Annexed Document to E-Tender Document For - Amazon AWS

239
EAST COAST RAILWAY CONSTRUCTION ORGANISATION Annexed Document to E-Tender Document For Design, Supply, Erection, Testing, and commissioning of Traction Substation Augmentation = 03 Nos.; Shunt capacitor bank- 3 Nos.; Sectioning and Paralleling Post (SP) New=04 Nos.; Sub- Sectioning and Paralleling Post (SSP) Aug=02 Nos.; New=02 Nos.; in connection with Doubling works between Silakjhori - Kirandul section on K-K Line of Waltair Division of East Coast Railway.

Transcript of Annexed Document to E-Tender Document For - Amazon AWS

EAST COAST RAILWAY

CONSTRUCTION ORGANISATION

Annexed Document

to

E-Tender Document

For

Design, Supply, Erection, Testing, and commissioning of Traction Substation Augmentation = 03 Nos.; Shunt capacitor bank- 3 Nos.; Sectioning and Paralleling Post (SP) New=04 Nos.; Sub-Sectioning and Paralleling Post (SSP) Aug=02 Nos.; New=02 Nos.; in connection with Doubling works between Silakjhori - Kirandul section on K-K Line of Waltair Division of East Coast Railway.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 2

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 3

INDEX

Sl. No.

Chapter Description Page

From To

1 1 Top Sheet 5 5 2 2 Instructions to the Tenderer(s) 7 11 3 3 Eligibility Criteria 13 14 4 4 Excerpts of General Conditions of

Contract 15 20

5 5 Special Conditions of Contract 21 52 Annexure-1 to Chapter-5 53 54 6 6 Additional Special Conditions of

Contract i.e. Technical Conditions 55 139

Section- A Technical Conditions of Contract 57 64

Section- B Standard Drawings and Specification

65 105

Section- C Taxes and Duties, Royalties and Completion Period etc.

107 108

Section- D Safety & Security Rules 109 118

Section- E Drafting of Vehicles, Working Hours

119 119

Section- F Rate Quoted/Accepted 121 122

Section- G Price Variation Clause 123 123

Section- H Felling of Trees, Safe Working Methods, Procurement of Machinery by Contractor

125 126

Section- I Personnel 127 127

Section- J Brief Description of Work 129 132 Section- K Scope of Work 133 133 Section- L Inspection of PSI Equipment 135 135

Section- M Plan for Commissioning 137 137

Section- N Quality Assurance Plan 139 139

7 7 Guidelines for Participation of JV Firms, MOU for JV Participation & JV Agreement

141 152

8 8 Contractor’s Familiarisation 153 153

9 9 Annexures A to O 155 185

10 10 Specimen format for Letter of Acceptance

187 188

11 11 Schedule Wise Instructions/Explanatory Notes to Tender Schedule

189 239

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 4

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 5

CHAPTER-1

TOP SHEET

1. Tender Notice No. VSKP-EL-C-RT-109E

2. Bidding System. Two Packet System.

3. Name of Work:

Design, Supply, Erection, Testing, and commissioning of Traction Substation Augmentation = 03 Nos.; Shunt capacitor bank- 3 Nos.; Sectioning and Paralleling Post (SP) New=04 Nos.; Sub-Sectioning and Paralleling Post (SSP) Aug=02 Nos.; New=02 Nos.; in connection with Doubling works between Silakjhori - Kirandul section on K-K Line of Waltair Division of East Coast Railway.

4. Dy. Chief Engineer (Con) Unit

Dy. Chief Electrical Engineer/ Con / Visakhapatnam

5. Chief Engineer (Con) Unit Chief Electrical Engineer (con)/ Bhubaneswar

6. Permissibility of Participation of Joint Venture Firms

Permitted.

7. Applicability of Price Variation Clause

Not Applicable.

8. Measurement of Works by Railway / Measurement of Works by Contractor.

Measurement of Works by Railway.

9. Estimate No. & Allocation No.

C/01/2013 (SZY-GIZ) C/09/2012 (GIZ-KRDL) Allocation=EBR(PPP)

10. Location of work (Dist/State)

Bastar & Dantewada Districts of Chhattisgarh state.

11. Special Instructions, if any NIL

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 6

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 7

CHAPTER-2

INSTRUCTIONS TO THE TENDERER(S)

1. All mandatory fields marked with (*) have to be filled in by the bidders.

2. The E-Tender document shall consist of: - a) Annexed Document to the Tender Document which includes (i) Top Sheet

(Chapter-1), (ii) Instructions to the Tenderer(s) (Chapter-2), (iii) Eligibility Criteria (Chapter-3), (iv) General Conditions of Contract (Chapter-4), (v) Special Conditions of Contract (Chapter-5), (vi) Addl. Special Conditions of Contract i.e. Technical Conditions (Chapter-6), (vii) Guidelines for participation of JV Firms, MOU for JV Participation & JV Agreement (Chapter-7), (viii) Contractor’s Familiarisation (Chapter-8), (ix) Annexures A to O (Chapter-9),(x) Specimen format for Letter of Acceptance (Chapter-10) and (xi) Schedule wise Instructions/Explanatory Notes (Chapter-11).

b) Indian Railways Standard General Conditions of Contract 2014 with correction slips up to the date of closing of tender.

c) USSOR of E. Co. Railway-2010 with correction slips up to the date of closing of tender.

d) Techno- Commercial Offer Form. e) Financial Offer Form.

3. Before submitting the offer, please read carefully complete E-tender document

including Annexed Document which contains Instructions to Tenderers, Indian Railways Standard General Conditions of Contract-2014, General Conditions of Contract, Special Conditions of Contract, Additional Special Conditions of Contract i.e. Technical Conditions etc. as available on the page of East Coast Railway (Construction) on the web site www.ireps.gov.in.

4. Your digital signature on the E-Tender form will be considered as your

confirmation that you have read and accepted all the conditions laid down in the documents referred in para 3.0 above as well as schedule of tender consisting of techno-commercial offer form (including special conditions attached to E-Tender) and Financial offer form, unless specific deviation is quoted in the techno-commercial offer form.

5. Tenderers can participate in the E-Tender duly paying the tender document cost and Earnest Money Deposit through Net Banking or payment gateway only for the requisite amount. No other mode of payment is acceptable.

5.1 The cost of tender document shall not be clubbed with the Earnest Money Deposit. The E- bid submitted without requisite cost of tender document and Earnest Money Deposit in appropriate form is to be summarily rejected.

5.2 Offers without payment of requisite tender cost and Earnest Money Deposit online shall be liable to be ignored.

6. The prospective tenderers are advised to revisit the website 15 (fifteen) days before the date of closing of tender to note any changes/corrigenda issued for this tender. Website: www.ireps.gov.in.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 8

7. No Manual Offers sent by Post/FAX or in person shall be accepted against such e-tenders, even if these are submitted on the firm’s letter head and received in time. The manual offer uploaded as attached document shall not be considered also. All such manual offers shall be considered as in-valid offers and shall be rejected summarily without any consideration.

8. E-tender is not transferable and the same is to be submitted with digital signature by the pre-authorized personnel of the tenderer, already registered with the site.

9. If the required information asked for in the tender document is not furnished, the tender will be otherwise treated incomplete and hence will not be considered.

10. The on-line bidding doesn’t permit submission of offer after stipulated date and time of the e-tender. Hence there is no scope for late/ delayed tenders.

11. In case of Two Packet System of bidding, after scrutinising the Techno-Commercial Offer and short listing the tenderers, the Financial Bid shall be opened on a subsequent date only for those tenderers who will be qualifying Techno-Commercial Offers as per eligibility/qualifying criteria laid down. The date of opening of Financial Bid will be advised online. The Railway’s decision in this regard will be final.

12. Tender To Be Digitally Signed By Authorised Person:-

a) If the tender is submitted on behalf of a partnership concern, each page of copy of the partnership deed should be submitted by the tenderer duly self attested/digitally signed by the tenderer or authorized representative of the tendering firm. Self-attestation shall include signature, stamp and date (on each page).

b) The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, co-ordinate measurements through contractor’s authorised engineer, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No claim Certificate” and refer all or any disputes to arbitration. Each page of copy of the above document should be submitted by the tenderer which shall be self attested/digitally signed by the tenderer or authorized representative of the tendering firm. Self-attestation shall include signature, stamp and date (on each page).

c) The Railway will not be bound by any Power of Attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the Contract. It may, however, recognize such power of Attorney and changes after obtaining proper legal advice of the satisfaction of the Railway, the cost of which will be chargeable to the Contractor.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 9

13. Tenderer(s) should upload a scanned attested BARCHART, activity-wise detailed programme to complete the work.

14. No correspondence shall be entertained after opening of tender and any suo-

moto letters or submission in regard to tender, except specifically mentioned to be submitted as per the terms of the tender or sought for by the Railway, shall be treated as Null & Void.

15. In case of any problem with the portal is faced while filling the e-tender, Tenderers are advised to contact with the Helpdesk of IREPS portal who will render all help and assistance related with the website and portal except that related with the details of the tender. Railway will not take any responsibility for non-participation in the e-tender online for the reasons related to the website and portal or server etc beyond the control of railways.

16. Railway and the IREPS website will not take the responsibility for any online

payment made by the tenderer and debited from his/their account towards the tender cost or Earnest Money due to wrong or mismanipulation of the menus or any reasons related with the IT or found unsuitable for the tender etc. Railway and IREPS website will not entertain any claim in this regard or refund the paid amount.

17. The tenderer(s) must fulfil/satisfy the following mandatory requirements failing which their offers shall be summarily rejected:

MANDATORY REQUIREMENTS:

a) Earnest Money shall be deposited through Net Banking or Payment Gateway only available on IREPS Portal. No other mode of payment is acceptable.

b) Cost of the Tender document shall be deposited through Net Banking or Payment Gateway only available on IREPS Portal. No other mode of payment is acceptable.

c) The tenderer shall submit along with the tender document, documents in

support of his/their claim to fulfil the eligibility criteria as mention in the tender

document. Each page of documents/certificates in support of credentials,

submitted by the tenderer, shall be self-attested/digitally signed by the tenderer

or authorized representative of the tendering firm. Self-attestation shall include

signature, stamp and date (on each page). Only those documents which are

declared explicitly by the tenderer as “documents supporting the claim of

qualifying the laid down eligibility criteria” will be considered for evaluating

his/their tender.

d) Copies of documents in support of formation/ registration of the

company/firm/legal authorization of the person to deal with the

tender/notarized/registered copies of the documents/JV related documents

wherever required as per tender conditions are to be uploaded along with offer.

Each page of copy of the above document should be submitted by the tenderer

duly self attested/digitally signed by the tenderer or authorized representative

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 10

of the tendering firm. Self-attestation shall include signature, stamp and date

(on each page).

e) The tenderers shall submit a notarized affidavit on a non-judicial stamp paper

stating that they are not liable to be disqualified and all their

statements/documents submitted alongwith bid are true and factual. Standard

format of the affidavit to be submitted by the bidder is enclosed as Annexure-

N. Non-submission of an affidavit by the bidder shall result in summary

rejection of his/their bid. And it shall be mandatorily incumbent upon the

tenderer to identify, state and submit the supporting documents duly self

attested by which they/he is qualifying the Qualifying Criteria mentioned in the

Tender Document. It will not be obligatory on the part of Tender Committee to

scrutinize beyond the submitted document of tenderer as far as his

qualification for the tender is concerned.

f) Regarding electrical license, scanned copies of the required Electrical license

are to be uploaded along with their offer.

18(a) The Railway reserves the right to verify all statements, information and documents submitted by the bidder in his tender offer, and the bidder shall, when so required by the Railway, make available all such information, evidence and documents as they may be necessary for such verification. Any such verification or lack of such verification, by the railway shall not relieve the bidder of its obligations or liabilities hereunder nor will it affect any rights of the railway there under.

18(b) Submission of wrong information: In case of any wrong information

submitted by tenderer, the contract shall be terminated. Earnest Money

Deposit (EMD), Performance Guarantee (PG) and Security Deposit (SD) of

contract forfeited and agency barred for doing business on entire Indian

Railways for 5 (five) years.

19. Tenderers are advised to be conversant with the USSOR specification and USSOR rate of E.Co.Railway 2010 issued by GM/Engg, E.Co.Railway, BBS as these are applicable in most of the works/items.

20. In tenders of special nature like in-situ flash butt welding, fabrication & launching

of steel girder, box pushing, epoxy grouting in distressing bridges, sinking of tube

well etc. Contractors are quoting special conditions. Contractors may be quoting

their own condition and in such cases, the contractor’s offer should not be

summarily rejected because of quoting conditions/clarification by the tenderers

along with the tender. However, this should be properly evaluated and

considered with the extent possible provisions of Railway and such conditions

should not be considered as “Conditional tender”.

21. The tenderers for carrying out any construction work must get themselves registered from the Registering Officer under Section-7 of the Building and other Construction workers Act, 1996 and rules made there to by the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 11

concerned state Govt. and submit certificate of Registration issued from the Registering Officer of the concerned state Govt.(Labour Dept). As per this Act, the tenderer shall be levied a cess @1% of cost of construction work, which would be deducted from each bill. Cost of material, when supplied under a separate schedule item, shall be outside the purview of cess.

22. Special Conditions:

22.1 The copies of the various letters/documentary proof/statement etc. must be uploaded with e-Tender and shall be properly indexed by indicating the Annexure Nos. like Annexure-I, Annexure-II etc. on the right hand side top corner of the same and this Annexure No. shall also be indicated in relevant column of the Annexure-A to Annexure-O supplied to the tenderer with the Technical & Commercial Offers.

22.2 The bidders are expected to obtain, on their own responsibility and expenses, all information which will be necessary for submitting the bid. Intending bidders may obtain clarification, if any, with regard to the tenders from the office of the concerned Chief Elect. Engineer (Construction), East Coast Railway, Bhubaneswar (as mentioned in the Top Sheet) on any working day during the working hours. For any further information in regard to site conditions, facilities available at the work spot etc., the bidder may contact the office of concerned Deputy Chief Elect. Engineer (Con), East Coast Railway (as mentioned in the Top Sheet), on any working day during the working hours.

22.3 In addition to the information given in the prescribed form of the Technical & Commercial Offer, the tenderer may also submit any additional relevant information connected with this tender if considered necessary, uploading copies of the documents relied upon.

22.4 Submission of Tender does not bind the Railway Authority for any claim of any nature whatsoever.

23. Opening of E-Tender:

23.1 The e-tenders will be opened online using the IREPS portal. No representative is required to be present for opening of tender and details of rates quoted and ranking of all the bidders etc shall be available to the bidders in the website after the opening of the tender.

23.2 In case the date of closing mentioned in the NIT Header of e-tender document is declared a holiday / bandh / strike etc. on any account, the date of closing tender online will not be changed as the application in the website of IREPS does not permit submission of any offer after closing date and time of the tender. However, opening of tenders online will be on the following working day after the closing date/time of tenders.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 12

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 13

CHAPTER-3

ELIGIBILITY CRITERIA

1.0 Contractors who have adequate experience and resources to adhere to the specifications and completion schedule should participate in this tender.

2.0. Eligibility criteria for participation in the Tender :- Tenderer(s) must fulfil/satisfy the following eligibility criteria for participating in this tender and consideration of their offers.

2.1 The tenderer(s) should have physically completed within qualifying period i.e. three previous financial years and current financial year (even though the work might have commenced before the qualifying period) at least one similar single work for a minimum value of 35% of advertised tender value in Railways or any other Govt/Semi-Govt Organisation in one single contract agreement.

2.1.1 The definition of the similar nature of work for this work is given below.

Similar nature of work:

Execution of “Railway Traction sub-station works or 132 KV and above grid sub- station work” in state or Central Government or their PSUs.

2.1.2 The total value of similar nature of work completed during the qualifying period and not the payments received within qualifying period alone, shall be considered.

In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including statutory deduction shall be considered. If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deduction shall be considered. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility.

2.1.3 In case of composite works involving combination of different works, even separate completed works of required value shall be considered while evaluating the eligibility criteria. For example, in a tender for bridge works where similar nature of work has been defined as bridge works with pile foundation and PSC superstructure, a tenderer, who has completed one bridge work with pile foundation of value at least equal to 35% of tender value and also has completed one bridge work with PSC superstructure of value at least equal to 35% of the tender value, shall be considered as having fulfilled the eligibility criterion of having completed single similar nature of work.

2.2 The total contractual payments received by the tenderer(s) during three previous financial years and the current financial year should be minimum 150% of advertised tender value. In support of this the tenderer(s) should submit audited balance sheet duly certified by the Chartered Accountant.

NB:-

(A) Current financial year means, the financial year in which the tender is opened. Financial year means on and from 1st April to 31st March.

(B) The “tenderer(s)” mentioned in para 2.1 and 2.2 above means – In the “name and style”, the tenderer(s) who are submitting their offers in the capacity of individual/proprietary/partnership firms etc.

(C) Normally, the credentials (technical and financial) should be in the “name and style” of the tenderer(s) who are submitting their offer as a tenderer(s).

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 14

(D) The tenderer(s) who have acquired necessary credentials (technical and financial) as a constituent in the partnership/Joint Venture firm, such apportioned credentials (technical and financial) will also be considered. (Documents shall be furnished).

(E) The credentials (technical and financial) with regard to execution and physical completion of single similar work and contractual receipts should pertain to the qualifying period i.e. within the current financial year and three previous financial years.

(F) Permissibility of Joint Venture/MOU/Consortium in this tender. (As mentioned in Top Sheet)

(G) Copy of the authentic documents should be uploaded by the tenderer(s) along with their offer to fulfil the eligibility criteria otherwise their offers will not be considered and summarily rejected. Certificates submitted to meet Eligibility Criteria should confirm to the requirement without any ambiguity or needing any further clarification. Certificate which does not contain items of requirement clearly will not be considered.

3.0. The tenderer should also upload copy of the following documents along with the tender.

3.1 List of personnel, organization available on hand and proposed to be engaged for the subject work.

3.2 List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work.

3.3 List of works physically completed in the last 03(three) financial years under Govt./Semi Govt. organizations giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

3.4 List of works on hand indicating description of work, contract value, approximate value of balance work yet to be done and date of award.

NOTE: In case of items 3.3 & 3.4 above, supportive documents/ certificates from the organizations with whom they worked/are working should be uploaded. Certificates from private individuals for whom such works are executed/being executed shall not be accepted.

4.0 The copy of the credential certificates as per para 2.1 above to be uploaded by the tenderers which should contain the basic information such as (i) Contract Agreement No., (ii) Detailed nature of work executed, (iii) Date of physical completion of work, (iv) Total amount received, (v) Name & Style in whose favour the credential certificate is issued.

5.0 The tenderers shall submit a notarized affidavit on a non-judicial stamp paper stating that they are not liable to be disqualified and all their statements/documents submitted along with bid are true and factual. Standard format of the affidavit to be submitted by the bidder is enclosed as Annexure-N. Non-submission of an affidavit by the bidder shall result in summary rejection of his/their bid. And it shall be mandatorily incumbent upon the tenderer to identify, state and submit the supporting documents duly self attested by which they/he is qualifying the Qualifying Criteria mentioned in the Tender Document. It will not be obligatory on the part of Tender Committee to scrutinize beyond the submitted document of tenderer as far as his qualification for the tender is concerned.

*******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 15

CHAPTER-4

EXCERPTS OF GENERAL CONDITIONS OF CONTRACT

1. GENERAL

1.1 The tenderer(s) should not put any unusual condition from their side contradicting terms and conditions in the e-tender. Such unusual/contradictory conditions may not be considered.

1.2 COPY OF THE PROGRAMME IN THE FORM OF BAR CHART FOR COMPLETION OF WORK, MACHINERY DEPLOYMENT FOR ACHIEVING THE PROGRAMMED PROGRESS MUST BE UPLOADED ALONG WITH THE TENDER.

1.3 PLEASE FILL IN REQUIRED INFORMATION ASKED FOR IN THE SPECIFIED SPACE IN THE E-TENDER. TENDER WILL BE OTHER WISE TREATED INCOMPLETE AND HENCE WILL BE LIABLE FOR REJECTION.

1.4 THE QUANTITY SHOWN IN THE SCHEDULES ARE APPROXIMATE AND ARE LIKELY TO VARY ON EITHER SIDE (+/-) AS PER CLAUSE-2 OF SPECIAL CONDITIONS OF CONTRACT.

1.5 NO MOBILISATION, MACHINERY OR ANY OTHER ADVANCES WILL BE ALLOWED FOR THIS WORK UNLESS OTHERWISE SPECIFIED.

2. TENDER DOCUMENT

2.1 Tenderers are required to submit their offer through e-tender on website www.ireps.gov.in and the tenderer/tenderers shall quote his/their rates therein as required.

2.2 The authorized person of the tenderer(s) shall only submit the e-tender along with the enclosures.

2.3 COMPANY PROFILE

2.3.1 Tenderer(s) should specifically and fully disclose in his/their respective tender, their respective constitutions and submit along with each tender scanned attested copies of documents like partnership deed, Articles and Memorandum of Association, Certificate of Incorporation etc., if any, in support of such disclosures. If Tenderer(s) is/are a firm i.e. partnership business, it should be stated whether the same is Registered under the Indian Partnership Act, and the name and address of all the partners of the firm should be fully disclosed. The Railway Administration shall always have the liberty to demand production of the original partnership deed of the said documents and also to make such further and other inquiries regarding the constitution of the Tenderer(s) as may be considered necessary.

2.3.2 The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the scanned copy of the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 16

The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

2.3.3 The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit alongwith the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorising him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.

2.4 PROGRAMME OF COMPLETION OF WORK

2.4.1 The Tenderer(s) shall attach scanned copy of a comprehensive list of plant and machinery which he/they propose(s) to use in the execution of work.

2.4.2 Tenderer(s) shall attach along with tender scanned copy of an attested BARCHART, Activity wise detailed programme of how he/they plan to complete the work in the time frame stipulated in the tender along with details of machinery proposed to be deployed to achieve the same.

2.5 REFERENCE TO RULE BOOK AND DRAWINGS

2.5.1 The drawings for the works as available can be seen in the office of the concerned Chief Electrical Engineer/Con/E Co Railway, Chandrasekharpur, Bhubaneswar or in the office of the concerned Dy. Chief Electrical Engineer/Con as the case may be at any time during office hours.

2.5.2 The terms “Correction Slip” as referred to in this tender document includes the following terms also.

Addendum Slip(s)

Corrigendum slip(s)

Addendum slip(s) and Corrigendum slip(s) which are issued in consecutive serials.

2.6 USSOR 2010 with “Indian Railways Unified Standard Specifications” (Vol-I & II) 2010 with up to date correction slips can be seen at above mentioned offices. Indian Railway Standard General Conditions of Contract-2014 can be downloaded from the IREPS website. Copies of the same can also be had on payment of an amount specified for copy of each Volume on any working day during office hours from the office of General Manager (Engg), E Co Railway, Chandrasekharpur, Bhubaneswar subject to availability.

3. EARNEST MONEY DEPOSIT (EMD)

3.1 The Tender must be accompanied by a sum equivalent to the following which shall be rounded to the nearest’. 10/-.

Value of the Work (Tender value)

EMD

For works estimated to cost upto Rs.1crore.

2% of the estimated cost of the work.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 17

For works estimated to cost more than Rs.1crore.

Rs.2 Lakhs plus ½%(Half percentage)of the excess of the estimated cost of the work beyond Rs. 1 crore.

3.2 The Tender must be submitted accompanied by a sum equivalent to the amount mentioned in the tender.

i) Payment of the Earnest Money Deposit of requisite amount through Net Banking or Payment Gateway only as available on IREPS portal shall be accepted.

ii) Earnest Money in shape of Bank Guarantee bond, Pay Orders, FDR etc will not be accepted.

3.3 In case the requisite Earnest Money is not deposited through Net Banking or Payment Gateway only, the Tender will be rejected.

3.4 Tender without requisite Earnest Money Deposit will not be considered and the tender will be summarily rejected.

3.5 The Tenderer(s) shall hold the offer open for a minimum period of days as mentioned in the NIT HEADER of the TENDER DOCUMENT from the scheduled date of closing of Tender. It is understood that the Tenderer(s) is/are being permitted to tender in consideration of stipulation on his/their part that after submitting his/their offer, he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to the Chief Administrative Officer(C)/Chief Electrical Engineer(C)/Dy CEE/Con of the E. Co. Railway. Should the Tenderer(s) fails to observe or comply with the foregoing stipulations, the amount deposited as Earnest Money for the due performance of the above stipulation shall be forfeited by the railway. If the Tender is accepted, the amount of Earnest Money will be retained towards part of Security Deposit for the due and faithful fulfilment of the contract.

3.6 The Earnest Money of the Unsuccessful Tenderer(s) as here in before provided will be returned to the Unsuccessful Tenderer(s) but the Railway shall not be responsible for any loss or depreciation that may happen to the Earnest Money for the due performance of the stipulation to keep the offer open for the period specified in the offer or to the Earnest Money while in their possession, nor be liable to pay interest thereof.

3.7 The Earnest Money deposited by the successful Tenderer(s) will be retained towards the part of Security Deposit for the due and faithful fulfilment of the Contract but shall be forfeited if fails to submit the performance guarantee of stipulated amount within 30 (thirty) days [or extended further up to 60 (Sixty) days with stipulated interest thereon] after issue of letter of acceptance to that effect, or fails to commence the work within 15(fifteen) days from issue of letter of acceptance.

3.8 It is the responsibility of the contractor while submitting FDR along with the tender as PG to ensure that FDR obtained from the issuing bank are with automatic renewal facility so that when the FDRs become due for renewal there will be no need to part with those FDR lodged for safe custody. Railway administration will not be responsible for loss of interest to the contractor if he fails to-comply this while submitting FDR along with tender.

4. CARE IN SUBMISSION OF TENDERS:

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 18

(a)(i) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in Clause-37 of the Standard General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

(ii) Tenderers will examine the various provisions of The Central Goods and Services Tax Act, 2017(CGST)/Integrated Goods and Services Tax Act, 2017(IGST)/Union Territory Goods and Services Tax Act, 2017(UTGST)/ respective state’s State Goods and Services Tax Act(SGST) also, as notified by Central/State Govt & as amended from time to time and applicable taxes before bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC) likely to be availed by them is duly considered while quoting rates.

(iii) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details required under CGST/IGST/UTGST/SGST Act to railway immediately after the award of contract, without which no payment shall be released to the contractor. The contractor shall be responsible for deposition of applicable GST to the concerned authority.

(iv) In case the successful tenderer is not liable to be registered under CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST from his/their bills under reverse charge mechanism (RCM) and deposit the same to the concerned authority.

(b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorised to enter into commitments on their behalf.

(c) The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognise such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

5. DOCUMENTS AND OTHER CONDITIONS

5.1 The submission of offer in the e-tender by a tenderer(s) shall be deemed to imply and taken as indicating that he has read, understood and abide by the conditions stated therein and the USSOR 2010 with “Indian Railways Unified Standard Specifications” (Vol-I & II) 2010 and Indian Railway Standard General Condition of Contract-2014 including correction slips issued up to the date of closing of tender.

5.2 A certificate may be uploaded along with the offer that the Tenderer(s) has/have gone through all the conditions of contract and rates, specifications, etc. embodied in USSOR 2010 with “Indian Railways Unified Standard Specifications” (Vol-I & II) 2010 and Indian Railway Standard General Condition of Contract-2014 with correction Slips up to the date of closing of the tender.

5.3 The certificates of completion of work and work under progress in support of the execution of similar type of work mentioned in the tender must be uploaded along with the offer issued by the concerned authority of any Government/Semi Government organization under whom the work executed. The certificate should

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 19

contain name of work, agreement/work order No, value of the work, date of award, date of completion, total amount paid.

5.4 When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf.

5.5 If the Tenderer(s) expires after the submission of his/their Tender or after the acceptance of his/their Tender, the Railway shall deem such Tender cancelled. If a partner of a Firm expires after submission of their Tender or after the acceptance of their tender, the Railway shall deem such Tender as cancelled unless the Firm retains its character legally acceptable.

5.6 If the Tenderer(s) deliberately gives/give wrong information in his/their Tender or

creates/create circumstances for the acceptance of his/their Tender, Railway

reserves the right to reject such tender at any stage.

5.7 The copies of the following documents should be uploaded along with the offer. (a) List of personnel, organization available on hand and proposed to be

engaged for the subject work. (b) List of Plant & Machinery available on hand (own) and proposed to be

inducted (own and hired to be given separately) for the subject work. 5.8 The authority for the acceptance of the Tender will rest with the Railway. It shall

not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their tender nor the Railway undertake to assign reasons for declining to consider or reject any particular tender or tenders. The Railways reserve the right to accept the Tender either for the full quantity of work or part thereof or divide the works amongst more than one Tender without assigning any reasons for any such actions.

5.9 Should a Tenderer(s) find discrepancies in or omission from the drawings or any of the Tender Forms, or should be in doubt as to their meanings, he/they should at once, notify the authority inviting the Tender who may send a written instructions to all Tenderer(s). It should be understood that every endeavour has been made to avoid any error which can naturally effect the basis of the Tender and the successful Tenderer(s) shall take upon himself/themselves and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

5.10 The documents submitted by Tenderer(s) online and generated/downloaded by Railway Authority shall become the property of the Railway and the Railway shall have no obligation to return the same to the Tenderer(s). (a) Before submitting a Tender, the Tenderer(s) will be deemed to have

satisfied himself/ themselves by actual inspection of the site and locality of the work that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he/they enters/enter in the Tender Forms are adequate and all inclusive, in accordance to the provisions in Clause–37 (Pt-II) of the Indian Railway Standard General Conditions of Contract-2014 as amended and corrected from time to time for the completion of works to the entire satisfaction of the Engineer-in-charge.

(b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 20

(c) The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

5.11 The successful Tenderer(s) shall be required to execute an Agreement with the President of India acting through the East Coast Railway for carrying out the work according to General Conditions of Contract, Special Conditions/Specifications annexed to the tender and specifications for work and materials as laid down in Indian Railways Unified Standard Specifications (volume-I & II)-2010 as amended/corrected up to the date of closing of tender.

5.12 The Tenderer(s) whose tender is accepted shall appear at the office of the General Manager/Chief Administrative Officer (Con)/Chief Electrical Engineer (Con)/Dy. Chief Electrical Engineer (Con), E Co Railway, as the case may be in person or in case of a Firm or Corporation, a duly authorized representative thereof shall so appear to execute the Contract documents within 7 days after receipt of notice issued by Railway that such documents are ready. Failure to do so shall constitute breach of the Agreement effected by the acceptance of the Tender in which case the earnest money accompanying the tender shall be forfeited by the Railway without prejudice to any other rights or remedies.

5.13 In the event of any tenderer whose tender is accepted shall refuse to execute/does not execute the contract documents as here in before provided, the Railway may determine that such tenderer(s) has/have abandoned the contract and there upon his/their tender and acceptance letter thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of earnest money and to recover the damages for such default as per Clause No. 62(pt-II) of Indian Railway Standard General Conditions of Contract-2014 corrected/amended up to the date of closing of tenders.

5.14 In case of non-acceptance of a tender by the Railway Administration for any reason whatsoever, the Tenderer(s) cannot claim for any expenses incurred by him/them in submitting the Tender for the work or for any other account.

5.15 Where there is any conflict between the instructions to Tenderers, Special Conditions with stipulation and Conditions in these tender particulars in one hand, Indian Railway Standard General Conditions of Contract-2014 and Indian Railway Unified Standard Specifications (Vol-I & II)-2010 with corrections slips issued up to the date of closing of tender on the other hand, the former shall prevail. Further, any note appearing under a particular schedule shall prevail over the instruction to tenderer, special condition, additional special condition and a note under particular item shall PREVAIL OVER ALL.

5.16 All the works included in the tender/contract shall be completed in all respect within the time specified in tender document.

5.17 Unusual terms and conditions in offers are liable to be ignored. 5.18 These instructions to the Tenderer(s) shall be deemed to form a part of the tender

document.

*******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 21

CHAPTER-5

SPECIAL CONDITIONS OF CONTRACT

1. GENERAL:

1.1 Principal items of works to be carried out by the tenderer/contractor are as noted in the tender document.

1.2 The quantities of works to be carried out by the tenderer/contractor will be as mentioned in the work order/Agreement.

1.3 The approximate value of the work is specified in the Tender Notice/Agreement.

1.4 Plans for the works as may be available, may be inspected in the Office of the concerned Chief Electrical Engineer(Con)/E.Co.Railway/ Chandrasekharpur/ Bhubaneswar or in the office of the concerned Dy. Chief Electrical Engineer(C)/VSKP.

1.5 (i) The successful tenderer/contractor will have to maintain all works excepting earth work, supply of ballast and turfing for a period of 12 (Twelve) Calendar months unless otherwise specified from the certified date of completion without any extra cost to the Railway.

(ii) In case of P.Way works, the contractor shall maintain the same till six months from completion of the work or till allowing regular train services on the track whichever is earlier.

1.6 No Mobilisation, Machinery or any other advances will be allowed for this work.

1.7 All the works included in the tender/contract shall be completed within the time specified in the tender/agreement.

1.8 The additional special conditions dealt in the document, Instructions to Tenderer(s) and the stipulations made in the Schedules of items of works shall govern the works under this contract, in addition to and/or in part super session of the USSOR 2010 with “Indian Railways Unified Standard Specifications” (Vol-I & II) 2010 and Indian Railway Standard General Conditions of Contract-2014 corrected up to date of closing of tender.

1.9 Where there is any conflict between the Instructions to Tenderer(s), Additional Special Conditions of Contract and the stipulations contained in the Schedules of Items quantities and rates on the one hand and the USSOR 2010 with “Indian Railways Unified Standard Specifications” (Vol-I & II)2010 and Indian Railway Standard General Conditions of Contract-2014 corrected up to date of closing of tender on the other, the former shall prevail.

1.10 Any notes appearing in the Schedule of Quantities and Rates will take precedence over Additional Special Conditions of Contract and also GENERAL CONDITIONS OF CONTRACT and STANDARD SPECIFICATIONS. The Railway will take for granted that Tenderer(s) has/have acquainted himself/themselves with all terms and words used in the tender before submitting the tender.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 22

1.11 Any specifications/conditions stated by the Tenderer(s) in offer submitted by him/them along with the tender shall be deemed to be a part of the contract only to such an extent as has been expressly accepted by the Railway.

1.12 All measurements, methods of measurements, meaning and item of specifications and interpretation of Special Conditions of Contract given and made by the Railway or by the Engineer on behalf of the Railway shall be final and binding and shall be considered as “excepted matters” in terms of Clause 63 of INDIAN RAILWAY STANDARD GENERAL CONDITIONS OF CONTRACT-2014 corrected up to date of closing of tender.

1.13 Any change in the address of the contractor shall be forthwith intimated in writing to the Railways. The Railway will not be responsible for any loss or inconvenience suffered by the contractor on account of his failure to comply with this.

1.14 The Railway Administration reserves the right to alter the detailed plans and sections and to carry out minor alterations in the plans resulting in the corresponding increase/decrease in the quantity of work without being liable to pay enhanced rates for the work and to allow extra time for completion of the work.

2. VARIATION IN CONTRACT QUANTITIES:

The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:-

2.1 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this no finance concurrence would be required.

2.2 In case of increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions.

(a) Operation of an item by more than 125% but up to 150% of the agreement quantity needs the approval of an officer of the rank not less than S.A.Grade or Higher Grade without finance concurrence. (Ref: Rly. Board’s Lr. No. 2007/CE-I/CT/18/Pt. XII dtd. 08.07.2016)

(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.

(ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender.

(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the individual items of the contract and not on the overall contract value.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 23

(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO/FA&CAO(C) and approval of General Manager.

2.3 In cases where decrease is involved during execution of contract:

a) The contract signing authority can decrease the items upto 25% of individual item without finance concurrence.

b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of S.A.Grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with prior finance concurrence giving detailed reasons for each such decrease in the quantities.

c) It should be certified that the work proposed to be reduced will not be required in the same work.

2.4 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

2.5 No such quantity variation limit shall apply for foundation items.

2.6 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rates (single percentage rate or individual item rate).

2.7 For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

2.8 For tenders accepted by General Manager, variation up to 125% of the original agreement value may be accepted by General Manager.

2.9 For tenders accepted by Board Members and Railway Ministers variations up to 110% of the original agreement value may be accepted by General Manager.

2.10 The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. As a result of variations, a contract value shall be considered “vitiated” only when, the following percentage variation in contract value between tenderers are noticed to have been exceeded. SN Value of contract Percentage difference between

present Contractor and new L-1 as a result of variation (percentage shall be calculated with base as the revised contract quantities multiplied by the rates of the present contractor)

1 Small value contracts (Tender Value less than Rs. 50 lakh)

10

2 Other than small value contracts (Tender Value equal

5

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 24

to or more than Rs. 50 lakh)

2.10.1 When the percentage difference between present contractor and new L-1 is

noticed as becoming beyond the values specified above, the following action

shall be taken.

The Railway administration should immediately examine whether it is

practicable to bring in a new agency to carry out the extra quantity of work

keeping in view the progress of the work in accordance with the original

contract and the nature and lay-out of the work. If it is found that there will be

no serious practical difficulty in meeting the additional quantity of work done

by another agency, then fresh tenders for the extra quantity may be invited

otherwise negotiating the rate with the existing contractor for arriving at a

reasonable rate for the additional quantities of work, may be adopted.

2.10.2 The above shall be regulated as under:-

a) The case shall be decided by the tender accepting authority (competent for

the revised quantity) and shall not be treated as a case of single tender. The

provisions of Railway Board letter No.2007/CE-I/CT/18/Pt.XII Dt.31.12.2010

hereby gets supersede.

b) These instructions will be similarly applicable to earning contracts with H-

1: H-2 substituted for L-1, L-2 and so on.

c) Executives while executing the work shall make all efforts to ensure that

no vitiation takes place in normal circumstances. Vitiation should be an

exception rather than a routine affair. Efforts should be made to invite bids

on the basis of percentage above/below/at par.

d) Vitiation should always be computed with respect to the items, rates,

quantities and conditions as available at the time of Tender Opening and

subsequent changes additions by way of new items will not be counted for

computing vitiation.

2.11 Qualifying/Eligibility criteria of eligible tenderers has to be deliberated for comparison of the cost of work during variation for checking of vitiation.

3 AGREEMENT:

3.1 All expenses in drawing up the agreement and the cost of stamp duty, if any, shall be borne by the Railway Administration.

3.2 Should the successful Tenderer/Contractor on the list of approved contractor have a relative or relatives or in the case of firm or company or contractors one or more of its shareholders or a relatives of the shareholder(s) employed in the gazetted capacity in the Engineering Department of the East Coast Railway, the authority executing the contract shall be informed of the fact at

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 25

the time of execution of the contract, failing which the contractor may be dis-qualified, or such facts subsequently comes to light, the contract may be rescinded in accordance with the provisions in Clause-62 of the Indian Railway Standard General Conditions of Contract-2014 corrected up to date of closing of tender.

3.3 Should the successful Tenderer/Contractor find that his relative has/have obtained an employment in gazetted capacity in the Engineering Department of the East Coast Railway, subsequent to the execution of the agreement or in the case of a firm or company of contractors, one or more of its shareholders or relative or relatives of the shareholder(s) got employed in the gazetted capacity in the Engineering Department of the East Coast Railway, subsequent to the execution of the agreement, the successful tenderer/contractor shall inform the authority executing the contract of this fact, failing which the successful tenderer/contractor may be dis-qualified or if such fact subsequently come to light, the contract may be rescinded in accordance with the provision in Clause-62 of the Indian Railway Standard General Conditions of Contract-2014 corrected up to date of closing of tender.

3.4 (a) Should a Tenderer/Contractor be a retired Engineer of the Gazetted Rank or any other Gazetted Officer working before his retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not, in the Engineering Department of any of the Railways owned and administrated by the President of India for the time being, or should a tenderer/contractor being partnership firm have as one of its partners retired Engineer or retired Gazetted Officer as aforesaid, or should a tenderer/contractor being an incorporated company have any such retired Engineer or retired Officer as one of its Directors, or should a tenderer/contractor have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or Gazetted Officer from the said service and in case where such Engineer or officer had not retired from Government service at least 2years prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take the employment under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President of India or any officer, duly authorised by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected.

(b) Should a tenderer or contractor being an individual on the list of approved Contractors, have a relative(s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in the Engineering department of the East Coast Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the Indian

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 26

Railway Standard General Conditions of Contract-2014 corrected up to date of closing of tender.

3.5 If it is detected at any stage during the currency of contract/Agreement that any document produced by the contractor during submission of his/ their tender related to finalisation of his/their tender and/or during execution of work is/are found wrong/false, the contract will be terminated with forfeiture of Earnest Money deposit/Security deposit (as the case may be) without any further correspondence with the contractor(s).

4. PASSES

4.1 No free Railway passes shall be issued by the Rly. to the contractor or any of his employee/worker.

5 Partnership deeds, Power of Attorney Etc:

5.1 The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of partnership deed along with the tender and authorisation to sign the tender documents on behalf of partnership firm. If these documents are not enclosed alongwith tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognise such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

5.2 The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, co-ordinate measurements through contractor’s authorised engineer, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No claim Certificate” and refer all or any disputes to arbitration.

6. DISSOLUTION OF CONTRACTOR’S FIRM:

6.1 If the contractor’s firm is dissolved due to death or retirement of any partner or for any reasons whatsoever before fully completing the whole work or any part of it undertaken by the Principal agreement, the partners shall remain jointly, severally and personally liable to complete the whole work to the satisfaction of the Railway and to pay compensation for loss sustained, if any, by the Railway due to such dissolution. The amount of such compensation shall be decided by the General Manager of the Railway and his decision in the matter shall be final and binding on the contractor(s).

7. DEPLOYMENT OF PLANT AND MACHINERY:

7.1 The deployment of plant and machinery including moving machines shall be such as not to infringe or cause damage to Railway track or any other Government or private properties. Operation of such equipment involving

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 27

infringement to moving dimensions prescribed in the Hand book of the Schedule of Dimensions of the Railway shall not be undertaken without the prior approval of the Engineer-in-charge. For any loss or damage resulting from violation of this clause the contractor(s) shall be wholly responsible.

7.2 It should clearly be understood that it is entirely the successful tenderer(s)/contractor(s) responsibility and liability to find, procure and use all machinery, tools and plants and their spare parts that are required for efficient and methodical execution of the work. Delay in procurement of such items due to their non-availability or import difficulties or any other cause whatsoever, will not be taken as an excuse for slow progress or non-performance of the work.

8. HIRING OF RAILWAYS PLANT & MACHINERY:

8.1 The Railway Administration may have at their disposals for hire to successful tenderers / contractors a certain number of such plant as concrete mixtures, compressors and portable engines for use during execution of the work, but it does not guarantee hiring of any such machines or will any claim or compensation be entertained due to Railway Administration’s inability to supply the machinery and plant or the conditions of the machinery and/or plant supplied by the Railway Administration shall not be taken as an excuse for slow progress or for non-performance of the work.

8.2 The Railway Administration shall charge the successful tenderer/contractor for hire of machinery and plant supplied to him/them. The rate of hire charges for the plant and machinery given by the Railway will be calculated on the following basis:-

(a) The cost of plant and machinery for the purpose of calculating the hire charges shall be its present day market value as on 1st April of the financial year in which the plant is given on hire plus 5% freight and 2% incidental charges to which supervision charges at 12.1/2 % on the total cost will be added.

(b) The hire charge per annum will be calculated at the following rates on the cost of the plant and machinery as per (a) above:

I) Interest at the ruling rate of dividend payable by the Railway to the Central Government.

II) Ordinary repairs and maintenance charges @ 5%. III) Special repairs and maintenance charges @ 10%. IV) Depreciation charges at the rates mentioned in para 3505 of the

I.R.W. & W. Manual (i.e. 16% for light, 10% for heavy and 6% for special type plant and machinery as classified in para 3502 of I.R.W.W.M.

V) An additional 10% on the total of (I) to (IV) above to meet the contingencies.

(c) The hire charges per day shall be arrived at by dividing the annual hire charges vide (b) above by 250. These hire charges will be payable from the day the plant is handed over to the hirer, to the day, it is returned by him to the Railway’s representative. If the plant remains out of order for reasons, beyond the control of the hirer or is sent for periodical overhaul such periods will not be counted for levy

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 28

of hire charges, provided a certificate to the effect is given by the Engineer.

The plant will be delivered from the Railway’s godown/stores depot and the contractor is to make his own arrangement for transporting the same at work site free of charges and will return at the same Railway’s godown/stores depot at his expenses.

(d) In case the contract is spread over a period of more than one year, the hire charges of the plant and machinery as arrived at on the above basis shall be operative during the currency of the contract.

8.3 The Railway shall reserve to itself the right to recall any plant/machinery without assigning any reasons by giving or at any time without notice in the event of its being required by the Railway for an unforeseen emergency. In either case, the Railway shall not be liable to pay any compensation to hirer for the loss that may be caused by the withdrawal of the plant.

8.4 While the machine(s) is/are in the possession of the contractor(s), he/they shall be responsible for seeing that any inspection certificate of license required under any Government Act is obtained in due time. The contractor shall also be responsible for seeing that all required precautions are observed in using the plants as well, and he shall be responsible for any accident which may occur from the use of the plant.

8.5 In case of lifting heavy consignments by cranes in connection with the work, charges for Railway cranes used will be levied against the successful Tenderer/Contractor as per the extant rules of the Railways.

8.6 The materials of the successful Tenderer/Contractor required for the execution of the work will have to be carried at the public rate of Railway freight and no concessional rate of Railway freight will be applicable. If called upon to do so the successful Tenderer/Contractor will be bound to state the source of supply of the materials to be used by him on the works. No. R.M.C. Notes or priority certificates will be issued for the carriage of tools, plant or any other materials belonging to the successful Tenderer/Contractor.

9. ISSUE OF MATERIALS:

9.1 If materials outside the contract are supplied for use on a work on the application of a contractor, the Engineer-in-charge of the work should specify in each case the rate to be charged, which should be the market rate prevailing at the time of supply or the issue rate whichever is higher,. Plus departmental charges which shall be computed as below:-Market rate or issue rate whichever is higher, plus freight 5%, incidental charges 2% and 12.1/2 % departmental charges to cover the cost of Supervision, Storage and interest on outlay.

9.2 (I): In case, cement and/or steel and/or other materials stipulated as per agreement are issued to the contractor(s) either free of cost or on cost to be recovered for use on the work, the supply thereof shall be made in stages limited to the quantity/ qualities computed by the Railway according to the prescribed specifications and approved drawing as per the agreement. The cement and/or Steel and/or other materials issued in excess of the requirement(s) as above, shall be returned in perfectly good condition by the contractor to the Railway immediately after completion or determination of the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 29

contract. If the contractor fails to return the said stores, then the cost of cement and/or steel and/or other materials issued in excess of the requirement as computed by the Railway according to the specifications and approved drawings, will be recovered from the contractor(s) at twice the prevailing procurement cost at the time of last issued, viz. 2X (purchase price + 5% freight only).

If it is discovered that the quantity of cement and/or Steel and/or other materials used is less than the quantity ascertained as herein before provided, the cost of the cement and/or Steel and/or other materials not so used shall be recovered from the contractor(s) on the basis of the above stipulated formula.

The contractor shall not be entitled to cartage and incidental charges for returning the surplus materials issued as per contract or outside the contract on application, from and to the Stores where from they are issued. No lead will be paid for returning the empty cement bags.

(II): The provisions of the fore-going sub-clause shall in addition to cement and other materials apply in the case of steel reinforcement or structural steel section, except that the theoretical quantity of steel shall be taken as the quantity required as per design or as authorised by the Engineer-in-Charge including authorised laps.

9.3 The materials issued to contractor but remaining unused and in perfectly good condition at the time of completion or determination of the contract shall be returned to the Engineer-in-Charge at a place where directed by him.

9.4 In case the contractor fails to return the unused or excess materials supplied outside the contract as per para 9.1 above, over the requirement as calculated, the cost as arrived at in para 9.1 above, increased by 100% will be charged and recovered from the contractor’s dues without prejudice the provision of the relevant conditions regarding return of materials governing the contract.

10. STORAGE OF RAILWAY MATERIALS:

10.1 The Contractor shall make his own arrangements at the site of work for the safe storage and custody of Railway material issued to him. Such Railway materials issued to the Contractor and stored at the site of work shall be opened for inspection by the Engineer-in-charge or his representative at any time.

10.2 Contractor’s sheds, stores, camp office, yard etc., for stacking Railway materials shall be located in the Railway premises only at the locations approved by the Engineer-in-charge. The land available will be given on standard charge fixed by the Railway for the period of construction only. On completion of work, he shall leave the site free of all structures, debris etc. non-compliance of same the Engineer-at-site will decide the amount to be deducted from payment due to the contractor(s) and this shall be final & binding on the contractor(s).

11. OCCUPATION AND USE OF LAND:

No land belonging to or in the possession of the Railway shall be occupied by the Contractor without the permission of the Railway. The Contractor shall not

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 30

use, or allow to be used, the site for any purposes other than that of executing the works. Whenever Non-Railway bodies/persons are permitted to use Railway premises with competent authority’s approval. Conservancy charges as applicable from time to time may be levied.

12. FORCE MAJEURE CLAUSE:

Applicable as per Clause 17 of Part-II of Indian Railway Standard General Conditions of Contract-2014 corrected up to date of closing of tender.

13. NIGHT WORK:

13.1 No work shall be carried out between sunset and sunrise without previous permission of Engineer-in-charge.

13.2 If the Engineer-in-charge is satisfied that the work is not likely to be completed in time except by resorting to night work, he may order the Contractor(s) to carry out the works even at night without conferring any right on the contractor for claiming any extra payment for the same. All arrangements in this connection shall be made by the Contractor at his own cost.

14. SERVICE ROADS:

14.1 No new facilities such as roads, level crossing, etc. other than those already in existence will be made available to the tenderer(s)/Contractor(s).

14.2 The successful tenderer(s)/Contractor(s) shall make his own arrangements at his own cost for the construction of service roads within the Railway land for the transport of materials. No separate payment shall be admissible to the Successful Tenderer(s)/Contractor(s) for the construction of such road or its repairs and maintenance. The Successful Tenderer(s)/Contractor(s) shall make his own arrangement at his own cost for the construction of any Service Roads outside the Railway land or for the use of any of the existing roads outside the Railway land, required for the transport of materials for the construction of such roads, its repair or maintenance and the successful tenderer(s)/Contractor(s) shall be responsible for payment of road taxes, toll charges, octroi duty, etc. if any. The Railway will have right to use the service roads at all times without any payment to the successful Tenderer(s)/Contractor(s).

14.3 Existing roads or water courses shall not be blocked, cut through, altered, diverted or obstructed in any way by the Contractor, except with the permission of the Engineer, All compensations claimed for any unauthorised closure, cutting through, alteration, diversion or obstruction to such roads or water courses by the Contractor or his agent or his staff shall be recoverable from the Contractor by deduction from any sums which may become due to him in terms of contract, or otherwise according to law.

15. WATER SUPPLY:

15.1 Water required for all the works shall be arranged by the contractor at his own cost. No arrangements will be made by the Railway Administration for supplying water to the Contractor either for drinking purpose or execution of work free of cost. Rate quoted shall include the cost of arranging water supply and no separate payment will be made to the contractor on account of water charges.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 31

15.2 The Railway may supply if any surplus water available from its own sources to the Contractor part or whole of the quantity of the water required for the execution of works from the Railway’s existing water supply system at or near the site of works on specified terms and conditions and at such charges as shall be determined by the Railway and payable by the Contractor, provided that the Contractor shall arrange, at his own expense, to effect the connections and lay additional pipe lines and accessories on the site and that the Contractor shall not be entitled to any compensation for interruption or failure of the water supply.

16. ELECTRICITY:

16.1 Any electric supply required at site for whatsoever purpose shall be arranged by the Contractor/s. The contractor/s shall be responsible for the arrangements for obtaining electric supply at his/their own cost and rates quoted shall include the cost of providing electric supply arrangements required for the work.

16.2 The Railway may supply to the Contractor part or whole of the electric power wherever available and possible, required for execution of works from the Railway’s existing electric supply systems at or near the site of works on specified terms and conditions and such charges as shall be determined by the Railway and payable by the Contractor provided the cost of arranging necessary connections to the Railway’s Electric Supply systems, and laying of underground/overhead conductor, circuit protection, electric power meters, transmission structure, shall be borne by the Contractor and that the Contractor shall not be entitled to any compensation for interruption or failure of the Electric supply system.

16.3 If required by Contractor/s, the Railway administration may give required assistance in recommending to State Electricity Board for giving necessary electric connection to the Contractor for execution of works.

17. LOSS OF WORK ORDERS:

17.1 If the original work order issued to the contractor is lost by him for any reason whatsoever and the Contractor demands for supply of a duplicate of the same, a penal levy of Rs. 10/- (ten only) for each work order shall be imposed on him for the issue of a duplicate copy.

18. ROYALTY FOR MATERIALS COLLECTED FROM UNDER RAILWAY LAND:

18.1 If and when the contractor quarries and/or collects materials from or from under Railway land for the purpose of supply of materials and or of work under an agreement based on special rates obtained for various items of work or supplies, he shall be liable to pay to the Railway a royalty at the flat rates hereinafter set out. Such royalty shall be recovered by deduction from the contractor’s bill for the supply of materials and or work done under this agreement or from any other sums due to him from the Railway, at the rate prescribed by the State Government authorities and in force during the period the contract is current.

18.2 In case of contracts entered into at specified percentage on Schedule of Rates 1992/USS0R-2010, Volume-I, the royalty rate as fixed in the preceding

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 32

para for materials extracted from Railway land will be subjected to tender increase or decrease and will be calculated as under:

Gross value payable as per Schedule of Rates 1992/USSR-2010: X

Royalty leviable as per above : Y

Tender premium : Z

Net payment : (X-Y) + (X-Y) Z

18.3 Stores and other materials obtained from the dismantling of any structures within the Railway land and used as building stone pitching or breaking into ballast and stone chips etc., may be used by the successful Tenderer/Contractor on payment of appropriate rate as per Schedule of Rates increased/decreased by the Tender percentage accepted for miscellaneous works, treating the materials as belonging to the Railway.

19. Employment of Graduate Engineers/Diploma Holders by Contractor:

The contractor shall be responsible to ensure compliance with the provision of the Apprentices Act, 1961 and the Rules and Orders issued from time to time in respect of Apprentices directly or through petty Contractors or Sub-Contractors employed by him for the purpose of carrying out the Contract. If the Contractor directly or through Petty Contractors or Sub-Contractors fails to do so, his failure will be a breach of the Contract and the Railway may in its discretion, rescind the contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation of the provision of the Act.

NOTE: The Contractors are required to engage apprentices when the work(s) is/are undertaken by them last for a period of one year or more and/or the cost of work is Rs. One lakh or more.

Provision of Efficient and Competent Staff at work sites by the Contractor as per Clause 26 of IRSGCC-2014.

19.1 The Contractor shall place and keep on the works at all times efficient and competent staff to give the necessary directions to his workmen and to see that they execute their work in sound and proper manner and shall employ only such supervisors, workmen and labourers in or about the execution of any of these works as are careful and skilled in the various trades.

19.2 The Contractor shall at once remove from the works any agents, permitted sub-contractor, supervisor, workman or labourer who shall be objected to by the Engineer and if and whenever required by the Engineer, he shall submit a correct return showing the names of all staff and workmen employed by him.

19.3 In the event of the Engineer being of the opinion that the Contractor is not employing on the works a sufficient number of staff and workmen as is necessary for the proper completion of the works within the time prescribed, the Contractor shall forthwith on receiving intimation to this effect deploy the additional number of staff and labour specified by the Engineer within seven days of being so required and failure on the part of the Contractor to comply with such instructions will entitle the Railway to rescind the contract under Clause 62 of these conditions.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 33

19A Deployment of Qualified Engineers at work sites by the Contractor as per Clause 26A of IRSGCC-2014.

19A.1 The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma Holder Engineer, based on value of contract, as may be prescribed by the Ministry of Railways through separate instructions from time to time.

19A.2 In case the contractor fails to employ the Engineer, as aforesaid in Para 19A.1, he shall be liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways through separate instructions from time to time for the default period for the provisions, as contained in Para 19A.1.

19A.3 No. of qualified engineers required to be deployed by the Contractor for various activities contained in the works contract shall be specified in the tender documents as ‘special condition of contract’ by the tender inviting authority.

NOTE:

1. Contractor shall also employ following Qualified Engineers during execution of the allotted work : (a) One Qualified Graduate Engineer when cost of work to be executed is

Rs.200 lakh/Rs.2.0 Crore and above, and (b) One Qualified Diploma Holder Engineer when cost of work to be

executed is more than Rs.25 lakh, but less than Rs.200 lakh/Rs.2.0 Crore.

2. Further, in case the contractor fails to employ the Qualified Engineer, as aforesaid in para 1 above, he, in terms of provisions of Clause 19A.2 (i.e 26A.2 to the Indian Railway Standard General Conditions of Contract), shall be liable to pay an amount of Rs.40, 000 and Rs.25, 000 for each month or part thereof for the default period for the provisions, as contained in Para 1(a) and 1(b) of NOTE above respectively.

3. Provision for deployment of Qualified Engineers (Graduate Engineer or Diploma Holder Engineer) shall be for the values as prescribed above. However, for the works contract tenders, if it is considered appropriate by the tender inviting authority, not to have the services of qualified engineer, the same shall be so mentioned in the tender documents by the concerned Executive with the approval of Officer not below the level of SAG Officer, for reasons to be recorded in writing.

4. For track related contractual works of values as specified above individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also be considered as qualified Diploma Holder Engineers and Contractors for track contract works can employ such individuals at their work site on Indian Railways. (Ref: Railway Board letter No. 2012/CE-I/CT/0/20 dtd. 12.07.2013).

20. EMPLOYMENT OF RAILWAY’S SURPLUS LABOUR BY CONTRACTOR:

20.1 The contractor may be required to engage surplus / retrenched casual labour of the E. Co.Rly if found suitable up to the extent of twenty persons for each lakh or part of the value of the contract during the currency of contract. The terms of the employment between such labour and the contractor may be on mutual agreed forms, subject to the statutory provisions contained in the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 34

labour regulations and enactments. The contractor shall indemnify the Railway against any claims arising out of employment of such labour and the Railway shall not be a party to any disputes etc., arising out of the employment of such labour by the contractor.

20.2 The contractor shall engage local labour for unskilled work as far as possible and practicable. The Bonded Labour System (Abolition) ordinance 1975 and modifications there in from time to time apply to the present contract. The contractor shall duly observe the provision there of.

21. COMPLIANCE TO THE PROVISIONS OF DIFFERENT ACTS:

The contractor shall comply with the provision of

i) Minimum Wages Act 1948.

ii) Apprentices Act 1961.

iii) Payment and Wages Act 1936.

iv) Contract Labour (Regulation and Abolition) Act 1970. v) Contract Labour (Regulation and Abolition) Central Rules 1971.

vi) Provisions of Employees Provident Fund & Miscellaneous Provisions Act, 1952.

vii) Workmen’s Compensation Act. viii) Mines Act-1952. ix) The building and other construction workers Act -1996. x) The building and other construction workers welfare con Act-1996.

And the rules and orders issued from time to time for all the above acts.

22. PRICE VARIATION CLAUSE (PVC)

Applicability of Price Variation Clause is as mentioned in Top Sheet.

23. DAMAGES BY ACCIDENTS/FLOODS/RAINS/CYCLONES, ETC.

23.1 The Contractor(s) shall take all precautions against damages from accidents, floods or tides etc. No compensation shall be allowed to the contractor for his tools, plants, materials, machines and other equipments lost or damaged by any cause whatsoever. The Contractor(s) shall make good the damages to any structure, plant or materials of every description belonging to the Railway Administration, lost or damaged by any cause during the course of construction work.

23.2 The Railway Administration will not be liable to pay the contractor any charges for rectification or repairs which may have occurred from any cause whatsoever, to any part of the new structures during currency of contract.

24. SETTING OUT OF WORKS:

24.1 The contractor shall be responsible for the correct setting out of all works in relation to original points, lines and levels of reference at his cost. The Contractor shall execute the work true to alignment, grade, levels and dimensions as shown in the drawing and as directed by the Engineer’s representative and shall check these at frequent intervals. The Contractor shall provide all facilities like labour and instruments and shall cooperate with the Engineer’s representative to check all alignments, grades, levels and

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 35

dimensions. If, at any time, during the progress of the works any error shall appear or arise in any part of the work, the Contractor, on being required so to do by the Engineer’s representative shall, at his own cost rectify such errors, to the satisfaction of the Engineer’s representative. Such checking shall not absolve the Contractor of his own responsibility of maintaining accuracy in the work. The Contractor shall carefully protect and preserve all bench marks, sight rails, pegs and other things used in setting out the work.

25. MAINTENANCE PERIOD:

25.1 The maintenance period in terms of Clause 47 & 48 of the INDIAN RAILWAY STANDARD GENERAL CONDITIONS OF CONTRACT-2014 corrected up to date of closing of tender shall be Twelve months from the date of issue of completion certificate for all works except earth work and supply of ballast.

26. ANTILARVAL WORK:

26.1 During execution of the works against this contract the Contractor(s) shall be responsible for antilarval work at his/their own cost.

27. NON-ITEMIZED WORKS:

27.1 Where item not covered by the schedules are to be executed, the rates for such non-itemised works shall be negotiated before commencement of such work or to be got executed through any other agency by the Railway at the discretion of the Railway Administration.

28. TIME IS THE ESSENCE OF CONTRACT:

28.1 Time is the essence of contract. All the works are required to be completed in all respects as stipulated by the Railway within the completion date. Progress shall be maintained strictly in accordance with the programme given by the Contractor and accepted by the Engineer-in-charge from time to time as per the programme chart as per (BAR/CE/PERT chart) as will be finalised.

28.2 Failure on the part of the contractor to complete the works in the date stipulated in the Agreement for completion of respective works will entitle the Railway Administration to impose penalty on the contractor in terms of Indian Railway Standard General Conditions of Contract-2014, as given in Part-I & II together with its correction slips issued up to the date of opening of tender.

28.3 If the work is terminated during execution of the work, in accordance with the prescribed conditions of Clause-61 and/or 62 of General Conditions and any other relevant Clause appearing in the Indian Railway Standard General Conditions of Contract-2014 with the correction slips issued upto the date of closing of tender, the Railway Administration reserves the right to invite fresh tenders for the whole or any portion of the work.

29. INCENTIVE BONUS PAYMENT CLAUSE FOR WORKS RELATING TO THROUGHPUT ENHANCEMENT WORKS COMING UNDER PLAN HEADS “DOUBLING” and “TRAFFIC FACILITIES”.

(i) The incentive bonus payable shall not be more than 1% of the initial contract value or revised contract value whichever is less for every one month of early completion ahead of the original completion period or revised completion period whichever is less.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 36

(ii) The maximum incentive payable shall not be more than 6% of the original contract value or revised contract value whichever is less.

(iii) This incentive scheme shall not apply if extension to the original completion period is given irrespective of on whose account (Railway’s account or contractor’s account).

(iv) Period less than a month will not be reckoned for the incentive bonus calculation.

30. LEAD & LIFT ON CONTRACTOR’S MATERIALS:

30.1 No lead and lift for the contractors materials is payable for the works executed under this contract or for the materials issued by the Railway mainly cement, steel, hume pipes, E.W. pipes, etc. unless otherwise specified.

31. ISSUE OF RAILWAY MATERIALS:

31.1 Only cement, steel or any other materials which if the Railway Administration is under obligation to supply for the specific items as considered necessary by the Railway Administration for the execution of works will be supplied by the Railway Administration free of cost. This material will be delivered from the nearest Railway store depot as directed by the engineer-in-charge and the contractor is required to make his own arrangements at his own cost for the carriage of the same to the site of work. This is, however, not applicable to works being carried out under USSOR 2010 with “Indian Railways Unified Standard Specifications.” Cement will normally be supplied in bags of nominal weight of 50 kg the volume of which shall be taken as 1.23 cft for all calculation purposes.

31.2 In case of free supply of cement in bags by the Railway, the Contractor(s) is/are required to carry from Railway Depots as stated in Clause-31.1 above at his/their own cost. The cost of the empty cement bags will be recovered at the rates fixed by Railway from time to time. Railway reserves the right to take back empty cement bags if will be required for use.

31.3 For the works carried out under the East coast Railway Unified Standard Schedule of Rates -2010, the cost of the transportation and handling of Railway’s materials will be paid to the contractor in accordance with the actual leads from the Railway’s godown at which the materials are supplied to the site of work at the appropriate rate of the schedule of rates increased or decreased by the percentage quoted by the contractor as per terms of SOR.

31.4 The materials referred to above shall be issued to the contractor as per actual requirements. The contractor/s has/have to return excess materials if any issued, to the Railway’s store depot in perfectly good condition to the railway at his/their own cost failing which the cost thereof shall be recovered from him/them at issue rates plus Railway’s freight, handling, loading, supervision and other incidental charges at rates fixed by the Railways. To this will have to be added an increase of 100%.

31.5 If during the course of execution of the work, the District engineer/Dy. Chief Engineer, in charge of the works consider it necessary to issue Railway materials in the interest of the Railway work i.e. to supply certain unforeseen materials not readily available in the market, the contractor will be paid at labour and materials rate and the cost of such materials will be recovered

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 37

from the contractor at the market rate or Railway’s issue rate whichever is higher plus 30.37%.

31.6 The contractor shall arrange GI binding wire for all reinforcement work at his own cost and the rate quoted by him shall be inclusive of this.

32. CUTTING/UPROOTING OF TREES.

32.1 No extra rate shall be paid for cutting or uprooting trees, grubbing root of trees or jungle clearance involved in any work under this contract.

32.2 The trees cut by contractor shall be property of the Railway.

32.3 If the section passes through forest land, the contractor or his labour is prohibited to cut the trees for the purpose of fire wood or for any other purpose. Cutting of trees as required under the items of works indicated in the tender schedules may be carried out strictly as directed by the Engineer-in-Charge of the work. Unauthorised cutting of trees will result in prosecution and imprisonment. It is the contractor’s responsibility to cause no damage to the forest growth and any fuel required by the Contractor for his own use or for the use by his labourers, or for the work shall be arranged by the Contractor at his own cost. The Contractor shall take this aspect into consideration while quoting the rates against the tender.

33. BLASTING.

33.1 The contractor has to make his own arrangements to get the necessary license/permits for storing and use of explosive. The contractor has to make his own arrangements for procurement of explosive and detonators required for the work. Wherever a cutting passes through or near OHE Transmission Line or near the villages, only controlled blasting is to be resorted to as per schedule. The guidelines for blasting as provided in Indian Railways Unified Standard Specifications (Works & Materials) Volume –I & II to be followed.

34. SECURITY DEPOSIT:

34.1 The Earnest Money deposited by the successful tenderer/contractor to be retained towards security deposit for the due fulfilment of the contract in terms of Clause-16 of the Indian Railway Standard General Conditions of Contract-2014 but shall be forfeited, if the contractor fails to execute the agreement within 30 (thirty) days after issue of letter of acceptance to that effect [or extended further up to 60 (Sixty) days with stipulated interest thereon] after issue of Acceptance letter to that effect or commence the work within 15(fifteen) days from the issue of the Acceptance Letter.

34.2 In the event of any tenderer whose tender is accepted shall refuse to execute/dose not execute the contract documents as here in before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and the acceptance there of shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the earnest money and to recover the damages for such default as per Clause No. 62 of Indian Railway Standard General Conditions of Contract-2014 corrected upto the date of opening of tender.

34.3 Unless otherwise specified in the Special Conditions, if any, the amount of Security Deposit, rate of recovery, mode of recovery shall be as under.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 38

(a) Security Deposit shall be 5% of the contract value. The Contractor may deposit the amount in cash with the FA & CAO (Con), E. Co. Railway, Chandrasekharpur, Bhubaneswar or recovery @ 10% may be made from running bills of the contract.

(b) The rate of recovery shall be at the rate of 10% of the bill amount till the full security deposit is recovered.

(c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

(d) In case of contracts of value Rs. 50 crore and above, irrevocable Bank Guarantee shall also be accepted as a mode of obtaining security deposit.

34.4 (i) Security Deposit shall be returned to the contractor after the expiry of the maintenance period and after passing the final bill based on “No Claim Certificate” from the contractor, based on the certificate of the Competent Authority. The certificate, inter-alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor(s) and that there is no due from the contractor to Railways against the contract concerned. Before releasing the Security Deposit, an unconditional and an unequivocal No Claim Certificate from the contractor concerned should be obtained.

(ii) After the work is physically completed, security deposit recovered from the running bills of a contractor shall be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

34.5 No interest will be paid on the said Earnest Money and the Security Deposit or amounts payable to the contractor under the contract.

35. RENEWAL OF DEPOSITS BY CONTRACTORS:

35.1 In the case of tenderer(s)/Contractor(s) depositing Earnest Money in the shape of deposit receipt, it shall be the responsibility of the Tenderer(s)/contractor(s) for renewal and revalidation of the currency period of the deposit receipt as required before the expiry of the currency periods. If the Tenderer(s)/Contractor(s) fails to do so, the loss of interest on the deposit receipt, if any, shall be solely on the Tenderer(s)/Contractor’s account and the Railway shall not in any way be liable and responsible for the loss of interest suffered by the Tenderer(s)/Contractor(s).

36. Performance Guarantee

The procedure for obtaining Performance Guarantee is outlined below:-

a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto the date of submission of PG from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG after 60 days from the date of issue of LOA, a notice shall be served to the contractor to deposit the PG immediately

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 39

(however not exceeding 90 days from the date of issue of LOA). In case the contractor fails to submit the requisite PG even after 90 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value.

(i) A deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government Securities including State Loan Bonds at 5 % below the

market value, (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds.

These forms of Performance Guarantee could be either of the State Bank of India or any of the Nationalised Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;

(vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) (viii)Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificates at 5 % below market value or at the face value

whichever is less.

Also FDR in favour of FA&CAO(Con), East Coast Railway, Bhubaneswar, (free from any encumbrance) may be accepted.

Note: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.

(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

(d) The value of PG to be submitted by the contractor will not change for variation up to 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor.

On the other hand, if the value of contract decreases by more than 25% of the original contract value, Performance Guarantee amounting to 5% (five percent) of the decrease in the contract value shall be returned to the contractor. The PG amount in excess of required PG for decreased contract value, available with Railways shall be returned to contractor as per the request duly safe guarding the interest of Railways. (Ref: Rly. Board’s Lr. No. 2016/CE-I/CT/1/PG dt. 27.06.2016)

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 40

(e) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

(f) Wherever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.

(g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

(i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer.

(iii) The contract being determined or rescinded under provision of the IRSGCC the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

(h) Specimen copy of standard BG format is given in the annexed document.

(i) “Bank Guarantee (BGs) to be submitted by suppliers/contractors should be sent directly to the concerned authorities by the issuing bank under Registered post with AD.

37. UTILIZATION OF RAILWAY STONES:

37.1 Notwithstanding the inclusion of some of the rates in the schedules with contractor’s stones/aggregate, the Contractor(s) shall utilize the Railway’s usable surplus stones, if available for use as such or by converting them into aggregate of sizes required. The cost of boulder shall be recovered for one cubic metre net of such stones as per the prevailing rate of the area or @ Rs. 375/- per cum or as may be decided by the Railway (after deducting 30% for voids). The Contractor(s) shall collect the boulders from locations within the limit of contract section wherever they are offered to him within the section limits. The rate per cubic metre net includes royalty, collection as required. The rate also includes loading, transportation of cut spoils which has to be done by the Contractors at his/their own risk and cost and the rate is towards the cost of cut stone available on “as is and where is basis”. The boulder issued to the Contractor(s) for the above purpose will be used only

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 41

for the works of the agreement and shall neither be disposed off nor be used for any other agreement.

38. REGISTRATION WITH LABOUR DEPARTMENT OF STATE GOVT:

The tenderer for carrying out any construction work in Odisha/Andhra Pradesh/Chhattisgarh must get themselves registered from the Registering Officer under Section-7 of the building and other construction workers (Regulation of Employment and Conditions of Service) Act 1996 and Rules made thereto. The tenderer shall be required to submit certificate of Registration issued from the Registering Officer of the Govt. of Odisha/Andhra Pradesh/Chhattisgarh (Labour Department). For enactment of this Act, the tenderer shall be required to pay cess @ 1`% of cost of construction work to be deducted from each bill. Cost of materials shall be outside the purview of cess, when supplied under a separate schedule item.

Accountal of Recovery:-

(I) The contractor bill amount shall be debited to concerned work and the recoverable amount of BOCW Cess @ 1% shall be credited under Suspense Head-Deposit Misc (BOCW Cess) before arranging payment to the contractor.

(II) Suspense Head-Deposit misc (BOCW Cess) shall be cleared/debited at the time of payment to respective BOCW Fund/Board by credit to the Suspense Head-Cheques & Bills.

39. ASSESSMENT OF ROCK REQUIRING BLASTING:

39.1 Assessment of quantities of rock requiring blasting shall be based on cross sectional measurements. Where such measurement is found to be difficult, as in the case of isolated boulder, payment shall be based on stack measurement of blasted rocks/boulders subject to deduction of 25% volume towards voids. The classification of soil and certification thereto only to be done by Dy. Chief Engineer or higher Engineering officials in charge of the work.

40. APPROVAL OF SAMPLES OF MATERIALS

All materials to be used in the work by the contractor shall be subject to the prior approval of the Engineer-in-charge of the work. Before using in the works, the contractor(s) shall submit samples of materials and arrange for the supplies, for the work only, if the same are approved.

41. IS CODES/IRS’s SPECIFICATIONS.

41.1 Whenever any reference to Code, Specification, Act, etc. is made in the documents, it shall be taken as a reference to the latest version thereof, including all amendments and corrections thereto or otherwise specified.

41.2 The Contractor shall not be entitled to any extra payment on any account for compliance with the various provision of I.S. Specifications and Additional Special Conditions. The rate indicated in the Schedule shall be deemed to include all works required to be done in compliance with the specifications.

42. PRE-CAUTION TO BE TAKEN WHILE PLYING OF VEHICLES ADJACENT TO RUNNING LINES TO PREVENT ACCIDENT TO TRAINS.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 42

42.1 Vulnerable locations where construction work adjacent to running line can cause accident should be protected by suitable strong barrier which should be included as a paid item in contract schedule. These locations should be decided by Executive In-charge of the work at the beginning of construction and intimated to contractor in writing.

42.2 The barrier should be painted by retro-reflective paint at suitable interval to give warning at night.

42.3 No work adjacent to running track should be carried out at night without express written authority from the Engineer In-charge of the work. In fact, no contractor should do any kind of night working unless the Executive Engineer In-charge of the work gives the specified spots according to priority of work where night working has to be done. These spots should be well lit at night. In addition, the work should always; be done under supervision of Railway supervisors in addition to Contractor’s supervisors. Suitable Railway personnel should be posted at site with safety equipment’s like banner flags, hand signal flags, hand signal lamps and detonators to arrange protection of trains. The Railway supervisors in charge of such work should also give suitable message to adjacent stations as well as through control for issuing caution orders to the trains approaching the work site. For this purpose, he should be equipped with field telephone/walkie talkie set.

42.4 The Contractor shall not allow any road vehicle belonging to him or his suppliers etc., to ply in railway land next to the running line. If for execution of certain works viz, earthwork for parallel Railway Line and supply of ballast for new or existing rail line gauge conversion etc., road vehicles are necessary to be used in Railway land next to the railway line, the Contractor shall apply to the Engineer-in –Charge for permission giving the type & No. of individual vehicles, names and License particulars of the drivers, location, duration & timings for such work/movement. The Engineer in Charge or his authorised representative will personally counsel, examine & certify, the road vehicle drivers, Contractor’s flagmen & supervisor and will give written permission giving names of road vehicle drivers, Contractor’s flagmen and supervisor to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory conditions.

(i) The road vehicles will ply only between sunrise & sunset. (ii) Nominated vehicles & drivers will be utilised for work in the presence

of at least one flagman & one supervisor certified for such work. (iii) The vehicles shall ply 6m clear of track. Any movement/work at less

than 6m and up to minimum 3.5m clear of track centre shall be done only in the presence of railway employee authorised by the Engineer-in-Charge. No part of the road vehicle will be allowed at less than 3.5m from track centre. Cost of such railway employee shall be borne by the Railway.

(iv) The Contractor shall remain fully responsible for ensuring safety & in case of any accident, shall bear cost of all damages to this equipment and new and also damages to railway & its passengers.

(v) The Contractor shall also be bound by the provisions of this agreement to ply the road Vehicle only with adequate margin of safety, well clear of the fixed structure profile of infringement, as stipulated in the rules made under the Indian Railway’s Act and to seek and be guided by the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 43

Signals and other directions of any look-out men or other personnel retained for the purpose of ensuring safety, and to ensure extra care and vigilance while turning, reversing or moving the road Vehicles in any other manner at an inclination to the running Railway Track or the siding as the case may be. The Contractor shall employ necessary look-out; men also at his own cost, irrespective of any other arrangement that Railway may make in this regard.

(vi) Any breach of these conditions by the Contractor and/or his agents affecting the safety of movement of Trains, Engines, or other rolling stock of the Railway shall constitute a breach of Contract by the Contractor entailing liability with termination of contract for default on the part of the Contractor.

43. Employee Provident Fund and Miscellaneous Provisions: The contractor shall comply with the provisions of Para 30 & 36-B of the employees Provident Fund Scheme, 1952; Para 3 & 4 of employees Pension Scheme, 1995 and Para 7 & 8 of Employees Deposit Linked Incurrence Scheme, 1976; as modified from time to time through enactment of Employees Provident Fund & Miscellaneous Provisions Act, 1952, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the rules.

44. Tenderers are advised not to put their own special conditions particularly related to specification and nature of work.

However, in tenders of special nature like in-situ flash butt welding, Fusion welding of by Alumino Thermic process, fabrication & launching of steel girder, box pushing, epoxy grouting in distressing bridges, sinking of tube well etc., the condition quoted/clarification sought by the tenderers along with their offer should not be considered as “Conditional tender/offer”. However, the same shall be evaluated and considered by the Railway as per the extent provisions.

45. Use of Patented Items:

i) In case, the agency supplying the patented item is not the contractor to whom

the work is assigned and these items are being procured by the Contractor,

the concerned contractor will obtain prior approval from the Engineer –in-

charge of the work (Min. JA Grade Officer), who will ensure that all design

and safety aspects are taken care of. For any specific requirement

concerning execution, warranty etc., an agreement/MOU is to be entered

between the main contractor and the party supplying the patented items,

clearly bringing out the responsibility of party supplying such patented items.

A copy of such MOU will be furnished to the Engineer-in-charge by the main

contractor to whom work has been assigned by the railway and after the

approval of Engineer-in-charge; such item can be used in work.

ii) The agency supplying the patented item shall provide complete

details/specifications/drawings of the items including the manner in which it is

to be used.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 44

iii) During the installation of such patented items, authorized representative of

the firm supplying such patented/propriety items shall be present and after

the execution of work, a certificate to be issued by the firm supplying the

patented item indicating its proper installation. Such certificate will have to be

kept in record by the concerned Engineer-in-charge executing the contract,

before releasing payment for the work done.

46.0 Mode of Payment Through Letter of Credit (LC) as option in works contract having value of Rs. 10 lakhs and above:-.

46.1. In all works tenders (including all service and maintenance contracts), having estimated value of Rs. 10 Lakhs and above, the tenderers shall give an option to take payment from Railways through a letter of Credit (LC) arrangement. This would be subject to the following:

(i) The tenderer, at the time of bidding itself, shall exercise an option in writing, in favour of taking payment due against the said tender, through LC arrangement.

(ii) The option so exercised, shall be an integral part of the tenderer’s offer. Option once exercised shall be final and no change shall be permitted, thereafter, during the course of execution of contract.

(iii) The incidental cost towards issue of LC and operation thereof (LC operating charges, including bank charges for opening of LC) shall be borne by the contractor.

(iv) The above arrangement should be made a part of the Tender conditions and contract conditions.

(v) The LC will be a sight LC.

46.2. The Banker for Railways for the ensuing one year, for opening domestic letters of credit shall be State Bank of India through its branches. The arrangement would cover all such contracts finalized against tender issued in the said year and shall extend till final execution of these contracts.

46.3. The schedule of payment liability arising in the contract shall be established by the Railways based on the prescribed delivery schedule/stages of supply/work, in consultation with supplier/contractor. The Railway’s Banker should also be involved in the process to assess value of LC and terms and conditions of LC.

46.4. The LC condition of Railways shall inter-alia provide that Railways will issue a Document of Authorisation (format enclosed as Annexure-O) on claims preferred by supplier/contractor, for completed Work/Supply to enable them to claim the authorized amount from their Banker. The Document of Authorisation will be issued against each Bill submitted for payment by supplier/contractor, after exercising laid down checks as per Railways’ Codes and Manuals, in executive and accounts branches. The Accounts Officer responsible for passing the claim will issue the Document of Authorisation. Issue of Document of Authorisation will be captured in IPAS and IREPS to ensure that there is no duplicate payment against the said Bill and also to enable the supplier/contractor to view status of the claim. The Letter of

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 45

Credit signed between the bank and Railway should specifically mention that any excess/wrong payment made by the bank and later detected by the Railways, will be recovered from the bank.

46.5. The Railways will ensure that Document of Authorisation is generated well within the time prescribed in para (iv) Railway Board’s letter No. 2017/AC II (CC)/37/16 dated 27.10.2017 (RBA No. 155/2017). Non issue of Document of Authorisation must be communicated, with reasons thereof, to concerned supplier/contractor electronically as envisaged in para v of RBA 155/2017.

46.6. The contractor will present the Document of Authorisation to his/her Banker for necessary payments as per LC terms and condition. After release of payment to the contractor, the banker of the contractor will send this Document to the Railways’ Banker for release of payment to them (Contractor’s Banker). The Railway’s Banker will reimburse, claim made by Banker of contractor, against original Document of Authorisation after verifying signatures of authorized signatory of Railways and Bill of Exchange issued by contractor/supplier.

46.7. The LC charges paid by the Railways for opening and operation of LC shall be charged to the relevant expenditure head:

Misc.Advance (LC charges paid to bank) Dr.

Misc.Adv GST (IGST/CGST/SGST) Dr.

Cheques & Bills Cr.

The amount of GST paid shall be available for set off against output liability.

46.8. On issue of Document of Authorisation, following accounting entries shall be made:-

Relevant Expenditure head Dr.

Misc. Adv. Cr

(Clearance of LC charges paid to bank from LC operating charges collected from party-GST on incidental charges shall be paid by the party on reverse charge basis)

Sundry Other Earnings. Cr.

(Amount recovered over and above LC charges paid to Bank)

Demands Payable/Misc.Advance Cap.* Cr.

(As the case may be-as per letter of authorization-* Demands payable for Revenue and Misc. Advance Cap for capital transaction).

An invoice shall be issued against party for collecting the incidental charges at the time of issue of Document of Authorisation.

46.9. The reimbursement procedure in case of accredited banks selected as Railways’ banker will be directly debiting the amount to the government account through scrolls. In case of non-accredited banks, the Accounts Officer concerned while authorizing a non-accredited bank to open LC will send copy of their letter to RBI/Public Accounts Department/Mumbai and after verification/checks regarding authorization, RBI/PAD will forward the papers

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 46

to RBI/CAS/Nagpur with appropriate instructions for debiting Govt. account and make reimbursement to the paying bank on demand. After making the payment, the non-accredited bank authorized to open LC will send documents and also Accounts Officer’s letter in original to RBI/CAS/Nagpur for debiting Govt. account and getting reimbursement. After making payment to the party, the paying bank will also send a copy of the scrolls/documents to the PAO who issued the authorization for opening of LC (Authority: Ministry of Finance’s Letter No. 1(13)(6)/2000/TA/338 dated 17.06.2004 circulated vide Board’s letter no. 2003/AC-II/9/3/ Pt. dated 12.08.2004). A copy of the scroll will also be sent to Focal Point Branch of the bank for settlement and reporting as per extant system in vogue. The scroll should contain LCDA no. on scroll to facilitate reconciliation. Daily MIS thereof shall also be sent to CRIS.

46.10. On receipt of debit scrolls/documents, the Accounts Office will conduct necessary checks and debit Demands Payable/Misc. Advance (Cap) by credit to suspense head 8660-PSB Suspense. This suspense will be cleared by the Accounts Officer on receipt of the clearance memo from CAS/Nagpur.

46.11. The Railways will get confirmation from their Banker once the payment is released to contractor’s Banker. Acknowledgement will be placed in Purchase Order/Contract file and Contractors Ledger and works Register/Purchase Suspense Ledger will be updated accordingly.

47. Public Procurement (Preference to Make in India), Order-2017:-

Whereas it is the policy of the Government of India to encourage ‘Make in India’ and promote manufacturing and production of goods and services in India with a view to enhancing income and employment, and

Whereas procurement by the Government is substantial in amount and can contribute towards this policy objective, and

Whereas local content can be increased through partnerships, cooperation with local companies, establishing production units in India or Joint Ventures (JV) with Indian suppliers, increasing the participation of local employees in services and training them.

Now therefore the following Order is issued:

47.1. This Order is issued pursuant to Rule 153(iii) of the General

Financial Rules 2017.

47.2. Definitions: For the purposes of this Order:

‘Local Content’ means the amount of value added in India which shall, unless otherwise prescribed by the Nodal Ministry, be the total value of the item procured(excluding net domestic indirect taxes) minus the value of imported content in the item(including all customs duties) as a proportion of the total value, in percent.

‘Local Supplier’ means a supplier or service provider whose product or service offered for procurement meets the minimum local content as prescribed under this Order or by the competent Ministries/Departments in pursuance of this Order.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 47

‘L 1’ means the lowest tender or lowest bid of the lowest quotation received in a tender, bidding process or other procurement solicitation as adjudged in the evaluation process as per the tender or other procurement solicitation.

‘margin of purchase preference’ means the maximum extent to which the price quoted by a local supplier may be above the L 1 for the purpose of purchase preference.

‘Nodal Ministry’ means the Ministry or Department identified pursuant to this order in respect of a particular item of goods or services.

‘Procuring entity’ means a Ministry or department or attached or subordinate office of or autonomous body controlled by, the Government of India and includes Government companies as defined in the Companies Act.

47.3. Requirement of Purchase Preference: Subject to the provisions of this Order and to any specific instructions issued by the Nodal Ministry or in pursuance of this Order, purchase preference shall be given to local suppliers in all procurements undertaken by procuring entities in the manner specified hereunder:

a. In procurement of goods in respect of which the Nodal Ministry has communicated that there is sufficient local capacity and local competition, and where the estimated value of procurement is Rs. 50 Lakhs or less, only local suppliers shall be eligible. If the estimated value of procurement of such goods is more than Rs. 50 Lakhs, the provisions of sub-paragraph b or c, as the case may be, shall apply.

b. In the procurement of goods which are not covered by paragraph 47-(3a) and which are divisible in nature, the following procedure shall be followed.

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local supplier, the contract for full quantity will be awarded to L1.

ii. If L1 bid is not from a local supplier, 50% of the order quantity shall be awarded to L1. Thereafter, the lowest bidder among the local suppliers, will be invited to match the L1 price for the remaining 50% quantity subject to the local supplier’s quoted price falling within the margin of purchase preference, and contract for that quantity shall be awarded to such local supplier subject to matching the L1 price. In case such lowest eligible local supplier fails to match the L1 price or accepts less than the offered quantity, the next higher local supplier within the margin of purchase preference shall be invited to match the L1 price for remaining quantity and so on, and contract shall be awarded accordingly. In case some quantity is still left uncovered on local suppliers, then such balance quantity may also be ordered on the L1 bidder.

c. In procurements of goods not covered by sub-paragraph 47-(3a) and which are not divisible, and in procurement of services where the bid is evaluated on price alone, the following procedure shall be followed.

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local supplier, the contract will be awarded to L1.

ii. If L1 is not from a local supplier, the lowest bidder among the local suppliers, will be invited to match the L1 price subject to local supplier’s quoted price falling within the margin of purchase preference, and the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 48

contract shall be awarded to such local supplier subject to matching the L1 price.

iii. In case such lowest eligible local supplier fails to match the L1 price, the local supplier with the next higher bid within the margin of purchase preference shall be invited to match the L1 price and so on and contract shall be awarded accordingly. In case none of the local suppliers within the margin of purchase preference matches the L1 price, then the contract may be awarded to the L1 bidder.

47.4. Exemption of small purchases: Notwithstanding anything contained in paragraph 47.3. procurements where the estimated value to be procured is less than Rs. 5 lakhs shall be exempt from this Order. However, it shall be ensured by procuring entities that procurement is not split for the purpose of avoiding the provisions of this Order.

47.5. Minimum local content: The minimum local content shall ordinarily be 50%. The Nodal Ministry may prescribe a higher or lower percentage in respect of any particular item and may also prescribe the manner of calculation of local content.

47.6. Margin of Purchase Preference: The margin of purchase preference shall be 20%.

47.7. Requirement for specification in advance: The minimum local content, the margin of purchase preference and the procedure for preference to Make in India shall be specified in the notice inviting tenders or other form of procurement solicitation and shall not be varied during a particular procurement transaction.

47.8. Government E-market place: In respect of procurement through the Government E-market place (GeM) shall, as far as possible, specifically mark the items which meet the minimum local content while registering the item for display, and shall, wherever feasible, make provision for automated comparison with purchase preference and without purchase preference and for obtaining consent of the local supplier in those cases where purchase preference is to be exercised.

47.9. Verification of local content:

a. The local supplier at the time of tender, bidding or solicitation shall be required to provide self-certification that the item offered meets the minimum local content and shall give details of the location(s) at which the local value addition is made.

b. In cases of procurement for a value in excess of Rs. 10 crores, the local supplier shall be required to provide a certificate from the statutory auditor or cost auditor of the company (in the case of companies) or from a practicing cost accountant or practicing chartered accountant (in respect of suppliers other than companies) giving the percentage of local content.

c. Decisions on complaints relating to implementation of this Order shall be taken by the competent authority which is empowered to look into procurement-related complaints relating to the procuring entity.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 49

d. Nodal Ministries may constitute committees with internal and external experts for independent verification of self-declarations and auditor’s/accountant’s certificates on random basis and in the case of complaints.

e. Nodal Ministries and procuring entities may prescribe fees for such complaints.

f. False declarations will be in breach of the Code of Integrity under Rule 175(1)(i)(h) of this General Financial Rules for which a bidder or its successors can be debarred for up to two years as per Rule 151(iii) of the General Financial Rules along with such other actions as may be permissible under law.

g. A supplier who has been debarred by any procuring entity for violation of this Order shall not be eligible for preference under this Order for procurement by any other procuring entity for the duration of the debarment. The debarment for such other procuring entities shall take effect prospectively from the date on which it comes to the notice of other procurement entities, in the manner prescribed under paragraph 47.9h below.

h. The Department of Expenditure shall issue suitable instructions for the effective and smooth operation of this process, so that:

i. The fact and duration of debarment for violation of this Order by any procuring entity are promptly brought to the notice of the Member-Convenor of the Standing Committee and the Department of Expenditure through the concerned Ministry/Department or in some other manner.

ii. On a periodical basis such cases are consolidated and a centralized list or decentralized lists of such suppliers with the period of debarment is maintained and displayed on website(s);

iii. in respect of procuring entities other than the one which has carried out the debarment, the debarment takes effect prospectively from the date of uploading on the website(s) in the such a manner that ongoing procurements are not disrupted.

47.10. Specifications in Tenders and other procurement solicitations:

a. Every procuring entity shall ensure that the eligibility conditions in respect of previous experience fixed in any tender or solicitation do not require proof of supply in other countries or proof of exports.

b. Procuring entities shall endeavour to see that eligibility conditions, including on matters like turnover, production capability and financial strength do not result in unreasonable exclusion of local suppliers who would otherwise be eligible, beyond what is essential for ensuring quality of creditworthiness of the supplier.

c. Procuring entities shall, within 2 months of the issue of this Order review all existing eligibility norms and conditions with reference to sub-paragraphs ‘a’ and ‘b’ above.

d. If a Nodal Ministry is satisfied that Indian suppliers of an item are not allowed to participate and/ or compete in procurement by any foreign government, it may, if it deems appropriate, restrict or exclude bidders from

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 50

that country from eligibility for procurement of that item and/or other items relating to that Nodal Ministry. A copy of every instruction or decision taken in this regard shall be sent to the Chairman of the Standing Committee.

e. For the purpose of sub-paragraph 47.10 d above, a supplier or bidder shall be considered to be from a country if (i) the entity is incorporated in that country, or (ii) a majority of its shareholding or effective control of the entity is exercised from that country; or (iii) more that 50% of the value of the item being supplied has been added in that country. Indian suppliers shall mean those entities which meet any of these tests with respect to India”.

48. Measurement of Works:-

48 (i) Measurement of Works by Railway: The Contractor shall be paid for the works at the rates in the accepted schedule of Rates and for extra works at rates determined under Clause 39 of General Conditions of Contract-2014 on the measurements taken by the Engineer or the Engineer’s representative in accordance with the rules prescribed for the purpose by the Railway. The quantities for items the unit of which in the accepted Schedule of Rates is 100 or 1000 shall be calculated to the nearest whole number, any fraction below half being dropped and half and above being taken as one; for items the unit of which in the accepted Schedule of Rates is single, the quantities shall be calculated to two places of decimals. Such measurements will be taken of the work in progress from time to time and at such intervals as in the opinion of the Engineer shall be proper having regard to the progress of works. The date and time on which ‘on account’ or ‘final’ measurements are to be made shall be communicated to the contractor who shall be present at the site and shall sign the results of the measurements(which shall also be signed by the Engineer or the Engineer’s representative) recorded in the official measurements book as an acknowledgement of his acceptance of the accuracy of the measurements, Failing the Contractor’s attendance, the work may be measured up in his absence and such measurements shall, notwithstanding such absence, be binding upon the Contractor whether or not he shall have signed the measurement books provided always that any objection made by him to measurement shall be duly investigated and considered in the manner set out below:

(a). It shall be open to the Contractor to take specific objection to any recorded measurements or Classification on any ground within seven days of the date of such measurements. Any re-measurement taken by the Engineer or the Engineer’s representative in the presence of the Contractor or in his absence after due notice has been given to him in consequence of objection made by the Contractor shall be final and binding on the Contractor and no claim whatsoever shall thereafter be entertained regarding the accuracy and classification of the measurements.

(b). If an objection raised by the Contractor is found by the Engineer to be incorrect the Contractor shall be liable to pay the actual expenses incurred in measurements.

48(ii). Measurement of Works by Contractor’s Authorised Representative (in case the contract provides for the same):

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 51

(a). The Contractor shall be paid for the works at the rates in the accepted Schedule of Rates and for extra works at rates determined under Clause 39 of General Conditions of Contract-2014 on the measurements taken by the contractor’s authorized engineer in accordance with the rules prescribed for the purpose by the Railway. The quantities for items the unit of which in the accepted Schedule of Rates is 100 or 1000 shall be calculated to the nearest whole number, any fraction below half being dropped and half and above being taken as one; for items the unit of which in the accepted schedule of Rates is single, the quantities shall be calculated to two places of decimals. Such measurements will be taken of the work in progress from time to time. The date and time on which ‘on account’ or ‘final’ measurements are to be made shall be communicated to the Engineer.

The date and time of test checks shall be communicated to the contractor who shall be present at the site and shall witness the test checks, failing the contractor’s attendance the test checks may be conducted in his absence and such test checks shall not withstanding such absence be binding upon contractor provided always that any objection made by contractor to test check shall be duly investigated and considered in the manner set out below:

(i) It shall be open to the contractor to take specific objection to test checks of any recorded measurement within 7 days of date of such test checks. Any re-test check done by the concerned Railway’s authority in the presence of the Contractor or in his absence after due notice given to him in consequent of objection made by the Contractor shall be final and binding on the Contractor and no claim whatsoever shall thereafter be entertained regarding the accuracy and classification of the measurements.

(ii) If an objection raised by the Contractor is found by the Engineer to be incorrect the contractor shall be liable to pay the actual expenses incurred in measurements.

(b). Incorrect measurement, actions to be taken:

If in case during test check or otherwise, it is detected by the Engineer that agency has claimed any exaggerated measurement or has claimed any false measurement for the works which have not been executed; amounting to variation of 5% or more of claimed gross bill amount, action shall be taken as following:

(i) On first occasion of noticing exaggerated/false measurement, Engineer shall impose a penalty of 10% of claimed gross bill value.

(ii) On any next occasion of noticing any exaggerated/false measurement, railway shall impose penalty of 15% of claimed gross bill value. In addition the facility of recording of measurements by contractor as well as release of provisional payment shall be withdrawn. Once withdrawn, measurements shall be done by railway as per clause 48(i) above.

49 (1) “On-Account” payments: The contractor shall be entitled to be paid from time to time by way of “On-Account” payment only for such works as in the opinion of the Engineer he has executed in terms of the contract. All payments due on the Engineer’s/Engineer’s Representative’s certificates of measurements or Engineer’s certified “contractor’s authorized engineer’s measurements” shall be subject to any deductions which may be made under

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 52

these presents and shall further be subject to, unless otherwise required by Clause 16 of General Conditions of Contract-2014, a retention of ten percent by way of Security Deposits, until the amount of Security Deposit by way of retained earnest money and such retentions shall amount to 10% of the total value of the contract provided always that the Engineer may by any certificate make any correction or modification in any previous certificate which shall have been issued by him and that the Engineer may withhold any certificate, if the works or any part thereof are not being carried out to his satisfaction.

49(2). On Account Payments Not Prejudicial to Final Settlement: “On-Account” payments made to the Contractor shall be without prejudice to the final making up of the accounts (except where measurements are specifically noted in the Measurement Book as “Final Measurements” and as such have been signed by the Contractor and Engineer’s/Engineer’s Representative) and shall in no respect be considered or used as evidence of any facts stated in or to be inferred from such accounts nor of any particular quantity of work having been executed nor of the manner of its execution being satisfactory.

50. Final Payment: On the Engineer’s certificate of completion in respect of the works, adjustment shall be made and the balance of account based ‘on the Engineer’s/Engineer’s representative’s certified measurements or Engineer’s certified “contractor’s authorized engineer’s measurements” of the total quantity of work executed by the Contractor upto the date of completion and on the accepted schedule or rates and for extra works on rates determined under clause 39 of General Conditions of Contract-2014 shall be paid to the Contractor subject always to any deduction which may be made under these presents and further subject to the Contractor having delivered to the Engineer either a full account in details of all claims he may have on the Railway in respect of the works or having delivered “No Claim Certificate” and the Engineer having after the receipt of such account given a certificate in writing that such claims are correct, that the whole of the works to be done under the provisions of the Contracts have been completed, that they have been inspected by him since their completion and found to be in good and substantial order, that all properties, works and things, removed, disturbed or injured in consequence of the works have been properly replaced and made good and all expenses and demands incurred by or made upon the Railway for or in the respect of damage or loss by from or in consequence of the works, have been satisfied agreeably and in conformity with the contract.

*******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 53

Annexure-1 to Chapter-5

SPECIMEN FORMAT OF BANK GUARANTEE BOND

In consideration of the President of India (herein after called the Government ) having agreed to exempt (indicate name and address of tenderer) (hereinafter called the said Contractor(s)” from the demand, under the terms and conditions of an Agreement (indicate acceptance letter no. and date) made between (indicate Dy.CEE/Con or CEE/Con. ,East coast

Railway as applicable) and (indicate name and address of tenderer) for (indicate the name of work as

mentioned in tender) (hereinafter called “the said Agreement”), of security deposit for the due fulfilment by the said Contractor(s) of the terms and conditions contained in the said Agreement, on production of a bank Guarantee for Rs. _________ (Rupees_______________only).

1. We, (indicate the name and address of the bank) (hereinafter referred to as “the Bank”) at the request of (indicate name and address of tenderer) (contractor’s) do hereby undertake to pay to the Government an amount not exceeding Rs. ___________ against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We (indicate the name and address of the bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount/claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement or by reason of the Contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ___________.

3. We undertake to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the Contractor(s)/supplier(s) in any suite or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) /supplier(s) shall have no claim against us for making such payment.

4. We, (indicate the name and address of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance/of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till (indicate

Dy.CEE/Con or CEE/Con. ,East coast Railway as applicable) Office/ Department) Ministry of Railway certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ____________ we shall be discharged from all liability under this guarantee thereafter.

5. We (indicate the name and address of the bank) further agree with the government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and forbear or enforce

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 54

any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/Supplier(s).

7. We,(indicate the name and address of the bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the ____ _____ day of _________2018.

For (indicate the name and address of the bank)

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 55

CHAPTER-6

ADDITIONAL SPECIAL CONDITIONS OF CONTRACT

Section – A: Technical conditions of Contract Section – B: Standard Drawings & specifications. Section – C: Taxes and duties, royalties and completion period etc. Section – D : SAFETY RULES Section – E: Drafting of vehicles, working hours. Section – F: Rate quoted/accepted. Section – G: Price Variation Clause. Section – H: Felling of trees, safe working methods Procurement of

Machinery by Contractor Section – I: Personnel Section –J: Brief Description of Work Section –K: Scope of Work Section - L : Inspection of PSI Equipment Section – M : Tentative Desired Plan for Commissioning of OHE Section – N : Quality Assurance Plan

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 56

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 57

Section-A

TECHNICALCONDITIONS OF CONTRACT

1. SITE INSPECTION:

The tenderers must inspect the site thoroughly and acquaint with the conditions

& circumstances before quoting. Later on, no claim shall be accepted.

2. STAFF DETAILS:

The contractor should submit the name, qualification and experience of the

engineers, supervisors and skilled staff having license & competency certificate

to be employed by them along with their identity card to Dy.CEE/Con and/or

EEE/Con or AEEE/Con and record in site register-cum order book. Only after the

approval of competent authority the above personnel will be allowed to execute

the work at site. Any changes in personnel employed at any site have to be duly

got approved from the Railways by contractor. The delay caused in execution will

be on contractors account.

3. SITE OFFICE/STORES:

The contractor is further responsible to built their own Office/stores at the vicinity

of the work. The Railway is not responsible for providing any site for

Office/Stores for the contractor to execute the work. No land/accommodation

required for the work will be arranged by the Railway.

4. LIST OF CONSIGNEE:

On behalf of the Railway’s Jurisdiction of the work, the following is the list of

officer/consignee.

i. Dy. Chief Electrical Engineer (Con)/Visakhapatnam is the officer having

Administrative charge of this work.

ii. Dy. Chief Electrical Engineer(Con)/Visakhapatnam means the

administrative officer who will administer the contract including approval of

drawing and specification and shall mean and include successors of the

post of Dy. Chief Electrical Engineer(Con)’s office at Visakhapatnam.

iii. The Executive Electrical Engineer (Con)/ Assistant Executive Electrical

Engineer (Con) are the Engineer in charge for execution of work at site.

iv. The consignee for the work shall be concerned Sr. Section Engineer

(Elect) (Con)/ Section Engineer (Elect) (Con) or Junior Engineer (Elect)

(Con) under Dy. Chief Electrical Engineer(C)/ Visakhapatnam. The above

mentioned officials shall mean Engineer-in-charge/Assistant Executive

Engineer/Executive Engineer as well as such officer in executive charge

of the work who is responsible for ensuring that all the work covered

under this contract are carried out in accordance with the approved design

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 58

drawing and specification as agreed to and who is responsible for

arranging payment to the contractor as per the accepted schedule of

prices and terms of payment.

5. Technical Specification.

5.1 The technical data/specification/description of the materials not covered by the

enclosed list may be collected from the office of CEE/Con or Dy. CEE/Con/

Visakhapatnam. Other technical data/ Specification which also is suitable shall

be approved by Dy.CEE/Con/Visakhapatnam before supply of the materials.

The manufacturer’s/ supplier’s list of the materials not covered by the above list

may be collected and approved from the Dy. Chief Electrical Engineer/Con/

Visakhapatnam before supply of the materials. All the works shall be carried

out as per latest Indian Standard specification/Indian Electricity (ISS/IE) Rules,

materials supplied as per relevant Indian Standard Specification (ISS) or Latest

and approved drawing. Work should be carried out neatly.

5.2 For all the items in the schedule, RDSO/CORE or CEE/ECoR or IS

specifications will be followed as indicated unless/otherwise specified in the

schedule/ Explanatory notes.

6. Drawing:

6.1 Drawings which have been mentioned in the Tender documents and that have

been supplied along with the tender documents are only for guidance.

Variations or discrepancy between the approved drawings and specifications if

any, the approved drawings shall prevail in preference to

specifications/drawings. The Railway will not provide any drawings,

specifications etc. required in connection with the execution of work as

mentioned in the tender document. The contractor has to arrange all drawings

and documents at his own cost from the office of CORE/RDSO or CEE on

payment.

6.2.1 The successful tenderer shall have to submit the detailed drawing for the concerned items of work covered under this contract.

6.2.2 The detailed drawing, lay out plans, cross sectional diagrams, structural erection diagram etc. should be submitted for approval of Dy.CEE/Con/VSKP within 30 days of the issue of Letter of Acceptance.

6.2.3 Approval of the contractor drawings will be indicated by the Railway on the drawing/Blue print supplied by the contractor with a remark "APPROVED IN PRINCIPLE FOR ERECTION"/Execution and will be signed by the official of the Rly. Along with his office stamp.

6.2.4 The duly approved drawings or drawings with observations will be returned by Railways within 10 days of submission of the same to the contractor.(In case of observations, the drawings should be immediately resubmitted for approval after complying the observations)

6.2.5 The contractor will commence/execution of the works as per the approved drawings only.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 59

6.2.6 Thereafter, the contractor shall supply 8 nos. of ferro copies along with tracing of the drawings for distribution to various offices for execution of the work. The drawings shall be submitted in the CD.

6.2.7 Payment towards the drawings under the schedule will be made only after all drawings have been submitted duly approved.

6.2.8 The drawings for LT panel, D/Boards, cable route etc. shall be offered by the tenderer for approval to the Dy.CEE (Con)/ EEE (Con). Manufacturing of these items can be taken on hand only after the approval of the drawing by Dy.CEE (Con)/ EEE (Con). The tenderer shall also supply three copies of approved drawing. N.B.:- All standard drawings mentioned in the tender schedule can be

obtained from CEE/Con/BBS’s office for reference.

7. Inspection:

7.1 The makes of all materials to be supplied by the contractor under contract are

to have prior approval of CEE/CON/BBS or Dy.CEE/CON/VSKP before taking

procurement action. Approval should be obtained immediately after receipt of

LOA. In no condition the materials procured without approval of CEE/C/BBS or

Dy. CEE/CON/VSKP will be allowed to be used at site. The materials should be

procured from OEM or his authorized dealer approved by RDSO/CORE and

documentary evidence in this regard has to be submitted to Railway in this

regard.

7.2 All materials to be supplied by the contractor have to be inspected by RITES or

Railway Officials as nominated by the CEE (Con) BBS/ Dy.CEE (Con) VSKP.

The contractor will bear the inspection charges if any.

7.3 The Railways authorized representative shall be free to visit the manufacturer’s work/s at all reasonable times to witness and inspect the testing of equipments. The equipments to be supplied are to be tested as per relevant IS/BS specification. The contractor shall furnish three copies of manufacturer’s test certificate for the routine and type tests conducted for equipments offered. If necessary the contractor shall arrange to conduct all the routine tests at the manufacturer’s premises in presence of Railways’ Engineer /representative.

NOTE: L.T Panels, Distribution Board etc. shall be inspected at manufacturer’s premises. The materials which are erected in high structures like towers, poles, panel Boards etc. are to be inspected at site by the authorized Railway representative before erection even though the same has been inspected earlier. On receipt of the equipment/materials at site the contractor shall offer these equipment/materials for inspection of Engineer-in-charge and under no circumstances the materials shall be erected / commissioned without the approval of Engineer-in-charge.

8. Transportation:

All materials issued by Railway (Railway supplied materials) from nearest

depot and materials supplied by contractor have to be transported by the

contractor with his own arrangements at his own cost. Railway will provide

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 60

neither any assistance towards transportation of materials nor any cost

towards transportation of materials required in connection with the execution

of work. Erection charges for items of the schedule will be inclusive of

transportation of the materials to site.

9. Execution

9.1 All works are to be carried out as per Indian Electricity Rule with latest

amendments and relevant RDSO/CORE or IS or CEE specifications and/or

drawings.

9.2 The Railway has right to supply any item without any limits even though it is

covered under the scope of supply by the contractor. The quantities to that

effect will be reduced from the scope of supply accordingly.

9.3 The materials to be supplied by the Contractor should be taken in custody of

Railways with proper accounting and entry in the ledger. The materials shall

be handed over to the contractor for execution of the work when the work is

to be actually executed with proper acknowledgement from the contractor as

per the procedure.

9.4 Any work falling under power block will be determined by the Railway

Engineer-in-charge and the power block will be arranged by the Railway

Engineer. The contractor has to work with minimum power block with

adequate arrangements of manpower, tools & plants and material as decided

by the Railway and penalty can be imposed to the contractor for exceeding of

the arranged power block in a particular type of work or for not arranging

adequate manpower, tools & plants and materials. Any dispute in this regard

can only be decided by CEE (C) / Dy. CEE (C) and his decision will be final

and binding on the contractor.

9.5 While drilling holes on the Web of the Non-Track circuited Rails for providing

all types of Traction Bonds, Gas Cutter shall not be used under any

circumstances. Hand/Electric driven Ratchet with suitable Drill bit shall only

be used for drilling holes on the rails.

9.6 The cost incurred in carrying out ‘Cube test’ for concrete foundation sample

shall be borne by the contractor.

9.7 The contractor shall dress up/repair the site as per the existing surrounding

ground/floor/ walls/road. If any minor alteration is necessary, the contractor

shall do the same without any extra cost.

9.8 The contract will be governed by Indian Electricity Act 1961 & IE Rule-2003.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 61

10. PRE-COMMISSIONING INSPECTION ON EQUIPMENTS:

The pre-commissioning inspection of various equipment like L.T panels,

copper wires, piano type/modular switches, socket etc. including wiring

materials such as PVC pipe, boxes and switch Boards, ceiling rose,

Angle/batten holder, kit kat fuse/MCB shall be carried out jointly by the

contractor with Railways’ representative and under no circumstances the

above items can be energized without approval of Railways’ Engineer. A site

register to be maintained by the contractor for recording these

tests/inspections duly signed by authorized contractor’s supervisor and

Railway representative.

11. TESTING OF INSTALLATIONS

After successful completion of the entire work/installation a certificate should

be furnished by the contractor that the whole work have been carried out as

per tender specification. The entire installations are to be tested in

accordance with the requirement as laid down in the technical

specification in Section-B, Chapter-6 of the tender papers and latest

manuals/guidelines issued by Railway Board/ RDSO/ CORE/ CEE. The

details and data of testing of installations are to be recorded in a register

duly signed jointly by the competent representative of contractor and

consignee and to be kept at site camp office.

12. GUARANTEE:

The Tenderers shall give guarantee for the equipment supplied & erected for

satisfactory performance for a period of 12 months from the date of

commissioning/ handing over the installation to the Railways against defects

arising out of faulty design, materials and workmanship. The tenderer should

make good all the defects free of cost during the guarantee period and

replace or repair the defective equipment/parts free of cost promptly and

satisfactorily. Due to delay in repair/replacement of warranty failure, beyond

the stipulated period resulting in to loss, Railway will arrange the work by

other agencies and these inconvenience and financial loss caused to the

Railway will be recovered from the contractor as per terms and Condition of

Contract. The equipment/parts so replaced by the contractor, shall be further

guaranteed for a period of 12 months for satisfactory service from the date of

such replacement.

13 .TERMS OF PAYMENT:

a) Subject to payment conditions mentioned elsewhere in this document on

account payment for the supply to the extent of 80% on the total unit price of

such supply items included in the schedule of work and supplied as per

conditions of the contract will be made only for those items for which CEE

(Con) or DY.CEE (Con)/ VSKP consider it appropriate and acceptable to

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 62

make on-account payment. All invoices shall be accompanied by the

followings.

i) Supplier’s challan for supply of items.

ii) Inspection certificate of the authorized inspecting authority.

(No payment will be made unless the inspection certificate has been

submitted along with supplier’s original challans or as mentioned

elsewhere in the tender document).

iii) Execution of indemnity bond on stamp paper in case of materials,

supplied by the Railway.

iv) Certificate of current statutory taxes and duties.

v) Detailed entries made in the Measurement Book

vi) Manufacture’s Test Certificates in 3 copies.

vii) Contractor’s test Certificates.

viii) Any other Paper required for obtaining EIG Sanction.

ix) Certificate from authorized Dealer or OEM regarding procurement of

material.

b) On Account payment up-to 90% will be paid in the total unit prices on

erection/ installation of the particular work against supply and erection.

c) Balance 10% payment will be made through the final bill only after

satisfactory completion of the entire contractual work, satisfactory operation

and handing over of the assets to the Railway duly tested and commissioned

subject to compliance of the followings.

i) On supply of Catalogue and operation manual/instruction books etc. ii) On supply of as erected drawing of the equipment/installation. iii) Issue of ‘NO CLAIM CERTIFICATE’ by contractor in favour of Railway. iv) Stocking of adequate spares at site for expediting replacement during the

guarantee period duly certified by the Railways’ representative. (List of spares to be enclosed).

14. USE OF CONTRACTOR’S ASSETS & COMPENSATION THEREOF:

14.1 The Railway shall reserve the right to draft any of the vehicles and/or

equipment mobilized by the contractor at the site of work along with its

operator employed by the contractor to assist in rescue and restoration

operation in case of any accidents/natural calamities involving human lives.

The contractor shall be responsible to arrange mobilization of his operator/

equipment/ vehicle so drafted with shortest possible delay.

14.2 The Railway shall arrange to duly compensate the contractor, whose vehicle / equipment / operator are so drafted by operation of suitable Non-Schedule (NS) item(s) as per Railway’s existing norms.

15. WORKING HOURS:

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 63

The working hours as per given in the schedule.

16 ITEMS BEYOND SCC AND ‘TERMS & CONDITIONS OF TENDER’

16.1. If there is any item which is not covered by the special conditions of contract

(SCC) or by the terms and conditions mentioned elsewhere in the tender, the

terms and conditions mentioned in the General conditions of contract

applicable to Works Contract of E. Co. Railway shall apply.

16.2 In case, there is any contradiction between special conditions and General conditions of contract, the special conditions of contract shall prevail.

17. MODE OF PAYMENT

The firm/agency having their bank accounts on any of the city centres where reserve bank of India’s EFT (Electronic Fund Transfer)and or IFSC facilities exists, will receive their payments through EFT/IFSC scheme, in case being awarded with the work/supply order. For that they (the Agency) will have to furnish the mandate form of EFT and/ or IFSC as per proforma given along with tender document (Annexure-M).

18. ELECTRICAL CONTRACTOR’s LICENSE

Contractor should have valid Electrical Contractor’s license of appropriate voltage concern issued by any State Government.

19. SAFETY PRECAUTION AT WORK SITE IN PROXIMITY TO RUNNING TRACK Some important aspects of safety precautions and rules to be followed at work site in proximity to running track in addition to detail safety rules & safety precautions mentioned elsewhere in the tender document are:

19.1 The work should always be done under supervision of Railway supervisor/s in addition to Contractor’s supervisor/s.

19.2 All temporary arrangements required to be made during execution of work shall be made in such a manner that moving dimensions are not infringed. Necessary checks shall be exercised by site in charge from time to time.

19.3 In case work has been planned to be done within 6 m from center of track but more than 3.5 m, it shall be ensured that:

i) Necessary precautions for protection of track have been taken and caution orders issued to trains.

ii) Lookout man has been posted along the track at a distance of 800 m from the location of work with red flag and whistle to warn approaching trains.

19.4 In case, work is planned to be done within 3.5 m from center line of running track, it shall be ensured that the work is done only under block protection and necessary safety precautions for protection of track as per Para No.806 & 807 of IRPWM are taken.

19.5 Mobile phones or Walkie Talkie sets, where necessary, should be provided at work sites.

19.6 Precautions required to be taken during execution of work requiring traffic block.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 64

19.7 Any work which infringes the moving dimensions shall be started only after the traffic block is obtained and the track is protected.

19.8 At locations where night working is unavoidable proper lighting arrangement should be made. No work adjacent to running track should be carried out at night without express written authority from the Executive Electrical Engineer-in- Charge of the work. In fact, no contractor should do any kind of night working unless the Executive Electrical Engineer-in- Charge of the work gives the specified spots according to priority of work where night working has to be done. These spots should be well lit at night. In addition, the work should always be done under supervision of Railway supervisors in addition to Contractor’s supervisors. Suitable Railway personnel should be posted at site with safety equipments like banner flags, hand signal flags, hand signal lamps and detonators to arrange protection of trains. The Railway supervisors in charge of such work should also give suitable message to adjacent stations as well as through control for issuing caution orders to the trains approaching the work site. For this purpose, he should be equipped with field telephone/walkie talkie set.

19.9 After completion of work, the released sleepers and fittings should be properly stacked away from the track to be kept clear of moving dimensions.

19.10 Block shall be cancelled only when all the temporary arrangements, tools, plants etc have been kept clear of standard moving dimensions.

******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 65

Section – B

Standard Drawings & Specifications

LIST OF STANDARD DRAWINGS AND SPECIFICATIONS TO BE FOLLOWED FOR 25kV OHE/PSI WORKS

This Annexure contains reference to drawing numbers, charts, schedules, specifications and other data referred to in various paragraphs of this Tender Paper. All references to drawings, charts, schedules or specifications given in this Annexure shall be taken to be the latest versions of such drawings, charts and schedules of specifications as issued by the Railways. A) List of Standard Technical Drawings/Specifications for Traction Sub

stations/ Feeding Posts S.No Brief Description Drawing Mod.

No. Series Number

1 2 3 4 5

1. Typical location plan and general

arrangement for a feeding station

TI/DRG/PSI/T

SSLO/RDSO/

006 E

2. Typical earthing layout of a feeding

station

-do 203 B

3. Typical layout of 132 /27kv Traction

sub-station (Type-I)

TI/DRG/PSI/T

SSLO/RDSO/

00001/01 0

4. Typical layout of 132 /27kv Traction

sub-station (Type-II)

TI/DRG/PSI/T

SSLO/RDSO/

00002/01 0

5. Typical layout of 132 /27kv Traction

sub-station (Type-III)

TI/DRG/PSI/T

SSLO/RDSO/

00003/02 0

6. Typical layout of 132/27kv Traction

Sub-station (Type IV) (with outgoing

feeders and metering Facilities)

TI/DRG/PSI/T

SSLO/RDSO/

00004/02 0

7. Typical layout of 132/27kv Traction

Sub-station (Type V)

TI/DRG/PSI/T

SSLO/

RDSO/

00005/02 0

8. Typical layout of 132/27kV traction

sub-station (Type VI)

TI/DRG/PSI/T

SSLO/RDSO/

00006/02 0

9. Typical layout of 132/27kV traction

sub-station (Type VII)

TI/DRG/PSI/T

SSLO/RDSO/

00007/02 0

10. Typical layout of 132/27kV traction

sub-station (Type-VIII)

TI/DRG/PSI/T

SSLO/RDSO/

00008/02 0

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 66

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

11. Typical layout of 132/27kV traction

substation with single transformer

(Type -IX)

TI/DRG/PSI/T

SSLO/RDSO/

00009/02 0

12. Typical layout of 132/27kv Traction

Sub-station with 132kv Switching

Station (Type x)

TI/DRG/PSI/T

SSLO/

RDSO/

00010/02 0

13. Typical layout of 220/27kV traction

substation (Type -I)

ETI/PSI 0240-1 Nil

14. Mounting arrangement of 100KVA

25kv/240V LT supply transformer at

TSS

ETI/PSI 0312 B

15. Typical schematic diagram of

protection for double Transformer

traction sub station

ETI/PSI 024-1 Nil

16. Typical layout for 25kv Shunt

capacitor with series reactor to be

installed at 132/25kv TSS

ETI/PSI 223 E

17. High speed auto reclosing scheme

for feeder circuit breaker at 25kV

A.C TSS

ETI/PSI 0231-1 A

18. Structural layout of 132/25 KV

traction sub-stations

ETI/C 0200,

SH.No.-1

H

19. Structural layouts of 132/25kv

traction sub-stations

ETI/C 0200,

SH.No.-2

D

20. Line Diagram of Structural layouts of

220/25kV Traction sub-station

ETI/C 222 Nil

21. Typical schematic diagram of

protection for single transformer

traction sub-station

ETI/PSI 0228-1 Nil

22. Scheme of Interlocking arrangement

for 25kV circuit breakers at Traction

Sub-Station

ETI/PSI 5214 B

23. Structural layout of 220/27kV

traction sub-station (Type-I)

ETI/C 0222-1 Nil

24. Typical general arrangement of

earth screen wire termination at

Traction substation

ETI/PSI 0225 C

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 67

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

25. Typical termination arrangement

for strung bus "Spider" (AAC)

conductor at TSS.

ETI/PSI 0226 B

26. General arrangement & terminal

connection for 25kV PT Type-II

at TSS

ETI/PSI 0227 A

27. General arrangement and

terminal connection for 25kV

Potential Transformer at TSS

(220kV)

ETI/PSI 0227-1 Nil

28. Typical return current

connection to buried rail at

220/25kV TSS.

ETI/PSI 0242 A

29. Typical termination arrangement

for strung bus (ZEBRA ACSR)

conductor at TSS (220kV)

ETI/PSI 0243 A

30. Typical general arrangement of

earth screen wire termination at

220/25kV traction sub-station.

ETI/PSI 0244 Nil

31. Bimetallic terminal connector to

suit 'ZEBRA' ACSR conductor

and 30 dia Cu stud of

CT/CB/traction power

transformer.

ETI/PSI/P 11010 C

32. 220kV system bimetallic

terminal connector to suit

'ZEBRA' (28.58 Dia) ACSR

conductor & Al./Cu. pad of

Isolator /CT/CB.

ETI/PSI/P 11030 C

33. 220kV system tee connector to

suit 'ZEBRA' (28.58 dia) ACSR

conductor on both ways.

ETI/PSI/P 11040 C

34. 220kV system rigid connector

on SI to suit ZEBRA (28.58 dia)

ACSR conductor

ETI/PSI/P 11050 C

35. Detail of rigid type bimetallic

terminal connector suitable for

50 dia Al. tubular bus bar to 30

dia Cu. Stud of 25kV CT.

ETI/PSI/P 11070 B

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 68

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

36. Rigid bimetallic terminal

connector suitable for 50 dia Al.

tubular bus bar to terminal pad

of 25kv Isolator/ CT

ETI/PSI/P 11090 C

37. Rigid through connector to suit

50 dia Al. Tubular bus bar and

‘SPIDER’ AAC conductor for

25kv PT Type-II

ETI/PSI/P 11110 C

38. 25kv system tee connector to

suit 50 O/D Al. Tube and

'SPIDER' 'AAC' conductor

ETI/PSI/P 11140 B

39. 25 K.V system Tee connector to

suit 50. O/D AL. tubular bus bar

to 50. O/D AL. tubular bus bar

ETI/PSI/P 11150 B

40. 25Kv System Rigid bus splice

connector to suit 50 O/D Al. tube

on both ways

ETI/PSI/P 11180 B

41. 25 kV System Sliding clamp for

50mm O/D Aluminium Bus bar

ETI/PSI/P 11190 C

42. 25Kv System Rigid connector

on S.I to suit 50 mm O/D Al. Bus

bar

ETI/PSI/P 11200 C

43. 25kv system expansion bus

coupler on SI to suit 50 O/D Al.

tube.

ETI/PSI/P 11210 D

44. Details of structure for 132kv

double pole Isolator

ETI/C 310 G

45. Details of structure for 132kv

support insulators

ETI/C 320 E

46. Details of structure for 132kv

Current transformer

ETI/C 330 F

47. Details of structure for 120kv

Lightning Arrestor

ETI/C 340 F

48. Details of structure for 25kv

Current transformer

ETI/C 360 F

49. Typical return current

connection to buried rail at 132

kV/25 kV Traction Sub-Station.

ETI/PSI 0212-1 NA /Nil

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 69

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

50. General scheme of supply for 25

kV 50 Hz Single Phase AC

Traction System

ETI/PSI 702-1 D/E

51. Part Plan for Details of position

of feeder Bus coupling

interrupter at TSS

ETI/PSI/SK 272 NA /Nil

52. Terminal connector for 220kV

equipments (Typical drawing)

ETI/PSI/SK 324 NA/Nil

53. Expansion type terminal

connector for 25 kV, 60mm dia

terminal for traction power

transformer.

ETI/PSI/P 11220 D

54. Details of Beam B/1 for 132/25

KV TSS

ETI/C 201 D

55. Details of beam B/2 and column

C/1 for 132/25kV traction sub-

station.

ETI/C 208 E

56. Details of baffle wall at

TSS(WP-112.5kg/sq.m) and WP

(75kg/sq.m)

ETI/C 213 D

57. Details of RCC baffle Wall at

TSS(WP-150kg/sq.m)

ETI/C 214 B

58. Details of structure and

foundation for 25kV DP Isolator

at TSS

ETI/SK/C 0180 B/C

59. Transformer oil drainage

arrangement at sub-stations

ETI/C 216 B

60. Drilling schedule for S-1 mast ETI/C 0030 F

61. Drilling schedule for S-2 mast -do 0031 D

62. Drilling schedule for S-3 mast

(length 11. 4 m)

-do 0180 C

63. Drilling schedule for 8” x 6” x 35

1bs. RSJ mast 8.0 m long for

booster transformer station Type

S-4

-do 0036 E

64. Drilling schedule for S-5 mast

(11.4m long)

-do 0042 E

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 70

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

65. Drilling schedule for S-6 mast

(length 12.4m)

-do 0181 C

66. Drilling schedule for S-7 mast

(length 12.4m)

-do 0182 C

67. Drilling schedule for S-8 mast

(length 12.4m)

-do 0183 C

68. Drilling schedule for S-9 mast

(length 12.4m)

-do 0184 C

69. Typical cable run layout of a

feeding station

-do 303 B

70. Typical details of cable run at a

two transformer TSS with Shunt

Capacitor

ETI/PSI 325 Nil

71. Typical details of cable run at

two transformers Traction Sub-

station with Shunt capacitor

(220kV)

ETI/PSI 326 Nil

72. Typical details of cable run at a

two transformer TSS

ETI/PSI 323 E

73. Typical cable trench and

foundation lay out of 132/25kv

TSS

ETI/C 210 F

74. Typical earthing, cable trench &

foundation layout of 132/25kv

TSS

ETI/PSI 224 E

75. Typical earthing cable trench

and foundation layout of

132/25kV traction sub-station

with Shunt Capacitor bay

ETI/PSI 229 Nil

76. Details of foundation for fencing

upright

-do 0032 B

77. Typical fencing layout at traction

Sub-station (Details of fencing

panel, door, anti climbing device

etc.)

ETI/PSI 121 F

78. Typical fencing , door and anti

climbing device details of

traction sub-station

CORE/ALD/P

SI

1 D

79. Typical earthing arrangement for

equipment/structure at TSS

ETI/PSI 228 A

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 71

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

80. Typical arrangement of an earth

electrode.

ETI/PSI 222-1 Nil

81. Typical number plate for circuit

breaker

ETI/PSI/P 7523 Nil

82. Typical number plate for

Auxiliary Transformer

ETI/PSI/P 7525 Nil

83. Typical number plate for Power

transformer at TSS

ETI/PSI/P 7526 Nil

84. Typical number plate for PT at

TSS

ETI/PSI/P 7527 A

85. Typical number plate for CT at

TSS

ETI/PSI/P 7528 A

86. Typical number plate for

Isolators at TSS

ETI/PSI/P 7529 A

87. Typical number plate for

interrupter and double pole

isolator

-do 7520 NA/B

88. Typical number plate for

potential transformer Type

-do 7521 B

89. Gill sans Letters and Figures RE/33 527 A

90. Typical number plate for

Auxiliary Transformer

ETI/PSI/P 7525 -

91. Remote Control Cubicle at Stn,

Foundation, RCC slab, Building

plant & Steel door

-do 0067 B

92. Typical layout of Control Room

at traction sub-station.

TI/DRG/PSI/

CPROOM/RD

S O/

00001/01 0

93. Standard plan of control room at

traction sub-station (General

arrangement and RCC details)

RE/Civil/ S-144 6

94. Control Room for Traction

substation

ETI/C 0225

Sheet-1

Nil

95. Control Room for Traction Sub-

station(RCC details)

ETI/C 0225

Sheet-2

Nil

96. Typical details of pressed steel

door, window and ventilator

RE/Civil/S 129/ 2001 R2

97. Typical layout of control room at

TSS

TI/DRG/PSI/

CPROOM/

RDSO

00001/01 0

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 72

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

98. Details of Tower T 1 for 132/25

KV TSS

ETI/C 202 H

99. Details of Tower T 2 for 132/25

KV TSS

ETI/C 203 G

100. Details of small part steel for

switching station

ETI/C 0034 Sh.1 K

101. Typical general arrangement of

a three interrupter switching

station

ETI/PSI 004 F

102. Typical location & schematic

connection diagram for a three

interrupter switching station

ETI/PSI 003 C

103. Typical earthing layout of sub-

sectioning and paralleling

station

-do 201 B

104. Details of pre-cast cable trench

for switching station

-do 0038 E

105. Typical cable run layout of a

sub-sectioning & paralleling

station

-do 301 C

106. Typical cable run layout of a

sectioning and paralleling

station

-do 302 C

107. General arrangement & details

of fencing panels & gate for

switching station

-do 0186 Sh.1 E

108. Details of fencing uprights and

anti-climbing device for

switching station

-do 0186 Sh.2 E

109. Typical fencing and anti-

climbing arrangement at

switching stations

ETI/PSI 104 E

110. Typical location plan & general

arrangement for sectioning &

paralleling station

-do 005 F

111. Typical earthing layout of a

sectioning and paralleling

station

-do 202 B

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 73

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

112. Typical drawing for a terminal

board

-do 501 C

113. 36 mm Aluminum Bus terminal

for 25kv Isolator (Rigid type)

ETI/PSI/P 6480 C

114. 36 mm Aluminum Bus splices -do 6490 B

115. 36 mm Aluminum Bus Tee

connector

-do 6500 C

116. 36 mm Aluminum Bus Tee

terminal

-do 6510 D

117. 36/15 mm Top connector -do 6520 B

118. 36mm Aluminum flexible bus

splice

-do 6550 B

119. 36 mm Aluminum bus splice

cum tee connector

-do 6560 B

120. 25kv D.O. Fuse switch

assembly

ETI/PSI 032 D

121. Details of Rigid terminal

connector suitable for 20 dia Al.

Conductor to terminal pad of

25kv PT Type I & II

ETI/PSI/P 11120 C

122. 25 kV drop out fuse switch

details

ETI/PSI 038 C

123. Operating pole for 25kV drop

out fuse switch

ETI/PSI 039 B

124. Flexible connector for 25 kV

circuit breaker 25kV Interrupter&

25 kV side of 13.5/20 MVA

traction transformer.

ETI/PSI/P 6570 F

125. Earthing details for interrupter

L.T. supply transformer 25 KV

Lightning Arrestors P.T. Type-I

(S-100 masts, S-101 mast,

fencing upright and main mast)

-do 204 C

126. Details of anchor beam of SP,

SSP, & FP

-do 0033 D

127. S-100 fabricated mast for

mounting LT supply transformer

and drop out fuse switch at

switching station

-do 0043 B

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 74

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

128. S-101 details of mast for

supporting Isolator inside

switching station

ETI/C 0044 A

129. S-100 Fabricated Mast for

mounting LT supply transformer

and DO fuse switch at switching

station

ETI/C 0043 B

130. Standard Post Insulator for

clean area (Creepage path

850mm min)

ETI/OHE/P 6090-1 C

131. Details of structure for 42kv

,10KA LA & 25kv support

insulator

ETI/C 0370

Sheet-1

E/J

132. Black Weight of Structure for

42kv, 10KA LA & 25kv support

insulator.

ETI/C 0370

Sheet-2

Nil

133. Details of structure for 25kv

Single Pole isolator

ETI/C 0380 F

134. Details of structure for 25kv

Potential transformer

ETI/C 0390 E

135. Typical schematic diagram for

TSS, FP, SSP and SP with 21.6

MVA or 30 MVA transformers

for three lines.

TI/DRG/PSI/3

L-TSS/RDSO

00001/07 1

136. Typical layout of Remote

Control cubicle at a switching

station

ETI/PSI 0010 E

137. Typical layout of remote control

cubicle at switching stations.

ETI/PSI 0010 E

138. Schematic inter connection

diagram for remote control of

power gear & supervision

equipments at TSS.

ETI/PSI 644 C

139. Schematic inter connection

diagram for remote control of

power gear and supervision

equipments at controlled station

(SP & SSP)

ETI/PSI 645 C

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 75

S.No Brief Description Drawing Mod. No. Series Number

1 2 3 4 5

140. High speed Auto reclosing

Scheme for feeder Circuit

Breaker at 25 kV a.c. Traction

Sub-Station.

ETI/PSI 0231-I A

141. Control desk arrangement for 2

work stations of SCADA system.

ETI/PSI/SK 337 NA/Nil

B) LIST OF STANDARD RDSO’s SPECIFICATIONS FOR PSI & SCADA S.No DESCRIPTION SPECIFICATION NO. LAST

REV.

1 Battery charger for 110 volt battery, 40 Ah.

ETI/PSI/1(6/81)

2 25 kV Dropout fuse switch ETI/PSI/14(1/86) with A&C slip no 1 of (4/87)

1

3 25kV/240 V Auxiliary Transformer, 5kVA, 10kVA, 25kVA & 50 kVA

ETI/PSI/15(08/2003) -

4 25kV/240 V Auxiliary Transformers 100 VA.

ETI/PSI/14(1/86) with A&C slip no 1 of (4/87)

1

5 Battery charger for 110V battery 200Ah.

ETI/PSI/24(6/81) -

6 Standards for drawings for power ETI/PSI/31(5/76) -

7 Current transformer, 132 kV ( type-II) ETI/PSI/36(5/75) -

8 Control & distribution panel for colour light signaling supply in 25 kV ac traction systems.

TI/SPC/PSI/CLS/0020(12/02) with A&C slip No. 1, 2 &3 of 03/07

4

9 Standards for electrical distribution system in stations & yards where 25 kV ac traction is to be introduced.

ETI/PSI/44(12/73) -

10 Control and relay panel for 25 kV ac TSS including specification for numerical type protection relays for traction transformer, 25 kV shunt capacitor bank and transmission line for 25 kV Ac TSS on Indian Railways.

TI/SPC/PSI/PROTCT/6070(9/08) with A&C slip No.1

-

11 Shunt Capacitor equipment for Railway traction sub-stations.

TI/SPC/PSI/FC&SR/0100(01/10)

-

12 Hollow porcelain insulators & Bushing.

ETI/PSI/70 (11/84) -

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 76

S.No DESCRIPTION SPECIFICATION NO. LAST REV.

13 Metal oxide gapless type lightning arrester for use on 25 kV. Side of Railway traction sub-stations and switching stations.

TI/SPC/PSI/MOGTLA/0100(07/10)

-

14 Electric power connectors for AC Traction power system.

ETI/PSI/72 (9/85) -

15 25 kV, 50 Hz single phase series Compensation Equipment.

ETI/PSI/75(10/97) -

16 25 kV ac 50 Hz single phase oil filled current transformers with ratio of (i) 1000-500/5 A, (for general purposes, (ii) 1500-750/5 (for heavy duty).

ETI/PSI/90 (6/95) with A&C Slip No.1, 2,3,4,5,6,7 (08/2007) & 8 (April 2009).

8

17 100 KVA, And 150 KVA 25 kV single phase 50 Hz, oil filled booster transformer.

ETI/PSI/98(8/92) 3

18 Tri vector meter and maximum demand Indicator for Railway ac Traction.

ETI/PSI/99(4/89) -

19 Specification for 25 kV AC Single pole and Double pole motorized isolators for Railway Electric traction

TI/SPC/PSI/ISOLTR/1060(08/06)

-

20 Dynamic reactive power compensation equipment for Railway traction sub-stations (for development of prototype only).

TI/SPC/PSI/DRPC/0050(08/05)

-

21 Gas Chromatograph for use in analysis of dissolved gases of transformer oil.

ETI/PSI/105(7/93) -

22 Capacitance bridge and dissipation factor bridge for the measurement of solid insulation of insulating oil.

ETI/PSI/106 (10/87) -

23 Current transformer I) 220 kV, 200-100/5 ii) 132 kV, 400-200/5 iii) 110 kV, 400-200/5 iv) 66 kV, 800-400/5

ETI/PSI/117 (7/88) with A&C Slip No.1 (11/88), 2 (3/89), 3 (12/89), 4 (4/90), 5 (6/90), 6 (9/92), 7 (8/05), 8 (08/2007) & 9 (July 2008).

9

24 Power transformer 21.6 MVA, single phase 50 Hz, 220/132/110/66/27 kV for traction substation.

ETI/PSI/118 (10/93) with A&C Slip No.1 to 10 (08/12) or latest

10

25 Code of practice for earthing of power supply installation for 25 kV. AC. 50 Hz single phase traction system.

ETI/PSI/120 (2/91) with A/c Slip No1 (10/93)

1

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 77

S.No DESCRIPTION SPECIFICATION NO. LAST REV.

26 Specification for 245/145/123/72.5 kV double ple and triple pole isolators.

ETI/PSI/122 (3/89) with A&C Slip No.1(4/90)

1

27 21.6 MVA, 220/132/110/66 kV/2x27 kV, single phase, 50 Hz traction power transformer for AT feeding system

ETI/PSI/123(9/93) 1

28 54 MVA, 220/2x27 kV Scott-connected power transformer for 2 x 27 kV ‘AT’ feeding system.

ETI/PSI/124(7/95) -

29 8 or 5 MVA, 2x 27 kV 50 Hz, auto transformer for 2x27 kV ‘AT’ feeding system.

ETI/PSI/125(7/97) -

30 25 kV shunt capacitor equipment for 2x25 kV ‘AT’ feeding system.

ETI/PSI/126(8/89) 2

31 Series capacitor equipment for 225 kV ’AT’ feeding system.

ETI/PSI/127(8/89) 1

32 Resonance suppressing C-R device for 2x25 kV ’AT’ feeding system.

ETI/PSI/128(8/89) 3

33 Control & relay panel including Numerical type protection relays for scott connected single phase traction transformers, OHE protection & shunt capacitor bank protection for 2x25 kV traction sub-station.

TI/SPC/PSI/PROTCT/7100(07/201 2)

-

34 25 kV ac double pole isolators for 2x 25 kV ’AT’ feeding system.

ETI/PSI/133(8/89) 2

35 ‘AT’ Boost up current ratio type fault locator for OHE for 2x 25 kV ‘AT’ feeding system.

ETI/PSI/135(8/89) 1

36 Metal oxide gapless type lightning arresters for use of 220/132/110/66 kV side of railway ac traction substation.

ETI/PSI/137 (8/89) with A&C Slip No.1 (1/90), 2(2/91), 3(12/91), 4(8/94) 5 & 6 (9/05) & 7(07/2007)

7

37 Technical specification for leakage current monitor for lightning arrester

TI/SPC/PSI/LCMLA/0030(04/03)

1

38 25 kV ac double pole outdoor Sf6 interrupters for 2 x 25 kV ‘AT’ feeding system.

ETI/PSI/139 (12/89) 4

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 78

S.No DESCRIPTION SPECIFICATION NO. LAST REV.

39 Technical specification for Microprocessor based Numerical integrated feeder Protection Module comprising DPR, INST, OCR, PTFE, & Auto Reclosure Relay for 25 kV. AC single phase 50 Hz traction Sub-station.

TI/SPC/PSI/PROTCT/5070(05/07)

-

40 Supervisory control and data acquisition (SCADA) system for 2x2 5 kV ‘AT’ Traction Power Supply.

ETI/PSI/144(12/91) -

41 Specification for 11 kV current transformer with ratio 500/5 for 2x 25 kV ‘AT’ feeding system.

ETI/PSI/145(3/92) 1

42 Specification for 25 kV current transformer with CT ratio 100-50/5 for shunt capacitor banks in 2x 25 kV ‘AT’ feeding system.

ETI/PSI/147(3/92) 1

43 Specification for SF6 gas leakage detector.

ETI/PSI/148(4/92) -

44 25 kV ac 50 Hz single pole outdoor pole mounted vacuum interrupter.

ETI/PSI/159 (10/94) 1

45 21.6 MVA, 100/27 kV OR 22/27 kV single phase, 50 Hz, ONAN traction power transformer

ETI/PSI/163 (4/97) 3

46 25 kV, 50 Hz single pole outdoor interrupter for Railway Traction switching station.

TI/SPC/PSI/LVCBIN/0120

2

47 Magnetic actuator type 25 kV. AC 50 Hz single pole outdoor vacuum interrupter for railway traction switching station.

TI/SPC/PSI/VACINT/0040(05/05)

-

48 Specification for DELTA I type high resistive fault selective relay for 25 kV AC single phase 50 HZ traction system

TI/SPC/PSI/PROTCT/1982(12/03)

-

49 Specification for panto flashover protection relay for 25 kV ac traction system.

TI/SPC/PSI/PROTCT/2983(09/01)

-

50 Control and relay panel for protection system of Mumbai area for 50 Hz Ac traction power supply system including parallel operation on 25 kV side.

TI/SPC/PSI/PROTCT/4050(11/05)

-

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 79

S.No DESCRIPTION SPECIFICATION NO. LAST REV.

51 Specification for SCADA, 25 kV single phase 50 Hz ac traction power supply (not for general use as validation is yet to be done.)

TI/SPC/RCC/SCADA/0130(04/2014)

1

52 Specification for 220 kV, Or 132 kV, or 110 kV, or 66 kV or 25 kV potential transformer.

TI/SPC/PSI/PTS/0990 with A&C Slip No.1,2,3,4,& 5

5

53 Outdoor circuit breaker for 25 kV, AC traction sub-station.

TI/SPC/PSI/HVGB/0120 5

54 30 MVA, 22/27 kV single phase traction power transformer.

TI/SPC/PSI/30TRN/0030(06/03)

-

55 30 MVA, 110 /27 kV single phase traction power transformer with on load tap changer ( for use in Mumbai sub-urban area)

TI/SPC/PSI/30TRN/1050(12/05)

-

56 30 MVA, 220/27 kV, 110/27 kV, & 66/27 kV single phase traction power transformer ONAN/ONAF with on load tap changer (for use in TSSs other than Mumbai area).

TI/SPC/PSI/30TRN/2070(10/07)

-

57 25 Core Armoured Optic Fibre cable for use in Indian Railways traction installation systems.

TI/SPC/PSI/OFC/0050(10/05)

-

58 Technical specification for power quality analyzer and Recorder with Remote display.

TI/SPC/PSI/PQAR/0080(09/08)

-

59 Technical specification for Supervisory control and data acquisition system (SCADA) for 25 kV single phase 50 Hz ac traction power supply for Mumbai area.

TI/SPC/RCC/SCADA/1080(9/08) with Amendment No.1

-

60 Relay testing kit for testing of Static/ Electromagnetic / Micro-processor based numerical protection relays used for 25 kV ac, 50 Hz, single phase traction system of Indian Railways.

TI/SPC/PSI/TESTKIT/1080(12/08)

-

61 Manufacture and supply of 132 kV XLPE underground cable and accessories.

TI/SPC/PSI/CABLE/0090(02/09)

-

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 80

S.No DESCRIPTION SPECIFICATION NO. LAST REV.

62 Technical specification for 50/75/150 MVA, ONAN/ONAF/OFAR 220/132 kV, 3-Phase oil immersed type Auto transformer.

TI/SPC/PSI/AUTOTR/0090

-

C) LIST OF STANDARD DRAWINGS S.No Brief Description Drawing Mod.

No. Series Number 1 Extra allowance for setting of

structures on curves (1676 mm Broad gauge)

ETI/OHE/G 00111 Sh.1 B

2 Standard setting of structure in the vicinity of signals (broad gauge)

ETI/OHE/G 00112 C

3 Typical design of bearing foundation.

ETI/OHE/G 00131 -

4 Deleted - 5 Typical design of cantilever mast. RF/33/G 00141 Sh.3 -

6 Standard drilling schedule of OHE masts 9.5 m long RSJ and BFB respectively.

ETI/OHE/G 00144 Sh.3 C

7 Span and stagger chart for (conventional) OHE, Cad. CU catenary & Cu cont. wire) wind pressure 75,112.5 &150 kgf/sq.m

ETI/OHE/G 00202 -

8 Employment schedule for Cantilever mast Regulated OHE cat. 65/Cu and Cont 107/Cu WP 112.5 kgf/sqm without EW & without RC.

ETI/OHE/G 00153 Sh.1 E

9 Employment schedule for cantilever mast regulated OHE cat. 65/Cu & cont. 107/GC, WP 112.5 kgf/sq.m with EW & without RC.

ETI/OHE/G 00153 E

10 Employment schedule for cantilever mast regulated OHE Cat. 65/Cu &cont 107/Cu, WP 112.2 kgf/sq. m with EW & with RC

ETI/OHE/G 00153 Sh.3 E

11 Employment schedule for cantilever mast regulated OHE Cat 65/Cu &cont 107/Cu, WP 112.2 kgf/sq.m with EW & with RC

ETI/OHE/G 00153 Sh.4 D

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 81

S.No Brief Description Drawing Mod. No. Series Number

12 Employment schedule for cantilever mast unregulated OHE Cat 65/Cu &cont 107/Cu, WP 112.2 kgf/sq.m at 35 deg. C and with 28 kgf/sq.mat 4deg. C without EW & with RC

ETI/OHE/G 00154 D

13 Employment schedule of bracket tubes regulated pressure Conventional OHE (Cd Catenary & Cu Contact wire 1000 kgf tension each)

ETI/OHE/G 00158 Sh.1 (for wind pressure 75kgf/sq.m)

ETI/OHE/G Sh.2 (for wind pressure 112.5

ETI/OHE/G kgf/sq.m Sh.3 (for wind pressure 150 kgf/sqm.

14 Dropper schedule for – un insulated, overlap spans

ETI/OHE/G 00169 A

15 Dropper schedule for insulated overlap spans

ETI/OHE/G 00170 A

16 Dropper schedule for conventional regulated OHE with Zero pre sag (1400/1400)

ETI/OHE/G 00177 A

17 Adjustment chart of Regulating equipment 3-pulley type 3:1 ratio

ETI/OHE/G 00195 A

18 Schematic arrangement of regulated OHE

ETI/OHE/G 02101 A

19 Schematic arrangement of un-insulated overlap (3&4 span overlaps)

ETI/OHE/G 02121 Sh-4 A

20 Schematic arrangement of insulated overlap

ETI/OHE/G 02131 Sh.3

21 Termination arrangement of OHE with 3 pulley type regulating equipment (3:1 ratio)

ETI/OHE/G 01212 B

22 General distribution of droppers. ETI/OHE/G 0101 A 23 Outline of pantograph (broad

gauge and meter gauge). RE/33/G 00181 A

24 General formation of single track embankments and cutting (broad gauge).

RE/33/G 01101 Sh.1 A

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 82

S.No Brief Description Drawing Mod. No. Series Number

25 General formation of double track in embankments and cutting (broad gauge)

RE/33/G 01102 Sh.1 A

26 General formation of multiple tracks (1675 mm gauge)

RE/33/G 01103 Sh.1 A

27 Standard anchor arrangement RE/33/G 01401 E 28 Anchor arrangement with dwarf

mast. ETI/OHE/G 01402 B

29 Schedule of anchor block for BG track.

ETI/OHE/G 01403 Sh. 1

D

30 Double guy rod arrangement with anchor block for BG track.

ETI/OHE/G 01403 Sh 2

C

31 Schedule of anchor block for BG track (black cotton soil)

ETI/OHE/G 01403 Sh.3 B

32 Standard guide tube arrangement on a mast and structures.

ETI/OHE/G 01505 -

33 Trapezoidal counter weight arrangement on OHE structures.

ETI/OHE/G 01502 -

34 Arrangement of 3 kV & 25 kV pedestal insulator supports on OHE masts and portals

ETI/OHE/G 01601

35 Standard arrangements for mounting of number plate on OHE structures

ETI/OHE/G 01701 A

36. Schematic arrangement of regulated overhead equipment.

ETI/OHE/G 02101 A

37. Typical arrangements of OHE on cantilever masts for double track section

ETI/OHE/G 2102

38 Typical arrangement for fixing of bracket assembly on 9.5 m mast and structure to set raising of tracks (in future)

ETI/OHE/G 02102 Sh.1

39 Mast on platforms (1676mm gauge).

ETI/OHE/G 02104 Sh.2 A

40 Details of bracket arrangement on tangent and curved tracks

ETI/OHE/G 02106 Sh.1 A

41 Details of bracket arrangement for OHE (High speed).

ETI/OHE/G 02106 Sh.3 C

42 Single bracket assembly on structures and dropped arms.

RE/33/G 02107 D

43 Box type cantilever Arrangement. ETI/OHE/G 02108 A 44 Arrangement at anti-creep. ETI/OHE/G 02111 A 45. Standard cantilever arrangement

for boom anchor anti-creep location.

ETI/OHE/G 02113

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 83

S.No Brief Description Drawing Mod. No. Series Number

46 Schematic arrangement of un-insulated over lap (type-1) 3&4 span overlaps.

ETI/OHE/G 02121 sh.1 F

47 Schematic arrangement of insulated overlap.

ETI/OHE/G 02131 sh.1 A

48 General arrangement of regulated OHE at turn-outs (overlap&crossed type).

ETI/OHE/G 02141 C

49 General arrangement of regulated OHE at cross over (overlap &crossed type)

ETI/OHE/G 02151 -

50 Arrangement of neutral section ETI/OHE/G 02161 Sh.1 of 2

51 Arrangement of neutral section assembly (PTFE Type) at SWS.

ETI/OHE/G 02162

52 Arrangement of short neutral section.

ETI/OHE/G 02161 Sh.2 of 2

-

53 Schematic arrangement of unregulated overhead equipment.

ETI/OHE/G 03101 -

54 Standard termination of OHE (regulated & un regulated)

ETI/OHE/G 03121 E

55 General arrangement of unregulated OHE at turnouts (crossed & overlap type).

ETI/OHE/G 03151 -

56 General arrangement of unregulated OHE cross overs and diamond crossings (overlap and crossed type).

ETI/OHE/G 03152 Sh.1 -

57 General arrangement of unregulated OHE at diamond crossing

ETI/OHE/G 03152 Sh.2 -

58 General arrangement of pull off ETI/OHE/G 03301 A 59 General arrangement of head

span ETI/OHE/G 03201 -

60 In span jumper connection between catenary & contact wire.

ETI/OHE/G 05101 -

61 Continuity jumper connection at un insulated overlap

ETI/OHE/G 05102 C

62 Arrangement of anti-theft jumper ETI/OHE/G 05107 A 63 Connection at turn outs ETI/OHE/G 05103 B 64 Potential equalizer connection at

insulated overlap and neutral section

ETI/OHE/G 05104 -

65 Connections at diamond crossing.

ETI/OHE/G 05106 A

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 84

S.No Brief Description Drawing Mod. No. Series Number

66 General arrangement of connections to OHE by copper cross feeder (150).

ETI/OHE/G 05121 Sh.1 C

67 General arrangement of connections at switching station on double track section by copper cross feeder (150).

ETI/OHE/G 05122 Sh.1 C

68 General arrangement of connections at switching station on multiple track section by copper cross feeder (150).

ETI/OHE/G 05123 Sh.1 C

69 Suspension of 25 kV feeder (spider on OHE masts.

ETI/OHE/G 05143 B

70 Termination of feeder, return conductor & return feeder (copper & aluminium)

RE/33/G 05145 Sh.1 A

71 Arrangement of suspension of double spider 25 kV feeder and return feeder between substation and feeding station

RE/33/G 05152 C

72 Assembly of section insulators RE/33/G 05181 C 73 General arrangement of earth

wire on OHE mast. ETI/OHE/G 05201 A

74 General arrangement of earth wire on OHE mast

ETI/OHE/G 05201-1 -

75 Arrangement of transverse bonds ETI/OHE/G 05251 A 76 Connection of return conductor to

track ETI/OHE/G 05306 F

77 Suspension arrangement of aluminium return conductor (spider) on traction Structures.

ETI/OHE/G 05307 B

78 Suspension of return conductor (spider) from boom of structures (with clevis type disc insulators)

ETI/OHE/G 05312 A

79 Connections between OHE and aluminium return conductor at booster stations

ETI/OHE/G 05413 B

80 Mounting of 25 kV Isolators on OHE structures (General arrangement )

ETI/OHE/G 05513 Sh.1 A

81 Details of small part steel work for supporting 25 kV Isolator on new TCC boom

ETI/OHE/G 05513 Sh.2 A

82 Connection from isolator to OHE ETI/OHE/G 05516 A 83 Characteristics of

conductors/bus-bar for 25 kV Ac traction

ETI/OHE/G 05600 A

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 85

S.No Brief Description Drawing Mod. No. Series Number

84 Arrangement of mounting 25 kV/240, 10 kVA LT supply transformer.

ETI/OHE/G 05522 -

85 Employment Schedule for Cantilever Mast regulated OHE Cat 65 Cu Cad, 107 /Cu WP 75 kG/sq.m

ETI/C ETI/C ETI/C ETI/C

0702(OHE only) (Sh.1) OHE+EW. (Sh. 2) OHE+RC), Sh.3) OHE+EW/ RC,Sh.4

A

A

A

A

86 Employment Schedule for Tramway type regulated OHE (WP 75 kgf/sqm) without Ex. & without RC.

ETI/C 0704 A

87 Employment Schedule for 8” x 8” x 35lbs FBB (9.5 M. long) WP 112.5 kgf/sq.m Cat. 65/Cu & Cont. 107/Cu.

ETI/C 0708 A

88 Employment Schedule for OHE mast overlap central location with 3.0 m implantation. Cat. 65/Cu & Cont. 107/Cu.WP 75 kgf/sqm

ETI/C 0709 A

89 Employment schedule for OHE mast overlap center location with 3.0M implantation, Cat. 65/Cu & cont. 107/Cu. WP 112.5 kgf/sq.m

ETI/C 0710 A

90 Employment schedule for OHE mast overlap center location with 3.0M implantation, Cat. 65/Cu & cont. 107/Cu. WP 112.5 kgf/sq.m

ETI/C 0711 A

91 Employment schedule for OHE mast overlap center location with 3.0M implantation, Cat. 65/Cu & cont. 107/Cu. WP 112.5 kgf/sq.m

ETI/C 0712 A

92 Employment schedule for 9.5 m long OHE mast overlap center location with 3.0M implantation, Cat. 65/Cu & cont. 107/Cu. WP 75 kgf/sq.m

ETI/C 0713 A

93 Employment schedule for 9.5 m long 200x200x44.9 kg mast Cat. 65/Cu & cont. 107/Cu. WP 112.5 kgf/sq.m

ETI/C 0714 A

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 86

S.No Brief Description Drawing Mod. No. Series Number

94 Employment schedule for OHE mast overlap anchor location with 3.0M implantation, Cat. 65/Cu & cont. 107/Cu. WP 75 kgf/sq.m

ETI/C 0715 A

95 Employment schedule for OHE mast overlap center location with 3.0M implantation, Cat. 65/Cu & cont. 107/Cu. WP 112.5 kgf/sq.m

ETI/C 0716 A

96 Employment schedule 0721 for regulated OHE mast(9.5 m) wind pressure 75kgf sq.m for composite OHE(1000+1000) kgf tension

ETI/C 0721 (OHE only) (Sh.1)

-

97 Employment schedule for regulated OHE mast (9.5m) wind pressure 75 kgf/sqm. For composite OHE with extra setting distance overlap anchor location.

ETI/C 0722 -

98 Employment Schedule for regulated OHE mast (9.5m) wind pressure 75 kgf/sqm for composite OHE with extra setting distance. Overlap centre location.

ETI/C 0723 -

99 Employment Schedule for regulated OHE mast (9.5m) wind pressure 75 kgf/sqm for composite OHE with extra setting distance. Overlap inter location.

ETI/C 0724 -

100 Employment schedule for pre-stressed concrete mast (PC 42) 9.5 long. For conventional OHE, Normal Location (WP 150, 112.5 and 75 kgf/sqm.07253

ETI/C 0725 A

101 Standard portal (NO, PRG & Double FBF type)

ETI/C 0064 -

102 Special BSF portal for 5 tracks (general C arrangement)

ETI/C 0026 sh1 C

103 Protective screen at foot-over bridge and road over-bridge.

ETI/C 0068 H

104 Chart for portal foundation

ETI/C 0005/68 -

104A Details of foundation in hard rock for portals

ETI/C 0080 A

105 Muff for OHE structures ETI/C 0007/68 E 106 Structures muff for sand core

foundations ETI/C 0012/69 E

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 87

S.No Brief Description Drawing Mod. No. Series Number

107 9.5 m standard traction mast (fabricated ‘K’ series)

ETI/C 0018-2 D

108 Remote Control Cubicle at switching station, foundation, RCC slab Building plan & steel door.

ETI/C 0067 B

109 9.5 m standard traction mast fabricated with batten plates ‘B’ series)

ETI/C 0071 E

109A 9.5 m long standard traction mast (fabricated with batten plate)-“TM” series.

ETI/C 0078 Sh. I -

109B 9.5 m long standard traction mast (fabricated with batten plate)-“TM” series (Weight scheduled).

ETI/C 0078 Sh. 2

109C 10.85 m long standard traction mast (fabricated with batten plate)-“B” series.

TI/DRG/CI V/B-MAST/RDSO

00001/0 8/0

110 Details of OHE foundation in soft rock (bearing capacity 45,000 kgf/sq. m)

ETI/C 0059 C

110A Details of OHE foundation in Hard rock (bearing capacity 90,000 kgf/sq. m)

ETI/C 0060 D

111 Details of foundation for fencing upright

ETI/C 0032 B

112 Employment schedule for switching and booster station main masts

ETI/C 0185 B

113 Drilling schedule for S-1 mast ETI/C 0030 F 114 Drilling schedule for S-2 mast ETI/C 0031 D 115 Drilling schedule for S-3 mast

(length 11.4m) ETI/C 0180 C

116 Drilling Schedule for 8” x 6” x 35 lbs. RSJ mast 8.0 m long for booster transformer station Type S-4.

ETI/C 0036 E

117 Drilling schedule for S-5 mast (114 m long)

ETI/C 0042 E

118 Drilling schedule for S-6 mast (length 12.4 m)

ETI/C 0181 C

119 Drilling schedule for S -7 mast (length 12.4 m long)

ETI/C 0182 C

120 Drilling schedule for S -8 mast (length 12.4 m long)

ETI/C 0183 C

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 88

S.No Brief Description Drawing Mod. No. Series Number

121 Drilling schedule for S -9 mast (length 9.4 m long)

ETI/C 0184 C

122 General arrangement & details of fencing panels & gate for switching station

ETI/C 0186 sh.1 E

123 Details of fencing upright and anti-climbing device for switching station

ETI/C 0186 sh.2 E

124 S-100 fabricated mast for mounting LT supply transformer and drop out fuse switch at switching station.

ETI/C 0043 B

125 S-101 details of mast for supporting isolator inside switching station

ETI/C 0044 A

126 Details of anchor beam on SP, SSP, & FP

ETI/C 0033 D

127 Details of small part steel for switching station

ETI/C 0034 Sh.1 K

128 Details of bracing for switching &BT masts.

ETI/C 0034 sh.2 B

129 Details of small parts steel of out rigger for switching stations and booster transformer stations.

ETI/C 0037 C

130 Details of small parts steel for booster transformer stations.

ETI/C 0040 E

131 Details of pre-cast cable trench for switching station

ETI/C 0038 E

132 Standard ’R’ type portal rod laced general arrangement

ETI/C 0011/69 Sh.1

C

133 Standard ’G’ type portal special upright and end piece.

ETI/C 0066 C

134 Short bored pile foundation for traction mast (permissible BM & volume)

ETI/C 0062 B

135 Chart for portal foundations in dry black cotton soil safe bearing capacity 16500 kg/sqm.

ETI/C 0063 C

135A Details of foundation for 132 kV traction substation structures.

ETI/C 0209 C

136 Dwarf mast foundation on wet & dry black cotton soil

RE/ALD/OH E/SK/C

02 -

137 Typical design of new pure gravity foundation.

ETI/SK/C 131 A

138 Typical design of side gravity foundation.

ETI/SK/C 142 A

139 Rock Anchor for BG Track. ETI/SK/C 208 -

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 89

S.No Brief Description Drawing Mod. No. Series Number

140 Bracket fitting for PSC Masts capacity 4200 kgm.

ETI/SK/C 214 sh.2 A

141 SPS details for earth wire clamp on PSC mast.

ETI/SK/C 214 Sh.2 of 2

A

142 Special arrangement of OHE under over line structure

ETI/OHE/S K 529 D

143 Earthing and bonding of PSC mast.

ETI/OHE/S K 537Sh.1 of 2

A

144 Typical Earthing arrangement in spun D PSC mast with 18mm dia rod.

ETI/OHE/S K 537 Sh.1 of 2

D

145 Arrangement of antitheft jumper at overlap

ETI/OHE/S K 566 -

146 Catenary dropper assembly ETI/OHE/P 1190 B 147 Parallel clamp (20/20) ETI/OHE/P 1550 E 148 Standard guide Tube assembly. ETI/OHE/P 5060-2 C 149 Standard anti-wind clamp ETI/OHE/P 2550-1/2 L

150 Multiple cantilever cross arm assembly

RE/33/P 3224 H

151 Anchor fitting Assembly on rolled sections

ETI/OHE/P 3230 C

152 Anchor fitting Assembly on ‘K’ series TCC mast and P type portal upright.

ETI/OHE/P 3240 D

153 Anchor assembly on ‘N’ and ‘O’ type portal spans.

ETI/OHE/P 3250 D

154 Structure bonds ETI/OHE/P 7000 E 155 Earthing station ETI/OHE/P 7020 B

155A Earth Electrode ETI/OHE/P 7021 A 156 Longitudinal rail bond ETI/OHE/P 7030 F 157 Short super mast assembly ETI/C/P 7020 B 158 Long super mast assembly ETI/OHE/P 8010 G 159 Bracket attachment assembly on

portal upright (NORPG& BFB type )

ETI/OHE/P 8030 B

160 Super mast assembly on portals ETI/OHE/P 8050 C 161 Medium super mast assembly ETI/OHE/P 8060 C 162 Compensating plate ETI/OHE/P 5191-1/2 D

163 Suspension clamp RE/33/P 1160 J 164 Double suspension clamp ETI/OHE/P 1170 K 165 Double suspension lock plate. ETI/OHE/P 1172 C 166 Catenary splice(65) ETI/OHE/P 1090 - 167 Typical location & schematic

connection diagram for a three interrupter switching station.

ETI/PSI 003 C

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 90

S.No Brief Description Drawing Mod. No. Series Number

168 Typical general arrangement of a three interrupter switching station

ETI/PSI 004 F

169 Typical location plan & general arrangement for-sectioning & paralleling station

ETI/PSI 005 F

170 Typical location plan and arrangement for a feeding station

ETI/PSI E

171 Typical general arrangement at a booster transformer stn. (with 4 cross feeder) type III

ETI/PSI 013 B

172 Typical general arrangement of 280 kVA Booster transformer stn. (with 4 cross feeder) type III

ETI/PSI 018 A

173 Typical general arrangement at a booster transformer stn. (without cross feeder) type I

ETI/PSI 011 C

174 Typical number plate for auxiliary transformer

ETI/PSI/P 7525 -

175 Typical fencing and anti-climbing arrangement at switching station

ETI/PSI 104 E

176 Typical earthing layout of sub-sectioning and paralleling station

ETI/PSI 201 B

177 Typical earthing layout of a sectioning and paralleling station.

ETI/PSI 202 B

178 Typical earthing layout of a feeding station

ETI/PSI 203 B

179 Earthing details for interrupter LT supply transformer 25 kV lightning arrestors PT type-I ( S-100 masts, S-101 mast, fencing upright and main mast)

ETI/PSI 204 C

180 Typical earthing layout at a booster transformer stations (without cross feeder ) for Type-I and II

ETI/PSI 211-1 A

181 Typical cable run layout of a sub-sectioning & paralleling station.

ETI/PSI 301 C

182 Typical cable run layout of a sectioning & paralleling station

ETI/PSI 302 C

183 Typical cable run layout of a feeding station

ETI/PSI 303 B

184 Typical earthing layout of a booster transformer station (with 4 cross feeder for type III, IV and V)

ETI/PSI 212 B

185 Typical drawing for a terminal board

ETI/PSI 501 C

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 91

S.No Brief Description Drawing Mod. No. Series Number

186 36 mm Aluminium Bus terminal ETI/PSI/P 6480 C

187 36 mm Aluminium Bus splices ETI/PSI/P 6490 B

188 36 mm Aluminium Bus Tee connector

ETI/PSI/P 6500 C

189 36 mm Aluminium Tee terminal ETI/PSI/P 6510 D

190 36 /15 Tap connector ETI/PSI/P 6520 B

191 36 mm Aluminium flexible bus splice

ETI/PSI/P 6550 B

192 36 mm Aluminium bus splice cum tee connector

ETI/PSI/P 6560 B

193 Typical number plate for interrupter and double pole isolator

ETI/PSI/P 7520 B

194 Typical number plate for potential transformer Type-I

ETI/PSI/P 7521 B

195 Typical number plate for booster transformer

ETI/PSI/P 7522 B

196 Standard plan Remote Control cubicle at a switching station

RE/Civil/BS -11/95

-

197 Typical details of pressed steel door, window and ventilator

RE/Civil/S-115/95

R1

198 Bolted base connection for portals located in drains.

ETI/C 0010 C

199 Details of base plate for mast on drains in station yards.

ETI/C 0002 A

(D) LIST OF STANDARD DRAWINGS FOR TRAMWAY TYPE OHE (REGULATED)

S.No Brief Description Drawing Mod. No. Series Number

200 Span and stagger chart for Tramway type OHE (regulated)

ETI/OHE/G 04201 -

201 Drilling schedule of OHE mast 8.5m & 9 m long RSJ) and BFB respectively.

ETI/OHE/G 04202 Sh.1& 2

C

202 Schematic arrangement of (regulated) tramway type OHE

ETI/OHE/G 04203 C

203 Arrangement of bracket assembly for Tramway Type OHE (Regulated)

ETI/OHE/G 04204 B

204 Arrangement for anti-creep for Tramway Type OHE ( Regulated)

ETI/OHE/G 04205 B

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 92

S.No Brief Description Drawing Mod. No. Series Number

205 Arrangement of anti-creep for Tramway OHE (regulated alternative arrangement )

ETI/OHE/G 04206 B

206 Arrangement of section Insulator for Tramway Type OHE (regulated)

ETI/OHE/G 04207 Sh.1

B

207 Small parts steel for supporting section insulator assembly for regulated tramway type OHE.

ETI/OHE/G 04207 Sh.2

B

208 General arrangement of turnouts for Tramway type OHE(regulated)

ETI/OHE/G 04208 B

209 Adjustment chart for Tramway type OHE (regulated)

ETI/OHE/G 04209

210 Bridle wire clamp (6 mm) ETI/OHE/P 1070-1 B 211 Large suspension clamp 20 mm

(with armour rod) ETI/OHE/P 1580 Sh-2 -

212 Hook bracket ETI/OHE/P 2380 C 213 BFB steady arm assembly for

Tramway OHE (Regulated) ETI/OHE/P 2540-1 -

214 Anti wind clamp for tramway OHE (regulated)

ETI/OHE/P 2550-3 E

215 Counterweight assembly (light) ETI/OHE/P 5090-3 F 216 Counter weight assembly with

pulley type regulating equipment (3:1 ratio)

ETI/OHE/P 5090-6 B

217 Employment schedule for tramway type regulated OHE without RC and EW(WP 112.5 kgf/sqm)

ETI/C 0705 A

218 Protective screen at FOB/ROBs. ETI/C 0068 H 219 i) Standard plan –height gauge

for level crossing (for clear span up to 7.3m) details of structure & foundation.

ii) Standard plan –height gauge for level crossing (for clear span above 7.3m up to 12.2 m) details of structure & foundation.

iii) Span length 7.3m for Class-II to IV roads and TVU<1 Lakh

iv) Span length 7.3mto 10.0 m for

Class-II to IV roads and TVU<1 Lakh

TI/DRG/CI V/HGAUGE /RDSO TI/DRG/CI V/HGAUGE /RDSO CORE dwg No: RE/CIV IL/S1 CORE dwg No-RE/CIVIL/S- TI/DRG/CI V/HGAUGE /RDSO

00001/0 5/0 00002/0 5/0 38-04 (Mod R1) 140/000 8 (Mod-R1) 00001/1 4/0

-

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 93

S.No Brief Description Drawing Mod. No. Series Number

220 Anchor arrangement with dwarf mast for conventional and High rise OHE

ETI/OHE/H R/G

01402 -

221 Employment schedule of bracket tube regulated conventional OHE (Cd-Cu catenary and Cu contact wire (1000 kgf tension each) for wind pressure 150 kgf/ sq. m at 10degC

ETI/OHE/G 00158 Sh-3

-

222 Employment schedule of bracket tubes unregulated unconventional OHE (Cd.CU-catenary) and CU-contact wire.

ETI/OHE/G 00159 Sheet 3

-

234 Standard arrangement of supporting cantilevers on the boom of portals and TTC (to avoid Bird’s nesting)

ETI/C 0076 C

235 Volume charts and equivalent chart of foundation (side bearing, side gravity & WBC)

TI/CIV/FN D/RDSO

00001/1 2/0 sheet-1

-

236 Volume chart and equivalent chart of foundations(NG type)

TI/CIV/FN D/RDSO

00001/ 12/0 sheet -2

-

237 Volume and equivalent chart of foundations for dry black cotton soil only (NBC type)

TI/CIV/FN D/RDSO

00001/ 12/0 sheet -3

-

238 Volume chart & equivalent chart of new pure gravity foundations (500 mm exposed)

TI/CIV/FN D/RDSO

00001/ 12/0 sheet -4

239 Volume & equivalent chart of foundations for dry black cotton soil only (8000 kg/sq. m) NBC type 2.5 m depth

TI/CIV/FN D/RDSO

00001/ 12/0 sheet -5

240 Volume charts and equivalent chart of foundations (side bearing, side gravity &WBC)

TI/DRG/CI V/FND/RD SO

00001/ 04/0 sheet-1

241 Volume charts and equivalent chart of foundations(NG type)

TI/DRG/CI V/FND/RD SO

00001/ 04/0 sheet-2

242 Volume and equivalent chart of foundations for Dry black cotton soil (NBC type) for 16500 &11000 kgf/ sq m, 3.0 m depth

TI/DRG/CI V/FND/RD SO

00001/ 04/0 sheet-3

243 Volume chart and equivalent chart of new pure gravity foundations (500 mm exposed).

TI/DRG/CI V/FND/RD SO

00001/0 4/0 sheet-4

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 94

S.No Brief Description Drawing Mod. No. Series Number

244 Volume and equivalent chart of foundations for Dry black cotton soil only (8000 kg/ sq m) NBC type 2.5 depth

TI/DRG/CI V/FND/RD SO

00001/0 4/0 sheet-5

245 Employment schedule for OHE mast (9.5 m) for wind pressure 150 kgf/ sq m copper OHE

ETI/C 0726 Sheet 1

-

246 Employment schedule for OHE mast (9.5 m) for wind pressure 150 kgf/ sq m copper OHE & EW

ETI/C 0726 Sheet-2

-

247 Employment schedule for OHE mast (9.5 m) for wind pressure 150 kgf/ sq m copper OHE &RC

ETI/C 0726 Sheet-3

-

248 Employment schedule for OHE mast (9.5 m) for wind pressure 150 kgf/ sq m copper OHE,RC&EW

ETI/C 0726 Sheet-4

-

249 Employment schedule for OHE mast (9.5 m) for wind pressure 150 kgf/ sq m copper OHE, with higher implantation overlap anchor location

ETI/C 0727 -

250 Employment schedule for OHE mast (9.5 m) for wind pressure 150 kgf/ sq m copper OHE with higher implantation overlap inter location

ETI/C 0728 -

251 Employment schedule for tramway type regulated OHE WP 150 kgf/ sq m without RC &EW

ETI/C 0706 A

252 Raised register arm clamps ETI/OHE/P /1360-1

E

253 Parallel clamp (90/50) ETI/OHE/P 1040-3 B 254 Contact wire parallel clamp(Part

small) ETI/OHE/P 1041-2 D

255 Parallel clamp (150/160) ETI/OHE/P 1050-3 A 256 Parallel clamp Part (150/105-150) ETI/OHE/P 1051-2 C 257 Parallel clamp (105/240) ETI/OHE/P 1530-1 C 258 Steady Arm hook BFB (forged) TI/DRG/OH

E/FTGFE/R DSO

00003/ 0 0/0

259 Tabular stay sleeve (forged) TI/DRG/OH E/FTGFE/R DSO

00004/ 03/0

260 Register Arm Eye piece 25 mm (Forged)

TI/DRG/OH E/FTGFE/R DSO

00002/ 00/0

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 95

S.No Brief Description Drawing Mod. No. Series Number

261 Mast fittings for hook insulator (forged)

TI/DRG/OH E/FTGFE/R DSO

00005/ 04/0

262 Modified BFB steady arm assembly with 25 mm drop bracket ( ID-2306)

TI/DRG/OH E/FTGFE/R DSO

00006/ 05/0

263 Terminal clamp (15 mm) –compression type

TI/DRG/OH E/FTGNF/R DSO

00001/ 02/1

264 Terminal clamps( 19mm) compression type

TI/DRG/OH E/FTGNF/R DSO

00002/ 02/1

265 Feeder splice ( 150) TI/DRG/OH E/FTGNF/R DSO

00003/ 03/0

266 Feeder splice sleeve TI/DRG/OH E/FTGNF/R DSO

00004/ 03/0

267 Feeder joint socket left TI/DRG/OH E/FTGNF/R DSO

00005/ 03/0

268 19 mm bus terminal clamp (compression type)

TI/DRG/OH E/FTGNF/R DSO

00006/ 03/0

269 Parallel clamp ( dia 20 mm/ 18.75mm)

TI/DRG/OH E/FTGNF/R DSO

00006/ 03/0

270 18mm single clevis assembly modified

TI/DRG/OH E/FTGFE/R DSO

00001/ 00/0

271 Signals at neutral sections TI/DRG/OHE /NS/RDSO

00001 /00/01

272 Schedule anchor block for BG track

TI/DRG/OH E/GUYROD /RDSO

00001/ 07/0

273 Double guy rod arrangement with anchor block for BG track.

TI/DRG/OH E/GUYROD /RDSO

00002 /07/0

274 Schedule of anchor block for BG track black cotton soil

TI/DRG/OH E/GUYROD /RDSO

00003/ 07/0

275 Guy rod dia 25 mm TI/DRG/OH E/GUYROD /RDSO

00004/ 07/0

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 96

(E)LIST OF STANDARD RDSO’s SPECIFICATIONS FOR OHE

S.No. DESCRIPTION SPECIFICATION NO. LAST REV.

1. Technical Specification for annealed stranded copper conductors for jumper wire for Electric Traction

ETI/OHE/3(2/94) with A&C slip No.1of (4/95)

1

2. Specification for Copper bus bar. RE/30/OHE/5 (11/60) -

3. Specification for Steel tubes. ETI/OHE/11 (5/89) -

4. Specification for Hot dip zinc galvanization of steel masts (Rolled & fabricated). Tubes and fittings used on 25 kV ac OH

ETI/OHE/13(4/84) with A&C slip No. 1of (5/86),2 of (4/90) & 3 of (4/90)

3

5. Specification for Stainless steel wire ropes.

TI/SPC/OHE/WR/1060 with A&C slip No 1 of (11/06) & 2 of (05/07) OR ETI/OHE/14(9/94) with A&C slip No.1 of 9/95,2 of 1/97,3(8/99)4 of(12/99) & 5 of (10/2001).

2

6. Specification for solid core porcelain insulators for 25 kV ac 50 Hz single phase overhead traction lines.

TI/SPC/OHE/INS/0070 (04/2007) OR ETI/OHE/15(9/91) with A&C slip No.1 (5/99), No.2 of (2/2000) and 3 of (2/2000).

-

7. Specification for 25 kV ac single pole and double pole isolators for Railway Electrification.

ETI/OHE/16(1/94) with A&C slip No.1 of (06/2000) & 2 of (3/2004)

2

8. Specification for steel and stainless steel bolts, nuts.

TI/SPC/OHE/Fasteners/ 0120 OR ETI/OHE/18(4/84) with A&C slip latest.

-

9. Aluminum alloy section and tubes for 25 kV Traction Overhead Equipment.

ETI/OHE/21(9/74) -

10. Specification for Dynamometers. RE/OHE/22(9/61) -

11. Specification for Light weight Section insulator assembly.

TI/SPC/OHE/LWTSI/0060( 08/06)

-

12. Specification for Enameled steel plates.

ETI/OHE/33(8/85) -

13. Specification for retro-reflective structure Number plates.

ETI/OHE/33A(12/97) with A&C slip 1 to 8

8

14. Performances specification for modular cantilever assembly.

TI/ SPC/OHE/MCS/080 -

15. Specification for Galvanized steel wire rope.

ETI/OHE/36(12/73) with A&C Slip No.1 of (5/98)

1

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 97

S.No. DESCRIPTION SPECIFICATION NO. LAST REV.

16. Specification for Hard drawn copper catenary.

ETI/OHE/37(12/73) -

17. Technical specification for hard drawn grooved contact wire for electric traction (jointed/welded contact wire).

ETI/OHE/42(6/97) -

18. Specification for three pulley type regulating equipment with modified Pulley group (3:1 Ratio)

TI/SPC/OHE/ATD/0060 with A&C slip 1 to 3

3

19. Technical specification for exothermic welding connection for bonding, earthing/drilling

TI/SPC/OHE/Exothrmbond/ 0100(04/10)

-

20. Technical specification for Fittings for 25 kV ac OHE

ETI/OHE/49(9/95) with A&C Slip No 1 of (3/97) and CORE's A&C slip No. 2 of (4/2000), 3 of (08/01) 4 of (03/2002) & 5 of (10/2010).

5

21. Technical Specification for cadmium copper conductors for overhead Railway traction.

ETI/OHE/50(6/97) with A & C Slip No 1 to 3

3

22. Technical Specification for 37/2.25mm Hard Drawn Stranded copper conductor

TI/SPC/OHE/HDCSCF/003 0(06/03)

-

23. Specification for Discharge/earthing pole assembly for 25 kV ac traction.

ETI/OHE/51(9/87) 1

24. Specification for interlocks for ac traction switchgears.

ETI/OHE/52(10/84) -

25. Principles for OHE layout plans and sectioning diagrams for 25 kV ac traction.

ETI/OHE/53(6/88) with A&C slip no.1 of (6/88), 2 of (6/88), 3 of (6/90), 4 of (8/92) & 5 of (11/2006)

5

26 Specification for 19/2.79 mm all aluminum alloy. Stranded

ETI/OHE/54(2/85) with A&C slip No. 1 of (11/89) &2 of (10/92)

2

27 Specification for Bimetallic (aluminium-copper) strip.

ETI/OHE/55(4/90) -

28 Technical specification for 4 wheeler overhead equipment inspection car 1676 mm gauge

TI/SPC/OHE/4WDHTW/00 70 (06/07)

-

29 Specification for hand operated lifting and swiveling platform.

ETI/OHE/58/1(1/95) -

30 Technical specification for 8 wheeler OHE inspection car 1676 mm gauge

TI/SPC/OHE/8WDEIC/0090 (2/09)

1

31 Specification for Short Neutral Section Assembly (phase Break)

TI/SPC/OHE/SNS/0000 of (2/2000)

-

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 98

S.No. DESCRIPTION SPECIFICATION NO. LAST REV.

32 Specification for solid core cylindrical post insulators for systems with nominal voltages of 220 kV, 132 kV, 110 kV & 66 kV

ETI/OHE 64(10/88) 1

33 Specification for continuous cast copper wire rods.

ETI/OHE/65(8/87) with A & C Slip No 1 to 3

3

34 Technical Specification for hard drawn grooved contact wire for electric traction draw3n out of continuous cast copper (CCC) wire rods.

ETI/OHE/76(6/97) with A & C Slip No 1,3,4 & 5

4

35 Gearless hand operated pulling and lifting machines (TIRFOR)

TI/SPC/OHE/TOOLPL/0990 1

36 Galvanized steel stranded wire (GSSW) for Anchoring of Traction Mast

TI/SPC/OHE/GSSW/0090 (10/2009)

-

37 Rachet lever Hoist ( Pull-lifts) TI/SPC/OHE/TOOLPL/1990 -

38 Specification for Insulated Cadmium Copper Catenary 19/2.1 mm Dia meter for provision under over line structures in the 25 kV ac Electric traction

TI/SPC/OHE/INSCAT/0000 (04/00) with A & C Slip No 1

-

39 Technical specification for infrared imaging system for handheld application.

TI/SPC/OHE/TIPS/0010(03 /01)

-

40 Technical specification for infrared imaging system for stationary Installation.

TI/SPC/OHE/TIPS/1030(06 /05) Rev. 1

-

41 Specification for Loco mounted analysis system

TI/SPC/OHE/TIPS/2030(08 /03)

-

42 Technical specification for galvanized steel stranded wire for traction bonds for 25 kV ac Electric traction system

TI/SPC/OHE/GALSTB/004 0(09/04)

1

43 Technical specification for Silicone composite insulators for 25 kV ac 50 Hz single phase overhead traction lines.

TI/SPC/OHE/INSCOM/107 0(01/07)

-

44 Specification for Retro-Reflective structure number plate on FRP base

TI/SPC/OHE/FRPNP/0060 -

45 Technical specification for on Board Equipment for line scanning for thickness of contact wire used in 25 kV ac traction.

TI/SPC/OHE/CW/WEAR/00 80(02/80)

-

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 99

S.No. DESCRIPTION SPECIFICATION NO. LAST REV.

46 Technical specification for Gas Auto tensioning device.

TI/SPC/OHE/GATD/0080(9 /08)

-

47 Specification for Testing load testing Machine 25 kV Porcelain & Composite insulator before installation.

TI/SPC/OHE/INSTEST/009 0(02/09)

-

48 Specification for Solid core Porcelain cylindrical Post Insulators with nominal Voltage of 66 kV, 110 kV, 132 kV & 220 kV

TI/SPC/OHE/POST/0100(0 1/10)

-

49 Technical specification for propelled Auger vehicle for digging of foundations of over-head lines

TI/SPC/OHE/AUGER/0090( 02/09)

-

50 Technical specification for propelled road Rail vehicle for maintenance of overhead lines.

TI/SPC/OHE/RRV/ 0090(05/09)

-

51 Technical specification for self-propelled mast Erection machine vehicle for running on (1676)mm) Routes of Indian railways.

TI/SPC/OHE/MEMV/ 0090(03/09)

-

52 Technical specification for galvanized steel stranded wire for traction mast

TI/SPC/OHE/GSSW/0090( 10/2009)

-

53 Technical specification for roof mounted infrared thermal imaging system for on live line scanning of ac OHE system.

TI/SPC/OHE/ITIC/0100(02/ 2010)

-

54 Technical Specification for self-propelled intelligent OHE parameter recording cum Inspection Car (Dhanwantari)

TI/SPC/OHE/8WDEITC/00 12(07/2012)

-

55 Technical specification for self-propelled wiring train for paying of contact & catenry wire of overhead lines on BG ( 1676 mm )

TI/SPC/OHE/WIRING/0090 (02/2013)

-

56 Technical specification for 8-Wheeler Diesel Electric Tower Wagon (Under Slung)

TI/SPC/OHE/8WDETC/009 0 (02/2009 )

1

57 Technical Specification for spun pre stressed cement concrete (PSC) OHE traction mast.

ETI/ C/2(8/94) -

58 Indian Railway standard specification for spraying zinc coating on the OHE mast.

ETI/C/3(5/83) -

59 Draft Indian Railway Standard specification for cold roll formed mast for Railway electrification.

ETI/C/4(8/90) -

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 100

S.No. DESCRIPTION SPECIFICATION NO. LAST REV.

60 Specification for Flo-Coat Tube. ETI/C/5(5/88) 1

61 Corrosion Resistant Paint System for outdoor structures of Traction Distribution and traction rolling stock.

TI/SPC/CIV/POR/0080(08/ 2008)

-

RAILWAY BOARD/RDSO INSTRUCTIONS TO BE FOLLOWED IN RAILWAY ELECTRIFICATION WORKS (REF. RB letter D.O. NO. 2013/RE/161/9FTS-74851 DATED 09.04.2013).

(F) MISCELLANEOUS INSTRUCTIONS

S.No. General Deficiencies in RE Works Rly. Board/RDSO Guidelines

1. Availability of 120 mts distance between stop signal and central line of insulated overlap/ section insulators.

Railway Board’s letter BNo. 2010/l3c(G)/ 148/5 dated 11.6.12 para 30.2 ACTM vol. II part.II

2. Comprehensive policy regarding insulators for 25 kV ac traction on IRs ( vandal/ Pollution prone area)-regarding use of composite insulators

Railway Board letter No. 2002/Elec.(G)/161/21 Vol. II Pt. dated 04.07.12

3. Trimming/ cutting of trees in electrified sections

Railway Board letter No. 2008/Elect. (G)/161/8 Pt. dated 05.09.12.

4. To avoid provision of splice in large span wires.

Railway Board letter No. 2008/ Elec.(G)/161/8 Pt. Vol. II Pt. dated 26.09.12.

5. Insulated catenary to be provided under all ROBs/FOBs

TI/MI/0036(09/99) Rev. 0

6. Provision of pipe on hex-Tie rod at cross overs and short tension length ATDs.

TI/MI/0035(09/01) Rev. 1.

7. Testing of 25 kV porcelain and composite insulators before installation.

TI/MI/0042(12/2008) Rev.0

8. Modified protection scheme to be provided at all FOB/ROB.

ETI/C/0068(07/09) Rev. H

9. Increasing data transfer speed of traction scada system from 600/1200 bps to minimum 9600 bps

TI/IN/002(02/10) Rev.0 or latest TI/SPS/RCC/SCADA/0130 04/2014

10 Provision of long cross type G – jumpers on parallel run side instead of crossover/turnout site.

As per RDSO Drg.

11. Separate DJ close boards for MEMU/EMU

Required for MEMU/EMU operation

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 101

S.No. General Deficiencies in RE Works Rly. Board/RDSO Guidelines

12. Ensuring projection of RT at pull of i.e. negative stagger location to be beyond the vertical plane of contact wire.

RDSO Drg. No. ETI/OHE/G/02106 Rev.C

13. Fixing arrangement for mast anchor fitting for anti-falling device for three pulley modified ATD

RDSO Drg. No. TI/DRG/OHE/ATD/RDSO/0000/05/0

14. Caternary wire in place of GI wire at ACC locations in polluted area.

RDSO Drg. No. TI/DRG/OHE/GENL/RDSO/000001/12/0 Rev.0 ref. ETI/OHE/G/02111 Rev. A dated 23.10.2012.

15. Gap between mast fitting for hook insulators and top of the mast

Drg. No. RE/33/G/000141

16. Measurement of contact resistance and opening/closing time of CBs/BMs during commissioning of TSS/switching posts.

As per ACTM para 20908 Vo. II, Part I and OEM’s this is to be done in the preconditioning test.

17. Provision of double eye distance rod. TI/MI/00008 Rev. 0 18. Soft copy of LOP, Power supply

diagrams and other relevant drawings in Auto -CAD software.

For better accessibility and reproductively.

(F)SMIs & MIs for TRD issue by RDSO

1. List of Maintenance Instructions: S.No SMI No. Rev Regarding Description of the item

1 TI/MI/0001 0 OHE, Insulators

Failure of 25 kV pedestal insulator and to use only solid core support insulator.

2 TI/MI/0007 0 OHE, Insulators

Use of disk insulator in place of 9-T solid core insulators of 25 kV ac OHE.

3 TI/MI/0008 0 OHE, Insulators

Failure of 9-t insulator due to non provision of double eye distance rod at BWA location.

4 TI/MI/0018 3 OHE, ATD Winch type regulating equipment.

5 TI/MI/0026 2 Capacitor Bank Periodical maintenance instruction & trouble shooting guidelines for capacitor bank.

6 TI/MI/0027 0 OHE, Conductor

Development of 107 mm2 silver bearing copper contact wire (silver contents 0.1%).

7 TI/MI/0028 2 OHE, Panto entanglement

Overhead equipments (OHE) on turn out/cross over to avoid panto entanglements.

8 TI/MI/0029 3 OHE, ATD 3:1 Ratio, 3 Pulley type regulating equipment.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 102

S.No SMI No. Rev Regarding Description of the item

9 TI/MI/0034 0 OHE, OOR Contact wire in out of run OHE.

10 TI/MI/0035 1 OHE, ATD Provision of pipe on HEX Tie Rod of auto Tensioning Device (ATD).

11 TI/MI/0036 0 Insulated cad. Cupper Catenary

Provision of insulated cadmium Copper catenary wire under over line structure on 25kV ac traction system.

12 TI/MI/0037 2 Contact wire- OHE fittings

Maintenance instruction for OHE contact wire and associated fittings.

13 TI/MI/0038 2 Traction Transformer

Inspection test schedule for traction power transformer.

14 TI/MI/0039 1 Traction Transformer

Schedule of periodic overhauling of traction transformer.

15 TI/MI/0040 0 Pollution measurement, Insulator

Maintenance instructions for measuring the severity of pollution by brush wash method.

16 TI/MI/0041 0 Lightning arrester

Maintenance instructions for lightning arresters.

17 TI/MI/0042 0 OHE, Insulators

Testing of 25 kV porcelain & composite insulators before installation.

18 TI/MI/0043 0 8 wheeler tower wagon

Instruction for 8-wheeler tower wagons covering instructions for DETC & DHTC.

19 TI/MI/0044 0 4 wheeler tower wagon

Special Maintenance Instruction for 4-wheeler tower car.

20 TI/MI/0044 0 Siding electrification

Guidelines for overhead hopper/chute/crane loading/unloading of rakes in electrified sidings.

21 TI/MI/0045 0 OHE, ATD Maintenance instructions for Gas Auto tensioning device.

22 TI/MI/0047 0 Insulated catenary

Special maintenance instructions for precautions while splicing insulated Cadmium-Cupper catenary wire.

23 TI/MI/0048 08/ 13

Dis connector in lightning arresters

Special maintenance instructions for provision of dis connector assembly to the lightning arresters provided over 25 kV side traction system on Indian Railways.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 103

2. List of Other Instructions

S.No SMI No. Rev. Regarding Description of the item

1 TI/IN/0001 0 PSI, Control voltage

Instruction for Booster Transformer & return conductors in 25 kV AC traction systems.

2 TI/IN/0002 0 Shunt capacitor

Guidelines for design of fixed compensation for improving power factor at 25 kV, 50 Hz Traction sub-station.

3 TI/IN/0008 0 Copper cross feeder

Instruction for use of cupper cross feeders at switching station.

4 TI/IN/0009 0 OHE, Spider Instruction for splicing of 19/3.99 mm Aluminium conductor (spider).

5 TI/IN/0011 0 TSS Guidelines operating procedures of TSS in Mumbai area.

6 TI/IN/0012 0 Insulators Instruction for action to be taken for failure prone insulators, insulators suspected to be failure prone and those to retained in service.

7 TI/IN/0013 0 Composite insulators

Action to be taken by Divn/OHE depots for handling of composite insulators.

8 TI/IN/0014 0 Use of DRPC Instructions for use of DRPC on Indian Railways.

9 TI/IN/0015 0 SS Rope lubrication

Application of lubrication on wire rope used with ATD.

10 TI/IN/0016 0 Transformer Guidelines for parallel operation of traction transformer on IR.

11 TI/IN/0017 0 Protection on parallel

operation of transformer

Guidelines on protection scheme with parallel operation of 2x21.6 MVA traction transformer.

12 TI/IN/0018 0 Panto flash over relay

Application of existing panto flash over relay at TSS for single line section on IR.

13 TI/IN/0019 0 Harmonics measurement

Instruction for load profile, current & voltage harmonics measurement & recording in 25 kV AC traction sub-station.

14 TI/IN/0020 0 Replacement of computers

at RCC

Instruction for timely replacement &up gradation of computers at RCC of traction SCADA system on IR.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 104

S.No SMI No. Rev. Regarding Description of the item

15 TI/IN/0021 01/10

Data transfer speed of SCADA

Instruction for increasing data transfer sped of the traction SCADA system on IR from 600/1200 bps to min. 9600 bps.

16 TI/IN/0022 02/10

Relay setting guide lines

Setting guidelines for traction transformer & 25 kV shunt capacitor bank protection relay developed as per RDSO specification no. TI/SPC/ PSI/ PROTCT/6070(09/08) for 25 kV AC TSS.

17 TI/IN/0023 02/10

Operating RTU for SCADA

Instructions for operating RTUs with power supply of 110 V DC (in place of 240 V AC) for existing traction SCADA system on IR.

18 TI/IN/0024 06/10

Feeder CB tripping for 25 kV Traction

Instruction for monitoring & analysis of Feeder Circuit Breaker Tripping for 25 kV AC Traction systems.

19 TI/IN/0025 08/10

SCADA Technical Instructions for improving reliability of traction SCADA systems on IR.

20 TI/IN/0026 09/10

Relay setting guidelines

Protection scheme and relay setting guidelines for 25 kV AC traction sub-station provided with 30 MVA traction transformers.

21 TI/IN/0027 10/10

Numerical relay

maintenance practice

Technical instructions on maintenance practices to be adopted for numerical type microprocessor based protection relay modules for 25 kV AC traction systems on Indian Railways.

22 TI/IN/P&S/0028

12/10

Feeder circuit breaker

Implementation of feeder circuit breaker backup feature in different makes/types of feeder protection modules provided in C & R panels as per old RDSO Spec. No. ETI/PSI/65 (01/97).

23 TI/IN/0029 Vectorial Delta-I

Technical instructions on important aspects of relay settings of Vectorial Delta-I relays as per RDSO Specification No. TI/SPC/PSI/PROTCT/1982.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 105

24 TI/IN/0030 05/11

Lightning arresters

Technical instructions related to the installation and commissioning of the 42 kV metal oxide gapless lightning arresters provided on traction systems on Indian Railways.

25 TI/IN/0031 04/13

Setting up earthing station

Special maintenance instruction for setting up earthing station at switching posts (SSP & SP).

26 TI/IN/0032 Rev 1

Setting up earthing station

Special maintenance instruction for setting up earthing station at switching posts (SSP & SP).

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 106

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 107

Section – C

TAXES AND DUTIES, ROYALTIES, AND COMPLETION PERIOD ETC.

1. Name of work: Design, Supply, Erection, Testing, and commissioning of

Traction Substation Augmentation = 03 Nos.; Shunt capacitor bank- 3 Nos.;

Sectioning and Paralleling Post (SP) New=04 Nos.; Sub-Sectioning and

Paralleling Post (SSP) Aug=02 Nos.; New=02 Nos.; in connection with

Doubling works between Silakjhori - Kirandul section on K-K Line of Waltair

Division of East Coast Railway.

2. Completion Period: All works under this contract are required to be completed within 18(Eighteen) months from the date of issue of acceptance letter i.e., Section/Switching Station wise Completion period are applicable.

3. Subsequent to the enactment of GST Act, the following paras are applicable:-

(i) Tenderers will examine the various provisions of The Central Goods and Services Tax Act, 2017(CGST)/Integrated Goods and Services Tax Act, 2017(IGST)/Union Territory Goods and Services Tax Act, 2017(UTGST)/ respective state’s State Goods and Services Tax Act(SGST) also, as notified by Central/State Govt & as amended from time to time and applicable taxes before bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC) likely to be availed by them is duly considered while quoting rates.

(ii) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details required under CGST/IGST/UTGST/SGST Act to railway immediately after the award of contract, without which no payment shall be released to the contractor. The contractor shall be responsible for deposition of applicable GST to the concerned authority.

(iii) In case the successful tenderer is not liable to be registered under CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST from his/their bills under reverse charge mechanism (RCM) and deposit the same to the concerned authority.

3(a). i) The tenderer shall quote the rate by taking into account all the statutory

duties/GST/taxes/cess/royalty etc. applicable to the work up to the date of

opening of tender.

ii) Any new impost or revision in the duties/GST/taxes/cess during the original

currency of the contract will be to the Railway’s account subject to

production of Govt. Notification and documentary evidence. This will also

be applicable for the work done during the extended period, if such

extension is on Railways account.

iii) However, if the extension of contract period is on account of failure of

contractor, no compensation shall be made towards upward revision or

imposition of any new taxes.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 108

iv) Any benefit on account of downward revision of duty/GST/taxes/cess either

in original contract period or during the extended contract shall be passed

on by the contractor to the Railways.

v) The contractor should get the measurement recorded in M.B within 7 days of

effective date of new impost or revision in the duties/taxes/cess to

segregate the work done before change and after change. In the event of

failure to do so, Railway’s decision shall be final and conclusive.

4. Income Tax @ 2.266% shall be deducted from all the bills of the contractor. However, the rate of income tax deduction at source may vary depending on notification by Income Tax Deptt, Govt. Of India from time to time.

5. Any other taxes/duties like Royalty etc. shall be on contractors accounts.

6. The indicative rates of the recovery of the royalty charges are as under :

Srl. No

Name of minor minerals Rate of royalty per Cubic Metre

1 Ordinary Sand Rs.50/- 2 Ordinary clay, silt, rehtti, brick-earth, ordinary

earth, moorum Rs.30/-

3 Sandstone, laetrile and slate in shape of slabs and tiles

Rs.103/-

4 Ordinary boulders used for road and civil constructions

Rs.103/-

5 Road metals including ballast and chips Rs.75/- 6 Bajri and crusher fines Rs.20/-

The revised rates if any will be recovered as per the directions of the State

Govt. of Chattisgarh & Government of India from time to time.

7. The tenderers for carrying out any construction work must get themselves

registered from the Registering Officer under Section-7 of the Building and Other

Construction Workers Act, 1996 and rules made thereto by the concerned State

Govt. and submit certificate of Registration issued from the Registering Officer of

the concerned State Govt. (Labour Dept.). As per this Act, the tenderer shall be

levied a cess @1% of cost of construction work, which would be deducted from

each bill, Cost of Material, when supplied under a separate schedule item, shall

be outside the purview of cess.

*********

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 109

Section – D

1. SAFETY RULES

1.1 Suitable scaffolds should be provided for workmen for all works that cannot

be safely done from the ground or from solid construction except for such

short periods work as can be done safely from ladders. When a ladder is used

an extra labour shall be engaged for holding the ladder and if the ladder is

used for carrying materials as well, suitable foot holds and hand holds shall be

given an inclination not steeper than 1 to 4 (1 Horizontal to 4 Vertical).

1.2 Scaffolding or staging more than 3.5 metres above the ground or floor, swung

or suspended from an overhead support or erected with stationery support

shall have a guard rail properly attached, bolted, bracketed and otherwise

secured at least 1 metre high above the floor or platform of such scaffolding or

staging and extending along the entire length thereof with only such opening

as may be necessary for the delivery of materials. Such scaffolding or staging

shall be fastened as to prevent it from swaying from the building or structure.

1.3 Working platform gangways and stairways should be so constructed that they

should not sway unduly or unequally and where the height of the platform or

the gangway or the stairway is more than 3.5 metres above ground level or

floor level they should be closely boarded, should have adequate width and

should be suitably fastened as described in the para above.

1.4 Safe means of access shall be provided to all working platform and other

working places. Every ladder shall be securely fixed. No portable single

ladder shall be over 10 metres in length while the width between side rails in

swung ladder shall in no case be less than 300 mm. For ladder up to and

including 3.5 metres in length.

1.4.1 For longer ladders this width should be increased by at least 20 mm each

additional metre of length. Uniform steps spacing shall not exceed 300 mm.

Adequate precautions shall be taken to prevent danger from electrical

equipment. No materials on any of the sites of work shall be so stacked or

placed so as to cause danger or inconvenience to any persons or the public.

The Contractor shall provide all necessary fencing and lights to protect the

public from accident and shall be bound to bear the expenses of defences of

every suit, action or other proceedings at law that may be brought by any

persons for injury sustained owing to neglect of the above precautions and to

pay any damages and cost which may be awarded in any such suit, action or

proceedings to any such person shall be paid by the Contractor to

compromise any claim by any such person. In case the Contractor fails to

settle such problems, the Railway Administration will make payments arising

on account of the conditions given above to the concerned parties and

recover the same from Contractor’s dues without any delay. Contractor will

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 110

not have any claim on this account at any stage.

1.5 Demolition: Before any demolition work is commenced and also during the

process of work.

a) All roads and open area adjacent to the work site shall either be closed

or suitably protected.

b) No electric cable or apparatus which is liable to be a source of danger

over a cable or apparatus used by the operator shall remain electrically

charged.

c) All practical steps shall be taken to prevent danger to persons employed

from risk of fire or explosives or flooding. No floor, roof or other part of

the building shall be so over loaded with debris or materials as to render

it unsafe.

1.6 All necessary personal safety equipment as considered adequate by the

Engineer-in-charge should be kept available for the use of the persons

employed in the site and maintained in a condition suitable for immediate use

and the contractor should take adequate steps to ensure proper use of

equipment by these concerned.

a) Workers employed on mixing asphalt materials cement and mortar shall

be provided with protective goggles.

b) Those engaged in white washing and mixing or stacking of cement bags

or any materials which are injurious to the eye shall be provided with

protective goggles.

c) Those engaged in welding works shall be provided with welder’s

protective eye sight lids.

d) Stone breakers shall be provided with protective goggles and protective

clothing and seated at sufficiently safe intervals.

1.7 When the work is done near any place where there is risk of drowning, all

necessary equipment should be provided and kept ready for use and all

necessary steps taken for prompt rescue of any persons in danger and

adequate provision should be made for prompt first all aid treatment of all

injuries like to be sustained during the course of the work.

1.8 Use of hoisting machines and tackles including their attachment anchorage

and supports shall confirm to the following standards of condition.

(a)(i) These shall be of good mechanical construction, sound materials and

adequate strength and free from patent defects and shall be kept in

good repair and in good working order.

(ii) Every rope used in hoisting or lowering materials or as a means of

suspension shall be of durable quality and adequate strength and free

from patent defects.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 111

b) Every crane driver or hoisting appliances operator shall be properly

qualified and no person under the age of 21 years should be in-charge

of any hoisting machine including any scaffolding.

c) In case of every hoisting machine and every cable ring, hook, shackle,

swivel and pulley block used in hoisting or as means of suspension safe

working load shall be ascertained by adequate means. Every hoisting

machine and all gear referred to above shall be plainly marked with the

safe working load. In case of hoisting machine having a variable safe

working load of the conditions under which it is applicable shall be

clearly indicated. No part of any machinery or any gear referred to

above in this paragraph shall be loaded beyond the safe working load

except for the purpose of testing.

d) In case of departmental machine, the safe working load shall be notified

by the Technological Engineer-in-Charge. As regards Contractor’s

machines, the contractors shall notify the safe working load of machine

to the Engineer-in-charge whenever he brings any machinery to site of

work, get it verified by the Engineer concerned.

1.9 Motors, gearing, transmission, electric wiring and other dangerous parts of

hoisting appliances should be provided with efficient safe guards. Hoisting

appliances should be provided with such means as will reduce to the

minimum the risk of accidental decent of the load; adequate precautions

should be taken to reduce the minimum the risk of any part of a suspended

load becoming accidentally displaced. When workers are employed on

Electrical installations which are already energized, insulating mats wearing

apparel, such as gloves, sleeves and both as may be necessary should be

provided. The workers should not wear any rings, watches and carry keys or

other materials which are good conductors of electricity.

1.10 All scaffolds, ladders and other safety devices mentioned or described herein

shall be maintained in safe condition and no scaffold, ladder or equipment

shall be altered or removed while it is in use. Adequate warning facilities

should be provided at or near places of work.

1.11 These safety provisions should be brought to the notice of all concerned by

display on a notice board, at a prominent place at the work spot. The persons

responsible for compliance of the safety code shall be named therein by the

Contractor.

1.12 To ensure effective endorsement of the rules and regulations relating to safety

precautions, the arrangements made by the contractor shall be open to

inspection by the Labour Officer, Engineer-in-charge of the Department or

their representative.

1.13 Not withstanding the above clause from 6.1 to 6.12, there is nothing in these

to exempt the contractor from the operations of any other act or rule in force in

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 112

the Republic of India.

1.14 PRECAUTION TO BE TAKEN WHILE PLYING OF VEHICLES ADJACENT

TO BUILDING LINES TO PREVENT ACCIDENT TO TRAINS

Whenever a Lorry or any other Form of Road transport is required to ply along

or in the vicinity of a running line or any other Railway track where Railway

Engines or Trains are liable to move, the Contractor shall inform the Engineer

in writing, of such requirement specify in the locations and duration of time

over which such specified Road Vehicles have to operate in the area (for

loading, leading or unloading of earth, ballast or any other materials, or plants

or equipments) without any obstruction or dislocation to the running Trains.

1.14.2 The Contractor shall also furnish the particulars of Vehicles and the names

and Photographs of Driver and attendant retained for each Vehicle to

enable the Engineer to issue necessary permits allowing the holder to

operate the Vehicles, with such restrictions regarding duration and /or

location as are considered necessary. Such permit shall be returned to

the Engineer as soon as the work for which it is issued is over.

1.14.2 The Engineer-In-Charge or his Authorized Representative will personally

counsel, examine and certify the road Vehicle Drivers, Contractor’s Flag

Man and Supervisor and will give written permission giving names of

Road Vehicle Drivers, Contractor’s Flag Man and Supervisor to be

deployed on the work , location, period and timing of the work. This

permission will be subject to the following obligatory conditions:

(a) The Road Vehicles will ply only between sunrise and sunset.

(b) Nominated Vehicles and Drivers will be utilized for the work in

presence of at least one Flag Man and on Supervisor certified for such

work.

(c) The Vehicle shall ply 6 mtr. Clear of track. Any movement / work at

less than 6 mtr, and up to minimum 3.5 mtrs. Clear of track centre,

shall be done only in presence of Rly. Employee authorized by the

Engineer-In-Charge. No part of the Road Vehicle will be allowed at

less than 3.5 mtrs from track centre, Cost of such Rly. Employee shall

be the Rly.

(d) The Contractor shall remain fully responsible for ensuring safety and in case of any accident shall bear the cost of all damages to this equipment and crew and also damages to Rly. And its Passengers. Engineer-In-Charge may impose any other condition necessary for a particular work of site. Such permit shall be returned to the Engineer, as soon as the work for which it is issued is over.

1.14.3 The Contractor shall execute a Bond undertaking to ply the Road Vehicles in a safe and satisfactory manner and strictly in accordance with the stipulation and other conditions specified by the Engineer and to engage

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 113

and retain only the permit Holder to be the Contractor’s Agent In-Charge of the Vehicle and the attendance shall at all time, be vigilant and on the lookout for signals from the Look Out Man, Flag Man or other personnel available at Site with a view to stop or late the road movement so as to ensure adequate margin of safety for the timely passage of an approaching Train or a Rly. Engine, without any delay or detention.

1.14.4 The Contractor shall also be bound by the provisions of this Agreement to ply the Road Vehicles only with adequate margin of safety, well clear of the fixed structure profile of infringement, as stipulated in the rules laid under the Indian Rly.’s Act and to seek and be guided by the signals and other directions of any Look Out Man or other personnel retained for the purpose of ensuring safety, and to ensure extra care and vigilance while turning, reversing or moving the Road Vehicles in any other manner at an inclination to the running Rly. Track or the siding as the case may be. The Contractor shall employ necessary Look Out Man also at his own cost, irrespective of any other arrangements that Railway may make in this regard.

1.14.5 The Contractor also undertakes to make good at his cost, any inconvenience, loss, damage or other expenses, because incurred by the Rly. Administration and to pay such amount as are determined by the Engineer to be recoverable from Contractor as penalty or damages from any omission, negligence, carelessness, over sight or accident on the part of any Contractor’s Agent, Drivers or Attendant or any other person to whom the services of the Holder of the permit (issued by the Engineer) has been lent or otherwise made accessible available.

1.14.6 Any breach of these conditions by the Contractor and his Agents affecting the safety of movement of Trains, Engines, or other rolling stock of the Rly., shall constitute a breach of contract by the Contractor entitling liability termination of contract for the fault on the part of the contract.

1.14.7 In exceptionally vulnerable locations, physical barrier in the form of barricades a height of 1.5 mtr. of trenches on ground shall be provided by the Contractor at his own cost so as to indicate the limit up to which the Vehicle can be approached the running line. The locations or circumstances under which such barriers have to be put will be decided personally by the Engineer-In-Charge.

1.14.8 Suitable gates/barriers should be installed across the new embankment, preferably adjoining the manned/unmanned level crossings. The entry for the vehicles shall be regulated by an authorized representative of the Engineer- in –charge during the working hours.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 114

2. Safety and Security

2.1 The works included in this contract are to be carried out close to the

running tracks and public utilities, therefore, safety of running trains and the

public is paramount. Therefore, all activities undertaken by the

Contractor/his Sub-contractors shall ensure safety at all times. The

contractor shall comply with the instructions issued by the Railway/

Engineer/Employer from time to time to ensure safe running of trains while

carrying out works. The rates quoted by the Contractor shall be deemed to

include all expenditure incurred in compliance with the same.

2.2

A.

B

C

Before starting any excavation work adjacent to existing track, the

contractor shall ensure that necessary permissions has been obtained and

required precautions have been taken for doing such work in terms Joint

Procedure Order reproduced below:

“JOINT PROCEDURE ORDER FOR UNDERTAKING DIGGING WORK IN

THE VICINITY OF UNDERGROUND SIGNALING, ELECTRICAL AND

TELECOMMUNICATION CABLES”

A number of Engineering works in connection with gauge

conversion/doubling/third line are in progress on various railways, which

require extensive digging work near the running track, in close vicinity of

the working S&T cables carrying vital safety circuits as well as electrical

cables feeding the power supply to cabins. ASM room, RRI Cabin,

Intermediate Block Huts (IBH) etc. Similarly, S&T signaling under open line

or construction units under CAO/C, are executing various Signaling and

Telecom works requiring digging of earth for laying of cables or casting of

foundations for the erection of signal posts etc. Rail Tel is also executing

the work of laying of quad cable and OFC on various Railways as a part of

sanctioned works for exclusive use of Railways for carrying voice and data

i.e. administrative and control communication, PRS, FOIS etc. or shared by

Rail Tel Corporation of India Ltd. On certain sections digging is also

required for laying of electrical cable and casting of foundation for the

erection of OHE masts by Electrical Deptt. Generally, these works are

executed by contractors employed by these signaling.

However, while carrying out these works in the vicinity of working signaling,

telecommunication and electrical cables, at times, cable cuts take place

due to JCB machines working along the track or during the digging work

being done by contractors carrying out the Civil Engineering Works.

Similarly, such cable cuts are also resulting due to works undertaken by

S&T or Electrical departments. Such cable faults results in the failure of

vital signaling and telecommunication circuits & electrical installations.

Henceforth, the following joint procedure shall be followed by Engineering,

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 115

Electrical and S&T (and RailTel signaling, wherever such works are being

done by them) officers of the respective divisions and by the construction

signaling, while carrying out any digging work near to existing signaling &

telecommunication and electrical cables, so that the instances of cable cut

due to execution of works, can be controlled and minimized.

1. S&T Department (and RailTel, where they have laid the cables) and

Electrical department shall provide a detailed cable route plan showing

exact location of cable at an interval of 200m or wherever there is

change in alignment so that the same is located easily by the

Engineering official/contractor. In addition, S&T department and

Electrical department shall also provide cable markers along the

alignment of the cable. These cable route plans shall be made

available to the Sr.DEN/DEN or Dy.CE/C, as the case may be, by Sr.

DSTE/DSTE or Sr. DEE/DEE of the divisions or Dy.CSTE/C or

Dy.CEE/C within 15 days in duplicate. Sr.DEN/DEN or Dy.CE/C will

send copies to their field unit i.e. AEN/SE/P.Way& Works.

2. Before taking up any digging activity on a particular work by any

agency, Sr.DSTE/DSTE or Sr.DEE/DEE of the section shall be

approached in writing by the concerned Engg. or S&T or Electrical

officer for permitting to undertake the work. Sr.DSTE/DSTE or

Sr.DEE/DEE, after ensuring that the concerned executing agencies

including the contractor have fully understood the S&T and Electrical

cable route plan shall permit the work in writing within 7 days of the

request by concerned department.

3. After getting the permission from S&T or Electrical department as the

case may be, the relevant portion of the cable route plan shall be

attached to the letter through which permission is issued to the

contractor by concerned Engg. Official for commencement or work and

ensuring that the contractors have fully understood the cable route plan

and precautions to be taken to prevent damage to the underground

cables. The contractor shall be asked to study the cable plan and

follow it meticulously to ensure that the safety of the cable is not

endangered. Such a provision, including any penalty for default,

should form part of agreement also. It is advisable that a suitable post

of SE/Sig or SE/Tele or SE/Electrical (TRD or G) shall be created

chargeable to the estimates of doubling/gauge conversion, who can

help Engg. Agencies in the execution of the work. However basic

responsibility will be of the department executing the work and the

Contractor. Creation of posts is not mandatory.

4. The SE/P.Way or SE/Works shall pass on the information to the

concerned SE/Sig SE/Tele or SE/Electrical (TRD or G) about the works

being taken up by the contractors in their sections at least 3 days in

advance of the day of the work. In addition Engineering control shall

also be informed by SE/P.Way or SE/Works, who in turn shall pass on

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 116

the information to the test room/network operation centre of

RailTel/TPC/Electrical control.

5. On receiving the above information, SE/Sig or SE/Tele or SE/Electrical

(TRD or G) shall visit the site on or before the date of taking up the

work and issue permission to the contractor to commence the work

after checking that adequate precautions have been taken to avoid the

damage to the cables. The permission shall be granted within 3 days of

submission of such requests.

6. The name of the contractor, his contact telephone number, the nature

of the work shall be notified in the Engineering control as soon as the

concerned Engineering officials issue the letter authorizing

commencement of work to the contractor. Test room shall be given

copies. Test room shall collect any further details from the Engineering

Control and shall pass it on to S&T/RailTel& Electrical officials

regularly. In case the supervisors of concerned departments do not

turn up on the day as advised in terms of para 4 and 5 above, the

works of contractor should not be stopped on this account.

7. In case of works being taken up by the State Government, National

Highway Authority etc., the details of the permission given i.e. the

nature the work, signalling etc.,be given to the Engineering control

including the contact person’s number so that the work can be done in

a planned manner. The permission letter shall indicate the contact

numbers of Test room/network Operating Centre of RailTel/TPC/Elect.

Control.

8. Where the nature of the work taken up by the Engineering department

is such that the OFC or other S&T cables or Electrical cables is to be

shifted and relocated, notice of minimum one week shall be given so

that the Division/RailTel/Construction can plan the works properly for

shifting. Such shifting works shall in addition, for security and integrity

of the cables, be supervised by S&T supervisors/RailTel

supervisors/Electrical Supervisors.

9. The concerned SE/P.Way/SE/Works/SE/Sig/SE/Tele/SE/Electrical

(TRD or G) or RailTel supervisors supervising the work of the

contractor shall ensure that the existing emergency sockets are not

damaged in view of their importance in providing communication during

accident/emergency.

10. In case of minor nature of works where shifting of cable is not required,

in order to prevent damage to the cable, the Engineering contractor

shall take out the S&T or optical fibre cable or Electrical cable carefully

from the trench and place it properly alongside at a safe location before

starting the earthwork under the supervision of SE/Sig or SE/Tele or

SE/Electrical(TRD or G). The cable shall be reburied soon after

completion of excavation with proper care including placement of the

brick over the cable under the supervision of S&T or Electrical

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 117

supervisors. However, the work will be charged to the concerned

engineering works. The responsibility for ensuring availability of SE

(Signal), SE (Electrical) as per para 4 and 5 above lies with the

respective department. The contractor will go ahead with the shifting of

cables as per the program decided and he will not be held responsible

for any cable cut.

11. In all the sections where major project are to be taken up/going on

RailTel/S&T department shall deploy their official to take

preventive/corrective action at site of work. As regards Electrical

Department, the official may be deputed on need basis.

12. No new OFC or quad cable shall be laid close to existing track. It shall

be laid close to the Railway boundary on one side of the Railway track

to the extent possible to avoid any interference with the future works

(doubling etc.). It shall be ensured in the new works of cable laying that

the cable route is properly identified with electronic or concrete

markers. Wherever multiple cables are laid in a trench, RFID markers

may be provided for easy identification of the cable. Henceforth,

wherever cable laying is planned, before undertaking the cable laying

work, the cable route plan of the same shall be prepared by the

Dy.CSTE/C or Dy.CEE/C and shall be got approved from the

concerned Sr. DSTE/DSTE or Sr.DEE/DEE and also from the

concerned Dy. CE/C for new lines and from the concerned Sr.DEN for

all other projects including GC etc., to avoid possible damages in

future. Such approvals shall be granted within 15 days of the

submission of the request.

13. The works of excavating the trench and laying of the cable should

proceed in quick succession, leaving a minimum time between the two

activities.

14. In case damage caused to OFC/Quad cable or Electrical cable during

execution of the work, the contractor is liable to pay a penalty for

damaging the cable. Penalty shall not be levied in case of the

following:-

(i) Detailed cable route plan as per clause C-1 not provided

by concerned department or cable is not protected as per

laid down procedures.

(ii) The alignment of the cable does not tally with the

information provided to the contractor.

(iii) The cable depth is found to be less than 800 mm from

normal ground level.

(iv) No representative of S&T department/RailTel was

available at site guarding the cables on the fixed pre

determined date and time.

15. Penalty to be imposed for damages to cable shall be as under:-

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 118

Cable damaged Penalty per location

Only Quad cable or Signalling

cable

Rs.1.0 Lakh

Only OFC Rs.1.25 Lakh

Both OFC & Quad Rs.1.5 Lakh

Electrical Cable Rs.1.0 Lakh

Necessary debit in this regard shall be raised on the department undertaking the work who shall in turn levy the penalty on the defaulting contractor. S&T department shall raise the debits in case of damage to OFC or Quad or Signalling cable and Electrical department shall raise the debits in case of damage to Electrical cable.

16. Railways will not lodge FIR with RPF in case of works being executed by authorized contractors of Railways who have been duly permitted to execute the works in accordance with this JPO. Joint note by the supervisors of the concerned department shall be prepared and the responsibility of the cable cut should be decided without involving RPF. The joint note deciding the fact whether the contactor should be penalized shall be completed in a day’s time from the occurrence of cable cut.

In all other cases, when the cable is cut by an agency that was not permitted to execute any work, FIR should be lodged with RPF.

17. While giving permission for taking up the works, concerned departments may note that earthwork by engineering contractors will normally be done by machines except in a few isolated locations where the quantity of earth work is very less.

18. In case of damages to OFC, RailTel should be paid 5/6th of the penalty recovered. RailTel shall raise demands on the S&T department in this regard.

19. All types of Signalling & OHE bonds i.e. rail bond, cross bond and structure bond shall be restored by the contractor with a view to keep rail voltage low to ensure safety of personnel.

20. Above joint circular shall be applicable for construction as well as open line organization of Engineering, S&T and Electrical.

21. S&T cable and electrical cable route plan should be prepared by the concerned S&T and Electrical officers respectively and got approved as stipulated in para C-12 before undertaking the work. The completion cable route plan should be finalized block section by block section as soon as the work is completed.

22. All cable laying works shall be executed as per laid down technical specifications, such as protection measures/protective cover, compaction of refilled material etc.

*****

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 119

Section – E

Drafting of Vehicles & Working Hours

1.0 Drafting of vehicles:

1.1 The Railway shall reserve the right to draft any of the vehicles and/or

equipments mobilised by the contractor at the site of the work along with its

operator employed by the contractor to assist in rescue and restoration

operation in case of any accidents/natural calamities involving human lives.

The contractor shall be responsible to arrange mobilisation of his

operator/equipment/vehicle so drafted with shortest possible delay.

1.2 The Railway shall arrange to duly compensate the contractor. Whose vehicle/equipment/operator or so drafted by the operation of suitable non-scheduled (N.S) items as per Railway’s existing norms.

1.3 The working hours of labourers in summer months of April and May will be from 6 Hrs to 11 Hrs and 16.00 Hrs to 19.00 Hrs.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 120

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 121

Section – F

Rates Quoted/Accepted

Unless specifically provided for in item, the rates quoted for all items of

Schedule shall include the cost of:-

1. (a) Earth work in cutting.

The classification of soils referred to in the Schedule cover all type of soil /

mineral ore of any content. The contract should take this aspect into

consideration while quoting the rates against the tender. No claim

whatsoever on this account shall be entertained by the Railway.

(b) Transportation of material to site:-

All transport, lead, lift, ascent, descent, crossing tracks, observing traffic

regulations etc. for bringing materials equipments, tools and plants, labour to

the site of work as required to complete the work in all respects,

(c) Rock requiring control blasting:-

(i) The control blasting must be done very carefully taking all the measures to

prevent any untoward incident. The Contractor must keep a competent

blasting Foreman to available as and when required at site.

(ii) Any damage to the overhead electric/telephone wire or property or life due

to blasting operation is the sole responsibility of the Contractor. Any

compensation thereof likely to be paid towards any damage will be borne by

the Contractor.

2. All taxes, State, Central or Local.

3. All labour, skilled, unskilled, supervisory, specialized as required.

4. All temporary arrangements like shuttering, scaffolding, staging, supports,

shoring, making templates etc. inclusive of all labour and materials required

for providing, erection use, dismantling of such arrangement after completion

of permanent work and removing from site including submission of detailed

drawings/designs for such temporary arrangements and getting the same

approved by Railway if and as required by the Engineer-in-charge at site.

5. All such equipment, tools, jacks, cranes, drilling equipment, grouting

equipments, plant and machinery etc. as may be required for executing the

work in a modern and workman like manner as per specifications, inclusive of

cost of such equipment, bringing to site, labour and fuel for operation,

maintenance etc. complete.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 122

6. All works being executed as per specification of these tender documents,

G.C.C. relevant IS/IRS Codes MORT & H specifications as applicable to best

quality and finish.

7. Executing the work as per items of schedule, complete in all respect and any

other incidental charges other than those listed in these notes, as may be

necessary. All the works shall be carried out in accordance with the approved

drawings.

8. Carrying out the work at any height/depth, above/below the ground, at any

location at the work site.

9. Taking all safety precautions for keeping the working spaces free from

obstructions without endangering the Railway property and personnel.

10. All jungle clearance, cutting and uprooting of trees, crossing one or more

Railway lines making service dag-bel’s and reference pillars, bailing out

water with contractor’s pumps, removal of slush where encountered, dressing

of spoil heaps, banks and cuttings to final dimensions.

******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 123

Section – G

PRICE VARIATION CLAUSE

Not Applicable

******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 124

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 125

Section –H

(Felling of trees, safe working methods Procurement of Machinery by Contractor)

1.0 Felling of Forest Trees:

The section generally passes through forest land. Trees coming on the

proposed formation are only to be cut as directed by the Engineer-in-charge

and under no circumstances trees failing outside the scope of proposed

formation should be cut/up rooted. The Contractor or his labours are

prohibited to cut the trees for the purpose of fire wood or for any other

purpose. Cutting of trees as required under the items of works indicated in

the tender schedules may be carried out strictly as directed by the Engineer-

in-charge of the work. Unauthorized felling of trees will result in prosecution

and imprisonment. so it is the contractor’s responsibility to cause no damage

to the forest growth and any fuel required by the contractor for his own use or

for the use by his labours, should be arranged by the contractor at his own

cost. The contractor should take this aspect into consideration while quoting

the rates against the tender.

2.0 Safe Working Methods:

The Contractor shall, at all times, adopt such safe methods of work as well

ensure safety of structure, equipment and labour. If at any time, the Railway

finds the safety arrangements inadequate or unsafe, the contractor shall take

immediate corrective action as directed by Railway’s representative at site.

Any direction in the matter shall in no way absolve the contractor of his sole

responsibility to adopt safe working methods. It shall be noted by the

contractor that the work involves working in close proximity to the existing

track. The contractor shall ensure that no damage, injury or loss is caused

or likely to be caused to any person or property the rates quoted shall be

inclusive of all leads, lift, re-handling if any due to crossing of track and also

shall cover risk to track, life and property during execution of work. The

contractor shall adopt all precautionary measures to safeguard track, life,

property, structure while execution of work and the rates shall include all

measures.

3.0 Procurement of Machinery by Contractor:

In case arrangement by hire is proposed through collaboration proper legal

documents to the effect should be furnished in sufficient detail. The Railway

shall not be responsible/ liable to pay any dues by the tenderer/contractor in

case the plant & machinery is taken on hire from a third party by the

tenderer/contractor. In other words, it shall mean that the contract is only

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 126

between the tenderer/contractor and the President of India acting through

Ministry of Railways.

******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 127

Section – I

Personnel

The following requirement of qualified engineers is specified as mentioned in para 19A.3 of Special Conditions of Contract, Chapter-5.

The contractor shall deploy one qualified Graduate engineer during execution of the allotted work.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 128

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 129

Section – J Brief Description of Work

1. The scope includes Design, Supply, Erection, Testing, and commissioning

of Traction Substation Augmentation = 03 Nos.; Shunt capacitor bank- 3

Nos.; Sectioning and Paralleling Post (SP) New=04 Nos.; Sub-Sectioning

and Paralleling Post (SSP) Aug=02 Nos.; New=02 Nos.; in connection

with Doubling works between Silakjhori - Kirandul section on K-K Line of

Waltair Division of East Coast Railway. Site is clear for immediate

execution of work.

2. Silakjhori - Kirandul section on KK line which is a single line (BG) section

covering following stations as mentioned below.

Sl.No Station STATE Division Railway

1 Silakjhori Chhatthisgarh Waltair ECoR

2 Kumarshodra Chhatthisgarh Waltair ECoR

3 Kakulur Chhatthisgarh Waltair ECoR

4 Kawargon Chhatthisgarh Waltair ECoR

5 Dabpal Chhatthisgarh Waltair ECoR

6 Gidam Chhatthisgarh Waltair ECoR

7 Dantewara Chhatthisgarh Waltair ECoR

8 Kamulur Chhatthisgarh Waltair ECoR

9 Bhansi Chhatthisgarh Waltair ECoR

10 Bacheli Chhatthisgarh Waltair ECoR

11 Kirandul Chhatthisgarh Waltair ECoR

3 This section falls in the basic wind speed of 39 m/s classification given in IS 875- 1987. Accordingly, the basic wind pressure of 105 kgf/m2 is to be adopted. This conforms to the wind pressure adopted by State Electricity Boards for the design of their EHT transmission lines.

4 Electric Locomotives with chimney height not exceeding 4.232m (WAP with their pantographs in the locked down position) and diesel Locomotives with a height of 4.42m (14 ft. 6 inch) would run on this section.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 130

5 The maximum height of Over Dimensional Consignment which will pass on this section is 4.80m (15ft. 9inch) with power off (movement restricted to specified block sections).

6 The work is to be executed as per the latest instructions and drawings issued by RDSO / Railway Board and CEE/Zonal Railways.

7 The scope of work includes dismantling the existing PSI equipments either in part or in full wherever required, as well as the structures of OHE that may be required for laying the track.

8 The contractor shall furnish the details of soil test report for designs.

9 Porcelain and Composite insulators shall be tested as per latest RDSO instructions.

10 Any calculations, designs, drawings, schedules information, data, progress charts etc. required by the Engineer in connection with the contract, shall be furnished by the contractor at his own expenses. The contractor will not be required to furnish drawings, designs and calculations etc. for basic designs and employment schedule in case no modification/deviation is proposed by the contractor for particular basic design/employment schedule. In case of new developments in designs, comments on Research Designs and Standards Organization (hereinafter called RDSO) basic drawings/ designs/ employment schedules, will be submitted by the contractor to the Engineer. If the RDSO’s/CORE drawings/ designs/ equipments are not revised, contractor need not submit drawings/designs/employment schedules to the Engineer. In the event of the contractor suggesting any alternation/deviation in standard drawing, he shall submit the retraced drawings with full clarifications and justifications of the change to the Engineer. The Engineer, if convinced of the need of the alteration, shall approach RDSO/ CEE, ECoR for necessary approval.

11 The contractor shall be solely responsible for the correctness of the positions, levels and dimensions of the works according to approved drawings, notwithstanding that he may have been assisted by the Engineer or his men in setting out the same.

12 If any dimension figured upon a drawing differs from that obtained by scaling the drawings the figured dimension should be normally taken as correct unless it is prima facie a mistake. But all such cases shall be brought to the notice of the Engineer and the discrepancy set right before execution.

13 All designs and drawings submitted by the contractor shall be based on a thorough study and shall be such that the contractor is satisfied about their suitability. The Engineer’s approval will be based on these considerations. Notwithstanding approval communicated by the Engineer, during the progress of the contract for designs and drawings prototype samples of components, materials, and equipment after inspection of materials, after erection and adjustments to installations, the ultimate responsibility for correct design and execution of work shall rest with the contractor or unless the Engineer insists on adoption of his own designs in spite of the contractor not being agreeable to it.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 131

14 The contractor shall be responsible for and shall bear, and pay the costs for any alteration or works arising from any discrepancies, errors or omissions in the designs and drawings supplied by him, whether such designs and drawings have been approved by the Engineer or not.

15 The contractor is forbidden to use any patents or registered drawings, process or patterns in fulfilling his contract without the previous consent in writing of the owner of such patent, drawing, pattern or trade mark, except where these are specified by the Engineer himself. Royalty, where payable, for the use of the patented processes, registered drawings or patterns shall be borne exclusively by the contractor. The contractor shall advise the Engineer of any proprietary rights that may exist on such processes drawings or patterns, which he may use of his own accord.

16 In the case of patents taken by the contractor of the drawings or patterns registered by him, or of those patents, drawings, or patterns for which he holds a license, the signing of the contract automatically gives the Engineer the right to repair by himself the purchased articles covered by the patent or by any person or body chosen by him and to obtain from any sources he desires the component parts required by him in carrying out the repair work. In the event of infringement of any patent rights due to above action of the Engineer, he shall be entitled to claim damages from the contractor on the grounds of any loss of any nature, which he may suffer e.g. in the case of attachment because of counterfeiting.

17 Indemnification by contractor: In the event of any claim of demand being made or action being brought against the Engineer for infringement of patent in respect of any equipment, machine, plant, work or thing used or supplied by the contractor under this contract or in respect of any method of using or working by the Engineer of such equipment machine, plant, work or thing, the contractor shall indemnify the Engineer and keep him indemnified and harmless against all claims, costs, charges and expenses arising from or incurred by reason of such claim provided that the Engineer shall notify the contractor immediately and claim is made and that the contractor shall be at liberty, if he so desired with the assistance of the Engineer if required but at the contractor’s expense, to conduct all negotiations for the settlement of the same or any litigation that may arise therefore and PROVIDED THAT no such equipment, machine, plant, work or thing, shall be used by the Engineer for any purpose or in any manner other than that for which they have been supplied by the contractor and specified under this contract.

18 Soft copies along with Hard copies of all drawings shall be submitted.

19 The contractor will have to establish field-construction office at convenient and approved locations for co-ordination and progressing of field works.

20 In addition to the establishment of an office, the contractor shall set up at least one depot for receiving and storing steel work and other materials and establish a workshop for small fabrication and assembly work, if necessary. The location of contractor’s depot will be mutually agreed upon by the Engineer and the contractor. The depot shall as far as possible be located such as to be accessible by road. Subject to availability, the Employer shall offer open space for storage of materials, inside the railway premises at the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 132

site. In case the Employer is not in a position to provide the space, the contractor has to make his own arrangement at his cost.

21 In case the depot is provided by the Employer, the Contractor shall hand over the same, cleared of all contractors’ stores or refuge, within a period of 28 days from completion of work, unless otherwise agreed to by the Engineer.

22 The contractor shall not be allowed to dig any wells on the railway/employer land without specific permission in writing.

23 If for reasons of urgency the work has to be executed at night contractor shall make his own arrangement for illuminating the site. Nothing extra will be paid for doing work at night. He will have to make his own arrangements for arranging electricity if the same is required for illumination purposes or for running of any plant or machinery.

24 The contractor shall arrange at his own cost all tools, plant and facilities required for execution of works.

******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 133

Section – K

Scope of Work

The brief scope of work is “Design, Supply, Erection, Testing, and

commissioning of Traction Substation Augmentation = 03 Nos.; Shunt capacitor

bank- 3 Nos.; Sectioning and Paralleling Post (SP) New=04 Nos.; Sub-

Sectioning and Paralleling Post (SSP) Aug=02 Nos.; New=02 Nos.; in

connection with Doubling works between Silakjhori - Kirandul section on K-K

Line of Waltair Division of East Coast Railway.”

Note: The tentative locations post wise with regard to new or augmentation are

indicative as per the following details but may change prior to commencement

of actual execution.

Brief scope of PSI works for section between Silakjhori –Kirandul

SECTION TSS SSP SP

Total NEW AUG NEW AUG NEW AUG

SZY-GIZ 0 2 1 0 3 6

GIZ-KRDL 0 1 1 2 1 5

Total 0 3 2 2 4 0 11 132KV side

1)KMSD 2)KWGN 3)GIZ 25KV side 1) BHNS

1)KKLU 2)KRDL

1)KMLR 2)BCHL

1)SZY- KMSD, 2)KWGN- DPF 3)DWZ 4)KKLU

*******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 134

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 135

Section – L Inspection of PSI Equipment:

1. Procurement action for purchasing material shall be initiated only with prior

approval of Dy.CEE/C/VSKP.

2. All items required for this work will be procured from RDSO/CORE/ CEE

(ECoR) approved vendors will be inspected by RITES or Consignee for

which contractor will be required to obtain prior approval from CEE/C/BBS

or Dy.CEE/C/VSKP. In case there is no RDSO/CORE/ CEE (ECoR)

approved vendor for a particular item, prior approval for procurement of

item shall be obtained from Dy.CEE/Con/Visakhapatnam or CEE/Con/BBS.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 136

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 137

Section – M

Plan for Commissioning:

1. Name of work: Design, Supply, Erection, Testing, and commissioning of

Traction Substation Augmentation = 03 Nos.; Shunt capacitor bank- 3 Nos.;

Sectioning and Paralleling Post (SP) New=04 Nos.; Sub-Sectioning and

Paralleling Post (SSP) Aug=02 Nos.; New=02 Nos.; in connection with Doubling

works between Silakjhori - Kirandul section on K-K Line of Waltair Division of

East Coast Railway.

2. Completion Period:

All works under this contract are required to be completed (18 months) as detailed from the date of issue of acceptance letter

3. Rectification of defects observed on PSI –Progressively within One month of energisation of the section.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 138

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 139

Section- N

Quality Assurance Plan

The Contractor shall submit quality assurance plan for each activity of PSI work within 15 (fifteen) days from date of issue of LOA and prior to commencing the activities of the work.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 140

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 141

CHAPTER-7

GUIDELINES FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS TENDER

1. Separate identity/name shall be given to the Joint Venture firm. 2. Number of members in a JV firm shall not be more than three if the work

involves only one department (say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the work involves more than one department.

3. A member of JV firm shall not be permitted to participate either in individual capacity or as a member of another JV firm in the same tender.

4. The tender form shall be purchased and submitted only in the name of the JV firm and not in the name of any constituent member.

5. The Joint venture firm shall be required to submit Earnest Money Deposit (EMD) along with the tender in terms of the provisions contained in para-5(Earnest Money) of Part-I of GCC.

6. One of the members of the JV Firm shall be its Lead Member who shall have a majority (at least 51%) share of interest in the JV Firm and also, must have satisfactorily completed in the last three previous financial years and the current financial year upto the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value. The other members shall have a share of not less than 20% each in case of JV Firms with upto three members and not less than 10% each in case of JV Firms with more than three members. In case of JV Firm with foreign member(s), the Lead Member has to be on Indian Firm with a minimum share of 51%.

7. A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted by the JV firm along with the tender. The complete details of the members of the JV firm, their share and responsibility in the JV firm etc. particularly with reference to financial technical and other obligations shall be furnished in the MOU. The MOU format is given at Annexure JV-I.

8. Once the tender is submitted the MOU shall not be modified/altered/terminated during the validity of the tender. In case the tenderer fails to observe/comply with the stipulation, the full earnest money deposit (EMD) shall be liable to be forfeited.

9. Approval for change of constitution of JV firm shall be at the sole discretion of the Employer (Railways). The constitution of the JV firm, shall not be allowed to be modified after submission of the tender bid by the JV firm except when modification becomes inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. However, the Lead Member shall continue to be the Lead Member of the JV firm. Failure to observe this requirement would render the offer invalid.

10. Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions.

11. On award of contract to a JV firm, a single Performance Guarantee shall be submitted by the JV Firm as per tender conditions. All the Guarantees like

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 142

Performance Guarantee, Bank Guarantee for Mobilization advance, machinery Advance etc. shall be accepted only in the name of the JV firm and no splitting of guarantees amongst the members of the JV firm shall be permitted.

12. On issue of LOA, an agreement among the members of the JV firm (to whom the work has been awarded) shall be executed and got registered before the Registrar of the Companies under Companies Act or before the Registrar / Sub-Registrar under the Registration Act., 1908. This JV agreement shall be submitted by the JV firm to the Railways before signing the contract agreement for the work. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This joint venture agreement shall have, inter-alia, following clauses:-

12.1 Joint and several liability – The members of the JV firm to which the contract is awarded, shall be jointly and severally liable to the Employer (Railways) for execution of the project in accordance with General and Special conditions of the contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof.

12.2 Duration of the Joint Venture Agreement – It shall be valid during the entire currency of the contract including the period of extension, if any and the maintenance period after the work is completed.

12.3 Governing Laws – The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.

13. Authorized Member – Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices/correspondences with respect to the contract would be sent only to this authorized member of the JV firm.

14. No member of the Joint Venture firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/contract.

15. Documents to be enclosed by the JV firm along with the tender:-

15.1 In case one or more of the members of the JV firm is/are partnership firm(s), following documents shall be submitted.

(a) Notary certified copy of the Partnership Deed. (b) Consent of all the partners to enter into the Joint Venture Agreement on a

stamp paper of appropriate value (in original). (c) Power of Attorney (duly registered as per prevailing law) in favour of one

of the partners of the Partnership firm to sign the JV Agreement on behalf of the partnership firm and create liability against the firm.

15.2 In case one or more members is/are Proprietary Firm or HUF, the following documents shall be enclosed.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 143

Affidavit on Stamp Paper of appropriate value declaring that his/her concern is a Proprietary Concern and he/she is sole proprietor of the Concern OR he/she is in position of “KARTA” of Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by other partners to act on behalf of HUF.

15.3 In case one or more members is/are limited companies, the following documents shall be submitted:

(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign JV Agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act on behalf of the company.

(b) Copy of Memorandum and Articles of Association of the Company.

(c) Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person to do/act mentioned in the para (a) above.

15.4 All the members of the JV shall certify that they are not black listed or debarred by Railways or any other Ministry/Department/PSU (Public Sector Undertaking) of the Govt. of India/State Govt. from participation in tenders/contract on the date of opening of bids either in their individual capacity or as member of the JV firm in which they were/are members.

16. Credentials& Qualifying criteria

Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfilment of the following criteria.

16.1 Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder) :

(a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily completed in the last three previous financial years and the current financial year up to the date of opening of the tender, one similar single work for a minimum of 35% of advertised value of the tender.

OR

(b) (i) In case of composite works (e.g. works involving more than one distinct component such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges – substructure, superstructure etc.), for each component, at least 35% of the value of any of such components individually for single similar nature of work should have been satisfactorily completed by the JV Firm or by any member of the JV Firm in the previous three financial years and the current financial year up to the date of opening of tender. The member satisfying technical eligibility criteria for the largest component of the work shall be the Lead Member and that Member shall have majority (at least 51%) share of interest in the JV Firm.

(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined with estimated tender cost of it, as part of the tender documents without any ambiguity. Any work or set of work shall be

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 144

considered to be a separate component, only when cost of the component is more than Rs.2 crores each.

(iii) However, as long as the JV Firm or any member of the JV Firm meets with the requirements, in one or more components of the work, and has completed a minimum of 35% of the advertised value of the tender for the same value of the component, and resultantly, all the members of the JV collectively, then meet the prescribed technical eligibility criteria, the JV shall stand technically qualified.

NOTE:-

Value of a completed work done by a Member in an earlier a JV firm shall be reckoned only to the extent of the concerned member’s share in that JV firm for the purpose of satisfying his/her compliance of the above mentioned technical eligibility criteria in the tender under consideration.

16.2 Financial eligibility criteria:

The contractual payments received by the JV firm or the arithmetic sum of contractual payments received by all the members of JV Firm in the previous three financial years and the current financial year up to the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender.

NOTE:

Contractual payment received by a Member in an earlier JV Firm shall be reckoned only to the extent of the concerned member’s share in that JV Firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration.

******

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 145

Annexure JV – 1

MEMORANDUM OF UNDERSTANDING (MOU) FOR JOINT VENTURE PARTICIPATION

(To be executed on non-judicial stamp paper of appropriate value in accordance with relevant stamp Act. The stamp paper is to be issued in the name of the Joint Venture Firm).

JOINT VENTURE PARTICIPATION

BETWEEN

(indicate the name of member) having its registered office at (indicate the address of the member) represented by their (indicate designation/capacity e.g Manager/General manager/Director/Managing Director/ Partner/Managing Partner/Proprietor etc.), Shri. (indicate the name) aged about …………years, S/o Shri (indicate the name of father) resident of (indicate Address) (hereinafter known as authorized signatory of the member) in the capacity of Lead Member of the first part.

AND

(indicate the name of member) having its registered office at (indicate the address of the member) represented by their (indicate designation/capacity e.g manager/General manager/Director/Managing Director/ Partner/Managing Partner/Proprietor etc.), Shri. (indicate the name) aged about …………years, S/o Shri (indicate the name of father) resident of (indicate Address) (hereinafter known as authorized signatory of the member) in the capacity of the constituent member of the other part.

(In case of more than two members, include the details accordingly).

Now, the Joint Venture Firm (JV) formed by the members i.e.(indicate name of lead member) and (indicate name of constituent member) and (indicate name of other constituent member) will be known as (indicate JV firm name and address).

The expressions (indicate name of the lead member) and (indicate name of the constituent members), shall whatever the context admits, mean and include their respective legal representatives, successors-in-interest and assigns, and shall collectively be referred to as “Joint Venture Firm” and individually as the “Member”

WHEREAS; President of India, acting through Ministry of Railways, East Coast Railway Construction Organisation (hereinafter referred to as “Employer”) has invited Tender for “(indicate name of work as mentioned in Notice inviting Tender)”.

NOW, THEREFORE, THE MEMBERS AGREE AS FOLLOWS:

1. The ‘Members’ have studied the documents and have agreed to submit their Tender as Joint Venture (JV) Firm.

The following documents shall be deemed to form and be read and construed as an integral part of this MOU.

i) Notice inviting Tender, ii) Tender document,

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 146

iii) Any Addendum/Corrigendum issued by (East Coast Railway Construction organization), and

iv) The Tender for work submitted by Joint Venture Firm through Authorized member.

2. (indicate the name of the Lead Member) shall be the “Lead member” of the JV Firm ,for all intents and purposes having majority share (i.e 51% or more) in Joint Venture Firm and who have also satisfactorily completed in the last 3 previous financial years and the current financial year upto the date of opening of tender, one similar single work of a minimum value of 35% of advertised tender value or 35% of the largest component of the work in case of composite works, as per technical eligibility criteria of the “Guidelines for participation of joint Venture Firms in works tender.”

3. The ‘Members’ resolve that the distribution of share of Financial, Technical, and other responsibilities of the constituent members of JV Firm is as under: (a) (indicate name & Address of Lead Member) Share ….%

Lead Member

(b) (indicate name & Address of Constituent Member) Share ….%

Constituent Member

(c) (indicate name & Address of Other Constituent Member) Share ….%

Other Constituent Member

4. JOINT AND SEVERAL RESPONSIBILITY

The Members undertake that they shall be jointly and severally liable to the Employer (Railways) for execution of the work in accordance with General and Special Conditions of Contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Employer (Railways) during the course of execution of the contract or due to non-execution of the contract or part thereof.

5. ASSIGNMENT AND THIRD PARTIES

No member of the Joint Venture firm shall have the right to assign or transfer the interest, right or liability in the contract without the written consent of the other members and that of the Employer (Railways) in respect of the said tender/contract.

6. AUTHORIZED MEMBER

We, authorize (indicate lead member or any one of the constituent member of JV firm nominated as authorized member), as Authorized member represented by their authorized signatory Shri. (indicate the name) to act on behalf of the Joint Venture Firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender/contract, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/ contract. However, authorized member shall not submit any such proposals, clarifications or commitments without securing clearance of other JV constituents(s).

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 147

All notices/correspondences with respect to the tender/contract would be sent by Employer (Railways) only to the authorized signatory of Authorized member at the address of JV firm. All such notices/correspondences sent by Employer shall be legally binding on all the members of the J.V Firm.

7. GUARANTEES AND BONDS Earnest Money Deposit and all bonds/guarantees to the Employer (Railways) shall be submitted in the name JV Firm, which shall be legally binding on all the members of the J.V Firm.

8. INDEMNITY Each member hereto agrees to indemnify the other members against its respective parts in case of breach/default of the respective part of the contract/tender of any liabilities sustained by the Joint Venture Firm.

9. For the execution of the respective portions of works, the members shall make their own arrangements to bring the required finance, plants and equipment, materials, manpower and other resources.

10. DOCUMENTS & CONFIDENTIALITY. Each member shall maintain confidentiality regarding the information related to the tender/contract, commercial and technical information received or generated in the course of preparation and submission of the Tender.

11. ARBITRATION Any dispute, controversy or claim arising out of or relating to this agreement shall be settled in the first instance amicably between the members. If an amicable settlement cannot be reached as above, it will be settled by arbitration in accordance with the Indian Arbitration and Conciliation Act 1996 or any amendments thereof. The Venue of the arbitration shall be (indicate the name of place). Notwithstanding settlement of any dispute among the members of the JV Firm , the JV members shall ensure satisfactory completion of awarded work as per the contract with the Employer (Railways).

12. VALIDITY This MOU shall remain in force till the occurrence of the earliest of the following, unless by mutual consent, the members agree in writing to extend the validity for a further period a. Tender submitted by the joint venture Firm is declared unsuccessful,

or b. Cancellation/shelving of the work by the Employer (Railways) for any

reasons prior to award of work. In case, the Tender submitted by the joint venture Firm is declared successful; the validity of this MOU shall be upto the entire period of completion (inclusive of period of extension, if any) including maintenance period.

13. This MOU is drawn in ……number of copies with equal legal strength and status. One copy is held by (indicate name of lead member) and the other by (indicate name of constituent member)&(indicate name of other constituent member) and one copy submitted with the tenderer to Employer (Railways).

14. This MOU shall in all respects be governed by and interpreted in accordance with Indian Laws.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 148

15. NOTICES/CORRESPONDANCE All Notices/Correspondence by Employer (Railways) in writing shall be sent by Fax confirmed, by registered post or commercial courier to the following Fax number and address. (Indicate name of authorized signatory of authorized member, name & address of JV Firm with Fax number)

16. JV Agreement. We the constituent member of the JV Firm are aware that after issue of

Letter of Acceptance by the Employer (Railways), an agreement among the members of the JV firm has to be executed and got registered before the Registrar of Companies under the Companies Act or with the Registrar/Sub-Registrar under the Registration Act. This agreement shall be submitted by the JV firm to the Employer (Railways) as per Standard J.V. Agreement format before signing the contract agreement for the work. In case the JV members fail to observe/comply with stipulations, the Earnest Money Deposit, deposited with the Employer (Railways) shall be forfeited and other penal actions due shall be taken against the members and the JV Firm by the Employer (Railways).

17. We, the members of JV Firm shall furnish along with the tender, requisite documents as mentioned under para 15.1, 15.2, 15.3 (as the case may be) of the Guidelines for Participation of J.V. firms in works tender.

18. Declaration It is certified that we are not blacklisted or debarred by the Railways or any other Ministries/Departments/PSU(Public Sector Undertaking) of the Govt. of India/State Govt. from participation in tenders /contracts on the date of opening of Tender either in our individual capacity or as a member of the JV Firm in which we were/are members.

IN WITNESS WHEREOF THE MEMBERS, have executed this MOU on (indicate day, month and year).

(indicate name of authorized signatory) (indicate name & address of lead member) (Seal)

(indicate name of authorized signatory) (indicate name & address of constituent member) (Seal)

Witness: 1.………………….. (Name & Address) 2.………………….. (Name & Address)

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 149

Annexure JV - 2

JOINT VENTURE AGREEMENT FOR JOINT VENTURE PARTICIPATION

(The J.V. Agreement to be executed on non-judicial stamp paper of appropriate value, in accordance with relevant stamp Act. The stamp paper is to be issued in the name of the Joint Venture Firm and should not be more than six months old from the date of execution of the J.V. Agreement, on it)

JOINT VENTURE AGREEMENT BETWEEN

(indicate the name of member) having its registered office at (indicate the address of the member) represented by their (indicate designation/capacity e.g Manager/General manager/Director/Managing Director/ Partner/Managing Partner/Proprietor etc.), Shri. (indicate the name) aged about …………years, S/o Shri (indicate the name of father) resident of (indicate Address) (hereinafter known as authorized signatory of the member) in the capacity of Lead Member of the first part.

And (indicate the name of member) having its registered office at (indicate the address of the member) represented by their (indicate designation/capacity e.g manager/General manager/Director/Managing Director/ Partner/Managing Partner/Proprietor etc.), Shri. (Indicate the name) aged about …………years, S/o Shri (indicate the name of father) resident of (indicate Address) (hereinafter known as authorized signatory of the member) in the capacity of the constituent member of the other part.

(In case of more than two members, include the details accordingly).

Now, the Joint Venture Firm (JV) formed by the members i.e.(indicate name of lead member) and (indicate name of constituent member) and (indicate name of other constituent member) will be known as (indicate JV firm name and address).

The expressions (indicate name of the lead member) and (indicate name of the constituent members), shall whatever the context admits, mean and include their respective legal representatives, successors-in-interest and assigns, and shall collectively be referred to as “Joint Venture Firm” and individually as the “Member”

WHEREAS; President of India, acting through Ministry of Railways, East Coast Railway Construction Organisation (hereinafter referred to as “Employer”) has invited Tender for “(indicate name of work as mentioned in Notice inviting Tender)”.

And whereas, the above members to the Joint Venture Firm have submitted the tender in the name of the said JV Firm formed as per the MOU signed on dated….. and whereas the said tender has finally been accepted by the Employer (Railways) vide Letter Of Acceptance No………..dated……….., we (indicate name of the lead member) and (indicate name of the constituent members), herewith sign the above formal JV agreement for registration of the above joint venture Firm viz (indicate JV firm name and address) and for entering into contract Agreement with the “Employer” (Railway).

1. NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS :

The following documents shall be deemed to form and be read and construed as an integral part of this J.V. Agreement.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 150

i) Notice inviting Tender, ii) Tender document, iii) Any Addendum/Corrigendum issued by (East Coast Railway), iv) MOU signed on…………..by us. v) Tender submitted on our behalf by the Authorized Member. vi) Letter Of Acceptance issued by Employer (Railways).

2. The ‘Members’ have studied the documents, JV guidelines and have agreed to participate in submitting the ‘Tender’ jointly; signed the JV MOU and submitted the tender accordingly.

3. (indicate the name of the Lead Member) shall be the “Lead member” of the JV Firm ,for all intents and purposes having majority share (i.e 51% or more) in Joint Venture Firm and who have also satisfactorily completed in the last 3 previous financial years and the current financial year upto the date of opening of tender, one similar single work of a minimum value of 35% of advertised tender value or 35% of the largest component of the work in case of composite works, as per technical eligibility criteria of the “Guidelines for participation of joint Venture Firms in works tender.”

4. We, authorize (indicate lead member or any one of the constituent member of JV firm nominated as authorized member), as Authorized member represented by their authorized signatory Shri. (indicate the name) to act on behalf of the Joint Venture Firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender/contract, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/ contract. However, authorized member shall not submit any such proposals, clarifications or commitments without securing clearance of other JV constituents(s).

All notices/correspondences with respect to the tender/contract would be sent by Employer (Railways) only to the authorized signatory of Authorized member at the address of JV firm. All such notices/correspondences sent by Employer shall be legally binding on all the members of the J.V Firm.

5. The ‘Members’ resolve that the distribution of share of Financial, Technical, and other responsibilities of the constituent members of JV Firm is as under:

(a) (indicate name & Address of Lead Member) Share ….% Lead Member

(b) (indicate name & Address of Constituent Member) Share ….% Constituent Member

(c) (indicate name & Address of Other Constituent Member) Share ….% Other Constituent Member

6. The constitution of JV firm shall not be altered during the currency of the contract except when modification become inevitable due to succession laws etc. provided that the minimum eligibility criteria are not got vitiated. Failure to observe this stipulation shall be deemed to be breach of contract, which will entitle the Employer (Railway) to take all consequential action as per contract conditions.

7. JOINT AND SEVERAL RESPONSIBILITY

The Members undertake that they shall be jointly and severally liable to the Employer (Railways) for execution of the work in accordance with General and Special Conditions of Contract. The JV members shall also be liable jointly and

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 151

severally for the loss, damages caused to the Employer (Railways) during the course of execution of the contract or due to non-execution of the contract or part thereof. The members solemnly affirm and declare that every possible care will be taken by them for ensuring satisfactory execution and completion of the work awarded under the contract.

5. ASSIGNMENT AND THIRD PARTIES

No member of the Joint Venture firm shall have the right to assign or transfer the interest, right or liability in the contract without the written consent of the other members and that of the Employer (Railways) in respect of the said tender/contract.

6. GUARANTEES AND BONDS

All bonds/guarantees e.g Performance Guarantee, Bank Guarantee etc. to the Employer (Railways) shall be submitted by the JV Firm as per tender conditions, only in the name of J.V Firm.

7. INDEMNITY

Each member hereto agrees to indemnify the other members against its respective parts in case of breach/default of the respective part of the contract/tender of any liabilities sustained by the Joint Venture Firm.

8. USE OF MACHINERY, INSTRUMENT, LABOUR FORCE etc.

For the execution of the respective portions of works, the members shall make full arrangements to bring the required finance, plants and equipment, materials, manpower and other resources. However, the members here to undertake that whatever the machinery, instruments, labour force, (including unskilled, skilled, inspectors, Engineer etc.) they possess at the time of entering into Joint Venture Agreement or which subsequently shall come in their possession and if such machinery, instruments, labour force is required for the speedy and efficient execution of any portion of the work, the member/members having the control over the said machinery, instruments, labour force etc. without having any regard to their share of profit and loss agreed to between the members in Joint Venture Agreement shall hand over the same which shall be placed at the disposal of the other member actually executing that portion of the work at mutually agreed terms for the purpose of execution of the contract without any hindrance and obstacle.

9. DOCUMENTS& CONFIDENTIALITY.

Each member shall maintain confidentiality regarding the information related to the tender/contract, commercial and technical information received or generated in the course of preparation and submission of the Tender and execution of contract.

10. ARBITRATION

Any dispute, controversy or claim arising out of or relating to this agreement shall be settled in the first instance amicably between the members. If an amicable settlement cannot be reached as above, it will be settled by arbitration in accordance with the Indian Arbitration and Conciliation Act 1996 or any amendments thereof. The Venue of the arbitration shall be (indicate the name of place). Notwithstanding settlement of any dispute among the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 152

members of the JV Firm , the JV members shall ensure satisfactory completion of awarded work as per the contract with the Employer (Railways).

11. DURATION OF JOINT VENTURE AGREEMENT

It shall be valid during the entire currency of the contract including the period of extension if any and the maintenance period after the work is completed and till Security Deposit is released.

12. NOTICES/CORRESPONDANCE

All Notices/Correspondence by Employer (Railways) in writing shall be sent by Fax confirmed, by registered post or commercial courier to the following Fax number and address.

(Indicate name of authorized signatory of authorized member, name & address of JV Firm with Fax number)

13. Governing Laws: The J.V. Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.

Declaration:-

It is certified that we are not blacklisted or debarred by the Railways or any other Ministries/Departments/PSU(Public Sector Undertaking) of the Govt. of India/State Govt. from participation in tenders /contracts on the date of opening of Tender either in our individual capacity or as a member of the JV Firm in which we were/are members.

IN WITNESS WHEREOF THE MEMBERS, have executed this JV Agreement on (indicate day, month and year)

(indicate name of authorized signatory) (indicate name & address of constituent member) (Seal)

(indicate name of authorized signatory) (indicate name & address of lead member) (Seal)

Witness: 1.………………….. (Name & Address) 2.………………….. (Name & Address) Place : Date :

(The J.V. Agreement should be got registered with Registrar of Company Act or with the Registrar/Sub-registrar under the registration act.)

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 153

CHAPTER-8

CONTRACTOR’S FAMILARIZATION

I/We hereby solemnly declare that I/we have visited the site of above work and have familiarized myself/ourselves of the working conditions there in all respects and in particular the following:

Topography of the area and existing Road network (high ways & Village, Pucca & Kacha) and availability of Service Roads,

Soil Conditions at the site of the work.

Sources and availability of construction material.

Rates for Construction materials.

Availability of local labour, both skilled and unskilled and the prevailing labour rates.

Availability of Water and Electricity.

Availability of space for putting up labour camps, offices Store Godowns Engineering yards etc.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 154

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 155

CHAPTER-9

ANNEXURES –A to O

S.No. Annexure Name

1 A History Sheet of the Tenderer

2 B Compliance of Eligibility criteria by the tenderer regarding execution of similar single work

3 C Compliance of Eligibility criteria by the Tenderer regarding contractual payments received

4 D Details of Construction Machineries, Tools & Plants, Vehicles etc.

5 E Details of Technical and Other Personnels Available on Hand & Proposed to be Engaged for this Work.

6 F Details of Works Completed During Last Three Financial Years & Current Year by the Tenderer(s).

7 G Details of Works on Hand by the Tenderer(s)

8 H Declaration Regarding Association of Railway Officer(S) with Tenderer(s).

9 I List of Court Cases During Last Three Years

10 J List of Arbitration Cases During Last Three Years

11 K Broad Plan of Execution of this Work Within the Stipulated Completion Period

12 L Details of Other Credentials/Facilities Available with the Firm/Contractor

13 M Mandate Form of EFT

14 N Format for affidavit to be uploaded by tenderer alongwith the tender documents

15 O Document of Authorization

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 156

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 157

ANNEXURE –A

HISTORY SHEET OF THE TENDERER

i) Name of the Company :

ii) Address of Registered Office :

Phone:

Fax:

iii) Constitution of the Company :

a) Ownership particulars whether Private Ltd., Public Ltd., or partnership firm or any other type duly supported by the documents such as partnership deed and articles of constitution etc. as applicable.

:

b) Name and address of collaborator(s) :

c) Nature of participation by collaborator(s) in share holding of the Company

:

d) Extent and nature of proposed participation by collaborator(s) in execution of this work

:

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 158

iv) Number of years the firm has been in operation in India under its present

:

v) Any Other information

Signature of tenderer

Along with Seal

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 159

ANNEXURE – B

Compliance of Eligibility criteria by the tenderer regarding execution of similar single work to the extent of 35% of advertised tender value.

1. Name and style of the contractor with address (Present tenderer) 2. Name and scope of the work executed 3. Authority who have awarded the contract. 4. Full address of the authority under whom the contract was executed. 5. Whether it is a Govt/Railway/Semi Govt organization. 6. Contractual Agreement No. & date. 7. Value of the contract.

(a) Original value of the contract. (b) Value of works executed and payment received (should be minimum of

35% of the advertised tender value) (c) Last sanctioned agreemental value in Rs……. (should be minimum of 35%

of advertised tender value).

8. (a) Date of award of contract.

(b) Date of actual physical completion of work.

9. Details of copy of documents attached in support of completion of above similar single work.

(a) Certificate No. and date.

(b) Authority issued.

10. Declaration by the tenderer: I hereby declare that the information given above are true and the copy of the certificate enclosed is genuine. If any of the information given above is found to be wrong at any time, my tender will liable to be rejected and such liability will be compensated by me.

Name & signature of Tenderer

along with Seal.

N.B. (1) Certificates containing the above information will only be considered. In complete certificates/copy of bills/letter of acceptance will not be considered.

(2) Current financial year means, the financial year in which the tender is opened. Financial year means on and from 1st April to 31st March.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 160

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 161

ANNEXURE – C

Compliance of Eligibility criteria by the Tenderer regarding contractual payments received during the qualifying period i.e during the current financial year plus previous three financial years.

1. Name and style of the Tenderer with address (present tenderer) 2. Amount of contractual payment received as per the audited balance sheet of

the contractor (Tenderer).

Year Amount of contractual payments received Page Ref of Audited

Balance Sheet

Current financial year Rs. F/……….

3rd Previous financial year Rs. F/……….

2nd Previous financial year Rs. F/……….

1st Previous financial year Rs. F/……….

Total Rs.

3. (i) Name :-

(ii) address:-

(iii) Phone No:-

(iv) Fax No:-

(v) e-mail ID:-

(of the Chartered Accountant who have audited the balance sheet.)

4. Declaration by the tenderer: I hereby declare that the information given above are true and copy of the certificate enclosed is also genuine. If any of the information given above is found to be wrong at any time, my tender will liable to be rejected.

Name & signature of Tenderer along with Seal.

N.B. :-

1. Scanned copy of Chartered Accountant certificate along with copy of balance sheet of the contractors should be furnished.

2. The value of total contractual payments received within the current financial year plus three previous financial years should be minimum of 150% of the advertised tender value.

3. Contractual payment should not be construed as “Turn Over “which includes contractual payments received, works in progress, stock on hand etc.

4. Current financial year means, the financial year in which the tender is opened. Financial year means on and from 1st April to 31st March.

********

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 162

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 163

ANNEXURE – D

DETAILS OF CONSTRUCTION MACHINERIES, TOOLS & PLANTS, VEHICLES ETC. AVAILABLE ON HAND AND PROPOSED TO BE UTILIZED IN WORK

S. N

o

Desc

riptio

n o

f equip

ments

Num

ber

ava

ilable

(O

wned/h

ired)

Date

of purc

hase

Date

of m

anufa

cture

Make

How

drive

n

(i. e)

Petr

ol/D

iese

l /e

lect

rica

l

Conditi

on o

f th

e e

quip

ment

Where

t

he e

quip

ment ca

n

be

insp

ect

ed

1 2 3 4 5 6 7 8 9

Signature of tenderer

Along with Seal

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 164

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 165

ANNEXURE – E

DETAILS OF TECHNICAL AND OTHER PERSONNELS AVAILABLE ON HAND & PROPOSED TO BE ENGAGED IN WORK

S.N

o

Nam

e

Age

Tech

nic

al

qua

lific

atio

n(s

)

Posi

tion

with

th

e t

endere

r

Com

mence

ment

of pre

sent

em

plo

ymen

t

Tota

l exp

erience

Em

olu

men

ts

1 2 3 4 5 6 7 8

Signature of tenderer

Along with Seal

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 166

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 167

ANNEXURE – F

DETAILS OF WORKS COMPLETED DURING PREVIOUS THREE FINANCIAL YEARS & CURRENT YEAR BY THE TENDERER(s).

S.N

o

Nam

e o

f th

e w

ork

with

valu

e o

f co

ntr

act

Full

add

ress

of th

e a

uth

ority

under

whom

th

e w

ork

has

been

exe

cute

d w

ith T

ele

phone N

o. &

F

ax

No.

Date

of A

ward

& O

rigin

al

com

ple

tion p

eriod

Act

ua

l Date

com

mence

ment &

A

ctua

l Date

of c

om

ple

tion

Fin

al v

alu

e o

f co

ntr

act

in R

s.

Docu

men

tary

pro

of of co

mple

tion

of w

ork

(encl

ose

copie

s se

pa

rate

ly for

each

work

and

in

dic

ate

Annexu

re N

o. in

this

co

lum

n)

1 2 3 4 5 6 7

Signature of Tenderer

Along with Seal

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 168

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 169

ANNEXURE – G

DETAILS OF WORKS ON HAND OF THE TENDERER(s) S

.No

Nam

e o

f w

ork

Tota

l co

st o

f co

nta

ct v

alu

e in

Rs/

-

Month

and y

ear

of co

mm

ence

ment

Date

of aw

ard

& C

om

ple

tion p

eriod

Pre

sen

t pro

gre

ss

Full

add

ress

of th

e a

uth

ority

under

whom

th

e w

ork

is b

ein

g e

xecu

ted

Do

cum

en

tary

pro

of (e

ncl

ose

copie

s of

acc

ep

tance

letter

& p

roof re

gard

ing

pre

sen

t pro

gre

ss e

tc. &

ind

icate

A

nn

exu

re N

o. in

this

colu

mn)

Financial Physical

1 2 3 4 5 6 7 8 9

Signature of tenderer

Along with seal

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 170

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 171

ANNEXURE – H

DECLARATION REGARDING ASSOCIATION OF RAILWAY OFFICER(S) WITH TENDERER(S)

S.No Name Status with the tenderer

If working in Rly on

the date of tendering,

designation & place of

posting

If retired on the date of tendering

Date of retirement

Status at retirement

Particulars of permission taken for

associating with the tenderer

1 2 3 4 5 6 7

Signature of Tenderer

Along with Seal.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 172

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 173

ANNEXURE – I

LIST OF COURT CASES DURING PREVIOUS THREE FINANCIAL YEARS S

.No

Nam

e o

f w

ork

Valu

e o

f w

ork

Nam

e o

f C

lient

Deptt

.

Nam

e o

f th

e C

ourt

Date

of in

stitu

tion

of ca

se

Relie

f so

ught fr

om

C

ourt

Brief re

aso

n o

f dis

pu

te

Fin

al/P

rese

nt

posi

tion o

f th

e

case

1 2 3 4 5 6 7 8 9

Signature of tenderer

Along with Seal

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 174

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 175

ANNEXURE – J

LIST OF ARBITRATION CASES DURING PREVIOUS THREE FINANCIAL YEARS.

S.No Name of work

Value of

work

Name of Client Deptt.

Amount and date of claim

preferred

Claim of

Deptt. if any

Brief reasons

of disputes

Final/Present position of the case

1 2 3 4 5 6 7 8

Signature of Tenderer

Along with Seal

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 176

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 177

ANNEXURE –K

BROAD PLAN OF EXECUTION OF THIS WORK WITHIN THE STIPULATED COMPLETION PERIOD

S.No Activity Period of completion in months

Signature of Tenderer

Along with Seal

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 178

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 179

ANNEXURE – L

OTHER CREDENTIALS/FACILITIES OF THE FIRM/CONTRACTOR (WHICH ARE NOT COVERED IN ANNEXURE-A TO ANNEXURE – K)

Signature of Tenderer Along with Seal.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 180

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 181

ANNEXURE – M

The Contractor/supplier having their bank accounts on any of the city centres

where reserve bank of India’s EFT (Electronic Fund Transfer) facility exists will

receive their payments through EFT scheme in case of being awarded with the

work/supply order. For that they (the agency) will have to furnish the mandate

form of EFT(As per proforma given below)) along with the tender document.

Electronic clearing service (Credit clearing) Model Mandate form (Investor/Customer’s Option to receive payments through Credit Clearing Mechanism).

Name of the scheme and the periodicity of payment

No. 1) Contractor/supplier’s Name 2) Particulars of their Bank Account

a) Name of Bank: b) Name of the Branch Address Telephone No.

c) 9 Digit Code Number of the bank and branch Appearing on the MICR cheque issued by the bank. d) Type of the Account (S.B. Current or cash Credit) With IFS Code e) Ledger and ledger folio Number. f) Account number (as appearing on the cheque book)

(In lieu of the bank certificate to be obtained as under, please attach a

bank cancelled cheque or photocopy of a cheque issued by your bank for verification of the above particulars)

3) Date of effect

I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme.

Signature of the Contractor/Supplier.

Date: __________ ---------------------------------------------------------------------------------- Certified that the particulars furnished above are correct as per our records Bank’s stamp.

Date: ______ Signature of the Authorized Official of the Bank.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 182

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 183

ANNEXURE-N

FORMAT FOR AFFIDAVIT TO BE UPLOADED BY TENDERER ALONGWITH THE TENDER DOCUMENTS

(To be executed in presence of Public Notary on non-judicial stamp paper of the value of Rs. 100/-. The stamp paper has to be in the name of the Tenderer)**

I............................. (Name and designation)** appointed as the attorney/authorised signatory of the tenderer(including its constituents), M/s _________________________(hereinafter called the tenderer) for the purpose of the Tender documents for the work of ______________________ as per the tender No.________________of East Cost Railway, do hereby solemnly affirm and state on the behalf of the tenderer including its constituents as under:

1. I/we the tenderer(s), am/are signing this document after carefully

reading the contents.

2. I/we the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.

3. I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in. I/we have verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the Railway Administration shall be final and binding upon me/us.

4. I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements.

5. I/we also understand that my/our offer will be evaluated based on the documents/credentials submitted alongwith the offer and same shall be binding upon me/us.

6. I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible for the correctness of the information and documents, submitted by us.

7. I/We understand that if the certificates regarding eligibility criteria submitted by us are found to be forged/false or incorrect at any time during process for evaluation of tenders, it shall lead to forfeiture of the tender EMD besides banning of business for five year on entire IR. Further, I/we (insert name of the tenderer)** ___________ and all my/our constituents understand that my/our offer shall be summarily rejected.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 184

8. I/We also understand that if the certificates submitted by us are found to be false/forged or incorrect at any time after the award of the contract, it will lead to termination of the contract, alongwith forfeiture of EMD/SD and Performance Guarantee besides any other action provided in the contract including banning of business for five year on entire IR.

DEPONENT

SEAL AND SIGNATURE OF THE TENDER

VERIFICATION

I/we above named tenderer do hereby solemnly affirm and verify that the contents of my/our above affidavit are true and correct. Nothing has been concealed and no part of it is false.

DEPONENT SEAL AND SIGNATURE

OF THE TENDER

Place: Dated: **The contents in italics are only for guidance purpose. Details as

appropriate, are to be filled in suitably by tenderer. Attestation before Magistrate/Notary Public

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 185

Annexure-O

LC/DA No.___________/1*___

Dated ________________

DOCUMENT OF AUTHORISATION 1. It is certified that work job assigned in Contract No………………………..

dated……………………… under Inland Letter of Credit

No…………………………………dated………………………………………..

Or Goods received/Works order completed Stage-Phase 1/2/3/4/5.

2. The beneficiary of letter of Credit M/s ………………………………………………………..is

entitled to receive payment aggregating INR……………….…………….. out of a total LC

amount of INR…………………………………against the first/second* commercial Invoice No.

........................... dated ...........................for INR raised against the above contract on the

strength of this Certificate.

3. PAYMENTYS ALREADY MADE:

1. Invoice No. 2. Invoice No. & so on Total

4. THIS PAYMENT:

5. LC BALANCE AFTER THIS PAYMENT:

Signature & Seal of Applicant.

(Railway Authority) *As applicable.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 186

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 187

CHAPTER-10

SPECIMEN FORMAT FOR LETTER OF ACCEPTANCE

Without Prejudice By Regd. Post with A.D

By Special Man EAST COAST RAILWAY

Office of the Chief Electrical Engineer (Con)

Bhubaneswar-23 No: VSKP/EL/C/T/ Dtd: To --------- --------- Dear Sir(s),

Sub :- (Name of work). Ref:- a) Your offer submitted on ------

b) Tender Notice No. ----------- Dtd:. ********

01. With references to above, your offer has been accepted by the Railway Administration at a total value of Rs. ------/- (Rupees ----------- only) with Contract Period of -- months from the date of issue of this Acceptance Letter at the following rates shown against each item under Schedules-A,B,C--- as enclosed to this letter.

Schedule-‘A ’ : ----- % accepted rate in Above/below/at par Schedule-‘B ’ : ------% accepted rate in Above/below/at par Schedule-‘C ’ : ------% accepted rate in Above/below/at par

---------- : -------- Other terms and conditions as incorporated in the tender documents issued for the work will be included in a formal agreement to be executed by you for carrying out the work.

02. An amount of Rs ----/- (Rupees ---- only) is to be deposited towards Security Deposit.

The EMD submitted alongwith tender in the shape of DD/BC/CR/--- No: ----- for Rs. -----/-(Rupees ------- only) issued by the -----bank, ----- Branch in favour of FA & CAO/C/E.Co.Rly /VSKP is adjusted towards Security Deposit. Balance amount of Security Deposit i.e., Rs. -------/-(Rupees --------------------- only) is to be deposited in cash with FA & CAO (Con) E. Co. Railway/Bhubaneswar or otherwise if you so desire amount of balance Security Deposit will be recovered at the rate of 10% from your running bills of the contract.

03. You are requested to give a performance guarantee in any acceptable form as mentioned in the tender document, for an amount of Rs ---------- (------------------) before signing of the agreement and it should be valid upto the stipulated date of completion plus 60 days. If the performance guarantee is in the form of B.G then it should be as per standard B.G format (enclosed). ”Bank Guarantees (BGs) to be submitted by suppliers/contractors should be sent directly to the concerned authorities by the issuing bank under Registered post with A.D.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 188

04. Until a formal Agreement is prepared and executed, acceptance of this Tender shall constitute a binding contract. As such you are requested to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA maybe given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

05. Please contact Dy. Chief Electrical Engineer (Con) E. Co. Rly./------ immediately with your execution programme for further instructions to start the work on the authority of this Acceptance Letter.

06. You are also requested to submit the EFT mandate form duly filled with details of bank account for receiving payment through EFT system.

07. Please acknowledge receipt of this letter of Acceptance and confirm that you are taking action as stated above.

Encl: E-Tender Document & Chapter-11 of Annexed Document.

Yours faithfully,

Dy. Chief Elect. Engineer(Con), E. Co. Railway/ Visakhapatnam For & on behalf of President of India.

No: VSKP/EL/C/T/ Dtd. . Copy with copy of enclosures forwarded for information to :- 1. Sr.AFA/C/----- (Expenditure Section) along with TDR/DR/PO/---- No: ---- for

Rs. -----/-(Rupees ------- only) issued by the -----bank, ----- Branch in favour of FA & CAO/C/E.Co.Rly /VSKP for adjustment towards security deposit.

2. Sr.AFA/C/------ (Finance Section). 3. Principal Director of Audit (Con)/E.Co.Rly./Bhubaneswar. 4. Dy.Chief Electrical Engineer (Con)/E.Co.Rly/--------. No work order should be

issued to the contractor. The contractor should start the work straightway on the basis of this Acceptance Letter for the items and specifications covered therein. Before starting the work, the execution programme should be signed by AEEE/EEE/Dy.CEE and Contractor.

5. Regional employment Exchange/VSKP/Orissa. 6. Central Industrial Machinery, C/o. Ministry of Labour, 686, Swastik Bhawan,

Saheed Nagar, Bhubaneswar. 7. Dy.Chief Vigilance Officer/E.Co.Rly/VSKP. 8. Regional Labour Commissioner (Central), ----------------. 9. Labour Enforcement Officer (Central), --------------. 10. CE/C/I, II, ----/VSKP. Encl: E-Tender Document & Chapter-11 of Annexed Document .

Dy. Chief Electrical Engineer (Con), E. Co. Railway/Visakhapatnam.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 189

CHAPTER-11

Explanatory Notes to Tender Schedule

General Note:

Wherever an item of work covers supply of materials and / or erection such item

shall include all bolts, nuts, lock nuts and washers etc., to complete the item of work.

Erection of any item of equipments, whether supplied by the purchaser will include

testing, commissioning and bringing the equipment into operation to the entire

satisfaction of the purchaser.

The basic quantity of components and materials required to make up the unit of

work for the selected items are indicated for guidance. In estimating the price for

various items of works provision of loss and wastage in transit and during erection

including cost of freight handling, taxes, duties, insurance if any etc., shall be quoted

for the works mentioned in the schedule.

All OHE/PSI components to be supplied by the Contractor must be procured from

approved make by CORE/ ALD or RDSO or CEE/E.Co.Rly whether specifically

mentioned or not. However CEE/CON may alter the mode of inspection in case of

any urgency or as deemed fit to avoid delay in completion of work. Inspection

charges in case of RITES will be borne by the contractor. However in case of

urgency the same can be inspected by the nominated Railway officials. In such a

situation the inspection charges as per RITES norms are also be borne by the

contractor and to be recovered from the payment.

All works shall be carried out as per standard code of practice (I.E. Rule) &

Specifications and Drawings approved by the Railways, CORE & RDSO.

Railway will provide Tower Wagon at free of cost for checking at the time of testing

& commissioning of OHE if necessary, but not for carrying any materials of the

contractor either supplied by them/Railways.

Railway will supply the materials at various Stores/ Depot. At VSKP and JDB where

it is specifically mentioned “Railway Supplied”, which will be transported by the

contractor at his own cost to work site for execution of the same.

All dismantled or surplus materials should be handed over to the Railway on

completion of all the works at site duly stacked at one place. The contractor has to

make his own arrangements for safe guarding the said dismantled or surplus

materials till such time all the work completed and handover to Railways

Stores/Depot.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 190

I) GENERAL:-

ITEM No.1: PREPARATION OF DESIGNS AND DRAWINGS

1) Survey, Design and Drawing for construction of a complete double

Transformer 132/27 KV Traction sub-station / Augmentation of existing

Traction sub-station including Feeding post, Capacitor bank and Earth mat

system.

The price shall cover on a flat rate basis per substation for survey, investigation of

soil bearing pressure and soil resistivity, preparation of cross section drawings,

preparation of general arrangement drawings, detailed layout of equipment, busbar

connections and insulators, layout of outdoor and inside the control room, layout of

earthing system and earthing and bonding connections, layout of earth screen wire,

layouts of cable runs, design of supporting structures for 132kV/27kV equipments,

detailed drawings for steel work and structural support, suitable concrete pedestals,

plinths, foundations and cable trenches, for equipment and structural support and

drawings / designs for equipments, components, fittings and materials. The price

shall also include the detailed circuit diagram of Control Circuit, Protection Panel etc.

All the required drawings shall be developed in such a way showing existing

equipments / details as per site and proposed modifications required in detail. It

should be kept in mind that in all layout plans and drawings, existing system should

be incorporated with the proposed one wherever it is applicable and necessary.

Before starting execution of works, all the relevant drawings are to be submitted to

the Railways for approval of the competent authority. After completion of works in all

respect, the contractor has to supply the required / relevant Completion Drawings of

the Complete Double Transformer Traction Sub-station. The price shall inclusive of

requisite number of copies of all working drawing, including completion drawings to

the purchaser. All the Drawings of Traction Sub-station shall confirm to latest RDSO

Drawings. The price shall also cover preparation of designs and drawings for feeder

from FP to Neutral section/coasting overlap.

The prices shall also cover on a flat rate basis for preparation of all designs and

drawings required in connection with Shunt Capacitor bank, series reactor and

associated equipments at the traction sub-stations. The price shall cover on a flat

rate basis cost of site survey, investigation of soil bearing pressure and soil

resistivity, preparation of cross section drawings, general arrangement drawings,

detailed layout of equipments, bus bar connections and insulators, layout of cable

trenches out door and inside the control room, earthing system and earth connection

layout, and design of supporting structures.

The price shall inclusive of 8 Nos. of copies of all working drawings, including

completion drawings to the purchaser and submit the original drawings in tracings

and RTF. One Soft Copy of each drawing (in Autocad) will be supplied on CD. The

price shall inclusive of Preparation and supply of 35 nos “Appendix G” for SWR

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 191

along with 35 copies of Station Working Rule Diagram in each booklet for each

station involved due to the modification if necessary.

The price shall also cover supply of associated maintenance/record registers of

appropriate size in printed pro-forma etc as directed by Engineer in charge of the

work.

NOTE: The design for Oil Soak pit and drain water sump will also be got approved

from Railways.

(2) Survey, Design and Drawing for Construction of 25 KV sectioning posts,

sub sectioning posts and feeding posts.

The price shall cover on a flat rate basis for survey and design of the sectioning, sub

sectioning Post and feeding posts for preparation of general layout plan, detailed

layout of equipment bus bar connections, insulators, earthing and bonding system,

supporting structures, foundation details etc. The price shall also include the

detailed circuit diagram of control circuit, protection panel, etc. It should be kept in

mind that in all layout plans and drawings, the existing system should be

incorporated with the proposed ones wherever it is applicable and necessary.

Before starting the execution of works all the relevant drawings are to be submitted

to the Railways for approval of the Competent Authority. The price shall also cover

investigation of soil bearing pressure and soil resistivity, preparation of cross section

drawings, layout of outdoor and inside the control room, layouts of cable runs,

detailed drawings for steel work and structural support, suitable concrete pedestals,

plinths, foundations and cable trenches, for equipment and structural support and

drawings / designs for equipments, components, fittings and materials. After

completion of works in all respect, the contractor has to supply the relevant

completion Drawings of SP/SSP/FP. The price shall inclusive of requisite number. of

copies of all working drawing, including completion drawings to the purchaser and

submit the original drawings in tracings and RTFs .All the Drawings of sectioning

posts, Sub Sectioning Post shall confirm to latest RDSO Drawings.

II) FOUNDATIONS & CABLE TRENCH

ITEM No.2: CONCRETE

ITEM NO.2(1): CONCRETE FOR FOUNDATION & TRENCH IN HARD SOIL.

ITEM NO.2(2): CONCRETE FOR FOUNDATION & TRENCH IN ROCK.

FOR ITEM NO.- 2(1) & 2(2)

The price shall cover excavation, supply and handling of all materials and

accessories, temporary arrangements for excavation in hard soil/ rocky soil requiring

chiselling/blasting and concrete/ masonry drains/ walls. Shoring wherever

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 192

necessary, casting concrete including frame work where necessary, tamping of

concrete, grouting of masts and finishing the top of concrete foundation or anchor

blocks.

The price also includes dismantling of all connected temporary arrangements, back

filling with earth and compacting the same to the required height and width as per

drawing to ensure safety of foundation, confining the exposed height of foundation

block to within 10 cm., and removal of spoil.

The Engineer in charge shall certify where use of chisel and hammer or blasting has

been necessary. The contractor shall arrange for supply of explosives and all tools

and plants for blasting operations at his own cost. The price shall also include the

cost of supply of cement.

Notes for measurement

1. The payable volume of the foundations under the above item shall be the

designed one as shown in the drawings for which the hole has been blasted,

irrespective of the actual configuration assumed by the latter due to the blasting.

2. The depth of the excavation shall be measured from the formation level to the

maximum excavated point.

3. The prices shall be same for any shape or size of concrete blocks. In calculating

the individual volume of concrete, fraction of a cubic metre beyond the third

decimal shall be rounded off to the next nearest third decimal.

4. The prices shall apply for concreting of all foundations for mast, gantries, portals,

anchor blocks for guy rods, and fencing uprights.

5. If half or more of the volume of excavation is in hard soil or rocky soil, entire

foundations shall be paid against hard soil or rocky soil respectively.

6. For purposes of computation of volume of concrete the volume of steel work

embedded in the foundation block shall be ignored.

7. For the purpose of computation of volume of concrete, the volume of concrete

shall include the volume of sand and bitumen in sand cored foundation.

However, for the purpose of computation of quantity of cement utilised in sand

core foundations, the volume of the sand and bitumen used in core hole should

be deducted from the total volume of the foundation.

8. For purposes of computation of volume of concrete, the volume of each muff for

all masts shall be taken as 0.02 cu.m. except for masts with balance weights and

for each column of portal, each head span mast, 2 or 3 track cantilever masts,

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 193

and special fabricated masts for which the volume of muff shall be taken as 0.08

cum irrespective of the size and shape of muff, on a flat basis.

9. The price under this item shall also include in cost of concrete at the switching

stations as well as embedded of drain pipes, wherever required.

10. The prices shall also cover the cost of diversion of masonry/earth drain wherever

necessary for casting of foundations.

11. a) RDSO guidelines shall be followed for grade of concrete, type of foundations

etc. Generally Concrete for foundation shall be nominal mix of Grade-M-10

and for grouting, muffing, embedding of structure in foundation concrete of M-

15 Grade as per latest RDSO guidelines shall be used.

b) In Soft/Hard rock, Foundation in contact/Buried under Non-aggressive

soil/ground water:

Foundation concrete shall be of M-15 grade and core concrete shall be of M-

20 grade.

c) In Soft/Hard rock Foundation in coastal area: Foundation as well as core

concrete shall be of M-20 grade.

12. No extra payment shall be made for foundation casted with steel reinforcement

as per RDSO drawing. Similarly, no extra payment shall be made for foundations

casted as per 11(b), (c)

ITEM NO.2(3): CONCRETE FOR FOUNDATION & TRENCH IN OTHER THAN

HARD SOIL & ROCKY SOIL.

The price shall cover excavation, supply and handling of all materials and

accessories, temporary arrangements for excavation in all types of soils and soft

rock, concrete/masonry drains/walls, shoring wherever necessary, casting concrete

including frame work wherever necessary, tamping of concrete, grouting of masts

and finishing the top of concrete foundation or anchor blocks. The price also

includes dismantling of all connected temporary arrangements, back filling with

excavated earth and compacting the same to the required height and width as per

drawing to ensure safety of foundation, confining the exposed height of foundation

block to within 10 cm., and removal of spoil. The price shall also include the cost of

supply of cement.

Note for measurement

1. The payable volume of the foundations under the above item shall be the

designed one as shown in the drawings for which the hole has been made,

irrespective of the actual configuration.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 194

2. The depth of the excavation shall be measured from the formation level to the

maximum excavated point.

3. The prices shall be calculated for the individual volume of concrete, fraction of a

cubic metre beyond the third decimal shall be rounded off to the next nearest

third decimal.

4. The prices shall apply for concreting of all foundations for mast, gantries, portals,

anchor blocks for guy rods, and fencing uprights.

5. For purposes of computation of volume of concrete, the volume of steel work

embedded in the foundation block shall be ignored.

6. For the purpose of computation of volume of concrete, the volume of concrete

shall include the volume of sand and bitumen in sand cored foundation.

However, for the purpose of computation of quantity of cement utilised in sand

core foundations, the volume of the sand and bitumen used in core hole should

be deducted from the total volume of the foundation.

7. For purposes of computation of volume of concrete, the volume of each muff for

all masts shall be taken as 0.02 cu.m. except for masts with balance weights and

for each column of portal mast, 2 or 3 track cantilever masts, and special

fabricated masts for which the volume of muff shall be taken as 0.08 cum.

irrespective of the size and shape of muff, on a flat basis.

8. The item shall also be applicable to include the concrete of equipments, at the

switching stations/traction sub-station (except building foundations) as well as

embedded drain pipes, wherever required.

9. The prices shall also cover the cost of diversion of masonry/earth drain wherever

necessary for casting of foundations.

10. (a) RDSO guidelines shall be followed for grade of concrete, type of foundations

etc. Generally concrete for foundation shall be nominal mix of Grade-M-10

and for grouting, muffing, embedding of structure in foundation concrete of

M-15 Grade as per latest RDSO guidelines shall be used.

(b) In Soft/Hard rock, Foundation in contact/Buried under Non-aggressive

soil/ground water:

Foundation concrete shall be of M-15 grade and core concrete shall be of M-

20 grade.

(c) In Soft/Hard rock Foundation in coastal area: Foundation as well as core

concrete shall be of M-20 grade.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 195

11. No extra payment shall be made for OHE foundation casted with steel

reinforcement as per RDSO drawing. Similarly, no extra payment shall be made

for foundations casted as per 10(b), (c) for nominal steel reinforcement.

2(4) REINFORCED CONCRETE FOR FOUNDATION & TRENCH

The price shall cover excavation and all reinforced concrete work for foundations

including supply of steel for reinforcement and other materials including

bending/binding, laying reinforcement, shoring and shuttering where necessary,

casting concrete including frame work where necessary, grouting and finishing the

tops of foundation blocks with the required slope/muff. The price shall include

dismantling of all connected temporary arrangements, back filling as required and

removal of soil. The price shall also cover all concrete work for cast-in-situ piles and

pedestals/columns for mounting equipment. The volume of cast-in-situ piles and

pedestals columns shall be added to the volume of foundation block for purposes of

payment. Dowel bars will not be considered as reinforcement for purpose of this

item. The price shall include the cost of cement also. Cement will not be supplied

by Railways.

Notes for measurement

1. The Concrete for cable trenches/pier/column/pile shall be nominal mix of

1:2:4(M-15 grade)

2. The prices shall be same for any shape or size of concrete blocks. In

calculating the individual volume of concrete, fraction of a cubic metre beyond

the third decimal shall be rounded off to the next nearest third decimal.

3. The prices shall apply for concreting of all foundations for mast, gantries,

portals, anchor blocks for guy rods, and fencing uprights.

4. For purposes of computation of volume of concrete the volume of steel work

embedded in the foundation block shall be ignored.

5. The price under this item shall also include the cost of concrete cable

trenches and trench covers at the switching stations/traction sub-station as

well as embodiment of drain pipe, where required.

6. The prices shall also cover the cost of diversion of masonry/earth drain

wherever necessary for casting of concrete.

7. No extra payment shall be made for required steel reinforcement.

2(5) CABLE TRENCH COVERS

The price shall cover casting cable trench covers in reinforced concrete as per

approved drawing. The cable trench covers will be casted in an angle iron frame of

angle size 40mmx40mmx5mm. The price shall include the supply of steel for

reinforcement angle iron for the frame work fabrication of angle iron frame etc. The

price shall include positioning and dressing up of the trench covers, if required. The

price shall include the cost of cement also. Cement will not be supplied by

Railways. Concrete shall be M-15 grade.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 196

2(6) REINFORCED BRICK WORK FOR BAFFLE WALL

The price shall cover excavation and construction of reinforced brick work laid in

cement mortar 1:3 mix for the baffle wall. The price shall include supply of steel

reinforcement and other materials. The price shall also include bending/binding and

laying of reinforcement, shoring, shuttering and scoff-folding arrangement, required

for the construction of brick wall and its curing. The price shall also include

dismantling of all connected temporary arrangements, back filling required and

removal soil. The price shall include the cost of cement also. Cement will not be

supplied by Railways.

2(7)PLASTERING OF BRICK WORK FOR BAFFLE WALL

The price shall cover supply and handling of all materials, scaffolding arrangements,

raking out joints, curing and finishing of plaster (12mm thickness with cement mortar

1:4 mix) on the Baffle wall. The price shall also include dismantling of all connected

temporary arrangements and removal of soil. The price shall include the cost of

cement also. Cement will not be supplied by Railways.

Note for Item No. – 2(6) & 2(7)

1. The prices under this item shall be the same for any shape or size of brick wall.

In calculating the individual volume of brick wall fraction of a cubic meter

beyond the third decimal shall be rounded off to the nearest third decimal.

2. The prices shall include cost of embedded drain pipes, conduits for cable or

earthing flats wherever necessary.

3. At each Traction substation one number Oil soak pit for main transformer and

one drain water sump for the cable trenches will be done and paid under this

item.

2(8) CHIPPING OF FOUNDATION/TRENCH FOR BAFFLE WALL

The price shall cover the required tools, plants and machinery which are required for

chipping of foundation/trench including electrical power.

NOTE: FOR ITEM NO. 2

CONCRETE:

Concrete for foundation shall be normal mix of grade M 10 obtained by mixing of

Cement, coarse aggregate, fine aggregate and water in accordance with proportion

given vide Table 9 of IS: 456-2000 including ramming by vibrator. For grouting,

Muffing, embedding of structure in foundation and for cable Trenches at Switching

station, normal mix concrete M 15 obtained by mixing materials in proportion as

indicated in Table 9 of IS: 456-2000 shall be used.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 197

(a) Concrete for foundations shall be nominal mix of following grade:

Foundation

concrete grade

Grouting and Muff

concrete grade

1 In normal soil-where concrete is

(a) in contact or buried under non-

aggressive soil/ground water

M-10 M-15

2 (b) exposed to coastal

environment

M-15 M-20

3 Soft rock with bearing capacity

45000 kg per sqm and Hard rock

with bearing capacity 90000 kg

per sqm where concrete is (a)

buried under non aggressive

soil/ground water

M-15 M-20

4 (b) exposed to coastal

environment

M-20 M-20

(b) For cable trenches at switching stations/TSS, M-15 grade concrete shall be

used.

Main Provisions of IS: 456-2000 or Latest

TABLE -9: PROPORTIONS FOR NOMINAL MIX CONCRETE (CLAUSE 9.3 AND

9.3.1)

Grade of

water

concrete

Total Quantity of dry aggregate

by mass per 50 kg. of cement,

to be taken as the sum of the

individual masses of the fine

and coarse aggregates kg max.

Proportion of

fine/coarse

aggregate (by

mass)

Quantity of

water per 50

kg. of

cement max.

1 2 3 4

Kg Generally 1:2

but subject to

an upper limit

of 1:1.5 and a

lower limit of

1:2.5

Liters

M5 800 60

M7.5 625 45

M10 480 34

M15 330 32

M20 250 30

NOTE: The proportions of the fine to coarse aggregate should be adjusted from

upper limit to lower limit progressively as the grading of the fine aggregates

becomes finer and the maximum size of coarse aggregate becomes larger. Graded

coarse aggregate shall be used.

Example:

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 198

For an average grading of the fine aggregate (that is zone II of Table 4 of IS: 383-

1970* or latest) the proportions shall be 1:1.5, 1:2 and 1:2.5 for maximum size of

aggregate 10mm, 20mm and 40 mm respectively.

* Specification for coarse and fine aggregates from natural sources for concrete

(second revision).

“Volume Batching may be allowed only where weight batching is not practicable and

provided accurate bulk densities of materials to be actually used in concrete have

earlier been established. The quantities of fine and coarse aggregate (not cement)

may be determined by volume. If the fine aggregate is moist and volume batching is

adopted. Allowance shall be made for bulking in accordance with IS: 2386 (Part-III-

1963 or latest) the mass volume relationship should be checked as frequently as

necessary, the frequency for the given job being determined by Engineer to ensure

that the grading is maintained”.

In judging the acceptability of the materials, quality of concrete and the method of

work, the Engineer will generally observe the provisions of the “ Indian Standard

Code of Practice for Plain and Reinforced Concrete, IS: 456-2000 or latest. The

crushing strength of concrete shall not be less than the limits given below (as per

IS:456-2000 or latest Table-2 Grade of Concrete):

Specified Characteristic Compressive Strength of 15 cm Cubes at 28 days

NOTE: (a) Test specimen of works tests shall be taken at the site of work

from mixture of concrete ready for pouring into the foundation

hole. All tests shall be carried out in accordance with IS: 516-

1959 or its latest version. The sample of concrete from which test

specimens are made shall be representative of the entire batch.

Crushing strength of 15cm cubes (or cube test) should be done

as per IS: 516-1959 or its latest version at 7days & 28days for

each 100cum interval.

(b) Age is reckoned from the day of casting.

SPECIFIED CHARACTERISTIC COMPRESSIVE STENGTH OF 15cm CUBES AT 28

DAYS

The indicative Compressive Strength of 15 cm Cubes at 7 days shall

normally be 67% of same value at 28 days.

SIZE AND GRADING OF AGGREGATES

The graded coarse aggregate 40 mm nominal size (table 2 of IS: 383-1970)

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 199

shall be used for foundation. A coarse aggregate for grouting, muffs, cable

trenches and embedding shall be of 20mm graded nominal size as per table

of IS: 383-1970 ( specification for coarse and fine aggregate from natural

sources for concrete).

Fine aggregate shall be graded from 10 mm downwards. The maximum size

of aggregate for under reamed pile foundation shall be 20 mm graded

nominal size. In case river sand is not available easily and nearby, quarry

dust of appropriate grading may be used without affecting strength of the

concrete and with prior approval of competent authority.

CEMENT

The cement to be used in the construction of foundations, RCC structures

shall be ordinary Portland cement of 53 grades (conforming to IS-12269) as

approved by Railway based on requirement and availability.

Cement for use in the works should be procured by the contractor from the

main producers/their authorized dealers/authorized stock yards which should

conform to BIS specifications.

Cement bags preferable in paper bag packing should bear the following

information in legible markings.

I) Manufacturer’s name.

II) Registered trade mark of manufacturer, if any,

III) Type of Cement.

IV) Weight of each bag in KGs or No. of bags/Ton

V) Date of manufacture, generally marked as week of the

year/year of manufacture, e.g. 30/08 which means 30th week of

2008.

To ensure quality control, test certificate from the manufacturers should be produced

by the contractors, which should conform to the relevant specifications (latest may

be incorporated).

III) STEEL & FIXTURES

Item no.3: Galvanized Steel Masts / Gantries / Portals / Supporting Structures

and small parts steel work.

1) SUPPLY

The price shall cover the cost of supply of individual finished traction mast fabricated

from rolled mild steel beam (BFB) 152 mm x 152mm @37.1Kg/m. designated SC-

150, table 3.1 of IS-808/1989 duly drilled as per RDSO’s Specification No.

ETI/OHE/C/00144 Mod- B or latest and galvanized as per speciation No.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 200

ETI/OHE/13(4/84) with A&C slip No. 1 to 3 or latest. The length of mast will be 9.5 or

8.5 meter as required.

The price shall also cover the cost of supply of individual traction masts and main

masts of switching stations including those for head spans of traction mast, main

mast of switching stations fabricated from Rolled Mild Steel Joist (RSJ) 203

mmX152 mm @52.0 Kg/m designation WB-200, Table 2.2 of IS- 808/1989 duly

drilled as per RDSO drawing nos. given below for various type of masts and

galvanized as per specification No. ETI/OHE/13(4/84) with A & C slip No.1 to 3 or

latest. The price shall also cover the cost of supply of any other structures fabricated

out of RSJ beam.

Drg. Nos. (i) ETI/OHE/C/0000144 Mod- 09.5 M long

(ii) ETI/C/0030 Mod-F 11.4 m (S1)

(iii) ETI/C/0031 Mod-D 11.4 m (S2)

(iv) ETI/C/0036 Mod-E 08.0 m (S4)

(v) ETI/C/0181 Mod-C 12.4 m (S6)

(vi) ETI/C/0184 Mod-B 09.4 m (S9)

The price shall also cover the cost of supply of O, N and R type portals with

necessary components as per following RDSO Drawing Nos. The prices shall also

include supply of galvanized bolts, nuts washers etc. wherever required as per

approved designs and drawings.

The structures shall be fabricated and galvanized from steel conforming to IS-2062

or ‘A’ as per concerned specification i.e. IS:2062/1984, IS-808/1989 and RDSO

specification No. ETI/OHE/13 (4/84) with A&C slip Nos 1 to 3 or latest.

(i) ETI/C/0008 Sheet No. 2 to 6 latest Mod for ‘N’ type

(ii) ETI/C/0017 Sheet No. 2 to 6 latest Mod for ‘O’ type

(iii) ETI/C/0011/69 Sheet No. 2 to 6 latest Mod for ‘R’ type

The price shall also cover the cost of supply of B-Series traction mast 9.5 m long i.e.

B-150, B-175 and B-200 etc fabricated and galvanized as per RDSO Drg No.

ETI/C/0071 (Mod-E) and specification No.ETI/OHE/13 (4/84) or latest. The price

shall also cover the supply of any other size of B-series or K-Series mast required,

that has not been mentioned in this item.

Note : For the purpose of payment, the weights of individual traction mast and

masts of head span shall be determined for each type on the basis of the payable

weight per meter length shown below for standard types, For special types, the

payable weight per meter length will be indicated by the Engineer in charge of the

work at the time of approval of designs.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 201

PAYABLE UNIT WEIGHTS FOR STANDARD MASTS

S. No. Type of masts Weight in Kg per meter

including galvanization

1 2 3

1 6"x6" BFB 38.03

2 162x154 BFB 38.00

3 200x200 BFB 51.20

4 8"x6" RSJ 53.39

5 S1 53.30

6 S3 76.40

7 S4 53.39

8 S5 111.53

9 S6 53.39

10 S7 76.40

11 S8 111.53

12 K 100 23.70

13 K 125 30.30

14 K150 38.18

15 K175 43.72

16 K200 49.87

17 K225 57.50

18 K250 66.72

19 B100 27.71

20 B125 32.47

21 B150 39.07

22 B175 44.61

23 B200 50.76

24 B225 61.50

25 B250 70.72

26 S 100 23.72

27 S101 19.98

28 Other Sections As & when issued by

RDSO/market survey etc

The price shall also cover the cost of supply of special fabricated and galvanized

steel structures (other than BFB/RSJ/’B’ Series Masts and Portals). The structure to

be supplied under this item TTC, ‘G’ Type, BFB Type portals, Bridge masts,

Emergency masts and Double/Fabricated ‘S’ Series masts such as S-3, S-5, S-7, S-

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 202

8, T-150 etc., Any other similar structure required during the execution of work shall

also be supplied under this item.

The price shall also include the cost of steel, fabrication, galvanization and supply at

site for erection. Steel shall be conforming to IS:2062 Grade ‘A’ SK 1984 (Latest),

Zinc conforming to IS:209/1997 (Latest) and galvanization to RDSO’s specification

No.ETI/OHE/13 (4/84) with ‘A’ & ‘C’ slip No. 1 to 3 or latest. The various structures

covered under this item are

S.

No

Description Drawing No Mod.

1 2 3 4

1 TTC with 5.5/8.0 mtrs boom ETI/C/0009

Sheet 2 to 5

‘B’

2 ‘G’ type Portal Up right and End Pieces ETI/C/0056 ‘C’

3 BFB Portal ETI/C/0026

Sheet 2

‘A’

4 S-7, 12.4 MTRS Length ETI/C/0182 ‘C’

5 S-8, 12.4 Mtrs Length ETI/C/0183 ‘C’

6 S-100, for LT Transformer at SWS ETI/C/0043 ‘B’

7 S-101, for Isolators inside SWS ETI/C/0180 ‘A’

8 S-3, 11.4 Mtrs ETI/C/0180 ‘C’

9 S-5, 11.4 Mtrs ETI/C/0042 ‘E’

10 T-150, for LT Supply Transformer ETI/PSI/037 ‘C’

The price shall cover cost of supply of gantries, including tower / steel tower / steel

work for feeders for traction sub-station, drop arms, standard super masts and

suspension brackets for feeders and return conductors. Dwarf masts of stub masts

for anchoring, complete with anchor plates drilled and welded in position multiple

cantilever cross arm, chairs and all other small part steel works, the erection of

which is carried out by the contractor irrespective of whether they are supplied by

purchaser/contractor. The prices shall also include supply and erection of

galvanized bolts, nuts washers etc., wherever required as per approved designs and

drawings.

The steel shall be conforming to IS-2062/1992 (latest) Gr ‘A’ SK zinc conforming to

IS-209/1992 or latest.

The price shall also cover the cost of supply of all fabricated steel work excluding

fasteners which are required to be supplied by the Contractor.

For standard fabricated steel work for which RDSO's approved drawings are

available, the weight of steel work as specified in RDSO's drawings shall be

considered for payment. However, in case the unit sectional weight of any member

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 203

indicated in RDSO's drawing is not in conformity with the unit sectional weight as per

the latest IS specification, the weight of the fabricated steel work shall be calculated

on the basis of latest IS specification and the same will be considered for payment.

For the non-standard fabricated steel work, the calculated weight to be considered

for payment under this item shall be included in the relevant drawing based on,

latest IS sectional weight at the time of submitting the designs.

NOTES :

For the purpose of payment against items, weight of structures or fabricated steel

work will be calculated according to the weight of black steel given in section books

for the lengths of various members shown in the approved drawings. There will be

no addition for increased weight due to galvanizing or painting or weld material or

reduction for holes or skew cuts.

2) & 3) ERECTION

The price shall cover the cost of erection, alignment and setting before grouting of

individual finished traction mast fabricated from rolled mild steel beam (BFB) 152

mm x 152mm @37.1Kg/m. designated SC-150, table 3.1 of IS-808/1989., individual

traction masts and main masts of switching stations including those for head spans

of traction mast, main mast of switching stations fabricated from Rolled Mild Steel

Joist (RSJ) 203 mmX152 mm @52.0 Kg/m designation WB-200, Table 2.2 of IS-

808/1989., O, N and R type portals with necessary components as per following

RDSO Drawing Nos., B-Series traction mast 9.5 m long i.e. B-150, B-175 and B-200

etc., any other size of B-series or K-Series mast required, special fabricated and

galvanized steel structures (other than BFB/RSJ/’B’ Series Masts and Portals), TTC,

‘G’ Type, BFB Type portals, Bridge masts, Emergency masts and Double/Fabricated

‘S’ Series masts such as S-3, S-5, S-7, S-8, T-150 etc, gantries, including tower /

steel tower / steel work for feeders for traction sub-station, drop arms, standard

super masts and suspension brackets for feeders and return conductors, Dwarf

masts of stub masts for anchoring, complete with anchor plates drilled and welded in

position multiple cantilever cross arm, chairs and all other small part steel works,

The price shall also cover the cost of erection of any other structures fabricated out

of RSJ beam, portals assembly of boom components.

The price shall cover assembling, adjustment and erection of all types of booms

including TTC booms and any special structures across the track, not covered under

this item.

The prices shall also include erection of galvanized bolts, nuts washers etc.

wherever required as per approved designs and drawings.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 204

The price shall also cover the cost of erection of all fabricated steel work excluding

fasteners which are required to be supplied by the Contractor.

The price shall also include the cost of repairing of platform shelters in case the

shelter is dismantled/ removed/ modified/ damaged during the course of erection of

a mast / portal at platforms.

Note:

(i) The prices for the items shall also include the cost of stenciling of location

number with enamel paint on masts/portal uprights in the manner as

directed by the Purchaser.

(ii) The price shall also include straightening of masts/portals uprights

wherever required by the purchaser and cutting of mast/portals/ upright to

suit the site condition.

(iii) The payment shall be made on the basis of the final lengths/weight of the

structures, in case the same are cut or modified as indicated above before

erection.

For standard fabricated steel work for which RDSO's approved drawings are

available, the weight of steel work as specified in RDSO's drawings shall be

considered for payment. However, in case the unit sectional weight of any member

indicated in RDSO's drawing is not in conformity with the unit sectional weight as per

the latest IS specification, the weight of the fabricated steel work shall be calculated

on the basis of latest IS specification and the same will be considered for payment.

For the non-standard fabricated steel work, the calculated weight to be considered

for payment under this item shall be included in the relevant drawing based on,

latest IS sectional weight at the time of submitting the designs.

NOTES :

1 For the purpose of payment against items, weight of structures or fabricated

steel work will be calculated according to the weight of black steel given in

section books for the lengths of various members shown in the approved

drawings. There will be no addition for increased weight due to galvanizing or

painting or weld material or reduction for holes or skew cuts.

2. For the purpose of payment, the weights of individual traction mast and

masts of head span shall be determined for each type on the basis of the

payable weight per meter length for standard types, For special types, the

payable weight per meter length will be indicated by the Engineer in charge

of the work at the time of approval of designs.

3. The rates against item shall be applicable to the erection of small part steel

works which are not covered under the various other items of work.

ITEM NO.4: FENCING PANELS 2.50 MTR. HEIGHT (ETI/PSI/121)

ITEM NO.5: FENCING UPRIGHTS

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 205

ITEM NO.6: GATES

ITEM NO.7: ANTI-CLIMBING DEVICE FOR SP/SSP/TSS.

FOR ITEM NO.- 4, 5, 6 & 7

1) SUPPLY

The price shall include supply of fencing panels and gate painted with two coats of

red oxide zinc chromate primer to IS: 2074 and finished with two coats of aluminium

paint. The prices shall also include supply of fencing upright painted with two coats

of red oxide zinc chromate primer to IS: 2074 and finished with two coats of

aluminium paint, anti-climbing devices including the cost of fasteners and the price

shall be for a meter length of the fencing panels 2.5 m height measured in the plan

view of the appropriate approved drawings.

The prices shall be on the basis of black weight of the steel with no deduction for

holes or skew cuts or no increase for weld materials.

The price shall also cover supply of an anti-climbing device consisting of galvanized

steel fixtures mounted on the fencing panels and barbered wire as per approved

design. Barbered wire provided in anti-climbing device. The price shall be per meter

length of the panel.

Fencing Panel and gate shall be manufactured with 8 SWG GI wire as per CORE

drawing no CORE/ALD/PSI/001 Mod ‘B’.

2) ERECTION

The price shall include erection of fencing panels and gate. The prices shall also

include erection of fencing upright and the price shall be for a meter length of the

fencing panels 2.5 m height measured in the plan view of the appropriate approved

drawings.

The prices shall be on the basis of black weight of the steel with no deduction for

holes or skew cuts or no increase for weld materials.

The price shall also cover erection of an anti-climbing device consisting of

galvanized steel fixtures mounted on the fencing panels and barbered wire as per

approved design. Barbered wire provided in anti-climbing device. The price shall be

per meter length of the panel.

ITEM NO.8: PAINTING OF EXISTING FENCING PANNEL, UPRIGHT & GATE.

The price shall include painting of the fixtures with two coats of red oxide zinc

chromate primer as per IS: 2074 and two finishing coats of aluminium paint as per

IS: 2339.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 206

IV) EQUIPMENTS

ITEM NO.9: 132 KV/145KV AC, 1250AMP DOUBLE POLE ISOLATORS

(MANUALLY OPERATED) AS PER RDSO SPECIFICATION NO.

ETI/PSI/122 (3/89) REV.1 (APRIL 90) OR LATEST.

1) SUPPLY

The price shall cover supply of a 132 kV Double Pole Isolator with a manually

operated mechanism complete with mounting base and all accessories required for

its operation including terminal connectors. The price shall include supply of an

enamelled number plate and padlock (Godrej Navtal 7 lever long head). The prices

shall also include the cost of supply of 132 kV solid core post insulator, operating

rod etc. for 132 kV Isolators.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing, commissioning of a 132 kV Double Pole

Isolator with a manually operated mechanism complete with mounting base and all

accessories required for its operation including terminal connectors. The price shall

include erection of an enamelled number plate and padlock (Godrej Navtal 7 lever

long head). The price shall include mounting of the Isolator and the operating rod in

position and their alignment for smooth and trouble free operation. The prices shall

also include the cost of erection of 132 kV solid core post insulator, operating rod

etc. for 132 kV Isolators.

ITEM NO.10: EARTHING BLADE ASSEMBLY FOR 132 KV/145KV AC, 1250AMP

DOUBLE POLE ISOLATORS (MANUALLY OPERATED) AS PER

RDSO SPECIFICATION NO. ETI/PSI/122 (3/89) REV.1 (APRIL 90)

OR LATEST.

1) SUPPLY

The price shall cover supply of earthing blade assembly for 132 kV Isolators. The price

shall be extra on Item 9 and applicable individually for each isolator. The earthing

blade assembly shall conform to latest RDSO/CORE Specification and shall be

purchased from RDSO/CORE valid approved source only.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of earthing blade

assembly for 132 kV Isolators. The price shall be extra on Item 9 and applicable

individually for each isolator.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 207

ITEM NO.11: 132 KV CURRENT TRANSFORMER 1200-800-400/5-5-5 AMP.

CLASS 5P/0.2/PS AS PER RDSO SPECIFICATION NO.

ETI/PSI/117 (7/88) WITH A&C SLIP NO. 1 TO 9 OR LATEST.

1) SUPPLY

The price shall cover supply of a 132 kV Current Transformer (1200-800-400/5-5-

5A) as per RDSO’s specification ETI/PSI/117 (7/88) with A&C Slip no 1 to 9

complete with all fittings and accessories including terminal connectors. It shall also

include the supply of an enamelled number plate as per the drawing

ETI/PSI/P/7528.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of a 132 kV Current

Transformer (1200-800-400/5-5-5A) as per RDSO’s specification ETI/PSI/117 (7/88)

with A&C Slip no 1 to 9 complete with all fittings and accessories including terminal

connectors. It shall also include mounting of the transformer in position, and erection

of an enamelled number plate as per the drawing ETI/PSI/P/7528.

ITEM No.12: Erection, Testing and Commissioning of Railway supplied 132 KV

Double Pole SF-6 Gas Circuit Breaker.

The price shall cover erection, testing and commissioning of 132 kV double pole SF-

6 Gas Circuit Breakers, complete with operating mechanism, all fittings and

accessories including terminal connectors. The price shall cover grouting the

supporting frame and Mechanism box on the foundation block and mounting of other

accessories in their respective places. It shall also cover the testing and

commissioning of the Circuit Breaker. The price shall also cover the erection of an

enamelled number plate. The Contractor shall make his own arrangement for filling

of the SF-6 gas and power supply required for testing purpose. All necessary tools,

equipments, instruments required for carrying out necessary checks, tests and

commissioning shall be arranged by the Contractor.

The price shall cover erection of an Interlocking Mechanism on an Isolator to permit

working of an Isolator and or earthing blade assembly in a desired sequence. The

price shall include erection of interlock for Circuit Breaker.

The 132 KV Double Pole SF-6 Gas Circuit Breaker shall confirm to RDSO

Specification No. TI/SPC/PSI/HVCB/0120 (JUNE 2014) REV.0 with A&C slip no.-

1&2 (Oct’2016) or latest.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 208

ITEM NO.13: 120 KV METAL OXIDE GAPLESS LIGHTNING ARRESTOR WITH

SURGE COUNTER AS PER RDSO SPECIFICATION NO.

ETI/PSI/137 (8/89) WITH A&C SLIP NO. 1 TO 7 OR LATEST.

1) SUPPLY

The price shall cover supply of 120kV Lightning arrestor, surge counter with leakage

current monitor complete with all fittings and accessories including terminal

connector. It shall also include supply of enamelled number plate. The 120 KV

Lightning Arrestor shall be of manufactured by any of CORE Approved Suppliers as

per RDSO Specification No. ETI/PSI/137 (8/89) with A&C slip no. 1 to 7 or with

latest amendments.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of 120kV Lightning

arrestor, surge counter with leakage current monitor complete with all fittings and

accessories including terminal connector. It shall also include mounting of the

Lightning arrestor in position and erection of enamelled number plate.

ITEM NO. 14: 132 KV SUPPORT/POST INSULATOR AS PER RDSO

SPECIFICATION NO.TI/SPC/ OHE/POST/0100 (01/2010) WITH

A&C SLIP NO.-1 OR LATEST.

1) SUPPLY

The price shall cover supply of 132 kV support insulators complete with fixing bolts,

nuts and studs, Busbar jumpers, clamps for clamping the busbar and SPS, if

required. The 132 KV Support Insulator shall be of manufactured by any of RDSO

Approved Suppliers and as per RDSO Specification No. TI/SPC/ OHE/POST/0100

(01/2010) with A&C Slip No.-1 or latest

2) ERECTION

The price shall cover erection of 132 kV support insulators complete with fixing

bolts, nuts and studs, Busbar jumpers, clamps for clamping the busbar and SPS, if

required.

ITEM NO. 15: 132 KV TERMINATION WITH DISC INSULATOR WITH ADJUSTER

AS PER RDSO DRAWING NO. ETI/PSI/0226-I OR LATEST.

1) SUPPLY

The price shall cover supply of all materials for the termination of a single ACSR

conductor (61/3.18 mm ZEBRA) strung between gantries/portals, including anchor

fittings, single clevis assembly, adjuster, anchor double straps, string of 12 nos. of

280mm (11”) Disc Insulators, strain clamps and arcing ring and other fittings to

complete the assembly. The assembly shall be of breaking strength of not less than

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 209

11500 kgf. The Disc Insulator shall be of manufactured by any of valid RDSO /

CORE Approved Suppliers as per IS: 731-1971. The other required materials shall

also confirm to the specification and shall be bought from valid approved suppliers

only.

2) ERECTION

The price shall cover erection of all materials for the termination of a single ACSR

conductor (61/3.18 mm ZEBRA) strung between gantries/portals, including anchor

fittings, single clevis assembly, adjuster, anchor double straps, string of 12 nos. of

280mm (11”) Disc Insulators, strain clamps and arcing rings and other fittings to

complete the assembly.

ITEM NO. 16: 132 KV TERMINATION WITH DISC INSULATOR WITHOUT

ADJUSTER AS PER RDSO DRAWING NO. ETI/PSI/0226-I OR

LATEST.

1) SUPPLY

The price shall cover supply of all materials for the termination of a single ACSR

conductor (61/3.18 mm ZEBRA) strung between gantries/portals, including anchor

fittings, single clevis assembly, anchor double straps, string of 12 nos. of 280mm

(11”) Disc Insulators, strain clamps and arcing ring and other fittings to complete the

assembly. The assembly shall be of breaking strength of not less than 11500 kgf.

The Disc Insulator shall be of manufactured by any of valid RDSO / CORE

Approved Suppliers as per IS: 731-1971. The other required materials shall also

confirm to the specification and shall be bought from valid approved suppliers only.

2) ERECTION

The price shall cover erection of all materials for the termination of a single ACSR

conductor (61/3.18 mm ZEBRA) strung between gantries/portals, including anchor

fittings, single clevis assembly, anchor double straps, string of 12 nos. of 280mm

(11”) Disc Insulators, strain clamps and arcing rings and other fittings to complete

the assembly.

Item No.17: Erection, Testing and Commissioning of RAILWAY SUPPLIED

132/27 KV 21.6 /30.24MVA single phase ONAN/ONAF type traction power

transformer.

The Traction Power Transformer complete with all accessories including oil (which

may be in separate drums/containers) will be handed over by the purchaser at the

sub-station premises. The contractor shall bring the transformer on to its correct

position on the foundation and erect all the accessories, check up the alignment and

make connections of HV and LV terminals to the 132 KV and 27 KV busbars. The

contractor shall carry out oil filtration and pre-commissioning tests as approved by

the purchaser and commission the transformers strictly in accordance with the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 210

instructions of the transformer manufacturer or his commissioning engineer at site to

the complete satisfaction of the purchaser. The contractor shall be held responsible

to ensure that the work is carried out to the highest standards, in accordance with

the relevant codes of practice and any special conditions/guidelines/requirements as

laid down by the manufacturer of the transformer are properly complied with

contractor shall notify the manufacturer regarding likely date of commissioning, one

month in advance, so that the manufacturer can depute his representative if so

desired by him at his own cost, for warranty obligation purposes. Notwithstanding

availability of manufacturer's representative or otherwise, it shall be contractor's

responsibility to ensure that the equipment is commissioned as per laid down

procedure. However, in case of any extra cost being incurred in this regard, due to

delay on part of the contractor the same shall be recovered from the contractor. The

contractor shall make his own arrangements for oil filtration equipment as well as

power supply required for the same. All necessary tools, equipment, instruments

required for carrying out necessary checks and tests and commissioning of the

transformer shall be arranged by the contractor.

ITEM NO.18: 42 KV METAL OXIDE GAPLESS LIGHTNING ARRESTOR WITH

SURGE COUNTER AS PER RDSO SPECIFICATION NO.

TI/SPC/PSI/MOGTLA/ 0101 (2/2015) OR LATEST.

1) SUPPLY

The price shall cover supply of 42 kV lightning arrestor complete with all fittings and

accessories as per relevant latest specification including terminal connectors. The

price shall also include supply of surge counter with leakage current monitor along

with cable (unarmored PVC insulated copper cable size 35 Sq. mm 1100 volts

grade) and all accessories. It shall include supply of enameled number plate.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of 42 kV lightning arrestor

complete with all fittings and accessories as per relevant latest specification

including terminal connectors. The cost of erection shall include proper alignment of

the lightning arrestor in position. The price shall also include erection of surge

counter with leakage current monitor along with cable (unarmored PVC insulated

copper cable size 35 Sq. mm 1100 volts grade). The surge counter shall be

mounted on the structure at a convenient height as per. Specification No.

ETI/PSI/71 revision-1(1/87), A&C slip No.1 to 7 or latest.

ITEM No.19 : Erection, Testing and Commissioning of Railway supplied 25 KV

Single Pole Vacuum Circuit Breaker (Railway Supplied).

The price shall cover erection, testing and commissioning of 25 kV Vacuum Circuit

Breaker complete with operating mechanism, all fittings, and accessories including

terminal connectors. The price shall cover grouting the supporting frame and

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 211

mechanism box on foundation block and mounting of other accessories in their

respective places. It shall also cover, testing and commissioning of the circuit

breaker. The price shall also cover the erection of an enamelled number plate. The

Contractor shall make his own arrangement for power supply required for testing

purpose. All necessary tools, equipments, instruments required for carrying out

necessary checks and tests and commissioning shall be arranged by the contractor.

The price shall also include erection of interlocks and shall be applicable individually

for each Circuit Breaker. The vacuum circuit breaker shall be as per RDSO

specification No. TI/SPC/PSI/LVCBIN/ 0120 (Dec.'2013) VER.0 with A&C Slip No.-1

(Oct’2016) or latest.

ITEM NO.20: 25 KV CURRENT TRANSFORMER 1500-750/5A AS PER RDSO

SPECIFICATION NO.ETI/PSI/90 (6/95) WITH A&C SLIP NO. 1 TO 8

OR LATEST.

1) SUPPLY

The price shall cover supply of 25 kV Current Transformer (ratio 1500-750/5A)

complete with all fittings and accessories including terminal connectors. It shall

include supply of an enamelled number plate.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of 25 kV Current

Transformer (ratio 1500-750/5A) complete with all fittings and accessories including

terminal connectors. It shall include mounting of the transformer in position and

erection of an enamelled number plate.

ITEM NO.21: 25 KV CURRENT TRANSFORMER 200-100/5 AMP. AS PER RDSO

SPECIFICATION NO.ETI/PSI/90 (6/95) WITH A&C SLIP NO. 1 TO 8

OR LATEST.

1) SUPPLY

The price shall cover supply of 25 kV Current Transformer (ratio 200-100/5A)

complete with all fittings and accessories including terminal connectors. It shall

include supply of an enamelled number plate.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of 25 kV Current

Transformer (ratio 200-100/5A) complete with all fittings and accessories including

terminal connectors. It shall include mounting of the transformer in position and

erection of an enamelled number plate.

ITEM NO.22: 25 KV NEUTRAL CURRENT TRANSFORMERS RATIO (2/1A &

5/1A) AS PER RDSO SPECIFICATION NO. ETI/PSI/90 (6/95) WITH

A&C SLIP NO. 1 TO 8 OR LATEST.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 212

1) SUPPLY

The prices shall cover supply of 25kV neutral current transformer for protection of

the capacitor bank.

2) ERECTION, TESTING & COMMISSIONING

The prices shall cover erection, testing and commissioning of 25kV neutral current

transformer for protection of the capacitor bank. The price shall also cover

connecting of the neutral current transformer with capacitor bank and control and

relay panel. It shall also cover mounting of the neutral current transformer on the

supporting frame.

ITEM NO.23: 25 KV SINGLE POLE ISOLATOR 1600 AMP WITH INSULATORS

AS PER RDSO SPECIFICATION NO. ETI/OHE/16 (1/94), REV.2,

(MAR-04) AND RDSO LETTER NO. TI/PSI/25/ISOL/POLICY/ 99,

DT.03.06.99 OR LATEST.

1) SUPPLY

The price shall cover the supply 25 kV Single Pole Isolator (1600Amp capacity)

complete with mounting base, operating rod, operating mechanism and all

accessories required for its smooth and trouble free operation. The price including

supply of solid core Post Insulator, operating rod insulator etc. Price shall also cover

supply of an enameled number plate, integral lock and a pad lock (Godrej Navtal - 7

levers long head) for each Isolator. Price shall not cover supply of Bus bar connector

required for making connection to Isolator terminal pad.

2) ERECTION UNDER NON-POWER BLOCK

3) ERECTION UNDER POWER BLOCK

The price shall cover the erection, testing, commissioning, alignment and connecting

up 25 kV Single Pole Isolator (1600Amp capacity) complete with mounting base,

operating rod, operating mechanism and all accessories required for its smooth and

trouble free operation. The price including erection of solid core Post Insulator,

operating rod insulator etc. Price shall also cover erection of an enameled number

plate, integral lock and a pad lock (Godrej Navtal - 7 levers long head) for each

Isolator. Price shall not cover erection of Bus bar connector required for making

connection to Isolator terminal pad.

ITEM NO.24: 25 KV DOUBLE POLE ISOLATOR 1600 AMP WITH INSULATORS

AS PER RDSO SPECIFICATION NO. ETI/OHE/16 (1/94), REV.2,

(MAR-04) AND RDSO LETTER NO. TI/PSI/25/ISOL/POLICY/99,

DT.03.06.99 OR LATEST.

1) SUPPLY

The price shall cover the supply 25 kV Double Pole Isolator (1600 Amp capacity)

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 213

complete with mounting base, operating rod, operating mechanism, interlock

arrangement and all accessories required for its smooth and trouble free operation.

The price including supply of solid core Post Insulator, operating rod insulator etc.

Price shall also cover supply of an enameled number plate, integral lock and a pad

lock (Godrej Navtal - 7 levers long head) for each Isolator. Price shall not cover

supply of Bus bar connector required for making connection to Isolator terminal pad.

2) ERECTION

The price shall cover the erection, testing, commissioning, alignment and connecting

of 25 kV Double Pole Isolator (1600 Amp capacity) complete with mounting base,

operating rod, operating mechanism, interlock arrangement and all accessories

required for its smooth and trouble free operation. The price including erection of

solid core Post Insulator, operating rod insulator etc. Price shall also cover erection

of an enameled number plate, integral lock and a pad lock (Godrej Navtal - 7 levers

long head) for each Isolator. Price shall not cover erection of Bus bar connector

required for making connection to Isolator terminal pad.

ITEM NO.25: Erection, Testing and Commissioning of Railway supplied 25 KV

Vacuum Interrupter.

The price shall cover erection, testing and commissioning of kV AC 50 Hz Single

Pole, Outdoor type 1600 Amp rating vacuum interrupter (with spring-spring

mechanism) complete with operating mechanism, all fittings, and accessories

including terminal connectors. The price shall cover grouting the supporting frame

and mechanism box on foundation block and mounting of other accessories in their

respective places. It shall also cover, testing and commissioning of the interrupter.

The price shall also cover the erection of an enamelled number plates. The

Contractor shall make his own arrangement for all necessary tools, equipments,

instruments, including power supply required for carrying out necessary checks,

tests and commissioning. The price shall also include erection of interlocks and shall

be applicable individually for each interrupter. The vacuum interrupter shall be as

per RDSO specification No. TI/SPC/PSI/LVCBIN/0120 (Dec.'2013) VER.0 with A&C

Slip No.-1 (Oct.’2016) or latest.

ITEM NO.26: 25 KV POTENTIAL TRANSFORMER (TYPE-I) AS PER RDSO

SPECIFICATION NO. TI/SPC/PSI/PTS/0990 WITH A & C SLIP NO.

1 TO 5 OR LATEST.

1) SUPPLY

The price shall cover the supply of 25 kV Potential transformer Type-I complete with

all fittings and accessories as per relevant latest specification, including terminal

connectors and fixing bolts. The price shall also cover the supply of an enameled

number plate and fixing bolts. The price shall not include the supply cost of any

small parts steel work. The 25 KV Potential Transformer (Type-1) shall be of

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 214

manufactured by any of RDSO Approved Suppliers and as per RDSO Specification

No. TI/SPC/PSI/PTS/0990 with A & C slip no. 1 to 5 or latest.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover the erection, testing and commissioning of 25 kV Potential

transformer Type-I complete with all fittings and accessories as per relevant latest

specification, including terminal connectors and fixing bolts. The price shall include

proper alignment of the transformer in position. The price shall also cover the

erection of an enameled number plate and fixing bolts. The price shall not include

the erection cost of any small parts steel work.

ITEM NO.27: 25 KV POTENTIAL TRANSFORMERS (TYPE-II) AS PER RDSO

SPECIFICATION NO. TI/SPC/PSI/PTS/0990 WITH A & C SLIP NO.

1 TO 5 OR LATEST.

1) SUPPLY

The price shall cover the supply of 25 kV Potential transformer Type-II complete with

all fittings and accessories as per relevant latest specification, including terminal

connectors and fixing bolts. The price shall also cover the supply of an enameled

number plate and fixing bolts. The price shall not include the supply cost of any

small parts steel work. The 25 KV Potential Transformer (Type-II) shall be of

manufactured by any of RDSO Approved Suppliers and as per RDSO Specification

No. TI/SPC/PSI/PTS/0990 with A & C slip no. 1 to 5 or latest.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover the erection, testing and commissioning of 25 kV Potential

transformer Type-II complete with all fittings and accessories as per relevant latest

specification, including terminal connectors and fixing bolts. The price shall include

proper alignment of the transformer in position. The price shall also cover the

erection of an enameled number plate and fixing bolts. The price shall not include

the erection cost of any small parts steel work.

ITEM No.28: Supply, Erection, Testing and commissioning of Numerical

control & Relay Panel incorporating numerical type protective relays suitable

for Double Transformer Traction Sub-station of 132/25 KV as per RDSO

Specification TI/SPC/PSI/PROTCT/6071 or latest duly dismantling of existing

static Control & Replay Panel including supply & erection of necessary

cables, taxes and duties and transportation.

The price shall include Supply, Erection, testing and commissioning of Control and

relay panel suitable for double transformer traction substation of 132/25 KV as per

RDSO specification No. TI/SPC/PSI/PROTCT/6071, or latest including all correction

slips in force, comprising of DC supply monitoring relay, vectorial Delta I and panto

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 215

flashover relay suitable for TSS IOL protection. The price shall include dismantling

of existing old static type control and relay panel.

The control & Relay panels should be provided with numerical relays suitable for

transformers and feeder protection, and parallel operation of transformers as per

RDSO Guidelines on protection scheme for parallel operation of transformers vide

RDSO instruction No. TI/IN/0017 (JuIy 2008). The control and relay panels should

also have all auxiliary relays required for Alarm, Nitrogen injection fire preventive

system & Trip indication / functions as specified in the guiding specification as given

below.

Provision of separate electromechanical type auxiliary relay for transformer auxiliary

trip contact multiplication.

Increase the character of LCD and provision of event log for at least 5000 latest

event.

Disturbance record of latest 100 trip events in place of 10 events.

Addition of tests to improve reliability and safety.

Provision of digital type smart energy meter on HV side.

It should also indicate Transformer Tap position and should be capable for operation

of tap changers for raising and lowering of tap.

The panel should have semaphore indicator for all circuit breakers and interrupters,

with distinct open/close status LED indicators.

It should have IocaI/ remote selector switch for all CBs/ Interrupters. It should have

control switch for opening/closing of all CBs/interrupters.

The price shall also cover the supply of portable DATA logger/Notebook/Laptop of

standard specification with suitable printer (black/white laser type of standard

specification) for monitoring of different electrical parameters.

The control and relay panel should be provided with annunciator window, indicating

various alarms trip and status of equipment, the Control and relay panel shouId be

provided with metering arrangement for indicating voltage, Transformer current and

feeders current of both the bays (Dual bays) .

The control and relay panel should be of RDSO approved make only.

The price shall also includes supply & erection of necessary cables required to

commission the new panel. The work also includes dismantlement and

disconnection of existing control and relay panel and the same should be handed

over to the SSE/PSI at respective Traction sub-stations.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 216

The responsibility of Railways in this work is only to make available a bay of TSS for

7 days for carrying out this work. All other everything, every item, T&P, testing

requirement, labour etc., are in the view of the successful tenderer to make the TSS

bay in operation again to the satisfaction of Railway Engineer.

ITEM No.29 (1, 2) : Supply, erection, testing and commissioning of Shunt

Capacitor bank of 7700 KVAR at 40 KV.

The price shall cover supply, erection testing and commissioning of 7700 KVAR at

40 KV shunt capacitor bank at Traction sub-stations, complete with capacitor unit,

internal fuses, discharge devices, rack insulator assembly, inter-connector between

units, insulators, suitable earthing lugs including terminal connectors and other

material and hardware required for satisfactory operation of the unit. It shall also

include mounting of the capacitor bank on the supporting structures and its

connecting upto other equipments. The contractor shall carryout pre-commissioning

tests as approved by the purchaser and commission the shunt capacitor bank

strictly in accordance with the instructions of the shunt capacitor bank manufacturer

or his commissioning engineer at site to the complete satisfaction of the purchaser.

The contractor shall be held responsible to ensure that the work is carried out to the

highest standards, in accordance with relevant codes of practice and any special

conditions/guidelines/requirements as laid down by the manufacturer of the shunt

capacitor bank are properly complied with. The contractor shall notify the

manufacturer regarding likely date of commissioning, one month in advance so that

the manufacturer can depute his representative, if so desired by him, at his own

cost, for warranty obligation purposes. Notwithstanding availability of manufacturer's

representative or otherwise, it shall be contractor's responsibility to ensure that the

equipment is commissioned as per laid down procedure. All necessary tools,

equipments, instruments required for carrying out necessary checks and

commissioning of the shunt capacitor bank shall be arranged by the contractor.

25kV Shunt Capacitor bank shall conform to RDSO specification No. TI/SPC/PSI/FC

& SR/0100(01/10) with latest amendments.

ITEM No.29 (3,4): Supply, Erection, Testing and Commissioning of Standard

Control & Relay Panel for Shunt Capacitor Bank along with recording facility

equipment of parameters viz., KVAH, KVARH, KWH, PF etc., including

protective relays as per latest RDSO specifications.

The price shall cover supply, erection and commissioning of control and relay panel

board with static type protective and auxiliary relays for operation of circuit breakers

to protect transformer and capacitor bank etc. The control and relay panel shall

confirm RDSO Specification TI/ SPC/ PROTCT/ 6070(9/08) or latest and procured

from RDSO/CORE approved suppliers.

It shall also include cost of wiring terminal blocks required for erection & shall

include alignment and grouting of the panel in position and all necessary

connections to bring the control board to position. It shall also include the cost of

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 217

connecting the frame of control panel to the earth bus inside the control room. The

price shall also cover supply and connection & commissioning of recording & data

log system i.e. Energy meter with communication module and wiring with software

(HPL – SOCOMEC Meter A-40) for data collection, and storing of various

parameters such as KVAH, KVARH, KWH, KVA (MD), Power Factor and for making

graphic representations, analytical statements. The above data should be visible on

the control panel by simply pressing the push buttons on the Energy meter. For

retrieving the recorded data on the Energy meter and to have print out of various

stored parameters, a hand held data logging equipment such as Laptop/Notebook of

appropriate standard specification should be supplied along with laser printer

consisting of copying, scanning, fax, and printing, by the firm complying to the latest

configuration as advised by the purchaser. Firm should also supply the latest

software like original operating system, and other application software for monitoring

of above parameters in CD/DVD format.

Item No. 30: Supply, erection, testing and commissioning of Low loss Series

Reactor suitable for 25KV shunt capacitor bank of 7700KVAR at 40KV (Losses

limited to 5KW +/-10%)

The prices shall cover supply, erection and connecting up of series reactor suitable

for 7700 KVAR at 40 KV shunt capacitor bank complete with all fittings and

accessories including connectors. It shall include mounting of the series reactor in

position. 25KV Shunt Capacitor bank equipment shall conform to RDSO

specification No.TI/SPC/PSI/FC & SR/0100(01/10) with latest amendments if any as

on date of approval for placing purchase order.

Item No.31: Auxiliary Transformer

1) Supply of 10kVA, 25kV/240 V single phase oil filled Auxialiary Transformer

as per RDSO specification no. ETI/PSI/15 (8/03) or latest.

The price shall cover the supply of 25kV/240V, 10 kVA LT supply transformer at site

and all other mounting accessories, as per the RDSO’s latest specification and

required terminal connectors on a mast or gantry. The price shall also cover supply

of an enameled number plate of approved design.

2) ERECTION, TESTING AND COMMISSIONING

The price shall cover erection, testing and commissioning of 25KV/240V 25 KVA or

10 KVA L.T. Supply Transformer complete with all fittings and accessories as per

the RDSO’s latest specification and its erection complete with terminal connectors

on a mast or gantry. The price shall include erection of 5 SWG copper jumper wire

required for connecting and also include mounting of the transformer on its

supporting structure and erection of an enameled number plate. The price shall also

cover oil filtration, testing and commissioning of the transformer. The contractor

shall make his own arrangement for oil filtration plant as well as power supply for the

same.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 218

NOTE: Contractor at his own cost shall do the replenishment of the transformer oil

on account of testing and leakages during the warranty period.

ITEM No. 32: 25 KV DROP OUT FUSE ASSEMBLY INCLUDING INSULATORS,

OPERATING POLE & FUSE LINK AS PER RDSO SPECIFICATION NO.

ETI/PSI/14 (1/86) REV.1. (APR-87) OR LATEST.

Supply: The price shall also cover supply of a DO fuse switch assembly (including

fuse carrier) complete with all mounting accessories, post/pedestal insulator for DO

fuse switch assembly. The price shall also cover supply of Operating Pole for 25kV

DO Fuse.

Erection: The price shall also cover erection, testing and commissioning of a DO

fuse switch assembly (including fuse carrier) complete with all mounting

accessories, post/pedestal insulator for DO fuse switch assembly.

ITEM NO. 33: SHORT NEUTRAL SECTION ASSEMBLY (PHASE BREAK).

1) SUPPLY

The price shall cover supply of Short Neutral Section Assembly (Phase Break)

complete, as per RDSO specification No. TI/SPC/OHE/SNS/0000. Rev-1 with A&C

slip no.-1 or latest amdt. if any. The price shall cover supply of all required materials

for erection of short neutral section assembly.

2) ERECTION (IN NPB)

3) ERECTION (IN PB)

The price shall cover erection of Short Neutral Section Assembly through proper

tools, its adjustment and commissioning for traffic.

ITEM NO. 34: 110V, 200 AH-LM (LOW MAINTENANCE) LEAD ACID BATTERIES

AS PER RDSO SPECIFICATION NO. RDSO/ PE/SPEC/TL/0040-

2003 (REV-0) WITH AMENDMENT NO.1 OR LATEST.

ITEM NO. 36: 110V, 40 AH-LM (LOW MAINTENANCE) LEAD ACID BATTERIES

AS PER RDSO SPECIFICATION NO. RDSO/ PE/SPEC/TL/0040-

2003 (REV-0) WITH AMENDMENT NO.1 OR LATEST.

FOR ITEM NO.- 34 & 36

1) SUPPLY

The price shall cover supply of 110v, 200Ah-LM/40Ah-LM lead acid battery

complete with stand and accessories as mentioned in relevant specification and a

tool board. The battery shall conform to RDSO Specification No.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 219

RDSO/PE/SPEC/TL/0040-2003 (Rev.0) with Amendment No.1 or latest. The

battery with accessories shall be procured from RDSO Approved Sources.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection of 110v, 200Ah-LM/40Ah-LM lead acid battery

complete with stand and accessories as mentioned in relevant specification and a

tool board. The price for erection shall include installation, connecting up, initial

charging and commissioning of the battery.

ITEM NO. 35: CHARGER FOR 110V, 200AH-LM (LOW MAINTENANCE) LEAD

ACID BATTERIES AS PER RDSO SPECIFICATION NO.

ETI/PSI/24 (6/81) OR LATEST.

ITEM NO. 37: CHARGER FOR 110V, 40AH-LM (LOW MAINTENANCE) LEAD

ACID BATTERIES AS PER RDSO SPECIFICATION NO. ETI/PSI/1

(6/81) OR LATEST.

FOR ITEM NO.- 35 & 37

1) SUPPLY

The price shall cover supply of charger suitable for 110V, 200Ah-LM/40Ah-LM lead acid batteries with plug for connection to 230V AC supply to the battery charger. The price shall not include supply of any cable for connecting the charger to the 110 V batteries. The battery charger shall be procured from RDSO/CORE approved Source and shall be as per latest RDSO/CORE Specification.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection of charger suitable for 110V, 200Ah-LM/40Ah-LM lead acid batteries with plug for connection to 230V AC supply to the battery charger. The price for erection shall include mounting of the charger in position and connecting it up to 230V AC distribution board, which will be provided by the purchaser in the control cubicles including the cost of connection of cables with testing and commissioning. The price shall not include erection of any cable for connecting the charger to the 110 V batteries.

ITEM NO. 38: 25 KV PEDASTIAL INSULATOR AS PER RDSO SPECIFICATION

NO.TI/SPC/OHE/INS/0070 (04/2007) WITH A&C SLIP NO.-1 & 2

OR LATEST.

1) SUPPLY OF POST INSULATOR

2) SUPPLY OF COMPONENT

The price shall cover the supply of a 25 kV solid core post insulator and its

component to support Aluminum bus bars. It shall include supply of fixing bolts,

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 220

nuts, locknuts, washers and studs etc. Busbar clamps/jumper clamps for clamping

the busbars/jumpers shall be paid under relevant Item

The 25 kV Post Insulator shall be manufactured by any of RDSO Approved Sources

and shall be as per RDSO Specification No. TI/SPC/OHE/INS/0070 (04/2007) with

A&C Slip No.-1 & 2 or latest amendment.

3) ERECTION UNDER NON-POWER BLOCK

4) ERECTION UNDER POWER BLOCK

The price shall cover the erection of a 25 kV solid core post insulator and its

component to support Aluminum bus bars. It shall also cover-erection of all

components required for the assembly including post insulator, Bus bar jumper,

clamps for clamping the bus bar and SPS, if required

ITEM NO. 39: SUPPLY OF PORCELAIN 9-TONNE INSULATORS (RI 6020-1)

(1050 MM CD) AS PER RDSO SPECIFICATION NO.

TI/SPC/OHE/INS/ 0070 (04/2007) WITH A&C SLIP NO.-1 & 2 OR

LATEST.

The price shall include supply of Porcelain 9 Ton Insulator (CD-1050mm) as per

RDSO specification no. TI/SPC/OHE/INS/ 0070 (04/2007) with A&C Slip No.-1 & 2

or latest amendment duly inspected by RITES/Railway representative deputed by

CEE/CON or Dy.CEE/CON.

Note: Before placing order for above mentioned insulators, the contractor should

obtain particulars of Insulators and necessary Inspecting agency from the

purchaser.

ITEM NO. 40: 230V AC DISTRIBUTION PANNEL AS PER RDSO

SPECIFICATION NO. ETI/PSI/29 (12/79) REV.1 (FEB-93) OR

LATEST.

1) SUPPLY

The price shall cover supply of a 230V AC distribution board in the control room.

The DB shall be of manufactured by any of CORE Approved Suppliers as per RDSO

Specification No. ETI/PSI/29 (12/79) Rev.1 (Feb’93) or with latest amendment.

2) ERECTION

The price shall cover erection of a 230V AC distribution board in the control room. It

shall include the grouting of the framework of the distribution board in position or

mounting it on the wall and necessary connections.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 221

ITEM NO. 41: 110V DC DISTRIBUTION PANNEL AS PER RDSO

SPECIFICATION NO. ETI/PSI/29 (12/79) REV.1 (FEB-93) OR

LATEST.

1) SUPPLY

The price shall also cover supply of a 110 V DC distribution board in the control

room. The DB shall be of manufactured by any of CORE Approved Suppliers as per

RDSO Specification No. ETI/PSI/29 (12/79) Rev.1 (Feb’93) or with latest

amendment.

2) ERECTION

The price shall also cover erection of a 110 V DC distribution board in the control

room. The price shall include the grouting of the frame work of the distribution board

in position or mounting it on the wall and necessary connections.

ITEM No. 42: MATERIALS FOR TERMINATION OF ALL ALUMINIUM 25KV

FEEDER/ RETURN CONDUCTOR (SINGLE SPIDER)

1) COMPONENT

The price shall cover the supply of all materials required for the termination of an

aluminium 25 KV feeder / return conductor (spider) including appropriate mast

anchor fittings, adjuster, double strap, strain clamp, fitting and other components as

necessary but excluding 9-Ton insulator assembly. All termination materials shall

conform to the relevant valid RDSO/CORE Specification and shall be bought from

RDSO/CORE Approved Suppliers only.

2) ERECTION UNDER NON-POWER BLOCK

3) ERECTION UNDER POWER BLOCK

The price shall cover the erection of all materials required for termination of an

aluminium 25 KV feeder / return conductor (spider) including appropriate mast

anchor fittings, adjuster, double strap, strain clamp, fitting and other components as

necessary. The price shall also cover the erection of all materials including 9-Ton

insulator assembly and necessary adjustments.

ITEM NO. 43: MATERIALS FOR TERMINATION OF 150 SQ. MM. HARD DRAWN

STRANDED COPPER CROSS FEEDER WIRE AS PER RDSO

DRAWING NO. ETI/OHE/G/05145-1 OR LATEST.

1) COMPONENT

The price shall cover the supply of all materials required for termination of copper

cross feeder wire (37/2.25 mm HDBC) including appropriate mast anchor fitting

(3231), 18 mm Single clevis (5040), 9-Tone adjuster (5020-2), Feeder ending

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 222

clamp (1130), double clevis (3010) and other components as necessary but

excluding 9-Ton insulator assembly. Fittings/components required for termination of

one cross feeder at both ends constitute one no.

2) ERECTION UNDER NON-POWER BLOCK

3) ERECTION UNDER POWER BLOCK

The price shall cover the erection of all materials required for termination of copper

cross feeder wire (37/2.25 mm HDBC) including appropriate mast anchor fitting

(3231), 18 mm Single clevis (5040), 9-Tone adjuster (5020-2), Feeder ending

clamp (1130), double clevis (3010) and other components as necessary. The

price shall also cover the erection of all materials including 9-Ton insulator assembly

and termination of cross feeder at either ends. Fittings/components required for

termination of one cross feeder at both ends constitute one no.

ITEM No. 44: TUBULAR AL. BUSBAR 50MM X 39MM DIA CONFIRM TO ALLOY

63401 TO IS: 5082-1998 OR LATEST AND IS: 6051-1970, IS: 2673-

2002 OR LATEST.

SUPPLY: The price shall cover supply of Aluminium tube per metre length of 50mm

X 39 mm dia to serve as bus bar or equipment to equipment bus bar

connection in the traction sub-station, wherever required. The bus bar

shall conform to Specification IS: 5082-1998, IS: 6051-1970 & IS: 2673-

2002 or latest. The other materials shall also conform to relevant IS

Specification and all the materials shall be bought from valid railway

approved suppliers only.

ERECTION: The price shall cover erection of Aluminum tube to serve as bus bar or equipment to equipment bus bar connection in the traction sub-station, wherever required. The price shall include bending, shaping and connecting /clamping of the Aluminium tube to the equipment terminals/ bus bar supports as required.

ITEM No. 45: TUBULAR AL. BUSBAR 36MM X 30.4MM DIA CONFIRM TO

ALLOY 63401 TO IS: 5082-1998 OR LATEST AND IS: 6051-1970,

IS: 2673-2002 OR LATEST.

SUPPLY: The price shall cover supply of Aluminium tube per metre length of 36mm

X 30.4 mm dia to serve as bus bar or equipment to equipment bus bar

connection in the traction sub-station, wherever required. The bus bar

shall conform to Specification IS: 5082-1998, IS: 6051-1970 & IS: 2673-

2002 or latest. The other materials shall also conform to relevant IS

Specification and all the materials shall be bought from valid railway

approved suppliers only.

ERECTION: The price shall cover erection of Aluminum tube to serve as bus bar or

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 223

equipment to equipment bus bar connection in the traction sub-station, wherever required. The price shall include bending, shaping and connecting /clamping of the Aluminium tube to the equipment terminals/ bus bar supports as required.

Note for Item no.44 & 45: For purpose of payment for these items fraction of a meter in the total length used at a sub-station shall be rounded off to the nearest meter (0.5 m and below being ignored).

ITEM NO. 46: 61/3.18 MM (28.62 MM DIA) ZEBRA ACSR CONDUCTOR

CONFORM TO IS: 398/PT. II/1996.

1) SUPPLY

The price shall cover supply per meter length of 61/3.18 mm (ZEBRA ACSR)

conductor to serve as bus bar or equipment to equipment bus bar connection in the

traction sub-station, wherever required. The ‘ZEBRA’ ACSR Conductor shall confirm

to the latest Railway Approved Specification and shall be bought from valid

approved suppliers only.

2) ERECTION

The price shall cover erection per meter length of 61/3.18 mm (ZEBRA ACSR)

conductor to serve as bus bar or equipment to equipment bus bar connection in the

traction sub-station, wherever required. The price shall include straightening,

shaping and connecting / clamping of the conductor to the equipment terminals /bus

bar supports as required.

NOTE: For purpose of payment, the length of aluminum conductor strung shall be

taken as horizontal distance between the interfaces of the gantries. The total

length used at a sub-station shall be rounded off to the nearest meter (0.5 m

and below being ignored).

ITEM NO. 47: 150 SQ. MM. HARD DRAWN STRANDED COPPER CROSS

FEEDER WIRE AS PER RDSO SPECIFICATION NO.

TI/SPC/OHE/HDCSCF/0030 OR LATEST.

1) SUPPLY

The price shall cover supply per meter length of 150 sq.mm. Cadmium Copper

Conductor to serve as Cross Feeder to connect the Catenary Wire of OHE with the

aid of Copper Jumper or wherever required. The 150 sq. mm. Copper Cross Feeder

Conductor as per RDSO Specification No. TI/SPC/OHE/ HDCSCF/ 0030 and shall

be bought from valid approved suppliers.

2) ERECTION UNDER NON-POWER BLOCK

3) ERECTION UNDER POWER BLOCK

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 224

The price shall cover erection per meter length of 150 sq.mm. Cadmium Copper

Conductor to serve as Cross Feeder to connect the Catenary Wire of OHE with the

aid of Copper Jumper or wherever required. The price shall include straightening,

shaping and connecting / clamping of the conductor to the equipment terminals /

gantry supports / masts as required. The 150 sq. mm. Copper Cross Feeder

Conductor as per RDSO Specification No. TI/SPC/OHE/ HDCSCF/0030 and shall

be bought from valid approved suppliers.

ITEM NO. 48-66: Supply & erection of busbar junctions & connectors

1) SUPPLY

The price shall cover supply of a busbar junction and connector of the type

specified, including bolts, nuts, lock nuts, washers etc. required at the junction of

bus bars. The price shall also include supply of 'Al-Cu' bimetallic strip, if required, to

be provided at the junction.

For (66) the price shall cover supply of Bus Bar Connector not specified above,

including bolts, nuts, lock nuts, washers etc. required at the junction of bus bars.

The price shall also include supply of 'Al-Cu' strip if required to be provided at the

junction.

All the Bus bar Junctions & Connectors shall confirm to relevant RI No. and shall be

bought from valid approved suppliers only.

2) ERECTION

The price shall cover erection of a busbar junction and connector of the type

specified, including bolts, nuts, lock nuts, washers etc. required at the junction of

bus bars. The price shall also include erection of 'Al-Cu' bimetallic strip, if required,

to be provided at the junction.

For (66) the price shall cover erection of Bus Bar Connector not specified above,

including bolts, nuts, lock nuts, washers etc. required at the junction of bus bars.

The price shall also include erection of 'Al-Cu' strip if required to be provided at the

junction.

ITEM NO. 67: COPPER JUMPER (50/65/105/160 SQ MM).

1) SUPPLY

The price shall cover the supply of 50sq.mm/65 sq.mm./105 sq.mm./160 sq.mm.

Cadmium Copper Jumper as per site requirement, the supply of all components and

fittings required for providing a flexible copper jumper connection, including supply

of parallel clamps, bi-metallic and Aluminium Copper (Al-Cu) strips, wherever

required and bolted type terminal connector where ever required. Length of jumper

shall be decided as per site requirement with approval of Engineer in charge of the

work.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 225

The price shall also cover supply of all materials required for connection of OHE with

cross feeder (150 sq.mm.) with the aid of copper jumper of 105 sq. mm. or 160

sq.mm.

All the materials shall confirm to relevant latest specification and shall be bought

from valid approved suppliers only.

2) ERECTION UNDER NON-POWER BLOCK

3) ERECTION UNDER POWER BLOCK

The price shall also cover the erection of the complete jumper assembly including

jumper wire. The price shall be applicable for jumper connections required for

lightening arresters, isolators etc. The price shall also cover erection of all materials

required for connection of OHE with cross feeder (150 sq.mm.) with the aid of

copper jumper of 105 sq. mm. or 160 sq.mm.

Note: - Payment for supply quantity against above item shall be made only

after erection of supplied quantity (Supplied quantity shall not be more

than erection quantity).

ITEM NO. 68: ALUMINIUM JUMPER.

1) SUPPLY

The price shall cover on a flat rate basis for the supply of an aluminium jumper

complete (Size- 19/7/1.4mm bare ¾ hard generally confirming to IS:8130:1984 or

latest) as per site requirement, with all components and fittings required for

providing jumper connection, including parallel clamps, bimetallic Al-Cu strips

wherever required, and terminal or tee clamps at either end. All the materials shall

confirm to relevant specification and shall be bought from valid approved suppliers

only. Length of jumper shall be decided as per site requirement with approval of

Engineer in charge of the work.

2) ERECTION

The price shall cover on a flat rate basis for the erection of an aluminium jumper

complete with all components and fittings required for providing jumper connection,

including parallel clamps, bimetallic Al-Cu strips wherever required, and terminal or

tee clamps at either end. The price shall be applicable for any aluminium jumper /

connections in any combination between feeders return conductors, overhead

equipment, isolators and outgoing bus bars or switching stations and booster

stations. Jumper connections for 25 kV feeders at angle tower traction sub-station

or at feeding stations will also be paid under this item.

Note: - Payment for supply quantity against above item shall be made only

after erection of supplied quantity (Supplied quantity shall not be more

than erection quantity).

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 226

ITEM NO. 69: MILD STEEL FLAT OF SIZE 75MM X 8MM

1) SUPPLY

The price shall cover supply per meter length of 75mmx8mm mild steel flat.

2) LAID BELOW GROUND LEVEL.

3) LAID EXPOSED.

The price shall cover laid per meter length of 75mmx8mm mild steel flat, buried at a

depth of 60 cm below ground level, painted all around with two coats of painting with

red oxide and two coats of colour grass green shade-218 of IS:5 passing through

cable trench or exposed above ground level. The price shall also cover connections

of the steel flats to the earth electrodes to constitute the main earth ring and to the

earthed terminals of the various equipments as required.

ITEM NO. 70: MILD STEEL FLAT OF SIZE 50MM X 6MM

1) SUPPLY

The price shall cover supply per meter length of 50mmX6mm mild steel flat.

2) LAID BELOW GROUND LEVEL.

3) LAID EXPOSED.

The price shall cover laid per meter length of 50mmX6mm mild steel flat, buried at a

depth of 60 cm below ground level, painted all around with two coats of painting with

red oxide and two coats of colour grass green shade-218 of IS:5 passing through

cable trench or exposed above ground level. The price shall also cover connections

of the steel flats to the earth electrodes to constitute the main earth ring and to the

steel structures and metallic frame work/terminals of various outdoor equipments as

required.

ITEM No. 71: SUPPLY & INSTALLATION OF EARTH PIT COVERS

The price shall cover supply and placing of protective concrete box with removable

cover for existing earth electrodes as per RDSO Drawing No. ETI/PSI/222 (Mod.’A’)

and with latest amendment. The price shall include painting the earth value

particulars on the box.

ITEM NO. 72: EARTH ELECTRODE AS PER RDSO DRAWING NO. ETI/PSI/222

REV-A OR LATEST

1) SUPPLY

The price shall cover supply of an earth electrode as per RDSO Drawing No.

ETI/PSI/222 Rev-A and with latest amendment. The earth electrode shall be bought

from valid approve suppliers only. The price shall be inclusive of supply of concrete

box with cover for this item.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 227

2) ERECTION

The price shall cover erection of an earth electrode as per RDSO Drawing No.

ETI/PSI/222 Rev-A and with latest amendment. The price shall cover the erection of

a protective concrete box with removable cover as shown in the drawing. The price

also includes filing with charcoal and salt layers in the embedded portion as per the

standard drawing No. ETI/PSI/222 Rev-A and specifications. The price shall also

include the testing of earth value and painting the particulars on the box.

ITEM NO. 73: 25MM X 3MM COPPER STRIPS FOR EQUIPMENT EARTHING

CONFORM TO IS: 1897/ 1983 OR LATEST.

1) SUPPLY

The price shall cover supply of 25mm x 3mm copper strips to connect the earth

terminals of equipment like potential transformers, lightning arrestor, and LT supply

transformers to the main masts of the gantries on which they are mounted. The

materials shall conform to the relevant specifications and shall be bought from valid

approved suppliers only.

2) ERECTION

The price shall cover erection of 25mm x 3mm copper strips to connect the earth

terminals of equipment like potential transformers, lightning arrestor, and LT supply

transformers to the main masts of the gantries on which they are mounted. The

price shall also cover all fastenings required for fixing the copper strip along any

structure member of the gantry.

ITEM NO. 74: SUPPLY & ERECTION OF 8 SWG G.I WIRE FOR EARTHING.

The price shall cover supply shaping and erection of 8 SWG G.I wire per metre used

for earthing of control panels, LT, AC and DC distribution boards, battery chargers,

etc. at sub-station control rooms. The requirement of fencing panel earthing to the

nearest fencing upright shall also be included and paid for under this item.

TEM NO. 75: 32MM DIAMETER ROUND MS RODS CONFIRMING TO IS NO.

2062[2011] 7TH REV. AMENDMENT NO.1 OR LATEST, GRADE E-

250, QUALITY-A FOR EARTH MAT.

1) SUPPLY

The price shall cover supply per meter length of bare mild steel rod of dia 32mm to

be buried at a depth of 60cm, below the ground level to form the earthing grid &

connected to earth electrodes.

2) ERECTION

The price shall cover erection per meter length of bare mild steel rod of dia 32mm to

be buried at a depth of 60cm, below the ground level to form the earthing grid &

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 228

connected to earth electrodes. The price shall also cover jointing of the MS. rods to

form earthing grid and connection to MS flats for system earthing.

NOTE FOR ITEM No.- 69,70, 73, 74 and 75:

For the purposes of payment, fraction of a meter in the total length of earth lead of

each type used at a substation shall be rounded off to the nearest metre (0.5m and

below being ignored). Payment for supply quantity against above item shall be

made only after erection of supplied quantity (Supplied quantity shall not be

more than erection quantity).

ITEM NO. 76: SUPPLY AND ERECTION OF 19/2.5 MM GALVANIZED STEEL

STRANDED EARTH SCREEN WIRES AS PER RDSO

SPECIFICATION NO. ETI/OHE/ 36 (12/73) WITH A&C SLIP NO.-1

OR LATEST INCLUDING TERMINATING MATERIALS AS PER

RDSO DRAWING NO. ETI/ PSI/0225.

The price shall cover supply & Erection of per meter length of 19/2.5mm (70

Kg/mm2) galvanized steel stranded wire. It shall include the supply & erection of

suitable terminations using strain clamps adjuster etc. It shall also include

connecting by means of suitable terminal spades, the end of the earth screen wire to

the main members of the columns of portals gantries across which these wires are

strung or to 50mmx6mm MS. flat earth leads. For purposes of payment the clear

span between the structures on which earth wire is run shall be adopted. The clear

span will be rounded off to the nearest meter (0.5m and below being ignored).

ITEM No. 77: 2.5 sq.mm 13 Core copper cable for Circuit Breakers and

Interrupter Control & Indication Circuit

1) SUPPLY

The price shall cover supply per meter length of a PVC 1100 V grade 2.5 sq. mm.

(copper conductor) 13 core cable (confirm to IS: 1554/pt.I/1988 or latest) from each

circuit breaker and interrupter to the control and relay board.

2) LAYING

The price shall cover laying per meter length of a PVC 1100 V grade 2.5 sq. mm.

(copper conductor) 13 core cable (confirm to IS: 1554/pt.I/1988 or latest) from each

circuit breaker and interrupter to the control and relay board.

ITEM NO. 78: 2.5 SQ MM 10 CORE COPPER CABLES CONFORM TO IS:

1554/PT.I/1988.

1) SUPPLY

The price shall cover supply per meter length of a PVC 1100 V grade 2.5 sq. mm.

(copper conductor) 10 core cable(confirm to IS: 1554/pt.I/1988 or latest) from the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 229

Marshalling Box of each 132/25 kV Traction Transformer to the Control and Relay

Board for Transformer alarm/ trip circuits and tap changer control/ Interrupter

Control & Indication / Circuit Breaker Control & Indication etc.

2) LAYING

The price shall cover laying per meter length of a PVC 1100 V grade 2.5 sq. mm.

(copper conductor) 10 core cable from the Marshalling Box of each 132/25 kV

Traction Transformer to the Control and Relay Board for Transformer alarm/ trip

circuits and tap changer control/ Interrupter Control & Indication / Circuit Breaker

Control & Indication etc.

ITEM NO.79: 4 SQ MM 4 CORE COPPER CABLES CONFORM TO IS:

1554/PT.I/1988.

1) SUPPLY

The Price shall cover supply per metre length of PVC 1100 V grade 4 sq. mm.

(copper conductor) 4 core cable (confirm to IS: 1554/pt.I/1988 or latest) from each

132/25 KV transformer to the control and relay board and from battery charger and

battery to DC distribution board for transformer bushing C.T. Circuits and 110V DC

Circuits etc.

2) LAYING

The Price shall cover laying per metre length of PVC 1100 V grade 4 sq.mm.

(copper conductor) 4 core cable from each 132/25 KV transformer to the control and

relay board and from battery charger and battery to DC distribution board for

transformer bushing C.T. Circuits and 110V DC Circuits etc.

ITEM NO. 80: 4 SQ MM 2 CORE COPPER CABLES CONFORM TO IS:

1554/PT.I/1988.

1) SUPPLY

The price shall cover supply per meter length of PVC 1100 V grade 4 sq. mm.

(copper conductor) 2 core cable(confirm to IS: 1554/pt.I/1988 or latest) from each

current transformer to the control and relay board, from 110 V DC distribution board

to the control and Relay Board and from 240 V A.C. LT distribution board to Battery

Charger for Current Transformer Circuits, 110V DC and 240V AC Supply Circuits

etc.

2) LAYING

The price shall cover laying per meter length of PVC 1100 V grade 4 sq. mm.

(copper conductor) 2 core cable from each current transformer to the control and

relay board, from 110 V DC distribution board to the control and Relay Board and

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 230

from 240 V A.C. LT distribution board to Battery Charger for Current Transformer

Circuits, 110V DC and 240V AC Supply Circuits etc.

ITEM NO. 81: 2.5 SQ MM 2 CORE COPPER CABLES CONFORM TO IS:

1554/PT.I/1988.

1) SUPPLY

The price shall cover supply per meter length of PVC 1100 V grade 2.5 sq. mm.

(Copper conductor) 2 core cable (confirm to IS: 1554/pt.I/1988 or latest) from each

potential transformer to the control and Relay Board, and from 240 V AC LT

distribution board to control and relay board for Potential Transformer Circuits, 240V

AC Supply Circuits etc.

2) LAYING

The price shall cover laying per meter length of PVC 1100 V grade 2.5 sq. mm.

(Copper conductor) 2 core cable from each potential transformer to the control and

Relay Board, and from 240 V AC LT distribution board to control and relay board for

Potential Transformer Circuits, 240V AC Supply Circuits etc.

ITEM NO. 82: 4 SQ MM 2 CORE ALUMINIUM CABLES CONFORM TO IS:

1554/PT.I/1988.

1) SUPPLY

The price shall cover supply per meter length of 1100 V grade PVC insulated heavy

duty 2 core 4 sq.mm. aluminium conductor cable(confirm to IS: 1554/pt.I/1988 or

latest) for space heater provided in control cabinets of various equipments and

control panel / control board, for 240V Heater Circuits etc.

2) LAYING

The price shall cover laying per meter length of 1100 V grade PVC insulated heavy

duty 2 core 4 sq.mm. aluminium conductor cable for space heater provided in

control cabinets of various equipments and control panel / control board, for 240V

Heater Circuits etc.

ITEM NO. 83: 70 SQ MM 2 CORE XLPE INSULATED PVC SHEATHED,

ALUMINIUM CONDUCTOR ARMOURED ELECTRIC POWER

CABLE WORKING VOLTAGE UP TO AND INCLUDING 1100

VOLTS CONFORM TO IS: 7098/PT.I/ 1988.

1) SUPPLY

The price shall cover supply per meter length of an 1100 V grade XLPE 70 sq.mm.

aluminium conductor 2 core armoured cable from LT supply transformer to the LT

AC distribution board.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 231

2) LAYING

The price shall cover laying per meter length of an 1100 V grade XLPE 70 sq.mm.

aluminium conductor 2 core armoured cable from LT supply transformer to the LT

AC distribution board.

NOTES FOR ITEM No.77 TO 83,111 & 113:

1. All the PVC Power & Control Cables shall be bought from any of CORE/RDSO

approved suppliers.

2. The price for erection of cables shall include cable boxes, metallic glands,

identification labels, terminal connectors, copper lugs and leading inducts or

pipes as required.

3. The price for erection shall include connecting of the cable at either end. It shall

also include clamping of the cable on steel supports fixed in the trenches, on the

structures, on the frame work of the equipment or on the wall of the control room

as required.

4. For purposes of payment, fraction of a meter in total length of cables of each

type used in a sub-station shall be rounded off to the nearest meter (0.5 m or

below being ignored).

5. Payment for supply quantity against above item shall be made only after

erection of supplied quantity (Supplied quantity shall not be more than

erection quantity).

ITEM No. 84: SUPPLY & ERECTION OF FUSE BOX FOR HEATER CABLE 4

WAY

The price shall cover supply and erection of a 15 A, 230 V AC iron clad fuse box on

the wall inside the remote control cubicle, for heater supply of interrupters. The fuse

box shall contain four fuse carriers and bases. The fuse box shall be earthed with

the help of 8 SWG GI Wire. The materials shall conform to the relevant

specifications and shall be bought from valid approved suppliers only.

ITEM No. 85: SUPPLY & ERECTION OF 15A 2 WAY FUSE BOX

The price shall cover supply and erection of a 15 A, 230 V AC iron clad two-way

fuse box on the wall inside the remote control cubicle. The fuse box shall contain

with two fuse carriers and bases. The fuse box shall be earthed with the help of 8

SWG GI Wire. The materials shall conform to the relevant specifications and shall

be bought from valid approved suppliers only.

ITEM No. 86: SUPPLY & ERECTION OF MAIN SWITCH TWO CUTOUTS AND

IRON CLAD BOX 63 A.

The price shall covers supply and installation of distribution board with suitable

cutouts and iron clad box of 63 A. The main switch is of approved quality ISI make

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 232

63 A capacities. The material shall be manufactured after the approval of

Dy.CEE/C/VSKP

ITEM NO. 87: TERMINAL BOARD IN CONTROL CUBICLE AS PER RDSO

DRAWING NO. ETI/PSI/501, MOD-C OR LATEST.

1) SUPPLY

The price shall cover supply of a wall mounted terminal board made up of teak wood

containing six numbers or more of two way terminal blocks as required for

connecting cables from the outdoor equipments of a Sectioning Post/Sub sectioning

post as per RDSO drawing NO. ETI/PSI/501, Mod-C or latest. The materials shall

conform to the relevant specifications.

2) ERECTION

The price shall cover erection of a wall mounted terminal board made up of teak

wood containing six numbers or more of two way terminal blocks as required for

connecting cables from the outdoor equipments of a Sectioning Post/Sub sectioning

post as per approved drawings.

ITEM No. 88: NAME BOARD

1) SUPPLY

The price shall cover supply of name board required for fixing at TSSs/SPs/SSPs.

The name board shall be made with 3 mm thick sheet steel. The minimum

dimensions of board shall be 1500 mm x 750 mm duly painted with two coats of red

oxide paint followed by approved colour of enamel paint of two coats. The colour,

size and text of the board shall be as per the approved RDSO Specification no.

ETI/OHE/33(8/85) or latest.

2) ERECTION

The price shall cover erection of name board for fixing at TSSs/SPs/SSPs along with

supply of required fasteners.

ITEM NO. 89: SCHEMATIC/ SECTIONING DIAGRAM BOARD.

1) SUPPLY

The price shall cover supply of sectioning diagram board as per approved design

along with fasteners for erection as per requirement at Station, Depot, SP, SSP,

TSS, TPC and Section Controller. The board shall be of thickness of 12 mm ply with

sunmica top having proper dimension for clear visibility. The wooden board shall

surround with aluminium beading and provision for fixing on the wall. The drawing

should be of computerized printing pasted on self-adhesive vinyl.

2) ERECTION

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 233

The price shall cover erection of sectioning diagram board along with fasteners as

per requirement at Station, Depot, SP, SSP, TSS, TPC and Section Controller.

ITEM NO. 90: STANDARD FIRST AID BOX WITH MEDICAL KITS

1) SUPPLY

The price shall cover supply of First Aid box made of Aluminum sheet of size

350mmx200mmx150mm size and 20 gauge thick sheet filled with all required First

Aid medicine and a Register / Dairy and locking arrangement. However, the first aid

medicine to be kept in the box shall be certified by the Railway Doctor.

2) ERECTION

The price also includes erection of First Aid box with required fasteners at the

locations specified by the Engineer in charge of the work.

ITEM NO. 91: SHOCK TREATMENT CHART

1) SUPPLY

The price shall cover supply of shock treatment chart of size 900mmx 600mmx 8mm

made of colour photo paper printed with chemical lamination as per relevant

specification duly written instruction in English, Hindi and local language with all

columns filled in. The price shall cover supply of the required fixture/ fasteners for

mounting on wall at the control cubicle/ station wherever required as directed by the

Engineer in charge of the work.

2) ERECTION

The price shall cover erection of shock treatment chart along with required fixture/

fasteners for mounting on wall at the control cubicle/ station wherever required as

directed by the Engineer in charge of the work.

ITEM NO. 92: FIRE BUCKET STAND WITH 4 OR 6 NOS. FIRE BUCKETS AS

PER REQUIREMENT AND LOCKING ARRANGEMENT.

1) SUPPLY

The price shall cover supply of fire bucket stand of approved specification. The price

also covers supply of 4 or 6 Nos. of fire buckets as per requirement (Generally in

TSS – 6 Nos. & in SP/SSP – 4 Nos.) confirming to IS:2546/1979 or latest. The fire

bucket stand and buckets shall have provision of locking arrangement. All the

materials shall be as per relevant IS Specification.

2) ERECTION

The price shall cover erection of fire bucket stand of approved specification. The

price also includes erection of fire bucket stand and positioning of fire buckets along

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 234

with first filling of sand. The price also covers casting of foundation for erection of

fire bucket stand. The fire buckets stand and buckets shall be duly coloured with two

coats of red oxide primer paint followed by two coats of red enamel paint.

ITEM NO. 93: PUBLIC CAUTION BOARDS/STAFF CAUTION BOARDS

1) SUPPLY

The price shall include supply of Public caution boards/staff caution Boards of

approved design in Hindi, Local language and English for erection at station

platforms, FOBs and other locations specified by the Engineer in charge of the work.

The price shall also cover supply of fasteners for erection of Public caution

boards/staff caution Boards as per the requirement of the Engineer in charge of the

work. The materials shall conform to the relevant specifications and shall be bought

from valid approved suppliers only.

2) ERECTION

The price shall include erection of Public caution boards/staff caution Boards along

with required fasteners at station platforms, FOBs and other locations specified by

the Engineer in charge of the work.

ITEM NO. 94: 25KV DANGER BOARDS/132KV DANGER BOARDS

1) SUPPLY

The price shall cover supply of 25kV Danger Boards/132kV Danger Boards in Hindi,

English and Local language to be mounted on OHE structure or wall or fencing, with

necessary fasteners etc. The price shall cover supply of necessary fasteners for

erection of Danger Board as per the instruction of the Engineer in charge of the

work. The materials shall conform to the relevant specifications and shall be bought

from valid approved suppliers only.

2) ERECTION

The price shall cover erection of danger Board to be mounted on OHE structure or

wall or fencing, with necessary fasteners etc.

ITEM NO. 95: PROTECTED AREA BOARDS

1) SUPPLY

The price shall cover supply of Protected Area Board in Hindi, English and local

language to be mounted on OHE structure or wall or fencing, with necessary

fasteners etc. as per the approved Drawing. The Protected Area Board shall be

made with 3 mm thick steel sheet painted with two coats of red oxide paint followed

by approved colour of enamel paint of two coats. The colour, size and text of the

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 235

board shall be as per the relevant specifications. The materials shall conform to the

relevant specifications and shall be bought from valid approved suppliers only.

2) ERECTION

The price shall cover erection of Protected Area Board with necessary fittings and

fasteners as per the instruction of the Engineer in charge of the work.

ITEM NO.96: RETRO REFLECTIVE WARNING BOARD FOR NEUTRAL

SECTION (500 M / 250 M / DJ OPEN / DJ CLOSE) INCLUDING

FIXING ARRANGEMENT.

1) SUPPLY

The price shall cover supply of caution board for neutral section (500 M / 250 M / DJ

OPEN / DJ CLOSE) with necessary fittings and fasteners to be fixed on OHE

structure / mast as per the approved drawing. The materials shall conform to the

relevant specifications and shall be bought from valid approved suppliers only.

2) ERECTION

The price shall cover erection of caution board for neutral section (500 M / 250 M /

DJ OPEN / DJ CLOSE) with necessary fasteners on OHE mast/structures as per the

instructions of the Engineer in charge.

ITEM NO. 97: NUMBER PLATE FOR EQUIPMENTS

1) SUPPLY

The price shall include supply of enamelled number plates of equipments of TSS

/SP/SSP, AT & Isolators of size as per latest RDSO Drawing. The price will also

include the cost of clamp & fasteners and drilling work required for fixation of the

number plate at required location.

2) ERECTION

The price shall include erection of enamelled number plates of equipments of TSS

/SP/SSP, AT & Isolators.

ITEM NO. 98: SUPPLY & ERECTION OF KEY BOX WOODEN WITH

SUNMICA TOP HANGING AND PROVISION OF LOCKING,

SIZE 15"X10"X4½", 12MM THICK PLY, 6MM PLY ON FRONT

AND 9"X6"X4 MM SIZE GLASS ON FRONT.

The price shall include supply and erection of Key box wooden with sunmica top

hanging and provision of locking, size 15"X10"X4½", 12mm thick ply, 6mm ply on

front and 9"X6"X4 mm size glass on front at the required location.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 236

ITEM NO. 99: SUPPLY & ERECTION OF KEY BOX WOODEN WITH

SUNMICA TOP HANGING AND PROVISION OF LOCKING,

SIZE 18"X16"X4½", 12MM THICK PLY, 6MM PLY ON FRONT

AND 14"X11"X4 MM SIZE GLASS ON FRONT.

The price shall include supply and erection of Key box wooden with sunmica top

hanging and provision of locking, size 18"X16"X4½", 12mm thick ply, 6mm ply on

front and 14"X11"X4 mm size glass on front at the required location.

ITEM No. 100: Supply & erection of Powder with ammonium phosphate as per

IS 13849, discharge time 20-25 second, jet length 4-5m, complete mounted

bracket & nylon branded Hose Pipe.

The price shall include supply and erection i.e. mounting of Powder with ammonium

phosphate as per IS 13849, discharge time 20-25 second, jet length 4-5m, complete

mounted bracket & nylon branded Hose Pipe at the required location.

ITEM No.101: Supply & testing of Rubber insulated gloves seamless type, for

test voltage 25000V five fingers size 355mm as per latest IS-4770-1991. Test

certificate to be provided (gloves must be marked test voltage 25000 V

working Voltage 17000V manufacture name, month & year of manufacture.

The price shall include supply & testing of Rubber insulated gloves seamless type,

for test voltage 25000V five fingers size 355mm as per latest IS-4770-1991. Test

certificate to be provided (gloves must be marked test voltage 25000 V working

Voltage 17000V manufacture name, month & year of manufacture should be

indicated).

ITEM NO. 102: BALLAST/GRAVEL.

1) SUPPLY

The price shall be per cu. m. rate and shall cover supply of uniformly graded

gravel/ballast of size 20/25 mm in the outdoor switch yard. The gravel/ballast shall

be of good quality and free from any dust and dirt. Prior approval for ballast shall be

taken from the purchaser for the gravel samples. Payment will be made to the

volume of ballast measured before spreading.

2) SPREADING

The price shall be per cu. m. rate and shall cover spreading in the outdoor switch

yard after completing all the works and levelling the switch yard area, but before

commissioning of the sub-station. The gravel/ballast shall be spread out uniformly

on the existing ballast layer already available at switch yard of TSS or in the

Proposed Switch Yard of SP/SSP, to a total depth of 10 cm over the area indicated

by the engineer at site.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 237

ITEM NO. 103: SUPPLY AND INSTALLATION OF RDSO APPROVED HIGH

PRODUCTIVITY FASTENERS (RAIL CONTACT SYSTEM) FOR

FIXING OF OHE BONDS COMPRISING OF FOLLOWING 1)M-12 STAINLESS STEEL BOLT

2)M-12 STAINLESS STEEL PLAIN & LOCK WASHER (SPRING STEEL)

3)M-12 STAINLESS STEEL NUT

The price shall cover supply and installation of RDSO approved high productivity

fasteners as per SMI No. TI/SMI/0032 Rev-1, to provide separate earthing stations

at TSS/SP/SSPs. The work shall be executed in accordance with RDSO SMI No.

TI/SMI/0032 Rev-1 and letter No. TI/PSI/Earthing/Policy/14 Dt: 01-04-2014. One

set comprises of

1) M-12 Stainless steel bolt – 4 Nos.

2) M-12 stainless steel Plain & Lock Washer (Spring Steel) – 4 Nos. Each

3) M-12 Stainless steel nut – 4 Nos.

ITEM No.104 : SUPPLY AND ERECTION OF GALVANIZED NUT - BOLT

WASHER (PLAIN & SPRING TYPE WITH CHECK NUT ETC.)

The price shall cover supply and erection of galvanized nut - bolt washer including

drilling of requisite size of holes (plain & spring type with check nut etc.). The

material and sizes has to be as per SMI No. TI/SMI/0032 Rev-1.

ITEM NO. 105: EXCAVATION AND REFILLING OF SOIL FOR BURRIED RAIL

CONNECTION.

The price shall cover excavation of 0.6 Mtr X 15 Mtr X 1 Mtr (WxLxD) size pit for

providing buried rail for earthing system. Two separate buried rails shall be

provided for UP & DN lines at each SP/SSP. The soil around buried rail will be

treated by providing charcoal & salt. The work shall be executed in accordance with

SMI No. TI/SMI/0032 Ref-1.

ITEM NO. 106: TRANSPORTATION & ERECTION OF 13M LONG BURRIED

RAIL.

The price shall cover loading, unloading & transportation of released rails (Railway

Supplied) from nearest available location for execution of work to work site. The

price shall also cover arrangement of vehicle, manpower, tools & tackles for loading,

unloading & transportation of released rails. The price shall cover erection of 13 Mtr.

(52/60Kg.) buried rail. The buried rail erection will be as per Drg. No. ETI/PSI/0212-1

or latest.

ITEM NO. 107: SUPPLY AND ERECTION OF GALVANIZED IRON FLAT

75MMX8MM SIZE.

The price shall cover supply & erection of 75 mm X 8 mm GI flat required for

earthing. The price shall also cover erection of GI flat laid in the ground at depth of

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 238

one metre/ exposed as per requirement, including fabrication, cutting, bending,

welding & drilling etc. The erection will be as per Drg. No. ETI/PSI/0212-1 and SMI

No. TI/SMI/0032 Rev-1.

ITEM NO. 108: SUPPLY AND ERECTION OF 20MM DIA COPPER RIVETS.

The price shall cover supply & erection of 20mm dia Copper rivet for connection of

75mmx8mm flat to buried rail. The price shall also cover drilling of 19mm dia hole in

the buried rail & pressing of rivet in rail with help of suitable bond press machine.

ITEM NO. 109: SUPPLY AND INSTALLATION OF HIGHER PRODUCTIVITY

FASTENERS (RAIL CONTACT SYSTEM WITH TIN PLATED

COPPER BUSH ATTACHMENT) FOR FIXING OF TRACTION

BOND AS PER RDSO SPECIFICATION NO.

TI/PSI/PROTECT/FAILURE/12.

The price shall cover supply and installation of higher productivity fasteners (rail

contact system with tin plated copper bush attachment) for fixing of traction bond as

per RDSO specification no. TI/PSI/ PROTECT/ FAILURE/12. The price shall also

cover drilling of holes for fixing of the above fasteners.

Note : All tools & tackles required for execution of work shall be arranged by

the Contractors at his own cost.

ITEM NO. 110: DISMANTLING OF EXISTING EQUIPMENT/ INSTALLATION

(UNDER NON-POWER BLOCK / POWER BLOCK) AND THEIR

TRANSPORTATION TO RAILWAY DEPOT.

The price shall cover dismantling of the existing equipments along with accessories

under Non-Power Block or Power Block as the case may be, as per the site

conditions, under the Item Nos. 110(1) to 110(28). The price is inclusive of

transporting all the equipments / released materials with accessories. If any loss /

damage are occurred to the equipments during dismantling, loading, transportation

& unloading, the same shall be borne by the contractor. All the dismantled

equipment / materials shall be handed over to the purchaser’s stores depot and or

any other depot as per the advice of the Railway’s Engineer-in-charge. The price

shall also cover includes the labour charges, tools and plants required for

dismantling works.

For 110(25) the price shall cover all the cost of dismantling of complete old traction

power transformer of any capacity with oil including its associated items like HV and

LV bushing, radiator, cooling fans etc and shifting them at desired vacant place in

the substation in correct position as directed by Engineer in charge at site. The cost

including provision of track up to required length if required at site (Rail, Sleeper,

clips will be supplied by Railway). Price includes required tools, tackles and road

crane required for the work etc.

PSI works between Silakjhori - Kirandul on KK line

VSKP-EL-C-RT-109E Page 239

ITEM NO. 111: 2.5 SQ MM 7 CORE COPPER CABLES CONFORM TO IS:

1554/PT.I/1988.

1) SUPPLY

The price shall cover supply per meter length of a PVC 1100 V grade 2.5 sq. mm.

(copper conductor) 7 core cable(confirm to IS: 1554/pt.I/1988 or latest) from

Interrupter/ Circuit Breaker to the Control and Relay Board for control/ Interrupter

Control & Indication / Circuit Breaker Control & Indication etc.

2) LAYING

The price shall cover laying per meter length of a PVC 1100 V grade 2.5 sq. mm.

(copper conductor) 7 core cable from Interrupter/ Circuit Breaker to the Control and

Relay Board for control/ Interrupter Control & Indication / Circuit Breaker Control &

Indication etc.

ITEM No.112: Supply of rubber mat of size 1meter x 2 meter and of thickness 1

inch.

The Rubber mat be supplied as per specification approved by Railways for use at

Traction installations.

ITEM NO. 113: 185 SQ MM 2 CORE XLPE INSULATED PVC SHEATHED,

ALUMINIUM CONDUCTOR ARMOURED ELECTRIC POWER

CABLE WORKING VOLTAGE UP TO AND INCLUDING 1100

VOLTS CONFORM TO IS: 7098/PT.I/ 1988.

1) SUPPLY

The price shall cover supply per meter length of an 1100 V grade XLPE 185 sq.mm.

aluminium conductor 2 core armoured cable from LT supply transformer to the LT

AC distribution board and from there to 132/25 kV Traction Transformer for

extending LT supply to blower fans.

2) LAYING

The price shall cover laying per meter length of an 1100 V grade XLPE 185 sq.mm.

aluminium conductor 2 core armoured cable from LT supply transformer to the LT

AC distribution board and from there to 132/25 kV Traction Transformer for

extending LT supply to blower fans.

Abbreviation

PB - Power Block.

NPB - Non Power Block.

**********