You are on page 1of 275

TRANSMISSION CORPORATION OF TELANGANA LIMITED

From : To :

Chief Engineer, M/s. GVPR Engineers Ltd-Siemens Ltd-(JV),

Projects-I, # 8 - 2 - 293 / 82 /A, Plot No.739 - A,

TSTRANSCO, Vidyut Soudha, Road No. 37, Jubilee Hills,

Hyderabad 500 082. Hyderabad - 500 033

Tele fax : 040-2332 3933 Ph.No:040 - 6658 6658,

Fax.No:040 - 6658 6666

P.O.No.183 /OM- 39 /CE / Proj-I / SE / 400kV / D1A1/Mydaram / D. No : 924/2/16, Dt : 30 -09-2 016.


Sir,
Sub : Kaleshwaram Lift Irrigation Scheme - Specification No.e-EHVT-01/2016 -
Mydaram 400/11kV GIS Sub-Station in Karimnagar District & 400kV Quad Moose
DC line from Ramadugu 400kV Sub-Station to Mydaram 400/11kV GIS - 21 kms in
one Package on “TURNKEY” Basis -Detailed Supply Purchase Order - Issued -
Regarding.
Ref : 1) TSTRANSCO Bid No.e-EHVT-01/2016.

2) Your offer for the above bid opened on 10-06-2016 on e-procurement


platform.

3) Lr.No:CE/Projects-I/SE/400kV/D1-A1/e-EHVT-01/2016/D.No.336 /2016,
Dt:14-06-2016.
4) Your Ltr. No.GVPR Engineers Ltd-Siemens Ltd JV / TSTRANSCO/
e-EHVT-01/2016, Dt : 15-06-2016.

5) Lr.No.CE/Proj-I./SE/400kV/D1-A1/Medaram-GIS/D.No. 376 /16,

Dt: 21-06-2016.

6) Your Ltr.No.GVPR Engineers Ltd-Siemens Ltd JV / TSTRANSCO/

e-EHVT-01/2016, Dt : 23-06-2016.

7) Lr.No.CE/Proj-I./SE/400kV/D1-A1/Medaram-GIS/D.No.398/16,

Dt: 24-06-2016.

8) Your Ltr. No.GVPR Engineers Ltd-Siemens Ltd JV / TSTRANSCO/ e-


EHVT-01/2016, Dt : 28-06-2016.

9) Your Ltr. No.GVPR Engineers Ltd-Siemens Ltd JV / TSTRANSCO/ e-


EHVT-01/2016, Dt : 12-07-2016.

10) LOI No.CE/Projects-I/SE/400kV/D1-A1/Mydaram-GIS/D.No.513/16,

Dt: 18-07-2016.

-oOo-
I, acting for and on behalf of and by the order and direction of the TRANSMISSION CORPORATION OF TELANGANA LIMITED (herein
after called ‘TSTRANSCO’) accept the prices offered in your offer vide cited ref (2) and the subsequent correspondence cited of M/s.
GVPR Engineers Ltd-Siemens Ltd-(JV), (here in after called M/s. GVPR- Siemens JV or ‘Contractor’) against TSTRANSCO’s bidding documents for
Bid No. e-EHVT-01/2016 for Design, engineering, manufacturing, testing before dispatch, loading, supply and unloading for destination
including transportation of material / equipment for Mydaram 400/11kV GIS Sub-Station in Karimnagar District & 400kV Quad
Moose DC line from Ramadugu 400kV Sub-Station to Mydaram 400/11kV GIS - 21 kMs in one Package on “TURNKEY” Basis
against bid specification under reference (1) cited, is hereby accepted for a total amount

Rs.3,94,04,11,294.69 (Rupees Three Hundred Ninety Four Crores Four Lakhs Eleven Thousand Two Hundred Ninety Four and Paisa Sixty
Nine only) as detailed in Schedule-A enclosed, subject to the terms and conditions set out in this order. This order is issued in regularization
of ‘Letter of Intent” issued in the reference 10th cited.

1.0. SCOPE:
The Scope of this order covers design, engineering, manufacture, testing, before dispatch, loading, supply and unloading for destination
including transportation, insurance and storage for the following material/equipment complete with all accessories required for

i) Mydaram 400/11kV GIS Sub-Station in Karimnagar District

ii) 400kV Quad Moose DC line from Ramadugu 400kV Sub-Station to Mydaram 400/11kV GIS – 21 kMs

as per bidding documents of Bid No.e-EHVT-01/2015. The rates indicated in Schedule-A& A1 are appended to this order are for
supply of equipment / materials.

2.0 ABSTRACT OF SUPPLY PRICES:

ABSTRACT of Schedules: (Detailed schedule of prices and items is enclosed to the

Purchase Order)

Schedule - A: Schedule of Supply of Equipment and Materials with Prices


i) Mydaram 400/11kV GIS Sub-Station in Karimnagar District

Sl.No Description Total FADs Price


(In Rs.)

1 Schedule - MS1: Prices for Supply of Switchyard Structures. 1,09,69,439.87

2 Schedule - MS2: Prices for Supply of Earthing & Earth mat. 4,92,91,165.14

3 Schedule - MS3: Prices for Supply of Bus bar material. 61,17,170.76

4 Schedule - MS4: Prices for Supply of Power and Control Cables. 1,71,58,747.98

5 Schedule - MS5: Prices for Supply of Indoor and Outdoor


36,50,122.46
Illumination.

6 Schedule - MS6: Prices for Supply of Fire Protection, Detection &


3,38,31,036.12
Alarm Systems.

7 Schedule - MS7: Prices for Supply of Air Conditioning and


60,56,074.82
Ventilation System.

8 Schedule - MS8 : Prices for Supply of Diesel Generator Set 23,45,097.93

9 Schedule - MS9: Prices for Supply of Control House Furniture


20,89,330.05
and Monitoring System

10 Schedule - MS10: Prices for Supply of GIS Equipment, 20,31,651,953.22


Terminating material, ACDC Distribution Boards, Control and
Relay Panels, PLCC Equipment.

11 Schedule - MS11 : Prices for Supply of Power Transformers 99,48,19,203.74

12 Schedule MS-12 : Prices for supply of XLPE Cable and


30,48,33,026.20
Accessories.

Total :- 3,46,28,12,368.29

Schedule- A2: Schedule of Supply of Equipment and Materials with Prices

i) 400kV Quad Moose DC line from Ramadugu 400kV Sub-Station to Mydaram 400/11kV GIS - 21 kMs.

Sl.No Description Total FADs Price


(in Rs.)

1 Schedule of Prices for Supply of Towers, Tower accessories and


47,75,98,926.40
Sub Items

Grand Total (Sch A1 + Sch A2) : Rs. 3,94,04,11,294.69

(Rupees Three Hundred Ninety Four Crores Four Lakhs Eleven Thousand Two Hundred Ninety Four and Paisa Sixty Nine only)
3.0 PRICES AND PRICE ADJUSTMENTS :

3.1 The Prices as mentioned in Schedule-A are variable for the following items of Equipment / Materials :

Substation :
Power Transformers, Circuit Breakers, Instrument transformers, Lightning arresters, Isolators, Substation Structures, M.S Rod/Flat, G.I
Flat, Moose ACSR conductor and Power and Control Cables( EXCLUDING XLPE CABLES).

Tr. Line :
Tower parts including Bolts & Nuts, ACSR Moose Conductor and GSS Earth wire.

The Prices of all other equipment / material shall be Firm on all accounts such as increase in quantity of equipment / materials over that
provided in the contract, execution of contract beyond the schedule completion period for whatever reasons, increase in the rates of
material during and beyond the completion period etc. The prices indicated in Schedule-A are FADS (Free at destination stores)
including freight and insurance, relevant taxes & duties and other levies whatsoever.

The Price variation clause applicable for material shall be as per Specification and indicated in Annexure-I.
The bought out items offered shall be supplied from the approved vendors of TSTRANSCO given in Volume-I of the bidding documents
or should have been supplied to TSTRANSCO / PGCIL earlier and have proven performance.
Before offering the material from a Sub-Vendor (even though the company’s name is indicated in the approved Sub-Vendors /
Manufacturers list), the Contractor shall take prior approval of TSTRANSCO by submitting the credentials of the company, to meet the
qualifying requirements.

3.2 Quantities provided in the price schedules are provisional and payment will be limited to actual quantities based on the design and
drawings approved by TSTRANSCO. Contractor shall complete the supplies, storage, erection, testing and commissioning, civil &
construction works and other incidental services as per the system requirement and as stipulated in bidding documents, designs, drawings
approved during the detailed engineering. The contract price adjustments will be made based on the actual required quantities utilized as
per detailed engineering and as per completed quantities of the supplies.

Wherever lump sum prices are provided in the price schedules, the Contractor shall cover complete requirement of works as per technical
specification, relevant standards and as per approved drawings.

In case special towers / special extensions are required during execution for which designs & drawings for the Transmission Line
Towers are not available with TSTRANSCO, the same are to be developed at free of cost by the Supplier/Contractor and furnished for
the approval of TSTRANSCO. The cost for the supply of these extensions will be the same as tower parts mentioned in Schedule.

Any other items not specifically mentioned in the technical specification / drawings but which are required for erection, testing and
commissioning of Substation are deemed to have been included in the scope of the contract as mentioned in tender specification, unless
specifically excluded. The prices include insurance to be covered by the Contractor for the works, Workmen’s compensation and all
other insurances required as per specification.
4.0 TAXES AND DUTIES :

For supply of equipment & materials:

4.1 The FADS prices are inclusive of Excise Duty @ 12.5% and TSVAT @ 5%. The Contractor is entirely responsible for payment of Taxes and
duties, other local taxes or levies, license fee, etc., till the completion of the contract. The purchaser will not entertain any claim in relation
to Excise duty, Sales tax and other levies payable by the Contractor in respect of the transaction between the Contractor and their
vendors/sub suppliers while procuring any components, subassemblies, raw materials equipment etc.

4.2 The Contractor will be entirely responsible for payment of taxes and duties, other local taxes or levies if any, license fee, etc., which are to
be borne by the company/contractor until the completion of the contract.

4.3 No claim against the variation in taxes and duties or new levies in respect of the transaction between the Contractor and their vendors /
sub-suppliers while procuring any components, sub-assemblies, raw materials and equipment will be entertained by the
TSTRANSCO.

Entry Tax on goods entering into local area of TELANGANA is ‘NIL’ as per the judgment of TS High court and hence no way bills will be
issued.
4.4 Purchaser shall not bear any tax liability i.e., Income Tax, surcharge on Income Tax and any other Corporate Tax, irrespective of the mode of
contracting. The contractor shall be liable and responsible for payment of taxes, under the provision of the law. The Purchaser as per the
respective acts will make deduction towards Income Tax and TSVAT at source.

4.5 TSTRANSCO is registered as a dealer under TSVAT act, TIN No.36270120612.

4.6 C- Form can be issued by TSTRANSCO for only those goods that are procured by TSTRANSCO for using such goods in projects for
transmission/distribution of power, provided the movement of the such goods shall be from other state to TRANSCO in TS. (inter-state
purchases). In this regard, the applicability of issue of C-Form is as follows:

i) In following cases C Form can be issued :

a) The contractor registered outside T.S and supplying goods from outside T.S directly to TSTRANSCO in TS will be eligible
for issue of C-Form.
b) The contractor registered in T.S procures goods from dealer/manufacturer of outside T.S with the direction to seller to deliver
goods directly from outside T.S to TSTransco in TS (Goods move from outside TS to TS), with the condition that the T.S
Contractor issues invoices in the name of TSTRANSCO before goods are physically received by TSTRANSCO from outside
of TS-Transit Sales. In such cases, C-Form can be issued by TS TRANSCO to contractor.
c) However regarding issue of ‘C’ Form in case of interstate transactions between T.S state and Telengana State will be in
accordance with the decision of both the Government.

ii) In following cases C Form cannot be issued :


a) A contractor registered outside of T.S but supply goods to TSTRANSCO through a Manufacturer/Dealer, who is registered in
T.S., as goods are moved within T.S. only.
b) A contractor registered in T.S. directly supplies goods to TSTRANSCO in T.S., as goods are moved within T.S only.

Further, whenever such C-Form is issued to contractor for any of the contract material, the contract rate will be modified for that
material as shown as example procedure at S.No.2 of following table, as the original contract price was prepared with FAD price (as
shown at S.No.1 in following table) which is included with TSVAT :

S. No. Qty Nos. Ex-works Rs. ED @ F&I TSVAT FAD price


12.50% Rs.

1 1 100 12.50 5 5.87 123.38

S. No. Qty Nos. Ex-works Rs. ED @ F&I CST FAD price


12.50% Rs.

2 1 100 12.50 5 2.25 119.75

c) As shown above, under the condition of C-Form issued, the contractor is eligible to claim Rs.119.75/- as the Entry Tax on
goods entering in to T.S is NIL.
C-Form can be issued by TSTRANSCO for only those goods that are procured by TSTRANSCO for using such goods in projects for
transmission/distribution of power, provided the movement of the such goods shall be from other state to TSTRANSCO in A.P. (inter-
state purchases). In this regard, the applicability of issue of C-Form is as follows:

i) In following cases C Form can be issued :


a) The contractor registered outside T.S and supplying goods from outside T.S directly to TSTRANSCO in TS will be eligible
for issue of C-Form.
b) The contractor registered in T.S procures goods from dealer/manufacturer of outside T.S with the direction to seller to deliver
goods directly from outside T.S to TS Transco in TS (Goods move from outside TS to TS), with the condition that the T.S
Contractor issues invoices in the name of TSTRANSCO before goods are physically received by TSTRANSCO from outside
of T.S-Transit Sales. In such cases, C-Form can be issued by TSTRANSCO to contractor.
c) However regarding issue of ‘C’ Form in case of interstate transactions between T.S state and Telengana state will be in
accordance with the decision of both the Government.

ii) In following cases C Form cannot be issued :


a) A contractor registered outside of T.S but supply goods to TSTRANSCO through a Manufacturer/Dealer, who is registered in
T.S., as goods are moved within T.S only.

b) A contractor registered in TS directly supplies goods to TSTRANSCO in TS, as goods are moved within T.S only.

Further, whenever such C-Form is issued to contractor for any of the contract material, the contract rate will be modified accordingly.

4.7 PAYMENT OF TAXES, LEVIES, DUTIES, STATUTES

4.7.1 Contractor shall be entirely responsible for payment of all taxes, levies, duties, other local taxes, license fees, etc.

4.7.2 The contractor shall pay all types of fees, levies, taxes, duties etc. required to be paid by any National or State statute, ordinance or other
law or any regulation or bye-law of any local or other duly constituted authority in relation to the execution of works and by the rules and
regulations of all Public bodies and companies whose property or rights are affected in any way during the execution of works. In
compliance to the above, the contractor shall keep the Purchaser indemnified against all such penalties and liability of every kind for breach
of any statute, ordinance or law, regulation or bye law.

4.7.3 Nothing in the contract shall relieve the contractor from his responsibility to pay any tax that may be levied by the Government on the
turnover / profits made by him in respect of the contract.

4.8 TAX AND CESS DEDUCTABLE AT SOURCE:

As per provision of TSVAT, Service tax and Income tax Act, applicable taxes will be deducted at source at all stages of payment of the bills
and same will be remitted to the concerned department as per the rules / acts of the State / Central Government. The present rates of the
TDS are Income Tax @ 2.0%, TSVAT @ 5% and on Work bills. However, the deductions will be made as per the rates prevailing as on the
date of billing.

Seignorage charges shall be paid to the Assistant Director Mines & Geology Department as per existing rules in vogue.

4.9 STATUTORY VARIATION :

Any variation up or down in statutory levy or new levies introduced after Tender calling Date will be to the account of TSTRANSCO.

Any increase in statutory levies will be granted with the approval of concerned Chief Engineer on production of documentary evidence
of such increase by the supplier.
In case of sub-vendor items Taxes & duties are inclusive in tender price. No statutory variation is applicable. Further price variations in
respect of sub-vendor items will be considered on tender prices. This is allowed only once during delivery period i.e. at the time of
delivery of goods at factory.

Any variation up or down in statutory levy or new levies introduced after “Tender calling Date” under this specification will be to the
account of TSTRANSCO. In cases where delivery schedule is not adhered to by the supplier and there are upwards variation / revision
after the agreed delivered date the supplier will bear the impact of such levies and if there is downward variation/revision the
TSTRANSCO will be given credit to that extent. For variation beyond scheduled completion period the payment of taxes shall be limited
to the tax rates applicable within the scheduled completion period.

In case of bought out items for which the prices are quoted all inclusive of taxes, statutory variation shall not be applicable.

5.0 DELIVERY PERIOD:


For GIS : The supply of materials and equipment shall be completed within Fifteen (15) months form the date of purchase order.

For Line: The Supply of all the material as per scope of contract shall be completed within Nine (9) months from the date of handing
over of detailed survey profiles..

6.0. TERMS OF PAYMENT:

6.1 For Supply (equipment/material) :


i) 80% payment will be made within 30 days for the material / equipment supplied and received in complete shape at destination
stores / site in good condition (i.e. Check measurement date in Form - 13). The concerned AEE / 400kV/ Field will receive the
equipment / material in full shape at site and the concerned EE/400kV / Field will do the check measurement and issue the Form-
13. The check measurement shall be done within five days from the date of receipt of materials. The due date for payment will be
reckoned from the date of check measurement mentioned in Form-13.

ii) 10% payment will be made after erection of equipment / material.

iii) Balance 10% payment will be made after commissioning of equipment / material
The Contractor will have to predefine the bank details while entering into contract. The payments will be transferred to the
contractor’s bank account by the purchaser. The bank details of bidder as above are final and shall not be revoked under any
circumstances. The bank charges will be made to the account of contractor. An amount of Rs. 50/- (Rupees Fifty only) will be
recovered from the bill amount per each disbursement raised by the unit officer of TELANGANA.

Or
Payment for the bills will be made by cheque of any scheduled bank at the head quarters of Paying officer.

No interest will be payable in case payment is delayed for whatever reason.

The 80% payment mentioned above is subject to submission of performance security by the supplier.
The supplier should invariably submit test certificates and other documents, the purchaser specifies before dispatch is made so that
they can be checked and approved well in advance.

The performance guarantee to be executed in accordance with this specification will be furnished on a stamp as per of TS for a value of
Rs.100/-. The Bank Guarantee will be extended if required suitably.

The payments are subject to performance security with validity of 12 months with 2 months claim period as on the date of
check measurement of materials or works.

If the supplier has received any over payments by mistake or if any amounts are due to the TELANGANA due to any other reason, when
it is not possible to recover such amounts under the contract resulting out of this specification, the TELANGANA reserves the right to
collect the same from any other amount and / or Bank Guarantees given by the company due to or with the TELANGANA.

When the supplier does not at any time, fulfill his obligations in replacing / rectifying etc. of the damaged / defective materials in part or
whole promptly to the satisfaction of the TELANGANA Officers, the TELANGANA reserves the right not to accept the bills against
subsequent dispatches made by the supplier and only the supplier will be responsible for any demurrages, wharfages or damage occurring
to the consignments so dispatched.
Summary sheet of payment particulars with the details of item wise quantity supplied until the present consignment, quantity
delivered in this consignment and balance to be delivered and corresponding amounts of payment.

The payment will be made to the Supplier under this Contract in Indian Rupees only.
The following documents specified below shall be submitted to the paying officer.
a) Original for buyer invoice.

b) Delivery Challan Acknowledged by the consignee (S) (6 copies)

c) Insurance Certificate

d) Manufacturers/Suppliers Warranty Certificate

e) Approval of routine and Acceptance test reports.

f) 6 copies of packing list


g) Copy of Acceptance Letter of Performance Security issued by
Purchaser.

7.0 PERFORMANCE SECURITY:


8.0

Within 15 days of the issue of letter of intent from the Purchaser, the successful Bidder shall furnish the Performance Security for an
amount equivalent to sum of 10% of the supply value of the contract i.e. Rs. 39,40,42,000/- in accordance with the contract, in the
Performance Security form provided in the bidding documents or any other form acceptable to the purchaser.

In addition to the above, you have to furnish a Bank Guarantee towards Additional Performance Security

(i) For supply of on Transformer for an amount equivalent to 10% of value of on Transformer i.e., Rs.9,94,82,000/-

(ii) For supply of tower parts for an amount equivalent to 10% of value of tower parts i.e., Rs. 1,88,80,600/-
in accordance with the contract, in the Performance Security form provided in the bidding documents or any other form acceptable to the
purchaser.

The Performance Security/additional performance securities shall cover the 12 months over and above completion period, with a further
claim period of two months thereafter.

The Purchaser will discharge the Performance Security after completion of the warranty/ Guarantee period.

Failure of the successful Bidder to furnish the Performance Security as specified within 15 days of award of contract shall constitute
sufficient grounds for the annulment of the Award and forfeiture of the bid guarantee, in such case the Purchaser may Award the said
contract to the next lowest evaluated Bidder or call for new bids. Any further correspondence made by the bidder in this regard will not be
entertained.

Performance security may in the form of

(i) A Bank Guarantee from any Scheduled Bank (list specified) as per list enclosed in the specification, State Bank of India or its
associate banks/ Nationalized banks in favour of Chief Engineer / Projects-I.
(ii) A Banker cheque, crossed Demand Draft, pay order on any Nationalized Bank / State Bank of India or its associate banks in the
Headquarters in favour of Pay Officer/TSTRANSCO
All Bank Guarantees, which are executed in accordance with this specification, shall be only on TELANGANA State Non- Judicial Stamp
paper purchased in TELANGANA State to the value of not less than Rs.100/- (Rupees one hundred only). Bank Guarantee executed on
the Non- Judicial stamp paper of value less than Rs.100/- will not be accepted.

In case of the non-execution of works within the stipulated completion period the bidder shall extend the bank guarantee suitably to cover
the 12 Months performance and 2 Months claim period from the expected date of commission of the project.
In case of replacement/repair of any material/works after commissioning of the Sub-Station / Line and before expiry of
Guarantee / Warranty period, the contractor shall furnish separate bank guarantee valid for 12 Months with 2 Months claim period from
the date of repair / replacement covering the value of such materials / works.

The purchaser will discharge the Performance Security after completion of the contract and within 60 days of the expiry of the warranty.

8.0 CONTRACT AGREEMENT:


The written agreement to be entered into between the Chief Engineer / Projects-I / TSTRANSCO /Vidyut Soudha / Hyderabad and
Contractor shall be the foundation of the rights and obligations of both the parties and the contract shall not be deemed to be completed
until the agreement has first been signed by the Contractor and then by the officer authorized to enter into contract on behalf of the
Transmission Corporation of TELANGANA Limited (or ‘TSTransco’).

9.0 INSPECTION AND FACTORY TESTS:

9.1 The Engineer, his duly authorized representative and/or 3rd Party inspection agency acting on behalf of TSTransco shall have at all
reasonable times access to the Contractor's premises or Works and shall have the power at all reasonable times to inspect and examine the
materials and workmanship of the Works during its manufacture or erection and if part of the Works is being manufactured or assembled
at other premises or works, the Contractor shall obtain from TSTransco and/or his duly authorized representative permission to inspect as if
the works were manufactured or assembled on the Contractor's own premises or works. TSTransco reserves the right to witness any or all
type (if any), acceptance and routine tests specified, for which at least 21 (twenty one) days notice in advance shall be given by the
Contractor. Contractor shall ensure before giving notices for type test that all drawings and quality plans have been got approved. The
equipment shall be dispatched to site only after approval of test certificates by TSTransco.

9.2 TSTransco or Inspector shall, within fifteen (15) days from the date of inspection as defined herein give notice in writing to the Contractor,
of any objection to any drawings and/or any equipment and workmanship which in his opinion is not in accordance with the Contract. The
Contractor shall give due consideration to such objections and shall either make the modifications that may be necessary to meet the said
objections or shall confirm in writing to TSTransco giving reasons therein, that no modifications are necessary to comply with the Contract.

9.3 When the factory tests have been completed at the Contractor's or Sub-Contractor's works, TSTransco shall issue a certificate to this effect
within fifteen (15) days after completion of tests but if the tests are not witnessed by TSTransco the certificate shall be issued within fifteen
(15) days of receipt of the Contractor’s Test certificate by TSTransco. Failure of TSTransco to issue such a certificate shall not prevent the
Contractor from proceeding with the Works. The completion of these tests or the issue of the certificate shall not bind TSTransco to accept
the equipment, should it on further tests after erection, be found not to comply with the Contract.

9.4 In all cases where the contract provides for tests whether at the premises or works of the Contractor or of any Sub- Contractor, the
Contractor except where otherwise specified shall provide free of charge such items as labour, materials, electricity, fuel water, stores,
apparatus and instruments as maybe reasonably demanded by TSTransco /Inspector or his authorized representative to carry out
effectively such tests of the equipment in accordance with the Contract and shall give facilities to TSTransco /Inspector or to his authorized
representative to accomplish testing.

9.5 The inspection by TSTransco and issue of Inspection Certificate thereon shall in no way limit the liabilities and responsibilities of the
Contractor in respect of the agreed quality assurance program.

9.6 Dispatch Instruction shall be issued by TSTransco after inspection of the equipment. TSTransco may waive off the presence of
TSTransco's inspecting engineer. In that
case, test will be carried out as per approved QP & test certificate will be furnished by the Contractor for approval. D.I will be issued only
after review & approval of the test reports.
9.7 TSTransco will have the right to insist on any test(s) of reasonable nature carried out at Contractor's premises or at site or in any other place to
satisfy that the material comply with the specification.
9.8 TSTransco reserves the right for getting any field tests conducted on the completely assembled equipment at site.

9.9 The equipment offered shall be of type tested and shall be subjected to all routine and acceptance tests as per the relevant standards
specified. Please refer clause no 43 of Section GTC of Volume-I.

10.0 TYPE AND ROUTINE TESTS:

10.1 ROUTINE TESTS:


After completion of manufacture of the equipment routine tests shall be performed as per relevant standards and requisite copies of test
certificates shall be furnished to TSTransco.

Various components of the equipment shall be routine tested in accordance with approved standards and manufacturer's standards.

Each completely wired cubicles/Panels shall be tested to ensure that all of its protective control systems are satisfactorily functioning as
required. Please refer clause No.43 of Section GTC of Volume-I.

10.2 TYPE TESTS:

10.2.1 The equipment/material offered against this order should have been successfully type tested in line with the specified standards and this
Technical Specification. These tests should have been conducted within a period of 5 years prior to the date of opening of the Part-I “Pre-
qualification and Technical Bid”, subject to no alteration in the design. The Contractor shall furnish 4 copies of the Type test reports within
15 days of Letter of Intent. In case these type tests were carried out earlier to the five years period mentioned above or some type tests
were not carried out at all as per the present specification, all the relevant type tests as per relevant standards shall be carried out by the
Contractor in the presence of TSTransco's representative at the cost of the Contractor.

10.2.2 If there is any change in the components or design in the equipment since after earlier passing of the Type Test, the Contractor shall bring
out in his offer all such changes made in the components, materials, designs, etc. In such case the Contractor shall carry out the type tests
at his cost and in presence of the TSTransco 's representative. If any change in design was made, latest type tests shall be furnished along
with approved drawing.
10.2.3 TSTransco reserves the right to conduct tests included in the list of Type Tests in the respective technical specifications on requisite number
of samples/items from any of the lots during the tenure of the supply, at TSTransco’s cost in the presence of TSTransco 's representatives. If
the equipment/material does not withstand the type test, the equipment/material supplied till then will be liable for rejection. The
supplier, in such an eventuality, shall be allowed to modify the equipment and type test the same again at his cost in the presence of the
TSTransco’s representative.

These type tests shall however be conducted by the Supplier within a reasonable time. After successful passing of the type tests, all the
equipment/materials supplied earlier shall be modified in line with the equipment/materials which has successfully passed the type test. In
case Supplier fails to carry out the type test within reasonable time or does not agree to carry out the type test at his cost his
equipment/material supplied earlier shall be rejected and order placed shall be cancelled and payment made earlier for these
Suppliers shall be recovered by TSTransco.

10.2.4 The type tests should have been either conducted in a recognized institution or laboratory and should have been witnessed by a
TSTransco or an independent agency. The name(s) of the institutions/Laboratories where the Contractor intends to get type testes
performed shall be as mentioned in your bid and informed TSTransco prior to the Type Test.

11.0 PACKING AND MARKING.

11.1 The Contractor shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final
destination as indicated in the contract. The packing shall be sufficient to withstand without limitation, rough handling during transit and
exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into
considerations where appropriate, the remoteness of the goods final destination and the absence of heavy handling facilities at all points in
transit.

11.2 The packing, marking and Documentation within and outside the packages shall comply strictly with such special requirements as shall be
expressly provided for in the Contract and, subject to Clause 7, GCC, Volume-I in any subsequent instructions given by the Purchaser.

11.3 In general each package shall be marked to indicate:

a) Name of the Supplier

b) Details of items in the package

c) Name of the consignee

d) Purchase order number


e) Gross, net and tare weights of the items

f) Destination.

11.4 Refer packing and marking of the Technical Specifications for further details. All the requisite documents as per specification for delivery of
equipment and material shall be submitted.

12.0 TRANSPORTATION:

12.1 The Contractor is required under the contract to deliver the Goods free at Destination. Transport of goods to the destination, shall be
arranged and paid for by the supplier, and the cost thereof shall be included in the contract price. It shall be the total responsibility of the
Contractor to ascertain transportation limitations if any before the supplies.

12.2 Where the Contractor is required to effect delivery under any other terms, for example, by post or to another address, the supplier shall be
required to meet all transport and storage expenses until delivery.

12.3 In all of the above cases, transportation of the goods after the delivery at destination

Site/stores shall be the responsibility of the contractor unless specified otherwise.

13.0 INSURANCE:
13.1 The Goods supplied under the Contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation,
and material supplied by TSTRANSCO should be insured against storage, delivery and erection. In case of domestic goods the insurance shall
be at least for an amount equal to 110% of the cost of the goods from “warehouse to warehouse (final destination)” and 45 days storage
before taking into account thereafter on “All Risks” basis including War Risks and Strike Clauses.

13.2 The Contractor shall arrange secure and maintain insurance as may be necessary and for all such amounts to protect the materials of the
Purchaser against all risks till the Goods and services is taken over as detailed herein. The form and the limit of such insurance as defined
herein together with the underwriter thereof in each case shall be acceptable to the Purchaser. However irrespective of such acceptance the
responsibility to maintain insurance at all times during the period of “Contract” shall be that of contractor alone. The contractor’s failure in
this regard shall not relieve him of any of his contractual responsibilities and obligations.

13.3 The contractor shall take Insurance cover in their name. The above insurance shall be made in freely convertible currency. The contractor
shall be responsible for preferring all claims and releasing the amounts from insurance. The scope of such insurance shall cover the entire
value of the “Goods and Services”.

Contractor shall

a) Initiate and pursue insurance claim till settlement and

b) Promptly arrange for repair and / or replacement of any damaged items in full irrespective of settlement of
insurance claim by the under writers.
13.4 All costs on account of insurance liabilities covered under the contract will be on “Contractor’s” account. The CONTRACTOR shall provide
the Purchaser with a copy of all insurance policies and documents taken out by him in pursuance of the ‘Contract”. Such copies of
documents shall be submitted to the Purchaser immediately after such insurance coverage. The CONTRACTOR shall also inform the
Purchaser in writing at least sixty (60) days in advance, regarding the expiry, cancellation and / or change in any of such documents and
ensure revalidation / renewal etc., as may be necessary well in time. The Purchase shall assist the contractor if required in obtaining
Licenses/port clearances, etc., in respect of foreign supply required for the purpose of replacement of Goods lost in transit. The risks that
are to be covered under the insurance shall be comprehensive and shall include but not be limited to, the loss or damage in transit, storage,
due to theft, pilferage, riot, civil commotion, weather conditions, accident of all kinds, fire, flood, war risk (during ocean transportation) bad
or rough handling etc. The scope of such insurance shall cover the entire value of the ‘Works’.

13.5 All costs on account of insurance liabilities covered under the ‘Contract’ will be on CONTRACTOR’S account and will be included in ‘Contract
Price’. The insurance beneficiary shall be TSTRANSCO. fai

Contractors are advised to claim the bills for Supplies / works and insurance separately. Insurance premiums will be paid only after getting
confirmation from the Insurance companies. Wherever the bills are claimed combined, the insurance amount will be excluded initially and
paid only after getting the confirmation from the insurance companies, so that the main bills are paid without delay. This clause shall be
read with Clause No. 10.0 of GCC and Clause No. 29.0 of GCE of Volume-I of Specification.
14.0 DISPATCH INSTRUCTIONS :

The details of Consignee and Paying Officer for supply of equipment and materials are as follows.

(a) The equipment and materials covered in Schedule-A of Mydaram 400/11kV GIS Sub-Station in Karimnagar District at
Mydaram shall be delivered to the sites of 400kV Sub-Station at Mydaram.
(b)
Sl. Address for Despatch Consignee Paying officer.
No.

1. 400/11 kV Sub-Station Executive Superintending Engineer /


Engineer/400kV Construction / 400kV /
at Mydaram
Construction/ TSTRANSCO / Warangal
TSTRANSCO/
Karimnagar

(b) The equipment and materials covered in Schedule-A of 400kV Quad Moose DC line from Ramadugu 400kV Sub-Station to
Mydaram 400/11kV GIS - 21 kms shall be delivered to the site stores of M/s. GVPR Engineers Ltd-Siemens Ltd-(JV), or M/s.
TSTRANSCO.

Sl. Address for Despatch Consignee Paying officer.


No.

1. Site stores of M/s. GVPR Executive Superintending Engineer /


Engineer/400kV Construction / 400kV /
or M/s. TSTRANSCO Construction/ TSTRANSCO / Warangal
TSTRANSCO/
Karimnagar

TSTRANSCO reserves the right to allot any surplus material from TSTRANSCO stores to project site and in such cases transportation charges
will be given as per SSR Rates and the Contractor has to transport such material invariably and the balance quantity of material shall only be
offered for supply.

15.0 VARIATION IN QUANTITIES:

The quantities indicated in the Schedule-A & A1 (Materials / Equipment) are only provisional and are likely to change during actual
execution.

For material and equipment covered in Schedule – (A1 & A2):

The rates accepted for individual items of material / equipment (except for material/equipment for which Price variation is applicable)
covered under Schedule-A shall hold good for the actual quantities of material supplied, including any increase necessitated during actual
execution.

16.0 PURCHASER’S RIGHT TO VARY THE SCOPE DURING THE PERIOD OF CONTRACT:
Purchaser may change the scope of the contract (No. of line bays etc.) based on the priorities and may subsequently extend for
balance scope with the prices quoted if required.

Purchaser reserves the right to increase or decrease the scope stated above as per requirement up to + or - 50% during the
execution of the order with quoted prices.

SUPPLEMENTAL/NEW ITEMS AND PROCEDURE FOR WORKING OUT RATES

The contractor is bound to execute Supplemental / new items that are found essential, incidental and inevitable during execution of the
contract at the rates to be worked out as below : -

For the items relating to Schedule-A where the rates of new items cannot be deduced from the estimate / SSR, the rate payable will be
arrived based on the prevailing market rates duly enquiring / collecting quotations and observing the reasonableness of the rates by
the Purchaser.

The Schedule time required to complete the new / supplemental items including the balance work will be indicated in the approval
letter issued for new / supplemental items.

The contractor shall plan and procure the materials indicated in Schedule - A duly verifying with the approved layout and profile so that
the procured quantities match with actual requirements to avoid excess supply of materials.

17.0 WARRANTY/GUARANTEE
17.1 The Contractor shall guarantee, among other things the following:

i. Quality and strength of materials / equipment used.

ii. Adequate factors of safety for the material / equipment to withstand the mechanical and/or electrical stresses developed therein.
These shall be stated in the Bid.

iii. The delivery and erection periods given in the Bid.

iv. The Contractor shall warrant further that the services to be carried out under this contract shall conform with generally accepted
professional standards and engineering principles.

v. The materials/ equipment supplied and erected shall be guaranteed for satisfactory operation for a minimum period of 12 months
from the date of commissioning of works / project. By the time of completion of commissioning, Bank Guarantee for performance
security and Bank Guarantee for final payment shall be valid to cover Guarantee/warranty period.

However any Engineering error, omission, wrong provision, Goods failure etc., shall be attended to by the Contractor up to and on the
date of actual Commissioning of the Goods without any revision in the price or extra cost.
17.2 If during the period of guarantee, any of the materials, are found defective and/or fail in test or operation, such materials, shall be
repaired or replaced by the Contractor free of cost to the TSTRANSCO irrespective of the reimbursements from the insurance company
within reasonable time which shall in no circumstance be more than 30 days or such other reasonable time as the TSTRANSCO may deem
proper to afford failing which the cost of the failed material will be deducted from the subsequent bills/Bank Guarantee.

17.3 The contractor shall bear all the expenses incurred in connection with the repair or replacement against such defective Goods inclusive of
all freight both inland overseas, insurance, customs levies, forwarding and clearing and demurrage and other incidental charges involved in
delivering the said Goods to the Purchaser's specified destination. The decision whether correction of the defects should be by the repair
or replacement shall be the sole discretion of the Purchaser.

17.4 Provision of this clause shall also apply to all materials and services repaired or replaced under the provision of this until the expiration
of period of 12 (twelve) months from the date of such repair or replacement. In case of replacement/repair of any material/works after
commissioning of the Sub-Station and before expiry of Guarantee / Warranty period, the contractor shall furnish separate bank guarantee
valid for 12 Months with 2 months claim period from the date of repair / replacement covering the value of such materials /
works.

17.5 The cost of any special or general overhaul rendered necessary during the guarantee period due to defective Goods and Services furnished
by the contractor shall be borne by the contractor.

17.6 The taking over of the Goods and services by the Purchaser shall in no way relieve the contractor of his obligation under this clause.
17.7 The Contractor shall co-operate with the Purchaser in all ways in repair or replacement of the defective part, so as to minimize to the extent
possible the interruption in operation of Goods.

17.8 Where the sub- contractors provide longer periods of warranty than mentioned above, the Purchaser shall be entitled for such longer
guarantees.

17.9 If the Supplier, having been notified, fails to remedy the defect(s) within a reasonable period, the Purchaser may proceed to take such
remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to any other rights which the Purchaser may
have against the Supplier under the contract.

17.10 The Contractor's full and extreme liabilities under this clause shall be satisfied by the payments to the Purchaser of the extra cost, of
such replacement procured including erection as provided for in the contract, such extra cost being the ascertained difference
between the price paid by the Purchaser for such replacements and the contract price portion for such defective plants. Should the
Purchaser not so replace the defective plant, the contractor's extreme liability under this clause shall be limited to repayment of all sums
paid by the Purchaser under the contract for such defective plant.

18.0 FORCE-MAJEURE CONDITIONS:


18.1 Notwithstanding the provisions of clauses 21, 22 and 23 of Section GCC of Volume-I of Specification the Contractor/Supplier shall not be
liable for forfeiture of his performance security, Penalty or termination for default, if and to the extent that, its delay in performance or
other failure to perform its obligations under the contract is the result of an event of force Majeure.
18.2 For purposes of this clause, "Force Majeure" means an event beyond the supplier/contractor and not involving the supplier's/contractor's fault
or negligence and not foreseeable. Such events may include, but are not restricted to, wars or revolutions, fires, earthquakes, floods,
epidemics, quarantine restrictions, freight embargoes, riots, civil commotions.
18.3 If a Force Majeure situation arises, the supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless
otherwise directed by the Purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably
practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. No price variance will be
allowed during the period of force majeure.

19.0 PENALTY FOR LATE SUPPLIES:

The completion period mentioned in the Clause No.5 of this Order is the essence of contract. Penalty will be levied as follows for the delay in
supply of material.

(i) In case of delay in supply of material / equipment beyond over all delivery period, whatever may be the reasons, the TSTRANSCO
shall levy and collect the penalty @ 0.5% per week of the delay on the delayed value of the material / equipment subject to a
maximum of 10% of the total value of the contract. Once the maximum is reached, TSTRANSCO shall consider termination of the
contract.

The right of the TSTRANSCO to levy penalty shall be without prejudice to its rights under the law including the right to get
the balance supplies from other agencies at the risk and cost of the Contractor. And also in case the Contractor fails to execute
the supplies as per the program or in the opinion of purchaser, the supplies are progressing at a slow pace, TSTRANSCO reserves its right
to get the balance supplies executed through other agencies at the risk and cost of the Contractor. This is in addition to the right of the
TSTRANSCO to forfeit the deposit, to recover any damage from the contractor and also blacklisting.

(ii) The date of receipt of materials/equipment at the destination stores in good condition (The date of Form-13) will be taken as the
date of delivery.
For penalty, the number of days of delay would be rounded off to the nearest week and interest calculated accordingly.
Materials / equipment which are not of acceptable quality or are not conforming to specification would be deemed to be not
delivered. The penalty specified shall be levied and would be adjusted against same bill / subsequent pending bills.

Please refer clause 22 of GCC of Volume-I of Specification.

20.0 QUALITY ASSURANCE PROGRAMME:

20.1 To ensure that the equipment and services under the scope of this contract whether manufactured or performed within the
Contractor's works or at his Subcontractor's premises or at the Purchaser's site or at any other place of work are in accordance with the
specifications, the Contractor shall adopt suitable quality assurance program to control such activities at all points, necessary. Such
program shall be outlined by the Contractor and shall be furnished as applicable. A quality assurance programme of the Contractor shall
generally cover the following.

a) His organization structure for the management and implementation of the proposed quality assurance programme;

b) Documentation control systems;

c) Qualification data for Contractors key personnel;


d) The procedure for purchase of materials, parts, components and selection of Sub-Contractor's service including vendor analysis,
source inspection, incoming raw material inspection, testing, verification of materials purchased, etc.

e) System for shop manufacturing and site erection controls including process controls and fabrication and assembly controls;

f) Control of nonconforming items and system for corrective actions;

g) Inspection and test procedure both for manufacture and field activities

h) Control of calibration and testing of measuring and testing equipment;

i) System for indication and appraisal of inspection status

j) System for quality audits;

k) System for authorizing release of manufactured product to the Purchaser

l) System for handling storage and delivery;

m) System for maintenance of records; and

n) A quality plan detailing out the specific quality control procedure adopted for controlling the quality characteristics relevant to each
item of equipment/component furnished.

21.0 QUALITY ASSURANCE DOCUMENTS:


The Contractor shall be required to submit the following Quality Assurance Documents within before dispatch of the equipment

i) All Nondestructive Examination procedures, stress relief and weld repair procedure actually used during fabrication,

ii) Welder and welding operator qualification certificates,

iii) Welder identification lists, listing welders and welding operator's qualification procedure and welding identification symbols.

iv) Material mill test reports on components as specified by the specification.

v) The inspection plan with verification, inspection plan check points, verification sketches, if used, and methods used to verify that the
inspection and testing points, in the inspection plan were performed satisfactorily.

vi) Sketches and drawings used for indicating the method of trace ability of the radiographs to the location on the equipment

vii) Non- destructive Examination result, reports including radiography interpretation reports.

viii) Factory test results for testing required as per applicable codes and standards referred in the specification.

ix) Inspection reports duly signed by Quality Assurance personnel of the Purchaser and Contractor for the agreed inspection hold
points. During the course of inspection, the following will also be recorded:
a) When some important repair work is involved to make the job acceptable; and
b) The repair work remains part of the accepted product quality.
22.0 DESIGN AND DRAWINGS

The Contractor shall design all the systems covered under the scope of this Purchase Order documents and obtain approval of all the design
drawings duly indicating all the required bill of quantities (BOQ) on the A-1 Size drawing.

Soon after award of the contract, the Contractor shall furnish the list of drawings (equipment/ material/erection) to be furnished by him
in accordance with the specification as required for the scope of Supply, erection & Commissioning.
22.1 Contractor shall submit for approval, as per the above schedule two sets of assembly drawing erection/construction and sufficient detailed
drawings to demonstrate fully that the apparatus furnished and erection/construction work carried out shall conform to the provision and
intent of these specifications. Detailed drawings or design data proving the adequacy of the Contractor's designs by calculations shall be
submitted for approval by the purchaser.

22.2 The design data and the drawings submitted by the Contractor will be reviewed by the Purchaser as far as practicable within four (4) weeks
of their receipt and shall be modified by the Contractor if any modifications and/or corrections are required by the Purchaser. The
Contractor shall incorporate such modifications and/or corrections and submit the final drawings for approval. Any delays arising out of
failure by the Contractor to rectify the drawings in good time shall not alter the contract completion date.

22.3 When revised drawings are submitted for approval, the changes from the previous submittals shall be clearly identified on the drawings,
with every revision made during the life of the contract shown by number, date and subject, in a revision block and a notation shall be given
in the drawing margin. The drawings shall be clear and legible in all respects. The corrected and approved drawings shall be submitted both
in Hard copies and Auto-CAD soft copies in three sets of CDs.
22.4 The Purchaser shall have the right to require the Contractor to make any changes in the design which may be necessary in the opinion of
the Purchaser to make equipment construction cum erection work conform to the provisions and intent of these specifications, without
additional cost to the Purchaser. One set of the drawings marked "APPROVED" will be returned to Contractor. He shall thereupon furnish
the Purchaser with ten sets of prints, soft copy in CD after incorporating all corrections.

22.5 Further work by the Contractor shall be in strict accordance with these drawings and no deviation shall be permitted without the written
approval of the Purchaser, if so required.

22.6 All manufacturing fabrication work and construction / erection in connection with the equipment before the approval of the drawings shall
be at the Contractor's risk. The Contractor may make any changes in the design, which are necessary to make the equipment
construction/erection conform to the provisions and intent of the contract and such changes will again be subject to approval by the
Purchaser.

22.7 Approval of drawings by the Purchaser shall not be held to relieve the Contractor of any part of his obligation to meet all the requirements
stipulated in the specification of responsibility for correctness.
22.8 One month prior to dispatch of the equipment final approved drawing sets, operation, maintenance and erection manuals shall be
supplied to the Purchaser in 6 copies. Also a soft copy of the drawings in Auto CAD version shall also be supplied.

22.9 The Contractor shall mark in red in one (l) set of drawings all deviations/alterations carried out at site during construction work. After final
testing and commissioning, any corrections in the, field test, actual erection, testing and commissioning shall be incorporated in the
drawings and the Contractor shall furnish to Purchaser ten (10) copies of the revised drawings/manuals and marked as "As Built" drawings
shall be supplied in the Office of the Chief Engineer / Projects-I / Vidyut Soudha / Hyderabad. However, no alternations/deviations shall
be carried out without the prior approval of the Purchaser.

22.10 The Contractor shall also furnish two sets of reproducible along with soft copy in CD of all reference drawings and documents/designs
after approval and two sets of reproducible of all as built drawings as certified by the field engineer of TSTRANSCO.

22.11 Drawings shall include all installation and detailed piping drawings. All piping 100 millimeter and larger shall be routed in detail and
smaller pipe shall be shown schematically or by isometric drawings.

22.12 Each drawing shall be complete with Bill of Materials and legends. It shall contain technical requirements of quality assurance to be observed
at shop and technical requirements for work at site like welding length, weld size, type of electrodes etc.

23.0 INSTRUCTION MANUALS & STANDARDS:

The Contractor shall submit to TSTRANSCO instruction manuals for all equipment to be supplied against this Order covering technical
details, erection procedures, testing, operation and maintenance including troubleshooting. Each manual shall also include a complete set
of approved drawings together with performance/rating curves of the equipment and test certificates wherever applicable. The 'Contract'
shall not be considered to be completed for purposes of taking over until such instruction manuals and drawings have been supplied to
TSTRANSCO. The manuals shall be submitted in 12 copies duly incorporating the comments after review by TSTRANSCO on the model
manuals to be submitted by the Contractor.
A separate section of the manual shall be for each size / type of equipment and shall contain a detailed description of construction and
operation, together with all relevant pamphlets, drawings and a list of parts with procedure for ordering spares. Maintenance instructions
shall include charts showing lubrication checking, testing and replacement procedures to be carried out daily, weekly, monthly and at
longer intervals to ensure trouble free operation.

Where applicable, fault location charts shall be included to facilitate finding the cause of mal-operation or breakdown. A collection of the
manufacturer’s standard leaflets will not be accepted, to be taken as a compliance of this clause. The manual shall be specifically compiled
for the concerned project.

24.0 SURPLUS MATERIALS:

On completion of works, all the surplus material which has been already billed by contractor to TSTRANSCO but not used by contractor
in the project, shall be handed over designated TSTRANSCO stores at the cost of the contractor within the time limit of 2 months of
commissioning of the project. However if the material is not handed over within such time limit or in the opinion of designate officer of
TSTRANSCO who is in-charge of the works, such material is not in fit condition for use, such material shall be retained by the
contractor and recovery shall be made from contractor at the rate as per the contract rate.

In exceptional cases, in order to expedite work progress, whenever TSTRANSCO issues the material from its stores on returnable basis to
the contractor, the contractor shall return such material within 30 days from the date of issue of such material along with interest on the
value of such material at the rate of 2% per month or part thereof.
However if contractor fails to return material within 30 days of issue of such material, the material shall be deemed to have been sold to
contractor on the date of its issue to contractor at a price which shall be 150% of the procurement cost and such cost shall be recovered
from contractor along with interest at 2% per month or part thereof from the date of issue of material till amount is recovered.

25.0 TERMINATION OF CONTRACT:

The purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier/
Contractor, terminate the contract in whole or in part:

a) If the supplier/Contractor fails to deliver any or all of the goods and to complete any or all works commensurate with progress of
completion within the time period(s) specified in the contract or any extension thereof granted by the purchaser.

b) If the supplier/Contractor fails to perform any other obligation(s) under the contract.

c) If the supplier/Contractor, in the judgment of the purchaser has engaged in corrupt or fraudulent practices in competing for or in
executing the contract.

Termination of contract :

If it is found that supplies and progress of works are not commensurate with the program of completion or if the contractor does not fulfill
his obligations as per the terms of the specification TSTRANSCO will be entitled to terminate the contract in part or full by giving 15 days
notice and get the balance works completed through other agencies at the contractor’s cost and risk.

Warning letters will be issued by the Purchaser if the progress is not satisfactory. If the progress continues to be poor even after the second
warning letter, show cause notice/final notice will be issued by the Chief Engineer / Projects-I. If no satisfactory reply is received or the
progress of the works are not improved within 15 days of issue of the final notice/show cause notice, the Chief Engineer / Projects-I shall
terminate the agreement, which will be followed by stoppage of all payments to the contractor, encashment of the BGs, and after
termination of contract the balance works/supplies shall be completed through alternate agencies at contractor’s risk and cost. The
contractor so penalized shall be blacklisted for 3 years from the date of termination of contract.

In the event of termination of contract due to delay attributable to the contractor, TSTRANSCO is entitled to get back equipment/material
from the contractor for the payment already made but the material is not put to use, and then get the works done by other
agency/agencies for completion of contract by using the said recovered material. The contractor shall have no objection in this regard.

However, the Supplier /Contractor shall continue performance of the Contract to the extent not terminated.

26.0 APPLICABLE LAW, RESOLUTION OF DISPUTES & JURISDICTION:

The contract shall be interpreted in accordance with the laws prevailing in India.

TSTRANSCO and the Contractor shall make every effort to resolve amicably by direct informal negotiation any dis-agreement or dispute
arising between them under or in connection with the contract. If, after thirty (30) days from the commencement of such informal
negotiations, TSTRANSCO and the Contractor have been unable to resolve amicably a Contract dispute, either party may require that the
dispute be referred for resolution to the formal mechanisms. These mechanisms may include, but are not restricted to, conciliation
mediated by a third party. The dispute resolution mechanism shall be as follows.

a) All and any disputes or differences arising out of or touching the order based on this specification shall be decided by a panel of
arbitrators as detailed below:
Value of Claim Panel of Arbitrators

Disputes involving amounts up to Superintending Engineer of


Rs.10,000/- and below.
the TSTRANSCO other than the circle to
which the disputes relate.

Disputes involving amounts ranging Any Chief Engineer of the TSTRANSCO.


from Rs.10,001 to Rs.50,000/-

There shall not be any reference of disputes, the value of which is above Rs.50,000/- to arbitration. The parties shall approach the
competent Civil Courts situated in Hyderabad/ Secunderabad twin cities only, if any such disputes shall arise involving more than
Rs.50,000/-.

A reference for adjudication under this clause shall be made by either party to the contract, within one year from the date of intimating
the Contractor of preparation of final bill or his having accepted the payment.

b) For the settlement of any dispute arising out of the contract, the venue of arbitration proceedings will be in Hyderabad/Secunderabad
as per jurisdiction.
c) All and any disputes or differences arising out of or touching this Order shall be decided by courts or tribunals situated in Hyderabad /
Secunderabad cities only. No suit or other legal proceedings shall be instituted elsewhere.

27.0 CORRESPONDENCE:

All the correspondence regarding the technical matters /works / payments and other field matters shall be addressed to the Superintending
Engineer / Construction / 400kV / TSTRANSCO / Warangal with copies marked to this office.

28.0 GENERAL CONDITIONS OF CONTRACT:

Except it is provided otherwise in this contract, all the general, technical, commercial terms and conditions stipulated in the bidding
documents for this contract shall be complied with.

29.0 DETAILS OF ENCLOSURES :

The following are the enclosures to this order, which form part of the contract.

1. Appendix - A
2. Annexure - I (Price Variation Clause)
3. Schedules – (A1 & A2) Prices.

Please note that all terms & conditions of Volume - I of specification will form part of this Order.

Yours faithfully,

Sd/-

CHIEF ENGINEER / PROJECTS-I

(For and on behalf of TSTRANSCO)

Copy to be returned to TSTRANSCO by the Contractor duly signed on every page of this order in acknowledgement and acceptance of this order.

We accept the terms and conditions of this order.


SIGNATURE OF THE CONTRACTOR.

Copy communicated to the:

ADE-T to Director (LI) / TSTRANSCO / Vidyut Soudha /Hyderabad.

PS to Director (Transmission)/TSTRANSCO/Vidyut Soudha/ Hyderabad.


DE (T) to Director (Projects & Grid Operation)/TSTRANSCO/VS / Hyderabad
Chief Engineer / Projects-II / TSTRANSCO/ Vidyut Soudha /Hyderabad.

Chief Engineer/ SLDC /Telecom/TSTRANSCO/Vidyut Soudha/ Hyderabad.

Executive Director (Finance) / TSTRANSCO/ Vidyut Soudha /Hyderabad

Copy to :

SAO / P & A / TSTRANSCO / Vidyut Soudha / Hyderabad.

Superintending Engineer/LIS/TSTRANSCO/ Vidyut Soudha/ Hyderabad


Superintending Engineer/Civil/TSTRANSCO/Vidyut Soudha/ Hyderabad.
Superintending Engineer/400kV/Construction/Warangal. Fax No.0870 2623277.
Superintending Engineer/Telecom/TSTRANSCO/Warangal.
Superintending Engineer/Civil/TSTRANSCO/Warangal.
Executive Engineer / 400kV / Construction Division/Karimnagar.

Executive Engineer / Civil/ Construction Division/Warangal.

Appendix-A
Supply
P.O.No.183 /OM- 39 /CE / Proj-I / SE / 400kV / D1A1/Mydaram / D. No : 924/2/16, Dt : 30 -09-2016.

1. The terms and conditions of the Bidding Documents for Insurance shall be complied with in total.

2. For the Supply of equipment and materials the final list of manufacturers / sub vendors shall be submitted, chosen from the list
mentioned in the Bid. The final list of sub vendors will be as per the approved list of TSTRANSCO / Power Grid for their substations. The
type test reports, technical particulars for all these equipment and materials shall be submitted by M/s. GVPR Engineers Ltd-Siemens Ltd-
(JV), and get the approval of TSTRANSCO before procurement action is initiated.

3. M/s. GVPR Engineers Ltd-Siemens Ltd-(JV), will furnish the detailed programme in the form of Master Net work for Supply to meet the
completion Schedule as stipulated.

4. The TSTRANSCO has the option to reduce / increase the scope of supply as required for the final system requirement and as per
approved design and drawings during the execution of the contract at the prices quoted.
5. All the equipment offered will be of type tested and in the absence of valid relevant type test reports, these type tests will be conducted
at no extra cost to the TSTRANSCO.

6. Two copies of all the relevant Standards along with latest amendments, applicable for the equipment and material covered in the order
shall be provided by the Contractor at free of cost to TSTRANSCO during Engineering.

7. All the design calculations, Drawings, Bill of materials, Cable Schedules etc. for the equipment & works covered in the scope of the
contract shall be furnished to TSTRANSCO, in a soft copy also, at no extra cost during Engineering.

8. Any and all the other Technical Deviations and Commercial Deviations to the Bidding Documents in M/s. GVPR Engineers Ltd-Siemens
Ltd-(JV), Bid if any are deemed to have been withdrawn.

9. M/s. GVPR Engineers Ltd-Siemens Ltd-(JV) shall take delivery of certain equipment and material allocated available elsewhere at
TSTRANSCO stores / sites required for Mydaram Substation as directed by TSTRANSCO and in such cases transportation charges will be
given as per SSR Rates and the Contractor has to transport such materials invariably.

Structures:

10. The structures are to be delivered at TSTRANSCO's stores / Mydaram 400 kV Substation.
11. Any wastage at site regarding bolts & nuts during erection stage in the switchyard shall be taken care of in the supply itself. 2 ½% extra
bolts & nuts spring washers, flat washers and step bolts & nuts and balance materials should be handed over after erection of
structures for future maintenance works.

12. The templates are painted only and should be returned to TSTRANSCO stores/ 400kV sub-station after completion of work if procured
in the contract. The templates should be repainted after usage before handing over to stores.

13. The prices indicated in the schedule shall be inclusive of the cost of foundation bolts and base plates of various sizes wherever required
as per the design. Hence no separate rate will be paid for.

14. Approved drawings for structure shall be adopted by the contractor. The quantities include structural requirement for bus arrangement
& equipment erection.

15. Site handling includes transportation from stores to site & stores.

Earthing and Earth Mat:

16. The payment will be limited to actual quantities for the complete requirement of main earth mat as per the design requirements and
standards specified in the bidding documents for the total area of 400 kV Switchyard covered in the scope. Risers and equipment
earthing for the equipment and structures covered in the scope shall be based on the approved drawing.

17. The installation cost includes charges for welding at the joints for earth mat and other
locations of the earthing system and applying Bitumen compound.

18. Earthing of Power Cables as specified and Earthing of motors by 25 x 6 mm GS Flat shall be free of cost.

Bus Bar Materials:

19. The payment will be limited to actual quantities required as per the approved design drawings.

20. The cost of 4.5" IPS aluminum conductor /pipe includes cost of bending and welding etc. as required for erection of this conductor
for equipment inter-connections.

21. Any other items not specifically quoted above shall also be provided at the free of cost to the TSTRANSCO to meet the system
requirement.

Power and Control Cables:

22. The Contractor shall prepare complete power and control cable schedules for indoor and outdoor for the substation detailing the cable
sizes, cable routing with route lengths, termination details without any extra cost and obtain approval for these schedules.

23. As required above, the contractor shall supply complete quantity of cable conduits etc, termination accessories, as per the system
requirements including two sets of cable termination kits for each size of power cable at no extra cost.
24. The quantity of Cables to be supplied shall be as required duly considering the cables to be taken delivery from the stock of cables
available with TSTRANSCO in other site/ stores.

Indoor and Outdoor Illumination:

25. The payments will be based on actual quantities as per approved drawings.

26. Contractor shall design indoor and outdoor illumination as per specification for 400/11 kV substation, Control House,
Switchyard, Street lighting etc.

27. The prices are inclusive of supply of complete requirement of indoor / outdoor Junction Boxes, Conduits, Lighting wires, lugs, ferules
etc., for completing Indoor and outdoor Lighting system for Mydaram 400/11kV Substation.

Fire Protection, Detection, & Alarm Systems:

28. The quantities are purely tentative. Contractor shall design the system as per the bidding documents and execute the same as per the
approved drawings.
29. The payments will be based on actual quantities as per approved drawings. Price adjustment for the size / capacity of the items which
are not indicated will be done as per the price for nearest lower size / capacity of the item of this schedule.

30. Any other item required for completion of the system as per bidding document is deemed to have been included in this schedule.

31. MS Pipe prices are for ERW pipes to API-5L GRB above 150NB and carbon steel pipe heavy class black for the pipes of 150NB and below
as per IS: 3589 and IS: 1239 with anti-corrosion treatment.

32. 'Set' mentioned above include total number of equipments to be covered therein including the standby equipment to meet the
requirement as per specification in Bidding document.

33. Fire Protection, Detection & Alarm System shall be erected as per the Tariff Advisory Committee standards and regulations for getting
maximum permissible rebates in fire insurance premium. The contractor shall obtain approval of the system by TAC also.

Air-Conditioning and Ventilation System:

34. The above quantities are purely tentative. M/s. GVPR Engineers Ltd-Siemens Ltd-(JV) shall design the system as per the bidding
document and execute the same as per the approved drawings.

35. The above prices are on lump sum basis and payments will be limited to the above for complete requirement of supply of the system as
per the specification.
36. Any other item as considered necessary for completion of the system as per bidding document is deemed to have been included in this
schedule.

Diesel Generator Set :

37. With in the Total Price it is deemed that all the other items which are not specifically mentioned but required are deemed to have been
included for supply, erection, testing and commissioning of the DG set.

38. The prices are on lump sum basis and payments will be limited to the above for complete requirement of the system as per the
specification requirement.

39. Any other item as considered by the Contractor for completion of the system as per bidding document is deemed to have been
included in the above prices.

40. 'Set' mentioned include total number of equipments to be covered therein including the standby equipment as specified in the bidding
documents.

Control House Furniture


41. All the furniture items shall be of Godrej or other standard make as approved by TSTRANSCO.

Battery & Battery Charges, AC & DC DB, Control & Relay Panels:

44. The quantities mentioned in the price schedules are purely tentative. M/s.GVPR Engineers Ltd-Siemens Ltd-(JV) shall design the system
as per the bidding documents and execute the same as per the approved drawings.

45. Any other item as considered necessary for completion of the system as per bidding document is deemed to have been included in this
price schedule.

Sd/-

Chief Engineer / Projects-I


Annexure- I

P.O.No.183 /OM- 39 /CE / Proj-I / SE / 400kV / D1A1/Mydaram / D. No : 924/2/16, Dt : 30 -09-2016.

Date of tender opening: 10.06.2016

1.1 Price variation clause for Sub-Station Structures, Sub-station Earth Rod / Flat :

1.1.1 The Price Variation applicable in respect of Sub-Station Structures, Earth Rod / Flat (in Earthing) shall be as per G.O. Ms. No. 94,
Dt: 16.04.2008, the T.O.O. (CE - Construction) Ms. No. 50, dt.10-06-2008 and the T.O.O. (CE - Construction) Ms. No. 87, Dt : 29-
07-2008, T.O.O. (CE – Construction-2) Ms. No. 242, Dt : 08-11-2012 subject to the following conditions:

a) Price variation shall be applicable for both upward and downward variation in prices of respective items.

b) The price adjustment for sub-station Structures, Earth Rod / Flat shall be as per absolute variation between the
estimated rate and the rate approved by the TSTRANSCO based on the Govt. of TS orders.
c) Basic Rate for Galvanised Structures, Earth Rod / Flat will be communicated every month. The adjustment scheme will
be applied in all cases where the variation between the estimated rates and the approved rates (increase or decrease) is
more than 5% for the month. Thus if the price excess is 10%, payment will be made only to the extent of 5% (10%-5%).
Further, the same procedure should be also followed for Negative Price variation.

d) For the purpose of Price adjustment where material are supplied within the scheduled delivery period, the date of delivery
is the date on which the material is notified as being ready for inspection / dispatch. (In the absence of such notification,
the date of manufacturer’s dispatch note shall be considered as the date of delivery). If the date of delivery is beyond the
scheduled delivery period, the scheduled delivery date or the actual delivery date (as indicated in Form – 13 date)
whichever is advantageous to the Purchaser will form the basis for calculation of price variation. For the purpose of
calculation of price variation, the prices of Sub-Station Structures, shall be taken as those prevailing on the first working
day of the calendar month two months prior to the date of delivery and the prices of Earth Rod / Flat shall be taken as
those prevailing on the first working day of the calendar month one month prior to the date of delivery.

e) For the time extension period due to department fault, the price variation is applicable (both +ve and –ve). For the time
extension period due to contractor’s fault, only –ve price variation is applicable. The price variation amount can be
claimed for each batch of supplies made from time to time (out of total quantity) and will be payable after due verification.

f) The Basic rate of Substation Structures and Earth Rod/Flat (G.I/M.S) are as per Circular of TSTRANSCO.

g) The above rates are inclusive of fabrication and galvanization charges, all taxes and duties. For Sub-station structures
(Lattice structures) Transmission Line towers rate is considered in the estimate as these meant for Quad Moose. For Pipe
structures Substation structures rate is considered.
h) The total adjustment for structural steel and earth flat/Rod shall be subject to a maximum ceiling of (+50%) individually
of the respective Ex-works prices/bid prices (own manufactured/bought out items as the case may be). However there is
no ceiling for negative variation.

1.2 Price variation clause for Sub-station Equipment/ Material:

1.2.1 The Price Variation applicable in respect of Circuit Breaker, Instrument transformers, Surge Arresters, Isolators and cables is subject to
the following conditions:

a) Price variation shall be applicable for both upward and downward variation in prices of respective items. Price variations for all
equipments and cables have been updated with IEEMA.

b) The prices are variable. Price variation will be calculated as per IEEMA formulas mentioned under clause 19.2.2 below.

c) For the purpose of Price adjustment where material are supplied within the scheduled delivery period, the date of delivery is
the date on which the material is notified as being ready for inspection / dispatch. (In the absence of such notification, the
date of manufacturer’s dispatch note shall be considered as the date of delivery) or the contracted delivery date (including
any agreed extension thereto) whichever is earlier. If the date of delivery is beyond the scheduled delivery period, the
scheduled delivery date or the actual delivery date (as indicated in Form – 13 date) whichever is advantageous to the
Purchaser will form the basis for calculation of price variation.

d) The price variation amount can be claimed for each batch of supplies made from time to time (out of total quantity) and will be
payable after due verification.
e) The total adjustment for Circuit Breaker, Instrument transformers, Surge Arresters, Isolators and cables shall be subject to a
maximum ceiling of (+50%) individually of the respective Ex-works prices/bid prices (own manufactured/bought out items as
the case may be). However there is no ceiling for negative variation.

f) Notwithstanding the formula applicable for regulating the price variation, if at any time any documentary evidence proof or
certificate in regard to the price variation bills is required by the purchaser, the supplier will have to furnish the same to the
purchaser.

g) IEEMA indices have been taken into consideration for arriving the base rates of all equipments, cables, etc.

1.2.2 PRICE VARIATION FORMULA APPLICABLE FOR CIRCUIT BREAKERS:

P= Po 19 + 17 x IS + 17 x C +13 x AL + 19 x IN + 15 x W

100 ISo Co ALo INo Wo

Wherein,

P = Price payable as adjusted in accordance with the above formula.

P0 = Price quoted/accepted.

IS0 = Wholesale price index number for 'Iron & Steel (Base: 1993-94=100)

This index number is as applicable for the week ending 1 st Saturday of the

month, three months prior to the date of tender opening.


C0 = 3,42,686/- Average LME settlement price of copper wire bars.

This price is as applicable for the month, two months prior to the date of tender opening.

AL0= 1,99,300/-Price of Busbar grade Aluminum.

This price is as applicable on the 1 st working day of the month, one month prior to the date of tender opening.

INo= 221.40 IEEMA Index for Insulator (Base: January 2003=100)

This index number is as applicable on the 1st working day of the month, one month prior to the date of tender opening.
W0 = 267/- All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry of Labour,
Govt of India (Base 2001 = 100)

This index number is as applicable on the first working day of the month, four months prior to the date of tender opening.

IS = 139.30 Whole sale price index number for “Iron & Steel (Base : 1993-94=100)’

This index number is as applicable for the week ending 1st Saturday on the month, four months prior to the date of delivery.

C= Average LME settlement price of copper wire bars

This price is as applicable for the month, three months prior to the date of delivery.

AL = Price of Busbar grade Aluminium

This price is as applicable on the 1st working day of the month, two months prior to the date of delivery.

IN = IEEMA index for insulator (Base: January 2003=100)


This price is as applicable on the 1st working day of the month, two months prior to the date of delivery.

W= All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry of Labour, Govt. of
India (Base 2001 = 100)

This index is as applicable on the first working day of the month, five months prior to the date of delivery.

The above prices and indices are as published by IEEMA vide circular reference number IEEMA(PVC)/SWGR (R-2)/_/_ prevailing as on first
working day of the month, one month prior to the date of tender opening.

1.2.3 PRICE VARIATION FORMULA APPLICABLE FOR INSTRUMENT TRANSFORMERS (CT & CVT)

P= Po 18 + 13 x C + 12 x ES +12 x IS + 23 x IM + 6 x TB +16 x W]

100 Co ESo ISo IMo TBo Wo

Wherein,

P = Price payable as adjusted in accordance with the above formula.

P0 = Price quoted/ accepted.

Co = 3,42,686/- Average LME settlement price of copper wire bars.

This price is as applicable for the month, two months prior to the date of tender opening.

ESo = 2,07,188/- C & F price of CRGO Electrical Steel Sheets

This price is as applicable on the 1st working day of the month, one month prior to the date of tender opening.
ISo = 139.30 Wholesale price index number for ‘Iron & Steel’ (Base: 1993-94=100)

This index number is as applicable for the week ending 1 st Saturday of the month, three months prior to the date of tender opening.

IMo = 221.40 IEEMA index for Insulator. (Base : January 2003=100)

This index is as applicable on the 1st working day of the month, one month prior to the date of tender opening.

TBo = 51,889/- Price of Transformer Oil Base Stock.

This price is as applicable on the 1st working day of the month, two months prior to the date of tender opening.

Wo = 268/- All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry of Labour,
Govt. of India (Base 1982=100)

This index number is as applicable on the first working day of the month, three months prior to the date of tender opening.

C= Average LME settlement price of copper wire bars.

This price is as applicable for the month, two months prior to the date of delivery.

ES = C & F price of CRGO Electrical Steel Sheets

This price is as applicable on the 1st working day of the month, one month prior to the date of delivery.

IS = Wholesale price index number for ‘Iron & Steel’ (Base: 1993-94=100)

This index number is as applicable for the week ending 1st Saturday of the month, three months prior to the date of delivery.

IM = IEEMA index for Insulator. (Base : January 2003=100)


This index is as applicable on the 1st working day of the month, one month prior to the date of delivery.

TB = Price of Transformer Oil Base Stock.

This price is as applicable on the 1st working day of the month, two months prior to the date of delivery.

W = All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry of Labour, Govt. of
India (Base 1982=100)

This index number is as applicable on the first working day of the month, three months prior to the date of delivery.

The above index numbers are as published by IEEMA vide circular reference number IEEMA (PVC)/INST.TR./ ) /_/_ prevailing as on first
working day of the month, one month prior to the date of tender opening.

1.2.4 PRICE VARIATION FORMULA APPLICABLE FOR ZINC OXIDE GAPLESS LIGHTNING ARRESTER

P= Po 20 + 15 x ZN + 15 x CO +10 x BI + 10 x BC + 10 x FP +15 x W + 5 x AL

100 ZNo COo Blo BCo FPo Wo ALo

Wherein,

P = Price payable as adjusted in accordance with the above formula.

P0 = Price quoted/accepted.
ZN0 = 1,49,100 /- Price of electrolytic high grade zinc. This price is as
applicable on the first working day of the month, one month prior to the date of tender opening.

CO0 = 1,752.72 Price of Cobalt. This price is as applicable on


the first working day of the month, one month prior to the date of tender opening.

BI0 = 732.76 Price of Bismuth. This price is as applicable on


the first working day of the month, one month prior to the date of tender opening.

BC0 = 4,575/- Price of Ball Clay. This price is as applicable on


the first working day of the month, one month prior to the date of tender opening.

AL0 = 1,31,952/- Price of Aluminium Ingots. This price is as


applicable on the first working day of the month, one month prior to the date of tender opening.

FP0 = 172.40 Whole scale price index number for fuel, power, Light & Lubricants.
This index number is as applicable for the 1 st Saturday of the month, three months prior to the date of tender opening.

W0 = 268/- All India Average Consumer Price index number for industrial workers, as published by the Labour Bureau, Ministry of Labour,
Govt. of India (Base 1982 = 100)

This index number is as applicable for the month, three months prior to the date of tender opening.

ZN = Price of electrolytic high grade zinc. This price is as applicable for


the first working day of the month, two months prior to the date of delivery.

CO = Price of Cobalt. This price is as applicable for the first


working day of the month, two months prior to the date of delivery.
BI = Price of Bismuth. This price is as applicable for the first
working day of the month, two months prior to the date of delivery.

BC = Price of Ball Clay. This price is as applicable for the first


working day of the month, two months prior to the date of delivery.

AL = Price of Aluminium Ingots. This price is as applicable for


the first working day of the month, two months prior to the date of delivery.

FP = Whole scale price index number for fuel, power, Light & Lubricants.
st
This index number is as applicable for the 1 Saturday of the month, four months prior to the date of delivery.

W= All India Average Consumer Price index number for industrial workers, as published by the Labour Bureau, Ministry of Labour, Govt.
of India (Base 1982 = 100). This index number is as
applicable for the month, four months prior to the date of delivery.

The above index numbers are as published by IEEMA vide circular reference number IEEMA (PVC)/ARSTR./ ) /_/_ prevailing as on first
working day of the month, one month prior to the date of tender opening.

1.2.5 PRICE VARIATION FORMULA APPLICABLE FOR ISOLATORS:

i) Price Variation Calculation for Insulator Portion of Isolators :

P= Po 15 + 5 x Zn + 53 x IN-INSLR + 27 x W 100 Zno INo-INSLR


Wo

Wherein,
P = Price payable as adjusted in accordance with the above formula.

P0 = Price quoted/accepted.

ZN0 = 1,49,100/- Price of electrolytic high grade zinc. This


price is as applicable on the first working day of the month, one month prior to the date of tender opening.

INo-INSLR0 = 221.40 Index number for Insulators based on relative prices and weightages (as given in brackets) of Wholesale price
index number for Fuel, Power, Light and Lubricants (28), Wholesale price index number for Basic metals, Alloys, and Metal
Products (15), Wholesale price index number for wood and wood products (6), and Ball Clay (4) calculated considering their
values as on 1st January 2003 as base equal to 100.

This index number is as applicable on the first working day of the month, one month prior to the date of tender opening.

W0= 268/- All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry
of Labour, Govt of India (Base 1982 = 100)
This index number is as applicable on the first working day of the month, three months prior to the date of tender
opening.

ZN = Price of electrolytic high grade zinc.

This price is as applicable on the first working day of the month, two months prior to the date of delivery.

INo-INSLR = Index number for Insulators based on relative prices and weightages (as given in brackets) of Wholesale price index
number for Fuel, Power, Light and Lubricants (28), Wholesale price index number for Basic metals, Alloys, and Metal
Products (15), Wholesale price index number for wood and wood products (6), and Ball Clay (4) calculated considering
their values as on 1st January 2003 as base equal to 100.

This index number is as applicable on the first working day of the month, two month prior to the date of delivery.
W= All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry of
Labour, Govt of India (Base 1982 = 100)
This index number is as applicable on the first working day of the month, four months prior to the date of delivery.

The above index numbers are as published by IEEMA vide circular reference number IEEMA (PVC)/INSLR./ )/_/_ prevailing
as on first working day of the month one month prior to the date of tendering.

ii) Price Variation Calculation for Metallic Portion of Isolators :

P= Po 19 + 17 x IS + 17 x C +13 x AL + 19 x IN + 15 x W

100 ISo Co ALo INo Wo

Wherein,

P = Price payable as adjusted in accordance with the above formula.

P0 = Price quoted/accepted.

IS0 = 139.30/- Wholesale price index number for 'Iron & Steel (Base: 1993-94=100)

This index number is as applicable for the week ending 1 st Saturday of the

month, three months prior to the date of tender opening.

C0 = 3,42,686/- Average LME settlement price of copper wire bars.

This price is as applicable for the month, two months prior to the date of tender opening.
AL0= 1,99,300 /- Price of Busbar grade Aluminium.

This price is as applicable on the 1 st working day of the month, one month prior to the date of tender opening.

IN0= 221.40/- IEEMA Index for Insulator (Base: January 2003=100)

This index number is as applicable on the 1st working day of the month, one month prior to the date of tender opening.
W0 = 267/- All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry of Labour,
Govt of India (Base 2001 = 100)

This index number is as applicable on the first working day of the month, four months prior to the date of tender opening.

IS = Whole sale price index number for “Iron & Steel (Base : 1993-94=100)’

This index number is as applicable for the week ending 1st Saturday on the month, four months prior to the date of delivery.

C= Average LME settlement price of copper wire bars

This price is as applicable for the month, three months prior to the date of delivery.

AL = Price of Busbar grade Aluminium

This price is as applicable on the 1st working day of the month, two months prior to the date of delivery.

IN = IEEMA index for insulator (Base: January 2003=100)

This price is as applicable on the 1st working day of the month, two months prior to the date of delivery.

W= All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry of Labour, Govt. of
India (Base 2001 = 100)

This index is as applicable on the first working day of the month, five months prior to the date of delivery.
The above prices and indices are as published by IEEMA vide circular reference number IEEMA(PVC)/SWGR (R-2)/_/_ prevailing as on first
working day of the month, one month prior to the date of tender opening.

1.2.6 - PRICE VARIATION FORMULA APPLICABLE FOR CABLES

i) For Aluminium conductor PVC Insulated Cables :

P = P0 +AIF(AI-AIo)+CCFAI(CC-CCo) + FeF( Fe – Feo)

Wherein,

P = Price payable as adjusted in accordance with the above formula in Rs per Km

P0 = Price quoted/accepted in Rs per Km

AIF= Variation factor for Aluminium applicable depending upon type and size of the cable.

AIo= 1,21,260/- Price of EC grade aluminium rods (properzi rods)

This price is as applicable on the 1 st working day of the month, one month prior to the date of tender opening.

CCFAI = Variation factor for PVC Compound applicable depending upon type and size of the cable.

CCo = 1,26,750/- Price of PVC Compound

This price is as applicable on the 1 st working day of the month, one month prior to the date of tender opening.
AI = Price of EC grade aluminium rods (properzi rods)

This price is as applicable on the 1 st working day of the month, two months prior to the date of delivery.

CC = Price of PVC Compound

This price is as applicable on the 1 st working day of the month, two months prior to the date of delivery.

ii) For Steel Armoured PVC Insulated Copper Control Cables :

P = P0 +CuF(Cu-Cuo)+CCFCu(CC-CCo) + FeF(Fe-Feo)

Wherein,

P = Price payable as adjusted in accordance with the above formula in Rs per Km

P0 = Price quoted/accepted in Rs per Km

CuF= Variation factor for Copper applicable depending upon type and size of the cable.

Cuo= 3,55,131/- Price of CC copper rods

This price is as applicable on the 1 st working day of the month, one month prior to the date of tender opening.

CCFCu = Variation factor for PVC Compound applicable depending upon type and size of the cable.

CCo = 1,26,750/- Price of PVC Compound

This price is as applicable on the 1 st working day of the month, one month prior to the date of tender opening.
FeF= Variation factor for Steel for Steel Armoured PVC Insulated Copper Control Cables applicable depending upon type and size of the
cable.

Feo = 60,500/- Price of steel strips/steel wires

This price is as applicable on the 1 st working day of the month, one month prior to the date of tender opening.

Cu = Price of CC copper rods

This price is as applicable on the 1 st working day of the month, two months prior to the date of delivery.

CC = Price of PVC Compound

This price is as applicable on the 1 st working day of the month, two months prior to the date of delivery.

Fe = Price of steel strips/steel wires

This price is as applicable on the 1 st working day of the month, two months prior to the date of delivery.

1.2.7 Price variation clause for ACSR Moose Conductor:

The price of ACSR Moose Conductor shall be based on and subject to adjustment due to variation in the following factors:

i) E.C. Grade Aluminum ( Base : 1,55,187/-) The ex-works cost of indigenous E.C. grade aluminum wire rod based on average
price of M/s. Nalco, Balco, Hindalco, and Malco as given in CACMAI circulars prevailing as on 30 days prior to the Bid opening.

ii) HTGS Wire : ( Base: 93,000/-) The ex-works cost per MT of HTGS wire exclusive of duties and taxes prevailing as on 30 days
prior to the Bid opening corresponding to 3.00 to 4.09 mm designation, as given in CACMAI circulars prevailing as on 30 days
prior to the Bid opening.

iii) The above basic prices of raw materials will remain unaltered during the execution of contract.
iv) For any variation up or down in the prices of raw materials as defined above, for every one rupee change in the rate of one MT of
EC grade aluminium wire rod and HTGS wire the corresponding increase or decrease in price per KM of finished conductor
allowable shall be as given below :

Variation in Rs. Per kM of Conductor


CONDUCTOR TYPE For For HTGS wire 2.79
Aluminium mm to 4.09 mm
MOOSE ACSR CONDUCTOR 1.467 0.537

P=Po + (Al- Alo) x 1.467 + (St - Sto) x 0.537.


v) For the purpose of calculation of price variation, the prices of HTGS wire and EC grade aluminium shall be taken as those
prevailing on the first working day of the calendar month one month prior to the date of delivery.

vi) The Base and final prices/ indices shall correspond to same manufacturers as given in the CACMAI.

vii) The proportionate taxes and duties on such increase or decrease in the price conductor is to the TSTRANSCO’s account, as per
actual on production of the gate pass relating to the consignments for which price variation is claimed.

viii) The date of delivery shall be the date of receipt of materials in good condition at destination stores (i.e. check measurement date
as per Form-13) for the purpose of the price variation calculations.

ix) If the delivery of the material is within the scheduled delivery period, the Price variation applicable will be based on the actual
delivery.

x) In the case the purchaser advance the delivery, the price variation applicable will be based on the actual delivery.
xi) Irrespective of increase in the prices of raw materials, the price increase per KM of the conductor in the Ex-works price will be
limited to a maximum of 50% over the original ex-works price/accepted price mentioned above (own manufactured/bought out
items as the case may be). However there is no ceiling for negative variation.

xii) The price variation amount can be claimed for each batch of supplies made from time to time (out of total quantity) and will be
payable after due verification.

xiii) In case of conductors, where the supplier makes his own arrangements to get the Rod made out of Aluminium Ingots, the prices
of Aluminium Rod as per CACMAI mentioned above will only be taken into consideration for arriving at the price variation
claims irrespective of whatever expenditure the supplier might have incurred in getting the ingot converted into Rod.

xiv) If the date of delivery as defined in the P.V. formula is beyond the scheduled delivery date, the scheduled delivery date or the
actual delivery date (i.e. check measurement date as per Form-13) whichever is advantageous to the Purchaser will form the basis
for calculation of price variation.

xv) Notwithstanding the formula applicable for regulating the price variation, if at any time any documentary evidence proof or
certificate in regard to the price variation bills is required by the purchaser, the supplier will have to furnish the same to the
purchaser.

1.2.8 PRICE VARIATION CLAUSE FOR POWER TRANSFORMER

The Price variation formula applicable as per IEEMA circular No. IEEMA/ PVC/ POWER/2003(R-1), dt: 01.04.2015, communicated by
IEEMA transformer division.
P0 C ES IS IM TO W
P= 10 +29 +27 +7 +5 +7 +15
100 Co ESo ISo IMo TOo Wo

Where,

P = Price payable as adjusted in accordance with the above formula.

Po = Price quoted/confirmed

Co = 3,35,582/- Average LME settlement price of copper wire bars (refer notes)

This price is as applicable for the month, ONE month prior to the date of tendering.

ESo = 2,43,750/- Price of CRGO Electrical Steel Lamination (refer notes)

This price is as applicable on the 1st working day of the month, ONE month prior to the date of tendering.

ISo = 32,721/- Average price of Steel Plates 10mm thick (refer notes)

This price is as applicable on the 1st working day of the month ONE month prior to the date of tendering.
IMo = 466.60 Price of Insulating Materials (refer notes)

This price is as applicable on the 1st working day of the month, ONE month prior to the date of tendering.

TOo = 64,831/- Price of Transformer Oil (refer notes)

This price is as applicable on the 1st working day of the month, ONE month prior to the date of tendering.

Wo = 268/- All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry
of Labour, Govt. of India (Base: 2001=100)

This price is as applicable on the 1st working day of the month, THREE months prior to the date of tendering.

The above prices and indices are as published by IEEMA vide circular reference number No. IEEMA/PVC/PWR_TRF_upto
400kV/2015/_/_ one month prior to the date of tendering.

C = Average LME settlement price of Copper wire bars (refer notes)

This price is as applicable for the month, two months prior to the date of delivery.

ES = C&F price of CRGO Electrical Steel Sheets (refer notes)

This price is as applicable on the 1st working day of the month, TWO months prior to the date of delivery.
IS = Average price of Steel Plates 10mm thick (refer notes)

This price is as applicable on the 1st working day of the month ONE month prior to the date of delivery.

IM = Price of Insulating Materials (refer notes)

This price is as applicable on the 1st working day of the month, TWO months prior to the date of delivery.

TO = Price of Transformer Oil (refer notes)

This price is as applicable on the 1st working day of the month, one month prior to the date of delivery.

W = All India average consumer price index number for industrial workers, as published by the Labour Bureau, Ministry of
Labour, Govt. of India (Base: 2001=100)

This index number is as applicable on the 1st working day of the month, THREE months prior to the date of delivery.

The above prices and indices are as published by IEEMA vide circular reference number no.IEEMA/PVC/PWR_TRF_upto
400kV/2015/_/_ one month prior to the date of delivery.
The “date of delivery “ shall be the date on which the Transformer is notified as being ready for inspection/dispatch ( in the absence of such
notification, the date of manufacturer’s dispatch note shall be considered as the date of delivery) or the contracted delivery date (including
any agreed extension thereto),whichever shall be earlier for calculation Price Variation applicable.

Irrespective of the increase in the prices of raw materials the price variance (increase) will be limited to a maximum of 50% over the original
quoted price and no ceiling for negative variation.

The proportionate taxes and duties on such increase or decrease in the price is to the TSTRANSCO’s account, as per actual on production of
the gate pass relating to the consignments for which price variation is claimed.

If the date of delivery as defined in the P.V. formula is beyond the contracted/ scheduled delivery date, the scheduled delivery date or the
actual (Form-13) delivery date whichever is advantageous to the Purchaser will form the basis for calculation of price variation.

1.3. PRICE VARAITION CLAUSES FOR 400KV TRANSMISSION LINES ITEMS :

1.3.1 The Price Variation applicable in respect of the items Transmission towers including Bolts & Nuts, Moose ACSR Conductor and GSS
earth wire is subject to the following conditions:
(a) Price variation shall be applicable for both upward and downward variation in prices
(b) The indices adopted for calculation of price variation shall be
For Transmission line towers including Bolts & Nuts - IEEMA
For ACSR Moose Conductor - CACMAI
For Earth wire - CACMAI
(c) The price variation is limited to maximum of 50% over the Price quoted/accepted mentioned above (own manufactured /
bought out items as the case maybe). However there is no ceiling for negative variation.

(d) If the delivery of the material is within the scheduled delivery period, the Price variation applicable will be based on the actual
delivery (the date on which Transmission line towers are notified as being ready for inspection / dispatch) for transmission
towers and check measurement date as per Form-13 in case of conductor and earth wire.

(e) In the case the purchaser advance the delivery, the price variation applicable will be based on the actual delivery (the date on
which Transmission line towers are notified as being ready for inspection / dispatch) for transmission towers and check
measurement date as per Form-13 in case of conductor and earth wire.

(f) If the date of delivery as defined in the P.V. formula is beyond the contracted delivery date, the contracted delivery date (the
date on which Transmission line towers are notified as being ready for inspection / dispatch) for transmission towers and check
measurement date as per Form-13 in case of conductor and earth wire whichever is advantageous to the Purchaser will form
the basis for calculation of price variation.

(g) Notwithstanding the formula applicable for regulating the price variation, if at any time any documentary evidence or certificate
in regard to the price variation bills is required by the purchaser, the supplier will have to furnish the same to the purchaser.

(h) The proportionate taxes and duties on such increase or decrease in the price is to the TSTRANSCO’s account, as per actual on
production of the gate pass relating to the consignments for which price variation is claimed.
(i) The price variation amount can be claimed for each batch of supplies made from time to time (out of total quantity) and will be
payable after due verification.

(j) In specific cases for which the contractor is not responsible, extension of the agreement period may be given duly rescheduling
the programme of delivery with the approval of competent authority. In all such cases, TSTRANSCO will consider application of
Price variation clause case to case.

1.3.2 Applicable formula for calculating Price Variation for Transmission towers including Bolts &Nuts

Prices are variable . Price Variation will be calculated according to IEEMA formula as given below.

P = Po ( 11 + 32 x SBLR + 25 x SBIR + 09 x Zn + 23 x W )
100 SBLRo SBIRo Zno Wo
Wherein,

P = Price payable as adjusted in accordance with the above formula.

Po = Price quoted/accepted

SBLRo = 26,629/- Price of Steel Blooms Retail


This price is as applicable on the 1st working day of the month, One month prior to the date of tender
opening.
.
SBIRo = 26,438/- Price of Steel Billets Retail
This price is as applicable on the 1st working day of the month, One month prior to the date of tender
opening.

Zno = 1,49,100/- Price of Electrolytic high grade zinc


This price is as applicable on the 1st working day of the month, One month prior to the date of tender
opening.

Wo = 268/- All India average consumer price index number for industrial workers, published by the Labour
Bureau, Ministry of Labour, Govt of India (Base : 2001 = 100). This index number is as applicable on the
first working day of the month, three months prior to the date of tender opening.

SBLR = Price of Steel Bloom Retail


This price is as applicable on the 1st working day of the month, Two months prior to the date of delivery.

SBIR = Price of Steel Billets Retail


This price is as applicable on the 1st working day of the month, two months prior to the date of delivery.

Zn = Price of Electrolytic high grade zinc


This price is as applicable on the 1st working day of the month, two months prior to the date of delivery.

W = All India average consumer price index number for industrial workers, as published by the Labour Bureau,
Ministry of Labour, Govt of India (Base : 2001 = 100). This index number is as applicable on the first
working day of the month, four months prior to the date of delivery.
The date of delivery is the date on which Transmission line towers are notified as being ready for inspection / dispatch (in the
absence of such notification, the date of manufacturer’s dispatch note is to be considered as the date of delivery).

1.3.3. PRICE VARIATION FOR ACSR MOOSE CONDUCTOR

The price shall be based on and subject to adjustment due to variation in the following factors:
i) E.C. Grade Aluminium ( Base : 1,55,187/-) : The ex-works cost of indigenous E.C. grade aluminium wire rod based on
average price of M/s. Nalco, Balco, Hindalco, and Malco as given in CACMAI circulars prevailing as on 30 days prior to
the Bid opening.

ii) HTGS Wire : ( Base: 93,000/-) The ex-works cost per MT of HTGS wire exclusive of duties and taxes prevailing as on
30 days prior to the Bid opening corresponding to 3.00 to 4.09 mm size, as given in CACMAI circulars prevailing as on
30 days prior to the Bid opening.

iii) The above basic prices of raw materials will remain unaltered during the execution of contract.

iv) For any variation up or down in the prices of raw materials as defined above, for every one rupee change in the rate of one
MT of EC grade aluminium wire rod and HTGS wire the corresponding increase or decrease in price per KM of finished
conductor allowable shall be as given below:

Variation in Rs. Per Km of Conductor


CONDUCTOR TYPE For HTGS wire 3.00
For Aluminium
mm to 4.09 mm
MOOSE ACSR CONDUCTOR 1.467 0.537
P = P0 + 1.467 *(Al-Al0 ) + 0.537* (St -St0 )
v) For the purpose of calculation of price variation, the prices of HTGS wire and EC grade aluminium shall be taken as those
prevailing on the first working day of the calendar month one month prior to the date of delivery.

vi) The Base and final prices/ indices shall correspond to same manufacturers as given in the CACMAI.

vii) The date of delivery shall be the date of receipt of materials in good condition at destination stores (i.e. check
measurement date as per Form-13) for the purpose of the price variation calculations.

viii) Irrespective of increase in the prices of raw materials, the price increase per kM of the conductor in the Price quoted /
accepted will be limited to a maximum of 50% over the original Price quoted / accepted mentioned above (own
manufactured / bought out items as the case maybe). However there is no ceiling for negative variation.

ix) In case of conductors, where the supplier makes his own arrangements to get the Rod made out of Aluminium Ingots, the
prices of Aluminium Rod as per CACMAI mentioned above will only be taken into consideration for arriving at the price
variation claims irrespective of whatever expenditure the supplier might have incurred in getting the ingot converted into
Rod.

1.3.4 PRICE VARIATION FOR GSS EARTHWIRE:

Prices are Variable :

i) The formula for calculation of the price adjustment to be applied to the Price quoted / accepted component of Galvanised Steel
Earth wire is as below:
ECEW1 = ECEW [0.15 + 0.74 (A1/A0) + 0.11(L1/L0)] - ECEW

Where,

ECEW1 = Price adjustment amount payable on Price quoted / accepted of Earth wire, shipment-wise.

ECEW = Ex-works price for Earth wire, shipment-wise.

A = 93,000/- Published price indices for high tensile steel galvanized wire, as published by CACMAI.

L = 270/- All India consumer price index for industrial workers as published by Labour Bureau, Shimla (Govt. of India).

a) Subscript '0' refers to indices as on thirty (30) days prior to date of opening of Bids, for materials & labour.

b) Subscript '1' refers to indices as on 60 (sixty) days prior to the date of delivery, for materials & labour.

ii) The Base and final prices/ indices shall correspond to same manufacturers as given in the CACMAI.
iii) The date of delivery shall be the date of receipt of materials in good condition at destination stores (i.e. check measurement date
as per Form-13) for the purpose of the price variation calculations.

iv) Irrespective of increase in the prices of raw materials, the price increase per KM of the conductor in the Price quoted / accepted
will be limited to a maximum of 50% over the original Price quoted / accepted mentioned above (own manufactured / bought out
items as the case maybe. However there is no ceiling for negative variation.

Sl. No. Description Qty UOM Ex-works Excise Freight Insurance VAT @ Unit FAD TOTAL FAD
in Rs. Duty @ charges charges 5% (in Price Price (including
12.50% incl. incl. Rs.) (including Taxes & Duties)
in Rs. Incl Service Service Taxes & in Rs
ex works Tax Tax in Rs Duties) in Rs
in Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS2 : PRICES FOR SUPPLY OF EARTHING & EARTH MAT
1 Design, supply, transportation
to site of complete earthing mat
in the total area of 400 KV
switch yard, GIS yard including
future bays and 11 KV switch
yard( if required), risers as per
technical specification and
approved drawings.
(a) M.S. Rod 40 mm dia. 190 MT 56605.9 incl 1132.12 566.06 incl 58304.08 11077775.20

(b) G.S. flat 75 x 12 mm 180 MT 78668.77 incl 1573.38 786.68 incl 81028.83 14585189.40

(c) G.S. flat 50 x 8 mm 6 MT 78668.77 incl 1573.38 786.68 incl 81028.83 486172.98

(d) G.S. flat 100 x 10 mm 80 MT 78668.77 incl 1573.38 786.68 incl 81028.83 6482306.40

(e) Copper Flat 50 x 8 mm 25 MT 623989.08 incl 1573.38 566.06 incl 626128.52 15653213.00
( 1mtr=3.8 kg)& ( 1kg=600 Rs.)
(f) Flexible Copper Conductor 300 200 mtrs 519.99 incl 10.40 5.20 incl 535.59 107118.00
Sqmm
(g) Un-Treated Earth pits including 23 Nos. 4222.49 incl 60.30 20.45 incl 4303.24 98974.52
supply of 40 mm dia rod
electrode, disconnecting
links,connecting flat and all
required materials and RCC
collar for LMs, Peak Towers,
LAs, carrier couplings and CVTs
as per specification.
2 Discharge rod 10 ft long with 24 Nos 6477.89 incl 91.99 30.68 incl 6600.56 158413.44
suitable screw type clamp
suitable for moose conductor &
15 Mtrs long 10 sqmm Copper
lead with heavy duty crocodile
clamp.
3 Electrical safety hand glooves 50 Pairs 4122.02 incl 58.27 20.45 incl 4200.74 210037.00
suitable for the operation in
400kV switchyard of ISI Quality.
4 2 Mtr x 1 Mtr, 10mm thick 120 Nos 3533.27 incl 50.09 16.35 incl 3599.71 431965.20
Rubber mats of ISI Quality.
TOTAL IN (Rs) FOR SCHEDULE - 49291165.14
MS2

Sl. No. Description Qty UOM Ex-works Excise Freight Insurance VAT @ Unit FAD TOTAL FAD
in Rs. Duty @ charges charges 5% (in Price Price
12.50% in incl. incl. Rs.) (including (including
Rs. Incl Service Service Taxes & Taxes &
ex works Tax Tax in Rs Duties) in Rs Duties) in Rs
in Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS3 : PRICES FOR SUPPLY OF BUS BAR MATERIAL
Design, manufacture, testing at
manufacturer's works, supply to
site, site handling including
storage of the following :
Aluminium tube, Bus post
insulators, Bay marshalling Boxes,
insulator hardware, clamps,
connectors, conductor spacers, all
accessories, jumper sleeves, and
all other material required to
make the 400kV bus bar system
including cross connections,
equipment interconnection
system complete in all respects as
per the specification and
drawings as approved.
1 400 kV Bus Post Insulators 36 Nos 48486.83 incl 687.94 228.97 incl 49403.74 1778534.64

2 4.5" IPS Aluminium tube of 300 Mtrs 4156.29 incl 54.29 18.46 incl 4229.04 1268712.00
electrical grade including welding
sleeves (for 400KV yard)
3 Bay Marshalling Boxes for 400KV 2 Nos. 13811.7 incl 196.26 65.43 incl 14073.39 28146.78
Bays
with 3mm Aluminimum sheet
4 400kV Single suspension 6 Nos. 16578.52 incl 196.26 65.43 incl 16840.21 101041.26
hardware suitable for Twin Moose
(Drop type)
5 400kV Double suspension 24 Nos. 44234.19 incl 627.63 209.54 incl 45071.36 1081712.64
hardware suitable for Quad
Moose
6 400kV Double Tension hardware 24 sets 41147.63 incl 583.68 194.22 incl 41925.53 1006212.72
suitable for Quad Moose
7 400 KV Conductor Spacers for 54 Nos. 1381.17 incl 19.43 6.13 incl 1406.73 75963.42
Quad moose
8 400 KV Conductor Spacers for 54 Nos. 1105.58 incl 15.33 5.11 incl 1126.02 60805.08
twin moose
9 400 kV clamps & connectors
including jumper sleeves
(a) BPI Clamps for 4.5 " IPS Rigid 48 Nos. 4087.5 incl 62.98 20.62 incl 4171.1 200212.8
/sliding/expansion type
(b) T Connectors SM to SM 48 Nos. 1006.17 incl 10.22 3.07 incl 1019.46 48934.08

(c) T Connectors TM to SM 48 Nos. 1105.6 incl 11.24 4.09 incl 1120.93 53804.64

(d) Inter connector QM to 4.5" IPS Al. 36 Nos. 2655.78 incl 41.41 13.80 incl 2710.99 97595.64
Tube
(e) Corona spheroid 24 Nos. 2761.27 incl 38.84 13.29 incl 2813.4 67521.6

(f) PG Clamps Moose to Moose 96 Nos. 622.49 incl 9.20 3.07 incl 634.76 60936.96

10 Earthwire Hardware

(a) Pad type Compressor clamp for 10 Nos. 874.3 incl 12.26 4.09 incl 890.65 8906.50
GS Earth wire to 75 x 12 Flat

(b) Cleat type Clamp for G.S Earth 100 Nos. 874.3 incl 12.26 4.09 incl 890.65 89065.00
wire
(C) T clamp for GS Earth wire with 100 Nos. 874.3 incl 12.26 4.09 incl 890.65 89065.00
flexible jumpers
TOTAL IN (Rs) FOR SCHEDULE - 6117170.76
MS3

Sl. No. Description Qty UOM Ex-works Excise Freight Insurance VAT Unit FAD TOTAL FAD
in Rs. Duty @ charges charges @ 5% Price Price (including
12.50% incl. incl. (in (including Taxes & Duties)
in Rs. Incl Service Tax Service Rs.) Taxes & in Rs
ex works Tax in Rs Duties) in Rs
in Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS4 : PRICES FOR SUPPLY OF POWER AND CONTROL CABLES
I Design of complete cabling
system for the entire
substation, preparation of
cable scheduling ,
manufacture, shop testing,
packing and forwarding ,
transportation to site/stores,
providing conduits,cable
termination kits, cable lugs
and glands of the following
Power & Control Cables as
per requirement.
1 Single core, 630 Sq.mm, 1100 1 Km 549119.12 incl 7420.13 2473.72 incl 559012.97 559012.97
V XLPE, FRLS insulated PVC
sheathed, Aluminium
wire/strip armoured,
stranded aluminium
conductor cable.
2 Single core, 300 Sq.mm, 1100 1.6 Km 342821.92 incl 4863.62 1621.21 incl 349306.75 558890.80
V XLPE, FRLS insulated PVC
sheathed, Aluminium
wire/strip armoured,
stranded aluminium
conductor cable.
3 3 ½ core 300 Sq.mm, 1100 V, 1 Km 1276004.29 incl 18103.13 6030.97 incl 1300138.39 1300138.39
XLPE, FRLS insulated PVC
sheathed, galvanised steel
wire / strip armoured,
stranded aluminium
conductor cable.
4 1100 V, PVC, FRLS insulated
PVC sheathed, galvanised
steel wire / strip armoured,
stranded aluminium
conductor cable.
(a) 3.5 core, 35 Sq.mm. 3 Km 142213.11 incl 1976.93 659.32 incl 144849.36 434548.08

(b) 4 core, 16 Sq.mm. 8 Km 103733.19 incl 1321.7 439.55 incl 105494.44 843955.52

('c) 4 core, 6 Sq.mm. 8 Km 104243.54 incl 1305.34 435.46 incl 105984.34 847874.72
(d) 2 core, 6 Sq.mm. 2.5 Km 81461.05 incl 1015.04 337.33 incl 82813.42 207033.55

5 1100 V, PVC, FRLS insulated


PVC sheathed, galvanised
steel wire / strip armoured,
stranded copper conductor
cable
(a) 3 core 2.5 Sq.mm. 3 Km 114167.39 incl 2732.33 27.6 incl 116927.32 350781.96

(b) 5 core 2.5 Sq.mm. 8 Km 136324.17 incl 1839.96 613.32 incl 138777.45 1110219.6

(c) 7 core 2.5 Sq.mm. 3 Km 212937.77 incl 5151.88 51.12 incl 218140.77 654422.31

(d) 10 core 2.5 Sq.mm. 8 Km 224018.35 incl 3066.59 1022.2 incl 228107.14 1824857.12

(e) 14 core 2.5 Sq.mm. 7 Km 297762.87 incl 4103.1 1367.7 incl 303233.67 2122635.69

(f) 19 core 2.5 Sq.mm. 4 Km 390873.16 incl 5405.39 1802.13 incl 398080.68 1592322.72

(g) 27 core 2.5 Sq.mm. 3 Km 665358.02 incl 16314.28 163.55 incl 681835.85 2045507.55

(h) 50 Sq. mm Multistrand 500 Mtrs 232.34 incl 3.07 1.02 incl 236.43 118215.00
flexible copper cable
6 Galvanised cable trays with
2mm thick perforated CRCA
sheet
(a) 200 mm size 1000 Mtrs 357.71 incl 5.11 2.05 incl 364.87 364870.00

(b) 450/600/1000 mm size 800 Mtrs 658.17 incl 9.20 3.07 incl 670.44 536352.00

(c) 1000/1200 mm size 1500 Mtrs 1093.54 incl 20.80 10.40 incl 1124.74 1687110.00

TOTAL IN (Rs) FOR SCHEDULE 17158747.98


-MS4
Sl. No. Description Qty UOM Ex-works Excise Freight Insurance VAT Unit FAD TOTAL FAD
in Rs. Duty @ charges charges @ 5% Price Price
12.50% incl. incl. (in (including (including
in Rs. Incl Service Service Rs.) Taxes & Taxes &
ex works Tax Tax in Rs Duties) in Rs Duties) in Rs
in Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS5 : PRICES FOR SUPPLY OF INDOOR AND OUTDOOR ILLUMINATION
Design of indoor and out door
illumination as per specification for
400 KV Substation,GIS Building
Switchyard,Control House, Auxiliary
Buildings, street lighting, supply of
following items as per the approved
design and drawings.
A Indoor Lighting Fixtures.

(1) 2 x 36W fluorescent lamp with


fixture of mirror optics in recessed
mounting type decorative
fluorescent fitting consisting of white
stove enameled sheet steel housing
with accessories and reflector of
aluminium sheet steel duly electro-
chemically brightened & anodised
fitted with alluminium lamellae
similar to Philips Cal. No. TBS - 285 /
236 and Bajaj Cat. No. BJLM - 236 /
Crompton Greaves Cat No. CRFA 24
HSB.
(a) Lamps 36W 120 Nos 41.06 incl 1.02 1.02 incl 43.1 5172.00

(b) Fixtures 60 Nos 1279.58 incl 18.4 6.13 incl 1304.11 78246.60

(c) Supply of 50 W LED lighting fixtures 60 Nos 12509.01 incl 19.54 6.51 incl 12535.06 752103.60
( 2'x2') suitable to above model Bajaj
/ Crompton Greaves /Philips.
(2) 2 x 36W fluorescent lamps in
decorative lighting fixtures with wide
spread mirror optics suitable for
pendent mounting with twin tube
complete with all accessories similar
to Philips Cat. No. TCS - 31/236 /
Bajaj Cat. No. BJSM - 236 /
Crompton Greaves Cat No. CSBW
1124 HSB makes
(a) Lamps 36W 100 Nos 41.06 incl 1.02 1.02 incl 43.1 4310.00

(b) Fixtures 50 Nos 1508.69 incl 21.47 7.15 incl 1537.31 76865.50

(3) 2 x 36W fluorescent lamps in


Industrial reflector type fixtures
complete with accessories and
suitable for pendent mounting
similar to Philips Cat. No. TKC -
24/236 /Bajaj Cat. No. BJIV - 236/
Crompton Greaves Cat No. 1VE 1224
HSB makes
(a) Lamps 36W 40 Nos 41.06 incl 1.02 1.02 incl 43.1 1724.00

(b) Fixtures 20 Nos 1691.33 incl 23.52 8.17 incl 1723.02 34460.40

(4) 100W Incandescent GLS lamp in


recessed black anodised bowl,
reflector with provisions for lamp
replacement from bottom similar to
Philips Cat. No. DBD-10 / Bajaj
/Crompton Greaves makes
(a) Lamps 30 Nos 8.65 incl 1.02 1.02 incl 10.69 320.70

(b) Fixtures 30 Nos 22.69 incl 1.02 1.02 incl 24.73 741.90

(5) 1 x 11W CFL lamp Emergency light 20 Nos 4571.49 incl 61.33 20.44 incl 4653.26 93065.20
with Battery operated portable
fixtures with built in chargeable
batteries and battery charger
suitable for a lighting period of six
hours of make
Bajaj/Philips/CGL/BPL.
(6) 9W CFL lamp in Bulk head fixtures
with cast aluminium alloy body
suitable for column, wall and ceiling
mounting finished stove enameled
silver grey outside white inside to be
supplied complete ( prisat front glass
,wire guard, tropicalised, gasket,and
E.S Porcelain , lamp holder taped
3/4" E.T for conduit entry) similar to
Philips Cat. No. FXC 101/ Bajaj Cat.
No. BJBE - 19 / Crompton Greaves.
(a) Lamps 20 Nos 143.76 incl 2.05 1.02 incl 146.83 2936.60

(b) Fixtures 20 Nos 624.68 incl 8.17 3.07 incl 635.92 12718.40

(7) 1 x 36W flourescent lamp fitting wall


mounted or pendent mounted of
Philips, Bajaj, CGLmake or equivalent
(a) Lamps 25 Nos 43.21 incl 1.02 1.02 incl 45.25 1131.25

(b) Fixtures 25 Nos 431.21 incl 5.11 2.05 incl 438.37 10959.25

(8) Wire less Buzzer anchor make or 10 Nos 479.85 incl 6.14 2.04 incl 488.03 4880.30
equivalent approved make with ISI
mark.
(9) Following items for providing and
fixing concealed inroof and walls
with PVC Conduit piping of ISI
standards with necessary GI wire of
suitable guage to draw wires at later
date including cost of junction boxes
etc.cost and conveyance of all
materials
(i) 40 mm dia - 2mm thick 200 Mtrs 96.19 incl 1.02 1.02 incl 98.23 19646.00

(ii) 32mm dia - 2mm thick 350 Mtrs 96.19 incl 1.02 1.02 incl 98.23 34380.50

(iii) 25mm dia - 2mm thick 350 Mtrs 84.3 incl 1.02 1.02 incl 86.34 30219.00

(iv) 12mm dia - 1.5mm thick 250 Mtrs 57.28 incl 1.02 1.02 incl 59.32 14830.00

(10) Indoor Modular Main distribtion 4 Nos 10972.63 incl 153.33 51.12 incl 11177.08 44708.32
board suitable for wall insert with
1No 63A TP MCB for I/C and 6 Nos
32A SPMCB , 8 Nos 10 A SPMCB & 10
Nos 16A SPMCB with neutral link for
O/G complete make Havells
/LEGRAND or MDS or equivalent.
(11) Decorative type Lighting fixture with 12 Nos 4114.27 incl 58.27 19.43 incl 4191.97 50303.64
4 Nos 18W CFL Lamp for Portico,
Maingate etc make Bajaj/Philips or
equivalent.
B Out Door and street Lighting Fixtures

1 (a) High Bay Fixtures for 250 W HPSV 40 Nos 3772.72 incl 71.76 35.88 incl 3880.36 155214.40
lamps
1 (b) 250 W sodium vapour Lamps for the 40 Nos 857.98 incl 16.32 8.16 incl 882.46 35298.40
above
2 (a) High Bay Fixtures for 250 W HPMV 40 Nos 3455.59 incl 65.73 32.86 incl 3554.18 142167.20
lamps
2 (b) 250 W Mercury vapour Lamps for 40 Nos 857.98 incl 16.32 8.16 incl 882.46 35298.40
the above
3 (a) Flood Light fixtures for 2 Nos 400 W 10 Nos 10574.61 incl 309.73 3.07 incl 10887.41 108874.10
Sodium Vapour lamps similar to
Bajaj Cat. No. BJENF- 22 / Crompton
Greaves / Philips
3 (b) 400W Sodium Vapour lamps for the 20 Nos 507.92 incl 14.31 1.02 incl 523.25 10465.00
above.
4 (a) Street lighting fixtures suitable for 20 Nos 5282.63 incl 71.55 23.51 incl 5377.69 107553.80
150W Sodium Vapour lamp similar
to Philips Cat. No.SRP-51 and Bajaj
Cat. No. BJMSC/150 / Crompton
Greaves Cat. No. SSG 1515 H.
4 (b) 150W Sodium Vapour lamp for the 20 Nos 698.15 incl 9.2 3.07 incl 710.42 14208.40
above.
4 ('c) Supply of 90 W LED street lighting 20 Nos 23512.27 incl 61.33 20.45 incl 23594.05 471881.00
fixtures suitable to above model
Bajaj / Crompton Greaves /Philips.
5 (a) Street lighting fixtures suitable for 10 Nos 5282.63 incl 71.55 23.51 incl 5377.69 53776.90
250W Sodium Vapour lamp similar
to Bajaj Cat. No. BJEFT - 14CA/
Crompton Greaves/ Philips
5 (b) 250W Sodium Vapour lamp for the 10 Nos 815.96 incl 10.22 3.07 incl 829.25 8292.50
above
6 (a) Weather proof fixture for 125W MV 10 Nos 8159.51 incl 110.39 35.78 incl 8305.68 83056.80
Lamp post top lantern with case
aluminium canopy, mounting piece,
opal acrylic cover tropicated gasket
and all other accessories for
mounting on pole top of type E1.
6 (b) 125W Mercury Vapour Lamps for 30 Nos 720.86 incl 10.22 3.07 incl 734.15 22024.50
the above fixture.
7 Lighting Masts / Poles with junction
boxes, earthing materials and all
accessories as per drawing enclosed.
(a) Type A1 with junction box 10 Nos 15086.96 incl 213.64 71.55 incl 15372.15 153721.50

(b) Type E1 with junction box 10 Nos 12341.91 incl 173.77 58.27 incl 12573.95 125739.50

8 (i) Outdoor AC Lighting Panels , I/C 63A 12 Nos 19201.28 incl 271.90 90.98 incl 19564.16 234769.92
TPN SFU with suitable copper busbar
Outgoing 32A SP MCB - 15 Nos with
timer arrangement.
8(ii) AC Emergency Panel - I/C 32A TPN 4 Nos 19201.28 incl 271.90 90.98 incl 19564.16 78256.64
SFU & O/G 16 A SP MCB - 4 Nos.
(Indoor)
8(iii) 220V DC Emergency Lighting Panels 3 Nos 22857.39 incl 324.04 108.35 incl 23289.78 69869.34
(Indoor);I/C 32A DP SFU - 1
No;O/G10A BP MCB - 4 Nos.
9 Lighting Panels for Control house - 3 Nos 16913.39 incl 240.21 79.74 incl 17233.34 51700.02
I/C 63A TPN SFU - 1 No;O/G 16A-
32A SPMCB - 24 Nos.
10 Outdoor Junction Box with 16A-SP- 30 Nos 3198.95 incl 44.98 15.33 incl 3259.26 97777.80
MCB-2 Nos,10A-SP-MCB-4 Nos &
terminal blocks (bolt type) for 6
circuits and neutral link
11 415V, 63A - Interlocked Switch and 4 Nos 4206.18 incl 59.29 20.45 incl 4285.92 17143.68
Socket outdoor Power Recepticle
12 Decorative Type Six panel Switch 6 Nos 1371.44 incl 19.43 6.13 incl 1397 8382.00
boards with 5A switches - 3 Nos.&
5/15A plug-1 No with 1 No 15 A
Switch.(Anchor/Havels)
13 Decorative Type Ten panel Switch 16 Nos 2009.98 incl 28.62 10.22 incl 2048.82 32781.12
boards with 5A switches - 5/ 7
Nos.& 5/15A plug-1 No with 1 No 15
A Switch.(Anchor/Havels)
14 Decorative Type Three panel Switch 6 Nos 686.25 incl 10.22 3.07 incl 699.54 4197.24
boards with 5A switches - 3 Nos.
(Anchor/Havels)
15 Decorative Type Three panel Switch 30 Nos 777.05 incl 10.22 3.07 incl 790.34 23710.20
boards with 15A switches - 1
Nos.&15A plug-1 No
.(Anchor/Havels)
16 Telephone Junction Boxes

(a) MDF box suitable for 50 pair 2 Nos 2285.74 incl 32.71 10.22 incl 2328.67 4657.34
Telephones with crones and surge
protection complete
(b) MDF box suitable for 10 pair 3 Nos 1096.93 incl 15.33 5.11 incl 1117.37 3352.11
Telephones with crones and surge
protection complete
(c) Single socket outlet comprising RJ-45 12 Nos 229.11 incl 3.05 1.02 incl 233.18 2798.16
Socket
(d) Dual socket outlet comprising RJ-45 24 Nos 410.68 incl 5.11 2.05 incl 417.84 10028.16
Socket
17 1400 mm sweep ceiling fans with 20 Nos. 1371.46 incl 19.42 5.11 incl 1395.99 27919.80
Electronic regulator
CGL/Bajaj/Usha/Khaitan make
18 Wall mounted Fans with 400 mm 6 Nos. 3198.95 incl 44.98 15.33 incl 3259.26 19555.56
sweep with Electronic regulator
CGL/Bajaj/Usha/Khaitan make
19 Oscillating air circulator (Pedastal 2 Nos. 7770.42 incl 110.40 36.79 incl 7917.61 15835.22
Fan) Telescopically adjustable stand,
with electronic regulator with 600
mm sweep CGL/Bajaj/Usha/Khaitan
make.
20 Out door AC Distribution Board with 1 Nos. 41143.32 incl 582.65 194.22 incl 41920.19 41920.19
2 Nos Incomings, 3 Phase, 440 V, 300
Amps, with Cu Bar and 300 Amps
Fuse units & Nuetral link complete
and outgoing 2 Nos , 3P, 125 A,
MCBs including all accessories.
21 Wheel Mounted ladders (10 mtrs 1 Nos. 32001.62 incl 453.86 151.28 incl 32606.76 32606.76
Height)
22 Aluminium ladders (8ft Height) 1 Nos. 18285.91 incl 259.64 86.89 incl 18632.44 18632.44

23 Aluminium ladders (12ft Height) 1 Nos. 22857.39 incl 324.04 108.35 incl 23289.78 23289.78

24 Telescopic aluminium ladder 1 Nos. 29051.68 incl 444.07 147.67 incl 29643.42 29643.42
(18feet)
TOTAL IN (Rs) FOR SCHEDULE - MS5 3650122.46

Sl. No. Description Qty UOM Ex-works Excise Freight Insurance VAT Unit FAD TOTAL FAD
in Rs. Duty @ charges charges @ 5% Price Price (including
12.50% incl. incl. (in (including Taxes & Duties)
in Rs. Incl Service Tax Service Rs.) Taxes & in Rs
ex works Tax in Rs Duties) in Rs
in Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS6 : PRICES FOR SUPPLY OF FIRE PROTECTION, DETECTION & ALARM SYSTEMS
Design of Fire fighting system
and supply of the following
items (Tentative for U/G,
separate special type can be
provided)
1 (a) Horizontal centrifugal 2 Sets 1614250.22 incl 21811.66 7269.87 incl 1643331.75 3286663.50
Electric Driven Hydrant/HVW
Spray, pump of capacity
410M3/hr and total dynamic
head of 88MWC with all
accessories & fittings - 1 No.
(b) Electric Induction Motor
Squirrel cage type for the
above with all accessories &
fittings as per specifications - 1
No.
2 (a) Horizontal centrifugal 2 Sets 2352801.93 incl 31790.36 10597.12 incl 2395189.41 4790378.82
Diesel Engine Driven
Hydrant/HVW spray pump of
capacity 410M3/hr and total
dynamic head of 88MWC with
all accessories and fittings.
Both the HVW pumps, one
motor driven and one diesel
driven shall be of same model
and their components
interchangeable - 1 No.
(b) Diesel Engine, multi
cylinder type, four stroke cycle
with mechanical airless
injection cold starting type for
the above with all accessories
and fittings as per specification
- 1 No.
(c) Set of Batteries - 2 Nos.
(d) Fuel tank having capacity to
hold fuel oil for six hours of full
load run - 1 No.
3 (a) Horizontal centrifugal 2 Sets 230282.03 incl 3111.57 1037.53 incl 234431.13 468862.26
Electric Driven jockey pump of
capacity 10.8 m3/hr and Total
dynamic head of 88MWC with
all accessories and fittings.
(b) Electric Motor for the
above with all accessories and
fittings as per specification.-
4 Air vessels with vent valves 2 Nos. 294040.80 incl 3973.28 1323.75 incl 299337.83 598675.66
etc. as per specification and
system requirement
5 Sump pumps of capacity 10M3 4 Nos. 136310.37 incl 1842.00 613.32 incl 138765.69 555062.76
/hr MWC with motor starter
and all accessories
6 Basket strainer 300 NB 4 Nos. 148935.44 incl 2012.71 670.56 incl 151618.71 606474.84

7 Control panel equipped with 2 Set 570663.47 incl 7710.44 2569.80 incl 580943.71 1161887.42
all accessories for motor drives
of Fire water pumps and 2
Nos. jockey pumps as per
specifications suitable for 2
sources supply and 2 Nos.
Battery chargers
8 Control Panel for Diesel Engine 2 Set 175758.11 incl 2374.57 791.18 incl 178923.86 357847.72
driven fire water pumps as per
specification
9 (a) (a) Annunciation panel at fire 2 Set 242225.19 incl 3273.08 1090.68 incl 246588.95 493177.90
water pump house as per
specification.
(b) (b) Annunciation panel in 2 Set 175914.80 incl 2376.61 792.20 incl 179083.61 358167.22
Control Room as per
specification
(c) DC-DC CONVERTORS (220V- 3 Set 18135.08 incl 306.66 153.33 incl 18595.07 55785.21
48V,10A) reputed make only
(d) DC-DC CONVERTORS (220V- 3 Set 18135.08 incl 306.66 153.33 incl 18595.07 55785.21
24V,10A) reputed make only
10 Supply of the following
Hydrant and HVWS system
Accessories
a Single headed Hydrants 20 Nos. 13041.16 incl 175.82 58.27 incl 13275.25 265505.00

b Landing Valves 20 Nos 13041.16 incl 175.82 58.27 incl 13275.25 265505.00

c Hose cabinets. 20 Nos. 35439.31 incl 478.40 159.45 incl 36077.16 721543.20

d Hoses of 15.0m length with 20 Nos. 9632.56 incl 129.82 42.93 incl 9805.31 196106.20
coupling
e Hoses of 7.5m length with 20 Nos. 5042.68 incl 68.48 22.49 incl 5133.65 102673.00
coupling
f Branch pipe with Nozzles. 20 Nos. 3902.52 incl 53.15 17.38 incl 3973.05 79461.00

11 Supply of the following Mild


steel black pipes and Mild steel
galvanized pipes as per
specifications
a 300 NB 25 Mtrs 7116.62 incl 96.08 31.69 incl 7244.39 181109.75

b 250 NB 35 Mtrs 5907.26 incl 79.74 26.58 incl 6013.58 210475.30


c 200NB 200 Mtrs 4902.19 incl 66.44 21.47 incl 4990.10 998020.00

d 150NB 600 Mtrs 3131.97 incl 41.91 14.31 incl 3188.19 1912914.00

e 100NB 200 Mtrs 2173.34 incl 29.64 10.22 incl 2213.20 442640.00

f 80NB 150 Mtrs 1495.73 incl 20.45 7.15 incl 1523.33 228499.50

g 50NB 20 Mtrs 1233.12 incl 16.36 5.11 incl 1254.59 25091.80

h 25NB 20 Mtrs 649.52 incl 9.20 3.07 incl 661.79 13235.80

i 15NB 20 Mtrs 490.65 incl 6.14 2.04 incl 498.83 9976.60

12 Set of GI & MS Piping beyond 2 Sets 983332.81 incl 13286.53 4429.19 incl 1001048.53 2002097.06
deluge valves for transformer
including detection piping and
pipe supports including all
accessories complete.
13 Supply of the following
valves :-
a 300 NB Gate 6 Nos. 82313.83 incl 1112.16 371.05 incl 83797.04 502782.24

b 250 NB Gate 2 Nos. 62266.27 incl 841.27 280.08 incl 63387.62 126775.24

c 250 NB Check 2 Nos. 90151.28 incl 1218.46 405.81 incl 91775.55 183551.10

d 200 NB Gate 2 Nos. 52461.89 incl 708.38 236.13 incl 53406.40 106812.80

e 150 NB Gate 12 Nos. 27269.01 incl 367.99 122.66 incl 27759.66 333115.92

f 100 NB Gate 5 Nos. 18251.37 incl 246.35 81.77 incl 18579.49 92897.45

g 80 NB Gate 8 Nos. 14932.45 incl 201.37 67.47 incl 15201.29 121610.32


h 80 NB Check 2 Nos. 16401.18 incl 221.82 73.60 incl 16696.60 33393.20

i 50 NB Gate 2 Nos. 11523.83 incl 155.37 52.14 incl 11731.34 23462.68

j 50 NB Check 2 Nos. 12981.72 incl 175.82 58.27 incl 13215.81 26431.62

k 25 NB Gate 10 Nos. 7594.30 incl 102.22 33.74 incl 7730.26 77302.60

l 15 NB Gate 2 Nos. 4579.04 incl 62.36 20.44 incl 4661.84 9323.68

m Float operated valve 100NB 2 Nos. 48031.98 incl 649.09 216.71 incl 48897.78 97795.56

14 (a) Float operated Level guage 2 Nos 5974.29 incl 80.75 26.59 incl 6081.63 12163.26

14 (b) Level switch 3 Nos 22210.09 incl 300.52 100.17 incl 22610.78 67832.34

15 Pressure Gauge 5 Nos 5231.82 incl 70.53 23.52 incl 5325.87 26629.35

16 Pressure Switch 26 Nos 12232.79 incl 165.60 55.20 incl 12453.59 323793.34

17 Differential Pressure Gauge 2 Nos 26427.09 incl 356.75 119.59 incl 26903.43 53806.86

18 Deluge valve with motor 2 Sets 128796.05 incl 1739.79 580.61 incl 131116.45 262232.90
gounge, pr. switch, pr.guage,
solenoid valve to drain - size
150 NB
19 Local control panel for Deluge 2 Nos. 8641.51 incl 116.53 38.84 incl 8796.88 17593.76
valve
20 Strainer Y type, 150 NB 2 Nos. 45593.86 incl 616.39 205.46 incl 46415.71 92831.42

21 Quartzoid bulb detectors 60 Nos 825.68 incl 10.22 4.09 incl 839.99 50399.40

22 HVW spray nozzles 120 Nos 1929.11 incl 25.55 9.20 incl 1963.86 235663.20

23 Supply of Detection and Alarm


system including all hardware
and all other accessories
(a) Multi criteria detectors 30 Nos 4245.12 incl 57.24 19.43 incl 4321.79 129653.70

(b) Heat detector 10 Nos 3784.72 incl 51.12 17.37 incl 3853.21 38532.10

(c) Response indicator 10 Nos 326.38 incl 4.09 1.02 incl 331.49 3314.90

(d) Manual call point 10 Nos 5936.47 incl 79.74 26.58 incl 6042.79 60427.90

(e) Fire detection & Alarm panel 1 Set 150120.26 incl 2038.26 679.76 incl 152838.28 152838.28
for control room with 2 Nos
hooters, 2 Nos. sirens and 2
Nos. relay modules with RS-
485 communication port & all
accessories for integrating in
SAS.
(f) Water pressure transducer 1 no 213168.64 incl 2171.49 1085.75 incl 216425.88 216425.88
with input of 0-16 bars and
with 2nos ports as output of
range 4-20mA for integrating
in SAS.
(g) Temperature transducer for 1 no 53292.15 incl 542.88 1085.75 incl 54920.78 54920.78
measuring ambient
temperature with input of 0-75
degree centigrade and with
2nos ports as output of range
4-20mA for integrating in SAS.
24 Supply of the following
Portable Fire Extinguishers
with all accessories as per
specification
(a) Dry chemical powder type Fire 15 Nos 4493.59 incl 65.14 21.72 incl 4580.45 68706.75
extinguishers of 10 kgs.
Capacity
(b) Dry chemical powder type Fire 10 Nos 21377.93 incl 289.28 96.09 incl 21763.30 217633.00
extinguishers of 25 kgs.
Capacity (trolley mounted)
(c) Dry chemical powder type Fire 10 Nos 35628.45 incl 481.46 160.49 incl 36270.40 362704.00
extinguishers of 50 kgs.
Capacity (trolley mounted)
(d) Dry chemical powder type Fire 7 Nos 1026019.50 incl 13864.07 4620.34 incl 1044503.91 7311527.37
extinguishers of 150 kgs.
Capacity (trolley mounted)
(e) CO2 type portable Fire 10 Nos 74105.66 incl 1001.75 334.26 incl 75441.67 754416.70
extinguishers of 45 kgs.
Capacity (trolley mounted)
(f) CO2 type portable Fire 5 Nos 31355.22 incl 423.19 141.06 incl 31919.47 159597.35
extinguishers of 22.5 kgs.
Capacity (trolley mounted)
(g) CO2 type portable Fire 10 Nos 19377.50 incl 261.68 86.89 incl 19726.07 197260.70
extinguishers of 9 kgs.
Capacity (trolley mounted)
(h) CO2 type portable Fire 10 Nos 6978.28 incl 94.05 31.68 incl 7104.01 71040.10
extinguishers of 2 kgs. Capacity
(i) 9 liters capacity Mechanical 20 Nos 5841.35 incl 78.71 26.58 incl 5946.64 118932.80
foam type fire extinguishers
(j) Sand / water Buckets 9 liters 20 Nos 9251.06 incl 124.70 41.92 incl 9417.68 188353.60
capacity with stand
25 Mandatory spares

(a) Gland packing of HVW Pumps 1 Nos 3963.05 incl 53.15 17.38 incl 4033.58 4033.58

(b) Self starter of HVW Pumps 2 Nos 113642.04 incl 1535.35 511.09 incl 115688.48 231376.96

(c) Fuel oil filter elements of 1 Nos 4262.41 incl 57.24 19.43 incl 4339.08 4339.08
Diesel engine drive
(d) Lubricating oil filter elements 1 Nos 4262.41 incl 57.24 19.43 incl 4339.08 4339.08
of Diesel engine drive
(e) Gland packing of jockey pumps 1 Nos 3963.05 incl 53.15 17.38 incl 4033.58 4033.58

(f) Quartzoid bulb detector 10 Nos 687.32 incl 9.20 3.07 incl 699.59 6995.90

(g) Projectors (Nozzles) 15 Nos 1790.77 incl 24.53 8.18 incl 1823.48 27352.20

(h) Multicretiria detectors 4 Nos 4037.61 incl 54.17 18.40 incl 4110.18 16440.72

(i) Heat detectors 1 Nos 3575.05 incl 48.05 16.36 incl 3639.46 3639.46

(j) Pressure switch 1 Nos 11816.69 incl 159.46 53.15 incl 12029.30 12029.30

(k) Flaps for check valves 250NB 2 Nos 18093.49 incl 244.30 81.78 incl 18419.57 36839.14

(l) Flaps fo rcheck valves 80NB 2 Nos 6019.65 incl 81.77 27.60 incl 6129.02 12258.04

(m) Flaps for check valves 50NB 2 Nos 4285.09 incl 58.27 19.43 incl 4362.79 8725.58

(n) Set of bearings for HVW 1 Set 14071.12 incl 190.13 63.38 incl 14324.63 14324.63
pumps
(o) Set of bearings for Jockey 1 Set 11096.93 incl 150.27 50.08 incl 11297.28 11297.28
pumps
(p) Pressure Guage 1 Nos 4816.82 incl 65.43 21.46 incl 4903.71 4903.71

TOTAL IN (Rs) FOR SCHEDULE - 33831036.12


MS6
Sl. No. Description Qty UOM Ex-works Excise Freight Insurance VAT Unit FAD TOTAL FAD
in Rs. Duty @ charges charges @ 5% Price Price
12.50% incl. incl. (in (including (including
in Rs. Incl Service Tax Service Rs.) Taxes & Taxes &
ex works Tax in Rs Duties) in Rs Duties) in Rs
in Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS7 : PRICES FOR SUPPLY OF AIR CONDITIONING AND VENTILLATION SYSTEM
A Air Conditioning.

1 Supply of all Cassette type split 10 Nos 57199.00 incl 1143.98 571.99 incl 58914.97 589149.70
AC units of 3TR. capacity with
cooling capacity of shall not be
less than 36000btu/hr.with
indoor evaporator unit, outdoor
condensing units and cordless
remote control units including
all support structures and all
other accessories
2 Supply of all wall mounted Split 30 Nos 48308.53 incl 685.90 228.97 incl 49223.40 1476702.00
air conditioners 2.0 Ton
capacity with cooling capacity of
24000 BTU/Hr & 6000 K.Cal/Hr
with stabilisers, receptacles
including all support structures
and all other accessories with
MCB of 25KA.5 star model
3 Distribtion board with 1No., 2 Nos 10972.63 incl 153.33 51.12 incl 11177.08 22354.16
63A TP MCB for I/C and 15 Nos
16A SP MCB with terminal block
arrangement complete make
Havells or Schiender MDS or
equivalent.
4 Under deck insulation for the 4000 Sft 457.97 incl 6.14 2.04 incl 466.15 1864600.00
roof exposed to sunlight with 50
mm thick TF quality expanded
poly steyrene including GI
washers and wire for fixing.
B Ventillation
Supply of exhaust fans of
propeller type/ axial type, each
with a suitable drive motors,
DOL starters, vain protection
with screen, grouting bolts etc.,.
a) 3ph, 24" Sweep 1440 RPM, 2 Nos. 7771.14 incl 110.39 36.80 incl 7918.33 15836.66
3000 cum/hr, exhaust fan or
equivalent
b) 3ph, 18" Sweep 960 RPM, 2000 2 Nos. 6858.24 incl 97.11 32.71 incl 6988.06 13976.12
cum/hr, exhaust fan or
equivalent
c) 3ph, 12" Sweep 960 RPM, 500 4 Nos. 6400.07 incl 90.98 30.67 incl 6521.72 26086.88
cum/hr, exhaust fan or
equivalent
C Ventillation system for GIS hall 1 LS 1990576.81 incl 37861.66 18930.83 incl 2047369.30 2047369.30
and Transformer Cavern
including all centrifugal fans
with motors, motorised exhaust
dampers,air grills with VCD,pref
filters ,fine filters , Motorrised
control panel ,Ducting fire
dampers support structures ,
material joints,terminations and
accessories etc AS PER
STECHNICAL SPECIFICATION
TOTAL IN (Rs) FOR SCHEDULE - 6056074.82
MS7

Sl. No. Description Qty UOM Ex-works Excise Freight Insurance VAT @ Unit FAD TOTAL FAD
in Rs. Duty @ charges charges 5% (in Price Price
12.50% incl. Service incl. Rs.) (including (including
in Rs. Incl Tax Service Taxes & Taxes &
ex works in Rs Tax in Rs Duties) in Rs Duties) in Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS8 : PRICES FOR SUPPLY OF DIESEL GENERATOR SET
(I) DG Set 250 KVA (with acoustic 1 set 1885961.58 incl 29919.74 9973.59 incl 1925854.91 1925854.91
insulation), 1500 RPM, 0.8 PF,
415 V, 3 phase, 50 Hz with the
following :-
(1) Diesel Engine complete
with all accessories as
specified.
(2) Alternator directly coupled
to the engine through coupling
complete with all
accessories.
(3) Automatic voltage
Regulator.
(4) Complete starting
arrangement including two
Nos. Batteries & chargers
and Power and Control
Cables and cable glands and
lugs etc.
(5) Base Frame and
Foundation bolts.
(6) Day Tank of 990 litre
capacity with all the
accessories and fittings.
(7) Oil pump for transferring
to Day Tank as per
specification.
(8) Engine cooling and
Lubricating system.
(9) Engine Air filtering System.

(10) Exhaust silencer package


with flexible coupling and
thermal Insulator.
(11) Set of GI Pipes, Valves,
Strainers, unloading hose pipes
as required.
(12) All lubricants, diesel oil,
consumables, touch up paints
etc, for the first filling, testing
& commissioning at site.
(13) AMF panel for Control &
Metering, and alarm as per
specification including all
power and control cables, with

cable glands & lugs etc suitable


to Substation
Automation System.
II Mandatory spares : 1 set 411460.00 incl 5836.75 1946.27 incl 419243.02 419243.02
(a) Current Transformers - 1
set.
(b)Measuring Instruments on
AMF panel - 1 Set.
(c) Protection Relays and
Timers - 1 Set.
(d) Indicating Lamps with
Resistors - 2 Sets.
(e) Oil Filter packs 1 Set.
(f) Fuses - 2 Sets.
(g) Diesel filter packs - 1 Set.
(h) V - belt for radiator fan - 1
No.
(i) Diodes & Diode fuses - 1
Set.
TOTAL IN (Rs) FOR SCHEDULE - 2345097.93
MS8

Sl. No. Description Qty UOM Ex-works Excise


Freight Insurance VAT Unit FAD TOTAL FAD
in Rs. chargesDuty @ charges @ 5% Price Price
incl. 12.50% incl. (in (including (including
Servicein Rs. Incl Service Rs.) Taxes & Taxes &
Tax ex works Tax in Rs Duties) in Rs Duties) in Rs
in Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS9 : PRICES FOR SUPPLY OF CONTROL HOUSE FURNITURE AND MONITORING SYSTEM
1 Godrej make Tables (Model EARL 4 Nos. 5943.98 incl 83.82 28.62 incl 6056.42 24225.68
Size 200 W x 1900 D x 750H mm).
2 Credenzas for above (Make 4 Nos. 1371.44 incl 19.43 6.13 incl 1397.00 5588.00
Godrej, Model : EARL Size 2100 W
x 350D x 1520H) or equivalent as
per approval of TSTRANSCO M/s.
Godrej make with revoving chair.
3 Self Containing 12 Nos Racks with 2 Set 13714.44 incl 194.22 64.39 incl 13973.05 27946.10
safety locker make Godrej or
equivalent.
4 Junior Executive table ( 1365 x 680 16 Nos. 4114.32 incl 58.27 19.43 incl 4192.02 67072.32
x 7350) mm with decolam Model
No.T-9 make Godrej or equivalent.
5 Steel Table (1199 x 590 x 735 )mm 16 Nos. 3839.82 incl 54.17 18.40 incl 3912.39 62598.24
with single drawer and Decolam
Top Model. T-111 make Godrej or
equivalent.
6 Steel revolving chair model No. CH 4 Nos 4571.47 incl 64.40 21.46 incl 4657.33 18629.32
- 1014 with heavy base seat and
back in cane make Godrej or
equivalent.
7 Steel Tubular `S Type chair 16 Nos 2742.89 incl 38.84 13.29 incl 2795.02 44720.32
( Continuous Arm ) Model No. Chr-
7 in 1" dia and 14 gauge pipe ,cane
seat and back in teak wood with
quality cane make Godrej or
equivalent.
8 Steel Tubular `S` Type chair 20 Nos 2285.73 incl 32.71 11.24 incl 2329.68 46593.60
( without arm ) Model No. Chr-4 in
1" dia and 14 SWG pipe, cane seat
and back in teak wood with quality
cane make Godrej or equivalent..
9 Steel store well plain (900 x 507 x 8 Nos 2285.73 incl 32.71 11.24 incl 2329.68 18637.44
1950) mm Make Godrej, Model :
Slimline 4S Tex purple colour. (12
Nos. to site + 6 Nos. to Vidyut
Soudha)
10 Plastic file trays ( 16'' x 11''x3'') 16 Nos 319.88 incl 5.11 2.05 incl 327.04 5232.64

11 Steel Stools (15''x15"x18") with MS 16 Nos 914.29 incl 13.29 4.09 incl 931.67 14906.72
top sheet thickness 20mm 1"
square pipe 16 gauge make
Godrej or equivalent.
12 Steel waste paper baskets 16 Nos 229.11 incl 3.07 1.02 incl 233.20 3731.20
(12"x10"x10")
13 Steel rack (6'x3'x16") with 6 10 Nos. 4114.32 incl 58.27 19.43 incl 4192.02 41920.20
shelves making 5 compartments
(22 Gauge)
14 Short bench (4'x14"x1/2') with 10 Nos. 2742.89 incl 38.84 13.29 incl 2795.02 27950.20
laminated Top.
15 Display Board for Substation
Layout
a) 6' x 5' Plywood Novapan finish 2 No. 5943.98 incl 83.82 28.62 incl 6056.42 12112.84
with suitable border and
computerised symbols, labels etc
of single line diagram as directed
by Site Engineer complete suitable
for Wall/Floor stand mounted.
b) Aluminium Floor stand for the 2 No. 10972.63 incl 155.37 52.14 incl 11180.14 22360.28
above
16 3' x 2' Wooden key board suitable 4 No. 1371.44 incl 19.43 6.15 incl 1397.02 5588.08
for holding 30 Nos Key chains

17 Brother P-Touch Sticker lable 1 No. 594.40 incl 8.17 3.07 incl 605.64 605.64
printer with Software and all
accessories (Model PT-2700) /
Latest Model.
18 Sticker lables, printer cartridges
suitable for (Brother P make)
Touch sticker Lables, Printer
a 24 mm size 3 No. 502.54 incl 7.16 2.05 incl 511.75 1535.25

b 18 mm size 3 No. 411.75 incl 6.14 2.05 incl 419.94 1259.82

c 12 mm size 3 No. 319.90 incl 4.09 2.05 incl 326.04 978.12

19 Supply and fixing of teak wood 12 No 3813.13 incl incl incl incl 3813.13 45757.56
name boards with enamel painting
letters of size 12"x4" for rooms in
control room.
20 Supply and fixing of Bay Indicator 50 nos 1906.57 incl incl incl incl 1906.57 95328.50
boards of thickness 18" with MS
sheet and MS angles of size
10"x26" including cost of letters.
21 Supply and fixing of name board 2 nos 23581.24 incl incl incl incl 23581.24 47162.48
indicating 400/11 kV GIS,
MYADARM(Pkg-
6)TSTRANSCO,,Dist.of size 4x8 feet
with MS 18gauge sheet MS
1.5"angles.1.5"pipes and
concreting foundation including
cost of painting letters(1no. In
English & 1no. In Telugu)
22 Supply and fixing of notice board 1 no 802.76 incl incl incl incl 802.76 802.76
of size 2x2.5feet
23 Pictograph of size 2x4feet with 1 no 6516.18 incl incl incl incl 6516.18 6516.18
letters
24 Godrej make double cot with bed 2 nos 60207.44 incl incl incl incl 60207.44 120414.88
and bedsheets
25 Personal computer (with the
following configuration)
a) Intel core i-9-3920XM Process 4 Nos. 136765.44 incl 1980.32 656.29 incl 139402.05 557608.20
512KB level-8M cache upto 3.80
GHz, 8GB RAM , 128bit graphic
accelerator with 4MB SG RAM, 500
GB Ultra DMA-HDD,1.44MB
FDD,52X Creative DVD-
ROM,1x16550 fast serial ports &
IEPP ECP parallel ports , 4X,
universal serial bus (USB) ports,
PS/2 compatible key board/ouse
ports, 19" colour monotor,Internet
ready multimedia key
board,Optical scroll mouse and
built in modem 128KBPS along
with telephone instrument & other
accessories and complete
installation of the system, DVD
writer with latest software.
b) 10/100 MBPS Ethernet Card 4 Nos. 928.19 incl 14.31 5.11 incl 947.61 3790.44

c) Windows-8.1 or later version of OS 4 Nos. 27235.83 incl 416.03 139.02 incl 27790.88 111163.52
and latest MS OFFICE software -
preloaded along with Media &
Manuals, Power management
software, ACPI and windows 8.1 /
Latest.
d) Latest updated versions of Anti 4 Nos. 1237.27 incl 19.43 6.13 incl 1262.83 5051.32
virus software kit - Norton,
macfee, hill view etc alongwith
Media & Manuals
e) Pen drives of 32GB/ Hard disc 20 no 1828.59 incl 25.55 9.21 incl 1863.35 37267.00
latest version
27 Laser Jet Printer with Fax along 2 Nos. 15051.85 incl incl incl incl 15051.85 30103.70
with 2 sets of Spare catridges and
Scanner.
28 2.5 kVA inverter (input 220V DC, 4 Nos. 15999.09 incl 226.92 75.64 incl 16301.65 65206.60
output 220V AC)
29 Laptop of latest version Intel core 2 nos 77767.94 incl incl incl incl 77767.94 155535.88
i-9-3920XM Processor @3.8GHz
cache or more, 512KB level, 8GB
RAM upgradeable to 1GB bit
graphic accelerator with 4MB
SGRAM, 1 TB Ultra DMA-
HDD,1.44MB FDD,52X Creative
DVD-ROM,1x16550 fast serial
ports & IEPP ECP parallel ports ,
4X, universal serial bus (USB) ports,
PS/2 compatible key board/mouse
ports, Internet ready built in
modem 128KBPS along with other
accessories with latest version of
windows software,ms office,anti
virus softwre and multimedia and
manuals , etc..
30 Latest autocad software licensced 1 no 50176.20 incl incl incl incl 50176.20 50176.20
copy
33 Xerox Machine (RICOH Digital 2 Nos. 137152.98 incl 1946.27 649.09 incl 139748.34 279496.68
Multi Functional Network Device
Model MP 2000 Le with RADF
Network, Printer, Scanner, Fax
Option LP Printer lastest version
with 2Nos Spare cartrigdes)
34 Water -Purifier ISI standard make. 3 Nos. 4114.32 incl 58.27 19.43 incl 4192.02 12576.06

35 Computer Table (Godrej Make, 4 Nos. 2742.89 incl 38.84 13.29 incl 2795.02 11180.08
Model Target-109)
TOTAL IN (Rs) FOR SCHEDULE - 2089330.05
MS9

Sl. Description Qt UO Ex-works Excise Freight


VAT @ Unit FAD TOTAL FAD
No. y M in Rs. Duty @ charges
Insuranc 5% (in Price Price
12.50%
e incl.
Rs.) (including (including
in Rs. Incl
charges Service Taxes & Taxes &
ex works
incl. Tax Duties) in Duties) in Rs
Service in Rs Rs
Tax in
Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS10 : PRICES FOR SUPPLY OF GIS EQUIPMENT, TERMINATING MATERIAL, ACDC DISTRIBUTION BOARDS, CONTROL AND RELAY PANELS,
PLCC EQUIPMENT.
A 420 KV, 63 KA GIS Including LCC (Double bus
arrangement)
1 420kV, SF6 gas insulated Transformer feeder
bay module each comprising of SF6 gas
insulated circuit breaker, current
transformer, bus-bar disconnectors with
common grounding switch, safety grounding
switches, local control cubicle, gas density
monitors including the SF6 gas insulated bus
duct for the bay in the GIS hall, CSD ,support
structures , suitable for Transfomer
connection and all aceesories as per
specification
a) 3000A, 63kA for 1 sec. 10 Sets 105136114. incl 3707885. incl incl 108844000. 1088440001.
89 25 14 40
2 420kV, SF6 gas insulated Line feeder bay
module each comprising of SF6 gas insulated
circuit breaker, current transformer, bus-bar
disconnectors with common grounding
switch, safety grounding switches, line
disconnector, high speed fault making
grounding switch, local control cubicle, gas
density monitors ,including the SF6 gas
insulated bus duct for the bay in the GIS
hall, ,support structures and all aceesories as
per specification
a) 3000A, 63kA for 1 sec. 2 Sets 87912636.4 incl 4356974. incl incl 92269611.0 184539222.1
2 63 5 0
3 420kV , 3 single phase (isolated), SF6 gas
insulated , metal enclosed bus bars each
enclosed in three individual bus enclosures
running along the length of the switchgear to
interconnect each of circuit breaker bay
module complete with gas density monitors
including Bus VT along with associated
disconnector and grounding switch complete
Technical Specification.
a) 3000A, 63kA for 1 sec. 2 Sets 55846248.8 incl 3743750. incl incl 59589999.2 119179998.4
0 40 0 0
4 420kV, SF6 gas insulated bus coupler bay
module comprising of SF6 gas insulated
circuit breaker, current transformer,
disconnector switches, safety grounding
switches. Local control cubicle, gas density
monitors ,including the SF6 gas insulated bus
duct for the bay in the GIS hall, ,support
structures suitable for cable termination and
all aceesories as per specification
a) 3000A, 63kA for 1 sec. 1 Sets 87208505.2 incl 4058329. incl incl 91266834.5 91266834.51
1 30 1
5 420kV, SF6 Gas Insulated Bus Duct (GIB)
outside GIS Hall including bus duct support
structures and associated accessories.

a) 3000A, 63kA for 1 sec Single phase. 60 mtr 306730.78 incl 14520.23 incl incl 321251.01 192750606.0
0 0
6 420kV SF6 to Cable termination

a) 3000A, 63kA for 1 sec Single phase. 6 Nos 2421576.83 incl 96094.32 incl incl 2517671.15 15106026.90

7 420kV SF6 to Oil Bushing

a) 3000A, 63kA for 1 sec Single phase. 30 Nos 2998917.00 incl 138730.4 incl incl 3137647.45 94129423.50
5
B Testing and maintenance Equipment for GIS

1 SF6 Gas Processing unit 1 No. 23290276.9 incl 1316943. incl incl 24607220.4 24607220.48
7 51 8
2 Partial Discharge Monitoring System 1 No. 22312441.6 incl 1314106. incl incl 23626548.0 23626548.06
2 44 6
3 Dew Point meter 1 No. 4893009.41 incl 310600.9 incl incl 5203610.37 5203610.37
6
4 SF6 Gas Leak Detector 1 No. 627087.45 incl 44504.98 incl incl 671592.43 671592.43

5 EOT Crane for 400 kV GIS 1 No. 5778878.05 incl 125255.4 incl incl 5904133.46 5904133.46
1
C SPARES 1 Lot 50996224.5 incl incl incl incl 50996224.5 50996224.51
1 1
II Outdoor line terminating Equipment

A 420 KV 3 pole out door type horizontal


centre break Isolators 3 phases 50 c/s of 3150
Amps and fault level of 63 KA per second A.C.
Motor operated with all accessories,
auxiliaries marshalling boxes, Terminal
Connectors other essentials as specified.

1 with Double earth switch

(i) Metallics 5 Sets 731049.24 incl 8944.87 4472.43 incl 744466.54 3722332.70

(ii) Insulators (1 set = 6 Nos. Insulators) 5 Sets 344955.76 incl 817.76 408.88 incl 346182.40 1730912.00

2 with single earth switch

(i) Metallics 4 Sets 624274.19 incl 6353.84 3176.92 incl 633804.95 2535219.80

(ii) Insulators (1 set = 6 Nos.Insulators) 4 Sets 344955.76 incl 817.76 408.88 incl 346182.40 1384729.60

B Mandatory Spares for 420kV Isolators. 1 Set 78675.09 incl 1431.08 715.54 incl 80821.71 80821.71

a) Support insulator stack for one phase of 1 set Included Included Included Included Include Included 0.00
Isolator abobe abobe abobe abobe d abobe
abobe
b) Female contact assembly (for main and Earth 1 set
switch of one isolator)

c) Rotary bearings for Isolators (for one phase 1 set


of Isolator)
d) Male contact assembly(for main and Earth 1 set
switch of one isolator)
e) Limit switch and auxiliary switch (for one 2 set
phase of Isolator)
f) Terminal pad and connectors 6 nos.

C 390kV Lightening Arrestor 6 Nos 157129.14 incl 3531.34 incl incl 160660.48 963962.88

D 420 KV 3 pole SF6 Gas filled out door circuit 2 Sets 4602632.30 incl 70132.49 incl incl 4672764.79 9345529.58
breakers without closing resistors of 3 phases
50 c/s of 3150 Amps and fault level of 63 KA
for one second either spring charged motor
operated or pneumatically operated with all
accessories, auxiliaries including terminal
connectors and marshalling boxes and first fill
of SF6 Gas with additional 10% gas and
others as specified.

(a) 420kV CB Mandatory Spares. 1 Set 1891011.81 incl 34396.97 17198.4 incl 1942607.26 1942607.26
8
I One pole of Circuit Breaker with grading 1 No Included Included Included Included Include Included 0.00
Capacitor (if applicable)complete with pole above above above above d above
column and interrupter with M.B but without above
support structure and operating mechanism
2 SF6 Gas @ 40% of main order 1 LS

3 Trip coils with resistor 6 Nos.

4 Closing coils with resistor 3 Nos.

5 Terminal pad & connectors 2 Nos.

6 Molecular filter 2 No.

7 Density / Pressure monitoring system 1 No.


8 Corona rings 1 No.

9 Relays, Power contactors, switch fuse units, 1 Set


limit switches, push buttons, timers & MCB
etc.(one for each item for control cubicle)

10 Pressure switches 1 Set

11 Pressure Gauges & Coupling. 1 Set

12 Aux. Switch assembly, Circlips 1 Set

13 Operation counter 1 No.

14 SF6 gas Transducers with auxiliary supply and 2 Sets


accessories
15 Control valves (If applicable) 1 No.

16 Gas filling nipples with pipe 2 Set

II.1 Pneumatic Operating mechanism (If included included included included include included 0.00
Applicable) (INDIVIDUAL COMPRESSOR UNIT) above above above above d above
above
1 Complete compressor assembly along with 1 Set
motor, accessories & coupling along with
regenerating unit (wherever applicable)

2 Valves & reducers (including safety valve) 1 Set

3 Coupling for compressed air 1 Set

4 Micro Filters 1 Set


5 Pressure switches 1 Set

6 Pressure Gauges 1 Set

7 Gaskets ‘O’ rings & seals 1 Set

8 Dowty seal 1 Sets

III Spring operating mechanism (if applicable)

1 Complete spring operated mechanism. 1 No.

IV Ratchet spanners(big size) reputed make, 1 Set


Cutting plier, Nose plier, Circlip pliers
(straight, bent), L keys set, 5-32mm ring, flat
spanners(Taparia make), Nut drivers, Screw
driveres set, Table wise, Hammer, Digital
Multi meter,if any special tools required for
CB
E) Mandatory Maintenance Equipment for 1 Set 1559972.70 incl 1737.74 868.87 incl 1562579.31 1562579.31
Circuit Breakers

1 Gas leakage detector 1 No. included incl incl incl incl included 0.00
above above
2 Gas filling and evacuating equipment 1 Set included incl incl incl incl included 0.00
portable with necessary union couplings, above above
house pipes etc.,
3 Operation analyser along with Portable 1 No. included incl incl incl incl included 0.00
Dynamic contact resistance meter for six above above
breaks
4 Contact Resistance Meter(200A) 1 No. included incl incl incl incl included
above above
E Design, Engineering, manufacture, assembly, 6 Nos 1287104.14 incl 22466.69 incl incl 1309570.83 7857424.98
shop testing, supply and delivery at site
including packing forwarding handling
transportation to project site, unloading, of
420kV, 3150A, Single Phase current
Transformers in accordance with
specification, including first fill of transformer
oil and all accessories, auxiliaries including
marshalling boxes and terminal connectors
for CTs as specified in Table-I of technical
specification.
F Design, Engineering, manufacture, assembly, 9 Nos 336259.80 incl 3803.11 incl incl 340062.91 3060566.19
shop testing, supply and delivery at site
including packing forwarding handling
transportation to project site, unloading, of
420kV Single Phase CVT in accordance with
specification, including first fill of transformer
oil and all accessories, auxiliaries including
marshalling boxes and terminal connectors
for CVTs as specified in Table-IV of technical
specification.
G Design, Engineering, manufacture, assembly, 6 Nos 1287104.14 incl 22466.69 incl incl 1309570.83 7857424.98
shop testing, supply and delivery at site
including packing forwarding handling
transportation to project site, unloading, of
420kV, 3150A, Single Phase Metering
current Transformers in accordance with
specification, including first fill of transformer
oil and all accessories, auxiliaries including
metering boxes ,marshalling boxes GI pipes,
CU wires and terminal connectors for CTs as
specified in Table-I of technical specification.
( Single core -0.2 s Class :SUITABLE FOR
METERING)
H Design, Engineering, manufacture, assembly, 6 Nos 336259.80 incl 3803.11 incl incl 340062.91 2040377.46
shop testing, supply and delivery at site
including packing forwarding handling
transportation to project site, unloading, of
420kV, Single Phase Metering IVT in
accordance with specification, including first
fill of transformer oil and all accessories,
auxiliaries including metering
boxes ,marshalling boxes, GI pipes, CU wires
and terminal connectors for IVTs ( Single core
-0.2 s Class :SUITABLE FOR METERING)
I Design, manufacture, stage testing, 4 Kms 360855.97 incl 4287.10 1429.02 incl 366572.09 1466288.36
inspection and testing before
dispatch,packing,supply , delivery,unloading
and stacking at site/stores of ACSR Moose
Conductor of size 54/7/3.53 mm confirming
to IS 398
Design, manufacture,stage 80 Nos 1146.65 incl 15.84 5.11 incl 1167.60 934080.00
testing,inspectionand testing before dispatch, 0
packing, supply, delivery,unloading and
stacking at site/stores of Disc Insulators
120KN Antifog zinc sleeve disc insulators
(460mm creapage)
J Design, manufacture,stage 1.5 Kms 61555.90 incl 1178.34 incl incl 62734.24 94101.36
testing,inspectionand testing before
dispatch,packing,supply , delivery,unloading
and stacking at site/stores of Galvanised
Stranded Steel Earthwire 7/3.66 mm

K Design, Manufacture, Shop testing, Supply &


Delivery of Battery and Battery Chargers as
per specification
a 220V, 400AH, capacity sealed maintenance 1 Set 633682.47 incl 8990.24 2997.08 incl 645669.79 645669.79
free valve regulated lead acid 2 Nos. Battery
banks supplied in factory charged condition
along with all other required accessories (i.e)
connectors etc.

b) 2 Nos., 40/100 A Float-Cum-Boost charger 1 Set 385763.57 incl 5472.85 1824.63 incl 393061.05 393061.05
suitable for SMF VRLA Battery banks along
with all required acessories etc. with centre
zero DC earth leakage ammeter.
c Mandatory Spares for Battery and Battery 1 Set 194594.73 incl 2759.93 919.98 incl 198274.64 198274.64
Charges as listed below Battery .Battery cells
complete with separators, support insulators
and connectors and and ductable 1 No.
battery charge - 5 NosThermometer for
measuring room temperature
(wall mountable type) - 1 NoCell testing
voltmeter (3-0-3V) - complete with leads - 2
NosDigital cell testing voltmeter - 1 NoTool
Box - 1 Set
Battery ChargersRectifier fuses - 10 NosFilter
d condenser fuses - 6 NosControl fuses - 10
NosSCRs - 4 NosDiodes - 4 NosIndicating
lamps - 5 Nos for eachCharger blocking diode
- 2 NosMCBs- one per module -
1setContactor of each rating & type -one per
module- 1 SetSelector switch - 3
NosPotentiometer - 2 NosMicro switches - 2
NosSet of control cards (Firing card, AVR card
power supply cards, Amplifier card, Earth
fault defective card).- 1 SetShunts for DC
Ammeter -1 No. LCD monitor with RS 485.- 1
no.

L Design, Manufacture, Shop testing, Supply


of AC & DC Distribution Boards as per the
specification.

1 415V AC Main Board (Sub-Boards-I & II) as 1 set 2331604.93 incl 33080.38 11026.4 incl 2375711.75 2375711.75
(A) per Specn. & Drawing as detailed below 5
i) ' I ' Type Module with a rating of 1250 A
(ACB) - 2 Nos.
ii) ' I (BC) ' Type Module with a rating of
1250 A (ACB) - 1 No.

iii)' F1 ' Type Module with a rating of 800 A -


2 Nos.
iv) ' F1 ' Type Module with a rating of 400 A
- 7 Nos.
v)' M ' Type Module with a rating of 630 A
(ACB) - 1 No.
vi)' F1' Type Module with a rating of 630 A -
3 Nos.
vii) ' E1' Type Module suitable for incoming
feeder - 2 Nos.
viii) ' V1 ' Type Module with a rating of 0 -
500 V - 2 Nos.
ix) Cost of all Busbars, Cabling, Wiring meters
etc. & all other required accessories etc. as
per specification - 1 set
x) Cost of the panel with all other required
accessories etc. as per specification - 1 set
1 COMPACT OUT DOOR ACMB incl. 2 set 540294.85 incl 9135.79 5110.99 incl 554541.63 1109083.26
(B) disconnector-1000 amps- 1 Nos,MCCB-630 A-
2 Nos,MCCB-400 A- 2 Nos,MCCB-63 A- 4 Nos

2 415V AC Distribution Board (Sub-Boards-I & 1 set 2071013.41 incl 29383.08 9794.71 incl 2110191.20 2110191.20
II) as per Specn. & Drawing as detailed below

i) ' F1' Type Module with a rating of 800 A -


2 Nos.
ii) ' F1 (BC) ' Type Module with a rating of
800 A - 1 No.
iii) ' DG' Type Module with a rating of 630 A
(ACB) - 1 No.
iv) ' F1' Type Module with a rating of 200 A -
4 Nos.
v) ' F1' Type Module with a rating of 150 A -
2 Nos.
vi) ' F1' Type Module with a rating of 125 A -
4 Nos.
vii) ' F1' Type Module with a rating of 63 A -
67 Nos.
viii) ' F1' Type Module with a rating of 32 A -
12 Nos.
ix) ' F1' Type Module with a rating of 16 A -
4 Nos.
x) ' V2 ' Type Module with a rating of 0 - 500
V - 2 Nos.
xi) Cost of the panel with all other required
accessories etc. as per specification - 1 set

xii) Cost of all Busbars, Cabling, Wiring meters


etc. & all other required accessories etc. as
per specification - 1 set
3 415V AC Lighting Board (Sub-Boards-I & II) & 1 set 1508684.91 incl 21404.83 7134.94 incl 1537224.68 1537224.68
Emergency Lighting Board as per Specn. &
Drawing as detailed below.
i) ' F1' Type Module with a rating of 630 A -
2 Nos.
ii) ' F1 (BC) ' Type Module with a rating of
630 A - 1 No
iii) ' F1' Type Module with a rating of 63 A
(ACB) - 16 Nos.
iv) ' F1' Type Module with a rating of 125 A -
4 Nos.
v) ' V2' Type Module with a rating of 0-500 V
- 3 Nos.
vi) ' F1' Type Module with a rating of 125 A -
1 No.
vii) ' F1' Type Module with a rating of 32 A -
4 Nos.
viii) Cost of the panel with all other required
accessories etc. as per specification - 1 set

ix) Cost of all Busbars, Cabling, Wiring meters


etc. & all other required accessories etc. as
per specification - 1 set
4 DC Distribution Board (Sub-Boards-I & II) as 1 set 685764.88 incl 9729.28 3243.43 incl 698737.59 698737.59
per Specn. & Drawing. As detailed below.

i) ' DC ' Type Module with a rating of 250 A -


2 Nos.
ii) ' DC (BC) ' Type Module with a rating of
250 A - 1 No.
iii) ' F2' Type Module with a rating of 20 A
(ACB) - 78 Nos.
iv) ' F2' Type Module with a rating of 32 A -
10 Nos.
v) ' PM' Type Module with a rating of 0-300
V - 2 Nos.
vi) Cost of the panel with all other required
accessories etc. as per specification-1 set

vii) Cost of all Busbars, Cabling, Wiring meters


etc. & all other required accessories etc. as
per specification - 1 set.
viii) Centre zero DC earth leakage ammeter-
2nos
5 Mandatory Spares for AC & DC Distribution 1 set 631731.93 incl 1554.76 518.26 incl 633804.95 633804.95
Boards as listed below-
Mandatory spares for 1250A ACB.
1 No.Air Circuit Breaker 1250A with motor
operated mechanism
Control Switch - 1 No
Spring Charging Motor - 1 No
- 2 Sets
Opening Spring- 1 No
Fixed contact- 1 No
Moving contact - 1 No
Closing coil- 1 No
Opening Coil - 1 No
Limit Switch- 1 No
Arc Chutes - 1 No
Busbar seal off insulator as percentage of
total quantity -- 5% No
Busbar support insulator as percentage of the
total quantity - 10% No
MANDATORY SPARES FOR 630A ACBs
Air Circuit Breaker with motor operated
mechanism
Control Switch - 1 No
Spring Charging Motor- 1 No
Closing Spring- 1 No
Opening Spring - 1 No
Fixed contact - 1 No
Moving contact - 1 No
Closing coil - 1 No
Opening Coil - 1 No
Limit Switch - 1 No
Arc Chutes - 1 No
Busbar seal off insulator as percentage of
total quantity - 5% No
Busbar support insulator as percentage of the
total quantity- 10% No

M Control & Relay Panels


I Design, engineering, manufacture, assembly,
shop testing, supply and delivery at sites
including packing forwarding handling and
unloading at site of complete set of the
following control and relay and protection
panels and other equipment with all
equipment accessories and others as per
specification.

1 Common Control and Bus Bar Protection 1 Set 6057419.83 incl 85940.28 28647.1 incl 6172007.21 6172007.21
Panel for 400 kV Side ( MAIN I & II) 0

2(a) 400 kV IC CB Control and Relay Panels 2 Nos 616034.02 incl 8739.80 2913.27 incl 627687.09 1255374.18

2(b) 400 kV IC CB Protection Panels 2 Nos 1259553.44 incl 17870.07 5956.35 incl 1283379.86 2566759.72

3(a) 400 kV CB Control and Relay Panels 2 Nos 616034.02 incl 8739.80 2913.27 incl 627687.09 1255374.18

3(b) 400 kV CB Protection Panels 2 Nos 1259553.44 incl 17870.07 5956.35 incl 1283379.86 2566759.72

4 400 kv side 400/11. kV ICT CB Control and 10 Nos 592001.93 incl 8399.40 2799.80 incl 603201.13 6032011.30
Relay Panels
5 400/11 kV ICT Protection Panels 10 Nos 981598.94 incl 13926.43 4641.80 incl 1000167.17 10001671.70

6 400 kV Bus Coupler Control, relay and 1 No. 727884.08 incl 10327.27 3442.77 incl 741654.12 741654.12
Protection Panel
7 Metering Panel 2 Nos 103998.18 incl 2079.96 1039.99 incl 107118.13 214236.26

8 Sub-Station Automation System as per 1 Set 22160412.8 incl 323748.5 107916. incl 22592077.8 22592077.89
Specifications including Software for Sub- 3 4 52 9
Station Automation System along with Visual
monitoring system
9 Relay Test kit and Testing Instruments as per 1 Lot 3961885.35 incl incl incl incl 3961885.35 3961885.35
Annexure-I of Price Schedule

10 Mandatory Spares for Control and Relay 1 Lot 2853468.91 incl incl incl incl 2853468.91 2853468.91
Panels as listed in Annexure-I of Price
Schedule
11 Scientific Instruments as listed in Schedule -I 1 Lot 11433291.4 incl incl incl incl 11433291.4 11433291.45
of Price Schedule 5 5

N TELECOM EQUIPMENT

A) Material Sub-Sation Equipment supply

1 Two directional Managed Synchronous 2 Nos 1663633.31 incl incl incl incl 1663633.31 3327266.62
Digital Hierarchy (SDH) type, Short Haul
which can drive upto 60 kM in both
directions, STM-4 upgradable to STM-16
OLTE with Primary Multiplexer

2 Digital Protection Signalling Equipment 4 Nos 321336.46 incl incl incl incl 321336.46 1285345.84

3 Fibre distribution panels for termination of 2 Nos. 19118.44 incl incl incl incl 19118.44 38236.88
Fibres of 48 F capacity

4 Fibre approach cable (DWSM) of 24 Fibre 2 Km 134383.03 incl incl incl incl 134383.03 268766.06
capacity with HDPE pipe

5 EPAX (16/16), 128 universal ports fullly wired. 2 Nos. 124608.67 incl incl incl incl 124608.67 249217.34

6 EPB Telephones 10 Nos. 2861.81 incl incl incl incl 2861.81 28618.10

7 48 V / 50 A Float cum Boost charger (1+1) 1 Nos. 195235.51 incl incl incl incl 195235.51 195235.51
8 48V/250 AH SMF VRLA Battery set (1+1) 1 Nos. 123440.17 incl incl incl incl 123440.17 123440.17

9 6 pair PVC copper telephone Cable 0.2 Km 52024.94 incl incl incl incl 52024.94 10404.99

10 single pair PVC copper telephone Cable 0.2 Km 11362.00 incl incl incl incl 11362.00 2272.40

11 25 Sqmm Battery cable 0.2 Km 287824.32 incl incl incl incl 287824.32 57564.86

12 4 1/2 digit true rms Digital multimetre 1 Nos. 67984.08 incl incl incl incl 67984.08 67984.08

13 Medium size tool kit consisting of 1) Screw 1 Nos. 22850.83 incl incl incl incl 22850.83 22850.83
driver set with detachable bits(Taparia) 2)
Spanner set 3) Cutting Plier 4) Nose Plier 5)
Wire stripper 6) 25 Watts Soldering Iron
(Soldran) 8) 50 Watt Soldering Iron (Soldran)
8) Crimping Tool 4/6/8 pin 9) 3 1/2 Digital
Multimeter along with briefcase
14 Laptop PC for configuration of remote 1 Nos. 213280.47 incl incl incl incl 213280.47 213280.47
OLTE,MUX, Digital Teleprotection equipment
with necessary software
15 1.5 Ton Split type AC Units including 4 KVA 2 Nos. 65244.55 incl incl incl incl 65244.55 130489.10
Stabilizer
B) Spares of Sub-Station Material

1 Mandatory spare set for Short Haul OLTE 1 Set 968431.69 incl incl incl incl 968431.69 968431.69
equipment and MUX equipment (One
module for each type)
2 Mandatory spare set of Digital tele protection 1 Set 258453.66 incl incl incl incl 258453.66 258453.66
equipment (One module for each type)

3 Mandatory spare set of EPAX (One module 1 Set 55363.43 incl incl incl incl 55363.43 55363.43
for each type)
TOTAL IN (Rs) FOR SCHEDULE - MS10 2031651953.
22

Sl. No. Description Qty UOM Ex-works


Excise Freight Insurance VAT Unit FAD Price TOTAL FAD
in Rs. Duty @ charges incl. charges @ 5% (including Price (including
12.50% Service Tax incl. (in Taxes & Taxes & Duties)
in Rs. in Rs Service Tax Rs.) Duties) in Rs in Rs
Incl ex in Rs
works
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS11 : TRANSFOMERS AND NITROGEN EMULSIFIER SYSTEM
1 (a) 160 MVA,400/11 kV Auto 8 Set 105380705.81 incl 2017564.69 889184.44 incl 108287454.94 866299639.52
Transformer, including oil
for first filling and all
acceesories which are
part of Transformer with
spare 10% oil (List)
(b) Set of spares 1 LS 4767363.23 incl 76611.99 38306.00 incl 4882281.22 4882281.22

(c) Tools and plants 1 LS 2130836.05 incl 44545.89 17853.02 incl 2193234.96 2193234.96
2(a) Design of Fire fighting 8 Set included
system and supply of the above
following Nitrogen
Injection System for the
Protection of
Transformers against fire
due to an arc, during
internal faults and
external fires
(b) Set of spares for the 1 LS
above (List)
3(a) 20/25 MVA,400/11 kV 2 Set 55668925.78 incl 1507973.61 486191.49 incl 57663090.88 115326181.76
Auto Transformer,
including oil for first filling
and all acceesories which
are part of Transformer
with spare 10% oil.
(b) Set of spares 1 LS 3850185.96 incl 145250.79 33626.08 incl 4029062.83 4029062.83

(c) Tools and plants 1 LS 2031604.45 incl 40212.63 16986.37 incl 2088803.45 2088803.45

4(a) Design of Fire fighting 2 Set included


system and supply of the above
following Nitrogen
Injection System for the
Protection of
Transformers against fire
due to an arc, during
internal faults and
external fires
(b) Set of spares for the 1 LS
above (List)
TOTAL IN (Rs) FOR 994819203.74
SCHEDULE - MS11

Sl. Description Qty UO Ex-works Excise Freight VAT @ Unit FAD TOTAL FAD
No. M in Rs. Duty @ charges Insuran 5% (in Price Price
12.50% incl. ce Rs.) (including (including
in Rs. Service charges Taxes & Taxes &
Incl ex Tax incl. Duties) in Duties) in Rs
works in Rs Service Rs
Tax in
Rs
1 2 3 4 5 6 7 8 9 10 11
SCHEDULE - MS12 : Supply of XLPE Cable and Accessories

1 400KV 2500 sqmm, Enamel copper 5000 mtr 40468.29 incl 1618.73 323.75 incl 42410.77 212053850.00
coductor, XLPE, Extruded Aluminum s
Sheath, PVC outersheath
2 Accessories

(a) 420kV Cable to Air termination ( Quad 6 Nos 4861914.9 incl 194476.60 38895.3 incl 5095286.8 30571721.04
Moose/4.5 IPS tube to Cable) including 2 2 4
Bushings, support structure ,acceessories
etc.

(b) Straight through joint and accessories 12 Nos 4003929.9 incl 160157.20 32031.4 incl 4196118.5 50353422.84
3 4 7
(c) Link box including SVL/without SVL for 36 Nos 214496.25 incl 8579.85 1715.97 incl 224792.07 8092514.52
earthing
(d) Cable cover protection unit 10 Nos 91518.40 incl 3660.74 732.14 incl 95911.28 959112.80

(e) Bonding cable for 400 kV Cable 500 Mtr 5348.11 incl 213.92 42.78 incl 5604.81 2802405.00
s
Total in (Rs) for SCHEDULE - MS12 304833026.20
TRANSMISSION CORPORATION OF TELANGANA LIMITED

Name of the work: Supply of 400 KV QM D/C Line from 400 KV SS Ramadugu-400kV Myadaram SS(Pack-6) of length 21 kms -
LIFT IRRIGATION SCHEME

SCHEDULE - A2 (SUPPLY PRICES)

Sl.No. Description of QTY UOM Unit ex-works Excise duty @ Freight & Packing & VAT @ 5% Unit FADS Total Amount
Material price 12.5% incl in Insurance Forwarding (in Rs.) price (in Rs.)
(in Rs.) Ex-works (in Rs.)
(in Rs.) (in Rs.) in Rs.

1 Stubs & Cleats for 74 MT 82848.55 incl 1893.43 incl incl 84741.98 6270906.52
all Towers
(including 2.5%
Extra of Bolts &
Nuts)
2 Super Structure for 2154 MT 82848.55 incl 1893.43 incl incl 84741.98 182534224.92
all Towers
( Including Bolts &
Nuts )
3 ACSR Moose 509 KM 385843.84 incl 3541.37 incl incl 389385.21 198197071.89
Conductor
4 Hard Ware
Fittings, Hardware
& Accessories
Complete for
Quadruple ACSR
Moose Conductor
a) Double I 318 Sets 23117.59 incl 84.55 incl incl 23202.14 7378280.52
Suspension
Insulator Hardware
Complete
b) Double Tension 294 Sets 54093.04 incl 224.41 incl incl 54317.45 15969330.30
Hardware
Complete
c) Single Pilot 80 Sets 40400.04 incl 226.49 incl incl 40626.53 3250122.40
Insulator Hardware
Complete
d) Midspan 289 Nos. 1002.86 incl 6.27 incl incl 1009.13 291638.57
compression Joints
e) Quad Rigid spacers 422 Nos. 2313.44 incl 15.66 incl incl 2329.10 982880.20
for ACSR Moose
Conductor for
Jumpers
f) Bundle spacers 2772 Nos. 1072.90 incl 6.27 incl incl 1079.17 2991459.24
dampers Quad
Moose ACSR
Conductor
g) Twin Moose Rigid 269 Nos. 305.67 incl 6.27 incl incl 311.94 83911.86
Spacer(250mm
spacing) for ACSR
Moose
h) Repair Sleeves for 84 Nos. 348.35 incl 6.27 incl incl 354.62 29788.08
ACSR Conductor
5 7/3.66mm 21.000 KM 61617.04 incl 1253.85 incl incl 62870.89 1320288.69
Galvanised
Earthwire
6 Hard Ware Fittings & Accessories for 7/3.66mm GS
Earthwire
a) Suspension 53 Nos. 654.81 incl 6.27 incl incl 661.08 35037.24
Hardware
Complete
b) Tension Hardware 49 Sets 626.36 incl 6.27 incl incl 632.63 30998.87
Complete
c) Vibration Dampers 208 Nos. 383.86 incl 6.27 incl incl 390.13 81147.04

d) Flexible Copper 102 Nos. 669.05 incl 6.27 incl incl 675.32 68882.64
Bonds with
suitable bolts &
nuts
e) Midspan 11 Nos. 272.89 incl 6.27 incl incl 279.16 3070.76
compression Joints
f) Repair sleeves 10 Nos. 619.79 incl 6.27 incl incl 626.06 6260.60

7 120KN Disc 17454 Nos. 975.93 incl 14.60 incl incl 990.53 17288710.62
Insulators (Antifog
type)
8 160KN Disc 28178 Nos. 1080.05 incl 17.74 incl incl 1097.79 30933526.62
Insulators (Antifog
type)
9 Number Plates 75 Nos. 286.49 incl 24.01 incl incl 310.50 23287.50
with Bolts, Nuts &
Washers
10 Danger Plates with 75 Nos. 285.78 incl 24.01 incl incl 309.79 23234.25
Bolts, Nuts &
Washers
11 Phase Plates with 150 Sets 285.78 incl 24.01 incl incl 309.79 46468.50
Bolts, Nuts &
Washers (Set of
Three R,Y & B)
12 Circuit Plates with 75 Sets 285.78 incl 24.01 incl incl 309.79 23234.25
Bolts, Nuts &
Washers (Set of
Two)
13 Bird Guards ( 1 Set 52 Sets 376.44 incl 37.13 incl incl 413.57 21505.64
= 6 Nos)
14 Anti Climbing
Devices for
a) Tangent Towers 52 Nos. 5573.90 incl 59.50 incl incl 5633.40 292936.80
incl. contingencies
b) Small Angle 4 Nos. 7431.26 incl 59.50 incl incl 7490.76 29963.04
Towers incl.
contingencies
c) Medium Angle 8 Nos. 9287.50 incl 59.50 incl incl 9347.00 74776.00
Towers incl.
contingencies
d) Large Angle and 11 Nos. 9287.50 incl 59.50 incl incl 9347.00 102817.00
Dead End Towers
incl. contingencies
15 Earthing of the
Towers
a) Pipe type 75 Sets 1808.21 incl 24.00 incl incl 1832.21 137415.75

b) Counter Poise 20 Sets 4336.04 incl 59.50 incl incl 4395.54 87910.80

16 Telecom Line
materials :
1 OPGW 24F of 28 kM 146737.64 incl incl incl incl 146737.64 4108653.92
DWSM type
including sag, loop,
overheads @ 10%
2 Splice boxes 2 Nos 10456.17 incl incl incl incl 10456.17 20912.34
(OPGW-OFAC)
3 Splice boxes 9 Nos 10456.17 incl incl incl incl 10456.17 94105.53
(OPGW-OPGW)
4 Suspension 110 Nos 5728.71 incl incl incl incl 5728.71 630158.10
Assembly
(Grounding clamps
are part of
suspension
assembly)
5 Tension Assembly 64 Nos 6909.95 incl incl incl incl 6909.95 442236.80
(Dead end clamps
and Grounding
clamps are part of
tension assembly)
6 Vibration dampers 348 Nos 1454.99 incl incl incl incl 1454.99 506336.52

7 Down lead clamps 110 Nos 850.00 incl incl incl incl 850.00 93500.00

17 Telecom line
Spares @3%
1 Suspension 4 Nos 5728.71 incl incl incl incl 5728.71 22914.84
assembly
(grounding clamps
are part of
suspension
assembly)
2 Tension assembly 2 Nos 6909.95 incl incl incl incl 6909.95 13819.90
(dead end clamps
and grounding
clamps are part of
tension assembly)
3 Vibration dampers 12 Nos 1454.99 incl incl incl incl 1454.99 17459.88

4 Splice boxes 1 No 10456.17 incl incl incl incl 10456.17 10456.17


(OPGW-OPGW)
5 Splice boxes 1 Nos. 10456.17 incl incl incl incl 10456.17 10456.17
(OPGW-OFAC)
6 Down lead clamps 20 Nos 850.00 incl incl incl incl 850.00 17000.00

Furniture
18 GPS (Garmin map 1 Nos 31199.45 incl incl incl incl 31199.45 31199.45
78S model) Inc. of
all taxes
19 Steel Tubular `S 4 Nos 7458.83 incl 54.30 incl incl 7513.13 30052.52
Type chair
( Continuous Arm )
Model No. Chr-7 in
1" dia and 14
gauge pipe ,cane
seat and back in
teak wood with
quality cane make
Godrej or
equivalent.
20 Junior Executive 1 Nos 14973.07 incl 80.92 incl incl 15053.99 15053.99
table ( 1365 x 680
x 7350) mm with
decolam Model
No.T-9 make
Godrej or
equivalent.
21 Steel Table (1199 x 1 Nos 7552.90 incl 75.61 incl incl 7628.51 7628.51
590 x 735 )mm
with single drawer
and Decolam Top
Model. T-111
make Godrej or
equivalent.
22 Steel store well 1 Nos 13571.39 incl 45.78 incl incl 13617.17 13617.17
plain (900 x 507 x
1950) mm Make
Godrej, Model :
Slimline 4S Tex
purple colour.
23 Minor Almirah of 1 Nos 7158.41 incl 33.28 incl incl 7191.69 7191.69
size 4 1/2 feet X 3
feet 17 inches with
three shelves
making four
compartments in
18 guage with
three way locking
system, Inc. of all
taxes
24 Desktop 2 Nos. 127426.25 incl incl incl incl 127426.25 254852.50
computer with
Intel core i-7-
3920XM Process
512KB level-8M
cache upto 3.80
GHz, 8GB RAM ,
128bit graphic
accelerator with
4MB SG
RAM,160GB Ultra
DMA-HDD,1.44MB
FDD,52X Creative
DVD-
ROM,1x16550 fast
serial ports & IEPP
ECP parallel ports ,
4X, universal serial
bus (USB) ports,
PS/2 compatible
key board/ouse
ports, 19" colour
monotor,Internet
ready multimedia
key board,Optical
scroll mouse and
built in modem
128KBPS along
with telephone
instrument &
other accessories
and complete
installation of the
system, DVD writer
with latest
software.
including the
following
1)Windows-8.1 or
later version of OS
and latest MS
OFFICE software -
preloaded along
with Media &
Manuals, Power
management
software, ACPI and
windows 8 /
Latest.
2)Latest updated
versions of Anti
virus software kit -
Norton, macfee,
hill view etc
alongwith Media &
Manuals
25 Laser Jet Printer 2 Nos. 10642.73 incl incl incl incl 10642.73 21285.46
with Fax along
with 2 sets of
Spare catridges
and Scanner.
26 1 kVA inverter 1 Nos. 15550.69 incl 230.87 incl incl 15781.56 15781.56
(input 220V DC,
output 220V AC)
27 Off line Fault 1 Nos. 2563068.73 incl incl incl incl 2563068.73 2563068.73
Distance Locator
Make : Taurus EHT
1250 Max-3 EHF,
incl of all taxes for
utilisation at
Myadaram end.
28 Digital Earth 2 Nos. 20048.77 incl incl incl incl 20048.77 40097.54
Resistance Testing
kit Make: Megger
incl of all taxes
GRAND TOTAL - 477598926.40
SCHEDULE A2
TRANSMISSION CORPORATION OF TELANGANA LIMITED

400/11 KV MYADARM GAS INSULATED SUBSTATION, LIFT IRRIGATION SCHEME

SCHEDULE - B2 (PRICES FOR ERECTION,TESTING & COMMISSIONING OF GIS SUB STATION)

S.No : Description Qty UOM Unit rate of Unit rate Labour Unit FADS Total Amount
Material of Labour Cess at 1% Price (4x9)
cost on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - ME1 : PRICES FOR ERECTION OF SWITCHYARD STRUCTURES

1 Site handling, installation and erection of the


following as per tender specification :-
i) Complete switchyard and transformer yard structural 70 MT 0.00 6300.62 63.01 6363.63 445454.10
steel work, Lightning masts, Lattice type structures
for 400 KV switchyard i.e. towers, stubs, cleats,
booms, Lightning masts and equipment support
structures for 400KV fabricated

ii) GI pipe support structure for 400KV bus post 40 MT 0.00 3032.71 30.33 3063.04 122521.60
insulators, CVT, LA, Isolator, WT, PTs as per
guaranteed weights fabricated confirmed to grade
Yst 210 or highergrade as per IS:806 as specified as
per layout drawings.

TOTAL SCHEDULE - ME1 (Rs.)


5,67,975.70

S.No : Description Qty UOM Unit rate of Unit rate Labour Unit FADS Total Amount
Material of Labour Cess at 1% Price (4x9)
cost (in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - ME2 : PRICES FOR ERECTION OF EARTHING & EARTHMAT

1 Installation and testing of complete earthing


mat in the total area of 400 KV switch yard, GIS
yard, including future bays, risers including
construction of earth pits , tests pits,
equipment earthing, Lightning protection for
Switchyard equipment , Earthing and Lightning
Protection by shield wire for Buildings and
Earthing switchyard fencing in the Substation
as per the tender specification.
i) M.S. Rod 40 mm dia.( 200000/10=20000mtrs) 20000 Mtrs 0.00 148.34 1.48 149.82 2996400.00
ii) G.S. Flat 75 x 12 mm ( 200000/7.1=1900) 28200 Mtrs 0.00 130.15 1.30 131.45 3706890.00
ii) G.S. Flat 100 x 10 mm (100000/7.798=13000) 13000 Mtrs 0.00 130.15 1.30 131.45 1708850.00
iii) G.S. Flat 50 x 8 mm(6000/3.16=1900) 19000 Mtrs 0.00 54.57 0.55 55.12 1047280.00
iii) Copper. Flat 50 x 8 mm (25000/3.16=8000) 8000 Mtrs 0.00 54.57 0.55 55.12 440960.00
iii) Flexible Copper Conductor 300 Sqmm 100.00 mtrs 0.00 54.57 0.55 55.12 5512.00
iv) Un-treated earth pits including installation of 23 Nos. 0.00 2078.27 20.78 2099.05 48278.15
40 mm dia rod electrode, disconnecting links,
and all required materials and RCC collar and
completion of related civil works with bricks,
cement mortar 1:4 as specified for L As, carrier
couplings,towers with peak and CVTs as per
specification.
v) Erection of treated earth pits for installation of 36 Nos. 0.00 13517.97 135.18 13653.15 491513.40
C.I. Earth pipe with dia of 125 mm and 2.75
mt. long., BH coke salt,connecting flat and all
required materials and RCC collar and
completion of related civil works with
bricks ,cement mortar 1:4 as specified for
Transformers, DG Set and PLCC Room (cost of
CI earth pipe,flat,coke, salt,RCC collar/brick
wall etc.included)
vi) Periperal Earth electrode including 100 Nos. 0.00 356.86 3.57 360.43 36043.00
insptallation of 40mm dia rod electrode, and all
required materials and providing bentonite
powder around Electorde as specified for
periperal electrode earthing as per
specification.
TOTAL SCHEDULE -ME2 (Rs.) 10481726.55

S.No : Description Qty UOM Unit rate of Unit rate Labour Unit FADS Total Amount
Material cost of Labour Cess at 1% Price (4x9)
(in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - ME3 : PRICES FOR BUS BAR ERECTION AND EQUIPMENT INTER CONNECTIONS

1 Connecting equipment to equipment through 300 Mtrs 0.00 247.70 2.48 250.18 75054.00
4/4.5“IPS Al tube including cutting, bending,
welding, testing, clamping etc. for complete
connection (3 phases – 6 nos connections).
2 Connecting equipment to bus and or other 24 Nos. 0.00 908.53 9.09 917.62 22022.88
equipment with Twin moose conductor
including measuring, cutting, clamping and
hoisting of suspension insulator assembly to
support the conductor wherever necessary (3
phases – 6 nos connections)
3 Connecting equipment to bus and or other 24 Nos. 0.00 849.02 8.49 857.51 20580.24
equipment with Quad moose conductor
including measuring, cutting, clamping and
hoisting of suspension insulator assembly to
support the conductor wherever necessary (3
phases – 6 nos connections)
4 Erection of 7/3.66 GS Earthwire from top of 1500 RM 0.00 57.39 0.57 57.96 86940.00
peak Tower and LM`s to ground and
connecting to untreated earthpits including
cutting , clamping and fixing of all hardware
like pad type compression clamp, cleat type
clamp and T clamps etc.
5 Fixing of spacers for 400kV Twin Moose 18 Nos. 0.00 119.74 1.20 120.94 2176.92
conductor
6 Fixing of spacers for 400kV Quadruple Moose 18 Nos. 0.00 165.98 1.66 167.64 3017.52
conductor
7 Erection of Bay Marshalling kiosk for 400kV 2 Nos. 0.00 906.90 9.07 915.97 1831.94
complete.
TOTAL SCHEDULE -ME3 (Rs.) 211623.50

S.No : Description Qty UOM Unit rate of Unit rate Labour Unit FADS Total Amount
Material of Labour Cess at 1% Price (4x9)
cost on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - ME4 : PRICES FOR ERECTION, TESTING AND COMMISSIONING OF POWER AND CONTROL CABLES

1 Complete cabling system for the entire


substation, preparation of cable scheduling ,
installation, providing conduits, cable jointing
kits, cable termination kits, cable lugs, ferrules
and glands etc. including jointing, termination,
testing and commissioning of the following
Power & Control Cables as per requirement
and tender specification.
a) Laying and termination of armoured Control
cables of size 2 core, 2.5 Sq.mm to 27 core, 2.5
Sq. mm including cost of Cable Glands etc
complete.
i) 2 to 12 core 26000 Mtrs 0.00 50.39 0.50 50.89 1323140.00
ii) 14 to 19 core 11000 Mtrs 0.00 57.39 0.57 57.96 637560.00
iii) 27 core and above including 50Sq. mm Copper 3000 Mtrs 0.00 67.18 0.67 67.85 203550.00
cable
b) Laying and termination of armoured Power
cables of the following size including cost of
cable glands etc complete.
i) Up to 50 Sq. mm 25500 Mtrs 0.00 86.78 0.87 87.65 2235075.00
ii) Above 50 Sq. mm upto 300 Sq.mm 2600 Mtrs 0.00 110.57 1.11 111.68 290368.00
iii) Above 300 Sq. mm 1000 Mtrs 0.00 139.95 1.40 141.35 141350.00
c) Buried Cable Trench - Excavation for cable
trench providing 100 mm thick sand layer
before and after laying the cable & Providing
4" thick brick cover over sand, refilling,
consolidation and levelling of surplus earth
including the cost and conveyance of all
materials, route markers, labour charges etc.,
complete for finished item of work as
approved and directed by the Engineer-In-
Charge
i) Size : 300 x 600 mm 2000 Mtrs 0.00 240.70 2.41 243.11 486220.00
ii) Size : 1500 x 800 mm 150 Mtrs 0.00 642.37 6.42 648.79 97318.50
d) Erection of Galvanised Cable trays with 2mm 3300 Mtrs 0.00 57.39 0.57 57.96 191268.00
thick perforated CRCA Sheet Size : 200 ,400,
600 ,1000,1200mm
e) Excavation, Laying and Back filling of different 500 Mtrs 0.00 202.73 2.03 204.76 102380.00
sizes of rigid pvc pipe upto a depth of 350 mm
(sizes 200mm, 150 mm & 100mm) with
suitable rigid pvc bends of ISI make including
supply of all materials etc complete for laying
of cables.
TOTAL SCHEDULE-ME4 (Rs.) 5708229.50

S.No : Description Qty UOM Unit rate of Unit rate Labour Unit FADS Total Amount
Material cost of Labour Cess at 1% Price (4x9)
(in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - ME5 : PRICES FOR ERECTION, TESTING AND COMMISSIONING OF INDOOR AND OUTDOOR ILLUMINATION

Complete indoor and out door illumination as per specification for 400/11 KV Substation, Switch yard Lighting, Control House,
Auxiliary Buildings, street lighting, Erection, testing and commissioning of following items as per the approved design and
drawings as per tender specification.

1 Installation of all types of Indoor, outdoor,


street lighting fixtures along with lamps in
substation wherever required as per approved
drawings including cabling and connections,
labour charges etc., G.I. Bent pipes, suitable
clamps for fixing to structures, poles or in
buildings in complete shape.
i) Fixtures for decorative 36 W lamps, Fixtures 255 Nos. 0.00 544.41 5.44 549.85 140211.75
for energy saving
2 x 36 W lamps or 50 W LED fixture
ii) Fixtures for 9 W CFL Lamp, Fixtrues for GLS 10 Nos. 0.00 272.91 2.73 275.64 2756.40
type, Fixtures for
4 x 18 W CFL Lamp.
iii) Flood lighting fixtures for 400W Sodium 60 Nos. 0.00 356.87 3.57 360.44 21626.40
Vapour lamp
iv) Street lighting fixtures for 150 W Sodium 110 Nos. 0.00 356.87 3.57 360.44 39648.40
Vapour lamp or
90 W LED fixture
v) Street lighting fixtures for 250 W Sodium 20 Nos. 0.00 429.66 4.30 433.96 8679.20
Vapour lamp
vi) Lighting fixtures for 125 HP MV lamp post 45 Nos. 0.00 267.32 2.67 269.99 12149.55
lantherns
iv) High Bay lighting fixtures for 250 W Sodium 80 Nos. 0.00 356.87 3.57 360.44 28835.20
Vapour lamp /Mercury Lamp

2 Buzzer Anchor make or equivalent approved 10 Nos. 0.00 272.91 2.73 275.64 2756.40
make with ISI mark with necessary bell and
switches etc.
3 Providing and fixing concealed in roof and
walls with PVC Conduit piping of ISI standards
with necessary GI wire of suitable guage to
draw wires at later date including cost of
junction boxes etc.cost and conveyance of all
materials etc complete for finished item of
work for Guest house, store building, pump
house building & security room as approved
and directed by the Engineer-in-charge at Site.
i) 40 mm / 32mm dia - 2mm thick 550 Mtrs 0.00 109.17 1.09 110.26 60643.00
ii) 25mm dia - 2mm thick 350 Mtrs 0.00 95.17 0.95 96.12 33642.00
iii) 12mm dia - 1.5mm thick 250 Mtrs 0.00 64.37 0.64 65.01 16252.50
4 Indoor Modular Main distribtion board 4 Nos. 0.00 1991.52 19.92 2011.44 8045.76
suitable for wall insert with 1No 63A TP MCB
for I/C and 6 Nos 32A SPMCB , 8 Nos 10 A
SPMCB & 10 Nos 16A SPMCB with neutral link
for O/G complete make Havells /LEGRAND or
MDS or equivalent.
5 Lighting Poles erection - Type A1 as per 10 Nos. 0.00 5598.07 55.98 5654.05 56540.50
drawing enclosed including concreting

6 Lighting Poles erection - Type E1 as per 10 Nos. 0.00 2990.77 29.91 3020.68 30206.80
drawing enclosed including concreting

7 Erection of all types of Lighting Panels 22 Nos. 0.00 1921.54 19.22 1940.76 42696.72
required for Indoor, Outdoor and Street
lighting, including earthing of panels with 25 x
6 GS Flat connected to main earth grid, with
suitable structures.
8 Outdoor Junction Box with 16A-SP-MCB-2 30 Nos. 0.00 380.66 3.81 384.47 11534.10
Nos,10A-SP-MCB-4 Nos & terminal blocks
(bolt type) for 6 circuits and neutral link
9 415V, 63A Power Recepticle outdoor 4 Nos. 0.00 761.34 7.61 768.95 3075.80

10 Decorative Type Switch boards all types 58 Nos. 0.00 109.17 1.09 110.26 6395.08

11 Telephone Junction Boxes

a) MDF box suitable for 50 /20 /10 pair 5 No. 0.00 95.17 0.95 96.12 480.60
Telephones with crones and surge protection
complete
12 Single socket outlet comprising RJ-45 Socket 12 Nos. 0.00 34.98 0.35 35.33 423.96

13 Dual socket outlet comprising RJ-45 Socket 24 Nos. 0.00 34.98 0.35 35.33 847.92
14 Wall - Mounted fans 400 mm Sweep 6 Nos. 0.00 193.14 1.93 195.07 1170.42

15 1400 mm sweep ceiling fans with Electronic 20 Nos. 0.00 193.14 1.93 195.07 3901.40
regulator
16 Out door AC Distribution Board with 2 Nos 1 Nos. 0.00 1991.52 19.92 2011.44 2011.44
Incomings, 3 Phase, 440 V, 300 Amps, with Cu
Bar and 300 Amps Fuse units & Nuetral link
complete and outgoing 2 Nos , 3P, 125 A,
MCBs including all accessories.
TOTAL SCHEDULE - ME 5 (Rs.) 534531.30

S.No : Description Qty UOM Unit rate of Unit rate of Labour Unit FADS Total Amount
Material Labour Cess at 1% Price (4x9)
cost (in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - ME6 : PRICES FOR ERECTION , TESTING AND COMMISSIONING OF FIRE PROTECTION, DETECTION & ALARM SYSTEMS

1 Erection of Horizontal centrifugal Electric 2 Set 0.00 68991.99 689.92 69681.91 139363.82
Driven Hydrant/HVW Spray, pump of capacity
410M3/hr, total dynamic head of 88MWC
with all accessories & fittings and Electric
Induction Motor Squirrel cage type for the
above with all accessories & fittings as per
tender specification.
2 Erection of Horizontal centrifugal Diesel 2 Set 0.00 73289.90 732.90 74022.80 148045.60
Engine Driven Hydrant/HVW spray pump of
capacity 410M3/hr and total dynamic head of
88MWC with all accessories and fittings.
Both the HVW pumps, one motor driven and
one diesel driven shall be of same model and
their components interchangeable, 1 No.
Diesel Engine, multi cylinder type, four
stroke cycle with mechanical airless injection
cold starting type for the above with all
accessories and fittings as per specification -
1 No. and two sets of Batteries and fuel tank
having capacity to hold fuel oil for six hours
of full load run - 1 No.
3 Erection of Horizontal centrifugal Electric 2 Sets 0.00 6542.73 65.43 6608.16 13216.32
Driven jockey pump of capacity 10.8 m3/hr
and Total dynamic head of 88MWC with all
accessories and fittings along with Electric
Motor for the above with all accessories and
fittings as per specification
4 Erection of Air vessel with vent valves etc. 2 Nos. 0.00 5676.44 56.76 5733.20 11466.40
capacity as per specification and system
requirement.
5 Erection of Sump pumps 10/Hr cum MWC 4 Nos. 0.00 5020.08 50.20 5070.28 20281.12
with motor starter and all accessories
6 Erection of Basket strainer 300 NB 4 Nos. 0.00 2180.45 21.80 2202.25 8809.00

7 Erection of Control panel equipped with all 2 Nos. 0.00 4362.29 43.62 4405.91 8811.82
accessories for motor drives of Fire water
pumps and 2 Nos. jockey pumps as per
specifications suitable for two sources of
supply and 2 Nos. Battery chargers
8 Erection of control Panel for Diesel Engine 2 Nos. 0.00 4362.29 43.62 4405.91 8811.82
driven fire water pumps as per specification
9 Erection of Annunciation panel at fire water 2 Nos. 0.00 1662.62 16.63 1679.25 3358.50
pump house as per specification
10 Erection of Annunciation panel in Control 2 Nos. 0.00 1662.62 16.63 1679.25 3358.50
Room as per specification
11 Erecrtion of the following Hydrant and HVWS
system Accessories
a) Single headed Hydrants or landing valves 40 Nos. 0.00 761.34 7.61 768.95 30758.00

b) Hose cabinets. 20 Nos. 0.00 831.32 8.31 839.63 16792.60

c) Hoses of 15.0m length with coupling 20 Nos. 0.00 75.57 0.76 76.33 1526.60

d) Hoses of 7.5m length with coupling 20 Nos. 0.00 75.57 0.76 76.33 1526.60

e) Branch pipe with Nozzles. 20 Nos. 0.00 75.57 0.76 76.33 1526.60

12 Erection of the following Mild steel black


pipes and Mild steel galvanized pipes with
wrapping & coating for below ground and
painting for above ground including cost of
wrapping & coating material and paint
required.
a) 300 NB (below ground) 5 Mtrs 0.00 2180.45 21.80 2202.25 11011.25

b) 300 NB (above ground) 20 Mtrs 0.00 1454.09 14.54 1468.63 29372.60

c) 250 NB (below ground) 5 Mtrs 0.00 1783.00 17.83 1800.83 9004.15

d) 250 NB (above ground) 30 Mtrs 0.00 1125.21 11.25 1136.46 34093.80

e) 200 NB (below ground) 150 Mtrs 0.00 1384.11 13.84 1397.95 209692.50
f) 200 NB (above ground) 50 Mtrs 0.00 1056.63 10.57 1067.20 53360.00

g) 150 NB (below ground) 100 Mtrs 0.00 1091.63 10.92 1102.55 110255.00

h) 150 NB (above ground) 500 Mtrs 0.00 891.49 8.91 900.40 450200.00

i) 100 NB (below ground) 50 Mtrs 0.00 692.75 6.93 699.68 34984.00

j) 100 NB (above ground) 150 Mtrs 0.00 562.61 5.63 568.24 85236.00

k) 80 NB (below ground) 50 Mtrs 0.00 527.60 5.28 532.88 26644.00

l) 80 NB (above ground) 100 Mtrs 0.00 363.87 3.64 367.51 36751.00

m) 50 NB 20 Mtrs 0.00 352.68 3.53 356.21 7124.20

n) 25 NB 20 Mtrs 0.00 211.33 2.11 213.44 4268.80

o) 15 NB 20 Mtrs 0.00 149.75 1.50 151.25 3025.00

13 Erection of Set of GI Piping beyond deluge 2 Set 0.00 248456.24 2484.56 250940.80 501881.60
valves for transformer including detection
piping and pipe supports
14 Erection of the following valves

a) 300 NB Gate 6 Nos. 0.00 2180.45 21.80 2202.25 13213.50

b) 250 NB Gate 2 Nos. 0.00 1851.56 18.52 1870.08 3740.16

c) 250 NB Check 2 Nos. 0.00 1851.56 18.52 1870.08 3740.16

d) 200 NB Gate 2 Nos. 0.00 1454.09 14.54 1468.63 2937.26

e) 150 NB Gate 12 Nos. 0.00 1384.11 13.84 1397.95 16775.40


f) 100 NB Gate 5 Nos. 0.00 985.27 9.85 995.12 4975.60

g) 80 NB Gate 8 Nos. 0.00 657.77 6.58 664.35 5314.80

h) 80 NB Check 2 Nos. 0.00 657.77 6.58 664.35 1328.70

i) 50 NB Gate 2 Nos. 0.00 527.60 5.28 532.88 1065.76

j) 50 NB Check 2 Nos. 0.00 527.60 5.28 532.88 1065.76

k) 25 NB Gate 10 Nos. 0.00 240.70 2.41 243.11 2431.10

l) 15 NB Gate 2 Nos. 0.00 145.56 1.46 147.02 294.04

m) Float operated valve 100 NB 2 Nos. 0.00 1384.11 13.84 1397.95 2795.90

15 Erection of Float operated level gauge 2 Nos. 0.00 1195.18 11.95 1207.13 2414.26

16 Erection of Level Switch 3 Nos. 0.00 1195.18 11.95 1207.13 3621.39

17 Erection of Pressure Gauge 5 Nos. 0.00 692.75 6.93 699.68 3498.40

18 Erection of Pressure Switch 26 Nos. 0.00 1454.09 14.54 1468.63 38184.38

19 Erection of Differential Pressure Gauge 2 Nos. 0.00 1056.63 10.57 1067.20 2134.40

20 Erection of Deluge valve with motor gounge, 4 Sets 0.00 6542.73 65.43 6608.16 26432.64
pr. switch, pr.guage, solenoid valve to drain -
size 150 NB
21 Erection of Local control panel for Deluge 2 Nos. 0.00 1851.56 18.52 1870.08 3740.16
valve
22 Erection of Strainer Y type, 150 NB 2 Nos. 0.00 1454.09 14.54 1468.63 2937.26

23 Erection of Quartzoid bulb detectors 60 Nos. 0.00 117.56 1.18 118.74 7124.40
24 Erection of HVW spray nozzles 120 Nos. 0.00 117.56 1.18 118.74 14248.80

25 Erection, testing commissioning of Detection


& Alaram system including all hardware,
cables and all other accessories.
a) Multi criteria detectors 30 Nos. 0.00 527.60 5.28 532.88 15986.40

b) Heat detector 10 Nos. 0.00 527.60 5.28 532.88 5328.80

c) Response indicator 10 Nos. 0.00 527.60 5.28 532.88 5328.80

d) Manual call point 10 Nos. 0.00 527.60 5.28 532.88 5328.80

26 Fire detection & Alarm panel with 2nos siren, 1 Set 0.00 527.60 5.28 532.88 532.88
2nos hooters and relay module at every floor

27 Erection of the following Portable Fire


Extinguishers with all accessories as per
specification
a) Dry chemical powder type Fire extinguishers 15 Nos. 0.00 53.18 0.53 53.71 805.65
of 10 kgs. Capacity
b) Dry chemical powder type Fire extinguishers 10 Nos. 0.00 104.95 1.05 106.00 1060.00
of 25 kgs. Capacity (trolley mounted)
c) Dry chemical powder type Fire extinguishers 10 Nos. 0.00 141.34 1.41 142.75 1427.50
of 50 kgs. Capacity (trolley mounted)
d) Dry chemical powder type Fire extinguishers 7 Nos. 0.00 302.30 3.02 305.32 2137.24
of 150 kgs. Capacity (trolley mounted)
e) CO2 type portable Fire extinguishers of 45 5 Nos. 0.00 109.17 1.09 110.26 551.30
kgs. Capacity (trolley mounted)
f) CO2 type portable Fire extinguishers of 22.5 10 Nos. 0.00 109.17 1.09 110.26 1102.60
kgs. Capacity (trolley mounted)
g) CO2 type portable Fire extinguishers of 9 kgs. 10 Nos. 0.00 51.79 0.52 52.31 523.10
Capacity (trolley mounted)
h) 2 kgs. Capacity (Portable ) including in Kiosk's 28 Nos. 0.00 40.58 0.41 40.99 1147.72

i) 9 liters capacity Mechanical foam type fire 20 Nos. 0.00 54.57 0.55 55.12 1102.40
extinguishers
j) Sand / water Buckets 9 litres capacity with 20 Nos. 0.00 71.37 0.71 72.08 1441.60
stand
TOTAL SCHEDULE -ME6(Rs.) 2232376.22

S.No : Description Qty UOM Unit rate of Unit rate of Labour Unit FADS Total Amount
Material Labour Cess at 1% Price (4x9)
cost (in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE-ME7 : PRICES FOR ERECTION, TESTING AND COMMISSIONING OF AIR CONDITIONING & VENTILATION SYSTEM

A Air Conditioning

1 Ductable,Cassette/wall mounted Split ac Units 50 Nos. 0 5179.61 51.8 5231.41 261570.5


with stabilisers, receptacles including all
support structures and all other accessories
with MCB as per tender specification.
2 Distribtion board with 1No., 63A TP MCB for 2 Nos. 0 4362.29 43.62 4405.91 8811.82
I/C and 15 Nos 16A SP MCB with terminal block
arrangement complete make Havells or
Schiender MDS or equivalent.
3 Under deck insulation for the roof exposed to 4000 Sq.ft 0 47.58 0.48 48.06 192240.00
sunlight with 50 mm thick TF quality expanded
poly steyrene including GI washers and wire for
fixing.
B Ventilation

1 Exhaust Fans of propeller type/ axial type, each 0 0 0 0 0


with suitable drive motors, DOL starters, vain
protection with screen, grouting bolts etc.

a) Three Phase 24" sweep 1440 RPM, 3000 2 Nos. 0 1160.19 11.6 1171.79 2343.58
Cum/Hr Exhaust Fan (600 mm) or equivalent
b) Three Phase 18" sweep 960 RPM, 2000 Cum/Hr 2 Nos. 0 1160.19 11.6 1171.79 2343.58
Exhaust Fan (140 mm) or equivalent
c) Three Phase 12" sweep960 RPM, 500 Cum/Hr 4 Nos. 0 1160.19 11.6 1171.79 4687.16
Exhaust Fan (300 mm) or equivalent
d) AC Distribution Boards Mains for usage in AC 9 Nos 0 380.66 3.81 384.47 3460.23
Kiosks for supply (indoor wall
inserted/mounted) with SP 16A MCBs - 3 Nos.,
6A SP MCBs-2Nos., 2A SP MCBs 3 Nos.
e) Erection HVAC system including all the erection 1 Lot 0 118557.93 1185.58 119743.51 119743.51
of support structures all all acceessories as per
technical specification
TOTAL SCHEDULE -ME7 (Rs.) 595200.38
S.No : Description Qty UOM Unit rate of Unit rate of Labour Unit FADS Total Amount
Material cost Labour Cess at 1% Price (4x9)
(in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE -ME8 : PRICES FOR ERECTION, TESTING, COMMISSIONING OF 250 kVA DIESEL GENERATOR SET

1 Erection, testing and commissioing of 250 kVA 1 Set 0 77272.92 772.73 78045.65 78045.65
DG Set complete including AMF Panel,
auxilaries etc as per tender specification. .
TOTAL SCHEDULE - ME8 (Rs.) 78045.65

S.No : Description Qty UOM Unit rate of Unit rate of Labour Unit FADS Total Amount
Material cost Labour Cess at 1% Price (4x9)
(in Rs.) (in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - ME9 : PRICES FOR ERECTION, TESTING AND COMMISSIONING OF SWITCHGEAR EQUIPMENT

PRICES FOR ERECTION OF GIS EQUIPMENT , TERMINATING MATERIAL, ACDC DISTRIBUTION BOARDS ,CONTROL AND RELAY
PANELS,PLCC EQUIPMENT.

1 420kV, SF6 GIS Transformer feeder 10 Sets 0 869307.61 8693.08 878000.69 8780006.90
bay Module including termination
arrangement,support structures and
all accessories
2 420kV, SF6 GIS Line feeder bay 2 Sets 0 869307.61 8693.08 878000.69 1756001.38
Module (without PIR) including
termination arrangement support
structures and all accessories
3 420kV, SF6 GIS Bus Bar Module 2 Sets 0 4346538.05 43465.38 4390003.43 8780006.86
including Bus PTs erection support
structures and all accessories
4 420kV, SF6 GIS Bus Coupler Bay 1 Sets 0 869307.61 8693.08 878000.69 878000.69
Module support structures and all
accessories
5 420kV, SF6 Gas Insulated Bus Duct 600 mtr 0 2800.34 28.00 2828.34 1697004.00
(GIB) outside GIS Hall including bus
duct support structures and
associated accessories.
6 420kV SF6 to Cable termination 6 Nos 0 287014.51 2870.15 289884.66 1739307.96

7 420kV SF6 to Oil Bushing 10 Nos 0 357691.81 3576.92 361268.73 3612687.30

8 10T EOT crane for 400kV GIS Hall 1 Nos 0 549737.33 5497.37 555234.7 555234.70

Sub total 27798249.79

A Erection, testing and commissioning


of the following equipment with crane
at site including handling the
material / equipment carefully at site
including labour charges for all
incidental and operational items of
work as per tender specification. .
1 420 KV SF6 Circuit breaker with 2 Sets 0 23343.94 233.44 23577.38 47154.76
support structure and marshalling
boxes
2 420 KV, 3 pole Horizontal centre break 8 Sets 0 13516.54 135.17 13651.71 109213.68
Isolators with single earth
switches/Double earth
3 420 KV Single phase current 12 Nos. 0 6653.30 66.53 6719.83 80637.96
transformers with secondary terminal
box
4 420KV Single phase Capacitive Voltage 12 Nos. 0 6653.30 66.53 6719.83 80637.96
transformers/Potential Transformers
with secondary terminal box and with
carrier coupling device.
5 390 KV Lightning Arrestors 6 Nos. 0 6418.20 64.18 6482.38 38894.28
6 400KV Bus post insulators 42 Nos. 0 6418.20 64.18 6482.38 272259.96
Sub total 628798.6
B ERECTION, TESTING AND COMMISSIONING OF BATTERIES & BATTERY CHARGERS as per tender specification.

1 220V, 400AH Capacity Sealed 1 set 0 12806.97 128.07 12935.04 12935.04


Maintanace free SMF VRLA Type 2
No. Battery Banks along with all other
required accessories and terminal
connectors .
2 40/100A Float - Cum- Boost Charger 1 set 0 7618.97 76.19 7695.16 7695.16
1 No. suitable for 220V, 400AH
Capacity Sealed Maintanace free SMF
VRLA Type battery banks with all other
required accessories
Sub total 20630.20

C ERECTION, TESTING AND COMMISSIONING OF FOLLOWING AC & DC DISTRIBUTION BOARDS as per tender specification.

1 415V AC Main Board ( Sub- Boards- I & 1 Set 0 103590.85 1035.91 104626.76 104626.76
II ) as per the Specification & Drawing,
2 COMPACT OUT DOOR ACMB incl. 2 Sets 0 24432.74 244.33 24677.07 49354.14
disconnector-1000 amps- 1
Nos,MCCB-630 A- 2 Nos,MCCB-400 A-
2 Nos,MCCB-63 A- 4 Nos
3 415V AC Distribution Board ( Sub- 1 Set 0 172655.59 1726.56 174382.15 174382.15
Boards- I & II ) as per the Specification
& Drawing,
4 415V AC Lighting Board ( Sub- Boards- 1 Set 0 43372.44 433.72 43806.16 43806.16
I & II ) & Emergency Lighting Board as
per the Specification & Drawing.
5 DC Distribution Board ( Sub- Boards- I 1 Set 0 26802.80 268.03 27070.83 27070.83
& II ) as per the Specification &
Drawing.
Sub total 399240.04

D ERECTION, TESTING AND COMMISSIONING OF CONTROL & RELAY PANELS as per tender specification.

Receipt from site stores ,Transport to


control room , handling, Erection,
Testing and commissioning of all
Control, Relay, Protection and other
Panels/ Equipment, with complete
accessories, equipment etc., as
specified.
1 Common Control and Busbar 4 Set 0 47036.36 470.36 47506.72 190026.88
Protection Panels for 400kV side &
BUS Coulper panel,metering panel
2 400kV Line CB Control / Relay Panels 4 Nos. 0 36439.23 364.39 36803.62 147214.48

3 400kV Line Protection Panels 4 Nos. 0 36439.23 364.39 36803.62 147214.48

4 400kV side of 400/11 kV 160 MVA, 10 Nos. 0 36439.23 364.39 36803.62 368036.20
and 400/11 KV, 25 MVA, ICT's CB
Control / Relay Panels
5 400/11kV 160MVA and 400/11 KV, 25 10 Nos. 0 36439.23 364.39 36803.62 368036.20
MVA, ICT's Protection Panels
6 Installation,testing &Commissioning of 1 Set 0 227698.62 2276.99 229975.61 229975.61
complete Sub-Station Automation
System (Including hardware and
softwareand Visual monitoring
system) as per specification.
7 Installation, Testing and 1 Set 0 75900.00 759 76659 76659.00
commissioning of all necessary
software’s compatible to IEC: 61850
for making the SAS operation in full
shape including remote SCADA
complete as directed by site engineer.
8 Transportation arrangement to 28000 Rs/KM 0 5.93 0.06 5.99 167720.00
supervise and recording the
measurements of Works( 20
Trips/month X 20 months X 70
Km/Trip = 28000 km.)
Total GIS(Rs.) 1694882.85
E ERECTION, TESTING AND COMMISSIONING OF TELECOM EQUIPMENT

1 Erection and commissioning of OLTE 1 Nos 0 6721.05 67.21 6788.26 6788.26


and MUX and associated equipment
2 Erection and commissioning of DTP 2 Nos 0 2776.63 27.77 2804.4 5608.80
and associated equipment
3 Erection & Commissioning of OFAC 1 Km 0 30967.33 309.67 31277 31277.00

4 Erection & commissioning of Fibre 1 Nos 0 15921.14 159.21 16080.35 16080.35


distribution panels for termination of
Fibres of 48 F capacity (24F)
5 Erection and commissioning of 1 Nos 0 3102.66 31.03 3133.69 3133.69
48V/50A Charger
6 Erection and commissioning of 1 Nos 0 7041.16 70.41 7111.57 7111.57
48V/250Ah SMF VRLA Battery set
7 Erection and commissioning of EPAX 2 Nos 0 2776.63 27.77 2804.4 5608.80

8 Erection and commissioning of AC 2 Nos 0 11298.57 112.99 11411.56 22823.12


Units, Stabilizer along with electrical
wiring.
TOTAL SCHEDULE - Telecom 98431.59
TOTAL SCHEDULE - ME9 (Rs.) 30640233.07

S.No : Description Qty UOM Unit rate of Unit rate of Labour Unit FADS Total Amount
Material Labour Cess at 1% Price (4x9)
cost (in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE ME10: TRANSFOMERS AND NITROGEN EMULSIFIER SYSTEM

1 Total cost of receipt from site/stores, 8 Nos 0 2250423.23 22504.23 2272927.46 18183419.68
storage, handling, erection, testing &
commissioning of 400/11kV,160 MVA
Transformers with all accessories and
fittings including storage cum erection
insurance as per specification. The
charges include AC power for oil filter
machines to and all other supplier
supervision charges including oil testing
charges in a third party lab for complete
erection, testing and commissioning.
2 Eection of Nitogen Emusifier system 8 Nos 0 59278.96 592.79 59871.75 478974.00

3 Total cost of receipt from site/stores, 2 Nos 0 2250423.23 22504.23 2272927.46 4545854.92
storage, handling, erection, testing &
commissioning of 400/11kV,25 MVA
Transformers with all accessories and
fittings including storage cum erection
insurance as per specification. The
charges include AC power for oil filter
machines to and all other supplier
supervision charges including oil testing
charges in a third party lab for complete
erection, testing and commissioning.
4 Eection of Nitogen Emusifier system 2 Nos 0 59278.96 592.79 59871.75 119743.50

TOTAL SCHEDULE - ME10(Rs.) 23327992.10

S.No : Description Qty UOM Unit rate of Unit rate of Labour Unit FADS Total Amount
Material cost Labour Cess at 1% Price (4x9)
(in Rs.) (in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE ME11: XLPE CABLE AND ACCESSORIES

1 Erection of 400KV 1x2500 sqmm, 5000 m 0 4834.82 48.35 4883.17 24415850


Enamel copper coductor, XLPE, cable
supports ,bonding cable and all
accessories and supports required
installation of the cable
2 420kV Cable to Air termination 6 Nos 0 580862.7 5808.63 586671.33 3520027.98
Bushings
3 Straight through joint and 12 Nos 0 478357.52 4783.58 483141.1 5797693.20
accessories
4 Link box including SVL/without SVL 36 Nos 0 25626.30 256.26 25882.56 931772.16
for earthing
5 Cable cover protection Unit 10 Nos 0 10933.89 109.34 11043.23 110432.30

TOTAL SCHEDULE - ME11 (Rs.) 34775775.64

TRANSMISSION CORPORATION OF TELANGANA LIMITED


From : To :

Chief Engineer, M/s. GVPR Engineers Ltd-Siemens Ltd-(JV),

Projects-I, # 8 - 2 - 293 / 82 /A, Plot No.739 – A,

TSTRANSCO, Vidyut Soudha, Road No. 37, Jubilee Hills,

Hyderabad 500 082. Hyderabad - 500 033


Tele fax : 040-2332 3933. Ph.No:040 - 6658 6658.

Fax.No:040 - 6658 6666.

P.O.No. 184 /OC-40 /CE / Proj-I / SE / 400kV / D1-A1/Mydaram / D. No : 924/3/16, Dt :30 -09-2016
Sir,
Sub : Kaleshwaram Lift Irrigation Scheme – Specification No.e-EHVT-01/2016 -
Mydaram 400/11kV GIS Sub-Station in Karimnagar District & 400kV Quad Moose
DC line from Ramadugu 400kV Sub-Station to Mydaram 400/11kV GIS – 21 kMs
in one Package on “TURNKEY” Basis - Detailed Erection Purchase Order -
Issued - Regarding.

Ref : 1) TSTRANSCO Bid No.e-EHVT-01/2016.

2) Your offer for the above bid opened on 10-06-2016 on e-procurement


platform.

3) Lr.No:CE/Projects-I/SE/400kV/D1-A1/e-EHVT-01/2016/D.No.336/2016,
Dt:14-06-2016.

4) Your Ltr. No.GVPR Engineers Ltd-Siemens Ltd JV / TSTRANSCO/


e-EHVT-01/2016, Dt : 15-06-2016.

5) Lr.No.CE/Proj-I./SE/400kV/D1-A1/Medaram-GIS/D.No.376/16,

Dt: 21-06-2016.

6) Your Ltr.No.GVPR Engineers Ltd-Siemens Ltd JV / TSTRANSCO/


e-EHVT-01/2016, Dt : 23-06-2016.

7) Lr.No.CE/Proj-I./SE/400kV/D1-A1/Medaram-GIS/D.No.398/16,

Dt: 24-06-2016.

8) Your Ltr. No.GVPR Engineers Ltd-Siemens Ltd JV / TSTRANSCO/ e-


EHVT-01/2016, Dt : 28-06-2016.

9) Your Ltr. No.GVPR Engineers Ltd-Siemens Ltd JV / TSTRANSCO/ e-


EHVT-01/2016, Dt : 12-07-2016.

10) LOI No.CE/Projects-I/SE/400kV/D1-A1/Mydaram-GIS/D.No.513/16,

Dt: 18-07-2016.

-oOo-
I, acting for and on behalf of and by the order and direction of the TRANSMISSION CORPORATION OF TELANGANA PRADESH LIMITED
(here in after called ‘TSTRANSCO’) accept the offer of M/s. GVPR Engineers Ltd-Siemens Ltd-(JV) (here in after called ‘Contractor’) against
TSTRANSCO’s bidding documents for Bid No.e-EHVT-01/2016 for Design, Civil works, Eection, Testing and Commissioning of Mydaram
400/11kV GIS Sub-Station in Karimnagar District & 400kV Quad Moose DC line from Ramadugu 400kV Sub-Station to Mydaram 400/11kV GIS
- 21 kMs is hereby accepted for a total amount Rs. 36,24,28,189.77 (Rupees Thirty Six Crores Twenty Four Lakhs Twenty Eight Thousand One
Hundred Eighty Nine and Paise Seventy Seven Only) as detailed in Schedule - B enclosed, subject to the terms and conditions set out in this
order. This order is issued in regularization of ‘Letter of Intent” issued in the reference 6th cited.

1.0. SCOPE:

The Scope of this order covers Design, Engineering, Civil, Construction, Erection, Testing and Commissioning of
i) Mydaram 400/11kV GIS Sub-Station in Karimnagar District

ii) 400kV Quad Moose DC line from Ramadugu 400kV Sub-Station to Mydaram 400/11kV GIS – 21 kMs

as per bidding documents of Bid No. e-EHVT-01/2016.

The rates indicated in Schedule - B appended to this order are for works (erection and civil & construction) respectively.

2.0 ABSTRACT OF PRICES: Schedule of Prices for Civil, Construction, Erection, Testing and Commissioning.

A) Mydaram 400/11kV GIS Sub-Station in Karimnagar District.

Total amount in
Sl.N
Description Rs. incl of all
o
taxes and duties

I Electrical Erection Works:


1 SCHEDULE - ME1 : Prices for Erection of Switchyard Structures 5,67,975.70

2 SCHEDULE - ME2 : Prices for Erection of Earthing & Earthmat 1,04,81,726.55

3 SCHEDULE - ME3 : Prices for Bus bar Erection and Equipment Inter
2,11,623.50
Connections

4 SCHEDULE - ME4: Prices for Erection, Testing and Commissioning of


57,08,229.50
Power and Control Cables.

5 SCHEDULE - ME5: Prices for Erection, Testing and Commissioning of


5,34,531.30
Indoor and Outdoor Illumination.

6 SCHEDULE - ME6: Prices for Erection, Testing and Commissioning of


22,32,376.22
Fire Protection, Detection & Alarm systems.

7 SCHEDULE-ME7 : Prices for Erection, Testing and Commissioning of


5,95,200.38
Air Conditioning & Ventilation System

8 SCHEDULE -ME8: Prices for Erection, Testing, Commissioning of


78,045.65
250kVA Diesel Generator Set.

9 SCHEDULE - ME9: Prices for Erection, Testing and Commissioning of


3,06,40,233.07
Equipment, Material and Telecom material.
10 SCHEDULE - ME10: Prices for Erection, Testing and Commissioning
2,33,27,992.10
of Transformers.

11 SCHEDULE - ME11: Prices for Erection, Testing and Commissioning


3,47,75,775.64
of Cables.

Total Electrical Erection Works: 10,91,53,709.61

Total amount in
Sl.N
Description Rs. incl of all
o
taxes and duties

II Civil & Construction Works:

1 SCHEDULE - MC1: Leveling of Site and Construction of Retaining


82,69,618.09
Walls

2 SCHEDULE - MC2: Construction of Foundations for Towers and


Equipments, Auto Transformer, Rail Tracks, Fire Protection Wall, Oil
7,09,61,075.86
Collecting Pit, Cable Trenches, Metalling, Chain Link Fencing,
33kv/11kv Power Supply Works

3 SCHEDULE - MC3: Formation of External and Internal Roads , Drains


49,14,531.75
and Associated Works

4 SCHEDULE -MC 4: Construction of Control House, Fire Fighting & 2,42,56,238.39


D.G. Building, Water Tank, Store Building

5 SCHEDULE - MC5: Providing External Water Supply and Sanitary


8,40,088.40
System, Borewell, Drinking Water Supply, Plantation.

6 SCHEDULE – MC6: Plantation 1,03,646.00

7 SCHEDULE – MC7: Construction of Compound Wall 31,45,027.98

Total Civil & Construction Works: 11,24,90,226.47

Grand Total of (I) & (II): 22,16,43,936.08

B) 400kV Quad Moose DC line from Ramadugu 400kV Sub-Station to Mydaram 400/11kV GIS – 21 kMs

Total amount in Rs.


Sl.N
Description incl of all taxes and
o
duties

1 SCHEDULE : ELECTRICAL ERECTION WORKS 4,23,88,111.99

2 SCHEDULE : CIVIL AND CONSTRUCTION WORKS 9,83,96,141.70

Total of (1) & (2): 14,07,84,253.69


Grand Total (A) + (B) 36,24,28,189.77

(Rupees Thirty Six Crores Twenty Four Lakhs Twenty Eight Thousand One Hundred Eighty Nine and Paise Seventy Seven Only)

3.0 PRICES AND PRICE ADJUSTMENTS:

3.1 For Works:


The prices of all the items are indicated in Schedule-B & B1. The prices for steel and cement utilized in civil works are VARIABLE and
prices of all other items shall be FIRM on all accounts such as (i) increase in quantum of work up to 50% over that provided in the
contract, (ii) execution of contract beyond the scheduled completion period for whatever reasons and (iii) increase in the rates of
material and labour both during and beyond the completion period etc. These prices include loading, transport, unloading of all
equipment & materials to and from site, storage-cum-insurance, erection, supervision and other incidental services and insurance for
erection, testing & commissioning and construction & civil works and all the taxes and duties wherever applicable as per the tender
specification.

The price variation clause applicable is given in Annexure - I.

3.2 Quantities provided in the Price schedule-B & B1 are based on rough estimate and provisional only and payment will be limited to actual
quantities based on the design and drawings approved by TSTRANSCO. Contractor shall complete the supplies, storage, erection, testing
and commissioning, civil and construction works and other incidental services as per the system requirement and as stipulated in bidding
documents, designs, drawings approved during the detailed engineering. The contract price adjustments will be made based on the actual
required quantities utilized as per detailed engineering and as per completed quantities of the supplies / works.

Wherever lump sum prices are provided in the price schedules, the Contractor shall cover complete requirement of works as per bidding
documents, relevant standards and as per approved drawings.

The prices include insurance to be covered by the Contractor for the works, workmen’s compensation, and all other insurances
required as per specification. Please refer clause no. 18.0 of Section ITB of Volume-I of the specification.

Any other items not specifically mentioned in the bidding documents / drawings but which are required for erection, testing and commissioning of Mydaram 400/11kV
GIS Sub-Station and 400kV Quad Moose DC line from Ramadugu 400kV Sub-Station to Mydaram 400/11kV GIS – 21 kMs are deemed to have been
included in the scope of the contract as mentioned in tender specification, unless specifically excluded.

3.3 The Tender price quoted by the Contractor is 3.99% excess over the ECV of TSTRANSCO.
4.0 TAXES AND DUTIES:

The erection prices are inclusive of all taxes like TSVAT/WCT @ 5%, and Labour Welfare Cess @ 1 % etc.

4.1 As the subject works are to be covered under Lift Irrigation Schemes which are to be funded by Government of Telangana and as pe the
Sl.No.12 (d) of the negative list of services under Notification No.25/2012 - Service Tax issued by the Govt. of India, Ministry of Finance
(Dept. of Revenue) issued on 20-06-2012, the services provided to the Government under Irrigation works are exempted from payment
of Service Tax and hence Service Tax is not included.

4.2 The Contractor will be entirely responsible for payment of taxes and duties, other local taxes or levies if any, license fee, etc., which are to
be borne by the company/contractor until the completion of the contract.

4.3 No claim against the variation in taxes and duties or new levies in respect of the transaction between the Contractor and their vendors /
sub-suppliers while procuring any components, sub-assemblies, raw materials and equipment will be entertained by the
TSTRANSCO.

Entry Tax on goods entering into local area of Telangana is ‘NIL’ as per the judgment of AP High court and hence no way bills will be issued.

4.4 Purchaser shall not bear any tax liability ie., Income Tax, surcharge on Income Tax and any other Corporate Tax, irrespective of the mode of
contracting. The contractor shall be liable and responsible for payment of taxes, under the provision of the law. The Purchaser as per the
respective acts will make deduction towards Income Tax, TSVAT/WCT and Labour cess at source.

4.5 TSTRANSCO is registered as a dealer under TSVAT act, TIN No.36270120612, CIN No. U40102AP2014SGC094248
4.6 PAYMENT OF TAXES, LEVIES, DUTIES, STATUTES:

4.6.1 Contractor shall be entirely responsible for payment of all taxes, levies, duties, other local taxes, license fees, etc.

4.6.2 The contractor shall pay all types of fees, levies, taxes, duties etc. required to be paid by any National or State statute, ordinance or other
law or any regulation or bye-law of any local or other duly constituted authority in relation to the execution of works and by the rules and
regulations of all Public bodies and companies whose property or rights are affected in any way during the execution of works. In
compliance to the above, the contractor shall keep the Purchaser indemnified against all such penalties and liability of every kind for breach
of any statute, ordinance or law, regulation or byelaw.

4.6.3 Nothing in the contract shall relieve the contractor from his responsibility to pay any tax that may be levied by the Government on the
turnover / profits made by him in respect of the contract.

4.7 TAX AND CESS DEDUCTABLE AT SOURCE:

As per provision of TSVAT/WCT and Income tax Act, applicable taxes will be deducted at source at all stages of payment of the bills and
same will be remitted to the concerned department as per the rules / acts of the State / Central Government. The present rates of the TDS
are Income Tax @ 2.0%, Works Contract Tax @ 5% and Labour Cess @ 1% on Work bills. However, the deductions will be made as per the
rates prevailing as on the date of billing.
4.8 STATUTORY VARIATION:

For the prices in Schedule-B & B1, any variation up or down in statutory levy or new levies introduced after issue of the Contract award letter under this
specification will be to the account of TSTRANSCO, within the scheduled completion period as per the contract, on production of documentary evidence. This is
allowed only once during delivery/completion period i.e., at the time of delivery of goods at factory /completion of works.
In cases where schedule of programme of works is not adhered to by the Contractor and if there is any upward variation/revision in taxes and duties after the agreed
schedule of programme of works, the Contractor shall bear such impact of levies and if there is any downward variation/revision, the credit to that extent shall be
passed on to TSTRANSCO irrespective of scheduled completion of period of contract.

4.9 SEINORAGE CHARGES:

Seignorage charges shall be paid to the Assistant Director Mines & Geology Department as per existing rules in vogue.

5.0 COMPLETION PERIOD:

For SS& Bay : The work shall be completed within EIGHTEEN (18) months from the date of purchase order/ handing over of site by
TSTRANSCO to the contractor whichever is later.

For Line: The Erection works should commence and complete (in full shape) the erection, Testing & Commissioning within Twelve (12)
months from the date of handing over of detailed survey profiles as specified in schedule.

6.0. TERMS OF PAYMENT:


6.1 (a) Ninety percent (90%) payments of the periodical progressive bills for the erection works will be made for the items of
work done. For this purpose the contractor shall submit bills to the concerned Executive Engineer regularly to ensure payments in
time. The contractor shall give the full details of items of works done against each location in support of the bill along with the
summary sheet of payment particulars with the details of item wise quantity of work completed until the present claim, quantity
of work completed against this claim and balance work to be carried out and corresponding amounts of payments. Bills submitted
without supporting details will not be taken in to cognizance. Payment is subject to submission of performance security by the
supplier/contractor.

b) Out of the balance 10% amounts, 5% payments will be released after completion of all the works & submission of Material
Accounts subject to submission of the following certified by the field engineer of TELANGANA.

a. As built drawings.
b. Instruction, O & M manuals and installation manuals as Applicable.
c. Reconciliation of bill of material and order as executed.
d. Distribution copies of all drawings.
e. Tools and plants.
f.Equipment drawings, shop floor drawings and design calculation as Applicable.

c) The balance (final) 5% will be paid after completion of one year performance guarantee period reckoned from the date of
completion of all the works as per contract or after all the balance materials left over after completion of works are handed over
to TELANGANA whichever is later. The date of commissioning/ energising the equipment will not be considered for reckoning
the performance guarantee period and the date of completion of all the works will only be considered as start date of
Guarantee period.

Price variation is Applicable for the items cement, reinforcement steel and M.S Flat/Rod (for earthing), which is as per Price
Variation clause mentioned in ITB.

d) In case however, the balance materials are returned to TELANGANA well before the completion of the performance guarantee
period, the 5% amount will be released against a bank guarantee for equal amount, which shall be valid for the performance
guarantee period and also provide two months claim period along with “Performance Security Bank Guarantee”. "All banking
charges should be to the account of the contractor".
e) Contractor shall not be entitled to the said retention amount, until he shall deliver to the Purchaser, a complete release of all
GIS Substation/Bay extension/Line works & materials arising out of this contract or receipts in full in lieu thereof, and in either
case an affidavit that so far as he has knowledge or information, licenses and other commitments for which any part of GIS
Substation could be failed. If any unsatisfied work remains after all the payments are made to the contractor, he shall refund to
the Purchaser, all moneys that the latter may be compelled to pay in discharging such including all costs and the attorney’s fees
so incurred.

f) The contractor will have to predefine the Bank details while entering into contract. The Bank details of bidder as above are final and shall not be revoked

under any circumstances. The bank charges will be made to the account of contractor. An amount of Rs. 50/- (Rupees Fifty only) will be recovered from the

bill amount per each disbursement raised by the unit officer of TELANGANA.

or
Payment for the erection bills will be made by cheque of any scheduled bank at the head quarters of Paying Officer.

The payments are subject to performance security with validity of 12 months with 2 months claim period as on the date of
check measurement of materials or works.

No interest will be payable in case payment is delayed for what ever reason.

6.2 FINAL PAYMENT:

Whenever, in the opinion of owner/employer, the work covered in the Contract has been completed, the contractor shall
prepare a final abstract showing the total amount of work done and its value according to the terms of the Contract. From the total value thus
arrived at all previous payments shall be deducted and all deductions made in accordance with the provisions of the Contract. The
remainder shall be paid by owner to Contractor within three months after the date of owner’s final certificates.

Payment of the retention amount shall be due after the Defects Liability period of 12 calendar months, as per conditions stipulated in Clause 48 and
clause 54.1 b and c of GCE.

Where the Vendor/Contractor requests for the payment in advance before the “scheduled date of payment” that would be examined
by the negotiations committee to decide whether such facility could be extended or not and if found acceptable the Contractor should
agree to offer a rebate/ discount @ 0.3% per week or part there of for the advancement. Based on the decision, the Finance &
Accounts wing will release priority payment to such Contractor after availing of the rebate/ discount.

The payment for super-structure erection shall be based on the calculated weights of tower and their extensions as per the approved bill
of material for each type of tower.

The payment for excavation and concreting shall be based on the approved design volumes of excavation and concreting.

No claim for idle period resulting from any "Force Majeure" condition shall be entertained by the purchaser.

8.0 PERFORMFANCE SECURITY:


It is noted that M/s.GVPR-SIEMENS have furnished the following 5% Performance Security Bank Guarantee (Erection and Civil works
value) as per Clause No. 35 Section - II, ITB. M/s. M/s.GVPR-SIEMENS have submitted the Bank Guarantee required for Erection and
Civil works at 400KV GIS SUBSTATION Sub-station for Rs.1,81,21,600/-/- as under.
Validity Claim period
BG No. & Date Amount (Rs) Issued by
upto upto

B.G.No. Andhra Bank,


053416igper0261 1,81,21,600/- 31-03-2019 31-0-2019 Somajiguda
Dt : 01-08-2016,

In case of the non-execution of works within the stipulated completion period the contractor shall extend the bank guarantee suitably
to cover the 12 Months performance and 2 Months claim peirod from the expected date of commission of the project.
In case of replacement / repair of any material/works after commissioning of the Substation/Bay Extension and before expiry of
Guarantee / Warranty peirod, the contractor shall furnish separate bank guarantee valid for 12 Months with 2 months claim peirod
from the date of repair / replacement covering the value of such materials / works.

9.0 INDEMNITY BOND:


All materials/equipment supplied by the contractor and TSTRANSCO shall be handed over to the owner on delivery note. All such material/equipment shall be
provided to the contractor for erection purpose after executing an indemnity bond as per proforma in Conditions of Contract, Volume-I in favour of the owner
against loss, damage and any risks involved, for the full value of the materials. This indemnity bond shall be valid till the scheduled date of testing, commissioning
and handing over of the equipment to the engineer. Please refer clause 33 of Section GCC of Volume-I of Specification.

10.0 CONTRACT AGREEMENT:


The Contractor shall enter into a Contract Agreement in the prescribed proforma as indicated in Annexure-X of Volume-I of bidding
documents with the Purchaser within thirty (30) days from the date of “Notice of Award of Contract" or within such extended time as may
be granted by the Purchaser.

The agreement shall be executed at the Office of the Chief Engineer/Projects-I, TSTRANSCO, Vidyut Soudha, Hyderabad on a date and time
to be mutually agreed.

The expenses for the preparation and stamping the contract agreement shall be to the account of the Contractor.

11.0 WARRANTY/GUARANTEE:

11.1 The Contractor shall guarantee, among other things the following:
i. Quality and strength of materials / equipment used.
ii. Adequate factors of safety for the material / equipment to withstand the mechanical and/or electrical stresses developed

therein.

iii. The delivery and erection periods given in the Bid.

iv. The Contractor shall warrant further that the services to be carried out under this contract shall conform with generally accepted
professional standards and engineering principles.

v. Guarantee for Works: Twelve calendar months from the date of commissioning of the Substation, unless otherwise agreed in
writing by owner, will be deemed to be the 'Defect Liability Period'. The works shall not be considered as completed until owner
has certified in writing that they have been virtually completed and the defect liability period shall commence from the date of
such certificate. In case any defects in the work, due to bad materials, and/or bad workmanship, develop in the work before the
expiry of the period, contractor, on notification by owner shall rectify or remedy the defects at his own cost and he shall make
his own arrangements to provide materials, labour, equipment and any other appliances required in this regard. The
performance security will be returned to contractor only after the expiry of this defect liability period. In case even on due
notification by owner, contractor fails to rectify or remedy the defects, owner shall have the right to get this done by the other
agents and recover the cost incurred by deductions from the retention amount due to contractor, in case this cost is within the
value of the performance security, and if not, contractor shall be liable to pay to owner the balance amount.
However any Engineering error, omission, wrong provision, Goods failure etc., shall be attended to by the Contractor up to and
on the date of actual Commissioning of the Goods without any revision in the price or extra cost.

11.2 If during the period of guarantee, any of the materials, are found defective and/or fail in test or operation, such materials, shall be
repaired or replaced by the Contractor free of cost to the TSTRANSCO irrespective of the reimbursements from the insurance company
within reasonable time which shall in no circumstance be more than 30 days or such other reasonable time as the TSTRANSCO may deem
proper to afford failing which the cost of the failed material will be deducted from the subsequent bills/Bank Guarantee.

11.3 Provision of this clause shall also apply to all materials and services repaired or replaced under the provision of this until the expiration
of period of 12 (twelve) months from the date of such repair or replacement. In case of replacement/repair of any material/works after
commissioning of the Sub-Station / Line and before expiry of Guarantee / Warranty period, the contractor shall furnish separate bank
guarantee valid for 12 Months with 2 months claim period from the date of repair / replacement covering the value of such
materials / works.

11.4 The cost of any special or general overhaul rendered necessary during the guarantee period due to defective Goods and Services furnished
by the contractor shall be borne by the contractor.

11.5 The taking over of the Goods and services by the Purchaser shall in no way relieve the contractor of his obligation under this clause.
11.6 The Contractor shall co-operate with the Purchaser in all ways in repair or replacement of the defective part, so as to minimize to the extent
possible the interruption in operation of Goods.

11.7 Where the sub-contractors provide longer periods of warranty than mentioned above, the Purchaser shall be entitled for such longer
guarantees.

11.8 If the Supplier, having been notified, fails to remedy the defect(s) within a reasonable period, the Purchaser may proceed to take such
remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to any other rights which the Purchaser may
have against the Supplier under the contract.

11.9 The Contractor's full and extreme liabilities under this clause shall be satisfied by the payments to the Purchaser of the extra cost, of such
replacement procured including erection as provided for in the contract, such extra cost being the ascertained difference between the
price paid by the Purchaser for such replacements and the contract price portion for such defective plants. Should the Purchaser not so
replace the defective plant, the contractor's extreme liability under this clause shall be limited to repayment of all sums paid by the Purchaser
under the contract for such defective plant. Please refer clause no. 48 of GCE of Volume –I of Specification.

12.0 FORCE-MAJEURE CONDITIONS:


12.1 Notwithstanding the provisions of clauses 21, 22 and 23 of Section GCC of Volume-I of Specification the Contractor/Supplier shall not be
liable for forfeiture of his performance security, Penalty or termination for default, if and to the extent that, its delay in performance or other
failure to perform its obligations under the contract is the result of an event of force Majeure.
12.2 For purposes of this clause, "Force Majeure" means an event beyond the supplier/contractor and not involving the supplier's/contractor's fault
or negligence and not foreseeable. Such events may include, but are not restricted to, wars or revolutions, fires, earthquakes, floods,
epidemics, quarantine restrictions, freight embargoes, riots, civil commotions.

12.3 If a Force Majeure situation arises, the supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof.
Unless otherwise directed by the Purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is
reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. No price
variance will be allowed during the period of force majeure.

12.4 Force majeure is herein defined as


(a) Any cause which is beyond the control of contractor or Purchaser, as the case may be.
(b) Natural phenomenon including but not limited to weather conditions, floods, drought, earthquakes and epidemics.
(c) Acts of any governmental authority, domestic or foreign, including but not limited to war, declared or undeclared, priorities,
quarantine, embargoes, licensing control or production or distribution restrictions.
(d) Accidents and disruptions including but not limited to fires, explosions, breakdowns of essential machinery or equipment and power
shortages.
(e) Transportation delay due to force majeure or accidents.
(f) Strikes, slowdown, lockouts and sabotage.
(g) Riots and civil commotions.

12.5 If a Force Majeure situation arises, the supplier/contractor shall promptly notify the Purchaser within 10 days in writing of such condition
and the cause thereof. Unless otherwise directed by the Purchaser in writing, the supplier/contractor shall continue to perform its obligations
under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force
Majeure event.

12.6 The Contractor or the purchaser shall not be liable for delays in performing his obligations resulting from any force majeure cause as referred
to and/or defined above.

12.7 Notwithstanding the provisions of clauses 12.1, 12.2, 12.3, the supplier/contractor shall not be liable for forfeiture of its performance
security, penalty for late delivery or termination for default, if and to the extent that, its delay in performance or other failure to
perform its obligations under the contract is the result of an event of force Majeure.

12.8 No price variance is allowed during the period of Force Majeure Conditions.

13.0 PENALTY FOR LATE COMPLETION:


The completion period mentioned in the Clause no. 5 of this Order is the essence of contract. Penalty will be levied as follows for the delay
in executing the works.
Further in case of delay in erection of the works or supply of material / equipment beyond over all completion period, whatever may be the
reasons, the TSTRANSCO shall levy and collect the penalty @ 0.5% per week of the delay on the delayed value of the works / material /
equipment subject to a maximum of 10% of the total value of the contract. Once the maximum is reached, TSTRANSCO shall consider
termination of the contract.

The right of the TSTRANSCO to levy penalty shall be without prejudice to its rights under the law including the right to get the balance works executed by other

agencies at the risk and cost of the successful bidder. This is in addition to the right of the TSTRANSCO to forfeit the deposit, recover any damages from the

contractor and also blacklisting.

In case the successful bidder fails to execute the supplies/works as per the program or in the opinion of purchaser, the supplies/works are
progressing at a slow pace, TSTRANSCO reserves its right to get the balance or part of supplies/works executed through other agencies at
the risk and cost of the successful bidder, this is in addition to the right of the TSTRANSCO to recover any damage from the contractor and
also blacklisting.

SPECIFIC ACCEPTANCE OF THIS CLAUSE SHOULD BE BOLD IN THE BID. IF SUCH ACCEPTANCE IS NOT INDICATED, THE BID IS LIABLE TO BE
OVER LOOKED.

(ii) The date of receipt of materials/equipment at the destination stores in good condition (The date of Form-13) will be taken as the
date of delivery.
For penalty, the number of days of delay would be rounded off to the nearest week and interest calculated accordingly. Materials /
equipment which are not of acceptable quality or are not conforming to specification would be deemed to be not delivered. The
penalty specified shall be levied and would be adjusted against same bill / subsequent pending bills.

(iii) Deficiency in quality of works in deviation from the specification: Instance wise minimum penalty leviable and debarred from
participating in future tenders for a minimum period of one year, indicated as below:

S.No. Deficiency in quality of works in Instance wise Minimum Duration of


deviation from the penalty leviable in Rupees disqualification of
specification/ Agreement such during the same work by the the contractor in
as contractor participation the
tenders of
TSTRANSCO in the
event of further
instance.
1st 2nd 3rd

Instance Instance Instance

1 2 3 4

Not using (i) prescribed shoring,


shuttering and dewatering
equipment, (ii) measurement
boxes, (iii) Form boxes for
different types of foundations
and steel measuring boxes, (iv)
not providing adequate
number of chairs to the steel
reinforcements, (v) not carrying
out back filling and compaction
of the foundation pits in layers
Categ and leveling the tower footings 5000 10000 15000 Debarred from
ory-I properly, (vi) not ensuring that participating in
the excavated earth is dumped future tenders for
at least 2 meters away from the a minimum period
pit etc., and (vii) not providing of one year.
copings to the tower legs/stubs
(viii) not providing water
tanker, Earth rammers/earth
vibrators.
Use of reinforcement steel
without ISI marking, not using
vibrators for effective
consolidation of the concrete
during foundation works, not
using proper templates for
firmly keeping the stubs in
position when templates are
supplied by the contractor and
improper fixing of stubs, non
ensuring of tower verticality,
use of rusted stubs and tower
parts if supply is by the
contractor, non painting of butt
joints and rusted stubs with Debarred from
zinc rich paint immediately participating in
after erection of the towers future tenders for
and stringing, non fixing of
7500 15000 22500 a minimum period
earth flat to the stub, non of one year.
Categ deployment of technical
ory-II personnel for supervision of
works by the contractor.

Categ Use of improper grade/quality


ory-III of raw material like HBG metal,
water and sand for concreting
using clogged and/or lump/
clotted cement for concreting
Debarred from
not ensuring proper curing for
participating in
foundation concrete, not
future tenders for
ensuring that all the members
a minimum period
of the tower are placed in
of one year.
position and firmly fixed with
bolts and nuts immediately 10000 20000 30000
after erection of tower.

The penalty in the first instance shall be finalised by Executive Engineer concerned based on the report of Assistant Divisional
Engineer/concerned after giving an opportunity to the contractor to submit explanation.

Penalty for second instance shall be finalised by the Superintending Engineer concerned based on the report of Executive Engineer/
concerned after giving an opportunity to the contractor to submit explanation.

Penalty for third instance shall be finalised by the Chief Engineer concerned based on the report of Superintending Engineer concerned
after giving an opportunity to the contractor to submit explanation.
For the fourth instance of deficiency, the Chief Engineer concerned shall report to the Director, concerned proposing for debarring the
contractor from participating in future tenders for a minimum period of one year. Technical Committee shall examine the facts and
figures of the case and take a final view in the case.

14.0 INSURANCE :
14.1 In addition to the conditions covered under the clause entitled 'Insurance' in 'General Conditions of Contract', the following provisions will apply to the portion of the
'Works' at site to be done at site beyond the Contractor’s own or his Subcontractor’s manufacturing works. Comprehensive Insurance of equipment during erection
and commissioning, Workmen’s Compensation Insurance, Comprehensive Automobile Insurance & Comprehensive General Liability Insurance shall be the
responsibility of the CONTRACTOR. Contractor shall at his own expense arrange to effect and maintain until the completion of the contract. Insurance policies,
with an insurance company approved by owner, against all risks in respect of which contractor is required under this clause to indemnify owner.

In particular, contractor shall effect and maintain an insurance policy of at least Rs.3.00 lakhs for one person and Rs.5.00 lakhs per accidental for injury or death and
at least Rs.5.00 lakhs per accident for third party property damage, to indemnify owner against all third party accident/damage claims which may arise in respect of
the work or in consequence thereof. The Contractor shall also maintain an insurance policy against all claims which may be made upon owner whether under the
Workmen's Compensation Act or any other statue in force during the currency of the contractor or at common law in respect of any employee of contractor or any
subcontractor. All such insurance policies shall be in the joint names of owner and contractor and shall be deposited with owner. The Contractor shall be responsible
for anything which may be excluded from the insurance policies referred to above and also for all other damage to any property or persons out of and incidental to
the negligence or defective carrying out of this contract.

All costs on account of insurance liabilities covered under the contract will be on contractor's account and will be deemed to have been included in the contract price.

14.2. WORKMEN'S COMPENSATION INSURANCE:

This insurance shall protect the CONTRACTOR against all claims applicable under the Workmen's Compensation Act, 1948 (Government of India). This policy shall
also cover the CONTRACTOR against claims for injury, disability, disease or death of his or his Subcontractor’s employees, which for any reason are not covered
under the Workmen's Compensation Act, 1948.The liabilities the shall not be less than :-
Workmen's Compensation - As per statutory provision
Employee’s liability - As per statutory provision.

14.3 COMPREHENSIVE AUTOMOBILE INSURANCE:

This insurance shall be in such a form to protect the CONTRACTOR against all claims for injuries, disability disease and death to members of public including the
Owner’s men and damage to the property of others arising from the use of motor vehicles during on or off the 'Site' operations, irrespective of the ownership of such
vehicles. The liability covered shall be as herein indicated:

Fatal injury : Rs.1, 00,000 each person : Rs.2, 00,000


each occurrence

Property damage : Rs.1, 00,000 each occurrence

14.4 COMPREHENSIVE GENERAL LIABILITY INSURANCE :


This insurance shall protect the CONTRACTOR against all claims arising from injuries, disabilities, diseases or death of members of public or damage to property
of others due to any Act or omission on the part of the CONTRACTOR, his agents, his employees, his representatives and Subcontractors from riots, strikes and
civil commotion. This insurance shall also cover all the liabilities of the CONTRACTOR arising out of the clause entitled Defense of Suits' under' General
Conditions of Contract'.

14.5 The hazards to be covered will pertain to all the works which and areas where, the CONTRACTOR, his SUBCONTRACTOR, his agents and his employees have to
perform work pursuant to the 'Contract'.

14.6 The above are only illustrative list of insurance covers normally required and it will be the responsibility of the CONTRACTOR to maintain all necessary insurance
coverage to the extent both in time and amount to take care of all his liabilities either director indirect, in pursuance of the 'Contract'.

14.7 FIRE INSURANCE:

Unless otherwise instructed by the OWNER, the CONTRACTOR shall, on signing the 'Contract', insure the works and keep them insured until the completion of the
'Contract' against loss or damage by fire, with the Company to be approved by the OWNER, in the joint names of the OWNER and the CONTRACTOR for such
amount and for any further sum, if called upon to do so by the OWNER, the premium of such further sum being allowed to the CONTRACTOR as an authorized
extra. Such policy shall cover the property of the OWNER only and shall not cover any property of the CONTRACTOR or any SUBCONTRACTOR, or his
employees.

The CONTRACTOR shall deposit the policy receipts for the premium with the OWNER within twenty one (21) days from the date of signing the 'Contract' unless
otherwise instructed by the OWNER. In default of the CONTRACTOR insuring as provided above, the OWNER may so insure and may deduct the premiums paid
from any moneys due, or which may become due to the CONTRACTOR. The CONTRACTOR shall, as so on as the claim under the policy in settled, or the work
reinstated by the insurance office should they elect to do so, proceed with all due diligence with the completion of the 'Works' in the same manner as though the fire
had not occurred and in all respects under the same conditions of 'Contract'. The CONTRACTOR in case of rebuilding or re installment after fire, shall be entitled to
such extension of time for completion as the OWNER may deem fit.

14.8 Comprehensive Transport, Storage, Erection cum Commissioning Insurance:

14.8.1 All the equipment and materials being supplied by the Contractor (as per Clause No.1.1 of this section) shall be kept completely insured by the Contractor at his cost
from the time of dispatch from the Bidders Works, up to the completion of erection, testing and commissioning at site and taking over the equipment by the owner in
accordance with the contract.
14.8.2 Contractor shall take the delivery at site and jointly with the purchaser, inspect all the material received at destination store and furnish a loss/damage report to the
purchaser within a week of receipt of material at site and lodge insurance claims there upon. Incase of loss to the purchaser due to delays in submitting the
loss/penalty report by contractor, owner will be within his right to deduct such losses from the contractor's progressive payments. All the equipment and materials
being supplied by the purchaser shall also to be taken delivery from any of the designated stores of TSTRANSCO/at site and shall be insured by the contractor
against loss, damage, theft, pilferage, fire etc. from the point of unloading up to the time of taking over of equipment by the purchaser including handling,
transportation, storage, erection, testing and commissioning etc. and the contractor shall be fully responsible for making good of any loss or damage at his own cost.
All costs for such insurance shall be to the contractor account and shall be deemed included in the contract price.
14.8.3 It will be the responsibility of the Contractor to lodge, pursue and settle all claims with the Insurance Company in case of any damage; loss, theft, pilferage or fire
and the owner shall be kept informed about it. The losses, if any, will have to be borne by the Contractor, if the claims are not lodged and pursued properly or in time
or if the insurance company does not settle the same. The contractor shall replace the lost/damaged materials (own and owner supplied) promptly irrespective of the
settlement of the claims by the under writers and ensure that the work progress is as per agreed schedules. The losses, if any, in such replacement will have to be
borne by the contractor.
15.0 FACILITIES TO BE PROVIDED BY TSTRANSCO:

15.1 SPACE:

The CONTRACTOR shall advise the OWNER within thirty (30) days from the date of acceptance of the 'Letter of Intent' about his exact requirement of space for his
office, storage area, pre assembly and fabrication areas, toilets, etc. The above requirement shall be reviewed by the OWNER and space will be allotted to the
CONTRACTOR for construction of his temporary structures like office, storage sheds, and other utilities, etc., for his own as well as his Subcontractor’s use.
The space allotted shall be within a distance of about 1.0 kM from the 'Site'. No space will be provided by the OWNER for the Contractor’s labour and facilities for
labour housing shall be the sole responsibility of the CONTRACTOR.
The contractor shall erect all temporary buildings, tool sheds, fabrication shops, stores and office, etc. at his own cost in the area allotted to him at work site by the
owner. Contractor shall obtain owner's approval before removal of such temporary buildings. The contractor shall indicate the area required for storage facilities
inside the work site. The contractor shall at all times keep the site free from accumulation of waste and debris and on completion of work dispose of all the surplus
materials and temporary works, as directed by the owner and leave the works and site clean and tidy. The contractor shall be responsible for taking all the safety
precautions during construction and maintaining the site safe at all times. At the end of each working day and at all times, when the work is temporarily suspended
he shall protect all the construction material, equipment and facilities from penalty.

15.2 ELECTRICITY:

The CONTRACTOR shall submit to the OWNER within thirty (30) days from the date of acceptance of the 'Letter of Intent', his phased electrical power requirements
to allow the planning of the temporary electrical distribution by the OWNER. The CONTRACTOR shall be provided with construction power for the purposes of
the 'Contract', at one point in the project 'Site' which shall be metered and chargeable to contractor.

The CONTRACTOR shall make his own further distribution arrangement. All temporary wiring must comply with local regulations and will be subject to the
OWNER’s inspection and approval before connection to supply. Power supplied to Contractor’s office, contractor’s works and contractors residential colony will be
charged at the rates in vogue at that time. The contractor’s temporary distribution shall be arranged so as to maintain a Power Factor of 0.8 minimum under all
operating conditions.
The owner will not be responsible for the consequences of any unintentional or unplanned interruptions to the above power supply. However, in case of power
failure or due to any unavoidable circumstances, the contractor has to make necessary arrangements like diesel sets etc. so as not to affect the progress of work. The
contractor shall make his own arrangement for the dismantling on completion of the works of his temporary distribution systems, distribution panel and other
equipment he may require to take power from owner's supply point.

15.3 WATER:
Water supply by the Owner will be on chargeable basis. Supply of water, if available, will be made for the construction purposes at an agreed single point in the
'Site'. Any further distribution will be the responsibility of the CONTRACTOR. Drinking water will also be provided at one agreed single point in the 'Site' if
available.

16.0 SECURITY (WATCH & WARD):


The Contractor shall have total responsibility for all equipment and materials in his custody stored, loose, semi assembled and / or
erected by him at 'Site'. The Contractor shall make suitable security arrangements including employment of security personnel to
ensure the protection of all materials, equipment and 'Works' from theft, fire, pilferage and any other damage and loss.

17.0 VARIATIONS IN QUANTITIES :

The quantities indicated in the Schedule-B & B1 (Works) are only provisional and are likely to change during actual execution.

(a) For Works items covered in Schedule - B :

For quantities increased up to 50% over and above the Scheduled quantities: The rates accepted for individual items shall hold good up to 50% over and
above the agreement quantities.
For quantities increased beyond 50% over and above the Scheduled quantities:
The rates payable for the quantities beyond 50% over and above the agreement quantities will be TSTRANSCO estimated rate or accepted rate whichever
is less.

18.0 PURCHASER’S RIGHT TO VARY THE SCOPE DURING THE PERIOD OF CONTRACT:

Purchaser may change the scope of the contract based on the priorities and may subsequently extend for balance scope with the
prices quoted if required.

Purchaser reserves the right to increase or decrease the scope stated above as per requirement up to + or - 50% during the
execution of the order with quoted prices.

SUPPLEMENTAL/NEW ITEMS AND PROCEDURE FOR WORKING OUT RATES


The contractor is bound to execute Supplemental / new items that are found essential, incidental and inevitable during execution of the
contract at the rates to be worked out as below : -

For the items relating to the Schedule-B & B1 where the rate can be deduced from the estimate or TSTRANSCO / DISCOMS / Common
SSR, the rate applicable will be the estimated / SSR rate +/- tender percentage quoted/ accepted by the bidder for Schedule – B & B1.
The schedule of rates adopted for supplemental items / new items shall be from the current SSR applicable during the execution
period.

For the items relating to the Schedule – B & B1 where the rates of new items cannot be deduced from the estimate / SSR, the rate
payable will be arrived based on the prevailing market rates duly enquiring / collecting quotations and observing the reasonableness of
the rates by the Purchaser.
The contractor shall plan and procure the materials indicated in the schedules duly verifying with the approved layout and profile so
that the procured quantities match with actual requirement to avoid excess supply of materials. The Executive Engineer shall give the
details of the materials such as quantities of type wise towers and extensions and other line materials based on the line approved
profile and the quantities of type wise structures and other materials based on the approved layout on the date of Kickoff meeting
without fail.

The Schedule time required to complete the new / supplemental items including the balance work will be indicated in the approval
letter issued for new / supplemental items.

19.0 PROGRESS REPORTS:

The Contractor shall furnish three (3) prints each of progress photographs of the work done at `Site' to the TSTRANSCO. Photographs
shall be taken as indicated by the TSTRANSCO or his representative. Photographs shall be adequate in size and number to indicate
various stages of erection. Each photograph shall contain the date, the name of the Contractor and the title of the photograph.
Normally photographs may be taken once in every 15 days and for all special events.

The photographs shall accompany the monthly progress report detailing out the progress achieved on all erection activities as
compared to the Schedules. The report shall also indicate the reasons for the variance between the scheduled and actual progress and
the action proposed for corrective measures wherever necessary.

Photographs shall be taken by the contractor for each tower location of EHT lines in the following stages of

1. After excavation is over in normal soils.


2. Before and after blasting in Hard rock soils.
3. During dewatering.
4. During concreting.
5. Shoring & strutting.
The photographs should be clear. The Contractor shall submit both hard copy and soft copy (2 sets) to the Engineer in charge
immediately.

The Contractor shall keep the TSTRANSCO informed in advance regarding his field activity plans and schedules for carrying out each
part of the `Works'. Any review of such plan or schedule or method of work by the TSTRANSCO shall not relieve the Contractor of any
of his responsibility towards the field activities.

20.0 QUALITY ASSURANCE PROGRAMME:

To ensure that the equipment and services under the scope of this contract whether manufactured or performed within the Bidder's works
or at his Subcontractor's premises or at the Purchaser's site or at any other place of work are in accordance with the specifications, the
Bidder shall adopt suitable quality assurance programmes to control such activities at all points, necessary. Such programmes shall be
outlined by the Bidder and

shall be furnished as applicable. A quality assurance programme of the Bidder shall generally cover the following.

a) His organization structure for the management and implementation of the proposed quality assurance programme;

b) Documentation control systems;


c) Qualification data for Bidders key personnel;

d) The procedure for purchase of materials, parts, components and selection of Sub-Contractor's service including vendor analysis,
source inspection, incoming raw-material inspection, testing, verification of materials purchased, etc.

e) System for shop manufacturing and site erection controls including process controls and fabrication and assembly controls;

f) Control of nonconforming items and system for corrective actions;

g) Inspection and test procedure both for manufacture and field activities

h) Control of calibration and testing of measuring and testing equipment;

i) System for indication and appraisal of inspection status

j) System for quality audits;

k) System for authorizing release of manufactured product to the Purchaser

l) System for handling storage and delivery;

m) System for maintenance of records; and

o) A quality plan detailing out the specific quality control procedure adopted for controlling the quality characteristics relevant to each
item of equipment/component furnished.
21.0 QUALITY ASSURANCE DOCUMENTS:
The Bidder shall be required to submit the following Quality Assurance Documents within before dispatch of the equipment

i) All Non-Destructive Examination procedures, stress relief and weld repair procedure actually used during fabrication,

ii) Welder and welding operator qualification certificates,

iii) Welder identification lists, listing welders and welding operator's qualification procedure and welding identification symbols.

iv) Material mill test reports on components as specified by the specification.

v) The inspection plan with verification, inspection plan check points, verification sketches, if used, and methods used to verify that the
inspection and testing points, in the inspection plan were performed satisfactorily.

vi) Sketches and drawings used for indicating the method of trace ability of the radiographs to the location on the equipment

vii) Non-destructive Examination result, reports including radiography interpretation reports.

viii) Factory test results for testing required as per applicable codes and standards referred in the specification.

x) Inspection reports duly signed by Quality Assurance personnel of the Purchaser and Bidder for the agreed inspection hold points.
During the course of inspection, the following will also be recorded:
c) When some important repair work is involved to make the job acceptable; and
d) The repair work remains part of the accepted product quality.

22.0 IMPLEMENTATION AND FIELD QUALITY PLANS :


It will be the responsibility of the Contractor to ensure through adequate supervision that the erection of the equipment supplied by
the Contractor and by TSTRANSCO is being carried out according to the quality plans and standard manufacturing practice/instructions as
given by the Contractor. In case of any deviations noticed in performing the erection in accordance with such quality plans, etc. the
Contractor shall forthwith inform the Purchaser of such deviations for taking necessary corrective action. In case the Purchaser fails to
ensure such corrective action, the Contractor shall be absolved of any consequential liability.

The Purchaser/Contractor will further identify specific hold points beyond which work will not proceed without
Purchaser's/Contractor's consent so as to further ensure that the Erection Contractor performs the above quality functions effectively.

23.0 COMMISSIONING CUM ACCEPTANCE TESTS:

23.1 On completion of erection of the equipment and before commissioning, each item of the equipment shall be thoroughly cleaned and then
inspected jointly by the Purchaser and the Bidder for correctness and completeness of installation and acceptability for commissioning,
leading to initial pre-commissioning tests at site. The list of pre-commissioning tests to be performed shall be as mutually agreed and
included in the Bidder's quality assurance program.

23.2 The Bidder's commissioning engineers, specifically identified as far as possible, shall be responsible for carrying out all the
pre-commissioning tests. On completion of inspection, checking and after the pre-commissioning tests are satisfactorily over, the complete
equipment shall be placed on Initial Operation during which period the complete equipment shall be operated integral with sub-systems and
supporting equipment as a complete system.
23.3 The specific tests to be conducted on equipment have been brought out in the specifications.

23.4 The Contractor in charge of erection testing and commissioning shall provide, at free of cost, all testing instruments, control equipment etc. for
conducting above tests, in fully calibrated condition along with valid Calibration Certificates. The Purchaser reserves the right to get the testing
instruments/control equipment recalibrated before the test at a laboratory of his choice at the cost of the Bidder. The Purchaser will apply
proper corrections in calculations, to take into account conditions that do not correspond to the specified conditions.

23.5 Any special equipment, tools and tackles required for the successful completion of the Commissioning Tests shall be provided by the Bidder,
free of cost.

23.6 The guaranteed performance figures of the equipment shall be provided by the Bidder during these commissioning and acceptance Tests.
Should the results of these tests show any decrease from the guaranteed values the Bidder shall modify the equipment as required to
enable it to meet the guarantees. In such case, commissioning and acceptance Tests shall be repeated within one month, from the date the
equipment is ready for re-test and all costs for modifications including labour, materials and the cost of additional testing to prove the
equipment meet the guarantee, shall be borne by the Bidder.

24.0 INSPECTION OF MATERIALS AT SITE :

24.1 The Purchaser will have the right to insist on any test (s) of reasonable nature carried out at Bidder's premises or at site or in any other
place to satisfy that the material comply with the specification.

24.2 The Purchaser reserves the right for getting any field tests conducted on the completely assembled equipment at site.
24.3 For Works:
a) The provisions of the clauses entitled Inspection, Testing and Inspection Certificates shall also be applicable to the erection
portion of the Works'. TSTRANSCO shall have the right to re-inspect any equipment though previously inspected and approved,
at the Contractor’s works, before and after the same are erected at `Site'. If by the above inspection, TSTRANSCO rejects any
equipment, the CONTRACTOR shall make good for such rejections either by replacement or by modifications / repairs as may be
necessary to the satisfaction of TSTRANSCO. Such replacements will also include the replacements or re- execution of
such of those works of other CONTRACTORS and / or agencies, which might have been damaged or affected by the
replacements or rework done to the Contractor’s work.

b) The CONTRACTOR shall immediately correct any work that is faulty. The fact that TSTRANSCO or their representatives have not
pointed out faulty work or work which is not in accordance with plans and specifications shall not relieve the CONTRACTOR
from correcting such work as and when directed by TSTRANSCO without additional compensation.

c) When TSTRANSCO takes down any item of finished work for the purpose of inspection, the CONTRACTOR shall bear the entire expenses incident there
to. However, no extension of time shall be given for completion of works on this account. If the CONTRACTOR fails to repair any defective work or
replace any defective materials after reasonable notice, TSTRANSCO may cause such defective work to be repaired or defective materials to be replaced by
other agencies and the expenses thereof shall be deducted from the amount to be paid to the CONTRACTOR.
d) TSTRANSCO, their representatives and employees shall, at all reasonable times, have free access to the works and/or to the workshops, factories or other
places where materials are being prepared or constructed for the `Contract' and also to any place where the materials are lying or from where they are being
obtained, and the CONTRACTOR shall give every facility to TSTRANSCO and his representatives for inspection and examination and test of the materials
and workmanship even to the extent of discontinuing portions of the work temporarily, or of uncovering or taking down portions of finished work, without
any financial commitments.

25.0 TEST CODES:


The provisions outlined in the IEC test codes or other international and Indian standards and approved equivalents shall generally be used
as a guide for all the above test procedure unless otherwise specified in the technical specifications.

26.0 COMPLETION OF ERECTION AND COMMISSIONING:

i) After completion of erection work the contractor shall furnish 10 sets of copies of As- Built Drawings in bound volumes along
with softcopies in a CD and two sets of re-producible including key diagrams, schematic drawings for piping system, electrical
circuits and cabling arrangement etc. and other drawings as called for in the bidding documents.
ii) The operating and maintenance manuals for the equipment/material erected by the contractor shall be furnished in ten copies
before the commencement of erection of the same. These shall contain every drawing and information and step by step
instructions required for the erection, testing and commissioning as well as operation and maintenance for all the equipment as
stipulated in the bidding documents.
iii) The commissioning of the equipment erected by the contractor shall be the responsibility of the contractor. The contractor
shall provide all the test instruments, calibrating devices etc and labour required to carry out the tests as stipulated in the
bidding documents.
iv) The contractor shall impart training of personnel of TSTRANSCO, at the supplier's plant and /or on-site in assembly, start-up,
operation, maintenance and/or repair of the supplied Material/equipment.

27.0 INCIDENTAL SERVICES :


27.1 As specified below the Supplier/Contractor may be required to provide in addition to erection, testing and commissioning the
following services.

(a) Performance or supervision of on-site erection / assembly, testing and commissioning and / or start-up of the
supplied goods.

(b) Furnishing of tools required for the assembly, testing & commissioning and / or maintenance of the supplied goods and
also detailed operations and maintenance for each appropriate unit of the supplied Materials / equipment.

(c) Performance or supervision or maintenance and / or repair of the supplied Goods, for a period of time agreed by the parties,
provided that this service shall not relieve the supplier of any warranty obligations under this contract.

(d) Conduct of training of the Purchaser’s personnel, at the supplier’s plant and / or on-site in assembly, start-up, operation,
maintenance and/or repair of the supplied Material/equipment.

28.0 TAKING OVER :

Upon successful completion of all the tests to be performed at Site on equipment furnished and erected by the contractor, the Purchaser
shall issue to Contractor a taking over certificate as a proof of the final acceptance of the equipment. Taken over certificate will be issued
by the Purchaser after all the as built drawings, equipment drawings, test reports, instruction manuals, O & M manuals, installation
drawings, bill of material, shop floor drawings, reconciliation etc. are done and certified by the Field engineer of TSTRANSCO. Such
certificate shall not un-reasonably be withheld nor will the Purchaser delay the issuance thereof because of minor omissions or defects,
which do not affect the commercial operation and/or cause any serious risk to the equipment. Such certificates shall not relieve the
contractor of any of his obligations which otherwise survive, by the terms and conditions of the Contract after issuance of such certificate.

However, besides the specified conditions may be imposed and agreed to between the Purchaser and the CONTRACTOR depending on the
outcome of the 'Performance Tests'.

29.0 TREE / CROP COMPENSATION RIGHT-OF-WAY, CUTTING OF TREES, ETC.

Payment of compensation for damaged crops or fruit bearing trees shall be initially made by the contractor, which will be reimbursed by
TSTRANSCO later on. The compensation so payable in respect of damaged crops shall be based on the assessment of MRO. In respect of
the trees, compensation so payable is the lowest of the rates fixed by the Horticulture/NABARD/MRO. The contractor shall take up the
payment of compensation amount only after written approval by the Executive Engineer. The payment shall be made in the presence of
representatives of 400kV, Accounts and Vigilance wings of TSTRANSCO. The Superintending Engineer/400kV shall finalise the compensation
claims.

The contractor shall take all possible steps to see that standing crops etc. are not damaged during execution of works. When such damage
is inevitable, the compensation will be borne by the TSTRANSCO to the extent of land required for laying of foundation, provided the
damage is with prior concurrence of the Executive Engineer. The contractor shall bear the compensation for damages caused without prior
concurrence of the Executive Engineer concerned. Any extra land required by the contractor temporarily for dumping of the construction
material and consequent damage to the crops etc. shall be the responsibility of the contractor.
In the event of any obstruction being encountered from the local villagers of authorities, the contractor shall immediately notify the
Executive Engineer who shall take such steps as may be necessary to clear the obstruction. The contractor or his representative or gangs
shall not adopt antagonistic attitude towards the village authorities with whom they may come into contact, but shall immediately report
to the Executive Engineer any case of obstruction which cannot be settled amicably. No trees shall be cut until the TSTRANSCO has made
necessary arrangement with the authorities concerned and permission is given to the contractor to fell such trees. The TSTRANSCO shall
arrange to remove the obstacles as soon as possible. At times however, it may not be possible for the TSTRANSCO to arrange right-of-way
for laying foundations or erecting the towers or stringing the line. At all such times, the contractor shall shift his gangs to other locations.
The rates quoted shall cover all such contingencies and no extra payments shall be claimed for such contingencies.

The TSTRANSCO will arrange the right-of-way along the transmission line route. Any avoidable or deliberate damage done to standing crop
or private property by the erection contractor’s labourers shall be the erection contractor’s responsibility.

The erection contractor shall take all reasonable steps for preventing damage to crops during execution of the contract work.

Clearing of obstructions falling in the right-of-way as per IS:5613 (part-2, section-2) –1985 and lopping or trimming of the portion of the
trees falling within the minimum electrical clearance zone shall be the responsibility of the contractor. And also, any lopping or trimming of
tree branches obstructing the line of sight during check survey shall be the responsibility of the erection contractor.

29.0 SURPLUS MATERIALS:

On completion of works, all the surplus material which has been already billed by contractor to TRANSCO but not used by contractor in the project, shall be handed
over designated TSTRANSCO stores at the cost of the contractor within the time limit of 2 months of commissioning of the project. However if the material is not
handed over within such time limit or in the opinion of designate officer of TSTRANSCO who is in-charge of the works, such material is not in fit condition for use,
such material shall be retained by the contractor and recovery shall be made from contractor at the rate as per the contract rate.

In exceptional cases, in order to expedite work progress, whenever TSTRANSCO issues the material from its stores on returnable basis to the contractor, the
contractor shall return such material within 30 days from the date of issue of such material along with interest on the value of such material at the rate of 2% per
month or part there of.

However if contractor fails to return material within 30 days of issue of such material, the material shall be deemed to have been sold to contractor on the date of its
issue to contractor at a price which shall be 150% of the procurement cost and such cost shall be recovered from contractor along with interest at 2% per month or
part thereof from the date of issue of material till amount is recovered.

30.0 CORRESPONDENCE:
All the correspondence regarding the works / payments and other field matters shall be addressed to the Superintending
Engineer/Construction/400kV/TSTRANSCO/Warangal with copies marked to this office.
All the correspondence on all the technical matters shall be addressed to this office with copies marked to the Superintending
Engineer / Construction / 400kV / TSTRANSCO/ Warangal.

31.0 GENERAL CONDITIONS OF CONTRACT:

Except it is provided otherwise in this contract, all the general, technical, commercial terms and conditions stipulated in the bidding
documents for this contract shall be complied with.

32.0 TERMINATION OF CONTRACT :


The purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier/
Contractor, terminate the contract in whole or in part:

a) If the supplier/Contractor fails to deliver any or all of the goods and to complete any or all works commensurate with progress of
completion within the time period(s) specified in the contract or any extension thereof granted by the purchaser.

b) If the supplier/Contractor fails to perform any other obligation(s) under the contract.

c) If the supplier/Contractor, in the judgment of the purchaser has engaged in corrupt or fraudulent practices in competing for or in
executing the contract.

Termination of contract.
If it is found that progress of works are not commensurate with the program of completion or if the contractor does not fulfill his
obligations as per the terms of the specification TSTRANSCO will be entitled to terminate the contract in part or full by giving 15 days notice
and get the balance works completed through other agencies at the contractor’s cost and risk.

Warning letters will be issued by Superintending Engineer/400kV or/and Chief Engineer/Projects-I if the progress is not
satisfactory. If the progress continues to be poor even after the second warning letter, show cause notice/final notice will be issued by the
Chief Engineer/Projects-I. If no satisfactory reply is received or the progress of the works are not improved within 15 days of issue of the
final notice/show cause notice, the Chief Engineer/Projects-I shall terminate the agreement, which will be followed by stoppage of all
payments to the contractor, encashment of the BGs, and after termination of contract the balance works/supplies shall be completed
through alternate agencies at contractor’s risk and cost. The contractor so penalized shall be blacklisted for 3 years from the date of
termination of contract.
In the event of termination of contract due to delay attributable to the contractor, TSTRANSCO is entitled to get back equipment/material
from the contractor for the payment already made but the material is not put to use, and then get the works done by other
agency/agencies for completion of contract by using the said recovered material. The contractor shall have no objection in this regard.

However, the Supplier /Contractor shall continue performance of the Contract to the extent not terminated. Please refer clause 56 of Section GCE of Volume-I of
Specification.

33.0 APPLICABLE LAW, RESOLUTION OF DISPUTES & JURISDICTION:

The contract shall be interpreted in accordance with the laws prevailing in India.

TSTRANSCO and the Contractor shall make every effort to resolve amicably by direct informal negotiation any dis-agreement or dispute
arising between them under or in connection with the contract. If, after thirty (30) days from the commencement of such informal
negotiations, TSTRANSCO and the Contractor have been unable to resolve amicably a Contract dispute, either party may require that the
dispute be referred for resolution to the formal mechanisms. These mechanisms may include, but are not restricted to, conciliation
mediated by a third party. The dispute resolution mechanism shall be as follows.

a) All and any disputes or differences arising out of or touching the order based on this specification shall be decided by a panel of
arbitrators as detailed below :
Value of Claim Panel of Arbitrators
i) Disputes involving amounts up to Superintending Engineer of
Rs.10,000/- and below. the TSTRANSCO other than the circle to
which the disputes relate.
ii) Disputes involving amounts ranging from Any Chief Engineer of the TSTRANSCO.
Rs.10,001 to Rs.50,000/-.
There shall not be any reference of disputes, the value of which is above Rs.50,000/- to arbitration. The parties shall approach
the competent Civil Courts situated in Hyderabad/ Secunderabad twin cities only, if any such disputes shall arise involving more
than Rs.50,000/-.

A reference for adjudication under this clause shall be made by either party to the contract, within one year from the date of
intimating the Contractor of preparation of final bill or his having accepted the payment.

b) For the settlement of any dispute arising out of the contract, the venue of arbitration proceedings will be in Hyderabad as per
jurisdiction.
c) All and any disputes or differences arising out of or touching this Order shall be decided by courts or tribunals situated in
Hyderabad / Secunderabad cities only. No suit or other legal proceedings shall be instituted elsewhere.

34.0 DETAILS OF ENCLOSURES:

The following are the enclosures to this order, which form part of the contract.

4. Appendix-B (Attachment for the terms to be complied with).


5. Annexure- I (Price Variation Clause)
6. Schedules - B & B1 (Prices)
Please note that all terms & conditions of Volume – I of specification will form part of this Order.
Yours faithfully,

Sd/-

CHIEF ENGINEER/PROJECTS-I
(For and on behalf of TSTRANSCO)

Copy to be returned to TSTRANSCO by the Contractor duly signed on every page of this order in acknowledgement and acceptance of this order.

We accept the terms and conditions of this order.

SIGNATURE OF THE CONTRACTOR.

Copy communicated to the:

ADE(T) to Director (Lift Irrigation Schemes) / TSTRANSCO / Vidyut Soudha /Hyderabad.

AS to Director (Transmission)/TSTRANSCO/Vidyut Soudha/ Hyderabad.


DE (T) to Director (Projects & Grid Operation)/TSTRANSCO/VS / Hyderabad
Chief Engineer / Projects-II / TSTRANSCO/ Vidyut Soudha /Hyderabad.
Chief Engineer/ SLDC /TSTRANSCO/Vidyut Soudha/ Hyderabad.

FA & CCA (Accounts) & CFO / TSTRANSCO/ Vidyut Soudha /Hyderabad


Copy to :

SAO / P & A / TSTRANSCO / Vidyut Soudha / Hyderabad.

Superintending Engineer/LIS/TSTRANSCO/Vidyut Soudha/ Hyderabad.


Superintending Engineer/Civil/TSTRANSCO/Vidyut Soudha/ Hyderabad.
Superintending Engineer/400kV/Construction/Warangal. Fax No.0870 2623277.
Superintending Engineer/Telecom/TSTRANSCO/Warangal.
Superintending Engineer/Civil/TSTRANSCO/Warangal.
Executive Engineer / 400kV / Construction Division/Karimnagar.

Executive Engineer / Civil/ Construction Division/Warangal.


Appendix-B

ERECTION
P.O.No. 184 /OC-40 /CE / Proj-I / SE / 400kV / D1-A1/Mydaram / D. No : 924/3/16,
Dt :30 -09-2016

1. Quality assurance plan shall be submitted for the scope of works to be carried out soon after award of contract and obtain approval
of TSTRANSCO before taking up the works. The Quality plan shall be in line with the quality plan as approved by Power
Grid/TSTRANSCO for substations works.
2. The terms and conditions of the Bidding Documents for Insurance shall be complied with in total.
3. M/s.GVPR Engineers Ltd-Siemens Ltd-(JV), will furnish the detailed programme in the form of Master Net work for Erection to meet
the completion Schedule as called for in the bidding documents.
4. M/s.GVPR Engineers Ltd-Siemens Ltd-(JV), shall take delivery of certain equipment and material available else where at TSTRANSCO
stores / sites required for Tr. Line, Madaram Substation as directed by TSTRANSCO and in such cases transportation charges will be
given as per SSR Rates and the Contractor has to transport such materials invariably.

Erection of Structures:

5. Any wastage at site regarding bolts & nuts during erection stage in the switchyard shall be taken care of by including extra bolts &
nuts, spring washers, flat washers and step bolts & nuts and balance materials shall be handed over after erection of structures for
future maintenance works.

6. The prices indicated in the schedule shall be inclusive of the cost of foundation bolts and base plates of varoius sizes wherever
required as per the design. Hence no separate rate will be paid for.
7. Approved drawings for structure shall be adopted by the contractor. The quantities include structural requirement for bus
arrangement & equipment erection.

8. The structures are to be delivered at TSTRANSCO Stores / at 400kV Sub-Station Site.

9. Site handling includes transportation from site stores to site & stores.

10. The templates are painted only and should be returned to Purchaser’s stores /400kV SS after completion of work. The templates
should be repaired after usage before handing over to the stores.

Earthing and Earth Mat:

11 The installation cost includes charges for welding at the joints for earth mat and other locations of the earthing system and applying
Bitumen compound.

12. The payment will be limited to actual quantities for the complete requirement of main earth mat as per the design requirements
and standards and specifications specified in the bidding documents for the total area of 400 kV and 220 kV Switchyards covered in
the scope. Risers and equipment earthing for the equipment and structures covered in the scope shall be based on the approved
drawings.

13. Earthing of Power cables as specified and earthing of motors by 25 x 6 mm GS Flat shall be free of cost.

Bus Bar Materials:


14. The payment will be limited to actural quantitites required as per the approved design drawings.

15. The price for erection of hardware includes formation of strings and hoisting of insulators.

16. The prices for erection of 4/4.5" IPS aluminium conductor / pipe includes cost for erection of all other material required for erection
of this conductor / pipe for equipment inter-connections including bending and welding works etc.

17. Any other items not specifically quoted above shall also be provided at the free of cost to the TSTRANSCO to meet the system
requirement.

C & R Panels, Batteries & Battery Charges, AC & DC DB:

18. The payment will be limited to actual quantities required as per the approved Drawings.

Power and control cables:

19. The payment will be limited to actual erection quantities as per requirement of power and control cables as approved by the
TSTRANSCO during detailed engineering.

20. The contractor shall prepare complete power and control cable schedules for indoor and out door for the substation detailing the
cable sizes, cable routing with route lengths, termination details without any extra cost and obtain approval for these schedules.
Indoor and outdoor Illumination:

21. The payment will be limited to actual erection quantities required as per the approved quantities. Contractor shall design indoor
and out door illumination system as per the bidding documents.

22. The prices are inclusive of erection of indoor / out door Junction Boxes, Conduits, Lighting wires, lugs, ferules etc., for completing
Indoor and outdoor Lighting system for 400/220kV Substation.

23. Erection , testing and comissioning prices are inclusive of all Civil works required for the lighting system as per approved drawings.

Fire protection, detection, & alarm systems:

24. The above quantities are purely tentative. The contractor, shall design the system as per bidding document and execute the same
as per approved drawings.
25. The payments will be based on actual erection quantities as per approved drawings. Price adjustment for the size / capacity of the
items which are not indicated will be done as per the price for nearest lower size / capacity of the item of this schedule.

26. 'Set' mentioned for erection includes total number of equipments to be covered therein including the stand by equipment to meet
the requirement as specified in the bidding documents.

27. Prices for erection / installation and commissioning shall be inclusive of civil works for the respective items and their accessories
required as per the specifications in Bidding documents.

28. Fire Protection, Detection and Alarm system erected shall be as per Tariff Advisory Committee standards and regulations for getting
maximum permissible rebates in fire insurance premium .The contractor shall obtain approval of the system by TAC also.

29. Any other item required for completion of the system as per bidding document is deemed to have been included in this schedule.

30. MS Pipe prices are for ERW pipes to API – 5L GRB above 150 NB and carbaon steel pipe heavy class black for the pipes of 150 NB
and below as per IS : 3589 and IS : 1239 with anticorrosion treatment.

Air-conditioning and ventilation system:

31. The above prices are on lump sum basis and the payments will be limited to the above for complete requirement of erection,
testing and commissioning of the system as per the specification requirement.

32. Any other item required for completion of the system as per bidding document is deemed to have been included in this schedule.
33. Prices for erection / installation and commissioning shall be inclusive of civil works for the respective items and their accessories
required as per the specifications in Bidding documents.

34. The above quantities are purely tentative. Contractor shall design the system as per the bidding doucment and execute the same as
per the approved drawings and the payment will be limited to actual erection quantities.

Diesel Generator set (D.G.set) :

35. With in the above Total Price items which are not specifically mentioned but required are deemed to have been included for
Erection, testing and commissioning of the said DG set. Erection, testing and commissioning prices are inclusive of all the civil works
for the system as per the specification requirement.

36. The above prices are on lump sum basis and payments will be limited to the above for complete requirement of erection, testing
and commissioning of the system as per the specification requirement.

37. Any other item required for completion of the system as per bidding document is deemed to have been included in this schedule.

38. 'Set' mentioned include total number of equipments to be covered therein including the standby equipment as specified in the
bidding documents.

33 kV Station Power Supply facilities :


39. The payment will be limited to actual erection quantities required as per the approved drawings. Contractor shall design the system
as per the bidding documents.

40. Erection works of any other ancillary and miscellaneous items which are not covered in the price schedule for completion of works
shall be carried out by the contractor without any additional cost to TSTRANSCO.

41. No additional charges for type tests of the equipment are envisaged since it is contractors responsibility to offer the equipment
type tested without additional cost to the TSTRANSCO.

CHIEF ENGINEER / PROJECTS-I

Annexure- I
PRICE VARIATION (PV) Clause

The Price Variation clause for steel and cement utilized in civil works ( Both for SS & Lines):

The Price Variation applicable in respect of steel and cement utilized in civil works shall be as per G.O.Ms.No.94, Dt: 16-04-2008 and T.O.O CE (Civil) Ms.No.24,
Dt: 23-04- 2008 of TSTRANSCO with subsequent amendments subject to the following conditions:

a) The Price adjustment shall be applicable for both upward and downward variation in prices of respective items within original
contract period or period extended on grounds of the departmental delays and valid reasons and shall not be applicable to the
extensions granted on account of the contractors fault.

b) The price adjustment shall be applicable for actual components of items of works actually carried out during the period of bill
and allow to adopt price adjustment for steel and cement utilized in civil works by the absolute variation between the
estimated rate and the rate approved by the Govt. based on the recommendation of Board of Chief Engineers for the month.

The Basic rate of reinforcement steel and cement as taken in the estimate were as informed by Government for the month of
October 2015 i.e., Rs. 35,000/- per MT of Reinforcement steel, Rs. 3900/- per MT of Structural steel and Rs. 5750/- per MT
of cement.
c) i) The price adjustment will be applied where the variation in rates only to the extent where it is above 5% over the estimates rates. Thus if
the price excess is 10%, payment will be made only to the extent of 5% (10% - 5%). Further, the same procedure should be also followed for
Negative Price variation.
ii) For the time extension period due to
a) department fault, price variation (Both +ve and –ve ) is applicable.
b) contractors fault, only negative price variation is applicable.

d) Necessary supplemental proposal regarding differential rate payable or difference rate recoverable on agreement rates of steel
and cement utilized in civil works and structural steel due to price adjustment is to be submitted to the agreement concluding
authority for approval.

e) The completion schedule approved in the form of bar chart shall be the basis for timing of the each activity for calculating the
Price Variation during a month. If the schedule is not complied by the contractor as per the above programme due to the
reasons like right-of-way, the particular activity or task can be rescheduled by moving upward or downward on the time axis of
the bar chart within the agreement period, as agreed by the Concerned Executive Engineer (field officer), as per the actual site
conditions. In such cases, the concerned Executive Engineer will record the reasons for re-scheduling / delay of the work.

f) In specific cases like substation/bay extension site being not handed over to the contractor in time by the TSTRANSCO due to
delay in land acquisition, natural calamities, right-of-way problems, for which the contractor is not responsible, extension of
the agreement period may be given duly rescheduling the programme of completion with the approval of competent authority.
In all such cases, TSTRANSCO will consider application of Price variation clause case to case.
Sd/-

CHIEF ENGINEER / PROJECTS-I


S.No : Description Qty UOM Unit rate of Unit rate Labour Unit FADS Total Amount
Material of Labour Cess at 1% Price (4x9)
cost (in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
CIVIL AND CONSTRUCTION WORKS

SCHEDULE - MC1: LEVELLING OF SITE AND CONSTRUCTION OF RETAINING WALLS AT 400/11 KVSS AT MYADARAM ( PKG-6 LIS) IN KARIM NAGAR DIST

1 Clearing and grubbing substation land by manual 10000 Sqm 0.00 2.07 0.02 2.09 20900.00
means in areas of thorny jungle including
uprooting wild vegetation, grass, bushes, shrubs,
saplings and trees of girth upto 300 mm, removal
of stumps of such trees cut earlier and disposal
of unservice areas as per directions of the
Engineer in charge for finished item of work.
2 Levelling by cutting and filling by mechanical 5000 Cum 17.54 132.65 1.50 151.69 758450.00
means including pre-watering of soil, excavation
of soils, depositing the soils in filling areas ,
spreading soils, breaking clods, sectioning and
consolidation (150mm thickness in layers) with
three wheel 8 to 10 MT static Road Roller @
OMC to meet requirement as per standard
specification , including all hire and operational
charges of T&P and seigniorage charges,
complete for finished item of work as per
(Payment will be made based on level for
finished item of work) standard specification
3 Levelling by filling with borrowed gravel by 20000 Cum 164.29 64.18 2.28 230.75 4615000.00
mechanical means including prewatering of soils,
depositing the soils in filling area spreading soils
and consolidation with three wheel 8-10 MT
static road roller @ OMC to meet the
requirement as per standard specification,
including all hire and operational charges of
T&P , and seigniorage charges complete for
finished item of work ( payment will be made
based level for finished item of work.)
4 Earthwork excavation in all types of soils (upto 1225 Cum 0.00 114.63 1.15 115.78 141830.50
stone matrix) which can be excavated in
combination of mechanically and manually with
pick axe and crow bars and don't require blasting
in all conditions such as dry, wet, slushy etc.,
covering initial lead and lift etc., including
backfilling , watering , compacting as per
standard specification and disposing of surplus
earth within site (upto 1 KM lead) complete as
per directions of Engineer in charge at site.
5 Excavation in ordinary rock (HDR,soft rock & F&F) 200 Cum 0.00 165.5 1.66 167.16 33432.00
(not requiring blasting).The rate includes labour
charges,cost of tools and tackles, disposing of
unuseful excavated material at all leads and lifts,
complete for finished item of work as per
directions of the Engineer-in-charge (for
foundations - Manual means)
6 Excavation in Hard rock (requiring blasting).The 200 Cum 96.72 351.63 4.48 452.83 90566.00
rate includes labour charges, cost of blasting
materials, tools and tackles, safety measures,
disposal of unuseful excavated material at all
leads and lifts, complete for finished item of
work as per directions of the Engineer-in-charge.
(For yard levelling)
7 Providing and constructing 225mm thick rubble 200 cum 514.04 1164.81 16.79 1695.64 339128.00
stone pitching set in CM(1:5) proportion
including cost of all materials, labour, packing
chips and mortar, finishing etc. complete (rubble
stones:0.2475cum/sqm,0.26 Cum Cement
mortar /1Cum) for finished item of work as
directed by the Engineer in charge at site.
8 Laying PCC Grade M15 - Nominal mix 1:2.5:5 70 Cum 4382.28 958.61 53.41 5394.30 377601.00
(Machine Mixing) using 20-12mm graded HBG
metal as indicated on approved construction
drawings placed all levels, including the cost of
all materials, labour and equipment's complete
for handling, storage, transporting, batching,
mixing, placing, levelling, curing etc. complete as
approved and directed by the Engineer - in -
charge at site.
9 Laying PCC Nominal mix 1:4:8 (Machine Mixing) 117 Cum 3169.30 958.61 41.28 4169.19 487795.23
using 40mm graded HBG metal as indicated on
approved construction drawings placed all levels,
including the cost of all materials, labour and
equipment's complete for handling, storage,
transporting, batching, mixing, placing, levelling,
curing etc. complete as approved and directed
by the Engineer - in - charge at site.
10 Construction of RR masonry in CM ( 1:6 ) using 400 Cum 1910.70 1348.61 32.59 3291.90 1316760.00
hard CRS , rough stone granite and bond stones
(0.16 cum) etc., cost includes 110 mm PVC ( 4
Kg/sq cm) weep holes at wherever required at
every 2.5m interval in both directions &
conveyance of all materials, labour charges,
scaffolding, curing with all leads & lifts, etc.,
complete, for finished item of work as approved
and directed by the Engineer - in - charge at site.
11 Flush pointing the RR masonry in CM (1:3) of the 800 Sqm 14.02 49.58 0.64 64.24 51392.00
super structure including cost and conveyance
of all materials, labour charges, mixing, curing,
with all leads & lifts etc., complete as approved
and directed by the Engineer - in - charge at site.
12 Boring NX/BX size holes through all type of soils / 2 Nos 0.00 18199.68 182 18381.68 36763.36
refusal / rock upto 10mts below ground level,
into the rocky strata and furnishing the
necessary data in the bore log form as per
IS:1892 by rotary core drilling method collecting
disturbed/undisturbed soil samples from bore
hole and conducting laboratory tests like
moisture content, bulk density, void ratio,
specific gravity, grain size analysis, liquid limit,
plastic limit, plasticity index, Triaxial compressive
tests and direct shear test and UCC as applicable
for particular soil/rock sample including
submission of the report giving soil/rock profile
& suggesting the recommendation for design of
sub-structure including transportation of
equipments to the site and setting up the
machine and shifting of the equipments from
one bore hole to another, including
transportation of samples to the laboratory and
equipment back to the godown etc., complete as
directed by Engineer-in-charge at site.
TOTAL SCHEDULE - MC1 (Rs.) 8269618.09

S.No : Description Qty UOM Unit rate Unit rate Labour Unit FADS Total Amount
of Material of Labour Cess at Price (4x9)
cost 1% on (in Rs.) ( in Rs.)
(in Rs.) (in Rs.) (6+7)
(in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - MC2: CONSTRUCTION OF FOUNDATIONS FOR TOWERS AND EQUIPMENTS, AUTO TRANSFORMER, RAIL TRACKS, FIRE PROTECTION WALL, OIL
COLLECTING PIT, CABLE TRENCHES, METALLING, CHAIN LINK FENCING, 33KV/11KV POWER SUPPLY WORKS AT 400/11 KVSS AT MYADARAM ( PKG-6 LIS)
IN KARIM NAGAR DIST
1 Earthwork excavation in all types of soils (upto stone 4320 Cum 0.00 114.63 1.15 115.78 500169.60
matrix) which can be excavated in combination of
mechanically and manually with pick axe and crow
bars and don't require blasting in all conditions such
as dry, wet, slushy etc., covering initial lead and lift
etc., including backfilling , watering , compacting as
per standard specification and disposing of surplus
earth within site (upto 1 KM lead) complete as per
directions of Engineer in charge at site.

2 Excavation in ordinary rock (HDR,soft rock & F&F) 500 Cum 0.00 165.5 1.66 167.16 83580.00
(not requiring blasting).The rate includes labour
charges,cost of tools and tackles, disposing of
unuseful excavated material at all leads and lifts,
complete for finished item of work as per directions
of the Engineer-in-charge (for foundations - Manual
means)
3 Excavation in Hard rock (requiring blasting).The rate 1430 Cum 51.70 565.63 6.17 623.5 891605.00
includes labour charges, cost of blasting materials,
tools and tackles, safety measures, disposal of
unuseful excavated material at all leads and lifts,
complete for finished item of work as per directions
of the Engineer-in-charge.
4 Providing Stone crusher dust cushion for 400 Cum 916.18 18.92 9.35 944.45 377780.00
foundations and basement in layers as per standard
specification, including cost & conveyance of all
materials, labour charges, leads, lifts , watering and
consolidating to required density complete as per
the directions of the Engineer in charge for the
finished item of work( APSS No. 309&310)
5 Laying PCC Nominal mix (1:3:6) (Machine Mixing) 400 Cum 3571.73 958.61 45.30 4575.64 1830256.00
using 40mm graded HBG metal as indicated on
approved construction drawings placed all levels,
including the cost of all materials, labour and
equipment's complete for handling, storage,
transporting, batching, mixing, placing, levelling,
curing etc. complete as approved and directed by
the Engineer - in - charge at site.
6 Construction of RR masonry in CM ( 1:6 ) using hard 100 Cum 1826.99 1348.61 31.76 3207.36 320736.00
CRS , rough stone granite and bond stones (0.16
cum) etc., cost includes & conveyance of all
materials, labour charges, scaffolding, curing with
all leads & lifts, etc., complete, for finished item of
work as approved and directed by the Engineer - in -
charge at site.

7 Laying PCC (1:2:4) normal Mixing using 20-10mm 60 Cum 4677.75 958.61 56.36 5692.72 341563.20
graded HBG metal as indicated on approved
construction drawings placed all levels, including the
cost of all materials, labour and equipment's
complete for handling, storage, transporting,
batching, mixing, placing, levelling, curing etc.
complete as approved and directed by the Engineer
- in - charge at site.
8 Supply and placing of the RCC Design Mix M20
Concrete corresponding to IS 456 using WEIGH
BATCHER / MIXER with 20mm size graded machine
crushed hard granite metal (coarse aggregate) from
approved quarry including cost and conveyance of
all materials like cement, fine aggregate (sand)
coarse aggregate, water etc., to site and including
Seigniorage charges, sales & other taxes on all
materials including all operational, incidental and
labour charges such as weigh batching, machine
mixing, laying concrete, curing etc.,complete but
excluding cost of steel and its fabrication charges for
finished item of work (APSS No. 402)with minimum
cement content as per IS code ( not less than 350
KG) from standard suppliers approved by the
department including pumping, centering,
shuttering, laying concrete, vibrating, curing etc.
complete but excluding cost of steel and its
fabrication charges for finished item of work.
(centring should be with steel scaffolding pipes, jack
props, wallers, foot plates, barckets, steel centering
plates etc.)
a FOUNDATIONS, PLINTH, PEDESTALS (Below Plinth) 300 Cum 4668.28 3745.79 84.14 8498.21 2549463.00
INCLUDING GROUTING, PLASTERING WITH SMOOTH
FINISH ON TOP AND TEMPLATE FIXING WITH BOLTS
ETC., for tower and equipment foundations.

b Rafts for Oil Collection Pit, Rail Track, Fire Wall, 1950 Cum 4668.28 3562.63 82.31 8313.22 16210779.00
Transformer Plinths, Auxiliary foundations, Pit Wall
& cable trenches.
c Fire wall below ground level 31 Cum 0.00 248.07 2.48 250.55 7767.05

d Walls for Rail track 800 Cum 4668.28 5085.81 97.54 9851.63 7881304.00

e Fire Wall above Ground level (Upto 12.5m high) 285 Cum 4668.28 11649.08 163.17 16480.53 4696951.05

e For pit walls, cable trench walls and cover slabs 540 Cum 4668.28 5973.01 106.41 10747.7 5803758.00

f Box culverts 50 Cum 4668.28 7155.94 118.24 11942.46 597123.00

g Slabs for oil collection pit, sump rooms, culverts 70 Cum 4493.55 4995.28 94.89 9583.72 670860.40

9 Grouting of foundation in CM (1:1) adding non shrik 2 Cum 11667.28 1383.82 130.51 13181.61 26363.22
powder GP 4 @ 0.05% wt. of cement including cost
of all labour materials finishing complete as dired by
the Engineer-in-charge.
10 Providing High Yield Strength Deformed (HYSD)/ 270 MT 44359.22 3353.36 477.13 48189.71 13011221.70
Thermo Mechanically Treated (TMT) steel bars (Fe
415 grade as per IS 1786-1979) of TISCO/ SAIL/ VSP
make, different diameters for RCC works , including
labour charges for straightening, cutting, bending to
required sizes and shapes, placing in position with
cover blocks of approved materials and size and
tying and lap-splicing with binding wire of 18 SWG,
forming grills for reinforcement work as per
approved designs and drawings, including cost and
conveyance of steel bars, including all wastages such
as overlaps, couplings, chairs, spacer bars including
cost and conveyance of binding wire, cover blocks
and all incidental, operational, labour charges such
as cutting, bending, placing in position, tying
including sales and other taxes on all materials etc.,
complete for finished item of work in all floors.
( APSS No.126) (Swtchyard works &mass concrete
like plinths)
11 Providing anchor rods by drilling holes of 25mm 600 RM 330.84 0.00 3.31 334.15 200490.00
diameter in Hard granite or Sheet rock (using
Pneumatic Compressor) and grouting the holes with
conbextra GP2 including all labour etc., complete as
per the directions of the Engineer in charges for the
finished item of work. (Reinforcement steel will be
measured and paid seperately).
12 Supplying, fitting and placing STRUCTURAL STEEL as 78 MT 47517.77 27767.03 752.85 76037.65 5930936.70
per drawings and technical specifications including
wastage, welding, cutting, bending, cranking,etc.,for
windows grills, door frames and other miscellaneous
structural steel works including conveyance,
erection, painting two coats of synthetic enamel
paint over primary coat, etc., for complete finish
item of work.
13 Supply and installation of 52 Kg broad gauge rail 76 MT 46081.40 23908.91 699.9 70690.21 5372455.96
conforming to Indian Railway specification and fixing
on RCC pedestal including the cost of all labour,
materials, equipment fixing bolts, base plates etc.
but excluding the cost of excavation, concrete,
reinforcement, shuttering and guide angles as per
specification and approved drawings (top of rail shall
flush with top of concrete) complete as approved
and directed by the Engineer in - charge at site.

14 Construction of Brick Masonry in CM ( 1:6 ) using 7 Cum 4108.99 1103.18 52.12 5264.29 36850.03
second class well burnt bricks at all levels including
the cost of levels, matetrials, scaffolding, centering,
equipments required for the same as per
specification and approved drawings complete as
approved and directed by the engineer in charge at
site
15 Supplying, fitting and placing Single Socket PVC pipe
- 6 Kg/sq.cm - Prince/Sudhakar or any ISI Brand as
per drawings and technical specifications including
wastage for laying, fixing and commissioning the
PVC pipes including couplers/ bends/ tees etc any
diameter including fixing necessary fittings like
bends, plugs, couplers, junctions, tees, etc with
solvent jointing as per standard practice etc.
complete
a PVC Conduits,75 mm diameter 40 RM 170.15 82.71 2.53 255.39 10215.60
b PVC Conduits,110 mm diameter 20 RM 326.12 82.71 4.09 412.92 8258.40

c PVC Conduits,160 mm diameter 20 RM 637.28 82.71 7.20 727.19 14543.80

16 Hot dipped Galvanised Iron Chain link mesh of 8 2000 Sqm 458.57 61.69 5.20 525.46 1050920.00
Gauge ( 4 mm ) fencing in accordance with IS 2721 -
1979 -3"X3" with size of the mesh 76.2x76.2mm,
size width of the chain link 2000mm with medium
class zinc coated after weaving. To be fixed to the
post at the top and bottom of the fence by welding/
fixing 50x6mm MS flat on top and bottom both sides
all through its length including cost and conveyace
of all materials, labour charges, leads & lifts etc., for
finished item of work as approved and directed by
the Engineer-in charge at site.(excluding cost of MS
Flat & its accessories)
17 Laying Cement Concrete Pipe NP 3 on first class
bedding of granular material including fixing collar
with cement sand mortar 1:2 but excluding
excavation, protection works, backfilling, concrete
and masonry work in head wall and parapet as per
Tech Specification No. 1100 MORTH complete as
approved and directed by the Engineer in-charge at
site.
a 300mm diameter 48 RM 1251.85 101.89 13.54 1367.28 65629.44

b 450mm diameter 24 RM 2048.05 131.44 21.79 2201.28 52830.72

18 Supply and transportation of 5 HP Three phase ISI 1 No. 31504.11 1255.78 327.60 33087.49 33087.49
self priming Mono block IP 44 motor pumpset
(80x80 mm) Makes
kirloskar/Crompton/CRI/L&T/Texmo/Varsha D.O.L
Starter 415V, 3 phase, 50Hz.. enclosed with no volt
coil and overload protection with necessary
materials, etc., complete suitable upto 7.5.HP etc.,
complete as approved and directed by the Engineer-
in charge at site.
19 Plastering in CM (1:5) 12 mm thick for all RCC 700 Sqm 51.28 75.18 1.26 127.72 89404.00
surface & even face of superstructure walls with
sponge finishing including cost and convence of all
meterials, labour charges, Scaffolding, curing with all
leads and lifts etc. complete as approved and
directed by the engineer in charge at site.
20 Supply of 40 to 65 mm size HBG metal and filling 50 Cum 1279.21 27.48 13.07 1319.76 65988.00
above the grating plates for a height of 200 mm as
per specification and approved drawings including
the cost and conveyance of all materials, labour
charges, etc., complete as approved and directed by
the Engineer in-charge at site.
21 Flush pointing the RR masonry in CM (1:3) of the 400 Sqm 14.02 49.58 0.64 64.24 25696.00
super structure including cost and conveyance of all
materials, labour charges, mixing, curing, with all
leads & lifts etc., complete as approved and directed
by the Engineer - in - charge at site.
22 Supply and Spreading of 20mm size Hard Broken 900 Cum 2069.41 69.28 21.39 2160.08 1944072.00
Granite metal in switch yard (150mm thick)
including suitable antiweed treatment and Final
levelling and grading including disposal of surplus
earth and/or filling with in Switchyard area and
providing suitable PCC guage block of size
150x150x150mm at 2m x2m intervals , cost &
conveyance of all materials, labour charges, leads,
lifts complete as per the specifications and
approved drawings as approved and directed by the
Engineer in charge for the finished item of work
23 Painting the structure foundations ,walls with 1750 Sqm 8.53 30.81 0.39 39.73 69527.50
whiting / Suryacem of approved quality with 3 coats
Quality to give even shade after thoroughly
brushing the surface to remove all dirt and remaind
of loose powdered material including cost of all
materials, and labour chargesand incidental such as
scaffolding , lift charges etc, complete for finisshe
item of work as directed by the engineer in charge.
complete for finished item of work.
24 Providing Stone crusher dust cushion for 200 Cum 916.18 18.92 9.35 944.45 188890.00
foundations and basement in layers as per standard
specification, including cost & conveyance of all
materials, labour charges, leads, lifts , watering and
consolidating to required density complete as per
the directions of the Engineer in charge for the
finished item of work( APSS No. 309&310)

TOTAL SCHEDULE - MC2 (Rs.) 70961075.86

S.No : Description Qty UOM Unit rate of Unit rate Labour Unit FADS Total Amount
Material of Labour Cess at 1% Price (4x9)
cost (in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - MC3: FORMATION OF EXTERNAL AND INTERNAL ROADS , DRAINS AND ASSOCIATED WORKS AT 400/11 KVSS AT MYADARAM ( PKG-6 LIS) IN
KARIM NAGAR DIST
1 Earthwork excavation in all types of soils (upto 1500 Cum 0.00 114.63 1.15 115.78 173670.00
stone matrix) which can be excavated in
combination of mechanically and manually
with pick axe and crow bars and don't require
blasting in all conditions such as dry, wet,
slushy etc., covering initial lead and lift etc.,
including backfilling , watering , compacting as
per standard specification and disposing of
surplus earth within site (upto 1 KM lead)
complete as per directions of Engineer in
charge at site.
2 Excavation in ordinary rock (HDR,soft rock & 200 Cum 0.00 165.5 1.66 167.16 33432.00
F&F) (not requiring blasting).The rate includes
labour charges,cost of tools and tackles,
disposing of unuseful excavated material at all
leads and lifts, complete for finished item of
work as per directions of the Engineer-in-
charge (for foundations - Manual means)

3 Providing Stone crusher dust cushion for 100 Cum 916.18 18.92 9.35 944.45 94445.00
foundations and basement in layers as per
standard specification, including cost &
conveyance of all materials, labour charges,
leads, lifts , watering and consolidating to
required density complete as per the
directions of the Engineer in charge for the
finished item of work( APSS No. 309&310)
4 Granular sub-base/base/surface course with 600 Cum 218.50 198.78 4.17 421.45 252870.00
good gravel/ morrum (Table 400.13) by mix in
place method normal construction of granular
sub-base by providing good gravel / morrum
spreading in uniform layers with motor grader
on prepared surface, mixing by mix in place
method with rotavator at once and compacting
with smooth wheel roller to achieve the
desired density complete as per Clause 401.4
as per Technical Specification Clause 408
MORD.
5 Providing crushed run stone aggregate grading 290 Cum 1666.00 190.31 18.56 1874.87 543712.30
conforming to table 400.20 depositing on a
prepared surface by hauling vehicles, spreading
and mixing with a motor grader, watering and
compacting with a three wheel 80-100 kN
static roller as per Technical Specification
Clause 411MORD/ 410 MORTH to form a layer
of sub-base/base by mix in place method with
53mm maximum size aggregate
6 Construction of embankment with approved 720 Cum 10.92 67.47 0.78 79.17 57002.40
materials deposited at site from roadway
cutting and excavation from drain and
foundation of other structures graded and
compacted to meet requirement of Tables
300.1 and 300.2 as per Technical Specification
Clause 301.5 MORD / 305 MORTH
7 Construction of cement concrete kerb with top 720 RM 265.87 133.33 3.99 403.19 290296.80
and bottom width 150 mm, 400 mm high in M
15 grade PCC including cost of painting with 2
coats of synthetic enamel paint over a coat of
primer.
8 Laying PCC Grade M15 - Nominal mix 1:2.5:5 98.5 Cum 4382.28 958.61 53.41 5394.3 531338.55
(Machine Mixing) using 20-12mm graded HBG
metal as indicated on approved construction
drawings placed all levels, including the cost of
all materials, labour and equipment's complete
for handling, storage, transporting, batching,
mixing, placing, levelling, curing etc. complete
as approved and directed by the Engineer - in -
charge at site.
9 Construction of RR masonry in CM ( 1:6 ) using 200 Cum 1826.99 1348.61 31.76 3207.36 641472.00
hard CRS , rough stone granite and bond
stones (0.16 cum) etc., cost includes
conveyance of all materials, labour charges,
scaffolding, curing with all leads & lifts, etc.,
complete, for finished item of work as
approved and directed by the Engineer - in -
charge at site.
10 Construction of Brick Masonry in CM ( 1:6 ) 70 Cum 4108.99 1103.18 52.12 5264.29 368500.30
using second class well burnt bricks at all
levels including the cost of levels, matetrials,
scaffolding, centering, equipments required for
the same as per specification and approved
drawings complete as approved and directed
by the engineer in charge at site
11 Plastering in CM (1:5) 20 mm thick for all RCC 1600 Sqm 71.60 117.78 1.89 191.27 306032.00
surface & Un even face of superstructure walls
with sponge finishing including cost and
convence of all meterials ,labour charges,
Scaffolding,curing with all leads and lifts etc.
complete as approved and directed by the
engineer in charge at site.
12 Construction of un-reinforced, jointed at 270 Cum 4733.11 1213.94 59.47 6006.52 1621760.40
expansion and construction joint only, plain
cement concrete pavement, thickness as per
design, over a prepared sub base, with 43/53
grade cement or any other type as per Clause
1501.2.2,M20 GRADE coarse and fine
aggregates conforming to IS : 383, (330kgs/
cement/1cum concrete)(Crushed stone coarse
aggregates, grading will be as per Clause
1501.2.4.1 (Table 1500.1) of specifications @
0.90 cum/cum of concrete (25 mm & 12.5 mm
blending)) maximum in a concrete mixer of not
less than 0.2 cum capacity and appropriate
weigh batcher using approved mix design, laid
in approved fixed side formwork (steel
channel, including levelling the formwork as
per drawing),
TOTAL SCHEDULE - MC3 (Rs.) 4914531.75

S.No : Description Qty UO Unit Unit Labou Unit Total


M rate of rate of r Cess FADS Amount
Materia Labour at 1% Price (4x9)
l cost on (in Rs.) ( in Rs.)
(in Rs.) (in Rs.) (6+7)
(in
Rs.)
1 3 4 5 6 7 8 9 10
SCHEDULE - MC5: PROVIDING EXTERNAL WATER SUPPLY AND SANITARY SYSTEM,BOREWELL,DRINKING WATER SUPPLY,PLANTATION AT 400/11 KVSS AT
MYADARAM ( PKG-6 LIS) IN KARIM NAGAR DIST

1 Job work for Geologist charges for site investigation for locating bore 2 Jobs 0.00 1181.5 11.82 1193.4 2386.8
well points. 8
2 Drilling of bore well by down the hole hammer (DTH) drilling to the
finished diameter of 163 mm (6 1/2") in all formations to the depth as
specified and remaining the bore to the required dia, flushing the bore
walls at an average pressure of 7 Kg/Sqcm(100 PSI), conducting yield
test, inclusive of transportation from point to point , crew charges,
consumables , shifting of ring and all other charges etc., complete. The
bore well should be true & vertical and work should be carried out to
the amendments if any from time . The rate is inclusive of all taxes etc.,
complete as per the directions of the Engineer in charge for the
finished item of work.

a Up to 90 Running meters ( As per RWS estimate rate) 180 RM 0.00 317.19 3.17 320.36 57664.8

b Above 90 RM to any depth 180 RM 0.00 348.91 3.49 352.4 63432

3 Supplying and fixing PVC pipe 8" dia ( 6Kg./sqcm ) for the bore to the 60 RM 998.73 26 10.25 1034.98 62098.8
required depth for casing including cost and conveyance of all
materials, leads & lifts labour charges etc., complete as approved and
directed by the Engineer - in - charge at site.
4 Supplying & fixing 3 Phase 5HP motor ,30-35 stage (Crompton 1 No. 36311.8 1097.9 374.1 37783.9 37783.93
Greaves/texmo make) of approved type, as directed by Engineer in 5 8 3
charge, submersible for 6.5" dia bore well including cost & conveyance
of all materials, labour charges, including s& f of 3 core 2.5sqmm
copper flat type 3 phase cable of approved quality and make to the
Motor and fitted with L.T/L.K MK-1 DOL starter with panel board fitted
with related fittings such as Ammeter , volt meter and including nuts &
bolts and GI sheet box for panel board complete as per the directions of
the Engineer in charge for the finished item of work.

5 Supplying & fixing 3 Phase 7.5HP motor , 20 stage (Crompton 1 No 31199.4 1559.9 327.5 33087.0 33087.01
Greaves/texmo make)of approved type (spare motor), as directed by 5 7 9 1
Engineer-in-Charge, submersible for 6.5" dia bore well including cost &
conveyance of all materials, labour charges,, as per the directions of
the Engineer-in-Charge for the finished item of work.

6 Supplying and fixing 32mm nominal bore GI pipe medium grade 200 RM 492.71 0 4.93 497.64 99528
properties and weight as per IS 1239 ISI mark with GI fittings includign
the cost of pipe and its fiittings and labour charges leads and lifts as per
the directions of engineer incharge

7 Supply and fixing of 32 mm (1 1/4'') dia HDPE pipe (12kg/sq.cm with ISI 200 RM 75.43 17.13 0.93 93.49 18698
make of required length with necessary all fittings for delivery including
cost of pipe and its fittings, labour charges etc., complete for inside of
Bore well.
8 Constructing 904.0 mm (3’0”) dia solid block masonry inspection 5 Each 7156.80 795.2 79.52 8031.52 40157.6
chamber as per IS - 4111: Part-1:1986 with cement mortar (1:6) prop
using fly-ash blocks of 225 mm thick from approved source having a
minimum crushing strength of 10 N/sq.mm including plastering with
cement mortar 1:3 prop; ½” thick both inside and outside fitted with
20” dia RCC manhole covers and frames including excavating pits up to
a depth of 904 mm (3'-0") in all sorts of soils (excluding rock) and laying
cement concrete (1:4:8) 150 mm thick using 40 mm HBG Metal and
P.C.C. 1:2:4 benching and channel 100 mm thick as per Standard
specification and including cost and conveyance of all materials like
cement, sand, bricks, water etc., to site, cost of seigniorage charges on
all materials and all incidental and operational, labour charges like
mixing cement mortar, constructing masonry, lift charges, curing
etc.,complete for finished item of work as per Standardspecification.
9 Constructing 904.0 mm (3’0”) dia solid block masonry inspection 5 Each 11261.6 1251.2 125.1 12638.0 63190.1
chamber as per IS - 4111: Part-1:1986 with cement mortar (1:6) prop 0 9 3 2
using fly-ash blocks of 225 mm thick from approved source having a
minimum crushing strength of 10 N/sq.mm including plastering with
cement mortar 1:3 prop; ½” thick both inside and outside fitted with
20” dia RCC manhole covers and frames including excavating pits up to
a depth of 1524 mm (5'-0") in all sorts of soils (excluding rock) and
laying cement concrete (1:4:8) 150 mm thick using 40 mm HBG Metal
and P.C.C. 1:2:4 benching and channel 100 mm thick as per Standard
specification and including cost and conveyance of all materials like
cement, sand, bricks, water etc., to site, cost of seigniorage charges on
all materials and all incidental and operational, labour charges like
mixing cement mortar, constructing masonry, lift charges, curing etc.,
complete for finished item of work as per Standardspecification.

10 Constructing 914.4 mm x 457.2 mm (3'0"x1'6") brick in CM 1:6 prop. 5 Each 6748.45 749.83 74.98 7573.26 37866.3
Masonry Inspection chamber up to 914.4 mm (3'0") and fitted with light
weight 914.4 mm x 457.2 mm (3'0"x1'6") C.I frame and cover of 40 Kg

11 Constructing 457.2 mm x 457.2 mm (1'6"x1'6") brick in CM 1:6 prop. 4 Each 4067.58 451.94 45.2 4564.72 18258.88
Masonry. Inspection chamber up to 914.4 mm (3'0") and fitted with
light weight 457.2 mm x 457.2mm (1'6"x1'6") C.I frame and cover of 20
Kg
12 Supply and transportation of 5 HP Three phase ISI self priming Mono 1 Each 31504.1 1255.7 327.6 33087.4 33087.49
block IP 44 motor pumpset (80x80 mm) Makes 1 8 9
kirloskar/Crompton/CRI/L&T/Texmo/Varsha D.O.L Starter 415V, 3
phase, 50Hz.. enclosed with no volt coil and overload protection with
necessary materials, etc., complete suitable upto 7.5.HP etc., complete
as approved and directed by the Engineer-in charge at site.

13 Supply and transportation of 5 HP Three phase ISI self priming Mono 1 Each 25681.5 2853.5 285.3 28820.3 28820.39
block IP 44 motor pumpset (80x80 mm) Makes 4 5 9
kirloskar/Crompton/CRI/L&T/Texmo/Varsha complete as approved and
directed by the Engineer-in charge at site.

14 Supply & laying G.I. Pipes at all levels of the building including jointing,
fixing testing and commissioning G.I. Pipes of medium quality
conforming "B" class medium IS:1239 Tata/Zenith make for water
supply including cost of all materials such as elbows including cost and
conveyance of all materials and labour for finished item of work.

a 50mm Dia B Class GI pipe 200 RM 515.17 79.17 5.94 600.28 120056

b 25mm Dia B class GI pipe 150 RM 302.48 48.45 3.51 354.44 53166

c 15mm dia Medium Grade GI Pipe 50 RM 192.59 48.45 2.41 243.45 12172.5
15 Supplying and fixing in position gate valves of Kirlosker/Zelota make at 0.00 0 0 0 0
all levels of the buildings and in water pipe lines for water service with
hand wheels conforming to IS:778 - Class-I of size as mentioned below
including painting with one coat of synthetic enamel paint over one
coat of red oxide and all specials like GI unions, nipples, testing etc.,
complete as approved and directed by the Engineer-in charge at site.

a 50.80mm dia GM Peet valve 6 Nos 4278.49 107.12 43.86 4429.47 26576.82

b 25mm Dia GM peat valves 6 Nos 1404.89 52.12 14.57 1471.58 8829.48

c 15 mm Dia GM peat valves 10 Nos 699.49 52.42 7.52 759.43 7594.30

16 Supply and fixing PVC- U pipes for sewer lines ( with 6kg/cm2 pressure) 0.00 0 0 0 0.00
including all specials like bends, shoes etc., aincluding cost and
conveyance of all materials of all leads and lifts complete as approved
and directed by the engineer in charge at site

a Cost of 160mm dia PVC-U pipe(S25) 20 RM 429.81 23.63 4.53 457.97 9159.40

b Cost of 110mm dia PVC -U pipe (s 16.5) 20 RM 296.86 23.63 3.2 323.69 6473.80

TOTAL SCHEDULE - MC5 (Rs.) 840088.4


0
S.No : Description Qty UOM Unit rate of Unit rate Labour Unit FADS Total Amount
Material of Labour Cess at 1% Price (4x9)
cost on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE - MC6: PLANTATION AT 400/11 KVSS AT MYADARAM ( PKG-6 LIS) IN KARIM NAGAR DIST .

1 Supply and providing of Red Earth including all 100 Cum 161.15 0 1.61 162.76 16276.00
leads and lifts seigniorage stacking at road side
to departmental gauge for pre- measurement
complete as approved and directed by the
engineer in charge at site.
2 Supply and plating Koreion grass for laying of 100 Sqm 299.80 29.89 3.30 332.99 33299.00
lawn around the building in specified areas
including removal of weeds, stone pebbles and
spreading a layer of 6" of red soil, breaking of
clods and levelling, application of Neem Cake @
10Kg/100 Sqm, complex fertilizer (17:17:17) @
1Kg/100Sqm. pesticide (Lindane) @ 100
grams/100 Sqm, consolidation of soil, laying of
carpet grass at 50mm c/c, rolling, watering, gap
filling and removal of weeds and maintenance of
lawn for 60 days (Nursing of 45 days minimum)
& replacement of sick/dead carpet during this
period, cost and conveyance of all materials,
labour etc., complete for finished item of work
as approved and directed by the Engineer-in
charge at site.
3 Maintenance of grass etc. in the item above for 100 Sqm 0.00 9.07 0.09 9.16 916.00
180 days beyond plantation & nursing period
complete as approved and directed by the
Engineer -incharge at site (Rate/1 sqm/ 1month)
4 Supply and planting of flowering shrubs in
specified places as listed below inlcuding cost of
each shrub, transportation of plant to
site,application of 100grams of Lindane, 50
grams of DAP, 100 grams of Neem cake and
required quantities of Farm yard manure and
good earth for each pit, mixing and refilling of
the pit, planting, stacking, formation of basin
and maintenance for 60 days (nursing of 45 days
minimum) replacement of sick/dead shrubs cost
and conveyance of all materials, labour etc.,
complete for finished item of work as approved
and directed by the Engineer-in charge at site.
a FLOWER BEARING PLANTS(PIT SIZE… 100 Nos 124.14 71.38 1.96 197.48 19748.00
0.6X0.6X0.6)
b B) BORDER PLANTS (TRENCH OF SIZE-200mm 500 Nos 9.97 3.8 0.14 13.91 6955.00
width &200mm& 300mm depth)
5 Maintenance of Flower/Fruit Bearing , Avenue
plants for a period of 180 days after completion
of 60 days as per Specification 307 MORTH etc.,
including plantation & nursing peirod complete
as approved and directed by the Engineer-in
charge at site.
a FLOWER BEARING PLANTS 100 Nos 0.00 3.76 0.04 3.8 380

b BORDER PLANTS 500 Nos 0.00 2.63 0.03 2.66 1330

6 Supply and planting Avenue plants and fruit


bearing plants as listed below in specified places
including cost of 3' height plants transportation
of plants to site digging of pits of size
0.75x0.75x1.00 m, application and cost of 200
grams of Lindane, 150 DAP, 200 grams of Neem
cake, 4cft of Farm yard manure (FYM) and 6cft
of good earth for each pit, mixing and refilling
the pit, planting of plants, stacking, formation of
basins and watering and maintenance for 60
days (inlcuding plantation & nursing period).
a AVENUE PLANTS 50 Nos 112.74 123.96 2.37 239.07 11953.50

b FRUIT BEARING PLANTS 50 Nos 138.74 106.97 2.46 248.17 12408.50

7 Maintenance of Flower/Fruit Bearing , Avenue 100 Nos 0.00 3.76 0.04 3.8 380.00
plants for a period of 180 days after completion
of 60 days as per Specification 307 MORTH etc.,
including plantation & nursing peirod complete
as approved and directed by the Engineer-in
charge at site.
TOTAL SCHEDULE - MC6 (Rs.) 103646.00

Qty UOM Unit rate of Unit rate Labour Unit FADS Total Amount
Material of Labour Cess at 1% Price (4x9)
S.No : Description cost (in Rs.) on (6+7) (in Rs.) ( in Rs.)
(in Rs.) (in Rs.)

1 3 4 5 6 7 8 9 10
SCHEDULE -MC7:CONSTRUCTION OF COMPOUND WALL AT 400/11 KVSS AT MYADARAM ( PKG-6 LIS) IN KARIM NAGAR DIST .
1 Earthwork excavation in all types of soils 350 Cum 0.00 114.63 1.15 115.78 40523
(upto stone matrix) which can be excavated
in combination of mechanically and manually
with pick axe and crow bars and don't
require blasting in all conditions such as dry,
wet, slushy etc., covering initial lead and lift
etc., including backfilling , watering ,
compacting as per standard specification and
disposing of surplus earth within site (upto 1
KM lead) complete as per directions of
Engineer in charge at site.
2 Laying PCC Nominal mix 1:4:8 (Machine 50 Cum 3169.30 958.61 41.28 4169.19 208459.5
Mixing) using 40mm graded HBG metal as
indicated on approved construction drawings
placed all levels, including the cost of all
materials, labour and equipment's complete
for handling, storage, transporting, batching,
mixing, placing, levelling, curing etc.
complete as approved and directed by the
Engineer - in - charge at site.
3 Construction of RR masonry in CM ( 1:6 ) 300 Cum 1827.00 1348.61 31.76 3207.37 962211
using hard CRS , rough stone granite and
bond stones (0.16 cum) etc., cost includes
110 mm PVC ( 4 Kg/sq cm) weep holes at
wherever required at every 2.5m interval in
both directions & conveyance of all materials,
labour charges, scaffolding, curing with all
leads & lifts, etc., complete, for finished item
of work as approved and directed by the
Engineer - in - charge at site.
4 Construction of Brick Masonry in CM ( 1:6 ) 150 Cum 4108.99 1103.18 52.12 5264.29 789643.5
using second class well burnt bricks at all
levels including the cost of levels, matetrials,
scaffolding, centering, equipments required
for the same as per specification and
approved drawings complete as approved
and directed by the engineer in charge at site
5 Plastering in CM (1:5) 12 mm thick for all RCC 1050 Sqm 51.28 75.18 1.26 127.72 134106
surface & even face of superstructure walls
with sponge finishing including cost and
convence of all meterials, labour charges,
Scaffolding, curing with all leads and lifts etc.
complete as approved and directed by the
engineer in charge at site.
6 Plastering in CM (1:5) 20 mm thick for all RCC 1100 Sqm 71.60 116 1.88 189.48 208428
surface & Un even face of superstructure
walls with sponge finishing including cost and
convence of all meterials ,labour charges,
Scaffolding,curing with all leads and lifts etc.
complete as approved and directed by the
engineer in charge at site.
7 Flush pointing the RR masonry in CM (1:3) of 65 Sqm 14.02 49.58 0.64 64.24 4175.6
the super structure including cost and
conveyance of all materials, labour charges,
mixing, curing, with all leads & lifts etc.,
complete as approved and directed by the
Engineer - in - charge at site.
8 Laying PCC Grade M15 - Nominal mix 1:2.5:5 50 Cum 4382.28 958.61 53.41 5394.3 269715
(Machine Mixing) using 20-12mm graded
HBG metal as indicated on approved
construction drawings placed all levels,
including the cost of all materials, labour and
equipment's complete for handling, storage,
transporting, batching, mixing, placing,
levelling, curing etc. complete as approved
and directed by the Engineer - in - charge at
site.
9 Supplying, fitting and placing 'Y" shape MS 1.5 MT 46081.59 17721.29 638.03 64440.91 96661.37
angles ISA 50x50x 6 mm as per drawings and
technical specifications including wastage,
welding, cutting, bending, cranking,etc.,for
compound wall including conveyance,
erection, painting two coats of synthetic
enamel paint over primary coat, etc., for
complete finish item of work.
10 Supplying and fixing galvanised steel barbed 3000 RM 9.09 2.49 0.12 11.7 35100
wire (IS : 278-1962 Type I) weighing 9.38 Kg
per 100 metres (min.), Straining and fixing to
any type of standard, rails, straining bolts,
including securing with and provision of
galvanised mild steel wire, stapples or steel
pins, etc., as directed (Posts and struts of
wood, concrete, steel, etc.) and straining
bolts shall be paid for separately).
11 White washing with Birla/JK White cement if 2150 Sqm 6.85 22.7 0.3 29.85 64177.5
approved quality with two coat quality to
give even shade after thoroughly brushing
the surface to remove all dirt and remaind of
loose powdered material including cost of all
materials, and labour chargesand incidental
such as scaffolding , lift charges etc, complete
for finisshe item of work as directed by the
engineer in charge. complete for finished
item of work.
12 Providing High Yield Strength Deformed 2 MT 44359.22 3353.36 477.13 48189.71 96379.42
(HYSD)/ Thermo Mechanically Treated (TMT)
steel bars (Fe 415 grade as per IS 1786-1979)
of TISCO/ SAIL/ VSP make, different
diameters for RCC works , including labour
charges for straightening, cutting, bending to
required sizes and shapes, placing in position
with cover blocks of approved materials and
size and tying and lap-splicing with binding
wire of 18 SWG, forming grills for
reinforcement work as per approved designs
and drawings, including cost and conveyance
of steel bars, including all wastages such as
overlaps, couplings, chairs, spacer bars
including cost and conveyance of binding
wire, cover blocks and all incidental,
operational, labour charges such as cutting,
bending, placing in position, tying including
sales and other taxes on all materials etc.,
complete for finished item of work in all
floors.( APSS No.126) (Swtchyard works
&mass concrete like plinths)
13 Supply, fabrication and fixing of MS gates of 1 MT 47517.77 34265.69 817.83 82601.29 82601.29
approved design using MS angles with design
for frame , flat with design and 16mm sq.
rods for verticles, duly providing handles
tower bolts and aldrops on both sides as per
drawings and technical specifications
including wastage, welding, cutting, bending,
cranking,etc.,for compound wall including
conveyance, erection, painting two coats of
synthetic enamel paint over primary coat,
etc., for complete finish item of work.
( 150mm wide size to 300mm wide size)
14 Providing cornices to the Canopy at entry 200 Sqm 139.16 250.19 3.89 393.24 78648.00
gate in CM(1:2) 20mm thick with two coats
of approved shape and design including cost
and conveyance of all materials,
scaffolding,labour charges,working at all
heights ,with all leads and lifts etc.,complete
for finished item of work.
15 Supply and fixing PVC down rain water pipe 50 RM 191.27 1.64 1.93 194.84 9742.00
of 110mm dia. with standing to the pressure
of 4 kg/sqcm, Sudhakar make including cost
and convence of all materials,MS brackets for
fixing,labour chargs etc. Complete finished
item of work.
16 Supplying &fixing of 450mm dia RCC Hume 30 RM 2086.23 41.06 21.27 2148.56 64456.80
pipe for culvert with RCC plain ended pipe &
collars required confirming to BIS 458/2003
NP3 class including cost & conveyance of all
materials, labour charges complete for
finished item of work as per the directions of
the Engineer-in-charge.
TOTAL SCHEDULE - MC7 (Rs.) 3145027.98

TRANSMISSION CORPORATION OF TELANGANA LIMITED


Name of the work: Supply of 400 KV QM D/C Line from 400 KV SS Ramadugu-400kV Myadaram SS(Pack-6) of length 21 kms -
LIFT IRRIGATION SCHEME

SCHEDULE - B2 (PRICES FOR ERECTION,TESTING & COMMISSIONING OF LINE)


Sl.No. DESCRIPTION Qty. UOM Material Unit rate of Labour Unit FADS Price Total Amount
cost incl. labour Cess at 1% (in Rs.) (in Rs.)
WCT (in Rs.) on 5+6
(in Rs.) (in Rs.)
1 2 3 4 5 6 7 8 9
ELECTRICAL WORKS

1 Surveys

a) Check Survey, peg marking the tower 21 KM 0.00 9371.24 93.71 9464.95 198763.95
positions on ground,conforming to the
approved Profile and tower schedules
using GPS,Total stations,DGPS etc.
2 Setting with stub for all types of towers 75 sets 0.00 20312.67 203.13 20515.80 1538685.00
with stub setting template which includes
erection of stubs, fixing of jacks for
supporting template, alignment and
leveling excluding cost of excavation and
concrete (excluding transportation
charges)
3 Super Structure Erection of all Types of 2154 MT 0.00 10901.43 109.01 11010.44 23716487.76
Towers including Anchor Towers and their
Extensions (complete) including Fitting of
Step Bolts, Danger Plates, Number Plates,
Phase Plates, Circuit Plates, Bird Guards,
Anti Climbing Devices etc. and Tack
Welding of all bolts & nuts including cost of
zinc rich paint ( upto bottom cross arm
level)
4 Mounting of Insulators & Stringing of 19.5 KM 0.00 650852.13 6508.52 657360.65 12818532.68
Double Circuit Line with Quadruple ACSR
Moose Power Conductor (Quadruple
Bundled) per Phase including Laying,
Jointing, Tensioning etc. Sagging and
Clamping with necessary Accessories and
fixing spacers ( Excluding transportation
charges)
5 Mounting of Insulators & Stringing of 1.50 KM 0.00 1083905.64 10839.06 1094744.70 1642117.05
Double Circuit Line with Quadruple ACSR
Moose Power Conductor (Quadruple
Bundled) per Phase including Laying,
Jointing, Tensioning etc. Sagging and
Clamping with necessary Accessories and
fixing spacers ( Excluding transportation
charges) for River crossing tower.
6 Stringing of 1No 7/3.66mm Galvanized 21 KM 0.00 13591.86 135.92 13727.78 288283.38
Steel Earthwire including Laying, Jointing,
Tensioning etc. with necessary Accessories
( Excluding Transportation Charges)
7 Stringing of 1No OPG wire including Laying, 21 KM 0.00 66912.84 669.13 67581.97 1419221.37
Jointing, Tensioning etc. with necessary
Accessories Complete (Excluding
Transportation Charges)
8 Earthing of Transmission Line Towers

a) Providing Pipe type Earthing including cost 75 Each 0.00 5585.94 55.86 5641.80 423135.00
of BH Coke and Salt but excluding cost of
earthing set
b) Providing Counter Poise Earthing excluding 10 Each 0.00 4682.64 46.83 4729.47 47294.70
cost of all materials
( 4 sides of tower)
c) Providing Counter Poise Earthing using 10 Each 0.00 7024.86 70.25 7095.11 70951.10
Bentonite and salt excluding cost of all
materials ( 4 sides of tower)
9 Transportation arrangement to supervise 43200 Rs./ 0.00 5.20 0.00 5.20 224640.00
and recording the measurements of Works KM
(20 Trips/month X 18 months X 120
Km/Trip =43200 km.)
Total Electrical Works Cost in Rs. 42388111.99
CIVIL & CONSTRUCTION WORKS:

1 Earthwork excavation in all types of soils 37300 Cum 0.00 206.62 2.07 208.69 7784137.00
(up to stone matrix)which can be
excavated with pick axe and crow bars and
do not require blasting in all conditions
such as dry, wet and slushy etc. covering
initial lead and lift etc and backfilling the
foundations (after laying foundations) with
excavated earth and consolidation in up to
0.15 m layer and constructing of
platforms 150mm height around
foundations utilizing the excavated earth
etc. complete as directed by Er-In - Charge
2 Extra towrds dewatering charges over an 15600 Cum 0.00 27.14 0.27 27.41 427596.00
above the excavation rate for excavated
earth quantity Where water table met at
1,50 m or more below G.L
3 Extra towrds dewatering charges over an 13490 Cum 0.00 96.22 0.96 97.18 1310958.20
above the excavation rate for excavated
earth quantity Where water table met
between 0.75m and 1.50m depth below
G.L
4 Extra towrds dewatering charges over an 7700 Cum 0.00 186.88 1.87 188.75 1453375.00
above the excavation rate for excavated
earth quantity Where water table met
with in 0.75 m depth below G.L
5 Excavation in Ordinary rock (HDR, soft rock 1500 Cum 0.00 180.82 1.81 182.63 273945.00
) (not requiring blastingThe rate includes
labour charges, cost of tools and tackles,
disposing of unuseful excavated materail
at all leads and lifts, complete for finished
item of work as per directions of the
Engineer-in-charge
6 Hard rock (requiring blasting) ( including 1500 Cum 53.96 701.50 7.55 763.01 1144515.00
chiesling, wedging & barring where ever
required)The rate includes labour charges,
cost of blasting materials, tools and
tackles, safety measures, disposal of
unuseful excavted material at all leads
and lifts, complete for finished item of
work as per directions of the Engineer-in-
charge
7 Stone Crusher dust filling below the 300 Cum 969.58 24.49 9.94 1004.01 301203.00
foundations as per the standard
specifications of APDSS in uniform
horizontal layers including cost and
conveyance of all materials, watering and
ramming, tools & tackles, all labour
charges, all leads & lifts etc, complete for
finished item of work as per directions of
the Engineer-in-charge.
8 Laying of Cement Concrete (1:3:6) mix ( M 1100 Cum 3781.40 1200.63 49.82 5031.85 5535035.00
10 Nominal mix) using 40mm size HBG
metal (Mixing with concrete mixer) or
foundations including cost and conveyance
of all materials at all leads and lifts,
ramming, consolidating, curing etc,
complete. for finished item of work as per
directions of the Engineer-in-charge.
9 Providing High Yield Strength Deformed 500 MT 46185.78 4531.86 507.18 51224.82 25612410.00
(HYSD)/ Thermo Mechanically Treated
(TMT) steel bars (Fe 415 grade as per IS
1786-1979) of TISCO/ SAIL/ VSP make,
different diameters for RCC works ,
including labour charges for straightening,
cutting, bending to required sizes and
shapes, placing in position with cover
blocks of approved materials and size and
tying and lap-splicing with binding wire of
18 SWG, forming grills for reinforcement
work as per approved designs and
drawings, including cost and conveyance of
steel bars, including all wastages such as
overlaps, couplings, chairs, spacer bars
including cost and conveyance of binding
wire, cover blocks and all incidental,
operational, labour charges such as
cutting, bending, placing in position, tying
including sales and other taxes on all
materials etc., complete for finished item
of work in all floors.( APSS No.126)
10 RCC M- 20 Nominal mix (Cement 400 kgs ) 5100 Cum 5591.47 3823.99 94.15 9509.61 48499011.00
using 20mm size graded machine crushed
hard granite metal (coarse aggregate) from
approved quarry including cost and
conveyance of all materials like cement,
fine aggregate (sand) coarse aggregate,
water etc., to site and including
Seigniorage charges, sales & other taxes on
all materials including all operational,
incidental and labour charges such as
machine mixing, laying concrete, curing
and centering, etc.,complete but excluding
cost of steel and its fabrication charges for
finished item of work.(cement 400 kg ,
sand 0.45 cum and metal 0.90 cum) as
directed by Engineer in charge.
11 Providing shoring and strutting either with 650 Sqm 86.67 20.19 1.07 107.93 70154.50
country wooden planks and scantlings or
with steel sheets and props for excavation
of pits for tower foundations wherever
necessary including cost and conveyance
of all materials, labour charges, tools &
tackles, all leads & lifts and etc., complete
for finished item of work as per directions
of the Engineer-in-charge.
12 Plasteing in CM (1:4), 12 mm thick 650 Sqm 61.32 85.99 1.47 148.78 96707.00
including cost and conveyance of all
materials, labour charges , water lead,
curing, all leads and lifits etc complete for
finished item of work as per directions of
the Engineer-in-charge .
Protection works

13 Earthwork excavation in all types of soils 650 Cum 0.00 172.53 1.73 174.26 113269.00
(up to stone matrix) which can be
excavated with pick axe and crow bars and
do not require blasting in all conditions
such as dry, wet and slushy etc. covering
initial lead and lift etc and backfilling the
foundations (after laying foundations) with
excavated earth complete as per the the
directions of the Engineer in charge for
the finished item of work. .
14 Laying of Cement Concrete (1:4:8) mix 300 Cum 3352.22 1200.63 45.53 4598.38 1379514.00
using 40mm size HBG Machine crushed
metal for foundations including cost and
conveyance of all materials at all leads and
lifts, ramming, consolidating, curing
etc,complete. for finished item of work as
per directions of the Engineer-in-charge.
15 Construction of RR Msaonry in CM (1:6) 650 Cum 1962.72 1732.92 36.96 3732.60 2426190.00
using hard CRS, rough granite stone and
bond stones (0.16 cum) including cost
and conveyance of all matreials., labour
charges, water lead , Curing, all leads and
lifts etc., complete for finished item of
work as per directions of the Engineer-in-
charge.
16 Providing and constructing 225mm thick 300 Cum 1468.36 623.72 20.92 2113.00 633900.00
rubble stone pitching set in cement mortar
CM(1:5) proportion including cost of all
materials, labour, packing chips and
mortar, finishing etc. complete (0.26 Cum
CM (1:5) mortar per Cum) for finished item
of work as directed by the Engineer
incharge.
17 Plain Cement concrete - Nominal Mix 200 Cum 4209.94 1648.95 58.59 5917.48 1183496.00
(1:3:6) with 12 to 20mm HBG metal over
RR wall including cost and conveyance of
all materials, labour charges, water
charges, tools and tackles, all leads & lifts
etc., complete for finished item of work as
per directions of the Engineer-in-charge.
(IS-456)
18 Providing and fixing 110 mm dia (4kg/cm2) 300 RM 0.00 218.92 2.19 221.11 66333.00
PVC pipes of prince / sudhakar or any ISI
brand for weep holes in RR masonery
retaining walls cost and conveyance of
material and labour charges for fvixing
etc., complete as per the directions of the
Engineer in charge for the finished item of
work.
19 Flush Pointing with CM (1:4) to RR 300 Sqm 12.05 63.87 0.76 76.68 23004.00
Masonry including cost and conveyance of
all materials, labour charges, water lead,
curing,all leads and lifts complete as per
the directions of the Engineer in charge
for the finished item of work.
20 Filling arround the foundation / inside the 300 Cum 179.90 22.70 2.03 204.63 61389.00
rivetment walls if required where ever
necessary with borrowed earth per the
standard specifications of APDSS in
uniform horizontal layers (0.15) including
cost and conveyance of all materials,
watering and ramming, tools & tackles, all
labour charges, all leads & lifts etc,
complete for finished item of work as per
the directions of the Engineer-in-charge.
Civil & Construction Works Cost in Rs.: 98396141.70

GRAND TOTAL COST OF SCHEDULE -B2 IN 140784253.69


Rs:

You might also like