PRICEBIDPkg67KESINGAJUNAGARHLINE

download PRICEBIDPkg67KESINGAJUNAGARHLINE

of 6

Transcript of PRICEBIDPkg67KESINGAJUNAGARHLINE

  • 7/25/2019 PRICEBIDPkg67KESINGAJUNAGARHLINE

    1/6

    SUPPLY_ SUBSTATION EQUIPMENT/MATERIALS

    S. No. DESCRIPTIONOFITEMS

    SUPPLYOFFOLLOWING EQUIPMENTS

    (Asper Technical Specification)

    UNITS Quant it yf or:

    constructionof 1

    no. 132 kVfeeder

    bay Extn. at

    132/33kV

    KesingaSS

    Quantityfor:

    Constructionof

    1no.132Kv Fdr.

    Bay Extn. at

    132/33KV Sub-

    Stationat

    JunagarhSS

    Total Quantity Unit Ex-WorksPrice

    ININR

    TotalEx-Works Price

    ININR

    Unit F&ICharges

    ININR

    TotalF&ICharges

    ININR

    Mode ofTransaction

    (Direct orBought-out

    item)

    Unit Excise duty

    ININR

    Unit VAT

    ININR

    Unit CST

    inINR

    Any other tax

    ININR

    TotalTaxesandduties

    ININR

    Unit FORDPrice

    ININR

    TOTAL FORDPrice

    ININR

    1 2 3 4 5 6 7.00 8=7X6 9.00 10=9X6 11 12 13 14 15 16= 12+13+14+15 17=7+9+12+13+14+15 18=17X6

    1145 KV,800-400-200 A,31.5 KA,4CORE SINGLE PHASE CURRENT TRANSFORMER

    NOS 3 3 6 0.00 0.00 0.00 0.00 0.00

    2 145 KV,1200A,31.5KA,ISOLATORS

    2.1 S/IWITHOUT EARTHSWITCH NOS 1 1 2 0.00 0.00 0.00 0.00 0.00

    2.2 D/IWITH SINGLE EARTHSWITCH NOS 1 1 2 0.00 0.00 0.00 0.00 0.00

    3145 KV,6600pF,3CORE,SINGLE PHASE CAPACITOR VOLTAGE T RANSFORMER

    NOS 3 3 6 0.00 0.00 0.00 0.00 0.00

    4 120 KVMETAL OXIDE SURGE ARRESTOR, 10 KA, ClassIII NOS 3 3 6 0.00 0.00 0.00 0.00 0.00

    5 132 KVBusPost Insulators NOS 2 2 4 0.00 0.00 0.00 0.00 0.00

    6 145KV,3150A,40KA,SF6,CIRCUIT BREAKER WITHSUPPORTING STRUCTURE NOS 1 1 2 0.00 0.00 0.00 0.00 0.00

    7 BUSBAR &CIRCUITMATERIALS

    7.1 TENSION& SUSPENSIONANTI FOGTYPE INSULATOR STRING

    7.1.1120 kN ANTIFOGINSULATOR STRINGS for Double Moose cond (TENSION)-132 KV SET 6 6 12 0.00 0.00 0.00 0.00 0.00

    7.1.2120 kN ANTIFOGINSULATOR STRINGS for Single Moose cond(T ENSION)-132 KV

    SET 12 12 24 0.00 0.00 0.00 0.00 0.00

    7.1.390 kN A NTIFOG IN SU LATO R STRIN GS f o r D ou b le / S in g le Mo os e c on d (

    SUSPENSION)-132 KVSET 9 9 18 0.00 0.00 0.00 0.00 0.00

    7.2 ACSR MOOSE CONDUCTOR KMS 0.5 0.5 1 0.00 0.00 0.00 0.00 0.00

    7.3HARDWARES& FITTINGS/SPACERS/CLAMP & CONNECTORS

    LOT 1 1 2 0.00 0.00 0.00 0.00 0.00

    7.4 EA RTH ING SPIK E& IT 'SFITTIN G t o befi xed ont heTow ercol um nas perO PTCL

    standard(50NBHeavyGauge 7mtrslongGIpipe & accessories& 2 Nos65NB50

    SETS 3 3 6 0.00 0.00 0.00 0.00 0.00

    7.5 SUBSTATION EARTHING SYSTEMS

    7.5.1EA RTH ING CO ND U CTO RFO RBU RRIA L: 75X10 m m G I Flat for l ayi ng (spacing

    maximum5mbothway )MTRS 700 700 1400 0.00 0.00 0.00 0.00 0.00

    7.5.2EARTHINGCONDUCTOR:50X6 mm GI Flat for Raiserfrom t heburia l earth m at t o

    equipment,structure etc)MTRS 450 450 900 0.00 0.00 0.00 0.00 0.00

    7.5.3EA RTH ING D EVICE & A SSO CIA TED A CCESSO RIES (50 m m heavy duty G I

    PERFORATEDPIPE 3 mtrslong for treated earth pit) MTRS 25 25 50 0.00 0.00 0.00 0.00 0.00

    7.5.4EARTHINGDEVICE & ASSOCIATEDACCESSORIES 40mm MSrod 3 mtrslongfor non

    treatedearth pit)MTRS 25 25 50 0.00 0.00 0.00 0.00 0.00

    7.5.5

    G.ICable Traysincludingsupport GIangle suitablefor differentsections i.e.Section:1-1,2-2,3-

    3 & 4-4 alongwith itsaccessories in complete shape asper TS.

    '7.5.5.1 section 1-1 MTRS 80 80 160 0.00 0.00 0.00 0.00 0.00

    '7.5.5.2 Section2-2 MTRS 70 70 140 0.00 0.00 0.00 0.00 0.00

    '7.5.5.3 Section 3-3 MTRS 50 50 100 0.00 0.00 0.00 0.00 0.00

    '7.5.5.4 section 4-4 MTRS 2 2 4 0.00 0.00 0.00 0.00 0.00

    7.6SUB STATIONSWITCHYARDBMK,AC CONSOLE & OTHER MARSHALLINGBOXES

    7.6.1 BAYMARSHALLINGKIOSK(01 No 132 kv bay ) NOS 1 1 2 0.00 0.00 0.00 0.00 0.00

    7.6.3 CT&CVTOutDoorConsole Boxes NOS 2 2 4 0.00 0.00 0.00 0.00 0.00

    8 SWITCH YARD STRUCTURES (LATTICE TYPE) FOR 220/132/33 KV CLASS

    INCLUDING FOUNDATIONBOLTS& NUTS.

    8.1 DIFFERENTTYPESOFCOLUMNS WITH DETAILS

    8.1.1 T1S- 132 KV(NOMINAL UNIT WT- 1.2 MT) NOS 2 2 4

    8.1.2 T4S- 132KV (NOMINAL UNIT WT-0.95 MT) NOS 1 1 2

    8.2 DIFFERENTTYPEOFBEAMS WITH DETAILS

    8.2.1 G1 - 132 KV(NOMINAL UNIT WT-0.62 MT) NOS 2 2 4

    8.2.2 G2 - 132 KV(NOMINAL UNIT WT-0.91 MT) NOS 2 2 4

    8.3 TOTAL WEIGHTOFCOLUMN& BEAM MT 6.41 6.41 12.82 0.00 0.00 0.00 0.00 0.00

    8.4 SUPPORT STRUCTURES ( LATTI CE/ PI PETYPE) FOR ALL 132 KV & 33KV

    EQUIPMENTS

    8.4.1 ISOLATORS-132KV SET 2 2 4

    8.4.3 CTS-132 KV SET 3 3 6

    8.4.5 CVTS-132 KV SET 3 3 6

    8.4.8 Surge Arrester-132 kV SET 3 3 68.4.9 Wave Trap-132 KV SET 2 2 4

    8.4.10 BPI-132 KV SET 2 2 4

    8.5 TOTAL WEIGHTOF EQUIPMENTSTRUCTURE MT 5.382 5.382 10.764 0.00 0.00 0.00 0.00 0.00

    8.6 Total weightof GINutsand boltsfor the above structures MT 1 1 2 0.00 0.00 0.00 0.00 0.00

    9 GENERAL E UIPMENT&SUBSTATIONACCESSORIES

    9.1 POWERCABLES,1.1KV,PVC/XLPE,ARMOURED,ALUMINIUMCONDUCTOR (As

    erS ecification)

    9.1.3 PVC 3.5 CX35mm2 MTRS 250 250 500 0.00 0.00 0.00 0.00 0.00

    9.1.4 PVC 4 CX6 mm2 MTRS 250 250 500 0.00 0.00 0.00 0.00 0.00

    9.1.5 PVC 2CX6mm2 MTRS 200 200 400 0.00 0.00 0.00 0.00 0.00

    9.2 CONTROL CABLES,1.1KV, PVC,STRANDEDCOPPER(Asperspecification)

    9.2.1 2 CX2.5 mm2 MTRS 500 500 1000 0.00 0.00 0.00 0.00 0.00

    9.2.2 4 CX2.5 mm2 MTRS 2500 2500 5000 0.00 0.00 0.00 0.00 0.00

    9.2.3 5 CX2.5 mm2 MTRS 500 500 1000 0.00 0.00 0.00 0.00 0.00

    9.2.4 7CX2.5 mm2 MTRS 500 500 1000 0.00 0.00 0.00 0.00 0.00

    9.2.5 10 CX2.5mm2 MTRS 1000 1000 2000 0.00 0.00 0.00 0.00 0.00

    9.2.6 12 CX2.5mm2 MTRS 1000 1000 2000 0.00 0.00 0.00 0.00 0.00

    10 ACCESSORIESFOR PLCCSYSTEM AS PERTECHNICAL SPECIFICATION

    10.1

    132kV LineTrap forPedestalmountingwith complete accessories:1200A, 0.5mH, (90-

    500kHZ),Isc=31.5kAcompatible to IEC 353 specifications NOS 2 2 4 0.00 0.00 0.00 0.00 0.00

    10.2 LINE MATCHINGUNIT & LINE MATCHINGDISTRIBUTION UNIT SET 1 1 2 0.00 0.00 0.00 0.00 0.00

    10.3

    12.5mmOD armouredCo-axialCable;Impedance:75ohms, InsulationResistance:100Meg

    OhmsDielectric strength:5 kV, Signalattenuation:6dB/KM (Max)at 500 kHzMTRS 500 500 1000 0.00 0.00 0.00 0.00 0.00

    10.4 4 PAIR NONARMOUREDTELEPHONE CABLES MTRS 100 100 200 0.00 0.00 0.00 0.00 0.00

    10.5 2 WIRE TELEPHONE SET NO 4 4 8 0.00 0.00 0.00 0.00 0.00

    11SUBSTATIONLIGHTING(ASPER SPECIFICATIONANDAPPROVEDDRAWINGS

    )(Switchyard andother streetarea)

    11.1

    SUB-STATIONSWITCHYARD LIGHTING ,150Wat t F lood l igh t ing, IT INCLUDES

    SUPPLYOF FIXTURES& LAMPS(LED )of reputed make (Philips/CGL/Bajaj) with

    sw i tchgear ,G ICondui te tc. ( L ight ing f ix turesare tobef ixedr ig id lyon theColumnat a

    suitable height so that the required lux can be maintained).NOS 6 6 12 0.00 0.00 0.00 0.00 0.00

    12 PROTECTION,CONTROL METERING, EVENT LOGGER,BUS BAR PROTN

    PAN,COMM PAN, RELAYTOOL KITSAS PER TECH SPEC12.1 132 KVSIDE

    12.1.1 FEEDER CONTROL & RELAYPANEL(Duplextype) NOS 1 1 2 0.00 0.00 0.00 0.00 0.00

    13 AC&DC SYSTEM

    13.1 ACSYSTEM

    13.1.1 INDOOR RECEPTACLE BOARD SET 1 1 2 0.00 0.00 0.00 0.00 0.00

    14 BESTQUALITY&APPROVEDMAKE RUBBERMATTO BEKEPTINFRONTOFALL

    , .

    Nos. 2 2 4 0.00 0.00 0.00 0.00 0.00

    TOTAL OFSUBSTATION-2A(PART-I) 0.00

    SUPPLY_ TRANSMISSIONLINEEQUIPMENT/MATERIALS

    S.No. SUPPLY OF FOLLOWING EQUIPMENTS

    (Asper Technical Specification)

    UNITS TOTAL

    QUANTITY for

    constructionof

    132KVSC

    Transmission

    line onDC tower

    from

    132/33kVKesing

    aGri dS /s to

    proposed

    132/33kV

    JunagarhGrid

    S/s

    (APPROX.LENG

    TH52.794kms.)

    Unit Ex-WorksPrice

    ININR

    TotalEx-Works Price

    ININR

    Unit F&ICharges

    ININR

    TotalF&I Charges

    ININR

    Mode ofTransaction

    (Direct orBought-out

    item)

    Unit Exciseduty

    ININR

    Unit VAT

    ININR

    Unit CST

    inINR

    Any other taxININR

    TotalTaxes andduties

    ININR

    Unit FORD Price

    ININR

    TOTALFORDPrice

    ININR

    1 2 3 4 5 6=5X4 7 8=7X4 9 10 11 12 13 14=4X(10+11+12+13) 15=5+7+10+11+12+13 16=4X15

    1

    SUPPLYof Fol lowingtypetestedLatticetypeGalvanizedsteeltangent/ Angletower

    withstubsandcleats,differenttypeof G.IHTNuts& Bolts,washer,springwasherfor

    the towers,hangerandal l accessories,towersuperstructurecompleteincludingstep

    bolts.Supply ofblackbituminouspaintforthreecoatsup toa heightof 500mmabove

    the cooping(legs & bracing members).Al l Supply should confirm to theTechnical

    Specification.

    .

    1.1 PATYPE (SUSPENSION)TO WERS (Nominalunit weight 3.430MT ) Nos. 147

    1.1.1 +3EXTENSION (Nominalunit weight 0.537MT) Nos. 19

    1.1.2 +6EXTENSION (Nominalunit weight 1.349MT) Nos. 10

    1.2 PBTYPE (30degANGLE )TO WERS (Nominalunit weight 4.973MT) Nos. 26

    1.2.1 .+3 EXTENSION(Nominalunit weight 1.018MT) Nos. 3

    1.3 PCTYPE (60deg ANGLE )T OWERS (Nominalunit weight 6.214MT) Nos. 12

    1.3.1 .+3 EXTENSION(Nominalunit weight 1.119MT) Nos. 1

    1.3.2 +6EXTENSION (Nominalunit weight 2.342MT) Nos. 1

    1.4 URTYPE TOWERS (Nominalunit weight 13.585MT) Nos. 4

    1.4.1 +6EXTENSION (Nominalunit weight 4.249MT) Nos. 4

    1.5 TEMPLATES

    1.5.1 PA(Nominalunit weight 0.665MT) Nos. 15

    1.5.2 PB(Nominalunitweight0.602MT) Nos. 3

    1.5.3 PC(Nominalunitweight0.904MT) Nos. 2

    1.5.4 UR(Nominalunitweight1.509MT) Nos. 1

    1.6WEIGHT OFTHE STRUCTURES(includingTowerstubs,Templates& Foundation

    Nut andBolts)MT 947.47 0.00 0.00 0.00 0.00 0.00

    1.7 Weightof different type G.INuts and Bolts MT 42.00 0.00 0.00 0.00 0.00 0.00

    2.0

    Supplyof thefollowingtoweraccessoriesasper technicalspecificationandas

    directed by the engineerin charge.

    2.1 EARTHING DEVICE Nos. 195 0.00 0.00 0.00 0.00 0.00

    2.2 DANGERBOARD Nos. 195 0.00 0.00 0.00 0.00 0.00

    2.3 NUMBER PLATE Nos. 195 0.00 0.00 0.00 0.00 0.00

    2.4 PHASE PLATE Nos. 585 0.00 0.00 0.00 0.00 0.00

    2.5 BIRDGUARD Nos. 585 0.00 0.00 0.00 0.00 0.00

    2.6 ANTICLIMBING DEVICE Nos. 195 0.00 0.00 0.00 0.00 0.00

    2.7 CIRCUIT PLATE Nos. 195 0.00 0.00 0.00 0.00 0.00

    3.0

    Supplyof followingPOWERCONDUCTORS inthe proposed132kV lines with

    provisionfor sagandwastageasper thetechnicalspecificationandasperthe

    instructionofthe engineerincharge.

    3.1 ACSRPanther (30/7/3.0mm) Kms. 160.76 0.00 0.00 0.00 0.00 0.00

    4.0 POWERCONDUCTOR ACESSORIES4.1 For ACSRPANTHER

    4.1.1 VIBRATIONDAMPER Nos. 1170 0.00 0.00 0.00 0.00 0.00

    4.1.2 MIDSPANJOINT Nos. 160 0.00 0.00 0.00 0.00 0.00

    4.1.3 Repair Sleeve Nos. 160 0.00 0.00 0.00 0.00 0.00

    5.0

    S up pl y o f t he G I e ar t h w i r e o f s i ze 7 / 3. 15 m m a s p e r t he t e ch ni ca l

    sp ec if ica tio n, with p ro v isio n fo rS ag & Wastage an d asp erth e d irec tion o f

    Engineeri n charge.

    Kms. 54.19 0.00 0.00 0.00 0.00 0.00

    6.0 EARTHCONDUCTORACESSORIES6.1 VIBRATIONDAMPER Nos. 390 0.00 0.00 0.00 0.00 0.00

    6.2 FLEXIBLE EARTHBOND Nos. 96 0.00 0.00 0.00 0.00 0.00

    6.3 SUSPENSIONCLAMP Nos. 147 0.00 0.00 0.00 0.00 0.00

    6.4 TENSION CLAMP Nos. 96 0.00 0.00 0.00 0.00 0.00

    6.5 MIDSPANJOINT Nos. 54 0.00 0.00 0.00 0.00 0.00

    6.6 Repair Sleeve Nos. 54 0.00 0.00 0.00 0.00 0.00

    7.0S u pp lyo f th e fo llo win g A n ti fo g typ ed isc in su la torsas p erth e techn ica l

    s ecification and as erthe instruction ofthe En ineerin char e.7.1 90KNInsulator Nos. 4170 0.00 0.00 0.00 0.00 0.00

    7.2 120KNInsulator Nos. 6805 0.00 0.00 0.00 0.00 0.00

    8.0S u pp ly o f th e fo llo win g h ard ware fit tin gs su itable fo r A C SR P anth er

    conductorsas erthe technicals ecification.

    8.1 For ACSRPANTHER8.1.1 Singlesuspension Hardwares fittings.(AGStype) suitablefor 90KN insulator. Nos. 441 0.00 0.00 0.00 0.00 0.00

    8.1.2 Double suspension Hardwares fittings.(AGS type) suitablefor 90KN insulator. Nos. 0 0.00 0.00 0.00 0.00 0.00

    8.1.3 Sinle tensionHardwaresfi ttins suitablefor120KNinsulator. Nos. 252 0.00 0.00 0.00 0.00 0.00

    8.1.4 Double tensionHard wares fittin s suitable for 120 KN insulator. Nos. 36 0.00 0.00 0.00 0.00 0.00

    8.1.5 D Shackle Nos. 126 0.00 0.00 0.00 0.00 0.00

    8.1.6 Hanger Nos. 441 0.00 0.00 0.00 0.00 0.00

    TOTAL (Part-II)-2A-LINE 0.00

    TOTAL OF SUPPLY PRICE_SCHEDULE 2A 0.00

    Note:

    1

    2

    3

    45

    PACKAGE 67(III)/2014-15

    ODISHAPOWER TRANSMISSION CORPORATION LIMITED

    Name ofthe Work:-Construction of132KV SC Line on DC towerfrom 132/33 KV, Kesinga Grid S/sto 132/33 KV, JunagarhGrid S/swith 132KVfeeder bayextension at both S/sends. (App. Line Length:52.794Kms.)

    NOTICE INVITINGTENDER-NIT NO. 67/2014-15

    BIDDOCUMENT No.:Sr. G.M-CPC- TENDER-PACKAGE- 67(III)/2014-15

    PART-ISCHEDULE-2A(FOR SUBSTATION)(Equipment/MaterialsSupply Price Break-up ofEx-works Pricesagainst PACKAGE:67(III)/2014-15

    Bidder should quoted F&Iincludingservice tax, noservice taxshall be paid/rei mbursed onthis account.

    NAMEOFTHEBIDDER

    Before fillingup rate/amountetc. inthe schedules bidders are requestedtoread carefullythe instructiongivenin Vol-Iof BiddingDocument.

    Bidders are required to fill up amountinall columnexceptshaded portion.

    Bidders are requested to notleave anycolumnblank. Ifany columnis leftblank itshall be consideredthat amountagainstthose items are included inanyother itemand the total amountfor thatitemshall be calculated as free ofcost (Zero value).

    Inmode oftransactioncolumnplease i ndicate Direct/Bought-Out. For Taxes &Duties onDirect/Bought-outitems refclause 6.0 ofSCC (Vol-IA)

  • 7/25/2019 PRICEBIDPkg67KESINGAJUNAGARHLINE

    2/6

    ERECTION _ SUBSTATION EQUIPMENTS / MATERIALS

    SlNo ERECTION,TESTING & COMMISSIONING INCLUDING CIVIL WORKS OF FOLLOWING EQUIPMENTS ALONG WITH

    CIVIL WORKS (As per TechnicalSpecification)

    UNITS Quantityfor: construction

    of 1no. 132kV feeder bay

    Extn. at132/33kV Kesinga

    SS

    Quantityfor:

    Construction of

    1no.132Kv Fdr. Bay

    Extn. at132/33KV Sub-Station atJunagarh SS

    TotalQuantity UnitErection Rate

    ININR

    TotalErection Price

    ININR

    1 2 3 4 5 6 7 8=6X7

    PART A ELECTRICAL WORKS

    1.0 ERECTION OF SUPERSTRUCTURE :

    1.1 Supply of labour,T&P andother necessary arrangements for erectionof Columns,Beams,Equipments supportingstructures &

    Nuts andBolts MT 14 14 28 0.00

    2.0 ERECTION OF EQUIPMENTS

    2.1 Supply of all labour ,T&Pand Transportation fromthe site store,erectionsas perspecification and testing

    commissioning etc as per th e instruction of the Engineer-in-charge.

    2.1.1 145 KV,(Different Ratio),31.5KA,4CORE SINGLE PHASE CURRENT TRANSFORMER NOS 3 3 6 0.00

    2.1.2 145 KV,1200A,31.5KA,ISOLATORS

    '2.1.2.1 S/I WITH OUT EARTH SWITCH NOS 1 1 2 0.00

    '2.1.2.2 D/I WITH SINGLE EARTH SWITCH NOS 1 1 2 0.00

    '2.1.3 145 KV,4400pF,3CORE,SINGLE PHASE CAPACITOR VOLTAGE TRANSFORMER NOS 3 3 6 0.00

    '2.1.4 120 KV METAL OXIDE SURGE ARRESTOR, 10 KA, Class III NOS 3 3 6 0.00

    '2.1.5 132 KV Bus Post Insulators NOS 2 2 4 0.00

    '2.1.6 145KV,3150A,40KA,SF6,CIRCUIT BREAKER WITH SUPPORTING STRUCTURE NOS 1 1 2 0.00

    3.0 BUS-BAR STRINGING

    3.1 Supplyof labour,T&Pand other necessaryarrangementsfor stringing ofbus barconductors,hoistingof singleor double

    insulator strings,Single or DoubleHard-waresFittings,Clamp & connectors, as perrequirements,Jumpers,connectionsto

    Equipments,testing,commissioning etc. as per the instruction of Engineer-incharge.

    3.1.1 Single conductor Mtr. 350 350 700 0.00

    3.1.2 Twin Conductor Mtr. 150 150 300 0.00

    4.0 SUB-STATION EARTH-MAT

    4.1

    Substationearth-mat Design, engineering, supplyinclusiveof corrosionprotectionmeasures if any,laying of earth-mat

    conductors of Hotdipgalvanizedflatsof size75X10mmtothe approvalof ProjectManager,excavation,welding/jointing

    ,applicationoftwo coats ofbituminous Paint,wrappingofHT Tapeetcof groundconductorsalongwithrisers(of size50X6

    mmGI flats)etc backfillingandgoodcompaction,groundingdriven rods(40mmMS solidrod),perforatedGIpipesfor treated

    earthpits(withdetailsof treatment asper IS).The spacingbetweenthe earthconductornot morethan 5mtrs(bothway) and

    tobe buriedatdepthof 700mmfromthefinishedgroundlevel.For provisionof treatedearth-pitanduntreatedearth pit,refer

    thespecificationfor designing.Provisionof watertaps insidethe switchyardareas andperipheraltreatedandun-treated

    earthpitare requiredtobeprovidedforwateringthetreatedearthpits.Theno.oftreatedanduntreatedearthpitsareto be

    done as perthe practiceand as indicatedin thedrawingfor different equipments.This isas perapproveddrawingand

    specification.

    4.1.1 75x10 MM GI FLAT MTRS 700 700 1400 0.00

    4.1.2 50x6 MM GI FLAT MTRS 450 450 900 0.00

    4.1.3 40 MM MS ROD FOR NON-TREATED EARTH PIT ELECTORDE NOS 25 25 50 0.00

    4.1.4 50MM GI PIPE FOR TREATED EARTH PIT ELECT RORDE WITH CHAMBER AND COVER NOS 25 25 50 0.00

    4.1.5 Fixing G.I Cable Trays includingfixing of Link- plate & withsupply of alllabour and T & P etc. suitable for different sections i.e.

    Section:1-1,2-2,3-3 & 4-4 alongwithits accessories as per TS.

    '4.1.5.1 Section1-1 Mtrs 80 80 160 0.00

    '4.1.5.2 Section2- 2 Mtrs 70 70 140 0.00

    '4.1.5.3 Section3-3 Mtrs 50 50 100 0.00

    '4.1.5.4 Section4-4 Mtrs 2 2 4 0.00

    5.0 Layingof Power andControlCable includingfixingof cable withterminalconnections bothat equipments andcontrol panels

    withs upply of andfixing of lugs,Ferrules,clamps,connectors,glands,f ixingof cable trays, includingsupply of N&B,Link

    plates,Cable Markers,PVC pipes Bends,Plaster of Paris, M-Sealcompounds etc for sealingpurpose and allnecessary

    arrangements,layingof EarthingFlats,earthing,layingof Cable trenchslabs and chequeredplate etc for the cable

    trenchCable scheduledandcable dia ramto be re aredb the contractor

    5.1 POWER CABLES,1.1KV,XLPE,ARMOURED, ALUMINIUM CONDUCTOR (As per Specification)

    5.1.5 PVC 3.5 CX35 mm2

    MTRS 250 250 500 0.00

    5.1.7 PVC 4 CX 6 mm2 MTRS 250 250 500 0.00

    5.1.8 PVC 2CX 6 mm2 MTRS 200 200 400 0.00

    5.2 CONTROL CABLES, 1.1 KV, PVC, STRANDED COPPER(As per specification)

    5.2.1 2 CX 2.5 mm2 MTRS 500 500 1000 0.00

    5.2.2 4 CX 2.5 mm2 MTRS 2500 2500 5000 0.00

    5.2.3 5 CX 2.5 mm2 MTRS 500 500 1000 0.00

    5.2.4 7CX 2.5 mm2 MTRS 500 500 1000 0.00

    5.2.5 10 CX 2.5 mm2 MTRS 1000 1000 2000 0.00

    5.2.6 12 CX 2.5 mm2 MTRS 1000 1000 2000 0.00

    6.0 ACCESSORIES FOR PLCC SYSTEM AS PER TECHNICAL SPECIFICATION)

    '6.1132kV LineTrap forPedestalmountingwith complete accessories:800A,0.5 mH,(90-500kHZ),Isc=31.5kAcompatibleto

    IEC 353 specificationsNOS 2 2 4 0.00

    '6.2LINEMATCHINGUNIT HAVINGBUILT-IN PROTECTIVEDEVICESLIKEDRAINAGECOIL,SURGEARRESTOR AND

    EARTH SWITCH. TUNABLEBAND PASSCOUPLINGFILTER:90-500KHZ.HF POWERRATING:650 W & LINE

    MATCHING DISTRIBUTION UNIT

    SET 1 1 2 0.00

    '6.3 12.5mm OD armouredCo-axialCable; Impedance:75 ohms,Insulation Resistance: 100Meg OhmsDielectricstrength:5

    kV, Signalatte nuation: 6 dB/KM (Max) at 500 kHzMTRS 500 500 1000 0.00

    '6.4 4 PAIR NON ARMOURED TELEPHONE CABLES MTRS 100 100 200 0.00

    '6.52 WIRE TELEPHONE SET

    NO 4 4 8 0.00

    7 SUB STATION SWITCYARD BMK,AC CONSOLE & OTHER MARSHALLING BOXES 0.00

    7.1 BAYMARSHALLING KIOSK NOS 1 1 2 0.00

    7.2 CT & CVT Out Door Console Boxes NOS 2 2 4 0.00

    8 SUB STATION LIGHTING(AS PER SPECIFICATION AND APPROVED DRAWINGS)

    8.1

    Switch yard lighting: Design, engineering, procurement of labour, materialincluding alla ssociated works for construction

    of switchyard lightings as per technicalspecificationandapproveddrawings. The fixture shallbe of reputedmake

    (Philips/CGL/Bajaj) and fixtures shallbe 150Watt Floodlight lamps(LED) and proper cablingfromthe lightingoutdoor

    distributionboards to the junctionboxes and fromjunctionboxes to the fixtures. The lightingfixtures are to be installedonthe

    switchyardstructures. The quantity of such fixtures are to be designedandto be ascertained.

    NOS 6 6 12 0.00

    9

    PROTECTION,CONTROL METERING,EVENT LOGGER,BUS BAR PROTN PAN,COMM PAN,RELAY TOOL KITS AS

    PER TECH SPEC AND BOQ FOR PCM (ANNEXURE-II-E-BOQ-PCM)

    9.1 132 KV SIDE9.1.1 FEEDER CONTROL & RELAYPANEL( Duplex type) NOS 1 1 2 0.00

    10 AC & DC SYSTEM10.1 AC SYSTEM

    10.1.1 INDOOR RECEPTACLE BOARD SET 1 1 2 0.00

    11.0

    COLOUR CODING, BAY MARKING Etc :Design, engineering, procurement of labour, material includingall associated

    works for the followings. This shouldbe as per directionof site In charge. a)Color coding(red,Yellow& Blue) for

    equipments,Bus gantry &columnof entire switch yard. Goodquality weather proof sticker may be used for identification.

    b)Eachbay shouldbe identifiedwiththe helpof bay marker signboard, suitably grouted. MS signboard withstandto be

    installed. Proper paintingandletteringto be done of the entire switchyardarea.

    SET 1 1 2 0.00

    12

    ERECTION OF PLCC EQUIPMENT SUPPLIED BYOWNER INCLUDING DISMANTLING FROM EXISTING

    SUBSTATION ( AS PER THE DETAILS SLD GIVEN IN TS) AND TRANSPORTATION AS REQUIRED SET 1 1 2 0.00

    13.0BEST QUALITY & APPROVED MAKE RUBBER MAT TO BE KEPT INFRONT OF ALL PANELS,BOARDS ETC.(Size

    1000mmx 3000mmx 12mm) NOS 2 2 4 0.00

    TOTAL OF ELECTRICAL WORKS (A) 0.00

    PART B CIVIL WORKS

    14 CONTOUR SURVEY,AND LEVELING, BACK FILLING14.1 Contour surve andfurnishin contour ma includin su l of allmaterials Labour andT&P SQ.MTRS. 600 600 1200 0.00

    14.2

    Soilinvestigation: Supply of labour,T&Pandother necessary arrangements for Soilinvestigation/testingof the

    Switchyard,control Room, Quarters area etc.as per the site requirement,Technicalspeci fication & instruction of Engineer-in-

    Charge. PER POINT 1 1 2 0.00

    15Cutting, Filling and Levelingof Sub-stationarea includingsupply of labour andT&P

    15.1

    LEVELLING OF S/SAREA:Providing, neatlydressing upand levellingof substationarea includingswitchyardarea toa

    requiredlevelas decidedbythe Engineer inCharge, thework includes removal,clearing of theentire area fromvegetation,

    trees, bushes,uprootingof plantsand disposalof surplusearthand unusable materialfromthe siteby means of any

    mechanicaltransport,if requiredas perdirectionof theProjectIn charge,withall labours,tools,tacklesand plantscomplete

    asper approveddrawingand specification.This alsoincludesexcavationinalltype ofsoils orrocks, backfillinganddisposal

    of excess earthor rocks tomake thearea toa levelfor constructionas perscope andas perapproved drawingand

    specification.

    15.1.1 CUTTING of substationarea15.1.2 Soft/loose soil CUM 300 300 600 0.00

    15.2FILLING of substationarea withborrowedearthwith supply of alllabour,T & P.

    15.2.1 Beyond 100mtr lead CUM 100 100 200 0.00

    16 Anti-Weed Treatment

    16.1

    Supplyof labour,T&P,Chemicalsandother necessaryarrangementsfor anti-weedtreat ofthe switch-yardareas,controlroom

    etc. as per the instructiono f Engineer-in-Charge. Sq.Mtrs 450 450 900 0.00

    17

    Excavationfor OPENCAST foundationand backfilling ofcolumns,Equipmentsfoundations,including supplyof

    all labours,T&P,and materials and as per the direction of the Engineer-in-Charge.

    '17.1 Soft Soil/Loose Soil. CUM 200 200 400 0.00

    '17.2 HardSoil. CUM 150 130 280 0.00

    '17.3 Soft/DisintegratedRock( not RequiringBlasting) CUM 100 100 200 0.00

    '17.4 HardRock (RequiringBlasting/UsingRock Breaker Machinery) CUM 30 50 80 0.00

    18 OPEN CAST/SHALLOW FOUNDATION CONCRETE WORKS

    PACKAGE 67(III)/2014-15

    ODISHA POWER TRANSMISSION CORPORATION LIMITED

    Nameof the Work:-Construction of 132KVSC Lineon DC tower from 132/33KV, Kesinga Grid S/s to 132/33KV, Junagarh Grid

    S/s with 132KVfeeder bay extension atboth S/s ends.(App. LineLength: 52.794Kms.)

    NOTICEINVITING TENDER-NITNO. 67/2014-15

    BID DOCUMENTNo.:Sr. G.M- CPC- TENDER- PACKAGE- 67(III)/2014-15

    SCHEDULE-2C (Erection of Equipment/Materials Price Break-up against PACKAGE: 67(III)/2014-15

    NAME OF THE BIDDER

  • 7/25/2019 PRICEBIDPkg67KESINGAJUNAGARHLINE

    3/6

    18.1

    Foundations: Design,engineering, supplyof alllabour, material andconstruction(open castfoundation) of PCC,RCC

    footingsof anydepth, pedestal includingthe costof soilinvestigation, concreting, cement, reinforcement steel FE-500,

    shuttering, grouting, underpinningand backfilling of foundationsetc complete for the switchyardgantry/ portal /column

    structuresandequipmentsupport as perthe technical specificationand approveddrawings& disposal of excessearth as

    per the directionof Engineer Incharge.18.1.1 PCC(1:3:6) CUM 16 16 32 0.00

    18.1.2 (RCC) MIX 1:1.5:3 (of grade M20) CUM 85 85 170 0.00

    19

    Design,engineering,and constructionof RCC(1:1.5:3)cable trenchesandall associatedworksfor cabletrenchcrossings

    tothe required depths,precastRCC covers(1:1.5:3),water stops,brickworkwithplasteringwhereverrequiredincludingthe

    supplyof labour,material,cement,reinforcementsteel,formwork,steelangles(G.I),flats(G.I) andprovidingPCC(1:3:6) below

    cabletrenchesas pertechnicalspecifications andapproveddrawings andas perdirectionof theProjectManager.This also

    includes excavationin alltypes ofsoilor rocks,backfilling,anddisposalof excessearthas perthedirectionof EngineerIn

    charge.Thecabletray supportframe shallbepre fabricatedGIangleas perrequirementandto beweldedwiththe platefixed

    onthetrenchwallfor betterrigidity.Theplate(6mm)fixedonthewallarealsotobe weldedwiththeMS rodsprovidedforthe

    trenchwallbefore concreting.

    *CABLE TRENCHES INSIDE THE CONTROL ROOM SHALL BE COVERED WITH M.S CHEQUERED PLATE

    INCLUDING STANDARD SUPORT.

    19.1 Cable trenchwithcovers

    19.1.1 Section1-1 Mtrs 25 25 50 0.00

    19.1.2 Section 2- 2 Mtrs 20 20 40 0.00

    19.1.3 Section3-3 Mtrs 20 20 40 0.00

    19.1.4 Section4-4 Mtrs 20 20 40 0.00

    19.2Cabletrenchcrossing:Design,engineering,constructionincludingsupplyof labour,materials,cement,reinforcementsteel,

    formbox etc,andall associated works for constructionof trench crossingas pertechnicalspecification andapproved

    drawing.19.2.1 Section2- 2 Nos 1 1 2 0.00

    19.2.2 Section3-3 Nos 1 1 2 0.00

    20

    PCCbeforesite surfacing:Providing andsupplyingall labour,material,equipments etc. requiredfor properlevellingof

    earthafter erectionof structuresandequipmentsandproper compactionbyusingr ollerof adequatecapacity(minimum3Ton

    capacity) withwatersprinklingof switchyardarea .Afterproper levellingof theswitchyard area(after anti-weedtreatment),

    spreading of plaincementconcert withmixingratio 1:4:8(M10) andmaintainingproper slopingfor easydischargeof storm

    waterhavingconcrete thickness of 75 mm.including rolling , dressing, compacting,the area . As pertechnicalspecification

    andapproveddrawing,and as perthe instruction of theEngg-in-Charge.Thisalso includesexcavationin alltypesof soilor

    rocks,backfilling,anddisposalof excess earthas per the directionof Engineer In charge andapproveddrawing.

    CUM 30 30 60 0.00

    21 METAL SPREADING IN THE SWITCH-YARD

    21.1

    Providingsupplyingandlayingtwo layersof machine crushedmetals(gravel)fill,the firstlayer aftercompactionshallmake

    minimum50 mmthicknesscoarse/layer of 20 mmnominalsizeconsolidated/compactedand (byusingrolleras specifiedin

    thespecification).Afinallayer of 50mm thicknessof machine crushed20 mmnominalsizeof metals(gravel)above thefirst

    layer of 50 mmthicknessand as per the technical spec if icat ion and instruct ion of Engineer in charge abovethe

    PCC(1:4:8 ).The totalcompacted thickness of the metals(20 mmNominal) 100mmabove the PCC.

    CUM 35 35 70 0.00

    22

    Roads:Design,constructionof roadsand walkways/shoulderswithinsub-stationas perspecification,layoutand approved

    drawings complete.This alsoincludesexcavationin alltypes of soilor rocks,backfilling,anddisposalof excessearth as per

    the directionof Engineer Incharge. Provisionof drains on boththe side of the roads for easy discharge of rainwater.

    22.17 mtrs concreteroad with shoulder atboththe side asper technical specification indicatedin thecivilsection(fromthe

    switchyard main gate to allinternalroads of the switchyard).Shallhave drainon bothside of the road. MTRS 20 20 40 0.00

    23

    Switchyard fencing: Providing andfixingof G.I chain link(2.5mmdia) fencing( theposts andlinks shall be of HD

    Galvanised) inswitchyardandotherareasof thesubstationwitha totalfenceheightcompleteas perspecificationand

    approveddrawings,andas requiredunder thesafetyregulationof local,stateand centralgovernment bodiesandas per

    instructionof theEngineer-in-Charge.(ThePCC workforgroutingthe postshall be1:2:4and a continuousRR masonary

    workwithratio1:5 andcementpointingofthe joints,forthefencinguptoa heightof350mmfromthefinishedgroundlevel)

    .This also includesexcavationin alltypes ofsoil orrocks,backfilling,and disposal of excessearthas perthe directionof

    Engineer In charge. The earthingof the fencingas per specification.

    MTRS 55 55 110 0.00

    24

    Anyothercivilwork tobe includedin thescheduleby theBidderif requiredessentialfor successfulcompletionof project,

    includingsupplyof labour,material,cement reinforcement steel,formworketc.Bidder shallalsoquotetheunitrate forthe

    following items of works.(Rate shallbe inclusive of supply of labour, material, cement, reinforce ment steel, formwork etc. )

    24.1

    Excavation.Thisalso includesexcavationin alltypesof soilor rocks,backfilling,anddisposalof excess earthas perthe

    directionof Engineer Incharge. CUM 0 0 0 0.00

    24.2 PCC 1: 4 : 8 CUM 0 0 0 0.00

    24.3 PCC 1: 3 : 6 CUM 0 0 0 0.00

    24.4RCC M 15

    CUM 0 0 0 0.00

    24.5RCC M 20

    CUM 0 0 0 0.00

    24.6Brick masonry work inc ement sandmortar 1: 6 withbri cks of class designation 150KG/SQ.MTR.

    CUM 0 0 0 0.00

    24.7 12 mmthick plaster incement sand mortar ( 1: 6 ). SQ. MTRS. 0 0 0 0.00

    24.8Supply,Cutting,bending andf ixingof reinforcement. MT 0 0 0 0.00

    TOTAL OF CIVIL WORKS (B) 0.00

    GRAND TOTAL S/S BAY EXTN ( ELECTRICAL WORKS + CIVIL WORKS) (A+B) 0.00

    ERECTION_TRANSMISSION LINE EQUIPMENTS / MATERIALS

    S. No. DESCRIPTION OF ITEMS

    ERECTION,TESTING& COMMISSIONINGOF FOLLOWINGEQUIPMENTS ALONGWITHCIVIL WORKS (As per Technical

    Specification)

    UNITS

    TOTAL QUANTITY

    for constructionof

    132KV SC

    Transmissionline

    onDC tower from

    132/33kVKesinga

    GridS/s to

    /

    UnitErection Rate

    ININR

    TotalErection Price

    ININR

    1 2 3 4 5 6=4x5

    PARTA ELECTRICALWORKS

    1.0 ERECTION,TESTING& COMMISSIONING of testedLat ticetypeGalvanizedsteel tangent / Angletowersuperst ructures

    .1.1 PA TYPE (SUSPENSION ) TOWERS (Nominal unit weight 3.430 MT) Nos. 147

    1.1.1 +3 EXTENSION (Nominal unit weight 0.537 MT) Nos. 19

    1.1.2 +6 EXTENSION (Nominal unit weight 1.349 MT) Nos. 10

    1.2 PBTYPE (30 degANGLE ) TOWERS (Nominal unit weight 4.973 MT) Nos. 26

    1.2.1 .+3 EXTENSION (Nominal unit weight 1.018 MT) Nos. 3

    1.3 PC TYPE (60 deg ANGLE ) TOWERS (Nominalunit weight 6.214 MT) Nos. 12

    1.3.1 .+3 EXTENSION (Nominal unit weight 1.119MT) Nos. 1

    1.3.2 +6 EXTENSION (Nominal unit weight 2.342 MT) Nos. 1

    1.4 UR TYPE TOWERS (Nominal unit weight 13.585 MT) Nos. 4

    1.4.1 +6 EXTENSION (Nominal unit weight 4.249 MT) Nos. 4

    1.5 TEMPLATES1.5.1 PA (Nominalunit weight 0.665 MT) Nos. 15

    1.5.2 PB (Nominalunit weight 0.602 MT) Nos. 3

    1.5.3 PC (Nominalunit weight 0.904 MT) Nos. 2

    1.5.4 UR (Nominal unit weight 1.509 MT) Nos. 1

    1.4.4 WEIGHT OF THE STRUCTURES (includin Tower stubs & Foundation Nut and Bolts) MT 947.47 0.00

    1.4.5 Weight of different type G.I Nuts and Bolts MT 42.00 0.00

    2.0

    Hoisting and fixing of insulators with required accessories(power conductor accessories,Earth conductor

    accessories,Anti fog type insulators & hard warefi tt ings,tower accessories etc), paying out of conductor

    , jointing,stringing,sagging&Jumperingetc.ofpowerconductorwith G.I.Earthwirein theproposed l ines and

    withearthwirewithal l requiredaccessoriesincludingscaffoldingfor33 KV,11KV, LT, P&Tlines,roadsand

    usingown requiredT&Pandcompressionjointingmachines etc.withprovisionfor Sag& Wastageand asper

    the direction of En ineer in char e.2.1 SINGLECIRCUIT(ACSR/AAAC,THREEPOWERCONDCTOR& 1EARTHWIRE) RKM 52.794 0.00

    3.0 WELDING OF N &B

    3.1

    Supplyof al lmater ialsforcont inuouswelding ofbol ts& nuts (aroundthebol ts)up totop oftowerwi thoutcross arm,including

    weldingrods, weldinggeneratormachine(dieselengineoperator.),applicationof requiredzincrich paintsaround theweldingportion

    after welding(two coats),fuel,lubricants,T&P and labou rs and other arrangements etc.

    Nos. 125816 0.00

    4.0

    PTCCapproval,railwaycrossinghas to be obtained by submittingthe required documents to theconcerned departmentthrough

    OPTCL. Way-Leaveblockadechargesand anyother charges areto beborne bythe bidders. Thedocumentsfor PTCCclearance&

    Railwayclearance includingr equired drawings etch as to be submitted bythe contractor within 5mo nths of award of contract. Beyond

    theaboveperiod L.Das applicable& the amountshallbededucted as specified in the specification.

    SET 1 0.00

    Total ELECTRICAL Works (Part-A)-LINE-2C 0.00

    PARTB CIVILWORKS

    5.0SURVEYOF LINE& PREPARATION LANDSCHEDULE:Supplyof requiredT&Ps, Technicalpersonnels, labours for

    conducting

    5.1

    Preliminarysurvey,Detailsurveyand resurvey (requiredfor avoiding ROWproblem)including butnot limitedto taking of levels,

    profile plotting, tower spotting ,marking of towers locations at site including showing P&T line, power line, Railway line, river

    crossing,roadsand submissionof routemapand surveyreportetc.TheP&Tlinesand railwaylinesfor aminimumdistanceof8 kms

    on either sideof alignmentshallbeclearlyindicated.

    KM. 53 0.00

    5.2

    Preparationof landscheduleon revenue(ifrequired)mapsindicatingalignmentthereinduly authenticated byRevenue Inspector &

    Tahasildar,enumerationof treeswiththehelp ofForestofficerand otherprominentfeatures requiredfor alignmentof theproposed

    132KVline. Finalrouteto be plotted on 1:50000topo sheetfor approval.

    KM. 53 0.00

    5.3 Check surveyincluding supply of alllabour, T&P as per instruction of Engineer in Chargeand as per the approved profile. KM. 53 0.00

    5.4 SoilTesting in completeshape alongwith submission of report etc. up to thedepth of 15mtrs. Per Loc. 42 0.00

    5.5 SoilTesting in completeshape alongwith submission of report etc. upto thedepth of 45mtrs for River bed pile. Per Loc. 0 0.00

    6.0 EXCAVATION WORKS FOR OPEN CAST/SHALLOW TYPE FOUNDATIONS/CAPPING WORK FOR PILE

    FOUNDATION

    6.1Excavation inalltype soilandrocksand backfilling(backfillingshallbe donein layersof 500mmsprinklingof waterand

    compactionthereafteranddisposedofexcessquantityofexcavatedsoilatsuitableplaceafterbackfilling),including allT&P,

    labouras required.'6.1.1 Soft/Loosesoil CUM 4800 0.00

    '6.1.2 Wetsoil CUM 7250 0.00

    '6.1.3 PartialSubmerged soil CUM 20 0.00

    '6.1.4 Fullysubmerged soil CUM 15.58 0.00

    '6.1.5 Soft/Disintegrated rock(Not requiring Blasting) CUM 782.87 0.00

    '6.1.6 Hard Rock(Requirin Blastin /Usin breaker machiner ) CUM 365.55 0.00

    7.0 Fixing of of Templates &setting of stubs

    7.1 PAType Sets 147 0.00

    7.2 PBType Sets 26 0.00

    7.3 PCType Sets 12 0.00

    7.4 URType Sets 4 0.00

    8.0FOUNDATIONMATERIALS: Supplyof allmaterialslikecement,steel,allcoarse aggregates,fineaggregatesandmaking

    foundationsof therequiredabovementionedtypetowersas perthe directionlaiddownin thetechnicalspecificationandthe

    direction of the site- in char e8.1 PCC(Lean Concrete) in theratio 1:3:6(GradeM-10) CUM 254 0.00

    8.1.1

    (i) FOR OPENCASTFOUNDATION:Providing& laying ofRCC work ofrat io 1:1.5:3 (Grade M-20) withapprovedquality

    stonechipsof nominalsize 12mm to20mmin towerfoundationand coopinginclusive ofcostof mixing, supplyof formboxes

    Chimney& fixing,curing,testingof samplecementconcretecubes& costof allmaterialslikecement,reinforcementsteelFE-500etc.

    as per IS.456

    (ii)The coopingheightshallbe 350mmabovethe groundlevel.The surrounding areashallbe clearfrommaterials and damageof

    land i fanyshal lbe repai redbeforemeasurementandas perrequirement, including laboursand T&Pasper speci ficat ion inthe

    concrete ratio 1:1.5:3(Grade M-20.)

    CUM 2022 0.00

    8.2 PILEFOUNDATION (UNDER-REAMED )

    8.2.1

    Supplyofallmaterialslikecement,steel,allcoarseaggregates,fineaggregatesand makingUnder-reamed pilefoundations(afterpile

    boring as per required depth, basing on design by means of manual Auger or motor driven machinery etc. ) of the required above

    mentionedtype towers andas perrequirement, includingsupply of allequipments withlabours,proper curingof thefoundations

    andT&Pas perspecificationinthe concreteratio 1:1.5:3 (Grade M-20.)includingsupplyof Bentoniterequiredfor stabilizationbore

    of required diameter boreholes applicable for under ream piles up-to thed epth of 20Mtrs.

    375MMDIA MTR 0 0.00

    8.2.1.1 500MMDIA MTR 0 0.00

    8.3 CAPPING,PEDESTAL&TIE-BEAM CONCRETEWORKS OF UNDER-REAMED PILE

    8.3.1

    Pileriser(ifrequired),capping,tie beamsetc,requiredforstub settingincludingsupplyofrods-FE-500,cement,differentgradientfor

    concrete ratio1:1.5:3 (Grade M-20.) includingcuringminimumfor 15days continuouswith excavationin alltypeof soilsand back

    fillingetc.

    CUM 0 0.00

    8.4 PILEFOUNDATION (RIVER BED PILE BORING BYDMC METHOD )

    8.4.1

    Supplyof allmaterialslike cement, steel, allcoarseaggregates,fine aggregatesand applying DMC Methodpile foundations (after

    pile boring as per required depth, basing on design by means of machinery and high power pumps etc.u sed for DMCmethod piling)

    of therequiredabovement ionedtypetowers andas perrequirement, includingsupplyof al lequipmentsshoring & shuttering

    materials,dewateringwithlabours,propercuring ofthe foundationsand T&Pasper specificationin theconcreteratio 1:1.5:3(Grade

    M-20.)includingsupplyof Bentoniterequiredfor stabilizationbore ofrequireddiameter boreholes applicablefor pilesbeyond20

    Mtrs.

    8.4.1.1 1000MMDIA MTR 0 0.00

    8.5 PILERISER,CAPPING,PEDESTAL& TIE-BEAM CONCRETEWORKS OF RIVER-BED PILE.

    8.5.1 PCC(Lean Concrete) in theratio 1:3:6(GradeM-10) CUM 0 0.00

  • 7/25/2019 PRICEBIDPkg67KESINGAJUNAGARHLINE

    4/6

    8.5.2

    Pileriser(ifrequired),capping,tiebeamsetc,requiredfor stubsettingincludingsupplyof rods-FE-500, cement,differentgradientfor

    concrete ratio1:1.5:3 (Grade M-20.) includingcuringminimumfor 15days continuouswith excavationin alltypeof soilsand back

    fillingetc.

    CUM 0 0.00

    8.6 DE-WATERING(FOR OPEN CASTLOCATION)

    8.6.1 (ii) With Supplyof allT&P, Fuel, Lubricant & electricityon HP Hour basis. HP Hour 0 0.00

    8.7 Supplyof borrowed earth/morrumfor backfilling forfoundation/revertment works

    8.7.1 (iiibeyond 100 mtr lead CUM 0 0.00

    8.8SHORING &SHUTTERING-Required in wet/submerged orspecial locations of open cast/shallow type foundations with

    supplyof all materials,T&P and Labour.SQ.MTR. 0 0.00

    8.9

    Head-Loading of all typesof foundation-materials,towers,structures, conductors,Insulators,Hard-wares& Emergency Restoration

    System towers required for special inaccessible Locat ions beyond 400 mtrs from the nearest approach road as per the

    recommendation of siteEngineer-In- Chargeand approval of GMof Concerned circle.

    Per MT/Per Mtr 0 0.00

    9.0 REVERTMENT/ STONEPITCHING FOR PROTECTION OF TOWER BASE.

    '9.1 Excavation in alltype of soilincluding rock

    & back fillingincluding supply of sand with back filling.CUM 9040 0.00

    '9.2 Lean Concretein theratio1:3:6(GradeM-10) includingsupply of sand chips etc. CUM 218 0.00

    '9.3 PCCin the ratio 1:2:4(Grade M-15) as above. CUM 56 0.00

    '9.4 RRMassonary work in theratio 1:5. CUM 3132 0.00

    '9.5 Plasteringand punning etc. SQ.MTR. 320 0.00

    10.0 Erectionof earthingdevice includingsupply of materilas as per TechnicalSpec Nos. 195 0.00

    Total CIVIL Works (Part-B)-LINE-2C 0.00

    TOTAL OF LINE-2C (PART-II)(Part A + Part B) 0.00

    ERECTION PRICE_ TOTAL OF SCHEDULE 2C 0.00

    NOTE:-

    1

    2

    34

    Before filling up rate/amount etc. in the schedules bidders are requested to read carefully the instruction given in Vol-I of Bidding Document.Bidders are required to fill up amount in all column except shaded portion.

    Bidders are requested not to leave any column blank. If any column is left blank it shall be considered that amount against those items are included in any other item and the total amount for that

    Bidder has to quote rates excluding service tax(if any), service taxshall be paid/reimbu rsed as per conditions of Bid Document.

  • 7/25/2019 PRICEBIDPkg67KESINGAJUNAGARHLINE

    5/6

    ODISHA POWER TRANSMISSION CORPORATION LIMITEDName of the Work:-Construction of 132KV SC Line on DC tower from 132/33 KV,

    Kesinga Grid S/s to 132/33 KV, Junagarh Grid S/s with 132KV feeder bay extension at

    both S/s ends.(App. Line Length: 52.794Kms.)

    NOTICE INVITING TENDER-NIT NO. 67/2014-15

    BID DOCUMENT No.:Sr. G.M- CPC- TENDER- PACKAGE- 67(III)/2014-15

    SCHEDULE 1_ ABSTRACT OF PRICE SCHEDULES (SUBSTATION &

    LINE)

    NAME OF THE BIDDERSL NO. DESCRIPTION PRICE IN INR

    1 2 3

    1.0 Substation_Supply of Equipments and materials

    1.1 TOTAL of Ex-Works / Basic Price

    1.2 TOTAL Excise Duty

    1.3 TOTAL VAT

    1.4 TOTAL CST

    1.5 TOTAL Any other tax

    1.6 TOTAL F&I CHARGES

    1.1 :1.6 Total of Substation_Supply 0.00

    2.0 Transmission Line_Supply of Equipments and materials

    2.1 TOTAL of Ex-Works / Basic Price

    2.2 TOTAL Excise Duty

    2.3 TOTAL VAT

    2.4 TOTAL CST

    2.5 TOTAL Any other tax

    2.6 TOTAL F&I CHARGES2.1 :2.6 Total of Transmission Line_Supply 0.00

    3.0 Mandatory spares_Supply

    3.1 TOTAL of Ex-Works / Basic Price

    3.2 TOTAL Excise Duty

    3.3 TOTAL VAT

    3.4 TOTAL CST

    3.5 TOTAL Any other tax

    3.6 TOTAL F&I CHARGES

    3.1 :3.6 Total of Mandatory spares_Supply 0.00

    4.0 Total of Schedule 2A _ Supply contract price 0.00

    5.0 Substation_ (Electrical work charges, Civil work charges)

    5.1 Electrical works

    5.2 Civil works

    5.1 :5.2 Total of Substation_Electrical work charges & Civil works charges 0.00

    6.0 Transmission Line_(Electrical work charges, Civil work charges)

    6.1 Electrical works

    6.2 Civil works6.1 :6.2 Total of Transmission Line_Electrical work charges & Civil works

    charges0.00

    7.0 Total of Schedule 2C _ Erection contract price 0.00

    8.0 Total Bid Price (Supply + Erection) 0.00

    PACKAGE 67(III)/2014-15

  • 7/25/2019 PRICEBIDPkg67KESINGAJUNAGARHLINE

    6/6

    NAME OF THE BIDDER

    Sl No Description of Applicable Tax/Levy Item /Component Sl. No. of Bid price on which

    Applicable

    Tax @ __% Total Amount of

    Taxes /Duty/ Levies

    D1 Details of Taxes and levies on the direct transactions

    between Bidder and ODISHA POWER

    TRANSMISSION CORPORATION LTD.

    applicable on the date of bid opening, not included

    in the Bid Price above but as may be payable by

    ODISHA POWER TRANSMISSION

    CORPORATION LTD

    (i) Excise Duty [as per Schedule-2A]

    (ii) CST [as per Schedule-2A]

    (III) VAT/Sales Tax [as per Schedule-2A]

    (iv) Any other Levies: [as per Schedule-2A] except Entry

    Tax** (please specify): Central :-

    (a)

    (b)

    TOTAL OF TAXES AND DUTIES [Sum (i) to (iv)0.00

    D2 Service Tax***

    E E. Applicable Entry tax payable if any additionally in

    respect of bought-out finished items which shall be

    dispatched directly from our sub-vendors works to

    Employers site (sale-in-transit).

    F F. Total Bid Price: (including Taxes & Duties and

    other levies, but excluding entry tax and service tax,

    if the contract is awarded to us)

    G G. The total bid price as summarised herein is

    derived from Schedule 2A,2B, 2C and 3, However,

    in the event of a difference in prices between

    schedule-2A ,2B,2C & 3 and Schedule-1, the total

    price, derived from the quoted unit price in Schedule

    2A ,2B,2C and 3 after arithmetical corrections if any,

    shall prevail and the quoted total bid price

    ODISHA POWER TRANSMISSION CORPORATION LIMITED

    Name of the Work:-Construction of 132KV SC Line on DC tower from 132/33 KV, Kesinga Grid S/s to 132/33 KV, Junagarh Grid S/s with 132KV feeder

    bay extension at both S/s ends.(App. Line Length: 52.794Kms.)

    NOTICE INVITING TENDER-NIT NO. 67/2014-15

    BID DOCUMENT No.:Sr. G.M- CPC- TENDER- PACKAGE- 67(III)/2014-15

    SCHDULE 1 (PART-II) (D1, D2,E,F,G) - DETAILS OF TAXES AND DUTIES

    * List of the items and their values considered under this component of bid price for taxes and levies to be enclosed by separately as annexure to this

    ** Entry Tax for all direct items shall not be included in the bid price, as the same shall be reimbursed at actual on the production of documentary evidence

    *** Service Tax on Erection price shall not be included in the bid price, as the same shall be reimbursed at actual on the production of documentary evidence.

    NOTE:-Lumpsum prices quoted by the Bidder shall include cost of total scope of work and any other supplies/work(s) not specifically mentioned in the

    i) Excise Duty/VAT/Sales Tax/Service Tax/ any other taxes (except Octroi & Entry Tax) shall be inclusive in the bid price and shall not be paid/reimbursed

    ii) Entry Tax for bought out items shall not be included in the bid price, as the same shall be reimbursed at actual on the production of documentary

    evidence.