in the tender box kept in the office specified in the tender document before the date and time...

78
1 INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED FROM INTERNET. 1. Tender file is to be down loaded from the Internet and printout is to be taken on A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender document to be printed through laser printer only. Submission of Xerox or photocopy of tender document is prohibited. 2. This tender document (in full) downloaded along with the various documents required to be submitted as per the tender conditions in a sealed cover duly subscribing with the name of the work, tender notice no. and date, submission of tender downloaded from the internet etc and the same should be dropped in the tender box kept in the Office specified in the tender document before the date and time stipulated in the tender document. 3. The cost of tender document will have to be deposited by the tenderer in the form of bank draft payable in favour of Senior Assistant Financial Adviser, Railway Electrification, Chennai Egmore -600 008 specified in the tender document along with the tender. This should be enclosed as a separate Demand Draft. A single demand draft for the cost of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the demand draft towards the cost of the tender document will be summarily rejected. 4. The earnest money deposit required for this work as stipulated in the tender document also to be submitted separately 5. Tenderer are advised to download tender documents well in advance and submit the tender before the stipulated time. It is the responsibility of the Tenderer to check any correction or any modifications published subsequently in Web site and the same shall taken into account while submitting the tender. Tenderer shall down load corrigendum (if any), print it out, sign and attach it with the main tender document. Tender document not accompanied by published corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delays / delay in downloading of tender document from the internet. 6. The tenderer may please note that the rate for items should be written in figures and in words by black or blue ballpoint pen only. Each page of tender document should be signed by the tenderer. 7. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the concern office inviting tender. After award of work an agreement will be prepared based on the master copy of tender document available in the above-mentioned office. In case, any discrepancy between the tender document downloaded from the internet and the master copy, later shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained. 8. If any change/addition/deletion is made by the Tenderer / Contractor and the same is detected at any stage even after the award of the tender, full earnest money deposit will be forfeited and the contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from doing business with Railways and/or prosecuted. 9. The following declaration should be given by the tenderer while submitting the tender: Declaration (a) I/We have downloaded the tender form from the Internet site www.core.indianrailways.gov.in and I/We have not tampered / modified the tender forms in any manner. In case, if the same is found to be tampered / modified I/We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and I/we am/are liable to be banned from doing business with Railways and/or prosecuted. (b) I hereby declare that all the details as required to be furnished from our side to the Railways, while accessing / downloading the tender document from website have been furnished fully and correctly. (c) I/We submitting a demand draft no. ___________________ dated __________ issued by ____________________ for Rs.__________ towards the cost of tender form. Signature of Tenderer : Date Address

Upload: vuongnga

Post on 11-Apr-2018

219 views

Category:

Documents


3 download

TRANSCRIPT

1

INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED FROM INTERNET.

1. Tender file is to be down loaded from the Internet and printout is to be taken on A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender document to be printed through laser printer only. Submission of Xerox or photocopy of tender document is prohibited. 2. This tender document (in full) downloaded along with the various documents required to be submitted as per the tender conditions in a sealed cover duly subscribing with the name of the work, tender notice no. and date, submission of tender downloaded from the internet etc and the same should be dropped in the tender box kept in the Office specified in the tender document before the date and time stipulated in the tender document. 3. The cost of tender document will have to be deposited by the tenderer in the form of bank draft payable in favour of Senior Assistant Financial Adviser, Railway Electrification, Chennai Egmore -600 008 specified in the tender document along with the tender. This should be enclosed as a separate Demand Draft. A single demand draft for the cost of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the demand draft towards the cost of the tender document will be summarily rejected. 4. The earnest money deposit required for this work as stipulated in the tender document also to be submitted separately 5. Tenderer are advised to download tender documents well in advance and submit the tender before the stipulated time. It is the responsibility of the Tenderer to check any correction or any modifications published subsequently in Web site and the same shall taken into account while submitting the tender. Tenderer shall down load corrigendum (if any), print it out, sign and attach it with the main tender document. Tender document not accompanied by published corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delays / delay in downloading of tender document from the internet. 6. The tenderer may please note that the rate for items should be written in figures and in words by black or blue ballpoint pen only. Each page of tender document should be signed by the tenderer. 7. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the concern office inviting tender. After award of work an agreement will be prepared based on the master copy of tender document available in the above-mentioned office. In case, any discrepancy between the tender document downloaded from the internet and the master copy, later shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained. 8. If any change/addition/deletion is made by the Tenderer / Contractor and the same is detected at any stage even after the award of the tender, full earnest money deposit will be forfeited and the contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from doing business with Railways and/or prosecuted. 9. The following declaration should be given by the tenderer while submitting the tender: Declaration

(a) I/We have downloaded the tender form from the Internet site www.core.indianrailways.gov.in and I/We have not tampered / modified the tender forms in any manner. In case, if the same is found to be tampered / modified I/We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and I/we am/are liable to be banned from doing business with Railways and/or prosecuted. (b) I hereby declare that all the details as required to be furnished from our side to the Railways, while accessing / downloading the tender document from website have been furnished fully and correctly. (c) I/We submitting a demand draft no. ___________________ dated __________ issued by ____________________ for Rs.__________ towards the cost of tender form. Signature of Tenderer : Date Address

2

INDIAN RAILWAYS RAILWAY ELECTRIFICATION

Tender No. ETR/252/RE/OT/2013-14/4

TENDER DOWNLOADED FROM INTERNET

TENDER NOTICE ETR/252/RE/OT/2013-14/4 dated 10-04-2014

TO BE SUBMITTED ON OR BEFORE: 15:00 HOURS ON 15/05/2014 Name of the work:-

DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF TRACTION OVERHEAD EQUIPMENT AT MADURAI JUNCTION, INCLUDING MODIFICATION TO THE EXISTING OHE AT VARIOUS PART OF THE DINDIGUL-MADURAI SECTION, INTRODUCTION OF FEEDER ARRANGEMENT BETWEEN TSS & OHE AT SAMAYANALLUR STATION AND PROVISION OF PTFE NEUTRAL SECTION AT NEAR TSS DINDIGUL IN MADURAI DIVISION OF SOUTHERN RAILWAY.

From To The Dy. Chief Electrical Engineer/HQ, Railway Electrification, Chennai 600 008 Note: This page is to be pasted or the contents are to be superscripted on the top of the sealed cover used for submitting the tender, without which tenders will not be opened.

3

INDIAN RAILWAYS RAILWAY ELECTRIFICATION

Tender Notice No: ETR/252/RE/OT/2013-14/4 dated 10.04.2014

Name of work:

Design, Supply, Erection, Testing and Commissioning of Traction Over Head

Equipment at Madurai junction, including modification to the existing OHE at various part of

the Dindigul-Madurai section, introduction of feeder arrangement between TSS & OHE at

Samayanallur station and provision of PTFE Neutral section at near TSS Dindigul in

Madurai division of Southern Railway.

VOLUME 1

Tender Notice No. ETR/252/RE/OT/2013-14/4 dated 10.04.2014

Date of Opening of Tender 15.05.2014

Price of Tender Book: Rs. 10,000/-

Earnest Money Deposit: Rs. 4,25,810/-

Estimated Cost of Work: Rs. 5,51,60,248/-

Issue to: M/s ________________________________________________________________________ Issued by; Dy. Chief Electrical Engineer, Railway Electrification Egmore, Chennai -600 008. Book No. …………………………….

4

P R E A M B L E

TENDER PAPER No. ETR/252/RE/OT/2013-14/4 dated 10.04.2014

Name of the work:

DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF TRACTION OVERHEAD EQUIPMENT AT MADURAI JUNCTION, INCLUDING MODIFICATION TO THE EXISTING OHE AT VARIOUS PART OF THE DINDIGUL-MADURAI SECTION, INTRODUCTION OF FEEDER ARRANGEMENT BETWEEN TSS & OHE AT SAMAYANALLUR STATION AND PROVISION OF PTFE NEUTRAL SECTION AT NEAR TSS DINDIGUL IN MADURAI DIVISION OF SOUTHERN RAILWAY.

These tender papers in two volumes (Vol. I & Vol. II) relate to design, supply, erection,

testing and commissioning of traction overhead equipment at Madurai junction, including modification

to the existing OHE at various part of the Dindigul-Madurai section, introduction of feeder

arrangement between TSS & OHE at Samayanallur station and provision of PTFE neutral section at

near TSS Dindigul in Madurai division of Southern Railway.

1. Foreign Exchange: - No foreign exchange and / or import license will be released/provided to

the contractor in connection with this contract.

2. Earnest Money: (See para 1.1.5) of Standard terms and conditions (STC)

(a) The tenderer shall be required to deposit earnest money with the tender for the due

performance with the stipulation to keep the offer open till such date as specified in the

tender, under the conditions of tender. The earnest money shall be as follows

Value of work (Tender value) EMD

For works estimated to cost up to

Rs 1 Crore 2% of the estimated cost of the work

For works estimated to cost more than

Rs 1 Crore

Rs. 2 lakhs plus ½% (Half percent) of the

excess of estimated cost of work beyond

Rs 1 Crore subject to a maximum of Rs 1

Crore

The earnest money shall be rounded to the nearest Rs. 10/-. This earnest money shall be

applicable for all modes of tendering. The Tenderer shall deposit with the Chief

Cashier/Southern Railway/Park Town, Chennai-600008, or his successor (whose address

will be intimated subsequently) or nearest Cash Office in Southern Railway as Earnest Money

Deposit in the manner prescribed in para 1.1.5 of Standard terms and conditions (STC).

(b) It shall be understood that the tender documents have been sold /issued to the Tenderer and

the Tenderer is permitted to tender in consideration of stipulation on his part, that after

submitting his tender he will not go back from his offer or will not modify the terms and

5

conditions thereof in a manner not acceptable to the Engineer. Should the Tenderer fail to

observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited

to the Railway.

(c) If his tender is accepted this earnest money mentioned in sub clause (a) above will be

retained as part security for the due and faithful fulfillment of the contract in terms of Clause

16 of the General Conditions of Contract. The Earnest Money of other Tenderer, shall save

as herein before provided, be returned to them, but the Railway shall not be responsible for

any loss or depreciation that may happen thereto while in their possession nor be liable to pay

interest thereon.

(d) Earnest money may be accepted in the following forms:-

(i) A deposit in cash,

(ii) Government securities at 5% below the market value,

(iii) Deposit receipts or demand drafts of the Nationalized/Scheduled Banks,

(iv) A deposit in the Post Office Saving Bank,

(v) National Savings Certificates,

(vi) Twelve Year National Defense Certificates,

(vii) Ten Year Defense Deposits,

(viii) National Defense Bonds,

(ix) National Savings Certificates,

(x) Time Deposit Account which came into force on 16-3-1970 and notified under Ministry

of Finance, Notification No. F3(7)NS/70 dated 28-2-1970

(xi) IRFC Bonds

Note: - (vi) to (vii) These certificates / bonds may be accepted at their surrender value.

e) Earnest Money Deposit : Rs. 4,25,810/-

f) Estimate Cost of work: : Rs. 5,51,60,248/-

g) Price of tender Booklet : Rs. 10,000/-

3.0 Security Deposit: (See para 1.2.17) Spl. Tender Conditions

3.1 The Earnest Money deposited by the Contractor with his tender will be retained by the

Railways as part of security for the due and faithful fulfillment of the contract by the contractor.

The balance to make up the security deposit the rates for which are given below may be

deposited by the Contractor in cash or may be recovered by percentage deduction from the

Contractor’s “on account” bills. Provided also that in case of defaulting contractor the Railway

6

may retain any amount due for payment to the Contractor on the pending “on account bills” so

that the amounts so retained may not exceed 10% of the total value of the contract.

3.2 Unless otherwise specified in the special conditions, if any, the Security Deposit /rate of

recovery /mode of recovery shall be as under:-

(a) Security Deposit for each work should be 5% of the contract value.

(b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit

is recovered.

(c) Security Deposits will be recovered only from the running bills of the contract and no other

mode of collecting SD such as SD in the form of instruments like BG, FD etc shall be

accepted towards Security Deposit

Security Deposit shall be returned to the contractor after the completion of the work, and the

satisfactory expiry of guarantee period vide 1.2.49 in vol. II of tender booklet, certified by the

Competent Authority. The Competent Authority shall normally be the authority who is

competent to sign the contract. If this Competent Authority is of the rank lower than JA

Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The

certificate inter alia, should mention that the work has been completed in all respects and that

all the contractual obligations have been fulfilled by the contractors and that there is no due

from the contractor to Railways against the contract concerned. Before releasing the SD, an

unconditional and irrevocable no claim certificate from the contractor concerned should be

obtained.

3.3 No interest will be payable upon the Earnest Money and Security Deposit or amounts payable

to the Contractor under the Contract, but Government Securities deposited in terms of Sub

Clause (1) of this clause will be payable with interest accrued thereon.

4.0. Performance Guarantee. (See para 1.2.18) Spl. Tender Conditions

The successful Tenderer shall submit a Performance Guarantee (PG) in the form of an

irrevocable bank guarantee amounting to 5% of the contract value within 30 days from the

date of Issue of Letter of Acceptance (LOA).The successful Tenderer should submit the

Performance Guarantee (PG) and to sign the Agreement for the work in the Railway

approved form within 30 days from the date of issue of Letter of Acceptance (LOA). Another

30 Days extension may be allowed to execute the Agreement subject to the condition that a

penalty interest @15 % per annum on the PG amount will be charged for the delay from the

31st day of issue of LOA. No extension beyond 60 days will be permitted to execute the

Agreement. In such cases the LOA issued stands terminated, the EMD submitted by the

Tenderer & any due to the Contractor will be forfeited on the 61st day of issue of LOA, and the

Tenderer will be debarred from participating in the re-tender of the same work.

7

4.1 The Performance Guarantee (PG) shall be released after the physical completion of the work

based on the `completion Certificate’ issued by the competent authority stating that the

contractor has completed the work in all respected satisfactorily.

5.0. ELIGIBILITY CRITERIA AND CREDENTIONALS :

5.01 Tenderer are required to satisfy the following eligibility criteria (for advertised tender value

exceeding Rs 50 lakhs and up to Rs15 Crores).

1. Revenue/Banker’s

Solvency Certificate Not required.

2. Should have completed in

the last three financial

years (i.e. current year

and three previous

financial years.)

At least one similar single work (OHE work OR

one single Transmission/Distribution line

construction work of voltage equal to or more than

25 kV) for a minimum value of 35 % of the

advertised tender value of work (EXPERIENCE CERTIFICATE)

The single similar work as defined in Tender

Notice/Tender-Documents)

3. Total contract amount

received during the last

three financial years and

in the current financial

year.

Should be a minimum of 150% of advertised tender

value of work. The Tenderer has to produce

attested certificate from the employer/Client,

showing the contractual amount received OR attested

copy of the audited Financial Statements which

includes, Trading. Profit and Loss Account OR Balance

Sheet along with the Certificate from the charted

Accountant for the contractual amount received etc.

with the offer

(TURN OVER CERTIFICATE)

5.2 Solvency Certificate:- Not required .

5.3.2 Experience :-

(i) One single similar nature of works means one single OHE work OR one single

Transmission//Distribution line work of voltage equal to or more than 25 kV

(ii) List of works completed in the last three financial years giving description of

work, organization for whom executed, approximate value of contract at the

time of award, date of award, date of scheduled completion of work, date of

actual start, actual completion and final value of contract should also be given.

(iii) For the purpose of single similar nature of work, the Experience Certificate

should be attached to the tender document as per proforma-I which can be

filled up and signed by the Tenderer, in case the format issued by the

Executive is different. The certified copies of relevant Experience Certificate

issued by the executive containing above details also to be enclosed.

8

(iv) With respect to Railways, the experience certificate should have been issued

by at least a JA grade officer. With respect to other Government Departments

and PSU’s the certificate issued at the level of Executive Engineer and above

can be taken as valid.

(v) The firm should also enclose the details in the format given in form 12-B of the

booklet, Vol-II.

5.3.2) Total contract amount received

As regards the contract Amount, received during the last three financial years and in the

current financial year, documentary evidence in the form of attested certificate from the

employer/from the employer/client. Showing the contractual amount received or attested copy

of the audited Financial Statements which includes, trading. Profit and Loss Account OR

Balance Sheet along with the Certificate from the charted Accountant for the contractual

amount received by the tender ONLY will be accepted

5.3.3 All documents to support fulfillment of eligibility criteria should be furnished along with

the tender and should be available at the time of tender opening. Tenders not

accompanied by documentary evidence in support of eligibility criteria will be rejected.

No post tender communication, in any form will be made or entertained, after opening

of tenders, in this regard. Xerox copies shall be attested by an appropriate authority.

5.34 Tender Committee may at their discretion call for the originals of the credentials for verification

from the tenderers or any clarifications/confirmations on the contents of the documents

submitted.

5.35 In case the Certificates/Documents produced are proved to be false/fabricated, the entire

amount earnest money is liable to be forfeited in addition to banning their business with the

organization for a specific period of not less than six months at the discretion of the

Administration.

6.0 Scope of Work

This Tender documents relates to design, supply, erection, testing and commissioning of traction

overhead equipment at Madurai junction, including modification to the existing OHE at various part of

the Dindigul-Madurai section, introduction of feeder arrangement between TSS & OHE at

Samayanallur station and provision of PTFE neutral section at near TSS Dindigul in Madurai division

of Southern Railway.

7.0 Booster Transformer & Return conductors are not envisaged under the scope of this contract.

8.0 Design speed (See para 2.1.10 b) STC:- It is proposed that the traction over head

equipment for main line is made suitable for a maximum speed of 160 kilometers per hour.

9

9.0 Type of OHE to be provided

i) Regulated conventional type OHE with 65 sq. mm cadmium copper catenary and 107 sq mm grooved HDGC drawn out of continuous cast copper contact wire as per latest RDSO specification No. ETI/OHE/50(6/97) with A&C slip 1 and ETI/OHE/76 (6/97) with A & C correction slip No. 1, 3 & 4 and latest correction slips if any.

ii) Provision of conventional OHE with – Polluted zone porcelain ( 1050 mm CD for equivalent salt deposit density (ESDD) is < 0.3 and 1600 mm CD in all the areas where the ESDD is > 0.3) type stay, bracket and 9 tonne cut in insulators with latest specification are proposed in the section. iii) Regulated Tramway type OHE with 107 sq mm grooved HDGC drawn out of

continuous cast copper contact wire with 20 sq. mm - 7/2 .10 mm bridle wire as per latest RDSO specification.

iv) The OHE mast/steel structures and small parts steels with 610 gm per sq.m galvanization is proposed in this tender.

v) Cantilever assembly tubes are proposed with 420 gm/sq.m galvanization. vi) OHE foundations with M-15 concrete, grouting with M-20 concrete is proposed

with 20mm ballast and sand.

10.0. Period of completion: All works relating to supply and erection of fixed electrical installations

in each section under para – 1 shall be completed within the period of 9(Nine) months from

the date of issue of the Letter of Acceptance of Tender. The OHE modification work of various

site has to be completed as target fixed by the purchaser and completion period mention is for

total completion of all the works including reconciliation work.

10.1 A comprehensive PERT (Program Evaluation and Review Technique) chart is to be made for

the entire works. Unjustified deviation in construction activities from the PERT chart at the

Contractor’s side will attract penalty. The rate of penalty decided by the Tender Accepting

Authority is available in Vol-II, para 1.2.44.

11.0. Southern Railway’s General Conditions of Contract (hereinafter referred to as GCC)

pertaining to Works Contract issued in October 2003 (to be suitably modified, if superseded)

vide booklet no. CE.496/GCC (Rec. 2003) (to be modified, if superseded) shall be considered

as forming a part of this agreement. On signing this agreement, the contractor shall be

deemed to have fully read and acquainted himself with the GCC. Where any clause(s) of the

GCC is/are at variance with any of the specific clause(s) included in this agreement, the latter

shall supersede the former only in respect of those clause(s) of this agreement, which is/are

at variance with GCC. The GCC can be obtained on payment from any Divisional Railway

Manager’s office.

12.0. Every possible fluctuation, in the rate of labour, material and general commodities, and other

possibilities of each and every kind which may affect the rates, should be considered and kept

in view before quoting the rates and no claim on this account shall be entertained by the

Railway under any circumstances except the price escalation payable as per price variation

clause, if any, provided separately in the tender documents. The tenderer/contractor should

quote realistic, reasonable and correct rate for each and every item of the schedule/s. Each

10

and every item shall be considered on its merits. Railway in furtherance of the provision of

clause no. 7 of GCC, reserve the right to delete any item or items from the scope of the

tender after opening of the offers and to accept the tender in whole or in part or reject any

tender in whole or in part irrespective of the size or the value or scope of such deletion

without assigning reasons for such action. The tenderer/contractor shall have no claim

whatsoever in this regard.

13.0 Contractor should make his own arrangements for the required vehicles, earthwork machinery

(such as porcelain, dozers, scrappers, plants & blasters, hammers, excavators,

dumpers/tippers, vibrators, tractors), concreting machinery (such as batching plats,

loading/unloading machinery), cranes, lorries, etc., and other tools and plants, machinery like

earth work compacting equipment, equipment for testing soils, etc., for the expeditious

progress of work and operate them at his own cost with his men and consumable stores and

ensure their availability in working condition during the works. The plant and machinery

indicated under relevant special conditions are absolutely minimum and essential for the

work. If the plant and machinery are not available in working condition during the progress of

work, Railway Administration reserves the right to terminate the work at the cost and

responsibility of the tenderer/contractor at any stage or to impose penalty at the discretion of

the Engineer-in-charge and the tenderer/contractor shall have no claim whatsoever in this

regard.

14.0 Engineering organization & Construction Machinery. – The tenderer should have adequate

engineering organization & all the construction machinery, tools, plants and vehicles etc.

required for execution of the tendered work. The details shall be furnished in Form – 12

(Format given in Form 12 in Vol. II)

15.0 In case the overall value of the tender by Central Public Sector undertakings is upto 10%

higher than the lowest acceptable tender of private sector Tenderer, subject to cost of tender

being in excess of five Crore, the Railway reserves the right to give purchase preference to

the tender of such Central Public Sector undertakings ignoring the lowest.

16.0 As the OHE works are to be executed in different phases/stages, a number of obstructions

are likely to be encountered and will be cleared in stages resulting handing over of sites in

stages and hence the Tenderer may have to plan his works accordingly.

17.0 Major portion of the work will be done without traffic block and power block in the day time.

The contractor should take adequate precautions for the safety of the working personnel and

train services at work site, for adjoining OHE/Traction and other Railway Installations. The

contractor should arrange for adequate and suitable gangs, men and materials to complete

the work planned within the stipulated block period during planned line/power block periods.

18.0 Progress of work should be continuously carried out without any break and to be completed

within the targets given by Railways duly increasing the number of gangs wherever and

11

whenever required. The materials required are to be arranged by the contractor accordingly

without affecting the targeted progress of work.

19.0 The contractor shall make his own arrangements to transport the released materials from site

including conductors and equipment etc., to DCOS/PER or DCOS/PTJ or as desired by

purchaser. Further the released materials may need to be cut into smaller lengths &

Separated as required by the purchaser. The released materials quantities handed over at

DCOS/GSD/PER/PTJ will be reckoned for reconciliation purpose with the contractor.

However the released masts are to be kept near to OHE depot at Madurai or where ever the

place instructed by the Railway Engineer. The costs for these are included in the respective

sub items of Item No. 31

20.0 No released items shall be reused in the newly erected OHE without the specific written

permission of the purchaser.

21.0 The contractor shall his own arrangement for Direct load testing (Hydraulic) testing of all types

of insulators at his depot and test all insulators for mechanical strength at site in presence of

Railway officials before erection as per the relevant test procedure.

22.0 Works contract tax prevailing time to time will be deducted from the contract bills. Any

increase in sales tax on work contract will be to contractors account and will be deducted from

his each running bills. The rates quoted will also includes the sales tax on works contract. Any

other additional tax/duties imposed by Central/State Government, has to be absorbed by the

Tenderer during the contract period.

23.0 Last date for submission of tenders

The tenders shall be submitted in the manner prescribed in para 1.1.22 of the Tender papers

not later than 15:00 hrs. (Indian Standard Time) on 15.05.2014 at the Office of the Dy. Chief

Electrical Engineer, Railway Electrification, Egmore,Chennai-600 008, or his successor

(whose address will be intimated in due course).

24.0 Date of opening of Tenders

The tenders will be opened at 15:30 hrs. (Indian Standard Time) on 15.05.2014 in the office

of the Dy. Chief Electrical Engineer, Railway Electrification, Egmore, Chennai-600 008,or his

successor /nominee (whose address will be intimated in due course). In case the day

happens to be a holiday the tenders will be opened in the same manner on the next working

day.

25.0 Addresses (See para 3.19):- Relevant addresses for various purposes connected with the

tender are given in para 3.19.

26.0 Standard Schedule of Rates

12

Schedule – 1 Section – 1 of the tender papers lists out the standard schedule of rates for

various item, categorized under three sub-sections namely PART – A (Copper conductor

items), PART – B (Major Steel items) and PART – C (Other than Part – A & Part – B). Based

on these standard rates, the total contract value has been worked out in Schedule – 1,

Section –2. Schedule – 3 Section 1 (Furnished in Vol. I) PART-A, PART–B and PART-C lists

out the rates at which “On account” payments will be released to the successful Tenderer.

The Tenderer is advised to quote only percentage rate below/at par/above against each

PART in the S.O.R. in Form – 1 (Furnished in Vol. I) for Summary of prices. The percentage

so quoted will be loaded to the rates given in Schedule 1 and to arrive at the rates payable to

the contractor against these schedule. The percentage so quoted will be loaded to the rates

given in Schedule 3 – PART-A, PART–B and PART-C and to arrive at the rates payable to

the contractor against these schedule. The offers where more than one percentage has been

given for different items of work in one PART of Schedule –1, Section – 2. shall be liable to be

rejected. For Part-D- Non-SOR items, the Tenderer is advised to quote their individual rates

for each of the Items in the Schedule, for Schedule-1, Section-1(unit price) and Schedule –1

,Section-2 (total price).

27.0 ‘General Conditions of Contract’ of concerned Railway as amended with advance correction slips issued up to date, shall be part of the contract. ‘General Conditions of Contract’ booklet may be obtained by the Tenderer/contractor on payment from any Divisional Railway manager’s office of concerned Railway in which the present section lies.

28.0 The Tenderer shall submit the following details along with tender document for payment purpose of bills.

(a) Name of the Bank with address.

(b) SB Account No/ Current Account No.

(c) IFSC & MICR codes of the Bank

(d) Specimen signature of the contract signing/Executing Authority.

29.0 The tenderes should submit the enclosed certificates/proformas contained in this booklet.

Signature of the Contractor

13

EXPERIENCE CERTIFICATE Proforma - I

(The Tenderer shall submit the experience certificate strictly in the following format)

1. Name and Address of the Tenderer/Contractor :M/s………………….

2. Type of Firm : Proprietary firm/Partnership Firm/ JV/Others (specify)……………

3. The relevant details of work under:-

a) Name of Work

b) Agreement No. &Date

c) Date of commencement of work

d) Date of completion of work:

e) Status of Final bill:

f) Value of work completed as per last bill:

g) Details of work completed (item relevant to the tender to be furnished)

Place:

Date: JAG Officer/Railways

Sr. Scale Officer /Other Govt Dept. /PSUs

(With seal)

14

Proforma - I I

STATEMENT OF WORKS ON HAND

Sl.

No.

Name of the

Organisation

Name

of work

Date of

award

Original

date of

completion

Place

of

work

Value

of

work

Present

physical

progress

in %

Likely date

of

completion

Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the

offers received with wrong information or without authenticated details from the tenderers in

the above format, summarily and the tenderer shall have no claim in this regard.

The information furnished above is correct and complete to the best of our/my knowledge and

belief.

We are / I am aware that if the information furnished above is found to be wrong or

incomplete or any relevant information is found to have been suppressed, the tender is liable to be

rejected at any stage.

We are / I am aware that if the declarations as above in the tender are found to be not true,

any agreement that may be entered into, is also liable to be terminated by the Railway.

Signature of the Tenderer/Contractor:

Date:

Address:

15

Proforma - III

LIST OF ENGINEERS/PERSONNEL ALREADY AVAILABLE / PROPOSED TO BE EMPLOYED

FOR DEPLOYMENT OF THIS WORK

Sl.

No. Name & designation Qualification

Professional

experience

Organization

with whom

working

Date from

which the

personnel will

be available for

this work

1 2 3 4 5 6

Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the

offers received with wrong information or without authenticated details from the tenderers in

the above format, summarily and the tenderer shall have no claim in this regard.

The information furnished above is correct and complete to the best of our/my knowledge and

belief.

We are / I am aware that if the information furnished above is found to be wrong or

incomplete or any relevant information is found to have been suppressed, the tender is liable to be

rejected at any stage.

We are / I am aware that if the declarations as above in the tender are found to be not true,

any agreement that may be entered into, is also liable to be terminated by the Railway.

Signature of the Tenderer/Contractor:

Address & Date

16

Proforma - IV

DETAILS OF MACHINERY TENDERER/CONTRACTOR WANTS TO PURCHASE/HIRE FOR THIS

WORK

Sl.

No.

Particulars of

equipment

No. of

units

Kind &

make/firm from

which to be hired

Capacity

Date by which the

plant would be

available for use on

this work

1 2 3 4 5 6

Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the

offers received with wrong information or without authenticated details from the tenderers in

the above format, summarily and the tenderer shall have no claim in this regard.

The information furnished above is correct and complete to the best of our/my knowledge and

belief.

We are / I am aware that if the information furnished above is found to be wrong or

incomplete or any relevant information is found to have been suppressed, the tender is liable to be

rejected at any stage.

We are / I am aware that if the declarations as above in the tender are found to be not true,

any agreement that may be entered in to, is also liable to be terminated by the Railway.

Signature of the Tenderer/Contractor:

Date:

Address:

17

Proforma -V

FORM FOR REPORTING OF EMPLOYMENT OF RAILWAY OFFICERS

Proforma to be filled in and signed by the Tenderer and submitted along with the tender with

reference to clause 16 of the Regulations for Tenders & Contracts (Annexure – 1).

Strike out whichever is not applicable

1. The undersigned :

(a) is a retired gazetted officer holding prior to retirement a pensionable/non-pensionable

post in Engineering Department of .................................. Railway.

(b) is a partnership firm having as one of its partners a retired Engineer or a retired

gazetted officer as aforesaid.

(c) is an incorporated company having any such retired Engineer or retired officer as

aforesaid, as one of its directors.

(d) is having in my employment any retired Engineer or retired gazetted officer as

aforesaid.

(e) has no such retired Engineer or retired gazetted officer so associated with me as

stated above.

II. If falling under any of the above categories (a) to (d) particulars of the officer may be

furnished hereunder:

(1) Post held before retirement :

(2) Date of retirement :

(3) If not retired at least two years :

prior to date of submission of tender

state whether permission for taking

such contracts has been obtained

from the President of India or any

officer duly authorised in this behalf.

III. If the tenderer or in the case of a firm or company, any of the share holders has a relative or

relatives employed in gazetted capacity in the Engineering Department of the Railways,

particulars of such relatives in the Railway may be furnished hereunder:

(1) Name :

(2) Designation :

(3) Relationship :

Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the

offers received with wrong information or without authenticated details from the tenderers in

the above format, summarily and the tenderer shall have no claim in this regard.

The information furnished above is correct and complete to the best of our/my knowledge and

belief.

18

We are / I am aware that if the information furnished above is found to be wrong or

incomplete or any relevant information is found to have been suppressed, the tender is liable to be

rejected at any stage.

We are / I am aware that if the declarations as above in the tender are found to be not true,

any agreement that may be entered into, is also liable to be terminated by the Railway.

Signature of the Tenderer/Contractor:

Date:

Address:

19

Proforma -VI

CONSTITUTION OF THE FIRM

1. Full name of the Contractor/s,

Construction firm and year of

Establishment

2. Registered Head Office and Address

3. Branch Office/s in India

4. Address on which correspondence

regarding this tender should be done

Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the

offers received with wrong information or without authenticated details from the tenderers in

the above format, summarily and the tenderer shall have no claim in this regard.

The information furnished above is correct and complete to the best of our/my knowledge and

belief.

We are / I am aware that if the information furnished above is found to be wrong or

incomplete or any relevant information is found to have been suppressed, the tender is liable to be

rejected at any stage.

We are / I am aware that if the declarations as above in the tender are found to be not true,

any agreement that may be entered into, is also liable to be terminated by the Railway.

Signature of the Tenderer/Contractor:

Date:

Address:

20

PART – III

PARTICULAR SPECIFICATIONS

PARA NO. SUBJECT

3.1 : Introduction

3.2 : Location

3.3 : Tracks to be equipped

3.4 : General particulars

3.5 : Climatic data

3.6 : Rolling Stock

3.7 : Over dimensional consignments

3.8 : Power Supply

3.9 : LT Supply Transformer Stations

3.10 : Type of OHE

3.11 : Return Conductors

3.12 : Pegging Plans

3.13 : Traction sub-station feeders

3.14 : Track circuits

3.15 : Labour and materials

3.16 : Contractors Office

3.17 : Contractor’s depot and work train

3.18 : Duration of traffic blocks

3.19 : Addresses

3.20 : Quantities

3.21 : Forged steel fitting

21

PART – III

PARTICULARS SPECIFICATION

3.1 INTRODUCTION

The works involves

Design, supply, erection, testing and commissioning of traction overhead equipment at Madurai junction,

including modification to the existing OHE at various part of the Dindigul-Madurai section, introduction of feeder

arrangement between TSS & OHE at Samayanallur station and provision of PTFE neutral section at near TSS

Dindigul in Madurai division of Southern Railway.

3.2 LOCATION

The section is located over Madurai, Samayanallur, Samayanallur-Kudalnagar (Km.487), Dindigul

(Vellodu/TSS) Madurai division of Southern Railway and located in Tamil Nadu.

3.3.1 TRACKS TO BE EQUIPPED

a. The sections to be equipped with overhead equipment are as per tender clause para No. 2.1.1.

b. The track length of the section to be equipped with conventional type Overhead equipment is 9

TKM and tramway type OHE is 5 TKM approximately. Wherever sufficient track center is not

available regulating equipment with trapezoidal type counter weights are to be provided.

c. Regulated conventional type OHE with 65 sq. mm cadmium copper catenary and 107 sq mm

grooved HDGC drawn out of continuous cast copper contact wire as per latest RDSO

specification No. ETI/OHE/50 (6/97) with A&C slip 1 and ETI OHE /76 (6/97) with A & C correction

slip No. 1, 3&4 and latest correction slips if any.

d. Provision of polluted zone (1050 mm-creepage distance) Porcelain type stay, bracket and 9

tonne insulators with latest specification are proposed in the section. The Tenderer shall take note

of items and quote their rate accordingly.

e. Regulated Tramway OHE with 107 sq.mm grooved HDGC drawn out of continuous cast copper

contact wire with cadmium copper 7/2.10 mm catenary bridle wire as per latest RDSO

specification.

f. The OHE mast/steel structures and small parts steels with 610 gm per sq.m galvanization is

proposed in this tender.

g. Cantilever assembly tubes are proposed with 420 gm/sq.m galvanization.

h. OHE foundations with M-15 concrete, grouting with M-20 concrete is proposed with 20mm ballast

and sand.

3.3.2 SCHEMATIC DIAGRAM

The tentative schematic electrical sectioning diagram of the tracks to be equipped will be supplied

during execution.

3.4.1 GENERAL PARTICULARS

This tender work involved in Madurai division is generally flat are coming under wind pressure of yellow zone. The soil characteristics of the area generally have normal bearing pressure. In some areas the soil ranges from hard soil to very hard soil. New formation area with loose soil of 5000/8250 Kgf/sqm pressure

22

may also be available. However, the soil pressure to be ascertained before casting of foundation at every location.

4 ACCESS ROAD

The section passes in the developed area. The Railway stations mentioned are approachable by Motorable roads/Pucca/ Kutcha Roads.

5 FOOT OVER BRIDGES & ROAD OVER BRIDGES

Foot over Bridge - 1 at Madurai Jn.

Road over Bridge – 1 at Madurai Jn. and 2 at Samayanallur

(D)STATIONS All location located between Dindigul Jn., Samayanallur & Madurai Jn.

(E) BRIDGES

One bridge available between Samayanallur & Kuddal Nager. Bridge No.1460 where two Bridge masts

to be provided with OHE modification.

5.4 CLIMATIC DATA T EMPERATURES

A) For the overhead equipment a minimum temperature of 4 degree C and a maximum temperature of 65 degree C are to be considered. The mean temperature should be taken as 35-degree C.

B) RAIN FALL

Rains occur generally from June to December. The average rainfall during monsoon season is approximately 200 cm. annually.

C) HUMIDITY The maximum relative humidity is nearly to 60-90%.

D) THUNDER STORMS

The region is subjected to storms and rainfall during monsoon from June to December.

E) WIND PRESSURE The Dindigul-Madurai section falls under yellow zone with wind pressure 112.5 Kgf as per ACTM Vol.II

Part II and IS 875.

a. ROLLING STOCK

Electric locomotive with height not exceeding 4.2325 m with their pantographs in the locked down

position and Rolling stock height of 4.425 m is proposed to be run in the section Diesel locomotives

4.42 m height would run on this section special relaxation will be permitted in some cases. Rolling

stock height of 4.425 m is proposed to be run in the section.

3.7 OVER DIMENSIONAL CONSIGNMENTS

The maximum height of over dimensional consignment, which plies on this section, is 4.80m (15 ft. 9

In.) with movement restricted to specified lines.

3.8(A) POWER SUPPLY

23

25 kV power supply to the overhead equipment will be fed from nearest TSS.

3.8(B) SWITCHING STATIONS

Modification/addition/alteration is proposed for the switching station Madurai.

3.9 L.T. SUPPLY TRANSFORMER STATIONS

Auxiliary transformer is not proposed in the section.

3.10 TYPE OF OHE

(i) Regulated conventional type OHE with 65 sq. mm cadmium copper catenary and 107 sq mm

grooved HDGC drawn out of continuous cast copper contact wire as per latest RDSO specification

No. RDSO specification No. ETI/OHE/50(6/97) with A&C slip 1 and ETI/OHE/76 (6/97) with A & C

correction slip No. 1,3&4 and latest correction slips if any.

(ii) Insulators used shall be of Polluted zone (1050 mm –creepage distance) porcelain type stay,

bracket and 9 tonne insulators.

(iii) Regulated Tramway OHE with 107 sq.mm grooved HDGC drawn out of continuous cast copper

contact wire as per latest RDSO specification no. ETI/OHE76 (6/97) with A&C correction slip No. 1

of 7/97 and 65 sq.mm cadmium copper catenary of the conventional 20 sq.mm –7/2.10 mm bridle

wire as per RDSO Drg. No.ETI/OHE/G/04203 Mod.’C’ or latest and as per latest specification is

proposed where ever tramway OHE is proposed.

(iv) The OHE mast/steel structures and small parts steels shall be of 610 gm per sq.m galvanization.

(v) Cantilever assembly tubes shall be of 420 gm/sq.m galvanization.

(vi) OHE foundations shall be of M-15 concrete, grouting with M-20 concrete with 20mm ballast and

sand.

3.11 RETURN CONDUCTORS: - Return conductors are not proposed under the scope of this contract.

3.12 PEGGING PLANS - Pegging plans are to be made based on Engineering Plans by the contractor

himself for arriving quantities of vital items and final lay out plans may have to be prepared based on

tentative pegging plan, approved sectioning arrangement and actual site details given by Engineering

department during execution of works.

3.13 TRACTION SUB STATION FEEDERS.:-Modification/addition/alteration is proposed for TSS feeders to

OHE at Samayanallur.

3.14 TRACK CIRCUITS:- Modification is proposed to the existing track circuit in station area at Madurai.

3.15 LABOUR AND MATERIALS: - Skilled and Unskilled labours are available in and around the section

of work

3.16CONTRACTOR’S OFFICE: - The contractor may establish an office near to the Head quarters office of

Chief Project Manager, Railway Electrification, EVR Periyar High Road, Chennai Egmore, and

Chennai-600 008 for planning, design and for expedite finalisation of particular designs and working drawings.

The office should be headed by a qualified engineer. In addition, the contractor would have to establish field

construction office at convenient and approved locations for coordination and progressing of field works.

24

3.17 CONTRACTORS DEPOT AND WORK TRAINS:- Provisionally space will be made available for the

contractor to set up one main depot at location as desired by purchaser No work train is proposed to be

made available.

3. 18 DURATION OF POWER/TRAFFIC BLOCKS: - Power/Traffic Blocks will be arranged suitably

during non-movement of Electric/Diesel trains during day or night as per operating

convenience.

3.19 ADDRESSES:- The list of addresses to which correspondence and documents related to the

contract, should be sent is as under:

a) For all policy contractual and commercial matter prior to the award of Contract

Dy. Chief Electrical Engineer, Railway Electrification, Egmore, Chennai-600008 Or his

successor nominee (whose address will be intimated in due course)

b) i) After the award of Contract

Dy. Chief Electrical Engineer, Railway Electrification, Egmore, Chennai-600008 Or his

successor nominee.

ii) Security Deposits & EMD

Senior Assistant Financial Adviser, Railway Electrification, Chennai Egmore -600 008 Or his

successors/nominee (whose address will be intimated in due course)

iii) For matter relating to particular design and working drawings.

The Executive Electrical Engineer/Designs/Railway Electrification, Chennai Egmore,

iv) For matters relating to basic designs and drawings for fittings components equipments and proto

type tests.

The Director General (TI), Research Designs & Standards Organization, Manak Nagar,

Lucknow – 226 011,

v) Matters relating to progressing of field work scheduling of quantities and submission of bills.

Dy. Chief Electrical Engineer, Railway Electrification, Egmore, Chennai-600008.

3.19.1. QUANTITIES APPROXIMATE QUANTITIES:- Annexure – 2 Part IV gives the approximate quantities of

various items of work mentioned in Schedule I.

3.21. Forged steel fittings: - The following items only shall be of FORGED STEEL fittings. No MCI fittings

will be accepted for these items. Any further developments of forged fitting, will also be communicated

in due course and same to be complied.

Sl. no Drawing No/RI No./Description of item APPROVED SOURCES

1. TI/DRG/IOHE/ATD/RDSO/00005/02/1 ATD Clevis and eye (Forged)

TLP, Khatri (Part-II) (RDSO approved sources)

2. TI/DRG/OHE/FTGFE/RDSO/00003/00/0 Steady arm hook BFB (Forged)

KF, CEC (CORE approved sources) TLP (RDSO approved source – Part – II)

3. TI/DRG/OHE/RDSO/FTGFE/00002/00/1 Register arm eye piece (Forged)

KF, CEC (CORE approved sources) TLP (RDSO approved source – Part II)

4. TI/DRG/OHE/FTFGE/RDSO/00005/04/0 Mast fitting for hook insulator (forged)

TLP (RDSO approved source – Part II)

5. TI/DRG/OHE/FTGFE/RDSO/00004/03/0 Tubular stay sleeve (forged)

TLP (RDSO approved source – Part II)

6. 2392 BFB steady arm swivel TLP, CEC, CCC, TMI, KF 7. 2402 Tubular stay adjuster CEC, TLP, KF, TMI 8. 2402-1 Tubular stay adjuster CEC, TLP, TMI

25

(large)

9. 2523 Normal bent steady

arm hook CEC, TMI

10. 2541 BFB Steady arm eye

piece CEC, TLP, TMI, KF

11. 2542 BFB Steady arm swivel CEC, CCC, TLP, TMI, KF 12 3071-1 Mast Bracket Clevis TLP, KF, CEC, TMI

13 3072 Mast Bracket Clevis

Pin TLP, KF, CEC, TMI

14 5002 Guy rod stirrup TLP, CEC, TMI, KF

15 5004 5005

5006-1

Guy rod 25 mm dia. CEC, TLP, KF, TMI

16 5021, 5023, 5024

9 tonne adjuster (eye and clevis)

TLP, CEC, KF

17 5021, 5024, 5025

9 tonne adjuster (double clevis type)

TLP, CEC, KF

18 5094-1 Counter weight piece eye rod (0.65 m long)

CEC, KF, TLP, TMI

19 5094 Counter weight piece eye rod (1.0 m long)

CEC, TLP, KF, TMI, NSSA

20 5095 Counter weight piece eye rod (1.3 m long)

CEC, KF, TMI, TLP, KHATRI

21 5099 Counter weight piece eye rod (1.55 m long)

CEC, KF, TLP, TMI, NSSA, KHATRI

22 5183 Double eye distance rod (10 mm dia.)

CEC, TLP, TMI, KF

23 5221 Guy rod double strap (100)

CEC, CCC, TLP, KF, TMI

24 5222 Guy rod double strap (150/250)

CEC, CCC, TLP, KF, TMI

25 6068 Ball eye CEC

Note: List of approved sources are subject to change. The Contractor has to verify the genuineness of

such sources from the official source of Indian Railways.

26

PART – IV

ANNEXURES

Annexure No Subject

I : List of standard drawings and specification (Vol. II)

II : Schedule of Quantities (Vol. I)

III : Requirement of spares (Vol. II)

IV : List of materials to be supplied by the purchaser to the contractor (Vo.

I, Annexure-IV)

V : List of tools and plant for maintenance

VI : List of tools and plant for maintenance

VII : Unit quantities of finished wires conductors for various items of work

VIII : List of bridges on which traction structures will be located

IX : Performa I to VI

27

ANNEXURE – 2

SCHEDULE OF QUANTITIES (OHE)

Approximate quantities of various items of work included in Schedule – 1

Sl. No. Item No. Approximate Quantity

PART - A

1. 6(a) 0.00

2. 6(b) 0.00 3. 6(c) 0.00

4. 7(d). 5.0

5. 9(d) 10

6. 9(e) 7

7. 32-A

PART- B

8. 3(a)(ii) 48

9. 3(a)(iii) 22

10. 3(b)(i) 84

11. 3(c) 25

12. 32-B

PART-C

13. 1(a) 20.0

14. 1(b) 1.0

15. 1(c) 3.0

16. 2(a)(i) 100.00

17. 2(a)(ii) 100.00

18. 2(e) 0

19. 2(b) 1000.00

20. 2(c) 5.00

21. 3(a)(i) 70

22. 3(b)(ii) 2000.00

23. 3(e) 100.00

24. 4(a)(i)(a) 250.00

25. 4(a)(i)(b)

26. 4(a)(ii)

27. 4(a)(iii)(a) 200

28. 4(a)(iii)(a)(i) 0

29. 4 (a)(iii)b 0

30. 4(a)(iv) 0

31. 4(a)(v) 0

32. 4b(i) 5

33. 4(b)(ii) 0

28

34. 4(b)(iii) 5.0

35. 4(b)(iv) 0

36. 5(a)(i) 0

37. 5(a)(ii) 0

38. 5(b) 0

39. 5(c) 0

40. 6(d) 0

41. 7(a) 0

42. 7(c) 1.0

43. 8(a)(i) 0

44. 8(a)(ii) 5.0

45. 8(a)(iii) 0

46. 8(a)(iv) 0

47. 8(a)(v) 40.00

48. 8(a)(vi) 0

49. 8(b)(i) 0

50. 8(b)(ii) 40

51. 8(b)(iii) 0

52. 8(b)(iv) 0

53. 8(b)(v) 4.00

54. 8(b)(vi) 16.00

55. 8(b)(ix) 24.00

56. 9(a) 0

57. 9(b) 0

58. 9(c) 0

59. 10(a) 50

60. 10(b) 0

61. 10(c) 0

62. 11(a)(i) 0

63. 11(a)(ii) 0

64. 11(b) 30

65. 11(c) 0

66. 11(d) 0

67. 12(a)(i) 5.0

68. 12(a)(ii) 5.0

69. 12(b) 0

70. 12(c)(i) 10.00

71. 12(c)(ii) 5.00

29

72. 12(d) 2.00

73. 13 (a) (i) 12.00

74. 13(a)(ii) 1.00

75. 13(b) 0

76. 13(c)(i) 1.00

77. 13(c)(ii) 1.00

78. 13(d) 1.00

79. 13(e) 1.00

80. 14

81. 15(a) 50.00

82. 15(b)

83. 16(a) 200.00

84. 16(b) 200.00

85. 16(c) 100.00

86. 17(a) 10.00

87. 17(b) 50.00

88. 17(c) 0

89. 17(d) 100.00

90. 18(a)(i) 0

91. 18(a)(ii) 0

92. 18(b) 0

93. 19(i) 0

94. 19(ii) 0

95. 20(a)(i) 0

96. 20(a)(ii) 0

97. 20(b) 0

98. 21

99. 22(a) 0

100. 22(b) 0

101 23(i) 0

102 23(ii) 0

103 24 0

104 25(a) 0

105. 25(b) 0

106. 25(c) 0

107. 25(d) 0

108. 25(e) 0

109. 25(f) 0

110. 25(g) 0

111. 26(a)(i) 0

112. 26(a)(ii) 0

30

113. 26(b)(i) 0

114. 26(b)(ii) 0

115. 26(b)(iii) 0

116. 26(b)(iv) 0

117. 26b (v) 0

118. 26 b (vi) 0

119. 26(b)(vii) 0

120. 26(c)(i) 0

121. 26(c)(ii) 0

122. 26(c)(iii) 0

123. 26(c)(iv) 0

124. 27(a)(i) 0

125. 27(a)(ii) 0

126. 27(b) 0

127. 27(c)( i) 0

128. 27(c)(ii) 0

129. 28(i) 0

130. 28(ii) 0

131. 29(a) 0

132. 29(b) 0

133. 30(a)(i) 0

134. 30(a)(ii) 0

135. 30(a)(iii) 0

136. 30(b)(i) 0

137. 30(b)(ii) 0

138. 30(b)(iii) 0

139. 30(b)(iv) 0

140. 31(a) 75

141. 31(b) 75

142. 31(c) 0

143. 31(d) 2.0

144. 31(e) 0.52

145. 31(f) 10.00

146. 31(g) 2.00

147. 31(h) 10.00

148. 31(i) 5.00

149. 31(j) 0

150. 31(k) 20.00

151. 31(l) 15

152. 31(m) 0

153. 31(n) 10

31

154. 31(o) 0

155. 31(p) 10

156. 31(q) 0

157. 31(r) 0

158. 31(s) 0

159. 31(t) 0

160. 33 0

161. 34 0

162. 32-C 0

163. 35 5000

Note: The items for which quantity column left blank are to be treated as NIL. The quantity shown

above is tentative only. Actual assessment of required material is the sole responsibility of the

Contractor

******

32

ANNEXURE – 4

LIST OF OHE EQUIPMENTS, FITTINGS AND MATERIAL TO BE SUPPLIED BY PURCHASER TO THE

CONTRACTOR

All the items are to be supplied by Contractor only except contact wire and catenary wire.

Annexure 5:

Supply of major copper items by Contractor. Not applicable in this Contract

Annexure-6

*See note-2

NOTE:

1. Col.4 of the above table indicates the permissible allowance for the erection which should be left over with

the contractor and should be returned to the purchaser in the form of scrap on completion of work. such

working allowance has been indicated on the assumption that all wire and conductors shall be made available

in tailor made lengths as shall be indicated by the contractor to suit individual employment and further, that the

actual supplies shall be made in the serial order as will be indicated by the Contractor .Should the purchaser be

unable to supply the conductor as per above on account of which drum of a length longer than the ones desired

by the contractor shall have to be erected, then such, extra length as such result from the difference of the

length of the drum actually employed and length of the drums ordered by the contractor shall be considered

over and above the quantities admitted as allowance for erection under Col .4. Such extra length shall in

addition be considered and shall be returned to the Purchaser in the form of scrap.

2. Whenever cadmium copper wire (130) is required against item No.5 (a) (ii), the same will supplied by the

purchaser and the quantity of cadmium copper wire (65) against this item will be correspondingly reduced.

When copper wire(130) is required against item No.6(a) the same will be supplied by the purchaser

and the quantities of cadmium copper wire(65) and contact wire (107) against this item will be correspondingly

reduced.

SUPPLY OF MATERIALS BY THE PURCHASER

The tenderer’s special attention is invited to Annexure-4 wherein the materials which would be supplied by the

purchaser to the Contractor for erection are listed. The Tenderer shall ensure that the cost of supply of

materials are listed in Annexure-4, is not included in the price quoted against various items of work in schedule-

1. some of the items which are normally under contractor’s scope of supply may also be supplied by the

purchaser either in part or in full to meet the requirement of the tendered work. The list of such items are given

in Annexure-4.

WIRES AND CONDUCTORS.

The purchaser will supply to the Contractor annexure-4 items required for the work based on unit quantities

inclusive of erection allowance in accordance with column, Annexure-6 together with the length of finished

wires and conductors for new items of work and the length of wires and conductors-under items 31 (h) of

schedule-1. Out of the quantity as calculated above, the contractor shall return to the purchaser wires and

conductors in longest possible bits or in the form of scrap, as calculated on the basis of the final quantities of

items of work of schedule-1 and the quantities specified in column 5, Annexure-6. The total length of finished

33

wires and conductors deemed to have been erected will be the difference, viz,as calculated on the basis of final

quantities of schedule-1 and the bare unit lengths specified in column 4, Annexure-6 together, with the lengths

of Schedule of finished wires and conductors under item 31(h) of schedule-1.

Notwithstanding the above, it is general conditions that the Contractors shall return to the purchaser all wires

conductors which have been supplied to him but not utilized on work. Should the contractor be unable to do so,

the purchaser shall be entitled to recover the cost of such wire and conductors as specified in note at the end of

para. For the purpose of reconciliation the length of wire or conductor deemed to have been supplied by the

purchaser to contractor will the length stenciled on drum and length deemed to have been returned by the

contractor will be the actual length of cut-pieces and /or the length calculated on the basis of the actual weight

of cut pieces scrap and linear density specific in column-2, Annexure-6 in addition to above the scrap of

Catenary wire generated on account of provision of insulated Catenary under over line structure shall also be

taken into account separately.

Note: if there are any shortages during final reconciliation, their cost will be recovered by the Purchaser from

the Contractor at the book rate or the last purchase rate or the prevailing market rate, whichever is higher, plus

5% on account of initial freight, 2% on account of incidental charges together with supervision charges at

12.5% of the total cost inclusive of material freight and incidental charges. Freight between the purchaser’s

source of supply and the Contractor’s depot.

Loading and Un-loading of Railway supply materials to the contractor shall be under the scope of

contractor’s work. No separate payment will be made for loading & un-loading of Railway supplied

materials

34

(FORM-1)

SUMMERY OF PRICES

(All figures are in Rupees)

Sl. No.

Item Total Price

PART-A 1 Total for supply and erection as per schedule -1

section -2 Part-A based on Last Accepted Rate (LAR)

=Rs 3209359.00/-

2 Percentage above/at par/below to be quoted on part-A (Sl. No.1)

(a) In figures = (b) In Words =

3 Total for Part –A in Words and Figures =

PART-B 4 Total for supply and erection as per schedule -1

section -2 Part-B based on Last Accepted Rate (LAR)

= Rs.11340690.00/-

5 Percentage above/at par/below to be quoted on Part-B (Sl. No.4)

(a) In figures = (b) In Words =

6 Total for Part –B in Words and Figures =

PART-C

7 Total for supply and erection as per schedule -1 section -2 Part-C based on Last Accepted Rate (LAR) (Sl. No.7)

= Rs.12138821.36/-

8 Percentage above/at par/below to be quoted on part-C

(a) In figures = (b) In Words =

9 Total for Part –C in Words and Figures =

PART-D

10 Total for supply and erection as per Part-D Non-SOR items (Item no. 35,36 and 37) only

(a) In figures =Rs. (b) In Words =

11 Total for Part –D in Words and Figures =

12 Grand Total (In words and Figures) (3+6+9+11) =

(Rupees …………………………………………………………………………………………………only)

35

NON-SOR ITEMS - PART – D

Sl No. Description Qty Unit Rate in

Rs Rate in words

(5)

Amount in Rs

(3 x 5)

1 2 3 4 5 6 7

35 Transporting of railway Supply OHE structure / materials to work spot

5000 MTKM

Total for Part-D in figures.

Total for Part-D in words.: Rs. ………………………………………………………………………………………………….

36

Notes:-

1. Figures shall be rounded off to nearest rupee.

2. The above prices are inclusive of excise duty , sales tax, Octopi, Local levies, sales tax on works

contract etc as per para 1.3.2 & 1.3.13

3. Security deposit for each work should be 5% of the contract value and will be deducted from the

running bill @ 10% till the deduction full security deposit is completed. No other forms of security

deposit i.e. DD, FDR etc. will be accepted.

4 In case there exist difference in figure and words of any rate, the words quoted by the Tenderer

will prevail for all legal proceedings.

EXPLANATORY NOTES OF NON-SOR ITEMS

ITEM No. 35. TRANSPORTING OF RAILWAY SUPPLY OHE STRUCTURE/MAST TO WORK SPOT.

The Tenderer shall quote the rate per MTkm for transporting of OHE mast/structure and equipment

supplied by Railways. No payment will be made for Railway material transported with in 5 kM around work site.

The rate quoted will be applicable whether the materials transported are full load or part load of the vehicle.

The distance in KM from the place where the transportation to be carried out to the place of unloading will be

based on the actual Km run by the vehicle if the material is transported through road and the actual km of rail

route, if the material is transported through rail. The price shall cover leading, loading of OHE structure/mast

from Railway office/premises and transportation unloading and stacking of material at site. Normally the

materials have to be transported from Chennai in Tamil Nadu area or Kozhikode -Trivandrum in Kerala area.

However the contractor has to transport material from anywhere to anywhere in southern Railway, if required.

*****************

37

SCHEDULE - 1: SCHEDULE OF PRICES(OHE)

SECTION - 1 : UNIT PRICES

This Schedule shall be read in conjunction with its explanatory notes in Part -I, Chapter - IV for detailed description for

various items included therein : The rates given below against different items of work in this schedule are the standard

schedule of rates.

Sl.

No. Item No. Brief Description of the item

Unit of

Measurement

PRICES

Materials Erection

Total Unit price for

materials and \or

erection (5+6)

(1) (2) (3) (4) (5) (6) (7)

PART - A - COPPER CONDUCTORS

1 6(a) Supply and Erection of over head

equipment only by manual

km 17313.00 14063.00 31376.00

2 6(b) Supply and Erection of contact

wire only by manual.

km 12936.00 12936.00

3 6(c) Supply and Erection contact wire

only (regulated with briddle wire)

by manual.

km 19739.00 11697.00 31436.00

4 7(d). Supply and Erection of 25 kV

Feeder

km 422488.0 7528.00 430016.00

5 9(d) Supply and Erection of anti creep

with Cadmium Copper Catenary

Wire.

Each 2929.00 728.00 3657.00

6 9(e) Supply and Erection of anti creep

with Cadmium copper catenary

wire suitable for tramway type

OHE (Regulated).

Each 2953.00 696.00 3649.00

7

32-A 'Amount Payable' for each item of

work carried out under power

block, over and above the amount

payable for the corresponding

item carried out under non power

block (under part-A) on erection

charges only.

Respective

item, of each

corresponding

item of work

carried out

under non

power block

and included

under this

part ( Part-A)

PART - B - MAJOR STEEL ITEMS

8 3(a)(ii) Supply only for fabricated mast

K,B,S, series etc.

MT 59466.00 59466.00

9 3(a)(iii) Supply of 8''x8'', 8"x6" and 6''x6''

mast.

MT 59466.00 59466.00

10 3(b)(i) Supply and erection of fabricated

steel work other than masts by

manual

MT 61938.00 4367.00 66305.00

11 3(c) Supply & Erection of fabricated

steel work (SPS).

MT 60702.00 3636.00 64338.00

12 32-B 'Amount Payable' for each item of

work carried out under power

block, over and above the amount

payable for the corresponding

item carried out under non power

block (under Part-B) on erection

charges only.

Respective

item, of each

corresponding

item of work

carried out

under non

power block

and included

under this

part ( Part-B

38

PART - C - OTHER THAN PART - A & PART - B

13 1a Preparation of designs and

drawings for over head equipment

and verification of Purchasers

Engineering Plan.

STKM 5022.00 5022.00

14 b Preparation of designs and

drawings for switching stations

Each 8321.00 8321.00

15 c. Preparation of station working rule

diagram and working instruction

Each 3534.00 3534.00

16 2a(i) For Foundation and Plinth -

Concrete in hard soil

Cu.M 2501.00 2501.00

17 ii). Concrete in rocky soil Cu.M 2710.00 2710.00

18 b. Concrete in other than hard soil

and rock

Cu.M 2484.00 2484.00

19 c. Reinforced concrete Cu.M 4397.00 4397.00

20 e. Extra for supply and sinking of

concrete shells

Cu.M 1229.00 607.00 1836.00

3a Erection of traction masts and

main masts of switching stations,

booster stations and L .T .supply

Transformer stations by manual

21 i) By Manual Tonne 2438.00 2438.00

22 3(b)(ii) Arranging Transport car for

inspection of inspecting

officers/officials

KM 9.00 9.00

23 3(e) Supply and erection of a Guy rod

assembly

Each 4587.00 265.00 4852.00

24 4ai)(a) Supply and erection of a single

bracket assembly

Each 9428.00 492.00 9920.00

25 a(i) b Supply and erection of a single

bracket assembly without

insulators.

Each 5363.00 492.00 5855.00

26 ii) Extra on 4(a) (i) for supporting

two OHEs

1393.00 91.00 1484.00

27 iii)(a) Supply and erection of single

bracket assembly suitable for

tramway type OHE (Regulated)

Each 9420.00 307.00 9727.00

28 iii)(a)(i) Erection of single bracket

assembly suitable for tramway

type OHE9regulated)

Each 0.00 307.00 307.00

29 iii)(b) Supply and erection of single

bracket assembly suitable for

tramway type OHE (Regulated)

Each 5355.00 307.00 5662.00

30 iv) Extra on item 4(a) (iii) for

supporting two Tramway type

OHE

Each 944.00 191.00 1135.00

31 v. Supply and erection of a single

bracket assembly for composite

OHE

Each 7145.00 837.00 7982.00

32 4bi) Supply and erection of a pull off

arrangement for one OHE

Each 5495.00 328.00 5823.00

33 ii) Extra for each additional

equipment pulled

Each 1751.00 198.00 1949.00

34 iii) Supply and Erection of a pull - off

arrangement for Regulated

Tramway type OHE.

Each 3721.00 308.00 4029.00

39

35 iv) Supply and erection of a pull off

arrangement for one composite

OHE

Each 5886.00 301.00 6187.00

36 5ai) Supply and erection of mounting

arrangements for span wire

Each 6211.00 427.00 6638.00

37 ii) Supply and erection of a span wire Metre 284.00 74.00 358.00

38 b. Supply and erection of suspension

of one conventional / composite

OHE from head span

Each 2164.00 342.00 2506.00

39 c. Suspension and registration for

contact wire only

Each 2341.00 3426.00 5767.00

40 6(d) Supply and erection of all

composite OHE only

KM 244686.00 8665.00 253351.00

41 7a Supply and erection of all

aluminium 25 kV Feeder /Return

Conductor (single SPIDER)

KM 78030.00 4222.00 82252.00

42 c. Supply and erection of earth wire KM 45704.00 5288.00 50992.00

43 8ai). Supply and erection of regulating

equipment (winch) type with

normal counterweight .

Each 24290.00 1227.00 25517.00

44 ii) Extra for regulating equipment

with trapezoidal counterweight

Each 776.00 168.00 944.00

45 iii) Supply and erection of a

regulating equipment (winch

type) with counter weight

assembly (light) for tramway type

OHE regulated.

Each 20657.00 1008.00 21665.00

46 iv) Supply and erection of Regulated

equipment with cement concrete

counter weight.

Each 20250.00 1228.00 21478.00

47 v) Supply and erection of regulating

equipment (3 pulley type) with

counter-weight assembly for

conventional / composite OHE.

Each 36561.00 1351.00 37912.00

48 vi) Supply and erection of regulating

equipment (3 pulley type) with

counter weight assembly for

tramway type OHE (Regulated).

Each 26309.00 1419.00 27728.00

8(b). Supply and erection of materials

for termination of

49 i) Single conductor of overhead

equipment or terminating wire.

Each 3234.00 486.00 3720.00

50 ii) Double over head equipment

conductor

Each 5483.00 347.00 5830.00

51 iii) All aluminium 25 kV Feeder /

Return conductor (single SPIDER)

Each 3281.00 486.00 3767.00

52 iv) Supply and erection of materials

for termination of AC wire on one

end.

Each 4093.00 550.00 4643.00

53 v. Earth wire Each 2187.00 145.00 2332.00

54 vi) Supply and erection of materials

for termination of tramway type

OHE (Regulated).

Each 3273.00 462.00 3735.00

55 ix) Supply and erection of

materials/termination of 25 kV

terminating wire (150 sq

mm)copper cross track / along

track feeder

Each 3261.00 486.00 3747.00

40

56 9a Supply and erection of anticreep

with galvanised steel wire

Each 10387.00 823.00 11210.00

57 b. Supply and erection of anticreep

with galvanised steel wire suitable

for tramway type over head

equipment (Regulated).

Each 10298.00 823.00 11121.00

58 c. Supply and erection of anti creep

for composite OHE with

galvanised steel wire.

Each 10355.00 823.00 11178.00

59 10a Extra on item 6(a) for supply and

erection of additional fittings at a

turnout, diamond crossing or

overlap.

Each 3031.00 389.00 3420.00

60 b. Extra on item 6 (b) for supply and

erection of additional fittings

required at a turnout, diamond

crossing or over lap.

Each 3810.00 421.00 4231.00

61 c. Extra on item 6 (c) & (d) for

supply and erection of additional

fittings required at a turnout,

diamond crossing or over lap

Each 3014.00 364.00 3378.00

11.a Supply and erection of

62 i) a composite cut insulator Each 2445.00 263.00 2708.00

63 ii) a composite suspension insulator Each 2386.00 243.00 2629.00

64 b. 25 kV Post insulator Each 2846.00 228.00 3074.00

65 c. 3 kV Disc Insulator Each 1049.00 97.00 1146.00

66 d. 11 kV Post Insulator Each 607.00 81.00 688.00

67 12a(i) Supply and erection of a section

insulator assembly

Each 17106.00 1465.00 18571.00

68 12a(ii) Erection of a section insulator

assembly

Each 1465.00 1465.00

69 b. Supply and erection of a double

wire section insulator assembly

Each 28245.00 1047.00 29292.00

70 c(i). Supply and erection of a section

insulator assembly for tramway

type OHE( Regulated )

Each 15906.00 1253.00 17159.00

71 c(ii) Erection of section insulator for

tramway oHE (regulated)

Each 1253.00 1253.00

72 d. Erection of a ceramic Beaded

Glass Fibre Type short neutral

section assembly.

Each 1610.00 1610.00

73 13a(i) Supply and erection of a 25 kV

single pole isolator without earth

contact assembly.

Each 16887.00 1855.00 18742.00

74 13a(ii) Erection of a 25 kV single pole

isolator without earth contact

assembly.

Each 1855.00 1855.00

75 b. Supply and erection of two 25 kV

single pole isolator gang operated

without earth contact assembly.

Each 31370.00 1069.00 32439.00

76 (c)(i) Supply and erection of 25 kV

double pole Isolator

Each 30535.00 2819.00 33354.00

77 (c)(ii) Erection of 25 kV double pole

Isolator

Each 2819.00 2819.00

78 d. Extra for supply & erection of an

earth contact assembly in an

Isolator

Each 4154.00 112.00 4266.00

79 e. Extra on item 13 (a) (b) or (c) for

an inter locking device.

Each 1197.00 185.00 1382.00

41

80 14 Supply and erection of a

connection between return

conductor and rail.

Each 2136.00 856.00 2992.00

81 15a Supply and erection of a copper

jumper

Each 1427.00 89.00 1516.00

82 b. Supply and erection of an

aluminium jumper

Each 1221.00 82.00 1303.00

83 16a Supply and erection of a structure

bond

Each 244.00 98.00 342.00

84 b Supply and erection of

longitudinal bond

Each 108.00 123.00 231.00

85 c. Supply and erection of transverse

and special bond

Each 223.00 158.00 381.00

86 17a Supply and erection of a single

earth electrode

Each 1049.00 371.00 1420.00

87 b Supply and erection of earth bus Metre 55.00 26.00 81.00

88 c Supply and erection of copper

strips for equipment earthing

Metre 177.00 41.00 218.00

89 d Supply and Erection of 8 SWG GI

wire for earthing

Metre 12.00 8.00 20.00

90 18.a(i) Supply and Erection of vacuum

type 25 kV Interruptors.

Each 139771.00 2270.00 142041.00

91 18a(ii) Erection of Vacuum type 25 KV

interruptors/circuit breaker

Each 2270.00 2270.00

92 18.b. Supply, Erection, Testing and

Commissioning of Tension

Monitoring, Height, Stagger and

Implantation Recording Device.-

Desk Type.

Each 88325.00 606.00 88931.00

93 19(i) Supply and erection of 25 kV

Potential transformers Type-I

Each 41652.00 607.00 42259.00

94 19(ii) Erection of 25 kV Potential

transformers Type-I

Each 607.00 607.00

95 20(a)(i) Supply,erection, testing and

commissioning of Lightning

arrestors 10kA, 42 kV station class

type.

Each 18500.00 430.00 18930.00

96 20(a)(ii) Erection, testing and

commissioning of Lightning

arrestors 10kA, 42 kV station class

type.

Each 430.00 430.00

97 b. Supply and erection of lightning

arrestors 7.5 kV.

Each 865.00 109.00 974.00

98 21 Supply and erection of terminal

boards in control cubicles.

Each 5091.00 439.00 5530.00

22 Supply and erection of an

99 a. Iron clad 110 Volts DC Fuse Box Each 221.00 36.00 257.00

100 b. Iron clad 250 Volts AC Fuse Box Each 331.00 36.00 367.00

101 23(i) Supply and erection of Lead acid

battery

Each 72250.00 3612.00 75862.00

102 23(ii) Erection of Lead acid battery Each 3612.00 3612.00

103 24 Supply and erection of Battery

chargers

Each 29211.00 742.00 29953.00

25 Supply and installation of cables

104 a. Control and indication Metre 105.00 6.00 111.00

105 b Heater supply Metre 32.00 6.00 38.00

106 c Catenary indication Metre 41.00 6.00 47.00

107 d LT. Power supply Metre 100.00 8.00 108.00

108 e 110 Volts DC supply Metre 41.00 8.00 49.00

42

109 f Supply and laying of 70 sq mm

XLPE insulated PVC sheathed

Aluminium cable

Metre 120.00 100.00 220.00

110 g Cable trench cutting Metre 124.00 124.00

26a Supply and erection of

111 i) Aluminium bus bar 50mm/38mm Metre 201.00 22.00 223.00

112 ii) Solid copper bus bar 18 mm Metre 506.00 34.00 540.00

b Supply and erection of Al.bus bar

connectors

113 i) Bus terminal (11090) Each 522.00 151.00 673.00

114 ii) Bus splice (11180) Each 614.00 151.00 765.00

115 iii) Bus tee connector (11150) Each 629.00 151.00 780.00

116 iv Terminal connector 36/20 (6530) Each 596.00 171.00 767.00

117 v Tap connector (11170) Each 1126.00 13.00 1139.00

118 vi) Flexible bus splice (11210) Each 2276.00 327.00 2603.00

119 vii) Terminal connector bolted type

(1009&1009-1)

Each 531.00 171.00 702.00

c Supply and erection of solid

copper bus bar connectors

120 i) Bus terminal (6310) Each 765.00 151.00 916.00

121 ii) Bus splice (6320) Each 787.00 222.00 1009.00

122 iii) Bus tee joint Each 743.00 151.00 894.00

123 iv) Bus terminating tee Each 1831.00 13.00 1844.00

124 27(a)(i) Supply, Erection, oil filtration,

testing and commissioning of 10

kVA capacity LT supply

transformers

Each 39066.00 3085.00 42151.00

125 27(a)(ii) Erection, oil filtration, testing and

commissioning of 10 kVA

capacity LT supply transformers

Each 3085.00 3085.00

126 b. Supply, erection, testing and

commissioning of LT Supply

transformer (Dry type)

Each 40925.00 2296.00 43221.00

127 (c)(i) Supply and erection of LT control

board for AT location as per

RDSO spec. No.

TI/SPC/PSI/CLS/0020 with A &

C slip No. 1 (8/2003)

Each 29051.00 900.00 29951.00

128 (c)(ii) Erection of LT control board for

AT location as per RDSO spec.

No. TI/SPC/PSI/CLS/0020 with A

& C slip No. 1 (8/2003)

Each 900.00 900.00

129 28(i) Supply and erection of 25 kV fuse

switch

Each 7349.00 727.00 8076.00

130 28(ii) Erection of 25 kV fuse switch Each 727.00 727.00

131 29a Erection, oil filtration, testing and

commissioning of Booster

transformers

Each 3161.00 3161.00

132 b. Erection, testing and

commissioning of booster

transformer (Dry type)

Each 1024.00 1024.00

133 30.a. (i) Supply and erection of fencing

panels at switching

stations/TSS/FP

Metre 1262.00 30.00 1292.00

134 ii) Supply and erection of fencing

uprights

MT 28670.00 2945.00 31615.00

135 iii) Supply and erection of protective

screen for FOB/ROB.

Each 9298.00 728.00 10026.00

43

b. Supply and erection of anti -

climbing device,etc

136 i) Switching stations/TSS/FP Metre 143.00 3.00 146.00

137 ii) At BT Stations. Each 703.00 519.00 1222.00

138 iii) LT. Supply transformer stations Each 600.00 112.00 712.00

139 iv) Fixing of caution boards LS 14000.00 1046.00 15046.00

31 Modification to erected equipment

140 a. Transfer of equipment from one

mast or support to another

Each 873.00 873.00

141 b. Provision of an additional bracket

assembly / assemblies on a mast or

support

Each 774.00 774.00

142 c. Re-adjustment of a headspan Each 855.00 855.00

143 d. Dismantling of overhead

equipment

KM 17936.00 17936.00

144 e. Dismantling of feeder / return

conductor.

KM 5993.00 5993.00

145 f Splicing and extension of an

anchored over head equipment

Each 693.00 3010.00 3703.00

146 g. Dismantling of a section insulator Each 1388.00 2064.00 3452.00

147 h. Slewing of equipment Span 696.00 696.00

148 i Dismantling of an isolator Each 463.00 463.00

149 j Dismantling of a pedestal/pin

insulators.

Each 152.00 152.00

150 k Dismantlement of OHE mast /

structure by cutting

Each 1747.00 1747.00

151 l Dismantlement of OHE mast

structure of breaking the

foundation

Each 2492.00 2492.00

152 m Dismantlement of booster

transformer

Each 5849.00 5849.00

153 n Dismantling of guy rod Each 1128.00 1128.00

154 o Erection of Temp, mast including

cantilever assembly transfer of

OHE to New mast and releasing

the temp mast under power / non

power block

Each 5481.00 5481.00

155 p Releasing of portal Boom under

power/non power block

Each 7467.00 7467.00

156 q. Splicing and Extension of RC wire Each 941.00 2539.00 3480.00

157 r. Releasing of plinth/ pole mounted

AT along with drop out fuse,

fencing panels and LAs etc.

Each 2696.00 2696.00

158 s. Releasing of SP/SSP Equipment's LS 7440.00 7440.00

159 t. Spreading of 20 mm Ballast in the

SSP/SP Switch Yard.

Cu.M 371.00 29.00 400.00

160 33 Cable trench cover sq.m 968.00 968.00

44

161 34 Addition/Alteration to the existing,

remote terminal unit including

software, modification/alteration

in the master station computer at

RCC/TVC for accommodation of

additional interrupters and relevant

indications

each 46186.00

46186.00

162 32-C 'Amount Payable' for each item of

work carried out under power

block, over and above the amount

payable for the corresponding

item carried out under non power

block (under Part-C)on erection

charges only.

Respective

item, of each

corresponding

item of work

carried out

under non

power block

and included

under this

part ( Part-C)

Not

applicable

Amount payable for non power

block erection rate for the

corresponding item computed by

loading the percentage over/at

par/below quoted by the tenderer

on erection charges only

PART - D - NON - SOR ITEMS

163 35 Transporting of OHE structure/

mast supplied by Railway , to

work spot

MTkm 25.00

45

SCHEDULE -1: SECTION-2- SCHEDULE OF RATES

DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF TRACTION OVERHEAD

EQUIPMENT AT MADURAI JUNCTION, INCLUDING MODIFICATION TO THE EXISTING OHE AT VARIOUS

PART OF THE DINDIGUL-MADURAI SECTION, INTRODUCTION OF FEEDER ARRANGEMENT BETWEEN

TSS & OHE AT SAMAYANALLUR STATION AND PROVISION OF PTFE NEUTRAL SECTION AT NEAR TSS

DINDIGUL IN MADURAI DIVISION OF SOUTHERN RAILWAY.

SCHEDULE -1: SECTION-2- SCHEDULE OF RATES The rates given below against different items of work in this schedule are the standard rates. The rates at which payments are to be made shall be arrived at by multiplying the rates uniformly with the percentage quoted by the tenderer in Form -1.

Sl. No.

Item No.

Brief Description of the item

Unit of Measurement

PRICES

Materials Erection Qty. Total Prices

Materials Erection Total

(1) (2) (3) (4) (5) (6)

PART - A - COPPER CONDUCTORS

1 6(a) Supply and erection of over head equipment

only by manual

km 17313.00 14063.00 10 173130.00

140630.00

313760.00

2 6(b) Supply and erection of contact wire only by

manual.

km 0.00 12936.00 0.00 0.00 0.00

3 6(c) Supply and erection contact wire only

(regulated with briddle wire) by manual.

km 19739 11697.00 8 157912.00

93576.00 251488.00

4 7(d). Supply and erection of 25 kV Feeder

km 422488.00

7528.00 5.00 2112440.00

37640.00 2150080.00

5 9(d) Supply and erection of anti creep with Cadmium Copper Catenary Wire.

Each 30991.00 728.00 10.00 309910.00

7280.00 317190.00

6 9(e) Supply and erection of anti creep with Cadmium

copper catenary wire suitable for tramway type

OHE (Regulated).

Each 24567.00 696.00 7.00 171969.00

4872.00 176841.00

7 32-A 'Amount Payable' for each item of work carried out under power block,

over and above the amount payable for the

corresponding item carried out under non

power block (under part-A) on erection charges

only.

Respective

item, of each

corresponding item of work

carried out

under non

power block and

included under

this part (

Part-A)

Not applicabl

e

Amount payable for non power block erection rate for the corresponding item computed by loading the percentage

over/at par/below quoted by the tenderer on erection charges only.

Total 3209359.00

46

PART - B - MAJOR STEEL ITEMS

8 3(a)(ii) Supply only for fabricated mast K,B,S, series etc.

MT 59466.00 48.00 2854368.00

2854368.00

9 3(a)(iii) Supply of 8"x6" and 6''x6'' mast and S1 to S8.

MT 59466.00 22.00 1308252.00

1308252.00

10 3(b)(i) Supply and erection of fabricated steel work other than masts by

manual

MT 61938.00 4367.00 84.00 5202792.00

366828.00

5569620.00

11 3(c) Supply & Erection of fabricated steel

work(SPS).

MT 60702.00 3636.00 25.00 1517550.00

90900.00 1608450.00

12 32-B 'Amount Payable' for each item of work carried out under power block,

over and above the amount payable for the

corresponding item carried out under non

power block (under Part-B) on erection charges

only.

Respective

item, of each

corresponding item of work

carried out

under non

power block and

included under

this part (

Part-B)

Not applicabl

e

Amount payable for non power block erection rate for the corresponding item computed by loading the percentage

over/at par/below quoted by the tenderer on erection charges only.

Total 11340690.00

PART - C - OTHER THAN PART - A & PART - B

13 1a Preparation of designs and drawings for over head equipment and

verification of Purchasers Engineering Plan.

STKM 5022.00 20.00 100440.00

100440.00

14 b Preparation of designs and drawings for switching stations

Each 8321.00 1.00 8321.00 8321.00

15 c. Preparation of station working rule diagram and

working instruction

Each 3534.00 3.00 10602.00 10602.00

16 2a(i) For Foundation and Plinth - Concrete in hard

soil

Cu.M 2501.00 100.00

250100.00

250100.00

17 ii). Concrete in rocky soil Cu.M 2710.00 100.00

271000.00

271000.00

18 2(b). Concrete in other than hard soil and rock

Cu.M 2484.00 1000.00

2484000.00

2484000.00

19 2(c). Reinforced concrete Cu.M 4397.00 5.00 21985.00 21985.00

20 2(e). Extra for supply and sinking of concrete shells

Cu.M 1229.00 607.00

3a Erection of traction masts and main masts of switching stations,

booster stations and L .T .supply Transformer stations by manual

47

21 3a(i) By Manual Tonne 2438.00 70.00 170660.00

170660.00

22 3(b)(ii) Arranging Transport car for inspection of

inspecting officers/officials

KM 9.00 2000.00

18000.00 18000.00

23 3(e) Supply and erection of a Guy rod assembly

Each 4587.00 265.00 100.00

458700.00

26500.00 485200.00

24 4(a)(i)(a)

Supply and erection of a single bracket assembly

Each 9428.00 492.00 250.00

2357000.00

123000.00

2480000.00

25 4(a)(i)(b)

Supply and erection of a single bracket assembly

without insulators.

Each 5363.00 492.00

26 ii) Extra on 4(a) (i) for supporting two OHEs

1393.00 91.00

27 iii)(a) Supply and erection of single bracket assembly suitable for tramway type

OHE (Regulated)

Each 9420.00 307.00 200.00

1884000.00

61400.00 1945400.00

28 iii)(a)(i) Erection of single bracket assembly suitable for tramway type OHE

(Regulated)

Each 0.00 307.00

29 iii)(b) Supply and erection of single bracket assembly suitable for tramway type

OHE (Regulated)

Each 5355.00 307.00

30 iv) Extra on item 4(a) (iii) for supporting two Tramway

type OHE

Each 944.00 191.00

31 v. Supply and erection of a single bracket assembly

for composite OHE

Each 7145.00 837.00

32 4(b)(i) Supply and erection of a pull off arrangement for

one OHE

Each 5495.00 328.00 5.00 27475.00 1640.00 29115.00

33 ii) Extra for each additional equipment pulled

Each 1751.00 198.00

34 iii) Supply and Erection of a pull - off arrangement for Regulated Tramway type

OHE.

Each 3721.00 308.00 5.00 18605.00 1540.00 20145.00

35 iv) Supply and erection of a pull off arrangement for

one composite OHE

Each 5886.00 301.00

36 5ai) Supply and erection of mounting arrangements

for span wire

Each 6211.00 427.00

37 ii) Supply and erection of a span wire

Metre 284.00 74.00

38 b. Supply and erection of suspension of one

conventional / composite OHE from head span

Each 2164.00 342.00

39 c. Suspension and registration for contact

wire only

Each 2341.00 3426.00

40 6(d) Supply and erection of all composite OHE only

KM 244686.00

8665.00

41 7a Supply and erection of all aluminium 25 kV Feeder /Return Conductor (single

SPIDER)

KM 78030.00 4222.00

42 c. Supply and erection of earth wire

KM 45704.00 5288.00 1.00 45704.00 5288.00 50992.00

48

43 8(a)(i). Supply and erection of regulating equipment

(winch) type with normal counterweight .

Each 24290.00 1227.00

44 ii) Extra for regulating equipment with

trapezoidal counterweight

Each 776.00 168.00 5.00 3880.00 840.00 4720.00

45 iii) Supply and erection of a regulating equipment

(winch type) with counter weight assembly (light) for tramway type OHE

regulated.

Each 20657.00 1008.00

46 iv) Supply and erection of Regulated equipment with cement concrete

counter weight.

Each 20250.00 1228.00

47 v) Supply and erection of regulating equipment (3

pulley type) with counter-weight assembly for

conventional / composite OHE.

Each 36561.00 1351.00 40.00 1462440.00

54040.00 1516480.00

48 vi) Supply and erection of regulating equipment (3 pulley type) with counter

weight assembly for tramway type OHE

(Regulated).

Each 26309.00 1419.00 16.00 420944.00

22704.00 443648.00

8(b). Supply and erection of materials for termination

of

49 i) Single conductor of overhead equipment or

terminating wire.

Each 3234.00 486.00

50 ii) Double over head equipment conductor

Each 5483.00 347.00 40.00 219320.00

13880.00 233200.00

51 iii) All aluminium 25 kV Feeder / Return

conductor (single SPIDER)

Each 3281.00 486.00

52 iv) Supply and erection of materials for termination of AC wire on one end.

Each 4093.00 550.00

53

v. Earth wire Each 2187.00 145.00 4.00 8748.00 580.00 9328.00

54 vi) Supply and erection of materials for termination

of tramway type OHE (Regulated).

Each 3273.00 462.00 16.00 52368.00 7392.00 59760.00

55 ix) Supply and erection of materials/termination of 25 kV terminating wire

(150 sq mm)copper cross track / along track feeder

Each 3261.00 486.00 24.00 78264.00 11664.00 89928.00

56 9a Supply and erection of anticreep with

galvanised steel wire

Each 10387.00 823.00

57 b. Supply and erection of anticreep with galvanised

steel wire suitable for tramway type over head equipment (Regulated).

Each 10298.00 823.00

58 c. Supply and erection of anti creep for composite

OHE with galvanised steel wire.

Each 10355.00 823.00

49

59 10a Extra on item 6(a) for supply and erection of additional fittings at a

turnout, diamond crossing or overlap.

Each 3031.00 389.00 50.00 151550.00

19450.00 171000.00

60 b. Extra on item 6 (b) for supply and erection of

additional fittings required at a turnout, diamond crossing or over lap.

Each 3810.00 421.00

61 c. Extra on item 6 (c) & (d) for supply and erection of additional fittings required

at a turnout, diamond crossing or over lap

Each 3014.00 364.00

11.a Supply and erection of

62 i) a composite cut insulator Each 2445.00 263.00

63 ii) a composite suspension insulator

Each 2386.00 243.00

64 b. 25 kV Post insulator Each 2846.00 228.00 30.00 85380.00 6840.00 92220.00

65 c. 3 kV Disc Insulator Each 1049.00 97.00

66 d. 11 kV Post Insulator Each 607.00 81.00

67 12a(i) Supply and erection of a section insulator

assembly

Each 17106.00 1465.00 5.00 85530.00 7325.00 92855.00

68 12a(ii) Erection of a section insulator assembly

Each 1465.00 5.00 7325.00 7325.00

69 b. Supply and erection of a double wire section insulator assembly

Each 28245.00 1047.00

70 c(i). Supply and erection of a section insulator

assembly for tramway type OHE( Regulated )

Each 15906.00 1253.00 10.00 159060.00

12530.00 171590.00

71 c(ii) Erection of section insulator for tramway

oHE (regulated)

Each 1253.00 5.00 6265.00 6265.00

72 d. Erection of a ceramic Beaded Glass Fibre Type

short neutral section assembly.

Each 1610.00 2.00 3220.00 3220.00

73 13a(i) Supply and erection of a 25 kV single pole isolator

without earth contact assembly.

Each 16887.00 1855.00 12.00 202644.00

22260.00 224904.00

74 13a(ii) Erection of a 25 kV single pole isolator without earth

contact assembly.

Each 1855.00 1.00 1855.00 1855.00

75 b. Supply and erection of two 25 kV single pole isolator gang operated without earth contact

assembly.

Each 31370.00 1069.00

76 (c)(i) Supply and erection of 25 kV double pole Isolator

Each 30535.00 2819.00 1.00 30535.00 2819.00 33354.00

77 (c)(ii) Erection of 25 kV double pole Isolator

Each 2819.00 1.00 2819.00 2819.00

78 d. Extra for supply & erection of an earth

contact assembly in an Isolator

Each 4154.00 112.00 1.00 4154.00 112.00 4266.00

79 e. Extra on item 13 (a) (b) or (c) for an inter locking

device.

Each 1197.00 185.00 1.00 1197.00 185.00 1382.00

50

80 14 Supply and erection of a connection between

return conductor and rail.

Each 2136.00 856.00

81 15a Supply and erection of a copper jumper

Each 1427.00 89.00 50.00 71350.00 4450.00 75800.00

82 b. Supply and erection of an aluminium jumper

Each 1221.00 82.00

83 16a Supply and erection of a structure bond

Each 244.00 98.00 200.00

48800.00 19600.00 68400.00

84 b Supply and erection of longitudinal bond

Each 108.00 123.00 200.00

21600.00 24600.00 46200.00

85 c. Supply and erection of transverse and special

bond

Each 223.00 158.00 100.00

22300.00 15800.00 38100.00

86 17a Supply and erection of a single earth electrode

Each 1049.00 371.00 10.00 10490.00 3710.00 14200.00

87 b Supply and erection of earth bus

Metre 55.00 26.00 50.00 2750.00 1300.00 4050.00

88 c Supply and erection of copper strips for

equipment earthing

Metre 177.00 41.00

89 d Supply and Erection of 8 SWG GI wire for earthing

Metre 12.00 8.00 100.00

1200.00 800.00 2000.00

90 18.a(i) Supply and Erection of vacuum type 25 kV

Interruptors.

Each 139771.00

2270.00

91 18a(ii) Erection of Vacuum type 25 KV interrupters/circuit

breaker

Each 2270.00

92 18.b. Supply, Erection, Testing and Commissioning of Tension Monitoring, Height, Stagger and

Implantation Recording Device.- Desk Type.

Each 88325.00 606.00

93 19(i) Supply and erection of 25 kV Potential transformers

Type-I

Each 41652.00 607.00

94 19(ii) Erection of 25 kV Potential transformers

Type-I

Each 607.00

95 20(a)(i) Supply,erection, testing and commissioning of

Lightning arrestors 10kA, 42 kV station class type.

Each 18500.00 430.00

96 20(a)(ii) Erection, testing and commissioning of

Lightning arrestors 10kA, 42 kV station class type.

Each 430.00

97 b. Supply and erection of lightning arrestors 7.5 kV.

Each 865.00 109.00

98 21 Supply and erection of terminal boards in control

cubicles.

Each 5091.00 439.00

22 Supply and erection of an

99 a. Iron clad 110 Volts DC Fuse Box

Each 221.00 36.00

100 b. Iron clad 250 Volts AC Fuse Box

Each 331.00 36.00

101 23(i) Supply and erection of Lead acid battery

Each 72250.00 3612.00

102 23(ii) Erection of Lead acid battery

Each 3612.00

103 24 Supply and erection of Battery chargers

Each 29211.00 742.00

25 Supply and installation of

51

cables

104 a. Control and indication Metre 105.00 6.00

105 b Heater supply Metre 32.00 6.00

106 c Catenary indication Metre 41.00 6.00

107 d LT.. Power supply Metre 100.00 8.00

108 e 110 Volts DC supply Metre 41.00 8.00

109 f Supply and laying of 70 sq mm XLPE insulated

PVC sheathed Aluminium cable

Metre 120.00 100.00

110 g Cable trench cutting Metre 124.00

26a Supply and erection of

111 i) Aluminium bus bar 50mm/38mm

Metre 201.00 22.00

112 ii) Solid copper bus bar 18 mm

Metre 506.00 34.00

b Supply and erection of Al.bus bar connectors

113 i) Bus terminal (11090) Each 522.00 151.00

114 ii) Bus splice (11180) Each 614.00 151.00

115 iii) Bus tee connector (11150)

Each 629.00 151.00

116 iv Terminal connector 36/20 (6530)

Each 596.00 171.00

117 v Tap connector (11170) Each 1126.00 13.00

118 vi) Flexible bus splice (11210)

Each 2276.00 327.00

119 vii) Terminal connector bolted type (1009&1009-

1)

Each 531.00 171.00

c Supply and erection of solid copper bus bar

connectors

120 i) Bus terminal (6310) Each 765.00 151.00

121 ii) Bus splice (6320) Each 787.00 222.00

122 iii) Bus tee joint Each 743.00 151.00

123 iv) Bus terminating tee Each 1831.00 13.00

124 27(a)(i) Supply, Erection, oil filtration, testing and

commissioning of 10 kVA capacity LT supply

transformers

Each 39066.00 3085.00

125 27(a)(ii) Erection, oil filtration, testing and

commissioning of 10 kVA capacity LT supply

transformers

Each 3085.00

126 b. Supply, erection, testing and commissioning of LT Supply transformer (Dry

type)

Each 40925.00 2296.00

127 (c)(i) Supply and erection of LT control board for AT

location as per RDSO spec. No.

TI/SPC/PSI/CLS/0020 with A & C slip No. 1

(8/2003)

Each 29051.00 900.00

128 (c)(ii) Erection of LT control board for AT location as

per RDSO spec. No. TI/SPC/PSI/CLS/0020 with A & C slip No. 1

(8/2003)

Each 900.00

52

129 28(i) Supply and erection of 25 kV fuse switch

Each 7349.00 727.00

130 28(ii) Erection of 25 kV fuse switch

Each 727.00

131 29a Erection, oil filtration, testing and

commissioning of Booster transformers

Each 3161.00

132 b. Erection, testing and commissioning of booster

transformer (Dry type)

Each 1024.00

133 30.a. (i) Supply and erection of fencing panels at

switching stations/TSS/FP

Metre 1262.00 30.00

134 ii) Supply and erection of fencing uprights

MT 28670.00 2945.00

135 iii) Supply and erection of protective screen for

FOB/ROB.

Each 9298.00 728.00

b. Supply and erection of anti -climbing device,etc

136 i) Switching stations/TSS/FP

Metre 143.00 3.00

137 ii) At BT Stations. Each 703.00 519.00

138 iii) LT. Supply transformer stations

Each 600.00 112.00

139 iv) Fixing of caution boards LS 14000.00 1046.00

31 Modification to erected equipment

140 a. Transfer of equipment from one mast or support

to another

Each 873.00 75.00 65475.00 65475.00

141 b. Provision of an additional bracket assembly /

assemblies on a mast or support

Each 774.00 75.00 58050.00 58050.00

142 c. Re-adjustment of a headspan

Each 855.00

143 d. Dismantling of overhead equipment

KM 17936.00 2.00 35872.00 35872.00

144 e. Dismantling of feeder / return conductor.

KM 5993.00 0.52 3116.36 3116.36

145 f Splicing and extension of an anchored over head

equipment

Each 693.00 3010.00 10.00 6930.00 30100.00 37030.00

146 g. Dismantling of a section insulator

Each 1388.00 2064.00 2.00 2776.00 4128.00 6904.00

147 h. Slewing of equipment Span 696.00 10.00 6960.00 6960.00

148 i Dismantling of an isolator Each 463.00 5.00 2315.00 2315.00

149 j Dismantling of a pedestal/pin insulators.

Each 152.00

150 k Dismantlement of OHE mast / structure by

cutting

Each 1747.00 20.00 34940.00 34940.00

151 l Dismantlement of OHE mast structure of

breaking the foundation

Each 2492.00 15.00 37380.00 37380.00

53

152 m Dismantlement of booster transformer

Each 5849.00

153 n Dismantling of guy rod Each 1128.00 10.00 11280.00 11280.00

154 o Erection of Temp, mast including cantilever assembly transfer of

OHE to New mast and releasing the temp mast under power / non power

block

Each 5481.00

155 p Releasing of portal Boom under power/non power

block

Each 7467.00 10.00 74670.00 74670.00

156 q. Splicing and Extension of RC wire

Each 941.00 2539.00

157 r. Releasing of plinth/ pole mounted AT along with drop out fuse,fencing panels and LAs etc.

Each 2696.00

158 s. Releasing of SP/SSP Equipment's

LS 7440.00

159 t. Spreading of 20 mm Ballast in the SSP/SP

Switch Yard.

Cu.M 371.00 29.00

160 33 Cable trench cover sq.m 968.00

161 34 Addition/alteration/modification to the existing

remote terminal unit at FP/SSP/SP locations

including software/hardware

modification/alteration in the master station

computer at RCC as well as RTU for

accommodation of additional interrupters

and relevant indications indications

Each 46186.00

162 32-C 'Amount Payable' for each item of work carried out under power block,

over and above the amount payable for the

corresponding item carried out under non

power block (under Part-C)on erection charges

only.

Respective

item, of each

corresponding item of work

carried out

under non

power block and

included under

this part (

Part-C)

Not applicabl

e

Amount payable for non power block erection rate for the corresponding item computed by loading the percentage

over/at par/below quoted by the tenderer on erection charges only.

Total 12138821.36

54

Part-D NON SOR ITEMS

Item no.

Description of work Quantity Unit Rate in Rs Amount in Rs

163 35

Transporting of railway Supply OHE structure to work spot/ OHE depot if any

5000 MTKm

Total for Part-D in words: Rupees…………………………………………………………………………………………………………

GRAND TOTAL FOR PART-A+PART-B+PART-C+PART-D (IN FIG.) Rs.

GRAND TOTAL FOR PART-A+PART-B+PART-C+PART-D (IN WORDS.)

NON-SOR ITEMS-PART-D To be filled by contractor on form-1

55

Schedule -3

Section - 1

SCHEDULE OF "ON ACCOUNT " RATES.

This Schedule shall be read in conjunction with its explanatory notes in Part -I, Chapter - IV for detailed description for various items included therein : The rates given below against different items of work in this schedule are the standard schedule of rates. The rates at which payments will be made by multiplying these rates uniformly with the rates offered by the tenderer for items covered under PART - A, PART - B, PART - C respectively offering the tenderer in FORM – 1

(All Prices in Rupees)

Sl. No.

Railway Drawings

Railway ID No.

Description of Equipments, components and materials

Unit of measure

ment

Unit Prices at Contractor's depot in Rs. Series

Drawing No. &

Mod. No.

Refer-ence. No.

(1) (2) (3) (4) (5)

(6) (7) (8)

PART - A

1 Grooved Copper Contact wire (107 Sq.mm)

MT 230000

2 Cadmium copper Catenary wire 65 Sq.mm / 95 Sq.mm

MT 230000

3 7 mm dia H.D. solid copper wire (large dropper)

Kg. 220

4 5 mm dia H.D. solid copper wire (small dropper)

Kg. 220

5 50 sq.mm. Annealed stranded copper conductor 19/1.80 mm small jumper

Kg. 230

6 160 sq.mm/105 sq.mm. Annealed stranded copper conductor large jumper 19/7/1.02 mm

Kg. 230

7 Cadmium copper conductor large span wire 130 sq.mm 37/2.10 mm

Kg. 230

8 150 sq.mm copper conductor Kg. 230

9 Cadmium copper bridle wire 20 sq.mm 7/2.10 mm

Kg. 230

56

PART - B

10 SMALL PART STEEL

Small part steel work of shapes and sizes.

M Tonne 45000

11 Portals, TTUS MT 45000

12 All Traction Mast Rolled/Fab Tonne 45000

PART - C

13 ETI/OHE/P

1009(Mod.B)

1 1009 Terminal Lug(16 mm) multiple bolt Each 307

14 ETI/OHE/P

1030-2(mod.C)

1 1031-2 Contact Wire Parallel Clamp (Large) Set 59

15 ETI/OHE/P

1040-2(Mod-D)

1 1041-2 Contact Wire parallel clamp (Small) Set 59

16 ETI/OHE/P

1070(Mod-A)

1,2 & 4 Bridle wire clamp (6mm) with lock plate

Each 129

17 ETI/OHE/P

1080-1(Mod.B)

1 1081-1 Contact wire splice (toothed type) Set 319

18 ETI/OHE/P

1090 1 to 4 1091 to 1094

Catenary splice (65) Set 198

19 ETI/OHE/P

1110-2(Mod.D)

1 & 2 1118 & 1119

Contact wire ending clamp (107) Each 98

20 ETI/OHE/P

1120(Mod.B)

1 to 3 1121,1094 & 1092

Catenary ending clamp (65) Each 198

21 ETI/OHE/P

1140(Mod.B)

1 to 3 1131,1143 & 1102

Large snap wire ending clamp (130) Each 322

22 RE/33/P 1180(Mod.F)

1 1181 Contact wire dropper clip part Set 39

23 RE/33/P 1180(Mod.F)

1 1182 Locking wire Each 3

24 ETI/OHE/P

1180(Mod.F)

1192

1 1192 Catenary dropper clip. Each 32

25 ETI/OHE/P

1194(Mod.A)

1 1194 Briddle wire dropper clip. Each 17

26 ETI/OHE/P

1310 2 1192 Catenary dropper clip. Set of 2 Nos.

40

27 ETI/OHE/P

1350 1 1351 Thimble (10 mm) Each 120

28 ETI/OHE/P

1360(Mod.B)

1 to 3 1131,1362 & 1361

Steel wire ending clamp (90) Each 346

29 ETI/OHE/P

1390-1(Mod.D)

1 1391-1 Crossing clamp Set of 4 Nos.

124

30 ETI/OHE/P

1400(Mod.C)

2 1402 Variable short dropper clip (cont wire) Each 36

31 ETI/OHE/P

1540(Mod.D)

1 1541 Parallel clamp part (10/20) Each 106

32 ETI/OHE/P

1550(Mod.E)

1 1551 Parallel clamp part (20/20) Each 158

57

33 ETI/OHE/P

1560(Mod.D)

1 1561 Parallel clamp part (15/20) Each 153

34 ETI/OHE/P

1610-1 1 1610-1 Compression joint Each 260

35 ETI/OHE/P

1640 1 1640 Repair sleeve (compression type) Each 216

36 ETI/OHE/P

6170(Mod.B)

1 6171 Double contact wire parallel clamp piece

Set 47

37 ETI/OHE/SK

134(Mod.D)

1 to 4 AL-134 Catenary splice (cone) Each 270

38 ETI/OHE/SK

285(Mod.D)

Crimp type repair sleeve for AAA Stranded catenary wire.

Each 342

39 ETI/OHE/SK

333(Mod.D)

1 Catenary dropper clip Each 22

40 Copper split pin 3.2x25 Each 3

41 Copper Split pin 5x40 Each 5

42 Copper Split pin 4x32 Each 1

43 Copper rivet 20x37 mm Each 66

44 Copper Split Pin 4x40 Each 2

45 Copper Split Cotter Pin 2.5x20 Each 1

46 Copper Split Cotter Pin 2.5x25 Each 1

47 Copper Split Cotter Pin 3.2x28 Each 1

48 Copper Split Cotter Pin 3.2x30 Each 1

49 Copper Split Cotter Pin 4x36 Each 1

50 Copper Split cotter Pin 5x46 Each 2

51 Copper Split Cotter Pin 6.3x50 Each 3

52 ETI/OHE/P

1030-2(mod.C)

2 & 3 16/3-N G S Bolt M 16x50/38 with nut and spring washer

Each 11

53 ETI/OHE/P

1040-2(Mod-D)

2 & 3 16/3-N G S Bolt M 16x50/38 with nut and spring washer

Each 11

54 ETI/OHE/P

1070(Mod-A)

3 12/17-N S S Bolt M 12x45/30 with nut and spring washer

Each 33

55 ETI/OHE/P

1080-1(Mod.B)

2 12-/14 S S Stud Bolt M 12x25/20 Set of 8 Nos.

100

56 ETI/OHE/P

1110-2(Mod.D)

3,4 & 5 263 G S Pin Dia 20x50 (snap head) with punched washer A22 and Annealed copper split pin dia 4x40

Each 14

57 ETI/OHE/P

1120(Mod.B)

4 to 6 261 G S Pin Dia 20x50 (snap head) with punched washer A22 and Annealed copper split pin dia 4x40

Each 15

58 ETI/OHE/P

1140(Mod.B)

4 to 6 261 G S Pin Dia 20x50 (snap head) with punched washer A22 and Annealed copper split pin dia 4x40

Each 15

59 RE/33/P 1160(Mod.J)

1,3,4,6 & 7

1161,1163 and 161-S

Suspension clamp Each 250

58

60 RE/33/P 1160(Mod.J)

2 & 5 1162-S & 10N

S S Dia 10 `U' Bolt with nuts Set 68

61 RE/33/P 1160(Mod.J)

1 1161 Suspension clamp body Each 224

62 RE/33/P 1160(Mod.J)

4 1163 Suspension clamp lock plate Set of 2 Nos.

12

63 RE/33/P 1160(Mod.J)

3,6 & 7 161-S S S Pin Dia 10x35 mm with punched washer A 12 and Annealed copper split pin 2.5x20 mm

Each 16

64 RE/33/P 1170(Mod.K)

1,2,4 & 6 to 9

1171,1172,1174,1163 & 161-S

Double suspension clamp Each 398

65 RE/33/P 1170(Mod.K)

3 & 5 1173-S & 10 N

S S Dia 10 `U' Bolt with nuts Set 115

66 RE/33/P 1170(Mod.K)

1 1171 Double suspension clamp body Each 307

67 RE/33/P 1170(Mod.K)

2 1172 Double suspension lock plate Each 23

68 RE/33/P 1170(Mod.K)

4 1174 Packing saddle Each 31

69 RE/33/P 1170(Mod.K)

6 1163 Suspension clamp lock plate Set of 2 Nos.

12

70 RE/33/P 1170(Mod.K)

7 to 9 161-S S S Pin Dia 10x35 mm with punched washer A 12 and Annealed copper split pin 2.5x20 mm

Each 16

71 ETI/OHE/P

1180(Mod.J)

2,3 & 4 10/16 N S S Bolt M 10x35/30 with nut, spring washer B 10 and annealed copper split pin 2.5 x 20 mm

Each 20

72 ETI/OHE/P

1194(Mod.A)

2 to 4 10/16 N S S Bolt M 10 x 35/30 with nut, spring washer B 10 and annealed and copper split pin 2.5 x 20 mm

Each 20

73 ETI/OHE/P

1216(Mod.D)

1 & 2 (1214-2, 2492-2)

Knuckle tube clamp (MCI) Each 112

74 ETI/OHE/P

1216(Mod.D)

3 14/1 NL G S Bolt M 14x75/34 with nut and lock nut.

Each 14

75 RE/33/P 1220(Mod.E)

1 1221 Contact wire swivel clip part. Set 72

76 RE/33/P 1220(Mod.E)

2 1222 Contact wire swivel clip part. Each 6

77 ETI/OHE/P

1263 1 1263 Strain clamp link. Each 69

78 RE/33/P 1270-1(Mod.F)

1 1272 Suspension clevis (18mm) Each 94

79 RE/33/P 1270-1(Mod.F)

2 & 3 261 G S Snap head pin Dia 20x55 (snap head) with punched washer A 22 and Annealed copper split pin Dia 4x40

Each 14

80 RE/33/P 1280(Mod.C)

1 & 2 1281 & 1282

Double contact wire splice Each 1808

59

81 RE/33/P 1280(Mod.C)

3 12/18 S S Stud M 12x50/50 Set of 8 Nos.

197

82 ETI/OHE/P

1310 1 1311 Pull of clamp Each 61

83 ETI/OHE/P

1310 S S Bolt Dia 10x35/30 with nuts, spring washer and annealed copper split pin Dia 2.5x25 mm

Set of 2 Nos.

38

84 ETI/OHE/P

1320(Mod.E)

1 1321 U' Clamp (50/50) body. Each 101

85 ETI/OHE/P

1320(Mod.B)

2 to 4 1322, 10 N

S S 'U' Bolt Dia 10 mm with nuts, spring washers B 10

Each 61

86 ETI/OHE/P

1330(Mod.B)

1 1331 Distance piece 'U' clamp saddle Each 51

87 ETI/OHE/P

1330(Mod.B)

2 & 4 4032-S & 10 NL

S S 'U' Bolt Dia 10 mm with nut, lock nut & annealed copper split pin 2.5 x 20.

Each 48

88 ETI/OHE/P

1330(Mod.B)

3 4036 U' Bolt saddle Each 30

89 ETI/OHE/P

1360(Mod.B)

4 to 6 261 G S Pin Dia 20x55 (snap head) punched washer A22 and annealed copper split pin 4x40

Each 15

90 ETI/OHE/P

1370-1(Mod.F)

1 1371-1 Raised register arm clamp Set 94

91 ETI/OHE/P

1370-1(Mod.E)

2 & 3 16/6 NL G S Bolt M 16x60/38 with nut, lock nut and spring washer B 16

Set of 2 Nos.

26

92 ETI/OHE/P

1390-1(Mod.D)

2 to 4 14/1 NL G S Bolt M 14x75/34 with nut, punched washer A 16 and annealed copper split pin 3.2x2.5

Set 33

93 ETI/OHE/P

1400(Mod.C)

1 & 4 1401, 1174

Short dropper assembly Each 37

94 ETI/OHE/P

1400(Mod.C)

5,7 & 8 10/18 N S S Bolt M 10x55/30 with nut, spring washer B 10 and punched washer A 12

Each 32

95 ETI/OHE/P

1400(Mod.C)

6 & 7 10/17 N S S Bolt M 10x40/26 with nut and spring washer

Each 25

96 ETI/OHE/P

1540(Mod.D)

2 to 4 12/19 N S S Bolt M 12x60/30 with nut, punched washer A 14 and spring washer B12.

Each 72

97 ETI/OHE/P

1540(Mod.D)

5 Bimetallic strip (90x35x1 mm) Each 25

98 ETI/OHE/P

1550(Mod.D)

2 to 4 12/19 N S S Bolt M 12x60/30 with nut, punched washer A 14 and spring washer B12.

Set of 3 Nos.

109

99 ETI/OHE/P

1560(Mod.D)

2 to 4 12/19 N S S Bolt M 12x60/30 with nut, punched washer A 14 and spring washer B12.

Set of 3 Nos.

109

100 ETI/OHE/P

1560(Mod.D)

5 Bimetallic strip(160x50x1 mm) Each 44

101 ETI/OHE/P

1580(Mod.E)

1 & 2 1581 & 1582

Large suspension clamp 20mm Each 162

60

102 ETI/OHE/P

1580(Mod.E)

3 to 9 1583 12 N S S 'U' Bolt Dia 12 with nut, spring washer B 12 punched washer A 14 16 Dia pin 70 mm long, punched washer A 18 and annealed copper split pin 4x32

Set 186

103 ETI/OHE/P

1580(Mod.E)

10 1580 Flat armour tape KG 235

104 ETI/OHE/P

1580(Mod.E)

11 1580 Armour tape ferrule Set of 2 Nos.

23

105 ETI/OHE/P

1600(Mod.C)

1 & 2 1601 & 1602

20mm strain clamp Each 389

106 ETI/OHE/P

1600(Mod.C)

3 to 8 1603 12 N S S 'U' Bolt Dia 12, nut punched washer A 14, snap head pin Dia 16x55, punched washer A 18 and annealed copper split pin 4x32

Set 236

107 ETI/OHE/P

2064-1 (Mod.A)

2 2064-1 Tube cap 30 mm Each 20

108 ETI/OHE/P

2086(Mod.C)

1 Large bracket sleeve Each 36

109 ETI/OHE/P

2104-1(Mod.A)

2 2104-1 Tube cap 40 mm Each 25

110 ETI/OHE/P

2110(Mod.B)

1 & 2 2111 & 2112

Standard Catenary suspension bracket

Each 383

111 ETI/OHE/P

2110(Mod.B)

3 to 5 2113 & 14 N

G S 'U' Bolt Dia 14mm with nut and spring washer B 14

Set 56

112 ETI/OHE/P

2120(Mod.B)

1 & 2 2121 & 2122

Standard catenary direct clamp Each 343

113 ETI/OHE/P

2120(Mod.B)

5 & 6 2113/14 N U' Bolt Dia 14mm with nuts and spring washer B 14

Set 56

114 ETI/OHE/P

2120(Mod.B)

3 2123 Direct catenary clamp Grip. Each 46

115 ETI/OHE/P

2120(Mod.B)

4 2124-S & 12 NL

Direct catenary clamp stud with G S nut lock nut

Set of 2 Nos.

62

116 ETI/OHE/P

2125(Mod.B)

1 2125 Bridle wire sleeve Each 14

117 ETI/OHE/P

2130(Mod.B)

1 & 2 2131 & 2132

Large catenary suspension bracket Each 414

118 ETI/OHE/P

2130(Mod.B)

3 to 5 2133 & 14 N

G S 'U' Bolt Dia 14mm with nut and spring washer B 14

Set 60

119 ETI/OHE/P

2140(Mod.C)

1 & 2 2141 & 2142

Catenary direct clamp (Large) Each 378

120 ETI/OHE/P

2140(Mod.C)

3 2123 Direct catenary clamp Grip. Each 35

121 ETI/OHE/P

2140(Mod.C)

4 2124-S Direct catenary clamp grip. Each 62

122 ETI/OHE/P

2140(Mod.C)

5 & 6 2133 & 14 N

G S 'U' Bolt Dia 14mm with nut and spring washer B 14

Set 60

61

123 ETI/OHE/P

2150-1(Mod.E)

1 & 2 2151-1 & 2152-1

Standard register arm hook. Each 122

124 ETI/OHE/P

2150-1(Mod.E)

3 16/3 NL G S Bolt M 16x50/38 with nut and lock nut.

Set of 2 Nos.

24

125 ETI/OHE/P

2160-1(Mod.E)

1 & 2 2161-1 & 2162-1

Large register arm hook. Each 139

126 ETI/OHE/P

2160-1(Mod.E)

3 16/3 NL G S Bolt M 16x50/38 with nut and lock nut.

Set of 2 Nos.

24

127 ETI/OHE/P

2274-1(Mod.D)

1 2274-1 Dropper clip (38) for standard bracket tube.

Each 26

128 ETI/OHE/P

2274-1(Mod.D)

2 to 5 16/2, 16 NL

G S Bolt M 16x40/32 with lock nut, spring washer B 16 and annealed copper split pin 4x32

Each 13

129 ETI/OHE/P

2277(Mod.D)

1 2277 Dropper clip (49) for large bracket tube.

Each 30

130 ETI/OHE/P

2277(Mod.D)

2 to 5 16/2 & 16 LN

G S Bolt M 16x40/32 with lock nut, spring washer B 16 and annealed copper split pin 4x32

Each 13

131 ETI/OHE/P

2341(Mod.A)

1 2341 Steady rod piece of length 0.76 m Each 136

132 ETI/OHE/P

2341(Mod.A)

2 2342 Steady rod piece of length 0.96 m Each 167

133 ETI/OHE/P

2341(Mod.A)

3 2343 Steady rod piece of length 1.16 m Each 205

134 ETI/OHE/P

2341(Mod.A)

4 2344 Steady rod piece of length 1.36 m Each 240

135 ETI/OHE/P

2345 1 2345 Steady rod eye piece Each 53

136 ETI/OHE/P

2352 1 2352 Bent steady arm swivel Each 53

137 ETI/OHE/P

2360(Mod.L)

1 2361 25 mm drop bracket part. Each 135

138 ETI/OHE/P

2380(Mod.C)

2 10/14 LN S S Bolt M 10x25/20 with lock nut Each 16

139 ETI/OHE/P

2380(Mod.C)

1 & 3 2112 & 2122

Standard catenary suspension bracket top and bottom.

Set 353

140 ETI/OHE/P

2380(Mod.C)

2 & 4 2131 & 2142

Large catenary suspension bracket top & bottom

Set 335

141 ETI/OHE/P

2380(Mod.C)

5 & 7 2113 & 14 N

G S 'U' Bolt Dia 14mm with nut and spring washer B 14

Set 56

142 ETI/OHE/P

2380(Mod.C)

6 & 7 2133 & 14 N

G S 'U' Bolt Dia 14 with nuts, spring washer B 14

Set 60

143 ETI/OHE/P

2390(Mod.B)

1 2544-5 BFB steady arm only L = 0.69 m Each 82

144 ETI/OHE/P

2390(Mod.B)

2 2544-6 BFB steady arm only L = 0.89 m Each 107

145 ETI/OHE/P

2390(Mod.B)

3 2544-7 BFB steady arm only L = 1.09 m Each 129

146 ETI/OHE/P

2390(Mod.B)

4 2544-8 BFB steady arm only L= 1.29 m Each 151

147 ETI/OHE/ 2390(Mod 5 2391 Steady arm hook (BFB) Each 91

62

P .B)

148 ETI/OHE/P

2390(Mod.B)

6 2392 BFB Steady Arm Swivel (Steel Galv. To IS:226)

Each 31

149 ETI/OHE/P

2390(Mod.B)

7 Al. Alloy river Dia 6x35 Set of 4 Nos.

16

150 ETI/OHE/P

2402(Mod.A)

1 2402 Tubular stay adjuster Each 87

151 ETI/OHE/P

2402-1(Mod.B)

1 2402-1 Tubular stay adjuster (large)(Steel Galv. To IS:226)

Each 128

152 ETI/OHE/P

2403-1(Mod.B)

1 2403-1 Tubular stay sleeve Each 55

153 ETI/OHE/P

2404(Mod.C)

2 & 4 2404-IS & 109-S

S S Bolt with lock nut Each 35

154 ETI/OHE/P

2422-1(Mod.B)

1 2422-1 Register arm eye piece (25mm) Each 64

155 ETI/OHE/P

2423-1(Mod.A)

1 2423-1 Tube cap 25 mm Each 20

156 RE/33/P 2432(Mod.D)

1 2432 Raised register arm adjuster (25mm) Each 79

157 ETI/OHE/P

2461-1(Mod.F)

3 2461-1 Dropper clip (34mm) for register arm tube.

Each 23

158 ETI/OHE/P

2461-1(Mod.F)

2 to 4 16/2 LN G S Bolt M 16x40/32 with lock nut, spring washer B 16 and annealed copper split pin 4x32

Each 13

159 ETI/OHE/P

2471-1(Mod.E)

1 2471-1 Dropper, clip (25) for raised register arm.

Each 23

160 ETI/OHE/P

2471-1(Mod.E)

2 to 4 16/2 LN G S Bolt M 16x40/32 with lock nut, spring washer B 16 and annealed copper split pin 4x32

Each 13

161 ETI/OHE/P

2490-2(Mod.E)

1 & 2 2491-1 & 2492-2

25 mm steady arm clamp Each 90

162 ETI/OHE/P

2490-2(Mod.E)

3 14/1 NL G S Bolt M 14x75/34 with nut and lock nut.

Each 18

163 ETI/OHE/P

2520(Mod.A)

1 2521 Normal bent steady arm. Each 176

164 ETI/OHE/P

2520(Mod.A)

2 2522 Normal bend steady arm eye piece. Each 75

165 ETI/OHE/P

2520(Mod.A)

3 2523 Normal bent steady arm hook. Each 75

166 ETI/OHE/P

2520(Mod.A)

4 2352 Bent steady arm swivel Each 63

167 ETI/OHE/P

2520(Mod.A)

5 Al. Alloy river Dia 6x50 Set of 4 Nos.

18

168 ETI/OHE/P

2540(Mod.B)

1 2544-1 BFB Steady arm only L = 0.72 m Each 75

169 ETI/OHE/P

2540(Mod.B)

2 2544-2 BFB Steady arm only L = 0.92 m Each 101

170 ETI/OHE/P

2540(Mod.B)

3 2544-3 BFB Steady arm only L = 1.12 m Each 133

171 ETI/OHE/P

2540(Mod.B)

4 2544-4 BFB Steady arm only L = 1.32 m Each 156

172 ETI/OHE/ 2540(Mod 5 2541 BFB Steady arm eye piece Each 55

63

P .B)

173 ETI/OHE/P

2540(Mod.B)

6 2542 BFB Steady Arm Swivel (Steel Galv. To IS:226)

Each 35

174 ETI/OHE/P

2540(Mod.B)

7 Al. Alloy river Dia 6x35 Set of 4 Nos.

15

175 ETI/OHE/P

2540-1 1 235462 BFB Steady arm only for tramway OHE (regulated). L=0.92 m

Each 101

176 ETI/OHE/P

2540-1 1 235463 BFB Steady arm only for tramway OHE (regulated). L=1.12 m

Each 133

177 ETI/OHE/P

2540-1 1 235464 BFB Steady arm only for tramway OHE (regulated). L= 1.32 m

Each 156

178 ETI/OHE/P

2540-1 1 2541 BFB steady arm eye piece Each 55

179 ETI/OHE/P

2540-1 3 2592 BFB Steady Arm Swivel (Steel Galv. To IS:226)

Each 37

180 ETI/OHE/P

2540-1 4 1221 Contact wire swivel clip Each 69

181 ETI/OHE/P

2540-1 6 Al. Alloy rivet Dia 6x33 Set of 4 Nos.

16

182 ETI/OHE/P

2540-1 5 1222 Contact wire swivel clip pin. Each 7

183 ETI/OHE/P

2550-1/2(Mod.K

)

1,2 & 6 2551-1 & 2503

Antiwind clamp for standard OHE (regulated) with snap head rivet Dia 4x35

Set 52

184 2550-1/2(Mod.K

)

1,2 & 6 2551-1 & 2502

Antiwind clamp for standard OHE (regulated) with snap head rivet Dia 4x35

Set 48

185 ETI/OHE/P

2550-1/2(Mod.K

)

4 to 5 10/20 N S S Bolt M 10x70/26 with nut and spring washer B 10

Each 29

186 ETI/OHE/P

2550-3(Mod.D)

1,2 & 5 2551-1 & 2504

Antiwind clamp for standard OHE (regulated) with snap head rivet Dia 4x35

Set 59

187 ETI/OHE/P

2550-3(Mod.D)

3 & 4 10/20 N S S Bolt M 10x70/26 with nut and spring washer B 10

Each 28

188 ETI/OHE/P

2700(Mod.E)

1 & 3 2701 & 4036

Vee suspension assembly (Excl. 'U' Bolt of 10mm with nut, lock nut and split pin)

Set 681

189 ETI/OHE/P

2710 1 to 4 Unequal vee suspension assembly Each 892

190 RE/33/P 2721(Mod.C)

1 27 Double vee suspension top. Each 774

191 ETI/OHE/P

2730(Mod.A)

1 2731 Section insulator support clamp part. Each 590

192 ETI/OHE/P

2730(Mod.A)

2 4036 Al. Bronze 'U' bolt saddle. Set of 2 Nos.

44

64

193 ETI/OHE/P

2730(Mod.A)

3 & 4 4032-S, 108-S & 109_2

S S 'U' Bolt Dia 10 mm with nuts, lock nut and annealed copper split pin 2.5x20

Each 95

194 ETI/OHE/P

3010(Mod.C)

1 3011 Double clevis (MCI) Each 81

195 ETI/OHE/P

3010(Mod.C)

2 to 4 262 G S Snap head pin Dia 20x60 punched washer A22 and annealed copper split pin 4x40.

Set of 2 Nos.

32

196 ETI/OHE/P

3021(Mod.B)

1 3021 Mast bracket for hook insulator. Each 120

197 RE/33/P 3070-1(Mod.H)

1 to 3 3071-1 Mast bracket fitting assembly (150) Each 406

198 RE/33/P 3070-1(Mod.H)

4 to 7 261 G S Pin dia 20 x 55 (snap head) punched washer A 22 annealed copper split pin 3.2x25 and annealed copper split pin 4x40.

Each 16

199 RE/33/P 3070-2(Mod.H)

1 to 3 3070-2 Mast bracket fitting assembly (200) Each 447

200 RE/33/P 3070-2(Mod.H)

4 to 7 261 G S Pin dia 20x55(snap head) punched washer A 22 annealed copper split pin 3.2x25 and annealed copper split pin 4x40

Each 16

201 RE/33/P 3071(Mod.F)

1 3071 Mast bracket clevis. Each 78

202 RE/33/P 3071-1(Mod.D)

1 3071-1 Mast bracket clevis (forged) Each 140

203 ETI/OHE/P

3072(Mod.A)

1 3072 Mast bracket clevis pin Each 18

204 RE/33/P 3072-1 1 Mast bracket clevis pin Each 22

205 RE/33/P 3072(Mod.O)

1 3073 Mast bracket swivel (150) Each 294

206 RE/33/P 3074(Mod.E)

1 3074 Mast bracket swivel (200) Each 339

207 ETI/OHE/P

3076(Mod.B)

1 to 8 3076 Standard backing angle KG 45

208 ETI/OHE/P

3231(Mod.B)

1 3231 Mast anchor fitting (welded) Each 210

209 ETI/OHE/P

3231-2(Mod.B)

1 Mast anchor fitting welded (to be used with cement counter weight assembly).

Each 265

210 ETI/OHE/P

3232(Mod.B)

1 3232 Mast guy rod ritting (welded) Each 231

211 ETI/OHE/P

3233(Mod.A)

1 Mast anchor fitting(200) Each 335

212 ETI/OHE/P

3234/5(Mod.A)

1 Mast guy rod fitting(200/150) Each 347

213 ETI/OHE/P

3234/5(Mod.A)

2 Mast guy rod fitting(200/150) Each 347

214 ETI/OHE/P

3240(Mod.C)

X Anchor fitting on 'K' series mast Each 390

215 ETI/OHE/P

3240(Mod.C)

Y Guy rod fitting Each 409

216 ETI/OHE/P

3240(Mod.C)

Z Backing angles Each 199

217 X Anchor fitting on K series mast Each 369

65

218 ETI/OHE/P

3241-2(Mod.A)

Y Guy rod fitting Each 321

219 ETI/OHE/P

4001 1 4001 Span wire clip (65) Each 24

220 S S Bolt D 10 x 35/30 with nut, spring washer and annealed copper split pin 2.5x25

Each 26

221 ETI/OHE/P

4002 1 4002 Span wire clip (130) Each 29

222 ETI/OHE/P

4002 2 to 4 102-S & 108-S

S S Bolt Dia 10x35/30 with nut, spring washer and annealed copper split pin 2.5x 25

Each 24

223 ETI/OHE/P

5000(Mod.A)

1 5001 Anchor bolt (length 1.6 m) Each 444

224 ETI/OHE/P

5000(Mod.A)

2 5001-1 Anchor bolt (length 2.1 m) Each 503

225 ETI/OHE/P

5000(Mod.A)

3 5001-3 Anchor bolt (length 0.85 m) Each 133

226 ETI/OHE/P

5000(Mod.A)

4 5002 Guy rod stirrup (Steel Galv. To IS:226) Each 147

227 ETI/OHE/P

5000(Mod.A)

5 5004 Guy rod Dia 25mm (Steel Galv. To IS:226) with nut, lock nut, plain washer and split pin (length 9.3)

Each 2400

228 ETI/OHE/P

5000(Mod.A)

6 5005 Guy rod Dia 25mm (Steel Galv. To IS:226) with nut, lock nut, plain washer and split pin (length 9.7m)

Each 2500

229 7 5006-1 Short Guy Rod D 25 mm (Steel galv. To IS:226) with nut, lock nut, plain washer and split pin (length 5.35 m)

Each 1400

230 ETI/OHE/P

5000(Mod.A)

8 5007-1 Anchor 'V' bolt Each 133

231 ETI/OHE/P

5000(Mod.A)

9 5008 B C Anchor loop Each 428

232 ETI/OHE/P

5000(Mod.A)

10 5220 Guy rod double strap assembly Each 210

233 ETI/OHE/P

5010(Mod.B)

1 to 4 5011, 5102 & 5013

5 Tonne adjuster complete Each 422

234 ETI/OHE/P

5020(Mod.B)

1 to 4 5021, 5022 & 5023

9 Tonne adjuster complete Each 452

235 ETI/OHE/P

5030(Mod.C)

1 5031 Anchor double strap assembly Set 74

236 ETI/OHE/P

5030(Mod.C)

2 to 4 261 G S Pin Dia 20 x55 (snap head) with washer Dia 20 mm and copper split pin 4x36

Set of 2 Nos.

30

237 ETI/OHE/P

5040(Mod.B)

1 5041 18 mm single clevis. Each 128

238 ETI/OHE/P

5040(Mod.B)

2 to 4 262 G S Pin Dia 20x60 with annealed copper split pin 4x36 and G S flat washer Dia 20 mm

Each 15

66

239 ETI/OHE/P

5060-2(Mod.B)

9 to 12 & 23

5063-1 & 5067

Standard guide tube assembly Each 558

240 ETI/OHE/P

5090(Mod.A)

1 to 3 5091, 5092 & 5093

Counter weight assembly (Excl. counter weight eye rod with nut and split pin)

Set 7046

241 ETI/OHE/P

5090(Mod.A)

4 & 5 5094 & 238

Counter weight eye rod (Steel Galv. To IS:226), G S Nut Dia 20, washer and annealed copper split pin 4x36

Each 156

242 ETI/OHE/P

5090-1(Mod.B)

1 to 3 5091-1, 5092-1 5093-1

Trapezoidal counter weight assembly (Excl. eye rod)

Each 7076

243 ETI/OHE/P

5090-1(Mod.B)

4,7 & 8 5095 & 238

Trapezoidal counter weight eye rod (Steel Galv. To IS:226) with G S nut Dia 20mm flat washer and annealed copper split pin 4x36

Each 197

244 ETI/OHE/P

5090-1(Mod.B)

5,9 & 10 G S Bolt Dia 16x1150/100 both ends threaded, 2 nuts flat washer Dia 16 and spring washer Dia 16.

Each 205

245 ETI/OHE/P

5090-1(Mod.B)

6 M S Gal. Guide plate 100x10 thick 370 long with 2 hooks welded.

Each 215

246 ETI/OHE/P

5090-3(Mod.D)

1 5094-1 Counter weight eye rod (Steel Galv. IS:226)

Each 114

247 ETI/OHE/P

5090-3(Mod.D)

2 5098-2 Counter weight piece Each 332

248 ETI/OHE/P

5090-3(Mod.D)

2A to 4 5098,5092 & 5091

Counter weight assembly (light) (Excel, eye rod)

Set 4375

249 ETI/OHE/P

5093-3(Mod.D)

5 & 6 G S nut and flat washer and annealed copper split pin 4x36

Each 10

250 ETI/OHE/P

5090-4(Mod.C)

1 to 3 Cement concrete counter weight assembly (Excl. counter weight eye rod)

Set 5575

251 ETI/OHE/P

5090-4(Mod.C)

4 & 5 Counter weight eye rod with nut, washer, split pin and bolt Dia 12x850/49 with nut, flat washer and split pin 3.2x20

Set 285

252 ETI/OHE/P

5090-4(Mod.C)

4A, 5A & 6

Counter weight eye rod 650m long, nut, washer and split pin with bolt Dia 12x850/49 with nut, flat washer and split pin 3.2x20 and counter weight piece.

Set 2184

253 5090-5 1 to 5 Counter weight assembly for 3 pulley type regulating equipment

Each 15000

254 ETI/OHE/P

5090-5 6 to 8 5099 Counter weight's nut, washer and split pin

Each 230

67

255 ETI/OHE/P

5090-6 1 to 4 5091,5098-1 & 5098

Counter weight assembly for 3 pulley type regulating equipment (Tramway type)

Set 9500

256 ETI/OHE/P

5090-6 5 to 6 5095 & 20 N

Counter weight eye rod with nut and split pin 4x40

Each 158

257 ETI/OHE/P

5183(Mod.C)

1 5183 Double eye distance rod (Dia 20mm)(Steel Galv. To IS:226)

Each 147

258 ETI/OHE/P

5190-1(Mod.B)

1 5194 Compensating Plate Set 133

259 ETI/OHE/P

5190-1(Mod.B)

2 to 4 261 G S Snap Head Pin Dia 20x55, plain washer Dia 20 and annealed copper split pin 4x36.

Set of 3 Nos.

44

260 ETI/OHE/P

5190-2(Mod.B)

1 5195 Equalizing plate, 8 mm Set 223

261 ETI/OHE/P

5190-2(Mod.B)

2 to 4 261 G S Snap Head Pin Dia 20x55, plain washer Dia 20 and annealed copper split pin 4x36.

Set of 3 Nos.

44

262 ETI/OHE/P

5191(Mod.A)

1 5191 Compensating Plate Each 132

263 ETI/OHE/P

5191-1/2(Mod.A

)

1 5191-1 or 5191-2

Compensating Plate Each 183

264 ETI/OHE/P

5191(Mod.A)

1 5192 Equalizing plate Each 231

265 ETI/OHE/P

5191-1/2(Mod.A

)

1 5191-1 or 5191-2

Equalizing plate Each 205

266 ETI/OHE/P

5220(Mod.F)

1 5221 Guy Rod double strap (100) (Steel Galv. To IS:226)

Set 169

267 ETI/OHE/P

5220(Mod.F)

2 5222 Guy Rod double strap (150/250) (Steel Galv. To IS:226)

Set 214

268 ETI/OHE/P

5220(Mod.F)

3 & 4 24/1 LN Steel Galv. Bolt M 24x70/54 with lock nut and annealed copper split pin 5x40

Set of 2 Nos.

62

269 ETI/OHE/P

6000(Mod.E)

5 & 6 105-S, 108-S & 109-S

S S Bolt Dia 65/30, with nut, lock nut and washer

Each 43

270 ETI/OHE/P

6040(Mod.B)

4 & 5 6034-S, 108-S & 109-S

S S Bolt Dia 10, with nut, lock nut and washer

Set of 2 Nos.

125

271 ETI/OHE/P

6061-3(Mod.E)

1 to 3 Disc insulator (225 mm) clevis type Each 544

272 ETI/OHE/P

6070-1 1 to 3 11 kV Post Insulator Assembly Set 582

273 ETI/OHE/P

6070-1 4, 6 & 8 11 kV post insulator cap clamp (jumper), G S Hex Bolt M 12 x 40/30 with spring washer

Set 129

274 ETI/OHE/P

6070-1 5,7 & 8 11 kV post insulator cap clamp (jumper), G S Hex Bolt M 12 x 55/30 with spring washer

Set 112

68

275 ETI/OHE/P

6075/6076(Mod.B)

1 6075 3 kV Pedestal Insulator cap clamp (jumper)

Set of 2 Nos.

83

276 ETI/OHE/P

6075/6076(Mod.B)

1 6076 3 kV Pedestal Insulator cap clamp (jumper)

Set of 2 Nos.

83

277 ETI/OHE/P

6094(Mod.A)

1 6094 Post Insulator jumper clamp Set of 2 Nos.

87

278 ETI/OHE/P

6095(Mod.A)

1 6095 Post Insulator bus bar clamp Set of 2 Nos.

93

279 ETI/OHE/P

6170(Mod.B)

2 & 3 101-S & 108-S

S S Bolt Dia 10x35/30 with nut and phosphor bronze spring washer dia 10

Each 18

280 ETI/OHE/P

6181-1(Mod.B)

1 6181-1 Section insulator double strap only. Set 30

281 ETI/OHE/P

6181-1(Mod.B)

2 to 4 S S Pivot pin with flat washer and annealed copper split pin 2.5x25

Set of 2 Nos.

35

282 ETI/OHE/P

6310-1(Mod.A)

1 to 4 6310-1 18mm Bus Terminal (Multiple Bolt) Each 607

283 ETI/OHE/P

6320(Mod.A)

1 to 4 6320 18 mm Bus Splice Each 631

284 RE/33/P 6330(Mod.C)

1 to 4 6330 18 mm Bus tee joint Each 582

285 RE/33/P 6350(Mod.B)

1 to 4 6350 18 mm bus terminating fee Each 1433

286 ETI/OHE/P

6480(Mod.C)

1,2,5 & 6

6481 & 6482

36 mm Aluminium bus terminal for 25 kV Isolator (Rigid Type)

Each 263

287 ETI/OHE/P

6480(Mod.C)

3 & 4 S S Bolt Dia 12x60/40 with nut, flat washers and spring washer

Set 219

288 ETI/OHE/P

6490(Mod.B)

1 & 2 6491 & 6482

36 mm aluminium bus splice Each 365

289 ETI/PSI/P 6490(Mod.B)

3 & 4 S S Bolt Dia 12x60/30 with nut, flat washers and spring washer

Set 184

290 ETI/OHE/P

6500(Mod.C)

1 & 2 6501 & 6482

36 mm aluminium bus tee connector Each 383

291 ETI/PSI/P 6500(Mod.C)

3 & 4 S S Bolt Dia 12x60/30 with nut, flat washers and spring washer

Set 219

292 ETI/PSI/P 6510(Mod.D)

1 & 2 6511 & 6482

36 mm aluminium tee terminal Each 507

293 ETI/PSI/P 6510(Mod.D)

3 & 4 S S Bolt Dia 12x60/40 complete with nut, flat washers and spring washer

Set 136

294 ETI/PSI/P 6520(Mod.B)

1 to 3 6521,6482 & 6523

36/15 mm Tap Connector Each 550

295 ETI/PSI/P 6520(Mod.B)

4 & 5 S S Bolt Dia 12x60/40 complete with nut, flat washers and spring washer

Set 219

296 ETI/PSI/P 6530(Mod.C)

1 to 3 6531, 6482 & 6592

36/20 mm terminal connector Each 362

297 ETI/PSI/P 6530(Mod.C)

4 & 5 S S Bolt Dia 12x60/40 complete with nut, flat washers and spring washer

Set 219

69

298 ETI/PSI/P 6550(Mod.B)

1 to 4 6551,6482-1,6552 &

653

36 mm aluminium flexible bus splice Each 1653

299 ETI/PSI/P 6550(Mod.B)

5 Bimetallic strip Set 76

300 ETI/OHE/P

6550(Mod.B)

6 & 7 S S Bolt Dia 12x70/40 complete with nut, flat washers and spring washer

Set 238

301 ETI/OHE/P

6550(Mod.B)

8 G S Stud bolt Dia 16x30/20 with flat washer and spring washer

Set 37

302 ETI/OHE/P

6560(Mod.B)

1 & 2 6561 & 6582

36 mm aluminium bus splice cum tee connector

Each 616

303 ETI/OHE/P

6560(Mod.B)

3 & 4 S S Bolt Dia 12x60/40 complete with nut, flat washers and spring washer

Set of 8 Nos.

259

304 ETI/OHE/P

6830-1(Mod.D)

1 & 2 6831 & 6592

Terminal connector for Al. Conductors (Bolted type)

Each 250

305 ETI/OHE/P

6830-1(Mod.D)

3 12/20 N S S Bolt Dia 12x50/30 with set nut, flat washers A 14 and spring washer B 12

Set 192

306 ETI/OHE/P

6850-2(Mod.A)

1 & 2 6481 & 6482

36 mm aluminium bus terminal body set with clamping piece for 25/100 KVA BT

Set 316

307 ETI/OHE/P

6850-2(Mod.A)

4 & 7 6851-2 Terminal clamp tin plated copper strips, pressure plate Al. Cu. Strips.

Set 450

308 ETI/OHE/P

6850-2(Mod.A)

3 & 3A Spring washer S.S.M.-12 HRH bolt 60/40 complete with one nut and 2 flat washer

Set of 12 Nos.

681

309 ETI/OHE/P

6850-2(Mod.A)

8 S S Bolt M-10 HRH bolt 40/30 complete with one nut, lock nut and 2 flat washer.

Set of 4 Nos.

337

310 ETI/OHE/P

7021 1 & 2 7021 Earth electrode Each 800

311 RE/33/P 7040(Mod.D)

1 7040 Earth wire mast clamp Each 227

312 RE/33/P 7040(Mod.D)

2 & 3 G S Wire mast clamp hook with Dia 16 nut, lock nut, washer and bolt Dia 16x65/38 with nut, lock nut and washer.

Each 62

313 RE/33/P 7040(Mod.D)

4 Al. Flat armour tape (1.27x7.62) Kg. 213

314 RE/33/P 7050(Mod.D)

1 & 2 7050 or 7050-1

Earth wire strain clamp Each 377

315 RE/33/P 7050(Mod.D)

3 to 8 218261 G S 'U' Bolt dia 16mm, nut spring washer, snap head pin Dia 20x60, plain washer dia 20 and copper split pin dia 4x36

Set 118

316 RE/33/P 7501(Mod.F)

7501 Typical structural number plate (100 mm size)

Each 67

70

317 RE/33/P 7511(Mod.B)

Typical isolator number plate Each 47

318 ETI/PSI/P 7511(Mod.B)

Typical number plate for interrupter and D.P. isolator

Each 49

319 ETI/PSI/P 7521(Mod.B)

Typical number plate for interrupter and D.P. isolator potential transformer type-1

Each 51

320 ETI/PSI/P 7522(Mod.B)

Typical number plate for interrupter and D.P. isolator Booster transformer

Each 49

321 7525(Mod.B)

Typical number plate for interrupter and D.P. isolator Auxiliary Transformer

Each 52

322 ETI/OHE/SK

123(Mod.D)

1 & 5 AL-123 Bimetallic PG Clamp (14/19) Set 224

323 ETI/OHE/SK

123(Mod.D)

2 to 4 S S Bolt Dia 12x60/30 with nut, flat washers and spring washer

Set 66

324 ETI/OHE/SK

123(Mod.D)

2 to 4 G S Bolt Dia 16x60/38 with nut, washer and spring washer

Set 28

325 ETI/OHE/SK

130(Mod.D)

1 AL-130 Al.Alloy catenary dropper clip. Each 24

326 ETI/OHE/SK

130(Mod.D)

2 to 5 102-S & 108-S

S S Bolt Dia 10x35/30 with nut G S Spring washer and dropper split pin Dia 2.5x25 and flat washer.

Each 26

327 ETI/OHE/SK

176(Mod.D)

1 1161-1 Al. Alloy catenary suspension clamp body (MCI)

Each 161

328 ETI/OHE/SK

176(Mod.D)

4 M S Sheet Galv. Suspension clamp lock plate.

Each 20

329 ETI/OHE/SK

176(Mod.D)

2,3 & 5 to 7

S S 'U' Bolt dia 10mm, G S Pin Dia 16x50 mm S S Nut Dia 10mm, copper split pin 2.5x25 mm and G S flat washer Dia 16mm

Each 82

330 ETI/OHE/SK

205(Mod.B)

1 Double suspension lock plat (Galv. MCI)

Each 31

331 ETI/OHE/SK

231(Mod.D)

1 AL-231 Parallel groove clamp (18/14) Each 148

332 ETI/OHE/SK

231(Mod.D)

2 to 4 12/19 N S S Bolt M 12x60/30 with nut, flat washer and spring washer

Set 32

333 ETI/OHE/SK

231(Mod.D)

2 to 4 16/6 N G S Bolt Dia 16x60/38 with nut, washer and spring washer

Set 22

334 ETI/OHE/SK

231(Mod.D)

5 Bimettalic ALCU strip 1 mm thick. Each 79

335 ETI/OHE/SK

333(Mod.D)

2 to 6 S S Bolt Dia 10x35/30 with nut, spring, washer, copper split washer, copper split pin Dia 2.5x25, Al.Cu.Bimetallic washer and flat washer

Each 36

336 ETI/OHE/SK

436(Mod.A)

1 & 2 AL-436 Envelope type end fitting assembly size 19/2.79 mm

Each 344

71

337 ETI/OHE/SK

436(Mod.A)

3 to 8 S S 'U' Bolt dia 12 spring washer flat washer, nut, snap head pin Dia 16 and split pin 2.5x25

Set 293

338 ETI/OHE/SK

468(Mod.A)

2 & 5 S S 'U' Bolt Dia 10mm with nut. Set 62

339 ETI/OHE/SK

468(Mod.A)

1 & 4 Al. Catenary suspension clamp assembly and lock plate (MCI).

Set 246

340 ETI/OHE/SK

468(Mod.A)

3,6 & 7 Pin Dia 16/50 mm, split pin 2.5x25 mm Each 15

341 ETI/OHE/SK

468(Mod.A)

8 Soft annealed Al. Tape 1.25x7.7 mm Kg. 210

342 ETI/OHE/SK

469(Mod.A)

1 & 2 1171-1 Double suspension clamp assembly body and lock plate (MCI)

Each 206

343 ETI/OHE/P

469(Mod.A)

3 & 5 S S 'U' Bolt Dia 10mm with nuts. Set 108

344 ETI/OHE/P

469(Mod.A)

4 & 6 Packing saddle and suspension clamp lock plate

Set 45

345 ETI/OHE/P

469(Mod.A)

7 to 9 G S Pin Dia 16x50, split pin Dia 2.5x25 and flat washer

Each 15

346 ETI/OHE/P

469(Mod.A)

10 Soft annealed Al. Tape 1.25x7.7 mm Kg. 219

347 BUSBAR Tubular aluminium bus bar 36x28mm / 50x39mm

Metre 144

348 Solid copper bus bar 18 mm Metre 450

349 WIRES & FLATS

Galvanised steel wire (19/2.5 mm) Metre 36

350 All Al. Conductor (19/8.99mm) (spider) Km 66887

351 G I Wire 8 SWG Metre 10

352 19/7/1.4mm all aluminium jumper Metre 104

353 Copper flats 25mm x 3mm Metre 210

354 M S flats 40x6 mm Kg. 22

355 CABLES 2.5 Sq.mm. Copper cable 10 core PVC insulated

Metre 100

356 2.5 sq.mm. Copper cable 2 core PVC insulated

Metre 82

357 70 Sq.mm. Aluminium cable 2 core. Metre 101

358 4.0 Sq.mm. Aluminium cable 2 core PVC insulated

Metre 45

359 TUBES

360 RE/33/P 2041(Mod.D)

Standard bracket tube (dia 30/38mm) Metre 127

361 RE/33/P 2081(Mod.E)

Large bracket tube Metre 154

362 RE/33/P 2401(Mod.C)

2421(Mod.C)

25mm nominal bore steel tube for stay and register arms.

Metre 91

72

363 LT supply transformer complete, oil filled type

Each 36000

364 42 kV lightning arrestor (station type) complete

Each 18000

365 7.5 kV lightening arrestor complete Each 848

366 Potential transformer type-I complete Each 32437

367 Integral locks complete Each 490

368 Inter locks complete Each 800

369 Earth contact assembly complete Each 2271

370 25 kV single pole isolator assembly without insulators

Each 9479

371 25 kV double pole isolator assembly without insulators

Each 19092

372 25 kV D.O. fuse switch complete (without insulator)

Each 3342

373 25 kV Solid core post insulator Each 2500

374 Stay arm insulator assembly - Conventional/composite type

Each 1680

375 Stay arm insulator assembly (Polluted zone -1050/1600 CD) - Conventional/composite type

Each 1900

376 9 Tonne insulator assembly - Conventional/Composite type

Each 1791

377 9 Tonne insulator assembly (Polluted zone 1050/1600 CD) - Conventional/Composite type

Each 2027

378 Bracket insulator assembly - Conventional/composite type

Each 1680

379 Bracket insulator assembly (Polluted zone-1050/1600 CD)- Conventional/composite type

Each 1900

380 Sectioning Insulator Each 2613

381 Tie rod insulator Each 1791

382 Regulating equipment (Winch type) Each 5691

383 Regulating equipment (3 Pulley type) Each 3962

384 S S Wire ropes for winch type regulating equipment (10.5 mt. Long)

Each 2199

385 S S Wire rope for 3 pulley type regulating equipment (7.0 M /8.0 M long)

Each 2100

386 Section insulator assembly Each 12000

387 GALVANISED STEEL BOLTS & NUTS ETC.

388 ETI/C 07073 10/1 Bolt M 10x30/25 mm Each 5

73

389 ETI/C 07073 10/2 Bolt M 10x30/25 mm Each 5

390 ETI/C 07073 10/3 Bolt M 10x170/32 mm Each 12

391 ETI/C 07073 Nut for M 10 Bolt Each 3

392 ETI/C 07073 Lock nut for M 10 Bolt Each 2

393 ETI/C 07073 12/1 Bolt m 12x40/30 mm Each 5

394 ETI/C 07073 12/2 Bolt M 12x45/30 mm Each 5

395 ETI/C 07073 12/3 Bolt M 12x55/30 mm Each 6

396 ETI/C 07073 12/4 Bolt M 12x60/30 mm with hole for split pin.

Each 6

397 ETI/C 07073 12/5 Bolt M 12x120/36 mm Each 13

398 ETI/C 07073 12/6 Bolt M 12x200/49 mm Each 15

399 ETI/C 07073 12/7 Bolt M 12x240/49 mm Each 23

400 ETI/C 07073 12/8 Bolt M 12x350/49 mm Each 24

401 ETI/C 07073 12/9 Bolt M 12x450/49 mm Each 35

402 ETI/C 0073 Nut for M 12 Bolt Each 3

403 ETI/C 0073 Lock nut for M 12 Bolt Each 2

404 ETI/C 0073 14/1 Bolt M 14x75/34 mm Each 10

405 ETI/C 0073 14/2 Bolt M 14x100/34 mm Each 15

406 ETI/C/ 0073 Nut for M 14 Bolt Each 3

407 ETI/C/ 0073 Lock nut for M 14 Bolt Each 3

408 ETI/C/ 0073 16/1 Bolt M 16x30/25 mm Each 9

409 ETI/C/ 0073 16/2 Bolt M 16x40/32 mm Each 9

410 ETI/C/ 0073 16/3 Bolt M 16x50/38 mm Each 10

411 ETI/C/ 0073 16/4 Bolt M 16x50/40 mm Each 12

412 ETI/C/ 0073 16/5 & 16/6

Bolt M 16x60/38 mm with/without hole for split pin

Each 10

413 ETI/C/ 0073 16/7 Bolt M 16x65/38 mm Each 10

414 ETI/C/ 0073 16/8 Bolt m 16x65/60 mm Each 10

415 ETI/C/ 0073 16/9 Bolt M 16x75/38 mm Each 12

416 ETI/C/ 0073 16/10 Bolt M 16x100/38 mm Each 14

417 ETI/C/ 0073 16/11 Bolt M 16x175/44 mm Each 21

418 ETI/C/ 0073 16/12 Bolt M 16x210/57 mm Each 22

419 ETI/C/ 0073 16/13 Bolt M 16x220/57 mm Each 23

420 ETI/C/ 0073 16/14 Bolt M 16x240/57 mm Each 25

421 ETI/C/ 0073 16/15 Bolt M 16x250/57 mm Each 26

422 ETI/C/ 0073 16/16 Bolt M 16x270/57 mm Each 26

423 ETI/C/ 0073 16/17 Bolt M 16x300/57 mm Each 31

424 ETI/C/ 0073 16/18 Bolt M 16x320/57 mm Each 31

425 ETI/C/ 0073 16/19 Bolt M 16x360/57 mm Each 33

426 ETI/C/ 0073 16/20 Bolt M 16x370/57 mm Each 36

427 ETI/C/ 0073 16/21 Bolt M 16x400/57 mm Each 37

428 ETI/C/ 0073 16/22 Bolt M 16x460/57 mm Each 43

429 ETI/C/ 0073 16/23 Bolt M 16x500/57 mm Each 49

74

430 ETI/C/ 0073 16/24 Bolt M 16x600/57 mm Each 62

431 ETI/C/ 0073 16/25 Bolt M 16x650/57 mm Each 67

432 ETI/C/ 0073 Nut for M 16 Bolt Each 3

433 ETI/C/ 0073 Lock nut for M 16 Bolt Each 3

434 ETI/C/ 0073 18/1 Bolt M 18x75/42 mm with hole for split pin.

Each 28

435 ETI/C/ 0073 18/2 Bolt M 18x80/42 mm with hole for split pin.

Each 30

436 ETI/C/ 0073 Nut for M 18 Bolt Each 5

437 ETI/C/ 0073 Lock nut for M 18 Bolt Each 3

438 ETI/C/ 0073 20/1 Bolt M 20x50/37 mm Each 14

439 ETI/C/ 0073 20/2 Bolt M 20x50/46 mm Each 15

440 ETI/C/ 0073 20/3 Bolt M 20x65/46 mm Each 16

441 ETI/C/ 0073 20/4 Bolt M 20x85/46 mm Each 18

442 ETI/C/ 0073 20/5 Bolt M 20x100/46 mm Each 20

443 ETI/C/ 0073 20/6 Bolt M 20x200/52 mm Each 31

444 ETI/C/ 0073 20/7 Bolt M 20x230/65 mm Each 39

445 ETI/C/ 0073 20/8 Bolt M 20x260/65 mm Each 40

446 ETI/C/ 0073 20/9 Bolt M 20x280/65 mm Each 44

447 ETI/C/ 0073 20/10 Bolt M 20x310/65 mm Each 48

448 ETI/C/ 0073 20/11 Bolt M 20x330/65 mm Each 52

449 ETI/C/ 0073 20/12 Bolt M 20x360/65 mm Each 55

450 ETI/C/ 0073 20/13 Bolt M 20x380/65 mm Each 58

451 ETI/C/ 0073 20/14 Bolt M 20x470/65 mm Each 71

452 ETI/C/ 0073 20/15 Bolt M 20x550/65 mm Each 84

453 ETI/C/ 0073 20/16 Bolt M 20x650/65 mm Each 98

454 ETI/C/ 0073 20/17 Bolt M 20x700/65 mm Each 114

455 ETI/C/ 0073 Nut for M 20 Bolt Each 5

456 ETI/C/ 0073 Lock nut for M 20 Bolt Each 3

457 ETI/C/ 0073 24/1 Bolt M 24x70/54 mm with hole for split pin

Each 28

458 ETI/C/ 0073 Nut for M 24 Bolt Each 9

459 ETI/C/ 0073 Lock nut for M 24 Bolt Each 8

460 RE/33/P 250(Mod.B)

1 2113 U' Bolt M 14 mm Each 24

461 RE/33/P 250(Mod.B)

2 2133 U' Bolt M 14 mm Each 26

462 RE/33/P 260(Mod.B)

1 261 Pin Dia 20x55 mm Each 13

463 RE/33/P 260(Mod.B)

2 262 Pin Dia 20x60 mm Each 13

464 RE/33/P 260(Mod.B)

3 263 Pin Dia 20x50 mm Each 12

465 STAINLESS STEEL BOLTS & NUTS

75

ETC

466 ETI/C/ 0073 10/14 Bolt M 10x25/20 mm Each 12

467 ETI/C/ 0073 10/5 & 10/16

Bolt M 10x35/30 mm with & without hole of split

Each 12

468 ETI/C/ 0073 10/17 Bolt M 10x40/26 mm Each 13

469 ETI/C/ 0073 10/18 Bolt M 10x55/30 mm Each 15

470 ETI/C/ 0073 10/19 Bolt M 10x65/30 mm Each 16

471 ETI/C/ 0073 10/20 Bolt M 10x75/26 mm Each 20

472 ETI/C/ 0073 S S Nut for M 10 Bolt Each 5

473 ETI/C/ 0073 S S Lock Nut for M 10 Bolt Each 5

474 ETI/C/ 0073 12/14 Bolt M 12x25/20 mm Each 16

475 ETI/C/ 0073 12/15 Bolt M 12x25/25 mm Each 16

476 ETI/C/ 0073 12/16 Bolt M 12x30/30 mm Each 16

477 ETI/C/ 0073 12/17 Bolt M 12x45/30 mm Each 17

478 ETI/C/ 0073 12/18 Bolt M 12x50/50 mm Each 20

479 ETI/C/ 0073 12/19 Bolt M 12x60/30 mm Each 18

480 ETI/C/ 0073 S S Nut for M 12 Bolt Each 8

481 ETI/C/ 0073 S S Lock Nut for M 14 Bolt Each 10

482 ETI/OHE/P

2124(Mod.B)

1 2124 S Direct catenary clamp stud Each 16

483 ETI/OHE/P

1320(Mod.B)

2 U' Bolt Dia 10 mm Each 36

484 ETI/OHE/P

150 6 4032-S 'U' Bolt Dia 10 mm Each 28

485 ETI/OHE/P

160(Mod.A)

161-S Pin Dia 10x45 mm Each 13

486 Pin Dia 12x45 mm Each 20

487 Pin Dia 16x60 mm Each 45

488 Pin Dia 18x75 mm Each 53

489 RIVETS Copper rivets Dia 6x50 mm Per 100 Nos.

818

490 Copper rivets Dia 6x55 mm Per 100 Nos.

942

491 Al.Alloy snap head rivets Dia 6x45 mm Per 100 Nos.

290

492 Al.Alloy snap head rivets Dia 6x50 mm Per 100 Nos.

336

493 Al.Alloy snap head rivets Dia 6x35 mm Per 100 Nos.

252

494 Al.Alloy snap head rivets Dia 6x33 Per 100 Nos.

286

495 G.S. 'J' Bolts

496 ETI/C/ 0074(Mod.A)

'J' Bolt Dia 16x120/60 Each 24

497 ETI/C/ 0074(Mod.A)

'J' Bolt Dia 16x175/60 Each 29

498 ETI/C/ 0074(Mod.A)

'J' Bolt Dia 16x200/60 Each 31

76

499 ETI/C/ 0074(Mod.A)

'J' Bolt Dia 16x220/60 Each 36

500 ETI/C/ 0074(Mod.A)

'J' Bolt Dia 16x240/60 Each 37

501 ETI/C/ 0074(Mod.A)

'J'Bolt Dia 16x250/60 Each 40

502 ETI/C/ 0074(Mod.A)

'J' Bolt Dia 16x300/60 Each 45

503 ETI/C/ 0074(Mod.A)

'J' Bolt Dia 16x340/60 Each 48

504 ETI/C/ 0074(Mod.A)

'J' Bolt Dia 16x345/60 Each 49

505 ETI/C/ 0074(Mod.A)

'J' Bolt Dia 16x400/60 Each 66

506 SPRING WASHER

507 Phosphor bronze spring washer Dia 10 mm

Per 100 Nos.

314

508 Phosphor bronze spring washer Dia 16 mm

Per 100 Nos.

580

509 Phosphor bronze spring washer Dia 12 mm

Per 100 Nos.

434

510 Galv. Steel spring washer Dia 14 mm Per 100 Nos.

108

511 Galv. Steel spring washer Dia 16 mm Per 100 Nos.

148

512 Galv. Steel spring washer Dia 20 mm Per 100 Nos.

210

513 FLAT WASHERS

514 Rustless flat washer Dia 10 mm Per 100 Nos.

243

515 Rustless flat washer Dia 16 mm Per 100 Nos.

504

516 Galv. Steel flat washer Dia 14 mm Per 100 Nos.

104

517 Galv. Steel flat washer Dia 16 mm Per 100 Nos.

123

518 Galv. Steel flat washer Dia 20 mm Per 100 Nos.

147

519 Galv. Steel flat washer Dia 24 mm Per 100 Nos.

210

520 Galv. Steel tapered washer Dia 16 mm Per 100 Nos.

490

521 PART II SWITCHING STATIONS BATTERIES

522 Lead Acid Battery 110V (40Ah) Battery Stand

Set 61097

523 Tool Board Set 3941

524 15A Iron clad fuse box two way Each 200

525 250V Iron clad fuse box four way Each 300

77

526 Battery Charger (complete) Each 27046

527 Fixing bolts and nuts, etc. Set 127

528 Terminal Board Each 4145

529 25 kV Vacuum interruptor Each 125088

530 50x6 mm M.S. Flat Kg. 25

531 2.4 metre high fencing panel for switching stations

Metre 1130

532 Staff caution boards and public caution boards (900x600 mm)

Each 414

533 Booster Transformer (oil filled type) Each 173545

534 Tension monitoring Height, Stagger and Implantation recording device.

Each 75076

535 Protective screen for FOB/ROB Set 828

536 Double wire Section Insulator Assly Each 30817

537 SS flat washer dia 12 mm Each 3

538 GS punched washer dia 14 mm Each 3

539 SS 'U' bolt 10 mm for 1320 Each 64

540 SS 'U' bolt 10 mm for 1170 Each 84

541 SS flat washer dia 10 mm Each 3

542 SS 'U' bolt 10 mm for 1160 Each 23

543 Phosp. Bronze spring washer 10 mm Each 2

544 GS punched washer dia 12 mm Each 3

545 Snap head pin 16x50 Each 8

546 SS bolt dia 10x40/30 mm Each 12

547 SS bolt dia 12x50/30 mm Each 22

548 GS bolt dia 16x30/20 mm Each 10

549 SS bolt 12x70/40 mm Each 29

550 SS Spring Washer dia 12 mm Each 3

551 SS 'U' Bolt 10 mm for Bkt Insulator Each 52

552 SS Bolt 10mm for 2403-1 Each 30

553 GS Snap Head Pin 16x55 Each 9

554 GS Snap Head Pin dia 16x70 Each 10

555 SS Pin Dia 16x70 Each 85

556 Counter Weight Guide Tube Each 1410

557 SS Bolt Dia 12x60/40 mm Each 24

558 SS 'U' Bolt Dia 12 for RI 1600 Each 45

559 SS 'U' Bolt Dia 12 for RI 1580 Each 49

560 BFB steady arm 32x31x3 Metre 100

561 Bent steady arm tube Metre 378

562 GS Leather washer Dia 12 mm Each 37

563 GS Leather washer Dia 10 mm Each 25

564 GS Bolt Dia 12x850/49 mm Each 130

565 GS Bolt 20x320/57 Each 93

78

566 GS Bolt 20x220/57 Each 61

567 GS "L" Bolt dia 16x95/40 Each 16

568 GS "L" Bolt dia 16x65/65 Each 14

569 GS "J" Bolt dia 16x290/60 Each 25

570 GS "J" Bolt dia 16x180/100 Each 16

571 GS "J" Bolt dia 16x110/60 Each 20

572 Anti climbing device for switching station without bolts & nuts

Kg. 44

573 Fencing Upright MT 36247

574 Barbed wire for anticlimbing device Kg. 54

575 Lead Washer Dia 10mm Each 1

576 Reinforced aluminium (ACSR) earth wire RACCOON 50 sqmm (6/1/4.09)

KM 29000

NOTES : (1) All Prices in Schedule-3, Section-1, Column-8 are inclusive of all taxes & duties.

(2) Nuts and lock nuts should be procured from the approved firms and from the same manufacturer who manufactures corresponding bolts, Screws etc. The prices for bolts shall include the cost of providing a hole for split pin, wherever required.

(3) The prices are inclusive of bolts, nuts, locknuts washer and split pins wherever included in the drawings, unless otherwise specified.

(4) All bolts and nuts below 14 mm dia shall be Stainless Steel only which are to be used in live or current carrying parts even if bolts of other material are shown in the concerned drawings.

(5) The reference can be taken from the actual dimensions of the fasteners as per RDSO drawing No. ETI/C/0073(Mod.A), ETI/C/0074 (Mod.A) and ETI/C/00/5.

(6) The contractor is requested to give the items separately for which he proposes ONA payment requirement for those items which are not available in Sch-3, Sec-1. If the supply items is separately available, 85% of the supply cost will be paid as ONA payment. For other items proposed, the ONA payment cost to be mutually agreed by the purchaser and contractor.

END OF VOLUME 1, please go to Volume 2 also, which is made available as separate booklet BOTH VOLUME 1 AND 2 SHALL BE SIGNED IN EVERY PAGES BY THE TENDERER AND TO BE SUBMITTED AS THE TENDER DOCUMENT