

98 Sqm 204.00 19992.00 INR Nineteen Thousand Nine Hundred & Ninety Two Only

4.06 White washing with lime to give an even shadeincluding all scaffolding:Old work (one or morecoats) including scrapping old surface andrepairing with whiting where ever necessary.

1800 Sqm 5.00 9000.00 INR Nine Thousand Only

4.07 Random Rubble stone masonry with hard stonein superstructure above plinth level and upto fivelevel above 30cm. thick walls in :Cement Mortar1:6 ( 1-Cement : 6-Sand).

14 Cum 3013.00 42182.00 INR Forty Two Thousand One Hundred & Eighty Two Only

4.08 Providing gola 75x75 mm in cement concrete1:2:4 (1 cement : 2 coarse sand : 4 stoneaggregate 10mm and down gauge) includingfinishing with cement mortar 1:3 (1 cement : 3fine sand) as per standard design :

262 Rmt 101.00 26462.00 INR Twenty Six Thousand Four Hundred & Sixty Two Only

4.09 Plaster on new surface on walls in cement sandmortar 1:6 including racking of joint etc. completefine finish :20mm thick.

120 Sqm 151.00 18120.00 INR Eighteen Thousand One Hundred & Twenty Only

5.0 Construction of Water Harvesting Structure at NEEM-KA-THANA5.01 Earth work in excavation by mechanical means

(Hydraulic Excavator )/ manual means infoundation trenches or drains (not exceeding 1.5m in width or 10 sum on plan) including dressingof sides and ramming of bottoms, lift upto 1.5 m,including taking out the excavated soil anddepositing and refilling of jhiri with watering &ramming and disposal of surplus excavated soilas directed with in a lead of 50 meter.All kinds of soils

130 Cum 155.00 20150.00 INR Twenty Thousand One Hundred & Fifty Only

5.02 Providing and laying in position cement concreteincluding curing, compaction etc. complete inspecified grade excluding the cost of centeringand shuttering - All work up to plinth level.1:5:10 (1 cement : 5 coarse sand : 10 gradedstone aggregate 40mm nominal size).

35 Cum 2559.00 89565.00 INR Eighty Nine Thousand Five Hundred & Sixty Five Only

5.03 Brick masonry with F.P.S. bricks of classdesignation 75 in foundation and plinth withbricks Cement mortar 1 : 6 (1 cement : 6 coarsesand)

60 Cum 3875.00 232500.00 INR Two Lakh Thirty Two Thousand Five Hundred Only

5.04 Providing and laying in position cement concreteincluding curing, compaction etc. complete inspecified grade excluding the cost of centeringand shuttering - All work up to plinth level. M20grade Nominal Mix1: 1.5: 3 (1 cement : 1.5 coarse sand : 3 gradedstone aggregate 20mm nominal size).

30 Cum 4468.00 134040.00 INR One Lakh Thirty Four Thousand &Forty Only

5.05 Plaster on new surface on walls in cement sandmortar 1:4 including racking of joints etc.complete fine finish :25 mm thick.

200 Sqm 180.00 36000.00 INR Thirty Six Thousand Only

5.06 Red sand stone slab 40 mm thick (undressed) 30 Sqm 600.00 18000.00 INR Eighteen Thousand Only

5.07 Demolishing cement concrete manually/ bymechanical means including disposal of materialwithin 50 metres lead as per direction of Engineer-in-charge.1: 3: 6 or richer mix.

25 Cum 552.00 13800.00 INR Thirteen Thousand Eight Hundred Only

5.08 carrage of material Earth, Sand etc. up to 5.0 Kmlead.

130 cum 92.00 11960.00 INR Eleven Thousand Nine Hundred & Sixty Only

5.09 Providing and fabricating reinforcement for R.C.C.work including straightening, cutting, bending,placing in position and binding (including cost ofbinding wire) all complete up to floor five level.Hot rolled deformed bar (is 1139)

320 Kg 61.00 19520.00 INR Nineteen Thousand Five Hundred & Twenty Only

5.1 Providing and laying in position specified grade ofcement concrete for all RCC structural elementsupto plinth level including curing, compaction,finishing with rendering in cement sand mortar1:3 (1 cement: 3 coarse sand) and making goodthe joints and cost of plastizers( if required)excluding the cost of centering, shuttering andreinforcement.M20 grade Nominal Mix / Design Mix

5 cum 4112.00 20560.00 INR Twenty Thousand Five Hundred & Sixty Only5.1 Providing and laying in position specified grade ofcement concrete for all RCC structural elementsupto plinth level including curing, compaction,finishing with rendering in cement sand mortar1:3 (1 cement: 3 coarse sand) and making goodthe joints and cost of plastizers( if required)excluding the cost of centering, shuttering andreinforcement.M20 grade Nominal Mix / Design Mix

5 cum 4112.00 20560.00 INR Twenty Thousand Five Hundred & Sixty Only

5.11 Construction of Tube-well upto 100 Meter depthand above in all type of rocks by DTH system andover burden, to accommodate casing pipe offollowing sizes in all types of soils and overburden including lowering of casing pipes, butexcluding cost of casing pipes as per IS : 2800(Part I & II) 1979 specifications. The work wouldbe completed after obtaining sand free water. Thetube well should have a throughout bore as pernominal dia of casing pipe:200 mm –do-

100 Rmt 908.00 90800.00 INR Ninety Thousand Eight Hundred Only

5.12 Supply of ERW M.S. black casing pipe ISI marked(IS:4270/1992) of grade Fe410 of following sizesat site of work.Nominal bore of pipe (mm)200 mm

80 Rmt 1571.00 125680.00 INR One Lakh Twenty Five Thousand Six Hundred & Eighty Only

5.13 Supply of strainer pipes made of ERW M.S. blackpipe ISI mark of following sizes at the site of workincluding required size of slotting as per IS:8110-1985.200mm-do-.

20 Rmt 1846.00 36920.00 INR Thirty Six Thousand Nine Hundred & Twenty Only

5.14 Structural steel work in single section fixed withor without connecting plate including cutting,hoisting ( height upto 10 m), fixing in positionand applying a priming coat of approved steelprimer all complete.

300 Kg 60.00 18000.00 INR Eighteen Thousand Only

5.15 Stone aggregete(single size) 63 mm nominal size 10 Cum 750.00 7500.00 INR Seven Thousand Five Hundred Only

5.16 Stone aggregete(single size) 20 mm nominal size 10 Cum 900.00 9000.00 INR Nine Thousand Only

5.17 P&F rigid PVC Pipe (IS:4985 mark) class II/ (4 Kg./Cm2.) approved quality /make including joiningthe pipe with solvent cement rubber ring andlubricant.110 mm dia

30 Rmt 188.00 5640.00 INR Five Thousand Six Hundred & Forty Only

5.18 Providing gola 75x75 mm in cement concrete1:2:4 (1 cement : 2 coarse sand : 4 stoneaggregate 10mm and down gauge) includingfinishing with cement mortar 1:3 (1 cement : 3fine sand) as per standard design :

55 Rmt 101.00 5555.00 INR Five Thousand Five Hundred & Fifty Five Only

6.0 1121245.00 Eleven Lakh Twenty One Thousand Two Hundred & Forty Five Only

7.0

Total in Figures 2495275.50 INR Twenty Four Lakh Ninety Five Thousand TwoHundred & Seventy Five and Paise Fifty Only

Quoted Rate in FiguresSelect -1121245.00 INR Minus Eleven Lakh Twenty One Thousand Two

Hundred & Forty Five OnlyQuoted Rate in Words INR Minus Eleven Lakh Twenty One Thousand Two Hundred & Forty Five Only

Less :- Credit for dismantled item in ALWAR (Old Ac Sheet Roofing @ 30/Sqm* 10174.00 = 305220.00 , Old Steel @ 25/Kg @ * 10175 = 254375.00), Old GI

Steel Roofing @ 25 * 6866 = 171650.00(305220.00+254375.00+171650.00=731245.00),

KHAIRTAL : (Old Ac Sheet Roofing @ 30/Sqm * 5000 = 150000.00, Old Steel@ 25/Kg * 4400=110000.00) (150000.00+110000.00=260000.00),

NEEM-KA-THANA : (Old Ac Sheet Roofing @ 30/Sqm * 2500 = 75000.00,Old Steel @ 25/Kg @ * 2200 =55000.00) (74646.00+55000=129646.00)

ALWAR (731245.00) + KHAIRTAL (260000.00) + NEEM-KA-THANA(130000.00) = 1121245.00

Note :- (1) The quantity of dismantled material are tentative which my varydepending upon actual weightment/counting/measurement respectively.

Nameof theBidder/BiddingFirm /

NUMBER #

TEXT NUMBER TEXT NUMBER NUMBER TEXTSl.No.

Item Description Quantity Units BASIC RATE InFigures To beentered by the

Bidder inRs. P

TOTAL AMOUNTWith Taxes

TOTAL AMOUNTIn Words

1 2 3 4 5 6 71 ALWAR

1.01 Providing and fixing colour coated galvalume profilesheets with the depth of 30mm and pitch ofcorrugation 200mm (Colour and shape of profile asapproved by the Engineer-in-charge), 0.60mm (TCT)total coated thickness (tolerance as per relevant IScode), material yield strength 550 MPa, galvalume AZ-150 (zinc aluminium alloy coating nominalcomposition: 55% aluminium 43.5% zinc & 1.5%silicon mass total of both sides) with regular modifiedpolyester paint and coating of 20-25 micron RMP onexposed surface including primer and 7-10 micronepoxy coating on unexposed surface including primer.The sheets should be supplied in single length asdesired by Engineer-in- charge. The sheet shall befixed using self drilling/self tapping screws of size(5.5X55mm) with EPDM seal and washers of make-Coroshield / durotuff ( as per engineer in charge)excluding the cost of purlins, rafters and trusses andincluding cutting to size and shapes whereverrequired. All screw should be sealed with silliconsealant.

11565 SQM 0.00 INR Zero Only

PRICE SCHEDULE(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected

for this tender. Bidders are allowed to enter the Bidder Name and Values only )

Item Rate BoQTender Inviting Authority: Managing Director, RSWC

Name of Work: Conversion of Roof Sheets & Water Harvesting Structure at RSWC, ALWAR, KHAIRTAL AND NEEM-KA-THANA

Contract No: RSWC/Eng./Tender/02/2019-2020

Validate Print Help

1.01 Providing and fixing colour coated galvalume profilesheets with the depth of 30mm and pitch ofcorrugation 200mm (Colour and shape of profile asapproved by the Engineer-in-charge), 0.60mm (TCT)total coated thickness (tolerance as per relevant IScode), material yield strength 550 MPa, galvalume AZ-150 (zinc aluminium alloy coating nominalcomposition: 55% aluminium 43.5% zinc & 1.5%silicon mass total of both sides) with regular modifiedpolyester paint and coating of 20-25 micron RMP onexposed surface including primer and 7-10 micronepoxy coating on unexposed surface including primer.The sheets should be supplied in single length asdesired by Engineer-in- charge. The sheet shall befixed using self drilling/self tapping screws of size(5.5X55mm) with EPDM seal and washers of make-Coroshield / durotuff ( as per engineer in charge)excluding the cost of purlins, rafters and trusses andincluding cutting to size and shapes whereverrequired. All screw should be sealed with silliconsealant.

11565 SQM 0.00 INR Zero Only

1.02 Supplying and Fixing of turbo ventilators on the top ofgodown roof with high performance industrial turboventilators of minimum 600 mm dia neck of aluminumalloy, designed to wind speed of 50m/sec andinclusive of base plate & all necessary accessories,specification of multi roof ventilator got approved fromEngineer-in-charge before installation.

74.00 NOS 0.00 INR Zero Only

2 KHAIRTAL2.01 Providing and fixing colour coated galvalume profile

sheets with the depth of 30mm and pitch ofcorrugation 200mm (Colour and shape of profile asapproved by the Engineer-in-charge), 0.60mm (TCT)total coated thickness (tolerance as per relevant IScode), material yield strength 550 MPa, galvalume AZ-150 (zinc aluminium alloy coating nominalcomposition: 55% aluminium 43.5% zinc & 1.5%silicon mass total of both sides) with regular modifiedpolyester paint and coating of 20-25 micron RMP onexposed surface including primer and 7-10 micronepoxy coating on unexposed surface including primer.The sheets should be supplied in single length asdesired by Engineer-in- charge. The sheet shall befixed using self drilling/self tapping screws of size(5.5X55mm) with EPDM seal and washers of make-Coroshield / durotuff ( as per engineer in charge)excluding the cost of purlins, rafters and trusses andincluding cutting to size and shapes whereverrequired. All screw should be sealed with silliconsealant.

5000 SQM 0.00 INR Zero Only

2.02 Supplying and Fixing of turbo ventilators on the top ofgodown roof with high performance industrial turboventilators of minimum 600 mm dia neck of aluminumalloy, designed to wind speed of 50m/sec andinclusive of base plate & all necessary accessories,specification of multi roof ventilator got approved fromEngineer-in-charge before installation.

32.00 NOS 0.00 INR Zero Only

3 NEEM-KA-THANA

3.01 Providing and fixing colour coated galvalume profilesheets with the depth of 30mm and pitch ofcorrugation 200mm (Colour and shape of profile asapproved by the Engineer-in-charge), 0.60mm (TCT)total coated thickness (tolerance as per relevant IScode), material yield strength 550 MPa, galvalume AZ-150 (zinc aluminium alloy coating nominalcomposition: 55% aluminium 43.5% zinc & 1.5%silicon mass total of both sides) with regular modifiedpolyester paint and coating of 20-25 micron RMP onexposed surface including primer and 7-10 micronepoxy coating on unexposed surface including primer.The sheets should be supplied in single length asdesired by Engineer-in- charge. The sheet shall befixed using self drilling/self tapping screws of size(5.5X55mm) with EPDM seal and washers of make-Coroshield / durotuff ( as per engineer in charge)excluding the cost of purlins, rafters and trusses andincluding cutting to size and shapes whereverrequired. All screw should be sealed with silliconsealant.

2500 SQM 0.00 INR Zero Only

3.02 Supplying and Fixing of turbo ventilators on the top ofgodown roof with high performance industrial turboventilators of minimum 600 mm dia neck of aluminumalloy, designed to wind speed of 50m/sec andinclusive of base plate & all necessary accessories,specification of multi roof ventilator got approved fromEngineer-in-charge before installation.

16.00 NOS 0.00 INR Zero Only

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only