Professional Documents
Culture Documents
E-TENDER NOTICE
Sabarmati River Front Development Corporation Ltd. (SRFDCL) invites tender for
Maintenance and Up gradation work of Subhash Bridge River Front Park. Complete
tender details are available on AMC website www.ahmedabadcity.gov.in,
https://amc.nprocure.com and www.sabarmatiriverfront.com
The last date for Submission of Completed Tender Form through online E-tender is
16 March, 2019 up to 12.00 Hrs. and Pre-bid will be held on 5th March, 2019 at 12.00 Hrs at
th
2nd Floor, "Riverfront House", Behind H.K. Arts College, Between Gandhi Bridge and Nehru
Bridge, Pujya Pramukh Swami Maharaj Marg ( River Front-West), Ahmedabad 380009.
Executive Director,
(SRFDCL)
TENDER FOR
Name of Work: Maintenance and Up gradation work of Subhash Bridge River Front Park.
The rate will be invited for 24 month maintenance by % above/below on given estimated
cost of one month maintenance.
ISSUING OFFICE :
LAST DATE OF ONLINE SUBMISSION : On or before 16th March, 2019 up to 12.00 Hrs.
INFORMATION TO TENDERER
1 Tender No. E-Tender Notice
2 Last Date of Online 16th March, 2019 up to 12.00 Hrs.
tender submission
3 Name of Work Maintenance and Up gradation work of Subhash Bridge River
Front Park.
4 Tender Fees (Non Rs. 3,600/- (Rupees Three Thousand Six Hundred Only) to be
Refundable) submitted in the form of D.D. /P.O. in favour of Sabarmati River
Front Development Corporation Ltd. (SRFDCL) of any
nationalized bank/Schedule bank and payable at Ahmedabad
on 16th March, 2019 upto 15.00 Hrs. To be submitted to the
office of Sabarmati River Front Development Corporation Ltd.,
2nd Floor, "Riverfront House", Behind H.K. Arts College,
Between Gandhi Bridge and Nehru Bridge, Pujya Pramukh
Swami Maharaj Marg ( River Front-West), Ahmedabad, Gujarat
- 380009.
5 E.M.D. Rs. 1,42,073/- (Rupees One Lakh Forty Two Thousand Seventy
Three Only) to be submitted in the form of D.D. /P.O. in favour
of Sabarmati River Front Development Corporation Ltd.
(SRFDCL) of any nationalized bank/Schedule bank and payable
at Ahmedabad on 16th March, 2019 upto 15.00 Hrs. To be
submitted to the office of Sabarmati River Front Development
Corporation Ltd., 2nd Floor, "Riverfront House", Behind H.K.
Arts College, Between Gandhi Bridge and Nehru Bridge, Pujya
Pramukh Swami Maharaj Marg ( River Front-West),
Ahmedabad, Gujarat - 380009.
6 Pre bid Meeting Pre bid Meeting will be on 5th March, 2019 at 12.00 Hrs. at
office of Sabarmati River Front Development Corporation Ltd.
2nd Floor, "Riverfront House", Behind H.K. Arts College,
Between Gandhi Bridge and Nehru Bridge, Pujya Pramukh
Swami Maharaj Marg ( River Front-West), Ahmedabad, Gujarat
- 380009.
7 Time Limit 2 Years
8 General Condition As per Tender Documents.
9 Performance Security 5 % of the value of total work. It will be released at the end of
Deposit successful completion of the work.
10 Mode of Sending The On 16th March, 2019 upto 15.00 Hrs. by Hand delivery /
Tender/ Relevant Registered A.D. or Speed Post / Courier addressed to, Office of
Documents 2nd Floor, "Riverfront House", Behind H.K. Arts College,
Between Gandhi Bridge and Nehru Bridge, Pujya Pramukh
Swami Maharaj Marg ( River Front-West), Ahmedabad, Gujarat
- 380009.
11 Opening of Physical On 16th March, 2019 at 17.00 Hrs. at Office of Sabarmati River
Bid Front Development Corporation Ltd., 2nd Floor, "Riverfront
House", Behind H.K. Arts College,
Between Gandhi Bridge and Nehru Bridge, Pujya Pramukh
Swami Maharaj Marg ( River Front-West), Ahmedabad, Gujarat
- 380009.
Seal and Signature of the Bidder & Date :
Executive Director,
(SRFDCL)
1.0 TENDER NOTICE
2. Sealed tenders, for the above work are invited form the bidders. The bidders
shall be a single entity &/or only, bidding for the work. The bidder shall have
experience of completed such garden maintenance work of at least one single
work of 80% value of tender or two completed works of 50% value of tender or
three completed works of 40% value of tender in any of last five financial
years (i.e. 2013-14, 2014-15, 2015-16, 2016-17, 2017-18) with any
government, semi government, or Municipal Corporations, Public/Corporate
office garden. Documentary evidence shall be submitted along with the online
tender. Detailed PQ criteria are mentioned in Appendix-2.
Last date of submission of online 16th March, 2019 up to 12.00 Hrs. through E
tendering only.
Address for submission of the Tender fee, EMD and relevant supporting
tender =documents:
The bidder shall pay the Tender Fee to the Sabarmati River Front
Development Corporation Ltd. and shall have to attach the Demand Draft /
Pay order issued by any Nationalized Bank / Schedule Bank, in favor of
Sabarmati River Front Development Corporation Ltd. (SRFDCL) payable at
Ahmedabad shall be attached with the Hard copy of Tender Document.
SUBMISSION OF TENDER
Tender copy shall be accompanied by EMD in the form of Demand draft / Pay
order of nationalized bank / Scheduled bank only in favor of “Sabarmati River
Front Development Corporation Ltd. (SRFDCL). The tenders not submitted
in line with the tender clauses and without Tender fee and EMD in the form
specified, will be out rightly rejected. The Tender of only those bidders will be
evaluated who have remitted tender fees and submitted EMD.
OPENING OF TENDER
Receiving tenders will be open on 16th March, 2019 at 17.00 Hrs. in presence of
present bidders.
Tender (a complete set of bidding document) fee shall be Rs. 3,600/- in the
form of Demand Draft/ Pay order of nationalized bank / Schedule bank only
in favour of “Sabarmati River Front Development Corporation Ltd.
(SRFDCL) payable at Ahmedabad, which shall be non refundable. The fees
shall be paid on 16th March, 2019 upto 15.00 Hrs. to the office of Sabarmati
River Front Development Corporation Ltd., 2nd Floor, "Riverfront House",
Behind H.K. Arts College, Between Gandhi Bridge and Nehru Bridge, Pujya
Pramukh Swami Maharaj Marg (River Front-West), Ahmedabad, Gujarat -
380009.
Interested Bidders fulfilling the qualifying criteria shall fill on time tender on
https://amc.nprocure.com up to 12.00 Hrs. 16th March, 2019, tender fees as
mentioned above shall be paid by the bidder on 16th March, 2019 upto 12.00
Hrs. to Office of Sabarmati River Front Development Corporation Ltd. 2nd
Floor, "Riverfront House", Behind H.K. Arts College, Between Gandhi Bridge
and Nehru Bridge, Pujya Pramukh Swami Maharaj Marg (River Front-West),
Ahmedabad, Gujarat - 380009.
All bids must be accompanied by Bid Security of the amount specified for the
Works in the above Table payable at Ahmedabad and drawn in favor of
“Sabarmati River Front Development Corporation Ltd. (SRFDCL) Bid
Security will have to be in any one of the forms as specified in the tender
documents.
Bidders who wish to participate in online tender have to register with the
website through the “New User Registration” link provided on the home
page. Bidder will create login id & password on their own in registration
process.
M/s (n) code Solution 301, G.N.F.C. info Tower, Near Grand Bhagwati Hotel,
Ahmedabad 380015, India. Tel : +91 79 26857316 / +91 79 26857319 / +91 79
26857318
1. The cost of Bid document i.e. tender fees will not be refunded under any
circumstances.
3. The offer shall be valid for 120 days from the date of opening of Technical
Bid.
4. Tender offers without tender fees, Earnest Money Deposit (EMD) and which
do not fulfill all or any of the condition or submitted incomplete in any
respect will be rejected.
6. As per the Bombay Stamp Rules Act 1958, Appendix 1, Article 5, the bidder
shall enter in to an Agreement with the SRFDCL on Rs. 100 Stamp Paper.
7. Bidders shall submit necessary documents and information along with tender
document.
8. If required tenderer may visit and at our Garden department/site for general
idea of working and requirements of equipments, with permission without
any cost.
M.D., SRFDCL, Ahmedabad reserves the right to accept or reject any or all
tenders without assigning any reason thereof. This Tender notice shall form a
part of contract document. The tenderers are advised to read carefully the
“Instructions to Bidders” and “Qualification Criteria” contained in the tender
documents.
1.0 Sabarmati River Front Development Corporation Ltd. invites tender for
“Tender for Maintenance and Up gradation work of Subhash Bridge
River Front Park” as per tender specifications and requirements.
3.0 Each Bidder shall submit only one (1) Bid for each of the item, in response
to this Tender Documents (TD). Any Bidder who submits more than one
Bid for the item will be disqualified. However, if any tenderer based on
models available with them, wants to quote for anyone &/or both the
models as required in the tender, they can quote accordingly.
4.0 At any time period 48 hours to the date and time of submission of Bids
SRFDCL may, for any reason, whether at its own initiative or in response
to clarifications requested by any Bidders, modify the TD by the issuance
of Addenda. All interested tenderer shall have to check the AMC website.
The Bidder shall not transfer the TD to another interested party.
5.0 The Bid shall remain valid for a period not less than 120 days from the
date of opening of tender i.e. technical bid (bid validity period). SRFDCL
reserves the right to reject any Bid, which does not meet this requirement.
In exceptional circumstances, prior to expiry of the original Application
Validity Period, SRFDCL may request Applicants to extend the
Application Validity Period for a specified additional period. Applicants
not extending the Application Validity Period when so requested would
automatically be disqualified.
6.1 Each Bid shall be accompanied by EMD of Rs. 1,42,073/- (Rupees One
Lakh Forty Two Thousand Seventy Three Only).
6.2 The EMD shall be in the form of a crossed demand draft / Pay Order in
favor of Sabarmati River Front Development Corporation Ltd. (SRFDCL)
on any Nationalized / Schedule bank only, payable at Ahmedabad.
6.3 The EMD shall be forfeited in the following cases:
(a) If the Bidder withdraws its’ Bid during the interval between the Bid Due
Date and expiration of the Bid Validity Period.
(b) If the successful Bidder fails to provide the Performance Security within
the stipulated time or any extension thereof provided by SRFDCL.
8.1 The Bidder would provide all the information as per this TD.SRFDCL
would evaluate only those Bids that are received in the required format
and are complete in all respects. Each Bid shall comprise the following:
(a) Details of the Bidder in the format set out in Appendix – 3 Online.
(c) Financial Quotation / price bid for “Tender for Maintenance and Up
gradation work of Subhash Bridge River Front Park.” as per tender
specifications and requirements” in the format set out in Appendix 4 in
online formats only.
(e) The Bidder shall duty sign & stamped all the sheets of the Tender
Document submitted in support of their online tender.
(f) EMD
8.2 The Bidder shall seal the Tender fee, EMD and relevant Tender Document
submitted in support of their online tender in envelopes; which shall be
clearly marked as “Tender for Maintenance and Up gradation work of
Subhash Bridge River Front Park.”
8.3 The Tender Document submitted in support of their online tender shall be
initialed by an authorized signatory of the Bidder or an Individual, as
applicable.
9.1 The envelope for EMD Tender fee and relevant supporting documents must
be super scribed with the following information:
Name of work
9.2 If the envelope is not sealed and marked as instructed above, SRFDCL
assume no responsibility for the misplacement or premature opening of the
contents of the Bid submitted and such Bid, may, at the sole discretion of
SRFDCL, be rejected.
10.1 Bids should be submitted Online before 12.00 Hours IST on 16th March,
2019 in the manner and form as detailed in this PD. Bid submitted by either
Hard copy (not as per format in TD), facsimile transmission or telex or email
or in person will not be accepted and such tenders will be rejected.
10.2 SRFDCL may, in exceptional circumstances, and at its sole discretion, extend
the above Bid Due Date by issuing an Addendum.
11.1 SRFDCL reserves the right to reject any or all Bids not submitted on time
and which does not contain the information/documents as set out in Clause 8.
12.0 If any dispute arises about the contract or any terms of contract, M.D.,
Sabarmati River Front Development Corporation Ltd. (SRFDCL), SRFDCL
shall be the sole arbitration and his decision would be final and binding to all
the parties.
13.0 The technical specification and scope of work for “Tender for Maintenance
and Up gradation work of Subhash Bridge River Front Park” is given in
Appendix 1, however bidder are advice to personally visit the SRFDCL,
Garden Deppt. For better understanding of requirement and working of
equipments.
As mentioned in Appendix-1
1. The contractor has to carry out the works like watering, lawn
cutting,dressing, weeding, uprooting of soil, hedge cutting, tree trimming,
removing of dry branches etc. as and when required.Horticulture schedule
will be give with work order.
2. All the expenses regarding the required equipments for horticultural
operation shall bear by the contractor.
3. The contractor has to deploy minimum 10 skilled mali, 10 semi skilled mali
and 15 unskill mali cum labour to carry out horticultural maintenance work.
Also the contractor is responsible for overall supervision of this work and for
the supervision he has to deploy 1 supervisor who is taking of supervison first
priority of Horticulture and also including liation overseeing of Civil,
Irrigation and Electrical work. In case of shortfall of deployment of manpower
as per above schedule, Rs. 500.00 (Rupees Five Hundred) penalty per day will
be charged.
4. The Contractor has to deploy 1 for irrigation and 1 for Civil Supervisor.
5. The Contractor has must to deploy 2 Electrical Supervisor with Assistant a
day in 2 Shift. ( Each Shift Each Electrical Supervisor with Assistant)
6. The contractor is responsible for carrying out Pesticides and manuring
application as and when require.
7. The contractor is responsible for gape filling in Plants. Died plants shall
immediately replaced as per the pattern.
8. The contractor has to planting the seasonal flowering plants as per the
season.
9. To maintain the overall beauty and greenery of the garden is the whole
responsibility of the contractor.
10. The contractor is responsible for carrying out operation of irrigation system.
He has to deploy 1 operator for regular operation of irrigation system.
11. The contractor is responsible for carrying out operation of electrical
installations. He has to deploy 2 operator for regular operation of electrical
installations.
12. The contractor is responsible for carrying out operation of civil work. He has
to deploy 1 Engineer or Supervisor for regular maintenance operation of civil
work.
13. Any repairing work required in irrigation system, electrical installations or
civil work, the contractor has to take up the repairing work immediately. The
amount reimbursed to the contractor as per the rate given in attached BOQ
(Appendix 6,7,8).
14. The workers engaged by the contractor are in similar dress code with identity
card at the time of working.
15. The workers engaged by the contractor should be required in discipline
manner.
16. The list of workers with address should be given to the office of SRFDCL by
the contractor.
17. Any accident or injury to the workers at the working time and working Place
is responsibility of the contractor. SRFDCL is not responsible for the same.
18. Any damage or breaking in the garden due to the maintenance work is the
responsibility of the contractor.
19. The workers engaged by the contractor are not permitted for residing in the
garden.
20. The payment of the work is made on monthly basis after the necessary
deductions.
21. All rates are including G.S.T. and other taxes. Appendix – 7 (Irrigation) &
Appendix – 8 (Electrical) BOQ are excluding of GST.
22. The Contractor must be attached monthly PF, ESI, PF Challan, and evidence
of Minimum wages payment made by Contractor to be submitted SRFDCL
office Every month.
23. Contractor has to comply all labour laws,Min. wages act and other applicable
laws relating to labour. SRFDCL will not be responsible for such legal
aspects.
24. Any dispute raised in this contract it is subject to Ahmedabad Jurisdiction.
25. In case of absent of any labour or supervisor contractor has to arrange for
the reliever for the same so that work can be not affected.
Qualification Criteria
A. The tenderer must have the sufficient trained manpower and equipments for the
huge public garden / landscape maintenance work as per Schedule of Price and
Terms and Conditions (Appendix-1).
B. The tenderer must have the labour license, PF Registration, ESI Registration,
Professional Tax Registration and GST Registration. ( A copy of the same are to be
attached).
C. Experience Criteria:
3. Turn Over Criteria :- Average Annual Turn Over (Excluding Taxes of Bidder Over
Last 5 ( Five ) Financial Years should be equal to or more than 50% of the tender
value from the similar services. The Bidder as to submit turn over certificate of last
5 (five) years duly certified by practicing Chartered Accountant.
Details of Tenderer
3. Details of individual(s) who will serve as the point of contact / communication for
AMC with the Tenderer :
(a) Name :
(b) Designation :
(c) Company / Firm :
(d) Address :
(e) Telephone number :
(f) E-mail address :
(g) Fax number :
(h) Mobile number :
(a) Name :
(b) Designation :
(c) Company / Firm :
(d) Address :
(e) Telephone number :
(f) E-mail address :
(g) Fax number :
(h) Mobile number :
6. PAN No.
7. GST No.
8. Labour Lisence No.
9. PF Registration No.
Financial Quotation for the “Tender for Maintenance and Up gradation work of
Subhash Bridge River Front Park” as per tender specifications and requirements.
Date:
Subject : Financial Quote for “Tender for Maintenance and Up gradation work of
Subhash Bridge River Front Park”
Dear Sir/Madam,
We, hereby having reviewed and fully understood all the terms and conditions of this
Procurement Document, Submit our financial quote for the above said work. The price
quoted includes all taxes. Work will be carrying out as per tender terms.
To,
The Executive Director,
Sabarmati River Front Development Corporation Ltd.
No Deviation Certificate
We hereby declare that there is no deviation in our proposal from your Tender
Specification, requirements and terms conditions other than technical deviation (if any) as
mentioned below.
List of deviations
We herewith confirm our acceptance of all your tender terms conditions and scope of work.
Name: ____________________________________________________________________________
Signed: ____________________________________________________________________________
Date : _________________________
[Signature]-[Company/Firm Seal]
APPENDIX - 6 - CIVIL
6 1.16.1 Filling in foundation and plinth with good Cum. 600 6 73 679
quality river sand under floors including
watering, ramming, consolidating and
dressing complete for all lead and lift as
directed by engineer in charge.
15 Extra for under reaming inside the bore Nos. 373 4 45 422
holes for under reamed piles of following
diameter in boring of piling work as per
item of boring work. Size of bulb shall be
as per drawing and according to dia of pile.
Only under reaming charges shall be paid
and number shall be considered for
payment (I) 300 mm.
3 FORMWORK
28 3.03 3.0 Formwork Sqmt. 558 558
Extra for Providing and fixing formwork
for exposed concrete surfaces (vertical or
horizontal surface or any shape) in desired
pattern and size as per drawing and
specifications using film faced/ laminated
shuttering plywood or steel formwork for
RCC elements as specified below including
neat cleaning the exposed concrete
surface, rendering (if required), as directed
by the engineer-in-charge. Rate shall be
applicable for all levels, all places and all
shapes. The contractor shall submit
shuttering pattern including tie-rod hole
position based on architectural conceptual
design with control line. Item shall be
executed only after shuttering pattern
approved by engineer in charge. Same
kind of shuttering material should be only
used for standard and residual sizes.
Concrete surfaces shall be finished smooth
fair faced where indicated as such on the
drawings. These areas shall be entirely
free from honey combing, stains, fins,
lipping, nail or screw marks, raised grain
marks, air holes or any other imperfections.
They shall also be of even texture
throughout. Note: Mock up for all exposed
work to be got approved from architects in
all respect prior to concrete production.
Architect reserves right to reject part or all
work of sub standard or not in confirmation
to sample approved as per mock up.
Contractor shall get prior approval for
reuse the shuttering material for repetition.
Rate shall included cost of tie rod and
grouting with non shrink grout of approved
make.
4 BRICKWORK
29 4.02.1.ii 4.0 Brick Work Cum. 4,601 4,601
Providing and laying Brick masonry
works in foundation & Plinth using
common burnt clay building bricks
confirming to IS 1077-1986 having
crushing strength not less than 35
kg/Sq.cm in any shape cement mortar 1:5
(1 cement : 5 coarse sand) in any shape
and all depth including curing, scaffolding
racking / flush jointing etc. complete, as per
drawing / specification and / or as directed
by Engineer in Charge. For all civil,
plumbing, electrical & infrastructure works.
31 4.04.a.2 Providing and laying Half brick masonary Sqmt. 402 4 49 455
work, (115mm thick) using common burnt
clay conventional building bricks confirming
to IS 1077-1986 having crushing strength
not less than 35 Kg/cm2, with out
reinforcement in cement mortar 1:4 (1
cement : 4 course Sand) for all floors / all
heights / all levels, in any shape, in any
position, including curing, scaffolding, etc.
complete, as directed (for all civil,
plumbing, electrical and infra structure
works).
36 5.09 Providing and fixing solid core flush type door Sqmt. 2,725 2,725
shutter (non decorative) of approved
manufacturer like Kit, Anchor or equivalent
(Battens should be chemically treated & kiln
seasoned & binding agent should be phenol
phormaldihide) and of required size, as per
approved drawing, design and direction. The
rate shall also include external lipping of
maximum size 10 mm X 42 mm thickness for
single shutter and 25 mm x 42mm thickness for
double shutter of seasoned teak wood
equivalent to best quality Ghana teak all around
and 2 coats of synthetic enamel painting
including 1 coat of wood primer & lapi/ oil and
water finished polishing or lacquer polishing to
lipping, all as per approved drawing, design &
direction, etc. complete, sample to be got
approved by the Architect or Engineer-in-
charge. Measurement including lipping shall be
considered for payment. The flush door
thickness shall be any of the following: (Marine
treated). Necessary hardware like hinges, pivot,
handle, tower bolts, locks etc shall be separately
measured and paid in the relevant tender items.
a) 32 mm thick
37 5.10.1 Providing and fixing 1 mm thick Laminate Sqmt. 751 751
sheet of approved make and shade,
texture on Non decorative flush door, any
ply surface etc with necessary nails,
screws, adhesives as per drawings and
approved sample. Laminate shall be either
glossy or Swede finish. The rate shall be
for all heights, all floors, all places etc
complete as directed by engineer in
charge. Actual laid area shall be measured
and paid without considering any wastage.
38 5.11.A Providing and fixing Compact Sheet of any Sqmt. 2,558 2,558
size, any shape, any color and texture of
make Greenlam, Sundek, Vir, Bloom,
Formica as per approved make in
aluminium frame and shutter work with
necessary cutting of sheet, single side,
double side coloured as per drawing &
specifications including providing and fixing
EPDM quality rubber/ silicon sealant/ 3M
tape/ screwing on the periphery of the
sheet as per the required thickness etc.
complete at all floors/ all levels/ all heights
as per the drawing & directed by EIC. Cut
edges of the compact sheet shall be
provided with masking tape. Actual
installed quantity shall be measured and
paid. Rate shall be inclusive of all type of
wastage.
a) 6 mm thick Compact sheet
39 5.11.B b) 8 mm thick Compact Sheet Sqmt. 3,320 3,320
40 5.12 Providing and fixing aluminium Extruded Sqmt. 8,183 8,183
supply air grill having 50 micron Polyester
Powder coating of approved make and
shade after cutting laminated/ painted flush
doors as per drawing for fresh air in door
on both sides. Rate shall be inclusive of the
providing and fixing 3mm thick teak lipping
on the cutting edge including finishing etc.
complete as directed by engineer in
charge. It shall be measured for both sides
separately in Sqm
Hardware :
General Notes for Hardware: Supplying
and fixing heavy quality fixtures and
fittings for doors, windows, ventilators,
partition wall, cabinets with necessary
screws, nails, machine pins etc. at all
floor/ all levels/ all heights complete.
The fittings and fixtures hardware as
described in items or of make approved
by Architect. Sample shall be approved
before execution. As per description, SS
hardware shall be of 304 grade or 316
grade according to approved make. The
fixture & fastenings shall be provided as
under :
41 5.15 Providing & fixing hydraulic floor spring Nos. 18,445 18,445
with SS cover plate & adjustable
concealed casted top pivot (two piece) and
bottom strap of approved make like Dorma
or as per approved make for
wooden/aluminium doors of specified
capacity with minimum one year
guarantee. Rate shall be inclusive of
cutting of floor neatly, grouting the floor
spring & cleaning / polishing the floor &
maintaining in good working condition up till
defect liability period. In case of Aluminium
shutter bottom arm of floor spring & top
pivot shall be firmly fixed in the aluminium
members using required size of teak wood
by making rabbet in the wood.
a) Hold open having weight up to 100 kg
and width 1200mm - Floor Spring of
Dorma BTS-75V with std. spindle and
cover plate.
42 5.16a Providing & fixing hydraulic rack and Nos. 3,012 3,012
pinion door closer with screws to pivoted/
hinged door of approved make like Dorma
or equivalent for specified door width with
minimum one year guarantee. All
adjustment screws face fixed, silver finish.
Rate shall be inclusive of fixing with using
the template as per supplier’s specification
& maintain in good working condition up till
defect liability period.
a) with standard arm and with two
independent closing valves and latching
speed adjustable by arm without
mounting back plate up to 1100 mm
door width - TS 68
43 5.16b b) with hold open arm without mounting Nos. 6,384 6,384
back plate up to 1200 mm door width -
TS 71 HO
44 5.17.1 Providing & fixing dead lock with 60/70 Nos. 1,723 1,723
mm standard Europrofile Pin Cylinder/
Half pin cylinder of Dorma, Kich, Dorset
make with both side key /one side key -one
side knob with one pair of rose for wooden
/aluminium doors with necessary ss Phillips
head screws etc .complete as per drawing
and sample approved by Architect /EIC.
Rate shall be for all heights, all floors and
all places.
45 5.19 Providing & fixing 19mm diameter SS 304 Pair 1,650 1,650
satin (brush) finish powder coated Mortise
handle in pair of KICH or equivalent with
necessary SS Phillips head screws etc.
complete, as per drawing for
wooden/metal/glass doors as approved by
Architect and Engineer-in-charge. Rate
shall be for all heights, all floors and all
places.
46 15.17.2 Providing & fixing Mortice lock (9"body) Nos. 2,436 2,436
with 60 /70mm standard Europrofile Pin
Cylider of Dorma, Kich, Dorset make with
both side key /one side key - one side knob
with one pair of rose (Escutcheous) for
wooden /aluminium doors with necessary
SS Phillips head screws etc complete as
per drawing and sample approved by
Architect /EIC. Rate shall be for all
heights, all floors and all places
47 5.18a Providing & fixing SS 304 satin (brush) Pair 1,193 1,193
finish push-pull pair of handle square/
rectangle shape in pair of Dorma, Dorset,
Kich (SS316) or equivalent with necessary
screws etc. complete, as per drawing as
approved by Architect and Engineer-in-
charge. Rate shall be for all heights, all
floors and all places.
a) 200 mm long x 19mm dia
48 5.18b b) 300 mm long x 22 mm dia Pair 1,559 1,559
49 5.18c b) 450 mm long x 25 mm dia Pair 2,180 2,180
50 5.20a Providing & fixing of specified height Nos. 633 633
(minimum rod size shall be 10mm) or SS
304 brush finish Tower bolt of Hafele,
magnum, Kich (SS316), Doorset or
equivalent in wooden doors/ aluminium
doors with necessary screws etc complete
as approved by Architect and Engineer-in-
charge
a) 300 mm x10 mm rod size
51 5.20c b) 200mm x10 mm rod size Nos. 441 441
52 5.24 Providing and fixing indicator bolt of Kich, Nos. 490 490
Hafele or equivalent for toilet door with
necessary screws and etc. complete as
approved by the Engineer-in-charge.
53 Providing & fixing of specified height Nos. 417 417
(minimum rod size shall be 10mm) or SS
304 brush finish Baby latch of Hafele,
magnum, kich (SS316), dorset or
equivalent in wooden doors/ aluminium
doors with necessary screws etc complete
as approved by Architect and Engineer-in-
charge.
54 5.23 Providing & fixing SS-304 grade or satin Nos. 513 513
nickel plated brush finish brass butt
hinge of specific size with necessary
screws etc. complete of Dorma, Hafele,
Magnum, EPPW, Kich (SS316) make and
sample as approved by Architect and
Engineer in Charge.
a) 100 x 75 x 3 mm - with ball Bearing
55 5.22 Providing & fixing SS brush finish solid Nos. 397 397
Door Stopper of EPPW, magnum, Kich or
equivalent with necessary screws etc.
complete as approved by Engineer-in-
charge in Charge.
56 5.28 Providing & fixing 10" long (minimum rod Nos. 340 340
size shall be 15mm) "J" type satin nickel
finish nickel plated brush finished brass or
SS brush finish Aldrop of EPPW, Arch,
Magnum or equivalent with necessary
screws, pins, bolts etc. complete as
approved by Engineer in Charge.
57 Providing & fixing 8" long (minimum rod No. 219 219
size shall be 12mm) satin nickel finish
brass or SS 304 brush finish round Tadi of
EPPW, Arch, Magnum make with
necessary screws, pins, bolts etc. complete
as approved by Engineer in Charge.
9 FLOORING WORK
9.09a Providing & laying china mosaic flooring Sqmt. 480 480
for plain and curved surfaces, comprising
of 20 to 25 mm. size broken pieces of
ceramic/glazed tiles (one or more colours,
as directed), laid over cement mortar 1:6
bedding including applying cement slurry at
the rate of 2.75 kg per sq.m. , on plain or
sloped surfaces. and filling joints with white
cement. The flooring shall be tampered to
bring the mortar cream up to the surface,
77 including rounding of the junctions and
extending them upto 15 cm. along the
parapet wall. The rate shall include bands,
if different colour is used, any pattern or
design as per drawing and direction,
curing, cleaning with water and oxalic acid,
etc. complete as directed by engineer in
charge. (Wall to wall measurement will be
considered only including vata upto
required height.)
Providing and laying in position of size upto Sqmt. 2,669
100 mm x 100 mm mosaics tiles of Picolo
or equivalent approved make of required
surface finish (Glossy / Matte / Satin) for
curved surface etc. of approved make and
shade as per design and drawing. Tile is to
be fixed over 12 to 15 mm thick wired finish
plaster in cement mortar 1:4 ( 1 cement : 4
coarse sand) with keeping a groove of
(3mm width). Tile shall be fixed with
cement base tile adhesive 3 mm thickness
behind the tiles including filling the grooves
with cementitious grout and pigment of
approved shade etc. complete as approved
78 by architect and directed by engineer-in-
charge. Rate shall be inclusive of 12 to 15
mm thick wired finish plaster in cement
mortar 1:4, cement base tile adhesive
,cementitious grout and pigment, and
protection of flooring until the handling of
the project by covering the joints with
abrotaps, plastic sheet and plaster of Paris
etc. complete. (Sample to be approved
before mass
production/construction/purchase)
1)light shade
Providing and laying in position of size upto Sqmt. 3,149
100 mm x 100 mm mosaics tiles of Picolo
or equivalent approved make of required
surface finish (Glossy / Matte / Satin) for
curved surface etc. of approved make and
shade as per design and drawing. Tile is to
be fixed over 12 to 15 mm thick wired finish
plaster in cement mortar 1:4 ( 1 cement : 4
coarse sand) with keeping a groove of
(3mm width). Tile shall be fixed with
cement base tile adhesive 3 mm thickness
behind the tiles including filling the grooves
with cementitious grout and pigment of
approved shade etc. complete as approved
79 by architect and directed by engineer-in-
charge. Rate shall be inclusive of 12 to 15
mm thick wired finish plaster in cement
mortar 1:4, cement base tile adhesive
,cementitious grout and pigment, and
protection of flooring until the handling of
the project by covering the joints with
abrotaps, plastic sheet and plaster of Paris
etc. complete. (Sample to be approved
before mass
production/construction/purchase)
1)dark shade
11 PAINTING WORK
103 11.26 Providing & applying Coal Tar Epoxy of Sqmt. 271 271
approved make like Dr. Fixit (Pidilite),
Fosroc, clean coats,Sika, two component
epoxy coating in two coats as per the
mixing and application procedure
suggested by manufacturer on the
concrete surfaces. Coverage
recommended is 3.0 – 4.0 m2 Per ltr for
two coat application at the coverage rate of
approx. 250 - 300 micron DFT.
104 Providing and applying Hydrophobic Sqmt. 392 392
Silane - Siloxane coating of Dow Corning,
Wacker make or approved equivalent
make, to exposed concrete surfaces at all
heights & leads and wherever instructed
by Engineer-In-Charge. The treatment shall
be in two coats wet-on-wet or as
recommended by approved manufacturer
including preparation of surfaces by
cleaning, curing, protecting, independent
double legged scaffolding etc complete.
The rate includes the cost of all materials,
its application by specialized applicators by
spray coating with airless sprayer, cleaning
the substrate of all laitance, construction
dust, contaminants, double scaffolding,
labour etc., all complete and at all levels,
leads and heights as per particular
specification & directions of EIC.
Guarantee Bond in the prescribed
proforma shall be executed by the
contractor for the satisfactory performance
of the application for 10 years.
105 11.05a Providing & applying External 100% Sqmt. 167 167
Acrylic Paint of approved make ,colour &
shade of Asian or as per approved make in
minimum three coats (first coat with
external primer & balance two coats of
paint as per manufacturer's specification)
with brush on exterior sand faced plastered
surfaces / mala plastered surfaces/
textured surface or as per approved make
at all heights/ all floors/ all heights & all
places including scaffolding to give even
shades including thoroughly brushing the
surfaces free from mortar dropping and
other foreign matter and sand papered
smooth etc complete as per the
manufacture's specification & to the
satisfaction of Engineer in charge Newly
plastered surfaces requires minimum three
coats -(first coat with exterior primer and
balance two coats as per manufacturer’s
specifications). The rate shall also include
the cost of filler for cracks on the surfaces.
Actual surface area shall be measured and
considered without multiplying any
coefficient for payment for all places/ all
levels/ all heights.
106 11.27 Providing and applying Easy clean, Sqmt. 218 218
Washable interior 100% Acrylic paint
(Premium Plastic Paint) of approved
make like premium emulsion of Asian or
Easy Clean Rangoli of Berger or as per
approved make, color & shade in three
coats (first one coat with brush and final
two coats with roller), on newly dry interior
plastered surface at all heights, all floors,
all levels complete to give an even shade,
including required coats (minimum two
coats) white cement based putty of Birla
white / Acrylic putty of Asian paint or as per
approved make after thoroughly brushing
the surfaces free from mortar dropping and
other foreign matter and also including
preparing the surface even and sand
papered smooth etc. after applying every
coat of putty. Priming coat of alkali
resistant cement primer (water based) is to
be applied before commencement of
painting etc. complete as directed by
engineer-in-charge. Sample to be
approved by Architect and Engineer in
charge before starting of the work. The
rates shall include the cost of filler for filling
the cracks on surface for all places/ all
levels/ all heights.
125 17.01 Tree Pit -Providing and making tree pit. It Nos. 1,827 1,827
includes excavation upto 1200 mm depth
including removal of the debris, metal and
achieving the natural earth level sufficient
for the growth of the trees. Size of the pit is
800 mm x 800 mm / 800 mm dia. first 600
mm depth shall be filled with Natural good
soil. 700 mm dia. NP3 class Hume pipe
with 500 mm height to be placed on the
filled garden soil and outside area of the
Hume pipe to be filled with the good quality
earth. Hume pipe shall be filled with the
garden soil, farm yard manure and required
pesticides. etc. completed as directed by
Engineer-in-Charge.
126 17.02 Providing and fixing Tree Guard, sqm 3,448 3,448
fabricated from 25 x 25 x 3 mm angle and
32 x 32 mm of 3.2 mm thick weld mesh as
per drawing and details. Necessary
provisions for the anchoring to floor shall
be made in the tree guard. Tree guard shall
be painted with 1 coat of epoxy primer of
50 to 60 micron DFT (dry film thickness)
and 2 top coats of Metal PU Paint of having
DFT 40 to 50 micron of approved shade of
MRF or equivalent paint as per
manufacture’s specification over all the
surfaces or as specified in the drawing as
per the shade approved as per the drawing
and specification. The rate shall also
include the fixing of necessary name plate.
(Sample to be approved)
127 17.03 Providing and fixing FRC heavy duty light sqm 518 518
pole cover without frame of size 410 mm x
410 mm / 410 mm dia etc. comp. around
light poles in minimum two halves as per
drawing and as directed by engineer in
charge.
128 17.04 Providing and laying hot applied sqm 296 296
Thermoplastic road marking compound
in approved color and shade for road
marking on bituminous/ concrete road
surface 2.5mm thick using fully automatic
extrusion machine and using premelter for
melting thermoplastic Material, including
Reflectorising Glass beads @ 250 gms per
sqm are, cleaning the surface of all dirt,
dust, and other foreign matter, demarcation
at site/ premarking, finishing and managing
the traffic control etc.complete and as per
specifications, detailed drawings and as
directed. Thickness of 2.5 mm is exclusive
of surface applied glass beads as per
IRC:35 & finished surface to be level,
uniform and free from streaks and holes.
As per MORTH Specification Clause 803
129 Providing and fixing Glow studs of size Nos. 159
100x20 mm made of heavy duty body shall
be moulded ASA (Acrylic styrene
Acryloretrite ) or HIP (High impact
polystyrene) or ABS having electronically
welded micro- prismatic lens with abrasion
resistant coating as approved by Engineer
in charge. The glow stud shall support a
load of 13635 kg tested in accordance with
ASTM D4280. The slope of retro- reflective
surface shall be 35 (+/-5) degress to base
.The reflective panels on both sides with at
least 12 cm of reflective area up each side.
The luminance intensity should be as per
the specification and shall be tested as
described in ASTM I: 809 as recommended
in BS: 873 part 4 : 1973. The studs shall be
fixed to the Road surface using the
adhesive conforming to IS, as per
procedure recommended by the
manufacturer complete and as per
direction of Engineer-in-charge.
131 b) 450 mm dia. RCC NP4 Pipe Rmt 909 9 110 1,028
132 c) 600 mm dia. RCC NP4 Pipe Rmt 1,671 17 203 1,890
133 d) 1200 mm dia. RCC NP4 Pipe Rmt 6,283 63 761 7,107
134 Providing and fixing M.S 10 mm dia Nos. 300 300
coated HDPE steps of size 375 x 150 x 25
mm, in line and level etc. complete
135 Lifting, relocating and refixing of Nos. 50,000
existing statue on site without any
damage to the statue. Lifting shall be done
mechanically after dismantling the existing
foundation, if any, to location as per
drawing without any damage to the statue.
Refixing the statue on location as per
drawing and as per the instructions of
engineer in charge. The rate shall be
inclusive of machinary, labour and
materials required for lifting and relocating.
The excavation, concrete and
reinforcement for foundation for new
location shall be paid in relevant tender
items.
136 Providing, factory fabricating, sqm 14,812 14,812
transportation, assembling and erection in
position of tensile membrane roof with
steel structure, Spiral Strand Hot Dipped
Galvanised Cable, etc. with all lead & lifts
with following specification as under:
i) Design, Engineering, Patterning, Supply,
fabrication of Arch roof structure with Glass
Fibre Silicon Fabric / Glass fibre Teflon
Coated (PTFE Fabric) Membrane
(including - Procurement, Import, Duties,
Taxes, Fabrication, packing, transportation
to site & installation). All CNC Plotting/
Cutting & all joints/ seams to be Welded
under appropriate pre-stress to avoid any
creep / wrinkles & water leakage - ready to
install
ii) The structure of steel members using
structural steel hollow tubes of Grade YSt
310, conforming to IS-1161 and IS 4923
with latest amendments, to the required
profile, curvature and shape as called for
as per the drawings and specifications.
This item includes preparation of
fabrication shop drawings and their
approval, necessary templates, adequate
temporary supports, scaffolding and
staging, all cutting, grinding, surface
treatment, painting, welding (using
iii) Spiral Strand Hot Dipped Galvanised -
Cable as per size and length with one end
SS304 Grade Adjustable Socket & one end
fixed socket fitting swaged end terminals -
pre-stressed - ready to install. The work
shall consist of the fabrication and supply
of all the structural cables and fitting for the
tensioned membrane structures as shown
in the drawing.
iv) The mode of measurement shall be
actual plan area of tensile fabric at roof
level, measured in square meter.
Providing and fixing plastic seat & cover for Each 377
wash down water closet with C.P brass
176 18
hinges and rubber buffers. (B) Black plastic
seat & cover.
Providing and fixing G.I. inlet connection Each 18
177 19 for flush pipe with W.C. Pan
BORE WELL :-
“Boring of 200 mm diameter bore & sinking Nos. 895910
up to 200 mtr depth, Charges for electro
logging for tube well, Charges for mud
cutting & disposal by Tanker day to day
from the site without staking at site,
Charges for Cement sealing work if
required, Providing, Laying. Testing &
Commissioning of 150 mm dia NB MS
ERW pipes having minimum 5mm
thickness with square face & chaplas
confirming to IS-4270 Size: 150mm dia,
150mm Johnson filtration make continuous
slotted strainer pipe having minimum
tensile strength 18mt collapsible strength: 3
kg/sq. cm in slot opening of 1mm slot
opening, 150mm Johnson filtration make
continuous slotted strainer pipe having
minimum tensile strength 18mt collapsible
strength : 3 kg/ sq. cm. in slot opening of
1.5mm slot opening, Cost of bail plug 150
mm dia x 5 mm minimum wall thickness x 5
mt. length with welded cone at the bottom
with 55 mm length x 1.5 mm width 2900
Nos. Slot in 3 mt. length of bail plug at the
bottom, 150 mm dia. Well cap as per
requirement, Supplying, washing and
shrouding with approved gravel, the
annular gap between the casing pipe and
223 1 the remaining annular space to be filled in
with puddle clay (for which no
measurement will be taken and paid
for),Washing and developing the tube well
with the air compressor and furnishing yield
test by continuous pumping with air
compressor for minimum 4 hours till the
availability of sand free clear water or as
specified, Including cost of fuel and
necessary equipment, Supplying, installing
and connecting on site suitable approved
make flat type cable for above submersible
pump with P.V.C. clamps at every 1.5 m.
distance etc. complete as per approved
sample and as directed Providing of 50mm
dia UPVC heavy quality column pipe, as
per IS 12818-2000 with all fittings, coupler
& wire lock Supply of following size of TOP
& BOTTOM accessories i.e. adaptor set
(CI) long, pump guard set, starter pipe
rubber ring for submersible pump & UPVC
column pipe as directed by Engineer - in –
charge with necessary plumbing as
required, Providing & fixing of sluice valve
as per tender specification”
annular gap between the casing pipe and
223 1 the remaining annular space to be filled in
with puddle clay (for which no
measurement will be taken and paid
for),Washing and developing the tube well
with the air compressor and furnishing yield
test by continuous pumping with air
compressor for minimum 4 hours till the
availability of sand free clear water or as
specified, Including cost of fuel and
necessary equipment, Supplying, installing
and connecting on site suitable approved
make flat type cable for above submersible
pump with P.V.C. clamps at every 1.5 m.
distance etc. complete as per approved
sample and as directed Providing of 50mm
dia UPVC heavy quality column pipe, as
per IS 12818-2000 with all fittings, coupler
& wire lock Supply of following size of TOP
& BOTTOM accessories i.e. adaptor set
(CI) long, pump guard set, starter pipe
rubber ring for submersible pump & UPVC
column pipe as directed by Engineer - in –
charge with necessary plumbing as
required, Providing & fixing of sluice valve
as per tender specification”
Part - A - SPRINKLER
Sr. No. Item Description Unit Rate in Rs.
SPRINKLER , DRIP & HYDRANT IRRIGATION SYSTEM
1.0 Piping Network
Providing of PVC pipes (IS:4985- 88), and fittings & Accessories like tees, elbows,
Mtr 572.00
bends, junctions, Reducers etc; as required/directed at site
a) PVC Pipe 4" Sch 40
1.1 b) PVC Pipe 3" Sch 40 Mtr 402.00
1.2 c) PVC Pipe 2.5" Sch 40 Mtr 308.00
1.3 d) PVC Pipe 75mm x 10kg/cm2 Mtr 226.00
1.4 e) PVC Pipe 63mm x 10kg/cm2 Mtr 158.00
1.5 f) PVC Pipe 040mm x 10 kg/cm2 Mtr 69.00
1.6 g) PVC Pipe 2" Sch 40 Mtr 189.00
1.7 h) PVC Pipe Sch 40 1" Mtr 90.00
1.8 i) RCC Hume Pipe Half Round 3" to 6" Mtr 170.00
Providing of Non-Potable Water Marked Rotary or Spray Pop-up sprinkler 4" (5
2.0 to 7 Mtr Redius) with Check Valve, Wiper Seal, Flow Shield complete with required Nos 675.00
nozzle
2.1 Providing of Swing Joint 1/2" with PP Clamp Saddle with Chromed Nut Bolt & Nitrile Nos 170.00
Rubber Gasket
2.2 Providing INLINE Drip Pressure Compensating 16mm 18" Spaced 2 to 3.5 LPH, 4 Mtr 30.00
Bar Pressure Rating, 1.2mm Thickness, Brown Color
2.3 17mm Insert Fittings - Brown Color - Take Off, Elbow,Tees, End Cap Set 55.00
2.4 9" Long Lateral Hold Stake - MS Gavanized Nos 9.00
2.5 Providing of 16 mm - 4 Bar Pressure Rating, 1.2mm Thickness, LEED Compliance, Mtr 14.00
Brown Color, PE pipe -together with all required accessories.
Valves
3.0 Providing of Various Valves with required Fittings & Tapping PP Clamp Nos 43,500.00
Saddles with Chromed Nut Bolt & Nitrile Rubber Ring
a) Master Valve Diapharm Solenoid Valve Flanged 110mm (4)" PN 10
3.1 b) PVC Ball Valve 63mm PN 16 Nos 1,350.00
3.2 c) 1" Double Acting Air cum Vacum Release Valve with GM Valve Nos 2,950.00
d) Lockable Quick Coupling Hydrant valve 1" with Four Sets of Key & Sweilve
3.3 Nos 5,250.00
Elbow
3.4 e) Rectangular Valve Box 12' Nos 1,850.00
3.5 f) Round Valve Box 7" Nos 750.00
3.6 g) Water Meter 4" Nos 78,000.00
3.7 h) Non Return Valve 4" Nos 9,500.00
3.8 i) Round Valve Box 10" Nos 900.00
3.9 j) PVC Ball Valve 90mm Nos 2,750.00
3.10 k) PVC Ball Valve 75mm Nos 2,350.00
3.11 l) PVC Butter Fly Valve 4" Nos 7,800.00
Automation
Providing Automation Items for Irrigation with all its required accessories.
4.0 Set 42,500.00
a) Irrigation Controller 8 to 48 Station, Out Dorr, 230 VAC Unit, Capable of running
4 Independent Programs with Power Back up Lithium Coin-Cell Battery
4.1 b) 2" Solenoid Valve - 2" BSP Female Threaded, Pressure - 1 to 10 Bar Nos 5,005.00
4.2 c) Double Seathed Direct Barrier Irrigation Automation Cable 1.5 Sq.MM Black Mtr 20.00
4.3 d) Votage Stabilizer 1 Kva Nos 12,500.00
4.4 e) Weather Prrof Cable Connection DBY Nos 150.00
4.5 f) Valve - Pressure Regulating Nos 3,200.00
Filteration Unit
Providing Fully Automatic Self Cleaing Filter, Pressure Differential Based, 80/110
5.00 Nos 335,000.00
Micron, Flanged End & all required Accesories
a) Screen Filter Self Cleaning 3" - 40m3
b) Header Assembly 4"/ 6 " for Each Filter & Pump saction Made of Galavnized
5.1 Nos 38,500.00
Pipes or PVC Sch 80 Pipe Fittings
5.2 c) Glyserene Filled Pressure Gauge 2" Dia Nos 550.00
Pump Station - Providing, of VFD Based Pump Station giving flow of 9 lps at 35 m
6.0 head complete Set (2 working + 1 stand By) with Pressure Tank, Panel & all Set 383,700.00
required accessories.
Exacavating, Laying, Joiting & Commissioning PVC Pipes from 250mm OD to
25mm OD, Trench Size minimum 600mm Deep for Main Lines, 300mm to 450mm
Deep for Submain Lines, Backfilling with compaction and removing excess soil up
7.0 to 50m Lead from site. Includes Installation & Commissioing of all Irrigation Mtr 102.00
hardwares like Sprinklers, Dripper, Drip Lines, Valves, Saddles, Swing Joints,
Valve Boxes, Filter Unit & Automation Items Complete as per drawing,
specifications, instruction & directions of the Engineer-in-charge.
7.1 Providing & Fixing Suitable Thrust Block for Main Line at Bend, Tee etc. Nos 1,000.00
Sr. No. Item Description Unit Rate in Rs.
Operation & Maintenance of Irrigation System Daily Operation of Irrigation System
by using Automation, Routine Check up of Pump Station, Cleaning of Screen Filter,
8.0 Cehcking Cable Connection, Valves & Servicing them as per requirement. Months 7,000.00
Attending minor repair works as & when required. Maintaining Daily Log sheet
provided.
SITC of Gear Drive Pop up Sprinkler 8-12 meter Radius Rotor with Check Valve of
8.1 Nos 800.00
Rain Bird / Toro make
8.2 SITC of Spray Pop Up Sprinkler 3 to 5 Meter Radius of Rain Bird / Toro make Nos 220.00
8.3 SITC of Swing Joing 3/4" of Rain Bird/Toro make Nos 130.00
8.4 SITC of Swing Joint 1/2" of Rain Bird/Toro make Nos 115.00
8.5 SITC of PP Clamp Saddle 3/4" PN 16 of Astore/Cepex make Nos 75.00
8.6 SITC of PP Clamp Saddle 1/2" PN 16 of Astore/Cepex make Nos 60.00
Bore well - Inclusive of Drilling , Devloping , Providing Casing Pipe , Pump, cable ,
9.0 Panel , Column Pipe etc. a complete borewell construction job Meter -
a) Casing Pipe 8" Dia using MS / PVC Deep Well Pipe - Plain & Ribbed Screen
9.1 b) Column Pipe 4" Galvanized or uPVC Pipe Meter -
c) Submersible Pump V6 having discharge of 9 LPS @ 140 Mtr Head with Auto
9.2 Nos -
Level Panel with Centrifugal Seperator / Filter of 40m3
d) Pilot Drilling of 20" Dia, making of Pit, Gravel Providing & Packing, Loweing of
9.3 Pipes, Compressor development using Top line Air Line, Lowring of Pump, Cable, Job -
Fixing of Auto Level Panel & other civil work
e) Hot Deep Galvanised with Powder coated Header for Distrubution 4" including
9.4 Nos -
all required Fittings to connect with Valves on Water Supply Main Line
f) Dewatering Pump 4” Outlet, MOC – CI Pump Flow – 10 lps @ 12 m with
9.5 Nos 39,600.00
Dischrge Line 4" & Valves
10.0 DWC / PE Crossing Sleeve Pipes 6" Meter 532.00
10.1 DWC / PE Crossing Sleeve Pipes 4" Meter 369.00
10.2 DWC / PE Crossing Sleeve Pipes 3" Meter 296.00
PART - B - PIPING
1.0 Piping Network
Providing of PVC pipes (ASTM STANDARD), and fittings & Accessories like tees,
elbows, bends, junctions, Reducers with support claim at existing structure etc; Mtr 200.00
as required/directed at site
a) PVC Pipe 1.5" Sch 40
1.1 b) PVC Pipe 1"" Sch 40 Mtr 150.00
1.2 c) LLDPE 16MM X 4KG/CM2 Mtr 100.00
1.3 PVC 110 mm x 6 Kg/cm2 mtr 450.00
PVC 90 mm x 6 Kg/cm2 mtr 340.00
PVC 75 mm x 6 Kg/cm2 mtr 240.00
PVC 63 mm x 6 Kg/cm2 mtr 200.00
Providing of Fogger above hieght 2to8 mtr with support clamp/ wire with 28 LPH
2.0 discharge at 4kg/cm2 pressure , spray pattern must be in mist form with Check Nos 200.00
Valve, wight block etc as per required/directed by engineer
3.0 Providing Pump with pressure switch , tank, & complete header with valve L.S 20,500.00
assembly with 1.5 LPS flow & 45 Mtr Head with accessories
4.0 Nos 8,500.00
Providing Disc type Filter of 7M3/hr flow with assembly PN -10 with accessories
5.0 Providing of Time Base Controller with neccesory arrangement as per require/ Nos 4,500.00
directed at site
Valves
6.0 Providing of Various Valves with required Fittings & Tapping PP Clamp Nos 3,250.00
Saddles with Chromed Nut Bolt & Nitrile Rubber Ring
a) Diapharm Solenoid Valve Flanged 1" PN 10
6.1 b) PVC Ball Valve 1" PN 16 Nos 1,250.00
6.2 c) 1" Double Acting Air cum Vacum Release Valve with GM Valve Nos 2,505.00
6.3 e) Rectangular Valve Box 12' Nos 1,850.00
6.4 f) Round Valve Box 7" Nos 750.00
6.5 g) Water Meter 1" Nos 12,500.00
6.6 h) Non Return Valve 1.5" Nos 2,250.00
Exacavating, Laying, Joiting & Commissioning PVC Pipes from 50mm OD to 25mm
OD, Trench Size minimum 600mm Deep for Main Lines, 300mm to 450mm Deep
7.0 for Submain Lines, Backfilling with compaction and removing excess soil up to 50m Mtr 105.00
Lead from site. Includes Installation & Commissioing of all Items Complete as per
drawing, specifications, instruction & directions of the Engineer-in-charge.
Providing & fixing PVC Floor Trap OR multi floor trap of 75mm dia diameter, with
necessary distance piece of 75mm dia pipe and 150 * 150 mm grating,making
8.0
necessary SLAB/WALL holes and cutting wall,etc comlete.( Supreme
/Finolex/Prince/Astral Makes)
8.1 110 mm x 75 mm Nos. 516.00
8.2 110 mm x 50 mm Nos. 450.00
8.3 110 mm x 110 mm Nos. 700.00
Sabarmati River Front Development Project
Name of work:- Electrial Maint & supply work BOQ for Garden
SL. Description UNIT RATE
No.
Electrical works
1 Nos
6.0 Panels_Section Feeder Pillar ( Outdoor Type - A)
6.1 Supplying, unloading at site, shifting to site, assembling, leveling, grouting, erecting,
Testing, & Commissioning double compartmentalized Double door type section feeder
piller with IP 55 protection & should be powder coated fabricated from 10 Guage CRCA
sheet & folded channel totally enclosed cubical type with pad lock arrangement. The 108,703.00
successful tenderer will have to prepare general arrangement with dimensions (referring
the typical elevation drawing provided) & get it approve through Architect/ Consultant. All
civil work including RCC platform for section pillar should be in scope of Electrical
contractor complete in all respect as per detail drawing and directed by engineer in
charge.
2 Panels_Section Feeder Pillar(30 KW) ( Outdoor Type - B) Nos
Height = 750 mm, Length = 750 mm , Stand 40x40x 6 mm Angle, Height = 950 mm,
Length = 900 mm , width = 600 mm incoming Switch 100 A MCCB , 100 A ELCB (100
25,000.00
mA sensitivity) with 4 Nos. 40 A Fp MCB as outgoing ( with 450 x 450 mm cast iron
earthing plate, 25 x 3 GI earthing strips with erection including all materials, labour etc.
complete in all respect.
3 Panels_Section Feeder Pillar(90 KW) ( Outdoor Type - C)
Height = 1500 mm, Length = 900 mm , Stand 40x40x 6 mm Angle, Height = 950 mm,
Length = 900 mm , width = 600 mm incoming Switch 300 A MCCB with earth leakage
nos 45,000.00
relay with 6Nos. 40 A FF MCB as outgoing ( with 450 x 450 mm cast iron earthing plate,
25 x 3 GI earthing strips with erection including all materials, labour etc. complete in all
respect.
4 Supplying & erecting approved make Digital time switch having lithium cell 6 years operative and operate battery
backup 1 channel day clock with 14 memory programme, suitable to operate on 240V + 5%, 16A with, floating
contacts Minimum switching setup time 1 minimum & LCD display. Also comprised permanent ON/OFF switching. 3,700.00
Programming switches & housed in fire proof thermoplastic enclosure & transparent cover erected as required with
necessary connection erected as directed.
5
Supplying and erecting approved make Segment time switch suitable for 230V+10%16A. floating contacts with 24
hour dial having15/30 min. segments with early manual override switching for on & off without influencing the
2,600.00
program sequence with quartz time switch With power reserve, housed in fire proof thermoplastic enclosure &
transparent cover terminal covers erected as required wire necessary connection erected as directed.
6 Providing and erecting approved make light control unit suitable to operate on 230V +20% having ON/OFF delay
time of 30-50 seconds and having facility for Auto/manual system having two LDR lens to intensity light having 2,645.00
capacity of 5A complete erected on section pillar with pipe and stand.
7 Supplying & erecting power contactor for time switch complete erected as per direction Cat III
8 [A] 2 Pole 250V 12 Amp. 930.00
9 [B] 2 pole 250V 32 Amp. 2,200.00
10 [C] 4 pole 440V 16 Amp. 1,000.00
11 [D] 4 pole 440V 40 Amp. 3,250.00
12 DISTRIBUTION BOARD Nos
TPN Distribution Board :
Supplying, assembling, grouting, leveling, installation, Connecting & testing D.B of
specified make but without MCB / ELMCB/MCCB etc but with all internal busbar as per
5,683.00
requirement.
Supplying, erecting, testing and commissioning of only TPN D.B. with space for FPMCB
as incoming and space for DPELMCB and 4 SPMCB as outgoing per phase (i.e. 8 way
TPN D.B.) equivalent to MDS cat no 607717 with 8 way PPI kit cat no.607892
13 Supplying, erecting, testing and commissioning of SPN D.B. with space for DPELMCB Nos
1,280.00
as incoming and 8 SPMCB as outgoing . (i.e. 12 way D.B.)
14 Supplying, erecting, testing and commissioning of SPN D.B. with space for DPELMCB nos
990.00
as incoming and 4 SPMCB as outgoing . (i.e. 8 way D.B.)
15 nos
SITC of led floodlighting luminaire capable of giving uniform lighting over the period of luminaire. Luminaire should
have dedicated floodlighting optics with beam option of 15x15,60x60,20x130 degree.Light output should be atleast
10000 lumens with all systems on. Luminaire should have led life of 50000hrs burning hours at 70% lumen
31,500.00
maintenance. It should be capable of working on power supply from power supplies and should be capable of
operating on line voltage. Wattage consumption should be 100w at maximum output.. Luminaire should be IP 65
protected and it should UL/cul.FCCclasss A, CE, PSE certified. OLUX LED Flood Osram/Philips /Lumnpulse/Griven.
16 nos
Earthing Providing and laying of following tined copper / GI plate electrode, with 2 Nos 50 x 6 mm copper strips
from earth plate electrode to inspection chamber, 50 mm dia medium class GI pipe, CI funnel with 20 gauge GI
wire mesh, masonry chamber 1000 x 500 mm with concrete base C I heavy duty / chequered plate manhole cover
13,000.00
with frame painted with bitumastic paint and packing with mixture of charcoal and common salt around plate
electrode including digging of pit up to permanent moisture level and as per soil condition but not less than 3
meters and back filling as required. 600 x 600 x 3.15 mm cu.plate
17 25 x 3 mm cu. Tape mtr 575.00
Page 1
18 PVC & HDPE Conduits Supply & laying of 25 mm dia. rigid PVC conduit of 2.0-2.2 mm thick heavy gauge with all mtr
35.00
accessories.
19 Street Light Poles Supply of GRP / FRP Pole having following specifications: GRP Light Pole made by CNC nos
filament winding machine using thermoset resin polyester/epoxy resin system) having minimum 62% glass
content. The pole should be in one piece and tapered round in shape, having smooth finish and should be totally
free from corrosion as well as non conductive & shock proof Pole should be provided with FRP Anchor Base and it
should be heavy duty, or MS Material duly painted with Epoxy paint.Pole should be flame retardant as per IS 6746.
Resin used shall be UV resistance and pigmented. Deflection of the pole shall not exceed more than 10% of the
16,000.00
length of pole for the given load“? Pole should be generally made as per the dimensional data, performance
criteria and some interchangeability features of poles as per standard ANSI C 136.20 latest version or ASTM D
4923/01 . The size of pole and type of installation are as below .(1) Suitable for base plate mounting single arm
Bracket.[D] Overall length of 4 Mtr. Average Thickness: 7mm. Top/ Bottom OD Dia A/F 89/145 mm ± 2mm approx.
Approx. Weight of Pole 19 kg approx. (Without Base) Anchor Base (Size 250X250 & 12mm th.) 1) 4 way
connector and 6A MCB 2) 50 mm diameter DWC pipe for each cable entry. Pipe length is up to 3.5 mtr. Per cable
3) Wiring
20 Supply up to the light
& installation of 8fixture from
Mtr high thedecorative
G.I. junction box using 3core
Octagonal 8.0 xmtr
1.5height
sq.mm. flexible
above thecopper
groundwires
level /having
Fixturetop
of nos
70.0mm O.D. &bottom 190.0mmO.D. with avg. thickness of 3.0mm. The column shall also be provided with flush
door at the bottom with proper strengthening to the cutout of the door opening. A junction/ looping box with 32
Amps heavy duty connector shall be built into the pole. street light pole with Single Arm Bracket / arrangement for
the top mounting fixture as per drawing. 1) 4 way connector and 6A MCB 2) 50 mm diameter DWC pipe for each
15,550.00
cable entry. Pipe length is up to 3.5 mtr. Per cable 3) Wiring up to the light fixture from the junction box using
3core x 1.5 sq.mm. flexible copper wires / Fixture of specified make. 4) Spiral/Coil Type Earthing from the 8 swg
Cu. Wire of 2.5 mtr. With the suitable size pipe with clamps and painting. 5) Radium strip of two color at suitable
height & Pole Numbering as per Client / Consultant's instruction 6) Foundation with Foundation bolt as per typical
detail
21 Supply, erecting, testing, commissioning of 4 Mtr. GI decorative pole of 165 OD X 4.80 Nos
mm thk. With 400 X 12 mm round flange with integral type junction box with necessary
reducer / coupler for fixing of light fixtures (post top lantern) & Hinged access door with
allen key & gasket require to access the integral junction box, integrated junction box
having 6 way connector, 1 No. 2A SP MCB with din rail channel, 8mm thk. Hylem sheet,
12x2 mm thk. GI Patti Clamp, with necessary required hardware, necessary welding & 12,001.00
Fabrication work complete in all respect as per given detail with one coat of zinc oxide
complete in all respect as per Drawing. Rate shall be including PU paint of shade as per
drawing or as directed by Architect and rate shall be inclusive of foundation work earthing
complete in all respect as per requirement as per site condition with cost of the chemical
grouted Anchor fastener.
22 supply of 45w post top leteran light fixture as per lower and upper prominad design-CG make nos 10,260.00
23 supply of reflecter dish 800 mm dia,8mm thick for post top leteran fixture as per lower and upper prominad design- nos
2,800.00
CG make
24 supply of supports for reflector dish for 45 watt post top leteran fixtureas per lower and upper prominad design-CG nos
600.00
make
25 Supplying and laying following sizes Double walled corrugated HDPE pipes Rmt.
confirming IS 14930 Part 1 & Part 2 of approved make in open / concealed in manner
including excavation and back filling (if required) as per layout and drawing and re-filling 300.00
the trenches etc. complete as directed. (NP Class)
1)120 MM OD DWC Pipe
26 2) 90 MM OD DWC Pipe Rmt. 215.00
27 3) 50 MM OD DWC Pipe Rmt. 145.00
28 Cable Trench Making trench in soft soil of suitable width of 90 cms deep for laying cable or locating the fault all mtr
over the run and backfilling the same and making the surface proper. Providing and erecting iron clad cable route
70.00
marker duly marked with ELE.CABLE of size 23 cms.X 12 cms. Flushed with ground in cement foundation as
directed by Engineer in charge. The width shall be as per requirement
29 P.A. System SITC of Garden Speaker with Rated Input 30 W (100 V line), 15 W (70 V line),Rated Impedance 100 nos
V line: 330 O (30 W), 70 V line: 330 O (15 W), Sensitivity: 87 dB (1 W, 1 m), GS 302 Frequency Response 100 Hz
- 8k Hz, Speaker Component: 12 cm splash-proof cone-type, Water Capability: Equivalent to IPX4 Input Terminal:
5,700.00
Push-in terminal, Operating Temperature: -10 ? to +50 ? (14 F to 122 F). Make: TOA/ NEXO / NILES / Quest /
Soundtube / Sonodyne Scope also includes the suplly of IP68 Junction box near each speaker for cable
termination.
30 SITC of 4 core 1.5 sq.mm. copper flexible Shielded armored cable in Existing pipe / PCC Make: Polycab / R.R nos
55.00
cable / Mecab / Darshan plus / Flexible / Kraystal / Amata / Beldon / Cali Plast
32 SITC of CAT6 STP cable with armoured cable with digging Impedance: 100+15 Ohms Mutual Capacitance, Max. mtr
nf/1000 ft.: 17.1 DC Resistance, Max. Ohms/1000 ft.: 28.6 DC Resistance Unbalance of a pair: 5% Max.
Capacitance Unbalance (Pair to Ground): 330pf/100m Max.Propagation Delay Skew: 25 nS/100M Normal Velocity 35.00
of Propagation: Plenum FEP insulated 69%, Non-Plenum insulated 66% Make: Polycab / R.R cable / D-link /
Audiotech
33 set
34 PointWiring Point wiring for Light Nos
/ Bell with 2-1.5 sq.mm &
earth wire of 1.5 sq.mm (green) both are of ISI marked
424.20
FRLS PVC insulated multistrand copper wires, in
existing pipe duly erected complete with 6A Modular
type switch / bell push & accessories and earth
Page 2
35 Point wiring for secondary light point with 2-1.5 Nos
121.20
sq.mm & earth wire of 1.5 sq.mm (green) both are of
36 Point wiring for FAN with 2-1.5 sq.mm & earth wire Nos
606.00
of 1.5 sq.mm (green) both are of .
37 One 6 A x 5 pin 250 Volt socket outlet point Nos 242.40
38 6 A x 5 pin 250 Volt switched socket outlet point at Nos
449.45
convenient location. ( Plug & Switch can be together or at different location
39 Wiring for the 250 volts single phase and Nos
neutral 16 amps switched socket outlet with 2.5
676.70
sq.mm FRLS flexible copper conductor 1100 volts
grade wires of approved make in concealed
40 Wiring for the Exhaust fan point with 1.5 sq.mm Nos
FRLS flexible copper conductor 1100 volts grade 424.20
wires of approved make in concealed
41 Wiring for the UPS / Comp. / Raw Power outlet with Nos
2 nos. of 250 volts single phase and neutral 16 amps
switched socket outlet with 2.5 sq.mm x 3 core 1,333.20
FRLS flexible copper conductor 1100 volts grade
wires of approved make in concealed
42 Providing and erecting 1.6 - 1.8 mm thick FIA approved and ISI mark (embossed) RIGID PVC PIPES of following
size complete erected with necessary PVC fittings & Junction boxes fixed with adhesive solution & Clamps with
following type of erection.
2) For erecting concealed in RCC / Brick wall/slab along with continuous fish wire to draw mains, laid in approved
manner with plastering by cement mortar & finishing the surface to match the wall/ceiling.
Supply and laying of 25 mm rigid PVC pipe of 1.6-1.8 mm thickness
43 Supply and laying of 25 mm rigid PVC pipe of 1.6-1.8 mm thickness Rmt. 32.32
44 MAINS : ( not for Point wiring ) Supplying and Laying of mains with Cu. PVC insulated flexible wire with ISI and
FIA approval for 650 V/ 1100 V with earth wires of Cu. PVC insulated flexible wires with ISI approval for 650 V/
1100 V as earth wires to be drawn in Suitable dia rigid PVC Pipe of Heavy Gauge ( Scope Also includes Supply of
with.)
45 Supplying and Laying of 4 nos. of 10 sq mm Cu. FRLS flexible wires with 2 nos 4 sqmm Cu. FRLS flexible wires Rmt.
429.25
to be drawn in 2 nos. of 40 mm dia Pipe
46 Supplying and Laying of 4 nos. of 6 sq mm Cu. FRLS flexible wires with 2 nos 2.5 sqmm Cu. FRLS flexible wires Rmt.
262.60
to be drawn in 2 nos. of 40 mm dia Pipe
47 Supplying and Laying of 2 nos. of 10 sq mm Cu. FRLS flexible wires with 1 nos 4 sqmm Cu. FRLS flexible wires Rmt.
237.35
to be drawn in 40 mm dia Pipe
48 Supplying and Laying of 2 nos. of 6 sq mm Cu. FRLS flexible wires with 1 nos 2.5 sqmm Cu. FRLS flexible wires Rmt.
146.45
to be drawn in 40 mm dia Pipe
49 Supplying and Laying of 2 nos. of 4 sq mm Cu. FRLS flexible wires with 1 nos 2.5 sqmm Cu. FRLS flexible wires Rmt.
111.10
to be drawn in 25 mm dia Pipe
50 Supplying and Laying of 2 nos. of 2.5 sq mm Cu. FRLS flexible wires with 1 nos 1.5 sqmm Cu. FRLS flexible Rmt.
80.80
wires to be drawn in 25 mm dia Pipe
51 Supplying and Laying of 2 nos. of 1.5 sq mm Cu. FRLS flexible wires with 1 nos 1.5 sqmm Cu. FRLS flexible Rmt.
60.60
wires to be drawn in 25 mm dia Pipe
52 Supply & Laying of 1.5 sq mm x 3 core round flexible wire in Prelaid pipe / Raceway. Rmt. 45.45
53 Supply & Laying of 2.5 sq mm x 3 core round flexible wires in Prelaid pipe / Raceway. Rmt. 75.75
54 Supply & Laying of 4 sq mm x 4 core round flexible Cu wire Rmt. 176.75
55 Supply, Assembling, grouting, leveling Connecting nos
& testing D.B of IP 43 of specified make.
13,346.14
Distribution Board-VTPN
Page 3
66 70 sq.mm x 3.5c Al. XLPE Arm. Cable Rmt. 459.55
67 50 sq.mm x 3.5c Al. XLPE Arm. Cable Rmt. 353.50
68 35 sq.mm x 3.5c Al. XLPE Arm. Cable Rmt. 272.70
69 25 sq.mm x 4 c Al. XLPE Arm. Cable Rmt. 242.40
70 16 sq.mm x 4 c Al. XLPE Arm. Cable Rmt. 181.80
71 10 sq.mm x 4 c Al. XLPE Arm. Cable Rmt. 166.65
72 Providing and erecting XLPE(IS:7098)(I)-88 ISI armoured cable multistrand Copper conductor for 1.1 KV. to be
laid on wall with necessary clamps or in existing trench / pipe at road crossing or floor of following size of
cables.
73 (A) 4 core 2.5 Sq. mm nos 250.00
74 (A-1) 4 core 4 Sq. mm nos 340.00
75 (B) 4 core 6 Sq. mm nos 480.00
76 (C) 4 core 10 Sq. mm nos 770.00
77 (D) 4 core 16 Sq. mm nos 1,160.00
78 (E) 4 core 25 Sq. mm nos 1,770.00
79 Mains with ISI marked, 1.5KV grade electrolyte multi stranded, annealed copper conductor with heat resistant PVC
insulated conforms to IS 694, IEC - 227 erected in existing pipe of following size (Specifically for control panel, relays,
power switchgears, motor starters & control wiring) with required size of copper lugs, nuts and bolts if required.
Page 4
119 25 x 3 mm cu. Tape Rmt. 343.40
120 SITC of IP66 Water Tight Junction Box 167mm x Nos
9,595.00
125mm x 82mm With necessary clamp for mounting of the J.B.
121 Construction of Brick masonry cahmber 600*600mm Nos. 10,100.00
122 Construction of Brick masonry cahmber 750*750mm Nos. 12,120.00
123 Construction of Brick masonry cahmber 1000*1000mm Nos. 15,150.00
124 Supply of Stainless Steel 304 Gr stands/ABS Casing for 6 X 3 watt LED light. Nos. 387.89
125 Supply of Waterproof joints. Nos. 197.50
126 Supply of constant voltage LED driver input AC 220-250 volts,output DC. Nos. 9,451.86
127 Supply of 304 Gr Stainless steel Debris collection strainer complete as required. No. 9,330.84
128 supply submersible pump moter set (1 hp)- 3 phase no 12,450.00
129 supply submersible pump moter set (1.5 hp)-3 phase no 14,200.00
130 supply submersible pump moter set (2 hp)-3 phase no 14,700.00
131 supply submersible pump moter set (3 hp)-3 phase no 15,870.00
132 supply submersible pump moter set (5 hp)-3 phase no 19,800.00
133 Repairing/Rewinding of 7.5 HP 3 Phase Borewell (including lowering/lifting/bearing/services/bush bearing/nut bult
Per Job 19,000.00
and other materials used for reparing)
134 Lowering And Lifting submersible motor pump set complete with required. Nos. and size of casing pipes erected
by means of proper chain pulley block & pipe wrenches after checking of threads of each pipe with coupling to take
the load of the pump set and pipe assembly filled up with water.
135 (a)Above 120 mtr. Per Job 4,500.00
136 Removing the pump set from foundation after removing suction & discharge connection pipes & all wiring
connections taking it to workshop & open it for fault finding , refitting the same, after carrying out repairing, taking
back on site refitting on foundation with pipe & wiring connections & put in working condition. (Excludes cost of
repairing. Includes to & from transportation)
137 (a) Up to 3 HP Job 230.00
138 (b) Above 3 HP to 7.5 HP Job 350.00
139 (c) 10 Hp to 20 HP Job 450.00
140 Removing deteriorated gasket, gland packing, washer nuts & bolts before refitting of motor pump set.
141 (a) Up to 3 HP Nos 110.00
142 (b) Above 3 HP to 7.5 HP Nos 165.00
143 (c) 10 Hp to 20 HP Nos 215.00
144 Rewinding of 3 phase 440V motor as per original winding design by using super enamelled copper Wire and
putting the same in working condition as per original.
145 (a) Upton 1.0 HP Nos 840.00
146 (b) Up to 2 HP Nos 1,040.00
147 Rewinding of , 3 phase 440V motor as per original winding design by using super enamelled copper Wire and
putting the same in working condition as per original.
148 a)3 H.P Nos 1,380.00
149 b)5 H.P Nos 2,500.00
150 c)7.5 H.P Nos 3,140.00
151 d)10 H.P Nos 3,950.00
152 d)12.5 H.P Nos 5,390.00
153 e)15 H.P Nos 6,500.00
154 f)20 H.P Nos 7,750.00
155
Replacing burnout unserviceable ball bearing /roller bearing suitable for following motors for mono block pump sets
156 (A) For 1 H.P. motor/pump Ea. 240.00
157 (B) For 2 H.P. motor/pump Ea. 330.00
158 (C) For 3 H.P. motor/pump Ea. 400.00
159 (D) For 5 H.P. motor/pump Ea. 460.00
160 (E) For 7.5 H.P. motor/pump Ea. 560.00
161 (F) For 10/12.5 H.P. motor/pump Ea. 770.00
162 (G) For 15 H.P. motor/pump Ea. 940.00
163 (H) For 20 H.P. motor/pump Ea. 980.00
164 Dewatering sump well by hiring pump sets & temporary pipe connections of following sump capacity
165 (a) up to 5000 Ltr Ea 320.00
166 (b) Above 5000 Ltr to 20000 Ltr Ea 380.00
167 (c) Above 20000 Ltr to 1 Lac Ltr Ea 520.00
168 (d) Above 1 Lac Ltr Ea 750.00
169 Opening the open well sub. mono pump set for fault finding , carry out required repairs refitting the same with
necessary oiling, greasing & overhauling & making pump set in good working condition. (Excludes cost of
repairing. Includes to & from transportation)
170 (a) 1HP to 5HP Ea 380.00
171 (b) 7.5 to 15HP Ea 510.00
172 (c) Above 15HP Ea 650.00
173 Rewinding single phase 230V motor for open well horizontal mono pump set by using polycab copper winding wire
& putting the same in working order for pump capacity of
174 (a) 0.5 HP - 230V Ea 1,450.00
175 (b) 0.75 HP 230V Ea 1,650.00
176 (b) 1HP - 230 V Ea 1,950.00
Page 5
177 Rewinding 3 phase, 440V motor for open well horizontal mono pump set by using poly. cap copper winding wire &
putting the same in working order for pump capacity of
178 (a) 0.5 H.P./ 1 HP / 1.5 HP - 440V Ea 1,750.00
179 (b) 2 HP / 3 HP - 440V Ea 1,850.00
180 (c)5 HP - 440V Ea 2,550.00
181 (d) 7.5 HP - 440V Ea 3,050.00
182 (e) 10 HP - 440V Ea 4,250.00
183 (f) 12.5 HP - 440V Ea 4,800.00
184 (g) 15 HP - 440V Ea 5,050.00
185 (h) 20 HP - 440V Ea 5,300.00
186 (i) 25 HP - 440V Ea 6,500.00
187 Replacement of S.S. sleeves for shaft of open well horizontal submersible pump sets for
188 (i) 1HP to 5HP Ea 435.00
189 (ii) 7.5 to 15HP Ea 745.00
190 (iii) Above 15HP Ea 1,215.00
191 Replacement of Stainless Steel bushing fitted in end shield for open well horizontal submersible pump set
192 (a) 1HP to 5 HP Ea 675.00
193 (b) 7.5Hp to 15 HP Ea 1,015.00
194 (c) above 15 HP Ea 1,235.00
195 Replacement of Gun metal /Bronze bushing for open well horizontal submersible pump set
196 (a) 1HP to 5 HP Ea 325.00
197 (b) 7.5Hp to 15 HP Ea 455.00
198 (c) above 15 HP Ea 530.00
199 Replacing gasket, oil, nuts, bolts & washers for open well horizontal submersible pump sets.
200 (a) 1HP to 5 HP Ea 335.00
201 (b) 7.5Hp to 15 HP Ea 470.00
202 (c) above 15 HP Ea 535.00
203 Replacement of Bronze / Carbon thrust bearing with fibber plate & bushing suitable for open well horizontal
submersible pump set for
204 (a) 1HP to 5 HP Ea 1,550.00
205 (b) 7.5Hp to 15 HP Ea 2,000.00
206 (c) above 15 HP Ea 2,550.00
207 Replacement of cast iron impeller for openwell horizontal submersible pump pump sets
208 (i) 1HP to 5 HP Ea 440.00
209 (ii) 7.5Hp to 15 HP Ea 795.00
210 (iii) above 15 HP Ea 1,240.00
211 Replacement of Bronze / Gunmetal impeller for open well horizontal submersible pump set
212 (a) 1HP to 5 HP Ea 1,120.00
213 (b) 7.5Hp to 15 HP Ea 1,340.00
214 (c) above 15 HP Ea 1,660.00
215 Opening the submersible pump set for fault finding , carry out required repairs refitting the same with necessary
oiling, greasing & overhauling & making pump set in good working condition. (Excludes cost of repairing. Includes
to & from transportation)
216 (a) 1HP to 5HP Ea 330.00
217 (b) 7.5 to 15HP Ea 470.00
218 (c) 20HP to 35 HP Ea 595.00
219 (d) Above 35 HP Ea 810.00
220 Rewinding of submersible motor by using approved make PVC insulated copper winding Cores of suitable size
complete with connection. Capacity Suitable for pump of following size. Dismantled Materials to be retained by
agency.
221 (a) 5 HP Ea 2,385.00
222 (b) 7.5 H.P Ea 2,990.00
223 (c) 10 to 15 H.P Ea 4,050.00
224 (d) 16 to 20 H.P Ea 4,680.00
225 (e) 21 to 25 H.P Ea 5,810.00
226 (f) 26 to to 35 H.P Ea 7,440.00
227 Replacement of bronze/ carbon thrust bearing with fibre plate & housing for
228 (a) 150 mm. dia. Ea 1,840.00
229 (b) 200 mm. dia. Ea 2,610.00
230 Replacement of motor bush, upper/ lower with sleeve with following material
231 (A) Bronze
232 (i)150 mm. dia. Ea 670.00
233 (ii)200 mm. dia Ea 1,280.00
234 (B)Rubber
235 (i) 150 mm. dia. 390.00
236 (ii) 200 mm. dia. 630.00
237 Replacement of stage casing bowl with nuts and bolts.
238 (A)C.I.
239 (i)150 mm. dia. Ea 470.00
240 (ii)200 mm. dia Ea 680.00
241 (B)Bronze
242 (i) 150 mm. dia. Ea 730.00
243 (ii) 200 mm. dia. Ea 900.00
244 Replacement of Bronze impeller with neck ring.
245 (a) 150 mm. dia. Ea 540.00
246 (b) 200 mm. dia. Ea 790.00
247 Replacement of Shaft sleeve stainless steel.
248 (a) 150 mm. dia. Ea 85.00
249 (b) 200 mm. dia. Ea 185.00
250 Replacement of Bowl bearing/ bush
Page 6
251 (A) Rubber
252 (i)150 mm. dia. Ea 440.00
253 (ii)200 mm. dia Ea 790.00
254 (B) Lead
255 (i) 150 mm. dia. Ea 910.00
256 (ii) 200 mm. dia. Ea 1,380.00
257 Replacement of S.S.Shaft for
258 (A) 3 stage pump
259 (i)150 mm. dia. Ea 400.00
260 (ii)200 mm. dia Ea 610.00
261 (B) Add per stage
262 (i) 150 mm. dia. Ea 115.00
263 (ii) 200 mm. dia. Ea 165.00
264 Replacement of suction strainer
265 (a)150 mm. dia. Ea 155.00
266 (b)200 mm dia. Ea 270.00
267 Providing and erecting flat copper cable following size
268 (a)3 core 1 Sq.mm Mtr. 36.00
269 (b)3 core 1.5 Sq.mm Mtr. 44.00
270 (c)3 core 2.5 Sq.mm Mtr. 64.00
271 (d)3 core 4 Sq.mm Mtr. 96.50
272 (e)3 core 6 Sq.mm Mtr. 142.50
273
274 Supplying and erecting Direct - On - Line Starter with 18 A. rating contactor and with 3.5 Amp. 18A range directly
operated in totally insulated elegant enclosure for single phase operation up to 3 HP as per IS 13947 complete
erected on P.W. Block with necessary connection.
275 a) Ea 1,550.00
276 Ea
Supplying and erecting Direct on line starter with 30 Amp. (resistive @ 230v) power relay and with 2 to 5/ 4 to 10 /
8 to 20 amp. Range C.T. Operated electronic overload relay in engineering grade plastic enclosure for 3 ph 415v
50 HZ A.C. motor up to 7.5 HP with high voltage protection (above 480 v) and under voltage protection (below 330
1,910.00
v) current sensing single phasing protection. Reverse phasing protection, inverse current characteristic overload
protection with indication for On, OL, HV,LV SPP in a single unit with feather touch start / stop push button, high
temperature with standing Bakelite terminals complete erected on P.W. Block with necessary connection. [Cat.II]
277 Supplying and erecting push button operated fully automatic Star-Delta starter with 3 Nos. of 15A.rating Ea
contactors and directly operated thermal overload relay having 10-21A range and erected in sheet steel 6,650.00
enclosure for 3 phase 415V. 50 c/s. A.C. motors from 7.5 to 15H.P. complete erected on
278
Supplying & erecting approved make motor control cubical panel [Star delta] made from 16G CRCA sheet duly
epoxy powder painted inside and outside with hinged doors and locking with suitable size of ON - OFF isolator (AC
3 / 23 duty) main fuses. Digital volt and current meter (in a single unit) with micro controller based control unit and
current sensing single phasing preventer electronic overload protection, over voltage (Programmable) protection
and under voltage (Programmable) protection, prod less dry run protection programming facility for setting of all
parameter like overload current, high voltage limit, low voltage limit, dry run limit with digital indication on seven
segment LED display for any fault like over load, high voltage, low voltage, dry running single crimped, electronic
star delta timer, feather touch start / stop push buttons to be erected on angle iron frame. Grouted on wall the
contactors will be of L& T, Siemens , BCH make only)
279 (a) S/D up to 7.5 H.P. 01 no 13,700.00
280 (b) S/D up to 10 H.P. 01 no 14,350.00
281 (c) S/D up to 12.5 H.P. 01 no 15,200.00
282 (d) S/D up to 15 HP 01 no 16,650.00
283 (e) S/D up to 22.5 H.P. 01 no 19,350.00
284 (f) S/D up to 30 H.P. 01 no 24,990.00
285 28 watt T-5 Tubelight repairing work
286 (a) To be replace 36 watt Tubelight rod. 01 no 50.00
287 (b) To be replace 36/40 watt Tubelight Starter 01 no 10.00
288 (c) To be replace 36/40 watt Tubelight copper chock 01 no 140.00
289 (d) To be replace Tube light Side holder 01 no 30.00
290 28 watt T-5 Tubelight repairing work
291 (a) To be replace 28 watt T-5 Tubelight rod. 01 no 160.00
292 (b) To be replace 28 watt T-5 Tubelight chock 01 no 170.00
293 (c) To be replace Tube light Side holder 01 no 130.00
294 (a)Supply and fiitiing new 36 watt tube light complete set with tuberod,Starter and copper chock.(crompton,philips 01 no
245.00
make)
295 (b) Supplying and erecting approved make of tube fitting with One no T-5 tube 24/ 28 W with Electronic ballast 01 no
with each tube separately THD less than 10 & built in adaptors, GI / PVC housing & mirror optic reflector, suitable
460.00
to work on 120V - 300V, A.C. supply with connector and adapter if required. [Make of fitting & tube may be differ&
fitting shall be providing with tube]
Page 7
296 Providing and erecting ISI mark Medium class RIGID PVC PIPES of
following size complete to be erected on/in wall or ceiling erected
with necessary PVC fittings & Junction boxes fixed with adhesive
solution & Clamps with following dia of pipes, in approved manner as
directed
297 (a) 20 mm
298 (b) 25 mm Mtr. 23.00
299 Ceiling fan repairing work. Mtr. 22.00
300 (a)Rewinding of 48 ” ceiling fan 01 no 200.00
301 (b)To be replace Bearing set in pair (ISI make) 01 no 180.00
302 (c)To be replace capacitor(ISI make) 01 no 40.00
303 Supply and installation of miscellaneous item forelectrical maintenance.
304 (b) 5 AMP 230 Volt Piano type plug socket (anchor, panama,vinay make) 01 no 45.00
305 (c) 15 AMP 230 Volt Piano type switch (anchor, panama,vinay make) 01 no 50.00
306 (d) 15 AMP 230 Volt Piano type plug socket (anchor, panama,vinay make) 01 no 55.00
307 (e) 5Amp Modular type Switch (roma vinay make) 01 no 55.00
308 (f) 15Amp Modular type Switch (roma vinay make) 01 no 75.00
309 (g) 5Amp Modular type plug socket (roma vinay make) 01 no 65.00
310 (h) 15Amp Modular type plug socket (roma vinay make) 01 no 75.00
311 (i) 5 AMP 3 pin Top (anchor,roma,panama,vinay make) 01 no 25.00
312 (j) 15 AMP 3 pin Top(anchor,roma,panama,vinay make) 01 no 30.00
313 (k) Switch type fan regulator. (anchor,roma,panama,vinay make) 01 no 50.00
314 (l) Socket type fan regulator. 01 no 65.00
315 (m) 40/100 watt BC Clear Lamp 01 no 15.00
316 (n) Bakelite lamp holder 01 no 25.00
317 (O)Approved make C.F.L. Retrofit 13/15/18 Watt erected if required 01 no 140.00
318 (p)Approved make C.F.L.Retrofit 20 / 23 / 25 / 26 Watt. erected if required 01 no 165.00
319 Power Distribution Work
320 (a) Replace 6 Amp to 32 Amp SP MCB (Indoasian,C&S,L&T) 01 no 95.00
321 (b) Replace 16 Amp DP MCB (Indoasian,C&S,L&T) 01 no 225.00
322 (c) Replace 32 Amp DP MCB (Indoasian,C&S,L&T) 01 no 225.00
323 (d) Replace 40 Amp DP MCB (Indoasian,C&S,L&T) 01 no 235.00
324 (e) Replace 40 Amp TPN MCB (Indoasian,C&S,L&T) 01 no 490.00
325 (f) Replace 63 Amp TPN MCB (Indoasian,C&S,L&T) 01 no 540.00
326 (g) Replace 6 way Singal phase MCB DB (Indoasian,C&S,L&T) 01 no 500.00
327 (h) Replace 8 way Singal phase MCB DB (Indoasian,C&S,L&T) 01 no 610.00
328 (i) Replace 12 way Singal phase MCB DB (Indoasian,C&S,L&T) 01 no 750.00
329 (j) Replace 6 way Three phase MCB DB (Indoasian,C&S,L&T) 01 no 1,640.00
330 (k) Replace 8 way Three phase MCB DB (Indoasian,C&S,L&T) 01 no 2,100.00
331 Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded
Copper conductor wire in following type of pipe to be erected
concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper
conductor FRLS PVC insulated stranded wire of green colour for earth
continuity of following size with medium class Rigid PVC pipe and
accessories
332 (a) 2 wire 1.5 sq. mm Mtr. 60.00
333 (b) 2 wire 2.5 sq. mm Mtr. 80.00
334 (c) 3 wire 1.5 sq. mm Mtr. 80.00
335 (d) 3 wire 2.5 sq. mm Mtr. 100.00
336 (e) 4 wire 1.5 sq. mm Mtr. 90.00
337 (f) 4 wire 2.5 sq. mm Mtr. 125.00
338 [A] For 6 Amp. pt. 50.00
339 [B] For 16 Amp. pt. 150.00
340 Havells make 10 Watt LED 01 no 2,745.00
341 28 Watt Philips make Tube Light 01 no 2,850.00
342 18 Watt Tubelight 01 no 1,395.00
343 Exhaust Fan 01 no 1,080.00
344 Ceiling Fan 01 no 1,700.00
345 Plug point 15 Amp. 01 no 670.00
346 5 Amp Plug board 01 no 240.00
347 2 Way Point 01 no 1,010.00
348 supply Pump 1 HP single phase 01 no 8,260.00
349 Lighting DB 01 no 1,280.00
350 6 to 32 A 4 Pole MCB 01 no 610.00
351 6 to 32 A FP ELMCB(ELCB+MCB) (100mA) 01 no 2,400.00
352 40 A FP ELMCB(ELCB+MCB) (100mA) 01 no 3,522.00
353 63 A FP ELMCB(ELCB+MCB) (30mA) 01 no 3,481.00
354 63 A FP ELMCB(ELCB+MCB) (100mA) 01 no
3,522.00
355 32 A FP MCB 01 no 610.00
356 40 A FP MCB 01 no 680.00
357 63 A FP MCB 01 no 750.00
358 DP ELCB 16 A 01 no 2,120.00
359 6A SP MCB 01 no 115.00
360 16 A SP MCB 01 no 115.00
361 10 A SP MCB 01 no 115.00
362 Blank Plate 01 no 72.00
363 01 no
Exhaust FanSupply, Installation,testing and commissioning of following sizes Exhaust Fans of approved make
1,990.00
13.3 Light duty 305 mm. diameter propeller exhaust fans single phase 1400 RPM. Equivalent to CG
Page 8
364 Automatick Liquid level controller 01 no 2,500.00
365 Artlight make 4302 CFL Bolard Light Fixture Supply 01 no 4,400.00
366 Hybeck make 6 Watt LED Ground Burial supply 01 no 5,940.00
367 Tulip Make 6 Watt LED Foot Light Supply LDW00008 01 no 4,826.00
368 Supply of Uplighter LED 7 watt Artlite LC 931/6A 01 no 6,262.00
369 Supply of 18 Watt Tulip Make CFL Wall light LDW05651 01 no 2,259.00
370 Supply Of 10 Watt CG make LED bolard LBLSI-10-CDL 01 no 5,543.00
371 Supply of Graound Burial 6 Watt hybec make LOG 10183K 01 no 3,501.00
372 Supply of Linear Light 24 WattTulip Make IPB0002124 01 no 17,539.00
373 Supply of Hybec LSF 468 Ceiling Light fixture 01 no 3,555.00
374 Supply of Osram Make Twist 2 W P 23 Watt CFL 2700 K 01 no 350.00
375 Supply of 28 W T5 Tubelight 01 no 100.00
376 Supply of 28 W T5 choke 300.00
377 01 no
Replacing old and unserviceable fan motor by new 1/10 to 1/12 H.P., 1250 RPM fan motor for water cooler. 2,150.00
378 Rewinding 1/10 to 1/12 H.P., 1250 RPM fan blower motor of water cooler using supper enamelled cooper Core 01 no
630.00
with new bushes complete putting in working order after varnishing and testing.
379 Replacing the new bushing suitable for fan motor for water cooler. 01 no 200.00
380 Replacing unserviceable thermostat switch by denfoss or approved make thermostat having range 1 c to 22 C for 01 no
430.00
water switch for water cooler.
381 Replacing 4 MFD fan motor capacitor by new for water cooler. 01 no 150.00
382 Replacing, starting capacitor of 60 to 80 MFD for 1.5 H.P. compressor motor of water cooler. 01 no 230.00
383 Replacing unserviceable 25 MFD running capacitor for 1.5H.P. compressor motor of water cooler. 01 no 430.00
384 Replacing overload protector for compressor motor winding if temp. exceeds 240 F with a time lag of 10sec. 01 no
230.00
suitable for water cooler.
385 Replacing compressor starting relay by new one having pick-up and drop-out voltage 220 V and 120 V resp. 01 no
280.00
suitable for water cooler.
386 Rewiring the water cooler of any make with1.5 Sq. mm flexible copper Core and putting the same in working 01 no
340.00
order.
387 01 no
Removing the defective compressor from the water cooler by dis-connecting the suction and dis- charge lines. -
388 Erecting the new factory repaired compressor on the foundation of water cooler with necessary sundry material 01 no
-
and re-connecting the suction and discharge lines with compressor.
389 Flushing the line, leak testing, leak stopping, vacuuming, dehydrating and charging the gas in the refrigeration 01 no
930.00
system for water cooler machine including replacement of unserviceable liquid strainer.
390 Soldering the S.S. tank descaling It and fitting the old S.S. tank bounded with cooling coil within outer body cover 01 no
400.00
and insulting the same with thermocol sheet refitting the same.
391 Replacing the rusted openable top cover of the water cooler by new openable top cover with painting 01 no 670.00
392 Replacing the front rusted cover by new front cover suitable for water cooler duly painted. 01 no 410.00
393 Replacing the rusted rear cover by new rear cover suitable for water cooler duly painted 01 no 700.00
394 Replacing the rusted both side covers by new side covers suitable for water cooler duly painted. 01 no 980.00
395 Replacing the rusted foundation by new foundation fabricated from angle iron frame with necessary legs duly 01 no
750.00
painted with black paints.
396 Replacing rusted fan motor stand fabricated from angle iron duly painted 01 no 710.00
397 01 no
Cleaning condenser coil and rusted bottom portion of water cooler and painting the same with black paints. 150.00
398 01 no
Spray painting of water cooler with hammertone approved quality of colour including black painting of rear cover 1,000.00
399 01 no
Replacing the old and unserviceable ball cock assembly by new one suitable for 1/2" G.I. pipe connection. 150.00
400 Replacing unserviceable PVC flexible inlet and outlet pipes. 01 no 88.00
401 Erection charges for water filter supplied by department. 01 no -
402 Supplying and erecting condenser unit Air cooled indigenous type having 9.5 mm OD (nominal) copper condenser 01 no
2,930.00
tube and Aluminium fins complete suitable for water cooler.
403 pole numbering 1 no 118.00
404 Drilling work with necessary material and laying 90 mm DWC pipe Meter 1,360.00
405 Bore well submesible pumpProviding, & fixing Bore well submersible pump-motor set for bore of 100mm dia 01 no
having suitable
for 5HP , 3 Phase, 415 V, 50 Hz. motor having following discharge capacity. The pump shall be operated
at 2900 RPM. The scope shall also include all required accessories viz. strainer, foot valve, level guard,
27,300.00
delivery pressure guage, Standard double length flat submersible cable, float with control cable etc. as
per specifications and data sheet
Capacity: 120 to 125 LPM
Head : 155 to 120m
406 Supply, testing and Laying XLPE steel wire/flat armoured cable of 1100 V grade Mtr.
Copper Conductor of following sizes in ready made trench or mounted on wall with necessary clamping4 Sq.mm x
480.00
4c Cu. Cable.
407 3Mtr Copper Bonded Rod with approx 20 Kg Resistance lowering compound Earthing. no 14,550.00
408 Painting of Streetlight pole following Size after scrubbing the rust from pole with one coat Epoxy primer & two coat
of MRF charcoal PU paint i/c sign writing pole number.Supply of all materials,labour and matching with exhisting
color pole etc. as directed by the engineer in charge complete in all respect.
409 Size 4 mtr long nos 1,050.00
410 nos 750.00
Painting of Section Feeder piller following size after scrubbing the rust from feeder piller with two coat enamel paint
outer side i/c writing section number supply of materials,labour and matching with exhisting color feeder piller
etc.as directed by the engineer in charge complete all respect.1280*950*600 cm size approximate
411 4 meter hight pole erection with foundation nos 2,175.00
412 4 meter hight pole dismental and put in store room nos 950.00
Page 9
SCHEDULE OF PRICE
7. The SRFDCL will not be responsible for any accident or injury to the
workman/ staff of the contractor. No compensation of any kind shall be
paid by the SRFDCL.
8. However incase if any of the fatal accident occurs during the execution
of work SRFDCL Shall in no way responsible for any of such in accidents.
9. Contractor shall be solely responsible for any legal proceedings of
court,police case ,compensation etc.& shall have to undergo every legal
procedure till the completion of it.
Terms and Conditions and Scope of work of Light Poles ,fixtures , RGB lights
in garden maintenance.
I. All light poles on and off Report must be given to concern Engineer.
II. If light pole off more then 02 Days then penalty should be charged Rs
70/- per pole.
III. If morethen 20 nos of pole off simultaneously then immediately
Repair.if not repair then penalty charged Rs.500/- per day charged.
IV. If Electrition/Helper/Fountain operator Absent then penalty charged
per day salary.