Você está na página 1de 37

Out Door Tender Schedule Name of Work: Indoor and Outdoor signalling works consisting of trenching, cable laying,

termination of cables, casting of foundations, erection of signals & locations, relay and power supply wiring, track circuiting work, point machine work etc., and their testing & commissioning in connection of Provision of EI based automatic signalling on new 3rd line and bi-directional signalling on existing automatic signalling of Up line in PankiBhaupur section and at Panki & Bhaupur stations on Kanpur-Etawah section of Allahabad division of North Central Railway. SCHEDULE A S. Description N. 1 Unit Qty. Rate 37.74 Amount 728382.00 LAR at page 3B/2 Item no.1of Sch."A" of C.A. s.no. no.IRPMU/S&T/ CNB/Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above. Reference

Excavation of cable trench as per cable route plan, 1 P. Mtr. 19300 mt. deep and 300 mm wide along side the track in all types of soil, conforming to distances as per cable route plan and refilling after cable laying. This work includes covering of cable laid in trenches by loose soil for a layer of 50 mm thickness approximately before covering by shahabad stone / bricks, clearing of route, bushes etc. The work shall be done as per extant practice on N C Railway and instructions of Railway Engineer at site. In case depth of trench not achievable due to site conditions proportionate payment will be made.

Excavation and refilling of 0.3mmwide and 0.8mtr deep on pitched/stone/bricks paved surface, road crossing/platform etcand restoring thesurface to its original conditions. Lesser depth due to site condition shall be paid preportionately.

P. Mtr.

200

110.41

22082.00

Item no.2of Sch."A" of C.A. no.IRPMU/S&T/ CNB/Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/2

Laying of Signalling / Telecom / Power cables of P. Mtr. 98700 different sizes as per drg. No.(NR/S&T/CON/1. 1/97) and as per cable route plan approved by Railways and meggering of cable before and after its laying of all type of outdoor cables.

3.27

322749

Item no.7 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/3

Horizontal boring under railway track/ road for laying 125 mm dia., DWC (Double Walled Corrugated) pipes at the depth of 1.4 meter to 2.1 meter from formation level (Level of earth below ballast) as per drawing and directed by engineer-incharge by trenchless technology excluding the cost of DWC pipes. Size of the bore at any location for laying DWC pipes will be decided by Engineer in charge. (a) The cost shall include horizontal boring through any intermediate obstruction, either natural or man made or any bouldry strata. (b) The rate is inclusive of all the materials, equipments and labour required for doing trenchless horizontal boring under the railway track, Nothing extra shall be admissible on any account then the rates quoted above. (c) The pipes are to be laid under railway track/ road. All necessary arrangements are to be provided and all precautions are to be taken, so that bore coming out at other end is not deviated from the horizontal level line by more than 250 mm in horizontal or vertical direction. (d) The rates shall be inclusive of detection and protection of underground utilities encountered during boring. (e) The payment for boring shall be made only when DWC pipes provided in item No. 2 of Schedule B are laid in the bore.

P. Mtr.

1430

3268.02

4673268.60

Item no.3 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/2

Supply and laying of second class bricks in the trench as per Drg No. (NR/S&T//Con//1.1/97) and instructions of Engineer at site.

Per 156000 Brick

2.49

388440.00

Item no.8 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/3

Fixing of G.I. pipe 100 mm dia, 3mm thick Per mtr perforated at a distance of 20 cm or less of required length at culverts/ bridges, suitably concreted at both ends as per drg. No. (RE/S&T/ SIG/ TENDE /SK /27/85) to be filled with chattered compound. G.I. clamps of M.S. flats, bolts and nut to be supplied by the contractor. Supply and Laying of RCC pipe including split pipe Per mtr where required in the trench across the track/road & L-Xing gates etc. as per Drg. No. (CORE/S&T/ ALD/ SK/373/93)

100

45.92

4592.00

Item no.6 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/3

100

196.21

19621.00

Item no.1.10 of Sch."A" of C.A. no. IRPMU/S&t/CNB/ PNK-BPU 3rd line/T6 Dated 12.04.10 C.A. rate 5.25 % below. Escalation @ 5% per year = 10% Item no.12 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3C/5

Casting, concreting and curing of foundation and erectionof Apparatus Cases (Single) as per drg. No. (RE/S&T/SIG/TENDER/SK/9/85). All materials such as cement, sand, aggregate and anchor bolts shall be supplied by the contractor. Contractor is required to execute all types of repair works of foundations if required while inserting the cable for termination. Casting, concreting and curing of foundation and errection of Half Apparatus cases as per Drg. No. (RE/S&T/SIG/TENDER/SK/8/85). All material such as cement, sand, aggregate and anchor bolt shall be supplied by contractor. Contractor is required to execute all type of repair works of foundations if required while inserting the cable for termination.

Nos.

80

7084.62

566769.60

3B/3

Nos.

60

6879.08

412744.80

Item no.13 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/4

10 Fabrication and fixing of Hylum board in location box by providing all fixtures as per Railway Drawing including fixing of PVC coated string rods at the back side for cable support with contractor's own materials. The work shall be done as per drg. And instructions of Railway Engineer at site. a) Single case as per Drg. No. RST / C /11175 / A Nos. 80 1793.92 143513.60 3B/5 Item no.20(a) of Sch"A of IRPMU/S&T/Kanpur/projec t/UND-JEP/T-16 Dt 10.08.11 dated 28.2.12 C.A rate 6.5 % above

b) Half Case as per Drg. No. RST / C/11176 / A

Nos.

60

1616.67

97000.20

Item no.20(b) of Sch"A of Sch"A of IRPMU/S&T/Kanpur/proj./ UND-JEP/T-16 Dt 10.08.11 dated 28.2.12 Item no.21 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/5

11 Fixing of ARA terminals and fuse blocks with provision of holes on hylum sheets and fixing by galvanised nuts and bolts. This includes provision of two additional holes on the hylum board on either side for cable conductor entry. The work shall be done as per the instruction of Railway Engineer at site. 12 Altration/Modifications in Existing location Boxes fixing of eqyuipments ,cable inseration, termination wiring tersting & Commissioning painting, letter writing to suit the circuite as per approved wiring diagrams. This includs filling with sand and plastering the same Note :- Allthe sundry materials execept that to be supplied by railway will be supplied by the contractor.

Nos.

14000

11.48

160720.00

3B/5

Nos

20

1420.18

28403.60

Item no.22 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/5

13 Termination of all the cores of all type of outdoor P. Core 28000 cables after its laying on both ends under supervision of Railway representative. This also includes preperation of test report for core to core and core to earth on prescribed performa for each core of the cable seperately. This also includes dressing and lacing of cable on both ends. Performa for testing and material for lacing to be supplied by contractor. 14 Charging of secondary cells 2V, 80AH as per Nos. charging procedure prescribed by the manufacturer and approved by the Railway. Two numbers of charged / discharged cycles should take place as per standard practice. All material battery grade acid and distilled water etc will be supplied by contractor. 15 Installation of DC track circuits in RE area as per std. Practice. This will include following: 260

8.20

229600.00

Item no.10 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/3

220.88

57428.80

Item no.14 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above.

3B/4

15 (a) Provision of Bonding with GI wire for track jumper and fish plate joints bonds. This will include drilling of 7.1 mm dia hole in rails ( 4 nos.) and provision of two jumpers form each bond, clipping of bonds etc. with contractor's own material and tools as per instruction of Railway engineer at site. (b) Jumpering from rail to rail or to track lead junction box (including polarity jumpers / cables in case of point track circuit) as per insulation diagram. This includes fixing of jumpers to the rails terminating the jumpers inside the TLJB and fixing the jumper as per instructions of Engineer at site, fixing of GI pipe and laying of jumper cables through the pipe. One TLJB to be provided extra for each polarity jumper/cable. All materials including G.I. pipe is to be supplied by the contractor. (c) Fixing of insulated block joints complete with provision of skimmed fishplate. Fishplates shall be supplied by the Railways but skimming to be done by contractor. Supply of insulation materials by Railways. (d) Fixing of TLJBs as per drg. No. NR / S&T / CON / 3.2.97 along with concrete foundation and plastering on both ends i.e. T.F. and TR end. All material for fixing including angle iron shall be supplied by the contractor. This also includes supply and fixing of TLJBs with provision of M-6 terminals. TL JB to be written with track circuit (e) Provision and wiring in the app. Cases of T.F. battery charger TF resistance 30 Ohm, track relays, B type choke & batteries as per the standard practice using NDT fuses and terminals. This will include suitable anti-tilting arrangement for relays and antivibration fixing of choke, resistance, charger etc using suitable wooden/plastic strips.

(f) Commissioning of track circuits as per provisions of Para of IRS specn. S -36/81. This includes adjustment of track feed resistance, testing with train shunt resistance. This also includes preparation of track history cards. Track history card should be supplied by the contractor. i) Berthing track circuit. Nos. 9 11198.00 100782.00 Item no.22(i) of Schedule of LOA no. IRPMUALJN/S&T/DCTC/Tender/1 2 Dated 04.07.12. Rates are 1.8 % above. Item no.22(ii) of Schedule of LOA no. IRPMUALJN/S&T/DCTC/Tender/1 2 Dated 04.07.12. Rates are 1.8 % above. Item no.22(iii) of Schedule of LOA no. IRPMUALJN/S&T/DCTC/Tender/1 2 Dated 04.07.12. Rates are 1.8 % above. Item No. 25 IRPMUALJN/S&T/DCTC/Tender/1 2 dtd 04.7.12, Rates are 1.8 % above 3/8

ii) 2 to 5 rail length track circuit / Other than Berthing track circuits.

Nos.

10

10493.04

104930.40

3/8

iii) Point track circuit for single/double ended point.

Nos.

25

11198.00

279950.00

3/8

16 Supply and providing of Exothermic cad welding/ pin-brazing for rail joints in track circuit area.

Nos

200

814.40

162880.00

3/9

17 Supply and erection of longitudinal bonds as per Nos. RDSO approved drg. no. ETI/OHE/P/7030 or latest. The price shall cover supply of all material including mild steel flat required to rpovide a longitudinal bond between two rails at the rail joint at the location as per specified by the purchasers, including all fasteners at bond ends, the price shall be duly painted with one coat of red oxide and other coat of black bituminous paint. The bolt size shall be 16x60x38 mm and one additional check nut shall be provided in each bolt. The length shall be varied according to site requirement.

150

810.60

121590.00

LOA No.IRPMU/Elect/Q/20- 3E/2 11/1 Dated 14.07.11 (Item no.4 a + b) 5% escalation.

18 Fixing of point machine with crank handle locking arrangement on newly laid turnout on wooden / MBC sleepers fixing of ground connections. Adjustment and testing with crank handle operations. Removal of ground connection and point machines duly numbered. This will include fabrication and fixing of bend pipes with welded frame for cable entry to machine. This will also includes necessary adjustment and smithy work, drilling of holes to tounge rails, fitting of insulation for tounge attachment, gauge plate and William stretcher. The work shall be done as per extant practice on N C Railway and the instructions of 19 Supply of point rodding (Ground Connection) set with insulation for Electric Point Machine (RDSO Type) as per RDSO Drg. No. RDSO / S / 3301-02

Per Point

20

3585.03

71700.60

Item no.3.1 of Sch."A" of C.A. no. IRPMU/S&t/CNB/ PNK-BPU 3rd line/T6 Dated 12.04.10 C.A. rate 5.25 % below. Escalation @ 5% per year = 10%

3C/9

Nos.

20

10030.53

200610.60

20 Replacement of steel / wooden turnout /trap/ diamonds by 1st assembling out side track / in side track, dismantling existing fittings and insertion of assembled turn out. The job consists of:

Nos.

25282.36

50564.72

Item no.55 part I of Sch."C" 3D/15 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% 3C/9 Item no.3.2 of Sch."A" of C.A. no. IRPMU/S&t/CNB/ PNK-BPU 3rd line/T6 Dated 12.04.10 C.A. rate 5.25 % below. Escalation @ 5% per year = 10%

a) Assembling and installation and wiring of electric point detector on type A/B type foundation or PRC/ wooden sleeper as required after dismantling of existing EPD. It includes the detector slide with point switches by using switch extension piece as per requirement of Railway representative at site. Foundation type A /B, EPD, detector rod, switch ext piece will be supplied by Railway and all other material required for the job will be supplied by the contractor.

b) Installation of facing point lock, which includes fixing of gauge tie plate on wooden/PRC sleeper drilling of holes in gauge tie plate and switch rails & William stretcher bar, fixing of FPL< split stretcher bar and cutting of notches in s/bar connecting throw rod to point rodding, adjustment and testing including smithy work should be arranged by the contractor. Facing point lock, split s/bar, nylon insulation for switch extension piece will be supplied by the Railways. All other material required for the job will be supplied by the contractor. c) Fixing/installation of three section lock bar after riveting three pieces to make one piece in straight alignment along with fixing of 12 lock bar clips and 3 stop on the rail and fixing the lock bar with fixing of radial guide/rocker shaft complete also. It includes fixing of throw rod after welding with coupling screw if required and adjusting the same connecting with the crank & lock operating crank. Adjustment of lock bar and testing, commissioning the same as per the satisfaction of site in-charge. It includes fixing of cranks on sleepers and connection of crank. (including smithy work). Lock bar 3 section radial guide extended bracket, lock bar attachment, bar driving lock driving rod and crank horizontal will be supplied by Railway and all other material required for the job will be supplied by the contractor. 21 Excavation and casting of main signal foundation as per Drg. No. RST 11173 with contractor's own materials including cement and anchor bolts of standard size. The required scaffolding Ferma etc. for casting of foundation will have to be brought by the contractor at his own cost. 22 Excavation and casting of shunt signal foundation as per Drg.No.RST-11173 with Contractor's own material including cement and Anchor bolts of standard Size. The required scaffolding, Ferma etc. for casting of foundation will have to be brought by the Contractor at his own cost. Nos. 28 6374.18 178477.04 Item no.23 of Sch."A" of C.A. no.IRPMU/S&T /CNB /Project/UND-JEP/T-16 Dated 28.02.2012. C.A. rate 6.5 % above. 3B/5

Nos.

12

2970.86

35650.32

Item no.4 part II of Sch."C" 3D/17 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15%

23 Erection of CLS Post with Surface base and signal unit on top or on OFF set bracket, fixing of front and back staging, ladder and guards, signal name plates / boards if any with contractors own brackets and fixing materials. This also includes erection of auxiliary signals like calling on, shunt signal if any. The work shall be done as per instructions of Railway Engineer at site. 24 Erection of shunt signal with Surface base, post, signal unit and fixing of No. plates. The work shall be done as per instructions of Railway Engineer at site.

Nos.

28

3208.62

89841.36

Item no.5 part II of Sch."C" 3D/17 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15%

Nos.

12

469.19

5630.28

Item no.6 part II of Sch."C" 3D/17 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.9 part II of Sch."C" 3D/17 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.10 part II of Sch."C" 3D/17 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% 3C/14 Item no.4.8 of Sch."A" of C.A. no. IRPMU/S&t/CNB/ PNK-BPU 3rd line/T6 Dated 12.04.10 C.A. rate 5.25 % below. Escalation @ 5% per year = 10%

25 Termination of tail cable on Main signal units and wiring with contractor own material, fixing of LED units etc. The work shall be done as per instructions of Railway Engineer at site.

Nos.

28

1007.82

28218.96

26 Termination of tail cable on shunt signal units/C On units and wiring with contractor's own materials. fixing of LED units etc. The work shall be done as per instructions of Railway Engineer at site.

Nos.

24

347.17

8332.08

27 Fixing of Junction Route Indication 1-Way/2-Way/3- Nos. Way on the top of the signal post.

536.29

4290.32

28 Supply and installation of LED signal Lighting unit for Illuminated 'A / AG Marker' emitting white light. All material required for the job such as LED signal unit, MS angle, nuts and bolts, fixtures etc. will be supplied by the contractor.

Nos.

12

14772.51

177270.12

3B/6 Item no.30 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

29 Supply of Enamel Board of size 900x600x1.6 mm for automatic start/end/absolute block start/end/stop/ Calling on / block section limit / goods warning with contractors own materials as per instructions of site Engineer. 30 Fixing of Enamel Board of size 900x600x1.6 mm for automatic start/end/absolute block start/end/stop/ Calling on // block section limit / goods warning

No

2736.86

10947.44

3B/7 Item no.32 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above. 3B/7 Item no.33 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

No

448.19

1792.76

31 Painting two coats of enamel paint over one coat of Red Oxide primer on the following items after scrapping and cleaning of the surface wherever necessary. Primer and paints both Asian paints make are to be supplied by contractor. (i) Location boxes inside and outside surfaces with Aluminum paint. a) Single case NO 80 550.72 44057.60 Item no.20 (a) of C.A. no. IRPMU/S&T//CNB/DCTC/ 11//T-11 Dated 18.06.11 CA rate 9% above and Escalation @ 5% per year = 5% Item no.20 (b) of C.A. no. IRPMU/S&T//CNB/DCTC/ 11//T-11 Dated 18.06.11 CA rate 9% above and Escalation @ 5% per year = 5% 3F/6

b) Half case (post box type)

NO

60

406.16

24369.60

3F/6

(ii) Main signal post, signal unit, surface base and complete fitting as per N C Railways standard practice.

NO

28

705.58

19756.24

Item no.62 part II of Sch."C" 3D/25 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15%

(iii) Shunt signal post with signal unit surface base.

NO

12

324.94

3899.28

Item no.63 part II of Sch."C" 3D/25 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.64 part II of Sch."C" 3D/25 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.65 part II of Sch."C" 3D/26 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15%

(iv) Point machine with ground connections complete (point machine with black enamel only outside and ground connection with Red oxide).

per Point

20

229.78

4595.60

32 Lettering / numbering of signals, point machine, track lead junction boxes, block joints, apparatus cases etc. (each item to be taken as one unit). This work will be carried out as per the standard practice being followed in N C Railway. 33 Lettering / numbering termination particulars equipment names etc. legibly and neatly inside location boxes. a) Single case

NO

450

61.83

27823.50

NO

80

258.66

20692.80

3F/7 Item no..22. (a) of C.A. no. IRPMU/S&T//CNB/DCTC/ 11//T-11 Dated 18.06.11 CA rate 9% above. Escalation 5% above for one year. 3F/7 Item no..22.(b)of C.A. no. IRPMU/S&T//CNB/DCTC/ 11//T-11 Dated 18.06.11 CA rate 9% above. Escalation 5% above for one year.

b) Half case (post box type)

NO

60

163.49

9809.40

34 Supply and Installation of earth electrode, earthing Nos. of S&T apparatus cases, signal post etc. as per standard practice. The item includes digging of pit in earth, 3 meters. and fixing earth electrodes pipe, casting of cement concrete enclosures as per Drg. No. RE/ S&T/ SIG/ TENDER/SK/13/85 and the soil treatment. The item includes provision of earth lead, wires and soldering of lead wires. The other end of earth wire/flat to be connected to the cable armour, Apparatus case etc. as per Drg. No. CORE /S&T /ALD/ SK / 372/93 and Signal Post as per Drg. No. CORE/S&T/ ALD/SK/371/93. All material (except earth electrode) such as cement, wiring material, soldering material etc. to be supplied by the contractor. 35 (a)Supply and installation of prefabricated shelters of size 6m*4m and height 3m to house signalling equipment (IPS, battery set, SSI, AFTC etc.) of automatic section. This will include all electrical wiring/earthing arrangements and fittings, casting of foundations, loading, unloading of shelters and their erection at site. (b) Loading ,unloading, casting of foundation for line side cabinate. Nos.

150

2336.98

350547.00

3B/11 Item no.51 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

505927.50

2023710.00

3 - I /2 Item no.16 (6) of App.1/4/16/01 of C.A. no.IRPMU/ S&T /KFW Dated 28.02.2006. Escalation @ 5% per year = 30% 3 - I /2 Item no.16(5) of App.1/4/16/01 of C.A. no.IRPMU/ S&T /KFW Dated 28.02.2006. Escalation @ 5% per year = 30% 3B/11 Item no.53 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

Nos.

17712.50

70850.00

36 Releasing of old location boxes, signal posts, equipment inside the location boxes, CT racks, TLJB,Signal units, lifting barrier, rodding run as applicable etc including the breaking of foundation as per the instructions of Engineer in-charge and their transportation to Central Stores at Kanpur of SSE/S/IRPMU/CNB. 37 Loading, transportation and unloading of signalling materials from any station to Any station as per instruction of sitye incharge .

LOT

6459.50

6459.50

Per tonneKm

17000

7.89

134130.00

3B/11 Item no.52 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

TOTAL or Schedule 'A'

12229474.72

SCHEDULE 'B' Sr. Description No. 1 Supply of GI pipe 100mm dia B class as per spec. No. IS 1239 PT.1/1990 Unit Mtr. Qty. 100 Rate 795.31 Amount 79531.00 Refrence 3B/3 Item no.5 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above. 3B/2 Item no.4(a) of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

Supply of Double Walled Corrugated pipes (Elect P. Mtr. REX/ TeleRex or similar) for under ground communication/ signal cable protection 120 mm Outer Dia, 103.5 mm Inner Dia in 6 Meter straight length as per British Std. No. BSEN 50086-1 & BSEN 50086 2,4 & BIS draft specn. DOC HQ LTD 14 (5071) & ETD (5072) to specn. IS14930 part II. NOTE: One coupler for jointing shall be supplied with each 6 mtrs. length INSPECTION BY RITES. Supply of apparatus case steel Single steel RE type fitted with lock E type lock and Key ward No. 42, as per Drg. No. RE / S & T / AID / SK / 219 / 82 with Alt A & 221 / 82 with Alt. B. The key and handle should be at the rate of one each per 4 Nos. apparatus case. Supply of apparatus case Half steel RE Type fitted with E type lock and key ward No. 42 and handle single as per Drg. No. RE / S & T / AID / SK / 220 / 82 with Alt B & 221 / 82 with Alt. B. The key and handle should be at the rate of one each per 4 Nos. apparatus case. Nos.

1430

366.39

523937.70

80

17720.48

1417638.40

3B/4 Item no. 16 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

Nos.

60

13477.17

808630.20

3B/4 Item no. 17 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

Supply of Hylum sheet (Bakelite industrial laminated Nos. paper based sheet), resin bonded 10 mm thick grade p3 in standard size of 1.22 x 1.22 mtr. as per spec. No. IS 2036 of 1974

66

5254.10

346770.60

3B/5 Item no. 19 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

Supply of ARA terminal Block (M6) with disconnecting links as per Drg. No. (RST 1136), SA 23741A (Alt-4) and Spec. No. IRS S 75/91 (Amdt2) with latest amendments.

Nos.

14000

77.05

1078700.00

3B/3 Item no. 11 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above. 3B/7 Item no. 36 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above. 3B/7 Item no. 37 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above. Item no.47 part I of Sch."C" 3D/15 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.53 part I of Sch."C" 3D/15 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.54 part I of Sch."C" 3D/15 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15%

Supply of cartridge fuse block made of PBT as per RDSO Drg. No. SA-23748 Alt.4 and Spec. No. IRS S 75/91 (Amdt. - 2)with latest amendment. Fuse block shall be suitable for round head type voltage fuses. Supply of non deteriorating type low voltage cartridge fuse rates current 2A/4A/10A round head type as per spec. No. IRS: S- 78/92 with latest amendments.(Break up of fuses as per requirement given by Railway representative) Supply of Low maintenance Lead Acid Secondary Cells 2V 80 AH as per Spec. RDSO IRS: S- 88/93 with latest amendments.

Nos.

400

130.13

52052.00

Nos.

800

71.71

57368.00

Nos.

260

2243.54

583320.40

10 Supply of tongue attachment insulation set consisting of one insulating plate and 3 nos. of Ferrules with collars to suite rodding supplied as per RDSO spec. and drg.

SET

40

828.84

33153.60

11 Supply of Gauge tie plate insulation as per RDSO drg. no. T-10372/ Alt. 2, T-10371/Alt.2, T10368/Alt. T-15083/88/Alt.2 and T-11690/Alt.2 and to IRS S-23 and S40.

SET

80

341.94

27355.20

12 Supply of William stretcher insulation set suitable for ground connection as per RDSO Drg. no. T10367, T10368, T-10384 and the spec IRS S 23 and 40 with latest amendments.

SET

80

341.95

27356.00

Item no.52 part I of Sch."C" 3D/15 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.56 part I of Sch."C" 3D/15 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.18 part I of Sch."C" 3D/13 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.27 part I of Sch."C" 3D/14 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.28 part I of Sch."C" 3D/14 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% 3B/6 Item no. 29 of Sch."A" of C.A. no.IRPMU/ S&T /CNB /Project/ UND-JEP/T16 Dated 28.02.2012. C.A. rate 6.5 % above.

13 Supply of GI bend pipe, B class 40mm dia for cable entry in point machines as per Drg. No. SUR/N/STD/26.

Nos.

20

911.87

18237.40

14 Supply of Main Signal post 140 mm outer dia, 4.5 m length as per RDSO spec No. IRS S6/81 with latest amendments.

Nos.

6837.95

41027.70

a) Supply of CLS Unit 2 aspect as per RDSO Drg. No. SA23003 A/M (Adv.) & Spec. No. S26/64

Nos.

12298.98

36896.94

b) Supply of CLS Unit 3 aspect as per RDSO Drg. No. SA23002 A/M (Adv.) & Spec. No. S26/64

Nos.

14204.46

42613.38

c) Supply of CLS base 140 mm dia, base signal post 4.6/5.2 m long and ladder 4.5 m , working platform and CLS 4A Unit complete with fitting (with offset if required), longer hood, locking with U lock etc.as per RDSO Drg. No. SA 23001 A/M (Adv.) & Spec. No. S 26/64

Nos.

22

29403.89

646885.58

15 Supply of cast iron main signal surface base 140 mm Nos. as per spec. no. IRS S10 and Drg no. and Drg. No. 2011/M with latest amendments. With CLS ladder assembly complete for signal 5.5 mtr. Long as per RDSO Drg. NO.SA 23156 & Signal front staging complete assembly for CLS unit as per drg no. RST/11413 & Signal back staging as per extant practice on the division

11661.78

69970.68

Item no.20 part I of Sch."C" 3D/14 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15%

16 Supply of Signal Number Plates as per Drg. supplied by Dy CSTE/IRPMU/CNB and already provided on Up and Dn lines in PNK-BPU section and at Bhaupur station.

Nos.

40

482.99

19319.60

Item no.4.22 of Sch."A" of 3C/18 C.A. no. IRPMU/S&t/CNB/ PNK-BPU 3rd line/T6 Dated 12.04.10 C.A. rate 5.25 % below. Escalation @ 5% per year = 10%

a) Supply of 1 way junction route indicator spec. no. IRS: S66/84 Amdt-1 & Drg No. SA 23401(Adv) 4.

Nos.

17322.51

69290.04

Item no.30 part I of Sch."C" 3D/14 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.31 part I of Sch."C" 3D/14 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.24 part I of Sch."C" 3D/14 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15%

b) Supply of 2 way junction route indicator spec. no. IRS: S66/84 Amdt-1 & Drg No. SA 23402(Adv) 4

Nos.

27440.87

109763.48

17 Supply of A/AG/C/P/G Board as per RDSO Drg. No. SA 23455-56 RST-11445 and SA 23476-77 as applicable.

Nos.

18

626.91

11284.38

18 Supply of signal calling on colour light signal type with white lens, lamp holder and lock Drg. No. S2748 / M. Spec. No. IRS S. 23 / 88.

Nos.

8268.17

33072.68

Item no.33 part I of Sch."C" 3D/14 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.29 part I of Sch."C" 3D/14 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.19 part I of Sch."C" 3D/13 of C.A. no. Sig/ WS/Contract/ AGC/ 02B Dated 06.02.09 C.A. rate 26 % above. Escalation @ 5% per year = 15% Item no.4.24 of Sch."A" of 3C/18 C.A. no. IRPMU/S&t/CNB/ PNK-BPU 3rd line/T6 Dated 12.04.10 C.A. rate 5.25 % below. Escalation @ 5% per year = 10% 3C/21 Item no. 7.1 of Sch."A" of C.A. no. IRPMU/S&t/CNB/ PNK-BPU 3rd line/T6 Dated 12.04.10 C.A. rate 5.25 % below. Escalation @ 5% per year = 10% 3C/21 Item no. 7.2 of Sch."A" of C.A. no. IRPMU/S&t/CNB/ PNK-BPU 3rd line/T6 Dated 12.04.10 C.A. rate 5.25 % below. Escalation @ 5% per year = 10%

19 Supply of position light shunt signal Unit as per RDSO No. SA 23840(Adv.) or latest.

Nos.

20

3464.50

69290.00

20 Supply of Shunt signal post with base (GI pipe of 80 mm dia)

Nos.

12

3174.95

38099.40

21 Supply of handcuff locks.

Nos.

85

265.53

22570.05

22 Supply of digital multimeter Fluke 85-II/Tektronix TX3 or similar make RDSO approved suitable for measuring Digital axle counter parameters.

Nos.

21369.07

85476.28

23 Supply of auto range digital Insulation tester (Megger) with NiCd rechargeable cells as per spec. Voltage range 100 to 500V DC insulation range 200 to 2000M ohms resolution 0.1 M ohm accuracy +/1% make Electron devices model no. DIT/500 or similar.

Nos.

6868.63

27474.52

24 Supply of portable 110V (13mm to 23mm) drill machine (horizontal) of Wolf make or similar.

Nos.

15385.73

30771.46

3C/21 Item no. 7.3 of Sch."A" of C.A. no. IRPMU/S&t/CNB/ PNK-BPU 3rd line/T6 Dated 12.04.10 C.A. rate 5.25 % below. Escalation @ 5% per year = 10% Item no.74 of Sch. C of CA no. Sig/WS/ Contract/CNB /24 Dated 03.06.08 C.A. rate 10% above Escalation @ 5% per year = 20% 3H/3

25 Supply of Maintenance kit: Each kit consists for P / set item No. 1 to 11 as per list below: i) Spanner D/E 30x32 mm =1No ii) Spanner D/E 18x19 mm =1No iii) Spanner combination Ring and open end 19 mm =1No iv) Spanner open end 50mm = 2 No v) Spanner combination ring and open end 30mm = 1No. vi)Spanner combination Ring and open end 40mm=2 Nos. vii) Handle extension =1No viii) L Handle =1No. ix) Box 30 and 19mm =1No x) Cutter 4 cum stripping =1No xi) Screwdriver 6 = 2 No. xii) Adjustable Wrench 375 mm = 1 No. xiii) Hammer Ball pan 1 lb =1No. 26 Cable route locator kit of C Scope, Interntional UK Comprising of cable Avoidance too,SVG Digital Signal Generator, Signal Clamp,Accessory ,carry bag. It will comprise of the following.(1) STCAT33:-XD Cable avoidance tool with all accessory (2) ST-SGV: SGV digital signal genertaor with all accessory TOTAL for Schedule 'B' SCHEDULE 'C' Axle Counter 1 Supply of High Frequency MSDAC complete system suitable for 10 DP and 8 track sections and equipped for 8 DP and 6 TS 2 Supply of High Frequency MSDAC complete system suitable and fully equipped for 19 DP and 13 track sections. nos

2940.27

8820.81

246750.00

493500.00

Item no.1 of PO no. 50.11.5124.01.00000 Dated 17.04.12

3A/1

6910177.48

Nos

3921800.00

11765400

Rate calculation based on average of costing as per Annexure -C and AnnexureD. Rate calculation based on average of costing as per Annexure -C and AnnexureD.

3A/3

Nos

7948950.00

7948950

3A/2

Tool kit for Digital Axle counter as given below Nos ;-1. True RMS Meter with probe set - 1 No. 2. Extended wire shocket to interface with diagnostic plug. 1No. 3. Selector switch on panel base 1 No. 4. Adjustable Tarque wrench with 13 mm & 19 mm inserts 1 Set 5. 19 mm double ended spanner 6. Dummy Wheel- 1 No. 7. Screw driver aset with mains tester 1 No.

109200.00

109200

CA No. WCR/S&T / JBP / 174/ Dt. 23-01-08 item no13 (a) and escalation of 20%

3A/10

4 Supply of enclosure of dimension 600W x 42U Nos x 600D as per Annexure 4/20 attached, RITTAL make or similar

30101.20

120404.8

3A/26 RITTAL India Pvt Ltd, Bangalore quotation no. /APRIL/2012/0011 dated 274-12 With 12.36% Excise duty and 14% VAT extra 3A/16 DRM S&T TSK LOA No. N/2010-11/T-13 Dated21/07/2011 Item No.7 of Sch-B. 3 Nos in Auto +1 Nos in BPU yard Item no. 2 of LOA no. WR/S&T/HQ/2010-11/07 dated 27/4/2011 3A/22

5 Installation, testing & commissioning of Central Nos Evaluator

8000.00

32000

5 Installation of track device ( double rail contect ) nos including digging of trench, strack crossing, laying of antirodent, antioxident and non flaim propagating type DWC pipew as per IS-14930 Part-1 or II or Latest and all other accssaaries as per site requirement to be for laying of transmitter and reciever cable. 6 Spare a) Supply of Serial Card

43

12000.00

516000

Nos

44850.00

179400

Item no. 8 of Advance 3A/30 acceptance of Tender No. 50.10.5050 dtd 24/8/11 of CMM/JBP Item no. 7 of Advance 3A/30 acceptance of Tender No. 50.10.5050 dtd 24/8/11 of CMM/JBP

b) Supply of Parallel Card

Nos

44850.00

269100

c) Supply of DC to DC converters for IPS 24-32V, Nos 10A

10

11732.63

117326.3

Commercial Proposal; 3A/24 No. S:BJ:Spares:Kanpur:Crly: 002(12-13) Dt:21.04.12 Item No. 1 2 nos per LSC +4 Nos for BPU Stn Commercial Proposal; No. S:BJ:Spares:Kanpur:C Rly:002(12-13) Dt:21.04.12 Item No. 2 2 nos per LSC +4Nos for Stations LOA no. AGRA/N/Qtn./DC-DC Converter/MTJ-PWL dtd 8.8.2011 3A/24

d) Supply of DC to DC converters for IPS 60-66V, Nos 5A

10

11732.63

117326.3

7 Installation of DC-DC converters

No

20

4964.00

99280

S No 3/2

Sub Total for Schedule C SCHEDULE 'D' RDSO Approved AFTC Supply of Centralized Audio Frequency Track Circuit equipment(Coded), as per RDSO specification No. RDSO/SPN/146/2001 or latest complete with Transmitter, Receiver, Demodulator, Filter Module, Amplifier, relay module, power supply units, Track side Equipment, Rail connections etc. This includes connection from Tuning unit to the rail, Rivets, lugs, Vertical stand for mounting the tuning units. Note: This item includes supply of racks with accessories for mounting of track circuit indoor equipments & TPR arrangement and each rack shall accommodate minimum six AFTCs .This item also includes any other parts/items considered necessary for installation/ satisfactory functioning of the Audio frequency Track Circuits. Equipments are to comply with any other requirements as per specification. Quantity of such items with suitable justification to be indicated by the tenderer. Straight Track

21274387.4

a)

Centre Fed track circuit (this includes supply of Each 8 track side equipments)

450053.77

3600430.16 Item no.1(a) Sch.C of LOA. 3B/14 No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above)

b)

End Fed up to 400 mtr. Track circuit( this includes Each 8 supply of track side equipments)

313751.55

25 Sq.mm Cu cable for TU of AFTC in set of 2 cables of lengths 2.5m & 4m with special lugs at both the ends.

Set

20

1947.18

2510012.4 Item no.1(b) Sch.C of LOA. 3B/14 No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 2% above) 38943.6 (Rate Item no.2 of Sch.C of LOA. 3B/14 No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above)

Supply of S-Bonds of size 11 meter long . Bond Each 3 should be made of PVC coated wire rope of cross section approximately 240 sq. mm. PVC coated wire should be as per IS:2266 of 1978 and PVC sheathing should be of compound type 6 as per IS:5831 of 1970 with latest amendment if any. Reclaimed or recycled material shall not be used. Brass lug should be brazed at both ends of S bond and brass terminal in centre of S bond as per sample and drawing. S bonds are to be fixed along the foot of rail in form of 'S' and both ends of brasslug are to be riveted with web of rail by copper rivets after drilling holes of 22mm dia.

5444.45

16333.35 Item no.3 of Sch.C of LOA. 3B/14 No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above)

Supply of S-Bonds of size 16 meter long. Bond Each 3 should be made of PVC coated wire rope of cross section approximately 240 sq. mm. PVC coated wire should be as per IS:2266 of 1978 and PVC sheathing should be of compound type 6 as per IS:5831 of 1970 with latest amendment if any. Reclaimed or recycled material shall not be used. Brass lug should be brazed at both ends of S bond and brass terminal in centre of S bond as per sample and drawing. S bonds are to be fixed along the foot of rail in form of 'S' and both ends of brass lug are to be riveted with web of rail by copper rivets after drilling holes of 22mm dia. Supply of S-Bonds of size 20 meter long. Bond Each 3 should be made of PVC coated wire rope of cross section approximately 240 sq. mm. PVC coated wire should be as per IS:2266 of 1978 and PVC sheathing should be of compound type 6 as per IS:5831 of 1970 with latest amendment if any. Reclaimed or recycled material shall not be used. Brass lug should be brazed at both ends of S bond and brass terminal in centre of S bond as per sample and drawing. S bonds are to be fixed along the foot of rail in form of 'S' and both ends of brasslug are to be riveted with web of rail by copper rivets after drilling holes of 22mm dia.

6844.46

20533.38 Item no.4 of Sch.C of LOA. 3B/15 No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above)

9083.56

27250.68 Item no.5 of Sch.C of LOA. 3B/15 No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above)

Supply of Terminal-Bonds for Audio Frequency Each 3 Track Circuits of suitable sizes . Terminal bond should be made of PVC coated wire rope of cross section approximately 240 sq. mm. PVC coated wire should be as per IS:2266 of 1978 and PVC sheathing should be of compound type 6 as per IS:5831 of 1970 with latest amendment if any. Reclaimed or recycled material shall not be used. Brass lug should be brazed at both ends of Terminal bond and brass terminal in centre of Terminal bond as per sample and drawing. Terminal bonds are to be fixed along the foot of rail in form of ' Alpha' and both ends of brass lug are to be riveted or fixed with nut-bolts with web of rail by copper rivets or nutbolts after drilling holes of 22mm dia. Supply of Terminal-Bonds of suitable sizes. Terminal bond should be made of PVC coated wire rope of cross section approximately 240 sq. mm. PVC coated wire should be as per IS:2266 of 1978 and PVC sheathing should be of compound type 6 as per IS:5831 of 1970 with latest amendment if any. Reclaimed or recycled material shall not be used. Brass lug should be brazed at both ends of Terminal bond and brass terminal in center of Terminal bond as per sample and drawing. Terminal bonds are to be fixed along the foot of rail in form of ' Alpha' and both ends of brass lug are to be riveted or fixed with nut-bolts with web of rail by copper rivets or nut-bolts after drilling holes of 22mm dia. Design of track circuiting and cabling scheme, installation, wiring, testing & commissioning of AFTC equipment complete including transmitter, receiver, relay module, AFTC Racks, power supply, track matching equipment, rail connection etc. Based on design of AFTC as per signalling plan, tenderer should access the actual quantity of centre Fed & End Fed. i) This includes erection of vertical stand with water proof junction boxes and concreting of foundation and installation of track matching unit, cabling from track matching unit to the rails. 3

5384.62

16153.86 Item no.6 of Sch.C of LOA. 3B/15 No.irpmu/S7T/Kanpur/Proje ct/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above)

11068.39

33205.17 Item no.7 of Sch.C of LOA. 3B/15 No.irpmu/S7T/Kanpur/Proje ct/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above)

ii) This also includes digging of trench of suitable depth, supply & laying of HDPE/DWC Pipe for taking cable from tuning unit to the rail. iii) This includes Earthing arrangements, if any required to be done for outdoor and Indoor AFTC equipment installed. iv) This also includes installation of Impedance bond (if any) required to be provided for working of the AFTC. v) This also includes drilling of holes on the rails for use during emergencies. All the materials required for these works shall be supplied by the contractor. The work should be done in accordance with Technical specifications and Installation practices. Note: - This item includes traction bonding alterations required for safe working of AFTC, with contractors own material as per provisions of SEM Pt I/II and ACTM. The bonding diagram shall be prepared by the contractor and got approved from Railways. a) For straight track circuit Centre fed Nos. 8 20432.67 3B/16 163461.36 Item no.8(a) of Sch.C of LOA. No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above) 3B/16 129261.28 Item no.8(b) of Sch.C of LOA. No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above)

b)

For straight track circuit End fed

Nos. 8

16157.66

Installation / Shifting of AFTC UM 71 in Auto Nos 2 Section

11044.44

22088.88 Item no.16(5) of App.1/4/14/02 of C.A. no.IRPMU/ S&T /KFW Dated 28.02.2006. Escalation @ 5% per year = 30%

3 I-1

10

Supply of Tool Box for AFTC as per Annjexure Nos. 1 attached

172946.45

172946.45 Item no.9 of Sch.C of LOA. 3B/16 No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above)

11

On site/ Class-room training of Sr. Engineers/ Man 10 Engineers, Technician in Installation, weeks Commissioning, Testing , trouble shooting and repairs including supply of hard and soft copies of course modules. On site/ Class-room training of operating staff about Man new gears, indications etc including supply of hard days and soft copies of course modules 10

7652.68

12

1092.66

3B/16 76526.80 Item no.10 of Sch.C of LOA. No.irpmu/S7T/Kanpur/Proje ct/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above) 3B/16 10926.60 Item no.11 of Sch.C of LOA. No.irpmu/S&T/Kanpur/Proj ect/UND-JEP/Tender-16 dt 10.08.11 dated 28.02.12 (Rate 2% above) 6838073.97

Sub Total for Schedule D Sub Total for Schedule 'A' Sub Total for Schedule 'B' Sub Total for Schedule C Sub Total for Schedule D GRAND TOTAL :- (Schedule A+ Schedule B + Schedule C+Schedule D) Rs. Rs. Rs. Rs. Rs.

12229474.72 6910177.48 21274387.40 6838073.97 47252113.57

IndoorTender Schedule S. No. Description Unit

Installation, testing and commissioning of complete SSI system after integrating with existing system already provided in accordance with Para 2.9 of Special conditions of contract (Section II Chapter 4). This will Job include transportation from Consignee's depot to the site of work. The work mneeds to be done at the following locations: PNK AB(W), LSCs 103, 104 and 105, BPU AB(E) and Bhaupur station.

Design of application data and interface circuits (including database design of Bhaupur and PNK VDU) for electronic interlocking alternations to be carried out at Station/LSC/Auto blocks in connection with Provision of automatic signalling on new 3rd line and bi-directional signalling on existing automatic signalling of Up line in Panki-Bhaupur section and at Panki & Bhaupur stations with dual detection on existing third line in L/S Kanpur-Etawah section of Allahabad division of North Central Railway.Note :a) Quantity 6 nos. includes PNK AB(W), LSCs 103, 104 and 105, BPU AB(E) and Bhaupur station b) Bhaupur VDU database design is not a separate item, but is part of application data designs for BPU station and BPU ABE.

Supply of design documents/as built documents as detailed in the preamble.

As per Stn/LSC/AB

Manufacture and supply of SSI system complete as per Special conditions of contract and Technical specifications enclosed mainly consisting of Microprocessor eqipment , Interface equipment, relays, interconnecting cables/wires (including connecting cables/wires between new SSI and IPS, IPS and auto change over, new SSI and old existing SSI), power supply equipment, racks, fixtures, mounting arrangements and accessories required for automatic signalling of existing Third line & bidirectional signalling on existing Up line, to be housed in relay huts (Line side cabinets) of PankiBhaupur section; and capable of integrating with existing SSI system (of US & S make) controlling automatic signalling of existing Up and Dn lines; and make the integrated SSI system functional. List of various modules, sub assemblies, consumables, other stores etc. with unit rate, quantity and total cost should be detailed herewith by the tenderer. (Tenderer to fill up the detailed break up of items and rates - Annexure I).

(a)

LSC 103 and 104

SSI system

(b)

LSC 105

SSI system

( c)

PNK Auto Block (West)

SSI system

(d)

Bhaupur Auto Block (East)

SSI system

(e)

Bhaupur Station

SSI system

Supply of Essential Spares as listed below:

a)

MLK-II CPU PCB

No.

b)

MLK - II PS PCBs

No.

c)

MLK - II Vital I/P PCB

No.

d)

MLK - II O/P PCB

No.

e)

VCOR relay

No.

f)

VCOR relay base

No.

g)

SYNC PCB( SYNC Card)

No.

h)

COMMS PCB( COMMS Card) Supply of Laptop based work station for data input & configuration, simulation and functional testing, diagnostics and trouble shooting and commissioning of SSI system as per Special conditions of contract for SSI and AFTC Tool kit & Measuring Instruments for technicians / Jr. Engineers for Testing, Maintenance and repair at site as per Annexure-T attached. Note: Above Items should include suitable Cabinet for storing tools and documents to ensure longer life. . Maintenance and supervision of SSI equipment installed as per Special Conditions of Contract for one year Earthing of SSI Equipment, Relay Racks and Power Equipment etc. to be done along with the supply of all requisite materials as per Technical specifications and Installation practices. (Para 12 Section III Chapter I)

No.

Work Station

Set

Per SSI year

Job

10

Supply, installation and commissioning of Complete Integrated Supply System (IPS) as per RDSO specification RDSO/SPN/165/2012 with latest amendment as applicable

No.

Grand Total for Schedule

Qty

Rate

Amount

Reference

At S No

409059.483

2454356.898

CA No.Sig/WS/Contract/ALD/398 Dated 28.02.11(Item no.1 of Sch.A) Rates at 1/B Par, Escalation=5%,

169580.25

1017481.5

CA No.IRPMU/S&T/CNB/PNK-BPU 3rd line(Ph)/design/10/T7 Dated 22.10.10 2/C item no.1 (Rates 11% above and 5% escalation.)

56526.75

339160.5

CA No.IRPMU/S&T/CNB/PNK-BPU 3rd line(Ph)/design/10/T7 Dated 22.10.10 2/C item no.3(11% above and 5% esc.)

2470717

4941434

LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 .1, and 1.3 of Annexure-Z, Group A-VI, Annexure-1 attached LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 .1, and 1.3 of Annexure-Z, Group A-VI, Annexure-2 attached LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 .1, and 1.3 of Annexure-Z, Group A-VI, Annexure-3 attached LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 .1, and 1.3 of Annexure-Z, Group A-VI, Annexure-4 attached LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 .1, and 1.3 of Annexure-Z, Group A-VI, Annexure-5 attached

3,6 and 6/1

2575671

2575671

3,7 and 7/1

1736949

1736949

3,8 and 8/1

1600983

1600983

3,9 and 9/1

2411181

2411181

3,10 and 10/1

166840

333680

87591

175182

62080

372480

58200

349200

87688

175376

6741

13482

120000

120000

120000

120000

LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 of Annexure-Z, Group A-VI, item no. 1.1(ii) LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 of Annexure-Z, Group A-VI, item no. 1.1(iii) LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 of Annexure-Z, Group A-VI, item no. 1.1(iv) LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 of Annexure-Z, Group A-VI, item no. 1.1(v) LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 of Annexure-Z, Group A-VI, item no. 1.1(vii) LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 of Annexure-Z, Group A-VI, item no. 1.1(viii) LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 of Annexure-Z, Group A-VI, item no. 1.1(xxi) LOA No. SGW.272/252/T1/30 Dated 12.03.12 (Item no.1 of Annexure-Z, Group A-VI, item no. 1.1(xxii) LOA No. WR/S&T/HQ/10-11/04 Dated 19.12.11 (Item no.3 of Sch.A)

3/G

3/G

3/G

3/G

3/G

3/G

3/H

3/H

80000

160000

4/4A

66457.43

398744.58

Tender no. Sig/WS/Contract/AGC/02B Dated 06.02.09 (Item 5 a of )Sch B (10% 5/5A above and 15% escalation) CA No.Sig/WS/Contract/ALD/398 Dated 1/B 28.02.11(Item no.2 of Sch.A) Rates at Par, Escalation=5% CA No.Sig/WS/Contract/ALD/398 Dated 28.02.11(Item no.3 of Sch.A) Rates at 1/B Par, Escalation=5%

84603.1515

507618.909

26411.721

105646.884

894917.9055 4474589.528

Rates based on budgetory quotation of M/s Statcon dtd 27/9/12 at S. No 11 to 11/D and rate analysis available at S No 12 and 13

11 to 11/D and 12,13

24383216.80

14925618

Você também pode gostar