National Competitive Bidding (NCB)

224
मुंबई रे लवे िवकास कॉरपोरेशन ि. MUMBAI RAILWAY VIKAS CORPORATION LTD. (रे ल मंũालय, भारत सरकार का उपŢम( (A PSU OF GOVT. OF INDIA, MINISTRY OF RAILWAYS) National Competitive Bidding (NCB) for Design, Supply of materials, Excavation of trenches, Laying of cables, Installation, Testing & Commissioning of outdoor and indoor equipments of PIS, UTS, PA System and Train Indicators etc. in connection with construction of FOB's on Platforms of Vidyavihar, Vikroli, Mulund, Ambivli, Titwala, Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway. NCB No: MRVC/S&T/TELE/FOB/CR - 2 MRVC Office, 2 nd Floor, Churchgate Railway Station Building, Churchgate, Mumbai – 400 020.

Transcript of National Competitive Bidding (NCB)

मंुबई रेलवे िवकास कॉरपोरेशन िल . MUMBAI RAILWAY VIKAS CORPORATION LTD.

(रेल मं ालय, भारत सरकार का उप म( (A PSU OF GOVT. OF INDIA, MINISTRY OF RAILWAYS)

National Competitive Bidding (NCB)

for

Design, Supply of materials, Excavation of trenches, Laying of cables, Installation, Testing & Commissioning of outdoor and indoor equipments of PIS, UTS, PA System and Train Indicators etc. in connection with construction of FOB's on Platforms of Vidyavihar, Vikroli, Mulund, Ambivli, Titwala, Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway.

NCB No: MRVC/S&T/TELE/FOB/CR - 2

MRVC Office, 2nd Floor, Churchgate Railway Station Building, Churchgate, Mumbai – 400 020.

I Information For Bidders

NOTICE

FOR

INVITATION FOR BIDS

(IFB)

I Information For Bidders

Mumbai Railway Vikas Corporation Ltd.

INVITATION FOR BIDS (IFB) (Single Packet System – e-bid)

Bid Notice No: NCB NO. MRVC/S&T/TELE/FOB/CR - 2 Date: 07/03/2018

1. MUMBAI RAILWAY VIKAS CORPORATION LTD. (MRVC), having its

Corporate office at 2nd Floor Churchgate Station Building, Churchgate, Mumbai – 400020, India which is a Public Sector Undertaking of Government of India under Ministry of Railways (MoR) incorporated under Companies Act. 1956, invites E- bids under single packet system for the work of “Design, Supply of materials, Excavation of trenches, Laying of cables, Installation, Testing & Commissioning of outdoor and indoor equipments of PIS, UTS, PA System and Train Indicators etc. in connection with construction of FOB's on Platforms of Vidyavihar, Vikroli, Mulund, Ambivli, Titwala, Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway”.

Sr. No.

Approximate Estimated Cost of Project (INR)

Bid Security (INR) Period of Completion

Cost of Bidding Document (INR)

1. ₹ 26324435.18 ₹ 5,27,000/- 12 Months ₹ 5,000/-

2. Bidders are advised to note the eligibility and minimum qualifying criteria specified in

the Instruction to Bidders and Section 3 “ Evaluation and Qualification Criteria” of bid document.

3. Bidder will be able to submit the original /revised bids up to closing date and time

only. This being e-Tender, manual/physical submission of offer is not permitted. Payments against this bi1 towards bidding document cost and Bid Security shall be made only through payment modes available on IREPS portal like net banking, Debit Card, Credit Card etc. Manual payments through Demand Draft, Banker Cheques, Deposit Receipts, FDR etc. are not allowed.

4. Bids must be accompanied by a bid security of ₹ 5,27,000/- (Rupees Five Lakh Twenty Seven Thousand only) in any one of the forms as specified above and also mentioned in the bidding documents.

5. Bidding Documents and relevant details about this e-bid and for online participation in E-Bid are avalable on website www.ireps.gov.in.

Please note that if any drawings are referred in the bid document, the cost of such drawings shall be considered inclued in the cost of bidding documents. For viewing the drawings and to have a copy of the same, the tenderer can contact this office on any working day. It will be the responsibility of the bidder who is submitting the bid on downloaded bidding documents to check and see any addendum/Corrigendum issued in

I Information For Bidders

this regard from the website from time to time and ensure submission of bid along with all addendum/Corrigendum.”

6. Registration on IREPS website is mandatory for submission of bids against tenders

issued through IREPS. Bidder registration is an online process. Firms who intend to register themselves as bidders are required to get a "Class III Digital Signature Certificate with Firm's Name". The same can be procured from any of the Certifying Authorities (CA's) authorized by Controller of Certifying Authorities (CCA). Please visit the website of CCA (www.cca.gov.in) for further details. Firms are advised to get the Digital Signing Certificate with the same address with which they intend to register themselves on the website. Firms who are registered/approved with zonal railways or any other approving agencies of Railways (RDSO etc.) should get the Digital Signing Certificates with the same address as mentioned in the records of these registering/approving agencies, and should use the same address for registering themselves on this website to avoid any inconvenience or disputes. Firms should go through instructions/guidelines issued on the subject, which can be accessed through the Learning Center, FAQ & System Settings links available on the home page in the left navigation block on website www.ireps.gov.in

7. Purchase Preference: Shall not apply to Central Public Sector Enterprises, as per extant rules in force.

8. Date of Receipt and opening of Bids: The completed Bid shall be submitted

electronically on line on web site www.ireps.gov.in not later than 15:00 hrs on 10.04.2018 and shall be opened at 15:30 hrs. on the same day in the presence of Bidders who choose to be present at the address mentioned below.

9. Address for Communication: Interested eligible Bidders may obtain further

information from the following address:

Dy. Chief Signal & Telecom Engineer (Proj.),

Mumbai Railway Vikas Corporation, 2nd Floor, Churchgate Station Building,

Churchgate, Mumbai- 400020 Tel: (022)- 22036825, Fax - (022)- 22096972

email: [email protected]

4

Table of Contents

Part-I : Bidding Procedures

Section 1 Instruction to Bidders (ITB)......................................................... 9-32

Section 2 Bid Data Sheet (BDS)................................................................... 34-38

Section 3 Evaluation Criteria and Qualification Criteria............................. 41-45

Section 4 Bidding forms............................................................................... 47-71

Part – II : Works Requirements

Section 5 Works Requirements (i) General Specification................................................ 78-101

(ii) Technical Specification........................................................... 103-156

Part - III : Conditions of Contract and Contract Forms

Section 6 General Conditions of Contract (GCC)........................................ 162-180

Section 7 Particular Conditions of Contract (PCC)...................................... 182-194

Section 8 Contract Forms............................................................................ 196-213

Section 9 Bill of Quantities.......................................................................... 215–223

5

PART I

BIDDING PROCEDURES

6

Part-I: Bidding Procedures

Invitation for Bid

Section 1: Instruction to Bidders (ITB) Section 2: Bid Data Sheet Section 3: Evaluation Criteria and Qualification Criteria Section 4: Bidding forms

7

Section 1 Instruction to Bidders (ITB)

Section 1 - Instructions to Bidders

Table of Clauses

A. General ........................................................................................................................10

1. Scope of Bid .................................................................................................................10 2. Source of Funds ...........................................................................................................10 3. Corrupt Practices ..........................................................................................................10 4. Eligible Bidders ...........................................................................................................11 5. Eligible Materials, Equipment and Services ................................................................13

B. Contents of Bidding Document .................................................................................13

6. Sections of Bidding Document ....................................................................................13 7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ................................14 8. Amendment of Bidding Document ..............................................................................15

C. Preparation of Bids ....................................................................................................15

9. Cost of Bidding ............................................................................................................15 10. Language of Bid ...........................................................................................................15 11. Documents Comprising the Bid .................................................................................166 12. Bid Letters and Price Schedules .................................................................................21 13. Alternative Bids ...........................................................................................................22 14. Bid Prices and Discounts .............................................................................................22 15. Currencies of Bid and Payment ...................................................................................23 16. Documents Comprising the Technical Bid ..................................................................23 17. Documents Establishing the Qualifications of the Bidder ...........................................23 18. Period of Validity of Bids ............................................................................................24 19. Bid Security .................................................................................................................24 20. Format and Signing of Bid ...........................................................................................25

D. Submission and Opening of Bids .............................................................................. 25

21. Sealing and Marking of Bids .......................................................................................25 22. Deadline for Submission of Bids .................................................................................25 23. Late Bids ......................................................................................................................25 24. Withdrawal, Substitution, and Modification of Bids .................................................266 25. Bid Opening .................................................................................................................26

E. Evaluation and Comparison of Bids ........................................................................27

26. Confidentiality .............................................................................................................27 27. Clarification of Bids .....................................................................................................27 28. Deviations, Reservations, and Omissions ....................................................................27 29. Determination of Responsiveness ................................................................................28 30. Nonconformities, Errors, and Omissions .....................................................................28 31. Correction of Arithmetical Errors and Omissions in Price Bid ...................................29 32. Conversion to Single Currency ....................................................................................29

8

33. Purchase Preference .....................................................................................................29 34. Subcontractors..............................................................................................................29 35. Evaluation of Bids........................................................................................................29 36. Comparison of Bids .....................................................................................................30 37. Qualification of the Bidder ..........................................................................................30 38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ........................31

F. Award of Contract .....................................................................................................31

39. Award Criteria .............................................................................................................31 40. Notification of Award ..................................................................................................31 41. Signing of Contract ......................................................................................................31 42. Performance Security ...................................................................................................32 43 Adjudicator...................................................................................................................32

9 Section 1 : Instruction to Bidders (ITB)

Section 1: Instructions to Bidders (ITB)

10 Section 1 : Instruction to Bidders (ITB)

A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data Sheet (BDS), Mumbai Rail Vikas Corporation (MRVC), a Government of India Undertaking, hereinafter referred to as the ‘Employer’, issues these Bidding Documents for the Procurement of Works as specified in Section 5: Works Requirements. The name, identification, number of contract(s) for the National Competitive Bidding (NCB) are provided in the BDS.

1.2 Throughout these Bidding Documents:

(a) the term “in writing” means communicated in written form and delivered against receipt;

(b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and

(c) “Day” means calendar day.

2. Source of Funds 2.1 The required funds have been sourced by MRVC, unless otherwise specified in the BDS.

3.Corrupt Practices 3.1 The Employer requires that bidders, suppliers, and contractors observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Employer:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of any party in the procurement process or the execution of a contract;

(ii) “Fraudulent practice” means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;

(iii) “Collusive practice” means a scheme or arrangement between two or more bidders, with or without the knowledge of the Employer, designed to influence the action of any party in a procurement process or the execution of a contract;

(iv) “Coercive practice” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;

(b) will reject a Bid for award if it determines that the bidder

11 Section 1 : Instruction to Bidders (ITB)

recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract; and

(c) will sanction a party or its successor, including declaring ineligible, either indefinitely or for a stated period of time, to participate in Employer’s activities, if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in executing a contract of the employer.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, government-owned entity. The bidder must ensure the following:

(a) In case of Single Entity:

Submit Power of Attorney authorizing the signatory of the bid to commit the bidder.

(b) Foreign Firm (s) should have permission from Reserve Bank of India either to conduct business in India or to open a Project Office in India.

(c) JV is not eligible to bid.

4.2 Deleted.

4.3 A Bidder shall not have conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process, if, including but not limited to:

(a) they have controlling shareholders in common; or

(b) they receive or have received any direct or indirect subsidy from any of them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or

(e) a Bidder participates in more than one bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the party is involved. However, this does not limit the inclusion of the same subcontractor in more than one bid; or

(f) a Bidder participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the Bid; or

12 Section 1 : Instruction to Bidders (ITB)

(g) a Bidder was affiliated for any period(s) during last two years before the date of issue of Invitation for Bids with a firm or entity that has been hired (or is proposed to be hired) by the Employer as Engineer for the contract.

4.4 The bidder shall be disqualified if:

(a) The bidder or any of its constituents has been blacklisted/ banned business dealings for all Government Departments or by Ministry of Railways or by MRVC at any time till finalization of bids, except in cases where such blacklisting/banning has been withdrawn by Competent Authority or has ceased on the deadline for submission of the bids, for which satisfactory evidence is to be produced.

(b) Any previous contract of the bidder or any of its constituents had been terminated for contractor’s failure by Mumbai Rail Vikas Corporation (MRVC) at any time starting from 2 years before the deadline for submission of bids. Provided, however, there is no stay order or declaration by any Court against such termination of the Contract by Mumbai Rail Vikas Corporation or such termination of the Contract has not been revoked by Mumbai Rail Vikas Corporation

(c) The bidder or any of its constituents has been imposed delay damages of 5% or more of contract value by MRVC due to delay in the implementation of any previous contract within the period of last 2 years before the deadline for submission of bids (Period of 2 years shall be reckoned from the date on which the total accrued amount of Delay Damages has reached 5% or more of the contract price) or such accrued delay damages has not been fully recovered before the deadline for submission of bids on account of contractor’s request for deferring recovery to maintain cash flow and MRVC has acceded to the same in the interest of the project or the work under the previous contract in question has not been completed before the deadline for submission of bids, unless imposition of such delay damages has been set aside by the Competent Authority.

(d) The bidder or any of its constituents has suffered bankruptcy/insolvency or it is in the process of winding-up or there is a case of insolvency pending before any Court on the deadline of submission of bids or thereafter till finalization of bids.

(e) The bidder is found ineligible by the Employer, in accordance with ITB-3.

(f) The bidder or its constituent(s) has been declared by MRVC to be a poor performer and the period of poor performance is still in force on

13 Section 1 : Instruction to Bidders (ITB)

the deadline for submission of bids.

or

(g) The bidder or its constituent(s) has been declared by MRVC to be a poor performer at any time after the deadline for submission of bids and up to the day before opening of price bids.

(h) The bidder or any of its constituents has changed its name or created a new business entity as covered by the definition of “Allied Firm” under Para 1102 (iii) of Chapter XI of Vigilance Manual of Indian Railways (available on website of Indian Railways), consequent to having been banned business dealings or suspended business dealings or having been declared poor performer.

The Bidder shall submit an affidavit stating that they are not liable to be disqualified as per this sub clause using the appropriate Performa given in Section 4. Non-submission of an affidavit by the bidder shall result in summary rejection of his bid.

4.5 Bidders shall immediately inform the Employer in case they cease to fulfill eligibility in terms of ITB 4.3 & 4.4. In case the bidder fails to inform the Employer or submits a false affidavit his bid shall be summarily rejected and bid security shall be forfeited. The bidder shall also be liable for Banning of Business dealings for a period up to five years.

5. Eligible Materials, Equipment and Services

5.1 The materials, equipment and services to be supplied under the Contract shall be from the approved sources as specified in Section 5: Works Requirements.

B. Contents of Bidding Document

6. Sections of Bidding Document

6.1 The Bidding Document consists of Parts 1, 2, and3, which include all the Sections, specified below, and which should be read in conjunction with any Addenda issued in accordance with ITB 8.

PART I: Bidding Procedures

Section 1: Instructions to Bidders (ITB)

Section 2: Bid Data Sheet (BDS)

Section 3: Evaluation and Qualification Criteria (EQC)

Section 4: Bidding Forms (BDF)

PART II: Work’s Requirements

Section 5: Work’s Requirements (WRQ)

14 Section 1 : Instruction to Bidders (ITB)

(i) General Specification (ii) Technical Specification

PART III: Conditions of Contract and Contract Forms

Section 6: General Conditions of Contract (GCC)

Section 7: Particular Conditions of Contract (PCC)

Section 8 : Contract Forms (COF)

Section 9: Bill of Quantities (BOQ)

6.2 The Invitation for Bids (IFB) issued by the Employer is not part of the Bidding Document.

6.3 The Employer is not responsible for the completeness of the Bidding Document and their Addenda, if they were not obtained directly from the source stated by the Employer in the Invitation for Bids.

6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Document may result in the rejection of the bid.

7 Clarification of Bidding Document, Site Visit, Pre-Bid Meeting

7.1 A prospective Bidder requiring any clarification of the Bidding Document shall contact the Employer in writing at the Employer’s address indicated in the BDS or raise his inquiries during the pre-bid meeting if provided for in accordance with ITB 7.4. The Employer will respond in writing to any request for clarification, provided that such request is received no later than twenty one (21) days prior to the deadline for submission of bids. The Employer shall forward copies of its response to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. Should the Employer deem it necessary to amend the Bidding Document as a result of a request for clarification, it shall do so following the procedure under ITB 8 and ITB 22.2.

7.2 The Bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the Bidder, its personnel, and agents will release and indemnify the Employer and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a

15 Section 1 : Instruction to Bidders (ITB)

result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid meeting, if provided for in the BDS. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

7.5 The Bidder is requested, as far as possible, to submit any questions in writing, to reach the Employer not later than one week before the meeting.

7.6 Minutes of the pre-bid meeting, including the text of the questions raised, without identifying the source, and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3. Any modification to the Bidding Document that may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an addendum pursuant to ITB 8 and not through the minutes of the pre-bid meeting.

7.7 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.

8 Amendment of Bidding Document

8.1 At any time prior to the deadline for submission of bids, the Employer may amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB 22.2

C. Preparation of Bids

9 Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

10 Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Employer, shall be written in English. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in English in which case, for purposes of interpretation of the Bid, such translation shall govern.

16 Section 1 : Instruction to Bidders (ITB)

11 Documents Comprising the Bid

11.1 It is single stage one packet bid to be submitted electronically on web portal www.ireps.gov.in.

11.2 Bids will be opened at the date and time specified in ITB Sub-Clause 25.1. Bids will be evaluated by the Employer. No amendments or changes to the Bids are permitted. Bids which do not conform to the specified requirements will be rejected as deficient Bids.

11.3 Offer for the Tender is to be submitted online through E- Tender

Portal www.ireps.gov.in and details are to be entered by the tenderer online. It is advisable to download and study the Bid document before submitting their offers. Submission of Physical copy of the offers or Bid document is prohibited.

11.4 This bid is required to be submitted as per the bid/tender conditions in bid document through on line portal www.ireps.gov.in before the date and time stipulated in the Bid document. The tender details are available on E- Tender portal www.ireps.gov.in and the same can be used while submitting the offer. Tenderers will require a valid Class - III Digital Signature certificate to register and submit their offer through E – Tender mode. The cost of Bid document as indicated on the website www.ireps.gov.in will have to be deposited by the tenderer. Tender not accompanied with the document proving payment of cost of Bid document and deposit of Bid Security will be summarily rejected. Moreover, it is not feasible to submit offer without payment cost of Bid document and deposit of Bid Security.

11.5 Please refer “User Manual for Contractors” available on E-tender portal under E-tender (Works) on web address [https://www.ireps.gov.in/html/helpdesk/learning_centre.html] for further details.

11.6 Tenderers are advised to register their agency well in advance on E- Tender portal of www.ireps.gov.in and submit their offer through E-Tender before the stipulated time. It is responsibility of the tenderer to check any correction or any modifications published subsequently in Website and the same shall be taken into account while submitting the tender online. Tenderer shall download corrigendum (if any), print it out, sign and upload it with the main tender document. Tender document not accompanied by published corrigendum/s is liable to be rejected. The MRVC/Railway will not be responsible for any delay in submitting through online portal www.ireps.gov.in.

11.7 Details Bank account of Mumbai Railway Vikas Corporation Limited for payment of Bid document cost and depositing Bid Security are as under.

a. Name of Beneficiary :Mumbai Railway Vikas Corporation Limited

b. A/C No. : 36038784315

17 Section 1 : Instruction to Bidders (ITB)

c. IFSC Code : SBIN0001821 d. Name of Bank : State Bank of India e. Name of Branch : Churchgate, Mumbai f. MICR Code : 400002018 g. Type of Account : Current

11.8 Manual payment mode is not available now.

11.9 Tenderer/s are free to download tender document at their own risk and cost, for the purpose of perusal and accustomed themselves regarding instructions, scope and location of work, Technical and Non-Technical special conditions, etc. stipulated in the tender document. After award of work, an agreement will be prepared based on the master copy of tender document available in the office.

11.10 If any change/ addition/ deletion is made by the Tenderer/ Contractor and the same is detected at any stage even after the award of the tender, full Bid Security deposit will be forfeited and the contract will be terminated at his/ their risk and cost. The tenderer is also liable to be banned from doing business with MRVC/Railways and/ or prosecuted.

11.11 The required Bid Security and Cost of Tender Document must be submitted along with the bid Document as instructed on www.ireps.gov.in only. Otherwise, the tender shall be summarily rejected.

11.12 Tenderer(s) must give their complete postal address of correspondence correctly with PIN code in the “Mandate Form” as provided in the tender document.

11.13 The copies of the various letters/ documentary proofs/ statements etc. should be uploaded with Tender document and shall be properly indexed.

11.14 The tenderer/ s shall quote his/ their rate percentage above / below / at par under relevant column against specified schedules.

11.15 The required eligibility criteria have been prescribed in Clause No.2 (Qualification) of Section 3: Evaluation Criteria and Qualification Criteria of Bid Document. It is expected that the tenderer/s shall upload adequate documentary proof of having fulfilled those eligibility criteria. Normally, there shall be no back reference to confirm the credentials.

11.16 If the tenderers do not submit any proof for meeting with the Evaluation Criteria and Qualification Criteria ( Clause No. 2 as laid down in the Section 3 of Bid Document , the offer shall be considered incomplete and is liable to be rejected.

11.17 Before submitting the offer, please read carefully instructions to Tenderers and all uploaded documents on the web site www.ireps.gov.in.

11.18 Your digital signature on the E-Tender form will be considered

18 Section 1 : Instruction to Bidders (ITB)

as your confirmation that you have read and accepted all the conditions laid down in the documents as well as schedule of tender.

11.19 The cost of tender document shall not be clubbed with the Earnest Money Deposit.

11.20 Offers not accompanied by requisite tender cost in acceptable form and/or not received within prescribed date shall be liable to be ignored.

11.21 The prospective tenderers are advised to revisit the website www.ireps.gov.in frequently before the date of closing of tender to note any changes/corrigendum issued for this tender.

11.22 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 invalid offers and shall be rejected summarily without any consideration.

11.23 E-Tender is not transferable and the same is to be submitted with digital signature by the preauthorized personnel of the tenderer, already registered with the website www.ireps.gov.in

11.24 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.

11.25 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.

11.26 Tender to be digitally signed by Authorized person:

a) If the tender is submitted on behalf of a partnership concern, he/they should upload the certified copy of the partnership deed and authorization to sign the tender on behalf of partnership firm. If copies of these documents are not enclosed along with tender, the tender will be treated as having been submitted by individual signing the tender. 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 upload along with the tender, 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, 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.

c) MRVC will not be bound by any Power of Attorney granted by the tenderer or by changes in the composition of the firm

19 Section 1 : Instruction to Bidders (ITB)

made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice to the satisfaction of the MRVC, the cost of which will be chargeable to the contractor.

11.27 The Tenderer/s must fulfill/satisfy the following mandatory requirements failing which their offers shall be summarily rejected:

Mandatory Requirements: (a) Regarding Technical and financial eligibility criteria, scanned

copies of supportive documents/certificates from competent officials are to be uploaded along with their offer.

(b) Scanned 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 wherever required as per tender conditions are to be uploaded along with offer.

11.28 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 numbers like Annexure-I, Annexure-2 etc. on the right hand side top corner of the same and this Annexure numbers shall also be indicated in relevant column of the Annexure supplied to the tenderer.

NOTE - The tenderer must keep all the original documents ready, copies of which have been uploaded by the tenderer along with the offer. The original documents will have to be produced as and when required by the MRVC for verification purpose. All the documents uploaded shall be self-attested by the tenderer.

11.29 MANDATE FORM (DETAILS TO BE UPLOADED WITH E-TENDER)

Tender Notice No: 1. PARTICULARS OF THE PARTY

a) NAME:: b) ADDRESS:: c) PHONE NO.: d) MOBILE No.: e) FAX. No. : f) I.TAX PAN No. : g) EMAIL :

2. PARTICULARS OF BANK ACCOUNT: a) BANK NAME: : b) BRANCH: : c) BANK ADDRESS: : d) BANK TEL No.: FAX No.: : e) BANK MICR CODE (9DIGIT): : f) BANK IFS CODE.: :

20 Section 1 : Instruction to Bidders (ITB)

g) BANK ACCOUNT No.: : h) ACCOUNT TYPE: : i) (SAVINGS/CURRENT/CASH CREDIT) j) LEDGER F/NO.:

11.30 DECLARATION BY THE PARTY :

a. I /We have submitted the tender form from the Internet site www.ireps.gov.in. In case, any discrepancy is found, I /We understand that my/ our tender will be summarily rejected and full earnest money deposit will be forfeited and I / We am/ are liable to be banned from doing business with MRVC/Railways and/ or prosecuted.

b. 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 the User Institution, i.e. FA &CAO /MRVC will not be held responsible. I have understood the scheme and agree to discharge the responsibility expected from me as a participant under the scheme. I also undertake to acknowledge/intimate the concerned MRVC/Railway Administration FA&CAO/MRVC on receipt of each payment from MRVC. One cancelled cheque/photo copy of the cheque duly carrying IFS Code is enclosed. Certified that the particulars furnished above are correct as per our records.

Signature of Tenderer Name of Signatory__________________

11.31 Mandatory details to be filled by tenderer while submitting their offer:

(DETAILS TO BE UPLOADED WITH E-TENDER) 1 Constitution of the Firm/Concern (Tick as

applicable) Sole Proprietorship/ Partnership Firm/Company/Society

2 Full name of sole Proprietorship/Partnership firm/ Company/Society (as the case may be)

3 Year of Formation/Incorporation 4 PAN NO. 5 Register Office Address 6 Address on which correspondence regarding

this tender should be done

7 Names of the Proprietor/Partners/Members Etc.

8 Details of Bid Security Submitted

11.32 Cost of tender document and Earnest Money

(i) PAYMENT OF Bid Security & TDC: Payment of Bid Security & Tender Document Cost (TDC) in respect of e-

21 Section 1 : Instruction to Bidders (ITB)

tendering, should be accepted through Net Banking or payment gateway only.

NOTE: Fixed Deposit Receipts (FDR) will not be accepted as EMD for tenders invited on IREPS (e-tender portal).

11.33 Tender document is not transferable. MRVC reserves its rights to reject the tender without assigning any reasons. In case it happens to be holiday on the date of opening, the tender will be opened on next working day at same time of opening. The validity of the offer shall be 120 days from the date of opening of the tender.

IMPORTANT NOTE: - Tenderer should specifically check the items and fulfil mandatory conditions in order to avoid summarily rejection of their offer.

11.34 The tenderers will be considered to have agreed the following declaration while submitting their offer .

a) I /We have submitted the tender form from the Internet site www.ireps.gov.in. In case, any discrepancy is found, I /We understand that my/ our tender will be summarily rejected and full earnest money deposit will be forfeited and I / We am/ are liable to be banned from doing business with MRVC/Railways and/ or prosecuted.

Signature of Tenderer/s Dated : Address: Dated : Address:

11.35 The Bid shall contain the following: any other document required in the BDS.

(a) Letter of Technical Bid in accordance with ITB 16;

(b) Bid Security, in accordance with ITB Clause 19;

(c) alternative Technical Bid, if permissible, in accordance with ITB Clause 13;

(d) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB Clause 20.2;

(e) documentary evidence in accordance with ITB Clause 17 establishing the Bidder’s qualifications to perform the contract; and

(f) Letter of Price Bid and completed schedules as required including Bill of Quantities in accordance with ITB Clauses 12, and 14;

(g) alternative Price Bid corresponding to the alternative Technical Bid, if permissible, in accordance with ITB Clause 13; and

(h) any other document required in the BDS.

12 Bid Letters and

12.1 The Bidder shall upload /submit all required information and

22 Section 1 : Instruction to Bidders (ITB)

Price Schedules documents concerning the Bid based on User Manual for Contractors for IREPS (Works) provided on e-portal www.ireps.gov.in. Please refer Clause No. 11.5 of ITB for details

12.2 The Bidder shall quote their rates in Fin. Offer Tab of e-portal www.ireps.gov.in, which will be their financial offer.

13 Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not be considered.

13.2 When alternative periods for completion are explicitly invited, a statement to that effect will be included in the BDS, as will the method of evaluating different periods for completion.

14 Bid Prices and Discounts

14.1 The Bidder shall quote prices and discounts of their offer on e-portal www.ireps.gov.in. Shall confirm to the requirements specified below.

14.2 In the BOQ, quantity and unit rates and thereby the amount against each item have been indicated. From this, price of each schedule has been worked out and indicated in the summary sheet in BOQ. The Bidder shall quote rates as single percentage above/below/at par in figures and words as per format for each schedule in the summary sheet. If any bidder quotes more than one percentage for any schedule, its bid shall be summarily rejected.

14.3 The offer under price bid shall be based on the rates quoted in Financial Bid Tab on e-portal www.ireps.gov.in

14.4 “The Bidder shall quote any unconditional discounts and the methodology for their application (the discounts, and the methodology of their application, should be quoted on prices quoted in the bid so that the discounts can be evaluated by simple arithmetic calculation during financial evaluation of the bids, to arrive at the net total price of the bid. If the net total price cannot be calculated after application of the methodology of the discount(s) quoted, the bid shall be considered as incomplete. However any conditional discount if any offered for award of any specific combination of contract package(s) has to be quoted separately for each specific combination and to be uploaded as separate letter.”

14.5 Unless otherwise provided in the BDS and the Contract, the rates and prices quoted by the Bidder are subject to adjustment during the performance of the Contract in accordance with the provisions of the Conditions of Contract. In such a case, the indices and weightings for the price adjustment formulae shall be as specified in the Tables of Adjustment Data included in Contract Data.

14.6 If so indicated in ITB 1.1, bids are being invited for individual contracts or for any combination of contracts (Lots). Bidders wishing to offer any price reduction for the award of more than one Contract shall specify in their bid the price reductions applicable to each Lot, or alternatively, to individual Contracts within the Lot. Price

23 Section 1 : Instruction to Bidders (ITB)

reductions or discounts shall be submitted in accordance with ITB 14.4, provided the bids for all contracts are submitted and opened at the same time.

14.7 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause (including standard specifications), as of the date 28 days prior to the deadline for submission of bids, shall be included in the rates and prices and the total Bid Price submitted by the Bidder.

14.8 Bidders should note that during the progress of the Works, the foreign currency requirements of the outstanding balance of the Contract Price may be adjusted by agreement between the Employer and the Contractor in order to reflect any changes in foreign currency requirements for the Contract, in accordance with Sub-Clause 44 of the Conditions of Contract. Any such adjustment shall be effected by comparing the percentages quoted in the bid with the amounts already used in the Works and the Contractor's future needs for imported items.

14.9 Bidder should note that non-submission of the Letter of Price Bid (LPB) and/or Summary sheet of BOQ by the bidder shall result in summary rejection of his bid.

15.Currencies of Bid and Payment

15.1 The bidder shall quote the unit rates and the prices entirely in the Indian Rupees.

16. Documents Comprising the Bid

16.1 The Bidder shall furnish a commitment in Letter of Technical Bid (LTB) for deployment of equipment and personnel as stipulated in Section 5: Work’s Requirement.

16.2 The bidder shall furnish commitment in LTB for submitting construction method statement for all major activities of work and get this approved from the engineer prior to the commencement of work on that activity in case of award of contract.

16.3 The Bidder shall furnish a commitment in Letter of Technical Bid (LTB) for adhering to mobilisation and construction schedule as stipulated in Section 5: Work’s Requirement.

16.4 Deleted

17. Documents Establishing the Qualifications of the Bidder

17.1 To establish its qualifications to perform the Contract in accordance with Section 3: Evaluation and Qualification Criteria, the Bidder shall submit as part of its technical Bid the information requested in the corresponding information sheets included in Section 4: Bidding Forms.

17.2 Domestic Bidders, individually, applying for eligibility for domestic preference shall supply all information required to satisfy the criteria

24 Section 1 : Instruction to Bidders (ITB)

for eligibility as described in ITB 34.

18 Period of Validity of Bids

18.1 Bids shall remain valid for a period as specified in BDS after the bid submission deadline date prescribed by the employer. A bid valid for a shorter period shall be rejected by the employer as non responsive.

18.2 In exceptional circumstances, the Employer may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. If a bid security is requested in accordance with ITB 19, it shall also be extended upto the date mentioned in the letter of request for extension. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request shall not be required or permitted to modify its bid.

19 Bid Security 19.1 Unless otherwise specified in the BDS, the bidder shall deposit as a part of its bid a bid security for the said amount of Indian Rupees as specified in the BDS

19.2 For E-Tenders, Unless specified in the BDS, Bid Security shall be deposited online in the bank account of Mumbai Railway Vikas Corporation Ltd. only through payment modes available on IREPS portal Like net banking, Debit Card, Credit Card Etc. Manual payment through Demand Draft, Banker Cheques, Deposit Receipts, FDR etc. are not allowed.

19.3 Deleted

19.4 It is not possible to submit online Bid without deposit of Bid security

19.5 The bid security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the performance security pursuant to ITB 41.

19.6 The bid security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract and furnished the required performance security.

19.7 The bid security may be forfeited:

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bids, except as provided in ITB 18.2 or

(b) if a Bidder misrepresents or omits the facts in order to influence the procurement process;

(c) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB 40;

(ii) furnish a performance security in accordance with ITB 42.1;

(iii) accept the correction of its Bid Price pursuant to ITB 31;

25 Section 1 : Instruction to Bidders (ITB)

or

(iv) furnish a domestic preference security if so required. (d) if the undertaking of the affidavit submitted by the bidder or its

constituents in pursuance to ITB clause 4.4 or any of the declarations of Letter of Technical Bid or Letter of Price Bid submitted by the bidder has been found to be false at any stage during the process of bid evaluation.

19.8 Deleted

20 Format and Signing of Bid

20.1 The Bidder shall submit the offer electronically on e-portal www.ireps.gov.in with their valid Class - III Digital Signature certificate.

20.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of:

(a) In case of Companies, a POA from the Director of the Company who has been authorized by the Board of Directors through resolution to sign on behalf of the Company

(b) In case of firms Power of Attorney by the Proprietors.

20.3 Deleted

D. Submission and Opening of Bids

21 Sealing and Marking of Bids

21.1 Deleted

21.2 Deleted

21.3 Deleted

21.4 Deleted

21.5 Deleted

22 Deadline for Submission of Bids

22.1 Bids must be submitted on e-portal www.ireps.gov.in and not later than the date and time indicated in the BDS.

22.2 The Employer may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Document in accordance with ITB 8, in which case all rights and obligations of the Employer and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

23 Late Bids 23.1 As it is e-bid and to be submitted on e-portal, it is not possible to admit delayed Bid or Late Bid..

26 Section 1 : Instruction to Bidders (ITB)

24 Withdrawal, Substitution, and Modification of Bids

24.1 The bidder can again go to the My Tenders- Live folder on the Home page of portal www.ireps.gov.in and click on the bidding icon in the action column, and the page that opens will show the bid ID and other relevant details of the bid submitted by the bidder. To submit revised bid the bidder has to click on Submit Revised Bid Button in the Action column. This will again open the Bidding interface, and the bidder has to follow the steps detailed in para 5.4.1 to 5.4.6 of User Manual for Contractor available on learning centre of portal www.ireps.gov.in to submit his revised bid. The revised bid submitted by the bidder supersedes the earlier bid.

24.2 Only the last bid submitted by the bidder shall be considered for evaluation and the earlier bids shall be ignored.

24.3 Bids requested to be withdrawn in accordance with ITB 24.1 is not applicable for this tender. i.e. Bidder can revised their offer number of times before last date and time for submission of offer, however, it is not possible to withdraw the offer .

24.4 No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Letter of Bid or any extension thereof.

25 Bid Opening 25.1 The Employer shall conduct the on line opening of Technical Bids & Price Bids in the presence of Bidders’ representatives who choose to attend, at the address, date and time specified in the BDS.

25.2 Bid will be opened on line

25.3 The Letter of Bid and Priced Bill of Quantities shall be initialed by ASTE/MRVC & Sr. SO/MRVC representatives of the Employer conducting Bid opening.

25.4 Deleted

25.5 Deleted

25.6 Deleted

25.7 Deleted

25.8 Deleted

25.9 Deleted

25.10 The Employer shall conduct the opening of Bid of all Bidders who submitted substantially responsive Bids and who have been determined qualified as a result of technical evaluation, on line in the presence of Bidders representative who choose to attend at the address, date and time specified by the Employer. The Bidders representatives who are present shall be requested to sign a register evidencing their attendance.

25.11 All Bids shall be opened at a time and e-portal will generate

27 Section 1 : Instruction to Bidders (ITB)

comparative statement immediately. No Bid shall be rejected at the opening of bids.

25.12 The Employer shall prepare a record of the opening of Price Bids that shall include, as a minimum: the name of the Bidder, the Bid Price (per contract if applicable), any discounts, and alternative offers. The Bidders ‘representatives who are present shall be requested to sign the record. The omission of a Bidders’ signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be available on line to all Bidders.

E. Evaluation and Comparison of Bids

26 Confidentiality

26.1 Information relating to the examination, evaluation & comparison, pre-qualification of Bids and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the

examination, evaluation & comparison and pre-qualification of the Bids or Contract award decisions may result in the rejection of its Bid.

26.3 Notwithstanding ITB Sub-Clause 26.2, from the time of opening of

Bids to the time of Contract award, if any Bidder wishes to contact the Employer on any matter related to the bidding process, it should do so in writing.

27 Clarification of Bids

27.1 To assist in the examination, evaluation & comparison and pre-qualification of the Bids, the Employer may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder that is not in response to a request by the Employer shall not be considered. The Employer’s request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of errors discovered by the Employer in the evaluation of the Price Bids, in accordance with ITB Clause 31.

27.2 If a Bidder does not provide clarifications of its bid by the date and time set in the Employer’s request for clarification, its bid may be rejected.

28 Deviations, Reservations, and Omissions

28.1 During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the Bidding Document;

(b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements

28 Section 1 : Instruction to Bidders (ITB)

specified in the Bidding Document; and

(c) “Omission” is the failure to submit part or all of the information or documentation required in the Bidding Document.

29 Determination of Responsiveness

29.1 The Employer’s determination of a bid’s responsiveness is to be based on the contents of the bid itself, as defined in ITB 11.

29.2 A substantially responsive bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that,

(a) if accepted, would:

(i) Affect in any substantial way the scope, quality, or performance of the Works specified in the Contract;

or

(ii) Limit in any substantial way, inconsistent with the Bidding Document, the Employer’s rights or the Bidder’s obligations under the proposed Contract; or

(b) if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids.

29.3 The Employer shall examine the technical aspects of the bid

submitted in accordance with ITB 16, Technical Bid, in particular, to confirm that all requirements of Section 5 (Works Requirements) have been met without any material deviation or reservation.

29.4 If a bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission.

30 Nonconformities, Errors, and Omissions

30.1 Provided that a bid is substantially responsive, the Employer may waive any non conformities in the bid that do not constitute a material deviation, reservation or omission.

30.2 Provided that a bid is substantially responsive, the Employer may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the price of the bid. Failure of the Bidder to comply with the request may result in the rejection of its bid.

29 Section 1 : Instruction to Bidders (ITB)

30.3 Deleted

31 Correction of Arithmetical Errors and Omissions in Price Bid

31.1 In evaluating the Financial Part of each Bid, the Employer shall correct arithmetical errors on the following basis: NOT APPLICABLE BEING E-BID

31.2 Deleted

32 Conversion to Single Currency

32.1 For evaluation and comparison purposes the currencies of the bid shall be converted into Indian Rupees as stated in BDS.

33 Purchase Preference

33.1 Unless otherwise specified in the BDS the Purchase Preference shall not apply.

34 Subcontractors 34.1 Unless otherwise stated in the BDS, the Employer does not intend to execute any specific elements of the Works by sub-contractors selected in advance by the Employer.

34.2 The Employer may permit subcontracting for certain specialized works as indicated in Section III. When subcontracting is permitted by the Employer, the specialized sub-contractor’s experience shall be considered for evaluation. Section III describes the qualification criteria for sub-contractors.

34.3 Bidders may propose subcontracting up to the percentage of total value of contracts or the volume of works as specified in the BDS.

35 Evaluation of Bids

35.1 The Employer shall use the criteria and methodologies listed in this Clause. No other evaluation criteria or methodologies shall be permitted.

35.2 To evaluate the price Bid of a bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any, for contingencies in the Summary Bill of Quantities, but including Day Work items, where priced competitively;

(b) price adjustment for correction of arithmetic errors and omissions in the price bid in accordance with ITB 31;

(c) price adjustment due to discounts offered in accordance with ITB 14.4;

(d) DELETED

(e) Application of all the evaluation factors indicated in Section 3 (Evaluation and Qualification Criteria).

30 Section 1 : Instruction to Bidders (ITB)

35.3 The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation.

35.4 If this Bidding Document allows Bidders to quote separate prices for different contracts, and the award to a single Bidder of multiple contracts, the methodology to determine the lowest evaluated price of the contract combinations, including any discounts offered in the Letter of Price Bid, is specified in Section 3 (Evaluation and Qualification Criteria).

35.5 If the bid, which results in the lowest Evaluated Bid Price is seriously unbalanced in the opinion of the Employer as per criteria defined below, the Employer may require the bidder to submit additional performance security.

If for any bill/ schedule of quantities % age above or below quoted by the bidder on the estimated price is beyond 10% below the overall % age difference between the quoted contract price and the engineers estimated price, then the price for that particular schedule shall be treated as seriously unbalanced and bidder shall be bound to furnish additional performance security for such unbalanced price. Example below demonstrates the method of calculation to arrive at unbalanced price and additional performance security:

Suppose for the L1 bidder overall % age difference between quoted contract price and the engineers estimated price;

(Overall contract price – Overall estimated price) x 100 ÷ overall estimated price = + 4 %

Maximum % age below permitted over estimated price of any bill / schedule in this case = +4 – 10 = -6%

Suppose for the L1 bidder has quoted 20% below estimated price of schedule “A” then the pricing of the schedule A shall be treated as unbalanced and the bidder shall required to furnish additional performance security for an amount equal to ( 20 – 6 ) % of the estimated price of schedule A.

36 Comparison of Bids

36.1 The Employer shall compare all substantially responsive bids to determine the lowest evaluated bid, in accordance with ITB 34 and 35.

37 Qualification of the Bidder

37.1 The Employer shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive bid meets the qualifying criteria specified in Section III. Evaluation and Qualification Criteria.

37.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 17.1.

37.3 An affirmative determination of qualification shall be a prerequisite

31 Section 1 : Instruction to Bidders (ITB)

for award of the Contract to the Bidder. A negative determination shall result in disqualification of the bid, in which event the Employer shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s qualifications to perform satisfactorily.

38.Employer’s Right to Accept Any Bid, and to Reject Any or All Bids

38.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders. In case of annulment, all bids submitted and specifically, bid securities, shall be promptly returned to the Bidders.

F. Award of Contract

39 Award Criteria 39.1 The Employer shall award the Contract to the Bidder whose bid is substantially responsive to the Bidding Document, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily and whose offer has been determined to be the lowest evaluated subject to ITB 39.2 below.

39.2 The Employer has the right to review at any time prior to award of contract that the qualification criteria as specified in Section 3: Evaluation and Qualification Criteria are still being met by the Bidder whose offer has been determined to be the lowest evaluated Bid. A Bid shall be rejected if the qualification criteria as specified in Section 3: Evaluation and Qualification Criteria are no longer met by the Bidder whose offer has been determined to be the lowest evaluated Bid. In this event the Employer shall proceed to the next lowest evaluated Bid to make a similar reassessment of that Bidder’s capabilities to perform satisfactorily.

40 Notification of Award

40.1 Prior to the expiration of the period of bid validity, the Employer shall notify the successful Bidder, in writing, that its bid has been accepted by the Competent Authority at MRVC’s Corporate Office at Mumbai. The notification letter (hereinafter and in the Conditions of Contract and Contract Forms called the “Letter of Acceptance”) shall specify the sum that the Employer will pay the Contractor in consideration of the execution and completion of the Works (hereinafter and in the Conditions of Contract and Contract Forms called “the Contract Price”) and the requirement for the Contractor to remedy any defects therein as prescribed by the Contract.

40.2 Until a formal contract is prepared and executed, the notification of award shall constitute a binding Contract.

41 Signing of Contract

41.1 Promptly after notification, the Employer shall send the successful Bidder the Contract Agreement.

41.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and return it to the Employer.

32 Section 1 : Instruction to Bidders (ITB)

42 Performance Security

42.1 Within twenty-eight (28) days of the receipt of notification of award from the Employer, the successful Bidder shall furnish the performance security in accordance with the conditions of contract, subject to ITB 35.5, using for that purpose the Performance Security Form included in Section 8: Contract Forms, or another form acceptable to the Employer.

42.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or to sign the Contract Agreement shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security.

42.3 The above provision shall not apply to the furnishing of a Domestic Preference Security, if so required.

43. Adjudicator 43.1 The Employer proposes the person named in the BDS to be

appointed as Adjudicator under the Contract, at the hourly fee specified in the BDS, plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in his Bid. In such a case the adjudicator shall be appointed by the Appointing authority designated in the Particular Conditions of Contract (PCC).

33 Section 2 : Bid Data Sheet (BDS)

Section-2

Bid Data Sheet

34 Section 2 : Bid Data Sheet (BDS)

Section 2: Bid Data Sheet (BDS)

This section consists of provisions that are specific and supplement the information or requirements included in Section I – Instructions to Bidders.

A. Introduction

ITB 1.1 The number of the Invitation for Bids is NCB NO.

MRVC/S&T/TELE/FOB/CR - 2

ITB 1.1 The Employer is: MUMBAI RAILWAY VIKAS CORPORATION

ITB 1.1 Design, Supply of materials, Excavation of trenches, Laying of cables, Installation, Testing & Commissioning of outdoor and indoor equipments of PIS, UTS, PA System and Train Indicators etc. in connection with construction of FOB's on Platforms of Vidyavihar, Vikroli, Mulund, Ambivli, Titwala, Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway.

ITB 4.1 JV is not eligible to Bid

B. Bidding Documents

ITB 7.1 For clarification purposes only, the Employer’s address is:

Attention: Mr. S. J. Chauhan, Dy. CSTE(Proj.), MRVC

Street Address: Churchgate Station Building

Floor/Room number: 2nd Floor

City: Mumbai

Pin Code: 400 020

Country: INDIA

Telephone: : 91-022-22036825

Facsimile number: 91-22-22096972

Electronic mail address: [email protected]

Requests for clarification should be received by the Employer no later than: 15 days prior to bid submission date.

Web page: www.mrvc.indianrailways.gov.in

ITB 7.4 A Pre-Bid meeting will not take place

35 Section 2 : Bid Data Sheet (BDS)

C. Preparation of Bids

ITB 10.1 The language of the bid is: English

ITB 13.1 Alternative bids will not be permitted.

ITB 13.2 Alternative times for completion will not be permitted.

ITB 14.5 The prices quoted by the Bidder shall be adjustable in accordance with the provisions in Sub Clause 45 of GCC Section 6, Section 7 Particular Conditions of Contract.

ITB 15.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees (INR)

ITB 18.1 The bid validity period shall be 120 (One Hundred Twenty) days.

ITB 19.1 The Bidder should submit along with the bid, a bid security for ₹ 5,27,000/- (Rupees Five Lakh Twenty Seven Thousand only)

ITB 19.2 The bid security shall be deposited in following bank account of Mumbai Railway Vikas Corporation Ltd.

1. Details Bank account of Mumbai Railway Vikas Corporation Limited for payment of Bid document cost and depositing Bid Security are as under. a. Name of Beneficiary : Mumbai Railway

Corporation Limited b. A/C No. : 36038784315 c. IFSC Code : SBIN0001821 d. Name of Bank : State Bank of India e. Name of Branch : Churchgate, Mumbai f. MICR Code : 400002018 g. Type of Account : Current

ITB 20.1 The Bidder shall submit the offer electronically on e-portal www.ireps.gov.in with their valid Class - III Digital Signature certificate.

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of:

(a) In case of Companies, a POA from the Director of the Company who has been authorized by the Board of Directors through resolution to sign on behalf of the Company

(b) In case of firms Power of Attorney by the Proprietors.

36 Section 2 : Bid Data Sheet (BDS)

D. Submission and Opening of Bids

ITB 22.1 For bid submission purposes , the Employer’s address is:

Dy. Chief Signal &Telecom Engineer(I)

Mumbai Railway Vikas Corporation Limited

Floor/Room No. Second Floor Street Address Churchgate Railway Station,

Mumbai City Mumbai Pin Code 400020 Country Indian Republic Tel. No. 91-022-22036825 Fax: 91-22-22096972 E – Mail [email protected]

The deadline for bid submission is: Date: 22.03.2018 Time: 15:00 hrs.

ITB 22.2 Bid shall be submitted Electronically on web portal www.ireps.gov.in,

ITB 25.1 The bid opening shall take place at:

Mumbai Railway Vikas Corporation Limited

2nd Floor, Churchgate Station Building,

Churchgate, Mumbai

Pin Code: 400 020

Country: INDIA

Date: 22.03.2018

Time: 15:30 Hrs.

ITB 25.2 Bid will be opened on line.

ITB 25.3 The Letter of Bid and Priced Bill of Quantities shall be initialed by ASTE/MRVC & Sr. SO/MRVC representatives of the Employer conducting Bid opening.

ITB 33.1 Purchase Preference Not Applicable.

ITB 34.1 Subcontracting is not permitted.

ITB 34.3 Subcontracting is not permitted.

ITB 43 The Adjudicator proposed by the Employer is as under:

Shri. VISHNU DATT GAUTAM

The hourly fee for these proposed Adjudicators shall be: INR 1000/-. The biographical data of the proposed Adjudicators are as follows:

RESUME OF Shri VISHNU DATT GAUTAM

37 Section 2 : Bid Data Sheet (BDS)

Name : VISHNU DATT GAUTAM

Date Of Birth : 10TH JULY 1939

ADDRESS D/37, RAILWAYMENS SOCIETY, SECTOR 2 VASHI, NAVI MUMBAI 400703

TELE NO 27826548

Education:

I. : BSC II. : BE (ELECT) FROM ROORKEE UNIVERSITY III. : FELLOW/IETE

IV. : IRSSE (RETD),

PROFESSIONAL CAREER SPAN:

JULY1963 TO JULY 1997 (34 YEARS)

WORK EXPERIENCE

PERIOD POST HELD EXPERIENCE SINCE RETIREMENT (1997)

PRINCIPAL CONSULTANT (S&T)

Giving consultancy to PPPL for Railway Projects

01/12/96 – 31/07/97

CSTE/CENTRAL RAILWAY

Planning & execution of Projects on Central Railway

01/06/95 – 01/12/96

CSTE/MTP MUMBAI Planning & execution of MTP Projects in Mumbai

01/01/91 – 31/05/95

CSTE/PLANNING & CSTE/C WESTERN RAILWAY

Planning & execution of S&T Projects including gauge conversion works on Delhi Ahmedabad route

01/06/87 – 31/12/90

CCE/CSTE/PLANNING/CSTE/C CENTRAL RAILWAY

Planning & execution of Projects on Central Railway

DETAILS OF SIGNALLING & TELECOM PROJECT FORMULATED AND EXECUTED

1 Track Circuiting on Concrete sleepers – 1970 2 Axle counter in Railway Yards – 1980 3 Automatic signalling with Axle Counter on Mathura - Palwal

section of Central railway – 1984 4 Automatic Signalling with AFTC on Ahmedabad – Anand section

of Western railway – 1995 5 Optical fibre Cable on CST - Kalyan section of Central railway – 1982 6 Train Management system on western Railway – 1994-95 7 Formulating the detailed estimate of DC/AC conversion

on Central/Western railway 1995-96 8 Formulating & executing Passenger Reservation System on

Central/western Railway 9 Worked as a Telecom Expert Member of a team constituted by

Railway Board to find a viable Telecom Scheme for Konkan

38 Section 2 : Bid Data Sheet (BDS)

Railway – 1994 (The report was accepted in TOTO & Project executed accordingly

10 Joined Indian Railways as IRSSE Officer on July 1963 and served for 34 year holding various posts & retired as Chief signal & telecom Engineer from Central railway.

Section 3: Evaluation Criteria and Qualification Criteria 39

Section 3

Evaluation and Qualification Criteria

Section 3: Evaluation Criteria and Qualification Criteria 40

Table of Criteria

1. Evaluation .................................................................................................................... 411

1.1. Adequacy of Technical Bid ..................................................................................... 411

1.2. Award Of Contracts ................................................................................................. 411

1.3. Completion Time ...................................................................................................... 411

1.4. Technical Alternatives ............................................................................................. 411

1.5. Margin of Preference .............................................................................................. 411

1.5.1. Purchase Preference to Central Public Sector Enterprises (CPSUs) ................ 411

1.5.2. Domestic Preference ............................................................................................... 411

2. Qualification................................................................................................................... 42

2.1 Eligibility .................................................................................................................... 42

2.2 Financial Status ........................................................................................................ 42

2.3 Experience ................................................................................................................. 43

2.4 Personnel .................................................................................................................... 45

2.5 Equipment .................................................................................................................. 45

Section 3: Evaluation Criteria and Qualification Criteria 41

1. Evaluation

In addition to the criteria listed in ITB 35.2 (a)-(e), the following criteria shall apply:

1.1. Adequacy of Technical Bid

Evaluation of the Bidder's commitment to mobilize key equipment and personnel for the contract consistent with the requirements stipulated in Section 5: Works Requirements regarding work methods, scheduling, and material sourcing.

1.2. Award of Contracts

Pursuant to Sub-Clause 35.4 of Instructions to Bidders, evaluation shall be done as under: After the bidder is determined to be responsive and meet qualification requirements, the employer will evaluate and compare financial bids in order to arrive at the least cost for the employer by taking into account discounts offered by bidders. The least cost will determine the technically eligible lowest bidder. On the basis of this evaluation, the employer may award the work to the bidder, at his sole discretion.

1.3. Completion Time

Alternative Completion Time is not permitted.

1.4. Technical Alternatives

Technical alternatives are not permitted

1.5. Margin of Preference

1.5.1. Purchase Preference to Central Public Sector Enterprises (CPSEs)

Purchase Preference to CPSEs shall not apply.

1.5.2. Domestic Preference

Domestic Preference is not applicable.

Section 3: Evaluation Criteria and Qualification Criteria 42

2. Qualification 2.1 Eligibility

Criteria Documents

Single Entity

Submission Requirements

2.1.1 Conflict of Interest

No Conflict of interest in accordance with ITB Sub-Clause 4.3.

Must meet requirement

Letter of Technical Bid (Form PS 1)

2.1.2 Disqualification of Bidder

Not Disqualified under Clause 4.4 of ITB. Must Meet

Requirement

Letter of Technical Bid

(Form PS 1) &

Affidavit (Form PS 3)

2.2 Financial Status Criteria Compliance Requirements Documents

Requirement Single Entity

Joint Venture Submission

Require-ments

All Partners Combi-

ned

Each Partner

Lead Partner

2.2.1 Historical Financial Performance – Deleted Not

applic-able

Not applic-

able

Not applic-

able

Not applic-

able

-

2.2.2 Total Contract amount Received :

Total contract amount received during the last three financial years and in the current financial year up to date of opening of tender should be a minimum of 150% of advertised tender value i.e. Rs. 394.90 Lakh

Must meet require-ment

Not applic-able

Not applic-

able

Not applic-

able

FORM FIN-2

2.2.3 Net –Worth- Deleted

- Not applic-

able

Not applic-

able

Not applic-

able

Not applic-

able

-

Note: Following documents will be relied upon for working out the total Contractual

amount received by the tenderer to evaluate credentials against criterion 2.2.2 (Total Contractual receipt):

i. Audited Balance sheet duly certified by the Chartered Accountant.

Section 3: Evaluation Criteria and Qualification Criteria 43

ii. Attested Certificates from Employers/Clients about contractual payment received for the work done.

2.3 Experience

Criteria Compliance Requirements Document

s

Requirement Single Entity

Joint Venture Submission Require-ments

All Partners

Combined

Each Partner

Lead Partner

2.3.1 2.3.1 ( a) Contracts of

Single Similar Work . Should have physically

completed within the qualifying period i.e. the last three financial years and current financial year up to date of opening of the tender (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 as defined in Note below.

NOTE: As regards “Single Similar Work”: The tenderer should have physically completed:

Any Telecom work costing INR 92.14 Lakh, which includes Supply and installation of train indicators display, Public Address system and Networking system .

must meet require-ment

Not applic-

able

Not applic-

able

Not applic-

able

FORM EXP-2(b)

2.3.1 (b)- Deleted Construction Experience in Key Activities (Executed during the last ten years prior to the applications submission deadline):

Not Applic-

able

Not Applic-

able

Not Applic-

able

Not Applic-

able

NIL

Note:- (1) Deleted

Section 3: Evaluation Criteria and Qualification Criteria 44

(2) Deleted (3) Deleted (4) Deleted (5) Deleted (6) Deleted (i) to (vi)

(i) Deleted (ii) Deleted (iii) Deleted (iv) Deleted (v) Deleted. (vi) Deleted

(7) Deleted (1) and (2)

(8) Deleted.

(9) Deleted. (10) Following documents will be relied upon for working out the total Contractual

amount received by the tenderer to evaluate credentials against criterion 2.2.2 (Total Contractual receipt): i. Audited Balance sheet duly certified by the Chartered Accountant.

ii. Attested Certificates from Employers/Clients about contractual payment received for the work done.

(11) In the event that the audited accounts for the latest concluded Financial Year are not available, other documents as mentioned in para 10 above will be considered to evaluate credentials against criterion 2.2.2 (Total Contractual receipt).

(12) If any firm participating single Entity which is less than 3 year old, total contract amount received by the firm since it’s inception till the date of opening of tender shall be more than Rs. 371.68 Lakh.

(13) Deleted. (14) 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. (15) In case, final bill of similar nature of work has not been passed and final

measurements have not been recorded, the paid amount including statutory deductions will be considered. If the final measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deductions will 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.

(16) Tenderers should submit documentary proof in regard to fulfilling the above eligibility criteria along with their offer. Each document should be signed by the tenderer in token of authentication of the document submitted & attested by a Gazetted Officer. The offer of Tenderers who do not meet the eligibility criteria as mentioned vide (a) & (b) above shall not be considered. The Tenderers who fail to submit documentary proof along with their offer will, normally, not be considered.

(17) Work executed with Central/State Government/Semi Government Organizations/ Authorities, PSUs and Government of India Undertakings shall ONLY be considered to qualify above eligibility criteria. Certificates from Public Limited Companies & Private individuals for whom such works are executed/being executed shall not be accepted.

(18) Deleted.

Section 3: Evaluation Criteria and Qualification Criteria 45

(19) Tenderers may carefully note that their Contract Agreement for this work is liable to be terminated at any time later, in case the documents furnished by them are found to be untrue / misleading or any adverse point comes to light subsequently. The decision of Railway in this regard shall be final and binding.

(20) The determination shall not take into consideration the qualifications of other firms such as the Bidder’s subsidiaries, parent entities, affiliates, subcontractors (other than Specialized Subcontractors if permitted in the bidding document), or any other firm(s) different from the Bidder.

(21) In case of the transfer of business with all attributible to other firms with the approval of competent authority such as National Company Law Tribunal (NCLT), credential of the transferor Company/firms can be considered for evaluting the eligibility and qualification of the Transferee company/firm.

2.4 Personnel

The Bidder must give an undertaking to provide at least the personnel for the key position as given in Section 5: Works Requirement, if he is awarded the contract.

2.5 Equipment

The Bidder must give an undertaking to provide at least the key equipment for execution of the work as given in section5: Works Requirement, if he is awarded the contract:

2.6 Deleted.

EACH BIDDER SHOULD SUBMIT DETAILS/REFERENCES AS TO HOW THE ELIGILIBILITY CRITERIA IS BEING MET BY THE BIDDER AGAINST EACH ITEM OF EQC. THIS SHOULD BE PREPARED AND SUBMITTED IN THE PERFORMA “EQC FORM NO.1” ENCLOSED IN SECTION 4.

Section 4: Bidding Forms 46

Section 4

Bidding Forms

Section 4: Bidding Forms 47

Section 4: Bidding Forms

This Section contains the forms which are to be completed by the Bidder and submitted as part of his Bid .

Table of Forms Letter of Technical Bid 48

Letter of Price Bid 50

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY BIDDER ALONGWITH THE BID 51

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY BIDDER BEFORE OPENING OF PRICE BID53

Bid Security 54

Form ELI - 1: Bidder’s Information Sheet 60

Form FIN-1: Financial Situation 62

Form FIN-2: Annual Construction Turnover for the last 3 years 64

Form FIN-3: Current Contract Commitments / Works in Progress 65

Form EXP-2(a): Specific Construction Experience 66

Form EXP-2(b): Specific Construction Experience 67

Forms for Personnel 68

Form PER – 2: Resume of Proposed Personnel 69

Forms for Equipment 70

EQC Form No 1: 71

2. Qualification 71

2.1.1. Conflict of Interest 71

2.1.2. Disqualification of Bidder 71

2.2 Financial Status 71

2.2.2 Average Annual Construction Turnover 71

2.3 Experience 71

2.3.1 71

2.4 Technical 71

2.5 Equipment 71

2.6 Personnel 71

Section 4: Bidding Forms 48

Form: PS 1 Letter of Technical Bid

Date:

Invitation for Bid No.: .............................................. To: ...............................................................................................................................................

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB) 8;

(b) We offer to execute the Works in conformity with the Bidding Documents ;

(c) Our bid shall be valid for a period of........ days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d) If our bid is accepted, we commit to obtain a performance security in accordance with

the Bidding Documents;

(e) If our bid is accepted, we commit to deploy key equipment and key personnel consistent with the requirements stipulated in Section 5: Works Requirements;

(f) If our bid is accepted, we commit to submit work method statements for all major

activities and get these approved from the engineer prior to commencing work on such activities. We also understand that the work shall be executed as per the approved method statements without any deviations;

(g) We, including any subcontractors or suppliers for any part of the contract, do not have

any conflict of interest in accordance with ITB 4.3;

(h) Deleted

(i) We declare that we are not liable to be disqualified in Accordance with ITB 4.4, and we are enclosing the affidavit for the same as per the Performa given in the bid document.

(j) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; and

(k) We have not made any deviations from the requirement of the bidding document and we have also not made any tampering or changes in the bidding documents on which the bid is being submitted and if any tampering or changes are detected at any stage,

Section 4: Bidding Forms 49

we understand the bid will invite summary rejection and forfeiture of bid security/the contract will be liable to be terminated along with forfeiture of performance security, even if LOA has been issued.

(l) We are participating in this tender and we are aware that we will be considered for the award of bid if we are found to fulfill the eligibility criteria as given in bidding document.

(m) We declare that the submission of this bid confirms that no agent, middleman or any intermediary has been, or will be engaged to provide any services or any other item of work related to the award and performance of this contract. We further confirm and declare that no agency commission or any payment which may be construed as an agency commission has been, or will be, paid and that the bid price does not include any such amount. We acknowledge the right of the Employer, if he finds to the contrary, to declare our bid to be noncompliant and if the contract has been awarded to declare the contract null and void

(n) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

(o) Declaration for Bid documents downloaded from Website:

I. We have downloaded the bid documents from the Internet site www.mrvc.indianrailways.gov.in and we have not tampered/modified the bid documents in any manner. In case, the same is found to be tampered/modified full earnest money deposit will be forfeited and we are liable to be banned from doing business with MRVC and / or prosecuted.

II. We are submitting a demand draft No................................. dated ................................ issued by ................................ for Rupees............ toward the cost of bid form.

Name .................................................................................................................................... In the capacity of .................................................................................................................. Signed ................................................................................................................................... Duly authorized to sign the Bid for and on behalf of ........................................................... Date ...................................................................................................................................... ...............................................................................................................................................

Section 4: Bidding Forms 50

Form: PS 2

Letter of Price Bid Date: .......................................................

Invitation for Bid No.: ................................................ To: .....................................................................................................................................................................

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB) 8;

(b) We offer to execute the Work in conformity with the Bidding Documents;

(c) The total price of our Bid, excluding any discounts offered in item (d) below is…………… ……………………………………………………………………………………………………………

(d) The discounts offered and the methodology for their application (see note below) are……………………………………………………………………………………………….………………………………………………………………………………………………………………….

(e) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed; and

(f) We have not made any deviations from the requirement of the bidding document and we have also not made any tampering or changes in the bidding documents on which the bid is being submitted and if any tampering or changes are detected at any stage, we understand the bid will invite summary rejection and forfeiture of bid security/the contract will be liable to be terminated along with forfeiture of performance security, even if LOA has been issued.

(g) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

Name ............................................................................................................................................................................

In the capacity of ..........................................................................................................................................................

Signed ...........................................................................................................................................................................

Duly authorized to sign the Bid for and on behalf of ...................................................................................................

Date ..............................................................................................................................................................................

Note: The discounts, and the methodology of their application, should be quoted on prices quoted in the bid so that the discounts can be evaluated by simple arithmetic calculation during financial evaluation of the bids, to arrive at the net total price of the bid. If the net total price cannot be calculated after application of the methodology of the discount(s) quoted, the bid shall be considered as incomplete and will be rejected.

Section 4: Bidding Forms 51

Form: PS 3

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY BIDDER ALONGWITH THE BID

(To be executed in presence of Public Notary on non-judicial stamp paper of the appropriate value in accordance with relevant stamp Act. The stamp paper has to be in the name of the bidder)** I …….. (Name and designation)**…… appointed as the attorney/authorized signatory of the bidder (including its constituents), M/s. ________ (hereinafter called the bidder) for the purpose of the Bid for the work of _________ as per the bid No._________ of MRVC, do hereby solemnly affirm and state on behalf of the bidder including its constituents as under:

*1. That the bidder or any of its constituents has not been Blacklisted/ banned for business

dealings for all Government Departments or by Ministry of Railways or by MRVC at any time and/or no such blacklisting is in force as on the deadline for submission of bids.

*2 That none of the previous contracts of the bidder or any of its constituents had been

terminated/rescinded for Contractor’s failure by Mumbai Railway Vikas Corporation. during the period of last 2 years before the deadline for submission of bids.

(Add Proviso of Clause 4.4(b) (ITB suitably, if any Contract was so terminated).

*3 The bidder or any of its constituents has not been imposed liquidated damages of 5% or

more of contract value by MRVC due to delay in the implementation of any previous contract (either in the capacity of a single entity or as constituent of any other JV) within the period of last 2 years before the deadline for submission of bid [2 years shall be reckoned from the date on which imposed L.D. has exceeded 5% of the contract price]and there are no such accrued delay damages which has not been fully recovered before the deadline for submission of bids on account of contractor’s request for deferring recovery to maintain cash flow and MRVC has acceded to the same in the interest of the project and the work under the previous contract in question has been completed before the deadline for submission of bid, unless imposition of such delay damages has been set aside by the Competent Authority.

4 That the Bidder or any of its constituents is neither Bankrupt/Insolvent nor is in the process of winding-up nor such a case is pending before any Court on the deadline of submission of the bid.

*5 That the name of the Bidder or any of its constituents is not on the list of “Poor

Performer” of MRVC as on the deadline for submission of bid.

6. We declare that the bidder or any of its constituents have not either changed their name or created a new business entity as covered by the definition of “Allied Firm” under Para 1102 (iii) of chapter XI of Vigilance manual of Indian Railways with latest amendments and corrections (available on website of Indian Railways), consequent to having been banned business dealings for specified period which is not over or suspended business dealings or having been declared as poor performer.

Section 4: Bidding Forms 52

7.# We declare and certify that balance sheets for last three financial years including that for the latest concluded financial year are being submitted.

OR We declare and certify that balance sheet for the latest concluded financial year has not

been finalized till date and that is why we are furnishing financial data for last three financial years ignoring the latest concluded financial year.

(# - Delete whichever is not applicable)**.

8. We declare and certify that we have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements.

9. We declare that the information and documents submitted along with the tender by us are correct and we are fully responsible for the correctness of the information and documents, submitted by us.

10. We understand that in case we cease to fulfill the requirements of qualifying and

eligibility criteria at any time after opening of bids and till finalization of bids, it will be our bounden duty to inform the Employer of our changed status immediately and in case of our failure to do so, our bid shall be rejected and bid security shall be forfeited. We shall also be liable for Banning of Business dealings up to a period of five years.

11. We understand that if the contents of the affidavit are found to be false at any stage

during bid evaluation, it will lead to rejection of our bid and forfeiture of the bid security. Further, we [insert name of the bidder]**_______ and all our constituents understand that we shall be liable for banning of business dealings up to a period of five years.

12. We also understand that if the contents of the affidavit are found to be false at any time

after the award of the contract it will lead to termination of the contract, forfeiture of Bid or Performance Security and Banning of Business dealings of the Bidder and all its constituents for a period of up to five years.

SEAL AND SIGNATURE OF THE BIDDER Verification: Verified on ______ day of _____ at _________ that the contents of the above mentioned affidavit are true and correct and nothing material has been concealed there from.

SEAL AND SIGNATURE OF THE BIDDER

* Modify the contents wherever necessary, in terms of sub-clause 4.4 ITB. ** The contents in Italics are only for guidance purpose and details as

appropriate, are to be filled in suitably by Bidder. Attestation before Magistrate/Public Notary

Form: PS 4

Section 4: Bidding Forms 53

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY BIDDER BEFORE OPENING OF PRICE BID

(To be executed in presence of Public Notary on non-judicial stamp paper of the appropriate value in accordance with relevant stamp Act. The stamp paper has to be in the name of the bidder)** I …….. (Name and designation)**…… appointed as the attorney/authorized signatory of the bidder (including its constituents), M/s. ________ (hereinafter called the bidder) for the purpose of the Bid for the work of _________ as per the bid No._________ of MRVC, do hereby solemnly affirm and state on behalf of the bidder including its constituents as under:

In continuation with the affidavit submitted by us along with our bid, we hereby declare that we continue to be eligible for award of the contract in terms of ITB clause 4.3 & 4.4 till.../.../.....[insert date one day prior to opening of Price Bids]**. We ........................ [Insert the name of the bidder]**understand that if the contents of the affidavit are found to be false at any stage during bid evaluation, it will lead to rejection of our bid and forfeiture of the bid security, and all our constituents understand that we shall be liable for banning of business dealings up to a period of five years.

SEAL AND SIGNATURE OF THE BIDDER Verification: Verified on ______ day of _____ at _________ that the contents of the above mentioned affidavit are true and correct and nothing material has been concealed there from.

SEAL AND SIGNATURE OF THE BIDDER

** The contents in Italics are only for guidance purpose and details as appropriate, are to be filled in suitably by Bidder. Attestation before Magistrate/Public Notary

Section 4: Bidding Forms 54

Form: BDF/1 Bid Security

Bank Guarantee

(Deleted)

Form: JV/1

Section 4: Bidding Forms 55

PRO-FORMA LETTER OF PARTICIPATION FROM EACH PARTNER OF JOINT VENTURE (JV)

(On each Firm's Letter Head)

(Deleted)

Section 4: Bidding Forms 56

Form: JV/2

FORMAT FOR POWER OF ATTORNEY FOR AUTHORISED SIGNATORY OF JOINT VENTURE (JV)

PARTNERS

(Deleted)

Section 4: Bidding Forms 57

Form: JV/3

FORMAT FOR POWER OF ATTORNEY TO LEAD PARTNER OF JOINT VENTURE (JV)

(Deleted)

Section 4: Bidding Forms 58

Form: JV/4

DRAFT MEMORANDUM OF UNDERSTANDING (MOU)

For JOINT VENTURE PARTICIPATION

BETWEEN

(Deleted)

Section 4: Bidding Forms 59

Form: JV/5

DRAFT FORMAT OF JOINT VENTURE AGREEMENT

(Deleted)

Section 4: Bidding Forms 60

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

Bidder’s country of constitution

Bidder’s year of constitution

Bidder’s legal address in country of constitution

Bidder’s authorized representative (name, address, telephone numbers, fax numbers, e-mail address)

The bidder shall attach copies of the following original documents with the form:

1. In case of single entity, articles of incorporation or constitution of the legal entity named

above, in accordance with ITB 4.1 and 4.2.

2. Authorization to represent the firm named in above, in accordance with ITB 20.2.

Section 4: Bidding Forms 61

Form ELI - 2: JV Information Sheet

(Deleted)

Section 4: Bidding Forms 62

Form FIN-1: Financial Situation

(Each Bidder must fill in this form separately) NAME OF BIDDER: ______________________________

Financial Data for Last 3 Years [Indian National Rupees]

Year 1: Year 2: Year 3:

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

5. Net Worth [= 1 – 3]

6. Working Capital [= 2/4]

7. Profit After Tax (PAT)

8. Average Profit After Tax (PAT) for last three

financial years (= average of [7] for year 1,

year 2 & year 3)

9. Whether the bidder was at default in repayment

of dues to a financial institution or bank or

debenture holders at the end the latest financial year for which audited

balance sheet is available (Yes/No).

- -

____________________________________

SEAL AND SIGNATURE OF THE BIDDER

Certified that all figures and facts submitted in this form have been furnished after full consideration of all observations/notes in Auditor’s reports.

______________________

Section 4: Bidding Forms 63

(Signature of CA/Auditor) Name of CA/Auditor:______________

Registration No: ______________

______________________ (Seal)

1. The bidder shall attach copies of the following original documents with the form:

Copies of the audited balance sheets, including all related notes, and income statements for the last three years, as indicated above, complying with the following conditions.

All such documents reflect the financial situation of the Bidder, and not sister or parent companies.

Historic financial statements must be audited by a certified accountant.

Historic financial statements must be complete, including all notes to the financial statements.

Historic financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

2. Contents of this form should be certified by a Chartered Accountant/Auditor.

1. In the event that the audited accounts for the latest concluded Financial Year are not available, the Bidder shall furnish information pertaining to the last three financial years after ignoring the latest concluded financial year. In case the bidder submits audited financial information for the last four or more years, only the figures for the latest three years shall be considered for evaluation.

Section 4: Bidding Forms 64

Form FIN-2: Annual Construction Turnover for the last 3 years

Each Bidder must fill in this form separately:

NAME OF BIDDER

Annual Turnover Data for the Last 3 Years (Construction only)

Year Amount

Currency Exchange

Rate Indian National Rupees

Equivalent

Average Annual Construction Turnover for last 3 years

1. The information supplied shall be substantiated by data in the audited balance sheets and profit and loss accounts for the relevant years and submitted as attachments to form Fin-1 in respect of the bidder or all partners constituting the bidder.

2. Contents of this form should be certified by a Chartered Accountant/Auditor.

3. In the event that the audited accounts for the latest Financial Year are not available, the Bidder shall furnish information pertaining to last three financial years after ignoring the latest financial year. In case the bidder submits audited financial information for the last four or more years, only the figures for the latest three years shall be considered for evaluation.

Section 4: Bidding Forms 65

Form FIN-3: Current Contract Commitments / Works in Progress

Bidders should provide information on their current commitments on all contract that have been awarded, or which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

Contract Commitments

SN Des-crip-

tion of work

Contract No. & date

Name & address of Employer, Tel./Fax/

Email

Value of

Con-tract

in INR

Stipulated Period of

completion

Value of

Balance work

Anti-cipa-ted

date of

Comple-tion

1

2

Total

Note: Enclose Certificate(s) from Engineer(s) In charge (not below the rank of Executive Engineer) for Value of outstanding work. In case it is not feasible to furnish certificate from all the units the bidder should record the following certificate on Fin 3:

"Certified that current commitments on all the contracts that have been awarded or for which a letter of intent or acceptance has been received or for the works in progress or the works approaching completion, value of outstanding work has been indicated in the above table correctly. It is further certified that if later on the employer discovers that information provided in the table is incorrect then the employer will treat our bid invalid and it will be liable for rejection"

Section 4: Bidding Forms 66

Form EXP-2(a): Specific Construction Experience

Fill up one form per contract

Contract of Similar Size and Nature

Contract No. Contract Identification

Award Date Completion Date

Role in Contract Contractor Subcontractor

Total Contract Amount

INR

If partner in a JV or subcontractor, specify participation in total contract amount

Percent of Total: Amount: INR

Employer’s Name, Current Address and Current Telephone/Fax Number, E-mail

Description of the similarity in accordance with Criteria 2.3.1 (a) of Section 3

The bidder shall attach a copy of the Certificate(s) issued by the employer in support of the information being furnished in each Exp (2a) form, failing which the claim of the bidder shall be liable to be rejected (in case of experience as a sub-contractor, the employer shall be the owner of the Project who has engaged the main Contractor).

Section 4: Bidding Forms 67

Form EXP-2(b): Specific Construction Experience

Fill up one form per contract

Copy of Certificate(s) issued by the employer in support of the information being furnished

above, shall be attached with each respective Exp (2b) form, as per detailed requirements indicated in note 6 below clause 2.3.1 of Section 3 failing which the claim of the bidder shall be liable to be rejected (in case of experience as a sub-contractor, the employer shall be the owner of the Project who has engaged the main Contractor).

Contract of Similar Size and Nature

Contract No. Contract Identification

Award Date Completion Date

Role in Contract Contractor Subcontractor

Total Contract Amount INR

If partner in a JV or subcontractor, specify participation in total contract amount

Percent of Total: Amount: INR

Employer’s Name, Current Address and Current Telephone/Fax Number, E-mail

Description, quantity & period of execution of the key activities in accordance with Criteria 2.3.1 (b) of Section 3

Section 4: Bidding Forms 68

Forms for Personnel

Form PER – 1: Proposed Personnel Bidders should provide the names of suitably qualified personnel to meet the specified requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate.

1. Title of position

Name

2. Title of position

Name

3. Title of position

Name

4. Title of position

Name

5. Title of position

Name

6. Title of position

Name

etc. Title of position

Name

Section 4: Bidding Forms 69

Form PER – 2: Resume of Proposed Personnel The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used for evaluation. Position* Personnel information

Name *

Date of birth

Professional qualifications

Present employment

Name of Employer

Address of Employer

Telephone

Contact (manager / personnel officer)

Fax

E-mail

Job title

Years with present Employer

Summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the project. From* To* Company, Project , Position, and Relevant Technical and Management

Experience*

Section 4: Bidding Forms 70

Forms for Equipment The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for the key equipment listed in Section III (Evaluation and Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder. The Bidder shall provide all the information requested below, to the extent possible. Fields with asterisk (*) shall be used for evaluation. Type of Equipment* Equipment Information

Name of manufacturer,

Model and power rating

Capacity*

Year of manufacture*

Current Status

Current location

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured The following information shall be provided only for equipment not owned by the Bidder. Owner Name of owner

Address of owner

Telephone

Contact name and title

Fax

Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Section 4: Bidding Forms 71

EQC Form No 1:

Clause No & Clause heading

Details of value of work/quantity of activity and References (Folio No.) of Documents through which criteria against each item is being met.

2 Qualification 2.1.1. Conflict of

Interest

2.1.2. Disqualification of Bidder

2.2 Financial Status 2.2.1 Average Annual

Construction Turnover

2.3 Experience 2.3.1 (a) Contracts of

Similar Size and Nature

2.4 Technical Deleted 2.5 Equipment Deleted 2.6 Personnel

Section 5 (i): General Specifications 72

PART - II

WORK REQUIREMENTS

Section 5 (i): General Specifications 73

Section - 5

Work Requirements

(i) General specifications (ii) Technical specifications

Section 5 (i): General Specifications 74

(i) General Specifications

Section 5 (i): General Specifications 75

Section 5 General specification

Section 5 (i): General Specifications 76

Table of Contents

1. General ............................................................................................................................. 78

2. Scope of Work, Planning, programme and progress monitoring ..................................... 79

3. Management Plans .......................................................................................................... 80

4. Document submission and record .................................................................................... 81

5. Quality Management ......................................................................................................... 81

6. Materials and equipment .................................................................................................. 82

7. Packaging, storage, shipping and delivery ....................................................................... 83

8. Site establishment and attendance .................................................................................... 84

9. Personnel .......................................................................................................................... 85

10 Liaison and approvals with others ................................................................................... 85

11 Prevention of Mosquito Breeding .................................................................................... 86

12 Health and Safety ........................................................................................................... 86

13.SAFETY RULES ............................................................................................................... 86

14.Safety Management Plan & Safety Checklists ................................................................... 94

15.Integrity Pact ...................................................................................................................... 97

Section 5 (i): General Specifications 77

PART 1 - GENERAL SPECIFICATIONS

Section 5 (i): General Specifications 78

1. General

1.1 Application of the General Specification (GS)

1.1.1 The provisions contained in the Technical Specification (TS) and the Employer’s Drawings shall prevail over the provisions contained in this GS.

1.1.2 This GS shall be read in conjunction with the other documents constituting the Contract.

1.2 Definitions

(i) “Commissioning” means the process of setting to work the complete works through a series of integrated test that demonstrate the installation and performance of Works in accordance with the specified criteria.

(ii) “Installation Tests” means the tests to be performed to verify the conformity of completion of an installation/assembly to the design documents approved by the Engineer.

(iii) “Quality Control Point” means a point in time when a notice or other document is to be submitted to the Engineer in accordance with the Contract before the Contractor can commence, proceed with or terminate an activity.

(iv) “Quality Hold Point” means a point in time when a notice of no objection by the Engineer is required.

(v) “Integrated Testing and Commissioning” means those tests that demonstrate the integration of the complete Works, meeting the requirements of the Specification in an operating environment. Integrated Testing and Commissioning form part of the tests on Completion to be performed by the Contractor in order to achieve Employer’s taking over of the Works or any Section.

(vi) “Validation” means the process of confirming by examination and provision of objective evidence, that the specified requirements have been incorporated within design.

1.3 Submission for Approval

1.3.1 Documents, drawings, specifications, calculations, technical papers, material samples, methods of construction and any other matters which have been approved by the Engineer shall not be changed. If any changes are required to be made the Contractor shall once again seek the approval of the Engineer for any such changes.

1.3.2 Submissions for approval of the Engineer shall be made as stated in the GS and/or the PS. For items not specially given a submission date in the Specification, submission shall be strictly in accordance with the agreed Submission Programme or as directed by the Engineer.

1.4 Standards Codes of Practice

1.4.1 Unless otherwise stated in the Contract, reference in the GS to Indian Railway Standards, Indian Railway Manuals, Indian Railway Codes of Practice, BIS Codes & specification shall be to that edition of the document stated in the PS, including all latest amendments issued by the relevant authority.

1.4.2 Later editions of the above documents shall not apply unless approved by the Engineer.

Section 5 (i): General Specifications 79

1.5 Employer’s Drawings

1.5.1 The Contractor shall carefully check all Employers’ Drawings and advise the Engineer of discrepancies, omissions, errors or ambiguities should any be found.

1.5.2 Dimensions shall not be obtained by scaling from the Employer’s Drawings. Dimensions that are not shown or are not calculated from dimensions shown on Employer’s Drawings shall be obtained from the Engineer.

1.6 System Safety

1.6.1 Safety Management

Safety of passengers, staff and general public is paramount for all activities of Railways. Most of the works are to be done in the Passenger traffic area. The works across the track will be taken up during night blocks and mega blocks as permitted by Railways. At no point during the work, any inconvenience should be caused to the normal movement of the passengers. Proper barricading, provision of adequately visible signage, illumination, and devices, as approved by Engineer and deployment of safety personnel shall be done at site for passenger movement for the duration of each activity.

Prime consideration shall be given to all the issues that can have an effect on safety. The Contractor shall evolve & implement the Safety Management Requirements, in consultation and agreement with the Engineer in advance of commencement of each activity. In case of any disagreement, the same will be brought immediately to the attention of the Employer. The view of the Employer shall be treated as final and implemented as soon as possible.

1.7 Survey and Site Investigations

1.7.1 The Contractor shall carry out site supervision for site of work to be executed in yard

2. Scope of Work, Planning, programme and progress monitoring

2.1 Scope of Work: Design, Supply of materials, Excavation of trenches, Laying of cables, Installation, Testing & Commissioning of outdoor and indoor equipments of PIS, UTS, PA System and Train Indicators etc. in connection with construction of FOB's on Platforms of Vidyavihar, Vikroli, Mulund, Ambivli, Titwala, Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway.

2.2 Planning

2.2.1 The Contractor shall develop in detail, a logical method of executing the Works taking into account their complex nature and different phase and shall provide programmes which reflect the detailed planning undertaken.

2.2.2 Within 15 days of the Commencement Date of the Works, the Contractor shall submit for review by the Engineer, his proposed version of the Works Programme which shall provide full programme details for the complete period of the Contract. The Works Programme shall be divided into Major activities and minor activities. A master Gantt chart for major activities shall be prepared and separate Gantt charts indicating minor activities for every major activity shall also be prepared. Separate resource planning shall also be submitted to achieve identified tasks/activities.

Section 5 (i): General Specifications 80

2.3 Works Programme Revisions

2.3.1 The Contractor shall immediately notify the Engineer in writing of the need for any change in the Works Programme, whether due to a change of intention or circumstances or for any other reason, where such a proposed change affects the timely completion of the Works or any Section or Stage; the Contractor shall also submit for the Engineer’s approval proposed revised Works Programme.

2.3.2 If at any time the Engineer considers the actual or anticipated progress of the work reflects a significant deviation from the Works Programme, he may request the Contractor to submit a revised works Programme. Upon receipt of such a request the Contractor shall submit a revised works Programme that shall demonstrate the means by which the Contractor intends to eliminate the deviation. Based on the Contractor’s revisions the Engineer shall revise the Bar Charts and PERT charts and the Contractor shall follow these revised time schedules.

2.4 Monthly Progress Report

2.4.1 The Contractor shall prepare Monthly Progress Reports covering all aspects of the execution of the works. Such Monthly Progress Report shall be in writing and shall be delivered to the Engineer by the 5th day of the month following the month of the Monthly Progress Report. The monthly Progress Report shall take account of work performed up to and including the last day of the month to which the Monthly Progress Report relates.

2.4.2 The Monthly Progress Report shall include an executive summary and contain clear and concise statements in respect of every significant aspect of the works, progress, photographs, CD of important activities etc.

2.4.3 The reports, documents and data provided shall be an accurate representation of the current status of the works and of the works to be accomplished and shall provide the Engineer with a sound basis for identifying problems and deviations from planned works and for making decisions.

2.5 Progress meetings and Management Review meetings

2.5.1 The Employer will chair Management Review meetings with the Contractor and the Engineer every month. These meetings will be held at dates and times to be advised by the Employer.

2.5.2 The Engineer shall convene a weekly Progress meeting with the Contractor.

2.5.3 The Engineer may convene at his discretion, at any times upon reasonable notice to the Contractor, any meeting, either on or off the site, to discuss and address any aspect of the works or the Contract. The Contractor shall attend any such meetings convened by the Engineer.

2.5.4 All meetings shall be convened at a suitable location or at MRVC office at Churchgate, Mumbai unless directed otherwise by the Engineer. Meetings shall be attended by senior personnel from the Contractor who shall arrive properly briefed for all aspects of the meeting and shall be empowered to make executive decisions in respect of the execution of the Works.

3. Management Plans

Project Management Plan

Section 5 (i): General Specifications 81

The overall management of the works shall be the Contractor’s responsibility. The organization of the resources for the procurement, manufacture, delivery, installation, testing and commissioning, and setting of work is to be developed in to a Project Management Plan. Each section of this plan shall fully describe the Contractor’s understanding of the Works and management skills and structure required to achieve the same.

4. Document submission and record

4.1 Submission to the Engineer general requirements

All submission shall be made to the Engineer in a mutually acceptable Computerized format. The drawings shall be in AutoCAD and submitted along with hard copies of appropriate size and a CD. Wherever considered necessary the drawings will have to be submitted on reproducible paper of the type to be specified by the Engineer. For the Project Management Primavera/ M.S.Project for Windows needs to be implemented. The hard copy of all documents shall be the Contractual copy.

4.2 Records

4.2.1 The Contractor shall establish and maintain a place for the storage and archiving of all the documents relating to the works and not required to be submitted to the Engineer under clause 4.1 above which shall be the same place or office where the Contractor is performing the work and storing documents approved by the Engineer.

4.2.2 All documents shall be filed, indexed and suitably stored to permit easy identification and necessary audits.

4.2.3 The Contractor shall maintain his archive of all documents at his offices in connection with and arising out of the Contract for the period to be specified by the Employer.

5.0 Quality Management

5.0.1 The Contractor shall implement the provisions of the Quality Assurance Manual as specified by the Engineer.

5.0.2 Inspection and test plans shall be produced for every activity requiring test and/or inspection. Each inspection and test plan shall identify the quality objectives and include the personnel responsible for undertaking and certifying the inspection and/or test;

5.1 Quality Control Documentation

5.1.1 The Contractor shall provide and maintain at all stages of the works a proper quality control documentation, in the formats specified by the Engineer, to identify the status of inspections, sampling and testing of the work and all certificates. Such register shall be updated by the Contractor to show all activities in previous months. Each register shall:

(i) List the certificates received for each batch of goods and materials incorporated in the works and compare this against the certification required by the Contract.

Section 5 (i): General Specifications 82

(ii) List the inspection and testing activities undertaken by the Contractor on each element of the works and compare these activities against the amount of inspection and testing required by the contract.

(iii) Show the result of each report of inspection and/or test and any required analysis of these results and compare these results against the pass/fail criteria; and

(iv) Summarize any actions proposed by the Contractor to overcome any non-conformity identified.

6. Materials and equipment

6.1 Material shall be procured / supplied, commensurate with the planned progress of work.

6.1.1 Material and Equipment provided by the Employer shall be collected by the Contractor from the location as per Contract conditions. The Contractor shall inspect the materials and equipment before taking receipt and shall immediately inform the Engineer of any shortage or damage.

6.1.2 Materials or Equipment provided by the Employer or supplied by the Contractor for which part payment has been made but which are in Contractor’s custody which are damaged/lost after collection shall be replaced by the Contractor and offered to the Engineer for approval.

6.1.3 The Contractor shall dispose of crates and containers for materials or equipment provided by the Employer.

6.1.4 Equipments/materials provided by the Employer, surplus to the requirements of the works shall be returned at the earliest as directed by the Engineer.

6.1.5 Inspection of works and materials

(i) All materials, fittings, appliances etc. used shall conform to Indian Standard Specifications / Indian Railways specifications, as the case may be, and shall be of approved quality. Providing and operating necessary measuring and testing devices including all consumables are included in the scope of work and there are no separate measurements or payment for testing the work shall be done.

(ii) All materials to be used in the work shall be of standard quality, manufactured by reputed concerns, confirming to Indian Standards or equivalent and shall have I.S. mark as far as possible unless otherwise approved the by the Engineer-in-charge. The Contractor shall get all materials approved after submitting samples by the Engineer in charge prior to procurement and use. All materials procured and brought to site without conforming to specifications and satisfaction of the Engineer shall be removed by the contactor immediately from site at his own expenses and without any claim or compensation due to such rejection and shall provide proper replacement without any delay.

(iii) The work shall be performed in accordance with the terms and conditions and approved drawings as set forth in this document and the instruction of Engineer in charge or his authorized representative, from time to time.

(iv) All materials such as cement, steel, aggregate, sand and fabricated steel, bearing to relevant IS specification shall be procured from factories/ suppliers/ quarries only after the approval of source by Engineer before actually bringing them to work site.

Section 5 (i): General Specifications 83

(v) The contractor will be strictly responsible to the true intent of the specifications in regard to quality of materials, workmanship and the diligent execution of the contract.

(vi) All materials and each part of details of the work shall be subject to all times, to inspection by the Employer/ Engineer or their representative or other authorized subordinates who shall be furnished with reasonable facilities and assistance by the contractor for ascertaining whether or not the work as performed or the materials used are in accordance with the requirements and intent of the plans and specifications.

(vii) The contractor shall also inform the Engineer in writing, when any portion is ready for inspection giving him at least 24 hours advance intimation to enable him to inspect the same, without retarding progress of the work.

(viii) Any work done or materials used without supervision or inspection by the clients, Engineer or his representative, is liable to be ordered to be removed and replaced at the contractors expense.

(ix) If so directed, the contractor shall at any time before the acceptance of the work, remove or uncover such portion of the finished works as may be directed. After examination, the contractor shall restore the said portion of the work as per the standard required by specifications. If the work so examined or exposed prove unacceptable, the expenditure shall be borne by the contractor.

(x) The work shall not be considered to have been completed in accordance with the terms of the contract until the Engineer have certified in writing that it has been completed to his satisfaction. No approval of materials or workmanship or approval of part of the work during the progress of execution shall bind the Engineer or in any way affect his powers to reject the work.

(xi) The inspection of the work or materials shall not relieve the contractor from any of his obligations to fulfill the terms and conditions of the contract as herein prescribed under plans and specifications in the accepted bid document.

(xii) Failure to remove any defective work or material will not in any way prevent client later, from rejection such works defects having discovered or obligate the client to make final acceptance.

7. Packaging, storage, shipping and delivery

7.1 Storage

7.1.1 The Contractor shall provide and maintain acceptable storage facilities for the Permanent works, equipment and materials of all kinds intended for use in carrying out the works or for incorporation into the works.

7.2 Packaging Procedures

7.2.1 All required inspection/test certificates shall be supplied and packed together with individual material. All packaging materials and procedures shall be subject to approval by the Engineer.

7.2.2 Two copies of packing lists and quality certificates shall be attached to each case or package to be shipped. One copy shall be placed inside the package and the second copy shall be enclosed in a watertight enclosure on the outside of each case or

Section 5 (i): General Specifications 84

package. A copy of packing lists and quality certificates shall be sent to the Engineer after each package of the works, the equipment, spare parts and other items to be shipped have been shipped.

7.3 Shipping

7.3.1 Without prejudice to any other provisions of the Contract, the Contractor shall be responsible for all legal requirements, duties, due taxes and other such requirements and expenditures required for the equipment, spare parts and other items to be supplied under the Contract by the Contractor for execution of the Works.

7.4 Delivery

7.4.1 The Contractor shall deliver all items to be supplied or required in the Works under the Contract to the site.

7.4.2 The Contractor shall unload all items to be supplied under the contract / material supplied by the Employer under the Contract/ required in the Works at the designated delivery point and make requisite arrangements for positioning or storing them.

7.4.3 Any part of or any item to be supplied under the Contract that is damaged in transit shall not be considered as delivered.

7.4.4 All documents, manuals drawings and other deliverables shall be delivered to an address to be designated by the Engineer in writing.

8. Site establishment and attendance

8.1 Use of the Site

8.1.1 The site shall not be used by the Contractor for any purpose other than for executing the works or carrying out other work which is associated with the Works.

8.1.2 Entry to and exit from the site shall be obtained only at the locations approved by the Engineer.

8.1.3 All materials and equipment stored on site shall be adequately protected against loss or damage due to any cause such as climatic effects, vandalism, shock and vibration, etc. according to the nature of the articles stored and the local site condition.

8.2 The Contractor’s Site Accommodation

8.2.1 The contractor may erect temporary labour accommodation and ancillary facilities on the Railway land with the approval of Employer/Engineer away from nearest habitation to avoid conflict and stress over existing infrastructure facilities and other sensitive locations like saltpans. The labour camp should have clear marking/ boards to indicate that it pertains to this project and shall be maintained in a clean and hygienic condition. The site should be cleaned of all temporary accommodation after the work at the location is over and the Engineer notified accordingly.

8.2.2 The Contractor shall provide and maintain all necessary offices, sheds stores, mess rooms, conveniences and other accommodation and remove the same from the site on the Employer’s Taking Over of the Works.

8.2.3 The Contractor shall not erect or operate canteen and kitchen facilities on the site except with the Consent of the Engineer and, where appropriate, the Relevant Authorities.

8.3 Site Utilities and Access

Section 5 (i): General Specifications 85

The contractor shall provide at his own cost, one fully furnished office at site for his own use. Toilet, water, electricity, telephone, sewerage and drainage facilities shall be provided at site office. The Contractor shall make all arrangements with and obtain the necessary approvals from the Relevant Authorities for the facilities. Employer, site engineers and site supervisors shall have access to this site office of contractor.

8.4 Name boards

The contractor shall provide erect and maintain appropriate name boards for works site and also for site office at his cost. The wording on each name board and its location shall be agreed by the engineer before it is erected.

8.5 Survey Equipment for use of the Engineer

The Contractor should provide the survey equipment and other accessories including one Total Station of least count of 2 second as per the instructions of Engineer as and when required. He should also provide all necessary help and manpower as required by the Engineer for checking the works, whenever required.

8.6 Assistance

8.6.1 Assistance during Inspections by Employer, Engineer and Railway authorities.

8.6.2 The Contractor shall extend all necessary assistance during the inspections by the Employer, Engineer, Railway authorities and other state Govt. authorities.

8.6.3 The Contractor shall provide all documents necessary for inspection as are requested by the above authorities.

9. Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule.

9.2 Considering that all the works are related with safety, default in deployment of key personnel as indicated in Para 9.1 above is not permissible and acceptable.

However, under unavoidable circumstances, if there is any such default in deployment of any key personnel, in addition to contractual action for such default, a penalty at the rate of Rs. 1,50,000/- per month per key personnel will be recovered from the Contractor.

9.3 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or his work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

10. Liaison and approvals with others

10.1 Liaison and approval from Authorities

The Contractor shall maintain close liaison and get approval wherever required with Railway Authorities, State Govt. authorities, Local bodies, Traffic police or any other statutory body as required.

Section 5 (i): General Specifications 86

10.2 Work by Other Agencies

The Contractor shall facilitate the progress of works, on various adjacent areas by other agencies engaged by Employer, Railways and State Govt. Authorities/Undertaking and provide facilities to them, if so desired as directed by Engineer.

11. Prevention of Mosquito Breeding

Measures shall be taken at site/s to prevent mosquito breeding. The measures to be taken shall include the following:

(i) Empty cans, oil drums, packing and other receptacles which may retain water shall be stacked at a central depot and those not required for future use shall be removed from the site regularly;

(ii) standing water shall be treated at least once every week with an environmental acceptable oil which will prevent mosquito breeding; and

(iii) Contractor’s equipment and other items on the site that may retain water shall be stored, covered or treated in such a manner that water will not be retained.

12. Health and Safety

Introduction: The works are at and in between busy suburban stations from Thane to Diva. Large number of commuters are handled by these stations. Safety of staff and general public is therefore most important aspect to be considered during construction and shall be given topmost importance. All hazards of construction activity shall be identified and mitigated suitably; the Contractor shall prepare& implement Safety Management Plan in consultation with the Engineer/ Consultant.

The methodology for Safety Management Plan is as below:

12.1 Preamble

The health, safety and welfare of all personnel working on the project, the general public and the avoidance of damage to property are of paramount importance to the Employer. Prime consideration shall be paid to construction activities to ensure that all operations shall be conducted in such a manner as to eliminate the risks to persons and property. The Contractor shall treat safety measures as the first priority in all his activities with respect to executing the Works.

A. Safely Management Plan

1. Contractor shall spell out in summary form a Safety Plan complying with his obligation in relation to safety and industrial health.

2. The “ Safety Plan” shall include but not be restricted to :

i. A list of safety and health hazards anticipated for this Contract and sufficient information to demonstrate the Contractor’s proposals for achieving effective and efficient health and safety procedures;

ii. Details of the safety equipments which would be provided by the Contractor, including Personal Protective Equipment :

iii. A statement of the Contractor’s procedures for reporting and investigating accidents, dangerous occurrences or occupational illness.

Site specific details where necessary will be provided in the Safety Plan.

SAFETY RULES

Section 5 (i): General Specifications 87

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground or from solid construction except such short period work as can be done safely from ladders. When a ladder is used an extra labourer shall be engaged for holding the ladder and if the ladder is used for carrying materials as will, suitable foot-holds and hand holds shall be provided on the ladder and the ladder shall be given an inclination not steeper than one horizontal to four vertical.

2. Scaffolding or staging more than 3.5 metres above the ground or floor swung or suspended from an overhead support or erected with stationary support shall have a guard rail properly attached bolted, braced and otherwise secured 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 so fastened as to prevent it from swaying from the building or structure.

3. Working platform gangways and stairways should be so constructed that they should not sag unduly or unequally, and where the height of the platform or the gangway or the stairway is more than 3.5 meters 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.

4. Safe means of access shall be provided to all working platforms and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 10 meters 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 meters in length. For longer ladders this width should be increased by at least 20 mm for each additional meter 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 sides of work shall be so stacked or placed as to cause danger for 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 defense 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 persons or which may with the consent of the contractor be paid to compromise any claim by any such person.

5. Before any demolition work is commenced and also during the process of the work: -

(a) All roads and open areas 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 explosion of flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials as to render it unsafe.

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 on 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.

Section 5 (i): General Specifications 88

(a) Workers employed on mixing asphalt materials, cement and live mortar shall be provided with protective goggles.

(b) Those engaged in white washing and mixing or attaching of cement bags or any materials which are injurious to the eyes shall be provided with protective goggles.

(c) Those engaged in welding works shall be provided with welder's protective eyesight lids.

(d) Stone breakers shall be provided with protective goggle and protective clothing and seated at sufficiently safe intervals.

7. In case the contractors have to ply vehicles for the purpose connected with the contract adjacent to Railway track, the Railway Administration will be at liberty to post an experienced staff as flag man for guidance of the movements of such vehicles so as to prevent accidents and the contractor will bear wages including all etc. of the staff posted as flag man for the period of Contract for such periods during which such staff is posted for the purposes. The Railway Administration will be sole judge in the absolute discretion, of the fact that it is necessary to post any staff, that which of the staff will be suitable for the purpose, that what should be the wages and other allowance payable by the contractor for staff posted for the purpose. The Railway Administration will have a right without prejudice to other remedies to deduct the wages etc. of such staff from the bills of the contractor in respect of this contract of from any moneys or the contractor, whatsoever, available with the Railway Administration. The contractor will be liable for any over payments under Workman Compensation Act on account of any injury sustained to Railway servant during that period.

8. 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 aid treatment of all injuries likely to be sustained during the course of the work.

9. Use of hoisting machines and tackle including their attachment anchorage and supports shall confirm the following standards or conditions:

(a) (i) These shall be of good mechanical construction, sound materials and adequate strength and free from patent defect 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.

(b) Every Crane Driver or hoisting appliances operator shall be properly qualified and no person under the age of 21 years shall be in-charge of any hoisting machine including any scaffolding.

(c) In case of every hoisting machine and of every cabin ring, 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 within the safe working load.

In case of a hoisting machine having a variable safe working load, each safe working load of the conditions under which it is applicable shall be clearly

Section 5 (i): General Specifications 89

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 Electrical Engineer-in-charge. As regards contractor's machines, the contractor shall notify safe working load of the machine to the Engineer-in-charge whenever he brings any machinery to site of work and get it verified by the Electrical Engineer concerned.

10. Motors, gearing transmission, electric wiring and the dangerous part 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 descent of the load. Adequate precautions should be taken to reduce to 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.

11. 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 washing facilities should be provided at or near places of work.

12. These safety provisions should be brought to the notice of all concerned & displayed on a notice board at a prominent place at the work spot. The persons responsible for compliance of the safety code shall be named herein by the contractor.

13. 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 Labour Officer/Engineer-in-charge of the Department or their representative.

14. Notwithstanding the above clause from (1) to (12) there is nothing in these to exempt the contractor from the operation of any other act or Rule in force in the Republic of India.

Section 5 (i): General Specifications 90

GIST of safety instruction

1. The GIST of important instructions on the above subject are given as under:

I. The contractor shall not start any work without the presence of railway supervisor at site.

II. Wherever the road vehicles and/or machinery are required to work in the close vicinity of railway line, the work shall be so carried out that there is no infringement to the Railway’s schedule of dimensions. For this purpose, the area where road vehicles and/or machinery are required to ply, shall be demarcated and acknowledged by the contractor. Special care shall be taken for turning/reversal of road vehicles/machinery without infringing the running track. Barricading shall be provided wherever justified & feasible as per site condition.

(a) The road vehicle shall be run or machinery shall be worked so as not to come closer than 6.0m from centre line of nearest running track.

(b) The land strip adjacent to running tracks, where road vehicle is to ply or machinery is to work, shall be demarcated by lime in advance in consultation with the Railway’s supervisor. Wooden pegs at interval not exceeding 75m, shall be provided along the line marking as permanent marks. The road vehicles shall ply or machinery shall work so as not to infringe the line of demarcation.

(c) (i) In no case the road vehicle shall run or machinery shall work at distance less than 3.5m from central line of track.

(ii) Demarcation of land shall be done by bright colored ribbon/nylon chord suspended on 75cm. high wooden/bamboo posts at distance of 3.5m from center line of nearest running track.

(iii) Railway Supervisor shall issue suitable caution order to driver of approaching train about road vehicles plying or machineries working close to running tracks. The train driver shall be advised to whistle freely to warn about the approaching train. Whistle boards shall be provided wherever considered necessary.

(iv) Look out men shall be posted along the track at a distance of 800m from such locations that will carry red flag and whistle to warn the road vehicle/machinery user about the approaching train.

(v) On curves where visibility is poor, addition look out men shall be posted

(d) Under unavoidable condition, if road vehicles are to ply or machinery is to work closure to 3.5m due to site conditions or requirement of work, following precautions shall be observed.

*Plying of vehicle or working of machinery closure to 3.5m of running track shall be done only under protection of track. Traffic block shall be imposed wherever consider necessary.

*Railway supervisor shall issue suitable caution order to driver of approaching train about road vehicles plying or machineries working close to running track. The train driver shall be advised to whistle freely to warn about the approaching train.

(e) The location where vehicle will take a turn shall be demarcated duly approved by railway representative. The road vehicle driver shall always face the Railways

Section 5 (i): General Specifications 91

track during the course of turning/reversing his vehicle. Presence of an authorized Railways representative shall be ensured at such location.

III The road vehicles will ply only between sun rise and sun set.

IV. Road vehicle shall not be allowed to run along the track during night hours generally. In unavoidable situation, however, vehicle shall be allowed to work during night hours only in the presence of an authorized railway’s representative and where adequate lighting arrangement are made and where adequate precaution as mentioned earlier have been ensured.

V. Nominated vehicle and drivers will be utilized for work in the presence of at least one flagman and one supervisor certified for such work.

VI. The contractor shall fully responsible for ensuring safety and in case of any accident, shall bare cost of all damages to this equipment and men and also damages to railway and its passengers.

VII. Assistant Officer/Sr. Scale Officer shall issue competency certificate after checking license and their working to all driver of nominated vehicles/machinery. Inspector at site shall ensure that the driver who does not possess competency certificate will not work at site.

VIII. 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. This location should be decided by Executive Engineer in-charge of the work at the beginning of construction and intimated to contractor in writing. The barrier should be painted with retro reflective paint at suitable interval to give warning at night.

2. Electrical cables and singling cables are running along the railway line. Care shall be taken to protect such cables during execution and vehicle movements. Contractor shall take all required precautions as prescribed in Joint Procedural order for undertaking digging work in the vicinity of underground signaling, electrical and telecommunications cable as per Telecom circular no 17/2013 issued vide letter no. 2003/ Tele/ RCIL / 1 Pt IX dated 24.6.2013. Tenderers can see copy of this joint procedural order in the Office of Dy. CSTE (I) MRVC CCG. Successful tenderers shall obtain the copy of this order before commencement of work for their guidelines and ensuring strict compliance.

3. Provisions of the circular will be applicable for this work.

Note: Traffic Management Plan as detailed in Appendix I is to be strictly adhered to and 4implemented for all components indicated.

B. Safety inspections and audits

1. The Contractor shall conduct formal, documented Safety Inspections, at least once every month. A report of each safety inspection, shall include the actions taken to resolve any problems or shortcoming discovered during the inspection. The report shall be made available for audit purposes and be discussed at the relevant meetings.

2. Comprehensive health and safety inspection check-list for the use of the Contractor’s Site staff when inspecting the site is to be formulated and submitted for review by the Engineer.

C. Safety training

Section 5 (i): General Specifications 92

All workers must receive induction training before they are allowed to commence work on the site. Record for the safety training should be maintained at site.

D. Alcohol and drugs

1. The Contractor shall ensure that alcoholic drinks, drugs and other substances, which may impair judgment, are not sold, introduced or consumed at the Site.

2. The Contractor shall ensure that his personnel and those of his sub-contractors of any tier are not under the influence of alcohol or any substance which may impair judgment whilst on the site or otherwise engaged in the execution of the works.

3. The Contractor shall immediately remove or cause to be removed from the site any person employed by the contractor or his sub-contractors of any tier who is found to be under the influence of alcohol, drugs or any other substance which may impair judgment. Such person shall not be employed again in connection with the works on the Project without the prior consent of the Engineer.

E. First aid facilities

1. The Contractor shall maintain fully equipped portable first aid box at local site office, and any work locations where 20 or more persons work a time.

2. In each site office and work location at least one of the Contractor’s employees shall be trained in first aid and should be available at all working hours for purpose of attending to emergencies.

3. The Contractor shall maintain record of all persons receiving first aid treatment and it shall be kept for audit purposes.

F. Lifting appliances and lifting gear

1. The Contractor shall provide and maintain mechanical cranes, hydraulic/mechanical jacks, hoists safely. It is desirable that, all cranes, hoists and the like, shall be fitted with audible overload warning devices. All such equipments shall be regularly maintained in accordance with manufactures recommendations and standards having regard to local legislation and recommendations from the appropriate statutory authority.

2. Prior to use on site, all lifting appliances and gear shall be tested in accordance with the requirements of the current legislation. The test certificates shall be submitted to the Engineer for review prior to the use of such equipment on site.

3. The safe working load shall be clearly and indelibly marked on all lifting appliances and lifting gear either by stamping or by the addition of permanently secured tag labels.

4. The contractor shall prepare and maintain an up- to-date register containing test certificates of all lifting and hoisting equipment used on the works.

5. Competent operators with certificates certifying that the proposed operator has received training in the general principles of crane operation and specific training in the type of lifting of hoisting equipment he is required to operate shall be provided for the control of all lifting and hoisting equipment.

6. A trained banks man shall be in attendance at each lifting appliance or hoisting operation.

G. Fire precautions

1. The Contractor shall thoroughly assess the risk of fire throughout the Site and shall develop a comprehensive fire control strategy as a part of the Site Safety Plan, which will extend to all aspects of the Works. The fire control strategy shall be discussed regularly and reviewed with the Engineer.

Section 5 (i): General Specifications 93

2. Adequate and suitable fire extinguishers are to be positioned throughout the Site, with particular attention paid to offices, flammable storage areas, workshops, etc.

3. The Contractor shall ensure that all persons on the Site are trained in and undergo regularly refresher courses in the use of fire extinguishers.

H. Dangerous goods, hazardous substances

1. The Contractor shall obtain the requisite licenses for the manufacture, storage, handling and use of all dangerous goods.

2. The contractor shall ensure that all explosives, compressed gases, petrol and other dangerous substances, shall be stored and handled in accordance with the relevant legislation.

3. The Contractor shall make adequate provision for the storage and disposal of waste oils, de-greasing agents, etc.

4. Flash back arrestors and pressure gauges shall be fitted to all oxygen and acetylene cylinders.

5. Oxygen and acetylene cylinders shall be stored and used in a vertical position and be transported upon a trolley or in cage.

I. Excavations and floor openings

The Contractor shall ensure that all temporary covers/decking to the trenches and barriers at the edges of excavations are safe and securely installed at all times. Flashing warning lights, signs and adequate lighting is to be installed at all locations where there is a likely human interface.

J. Site transport.

1. The Contractor shall ensure that all site vehicles are regularly maintained and kept in a safe condition with fully working brakes, lights, exhaust, windscreen windows and doors, etc.

2. Each vehicle, piece of plant or machinery shall be uniquely and clearly identified and registered for maintenance purposes.

3. When instructed by the Employer or the Engineer, the Contractor will remove any vehicle from the site that is not up to the required standards. The Contractor will remove from the Site immediately any vehicle that is beyond repair. The Site shall not be used as a scrap yard.

K. Driving/operator’s licenses

Drivers of vehicles and operators of the Contractor’s equipment shall hold the necessary license group for the vehicle or plant they are driving/operating. Where no such license group exists, drivers/operators shall have an equivalent group and undertake training in the vehicle/plant given by the contractor’s plant department. Records of the training given are to be retained.

L. Personal protective equipment (PPE)

1. The Contractor shall make available on site at all times adequate provision of safety equipment including, but not limited to, safety helmets, goggles, ear protectors, safety belts, respiratory protection, fire extinguishers, first aid equipment and other necessary safety equipment.

2. The Contractor shall ensure that safety footwear and safety helmets are worn at all times by all persons on site.

3. High visibility vests shall be worn at all times when working in the vicinity of Railway Tracks.

M. Temporary electricity

Section 5 (i): General Specifications 94

Switchbox/ distribution box construction shall be robust, corrosion proof, waterproof and to be of coated metal and shall be mounted on an integral frame at least 1000mm off the ground. Incoming cables shall be secured by a waterproof gland.

Temporary electrical Site installation and distribution system shall be in accordance with:

i. Indian Electrical Regulations; ii. The Power Companies Supply Rules;

iii. Electricity and its subsidiary Regulations; iv. IEE Wiring Regulations (16th Edition); v. BS 7375 Distribution of Electricity on Construction and Building Sites;

vi. BS 4363 Distribution Assemblies for Electricity Suppliers for Construction and Building Site; and

vii. Any other applicable national standards. N. Housekeeping

1. The Contractor shall clean the site area on daily basis and maintain it in a safe, tidy and sanitary condition.

2. Sufficient waste bins are to be provided throughout the area of work and a daily disposal regime is to be established and implemented.

3. The Contractor should ensure that decanting of petroleum products is carried out by adopting appropriate methods so as to avoid their spillages on the ground.

4. It shall be ensured by the Contractor that the site is adequately manned round the clock by responsible Watchman. The Watchman should be equipped with mobile phone.

13. Photographs and Videos

Colour progress photographs showing the progress of the Works and the quality of the materials and workmanship shall be taken by the Contractor, under the direction of the Employer or the Engineer. Photographs shall be taken at every stage or once a month, whichever is earlier and at other times instructed by the Employer or the Engineer.

13.1 The following shall be provided for the Engineer/ Employer:

(i) one set of each selected progress digital photographs with labels;

(ii) photographs on CD

13.2 Contractor shall record on VCD important activities during progress of the work under the direction of the Employer/Engineer.

13.3 Cost of all the above activities shall be borne by the contractor and shall be deemed to have been included in the overall cost quoted by him.

14. Safety Management Plan & Safety Checklists

The Contractor shall develop a Plan for health and safety at work, including:

i. Risk assessment of workplace; ii. Measures and requirements for safety and health performance of construction works,

iii. Personal protective equipment, iv. Safe work instructions, v. Plans for fire prevention and firefighting,

vi. Emergency and evacuation plans for workers and occupants of the site,

Section 5 (i): General Specifications 95

vii. Assessments and adherence to health and safety and other requirements arising from legislation on labor protection.

viii. Maintain logbooks, assignments of duties, permits etc ix. Electromagnetic safety if applicable x. Contractor may consider use of the following checklists:

Section 5 (i): General Specifications 96

HEALTH AND SAFETY CHECKLIST

Deleted

Section 5 (i): General Specifications 97

Appendix - I INTEGRITY PACT

General

This Agreement (hereinafter called the Integrity Pact) is made on ……………. Day of the month of ………..2017, between MUMBAI RAILWAY VIKAS CORPORATION LTD, (hereinafter called MRVC), a government company under the Ministry of Railways, and contractor name (hereinafter called the “Contractor”) Pvt. Limited Company. The expressions “MRVC “ and “Contractor” shall mean and include their respective legal representatives, successors in interest, and assigns and shall collectively be referred to as “ the Parties” and individually as “ the Party”. WHEREAS MRVC intends to award, under laid down organizational procedures, contract(s) for as Name of work WHEREAS MRVC necessarily requires full compliance with all relevant laws of the land, rules, and regulations, economic use of resources, and fairness/transparency in relations with its Bidder(s) and / or Contractor(s). WHEAREAS In order to achieve these goals, MRVC has appointed Independent External Monitor (IEM), as detailed in Para 7 of this Pact, to monitor the entire tender process till the final completion of the contract for compliance with the Integrity Pact by all the parties concerned for all works covered in the Contract. NOW, THEREFORE, To Avoid all forms of corruption by following a system that is fair, transparent, and free from any influence/prejudiced dealings prior to, during, and subsequent to the currency of the contract to be entered into,: To Enable MRVC to obtain the desired works/stores/equipment at a competitive price in conformity with defined specifications by avoiding high cost and distortionary impact of corruption on public procurement, and To Enable BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that MRVC will commit to prevent corruption, in any form, by its officials by following transparent procedures. THE PARTIES HERETO HEREBY AGREE TO ENTER INTO THIS INTEGRITY PACT AND AGREE AS FOLLOWS: 1. Scope

The Integrity Pact, in respect of the said contract, would be operative from the stage of invitation of bids till the final completion of the contract. Any violation of the same would entail disqualification of the BIDDERs and exclusion from future business dealings as specified in this Integrity Pact.

2. Commitments of MRVC

2.1 No official of MRVC, connected directly or indirectly with the contract, will demand, take

a promise for or accept, directly or through intermediaries, any bribe, any benefit, or any other advantage from the BIDDER, either for themselves or for any person, organization,

Section 5 (i): General Specifications 98

or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting, or implementation process related to the contract.

2.2 MRVC will, during the entire tender process stage, treat all BIDDERs with equity and reason. It will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.

2.3 MRVC shall obtain bids from only those party/parties who have been short-listed or pre-qualified or through a process of open advertisement/web publishing or an combination thereof.

2.4 In case any misconduct on the part of any official(s) of MRVC is reported by the BIDDER to the Chairman & Managing Director of MRVC with full and verifiable facts and the same is prima facie found to be correct by the Chairman & Managing Director of MRVC, necessary disciplinary proceedings, or any other action as deemed fit, may be initiated by MRVC and such a person shall be removed from further dealings related to the subject contract process. In such situations of misconduct, while an enquiry may stand initiated or may be going on, the progress of bidding, execution, etc. under the contract shall not be stalled.

3. Commitments of BIDDERS 3.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices,

unfair means, and illegal activities during any stage of bid including pre-contract, contract, or post-contract stage. In particular the BIDDER undertakes to abide by the measures given in the following paragraphs.

3.2 The BIDDER will not offer, directly or through intermediaries, any bribe, benefit, or any other advantage like commission, fees, brokerage or inducement to any official of MRVC, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting, and implementation of the contract.

3.3 The BIDDER has not given, offered, or promised to give, directly or indirectly, any bribe or any benefit or other advantage like commission, fees, brokerage, or inducement to any official of MRVC or their family members or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract.

3.4 The BIDDER will disclose the name and address of its agents and representatives, if any, in India and/or abroad.

3.5 The BIDDER will disclose the payments to be made by them to agents/brokers or any other intermediary, in connection with this bid/contract.

3.6 The BIDDER further confirms and declares to MRVC that the BIDDER has not engaged any individual or firm or company, whether Indian or foreign, to intercede, facilitate, or in any way to recommend to MRVC or any of its functionaries, whether officially or unofficially, award of the contract to the BIDDER, not has any amount been paid, promised, or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation, or recommendation.

3.7 The BIDDER will not collude with other parties interested in the contract to impair the competition, transparency, fairness, and progress of the bidding process, bid evaluation, contracting, and implementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means, and illegal activities.

3.9 The BIDDER will not use for purposes of competition or personal gain, or pass on to others, any information provided by MRVC as part of the business relationship, regarding

Section 5 (i): General Specifications 99

plans, technical proposals, and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

3.10 The BIDDER commits to refrain from making any complaint, directly or through any other manner, without supporting it with full and verifiable facts. If the Bidder submits frivolous or false complaint(s), it will be liable to attract sanctions as mentioned in Para 5 of this Pact.

3.11 The BIDDER will not instigate or cause to instigate any third person to commit any of the actions mentioned above.

3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of MRVC, or alternatively, if any relative of an officer of MRVC has financial interest/stake in the BIDDER’s firm, the same will be disclosed by BIDDER at the time of filing of tender.

The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act 1956 or any amendment thereto (Annexure-A).

3.13 The BIDDER will not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of MRVC.

3.14 All disclosures required under this Pact shall be included as Annexure/Appendices thereto as an integral part of this Pact.

3.15 If the BIDDER/Contractor is a partnership or a consortium, this Pact will be signed by all partners or consortium members.

4. Previous Transgression 4.1 The BIDDER declares that no previous transgression has occurred in the last three years

immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER’s exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject. BIDDER can be disqualified from the tender process or the contract and, if already awarded, can be liable to attract sanctions under this Pact.

5. Sanctions for Violations 5.1 Any breach of the provisions of this Pact by the BIDDER or anyone employed by it or

acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle MRVC to take all or any one of the following actions, wherever required:-

5.1.1 To disqualify the BIDDER in pre-award stage without assigning any reason and without any compensation to the BIDDER. However, the proceedings with other BIDDER(s) would continue.

5.1.2 To take such actions/steps as per provisions made in the tender documents/contract, if contract already signed, without giving any compensation to the BIDDER.

5.1.3 To debar the BIDDER from participating in future bidding processes as per MRVC policy on “Suspension/Banning of Business Dealings” with Agencies” (Annexure-B). 5.1.4 To forfeit, either fully or partially, the Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed), without assigning any reason therefore.

5.2 MRVC will also be entitled to take all or any of the actions mentioned under this Para 5 in the event of commission by the BIDDER, or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code. 1860, or Prevention of Corruption Act, 1988, or any other statute enacted for prevention of corruption.

Section 5 (i): General Specifications 100

5.3 The decision of MRVC to the effect that a breach of any provision of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER.

5.4 The BIDDER shall be liable to pay compensation for any loss or damage to MRVC in the event of any action under this Para 5 and MRVC shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.

6. Fall Clause 6.1 In case of supply tenders, the BIDDER undertakes that it has not supplied/is not supplying

stores of identical description at a price lower than that offered in the present bid to any other Customer/Ministry/Department of the Government of India or PSU. If it is found at any stage that similar stores of identical description was supplied by the BIDDER to any other Customer / Ministry/Department of the Government of India or PSU at a lower price during the currency of the contract, then that very price, with due allowance for elapsed time and applicable contract condition, will be applicable to the present case, and if the contract has already been concluded, the difference in the cost would be refunded by the BIDDER to MRVC.

7. Independent External Monitory (IEM) 7.1 MRVC has appointed Independent External Monitor (hereinafter referred to as IEM) for

this Pact in consultation with the Central Vigilance Commission Names and Addresses of the IEM are given below:

Dr. S. Srivastava , FA&CAO/W.Rly (Retd.) , Cell : 9869673623, e-mail : [email protected] 7.2 The task of IEMs shall be to review independently and objectively whether, and to what

extent, the Parties comply with the obligations under this Pact. 7.3 The IEMs shall not be subject to instructions by the representatives of the Parties and

perform their functions neutrally and independently. 7.4 Both the Parties accept that the IEMs would have a right to access, without restriction, to

all Project documentation of MRVC and the BIDDER upon request and demonstration of a valid interest by the IEMs. The same is also applicable to sub-contractors of the BIDDER. The IEMs shall be under contractual obligation to treat the information and documents of all the parties with confidentiality.

7.5 In case of non-compliance of the provisions of the Integrity Pact, any complaint/non-compliance can be sent by an aggrieved party, giving specific details of non-compliance with supporting documents, to the designated Nodal Officer of MRVC appointed by the CMD. The Nodal Officer, after verification of the complaint, shall refer the complaint/non-compliance so received by him to the aforesaid IEM. Alternatively, as soon as the IEM notices a violation of this Pact, or has reason to believe that a violation has occurred, or had received a complaint, he will so inform the CMD of MRVC in the first instance.

7.6 The IEM would then examine all complaints, other than anonymous/pseudonymous complaints, received by them and give their written report to the CMD of MRVC within 6 weeks from the date of reference or intimation to him by MRVC/BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

8. Law and Place of Jurisdiction This Pact shall be applicable to all tenders invited and finalized in India. This Agreement

is subject to Indian Law and the place and jurisdiction for resolving any issue shall be Mumbai.

9. Other Legal Actions

Section 5 (i): General Specifications 101

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings

10. Validity 10.1 The validity of this Integrity Pact shall be form the date of its signing and extend upto 5

years or the complete execution of the contract to the satisfaction of both MRVC and the BIDDER including Defect Liability/Warranty period, whichever is later. In case BIDDER(s) is (are) unsuccessful, this Integrity Pact shall cease to be valid on the expiry of two months from the date of award of the contract.

10.2 Should any provision of this Pact turn out to be invalid, the remaining parts of this Pact shall remain unaffected which shall be honored and implemented by the Parties in its intent and spirit.

11. The Parties hereby sign this Integrity Pact at …………………… on ……………………….

CSTE Contractor For and on Behalf of For and on Behalf of Mumbai Railway Vikas Corporation Limited Contractor 2nd floor, Churchgate Station Building, Churchgate, Mumbai 400 020 (SEAL) (SEAL) Witness Witness 1………………………………………………… 1…………………………………… 2. ……………………………………………… 2. …………………………………

Section 5 (ii): Technical Specifications 102

(ii) Technical Specification

Section 5 (ii): Technical Specifications 103

Technical Specifications & Requirements – Signal & Telecom

Works.

Name of work: Design, Supply of materials, Excavation of trenches, Laying of cables,

Installation, Testing & Commissioning of outdoor and indoor equipments of PIS, UTS, PA System and Train Indicators etc. in connection with construction of FOB's on Platforms of Vidyavihar, Vikroli, Mulund, Ambivli, Titwala, Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway.

1 Inspection

1.1 All the signaling and telecommunication materials shall be supplied by the contractor after getting it inspected by nominated agency viz. RDSO/ RITES/Consignee.

I. All the electrical and electromechanical items with IRS/RDSO specification shall

be inspected by RDSO. II. All mechanical items with IRS/RDSO specification shall be inspected by RITES.

III. All other items supplied shall be inspected by consignee.

1.2 Items with RDSO inspection shall only be procured from RDSO approved firm in Part1. In case no supplier is approved from Part I, the material shall be procured from RDSO approved supplier from Part II.

1.3 For all the materials to be inspected by consignee, the contractor shall submit

Manufacturer’s Guarantee Certificate stating that the concerned material is in accordance with the specification in the contract.

1.4 Items, if any included in the list of the items to be inspected by RDSO & RITES are not

inspected by RDSO/ RITES for any reason whatsoever, they will be inspected by Authorized Representative of Railways, provided following conditions are satisfied:

I) Material is procured from RDSO approved source. II) The contractor shall submit manufacturer’s guarantee certificate and test certificate

for the material. III) All such cases where change in agency of inspection is required will be processed

for specific approval of competent authority.

1.5 The employer shall have full power to reject any material that it may consider to be defective or inferior in quality, workmanship, and design or otherwise not in accordance with the specification and the employer decision shall be final, even though they might have been inspected by RDSO/RITES. The contractor shall remove forthwith any such material and replace them at his own cost.

1.6 Necessary Inspection charges of RDSO and RITES will be initially paid by the contractor

at the time of inspection of the material. Subsequently the bill with documentary evidence like copy of DD and inspection certificate will be submitted to MRVC for re-imbursement of the same.

Section 5 (ii): Technical Specifications 104

1.7 The tenderer shall submit a certificate confirming that the system being offered is suitable

to 25 KV AC and traction and peacefully compatible with existing field and cab equipments.

2 General Requirement:

2.1 All materials to be supplied by contractor as per BOQ referred in this chapter will be

strictly as per specifications or Drg. Nos.

2.1.1 This work is required to be carried out in accordance with IRS specification for RRI/PI (S/36/87) with the latest amendments issued. The installation practices of all signalling gears should be as per Signalling Engineering Manual - Part I, Part II Issued in Sept.2001 and to suit the latest relevant correction slips.

2.1.2 The work is required to be carried out in accordance with the RE manual for stations falling under 25KVA electrified traction.

2.2 The tenderer shall submit the list of the supplier/ subcontractor along with the offer for

approval as per the Performa given below. The tenderer shall also submit the credentials of sub-contractor proposed by him. If any supplier/sub-contractor is not acceptable to the employer, tenderer/contractor shall propose alternate supplier/sub-contractor.

Performa- Supplier / Sub- Contractor

Form S&T /MAT/SUP (Ref. Contract No.______________________) Date:

Sr. No. Item of

Facilities Schedule No.

Supplier/Sub-Contractor Proposed

Remarks

Sd/-

2.3 After the award of contract if contractor desires any change in supplier/sub-contractor he shall submit the proposal to the employer for approval.

2.4 All released materials will be deposited in the nominated store, for which an advance list

will be submitted by the contractor to the engineer in triplicate and get approved. One copy for engineer, second copy for store and third copy for contractor’s record.

2.5 Releasing of Indoor equipments shall be done by the contractor as per the instructions of

the Engineer in charge.

2.6 Transportation of released material to nominated depot of MRVC shall be done by the contractor.

Section 5 (ii): Technical Specifications 105

2.7 All excess material shall be returned to nominated depot including loading, unloading and accounted.

2.8 The contractor will submit list 15 days in advance for the materials in pipeline and

probable date of supply and take written consent from Engineer, so that compliance of inspection of material can be ensured without any ambiguity.

Note: Mere submission of such list to Engineer shall not be deemed by the contractor as

consent and it will be a binding on the contractor’s to seek consent from the Engineer before any material is supplied to the store.

2.9 As mutually agreed format will be made for submission of the list and issue of consent.

Sample format enclosed.

FORM – S&T / MAT / SUP (Ref Contract No. _________________)

Form No. To The Engineer

_____________________

We are in readiness to supply following material by Date_____________ as per following details. To be filled up in three copies (Minimum)

Sr. No.

Schedule No.

Quantity supplied so far

Quantity now offered

Inspecting authority

Engineer consent

I hereby consent to proceed further and supply the above materials as per consent remark. Copy 1 – For Engineer Copy 2 – For Contractor Sd/-

Copy 3 – For store (Through the contractor) Engineer

3 General Guidelines for Executions:

3.1 The contractor will provide identity cards to his Engineers, Supervisors, Clerical or ministerial staff and technicians like wiremen, fitters, masons etc.

3.2 These ID cards will bear approval stamp and signature of Engineer and certified by

MRVC on written request.

3.3 These Ids will be unavoidable to obviate the violation of Indian Railway Act – trespassing Railway Premises.

3.4 Deleted.

Section 5 (ii): Technical Specifications 106

3.5 Deleted.

3.6 Deleted.

3.7 Deleted.

3.8 Deleted.

3.9 Deleted.

3.10 Deleted.

3.11 Deleted.

3.12 Deleted.

3.13 Deleted

3.14 Deleted.

3.15 Deleted.

3.16 The contractor chosen for the work is expected to know the correct and safe methods of

execution of indoor signaling work as per Indian Railway / Western Railway practice.

3.17 As far as work inside the existing working relay rooms is concerned no work will be done without the presence of Sr. Section Engineer/MRVC. A register will be maintained in each relay room in which every day’s work done will be recorded.

3.18 The contractor will submit a detailed procedure for merging new work with existing

wiring, with simplicity, and within optimum time for which detailed study of the existing train operations will be correlated for finding slots of reasonable periods and maximise merging output thereby, the total duration of non-interlocked working shall be optimum.

3.19 Deleted.

4 Scope of work

4.1 Design, Supply of materials, Excavation of trenches, Laying of cables, Installation,

Testing & Commissioning of outdoor and indoor equipments of PIS, UTS, PA System and Train Indicators etc. in connection with construction of FOB's on Platforms of Vidyavihar, Vikroli, Mulund, Ambivli, Titwala, Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway.

4.2 The scope shall include the following:- 4.2.1 Supply of various schedule items as per technical specification. 4.2.2 The supply, installation, wiring, testing & commissioning of Various

microprocessor based equipments for suburban train indicator system & digital

Section 5 (ii): Technical Specifications 107

announcements to drive display boards of suburban train indicator system, digital announcements, beepers, advance suburban display boards etc on same backbone at station. Each type of display board shall have its unique ID.

4.2.3 Supply & loading of all type of operational, application & antivirus software required to drive various types of indicator display systems through multi port data communication exchange on serial communication to display the train information on the boards & digital announcements by all respect and required features. The operation of train indicator system with digital announcement system shall work from PC console with existing features & /or using key board panel by station operator manually.

4.2.4 Co-ordination with various existing and proposed firms like train management system etc for execution of operation of announcement and various indicator systems at stations shall be ensured for matching the protocol for developing software etc and hence shall be one of the utmost important criteria for successful and satisfactorily execution of this project of train indicator system & announcements to work on same backbone through communication exchange etc at the stations and is the sole responsibility of the firm for development of software portion accordingly.

4.2.5 The operation of digital announcement & indicator system is to be executed from Central Cabin at respective station, the system shall be supplied with RS 232 to RS 485 or latest suitable serial communication for long distance transmission.

4.2.6 The system shall be compatible with hardware & software level for matching with protocol of proposed train management system networking for auto transmission & operation of train indicator system & digital announcement system.

4.2.7 The system shall be compatible for transmission of signal through interface for hardware & software level for auto transmission & operation of train indicator system & digital announcement system satisfactorily.

4.2.8 The firm shall supply hardware & software compatible to display the information in tri language i.e. Marathi, Hindi & English.

4.2.9 The contractor before quoting shall study thoroughly, the working & operation of existing and proposed train indicator system with digital announcements installed at respective station in Mumbai Division of Central Railway.

4.2.10 Indicators shall work under 25KV AC system. Necessary arrangement of earthing if required may be done by contractor.

4.2.11 The all type of hardware like nails, screws, fixtures, down rods of GI pipe, clamps etc required for laying, fixing & installation required for decoder driver, monitor panel etc shall be supplied by Contractor as per site condition and instruction of Site Engineer of Railways and shall be got approved by the Railways.

4.2.12 The firm has to maintain, modify, alter, develop & load the software, hardware portion as and when required by Railways during the warrantee period, in case of any change in schedule, addition of destinations, route etc of trains as being one of most important passenger amenity.

4.2.13 The firm has to make his technical representative with spares, available at Thane during morning & evening peak period and shall attend promptly to rectify the complaints, other than peak period he shall be available on contact telephone numbers for regular & periodical maintenance etc. The firm should

Section 5 (ii): Technical Specifications 108

have his office at Mumbai region for the technical support in all respect, and authentic proof of same shall be submitted along with the offer. Failure to compliance will lead to rejection of 0ffer.

4.2.14 Installation, Testing and commissioning of double face GPS clocks along with all installation and hanging materials on platforms at stations.

4.2.15 Laying, Jointing and terminations of various types of indoor and outdoor telecom cable along with installation of DP Boxes at various stations.

4.2.16 Rly will provide power supply at nearest possible location; if it is required to be extended to the equipment rack depending on site conditions contractors shall provide extensions with suitable protective devices for over voltage protection.

4.2.17 The various tools, Equipments required to carry out the entire networking satisfactorily by all respect has to be brought by the contractor himself at his own cost.

4.2.18 The Consignee for this work will be SSE/Tele//MRVC. 4.2.19 The contractor has to arrange transportation of data communication

equipments, racks, etc at his own cost to the various site of work from consignee depot.

4.2.20 Contractor must examine site conditions and existing systems where the above mentioned works are to be executed before quoting any clarification regarding nature of work can be discussed with Dy. CSTE / MRVC Mumbai. No deviation / change in tender schedule and nature of work will be accepted after the tender is opened.

4.2.21 The work will be done in consultation with Railway/ MRVC Engineer and to be done to entire satisfaction of Railways in Time.

4.2.22 The contractor has to ensure while installing additional speakers that existing announcement system quality is not degraded and wiring is done as per the existing norms & in consultation with Railway/ MRVC Engineer and to be done to entire satisfaction of Railways in Time.

4.2.23 Unreserved Ticketing System (UTS) the system has to be connected to the existing system. The connectivity has to be establish in consultation with Railway/ MRVC Engineer and to be done to entire satisfaction of Railways in Time.

4.2.24 The contractor has to ensure end to end connectivity for the system installed by him.

4.2.25 The work will be carried out in accordance to technical requirements of the tender. Wherever specifications are not indicated the work will be carried out as per standard practice on this Central Railway and instructions of Engineer In charge.

4.2.26 The scope is not exhaustive. For full details refer to the schedule and technical requirements.

4.2.27 LOADING / UNLOADING OF MATERIAL The material shall be delivered by the Contractor at the nominated store depot

as per clause 7.1 of Section -5 : Specification part -I. Material to be supplied by MRVC for execution of the work and other materials to be supplied by the contractor will be transported by the contractor at his own cost & arrangement to the work site.

Section 5 (ii): Technical Specifications 109

5. Materials to be supplied by the Employer: Deleted 6. Work to be done by the Employer:

Testing of installation / equipments shall be done under supervision of Railway officials or by Railway officials themselves.

Section 5 (ii): Technical Specifications 110

TECHNICAL SPECIFICATION Chapter - I

1- TECHNICAL SPECIFICATION AND FEATURES OF INTEGRATED WORK STATION FOR THE OPERATION OF TRAIN INDICATOR SYSTEM AND PC BASED ANNOUNCEMENT SYSTEM: -(Schedule A-1 ) It should be a Rack mountable Industrial grade or Server PC of reputed

make like Advantech / Lanner / Portwell –Laxsons / AAEON / HP / Lenovo etc.

Backplane slot requirement should be 2 or more PCI slots & 2 or more PCI express slots.

It shall have on board VGA port & two 10/100/1000 Mbps Gigabit LAN ports.

The processor must be of Intel make (Core i3 or higher) or superior. RAM of at least 2GB DDR3 with spare slots for expanding the RAM upto

4GB Hard Disk Drive of at least 500GB (SATA) make Samsung or Seagate Multimedia kit complete (Creative make) Containing DVD (R/W) ROM

drive, 128 Bit Sound blaster card, Set of speakers with volume control 19” LCD/LED Color Monitor (HP / Lenovo / Samsung / Philips / HCL / LG) USB Multimedia Keyboard Microsoft, Logitech, i-ball or HP make Optical USB Mouse of Microsoft, Dell, HP, i-Ball or Logitech make USB ports on the front side & 4 USB ports on the back side 300W Mini redundant power supply PS/2 port preferably at front Two RS 232 serial ports Parallel port : 1 Multimode parallel port Shall have cooling fans for Processor as well as chassis Shall have Reset switch at the front Operating temperature - 0° - 40°C (ambient temperature) Relative Humidity - 10 to 85%, non-condensing Should have a replaceable air filter UPS of 1000VA (Minimum) of reputed make like Emerson or APC or

Microtek to be supplied with each PC. Pen drive of 64 GB to be supplied with each work station Software: Licensed copy of WINDOWS 7 or higher version of Windows

Operating system on CD/DVD & Antivirus (Avast or Norton or Quick Heal) Total security of latest version valid for one year on CD/DVD, licensed to Western Railway.

Printer: HP Laser printer1020 plus or Superior.

2. Technical specification of Microprocessor / microcontroller based Double face suburban platform train indicator module (Drawing no.R-ST-11967 showing display area): -(Schedule A - 4)

2.1 The double face suburban platform train indicator module shall be

Microprocessor / microcontroller based to work on serial communication for suburban train indicator system. 1) The entire module cabinet shall be made

Section 5 (ii): Technical Specifications 111

up of anodized aluminium sheet of minimum 16 SWG & C type channels of size 3 x2.5 etc.of suitable size and shall be designed as per drawing no.R-ST-11967: -

2.2 To display the RED/WHITE/YELLOW LED cluster segment in clock format

18:88 for displaying time on 12-hour basis in 3 & ½ digit using seven segment format, alphanumeric destination in MSD & LSD using 32*48 LED Matrix & 9/12 Car in seven segment format (It shall be ready to utilized to display expected time in minutes after commissioning of Train Management system in 2-digit expected time in minutes controlled by TMS data signal). The display shall have uniform intensity and shall have an equal character height for time & destination digits etc.

2.3 The suburban platform train indicator module shall also be comprising of 16 x

240 LED matrix display board to display full destination, fast/ slow status & 9/12car etc using White/Red/Yellow LED of 5mmasper instruction of Railways.

2.4 All LED cluster segment in Time boards PCB shall be identical by all respect

hence shall be interchangeable in timing segment failure. The seven segment PCB board shall be separate for each timing digit.

2.5 The32x48LEDmatrixdisplayshall be designed suitably to display destination in

alphanumeric form & 9/12 Car in seven segment format & in future expected time in minutes in 2 digits form to be operated from data signal of train management system with interfacing circuit and required driving circuits etc.

2.6 The module should have guide of ¾inch dia, through which fixing ½inchGI pipe

with clamps (duly powder coated) of suitable designed, with the roof should be possible. Hinges, locking, and holding for each & every outer doors& inner housing of frame i.e. PCB holding plate for easy maintenance purpose such as replacement of faulty clusters segments or Alpha PCBs etc.

2.7 The platform indicator module should have two no. of potential free contact to

connect audio buzzer circuit so as to operate with ON/OFF condition of the indicator module with respect to 9 / 12 car status.

2.8. The PCBs should be glass epoxy green masking and should not be less than

1.8 mm in thickness. The connectors should be of best quality, gold plated for connection of each LED cluster segment for Timing on 12 hour basis using 3½ digit, LED matrix of 32x48 for alpha numeric destination to display as Least significant digit (LSD)& Most significant (MSD) and two led clusters between HH : MM display etc hence shall have detachable facility for easy maintenance.

2.8.1 Alignment of inner & outer Holes of PCB holding plates and outer closing doors respectively, of Indicator frame and fixing position of LED clusters segments, on PCB should be accurately matched for letter, character height etc.

2.8.2 Connectors gold plated of standard make & contact capacity, shall to house

inside the module receiving serial data so as to achieve detachable facility fully

Section 5 (ii): Technical Specifications 112

& shall be optically isolated from line side. The power supply arrangement shall be SMPS based & inbuilt.

2.8.3 The cabinet shall be of anodized Aluminium and it design and complete

accessories including doors, fittings, holding arrangements, matching of inner plate and outside doors holes etc should be approved by consignee or site engineer before making mass production for total quantity of supply.

2.8.4 Hood should be provided, made up of anodized aluminium sheet of

minimum16SWGmmthicknessintapereddesign, i.e. 8 inch at top and 4 inch at bottom for each side while 8 inch uniform at top side to protect visibility from external sunlight rays, rain etc Its fitting should be from the sides of frame using nut bolts such that it should not affect the opening or closing of doors of both sides of frames for maintenance etc. (As per drawing no.R-ST-11966).

2.8.5 Suitable cooling arrangement shall be provided. The sides shall be designed

with air ventilation with double layer air filter to protect dust from outside from outside.

2.9 . Features of the LED display system : Specification of 5mm RED/WHITE/YELLOW LED: (Reference: RDSO Specifications)

i) LED Matrix : 16 x 16 OR 32X24

ii) Pitch : 7.5 mm iii) Colour : 5 mm RED/WHITE/YELLOW LED iv)Language Display : Marathi, Hindi & English. (Toggling after prescribed

period as given by Railways)

v) No.of characters : Numbers and alphanumeric vi) Intensity : At least 1000 mcd vii) Board Size : Suitable (As approved by Railways) viii)Supply Voltage : 230 Volts +/10 %. ix) Operating temp. : 0 to 60 Degree Cent. x) Viewing Angle

: +/60 DEGREE

2.10 Specification of 5mm RED LED: (Reference: RDSO Specifications) i) Super bright with uniform intensity, Low power consumption. ii) LED type: -Diffused/ colorless clear. III) Viewing angle Horizontal: 60 deg (minimum) &, Vertical: 25 deg (minimum) IV) Emitting color :RED/WHITE/YELLOW V) The intensity of illumination should be such that it shall be possible to read

information clearly from a distance of minimum 50 meters. VI) Make of LED : AVGO / NICHIA / OSRAM

Section 5 (ii): Technical Specifications 113

DRAWING SHOWING DISPLAY AREA OF PLATFORM INDICATOR DISPLAY (DRG No.R-ST-11967:

Section 5 (ii): Technical Specifications 114

3. TECHNICAL SPECIFICATIONS OF Single Face / Double face Double line full Graphical Display Board for suburban Fobs / Booking office etc train indicator: (As per drawing No. R-ST-11968 showing display area) (-(Schedule A -5 & 6).

3.1 The graphical display board shall be Microprocessor / microcontroller based

to work on serial communication for suburban train indicator; to be supplied shall be able to accommodate the 16x240 super bright 5 mm dia Red/White/Yellow LED matrix in each line frame preferably of suitable size. The prototype shall be got approved from Railways before supply of the boards & before making mass production for total quantity of supply.

3.2 The PCB should be glass epoxy green masking and should not be less than

1.8mm in thickness. The connectors should be of best quality gold plated, of standard reputed make & shall be modular type i.e. shall have detachable facility for easy maintenance purpose using. The SMPS power supply arrangement shall be provided inside the module.

3.3 The entire module cabinet shall be made up of anodized aluminium sheet of

minimum 16 SWG thickness & channels. and shall be designed as per drawing no. R-ST-11967:

3.4 It shall be operated through multi port data communication exchange as

information received from PC Console / server as well as Keyboard console. 3.5 Suitable cooling arrangement shall be provided. The sides shall be designed

with air ventilation with double layer air filter to protect dust from outside from outside.

3.6 Hood should be provided, made up of anodized aluminium sheet of minimum

16 SWG mm thickness in tapered design, i.e. 8 inch at top and 4 inch at bottom for each side while 8 inch uniform at top side to protect visibility from external sunlight rays, rain etc (As per drawing no.R-ST-11966) g) Total display area shall be 16 X 240 LED Matrix to display information given by Railways as follows:

3.7 Features of the Graphical display board system: 3.7.1 Display System should display following information as:

I) DEPARTURETIME DESTINATION , SLOW/FAST and 9/12CAR etc. II) Seconds : Blinking cluster between hour & minute . III)LED Matrix : 16 x 16 IV)Total LED Modules: 15 Nos V) Pitch : 7.5 mm VI)Colour : RED /WHITE/YELLOW VII)Type of characters: Numbers and alphanumeric VIII)Intensity : At least 1000 mcd IX) INTENSITY : Day Visible X) Supply Voltage: 230 Volts +/-10 %. XI) Operating temp. :0 to 60 Degree Cent.

Section 5 (ii): Technical Specifications 115

XII) Language Display :Marathi, Hindi & English. (Toggling after prescribed period as given by Railways) XIII) Viewing angle : +/-60 DEGREE

3.8. Specification of 5mm RED LED: (Reference: RDSO Specifications)

i) Super bright with uniform intensity, Low power consumption. ii) LED type: -Diffused/ colorless clear. iii) Viewing angle -Horizontal: 60 deg (minimum) ,Vertical: 25 deg (minimum) iv) Emitting color :RED/WHITE/YELLOW v) The intensity of illumination should be such that it shall be possible to read

information clearly from a distance of minimum 50 meters. VI) Manufactures certificate for make & technical specifications details, test

reports / data sheet shall be submitted along with the schedule item. VII) Make of LED : AVGO / NICHIA / OSRAM

Section 5 (ii): Technical Specifications 116

DRAWING SHOWING DISPLAY AREA OF FULL GRAPHICAL INDICATOR DISPLAY FOR FOB & BOOKING OFFICE (DRG No.R-ST-11968):

\

Section 5 (ii): Technical Specifications 117

4. Technical specifications of interface unit to drive LCD monitor display on serial communication: ((Schedule - A 8 ).

4.1 The interface shall be microprocessor based, so designed on software &

hardware level such that it shall be able to drive & display the various types of display various information systems through multiport data communication exchange using LCD monitor display on serial communication upto minimum 1km distance for: i. Suburban train indicator display for eight platforms for monitoring purpose at

lobby locations etc. ii. Advance suburban train information of next five lines automatically for up &

down trains. iii. Mail/ express arrival / departure display at waiting hall / entrance locations etc. iv. The interface shall have a port for connectivity with proposed train management

system to display various information.

4.2 The interface unit shall have unique ID such that its health can be monitored by operator by continuously scanning & displaying the status on screen for maintenance purpose. The software shall be window based and menu driven through password protected administrative menu to select either of above application to select & drive to display required information. The administrative menu shall be able to add, delete, alter, modify, edit the relevant information for each of above display application required to update for new trains information etc. The size & font of characters shall be done in consultation with Railways for various applications and shall be in tabular format with required lines to display.

4.3 The cabinet shall be supplied for housing interface unit & LCD monitor and shall be

made up of aluminium sheet of 16 SWG & channels duly anodized in black / grey colour with locking arrangement. The cabinet shall be of suitable size with prior approval of Railways having front protection using transparent acrylic sheet and projected hood to avoid direct sunlight or rain etc. The cabinet shall be provided with forced cooling arrangement & side ventilation with air filters to protect from dust etc. The multi socket power supply arrangement with protective devices shall be provided for LCD monitor display etc with video cables, cords, connectors shall be of standard make grade.

4.4 The cabinet shall have proper wall mounting or hanging arrangement as per site

requirement.

5. Technical Specifications of Microprocessor / microcontroller based five line Double face Display Module. ((Schedule A -7).

a) The module shall be Microprocessor / microcontroller based working on serial

communication with inbuilt SMPS based power supply arrangement & suitably designed with front doors using hinges, covers etc for easy maintenance, locking facility etc & hanging facility with Time & Alpha indicator module. It shall be operated through multi port data communication exchange as information received from PC Console / server.

Section 5 (ii): Technical Specifications 118

b) The 5-line Double face Display Module to be supplied shall be able to accommodate the 16x240 super bright 5mmdia RED/WHITE/YELLOW LED matrix in each line hence total display area shall be 96x240 Matrix in total six lines.

c) The cabinet shall be of anodized Aluminium’s and it s design and complete accessories including doors, fittings, holding arrangements, matching of inner plate and outside doors holes etc should be approved by consignee or site engineer before making mass production for total quantity of supply.

e) The board shall displayDestination,haltingstations9/12car etc in full form according to the code of train, such as two stations in one line hence in all minimum 16 stations in Marathi, Hindi & English toggling after some prefixed selectable period two minute or as per instruction of Railways.

f) The required information shall be given by Railways for programming different suburban train halts as per time table. It shall be possible to display special information / message to be displayed.

g) Characters to be displayed Alphanumeric Characters in English & Devnagri. h) LED display Panel of 16x16 OR 16X48 each to form total 16 X 240 LED Matrix

display area of each line required to display the destination & halts of suburban train as per information given by Rlys.

5.1 Features of the LED display system:

i)LED Matrix : 16 x 16 OR 16X48 ii) Pitch : 7.5 mm iii)Colour : 5 mm RED/WHITE/YELLOW LED iv)Language Display

: Marathi, Hindi & English. (Toggling after prescribed period as given by Railways)

v) No. of characters : Numbers and alphanumeric vi) Intensity : At least 1000 mcd vii)Board Size : Suitable (As approved by Railways) viii)Supply Voltage : 230 Volts +/10 %. ix)Operating temp. : 0 to 60 Degree Cent.

x) Viewing Angle : +/-60 DEGREE 5.2 Specification of 5mm RED/WHITE/YELLOW LED: (Reference: RDSO

Specifications) i) Super bright with uniform intensity, Low power consumption. ii) LED type: -Diffused/ colorless clear. iii) Viewing angle - a. Horizontal: 60 deg (minimum) , b.Vertical: 25 deg

(minimum) iv) Emitting color :RED/WHITE/YELLOW v) The intensity of illumination should be such that it shall be possible to

read information clearly from a distance of minimum 50 meters. vi) Manufacture s certificate for make & technical specifications details,

test reports / data sheet shall be submitted along with the schedule item.

vii) Make of LED : AVGO / NICHIA / OSRAM.

Section 5 (ii): Technical Specifications 119

6. SPECIFICATION OF LCD based train display board (Schedule A -8) 6.1 LCD based train display board having following components:

a) 1 no. 42"/ 46" LED LFD with proper Cabinet. b) Required Hardware and software to receive TMS protocol data from RS- 422/485 Bus. c) Wall mounting arrangement. (VGA/PAL convertor, Channel Modulator, RF Channel Mixer, RF Amplifier, Splitter etc.)

6.2 Display shall be of Commercial Grade LG/ Samsung/Sony/Philips Make as per

minimum specification specified below: a. Viewable Image Size : 42"/46" inch LED LFD b. Optimum Resolution 1920x1080 c. Contrast Ratio Minimum 5000:1 d. Viewing Angles 178º horizontal, 178º vertical e. Aspect Ratio 16:9 f. Video Input :HDMI, DVI, component, VGA, S-Video, composite. g. Operating life Approx 50000 hrs If Size of display as mentioned in schedule is not available, higher size display

will also be acceptable

7. SPECIFICATION FOR PLATFORM INTERFACING UNIT (RS232 to RS 485 / RS 422 INTERFACE) : (Schedule A-9 ).

7.1 It should be self powered, working on 230V AC. 7.2 Input of the interface shall be compatible with PC COM ports. The serial data to

indicator boards will be sent on RS232 COM ports. 7.3 08 Nos. optically isolated separate RS485 / RS 422 channels shall be provided.

The cables from indicator boards will be connected on these outputs. 7.4 MOVs shall protect the output of interface unit against high voltages. 8. SPECIFICATION FOR INDUSTRIAL GRADE BEEPER : (Schedule A-10.a). 8.1 Supplied industrial grade Beeper should be exactly similar to the installed

beeper over Central Railway. 8.2 Before supply of beepers it should be got approved from Engineer in charge of

the work. 9. SPECIFICATION FOR THE INSTALLATION OF INDUSTRIAL GRADE

BEEPER : (Schedule A-10.b ). 9.1 Beeper should be installed at the site in secure and rigid manner as per the

requirement of Railway. 9.2. All the material like bracket, clamps, etc required for the installation of beeper

should be provided by contractor as per the site requirement.

Section 5 (ii): Technical Specifications 120

9.3. Power supply and data connection to the beeper from the nearest location shall be provided by the contractor.

10. SPECIFICATION FOR EIGHT CHANNEL ISOLATED RS-232 TO RS-485

CONVERTER BOARD/BOX: (Schedule A-11). 10.1 It should be self powered, working on 230V AC. 10.2 Input of the interface shall be compatible with PC COM ports. The serial data to

indicator boards will be sent on RS 485 COM ports. 10.3 08 Nos. optically isolated separate RS485 channels shall be provided. The

cables from indicator boards will be connected on these outputs. 10.4 MOVs shall protect the output of interface unit against high voltages. 11. SPECIFICATION OF UPS: (Schedule A-3) The UPS to be supplied shall be of branded & repute make like Tata Libert

Model No. PSA 700-230 or APC make shall comply the following specifications. Sr. No.

Specifications Rating

A Capacity 650VA (Minimum) B Input 166-275v AC, 47-53 Hz. C Output Voltage (Battery

Mode) 230V AC + 5%,

D Output Frequency (Battery Mode)

50 Hz.

E Normal mode noise suppression

Full time EMI-RFI filtering

F Battery type Sealed maintenance free battery (Auto rechargeable)

G Ambient Operating Temperature

0 to 45 degree C.

H Protection for low battery condition

Auto shut-off after warning.

I

Indicator (LEDs)

On-Line On-battery Over Load Replace Battery

J Protection Over load/short circuit protection

12. GENERAL REQUIREMENT OF INSTALLATION / MOUNTING AND WIRING OF THE PLATFORM TRAIN INDICATOR BOARDS: (Schedule A-12.a).

12.1 The display board shall generally be hanged from the metallic structure of the

roof of the platform & FOBs or fixed on the walls of the Subway. The metallic hanging arrangement shall be capable enough to bear the full

mechanical load of the display boards and shall be able to prevent any accidental dislocation of the display board which may be hazardous for the

Section 5 (ii): Technical Specifications 121

safety of the passengers and shall be designed to prevent swinging of the display boards due to strong wind or movement of the trains or vibration.

12.2 In general the display boards shall be hanged from the Platform/FOBs roof by

using G.I. pipes of 25mm dia. One end of this G.I. pipe should be fixed with the metallic structure of the platform by using suitable metallic clamps, other end of the G.I. pipes shall be rigidly fixed with the inner sidewalls of the display boards. The length of the down rod (G.I. pipe of 25mm dia.) for individual display boards shall vary as per site requirement. All the hanging arrangements should be painted with black colour. For indicators to be installed in Subways suitable prototype of hanging arrangement to be got approved from the Engineer in charge.

12.3 Wiring of the data cable and power cable shall be done through the PVC pipe

separately. The PVC pipe shall be properly fitted with the wall / roof / floor of the platform. Standard fixing material like clamps, elbows, T. joints, Straight joints, four way & three way junction boxes shall be provided by the contractor.

12.4 Termination of the data cable shall be done by using proper terminal strips or by

using proper connector of standard size of branded/reputed make. 12.5 The data cable & power cable from roof to the display unit shall be in

PVC/Flexible pipe and should be properly tied with the hanging GI pipe to improve the aesthetics. No loose wire, exposed terminations, wires etc. shall be visible outside of the display board.

13. GENERAL SPECIFICATION OF ADVANCE TRAIN INDICATOR / LCD TV

VDU BASED DISPLAY BOARD’s MS CABINET: (Schedule A-12.b) 13.1 It should have 42”/46" LED/LCD TV Display on single face. It should be able to

receive RF signal from the output of Modulator/Amplifier & display it on the channel tuned to corresponding frequency.

13.2 The LED display board should be housed in 16 gauge M S Cabinet with good

finish, powder coated in black colour and with Non Glare polycarbonate 3mm sheet.

13.3 There should be complete protection against error reception and unwanted

signals due to external electrical noises produced from high voltage AC/DC Traction lines.

13.4 Proper ventilation with filter arrangement shall be provided on sides walls of the

display board. 13.5 The cabinet should have headings in yellow colour on black background, either

painted or pasted in sticker form at the top. It should display PF No., Destination, Coach, Time & EIM as per sequence of these fields in the display.

Section 5 (ii): Technical Specifications 122

13.6 The IR remote sensor of the LED/LCD TV should be visible for the person standing with remote at the ground level. Necessary provisions for the same should be made in the LED cabinet.

13.7 The prototype of the cabinet along with the display unit shall be got approved from the Engineer in charge of the work.

14 SPECIFICATION OF FOUR PAIR PVC INSULATED TWIN TWISTED

SCREENED COPPER CABLE:

14.1 The four pair PVC insulated multistrand-screened data cable shall confirm the following specification.

a) Core structure : Each core shall be made up of seven strands of tinned copper conductor of 0.2mm diameter each.

b) Nominal thickness of insulation : 0.6mm

c) Nominal thickness of sheath : 0.9mm

d) Screening %age : 90% of the inner surface area of the sheath by using copper wire mesh.

14.2 The 4 pair PVC insulated twin twisted screened copper cable to be supplied shall be of reputed make like Finolex, Delton, USHA or superior.

15. Technical specification of flexible POWER CABLE 3 CORE COPPER

(48/0.2mm) IN DOOR PVC SHEATHED: (Schedule A -14).

15.1 Power cable PVC Sheathed 3core copper conductor 48/0.2mm or equivalent capable of carry the required load current to the train indicator boards of reputed make with ISI certification, with Consignee inspection.

16. INSTALLATION, TESTING, COMMISSIONING AND INTEGRATION OF

TRAIN INDICATOR DISPLAY SYSTEM :(Schedule A-15) 16.1 The LED/LCD display boards shall be hanged from the metallic structure of the

platform roof/wall/column. The Display Board should be hanged through metallic G.I. pipe or strip of suitable size/dia., one end of this GI pipe/strip should be fixed with the metallic structure of the platform by using suitable metallic clamps, other end of the GI pipe/strip shall be fitted with the display board. Length of the down rod of suitable size for individual display units shall vary as per site requirements. All metallic hanging arrangements should be painted in black colour.

16.2 Installed LED/LCD display boards should be integrated with existing indicator

system of the station. All the hardware and software require for integration shall be arrange by the contractor on his own cost.

16.3 All the indicators (LED/LCD) and their associated equipments shall be installed,

integrated and commissioned as per the site requirement and as per instructions of the Engineer in charge.

Section 5 (ii): Technical Specifications 123

16.4 Wiring of the data cable and power cable shall be done through the PVC pipe separately. The PVC pipe shall be properly fitted with the wall / roof / floor of the platform. Standard fixing material like clamps, elbows, T. joints, Straight joints, four way & three way junction boxes shall be provided by the contractor.

16.5 Termination of the data cable shall be done by using proper terminal strips or by

using proper connector of standard size of branded/reputed make. 16.6 The data cable & power cable from roof to the display unit shall be in

PVC/Flexible pipe and should be properly tied with the hanging GI pipe to improve the aesthetics. No loose wire, exposed terminations, wires etc. shall be visible outside of the display board.

17. SPECIFICATION OF POWER AMPLIFIER :(Schedule A-16)

Sr. No.

Specification Zone – A Zone – B

1.

Power Requirement AC: 200 – 240 Volts 50/60 Hz DC: 24 – 28 Volts.

2.

AC Power Consumption

700 VA

3. Battery Consumption 24Vol 24 Volt/ 4.5

Amps (Average) 24 Volt/ 4.5 Amps (Average)

4.

R.M.S. Power Output Maximum At 10% THD At 5% THD (Rated) At 2% THD

290 Watts 200 Watts 180 Watts 160 Watts

290 Watts 200 Watts 180 Watts 160 Watts

5. Output Regulation 2dB (No Load to Full Load at 1 K Hz)

6.

Inputs Microphone 1, 2, 3, 4, 5, 6. Axu. 1 & 2.

SENSITIVITY 0.5 mV 100 mV

IMPEDANCE 4.7 K Ohms 470 K Ohms

7.

Frequency Response Pre-Amplifier Amplifier Overall

200-20000 Hz + 1dB 70 – 12000 Hz + 2dB 50 – 15000 Hz

200-20000 Hz + 1dB 70 – 12000 Hz + 2dB 50 – 15000 Hz

8. Signal to Noise Ratio 60 dB 60 Db

9.

Tone Controls (Active) Bass + 10 dB at 100 Hz Treble + 10 dB at 10 KHz

Bass + 10 dB at 100 Hz Treble + 10 dB at 10 KHz

10. Pre-Amplifier Output 200mV / 600 Ohms 200mV / 600 Ohms 11. Line Output 1 Volt/ 1 K Ohms 1 Volt/1 K Ohms.

12. Output Taps for Speaker matching

4-8 Ohms (for direct connections) 70-100 Volts Line (for

4-8 Ohms (for direct connections) 70-100 Volts Line (for use with

Section 5 (ii): Technical Specifications 124

use with LMTs) LMTs) 13. Output Level Indication 5 LED Array 5 LED Array

14.

Protections 12 Amps Circuit Protector for output circuit

12 Amps Circuit Protector for output circuit

AC Fuse – 5 Amps 250 Volts. Protected against wrong battery polarity

17.1 Acceptable make & module Ahuja TZA – 4000 or Phillips. It shall be supplied

along with battery & power connection cord of suitable capacity. 18. AMPLIFIER RACK ASSEMBLY: (Schedule A-17) 18.1 The Control Room Amplifier Rack shall be made up of a standard sheet metal

of 18 SWG with doors in front and backside of the amplifier rack. A good quality handle and suitable locking arrangement shall be fitted with each door, which will accommodate. Ahuja TZA – 4000 or Philips Amplifier (200 + 200 Watt). Normal and standby = 2 nos. Workable on 230 V AC & 24 VDC both, as per Tec. specification.

18.2 Internal wiring of amplifiers to relays and relay to terminal block must be done

by using 23/36 SWG tinned copper PVC flexible wire in assorted colour. All wiring should be neat, laced & dressed up.

18.3 Wiring from amplifier rack to underground cable DP that is connected to various

central announcement zone should be done by contractor. 18.4 Design of amplifier rack should be got approved from Engineer incharge. 18.5 It shall have 230V AC distribution box with surge protection with sockets of

230V/ 5A should be provided in the cabinet. Number of sockets shall be as per the requirement.

18.6 Bottom panel should be with gland plate for cable entry. 18.7 A powerful impeller blower unit of fan tray with four fan tray with four fans

suitable for cabinet should be fitted inside the cabinet for better air circulation. 28.8 There should not be any possibility for dust accumulation inside the cabinet,

therefore suitable dust filter should be provided at the air inlet. 18.9 Removing equipments and wiring from the cabinet for repairing/ replacement

should be easy without using any special tools. 18.10 Suitable locking arrangement with duplicated keys should be provided on the

front and rear door of the cabinet. 18.11 Amplifier Rack shall be made up of a standard sheet metal of 18 SWG with

doors in front and backside of the amplifier rack. A good quality handle and suitable locking arrangement shall be fitted with each door, which will accommodate the following.

18.12 The operating console and the amplifiers must be interfaced in such a manner in case of failure the isolation of the zone should be easy, a repetition of the visual indication of zone indication on amplifier rack should be possible.

18.13 In case of zone short circuit indication on the console should be possible in form of LED indication.

Section 5 (ii): Technical Specifications 125

18.14 Relays and all other items required for functioning of amplifier rack assembly shall also be supplied by Contractor.

18.15 Transparent glass acrylic sheet of 3mm should be provided on the front door. Back door must be provided with fine mesh arrangement for air circulation

19. SPECIFICATION OF ALL ALLUMINIUM WEATHER RESISTANCE COLUMN

SPEAKER OF AHUJA / PHILIPS MAKE ASC-20T or equivalent (Schedule A-18).

19.1 These speakers are for outdoor applications (Railway Platforms). These should

be Weather resistant. Foam layer should be there to protect speakers from dust. There should be four array of speakers inside. It should have Aluminium extruded cabinet with die-cast aluminium covers & Aluminium mesh grille in black colour. Speakers should be preferably dark grey in colour. Other specifications are as given below.

Input Power 15W RMS, 23W Max. Power Taps 15/10/5/2.5W Voltage 100V Frequency Response 150-10,000Hz SPL at 1kHz 92dB/1W/1m Speakers 2 X 6”X4” Dimensions W150 X H465 X D130 mm

20. SPECIFICATION OF MS BRACKET: (Schedule A-19). 20.1 MS Bracket shall be made up of approximately x 3mm thick metallic flat/angle of

1.5”width for fixing the speakers of different type. The size and design of the brackets shall be as per site requirement.

21. MICROPHONE: (Schedule A-20 ) 21.1 Microphone should be stand mount type flexible gooseneck with 6 Mtr. two core

shielded cable fitted with 3 pin professional XLR – connector. It shall be Ahuja-ACM-66 or superior with proper stand. Back Ground Noise feedback suppressed. Frequency response : 100 Hz – 11 KHz Sensitivity : 2.2 mV/Pa. Impedance : 500 Ohms.

22. Specification Twin Core Shielded (Microphone) cable: (Schedule A-21). 20.1 PVC insulated two core screened microphone cable of reputed make like Delton,

Finolex, Asian, Cabco or superior and confirming to specification given below shall be supplied. i) Colour of the cores Red &Black ii) Size of each core - 23/36 SWG iii) Screening Coverage - 95% using braided copper conductors.

Section 5 (ii): Technical Specifications 126

23. SPECIFICATION OF DOUBLEFACE GPS CLOCK (Schedule A-22 ) 23.1 Double face Digital Clock with GPS Synchronization shall be as per

RDSO/SPN/TC/62/2008 Revision 3.0 or latest. 23.2 The digital clocks shall use Global Positioning System (GPS) receiver to receive correct time. The clocks shall have local battery backed Real Time Clock (RTC) which shall be synchronized to the time information received from the GPS. In case of failure of GPS system, the clock’s local RTC time shall be displayed. The digital clocks shall have a built-in GPS receiver and shall synchronize time

as received from the GPS.

23.3 GENERAL SPECIFICATION: 23.3.1 Digit clocks is to be suspended or mount below shade/ roof of platforms,

station buildings or on a wall or inside a concourse/ main entry of railway station/ buildings.

23.3.2 The digital clocks shall be dust proof, weather proof, and waterproof and

vibration proof as per IP 54. 23.3.3 Display on the digital clock shall be flicker free. 23.3.4 The display on a digital clock shall be immune from the effect of 25 KV traction

line or electro-magnetic induction or any other electro-static induction. 23.3.5 Digital clock shall be covered with U.V. stabilized polycarbonate sheet with

thickness of minimum 3mm in order to give good visibility and protection against dust. Single polycarbonate sheet without any joint should cover the clock.

24. SPECIFICATIONS OF 19” 24 U CABINET (Schedule A-23 ). 24.1 The 19” Cabinet shall be able to house operating console, PA Amplifier, UPS,

PF Interface Unit and other accessories. Size of cabinet should so designed that power amplifier of Ahuja make, Philips makes and of any make provided at station can be housed properly.

24.2 The size of the Cabinet shall be approximately

H = 2000 mm. W = 600 mm. D = 600 mm.

24.3 It shall have a front door of tinted toughened glass and a steel rear door. Five

heavy duty shelf to mount MUX, UPS etc. and 230 V AC Distribution Box with surge protection with 6 sockets of 230V/5A shall be provided in the Cabinet. The shelf’s height shall be adjustable to accommodate the equipment.

24.4 Bottom Panel shall be with gland plate for cable entry.

Section 5 (ii): Technical Specifications 127

24.5 A powerful impeller blower unit or fan tray with 4 fans suitable for Cabinet shall be fitted inside the Cabinet for better air circulation.

24.6 There should not be any possibility of dust accumulation inside the Cabinet.

Therefore suitable dust filter should be provided in the air inlet. 24.7 Suitable locking arrangement with duplicated keys shall be provided on the

front and rear door of the Cabinet. 24.8 The 19” Cabinet shall be of reputed make like Rittal, Vero President or

Superior. 25. Installation, Testing and commissioning and integration of PA system (Schedule A-24). 25.1 The work envisages supply, Installation, Testing and Commissioning of PA

system, Centralised Announcement Equipments at way side stations, Microcontroller based automatic Platform and Amplifier selector units and VRLA Batteries at various stations of suburban section of Mumbai Division.

25.2 The PA system to be provided shall comprise of Amplifiers, Speakers,

Microphones and Racks. Also laying of cable for speakers on platform & FOB roofs is involved.

25.3 Amplifiers and associated equipment shall be installed in a secure manner so

that only required equipments are accessible to the operator. Adequate arrangement for housing the wires e.g. cable duct etc. shall be made in the 19” housing cabinet.

25.4 The Centralised Announcement Equipments at way side stations to be supplied

and installed shall be able to work with the existing Central announcement system of M/s. MARVEL make.

25.5 The Microcontroller based automatic Platform and Amplifier selector units to

be supplied & installed shall be compatible with the existing Central announcement equipment of M/s MARVEL make & Voice PC based announcement software of M/s. Nirmal make.

25.6 Proof of purchase from original equipment manufacturer along with guarantee

certificate directly in favour of Railways shall be necessary for the Amplifier etc.

25.7 All the wires, termination arrangement, casing, capping, conduit, guide ladder

etc. required at Control Office for commissioning of the system and interfacing with TMS shall be provided by the contractor within the quoted cost.

25.8 Proper arrangement shall be provided by the contractor for grounding the

shield of the Microphone cable to the existing Earthing of the station to prevent the EMI & RFI interference.

Section 5 (ii): Technical Specifications 128

25.9 Ease of maintenance and immunity to failures shall be the primary consideration.

25.10 While installing speakers, proper planning will be required to be done with the

concerned Engineer in-charge, so that all the station area is covered and load is evenly distributed among the amplifier system.

25.11 Hanging arrangement of the speakers should be as per site requirement & it

should be approved by Engineer in-charge of the work.

26. SPECIFICATIONS OF RG-11 COAXIAL CABLE (Schedule A-25 ) : i) Characteristic Impedance : 75 Ohm ii) Center conductor : Solid bare copper of 1.63 mm Dia. iii) Dielectric : Gas injected Polyethylene foam iv) Outer conductor : First shield - Aluminium foil (100%)

Second shield – Aluminum braiding (60%) v) Flooding compound : Jelly vi) Outer Jacket : PVC, Black in colour

vii) Overall outer Dia : 10.3 mm

27. Installation, testing & commissioning of PC based announcement System.(Schedule A-26) :

27.1 Installation, testing & commissioning of PC based announcing System includes

interfacing with the existing PA system with necessary alterations/additions having option for selection between PC based announcement and local announcement.

27.2 Compatible Audio output shall be made available for feeding to the amplifiers.

This also includes suitable interfacing unit between the work station PC and amplifiers. ( Logic Controller for amplifier selection & Relay Plate ).

27.3 Any additional hardware & software required for commissioning of PC based

announcement shall be provided by the contractor. 28. SPECIFICATIONS FOR CENTRALISED ANNOUNCEMENT EQUIPMENT AT

WAY SIDE STATION : (Schedule A-27 ) 28.1 The equipment should be able to work with the existing Central announcement

system COMPATIBLE WITH existing M/s. MARVEL make installed in the suburban section of Mumbai division.

28.2 All required connectors & cables are to be supplied with the equipment. The

equipments shall be installed & commissioned at stations specified by the Engineer in charge.

28.3 The present Central Announcement equipment COMPATIBLE WITH of M/s.

Marvel make, at way stations comprises of the following main items. Way Station Equipment set: Station Announcement Panel (SAP) (Part No Kx945)

Section 5 (ii): Technical Specifications 129

Station Announcement Panel Terminal (SAT) (Part No Kx943) Announcement Panel Supply 24V (APT) (Part No Kx988) 28.4 Station Announcement Panel (SAP): The Station Announcement Panel (SAP)

is a table model, which will be placed on the Station Announcers Desk along with the PC, Tape and Microphone. The SAP has a provision for connecting two control telephones. Its front panel has Pushbuttons for selection, LED indicators, and an LCD Display.

The station announcement panel has individual sockets for PC input, Tape input, Microphone input, and two telephone line inputs. A speaker is available for echoing the output being transmitted from the SAP onto the amplifiers, when input type selected is PC, TR or CAF. A LCD Display is available on the panel to indicate the various parameters.

28.5 Station Announcement Panel Terminal (SAT): The Station Announcement

Panel Terminal is a small terminal box, which is connected to the Station Announcement Panel. This terminal box is used to transfer the signals between the station announcement panel and other units. The SAT is used to transfer the CAC and CAF signals onto the OFC line plant, amplifier feed signals for the amplifiers and feedback signals from the amplifier monitor unit.

28.6 Announcement Panel Supply 24V (APT): The Announcement Panel Supply

24V working (APT) unit is a wall mountable cabinet, which requires an input voltage of 24V dc for its operation and provides the required dc power to the announcement panels. APT provides +12V dc output voltage with minimum ripple content, required by SAP units. It has short circuit protection circuitry built in it and a LED indication to reflect availability of Output power. A double pole mains switch is provided on the power supply cabinet.

28.7 In existing Central Announcement system the local announcement has priority

over central announcement as there is a provision that enables the SAP unit to over ride incoming central announcement if there is immediate necessity for making Local announcement. While this feature is not to be removed altogether it is required to be modified to provide an additional level of priority during emergency which when operated shall enable the Central Announcement to have priority during emergency. This new feature needs to be implemented in the Centralised announcement equipment being supplied in this work.

28.8 One more new feature which needs to be implemented in the SAP unit is a

provision for voice event data logger that shall record all the central and local announcements made at the station giving details of time, date & input source of the announcement.

SAP unit shall have the capability to store such recorded files of up to 2500 hours. Also there shall be provision to expand the system backup to 5000 hours.

29. SPECIFICATIONS FOR MINIMUM BATTERY BACKUP. (Schedule A-30). 29.1 It should be 6KVA with Minimum battery backup for 4 hrs.

Section 5 (ii): Technical Specifications 130

29.2 It should be APC or Emerssion Make and Battery should be of Exide or Amaraja make of 3

30. SPECIFICATIONS FOR INSTALLATION, WIRING OF POWER SUPPLY

EQUIPMENT. (Schedule A-29 ) 30.1 All the equipments i.e. battery chargers and batteries at each station including

AC/DC distribution and protection arrangement should be installed as per Railway standard practice.

30.2 All the wiring between battery chargers, batteries, AC/DC distribution and

protection arrangement should be done with required size of power cable through casing and capping.

31. SPECIFICATION OF SAFE EARTHING ELECTRODE SYSTEM: Schedule B-

13a,13b & 13c). 31.1 It should be ISO approved. 31.2 It should be pipe in pipe technology i.e there should be two pipes one inside the

other. Both the pipe should be B-Class hot dip galvanized (80-100 micron) of inner dia 40 mm & outer dia 80 mm & 14 mm terminal respectively and angular space filled with high conductive and anti corrosive crystalline conductive mixture, strong & corrosion resistant and manufactured in accordance with ISO.

31.3 Safe earthing electrode should not be in direct contact with the soil. 31.4 Galvanization of the pipes should be adequate. 31.5 The safe earth electrode should be non-corrosive. 31.6 The backfill compound should be insoluble in water and it should be a mixture

of mineral and chemicals, which can retain moisture, enhances conductivity, reduces soil resistivity and adheres to any surface it touches.

31.7 The earthing electrode should be of three meters in length. Note: Proof of purchase from original manufacturer or authorized dealer shall be

submitted along with the supply of Safe Earthing Electrode System stating that it is as per ISO

31.8 The size of the earth pit should be of 1 feet dia and 10.5 feet dip. 31.9 The excavated soil is suitable as a backfill but should be sieved to remove any

large stones and placed around the electrode, taking care that it is very well compacted.

31.10 The backfill compound used for filling the earth pit should be properly mixed with the dugout soil and filled around the earthing electrode.

31.11 The terminal of the electrode should be approximately 6” to 8” above the surface of the soil.

Section 5 (ii): Technical Specifications 131

31.12 The terminal of the electrode should be enclosed in a brick cement chamber of suitable size as per site requirement.

31.13 The back filling of pit shall be done by tamping and consolidating the excavated

soil. All the soil that is excavated shall be put back to the pit and care shall be taken in consolidation to ensure that the back filling does not suffer any sinkage in monsoon. The left out earth if any within station limit has to be thrown out from Railway premises by the contractor at his own cost.

31.14 The earthing electrode should be connected to earthing bus bar in the

equipment room through PVC insulated copper wire of size 16 sq mm multi strand wire with proper lugs and bolts at both the ends. Cable to be provided by the contractor.

31.15 Procedure for proper installation: Make a bore of 8” to 10” in dia. manually

upto the electrode length and then put a little quantity of backfill compound (a layer of minimum 3” to 4”) inside the pit and drop the electrode exactly in the center of the pit. Now mix the soil that has been dug out with the backfilling compound. Now pour the above mixture in small quantity into the pit followed by water and remove the trapped air inside the pit by poking a rod in the mixture repeatedly. Repeat the above exercise till the pit is completely filled up. Pour sufficient water so that mixture is in paste form. Allow the pit to absorb the water and became compact. Test the earth pit and connect it to the equipment. Avoid excess watering. Do not hammer the earth electrode.

Section 5 (ii): Technical Specifications 132

Chapter - II

1. SPECIFICATIONS OF 19” 42 U CABINET (Schedule A-28) 1.1 The 19” Cabinet shall be able to house operating console, UPS, PF Interface

Unit and other accessories. 1.2 The size of the Cabinet shall be approximately

H = 2000 mm. W = 600 mm. D = 600 mm.

1.3 It shall have a front door of tinted toughened glass and a steel rear door. Five heavy duty shelf to mount MUX, UPS etc. and 230 V AC Distribution Box with surge protection with 6 sockets of 230V/5A shall be provided in the Cabinet. The shelf’s height shall be adjustable to accommodate the equipment.

1.4 Bottom Panel shall be with gland plate for cable entry. 1.5 A powerful impeller blower unit or fan tray with 4 fans suitable for Cabinet shall

be fitted inside the Cabinet for better air circulation. 1.6 There should not be any possibility of dust accumulation inside the Cabinet.

Therefore suitable dust filter should be provided in the air inlet. 1.7 Suitable locking arrangement with duplicated keys shall be provided on the front

and rear door of the Cabinet. 1.8 The 19” Cabinet shall be of reputed make like Rittal, Vero President or Superior. 2. SPECIFICATION OF LAN EXTENDER: (Schedule A-31) 2.1 The LAN Extender should be as per RDSO Specification No.

RDSO/SPN/TC/82/2008 Rev.0.0 or latest. 2.2 It should CYGNUS make ,model CYGNUS 815 LAN extender or Similar as per

technical specifications.: 2.3 The tenderer should specify the make and model of the product offered against

the compliance of following specifications. 2.4 The tenderer should also submit the documentary proof in support of the same. 2.5 General Features Up to 100Mbps / 60Mbps VDSL operation up to 3km or 10,000ft. Can function as a subscriber or provider by flipping a switch Traffic shaping upstream and downstream

Section 5 (ii): Technical Specifications 133

Supports both fast mode and interleave mode Operates over category 1, 2, 3 or 5 telephone quality cabling 10/100 Ethernet port

POTS port, Integral POTS splitter, Auto MDI/MDI-X Power, Ethernet activity and link LEDs, VDSL link and rate LEDs Fully configurable using front panel dipswitch

Standalone and rack-mountable, Wall-mountable using optional AT-WLMT bracket Compact form factor Rate-limiting is supported with the line-rate cap at 50Mbps / 20Mbps Metal chassis

2.6 Product Specifications

DMT modulation Spectrally compatible with ISDN and POTS services FDD duplex in Data rate up to 100Mbps / 60Mbps full-duplex 4M flash,Half/full-duplex Auto-negotiation, Auto MDI/MDI-X

2.7 Front Panel Indicators System power, Ethernet link, Ethernet activity, VDSL link & VDSL rate 2.8 Interface Connections VDSL interface RJ-11, Ethernet interface RJ-45,POTs interface RJ-

11,Management 4-pin DIP switch 2.9 Reliability -MTBF 700,000 hour 2.10 Physical Characteristics VDSL, Interface

Dimensions 9.5cm x 10.9cm x 2.5cm (W x D x H),Weight 300g Mounting Tabletop and rack-mountable*requires AT-MCR12 chassis

3. Specification of Media convertor (Schedule A-32 ) 3.1 Media convert Optical to Ethernet. Should be of reputed make MROTEK,

RAD, or ALLIED TELESYS and should compile following specifications.

Features

i Should be a 5-port Fast Ethernet Port Switch with store and forward architecture

Section 5 (ii): Technical Specifications 134

ii Should support 4 FE Copper Ports and one 100 Base X optical port iii Should support Front Panel Connectors for 100 Base T and 100 Base X ports

iv Should support switch mode and aggregation mode configuration via dipswitches

v Switch mode should support intercommunication between all the user & uplink ports

vi Aggregation mode should not allow communication between the user FE ports

vii Should support Port isolation/port separation between the FE ports in Aggregation mode

viii Should support auto Negotiation Enable/Disable configuration via dipswitches ix Should Complies to IEEE 802.3x, IEEE 802.3u standards x Should support SC connector for 100B-FX uplink port xi Should support RJ-45 connector for 100BASE-T port xii Should support jumbo frame size upto 9000 bytes xiii Should support Activity, Link and Speed LED Indicators for the Status Display xiv Should support Multimode, Single Mode and Single fiber option xv Should support single and dual fiber option up to 100 Kms xvi Should support SC connectors for fiber ports xvii Should support LFP (Link Fault Pass Through). xviii Should support Internal Auto Ranging Power Supply AC or DC

4. Technical specifications and requirements for L-2 LAN switches:-

(Schedule A-33)

4.1 The tenderer should specify the make and model of the product offered against the compliance of following specifications. The tenderer should also submit the documentary proof in support of the same. The switch should be populated and supplied with all the modules, connectors, and interfaces etc. required for the commissioning in its full capacity. The switch should be of make CISCO or Nortel or Allied Telesis. The switch should be as per RDSO Specification No.RDS/SPN/TC/83/2008 Rev.0.0 or latest.

4.2 The Switch should be of fixed-configuration, standalone devices that provide

Desktop fast Ethernet and Gigabit Ethernet connectivity, enabling enhanced LAN services for entry - level enterprises, mid market, and branch office networks. The switch must offer integrated security, including network admission control (NAC), advanced quality of services (QAS),and resiliency to deliver intelligent services for the Network edge.

4.3 The Switch should offer:

i) Intelligent features at the network edge, such as sophisticated access controls (ACLS) and enhanced security.

ii) The Switch should be a Layer -2 switch with 24 ports of 10/100, and two ports 1000 base T.

iii) Network control and bandwidth optimization using advanced QOS, granular, limiting, ACLS, and multicast services.

iv) Network security through a wide range of authentication methods, data encryption technologies, and network admission control based on users,

Section 5 (ii): Technical Specifications 135

ports, and MAC address. Switch port security aging time, switch port security violation restrict.

v) Network configuration, upgrades and troubleshooting using cisco Network Assistant software.

vi) Auto-configuration, for specialized applications using smart ports. vii) Limited Lifetime Hardware Warranty. The switch should be compatible with our existing SYSTEM.

5. SPECIFICATION OF 8-PORT 10/100/1000 SWITCH (Schedule A-34) 5.1 It should be unmanaged Layer 2 Switch with (8) 10/100/BASE-T Ports of

Linksys or Extreme make. 6. SPECIFICATION OF Networking rack of 15U. (Schedule A-35) 6.1 It should have the following specifications

i) Should be minimum of 600mm wide ii) Should have removable Locking Side Panel iii) Should be minimum 500mm Deep iv) Should Complies with IEC 297-II v) Should be Fully configured with flexible mounting space vi) Maximum versatility vii) Should have Ventilation slots on top & bottom viii) Fan fixing provision available on top ix) Should be 0.7mm thickness and above and made by CRCA material x) Fan kit should have both side finger guard.

7. SPECIFICATION OF JACK PANNEL WITH MODULES: (Schedule A-36) 7.1 It shall be of 24 ports & of reputed make like D-LINK, DAX , MOLEX , Systimax

or AMP 8. Specification of LIU :- (Schedule A-37 ) 8.1 LIU shall be of reputed make MOLEX , AMP , or SYSTIMAX 8.2 LIU shall be fitted in 19” Rack 8.3 LIU Shall have sufficient numbers of splicing Tray and other accessories as

per requirement Nos. of fiber to be terminated. 8.4 Splicing and termination of OFC in LIU box should be done with pig tails of

1Meter length with LC type connectors. 9. Specification of CAT-6 Cable. (Schedule A-38) 9.1 It shall be of reputed make like Molex, AMP, Systimax

Type Unshielded Twisted Pair, Category 6, ANSI / TIA -568-C.2 complied

Conductors 23 AWG solid bare copper Insulation Polyethylene Separator Cross shaped separator between pairs.

Section 5 (ii): Technical Specifications 136

Jacket Flame Retardant PVC - Must for Safety Compliance

Approvals

UL Listed

ETL verified to ANSI / TIA 568-C.2 Cat 6 Packing Box of 305 meters Delay Skew 45ns / 100m MAX. Attenuation 22.8dB/100m at 250MHz ( or less attenuation values ) Impedance 100 Ohms + / - 15 ohms Performance characteristics to be provided at the time of inspection

Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR

10. Installation Testing & commissioning of entire network and equipment of

UTS Network. (Schedule A-42) 10.1 All wiring involved in this work shall be carried out by the contractor such as cat

6 cable & Arial Optical Fiber cable through casing capping and rigid PVC pipe. Fixing/mounting of racks on walls, platforms, FOBs as per site requirement shall be arranged by the contractor in the offered cost. Wherever required 19” racks shall be supplied with back covers and with suitable mounting arrangements.

10.2 The contractor shall Install, Integrate, test and commission various items of the

schedule such as LAN Switches, Patch cords LIU, FDMS, Jack Panel, Arial Optical Fiber cable, LAN Extenders, Media Converter, 4U,9U & 15U Racks and UPS . Testing of end to end optical fibers( Length, splice loss, total loss), CAT 6 cables, UPS, LAN Extenders and LAN switches for successful working of UTS.

10.3 Laying and termination of underground cables in DP Boxes and Installation of

DP Boxes as per site requirement, as per Site Engineer in charge and as per Officer in charge.

10.4 The Contractor shall provide the complete operation, maintenance and

installation manuals in English, of supply products and the documentation of test and installations including wiring diagram.

11. SPECIFICATION OF SURGE PROTECTION UNIT. (Schedule A-44) 11.1 Surge protections cum safety device suitable for single phase for Telecom

Equipment should be supplied as per RDSO No. RDSO/SPN/TL/23/99 version or latest.

11.2 This unit shall be installed and commissioned as per Railway requirement. 11.3 Surge protections cum safety device installed and all wiring upto equipment

should be carried out with suitable size of power cable through proper size of PVC rigid pipes/casing /capping.

Section 5 (ii): Technical Specifications 137

12. SPECIFICATION OF ALUMINIUM LADDER 5Ft: (Schedule A-45) 12.1 Aluminum ladder should be made up from high tensile aluminum alloy with

side steps of ‘C-section. 12.2 It shall be light in weight in weight but strong, durable rust proof and long

lasting. 12.3 It shall be self supporting and height shall be 5 feet. 12.4 It shall be provided with solid rubber shoes and special top platform. 12.5. It shall be supplied along with a chain and seven lever lock. 13. SPECIFICATION OF ALUMINIUM LADDER 12Ft: (Schedule A-46) 13.1 Aluminum ladder should be made up from high tensile aluminum alloy with side

steps of ‘C’ Section. 13.2 It shall be light in weight in weight but strong, durable rust proof and long lasting. 13.3 It shall be self supporting and height shall be 12 feet & extendable to 18 Ft. 13.4 It shall be provided with solid rubber shoes and special top platform. 13.5. It shall be supplied along with a chain and seven lever lock. 13.6 It should have heavy duty wheels.

14. Installation Testing & commissioning of entire network and equipment of

UTS Network. (Schedule A-47) 14.1 All wiring involved in this work shall be carried out by the contractor such as cat

6 cable & Arial Optical Fibre cable through casing capping and rigid PVC pipe. Fixing/mounting of racks & cameras on walls, platforms, FOBs as per site requirement shall be arranged by the contractor in the offered cost. Wherever required 19” racks shall be supplied with back covers and with suitable mounting arrangements.

14.2 The contractor shall Install, Integrate, test and commission various items of

the schedule such as NVR,LAN Switches, Patch cords LIU, FDMS, Jack Panel, Arial Optical Fiber cable, LAN Extenders, Media Converter, 4U,9U & 15U Racks and UPS . Testing of end to end optical fibers( Length, splice loss, total loss), CAT 6 cables, UPS, LAN Extenders and LAN switches for successful working of CCTV.

14.3 The Contractor shall provide the complete operation, maintenance and

installation manuals in English, of supply products and the documentation of test and installations including wiring diagram.

Section 5 (ii): Technical Specifications 138

14.4 Power backup for entire system should be minimum 30 minutes. 14.5 All the equipments and accessories should as per RDSO specification No RDSO/SPN/TC/65/2013 Rev.2 or latest .

15. TECHNICAL SPECIFICATION OF NVR, SWITCH,CAMERA AND

ACCESSORIES (Schedule A-48 & 49))

15.1 All the equipments and accessories for CCTV System should be supplied as per RDSO specification No RDSO/SPN/TC/65/2013 Rev. 2 or latest and compatible with existing system.

16. SHIFTING OF CCTV CAMERA AND ITS CABLING. (Schedule A-50) 16.1 All the cable, PVC pipes, cameras and networking equipments and their

accessories should be released and installed at new location. 16.2 New wiring with new cables and accessories is to be done for new cameras

location as per standard practice. 16.3 All care must be taken for safety of working of other Railway circuits while

releasing of old CCTV Systems and its accessories and installation of new cameras at new locations.

16.4 Balance released materials should be handed over the concerned Railway

officials at designated place. 17. Specification of Arial Single Mode Optical Fiber Cable. (Schedule A-51) 17.1 Fiber cable should be single mode 6 core armoured Arial cable of reputed

make MOLEX, AMP, or SYSTIMAX.

18. Specification of 3 core armoured Power cable for CCTV (Schedule A-52)

18.1 It should be 3 Core, 2.5 sq mm, multi strand copper conductor, PVC insulated, Armoured, confirming to IS: 1554 Part–I shall be provided or as specified for CCTV

19. Specification of Arial Single Mode Optical Fiber Cable. (Schedule B-1)

19.1 Fiber cable should be single mode 6 core armored Arial cable of reputed make

MOLEX, AMP, or SYSTIMAX.

20. LAYING OF Arial OFC CABLE (Schedule B-2 ) 20.1 Laying of Arial OFC Cable shall be through PVC rigid pipes. Fixing/Laying

material shall be arranged by the contractor in the offered cost as per site requirement, as per officer in charge and site in charge

20.2 Fixing, termination and splicing of OFC cable in LIU and FDMS as per site

requirement ,as per Site Engineer in charge and as per Officer in charge

Section 5 (ii): Technical Specifications 139

21. SPLICING OF THE FIBRES: (Schedule B-15) 21.1 Splicing of optic fiber cable and making the splice joint shall be done with

contractor's own splicing machine and tools. 21.2 The fusion splicing shall be used for fiber splicing. Some of the general steps

with full automatic microprocessor control splicing machine are as under: a) Wash hands thoroughly prior to commencing this procedure. b) Dip the clean bare fiber in the beaker of ethyl alcohol of the ultrasonic cleaver.

Switch on ultrasonic cleaver for 5-10 seconds (Some of the manufacturers do not prescribe the above cleaning).

c) Place the bare fiber inside ‘V’ grove of the splicing machine by opening clamp

handle such that the end of fiber is app. 1 mm. over the end of the “V” groove towards the electrodes.

d) Repeat the same procedure for other fibre, however, first insert heat shrink

splice protector. e) Press the start button on the splice controller. f) The machine will pre fuse, set align both in ‘X’ and ‘Y’ direction and then finally

fuse the fiber. g) Inspect the splice on monitor if provided on the fusion splicing machine and

assure no nicking, bulging is there and cores appear to be adequately aligned. If the splice does not visually look good repeat the above procedure.

h) Slide the heat shrink protector over the splice and place in tube heater. Heat is

complete when soft inner layer is seen to be ‘oozing’ out of the ends of the outer layer of the protector.

i) Repeat for other fibers.

21.3 FUSION SPLICER AND OTDR 21.3.1 The fusion splicer and Optical Time Domain Reflectometer (OTDR), to be

used for splicing and measurements of Parameters respectively, shall be of approved design and quality.

21.3.2 The contractor shall submit

i) Specification of fusion splicer and OTDR. ii) Certificate from the users, who have used the splicer and OTDR of the

make, the contractor intends to use, regarding their satisfactory performance.

Section 5 (ii): Technical Specifications 140

22. SPECIFICATION OF LAYING OF PVC CABLE: (Schedule B-12 ) 22.1 Laying of PVC Cable shall be laid through PVC casing capping / rigid pipes on

walls/roof/floor of platforms. Laying material like 3way/4way junction box T-joint elbow etc shall be arranged by the contractor in the offered cost as per site requirement.

23. SPECIFICATION OF Underground Cable Route locator (Schedule A-55 ) 23.1 Cable Route locator should be work in RE & Non RE area.

The locator set must be suitable for Measurement sheath and conductor faults, pinpoint electronic markers placed on the route of the cable, locate path/depth quickly and easily with light weight, easy-to-handle unit. It must be robust enough to perform reliably in all site conditions and weather situations and for prolonged periods. It must be capable of measuring the accurate cable or sonde depth, giving a digital read out in inches, feet and inches or centimetres as per user selectable. It should be able to locate buried metallic cables or OFC (Armoured), Metallic pipes by connecting the transmitter directly to the pipe / cable or through a couple unit. It should also able to locate above types of cable / pipe through induction method without direct connection to cable / pipe. It should be able to locate cable / pipe by line mapping with cable direction guidance with both signal strength bar graph & Right / Left directional arrow display directing towards target cable / pipe. It should support various cable / pipe location verification methods / modes like special peak, directional peak, directional Null method or verification of target cable of interest. It should be able to identify the possible direction of the buried cable / pipe by the analysis of direction of RF field during locating. It should be able to locate and pin point signal and multiply earth return (sheath faults) on a cable / metallic pipes using the earth frame method. It should able to locate the buried electronic markers (both passive & ID markers). There should be a provision in the equipment that it simultaneously locates the marker also when performing the cable / pipe locating and gives a audio / video alert to users that markers is detected. It should be able to write / read the data / information in the RFID markers. It should be possible to create the user data template in computer / laptops which

Section 5 (ii): Technical Specifications 141

can be further downloaded in locator to write the same information in RFID markers. It should be compatible with the leading GPS mapping device for GPS / GIS mapping of cable / Pipe routes and electronic marker placement points for efficient asset management system. It should be able to locate the live power cables (50 Hz) without connecting to the transmitter. It should use the passive power frequency of 50 Hz available in live buried power cables to locate them. For fault locating, transmitter should be able to transmit 2 alternating frequency (577 Hz & 33KHz) simultaneously with fault signal frequency (10 & 20 Hz) to detect the earth return faults in cables / pipes. It should be able to locate the cables and pipes buried at depth of 9 Mtr. Transmitter should be able to produce out put power up to Max. 12 Watt with help of external 12 v battery. Transmitter of the equipments should be capable of measuring locating circuit resistance, voltage and sheath fault resistance It should meet the below details technical specification.

23.2. LOCATING UNIT( Receiver Unit) The locating unit or receiver must be designed to fulfil 4 modes of operation for accurate locates, even in congested area. The Receiver should uses one of the four user-selected locating modes- DUAL PEAK, DUAL NULL, DIFFERENTIAL or SPECIAL PEAK to increase the sensitivity of the receiver for tracing over longer distances. Note: The Receiver should have volume settings, including special “expander” function that makes peaks and null more pronounced, enhancing the amplitude difference between two conductors carrying the same signal, making the unit extremely accurate, even in congested area.

23.1 Specification for Location Unit. A.1 Physical Specification Size: 648mm x 95mm x 273mm. Weight: <= 2 kgs A.2 Environmental Specification Operating temperature: -20 to 50 degree Celsius Storage temperature: -20 to 50 degree Celsius

Section 5 (ii): Technical Specifications 142

A.3 Electrical Specification Frequencies: Trace Mode Active: 577 Hz, 8 khz, 33 kHz, 200 kHz Passive: 50/60 Hz, User Selectable Tone Mode 577 Hz and 200 kHz pulsed at 8 Hz. Depth: Range: 0 to 9 mtr

Accuracy: +/- 10% for 0 to 1.5mtr and +/-15% for 1.5 to 4.5mtr.

Power: Six Alkaline “AA”(LR6) cells Battery Life: >= 45 hours

23.3 SIGNAL GENERATOR UNIT (Transmitter Unit)

The Signal Generator shall have a four transmit frequency of 577 Hz, 8 khz, 33 kHz, 200 kHz User- selectable. The power output must be adjustable. The Signal Generator must have Built-in Ohmmeter with voltage sensing / measuring capability to display earth fault resistance, confirm far-end grounds and shield continuity. Specification for Signal Generator Unit. B.1 Physical Specification Size: 172 mm x 286 mm x 197 mm. Weight: <= 2.5kgs B.2 Environmental Specification Operating temperature: -20 to 50 degree Celsius Storage temperature: -20 to 50 degree Celsius B.3 Electrical Specification Frequencies: Trace Mode 577 Hz, 8 khz, 33 kHz, 200 kHz Sheath fault mode 4/8 Hz Tone Mode 577 Hz and 200 kHz pulsed at 8 Hz. Induction Mode 200 kHz. Output voltage (Max.): Sheath Fault 75 Vrms Trace 40 Vrms Tone Normal setting: 10 Vrms High Setting: 75 Vrms @ 577 Hz; 40 Vrms @200 Hz.

Section 5 (ii): Technical Specifications 143

Output Power: Normal setting: 0.5W High Setting: Max. 12Watts 3 W for frequencies<200 kHz and 200 kHz in induction Mode, 1W for 200 kHz. Output Power: Six Alkaline “C” (LR14) cells Battery Life: >= 45 hours( Normal level)

Note: The OEM’s should certify the above compliance of the offered product on their letter head duly stamped and signed. Offers without the compliance certificate will be rejected. In case the products is not offered by Original Equipment Manufacturer, than they should provide the Manufacture Authorisation Certificate to their dealer/distributor to quote their product. 23.3

Section 5 (ii): Technical Specifications 144

Chapter - III

1. TECHNICAL SPECIFICATION AND INSTRUCTIONS FOR TRENCHING AND LAYING OF OPTICAL FIBRE CABLE AND SPECIAL PROTECTIVE WORKS:(Schedule B-16-20)

SCOPE:

This chapter deals with the specifications under which the various work for trenching & laying of optical fiber cable/copper Quad cable or both coming under the purview of the contract are to be executed by the contractor.

1.1 SUPPLY OF CABLE ROUTE PLAN:

1.1.1 Cable Route plan and jointing schedule for jointing of cable will be prepared

and supplied by the contractor in consultation with the Engineer in charge before the commencement of the work. This shall give a fairly accurate idea of the number & locations and the quantities of the various protective works required. These shall be got approved from the Engineer in charge.

1.2 EXCAVATION & BACK FILLING OF TRENCHES: 1.2.1 Trenches for Telecom cable shall be dug to a depth of 1.0 meters. The width of

the trench shall be adequate at the bottom to accommodate cables and their protection. Normally width of approx. 300mm at the bottom is sufficient. In places where underground pipes, electric main etc. come in the way, trenches deeper than one meter shall be dug as necessary and DWC pipes shall be placed to protect the optical fiber cables.

1.2.2 Metalled, macadamized, concrete and stone paved roads shall also be cut to a

depth of 1.0meter. The cable shall be laid through DWC pipe as per Drg. No.WCR/TELE/OFC/2007/6/Amendment 1 & Drg. No CSTE/3644/Pg 5 (Depth will be 1 mtr. The road surface shall be restored to original.

1.2.3 Wherever it is not possible to dig trench up to 1.65 meter depth due to site

conditions, work should be done in the manner specified in tender schedule or specific approval of site engineer / engineer’s representative should be taken before digging trenches of lesser depth. Similarly where digging of trench for more that 1.0 meters depth is required due to site conditions, specific approval of site engineer / engineer’s representative should be taken before commencing the work. In both cases payments for the same shall be done on the proportionate basis in comparison to the rate for 1.0 meter depth.

1.2.4 The bottom of the trench where the cable is to be laid shall be free from any

stones. The bottom of the trench shall be horizontal and shall in no case be undulating. When the cable bed changes from solid to soft surface or from the bridge to soft soil, tamped fill at the transition point shall be provided so that cable is not pressed against the edge of a hard surface.

Section 5 (ii): Technical Specifications 145

1.2.5 The back filling of trenches shall be done by tamping and consolidating the excavated soil in layers of 15-20 cm at a time. All the soil that is excavated shall be put back to the trench and care shall be taken in consolidation to ensure that the back filling does not suffer any sink age in monsoon.

1.2.6 If under unavoidable circumstances, the excavation is to be done between the

tracks or between OHE foundation and track, it shall be done to the full depth just before laying the cables and in the presence of the Engineer's representative so as to ensure the safety of train operations.

1.2.7 Wherever the Engineer's representative considers it necessary to adopt

shoring, the Contractor will be required to adopt shoring for which the Contractor shall have sufficient quantities of shoring material on hand as per RDSO Drawing No. TC 35003.

1.2.8 Where the direction of the trench has to change, it should be done in a gentle

curve of not less than one meter radius and not at sharp angles. 1.2.9 While crossing tracks and laying over bridges & culverts, the engineers

representative shall be present. The date and time of such works shall be communicated to concerned telecom supervisor of the Railways and adequate precautions, as advised by them, have to be taken.

1.3 TRACK CROSSING 1.3.1 All cable crossings across railway tracks shall be done in DWC pipes, threading

the cable through these pipes. The contractor shall do the trenching to the required depth wherever necessary such as approaches to track crossing and the length in between the adjacent tracks. Two no. of Nylon ropes shall be threaded through DWC pipes, one to pull the cable and one for future use. The arrangement of cable and DWC Pipe under Track crossings has been shown in Drg. No. CSTE/3644/Pg 7 (Depth will be 1 m).

1.4 ROAD CROSSING 1.4.1 When crossing road ways, it is necessary to lay the cables in such a manner as

to avoid the necessity of handling the cable sharply and minimize excavation of road surface as far as possible. Where cable is laid in surfaced trunking, the trunking alignment should be curved down to the pipes and proper brick or concrete joint should be made between trunking and pipe.

1.4.2 The crossing of main roads often involves difficulties especially if traffic is heavy,

precautions to avoid accidents to workmen, pedestrians and vehicles should be taken. On minor roads which can be temporarily closed to traffic it is possible to cross the entire width of the road and open up. Pipes should be installed quickly in the cutting which is then filled in there by reducing to a minimum time for which the road is closed.

1.4.3 Some roadways which are broad may be opened for half their width, allowing

the other half for use of traffic. Pipes are laid trench filled in the first half and the

Section 5 (ii): Technical Specifications 146

other half opened up after the first half is opened for the traffic. Pipes laid in the second half is linked with those laid in the first half. DWC pipes shall be used for road crossings. In all cases pipes should be laid at a depth of 1 meter, below the formation level or lower as may be required.

1.4.4 Whenever a cable is laid across an important road particularly one with a special

surface it is good investment to provide for future expansion. One cable per pipe should be laid. Two length of Nylon rope shall be used as lead wire. Two such lengths of Nylon rope shall be laid through the pipe. One wire shall be used for leading in the cable & the other wire shall be kept with suitable overlay to enable cable pulled out at later stage, if required.

1.4.5 Drg. No SK/CSTE/C/97/02 & Drg. No CSTE/3644/Pg 5 (Depth will be 1.0 mtr.

shows the arrangement of DWC pipe under metal roads.' 1.4.6 At busy road crossings, trenching should be done in nights with appropriate

protection and road warnings to road users. 1.5 CABLE OVER STEEL GRIDER BRIDGES 1.5.1 Where the cable has to cross girder bridges, the cable shall be protected in GI

pipe as per Drawing No. S&T/CSK/192 & CSTE/3644/A Pg 6, RAILTEL/SR/OFC/2008/6 & RAILTEL/SR/OFC/2008/7 fitted on the girder bridges with suitable clamps without driving holes in the girders. GI pipe may also be required to be fitted on walk way/ bridge’s substructure as per decision of Engineer. The drawings for installation arrangement shall be developed by contractor and got approved from Railway.

1.5.2 Nylon rope shall be pulled inside the pipe to enable pulling of duct/ cable. The

GI pipe shall be jointed. Arrangements for opening the GI pipe through collars later at approx 50 M shall be provided.

1.5.3 The GI pipe shall be extended by 4 – 6 meters beyond the bridge abutment and

joined with brick channelling / DWC pipe which shall be extended in the slope of formation, till the trench becomes horizontal at normal surface level. RCC/Brick pillars shall be made to prevent slipping of DWC pipe.

1.5.4 When laying cable on long bridges, the question of longitudinal expansion

caused by temperature differences should be taken into consideration and suitable cable loops should be provided at the pillars of the bridge

. 1.5.5 The laying of the cable on the bridges is to be done with much care and

planning. It is necessary that the cable drum to be laid on the bridge is inspected and tested thoroughly so that damaged cable is not installed.

1.6 CULVERTS AND ARCH BRIDGES 1.6.1 Wherever possible the cable shall be laid under the bed of the culvert through

DWC pipes at the depth of 2.28M as per sketch Drg. No. WCR/TELE/OFC/01/06/08 (For longitudinal & culvert plan refer drg no.

Section 5 (ii): Technical Specifications 147

RAILTEL/SR/OFC/2008/8 & RAILTEL/SR/OFC /2008/9) Similar arrangement shall be provided for taking the cable in water logged areas and drains.

1.6.2 In case of wet culverts or unfriendly terrains where it is not possible to lay cable

under the bed of culverts, the cables may be laid over the culvert in G.I. pipes as per Drawing No. CSTE/3644/A Pg 6, RAILTEL/SR/OFC/2008/6 & RAILTEL/SR/OFC/2008/7

1.6.3 On Arch Bridges also the cables/ducts shall be laid in GI pipes close to the

retaining wall as per Drg. No. S&T/C/SK/173. 1.7 LAYING CABLE IN SOLID AND ROCKY SOIL. 1.7.1 If the terrain is rocky, it may not be possible to ensure normal dimensions of the

trench. In such cases cable should be laid in manner explained in tender schedule

1.8 CABLES IN CONGESTED RESIDENTIAL AREAS AND MARSHY AREAS: 1.8.1 When laying the cable in residential sections, the cable should be specially

protected on both sides up to a distance of about 300 meters beyond the building line. In such cases the cable should be protected by means of stone slabs/bricks, which are placed directly over the cable. The cable duct shall be laid through DWC pipe. In the area where cable is to be laid along the wall, then it should be through GI pipe suitably clamped along the wall. Approaches shall be suitable contoured & pipe extended at least 4 meters in the trenches where proper dept is available.

1.8.2 In marshy area where it is not possible to divert the cable route the cable shall

be suitably laid and protected as per decision of Engineer depending on site condition, like laying cable in DWC pipe supported on Masonry Pillars/Iron channels etc.

1.9 LEADING OF CABLE IN MASONRY BUILDINGS / SHELTERS. 1.9.1 The cable will have to be led inside any masonry building such as Cable hut,

ASM's room at a depth of 0.75 meters by cutting the masonry structure of the wall as per Drg. No. S&T/C/SK/172. After the cable has been led inside the masonry wall the floor inside shall be duly repaired and plastered.

1.10 LAYING OF CABLE THROUGH TUNNELS CUTTING.

1.10.1 In tunnels & cutting OFC cable shall be laid on GI pipe which should be fixed

either along wall after clamping or on the foot of the tunnel with cement mortar of min 100mm thickness. The cable duct shall be laid through GI pipe.

1.11 LAYING OF CABLE IN SPECIAL CASES: 1.11.1 Near Power Cable When the contractor comes across any other cable already

laid, he shall first report the fact to the Engineer. Should the cable be identified

Section 5 (ii): Technical Specifications 148

by the Engineer as a power cable (LT or HT), the trench shall be dug as far away from the route of the power cable as practicable.

1.11.2 Crossing of Optical Fiber Cable with another cable Crossing of the Optical

Fiber cable with another cable shall be avoided wherever possible. Where, however, this is not possible, the Optical Fiber cable shall be laid in DWC. The length of the pipe to be provided on either side of the crossing shall be at least one meter.

1.11.3 Laying of other than optical fiber cables in the same Trench No cable other

than quad shall be laid in the trench for the Optical Fiber cable. Even in such cases, both the cables are to be laid as per approved drawing. Where, however, exceptional circumstances exist, the optical fiber cable may be laid along with another cable in the same trench provided a specific permission of each such case is obtained in writing from Engineer. When optical fiber cable and L.T. power cable have to be laid in the same trench they shall be separated by placing a layer of RCC capping / brick between them vertically (approx.16 bricks/meter) or laid in DWC pipe.

1.11.4 Laying of cable through pipes

i. The cable shall be laid through DWC pipes at the locations marked on the route plan and as advised by the Engineer or his representative.

ii. For laying the cable through pipes Nylon rope shall be used as a lead wire.

Two such lengths of wires shall be laid through the pipes, so that after the cable is threaded through the pipe, one lead wire is permanently left in the pipe with a suitable overlay at two ends, to enable the cable to be pulled out at a later stage if required to do so.

iii. On arch bridges and culvert bridges the cables will be threaded through

G.I./DWC pipes etc. While threading the cable through these pipes the Contractor shall do the trenching to the required depth wherever necessary for which no extra charge will be paid.

iv. DWC HDPE pipes shall not be used where directly exposed to sun. These

shall invariably be underground and covered. 1.12 Laying cable near feeding post: 1.12. 1In the vicinity of feeding posts, as far as possible the cable shall be laid on the

side of the track opposite to the feeding post. Further the Optical fiber cable shall be at least one meter away from any metallic part of the O.H.E. and other equipment at the substation which is fixed on the ground and at least one meter away from the substation earthing. In addition, the cable shall be laid in DWC pipe for a length of 300 meters on either side of the feeding point.

1.12.2 Running of cables at foundations others than OHE Masts and from pipe outlets.

Damages to cable is likely to occur if care is not taken in laying cable where the bed changes from solid support such as a foundation pipe or bridge to soft

Section 5 (ii): Technical Specifications 149

support such as soft soil. The cable must not press against the edge of the solid support. The soft soil near the edge must be tamped and the cable rose slightly.

1.13 Laying near oily surface 1.13.1 If during the excavation of trenches for laying cables, the Contractor or his

representative notices the presence of oil or oily substance or any other chemical which is likely to cause the deterioration of the cable protective material he shall bring the matter to the notice of the Engineer or his representative and on the latter's decision he shall choose an alternative cable route or he shall protect the cable in such places in such manner as advised in writing by the Engineer or his representative. No additional charges are payable.

1.13.2 Special soil condition Cable should not be run through abnormally high acidic or alkaline soil or

through sewage. If this is unavoidable, special measures should be taken against corrosion as advised by the Engineer in Charge.

1.13.3 Provision of damage due to sharp edges When cable are laid in trunking, care should be taken to see that no ballast or

stones have been dropped inside the trunking and it should be cleared of all ballast and stones before the cover is secured. When the ends of covers are joined together with cement plaster, a piece of paper or wood should be placed under the joint to prevent the cement plaster from falling on the cables.

1.14. HANDLING OF CABLE DRUMS & PAYING OF CABLES: 1.14.1 The drums shall be unloaded by the side of the Railway Track from either a

crane or any other suitable means very carefully so as not to cause any damage to the cable. The drums at site shall be protected until they are laid.

1.14.2 On each drum there are two ends, A&B. The 'B' end of one cable length shall

meet 'A' end of the next cable at a joint. The 'A' end shall be normally on the top unless indicated otherwise on a drum.

1.14.3 The drums shall always be kept upright, i.e. axle in Parallel position to the

base. The drums shall not be set by jerks but shall be handled slowly and with care. The walls of the drums should not be damaged while moving the drums if required for unrolling.

1.14.4 The drums shall normally be unrolled at the same place and the cable carried

by workmen near the trench. The drums shall not be dragged in any case. But where drums of cable have to be moved, would always be rolled in the direction of the arrow, otherwise the coils tend to unwind and the cable may get battered. In case no direction arrow is marked on the drum, remove several battens and determine the direction in which the cable is coiled. The

Section 5 (ii): Technical Specifications 150

arrow should then be painted on the drum pointing in the opposite direction in which the upper cable end is coiled so that future handling of the cable drum is facilitated and then replace the battens carefully.

1.14.5 The drum should be properly mounted on jacks (or on a cable wheel) making

sure that the spindle is large enough to carry the weight without bending and that it is laying horizontally in the bearings so as to prevent the drum creeping to one side or the other while it is rotating. Before attempting to pull off the cable, remove the end protection box attached to the flange of the drum and cut the security ropes so as to leave the cable free to move.

1.14.6 If a portion of the cable only is taken out from the cable drum, the battens

should be immediately replaced to prevent damage to the balance of the cable. This is important.

1.14.7 The use of steel bars between the bolt heads to 'jump' or turn the drum around

is dangerous to staff and likely to damage the drums. A better method is to use two steel plates with grease between them. By standing the drum on these greased plates, it can be easily elevated round to the desired position.

1.14.8 All care should be taken in handling cable drums with a view to ensure safety

not only of the cables but also of the working party handling them. The man should not be allowed to brake the cable drum by standing in front but only from side.

1.14.9 Rewinding and redrumming of cables.

i) If for any reason it is found necessary to rewind a cable on a drum, cable drum

with a proper barrel diameter not less than of the original drum should be chosen.

ii) The drums should be mounted on cable jacks during rewinding operations using proper size of spindles passed through the flange holes which will not buckle under the lead. The cable should not be bent opposite to the set it is having already.

iii) In the re drumming operations, drums should be so turned that the cable passes from the bottom of the original set with as little gap as possible.

iv) Replace all the lagging on the cable drum.

1.15 CABLE LAYING: 1.15. 1 It is advisable to employ the same people at the same place or job while

cable is being laid. 1.15.2 Before commencement of the laying, inspection of the trench and inspection

of protection works should be carried out so as to ensure their conformity with the specification. The trench bottom should be clean, smooth and free of small stone. When the soil contains stone or pieces of rock and therefore cannot be raddled, sieved earth about 10 cm. thick should be used both for the bedding on which the cable is laid and for covering the cables.

Section 5 (ii): Technical Specifications 151

1.15.3 The cable drum should be brought as close to the cable trench as possible. It should be lifted with the aid of cable jacks firmly mounted on a support of stone or wood. The spindle should be minimum of 55 mm diameter and have a clearance from ground by 5 to 10 cm.

1.15.4 Where necessary the cable drum may be placed at such a point so that 2/3 of

the cable is laid directly in one direction and the balance in other direction. Care should be taken in such a case to see that there are no kinks or loops in the cable.

1.15.5 The wooden battens on the drums should be carefully removed shortly prior

to laying and before the drum is mounted on the jack. The nails on the lagging should be carefully removed.

1.15.6 While rolling a cable drum for laying, the drum shall be supported on an axle

running through its centre, the height of the axle being such that the end frames are free to rotate and do not touch the ground at any point. The cable shall be carefully uncoiled by gently pulling the cable assisted as necessary by carefully turning the drums. The quick pulling of the cable or turning the drums shall be avoided at all costs. Each cable drum shall be braked while laying is in progress to prevent sharp bending or buckling, particularly when the cable coils are sticking together.

1.15.7 The method of mounting the brakes is shown in Drawing No.

RAILTEL/SR/OFC/2008/13. 1.15.8 When drums are turned for change of direction, wooden blocks shall be

carefully put under the drum bolts which stand out from the drum discs. 1.15.9 It is customary for the mate to stand in a commanding position where he can

view the entire route and shout evenly timed calls to his men to pull. If there is proper synchronization between the mate's calls and the pulling by the men, the cable will leave the drum without difficulty. It is important that the cable should be pulled with steady and even pulls and not be unnecessarily jerked or strained. On no account should a cable be allowed to twist or kink as this is likely to spring the Armour and fracture the outer serving of the cable. When pulling cable around bends, one or two men should be stationed to give the cable the correct bend when it passes.

1.15.10 while laying the cable, employ adequate number of men such that the cable

can be conveniently carried by them in both hands without stretched arms. The distance between any two persons carrying the cable shall be from 2 to 10 meters depending upon weight of cable such that the maximum sag of the cable between any two persons is not more than 0.5 meters.

1.15.11 The cable shall be gently drawn by pulling the cable, which may be assisted

as required, by smoothly and slowly turning the winch. The cable shall not be twisted on any account.

Section 5 (ii): Technical Specifications 152

1.15.12 Before laying is commenced, the cable shall be uncoiled first in a straight line supported by men and then carried to the trench and laid gently & carefully ensuring that cable is not stretched while putting in the trench.

1.15.13 Laying work is in progress one man must continuously observe the cable

along its length in order to determine whether any indentations, holes or other damaged parts are apparent. Such damaged parts have to be protected immediately by the cable jointer provided with the Laying party.

1.15.14 when two or three turns of cable are left on the drum, the pulling should be

stopped and the inner end of the cable removed from the slot in the drum. Pulling should then be continued. If this is not done the cable end is likely to be stretched and damaged.

1.15.15 The ends of the optical fibre cable should have an overlap of 10 M at the

end of each drum for jointing purpose. 1.15. 16 The conditions of the cable shall be visually inspected throughout its length

and in case any damage or defect is noticed, the trench shall not be filled up until the Engineer's representative is notified to examine and authorize filling of the trench.

1.15.17 MINIMUM BENDING RADIUS: Cables should always be bent (or

straightened) slowly, they should never be bent to small radius while handling. The minimum safe bending radius for optical fibre cables should be 30 times the diameter of the cable but wherever possible larger radius should be used.

1.15.18 wherever cable has to be coiled/looped, the diameter of the coil/loop shall

be greater than 30 times the diameter of the cable. 1.15.19 The pit to be constructed should be as per the specification given in the

Drg. No. CORE/S&T/ALD/SK/435/95 and cable joint enclosure to be fixed inside the pit wall.

1.16 CABLE RESERVE: At the following locations, it will be necessary to

provide reserve cable for future possible use. a) Where a change to cable line is expected, the reserve to be allowed

depends on circumstances. b) In freshly baked soil to allow for slipping of the bank an allowance of 30 cm.

should be provided for every 10 meters of trench (3 percent). The cable should be laid in a sinuous form.

c) Near roadways, buildings and culverts, reserve of 10 meters should be

allowed at drum end. d) On each side of major girder bridge a reserve of 20 meters should be left.

For minor bridges 10 meters shall be left.

Section 5 (ii): Technical Specifications 153

e) Where remodelling works on culverts, bridges and track doubling work are going on, it may be necessary to keep loops of cable as an extra reserve pending finalization of its future route.

f) At the cable hut a loop of 20 meters in the cable pit. g) At every joint a loop of 20 meters on either side. 1.17 CABLE MARKERS 1.17.1 The cable markers shall normally be provided at the distance of every 50 to

60 meters in front of the every OHE Gantry Post and also at places or corners wherever the route of the cable changes. The joint indicators shall be provided at all types of cable joints. The cable Marker and joint markers provided shall be of RCC type with letters “WR OFC” stenciled and suitably painted with standard trend as per site conditions.

1.17.2 Deleted. 1.17.3 Execution of HDD (Trench less Horizontal Directional Drilling - Boring) 1.17.4 Under road/platforms/railway tracks/difficult terrain etc., trench less horizontal

directional drilling (HDD) method shall be adopted under the supervision of competent staff for laying of GI/DWC pipe at a minimum depth of 1.65 meters to 2 meters (depth as per instructions of the site engineer).

1.17.5 The depth of trench at any of the ends should not be less than 1.65 meter in

any case. Both ends of GI/HDPE pipes should be closed properly using accessories and the pits should be properly back filled

1.17.6 There should be no damage to the road/platform/tracks or any such

structures etc. enrooted during or after the HDD operations.

1.17.7 The work includes supply of all accessories required for laying of GI/HDPE pipes.

1.18. SPECIFICATION OF METAL DP BOX 20 PAIR. (Schedule B-24) 18.1 Wall mounting type metal DP Box of 10/20 pair fitted with 10/20 pair krone

module made up of GI sheet of 18 SWG with metallic door of same gauge fitted with Hinges and locking arrangement.

18.2 Suitable locking arrangement with key shall be fitted on the door of the D.P.

The door of the D.P. shall be equipped with rubber gasket to prevent entry of dust & water.

18.3 The D.P. Box should be equipped with 20 pair Krone frame with krone

modules of Krone make part No. 6089-2-011-02 to achieve the ultimate capacity of 20 pair.

Section 5 (ii): Technical Specifications 154

18.4 The D.P. Box shall be powder coated preferably in ivory colour after a coat of anticorrosive paint.

18.5 There shall be two entry points for cable in and cable out at the bottom of the

D.P. Box. The edge of the holes for cable entry should be protected with good quality fiber or rubber ferrules/gaskets.

18.6 Suitable fixing arrangement like screws, rubber spacers and washer shall be

supplied along with the D.P. Box. 18.7 Each D.P. Box should have four holes on the back wall of the D.P. box for

fixing on the wall with the help of the accessories supplied along with the D.P. Boxes.

19. SPECIFICATION OF METAL DP BOXES 50 PAIR. (Schedule B-23) 19.1 Wall mounting type metal DP Box 50 pair shall be made up of 18 SWG metal

sheets with metallic door of same gauge fitted with Hinges on one of the side edge of the Box. The size of the DP boxes shall be 290 mm x 250mm x 83mm or as per site requirement.

19.2 A suitable locking arrangement with key shall be on the door of the D.P. The

door of the D.P. shall be equipped with rubber gasket for waterproofing and for dust protection.

19.3 The D.P. Box must be fitted with 1 Nos. of 50 pair Krone frame with krone

modules to achieve the ultimate capacity of 50 pairs. 19.4 The metallic D.P. Box of 50 pair shall be powder coated preferably in Grey

colour after a coat of anticorrosive paint. 19.5 There shall be four entry points for cable in and cable out at the bottom side

of the D.P. Box. The edge of the entry points for cable in and cable out should be protected with good quality fibre or rubber ferrules/gaskets and Rest two holes for cable out shall be equipped with rubber grommet.

19.6 Suitable fixing arrangement like screws of, rubber spacers and washer shall

be supplied along with the D.P. Box. 19.7 Each D.P. Box should have four holes on the back wall of the D.P. box for

fixing the D.P. boxes on the wall with the help of the accessories supplied along with the D.P. Box.

20. SPECIFICATION OF METAL DP BOX 100 PAIR. (Schedule B-22) 20.1 Wall mounting type metal DP Box 100 pair shall be made up of 18 SWG metal

sheets with metallic door of same gauge fitted with Hinges on one of the side edge of the Box. The size of the DP boxes shall be (424 x 250 x 83 mm) or as per site requirement.

Section 5 (ii): Technical Specifications 155

20.2 A suitable locking arrangement with key shall be on the door of the D.P. The door of the D.P. shall be equipped with rubber gasket for waterproofing and for dust protection.

20.3 The D.P. Box must be fitted with 1 Nos. of 100 pair Krone frame along with

krone modules to achieve the ultimate capacity of 100 pairs. 20.4 Krone modules supplied shall be of the original manufacturer of krone. 20.5 The metallic D.P. Box of 100 pair shall be powder coated preferably in Grey

colour after a coat of anticorrosive paint. 20.6 There shall be two entry points for cable in and two for cable out at the bottom

side of the D.P. Box. The edge of the entry points for cable in and cable out should be protected with good quality fiber or rubber ferrules/gaskets and Rest two holes for cable out shall be equipped with rubber grommet.

20.7 Suitable fixing arrangement like screws of, rubber spacers and washer shall

be supplied along with the D.P. Box. 20.8 Each D.P. Box should have four holes on the back wall of the D.P. box for

fixing the D.P. boxes on the wall with the help of the accessories supplied along with the D.P. Box.

21. SPECIFICATION OF METAL DP BOX 200 PAIR. (Schedule B-21) 21.1 Wall mounting type metal DP Box 200 pair shall be made up of 18 SWG metal

sheets with metallic door of same gauge fitted with Hinges on one of the side edge of the Box. The size of the DP boxes shall be (424 x 305 x 83 mm) or as per site requirement.

21.2 A suitable locking arrangement with key shall be on the door of the D.P. The

door of the D.P. shall be equipped with rubber gasket for waterproofing and for dust protection.

21.3 The D.P. Box must be fitted with 2 Nos. of 100 pair Krone frame along with

krone modules to achieve the ultimate capacity of 200 pairs. 21.4 Krone modules supplied shall be of the original manufacturer of krone. 21.5 The metallic D.P. Box of 200 pair shall be powder coated preferably in Grey

colour after a coat of anticorrosive paint. 21.6 There shall be two entry points for cable in and two for cable out at the bottom

side of the D.P. Box. The edge of the entry points for cable in and cable out should be protected with good quality fiber or rubber ferrules/gaskets and Rest two holes for cable out shall be equipped with rubber grommet.

21.7 Suitable fixing arrangement like screws of, rubber spacers and washer shall be

supplied along with the D.P. Box.

Section 5 (ii): Technical Specifications 156

21.8 Each D.P. Box should have four holes on the back wall of the D.P. box for fixing the D.P. boxes on the wall with the help of the accessories supplied along with the D.P. Box.

22. RELASING OF TELECOM CABLES LIKE PIJF,COAXIAL,DATACABLE

ETC. & PVC PIPES FROM EXISTING PLATFORMS (Schedule B-31) 22.1 All unused Telecom cables like PIJF, PVC, Coaxial, data cable & PVC pipes

and fitting and accessories should released and handover to the concerned Railway officials at designated place.

23. SHIFTING OF EXISTING INDICATORS ON PF & FOBs: . (Schedule B-32

&33) 23.1 All the cable, PVC pipes, indicator and hanging arrangement and their

accessories should be released and installed at new location. 23.2 New wiring with new cables and accessories is to be done for indicator at new

location as per standard practice. 23.3 All care must be taken for safety of working of other Railway circuits while

releasing of indicator and its accessories and installation of indicators at new locations.

23.4 Balance released materials should be handed over the concerned Railway

officials at designated place. 24. SHIFTING OF EXISTING PA SPEAKERS ON PF & FOBs: . (Schedule B-34) 24.1 All the cable, PVC pipes, Speakers and hanging arrangement and their

accessories should be released and installed at new location. 24.2 New wiring with new cables and accessories is to be done for speaker at new

location as per standard practice. 243 All care must be taken for safety of working of other Railway circuits while

releasing of speaker and its accessories and installation of speakers at new locations.

24.4 Balance released materials should be handed over the concerned Railway

officials at designated place.

Section 6 : General Conditions of Contract (GCC) 157

PART-III CONDITIONS OF CONTRACT AND

CONTRACT FORMS

Section 6 : General Conditions of Contract (GCC) 158

Section - 6 General Conditions of Contract

Section 6: General Conditions of Contract 159

General Conditions of Contract

These General Conditions of Contract (GCC), read in conjunction with the Particular Conditions of Contract (PCC) and other documents listed therein, should be a complete document expressing fairly the rights and obligations of both parties.

Section 6: General Conditions of Contract 160

Table of Clauses

A. General .........................................................................................................................162 1. Definitions..................................................................................................................162 2. Interpretation ..............................................................................................................164 3. Language and Law .....................................................................................................164 4. Project Manager’s Decisions .....................................................................................165 5. Delegation ..................................................................................................................165 6. Communications ........................................................................................................165 7. Subcontracting ...........................................................................................................165 8. Other Contractors .......................................................................................................165 9. Personnel and Equipment ..........................................................................................165 10. Employer’s and Contractor’s Risks ...........................................................................165 11. Employer’s Risks .......................................................................................................165 12. Contractor’s Risks ......................................................................................................166 13. Insurance ....................................................................................................................166 14. Site Data .....................................................................................................................167 15. Contractor to Construct the Works ............................................................................167 16. The Works to Be Completed by the Intended Completion Date ...............................167 17. Approval by the Project Manager ..............................................................................167 18. Safety… .....................................................................................................................167 19. Discoveries .................................................................................................................167 20. Possession of the Site .................................................................................................167 21. Access to the Site .......................................................................................................167 22. Instructions, Inspections and Audits ..........................................................................168 23. Appointment of the Adjudicator ................................................................................168 24. Procedure for Disputes ...............................................................................................168 25. Corrupt and Fraudulent Practices ...............................................................................168 B. Time Control ................................................................................................................169 26. Program ......................................................................................................................169 27. Extension of the Intended Completion Date ..............................................................169 28. Acceleration ...............................................................................................................170 29. Delays Ordered by the Project Manager ....................................................................170 30. Management Meetings ...............................................................................................170 31. Early Warning ............................................................................................................170 C. Quality Control............................................................................................................171 32. Identifying Defects.....................................................................................................171 33. Tests… .......................................................................................................................171 34. Correction of Defects .................................................................................................171 35. Uncorrected Defects...................................................................................................171 D. Cost Control .................................................................................................................171 36. Contract Price.............................................................................................................171 37. Changes in the Contract Price ....................................................................................171 38. Variations ...................................................................................................................172 39. Cash Flow Forecasts ..................................................................................................173 40. Payment Certificates ..................................................................................................173 41. Payments ....................................................................................................................173 42. Compensation Events.................................................................................................174 43. Tax…. ........................................................................................................................175

Section 6: General Conditions of Contract 161

44. Currencies ..................................................................................................................175 45. Price Adjustment ........................................................................................................175 46. Retention ....................................................................................................................176 47. Liquidated Damages ..................................................................................................176 48. Bonus. ........................................................................................................................176 49. Advance Payment ......................................................................................................176 50. Securities ....................................................................................................................177 51. Dayworks ...................................................................................................................177 52. Cost of Repairs ...........................................................................................................177 E. Finishing the Contract ................................................................................................177 53. Completion .................................................................................................................177 54. Taking Over ...............................................................................................................177 55. Final Account .............................................................................................................177 56. Operating and Maintenance Manuals ........................................................................178 57. Termination ................................................................................................................179 58. Payment upon Termination ........................................................................................179 59. Property ......................................................................................................................180 60. Release from Performance .........................................................................................180 61. Suspension of Bank Loan or Credit ...........................................................................180

Section 6: General Conditions of Contract 162

General Conditions of Contract

A. General 1. Definitions 1.1 Boldface type is used to identify defined terms.

(a) The Accepted Contract Amount means the amount accepted in the Letter of Acceptance for the execution and completion of the Works and the remedying of any defects.

(b) The Activity Schedule is a schedule of the activities comprising the construction, installation, testing, and commissioning of the Works in a lump sum contract. It includes a lump sum price for each activity, which is used for valuations and for assessing the effects of Variations and Compensation Events.

(c) The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in GCC 23.

(d) Deleted.

(e) Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

(f) Compensation Events are those defined in GCC Clause 42 hereunder.

(g) The Completion Date is the date of completion of the Works as certified by the Project Manager, in accordance with GCC Sub-Clause 53.1.

(h) The Contract is the Contract between the Employer and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in GCC Sub-Clause 2.3 below.

(i) The Contractor is the party whose Bid to carry out the Works has been accepted by the Employer.

(j) The Contractor’s Bid is the completed bidding document submitted by the Contractor to the Employer.

(k) The Contract Price is the Accepted Contract Amount stated in the Letter of Acceptance and thereafter as adjusted in accordance with the Contract.

(l) Days are calendar days; months are calendar months.

(m) Day works are varied work inputs subject to payment on a time basis for the Contractor’s employees and Equipment, in addition to payments for associated Materials and Plant.

(n) A Defect is any part of the Works not completed in accordance with the Contract.

(o) The Defects Liability Certificate is the certificate issued by Project Manager upon correction of defects by the Contractor.

(p) The Defects Liability Period is the period named in the PCC

Section 6: General Conditions of Contract 163

pursuant to Sub-Clause 34.1 and calculated from the Completion Date.

(q) Drawings means the drawings of the Works, as included in the Contract, and any additional and modified drawings issued by (or on behalf of) the Employer in accordance with the Contract, include calculations and other information provided or approved by the Project Manager for the execution of the Contract.

(r) The Employer is the party who employs the Contractor to carry out the Works, as specified in the PCC.

(s) Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

(t) “In writing” or “written” means hand-written, type-written, printed or electronically made, and resulting in a permanent record;

(u) The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance.

(v) The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the PCC. The Intended Completion Date may be revised only by the Project Manager by issuing an extension of time or an acceleration order.

(w) Materials are all supplies, including consumables, used by the Contractor for incorporation in the Works.

(x) Plant is any integral part of the Works that shall have a mechanical, electrical, chemical, or biological function.

(y) The Project Manager is the person named in the PCC (or any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Project Manager) who is responsible for supervising the execution of the Works and administering the Contract.

(z) PCC means Particular Conditions of Contract.

(aa) The Site is the area defined as such in the PCC.

(bb) Site Investigation Reports are those that were included in the bidding documents and are factual and interpretative reports about the surface and subsurface conditions at the Site.

(cc) Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Project Manager.

(dd) The Start Date is given in the PCC. It is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

(ee) A Subcontractor is a person or corporate body who has a Contract

Section 6: General Conditions of Contract 164

with the Contractor to carry out a part of the work in the Contract, which includes work on the Site.

(ff) Temporary Works are works designed, constructed, installed, and removed by the Contractor that are needed for construction or installation of the Works.

(gg) A Variation is an instruction given by the Project Manager which varies the Works.

(hh) The Works are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as defined in the PCC.

2. Interpretation 2.1 In interpreting these GCC, words indicating one gender include all genders. Words indicating the singular also include the plural and words indicating the plural also include the singular. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Project Manager shall provide instructions clarifying queries about these GCC.

2.2 If sectional completion is specified in the PCC, references in the GCC to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(a) Agreement,

(b) Letter of Acceptance,

(c) Contractor’s Bid,

(d) Particular Conditions of Contract,

(e) General Conditions of Contract, including Appendix,

(f) Specifications,

(g) Drawings,

(h) Bill of Quantities,1 and

(i) any other document listed in the PCC as forming part of the Contract.

3. Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the PCC.

3.2 Throughout the execution of the Contract, the Contractor shall comply with the import of goods and services prohibitions in the Employer’s country when

1 In lump sum contracts, delete “Bill of Quantities” and replace with “Activity Schedule.”

Section 6: General Conditions of Contract 165

(a) as a matter of law or official regulations, the Borrower’s country prohibits commercial relations with that country;

4. Project Manager’s Decisions

4.1 Except where otherwise specifically stated, the Project Manager shall decide contractual matters between the Employer and the Contractor in the role representing the Employer.

5. Delegation 5.1 Otherwise specified in the PCC, the Project Manager may delegate any of his duties and responsibilities to other people, except to the Adjudicator, after notifying the Contractor, and may revoke any delegation after notifying the Contractor.

6. Communica-tions

6.1 Communications between parties that are referred to in the Conditions shall be effective only when in writing. A notice shall be effective only when it is delivered.

7. Subcontracting 7.1 The Contractor may subcontract with the approval of the Project Manager, but may not assign the Contract without the approval of the Employer in writing as referred in PCC. Subcontracting shall not alter the Contractor’s obligations.

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Employer between the dates given in the Schedule of Other Contractors, as referred to in the PCC. The Contractor shall also provide facilities and services for them as described in the Schedule. The Employer may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification.

9. Personnel and Equipment

9.1 The Contractor shall employ the key personnel and use the equipment identified in its Bid, to carry out the Works or other personnel and equipment approved by the Project Manager. The Project Manager shall approve any proposed replacement of key personnel and equipment only if their relevant qualifications or characteristics are substantially equal to or better than those proposed in the Bid.

9.2 If the Project Manager asks the Contractor to remove a person who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

9.3 If the Employer, Project Manager or Contractor determines, that any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the execution of the Works, then that employee shall be removed in accordance with Clause 9.2 above.

10. Employer’s and Contractor’s Risks

10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.

11. Employer’s 11.1 From the Start Date until the Defects Liability Certificate has been

Section 6: General Conditions of Contract 166

Risks issued, the following are Employer’s risks: (a) The risk of personal injury, death, or loss of or damage to property

(excluding the Works, Plant, Materials, and Equipment), which are due to

(i) use or occupation of the Site by the Works or for the purpose of the Works, which is the unavoidable result of the Works or

(ii) Negligence, breach of statutory duty, or interference with any legal right by the Employer or by any person employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Employer or in the Employer’s design, or due to war or radioactive contamination directly affecting the country where the Works are to be executed.

11.2 From the Completion Date until the Defects Liability Certificate has been issued, the risk of loss of or damage to the Works, Plant, and Materials is an Employer’s risk except loss or damage due to

(a) a Defect which existed on the Completion Date, (b) an event occurring before the Completion Date, which was not itself

an Employer’s risk, or (c) the activities of the Contractor on the Site after the Completion Date.

12. Contractor’s Risks

12.1 From the Starting Date until the Defects Liability Certificate has been issued, the risks of personal injury, death, and loss of or damage to property (including, without limitation, the Works, Plant, Materials, and Equipment) which are not Employer’s risks are Contractor’s risks.

13. Insurance 13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the PCC for the following events which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant, and Materials; (b) loss of or damage to Equipment; (c) loss of or damage to property (except the Works, Plant, Materials,

and Equipment) in connection with the Contract; and (d) personal injury or death. 13.2 Policies and certificates for insurance shall be delivered by the

Contractor to the Project Manager for the Project Manager’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may affect the insurance which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Project Manager.

13.5 Both parties shall comply with any conditions of the insurance policies.

Section 6: General Conditions of Contract 167

14. Site Data 14.1 The Contractor shall be deemed to have examined any Site Data referred to in the PCC, supplemented by any information available to the Contractor.

15. Contractor to Construct the Works

15.1 The Contractor shall construct and install the Works in accordance with the Specifications and Drawings.

16. The Works to Be Completed by the Intended Completion Date

16.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Program submitted by the Contractor, as updated with the approval of the Project Manager, and complete them by the Intended Completion Date.

17. Approval by the Project Manager

17.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Project Manager, for his approval.

17.2 The Contractor shall be responsible for design of Temporary Works.

17.3 The Project Manager’s approval shall not alter the Contractor’s responsibility for design of the Temporary Works.

17.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, where required.

17.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Project Manager before this use.

18. Safety 18.1 The Contractor shall be responsible for the safety of all activities on the Site.

19. Discoveries 19.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Project Manager of such discoveries and carry out the Project Manager’s instructions for dealing with them.

20. Possession of the Site

20.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the PCC, the Employer shall be deemed to have delayed the start of the relevant activities, and this shall be a Compensation Event.

21. Access to the Site

21.1 The Contractor shall allow the Project Manager and any person authorized by the Project Manager access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

Section 6: General Conditions of Contract 168

22. Instructions, Inspections and Audits

22.1 The Contractor shall carry out all instructions of the Project Manager which comply with the applicable laws where the Site is located.

22.2 The Contractor shall keep, and shall make all reasonable efforts to cause its Subcontractors and sub consultants to keep, accurate and systematic accounts and records in respect of the Works in such form and details as will clearly identify relevant time changes and costs.

22.3 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site, to any place where work in connection with the Contract is being carried out or is intended to be carried out and to any place where materials or plant are being manufactured fabricated/assembled for the works.

23. Appointment of the Adjudicator

23.1 The Employer proposes the person named in the BDS to be appointed as Adjudicator under the Contract, at the hourly fee specified in the BDS, plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in his Bid. In such a case the adjudicator shall be appointed by the Appointing authority designated in the Particular Conditions of Contract (PCC).

23.2 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the Adjudicator is not functioning in accordance with the provisions of the Contract, a new Adjudicator shall be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the PCC at the request of either party, within 14 days of receipt of such request.

24. Procedure for Disputes

24.1 If the Contractor believes that a decision taken by the Project Manager was either outside the authority given to the Project Manager by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Project Manager’s decision.

24.2 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

24.3 The Adjudicator shall be paid by the hour at the rate specified in the PCC, together with reimbursable expenses of the types specified in the PCC, and the cost shall be divided equally between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 60 days of the Adjudicator’s written decision. If neither party refers the dispute to arbitration within the above 60 days, the Adjudicator’s decision shall be final and binding.

24.4 The arbitration shall be conducted in accordance with the arbitration procedures published by the institution named and in the place specified in the PCC.

25. Corrupt and Fraudulent Practices

25.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive or coercive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days notice to the Contractor, terminate the Contractor's

Section 6: General Conditions of Contract 169

employment under the Contract and expel him from the Site, .

For the purposes of this Sub-Clause:

(a) “corrupt practice” means the offering, giving, receiving of soliciting of anything of "value to influence the action of a public official in the procurement process or in the Contract execution.

(b) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of the Contract to the detriment of the Employer, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition.

(c) “collusive practice” means a scheme or arrangement between two or more bidders, with or without the knowledge of the Employer, designed to establish bid prices at artificial, noncompetitive levels.

(d) “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract.

B. Time Control 26. Program 26.1 Within the time stated in the PCC, after the date of the Letter of

Acceptance, the Contractor shall submit to the Project Manager for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works. In the case of a lump sum contract, the activities in the Program shall be consistent with those in the Activity Schedule.

26.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities.

26.3 The Contractor shall submit to the Project Manager for approval an updated Program at intervals no longer than the period stated in the PCC. If the Contractor does not submit an updated Program within this period, the Project Manager may withhold the amount stated in the PCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted. In the case of a lump sum contract, the Contractor shall provide an updated Activity Schedule within 14 days of being instructed to by the Project Manager.

26.4 The Project Manager’s approval of the Program shall not alter the Contractor’s obligations. The Contractor may revise the Program and submit it to the Project Manager again at any time. A revised Program shall show the effect of Variations and Compensation Events.

27. Extension of the Intended Completion Date

27.1 The time allowed for execution and completion of the works shall be the essence on the part of the contractor. Time shall continue to be the essence of contract, inspite of extension of time limit.

Section 6: General Conditions of Contract 170

In case, the contractor feels that work cannot be completed within the period specified in the contract, then he shall be responsible for requesting extension of the date as he may consider necessary. The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work and which would cause the Contractor to incur additional cost.

27.2 The Engineer shall decide whether and by how much to extend the

Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date. In case the Contractor has failed to complete the work by the agreed date of completion and neither seeks nor is willing to seek extension even after expiry of the agreed date of completion, the employer reserves right to terminate the contract with effect from date of completion, original or extended by giving a notice to this effect.

28. Acceleration 28.1 When the Employer wants the Contractor to finish before the

Intended Completion Date, the Project Manager shall obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Employer accepts these proposals, the Intended Completion Date shall be adjusted accordingly and confirmed by both the Employer and the Contractor.

28.2 If the Contractor’s priced proposals for an acceleration are accepted by the Employer, they are incorporated in the Contract Price and treated as a Variation.

29. Delays Ordered by the Project Manager

29.1 The Project Manager may instruct the Contractor to delay the start or progress of any activity within the Works.

30. Management Meetings

30.1 Either the Project Manager or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

30.2 The Project Manager shall record the business of management meetings and provide copies of the record to those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken shall be decided by the Project Manager either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

31. Early Warning

31.1 The Contractor shall warn the Project Manager at the earliest opportunity of specific likely future events or circumstances that

Section 6: General Conditions of Contract 171

may adversely affect the quality of the work, increase the Contract Price, or delay the execution of the Works. The Project Manager may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

31.2 The Contractor shall cooperate with the Project Manager in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Project Manager.

C. Quality Control 32. Identifying

Defects 32.1 The Project Manager shall check the Contractor’s work and

notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Project Manager may instruct the Contractor to search for a Defect and to uncover and test any work that the Project Manager considers may have a Defect.

33. Tests 33.1 If the Project Manager instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect, the test shall be a Compensation Event.

34. Correction of Defects

34.1 The Project Manager shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion, and is defined in the PCC. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

34.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Project Manager’s notice.

35. Uncorrected Defects

35.1 If the Contractor has not corrected a Defect within the time specified in the Project Manager’s notice, the Project Manager shall assess the cost of having the Defect corrected, and the Contractor shall pay this amount.

D. Cost Control 36. Contract Price2 36.1 The Bill of Quantities shall contain priced items for the Works to

be performed by the Contractor. The Bill of Quantities is used to calculate the Contract Price. The Contractor will be paid for the quantity of the work accomplished at the rate in the Bill of Quantities for each item.

37. Changes in the 37.1 The quantities of items shown in the Bill of Quantities are 2 In lump sum contracts, replace GCC Sub-Clauses 36.1 as follows:

36.1 The Contractor shall provide updated Activity Schedules within 14 days of being instructed to by the Project Manager. The Activity Schedule shall contain the priced activities for the Works to be performed by the Contractor. The Activity Schedule is used to monitor and control the performance of activities on which basis the Contractor will be paid. If payment for materials on site shall be made separately, the Contractor shall show delivery of Materials to the Site separately on the Activity Schedule.

Section 6: General Conditions of Contract 172

Contract Price3 approximate, and liable to vary during the actual execution of the work. The contractor shall be bound to carry out and complete the stipulated work as instructed by the Engineer, irrespective of the magnitude or variations including additions, alterations or omissions in the Bill of Quantities, individual items or group of items, specified in the Bill of Quantities.

All individual items in this contract shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate without finance concurrence.

37.2 In case increase in quantity of an individual item by more than 25% of the agreement quantity OR overall price of the contract after variation, exceeds the initial price by more than 25%, engineer shall explore the possibility of 1) bringing in another agency by calling fresh tender OR 2) reduction in the rates of the items of contract by holding negotiations with the contractor.

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

38. Variations

38.1 All Variations shall be included in updated Programs4produced by the Contractor. All Variations shall be recorded in a written instruction/s from the Engineer and shall not be implemented by the Contractor without such an instruction in writing from the Engineer

38.2 The Contractor shall provide the Project Manager with a quotation for carrying out the Variation when requested to do so by the Project Manager. The Project Manager shall assess the quotation, which shall be given within seven (7) days of the request or within any longer period stated by the Project Manager and before the Variation is ordered.

38.3 If the Contractor’s quotation is unreasonable, the Project Manager may order the Variation and make a change to the Contract Price, which shall be based on the Project Manager’s own forecast of the effects of the Variation on the Contractor’s costs.

38.4 If the Project Manager decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the

3 In lump sum contracts, replace entire GCC Clause 37 with new GCC Sub-Clause 37.1, as follows:

37.1 The Activity Schedule shall be amended by the Contractor to accommodate changes of Program or method of working made at the Contractor’s own discretion. Prices in the Activity Schedule shall not be altered when the Contractor makes such changes to the Activity Schedule.

4 In lump sum contracts, add “and Activity Schedules” after “Programs.”

Section 6: General Conditions of Contract 173

Variation shall be treated as a Compensation Event.

38.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

38.6 If the work in the Variation corresponds to an item description in the Bill of Quantities and if, in the opinion of the Project Manager, the quantity of work above the limit stated in Sub-Clause 39.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of work.5

39. Cash Flow Forecasts

39.1 When the Program,6 is updated, the Contractor shall provide the Project Manager with an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract, converted as necessary using the Contract exchange rates.

40. Payment Certificates

40.1 The Contractor shall submit to the Project Manager monthly statements of the estimated value of the work executed less the cumulative amount certified previously.

40.2The Project Manager shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

40.3The value of work executed shall be determined by the Project Manager.

40.4The value of work executed shall comprise the value of the quantities of work in the Bill of Quantities that have been completed.7

40.5The value of work executed shall include the valuation of Variations and Compensation Events.

40.6The Project Manager may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

41. Payments 41.1 Payments shall be adjusted for deductions for advance payments and retention. The Employer shall pay the Contractor the amounts certified by the Project Manager within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next

5 In lump sum contracts, delete this paragraph. 6 In lump sum contracts, add “or Activity Schedule” after “Program.” 7 In lump sum contracts, replace this paragraph with the following: “The value of work executed shall comprise

the value of completed activities in the Activity Schedule.”

Section 6: General Conditions of Contract 174

payment. Interest shall be calculated from the date by which the payment should have been made up to the date when the late payment is made at the prevailing rate of interest for commercial borrowing for each of the currencies in which payments are made.

41.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

41.3 Unless otherwise stated, all payments and deductions shall be paid or charged in the proportions of currencies comprising the Contract Price.

41.4 Items of the Works for which no rate or price has been entered in shall not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract.

42. Compensation Events

42.1 The following shall be Compensation Events: (a) The Employer does not give access to a part of the Site by the Site

Possession Date pursuant to GCC Sub-Clause 20.1.

(b) The Employer modifies the Schedule of Other Contractors in a way that affects the work of the Contractor under the Contract.

(c) The Project Manager orders a delay or does not issue Drawings, Specifications, or instructions required for execution of the Works on time.

(d) The Project Manager instructs the Contractor to uncover or to carry out additional tests upon work, which is then found to have no Defects.

(e) The Project Manager unreasonably does not approve a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of the Letter of Acceptance from the information issued to bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site.

(g) The Project Manager gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Employer does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

Section 6: General Conditions of Contract 175

(j) The effects on the Contractor of any of the Employer’s Risks.

(k) The Project Manager unreasonably delays issuing a Certificate of Completion.

42.2 If a Compensation Event would cause additional cost or would prevent the work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date shall be extended. The Project Manager shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

42.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Project Manager, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Project Manager shall adjust the Contract Price based on the Project Manager’s own forecast. The Project Manager shall assume that the Contractor shall react competently and promptly to the event.

42.4 The Contractor shall not be entitled to compensation to the extent that the Employer’s interests are adversely affected by the Contractor’s not having given early warning or not having cooperated with the Project Manager.

43. Tax 43.1 The Project Manager shall adjust the Contract Price if taxes, duties, and other levies are changed between the date 28 days before the submission of bids for the Contract and the date of the last Completion certificate. The adjustment shall be the change in the amount of tax payable by the Contractor, provided such changes are not already reflected in the Contract Price or are a result of GCC Clause 44.

44. Currencies 44.1Where payments are made in currencies other than the currency of the Employer’s country specified in the PCC, the exchange rates used for calculating the amounts to be paid shall be the exchange rates stated in the Contractor’s Bid.

45. Price Adjustment

45.1Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and lubricants in accordance with the following principles and procedures and as per formula given in the PCC. Quarter here is the preceding quarter.

i. The price adjustment shall apply for the work done from the start

given in the contract data up to end of initial intended Completion date or extensions granted by the Engineer and shall not apply to the work carried out beyond the stipulated time for reasons attributable to the Contractor

ii. The price adjustment shall be determined during each quarter

from the formula given in the Contract Data.

iii. Following expressions and meaning are assigned to the work done during each quarter:

Section 6: General Conditions of Contract 176

R = Total value of work paid during the quarter. It would include the amount of secured advance for materials paid for (if any) during the quarter, less the amount of the secured advance recovered, during the quarter. It will exclude value for works executed under variations for which price adjustment will be worked separately based on the terms mutually agreed.

45.2If the value of the index is changed after it has been used in a calculation, the calculation shall be corrected and an adjustment made in the next payment certificate. The index value shall be deemed to take account of all changes in cost due to fluctuations in costs.

46. Retention 46.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the PCC until Completion of the whole of the Works.

46.2 Upon the issue of a Certificate of Completion of the Works by the Project Manager, in accordance with GCC 51.1, half the total amount retained shall be repaid to the Contractor and half when the Defects Liability Period has passed and the Project Manager has certified that all Defects notified by the Project Manager to the Contractor before the end of this period have been corrected. The Contractor may substitute retention money with an “on demand” Bank guarantee.

47. Liquidated Damages

47.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the PCC for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the PCC. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor’s liabilities.

47.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Project Manager shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in GCC Sub-Clause 41.1.

48. Bonus 48.1 The Contractor shall be paid a Bonus calculated at the rate per calendar day stated in the PCC for each day (less any days for which the Contractor is paid for acceleration) that the Completion is earlier than the Intended Completion Date. The Project Manager shall certify that the Works are complete, although they may not be due to be complete.

49. Advance Payment

49.1 The Employer shall make advance payment to the Contractor of the amounts stated in the PCC by the date stated in the PCC, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the advance payment. The Guarantee shall remain effective until the advance payment has been repaid, but the amount of the Guarantee shall be progressively reduced by the amounts repaid by the Contractor.

Section 6: General Conditions of Contract 177

Simple Interest shall be charged at the rate of 8% p.a. on the advance payment.

49.2 The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilization expenses required specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Project Manager.

49.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, Bonuses, or Liquidated Damages.

50. Securities 50.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount specified in the PCC, by a bank or surety acceptable to the Employer, and denominated in the types and proportions of the currencies in which the Contract Price is payable. The Performance Security shall be valid until a date 28 days from the date of issue of the Certificate of Completion in the case of a Bank Guarantee, and until one year from the date of issue of the Completion Certificate in the case of a Performance Bond.

51. Dayworks 51.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used only when the Project Manager has given written instructions in advance for additional work to be paid for in that way.

51.2 All work to be paid for as Day works shall be recorded by the Contractor on forms approved by the Project Manager. Each completed form shall be verified and signed by the Project Manager within two days of the work being done.

51.3 The Contractor shall be paid for Day works subject to obtaining signed Day works forms.

52. Cost of Repairs 52.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

E. Finishing the Contract 53. Completion 53.1 The Contractor shall request the Project Manager to issue a

Certificate of Completion of the Works, and the Project Manager shall do so upon deciding that the whole of the Works is completed.

54. Taking Over 54.1 The Employer shall take over the Site and the Works within seven days of the Project Manager’s issuing a certificate of Completion after following procedure stated in PCC.

55. Final 55.1 The Contractor shall supply the Project Manager with a detailed

Section 6: General Conditions of Contract 178

Account account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Project Manager shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Project Manager shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Project Manager shall decide on the amount payable to the Contractor and issue a payment certificate.

56. Operating and Maintenance Manuals

56.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the PCC.

56.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the PCC pursuant to GCC Sub-Clause 56.1, or they do not receive the Project Manager’s approval, the Project Manager shall withhold the amount stated in the PCC from payments due to the Contractor.

Section 6: General Conditions of Contract 179

57. Termination 57.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract.

57.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current Program and the stoppage has not been authorized by the Project Manager;

(b) the Project Manager instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) a payment certified by the Project Manager is not paid by the Employer to the Contractor within 84 days of the date of the Project Manager’s certificate;

(e) the Project Manager gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Project Manager;

(f) the Contractor does not maintain a Security, which is required; (g) the Contractor has delayed the completion of the Works by the

number of days for which the maximum amount of liquidated damages can be paid, as defined in the PCC; or

(h) if the Contractor, in the judgment of the Employer, has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Client may, after giving fourteen (14) days written notice to the Contractor, terminate the Contract and expel him from the Site.

57.3 When either party to the Contract gives notice of a breach of Contract to the Project Manager for a cause other than those listed under GCC Sub-Clause 56.2 above, the Project Manager shall decide whether the breach is fundamental or not.

57.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

57.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible.

58. Payment upon Termination

58.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Project Manager shall issue a certificate for the value of the work done and Materials ordered less advance payments received up to the date of the issue of the certificate and less the percentage to apply to the value of the work not completed, as specified in the PCC. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be a debt payable to the Employer.

58.2 If the Contract is terminated for the Employer’s convenience or

Section 6: General Conditions of Contract 180

because of a fundamental breach of Contract by the Employer, the Project Manager shall issue a certificate for the value of the work done, Materials ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

59. Property 59.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Employer if the Contract is terminated because of the Contractor’s default.

60. Release from Performance

60.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor, the Project Manager shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made.

61. Suspension of Bank Loan or Credit

61.1 In the event that the Bank suspends the Loan or Credit to the Employer, from which part of the payments to the Contractor are being made:

(a) The Employer is obligated to notify the Contractor of such suspension within 7 days of having received the Bank’s suspension notice.

(b) If the Contractor has not received sums due it within the 28 days for payment provided for in Sub-Clause 40.1, the Contractor may immediately issue a 14-day termination notice.

Section 7: Particular Conditions of Contract (PCC) 181

Section - 7 Particular Conditions of Contract

Section 7: Particular Conditions of Contract (PCC) 182

Particular Conditions of Contract

A. General GCC 1.1 (r) The Employer is Mr. S. J. Chauhan, Dy. CSTE(Proj), Mumbai Railway Vikas

Corporation, Churchgate Station Building, 2nd Floor, Churchgate, Mumbai: 400 020.

GCC 1.1 (v) The Intended Completion Date for the whole of the Works shall be 12 Months

GCC 1.1 (y) The Project Manager is Dy. CSTE(Proj.) GCC 1.1 (aa) The Site of work is located at Vidyavihar, Vikroli, Mulund, Ambivli, Titwala,

Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway. GCC 1.1 (dd) The Start Date shall be date of Notice to Proceed.

GCC 1.1 (hh) The Works consist of Design, Supply of materials, Excavation of trenches, Laying of cables, Installation, Testing & Commissioning of outdoor and indoor equipments of PIS, UTS, PA System and Train Indicators etc. in connection with construction of FOB's on Platforms of Vidyavihar, Vikroli, Mulund, Ambivli, Titwala, Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway.

GCC 2.2 Nil GCC 2.3(i) Nil GCC 3.1 The language of the contract is English

The law that applies to the Contract is the law of India. GCC 3.3 Add as Clause 3.3 to the GCC the following:

3.3 COMPLIANCE WITH LABOUR REGULATIONS : 3.3.1 During continuance of the contract, the Contractor and his sub contractors

shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer.

3.3.2 The Contractor shall be responsible for the safety of all employees directly or

through petty contractors or sub-contractors employed by him on the works

Section 7: Particular Conditions of Contract (PCC) 183

and shall report serious accidents to any of them however and wherever occurring on the works, to the Engineer or the Engineer’s representative and shall make every arrangement to render all possible assistance.

3.3.3 The employees of the Contractor and the Sub-Contractor in no case shall be

treated as the employees of the Employer at any point of time. 3.3.4 SALIENT FEATURES OF SOME MAJOR LABOUR LAWS

APPLICABLE TO ESTABLISHMENTS ENGAGED IN EARTHWORK AND OTHER CONSTRUCTION WORK

(The law as current on the date of bid opening will apply)

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the

Act on satisfaction of certain conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 10 or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The

Act Provides for monthly contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may be. (ii) Deposit linked insurance on the death in harness of the worker. (iii) payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case of confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for

certain welfare measures to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than

the Minimum Wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are

Section 7: Particular Conditions of Contract (PCC) 184

to be paid, when it will be paid and what deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal

wages for work of equal nature to Male and Female workers and for not making discrimination against Female employees in the matters of transfers, training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments

employing 20 or more employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/- per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and

procedure for resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all

establishments employing 100 or more workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and get the same certified by the designated Authority.

l) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits

employment of children below 14 years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.

m) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of

Service) Act 1979: The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment and back, etc.

n) The Building and Other Construction workers (Regulation of Employment

and Conditions of Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building or other construction work and employs 10 or more workers are covered under this Act. All such

Section 7: Particular Conditions of Contract (PCC) 185

establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the establishment is required to provide safety measures at the Building or construction work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government.

3.3.5 The contractor shall indemnify the employer against claims /damages and

compensation under the provision of payment of wages Act 1986, Minimum Wage Act 1948 and other labour laws. Any payment made by the employer for defaults of the contractor under the Labour Laws will be recovered from contractor.

GCC 5.1 The Project manager may delegate any of his duties and responsibilities. GCC 6.2 Add as Clause 6.2 to the GCC the following:

6.2 Service of Notice on Contractor

The Contractor shall furnish to the Engineer the name, designation and address of his authorized agent/agents and all complaints, notices, communications and references shall be deemed to have been duly given to the Contractor on the third day from dispatch if dispatched by courier/speed post and on the seventh day if dispatched by registered post.

GCC 8.1 Other Contractors:

Contractor to share the site with Railways and other contractors.

The Contractor may have to share the site of work with the Railways and agencies appointed by the Railways to carry out the maintenance and operations of the Trains and commercial activities. The contractor shall be required to share the site of work with other agencies deployed by the employer.

GCC 13.1 The minimum insurance amounts and deductibles shall be as under: Sl. No.

Item Description The minimum insurance amounts and deductibles (in )

(i) For loss or damage to the works, Plant and Materials

100 (hundred) percent of Contract

price

(ii) For loss or damage to Equipment 10 Lakhs

(iii)

For loss or damage to property (except the Works, Plant, Materials and Equipment) in connection with contract

10 Lakhs

(iv)

Personal Injury or death insurance

(a) for other people Rs.25 LAKHS per occurrence without

any limit for number

Section 7: Particular Conditions of Contract (PCC) 186

of occurrences.

(b) for Contractor's employees

Rs.25 LAKHS per occurrence without

any limit for number of occurrences.

GCC 14.1 Site Data are: Work sites are at and in between operational suburban section between Andheri and Goregaon. The safety and security of man material and equipments etc shall be noted by the bidder.

GCC 14.2 Add as Clause 14.2 to the GCC the following:

14.2 Pre-bid Inspection of Site by the Contractor

It is understood that the Contractor by careful examination has satisfied himself as to the nature and location of the work and the ground conditions prior to quoting their rates. Contractor must keep in mind the road traffic regulation in the area, availability of approach roads to the site of works and frequency of trains in the project area before quoting his rates.

GCC 15 Add as Clause 15.2 to 15.8 to the GCC the following: 15 Contractor to construct the work : 15.2 The contractor shall take all reasonable steps to protect the environment on

and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation.

15.3 The Contractor shall correctly set out 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. The Contractor shall facilitate Engineer to check all alignments, grades, levels and dimensions and shall rectify any errors noticed at his own cost. The Contractor shall carefully protect and preserve all benchmarks, sight rails, pegs and other things used in setting out the work.

15.4 Considering the limited availability of Railway land, contractor will have to make his own arrangement for stacking of material, labour camp and site office. However, Railway land in the vicinity will be offered free of cost, subject to availability, on specific requests by contractor. The contractor at his own expense shall engage watchmen for guarding the materials plants and machinery and the work during day and night, against pilferage and theft.

15.5 Contractor shall arrange his own water supply at his cost for the works and other purposes

15.6 At the end of each spell of work and on completion of the work, the Contractor shall, leave the tracks, work sites, and their approaches etc. cleared of rubbish and obstruction of all kinds according to the instructions of the Engineer. If within a fortnight of completion of the particular item of site work the refuse is not cleared, the Engineer will arrange to get them removed at the cost of the Contractor. However, before the Engineer actually gets the site cleared he shall send intimation in writing to the Contractor expressing his intention.

Section 7: Particular Conditions of Contract (PCC) 187

15.7 Contractor shall carry out the work without affecting underground /aerial cables, wires, poles, water supply and gas transmission lines and Railway track.

15.8 In the event of any accident, failure or emergency requiring immediate attention, the employer/ Railway may bring its own workmen or other agency to execute or partly execute necessary work or carry out repairs, if the engineer consider that the contractor is not in a position to do so in time and charge the cost thereof to the contractor which will be decided by Employer. The decision of employer regarding need of the emergency work and its cost will be final and binding on the contractor.

GCC 17.6 Add as Clause 17.6 to the GCC the following: 17.6 Temporary Works

All temporary works, necessary for the proper execution of the work shall be provided and maintained by the Contractor and subject to the consent of the Engineer shall be removed at his expenses when they are no longer required and in such manner as the Engineer shall direct. In the event of failure on the part of the Contractor to remove the temporary works, the Engineer will get them removed and cost as incurred; including supervision and other incidental charges shall be recovered from the Contractor from his dues or performance security.

GCC 18.2 Add as Clause 18.2 to the GCC the following: 18. Safety 18.2 Safety Precaution during progress of works :-

The works under the Contract are to be executed on and in the vicinity of the Railway Tracks. Railways will continue their normal maintenance and operation of their assets during the progress of the works under this Contract.

(a) During the execution of work, unless otherwise specified, the Contractor shall at his own cost provide for all for the stability and safety of all structures, and shall ensure that no damage, injury or loss is caused or likely to be caused to any person or property.

(b) During the course of execution all care should be taken that Railway / road

traffic is not hindered by the stacked materials. - The Contractor shall be responsible to take all precaution to ensure the safety

of the public whether on public or Railway area and shall post such look-out men as may in the opinion of the Engineer be required to comply with the regulations pertaining to the work.

- If and when, in the course of the work there is likely to be any danger to

persons in the employment of the contractor due to running traffic while working in the Railway premises, the contractor shall provide necessary protection.

Section 7: Particular Conditions of Contract (PCC) 188

-The Employer and his representative/s shall remain indemnified by the contractor in the event of any accident occurring in the normal course of work, arising out of the failure of the contractor or his men to exercise reasonable precaution at all places of work. The employer, if required, may take necessary safety measures at the cost of contractor.

18.3 Use of Explosive: - Explosive shall not be used on the works or on the site. 18.4 Plying of contractor’s vehicle in the vicinity of Rail way track

While plying vehicles in the vicinity of railway track, the contractor shall ensure the following obligatory conditions:

The road vehicles will ply only between sunrise and sunset.

(i) The vehicles shall ply 6 m clear of running track. Any

movement/work at less than 6 m and up to minimum 3.5 m clear of track center, shall be done only in the presence of person authorized by the Engineer. No part of the road vehicle will be allowed at less than 3.5 m from track center.

(ii) The Contractor shall remain fully responsible for ensuring safety. (iv) Engineer may impose any other condition necessary for a particular

work or site for safety. (v) Any breach of above condition by contractor affecting safety of

movement of trains shall constitute a breach of contract by contractor entailing liability for termination of contract for default.

(vi) The contractor should provide warning tapes at his own cost at the

prescribed safe distance from the running track to ply his vehicles. GCC 22.4 Add as Clause 22.4 to the GCC the following:

22. Instructions

22.4 Any instruction or approval given by the Engineer to the Contractor in connection with the works shall bind the Contractor, If the Contractor is dissatisfied by reason of any decision of the Engineer he shall be entitled to refer the matter to the Employer who shall there upon confirm, or vary such decision.

GCC 20.1 Deleted GCC 23.1 & GCC 23.2

Appointing Authority for the Adjudicator is Director (Projects) / MRVC

GCC 24.3 Unless otherwise agreed by the bidder and the employer, hourly rate and types of reimbursable expenses to be paid to the Adjudicator: INR 1,000/- per hour and reimbursement of transportation, office expenses and boarding charges (Maximum to the limit of INR 10,000/-), as actual.

GCC 24.4 Arbitration

Section 7: Particular Conditions of Contract (PCC) 189

The procedure for Arbitration will be as follows:

(a) Procedure for Appointment of Arbitrators: In case of a dispute or difference arising between the Employer and the Contractor relating to any matter arising out of or connected with this Agreement, such disputes or differences shall be settled in accordance with the Arbitration and Conciliation (Amended) Act, 2015. The Arbitral Tribunal shall consist of a panel of three members as Arbitrators. For this purpose the Chairman and Managing Director of the Mumbai Railway Vikas Corporation or his successor will send a panel of more than three names of officers, of appropriate status, of the Employer or of the Indian Railways to the Contractor who will be asked to suggest to the Chairman and Managing Director up to two names out of the panel for appointment as Contractor’s nominee. The Chairman and Managing Director shall appoint one of them as the Contractor’s nominee and will also simultaneously appoint the balance number of Arbitrators either from the panel or from outside the panel , duly indicating the Presiding Arbitrator from amongst the three Arbitrators so appointed.

(b) Replacement of Arbitrator/s

If one or more arbitrator appointed as above refuses to act as arbitrator, withdraws from his office as arbitrator or vacates his/ their office/ offices or is/ are unable or unwilling to perform his function as arbitrator for any reason whatsoever or dies or in the opinion of the Chairman and Managing Director of the Employer fails to act, then without undue delay the Chairman and Managing Director of the Employer shall appoint new arbitrator/ arbitrators to act in his/ their place in the same manner in which the earlier arbitrator/ arbitrators had been appointed. Such reconstituted tribunal may at its discretion proceed with the reference from the stage at which the previous arbitrator(s) left it.

I While appointing arbitrator(s) under sub-clause (a) and (b) above, due care shall be taken that he / they is/ are not the one/ those who had an opportunity to deal with the matters to which the contract relates or who in the course of his/ their duties expressed views on all or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunal or the Award made by such Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his/there service, opportunity to deal with the matters to which the Contract relates or who in the course of his /their duties expressed views on all or any of the matters under dispute

(d) The Arbitral Tribunal shall have power to call such evidence by way of affidavits or otherwise as the arbitral tribunal shall think proper and it shall be the duty of the parties hereto to do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay.

(e) Arbitration Award :

(i) The arbitral award shall state item wise, the sum and reason upon it is based.

(ii) A party may apply for correction of any computational errors, any

Section 7: Particular Conditions of Contract (PCC) 190

typographical or clerical errors or any other error of similar nature occurring in the award and interpretation of a specific point of award to tribunal within 30 days of receipt of the award.

(iii) A party may apply to tribunal within 30 days of receipt of award to make an additional awards as to claims presented in the arbitral proceeding but omitted from the arbitral award.

(iv) In case of the Tribunal, comprising of three members, any ruling or award shall be made by a majority of members of the Tribunal. In the absence of such majority, the views of the Presiding Arbitrator shall prevail.

(v) Where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of money for any period till the date on which the award is made.

(f) The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fee of the arbitrator(s) as per the rates fixed by the Employer from time to time.

(g) Subject to the provision of the aforesaid Arbitration and Conciliation Act Amended 2015 and the rules there under and any statutory notification thereof shall apply to the arbitration proceedings under the clause.

B. Time Control

GCC 26.1 The Contractor shall submit for approval a Program for the Works within 15 days from the date of the Letter of Acceptance.

GCC 26.3 The period between Program updates is 60 days. The amount to be withheld for late submission of an updated Program is INR 5 Lakh.

C. Quality Control

GCC 34.1 The Defects Liability Period is: 360 days

D. Cost Control

GCC 36.2 Add as Clause 36.2 to the GCC the following:

36 Bill of Quantities

36.2 Rates for Items of Work :

The rates entered in the accepted Bill of Quantities of the Contract provide for works duly and properly completed in accordance with General and Special conditions of the Contract and the specifications together with such changes in the quantities as may be ordered in terms of clause 37 of GCC.

GCC 40.7 Add as Clause 40.7 to the GCC the following:

40. Payment Certificates

40.7 Quantities in schedule annexed to contract-

The quantities in the Bill of Quantities are the estimated quantities of the works and variations as per actual requirements shall be executed by the contractors in fulfillment of his obligations under the contract.

Section 7: Particular Conditions of Contract (PCC) 191

GCC 41.5 Add as Clause 41.5 & 41.6 to the GCC the following:

41. Payments

41.5 PAYMENT “On account payment’ :-

The Contractor shall be entitled to be paid from time to time by way of “On-account” payments, only for such work as in the opinion of the Engineer, contractor has executed in terms of the Contract. Normally payments shall be made on a monthly basis for the works executed upto the last day of the calendar month.

41.6 Payment shall be made through Electronic Clearance System (ECS). Contractor should give the details of bank account, as given below.

Name of Bank:

Address of Bank:

Title of Bank Account:

Bank Account Number:

Bank Telephone Number: Bank’s ECS code (IFSC/RTGS): 41.7 Payment Conditions: 41.7.1 Supply items:

a) 80% of the accepted cost of the supply items of the Schedule [duly inspected by the nominated Inspection Authority] will be paid on receipt of the equipment by the Consignee.

b) 10% of the accepted cost of supply (in addition to the 80% released above) shall be paid after installation / erection of that particular equipment.

c) Balance 10% cost of the material supplied shall be paid after commissioning of the station.

d) 100% will be paid for spares and for items, which are not required to be erected by the contractor on receipt of the equipment and no loss certificate by the consignee.

41.7.2 Execution items:

a) 90% on account payment will be made on the basis of the measurements recorded.

b) The balance 10% will be paid after commissioning of the station.

41.7.3 For mixed items where supply and erection/installation cost is taken together, 90% payment will be made on installation of the item and balance 10% will be paid on commissioning of the station.

41.7.4 However the payment shall be released against bank guarantee of equal

amount, if commissioning is held up on Railway's account for period of

Section 7: Particular Conditions of Contract (PCC) 192

more than 3 months after the installation is tested and kept ready for commissioning by the contractor to the full satisfaction of the railways.

41.7.5 If the contractor supplies all the material of supply schedule during the

intended completion period but the material is not installed / commissioned on Railways /Employer’s account, then the contractor’s payment due to him shall be released, against bank guarantee of equal amount, after intended completion period of the contract.

GCC 42.5 Add as Clause 42.5 & 42.6 to the GCC the following:

42 Compensation Events

42.5 The contractor shall not be entitled to any compensation or claim after having signed a ‘No Claim Certificate’ in favour of the Employer, after the works are finally measured up.

42.6 Arising of a compensation event or pending finalization of case will not be the reason for stoppage of work by the contractor unless same is ordered by Engineer.

GCC 43.2 Add as Clause 43.2 to the GCC the following: 43. Tax 43.2 The rate quoted by the contractor shall be deemed to be inclusive of all

taxes, duties, GST, cess, royalty tax etc., as on date of opening of bids, which is livable on execution of the said contract under State law. However, if there is any variation in such tax, subsequent to date of opening of bids, due to change in State Statute, Ordinance, Decree, Law, Regulation or Bye-law, then the additional cost of work due to all such revisions/introduction shall be reimbursed by the employer in case the contractor provides adequate documentary evidence in support of the same. This will however, apply both ways i.e. while the additional cost shall be reimbursed to the contractor, the benefit of reduction in all such taxes shall be passed on to the employer. Further all statutory deductions of TDS for income tax and Works contract tax etc shall be made from the amount paid or payable to the contractor & shall be deposited to the Government authority by the Employer as per applicable laws. The Employer shall issue the documents/ forms/ certificate as prescribed under the relevant law in respect of the amount so deducted from the amount paid or payable to the contractor. The Employer shall have full rights to with hold the amount payable to the contractor in pursuant to this contract, if contractor does not fulfill the obligation under any state or central law relating to execution of said contract & Employer shall have the right to recover such payments from the contractor.

GCC 44.1 The currency of the Employer’s country is: INR

Section 7: Particular Conditions of Contract (PCC) 193

GCC 45.1 Delete existing clause 45.1 and 45.2 and substitute as under ; Price variation will be paid only for items covered by IEEMA as per IEEMA formula. Price variation will be paid on Quad cable as per formula given below a) 4 Quad Cable – PVC formula P = Po + 0.094 (Cu - Cuo) + 0.248

(Al-Alo) + 0.495 (CC-CCo) + 0.769 (Fe-Feo) b) 6 Quad Cable – PVC formula P = Po + 0.146 (Cu - Cuo) + 0.272

(Al-Alo) + 0.664 (CC-CCo) + 0.881 (Fe-Feo) Where : P = Price payable as adjusted in accordance with above formula. Po = Price quoted. Cu, Cc, Fe, Al = Price of Copper, PVC compound grade CW-22, Steel, Aluminium, respectively as applicable on 1st working day of calendar month one month prior to the date of offerering the material for inspection. Cuo, Cco, Feo, Alo = Price of Copper rod, PVC compound grade CW – 22, stell, Aluminium, respectively as applicable on 1st working day of month of Bid opening date.i.e.18 December 2017.

GCC 46.1 The proportion of payments retained is: 10% (percent) from each bill subject to a maximum of 5% of final Contract Value. Limit of Retention Money: 5% on Contract Value.

The contractor shall have option of submitting a Fixed Deposit Receipt (FDR) issued by a Nationalized bank, duly pledged in favour of Mumbai Railway Vikas Corporation Ltd for 5% of the contract amount for Retention money in lieu of deduction from running bills. The FDR should be submitted before raising first monthly bill.

GCC 47.1 Deleted GCC 47.2 Add as Clause 47.3 to the GCC the following:

47. Liquidated Damages

47.3 The payment or deduction of liquidated damages shall not relieve the contractor from his obligation to complete the work as per agreed construction program and milestones or from any other of the contractor’s obligations and liabilities under the contract.”

GCC 48.1 Not Applicable. GCC 49.1 The Advance Payments shall be: 10% of Contract value and shall be paid to the

Contractor no later than 3 months from date of notice to proceed. Simple interest shall be charged @ 8% per annum on the advance payment.

GCC 50.1 The Performance Security amount is : (a) Bank Guarantee: 5 percent of contract price.

E. Finishing the Contract GCC 54.1 On completion of work, it will be jointly inspected with concerned authorities. The

observations/ defects of noticed during inspection shall be communicated to contractor by MRVC officials, if any, will be attended by contractor. Only after compliance of observations/ rectification of defects, the completion certificate will be issued.

Section 7: Particular Conditions of Contract (PCC) 194

GCC 56.1 The date by which operating and maintenance manuals are required is as under On Completion of work. The date by which “as built” drawings are required is as under: On Completion of work.

GCC 56.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required in GCC 56.1 is INR 5 Lakhs.

GCC 57.2 (g) The maximum number of days is: 100 days.

GCC 58.1 The percentage to apply to the value of the work not completed, representing the Employer’s additional cost for completing the Works, is Nil

GCC 60.2 Add as Clause 60.2 to the GCC the following: 60.2 Release from contract

If a work is transferred from the jurisdiction of the Employer to another Project Authority while the Contract is in existence, the Contract shall be binding on the Contractor and the Successor Project Authority in the same manner & take effect in all respects as if the Contractor and the Successor Project Authority were parties thereto from the inception and the corresponding officer or the competent authority in the Successor Project Authority will exercise the same powers and enjoy the same authority as conferred to the Predecessor Employer under the original Contract / agreement entered into.

GCC 61.1 Not Applicable

Section – 8: Contract Forms 195

Section – 8

Contract Forms

Section – 8: Contract Forms 196

Contract Forms

This Section contains forms which, once completed, will form part of the Contract. The forms for Performance Security and Advance Payment Security, when required, shall only be completed by the successful Bidder after contract award.

All italicized text is for guidance how to prepare the various forms and shall be deleted from the final documents.

Table of Forms

Letter of Acceptance Form No. COF/1……………………………………….…… 152

Contract Agreement Form No. COF/2…..……………………………………….... 153-154

Form of Contract Performance Security Form No. COF/3 .………………………. 155-157

Form of additional Performance Security………………………………………… 158-160

Advance Payment Security………………………………………………………… 161-163

Proforma for Bank Guarantee for Advance against Supply of Plant and Materials …164-165

Form of Bank Guarantee For Release of Balance Retention Money…………………166-168

Section – 8: Contract Forms 197

FORM No. COF/1

Letter of Acceptance [on letterhead paper of the Employer]

. . . . . . . date. . . . . . .

To: . .... . .[name and address of the Contractor] . . . . . . . Subject:. . . . . . . [Insert Name and Identification number]……..[Notification of Award]….. This is to notify you that your Bid dated . . . . [Insert Date]. . . for execution of the . . . [name of the contract and identification number, as given in the Contract Data] . . . for the Accepted Contract Amount of the equivalent of INR . . . [Insert amount in numbers and words and name of the currency]. . , as corrected and modified in accordance with the Instructions to Bidders, is hereby accepted. You are requested to furnish the Performance Security within 28 days in accordance with the Conditions of Contract, using for that purpose the of the Performance Security Form No. COF/3 included in Section 9 (Contract Forms) of the Bidding Document.

Authorized Signature: .......................................................

Name and Title of Signatory: ............................................

Section – 8: Contract Forms 198

FORM No. COF/2

Contract Agreement

THIS AGREEMENT made the . . . . . .day of . . . ., between . . . . . [Name of the Employer. . .. . . . . (hereinafter “the Employer”), of the one part, and . . . . . [name of the Contractor]. . 8. . .(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as . . . . . [name of the Contract]. . . . .should be executed by the Contractor, and has accepted a Bid by the Contractor for the execution and completion of these Works and the remedying of any defects therein,

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement. This Agreement shall prevail over all other Contract documents. - the Letter of Acceptance - the Letter of Technical Bid - the Letter of Price Bid - the Addenda Nos. . . . . [insert addenda numbers if any]. . . . . - the Special Conditions of Contract - the Particular Conditions of Contract - the General Conditions of Contract; - the Specification - the Drawings; - the Work’s Requirements - the completed Schedules including (priced Bill of Quantities)

- Any other documents

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of . . . . . [name of the borrowing country]. . . . .on the day, month and year indicated above.

8In case Contractor is a Joint Venture the ‘name of the contractor’ shall be inserted as under : “the Joint Venture under the name and title of ……, comprising of ….[Lead Partner] ;…….; and …..”

Section – 8: Contract Forms 199

Signed by ......................................................... Signed by .......................................................

for and on behalf of the Employer for and on behalf the Contractor in the presence of in the presence of Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

Section – 8: Contract Forms 200

COF/3

FORM OF CONTRACT PERFORMANCE SECURITY (BANK GUARANTEE)

[Refer Clause 41 of Instructions to Bidders]

(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The stamp paper to be in the name of Executing Bank).

From: Name and Address of the Bank….. …………………………………….. To: The Chairman and Managing Director, Mumbai Railway Vikas Corporation Limited, 2nd Floor, Churchgate Station Building, Mumbai – 400020.

WHEREAS, Mumbai Railway Vikas Corporation Limited, hereinafter called the Employer, acting through [Insert Designation and address of the Employer’s Representative], has accepted the bid of [Insert Name and address of the Contractor], hereinafter called the Contractor, for the work of [Insert Nameof Work], vide Notification of Award No.[Insert Notification of Award No.].

AND

WHEREAS, the contractor is required to furnish Performance Security for the sum of [Insert Value of Performance Security required], in the form of bank guarantee, being a condition precedent to the signing of the contract agreement.

WHEREAS, [Insert Nameof the Bank],with its Branch [Address]having its Headquarters office at [Address], hereinafter called the Bank, acting through [Designation(s) of the authorised person of the Bank], have, at the request of the[Insert name of the JV partner] , a JV partner on behalf of the contractor, agreed to give guarantee for performance security and additional performance security as hereinafter contained:

1 KNOW ALL MEN by these present that I/We the undersigned [Insert name(s) of authorized representatives of the Bank],being fully authorized to sign and incur obligations for and on behalf of the Bank, confirm that the Bank, hereby, unconditionally and irrevocably guarantee to pay the Employer the full amount in the sum of [Insert Value of Performance Security required]as above stated.

2 The Bank undertakes to immediately pay on presentation of demand by the Employer any amount up to and including aforementioned full amount without any demur, reservation or recourse. Any such demand made by the Employer on the Bank shall be final, conclusive and binding, absolute and unequivocal notwithstanding any disputes raised/ pending before any Court, Tribunal, Arbitration or any Authority or any threatened litigation by the Employer of Bank..

3 On payment of any amount less than aforementioned full amount, as per demand of the Employer, the guarantee shall remain valid for the balance amount i.e. the aforementioned full amount less the payment made to the Employer.

Section – 8: Contract Forms 201

4 The Bank shall pay the amount as demanded immediately on presentation of the demand

by Employer without any reference to the contractor and without the Employer being required to show grounds or give reasons for its demand or the amount demanded.

5. The Bank Guarantee shall be unconditional and irrevocable.

6 The guarantee hereinbefore shall not be affected by any change in the constitution of the Bank or in the constitution of the Contractor.

7 The Bank agrees that no change, addition, modifications to the terms of the Contract Agreement or to any documents, which have been or may be made between the Employer and the Contractor, will in any way release us from the liability under this guarantee; and the Bank, hereby, waives any requirement for notice of any such change, addition or modification to the Bank.

8 This guarantee is valid and effective from the date of its issue, which is [insert date of issue]. The guarantee and our obligations under it will expire on [Insert the date twenty eight days after the expected end of defect liability period]. All demands for payment under the guarantee must be received by us on or before that date.

9 The Bank agrees that the Employers right to demand payment of aforementioned full amount in one instance or demand payments in parts totaling up to the aforementioned full amount in several instances will be valid until either the aforementioned full amount is paid to the Employer or the guarantee is released by Employer before the Expiry date.

10 The Bank agrees that its obligation to pay any amount demanded by the Employer before the expiry of this guarantee will continue until the amount demanded has been paid in full.

11 The expressions Bank and Employer herein before used shall include their respective successors and assigns.

12 The Bank hereby undertakes not to revoke the guarantee during its currency, except with the previous consent in writing of the employer. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

13 The Guarantee shall be in addition to and without prejudice to any other security Guarantee (s) of the contractor in favour of the Employer available with the Employer. The Bank, under this Guarantee, shall be deemed as Principal Debtor of the Employer.

Date ………… ……………………………………… Place…………. [Signature of Authorised person of Bank]

…………………….

[Name in Block letters]

…………………….. [Designation]

……….……………

[P/Attorney] No.

……………………. Bank’s Seal

Section – 8: Contract Forms 202

[P/Attorney] No.……

Witness:

1. Signature Name & Address & Seal

2. Signature Name & address & Seal

Note :

1 All italicized text is for guidance on how to prepare this bank guarantee and shall be deleted from the final document.

2 In case the guarantee is issued by a foreign Bank, which does not have operations in India, the said bank shall have to provide a counter-guarantee by State Bank of India.

3, The Bank Guarantee should be duly attested by Notary public with notarial stamp of appropriate value affixed thereon.

4. In case the Contractor is a JV, the Performance Security is required to be furnished on behalf of the JV in favour of the Employer by the JV Partners in proportion of their respective percentage share specified in the JV Agreement. The percentage share of M/s [Insert Name of the JV Partner] in the JV is [ Fill share % in the JV ] percent. All the Bank Guarantee of JV Partners are liable to be encashed cumulatively.

Section – 8: Contract Forms 203

FORM OF ADDITIONAL PERFORMANCE SECURITY

(BANK GUARANTEE) [Refer Clause 35.5 of Instructions to Bidders]

(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The stamp paper to be in the name of Executing Bank)

From: Name and Address of the Bank….. …………………………………….. To: The Chairman and Managing Director, Mumbai Railway Vikas Corporation Limited, 2nd Floor, Churchgate Station Building, Mumbai – 400020. WHEREAS, Mumbai Railway Vikas Corporation Limited, hereinafter called the Employer, acting through [Insert Designation and address of the Employer’s Representative], has accepted the bid of [Insert Name and address of the Contractor], hereinafter called the Contractor, for the work of [Insert Name of Work], vide Notification of Award No.[Insert Notification of Award No.].

AND

WHEREAS, the contractor is required to furnish additional Performance Security for the sum of [Insert Value of additional Performance Security required], in the form of bank guarantee, being a condition precedent to the signing of the contract agreement.

WHEREAS, [Insert Name of the Bank], with its Branch [Address] having its Headquarters office at [Address], hereinafter called the Bank, acting through [Designation(s) of the authorised person of the Bank], have, at the request of the [Insert name of the JV partner], a JV partner on behalf of the contractor, agreed to give guarantee for additional performance security as hereinafter contained:

1 KNOW ALL MEN by these present that I/We the undersigned [Insert name(s) of authorized representatives of the Bank],being fully authorized to sign and incur obligations for and on behalf of the Bank, confirm that the Bank, hereby, unconditionally and irrevocably guarantee to pay the Employer the full amount in the sum of [Insert Value of additional Performance Security required]as above stated.

2 The Bank undertakes to immediately pay on presentation of demand by the Employer any amount up to and including aforementioned full amount without any demur, reservation or recourse. Any such demand made by the Employer on the Bank shall be final, conclusive and binding, absolute and unequivocal notwithstanding any disputes raised/ pending before any Court, Tribunal, Arbitration or any Authority or any threatened litigation by the Employer of Bank.

3 On payment of any amount less than aforementioned full amount, as per demand of the Employer, the guarantee shall remain valid for the balance amount i.e. the aforementioned full amount less the payment made to the Employer.

4 The Bank shall pay the amount as demanded immediately on presentation of the demand by Employer without any reference to the contractor and without the Employer being required to show grounds or give reasons for its demand or the amount demanded.

Section – 8: Contract Forms 204

5 The Bank Guarantee shall be unconditional and irrevocable.

6 The guarantee hereinbefore shall not be affected by any change in the constitution of the Bank or in the constitution of the Contractor.

7 The Bank agrees that no change, addition, modifications to the terms of the Contract Agreement or to any documents, which have been or may be made between the Employer and the Contractor, will in any way release us from the liability under this guarantee; and the Bank, hereby, waives any requirement for notice of any such change, addition or modification to the Bank.

8 This guarantee is valid and effective from the date of its issue, which is [insert date of issue]. The guarantee and our obligations under it will expire on [Insert the date twenty eight days after the expected end of defect liability period]. All demands for payment under the guarantee must be received by us on or before that date.

9 The Bank agrees that the Employers right to demand payment of aforementioned full amount in one instance or demand payments in parts totaling up to the aforementioned full amount in several instances will be valid until either the aforementioned full amount is paid to the Employer or the guarantee is released by Employer before the Expiry date.

10 The Bank agrees that its obligation to pay any amount demanded by the Employer before the expiry of this guarantee will continue until the amount demanded has been paid in full.

11 The expressions Bank and Employer herein before used shall include their respective successors and assigns.

12 The Bank hereby undertakes not to revoke the guarantee during its currency, except with the previous consent in writing of the employer. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

13 The Guarantee shall be in addition to and without prejudice to any other security Guarantee(s) of the contractor in favour of the Employer available with the Employer. The Bank, under this Guarantee, shall be deemed as Principal Debtor of the Employer.

Date ………… ..……………………………………….. Place…………. [Signature of Authorised person of Bank]

……………………. [Name in Block letters]

……………………..

[Designation]

……….…………… [P/Attorney] No.

…………………….

Bank’s Seal

[P/Attorney] No.…… Witness:

1. Signature Name & Address & Seal

Section – 8: Contract Forms 205

2. Signature Name & address & Seal

Note : 1 All italicized text is for guidance on how to prepare this bank guarantee and shall be deleted from the final

document.

2 In case the guarantee is issued by a foreign Bank, which does not have operations in India, the said bank shall have to provide a counter-guarantee by State Bank of India.

3 The Bank Guarantee should be duly attested by Notary public with notarial stamp of appropriate value affixed thereon.

4 In case the Contractor is a JV, the additional Performance Security is required to be furnished on behalf of the JV in favour of the Employer by the JV Partner(s) who is responsible for execution of schedule(s) (as per JV agreement) against which additional Performance Security is required to be submitted in terms of ITB 35.5. All the Bank Guarantee of JV Partners are liable to be encashed cumulatively.

Section – 8: Contract Forms 206

Advance Payment Security

[Refer Clause 14.2 of GCC]

(On non-judicial stamp paper of appropriate value in accordance with stamp Act. The stamp paper to be in the name of Executing Bank)

From [Name and Address of the Bank] To The Chairman and Managing Director, Mumbai Railway Vikas Corporation Limited, 2nd Floor, Churchgate Station Building, Mumbai – 400020.

Beneficiary: Mumbai Railway Vikas Corporation Limited.

Guarantee No.: […..reference number of the guarantee….]Dated: [……………..]

WHEREAS, Mumbai Railway Vikas Corporation Limited (hereinafter called the Employer) has entered into Contract No. [….reference number of the Contract….]dated [………….] for the execution of [name of the contract] (hereinafter called the Contract) with[….name of the Contractor….](hereinafter called the Contractor).

WHEREAS, according to the Conditions of the Contract, an advance payment is admissible to the contractor against submission of bank guarantee(s)

At the request of the Contractor, we [….name of the Bank….]with our branch at[….address….],having our Head Office at [….address….] (hereinafter called the Bank) have, at the request of the Contractor, agreed to give the said guarantee as hereinafter contained:

1. KNOW ALL MEN by these present that I/We the undersigned [….Insert name(s) of authorized representative(s) of the Bank….],being fully authorized to sign and incur obligations for and on behalf of the Bank, confirm that the Bank, hereby, unconditionally and irrevocably guarantees to pay the Employer the sum of Rs.[….value in figure….](Rupees [….value in words….] only(hereinafter called the Full Amount).

2. The Bank undertakes to immediately pay to the Employer, without any demur, reservation or recourse, any amount up to and including aforementioned full amount upon first written demand/demands from the Employer.

3. On payment of any amount less than aforementioned full amount, as per demand of the Employer, the guarantee shall remain valid for the balance amount i.e. the aforementioned full amount less the payment made to the Employer.

4. The Bank shall pay the amount so demanded without any reference to the contractor and without the Employer being required to show grounds or give reasons for its demand or the amount demanded.

5. The guarantee hereinbefore shall not be affected by any change in the constitution of the Bank, the Contractor or the Employer.

6. The Bank agrees that no change, addition, modification to the terms of the Contract Agreement or to any document, which have been or may be made between the Employer and the Contractor, will in any way release us from the liability under this guarantee; and the Bank, hereby, waives any requirement for notice of any such change, addition or modification to the Bank.

7. This guarantee is valid and effective from the date of it’s issue, which is [….date of issue….]. The guarantee and our obligations under it will expire on dated ……..[….Please refer note 4….]. All demands for payment under the guarantee must be received by us on or before that date.

8. The Bank agrees that the Employer’s right to demand payment of aforementioned full amount in one instance or demand payments in parts totaling up to the aforementioned full amount in several instances

Section – 8: Contract Forms 207

will continue until either the aforementioned full amount is paid to the Employer or the guarantee validity period expires.

9. The Bank agrees that it’s obligation to pay any amount demanded by the Employer before the expiry of this guarantee will continue until the amount demanded has been paid in full.

10. The expressions Bank and Employer herein before used shall include their respective successors and assigns.

11. The Bank hereby undertakes not to revoke the guarantee during its currency, except with the previous consent in writing of the employer. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

Dated[......................] Place[.......................]

……............................................... (Signature of the Authorized Person of the Bank)

...............................................

(Name in Block Letters)

............................................... (Designation)

...........................................

(Bank’s Seal)

........................................... (Authorization No.)

Witness:

...........................................

1. Signature, Name & Address

........................................... 2. Signature, Name & Address Note: 1. All italicized text in brackets [….text….] is for guidance on how to prepare this bank guarantee and shall

be deleted from the final document.

2. In case the guarantee is issued by a foreign Bank, the said bank shall have operations in India and should be issued by Indian operations branch of the said bank.

3. The Bank Guarantee should be duly attested by Notary Public with notarial stamps of appropriate value affixed thereon.

4. For the 1st Installment of Advance, two Bank Guarantees of equal amounts (each equal to half of the first installment of advance plus 10%) shall be furnished. One Bank Guarantee shall be valid for a period equal

Section – 8: Contract Forms 208

to 40% of the stipulated completion period of the contract and the second Bank Guarantee shall be valid for a period equal to 60% of the stipulated completion period of the contract.

For the 2nd Installment of Advance, two Bank Guarantees of equal amounts (each equal to half of the second installment of advance plus 10%) shall be furnished. One Bank Guarantee shall be valid for a period equal to 80% of the stipulated completion period of the contract and the second Bank Guarantee shall be valid for the stipulated completion period of the contract.

Section – 8: Contract Forms 209

Proforma for Bank Guarantee for Advance against Supply of Plant and Materials

[Refer Clause 14.5 of GCC]

(On non-judicial stamp paper of appropriate value in accordance with stamp Act. The stamp paper to be in the name of Executing Bank)

From [Name and Address of the Bank] To The Chairman and Managing Director, Mumbai Railway Vikas Corporation Limited, 2nd Floor, Churchgate Station Building, Mumbai – 400020.

Beneficiary: Mumbai Railway Vikas Corporation Limited.

Guarantee No.: […..reference number of the guarantee….]Dated:[……………..]

WHEREAS, Mumbai Railway Vikas Corporation Limited(hereinafter called the Employer) has entered into Contract No. [….reference number of the Contract….] dated[………….] for the execution of [name of the contract](hereinafter called the Contract) with [….name of the Contractor….](hereinafter called the Contractor).

WHEREAS, according to the Conditions of the Contract, an amount at the rate of 80% of the cost of the Plant and Materials (including delivery at site) is admissible to the contractor against submission of bank guarantee of equivalent amount.

At the request of the Contractor, we [….name of the Bank….]with our branch at [….address….], having our Head Office at[….address….](hereinafter called the Bank) have, at the request of the Contractor, agreed to give the said guarantee as hereinafter contained:

1. KNOW ALL MEN by these present that I/We the undersigned [….Insert name(s) of authorized representative(s) of the Bank….], being fully authorized to sign and incur obligations for and on behalf of the Bank, confirm that the Bank, hereby, unconditionally and irrevocably guarantees to pay the Employer the sum of Rs. [….value in figure….] (Rupees [….value in words….] only (hereinafter called the Full Amount).

2. The Bank undertakes to immediately pay to the Employer, without any demur, reservation or recourse, any amount up to and including aforementioned full amount upon first written demand/demands from the Employer.

3. On payment of any amount less than aforementioned full amount, as per demand of the Employer, the guarantee shall remain valid for the balance amount i.e. the aforementioned full amount less the payment made to the Employer.

4. The Bank shall pay the amount so demanded without any reference to the contractor and without the Employer being required to show grounds or give reasons for its demand or the amount demanded.

5. The guarantee hereinbefore shall not be affected by any change in the constitution of the Bank, the Contractor or the Employer.

6. The Bank agrees that no change, addition, modification to the terms of the Contract Agreement or to any document, which have been or may be made between the Employer and the Contractor, will in any way release us from the liability under this guarantee; and the Bank, hereby, waives any requirement for notice of any such change, addition or modification to the Bank.

Section – 8: Contract Forms 210

7. This guarantee is valid and effective from the date of its issue, which is [….date of issue….]. The guarantee

and our obligations under it will expire on dated ……..[Insert the date twenty eight days after the specified completion period of the contract]…….. All demands for payment under the guarantee must be received by us on or before that date.

8. The Bank agrees that the Employer’s right to demand payment of aforementioned full amount in one instance or demand payments in parts totaling up to the aforementioned full amount in several instances will continue until either the aforementioned full amount is paid to the Employer or the guarantee validity period expires.

9. The Bank agrees that its obligation to pay any amount demanded by the Employer before the expiry of this guarantee will continue until the amount demanded has been paid in full.

10. The expressions Bank and Employer herein before used shall include their respective successors and assigns.

11. The Bank hereby undertakes not to revoke the guarantee during its currency, except with the previous consent in writing of the employer. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

Dated[......................] Place [.......................]

……............................................... (Signature of the Authorized Person of the Bank)

...............................................

(Name in Block Letters)

............................................... (Designation)

...........................................

(Bank’s Seal)

........................................... (Authorization No.)

Witness:

........................................... 1. Signature, Name & Address

...........................................

2. Signature, Name & Address Note:

1. All italicized text in brackets [….text….] is for guidance on how to prepare this bank guarantee and shall be deleted from the final document.

2. In case the guarantee is issued by a foreign Bank, which does not have operations in India, the said bank shall have to provide a counter-guarantee by State Bank of India.

3. The Bank Guarantee should be duly attested by Notary Public with notarial stamps of appropriate value affixed thereon.

Section – 8: Contract Forms 211

FORM OF BANK GUARANTEE FOR RELEASE OF BALANCE RETENTION MONEY

(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The stamp paper to be in the name of Executing Bank).

From: ……………………….. ……….Name and Address of the Bank….. …………………………………….. To: The Chairman and Managing Director, Mumbai Railway Vikas Corporation Limited, 2nd Floor, Churchgate Station Building, Mumbai – 400020.

a) WHEREAS, Mumbai Railway Vikas Corporation Limited, (hereinafter called the Employer), acting through [Insert Designation and address of the Employer’s Representative], has entered into a contract with [Insert Name and address of the Contractor’s Representative],, (hereinafter called the Contractor), for the work of [Insert Name of Work], vide Notification of Award No.[Insert Notification of Award No.].

b) WHEREAS as per conditions of contract Employer has deducted an amount of RS____[Insert Amount deducted as retention money]towards retention money till date, and WHEREAS now the contractor has requested the Employer for releasing the said amount on submission of a bank guarantee of equivalent amount which has been accepted by the Employer.****

OR

WHEREAS as per conditions of contract Employer has deducted an amount of RS____ [Insert Amount deducted as retention money]towards retention money till date, out of a total amount of Rs____ [Insert total Amount of retention money deductable as specified in the contract]which is due to be deducted as retention money as per Contract agreement and WHEREAS now the Contractor has requested the Employer to accept a bank guarantee of the equivalent amount of the total retention money due as per contract agreement so that the amount already deducted may be released in favour of the contractor and that no further deduction towards retention money will be made in future which has been accepted by the Employer. ****

c) WHEREAS, [Insert Name of the Bank], with its Branch [Address] having its Headquarters office at [Address], hereinafter called the Bank, acting through [Designation(s) of the authorised person of the Bank], have, at the request of the contractor, agreed to give guarantee as hereinafter contained:

1. KNOW ALL MEN by these present that I/We the undersigned [Insert name(s) of authorized representatives of the Bank],being fully authorized to sign and incur obligations for and on behalf of the Bank, confirm that the Bank, hereby, unconditionally and irrevocably guarantee the Employer to pay the full amount in the sum of [Insert Value of the Bank Guarantee being submitted] as above stated.

Section – 8: Contract Forms 212

2. The Bank undertakes to immediately pay to the Employer any amount up to and

including aforementioned full amount upon written order/orders from the Employer without any demur, reservation or recourse.

3. On payment of any amount less than aforementioned full amount, as per demand of the Employer, the guarantee shall remain valid for the balance amount i.e. the aforementioned full amount less the payment made to the Employer.

4. The Bank shall pay the amount so demanded without any reference to the contractor and without the Employer being required to show grounds or give reasons for its demand or the amount demanded.

5. The guarantee hereinbefore shall not be affected by any change in the constitution of the Bank or in the constitution of the Contractor.

6. The Bank agrees that no change, addition, modifications to the terms of the Contract Agreement or to any documents, which have been or may be made between the Employer and the Contractor, will in any way release us from the liability under this guarantee; and the Bank, hereby, waives any requirement for notice of any such change, addition or modification to the Bank.

7. This guarantee is valid and effective from the date of it’s issue, which is [insert date of issue]. The guarantee and our obligations under it will expire on [Insert the date twenty eight days after the expected end of defect liability period.]. All demands for payment under the guarantee must be received by us on or before that date.

8. The Bank agrees that the Employers right to demand payment of aforementioned full amount in one instance or demand payments in parts totaling up to the aforementioned full amount in several instances will continue until either the aforementioned full amount is paid to the Employer or the guarantee expires.

9. The Bank agrees that it’s obligation to pay any amount demanded by the Employer before the expiry of this guarantee will continue until the amount demanded has been paid in full.

10. The expressions Bank and Employer herein before used shall include their respective successors and assigns.

11. The Bank hereby undertakes not to revoke the guarantee during its currency, except with the previous consent in writing of the employer. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

Date ………… ………………………………………

Place…………. [Signature of Authorised person of Bank]

…………………….

[Name in Block letters]

……………………..

[Designation]

…………………..

……[Address]……

………………………….

Section – 8: Contract Forms 213

Witness :

1. Signature

Name & Address & Seal

2. Signature Bank’s Seal

Name & address & Seal Authorisation No…………..

Note :

1) All italicized text is for guidance on how to prepare this bank guarantee and shall be deleted from the final document.

2) In case the guarantee is issued by a foreign Bank, the said bank shall have operations in India and should be countersigned by Indian operations branch of the said bank.

3) The Bank Guarantee should be duly attested by Notary public with notarial stamps of appropriate value affixed thereon.

4) **** strike out whichever is not applicable.

Section - 9 : Bill of Quantities 214

Section – 9

Bill of Quantities

Section - 9 : Bill of Quantities 215

Name of Work:Design, Supply of materials, Excavation of trenches, Laying of cables, Installation, Testing & Commissioning of outdoor and indoor equipments of PIS, UTS, PA System and Train Indicators etc. in connection with construction of FOB's on Platforms of Vidhya Vihar, Vikroli, Mulund, Ambivali, Titwala, Vashind, Atgaon, Kasara and Ulhasnagar stations on Central Railway

Sl. No.

Description Unit Total Qty.

Rate Total Amount

A - I Train Indicator Boards And PA System

1 Supply of Integrated work station for operation of train indicator system and PC base announcement system as per technical specification.

Nos. 1 93897.00 93897.00

2 windows based Software Nos. 1 28390.00 28390.00

3 Supply of UPS 650VA, Make APC or similar as per Technical Specifications.

Nos. 1 10428.00 10428.00

4 Supply of microprocessor / microcontroller based Double Face platform indicator Module as per drawing no R-ST-11967 & technical specifications (inspection by consignee)

No. 16 82138.00 1314208.00

5 Supply of microprocessor / microcontroller based Double Face full graphical Indicator display Module for Fob s & concourses as per drawing no R-ST-11968 & technical specifications (Inspection by consignee)

No. 14 66538.00 931532.00

6 Supply of microprocessor / microcontroller based 5 line Double faced fully graphical indicator display module made up of 16 SWG aluminum sheet & channels of suitable size dully anodized in black colour for displaying halts of train in Hindi & english languages etc as per technical specification.

No. 5 243279.00 1216395.00

7 LED/LCD based train display board having following components: a) 1 no. 42" LCD monitor.(46") b) Required Hardware and software to receive TMS protocol data from RS-422/485 Bus. C) Wall mounting arrangement. (VGA/PAL convertor, Channel Modulator, RF Channel of Mixer, RF Amplifier, Splitter etc.) as technical specification.

Set 16 100009.00 1600144.00

8 Eight Channel isolated RS-232 to Rs- 485 converter board. As per technical specifications.

Nos. 7 9851.00 68957.00

9. Supply of Industrial grade beeper unit for above as per existing system.

Nos. 17 6770.00 115090.00

10. Installation of complete above System 9. (02 nos on each Platform)

Nos. 17 915.00 15555.00

Section - 9 : Bill of Quantities 216

11 Supply of Platform interfacing unit RS

232 / RS 485 interface complete with 8 port Data Distribution Box.

Nos. 7 15112.00 105784.00

12. Supply of Mounting arrangement for fixing of Platform Train Indicator Board, as per Technical Specifications.

Nos. 35 3933.00 137655.00

13. Supply of Mounting arrangement for fixing of Advance Train Indicator Board / VDU, as per Technical Specifications.

Nos. 16 5313.00 85008.00

14 Supply of Four pair PVC insulated, twin twisted, screened copper cable in overall PVC jacket as per Technical Specifications.

Mtrs 3000 39.00 117000.00

15 Supply of Three core, PVC insulated, flexible power cable in overall PVC jacket as per Technical Specifications.

Mtrs 3000 27.00 81000.00

16 Installation, Testing and Commissioning of the complete Train Indicator System interfacing / suitable with the existing system

PER STN

8 22962.00 183696.00

17 Supply of Two Zone PA Amplifiers 200 Watt + 200 watt operated on 230 Volt AC & 24 Volt DC battery operated as per technical specification. Ahuja make Model No. TZA-4000 or similar.

Nos. 9 27461.00 247149.00

18 Supply of Amplifier Rack Assembly complete Wired & equipped with Main & Stand by amplifiers with Power supply arrangement as per technical specification.

No. 1 119937.00 119937.00

19 Supply of column speakers (20 watts) ASC -20T with 100V Line Matching Transformer (Ahuja / Phillips make) & fixing arrangement as per Technical Specification.

No. 40 2084.00 83360.00

20 Supply of MS bracket / Clamps / Wooden base fixtures for fixing loud speakers suitable for above speakers as per technical specification.

No 40 350.00 14000.00

21 Supply of Microphone AUD-99 MS of Ahuja / Phillips or similar with microphone cable of suitable length and Microphone stand table Ahuja make model No DGT as per Technical specification.

No. 8 5268.00 42144.00

22 Supply of shielded cable of size 3/0.77 mm twin core annealed copper conductor PVC tapped , PVC sheathed 400 V grade having screening factor of 50 volt / Km at 50 HZ confirming to ITD specification No S/WS/117B (With latest amendment) .

Mtr 960 34.00 32640.00

23 Supply, Installation, Testing & Commissioning of GPS based double faced Digital Platform clock as per RDSO specification No: RDSO/SPN/ TC/62/2008 Rev. 3 amendment - 1.

Nos. 8 53568.00 428544.00

Section - 9 : Bill of Quantities 217

24 President rack with minimum 19" width

for accommodating Ahuja make amplifier of 24U height, with two nos. of doors, AC mains channels, five nos. of 05 pin sockets, front panel mounting hardware, 3 nos. of sliding trays, set of castors & 4 fans with mounting arrangement.

Nos. 8 37813.49 302507.89

25 Installation, Testing and commissioning of PA system complete with amplifiers , loud speakers , microphone , battery , battery charger , installation material etc. This includes supply of MS bracket/ clamp for fixing loud speakers, suitable G.I. support wire & necessary accessories for fixing of loud speakers on open platform as per the technical requirements.

Stn 8 14890.00 119120.00

26 Supply of Co-axial cable RG-11, 75 ohm as per technical specifications. Mtr 1900 24.00 45600.00

27 Installation, testing & commissioning of PC based announcing System. This includes interfacing with the existing PA system with necessary alterations/additions having option for selection between PC based announcement and local announcement. Compatible Audio output shall be made available for feeding to the amplifiers. This also includes suitable interfacing unit between the work station PC and amplifiers. (Logic Controller for amplifier selection & Relay Plate).

LS 8 21110.00 168880.00

28 Centralised announcement equipment at way side station consists of announcement system, time Delay , patching monitoring selective between four inputs local pass circuits for emergency announcement as per technical specifications.

Nos. 1 101648.00 101648.00

29 Supply of 19" 42Ucabinet for housing of operating console, UPS, PF interface units as per specifications.

Nos. 2 41036.00 82072.00

Total SCH A - 1 A - 2 Power Supply System for Telecom. 30 Installation, wiring, commissioning of

power supply equipments i.e. battery chargers and batteries at each station including AC/DC distribution and protection arrangement.

Set. 4 2931.00 11724.00

31 Supply of 6KVA with Minimum battery backup for 4 hrs. Make APC or Emerssion and for Battery Exide or Amaraja.

No. 4 221975.00 887900.00

Total SCH A - 2 899,624.00 A- 3 UTS SYSTEM

Section - 9 : Bill of Quantities 218

32 4 ports High Through output LAN

extender as per Technical specification. Accepted model CYGNUS 815 LAN extender or Similar as per technical specifications.

Pair 6 58491.00 350946.00

33. Supply of OFC to ETH media converter as per technical specification. Pair 6 8298.00 49788.00

34. Supply of 24 Port manageable layer 2 switch as per technical specification. Nos. 6 47357.00 284142.00

35. Supply of Switch 8 port with 4 U rack Nos. 6 8229.00 49374.00

36. Supply of 15 U Rack at each location with 5AMPS 8 point Power strip, 1 tray & 4 Fans as per Technical Specification. Make: WQ/ APW /VALRACK as per technical specifications.

Nos. 6 14933.00 89598.00

37. Supply of 24 port jack panel for CAT 6 cable

Nos. 6 7862.00 47172.00

38 Supply of rack mounted LIU along with all accessories suitable for monomode fiber like LS/SC adaptor plate LC/SC connectors LC/SC pigtails as per specifications

Nos. 12 14341.00 172092.00

39. Supply Of CAT -6 cable as per technical specification. Make: AMPS/System-X/MOLEX / Schneider

Mtrs. 3660 35.00 128100.00

40. Supply of dual face plate with Dual I/O of Make AMPS / D-Link/Schindler

Nos. 30 512.00 15360.00

41. Supply of CAT - 6 Patch cord of 01 mtr length make AMPS/System -X/ MOLEX/ Schneider

Nos. 30 417.00 12510.00

42. Supply of CAT - 6 Patch cord of 02 mtr length make AMPS/System -X/ MOLEX/ Schneider

Nos. 30 332.00 9960.00

43. Installation, Wiring, Testing & commissioning of entire network and equipment as above. It includes supply of PVC casing/capping & wiring materials, laying of CAT-6 cables in PVC casing and capping at various location as per site requirement

Nos. 6 5573.00 33438.00

44. Supply of RJ 45 capsule of make D-Link or similar reputed make

Nos. 150 14.00 2100.00

Total SCH A - 3 1,244,580.00 A- 4 MISCELLENOUS 45. Supply, Installation, testing and

commissioning of surge protection cum safety device suitable for single phase for Telecom Equipment as per RDSO No. RDSO/SPN/TL/23/99 version and as per technical specifications

Nos. 2 26731.00 53462.00

46. 5 Feet Local Aluminum Folding Ladder as per technical specifications.

Nos. 8 2804.00 22432.00

Section - 9 : Bill of Quantities 219

47. Supply of Foldable Aluminum Ladder

made of 12SWG, actual length of 12 feet and extendable upto additional 8 feet. It should also have heavy duty wheels as per technical specifications.

Nos. 8 24044.00 192352.00

Total SCH A - 4 268,246.00 A - 5 CCTV

48. Initial wiring, cost per camera along with required cabling for video, data and power, shall also include the power supply , network switch,CAT6 cable, its accessories and all other accessories to make the system operational along with power back up for 30 minutes, as per RDSO specification No RDSO/SPN/TC/65 /2013 Rev.2 or latest

Nos 32 13392.72 428567.01

49. NVR 16Port with 9 TB hard disk with 40"/42" LED monitor, stand and required cabling for video, data and power, shall also include the power supply, Network switch its accessories and all other accessories to make the system operational along with power back up for 30 minutes and all equipment's should be housed in suitable rack as per RDSO specification No RDSO/SPN/TC/65/ 2013 Rev.2 or latest (each for 12 months).

Nos 8 168356.80 1346854.40

50. IR Camera IP, H.264 compression, 1.3 Mega Pixel, ONVIF compliant. As per RDSO specification No RDSO/SPN/TC/ 65/2013 Rev. 2 or latest compatible with existing system (each for 12 Months).

Nos 32 8040.92 257309.44

51. Shifting of Existing camera along with required cabling for video, data and power, shall also include the power supply, network switch, CAT6 cable, its accessories and all other accessories to make the system operational.

Nos 24 13392.72 321425.26

52. Supply of 6 core mono mode Armoured Optical cable for camera connectivity for CCTV

Km 0.5 54250.00 27125.00

53. Supply of Power cable 3 core armoured for CCTV

Mtr 800 134.85 107880.00

Total SCH A - 5 2,489,161.12 A- 6 TOOLS

54. Supply of Digital Multimeter, Motwani make, 3.5 digit Model DM-352 or similar, AC/DC current upto 10 Amps. Voltage upto 1000V overload protection for all ranges

NO 3 6269.00 18807.00

55. Supply of Krone tools (Krone Make) as per technical specifications.

Nos. 1 1220.00 1220.00

56. Underground Cable Route locator as per technical specification Nos 1 158973.00 158973.00

TOTAL SCH A - Part – 6 179,000.00 TOTAL Of SCH A - 1 + 2 + 3 + 4 + 5 + 6 12972952.08

Section - 9 : Bill of Quantities 220

SCHEDULE - B

Sl. No.

Description Unit Total Qty.

Rate Total Amount

1 Supply of 6 core monomode optical cable Km 4.2 30801.00 129364.20

2 Laying of 6 core momomode optical cable through 25 mm dia PVC pipe Mtr 4200 20.00 84000.00

3

50 Pair x 0.5 mm dia. Polyethene Insulated Sheated Jelly Filled Telecom Cable with POLY-AL Moisture Barrier as per RDSO Specn. No. IRS: TC-41/97 with Amendment no. 2 or Latest

Km 0.4 175898.00 70359.20

4

20 Pair x 0.5 mm diaPolyethene Insulated Sheated Jelly Filled Telecom Cable with POLY-AL Moisture Barrier as per RDSo Specn. No. IRS: TC-41/97 with Ammnement no. 2 or Latest

Km 1.8 112647.00 202764.60

5

10 Pair x 0.63 mm dia Polyethene Insulated Sheated Jelly Filled Telecom Cable with POLY-AL Moisture Barrier as per RDSO Specn. No. IRS: TC-41/97 with Amendment no. 2 or Latest

Km 4 112205.00 448820.00

6 Supply of Thermo Shrink Jointing Kit for 20/10 Pair PIJF cable TSF- 1 as per technical specification.

Nos. 22 686.00 15092.00

7

Supply of HDPE Telecom duct 50mm O/D & 42 mm I/D permanently lubricated Anti rodent and non flammable propagating HDPE pipe as per specification IS 14930 Part - II of REX POLYEXTRUSION make or Similar

Mtr 800 117.00 93600.00

8

Supply of Double Wall Corrugated pipe, 120/103 mm OD/ID as per specification IS 14930, Pt-II including supply of 01 coupler for 6 metre of length with LP-67 grade with anti rodent & non flammable.

Nos. 32 1705.00 54560.00

9. Supply of PVC rigid pipe 25 mm dia. With ISI mark & reputed make as per technical specifications.

Mtr 12644 38.00 480472.00

10 Supply of PVC trunking (Casing / Capping) 38mm size in Ivory / White colour, make / brand : Precision, Prestoplast

Mtr 48 50.00 2400.00

11.

Laying of Four pair PVC insulated, screened copper cable in overall PVC jacket and three core PVC insulated flexible power cable through conduit pipe/cable tray on the wall/roof/floor of the platform.

Mtr 12644 10.00 126440.00

12. Supply, Installation of safe earthing electrode of GI pipes length 3.0 m outer dia. 80mm inner dia 40 mm as per technical specification.

Nos. 4 10913.00 43652.00

13. Supply of back fill compound of 25 kg per bag as per technical specifications. Nos. 8 911.00 7288.00

14. Installation of safe earthing equipment as per technical specifications. Nos. 4 4925.00 19700.00

15. Jointing of 50/20/10 pair PIJF cable Nos. 22 524.00 11528.00

Section - 9 : Bill of Quantities 221

16. Splicing of optic fiber cable and making the

splice joint with contractor's own splicing machine and tools.

No. 9 20362.00 183258.00

17. Excavation of trenches including clearing of roots of trees etc. upto a depth 0.8 mtr. and width of 0.3 mtr. at the bottom in any soil including moorum but excluding hard/rocky soil in the entire section. Backfilling and ramming of soil in trenches after cable laying/placing HDPE pipe (supplied vide sch.'A').

CUM 100.8 232.00 23385.60

18. Digging of 0.5Mtr. deep and 0.3Mtr wide on Asphalted platform / road. Refilling with earth leveling of trenches & restoring the original surfaces on trenches. The item includes covering of cables by served soil for depth of 5 Cms. Before covering by bricks/ trunking / capping (Laying of brick/trunking/ capping is covered in Sch. `B' separately. This work has to be carried out as per technical specification enclosed.

CUM 10.5 2079.00 21829.50

19. Laying of HDPE pipe duct in trenches / GI pipe /RCC pipe including jointing and leveling using couplers and sealing the section and etc and as per site requirement

Mtrs. 868 10.00 8680.00

20 Laying of jelly filled U/G Telecom cables in trench, open ground, under asphalted / cemented surface / through pipes / through walls / through railway track / FOB / subway as per technical specification

Mtr 5400 12.00 64800.00

21. Supply and fixing of metal DP Box 100 pair with locking arrangements fitted with krone frame and Krone modules as per specification.

Nos. 8 4898.00 39184.00

22. Supply and fixing of metal DP Box 50 pair with locking arrangements fitted with krone frame and Krone modules as per specification.

Nos. 8 2690.00 21520.00

23. Supply & Installation of metal DP Box 20 pair with locking arrangement. Krone fitted Krone frame and Krone modules as per specification.

Nos. 22 1050.00 23100.00

24. Supply &Fixing Cable Tray of size 150mm x 50mm x 2mm perforated GI cable tray including horizontal & vertical reducers, tees, cross members and other accessories as required and duly suspended from the celling with GI suspenders etc as required.

Mtrs. 4000 1073.00 4292000.00

25. Supply of PVC Capping cassing 20mm size in Ivory / white of make presicion /prestoplast/Modi Only.

Mtrs. 80 16.00 1280.00

26 Supply & fixing of 50 x 50 PVC Maxi trunking of ISI 14927 Mtr 80 172.00 13760.00

Section - 9 : Bill of Quantities 222

27. Welding arrangement for fixing cable tray

on the engineering structure as per site requirement by use of either "C" channel of suitable size / or any other suitable MS angles or channels

Mtr 4000 1309.00 5236000.00

28. Provision and maintenance of storage facility for safe custody and upkeepment of S&T materials & equipments.

Month 24 19651.00 471624.00

29. Providing Scorpio/Xylo vehicle on hire up to 1500 Km. each including driver for 26 days a month for use of MRVC officials and transporting material as required. The rate includes petrol/diesel, vehicle maintenance, overtime allowances and taxes as applicable.

Month 24 32078.00 769872.00

30. Releasing of Telecom cables like PIJF, Coaxial, Data cable, etc & PVC pipes from existing platforms

RM 21300 17.50 372750.00.00

31. Shifting of existing pilot indicators on PF & FOB's Nos. 4 2200.00 8800.00

32. Shifting of existing Advance / Multiline / VDU indicator in Hall & PF's Nos. 2 4000.00 8000.00

33. Shifting of existing PA speakers, fabrication of brackets & rewiring on PF & FOB's

Nos. 8 200.00 1600.00

Total Schedule B 13351483.10

Total Schedule A 12972952.08

Total Schedule A + B 26324435.18

223

End of the Document