Вы находитесь на странице: 1из 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.

08

SIGNAL & TELECOM (CONSTRUCTION) DEPARTMENT Tender Notice No. S&T/C/SBP/PI-CHAR/OT/08-09/41, Dated. 30.12.08 NAME OF THE WORK: Supply of critical materials & Execution / modification of indoor & outdoor signaling works of existing Panel Interlocking for commissioning of Additional Loop Line at CHARMAL Station of Sambalpur Division, E.Co. Railway. Rs. 52,57,190/Rs. 1,05,150/Rs.5000/-

Approx. cost of the tender

E.M.D Cost of the Tender booklet Issued to the firm

: : :

M.R. No. & Date/D.D. No. & Date Issued by

: : Dy CSTE/Con/BBS/SBP/VSKP

Visit our website at: www.eastcoastrailway.gov.in, http://tenders.gov.in

Issued by Dy Chief Signal & Telecom Engineer /Con/SBP East Coast Railway

1 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

INDEX SL.NO. 1 2 3 4 SUBJECT CHECK LIST OF THE ITEMS TO BE COMPLIED BY THE TENDERER TENDER NOTICE INSTRUCTION TO THE TENDERS & CONDITIONS a. GENERAL CONDITIONS OF CONTRACT

c. FORM OF AGREEMENT ( ANNEXURE B) d. PROFORMA FOR PARA 58 OF GCC ( ANNEXURE C) e . IDEMNINTY BOND FORM (ANNEXURE D) f . FORM OF DECLARATION ( ANNEXURE E) g. CERTIFICATE OF FAMILARISATION ( ANNEXURE F) 5 6 TECHNICAL CIRCULARS SPECIAL CONDITION OF CONTRACT.

TENDER FORM

8 9

TENDER SCHEDULE ANNEXURE - A,B,C,D,E,F,G,H, J & K

2 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

Sl.No. 1 2 3 4 5 I) II) III) 6 7 8 (a) (b) 9

East Coast Railway Check list of items to be complied by the Tenderers Item Submission of the tender as mentioned in the special conditions of contract All documents to be furnished in english Partnership deed if any, constitution of the firm/consortium and copies of connected legal documents. Full and clear postal address. Earnest money in the prescribed form. FDR/Demand draft etc. Validity to be at least up to the validity of the tender To be hypothecated to FA & CAO/C/BBS. Income tax clearance certificate. Validity of the tender offer as specified on Tender Form. Credentials in support. Experience and expertise in S&T field. Financial capability Resourcefulness in respect of assured supply of materials. State and/or Central tax, ED etc. The rates for material supply and works are inclusive of all ED, Sales Tax, Orissa entry tax, levies, royalty and local taxes if any. Time schedules for supply of material and execution of work. If working through contract labour, the contractor must register with labour commissioner, necessary licence to be submitted with tender or to be produced signing of contract agreement. Corrections, if any, to be attested by the tenderer. Acknowledgement of letter of acceptance within seven days from the date of issue. For successful tender, the earnest money to be retained by the Railways as a part of security deposit and the balance towards security deposit to be deducted @ 10% from the on account bills until the whole security deposit is made by the tenderer. Contract agreement to be executed by the successful tenderer within a period of 21 days from the date of issue of acceptance letter. The Tenderer should quote uniform percentage for all the schedules.

10 11 12 13

14

15 16

Note: The above check list is not exhaustive. The tenderer must go through carefully the entire booklet and submit the tender complying with all the conditions/provisions/instructions mentioned therein irrespective of the fact that they have been highlighted in the check list or not.

3 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

EAST COAST RAILWAY (CONSTRUCTION ORGANIZATION) TENDER NOTICE

Office of the DY.Chief Sig. & Tele.Engineer(Constn.) Sambalpur.

01. Tender Notice No. S&T/C/SBP/ PI-CHAR/OT/08-09/41, Dated. 30.12.08 02. Sealed tenders in the prescribed form are invited by DY.Chief Sig. & Tele.Engineer/Con/E.Co.Railway/Sambalpur on behalf of the President of India for execution of the following works from the Tenderers fulfilling the requisite eligibility criteria:Name of work Approximate value (Rs.) 2 Earnest Money (Rs.) 3 Date of opening 4 Cost of Tender document (Rs.) 5

1 Supply of critical materials & Execution / modification of indoor & outdoor signaling works of existing Panel Interlocking for commissioning of Additional Loop Line at CHARMAL Station of Sambalpur Division, E.Co. Railway. 03.

52,57,190/-

1,05,150/-

13.02.09

5000/-

Eligibility criteria: Eligibility criteria for participation in this tender are indicated below:- Tenderer(s) should fulfill the following eligibility criteria prescribed for participating in the tender. Any tenderer(s) not fulfilling the eligibility criteria can do so at their own risk as their tender offer will be summarily rejected. The Tenderer(s) should have physically completed within qualifying period i.e. the last 3 financial years and current financial year (even though the work might have commenced before the qualifying period) at least one similar single work for a minimum value of 35% of advertised tender value in Railways or any other Govt/Semi-Govt Organisation in one single contract agreement.

3.a.

4 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(NOTE: The total value of similar nature of work completed during the qualifying period and not the payments received within qualifying period alone, shall be considered. In case, final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including statutory deduction shall be considered. If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deduction shall be considered. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original contract value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility. In case of composite works involving combination of different works, even separate completed works of required value shall be considered while evaluating the eligibility criteria. For example, in a tender for bridge works where similar nature of work has been defined as bridge works with pile foundation and PSC superstructure, a tenderer, who has completed one bridge work with pile foundation of value at least equal to 35% of tender value and also has completed one bridge work with PSC superstructure of value at least equal to 35% of the tender value, shall be considered as having fulfilled the eligibility criterion of having completed single similar nature of work. 3.b. The total contract amount received by the Tenderer(s) during the last 3(Three) financial years and current financial year should be minimum 150% (One hundred fifty percent) of advertised tender value. In support of this the tenderer(s) should submit attested certificate from the employer/client, audited balance sheet duly certified by the Chartered Accountant. Similar nature of work is Any electrical signaling work of RRI/PI/EI/TC works & any RRI Indoor / Panel Interlocking indoor work. Joint Ventures (JVs)/MOUS will not be accepted for this case. The Tenderer should also submit the following documents along with the tender. a) List of personnel, organization available on hand and proposed to be engaged for the subject work. b) List of Plant & Machinery available on hand (Own) and proposed to be inducted (own and hired to be given separately) for the subject work. c) List of works physically completed in the last 03(three) financial years under Govt./Semi Govt.organizations giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of schedule completion of work. 5 of 118

3.c

04. 05.

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

Date of actual commencement, actual completion and final value of contract should also be given. d) List of works on hand indicating description of work, contract value, approximate value of balance work yet to be done and date of award. NOTE: In case of items 5(c) and 5(d) above, supportive documents/certificates from the organizations with whom they worked/are working should be enclosed. Certificates from private individuals for whom such works are executed/being executed shall not be accepted. 06. 07. The completion period of the work is 06(Six) calendar months from the date of issue of the acceptance letter. The Tenderers who fulfill the above eligibility criteria are requested to collect the tender document in person or through their authorized representative on production of money receipt for Rs.5000/-(Rupees five thousand only) per set in support of the deposit towards the cost of tender document (non-refundable) made either with Divl.Cashier/Con/E.Co.Rly/CSPUR/Bhubaneswar-23/SBP & VSKP or any Station Manager of E.Co.Railway against Estimate No. Est.No.CSTE/C/BBS/193/2008(CHAR 3rd Line), Allocation: CAP-1673/8. Tender documents are obtainable from the Offices of DY.CSTE/ConI/E.Co.Rly/Bhubaneswar, DY.CSTE/Con/E.Co.Rly/Vishakhapatnam & DY.CSTE/Con/E.Co.Rly/Sambalpur on any working day during office working hours from 12.01.2009 to 12.02.2009. Tender documents are also available on website www.eastcoastrailway.gov.in & http://tenders.gov.in and the same can be down loaded and used as tender document for submitting the offices. This facility is available free of cost. However, the cost of tender document will have to be deposited by the Tenderer in the form of a bank draft payable in favour of FA & CAO/Con/E.Co.Railway/Bhubaneswar along with the tender document. This should be paid separately and not clubbed with the Earnest Money deposit. Tenderers received without the cost of tender document will be summarily rejected. In case of any discrepancy between the tender documents down loaded from the Internet and the master copy available in the office, the latter shall prevail and will be binding on the tenderer(s). No claim on this account will be entertained. The tender form is not transferable. The earnest money required can be deposited in any acceptable form as mentioned in the tender document but EMD in the shape of Bank Guarantee is not acceptable. 6 of 118

08.

09. 10.

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

11.

Tenderers can drop their tenders in sealed cover duly superscribing the Tender Notice No.and Name of work in the tender boxes provided in the offices of DY.CSTE/Con-I/E.Co.Rly/Bhubaneswar, DY.CSTE/Con/E.Co.Rly/Vishakhapatnam & DY.CSTE/CON/E.Co.Rly/ Sambalpur up to 12.00 hours of 13.02.2009 and the tender documents will be opened at 12.30 hours on the same day. If the date of opening happens to be a BANDH or Holiday, the tender will be opened at the same time on the following working day. No tender document will be sent by post but tenders received by post will be accepted only at the following offices. However, Tenderers are advised to post the tender well in advance so as to reach in time at either of the following addresses:-

12.

12.1 DY.Chief Signal & Telecommunication Engineer/Con, C-63F, Rail Vihar, Chandrasekharpur, Bhubaneswar 751 023. 12.2 DY.Chief Signal & Telecommunication Engineer/Con, DRM Office Complex, E.Co.Rly, Dondaparthy, Visakhapatnam 530 016. 12.3 DY.Chief Signal & Telecommunication Engineer/Con, DRM Office Complex, E.Co.Rly, Modipara, Sambalpur. NOTE: Railway shall not be responsible for any delay in whatsoever with regards to postal tenders. Tenderers are also advised to clearly mention the name of the work & tender notice number and date of opening at the top of the envelope and it should be enclosed in another envelope to avoid opening inadvertently. Name of work, Tender Notice no.& date of opening should be mentioned on both the envelopes. 13. 14. The Railway reserves the right to cancel the tender or reject any or all tenders without assigning any reasons thereof. The prospective tenderers are advised to visit the website one week before the date of opening of tender to note any changes / corrigenda issued for this tender. Website: www.eastcoastrailway.gov.in or http://tenders.gov.in.

( R.K Behera ) DY.Chief Sig. & Tele.Engineer(Con)SBP For & on behalf of President of India

7 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

Copy to:1. FA & CAO/C/BBS & SAFA/C/VSKP, AFA/C/SBP They are requested to depute one Accounts representatives on 13.02.2009 to witness the opening of the tender at BBS, VSKP & SBP respectively. Divl.Cashier/E.Co.Rly/BBS, VSKP, SBP. SM/E.Co.Rly/VSKP, BBS, SBP. The cost of the tender documents paid by the tenderers may please be accepted and credited to the Est.No. Est.No.CSTE/C/BBS/193/2008, Allocation: CAP-1673/8. CSTE/Con/BBS- for information and wide circulation please. CSTE/E.Co.Rly/BBS for information and wide circulation please. DRM(S&T)/SBP, KUR, VSKP for information wide circulation please. DY.CSTE/C/VSKP for information & request for selling & opening the said tender at his end please. DY.CSTE/Con/BBS- for information & request for selling & opening the said tender at his end please. DY.CSTE/Proj/BBS - for information & request for selling & opening the said tender at his end please. He is requested to Upload the tender documents in the above websites. The Director of Audit/E.Co.Rly/BBS for information please. CAO/C/BBS for information please. The Chief Vigilance Officer/E.Co.Rly/BBS for information please.

2.

3. 4. 5. 6. 7. 8. 9. 10. 11.

DY.CSTE/C/SBP For & on behalf of President of India.

8 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

TENDER FORM To The President of India, Acting through the Deputy Chief Signal & Telecom Engineer [Construction], East Coast Railway, Sambalpur. I/We __________________________________________________ have read the various conditions to tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this Tender open for acceptance for a period 90 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our Earnest Money. I/We offer to do the work for East Coast Railway, at the rates quoted to the attached schedules. 1. The rates shall be inclusive of all Taxes and Duties including Sales Tax, Octroi, Works contract Tax etc., for supply as well as works indicated at all the Schedules. I/We hereby bind myself/ourselves to complete the work within the time limits specified in the conditions of Tender. I/We also hereby agree to abide by the General Conditions of Contract 2001 and Special Conditions of Contract and to carry out the works according to the specifications of materials and works laid down by the Railway for present Contract. I/We declare that I/We possess a copy of the East Coast Railway Schedule of Labour and Materials Rates Revised Edition 2001 corrected up to date and have gone through the Rates, Regulations of Tender and Contract General Conditions, Special conditions, Specifications and other particulars embodied in Volume-2 and have fully understood and agree to abide by them. I/We hereby declares that if the value of the contract awarded is more than Rs. 10 lakhs, I/We shall employ two unemployed Electrical/Telecom Engineering Graduates and Two Telecom Engineering Diploma holders on monthly salary of not less than Rs. 1,000/- and Rs. 500/- respectively during the currency of the contract as per the special conditions of contract Part-I of this Tender. A sum of RS.______________ is herewith forwarded towards Earnest Money. The full value of the Earnest Money shall stand forfeited without prejudice to any rights or remedies if: [a] I/We do not execute the contract documents within seven days after receipt of Notice issued by Railway that such documents are ready. Or [b] I/We do not commence the work within Ten days after the receipt of orders to that effect.

2.

3.

5.

6.

9 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

7.

Until a formal agreement is prepared and executed, acceptance of this Tender shall constitute binding contract between us subject to modifications as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

SIGNATURE OF TENDERER [S]/CONTRACTOR [S] Contractors Address:

Date: Signature of Witness with address: 1. 2. 3.

10 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

RATE SHEET

TENDER NOTICE NO. S&T/C/SBP/ PI-CHAR/OT/08-09/41, Dated. 30.12.08 Supply of critical materials & Execution / modification of indoor & outdoor signaling works of existing Panel Interlocking for commissioning of Additional Loop Line at CHARMAL Station of Sambalpur Division, E.Co. Railway. NAME OF THE WORK: Quoted Tender rates (Percentage above / Below the departmental value for the schedule) In figures In words 4 _____ % Above/below 29,78,787/_____ % Above/below _____ % Above/below Above/below _____ % 5 _____ %

Sl. No. 1 1

Name of the Schedule 2 Schedule A Schedule B Schedule C

Basic Value 3 22,54,403/-

Above/below

24,000/-

Above/below

_____ %

Total

52,57,190/-

NOTE :1. 2. 3. The tenderer should quote rates as percentage above/below the basic rates of each schedule as indicated in column 3. The rates in figures to be filled in column 4 and rates in words to be filled in column 5. In case of any ambiguity rates in words shall be taken as final. The tenderer should score out above/below while quoting rate in column 3 & 4. In case of any ambiguity the rate quoted shall be taken as above the basic rates of schedule.

SIGNATURE OF TENDERER(S)

11 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

EAST COAST RAILWAY


NAME OF THE WORK : Supply of critical materials & Execution / modification of indoor & outdoor signaling works of existing Panel Interlocking for commissioning of Additional Loop Line at CHARMAL Station of Sambalpur Division, E.Co.Railway.

SCHEDULE-'A'
EXECUTION OF WORKS RATES ARE INCLUSIVE OF : 1) All taxes, E.D. and State Entry taxes. 2) Supply of sundry materials like ferrules, eyelets (Make:Dowell's), busbars, bunching materials, solders, insulating tapes, sleeves, M.S flat, M.S angle, nuts & bolts, washers, screws, sand, stone chips, grease, lubricating oil, paints, jute, waste cotton, lead wool etc. and any other petty consumables. 3) Supply of cement except where otherwise stated specifically. 4) Painting and lettering works as per Railway standard and guidelines. 5) Transportation of materials from the store of SSE/SIG/CON at Sambalpur or Titilagarh as per instruction of the Railway. representative except where otherwise indicated. 6) Supply of all types of wires, sealed wires, co-axial cables, switches, cable connectors and wiring materials as required and as advised by the Railway. All materials supplied with execution, Wires, cables, other wiring materials like terminals, fuses, bus bars, Tag Blocks etc. and all types of Insulation materials wherever required shall be procured from RDSO approved sources enlisted in Part-I. Only where no supplier is indicated in Part - I in the list of RDSO the material shall be allowed to be procured from any of the supplier enlisted in Part - II list of RDSO approved supplier with proper approvalof approving authority. Proof to this effect and test report shall have to be submitted if so desired by the Representative of CSTE/C/BBS wherever applicable. Arrangements shall be made by the tenderer for inspection, any kind of testing of the material used during course of execurtion if so desired by rep. of CSTE/C/BBS.

SL. DESCRIPTION OF WORK UNIT NO. 1(a) Excavation of trenches of depth and width detailed below including clearing of roots and trees etc. for all types of soil other than those mentioned under item1(b,c,d.e). This work also includes covering of cables laid in trench and backfilling, ramming, consolidation of soil as well as disposal of extra soil after cable is laid as specified in technical circular No. 2 of 1988, issued by CSTE/SERly and any latest circular used by CSTE/E.Co. Railway, BBS. for following depth and width :(i). Depth 1.2 M and width 0.5 M KM (ii). Depth 1.0 M and width 0.5 M (iii) Depth 0.8 M and width 0.5 M KM KM

QUANTITY RATE

AMOUNT

2 2 3

33223 27686 22150

66446 55372 66450

12 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

1(b). Excavation of trenches in all kinds of soils including soft rocky area and clearing of track etc.to a depth of 1.0M and width of 0.3M for track crossing /pucca road/level crossing gate/platform or anyother place as advised by site Engineer including transportation and laying of DWC/RCC/G.I. pipes with or without coupler including concreting wherever required.This includes repairing of track/pucca road/level crossing gate/ platform surface to original position soon after the work is over. DWC/RCC/GI pipes shall be supplied by the Railway. DWC pipes wherever required shall be supplied in 6Mtr. length and shall be cut to size as per requirement. All other materials including cement are to be supplied by the tenderer. 1(c). Transportation and fixing of perforated G.I. Pipes on bridges, culverts, drains or in trenches as per instruction of site Engineer with clamps at 1.5 mts. interval on steel girder bridges or at places advised by site Engineer. This includes supply of G.I.Pipes, 80/100/150 mm dia. Specn. No. IS:1239 medium grade with threaded collars (Make -TATA ) make hole in a level of size 20 mm.This also includes 200mm thick concreting on GI pipes as required and instructed by site Eng. The Bridge fixtures including 100 mm GI channel (minimum 1 mtr long) and all other materials required for the work shall be supplied by the tenderer. Note: G.I.Pipes befoere and after perforation and bridge fixtures supplied by the tenderer will be inspected by representative of Railway before use. (i) G.I.pipe 80 mm. Dia.

MTR

300

110

33000

MTR MTR MTR

100 50 0

634 845 1267

63400 42250 0

(ii) G.I.pipe 100 mm. Dia. (iii) G.I.pipe 150 mm. Dia.

1(d). Cutting of masonary floor/walls at station/goomty building at a depth of 1.2 mtr. below ground level at places to be indicated by site Engineer for entering of cables inside the building. This includes supply of GI pipes of required length and dia.as instructed by site NOS. Eng. with bolts and nuts. This includes repairing of masonary floor/walls after the cables are taken inside. All materials required for the work shall be supplied by the tenderer. 1(e) Excavation of trenches including clearing of roots of trees etc., in rocky areas up to a depth to be indicated by Railway Engineer at site as per the site condition [Minimum 0.6 meter] and width 0.3 Mts. at the bottom. This includes concreting & plastering as per the instructions of site Engineer and complete back filling MTR by digging earth from a lead of 30 Mtr. In case 0.8 meter depth or higher is achieved no concreting , plastering shall be required. All materials required for the above works shall be supplied by the Tenderer.

5560

22240

300

79

23700

13 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

1(f). Supply and positioning of second class full bricks lengthwise inside the trenches for separation of NOS. signalling and power cable vide item no. 1(a). At the rate of 4 bricks per meter. 1(g). Concreting (Mix 1:2:4) 200mmx200mm on G.I.Pipes on bridges/culverts or any other location as specified by the Rly.supervisor. All materials including cement Running required for the above works are to be supplied by the Mtr, tenderer. 2(a). Laying of under ground screened /unscreened, signalling / telecommunication/power cables of all size and core/pair in excavated trench as mentioned vide item 1(a) to 1(e) including transportation of empty cable drums and leftover cables from site to the store of SSE/SIG/C at Sambalpur or Titilagarh as directed by Railway representative. This also includes KM joint meggering with Railway representative at site and recording of cable insulation resistance in a prescribed register before laying and after laying & termination.. Binded insulation Register as recomended by the Railway representative (size 10) to be supplied by the contractor. Guarding of cable till commisioning will be done by the tenderer. 2b. Supply of "U"- clamps as per Drg. No. CSTE/C/ Cable/81 and grouting the same by cement concrete( ratio 1:2:4) at an interval of 3 mts. throughout the route vide item No.2(a). Cement, sand, chips etc. shall be supplied by the tenderer at his own cost NOS. including guarding of cables till it is fully covered with excavated soil. "U"- clamps shall be inspected by representative of Railway before use. 2c. Transportation of cables with or without wooden drum irrespective of length of cable contained in the drum. This includes unstacking of cable drums/rolls and loading from the stores of SSE/SIG/CON at DRUMSambalpur or Titlagarh or other Railway units and KM unloading of cables at sites as per instruction of the Railway including all sorts of lead, lift, tools and taxes. Note: 1) Only full drum/roll of 500 mts. shall be considered and measurement for the purpose shall be Railway track kilometer.

5000

10000

150

106

15900

15

7602

114030

1000

44

44000

1000

9000

14 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

Excavation of pit, casting of foundation with plastering, as per Drg. no. CON/SK/T/12 for colour light signal and CON/SK/T/13 for position light shunt signal, erection and fitting of 2/3/4 aspect colour light signal or position light shunt signal complete with unit, post, base, ladder, staging, with/without route indicators, offset bracket, dependant shunt signal units, calling-on signal units, "P" and "C" markers, NOS. numbering plate, yellow luminous board, blanking stretcher etc. This includes taking the cable inside the unit, fixing of transformers/switching units/current regulator etc., lenses, lamp holders, LED/coventional signal lamps, guarding of lenses by wire mesh . The painting and lettering of markers and numbering plate to be done by enamel paint. All the materials including yellow luminous strip board as per Drg. no. S&T/CKP/1, wire mesh, blanking stretcher, PVC flexible pipe, hylum strip( 6mm thick), and all sundry materials are to be supplied by the tenderer. Three no. of universal locks with individual key of approved design are to be supplied by the tenderer for outside cover of the signal unit. Installation testing and commissioning of track circuit including all associated works including provision of Block Joints as required as per directive of Railway including supply and preparation of track circuit NOS. history registers (size no. 10 binded) in prescribed format jointly with Railway representative and handover all records to Railway. Note: tenderer will supply :-

7672

61376

22

10251

225522

1) Track lead junction box of fibre glass make with suitable PBT base terminals as per Drg. no. SI-10272 Alt-"B" @ of 4nos. per track circuit. Extra TLJB if any shall be deposited to the Railway stores. 2) Track feed resistance 30 ohm.( 2,4,6,8,16 ohm taping) as per Drg. no. SA-20166( Adv) with PBT base. 3) Unmachined fish plates shall be supplied by the Railway, machining of the same shall be done by the tenderer in case of Block Joint. 4) All materials for fixing of TLJB including 50mm X 50mm X 5 mm angles, PVC pipes with check nuts for insertion of cables etc. The angles for this purpose should suitably be bent at one end and painted to avoid corrosion. 5) Supply of insulation materials and execution of Insulation of gauge tie plate, crossing tie plate, Engg/S&T stretcher bars, rod run etc. All other materials required shall be supplied by the tenderer.. Insulation materials shall be procured from approved sources. 6) In case of glued joints are provided by Engg. Dept. instead of block joints, the cost of machining of fish plates @ Rs 150/- per fish plate required for track circuit shall be deducted from the tenderer.

15 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

5a Transportation, overhauling and installation of point machine on MS plate fixed on wooden/steel/PSC sleepers complete with provision of antitheft arrangement, fixing of junction boxes complete with terminals, ground connections with smithy works including supply, rivetting and welding of angle cleats wherever necessary, termination of cables, adjustment for operation of point machine by crank handle as required. This also includes making arrangements for crank handle interlocking as per Railway directives.Note:1) the work includes fixing of point machine with ground connections on point staging, preliminary adjustments and dismantling (if required). Supply and filling up of gear box oil in the point machine.Greasing the greasing points as required. 2) Point machine and Point JB will be supplied by Railway.Tenderer will supply all other materials including insulation materials from approvec source, MS flat & MS plate each 12 mm thick ,telescopic pipe connecting between JB & point machine, materials required for crank handle interlocking, GI pipes for insertion of cables . Insulation of ground connection, extension plate, switch extension as required and all sorts of cutting, rivetting, welding,as per requirement at site for modification of Engg streatcher bar as well as for fixing of pont machine as required at site will be executed by the tenderer. 5b Wiring, testing and commissioning of electric point machine as per wiring diagram supplied by the Railway. This includes crimping of proper size eyelets on all the wires. Alphanumeric nomenclature shall be marked on connecting wires by using melagrip markers or similar. Wires should be properly bunched by using PVC wire eyelets, bunching tape etc. Bunching materials, eyelets etc. required for the above work shall be supplied by the tenderer. Two Godrej make lock of seven lever (Brass body) shall be supplied by the tenderer for outside cover and antitheft arrangement of the point machine to be done. Note: This also includes supply of complete ground connection set for universal high thrust IRS electric point machine as per RDSO Drg. for the rails provided at site including insulation materials.

NOS.

11118

88944

NOS.

5634

45072

16 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

6a Supply, transportation, erection and grouting of Relay rack, C.T rack, Composite rack as per drawing approved by Railway with shelves/top cover made of HYLUM board of minimum 20mm thick. This includes supply and fixing of PBT base terminals, Fuse base with ND Fuse as per the rating prescribed in approved circuit, Tag Blocks, 2.5sq mm eyelets, Copper Busbars of approved design, PVC tape, ferrules, 6mm. thick and 150mm width Hylum board of required length size for fixing of terminals etc. including clamping of individual cables by M.S strap and termination of cables on Relay/C.T/ Composite rack as per direction of site Engineers at goomties, relay room etc.Termination of all cables shall be done on PBT terminals or Nylon trminals of Wago Make fixed on minimum 6mm. thick hylum board. Provision for fixing of PBT terminals shall be kept for termination of cables on entire CT/Composite rack. Note: 1) Grouting bolts with nuts and washers (as specified in standard drawing), material for clamping of cables, 6-way/ 1- way PBT terminals / Nylon terminals of Wago Make (if required) and all other materials required for the above works shall be supplied by the contractor. 2) Relay/CT/Composite Racks shall be inspected invariably by the rep.of Railways before use. 3) Cables shall be terminated on 6-way PBR terminals,1-way PBT terminals or Nylon Terminals of Wago Make shall be used if required in isolated cases. 6b. Wiring and testing of Relay rack/ C.T rack/ Composite rack as per approved wiring diagram and standard practice of the Railway. This includes termination of wires in terminals provided on Relay rack/ C.T rack/ Composite rack and relay bases by crimping copper eyelets and soldering of relay copper anealed connectors at wire ends by providing PVC ferrules of size 2.5 sq mm, inter rack wiring through ladder, bunching of wires with bunching tape and button. This also includes complete testing with proper record tabulated in prescribed register (point to point continuity,break test, wire counting, simulation) of wiring as per satisfaction of the Railway Engineer at site. Note: 1) Only relay and relay bases will be supplied by the Railway. Tenderer has to supply all other materials for the above work and make arrangement for transportation of materials supplied by Rly. at his own cost. 2) Only brass screws shall be used for fixing of relay bases.

NOS.

15565

124520

17 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

i)

3) All types of Wires and wiring materials, eyelets of sizes (make :Dowell's), ferrules (2.5 sqmm), resin core solder, insulating tape, bunching belt & button etc. are to be supplied by the tenderer. Wires will be procured from RDSO Part-I approved sources only. 4) Hylum board (6mm thick), condensers, resistance, Diodes etc. and all other components will be supplied by the contractor as per requirement at site. Q series Relay Rack

NOS. NOS. NOS.

3 4 5

14453 8894 4447

43359 35576 22235

ii) Composite Rack and CT Rack iii) Inter rack wiring 7 Supply and fixing of MS ladder with suitable clamps including masonary and smithy works. MS ladder shall be made of MS angle size 25mmx25mmx2mm and MS flat size 25mmx3mm. Width of the ladder shall be 250 mm. or higher as per instruction of Railway site Engineer. MS flat to be provided at every 200 mm apart. All materials required for execution of the above work shall be supplied by the tenderer. Transportation, two and half cycles of initial charging (three charges and two discharges), installation and wiring of low maintenance secondary cells of 2V, 80AH capacity, as per manufacturer's instruction and Railway directives. This includes supply of distilled water and sulphuric acid/acid solution by the tenderer at his own cost. All materials including 3/0.29 PVC/7.029 PVC wires, battery connectors, brass bolts and nuts, PVC tape, eyelets, etc. will be supplied by the tenderer. The battries should be connected though Eyelets of proper size by wires.Battery only will be supplied by the Railway. Note: Capacity test of the batteries shall be done and recorded by the contractor at site jointly with Rly. Representative and hand over all the relevant recordsincluding intial charging and discharging report to the Railway. Capacity test register ( binded size no. 10) in prescribed format shall be supplied by the contractor. In case of failure in capacity test tenderer will be responsible for fresh charging/replacement of the batteries. Transportation, installation, termintion of cables, wiring, testing and commissioning of control panel (operation cum indication console) as per Specn. No. S-36/87. This includes subsequent any change before commissioning.modification, alteration of panel front plate as required at site with tenderer's materials. Note:- Hylum sheet (6mm thick), brass screws, sleeves, PVC pipes, Tag Blocks ( 200 way), brass terminals, fuses etc. wherever required are to be supplied by the contractor.

MTR

100

668

66800

NOS.

65

226

14690

NOS.

22236

22236

18 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

supplied by the contractor. 10 Supply, transportaion, and installation of SMPS based Integrated Power Supply Modules at Centre and end goomties as per RDSO Spec./Drg. no. RDSO/SPN/165/2004 with Amendment - 1 as per the following description given by the Railways. Technical literature and documents for eqipment and battery minimum two sets should be provided by the Tenderer. Inspection of modules by RDSO. (i) DC-DC Converter 24-32V DC, 10A as per Spec.No.RDSO/SPN/165/2004 or latest to suit the existing IPS System (ii) Transformer 230V/110V AC, 500VA for feeding the signals as per Spec.No.RDSO/SPN/165/2004 or latest to suit the existing IPS System (iii) FRBC Module 110V DC, 20A as per Spec.No.RDSO/SPN/165/2004 or latest to suit the existing IPS System (iv) Inverter 110V DC/230V AC, 2KVA as per Spec.No. RDSO/SPN/165/2004 or latest to suit the existing IPS System 11 Transportation, installation, testing and final commissioning of Data Logger Equipment in view of up gradation of existing Datalogger with Scanner card and software as per RDSO Spec.No.90/88 or latest. The Scanner Card and Software will be supplied by the Railway. 12 Transportation, installation, wiring and testing of EKT on HYLUM board of thickness not less than 12mm. with suitable MS angle frame for fixing in the wall including termination of cables. This also includes supply of push button switch, 12 mm dia. LED with holder for indication, aluminium frame, PBT terminals 6way etc. and wiring / fixing materials wherever required to carry out the work.All the materials will be supplied by the tenderer. Railway will supply only EKTs. Note:- Size of the board shall be 300X400 sq mm per EKT and will be decided by the number of EKTs required at one place. Suitable cable termination boxes made of same 12 mm Hylum boardshall be made by the tenderer at his own cost wherever required.

No

10280

51400

No

6092

18276

No

36807

73614

No

48230

48230

JOB

11236

11236

NOS.

1112

2224

19 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

13 Supply of Magneto telephone as per RDSO Spec. no. IRS:TC 36-97, transportation, installation, wiring and testing of Magneto telephone with transmitter suitable for point to point communication facility with signalling. This includes wiring from CT box, equipment and internal wiring with PVC conduit pipe, casing-capping at goomty / location box / station. This also includes supply and installation of Railroad Cell ( 6-I or equivalent) from RDSO approved sources (3 no. for each telephone). Suitable battery boxes made of ISI mark laminated board (18mm thick) for Railroad Cell for each telephone set shall be supplied by the tenderer at his own cost. Magneto telephone will be inspected by Representative of Railway. 14 Transportation, casting of foundation, installation, wiring and testing of Diesel Generator with self starting and auto starting arrangement as per manufacturer's instruction and Railways directives. This includes laying of suitable cables, fixing of Three nos. of change over switch 100 Amps (4Pole) each on hylum board 12 mm thick of appropriate size with provision of wiring for changing over of local suply and DG supply and connection of DG sets to load through power panel, ventilation exhaust pipe, anti-vibratory rubber pad. DG set and 3 no. of 100A (4-Pole) switches will be supplied by Railway. All other materials including consumables like diesel, mobil etc. for testing and commissioning will be supplied by the tenderer. 15 Excavation of earth pit, placing and fixing of earth electrode with construction of cement enclosure to Drg. No. Con/SK/T/9 and Con/SK/T/9A and drawal of insulated 6 SWG wire/ wire rope (7x7x19)/otherwise the signalling cable which will be given by Rly.for earthing purpose, from earth electrode to place advised by site Engineer including fixing and soldering of heavy duty copper lugs at both ends. This includes supply and transportation of earth electrodes(TATA Make) as per Drg. no. CON/SK/8/3/84. Earth electrode will be inspected by representative of CSTE/CON/BBS. This includes painting and lettering of resistance value of each earth. Note:1) Earth resistance shall not be more than 5 Ohm for individual earth electrode. Tenderer will measure resistance of each earth Jointly with Rly. representative at site and record the readings in earth resistance test register in prescribed format. A biended register (size: no. 10) for this purpose will be supplied by the tenderer.

NOS.

6226

12452

NOS.

4071

NOS.

20

4576

91520

20 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

2) All materials required for the work including Charcoal, salt, salamoniac, insulated 6 SWG wire/ wire rope (7x7x19) , copper lugs(dowlle's make), resin core solder, flux, Brass nuts & bolts etc.and binded register size: no. 10) shall be supplied by the tenderer.If Railway.supplies the signalling cable for earthing , the same length of 6 SWG wire will be handed over to Railway. stores by the tenderer. 16 Supply, transportation, installation, wiring, testing and commissioning of Maintenance Free Earth system for IPS System/ conventional Power system, Electronic Equipment or other signalling Safety Equipment as per RDSO secification No. RDSO/SPN/187/2008 and RDSO Drawing No. SDO/RDSO/E&B/001 and 002 and as per Railway directives. maintenance Free Earth System shall be inspected by the representative of CSTE/C/BBS before its use. All the material required for the work shall be supplied by the Tenderer. 17 Transportation ,installation,testing and commissioning of siding point with Arc lever including fixing of Hand plungerlock with strercher barE-type lock ,point rodding solid 32mm dia , point adjusting screw,trestles(in double wherever required), cranks rodding compensator,arc lever,A/B type foundation (in double wherever required) etc.as per standard practice of Railway . All materials including Arc lever will be supplied by tenderer. 18 Supply, transportation, foundation, erection, painting and lettering of SLB, Legend boards, Warning boards of size 24" X 48" X 1/8", Stop board etc. with 6" (minimum) G.I channel iron support of appropriate length as per G&SR, SEM and IP. This includes excavation of pit as per approved drawing of the Railway for casting of base foundation (the ratio 1:3:6). All materials required for the above work shall be supplied by the contractor. Note: SLB shall be fitted with ladder and electeric lamp as per standard practice.Necessary wiring for the lamp for SL Board to be done by the tenderer.

No

19500

39000

Nos

19020

19020

NOS.

4165

20825

19 Cleaning, Painting, Varnishing, Numbering, lettering and Graphiting of all out door and indoor signalling equipments over and above the initial painting as LS/ STN per instruction of Railway representative at site. This includes supply of paints and painting materials by the tenderer.

11118

11118

21 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

20 Excavation of pit, casting of foundations for pedestal, boom post, crank, compensator, cross wheels, winch, ground lever frame etc. Fixing of pedestal, wheels, stop posts, cranks, compensator etc. installation and commissioning of winch and lifting barrier set as per Drg.No.SA/7999(Adv.) of level crossing gates complete in all respects including provision of positive boom locking arrangement with fixing of signal lamp, wiring, adjustment of operation from winch for the following : a) 2 (two) lifting barriers with all accessories, (b) 1(one) winch , (c) Positive boom locking arrangements for the above. This includes transportation and fixing of levers, trestle run, running of rodding together with smithy works (forge welding), wire transmission, fixing of supporting brackets for operation of lifting barriers from winch, fixing of "E"- type lock on winch, cutting of notches on winch and lever quadrant, matching, interlocking of lever plungers etc., including jointing of wires with jointing materials, provision of wire adjustment screws, wire rope, circuit breakers, and other materials required as per standard practice of E.Co..Railway. Foundation"A" type,lifting barrier gate, lever frame ground type,winch and "E"type lock will be supplied by Railway. All other materials such as 4 way circuit breaker RDSO type,different types of cranks,rodding compensator,roller guide assembly complete, trestles, point rodding solid 32 mm dia., solid joint 32 mm dia., flush joint 32 mm dia.( butt end), point adjusting screw, lug eye joint 32 mm dia.( butt end), wire rope steel galvanised 7X7X19 mm circumference specn.no.IRS:S-3, horizontal rope wheel 2/3 way, vertical rope wheel, wire adjusting screw 300 mm long,wire jointing materials, split links, DW pulley stake with supporting bracket, DW pulley, Lamp bracket type "A", lamp signal fixed type complete with lens etc., positive boom locking complete GI pipe 100mm dia., and all other materials required for commissioning of the above shall be supplied by the tenderer.

NOS.

58482

58482

22 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

21 Excavation of earth for casting of foundation for steel apparatus case, casting of foundation, plastering and surrounding earth work such asextra strengthening required at site. This includes supply and transportation of steel apparatus case to site and erection of the same on foundation. This also includes supply and fixing of min. 6 mm thick hylum board for fixing of PBT terminals or Nylon terminals of Wago Make, fuses etc.as per requirement at site and Railway directives, placing of batteries, chargers, relays etc.,termination of cables, wiring, provision of antitilting arrangement, earthing of cables, belting arrangement for antitheft with minimum 6 mm thick MS flat and filling cable pit with sand, painting and lettering. Note:- 1) Apparatus cases shall be inspected by Rep. Of CSTE/CON/BBS before installation. 2) Wherever Apparatus cases are used as battery box the shelf shall be covered with Rubber Pad of 6mm thick. Rubber pad wherever required shall be supplied by the tenderer. 3) Materials like PBT terminals or Nylon Terminals of Wago Make, wiring materials, ND fuses and all other materials required for the above work shall be supplied by the tenderer. 4) Modification of inside arrangement of Apparatus cases if required shall be done by the tenderer. Extra shelf , if any remains unused, will be deposited to the Rly stores by the tenderer. (a) Apparatus case as per Drg. No. CON/SK/1/1/86 and SA-20330 (Adv), Specn. IRS:S-10/78 with 20 mm (minimum) thick hylum board shelf two no.s for each apparatus case (size of the shelf shall be as per standard drawing of Railway) with 'E' type lock, key & handle for each apparatus case. Inspection of Apparatus case by Rep. of CSTE/CON/BBS. (b) Apparatus case as per Drg. No. CON/SK/1/1/86 and SA-20325 (Adv), Specn. IRS:S-10/78 with 20 mm (minimum) thick hylum board shelf two nos. for each apparatus case (size of the shelf shall be as per standard drawing of Railway) with 'E' type lock, key & handle for each apparatus case. Inspection of Apparatus case by Rep. of CSTE/CON/BBS. 22 Transportation , installation, wiring, testing and commissioning of universal Axle counter (2D/3D/4D type) EJB's fixing of track inductor in Rail (Evaluator, Reset box, LVV box etc.) to gether with termination of cables. Evaluator, Reset box, LVV box etc. shall be supplied by the Railway. All sorts of terminals, sealed wires, small electronic components like condensers, resistances, HDPE pipe etc. and all other materials required for the above work shall be supplied by the tenderer.

NOS.

12

18687

224244

NOS.

9344

56064

NOS.

8109

8109

23 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

23 Transportation , installation, wiring, testing and commissioning of Single Line Block Proving Digital Axle counter. Digital Axle counter with standard accessories shall be supplied by the Railway.The block should fixed in the table as instructed by Railway representative and all materials required for the above work shall be supplied by the tenderer. Note: i) Installation, wiring, testing and commissioning shall be carried out by the authorised representative of the original manufacturer of the system. ii) Training of Railway personnel at site and/or in manufacturing premises of the manufacturer for system design, operation and maintenance details of Digital Axle Counter system for a duration of 10 MAN-DAYS (minimum). 24 Fixing and wiring of distilled water plant including connection with water supply line; supply, fixing and wiring of 16 Amps power supply board with changeover switch for D.G. and OSEB supply by 7/ 0.29 wire from OSEB main/D.G. supply through PVC pipe and execution of strengthening, rearrangement, masonry, plumbing and all other works as specified by the Railway site engineer. Distilled water plant will be supplied by the Railway. Materials such as wire(7/0.29), PVC pipe, power supply board, GI pipe as required, tap for water supply, cement and all other materials required for the above work shall be supplied by the contractor. 25 Loading, unloading and transportation of full truck material load( 8 ton load per truck ). Measurement for the purpose shall be Railway Track Kilometre(if available). 26 Dismantling of the following with complete fittings. This includes dismantling, stacking and accountal of all the materials with weighment from the authorised weigh bridge, including transportation of all released materials to the Railway store at Titilagarh / Sambalpur as instructed by the Railway. a) 2/3 doll post b) Single signal post/warning board c) RCC structure or Home / Str. Sig foundation or any other signalling structure should be dismentalled fully upto the depth of 2' below the ground level and filled with soil upto the ground level.

SET

25340

JOB

18340

KM

500

39

19500

NOS. NOS. NOS.

0 0 0

4880 972 1394

0 0 0

24 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

d) Dismantling of all old signalling equipments as lever frame, L.C gates, mechanical rod run, cranks, compensator, FPL, lock bars, relay racks, old electrical equipments, EPDs, sighting boards, trestles and all such indoor and outdoor gears. This LS/ STN includes dismantling, stacking and accountal of all the materials including transportation of all released materials to the Railway store at Titilagarh / Sambalpur or as instructed by the Railway. 27 Fixing, wiring and commissioning of Electrical point detector (EPD) on long wooden/steel/PSC sleepers or as directed by site Engineer with rigid connection and connecting the slides of the detector to the point switches as per Drg. no. S&T/CON/SK/7 and standard practice of Railway. This includes NOS. dismantling/shifting of existing detector or anyother signalling gear if required. EPD shall be supplied by the Railway. All other materials required for the above work shall be supplied by the tenderer. 28 Wiring and testing of overall circuits and commissioning of approved interlocking arrangement as per approved circuit diagram and Interlocking plan . Materials for functional and simulation testing shall be arranged by the tenderer at his own cost. This also includes making corrections/alterations in As Planned drawings and documents as per the execution at site.This includes Free home signal connection at site and SM,s office LS/ STN , telephone connection in the tents/goomties and any other communication arrangement for the Non interlocking at the station or as decided by the representative of Railway during non interlocking.. The materials required for preparation of Free Home,telephone &any other communication will be supplied by the tenderer. 29 Transportation ,Installation, termination of power cables, wiring ,testing and commissioning of Power supply system complete at Goomties. This includes supply and fixing of power distribution on Hylum board with fittings consisting of (i) MCB- single pole 240/415V rating 6A - 2 no. and 32A -2 no. per board, make - Havell's, (ii) DPST Switch unit 240V, 16A, Make: Havel's,iii) plug point 5A&15A combination-iNo. (iv) 10"x12"x2" MS box with 11"x13" 5mm hylum sheet . Inspection by representative of CSTE/C/BBS. All sorts of wires and wiring materials shall be supplied by the tenderer.

25340

25340

6491

6491

44472

44472

NOS.

6652

13304

25 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

30 Welding solid rods with Solid/Screw/Flush/Lug-eye joints, Insulated Rod Joints, FPL/HPL Streatcher Bars, point adjusting screws etc. with 32mm or 20mm dia. rod (as the case may be) with suitable off set as required and as per standard practice to suit cranks/compensators or such other mechanical S&T gears and connecting them as per standard practice. Solid/screw/flush/lug/eye joints, point adjusting screws etc. shall be supplied by the Railway. All other materialslike coal,etc for the above work will be supplied by the tenderer. 31 Excavation of earth, casting of foundations in all types of soil by clearing roots of trees/plants etc. dressing, plumbing of sides, ramming of floor, casting of foundation and plastering as per the following description. This also includes transportation and fixing of Arc levers, Cross wheels, Cranks, Rodding compensators, Point indicators, Trap indicators or any other signalling gears on A/B type foundation including all sorts of cutting, chipping, drilling, rivetting and smithy works as per direction of the Railway. A/B type foundations, Cross wheels, Cranks, Rodding compensators, Point indicators, Trap indicators wherever required shall be supplied by the Railway. All other materials including cement will be supplied by the tenderer. As per Drg. No. S&T/C/SK/67 for cross wheel and other signalling gears 32 Transportation and Fixing of 2-Way/4-Way Trestles as per Drg.No. S&T/CON/SK/20. This includes making earth pit at every 2 Mtr. apart for 2-Way/4Way trestles, levelling of bottom surface, placing and grouting of trestles (double wherever required) with excavated earth as per specification/instructions by Railway Engineer at site. This also includes fixing of all parts of standard roller guide, bottom rollers, top rollers etc. 2-way/4way trestles and standard roller guide shall be supplied by the Railway. Bolts & Nuts, split pins and all other materials shall be supplied by the tenderer. 33 Transportation of point rod, straightening and removing twist of point rodding, placing of point rodding on trestles and fixing of rod run by 1/2" X 21/2" nuts and bolts for operation of points, lock bars etc. including adjustment and testing. All sorts of nuts, bolts, washers etc. shall be supplied by the tenderer.

NOS

207

NOS

1442

NOS

62

NOS

62

26 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

34 Transportation , fixing and wiring of 30-way JB with MS angle size 2 X (1200mm X 50mm X 50mmx 5mm) at places directed by the Rly. representative at site. This includes insertation of cables into JB through GI pipe of suitable size, fixing of PBT terminal, fuses, termination of cables and wiring. This also includes all sorts of drilling and smithy works. PBT terminals shall be fixed on 6mm thick hylum board. JB will be supplied by Railway. All other materials required for the work will be supplied by the tenderer. 35 Transportation, fixing and commissioning of Facing Point Lock / Hand Plunger Lock (with switch extension pieces & split Streatcher Bars) or lock bars with all attachments and accessories, including cutting and adjustment of notches, fixing of lock plunger to the radial guide and drilling of tongue rails for fixing of 'D' bracket/streatcher bar. This also includes dismantling of existing FPL/HPL, Lock bars and other mechanical attachments, adjustment, refixing and commissioning of existing Facing Point Lock/Hand Plunger Lock with lock bars and other mechanical signlling gears thereof. 36 Jointing of PIJF cables as per technical specifcation. Jointing kits shall be supplied by the Railway. All other materials shall be supplied by the tenderer . 37 Manufacture, transportation, supply and fixing of telephone stand of size-2' X 2' Hylum Board( thickness 18mm) with border guard as per direction of the Railway representative. 38 Supply, transportation and Installation of 4/10/20/50 pair Aluminium CT Box and termination of cables inside C.T. Box in station building cabin/office/quarters as per instructions of site Engineer. All materials like C.T. Box shall be supplied by the tenderer at his own cost. Inspection by CSTE/C/BBS. This also includes painting and lettering of description. 39 Excavation of earth for construction of masonary pit of 1st class bricks of size 2M X IM X 1M (approximately) in all types of soil at stations, cabins, goomtys, location boxes or at anyother places as instructed by Railway representative for keeping cable coils. This includes plastering, filling of the pit with sand after coiling of cables, ramming and covering with 2nos of RCC slabs (75mm thick) with 2 nos of lifting hook in eachslab. Size & depth of the pit may vary as per requirement at site. 40 Preparation of Draft SWR, updating, printing, spiral binding and supply of Station Working Rule / Gate Working Rule books for each station/Gate.Railway will supply Approved IP only.

NOS

786

3930

NOS

3089

NOS

811

NOS

356

1780

NOS

2243

CuM

1584

3168

NOS.

30

134

4020

27 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

Note: i) The books shall be required in English, Hindi & Oriya language as per direction of the Railway. ii) The work involves:a) Preparation of draft SWR/GWR on computer MS Word software including two hard copies for initial approval software including updating, making corrections as required including soft copies.. b) Supply of final draft in CD (in duplicate). c) Making of SWR ,GWR per station.. d) Spiral binding of SWR/GWR with supply of transparent plastic sheet one at top and bottom each. e) Printing of top coloured cover pages. 41 Maintenance of all the installation of central panel interlocking stations under an able and competent supervisor for a period of 45 days from the date the works of a station is handed over to the traffic and as per directive of Rly. Representative. This includes supply of grease, oil, lubricants, distilled water and all petty consumables for regular maintenance. Note: (i) During maintenance period all sorts of repairing, replacement of defective gears, oiling, greasing, cleaning and transportation of materials required thereof shall be carried out in addition to regular maintenance works by the contractor. (ii) During maintenance period maintenance staff shall be provided by the contractor round the clock to assist Rly. Official as directd by Railway. (iii) During the above maintenance period contractor has to replace/repair any defect to the corrections of the fact pointed out by the Railway Administration at contractors cost without endengering Railway safety and safety rules. (iv) During the above maintenance period contractor shall comply all the residual works and carry out petty repair works and attending failures promptly by keeping artisan staff who must be available round the clock.

JOB/ STN

27874

27874

28 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

The contractor will supply, prepare and fill up all the required following registers: Cable Insulation Register, Track History Cards, Battery History Register, Equipment History Register, Signal Lamp Replacement Register, Joint P-Way & S&T Inspection register, Relay History Register, Diesel Generator Log Book, Point Machine Over-hauling Register, Relay Room Key Register, Seperate Register for Each Counters and any other registers and documents as per standard guide lines issued by the Railway time to time and as per directives of the Railway Administration. Contractor shall maintain all the records neatly and hand over all the registers and documents to the Railway Administration.During maintenance and for taking all the above parameters tenderer staff will work as instructer by Railway. 42 Transportation, installation, wiring, testing and commissioning of Solar Photo Voltaic system for charging 110 Volt/400 AH battery bank as per manufacturer's instructions and Railway directives. Note:- 1) Complete installation shall be carried out by the authorised representative of manufacturer. Contractor shall be responsible for attendance of the manufacturer/ authorised representative of manufacturer during installation as well as during commissioning of IPS and a certificate of proper installation from the manufacturer shall be submitted by the tenderer to the Railway.2) The work includes all sorts of masonary works,fixing of solar panels in different array at the site shown by the Railway representative, Cement concreting, Earthing, electrical wiring and connectivity with the Integrated Power Supply System. All materials required for the works shall be supplied by the tenderer. 43 Manufacture, transportation, supply, fitting and fixing in position of Masonary MS Grills, MS Doors, MS Windows as per the approved drawing and direction of the Railway representative at site with tender's labour, materials all fittings including all leads and lifts. 44 Supply and installation at place indicated by the Railway representative. of Red flasher light with Hooter operated on 220V AC / 110V DC with suitable controlling switch at gate goomty. Inspection by Rep. Of CSTE/C/BBS.

JOB

63350

KG

56

JOB

7855

45 Supply and fixing of acid proof Sparktek/Kajoria or equivalent tiles in battery room with cement morter Sq. Mtr. complete as per Railway's directives with contractor's labour and materials.

1487

29 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

46 Carrying out Exothermic weld connections for continuity Bond in DC track circuit area. Note :- All the equipments & materials required for Exotherm Per Bond welding of Rail Head continuity Bond 3/16 "x 6 1/2" will be arranged by the tenderer. 47 Carrying out Exothermic weld connections for TLJB Lead Wire (2core x2.5 sq mm cable with armour ) on Rail web in DC Track circuit area and terminating the other end of the wire on the terminal in the TLJB. Note :- All the equipments & materials Per weld required for Exotherm welding will be arranged by the tenderer. Supply of TLJB terminals are not covered in this item. 48 Prtliminary adjustment of point such as making of holes on tongue rails for "D" bracket for point Machine and re-fixing in its own position . 49 Transportation ,melting and pouring of bitumen compound to Specification No. IS -7084/73 Clause IV in GI pipes/ GI Troughs, chae in rocky beds @ 3.5 KG per meter.Railway will supply Bitumen compound at Railway stores at Sambalpur or Titlagarh or as directed. 50 Transportation and fixing of Junction Type Route Indicator [1 to 6] way complete or stencil Type on the erected signal post including cable termination , wiring, painting ,lettering ,signal testingand focussing, Tenderer will supply name plate & marker and iron mesh at his cost. 51 Transportation ,excavation of pit , casting of foundation, plastering and erection of steel apparatus case(Half size) with fixing of E-type lock, wiring, Anti- theft arrangement, cable entery , termination clamping ,earthing of armour etc, as per Drg. No. S&T/CON.VSKP/92/90 . This includes earth work and /or masonary work required for securing the Apparatus case as per site condition . This includes provision of anti -theft arrangement with MS flat . Railway will supply Apparatus case with "E' type lock and cement only. Tenderer will supply MS flat for anti theft arrangement for location box, all wiring materials, fuses, fuse blocks, copper bus bars, Hylum sheet [6mm to 12 mm] , Hylum board 18 mm thick and any other materials that are required for the work at his own cost.

650

328

Nos.

477

KG

20

16

320

Nos.

1111

2222

Nos.

2602

30 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

52 Transportation, two and half cycles of initial charging (three charges and two discharges), installation and wiring of low maintenance secondary cells of 2V, 300AH capacity, as per manufacturer's instruction and Railway directives. This includes supply of distilled water and sulphuric acid/acid solution by the tenderer at his own cost. All materials including 3/0.29 PVC/7.029 PVC wires, battery connectors, brass bolts and nuts, PVC tape, eyelets, etc. will be supplied by the tenderer. The battries should be connected though Eyelets of proper size by wires. Battery only will be supplied by the Railway. Note: Capacity test of the batteries shall be done and recorded by the contractor at site jointly with Rly. Representative and hand over all the relevant recordsincluding intial charging and discharging report to the Railway. Capacity test register ( binded size no. 10) in prescribed format shall be supplied by the contractor. In case of failure in capacity test tenderer will be responsible for fresh charging/replacement of the batteries.

Nos

60

667.5

40050

Total of Sc. A

2254403

SCHEDULE-'B' SUPPLY OF MATERIALS RATES ARE INCLUSIVE OF : 1) All taxes, State entry taxes and ED. 2) Signalling materials for which RDSO Specification is available shall be procured from RDSO approved sources enlisted in Part - I only as per latest guidelines irrespective of inspection clause. Only where no supplier is indicated in Part - I list of RDSO the material shall be allowed to be procured from any of the supplier enlisted in Part - II list of RDSO approved supplier. Proof to this effect and test report shall have to be submitted if so desired by the Representative of CSTE/C/BBS during inspection. 3) SL NO.

Supply and Transportation to the store of SSE/SIG/CON at Sambalpur or Titlagarh. DESCRIPTION OF WORK UNIT QUANTITY RATE AMOUNT

1(a) Signal colour light multi unit as per IRS: S-26/64 long range working on 110 V- AC 50 Hz complete without lamp, lens and transformers -2aspect suitable for 140 mm dia. post with expanded metal netting as per Drg. No. SA-23003/AM Alt-B and SA23023/A/M to C/M (adv) Alt-7 for metal netting. Inspection by RITES.

NOS.

5259

15777

31 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

1(b) Signal colour light multi unit as per IRS: S-26/64 long range working on 110 V- AC 50 Hz complete without lamp, lens and transformers - 3 aspect suitable for 140 mm dia. post with expanded metal netting as per Drg. No. SA-23002/AM Alt-B and SA23033/A/M to C/M (adv) Alt-7 for metal netting. Inspection by RITES. 1(c) Calling on signal (colour light type) as per Drg. No. SA- 24351( Adv) with bracket, U-clamp,fixing nut,Cmarker, without lamps ( Amended upto date). Inspection by rep of RITES. 1(d) Shunt signal position light ground type, independent as per IRS:S-26-64 and Drg. No. SA-23840 (Adv) Alt.-1 with lamp holder 2 pin type and base 90 mm dia. mounting socket, Drg. No. S-23845, post for position light shunt signal 90 mm outer dia. with lens and wire mesh etc. Inspection by rep of RITES. 1(e) Shunt signal position light dependent post type as per Drg. No. SA-23840 (Adv) Alt.-1and Spec.No.IRS:S-10/78 & IRS:S-26-64 with lamp holder 2 pin type as per Drg. No. SA-23467/M (Adv) Alt-1 Spec.No.IRS:S-10/78 with dia 90 mm socket, Drg. No. S-23845, and with bracket offset for position light shunt signal 140 mm outer dia. with lens and wire mesh etc. Post Drg.No.SA-23080 (Adv) Alt-1. Inspection by rep of RITES. 2 Seam less tube for Colour Light Signal post 140 mm dia.outer dia as per Specn. No. IRS:S-1981. Inspection by RITES. (i) 3.6 Mts. (ii) 4.6 Mts (iii) 5.5 Mts. 3 Signal base 140 mm inner dia. to Drg. No. S2011/M. Inspection by rep of RITES. Ladder (for Colour Light Signal ) as per Drg. No. SA23150 (Adv) Alt-1 & SA-23153 (Adv) Alt-1 with latest ammendment.Inspection by rep. of RITES.. (i) 3.08 Mts. (ii) 4.5 Mts. (iii) 5 Mts. 5 Supply of lens Optical stepped [101 mm dia ] clear for position light shunt signal. Focal length 89 mm clear. Specification No. IRS : S-7,Drg No.2743/m[ADV] ,Alt-1. Inspection by RDSO . Supply of Bitumen compound to Specification No. IS : 7084/73 CLAUSE IV or latest. Inspection by RITES .

NOS.

8854

26562

NOS.

1998

3996

NOS.

6113

6113

NOS.

5130

NOS. NOS. NOS. NOS.

2 2 2 6

3421 3763 5226 1614

6842 7526 10452 9684

NOS. NOS. NOS.

2 2 2

737 2640 2934

1474 5280 5868

NOS.

329

KG

20

13

260

32 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(a)

(b)

(c)

10

11

12

13

14

15

16 (a)

Route indicator junction direction 5 lamps type as per IRS:S-66/84 with 6way arm complete with Lens, LH/RH combinatin as per Drg. No. SA-23402 (ADV) Alt-2. Inspection by RITES. Bracket Offset for colour light signal of 140 mm outside dia. post as per IRS:S- 10-78 and Drg. No. SA- 23080 (Adv). Inspection by rep of RITES. Polycarbonate lenses Doublet combination of lenses for Railway colour light signalling (13 mm combined focal length) as per Specn.No.IRS:S-7/92, inspection by RDSO. Consisting of:Clear lens optical inside stepped for long range CLS 213mm dia., 102mm focal length with moulded prism as per Drg. No. S:23069/M(Adv) Glass lens optical inside stepped for Route Indicator junction type,127mm dia,70mm focal length with moulded prism as per Specn. No. IRS:S7/92. Glass lens optical outside stepped lunar white for Route Indicator junction type, 92mm dia., 16mm focal length with moulded prism as per Specn. No. IRS:S7/92. Glass lens optical stepped for position light shunt signal 101mm dia., 89mm focal length clear as per Specn. No. IRS:S7/IRS:S10, Drg. No. 2743/M(Adv) Alt-1. Inspection by RITES. Track feed battery charger input 110VAC, 50 (+/-2) Hz with boost and trickle charging for 1 to 4 cells of 80Ah capacity as per spec. No: IRS:S-89/93 (as amended upto date). Inspection by RDSO. Supply of Track feed resistance 30 Ohms [2,4,8,16 Ohms tapping facility] as per Drg, No. SA20166[Adv.] with PBT base. Inspection by Rep. of CSTE/CON/BBS. Track lead junction box made of glass fiber reinforced plastic Drg. No. SI.-10272,Alt-B, specification No.IRS:S-1078. Inspection by Rites. Lead acid cell capacity 2V - 80 AH as per Specn. No. IRS:S-88/93 with nuts & bolts, inter cell connector, ceramic vent plug, battery float etc. Inspection by RDSO. Insulation joint set made of Nylon-66 for Leading/Following streatcher bar for BG rails complete with Insulation plate [Drg. no. T-10367 (Adv) Alt-2] - 2no., bush [ Drg. no. T-10368 (Adv) Alt-2 no., Insulating washer [Drg. no. T-10371 (Adv) Alt-2] - 2no. as per Spec. no. IRS:S-40/80. Inspection by Rep. of CSTE/CON/BBS. Terminal block 25 mm centre (ARA terminal) with PBT materials. Inspection by consignee. 6-Way, as per Drg. No. SA-23756 (Adv) Alt-3, Spec. no. IRS:S-75/91

NOS.

13245

26490

NOS.

1232

2464

NOS.

658

NOS.

329

NOS.

329

NOS.

329

NOS.

25

2231

55775

NOS.

10

146

1460

NOS.

422

2110

NOS.

65

2234

145210

SET

253

1265

NOS.

10

312

3120

33 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(b)

1-Way, as per Drg. No. SA-23741/A Alt-4, Spec. no. IRS:S-75/91 Negetive Bus Bar size: 20mm X 5mm X 450mm made of copper with brass screws and washers Inspection by representative of complete. CSTE/CON/BBS.

NOS.

67

17

NOS.

175

18 Relay Non-AC Immune, plug-in type, style 'QN1', Neutral line, 24V DC 12F.4B contacts, Front and back contacts metal to carbon, complete with plug board, retaining clip and copper annealed connectors conforming to BRS:930A, IRS: S-34, IRS: S-23. Inspection by RDSO. 19 Relay Non-AC Immune, plug-in type, style 'QN1', Neutral line, 24V DC 8F.8B contacts, Front and back contacts metal to carbon, complete with plug board, retaining clip and copper annealed connectors conforming to BRS:930A, IRS: S-34, IRS: S-23. The interlocking code for this unit shall be ABCDF. Inspection by RDSO. 20 Relay AC Immune, plug-in type, style 'QTA2', DC Neutral track, 9 ohms, 2F.1B contacts, Front and back contacts metal to carbon, complete with plug board, retaining clip and copper annealed connectors conforming to BRS:939A, 966-F2, IRS: S-34, IRS: S-23. Inspection by RDSO. 21 Relay AC Immune, plug-in type, style 'QSPA1', DC, Neutral line, slow to pick up, 24V DC, 8F.4B contacts, Front and back contacts metal to carbon, complete with plug board, retaining clip and copper annealed connectors conforming to BRS:933A, IRS: S-60, IRS: S-34, IRS: S-23. Inspection by RDSO. 22 Relay Non-AC Immune, plug-in type, style 'QS3', Neutral line, tractive armature, 12V DC, 1000 ohms, 4F.4B contacts, Front and back contacts metal to carbon, complete with plug board, retaining clip and copper annealed connectors conforming to BRS:930A, IRS: S-34, IRS: S-23. Inspection by RDSO. 23 Relay Non-AC Immune, plug-in type, style 'QL1', magnetically latched, Neutral line, 24V DC, 11F.4B contacts, Front and back contacts metal to carbon, complete with plug board, retaining clip and copper annealed connectors conforming to BRS:935A, IRS: S-34, IRS: S-23. Inspection by RDSO.

NOS.

2665

NOS.

50

2204

110200

NOS.

30

3110

93300

NOS.

30

4378

131340

NOS.

2001

NOS.

5203

34 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

24 Relay, plug-in type, style QECX-61 (AC LED All aspects), AC lamp proving relay unit, slow release neutral line relay, metal to carbon, 4F/4B contacts, shall be suitable for working in series with the 110V, 15 Watt LED Signals, complete with retaining clips and connectors conforming to BRS:941A, IRS: S34, IRS: S-23 and STS/E/Relays/AC LED Signals/09-2002. Inspection by RDSO. 25 Relay, plug-in type, style 'OFF' aspect, AC lamp proving relay unit, slow release neutral line relay, metal to carbon, 4F/4B contacts, shall be suitable for working in series with the primary winding of colour light signal transformer conforming to IRS:S59 (110V AC/12V AC) feeding 24/25/33 Watt signal lamps complete with plug board, retaining clip and connectors conforming to BRS:941A, IRS: S-34, IRS: S-23. The interlocking code for this unit shall be CFKMX. Inspection by RDSO. 26 Relay, plug-in type, style 'ROUTE' aspect, AC lamp proving relay unit, slow release neutral line relay, metal to carbon, 3F/3B contacts, shall be suitable for working in series with the lighting circuit of junction type route indicator (five lamps, 110V/25 Watt, double pole, connected in parallel) signal lamps complete with plug board, retaining clip and copper annealed connectors conforming to BRS:942A, IRS: S-34, IRS: S-23. Inspection by RDSO. 27 Relay, plug-in type, style 'SHUNT' aspect, AC lamp proving relay unit, slow release neutral line relay, metal to carbon, 4F/4B contacts, shall be suitable for working in series with the lighting circuit of shunt signal (two lamps, 110V/25 Watt, double pole, connected in parallel or series) complete with plug board, retaining clip and connectors conforming to BRS:942, IRS:S-46, IRS: S-34, IRS: S-23. Inspection by RDSO. 28 Fail safe "Q" series electronic timer (plug in type) as per Specn. No. IRS:S-61/2000 . Inspection by RDSO. 29 Thermoflasher Relay mercury type Siemens make for used to Relay to control Railway signaling circuit in failsafe manner.Inspection by RDSO. 30 Point Contactor Unit (Siemens)/(ABB), Non-AC immune, plug in type working on 24 VDC capable of controlling electric point machine working on 110V DC and shall consist of :- i) 'N/R' Relay (24V DC Neutral Line Relay with two coils), ii) 'XR' Relay (24 Volt DC Neutral Line Relay), W(N)R/W(R)R Relay (Mechanically Interlocked Relays) and 'WCR' (Heavy Duty Contactor Relay with breaking capacity 16 Amps.). Inspection by RDSO. Note:All the above relays shall be mounted on Prewired base plate as per Drg. no. IN1D0017 and IRS Specification no. IRS:S-46, IRS:S-34 and IRS:S-23 as applicable.

NOS.

45

4188

188460

NOS.

2426

NOS.

2426

NOS.

2426

NOS.

15

2079

31185

NOS.

84240

84240

NOS.

10556

35 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

as applicable.

31 Universal electric point machine high thrust non trailable rotary locking type as per Spec. no. IRS:S37/82 (Amd. up to date) with RDSO Drg. No S/10910 (for motor) and IRS:S-24/2002 )for point machine) with junction box with PBT terminal for cable termination. Inspection by RDSO. 32 Control Panel (Operation cum indication console) Domino type as per approved Front Plate Diagram supplied by Railway (make: SEW/Siemens/Deltron) including SM console consisting of Godrej make front table ( model no. T-101 or similar - one no. ) and Godrej make side cupboards (filing cabinet 2D lateral 702 X 914 X 460 CuM wood & steel model with rolling shutters - two nos.) complete with termination of cable, as required. Size of the panel shall be decided by the number of dominos for the front panel. This includes 30% spare parts (minimum two nos.) like different buttons (complete assembly), counter, SM locks with keys, buzzers, domino assembly (different types) tag blocks etc. This also includes supply of magnetic reminder collar 25 no., LEDs Red-350 Nos, Yellow-350 Nos and Green-250 Nos as spares. Inspection by rep of CSTE/CON/BBS 33 Single section Digital Axle Counter as per RDSO Specn. no. RDSO/SPN/177/2005 Ver.2 with Amendment-2 or latest for last vehicle check block proving along with all accessories as per Technical specification enclosed in Annexure 'E'. Inspection by RDSO. 34 Spare cards for Single section Digital Axle Counter as per RDSO Specn. no. RDSO/SPN/177/2005 Ver.2 with Amendment-2 as per Annexure 'F'. Inspection by RDSO. 35 Tool Kit for Single section Digital Axle Counter as per Annexure 'G'. Inspection by Rep of CSTE/C/BBS. 36 Electronic universal Axle counter system for monitoring track section having four detection points as per Specn. No. IRS:S-42/85 and Drg. No. RDSO/S-15602-04 and as per details enclosed in Annexure 'H'. Inspection by RDSO. 37 Electric Key Transmitter with ward No. 7 or 8 or 9 -2 nos. Ward No.-11 or 12 or 13 -2nos. Ward No.16 or 17 or 18 -1nos. as per requirement. RDSO's Drg. No: SA-22601(Adv.) for rotary key transmitter SA3577(M) for key and IRS:S-21/64. Inspection by RDSO. 38 Electrical detector ( for facing point & lock combined for single pair of points) with in and out movement ( 3 slides) Drg. No:SA-23331 (Adv.) Alt.3 ans IRS:S49/74. Inspection by RDSO.

NOS

10

57114

571140

NOS.

173440

173440

SET

476868

SET

162800

SET

139128

NOS.

165079

NOS.

3744

14976

NOS.

7470

7470

36 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

39 Magneto telephone (Desk type) spec.No:IRS:TC-3697. Inspection by RDSO. 40 Interlocking frame ground type complete 2 lever as per Drg. No: SA-923/M (IRS) Alt-1 and IRS-10/78 and IRS:S-28. Inspection by rep. of CSTE/CON. 41 Foundation `A' type as per Drg. No: IRS:S-3529M, Alt-1 and IRS:S-10/78. Inspection by representative of RITES.. 42 Ground connection set complete suitable for High thrust rotary locking type IRS Electric Point Machine as per RDSO Drg. complete with insulating materials. Inspection by RITES. 43 Key lock `E' type Ward No.--7 or 8 or 9 -2nos. Ward No.-13 or14 or15 -2nos. Ward No.- 17 or 18 or 19 1 No.with key as per Drg. No: SA-3376/M (IRS) Alt-I for lock and for key Drg. No: S-3377/M (amended upto date) wards as per requirement and IRS:S10/78. Inspection by rep of CSTE/CON/BBS 44 Junction box with cover and terminal plate -30 way to Drg. No. 23967/1/SE(as amended up-to-date) & IRS S-10/78.Provision should be made for fixing of PBT terminal, Inspection by representative of RITES.. 45 Tool kit for ESM as per details enclosed Annexure 'A'. Inspection by representative of CSTE/C/BBS. 46 Tool kit for MSM as per details enclosed Annexure 'B'. Inspection by representative of CSTE/C/BBS. 47 Insulation resistance tester 500V DC 100 Mega Ohms hand generator type metal body to Spec. no. IS:2992 make WACO. Inspection by consignee. 48 Insulation resistance tester 100V DC 100 Mega Ohms hand generator type metal body to Spec. no. IS:2992 make WACO. Inspection by representative of CSTE/CON/BBS.. 49 Digital Earth tester 0.01 to 9990 ohms. In 5 ranges, 4 terminal type with the facilities as per Annexure 'D'. Inspection by representative of CSTE/CON/BBS. 50 Distilled water plant 20 litre capacity. Inspection by the representative of CSTE/C/BBS. 51 Double Walled corrugated pipe (ISI marked) conforming to Spec no. IS-14930, Part-II of length 6 meter 120 mm outer dia. 103.5 mm inner dia with one snap fit coupler, one Vend and one 'T' coupler for under ground power/communication/signal cable protection. One Six meter pipe with collars shall be counted a unit for the purpose of payment. Inspection by representative of RITES. 52 Digital multimeter Fluke-87 IV or latest higher version with testing lead complete with case and spare set of batteries.Inspection by representative of CSTE/P/BBS.

NOS. NOS.

0 0

2521 6132

0 0

NOS.

10

2444

24440

SET

4950

9900

NOS.

621

3105

NOS.

12

2372

28464

NOS. NOS. NOS.

1 1 1

21083 25695 6393

21083 25695 6393

NOS.

6393

6393

NOS.

8460

NOS.

12290

NOS.

50

1294

64700

Nos.

38010

38010

37 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

53

54

55

56

57

58 59

60

61

62

63

64

Steel Rack of size 6'X 3' X18' with six panel 6 Shelves]. Make: GODREJ. Inspection by representative of CSTE/C/BBS. Office Chairs as per Model No: PCH 7003. Make: GODREJ. Inspection by representative of CSTE/C/BBS. Executive chair revolving type, wheels for movement & lock facility, colour blue as per model No: PCH-7002. Make-GODREJ. Inspection by representative of CSTE/C/BBS. Steel almirah Storewell plain size 1980mm X 915mm X 485mm with adjustable shelves 4 no. Make-GODREJ. Inspection by representative of CSTE/C/BBS. Office desk of table top size 1680mm X 870mm X 735mm. Model No: T-104. Make: GODREJ. Inspection by representative of CSTE/C/BBS. Steel Table as per Godrej make model no. T-101. Inspection by representative of CSTE/C/BBS. TOR Steel of different sizes of ISI mark as per ISInspection 1786. by representative of CSTE/C/BBS. 53 Grade port land cement of ISI mark as per spec. No.:8112. Delivery to be regulated to match the progress of works at site along with the test report from approved source. Inspection by representative of CSTE/C/BBS. Steel Apparatus case Half as per Drg. No. SL/DRG/OL/SER/198 thick hylum board shelf two no.s for each apparatus case (size of the shelf shall be as per standard drawing of Railway) with 'E' type lock, key & handle for each apparatus case. Inspection of Apparatus case by Rep. of CSTE/CON/BBS. Apparatus case large as per Drg. No. CON/SK/1/1/86 and SA-20325 (Adv), Specn. IRS:S10/78 with 22 mm (minimum) thick hylum board shelf two no.s for each apparatus case (size of the shelf shall be as per standard drawing of Railway) with 'E' type lock, key & handle for each apparatus case. Inspection of Apparatus case by Rep. of CSTE/CON/BBS. Cup board for Block Instrument-Godrej Make as per drawing supplied by the Railway. Inspection by Rep. Of CSTE/CON/BBS. Reminder Board with legends "BLOCK INSTRUMENT SUSPENDED" , "MOTOR TROLLEY ON LINE" or any such other boards as required made of MS Sheet of size 200mm X 100mm X 2.5mm with hanger as per Railway guide line. Inspection by Rep. Of CSTE/CON/BBS.

NOS.

2974

NOS.

5567

NOS.

9629

NOS.

12167

NOS. NOS. MT

0 0 0

13832 6708 30000

0 0 0

50 KG BAG

190

NOS.

4554

NOS.

10653

EACH

6435

NOS

10

39

390

38 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

65 Supply of universal AC/DC fed LED based signal aspect including Current regulator, Health Monitoring Alarm Unit with selection for use with conventional/LED ECR unit as per RDSO Specn. No. RDSO/153/2002 (Ammendment up to date) as per the following description. Inspection by RDSO. i) Main signal 'RED' aspect ii) iii) iv) v) vi) Main signal 'YELLOW' aspect Main signal 'GREEN' aspect 'ROUTE' aspect 'CALLING ON' aspect 'SHUNT' aspect

NOS NOS NOS NOS NOS NOS SET

0 0 0 0 0 0 0

8822 8822 10363 5509 6509 5509 2000000

0 0 0 0 0 0 0

66 Supply of solar Photo Voltaic System for charging 110 Volt/400 Ah battery bank as per the enclosed Annexure-J. Inspection by RDSO. 67 Relay AC Immune, plug-in type, style 'QNNA1', Twin Neutral line, 24V DC, 6F.2B contacts each for LH and RH. Front and back contacts metal to carbon, complete with plug board, retaining clip and connectors conforming to BRS:960A, IRS: S-60, IRS: S-34, IRS: S-23. Inspection by RDSO. 68 Relay AC Immune, plug-in type, style 'QNNA1', Twin Neutral line, 24V DC, 4F.4B contacts each for LH and RH. Front and back contacts metal to carbon, complete with plug board, retaining clip and connectors conforming to BRS:960A, IRS: S-60, IRS: S-34, IRS: S-23. Inspection by RDSO. 69 Relay AC Immune, plug-in type, style 'QNA1', Neutral line, 24V DC 12F.4B contacts, Front and back contacts metal to carbon, complete with plug board, retaining clip and connectors conforming to BRS:931A, IRS: S-34, IRS: S-23. Inspection by RDSO. 70 Relay AC Immune, plug-in type, style 'QNA1', Neutral line, 24V DC 8F.8B contacts, Front and back contacts metal to carbon, complete with plug board, retaining clip and connectors conforming to BRS:931A, IRS: S-34, IRS: S-23. Inspection by RDSO. 71 Block bell equipment Specification No. IRSTC/44/88 or latest. Inspection by RDSO. 72 Block Filter Unit as per RDSO Spec. No.IRS-S68/89 or latest. Inspection by RDSO.

NOS

2654

NOS

2654

NOS.

75

1953

146475

Nos..

75

1953

146475

NO No

0 0

2052 14000

0 0

39 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

73

Supply of Digital Scanner cards for upgradation of Datalogger for 256 to 512 digital inputs as per spec.No.90/88 or latest. Inspection by representative of CSTE/C/BBS.

No

22500

90000

74

Supply of software for upgradation of Datalogger as Per Stn per Spec.No.90/88


75

28125

28125

Supply of AC/DC Digital Clamp Meter Fluke-337 or latest. Inspection by Representative of CSTE/C/BBS. 76 Supply of choke coil 'B' Type, Impedance 120 ohms and resistance 3 ohms DC (for feed end and relay end) as per spec.No.IRS:S-65/83 or latest. Inspection by RDSO. 77

No

28950

28950

Nos

50

1300

65000

Monitoring console with color monitor, latest software with user liscence, antivirus software , internal modem and other H.W and S/W features, UPS and color printer as per Annexure 'I', make HP/IBM/COMPAQ/DELL . Inspection by representative of CSTE/C/BBS.

Nos

40000

78 Supply of ND type Fuses as per Spec. No.IRS:S78/92 or latest from RDSO Approved Sources like M/S RBC Corp.Inspection by Representative of CSTE/C/BBS. (a) N D Type Fuse 2Amps (b) (c) N D Type Fuse 4Amps N D Type Fuse 6Amps

Nos Nos Nos Nos

120 120 120 120

20 20 20 20

2400 2400 2400 2400

(d) N D Type Fuse 8Amps

79 Transportation, installation, termination of cables, complete wiring, testing and commissioning of Double Line/Single line (ball token, token less or axle counter block) Block Instrument including relevant accessories and telephones as per approved diagram and Railway directives. This also includes dismantling of existing block instrument and alterations of wiring of existing block circuit as may be required including at adjacent stations. Only Block Instruments and standard accessories shall be supplied by the Railways. All other materials including lightning arrestor of approved quality required for the work shall be supplied by the contractor.

PAIR

4212

40 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

Note : 1) Each block shall be provided with separate earth. Value of each block earth resistance shall be measured separately and to be written on the earth pit before commissioning. 2) Lightning arrestor shall be provided with 100% stand by for each block instrument. Supply of Lead acid cell capacity 2V - 300 AH as per Specn. No. IRS:S-88/93 with Lead coated copper nuts & bolts, inter cell connectors, ceramic 80 vent plug, battery float, stand for battery, Thermometer, Hydrometer, gloves, apron, gum boots of Duck-back Make etc. Inspection by RDSO.
Supply of In-door Cables as per IRS: S-76-89

Nos

60

5122

307320

81
[a] 60 X 1 X 0.6 mm Dia. Inspection by RDSO.
KM

0.5

86743

43371.5

Supply of PVC Insulated Rly. Signalling Indoor Single Core Plain Annealed Coppper Conductor 82 Wire Coils of Size 16/0.2MM as per Spec. IRS:S76/89 with Amendment-2 or latest. Colour is as per Rly. directive. Inspection by RDSO. Supply of PVC Insulated Indoor Single Core Plain Annealed Coper Conductor Wire Coils of Size 83 3/0.75MM as per Spec. IRS:S-76/89 with Amendment-2 or latest. Colour is as per Rly.directive.Inspection by RDSO.
Point Contactor Relay, AC immune, Plug-in Type working on 24 VDC rated current 30A with contact arrangement 2F(HD), 4B contacts Fromt contacts 84 (heavy duty) and back contacts metal to carbon, complete with plug board, retaining clip and connectors. Confirming to BRS 943, IRS:S-23 and IRS:S34.Inspection by RDSO.

KM

10

10009

100090

KM

3150

6300

NOS

5838

35028

SUB TOTAL (IN Rs.) SCHEDULE-'B' : SCHEDULE-'C' SUPPLY OF DRAWINGS


RATES ARE INCLUSIVE OF :

2978787

1) All taxes, State entry taxes and ED. 2) Supply of all stationary materials as per Railway guidelines. 3) Transporation of all drawings, documents or other stationary materials to the stores of SSE/SIG/CON at Sambalpur or at Titilagarh or at the site of works , if necessary, except where otherwise indicated. 4) Subsequent modifications/alterations as and when required.

41 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

5) Carrying out Survey at sites wherever required.

SL. NO. 1

DESCRIPTION OF WORK

UNIT

QUANTITY

RATE

AMOUNT

Design preparation and supply of AS PLANNED and AS LAID drawings and documents, for Panel Interlocking works using Q-series relays, prepared in Auto CAD conforming to GR & SR, Signal Engineering Manual, Block Working Manual, Schedule of Dimensions and other relevant rule books and as per extant practices and guide lines of the Railway and as per requirements and technical details in Annexure - 'A' and 'B' for Sc.'C' for stations/Mid section L.C gates as per following descriptions:Note:1) The terms and conditions for carrying out the above works shall be as per Annexure - 'C' for Sc.'C'. 2) The following basic documents shall be supplied by the Railway:a) Approved P-Way Engineering Yard Plan. b) One set of drawing for similar works as guideline (on request). c) Layout plan of S&T service building and DG room. d) Standard Guide lines issued by the Railway time to time. 3)Contractor shall be responsible for collection of any other drawings/documents for guidance as deemed necessary to carry out the work. 4) Contractor shall prepare drawings and documents for stations considering Running lines as well as Sidings, L.C gates etc.and other features within the station yeard as per approved Yard Plan.

(a) 2-Running Line Station (b) 3-Running Line station

LS/STN LS/STN

0 0 0 0 0 0

95000 107550 174000 267000 297000 15000

0 0 0 0 0 0

4- Running Line Station LS/STN

(d) 5- Running Line Station (e) 6- Running Line Station

LS/STN LS/STN

(f) 2

Mid section L.C gates. LS/GATE Design, preparation and supply of AS PLANNED and AS LAID field drawings and documents including originals prepared in Auto CAD as per Annexure-D for Sc.'C' and as advised by Railway for signalling works of Panel Interlocking at Charmal Station as per the approved Interlocking Plan. Approved Interlocking Plan will be supplied by the Railway.

NOTE: Other terms and conditions for the work shall be as per item no.(B) to (H) of Annexure-A, Annexure-B & C of the Tender Schedule 'C'.

FULL SHEET

80

300 Total:

24000 24000

42 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

ABSTRACT (IN RS.) TOTAL OF SCHEDULE-'A' TOTAL OF SCHEDULE-'B' TOTAL OF SCHEDULE-'C'


TOTAL OF SCHEDULE - 'A' + 'B' + 'C'

2254403 2978787 24000 5257190

ANNEXURE - 'A' for Sch - C The Drawings shall be prepared as per the following requirements : A) The following as planned drawings shall be designed and supplied : 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Signal Interlocking Plan Selection Table/ Route Control Chart. Circuit Diagram including condensed yard diagram. Panel Front Plate Diagram. Panel Illumunation Diagram. Layout Diagram of Relay room, Panel Room, Equipment Room, Battery Room, Power Supply Room, DG Room, Axle Counter Room Goomties and all other S&T rooms. Power Supply Diagram Track Circuit Bonding Plan. Cable Core Plan Cable Route Plan

11) Relay Contact Analysis Chart and circuit diagram numbering including field cables, panel cable terminal numbers, fuse and negetive link terminal no. etc. complete. 12) Relay Disposition Chart. 13) Cable Termination rack Particulars ( Field Cables and panel cables). 14) Fuse Particulars. 15) Control Panel Cable termination Chart in control panel. 16) Location Particulars and location arrangement details. 17) Working Rule Diagram for Preparation of SWR. 18) Condensers and Resistance Particulars. 19) Block Wiring Diagram. 20) Wiring Diagram for Axle Counter including Block Proving Axle Counter with Co-operative Resetting arrangements or Axle Counter Block system with Digital Axle Counter. B) The design of Plans and Documents shall be in conformity with and complient of statutory and regulatory requirements as per the relevant clauses of : 1) 2) 3) 4) 5) Railway General and Subsediary Rules Ammended up to date. Signal Engineering Manual. Schedule of Dimensions Block working Manual and other relevant Rule Books of the Railway. Standard Guidelines issued by the Railway from time to time.

C) Drawings submitted shall be of size as per extant practice of the Railway.

43 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

D) Drawings shall be made in liscenced Auto CAD - 2005 or higher version. E) Three copies of check prints are to be supplied initially for checking, corrections and/or recommendations to be incorporated. One checked copy shall be returned to the tenderer for carrying out corrections and submission of original tracing/photo paper as per technical specification vide item no. 15 of Annexure-'B' for signature. Minimum Six sets of as planned drawings are to be submitted for execution of works at site. F) As laid Drawings (minimum 10 sets) are to be submitted after completion of works based on the corrections done by Railway at site with the original Negetives, Reproduction films and soft copy of all documents in the form of write protected CDs(in duplicate) and rewritable CDs(in duplicate).

G) Additional 35 Prints of Working Rule Diagrams shall be supplied for preparation of SWRs. H) All As Planned and As Laid drawings are to be supplied in good quality transparent plastic folder of appropriate size accomodating maximun two sheets in each folder. Each set drawings shall be supplied in spiral binding with top and bottom cover of approved quality.

ANNEXURE - 'B' for Sch - C TECHNICAL SPECIFICATION FOR DESIGN OF RAILWAY SIGNALLING DRAWINGS POINTS INCLUDING CIRCUITS/WIRING DRAGRMS ETC. 1 The contractor shall prepare the signalling plan to the scale from distant signal of one end to distant signal of other end I.e. complete station sectiom as well as the Block working and Axle Counter working between adjacent block sections. 2 3 4 5 6 7 8 9 The manned and unmanned level crossing gates between UP Distant and DN Distant signals are to be included in signalling plan. Scale for horizontal and vertical display shall be as per Standard approved practice of E.Co.Rly I.e. Horiziongal distance 1.10 and vertical distance 1:5 Route buttons shall be provided on each routes to meet the requiremenmt of route setting system on signalling plan and panel face diagrams. Type of block working and magneto telephone connectivity to be indicated in signalling plan The inter signal distances shall be marked to meet the requirement of General and Subnsidiary Rules and SEM in signalling plan. The signal movement on Running lines and at Shunt signals movement shall be marked on signalling plan. Aspect sequence chart for Up and Down direction shall be provided on signalling plan. The Crank handle will be grouped indicating the point machine numbers on signalling plan.

10 The position of SM and panel/cabin will be indicated as per site conditions on signalling plan and panel face diagram. 11 Circuit diagram and selection table and other field drawings shall be A2 size and size of Signal Interlocking Plan, panel Front Plate Diagram, Cable Route & layout Plan and such other drawings shall be need based. 12 All the plans should be compliable with requirement of non RE/RE area and as per site requirement. 13 The designing of Circuit Diagrams shall be done as per extant Railway practice, SEM, General and Subsidiary rules, the guide line provided by RDSO and as per the latest rules prescribed by the Railway. Wiring diagram for provision of DATA LOGGER shall be prepared on seperate sheets. 14 Alteration column should be shown on every sheet and sufficient space should be left for further alteration on each sheet.

44 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

15 All drawings shall be prepared with suitable CAD system and after checking by the Railway authorities on the photo paper supplied by the contractor, shall be supplied on polyester sheets of single matte, 75 micron thick Graware brand of similar of size mentioned in para 4 1.7 specification no IRS S-36/87.

ANNEXURE - 'C' for Sch - C TERMS AND CONDITIONS OF THE CONTRACT 1) a) b) c) Terms of payments: 50% of the payments shall be made on submission of check prints of the drawings as detailed in Annexure-'A' for Sc.'C'. 30% of the payments shall be made on submission of as planned drawings (minimum six set). 20% of the payments shall be made on submission of As Laid drawings (minimum 10 sets), Originals films/tracings and CDs after works are completed at site. Terms of delivery: The tenderer shall supply all the As Planned drawings within Four months from the day the work is awarded. As laid drawings, Originals and CDs shall be submitted by the tenderer within 15(Fifteen) days from the date of completion field drawings are handed over to the tenderer after commissioning of each station. The GCC of Railway shall be applicable for dealing with the execution of works. Inspection: Approval by Design and Drawing office of CSTE/BBS ANNEXURE - D for Sch - C The Drawings shall be prepared as per the following requirements for Schedule item No.2:A) The following as planned drawings shall be designed and supplied:1) 2) Out Door Circuit Diagram including condensed yard diagram. Layout Diagram of Relay room, Panel Room, Equipment Room, Battery Room, Power Supply Room, DG Room, Axle Counter Room, Goomties and all other S&T rooms. Power Supply Diagram. Track Circuit Bonding Plan. Cable Core Plan. Cable Route Plan. Relay Contact Analysis Chart and circuit diagram numbering including field cables, panel cable terminal numbers, fuse and negetive link terminal no. etc. complete. Relay Disposition Chart. Cable Termination rack Particulars (Field Cables and panel cables.)

2) a) b) 3) 4)

3) 4) 5) 6) 7)

8) 9)

10) Fuse Particulars. 11) Control Panel Cable termincation Chart in control panel. 12) Location Particulars and location arrangement details. 13) Working Rule Diagram for Preparation of SWR. 14) Condensers Particulars. and Resistance

45 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

15) Block Wiring Diagram. 16) Wiring Diagram for Axle Counter including Block Proving Axle Counter with Co-operative Resetting arrangements or Axle Counter Block system with Digital Axle Counter.

B) For Schedule Item No.2:(i) One Original drawing sheet alongwith all check prints of the same. Or (ii) One Original AS PLANNED drawing sheet alongwith all AS PLANNED prints of the same . OR (iii) One Original AS LAID drawing sheet alongwith all AS LAID prints of the same. Shall be counted as one FULL SHEET. ANNEXURE - 'A' ESM TOOL KIT SL. NO. DESCRIPTION 1 Track Drilling Machine - hand operated 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 Electrically operated drilling machine (metal body), upto 12 mm with stand, make WOLF Asdjustable spanner-(6",12",18"). Make Taparia. Cutting plier insulated - 6", 8". Make Taparia. Allen key set 3mm to 20mm of 8 pieces. Screwdriver set with neon tester. Make Taparia. Long nose plier insulated - 6". Make Taparia. Wire stripper insulated Crimping tool (upto 10 Sq.mm and upto 15 Sq. mm B.P. hammer with handle 1.5 lb. Make Taparia. Hacksaw frame fixed 12" Hacksaw blade 12" X 1/2" high speed Box spanner set 10 mm to 16 mm - set of 7 pieces. Make Taparia. File flat smooth 12". Make Hindustan. File square smooth 4". Make Hindustan. Crocodile clips HSS drill bit 9/32". Make Addison. HSS drill bit 6mm, 10mm, 12mm. Make Addison. QUANTITY 1 no. 1 no. 1 no. each. 1 no. each. 1 set. 1 set. 1 no. 1 no. 1 no. each. 1 no. 1 no. 6 no. 1 set. 2 no. 2 no. 10 no. 6 no. 7 no.each

46 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

19 20 21 22 23

Soldering Iron 25 watt and 65 watt. Measuring tape steel 3 mtr. Make Freeman. Test piece ( 1.75mm, 3.25mm, 5mm) Digital multimeter model Philips type DM 311 or similar Analogue multimeter Sanwa latest model

1 no. each. 1 no. 1 set. 1 no. 1 no.

24

Tool box G.I sheet having 5 compartments suitable size in such a ways as to store and carry all the above tools conveniently except item no. 1. This should be provided with a Godrej lock seven lever with provision of locking.

1 no.

ANNEXURE - 'B' MSM TOOL KIT SL. NO. DESCRIPTION 1 Adjustable spanner (12", 15" & 18"). Make GEDORE. 2 3 4 5 6 Double end spanner 10mm to 25mm 9 pieces. Make GEDORE. Ring spanner 10mm to 25mm 9 pieces. Make GEDORE. Box spanner 10mm to 24mm 15 pieces. Make GEDORE. Ratchet with stand QUANTITY 1 no. 1 set. 1 set. 1 set. 1 no.

7 8 9 10 a) b) c) d) e) f) 11 12 13 14 15

Set Double end open jaw spanner size 1W X 1 1/8W chrome vanadium steel model 895. Make Jhalani. containing 5 spanners. Bearing Pulley 6". Make Tiger. 1 no. B.P. hammer with handle 2.5 lb. Make Taparia. Vice bench (4 inches) File 12" & 18" as per following description. Make Hindustan. Flat rough square rough half round rough flat smooth square smooth half round smooth Hacksaw frame fixed 12" Hacksaw blade 12" X 1/2" high speed HSS drill bit 10mm, 12mm, 14 mm, 18mm, 20mm, 22mm. HSS drill bit 10mm, 12mm, 18mm, 20mm, 22mm. (square shank) Socket for drill bit (drill sleeves) 0-1, 1-2, 2-3 set of three pieces. 1 no. 1 no. 1 no. 1 no. 1 no. 1 no. 1 no. 12 no. 3 no.each 3 no.each 1 set. 1 no. 1 no.

47 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

16 17 18 19

Measuring tape steel 3 mtr. Make Freeman. Test piece ( 1.75mm, 3.25mm, 5mm) Try square Tool box G.I sheet having 5 compartments suitable size in such a ways as to store and carry all the above tools conveniently except item no. 1. This should be provided with a Godrej lock seven lever with provision of locking. Measuring Tape 30 Mtrs. Make Free Man Hand ratchet with stand HSS Drill Bit 14mm.22mm (Taper shank) Addison Make. Heavy Machine Drill Machine with Stand make Wolf. ANNEXURE - 'C' BLACK SMITH TOOL KIT

1 no. 1 set. 1 no. 1 no.

20 21 22 23

01 no. 01 no. 02 nos. 01 no.

SL. NO. 1 Hand blower 12" 2 3 4 5 6 7 8 9 10 11 12 13 Hammer 7.5 lb G.I bucket 12" Hacksaw frame fixed 12"

DESCRIPTION

QUANTITY 1 no. 1 no. 1 no. 1 no. 12 no. 3 no. each. 1 no. 1 no. 1 no. 1 no. 1 no. 1 no.

Hacksaw blade 12" X 1/2" high speed Auger (12mm, 22mm) Hand saw 24" Batali 1 1/2" Bhara (Basula) Iron Jaw plane ( randa) BP hammer with handle 1.5lb (Tiger make) Spirit level 12" iron body Tool box G.I sheet having 5 compartments suitable size in such a ways as to store and carry all the above tools conveniently except item no. 1. This should be provided with a Godrej lock seven lever with provision of locking. ANNEXURE - 'D' EARTH TESTER

A) 1 2

EARTH TESTER SHOULD FACILITATE THE FOLLOWING: EARTH ELECTRODE FOR RESISTANCE MEASUREMENT FACILITY FOR SOIL RESISTIVITY MEASUREMENT

48 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

3 4 B)

FACILITY FOR EARTH CONTINUTY TESTING FACILITY FOR DIRECT RESISTANCE MEASUREMENT THE EARTH TESTER SHALL BE OPERATED BY MAGNETIC GENERATOR OF APPROXIMATE 300V ERROR IN DETECTION SHALL BE +/- 3% MAXIMUM THE EARTH TESTER SHALL CONTAIN ACCESSORIES LIKE SPIKES, WIRES, TEST CLIPS, HAMMER, SPANNERS. THE EARTH TESTER SHALL BE CONTAINED IN A METAL CASE OF APPROPRIATE DESIGN. ANNEXURE - 'E'

C) D)

E)

SL NO.

DESCRIPTION

QTY

Single Section Digital Axle Counter as per RDSO Specn. No. RDSO/SPN/177/2005 or latest consisting of the following:2 sets ( each set consisting of 2 no. of TX coil and 2 no. of RX coil) 2 no. 2 no.along with pre wired relay box. 4 sets

a)

High frequency TX coil and RX coil (21 KHz and 23 KHz coils)

b)

Track Side Digital Axle Counter Unit

c)

24 Volts / 1000 Ohms "Q" type relay

d)

Clamp with Deflector Plates & Hardware etc.

e)

Reset Box

2 no.

f)

Surge voltage protection device box ANNEXURE - 'F'

2 nos.

LIST OF SPARES FOR SINGLE SECTION DIGITAL AXLE COUNTER SYSTEM AS PER RDSO SPECN. NO. RDSO/SPN/177/2005 or LATEST

SL NO. 1

DESCRIPTION SIGNAL AND CONDITIONER CARD

QTY 1 NO.

49 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

2 3 4 5 6 7 8 9 10

MICRO CONTROLLER LOGIC CARD MODEM CARD RELAY DRIVER CARD DC-DC CONVERTER CARD WEB DETECTORS (EACH SET CONSISTS OF 2 NO. TX COILS AND 2 NO. RX COILS) RESET BOX (RB-259) FOR SINGLE SECTION DIGITAL AXLE COUNTER SYSTEM. EVENT LOGGER CARD SURGE PROTECTION DEVICE VITAL RELAY BOX WITH Q TYPE RELAY 1000 OHMS FOR SINGLE SECTION DIGITAL AXLE COUNTER SYSTEM.

1 NO. 1 NO. 1 NO. 1 NO. 1 SET 1 no. 1 no. 1 no.

1 no.

ANNEXURE - 'G' LIST OF TOOLS IN TOOL KIT FOR DIGITAL AXLE COUNTER SYSTEM AS PER RDSO SPECN. NO. RDSO/SPN/177/2005

SL NO.

DESCRIPTION Portable Data analyzer for downloading event logger date for analysis and report generation. Processor:- Intel Core TM 2 Duo Processor T5850 or latest.

QTY

1 NO.

(a)

1 no.

(b)

Operating System:- Genuine Windows Vista Home Premium or latest.

1 no.

Chipset :- Intel 965GM Chipset.

1 no.

(d)

Memory :- 3GB 667MHz DDR2 SDRAM or latest.

1 no.

(e)

Hard Drive :- 250GB2 5400RPM SATA Hard Drive. Display / Monitor :- 15.4 Widescreen WXGA CCFL (1280 X 800) TFT Display with True Like TM. Network Card:- Internal 10/100/1000 Digabit Ethernet.

1 no.

(f)

1 no.

(g)

1 no.

(h)

Graphic Card :- Intel Integrated Graphics Media Accelerator X 3100 or latest.

1 no.

(i)

Sound Card:- Intel High Definition Audio 2.0

1 no.

50 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(j)

CD-ROM/DVD-ROM/Disk Drive:- Slot Load 8X max DVD+/-RW Drive 6 with DVD+R double layer write capability. I/O Ports:- VGA, RJ11 (via optional USB dongle), RJ45, 3 Audio jacks (1 line-in, 1line out, 1 Mic-in), 1 Express Card 54mm slot, 3 mini-card slots, 139 consumer IR, 4 USB 2.0 ports (SR), 1 HDMI, Sim socket. Battery:- 56 WHr 6-cell Lithium Ion Primary Battery.

1 no.

(k)

1 no.

(l)

1 no.

(m)

Carrying Case:- Leather Carrying case.

1 no.

(n)

Service / Warranty:- 1 year Limited Warranty.

1 no.

(o)

Software:- Microsoft Office Home & Student 2007 OEM Version

1 no.

(p)

Speakers :- Integrated speakers.

1 no.

(q)

Keyboard::- Keyboard with Touchpad. Anti Virus :- McAfee Security Center TM 30 days Introductory Offer McAfee Security Center TM 15-months OEM Bluetooth :- Wireless 370 Bluetooth Module.

1 no.

1 no.

(s)

1 no.

(t)

Controller Card:- Wireless 1397 802.11 b/g Half Mini Card.

1 no.

(u)

Media Direct :- Media Direct TM featuring Instant Office.

1 no.

(v)

Webcam:- Integrated 2.0 mega pixel web cam

1 no.

(w)

Card reader :- 8-in-1 Memory card reader.

1 no.

(x)

Remote & Ear Buds:- Travel Remote Control & Noise Isolation Ear Buds..

1 no.

(y)

Strike Zone :- StrikeZone TM Shock Absorber.

1 no.

Pure sine wave Digital Multimeter. Fluke-187 or latest make

1 No.

Train Simulator CEL Make

1 No.

Extender Card No.557.

1 No.

51 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

Dummy Wheel CEL Make

1 NO.

6(i)

Ring Spanner 17-19, 24-26

1 Each

6(ii) 7(i) 7(ii) 7(iii) 8 9 10 9

Open and Spanner 17-19, 24-26 Socket Spanner with handle Screw Driver No.902 Screw Driver No.935 Torque wrench Marking jig for drilling Canvass Bag SCREW DRIVER NO. 935 MAKE TAPARIA

1 Each 1 no. 1 no. 1 no. 1 no. 1 no. 1 no. 1 SET

ANNEXURE - 'H' ELECTRONIC UNIVERSAL AXLE COUNTER SYSTEM FOR MONITORING TRACK SECTION HAVING FOUR DETECTION POINTS AS PER SPEC NO. IRS:S-42/85 & RDSO DRG. NO. RDSO/S15604 1 2 EVALUATOR SYSTEM IN 30U RACK. Make : CEL DC - DC CONVERTER HOUSED IN EVALUATOR WORKING ON 24 VOLT BATTERIES. Make : CEL ELECTRONIC JUNCTION BOXES. Make : CEL TRACK DEVICES IN SETS (EACH SET CONSISTING OF 2 TRANSMITTER COIL, 2 RECEIVER COIL WITH HARDWARE AND BASE CLAMP WITH 15 MTR. LENGTH OF CABLE FOR TRANSMITTER AND RECEIVER ASSEMBLY). Make : CEL SM RESET BOX . Make : CEL LV BOX. Make : CEL RAIL DEFLECTORS (4 NO FOR EACH DETECTION POINT) ANNEXURE - 'J' DETAILS OF SOLAR PHOTOVOLTAIC SYSTEM AS PER RDSO SPEC NO. IRS:S-84/92 SL NO. 1 DESCRIPTION Solar Photovoltaic modules each having capacity 12V/75 Watt (+ 5%) Peak QTY 140 no. 1 NO. 4 NO.

3 4

5 6 7

4 SETS 1 NO. 1 NO. 16 NO.

52 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

2 3 4 5 6 7 8

MS mounting structure with complete hardware suitable for mounting the above in array. Inter connecting cables from SPV modules and Charge controller complete. Solar Charge Controller capacity 110Volt/40 Amps.(make CEL ) PVC pipes, Glands, Cable tie, Clamps etc. Diodes (as advised by the manufacturer's instructions) Earthing Kit Fire proof, Weather Proof Field Junction Box

1 Set 1 Set 6 Set LS Complete set 1 Set 4 no.

ANNEXURE - 'K' DETAILS OF AXLE COUNTER BLOCK EQUIPMENT SYSTEM AS PER RDSO SPEC NO. RDSO/S-32012 OR LATEST

SL NO. 1

DESCRIPTION AXLE COUNTER BLOCK EQUIPMENT FOR DOUBLE LINE OPERATION AS PER RDSO SPEC. NO. RDSO/S-32.12 OR LATEST

QTY ONE SYSTEM

SINGLE SECTION DIGITAL AXLE COUNTER SYSTEM AS PER RDSO SPEC. NO. TWO NO. RDSO/SPN/177/2003 OR LATEST TRANSMITTER MULTIPLEXER UNIT RECEIVER MULTIPLEXER UNIT COMBINER CONVERTER UNIT SM PANEL COMPLETE WITH CABLE AND COUPLER WITH 50 MTR. LENGTH CABLE PREWIRED RELAY RACK (WITHOUT RELAYS AND RELAY BASES) TWO NO. TWO NO. TWO NO. TWO NO.

3 4 5 6

TWO NO.

53 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

INSTRUCTIONS TO THE TENDERERS & CONDITIONS (PARTI) 1. 2. The Tenderer(s) are required to scrutinize carefully all clauses appearing in the tender documents and to sign in token thereof on every page of the tender documents. General Conditions, Instructions to tenderers, Standard Specifications for works and materials are laid down in General Conditions of Contract and Standard Specifications (Revised edition 1974) Volume-2 of Engineering Department. Conditions of Tender, General Conditions of contract and Instruction to Tenderers for S&T works of E.Co.Railway all corrected up to date which will be binding on the tenderers/contractors can be seen at the office of Dy. Chief Signal & Telecom. Engineer /Con/SBP E.Co.Railway, Sambalpur In case of any contradiction between Special Conditions and General conditions the provision of Special conditions will prevail upon General conditions to the extent of contradiction. This is a time bound project and shall be executed as per time schedule. The tenderers are advised to survey the site at their own cost before quoting the tender, if they so desire. The tenders should quote rate in figures and in words. Wherever there is difference between the rates quoted in figures and in words, the rates quoted in words will be taken as correct. The Tenderer should quote rates in percentage above or below the basic rates of the Tender Schedule. In case of any ambiguity the offered rates shall be taken as percentage above the basic rates of schedule. Neither any reference to previous deposit of Earnest Money nor any request for recovery from outstanding bills for adjustment against ED/SD for the present tender will be entertained. All expenses in drawing up to the agreement and the cost of the stamp duty, if any, shall be borne by the Railway Administration The cancellation of any documents such as power of attorney, partnership deeds etc., forthwith shall be communicated by the Contractor to the Railway in writing, failing which the Railway shall have no responsibility or liability for any action on the strength of said documents. The contractor will be permitted to make use of the service roads already existing Railway possession. If additional service roads are required within Railway premises the contactor may be allowed to make them at this own cost with the prior approval of the Railways Engineer. All service roads required outside Railway boundary should be constructed by the contractor at his own risk and cost. The contractor at this own cost shall maintain these roads. The Railway reserves the right to make use of the service roads as and when necessary without any payment to the contractor. The Tenderer / contractor may be required to engage surplus / retrenched casual labours of the erstwhile East Coast Railway (if the nature of work awarded to them demands the necessity of labour), if found suitable, up to the extent of 20 (twenty) persons for each lakh or part thereof of the value of the contract during the currency of the contract. The terms of the employment between such labour and the Tenderer / contractor may be on mutually agreed terms subject to the statutory provisions contained in the labour regulations and enactments. The contractor shall indemnify the Railway against any claim arising out of employment of such labour and Railway shall not be party to any dispute etc. arising out of the employment of such labour by

3.

4.

5.

6.

7.

8. 9.

10.

11.

54 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

the Tenderer / Contractor. No lead on Railways / Contractors materials shall be payable for the works executed under this tender. 12. When the tender is received by the Railway administration, it will be understood that the tenderer /s has/have gone through carefully in details all the instructions, conditions, general and special, of the contract and all general and special instructions for execution of the work and that the tenderer/s has/have got himself/themselves clarified on all points and doubts and interpretations by the proper authorities of the Railway administration. Should a tenderer find discrepancies in or omissions from the drawing or any of the tender forms or should he have any doubt as to their meanings, he should at once notify the authority inviting tender who may send written instructions to all tenderers. It should be understood that every endeavour has been made to avoid any error which may subsequently be discovered that he/shall make no subsequent claim on account thereof. The contractors who are working in the establishment through contract labour (Regulation and Abolition) Act 1970 and Central Rule 1971 obtain a license from the Assistant Labour Commissioner (Central) concerned and produce the same to the Railway either along with the tender or before signing the agreement failing which the contract awarded will be terminated on the ground that they have not complied with legal provisions of the said act and earnest money forfeited. Railway will not arrange to release foreign exchange for any contract work. The terms Correction slip as referred to in this tender documents includes the following terms also: Addendum slip. Corrigendum slip Addendum slip and corrigendum slips which are issued in consecutive serials. Dy.Chief Signal & Telecom Engineer/Con East Coast Railway, Sambalpur. For & On behalf of President of India.

13.

14.

15. 16. (i) (ii) (iii)

55 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

SIGNAL & TELECOMMUNICATION DEPARTMENT [CONSTRUCTION] General Conditions of Tender 1. TENDER DOCUMENT: Intending Tenderers are advised to study the General conditions of Tender, General conditions of contract, General Technical specifications, instruction to the tenderers and conditions, special condition of contract, drawings etc., [all of which shall be read as parts of the tender and are hereinafter collectively referred to as TENDER DOCUMENT]. The tenderers shall be deemed to have carefully examined the tender Document and understood the implications thereof. The tenderer may inspect the site of work and acquaint himself with all local conditions, nature of work and materials pertaining thereto, if he considers it necessary. 2. 2.1 OFFICIAL TENDER FORM AND SCHEDULES: The tenderer must submit his Tender in time within the last date of submission of the Tender to the Deputy Chief Signal & Telecom Engineer [Con], East Coast Railway, Visakhapatnam, or Deputy Chief Signal & Telecom Engineer [Con], East Coast Railway, Bhubaneswar or Deputy Chief Signal & Telecom Engineer [Con], East Coast Railway, Sambalpur filling the proforma given in Tender Bid documents duly signed stating therein percentage [both in figures and words] giving all information and particulars asked for. The tenderer shall submit in the same envelope of his tender a short and concise explanatory memorandum pertaining to his Tender, if required, but no special conditions should be quoted by the Tenderer. Conditional Tenders are liable to be rejected. 2.2 2.2.1 SCHEDULE/SCHEDULES: The Tenderer shall quote separately percentage for Schedule A and Schedule B above/below the rates incorporated in the Schedule/s for all works involved including cost of materials, supervision of erection and maintenance for specified period etc., in accordance with the Tender requirements. The Tenderer should note that TENDERS ARE LIABLE TO BE IGNORED IF NOT SUBMITTED AS PER DETAILS GIVEN IN SCHEDULE/SCHEDULES. The rates tendered for in the schedule/s attached to the Tender and accepted by the Railway shall form the basis for payment of works done/materials supplied by the Contractor. The rates quoted by the Contractor shall take into account the difficulties and delays encountered in course of work and nothing extra on this account shall be paid. The rates are inclusive of all Taxes and Duties, including Sales Tax, Octroi, Works contract etc., and Excise Duty for supply as well as Works Schedules. NOTE: [i] [ii] All personnel employed by the Contractor shall pay their own taxes like income tax Etc., and the Railway will not accept any liability for the same. The Contractor shall be liable to pay wharf age and demurrage Charges, as may be involved and the Railway will not accept any liability for the same.

2.2.2

2.2.3

2.2.4

2.3

If the tenderer wishes to make any alternative proposal deviating from the Tender specification, he should give full particulars separately. Against each alternative

56 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

proposal, the tenderer should quote the relevant clause number of the Tender specification and should state the amount by which the tender price will be increased or decreased. 2.4 SCHEDULE COVERING DELIVERY OF MATERIALS & EXECUTION OF THE WORK AT SITE: [a] [b] [c] The Tenderer shall attach to his offer a time schedule showing the guaranteed time for the supply of materials, the progress and completion of the work at site. The said time schedule shall be as referred to in Clause - 5.2 of conditions of Tender. The Tenderer should offer the time schedule for supply of materials, the duration of erection and completion period for the work and it should be kept down to the barest minimum. This aspect will be particularly taken into account while examining the offer. In any case this period shall not be more than the time specified in the Tender documents, reckoning from the date of issuing of Acceptance letter.

3.

NO ERASURE OR ALTERATION IN TENDER: No erasure or alteration in the text of the Tender to be submitted by the Tenderer, is permitted and any such erasure and /or alteration will either be disregarded or render the whole Tender void at the option of the Railway. Any correction by the Tenderer in his entries must be attested by him.

4. 4.1 4.2

GENERAL REQUIREMENT: All documents to be submitted in connection with this Tender will be written in English. Dimensions, weight etc., shall be quoted in Metric system, giving British Standard equivalents in brackets. The Technical terms and symbols to be used will be as per Standard practice adopted in S&T Department of Indian Railways. COMMENCEMENT AND COMPLETION DATES: The contract covered by this Tender shall commence from the date of issue of Acceptance letter. Time is the essence of contract. The Tenderer shall phase out his program of supply of materials and execution of work within the stipulated completion period [in months] to be specified by him, reckoning from the date of issue of Acceptance letter. Failure to complete the work within the stipulated period shall subject the Contractor to the penalty laid down under Clause No. 17-B of GCC. Within a period of two weeks from the date of Acceptance of the tender, the Contractor shall submit a detailed Time schedule for supply of materials and the various items of works. After the agreement is signed the Contractor shall furnish during the first week of every month, a progress report showing the materials and the equipment received at site and the progress of works carried out at site during the preceding month.

4.3 5. 5.1

5.2

5.3

5.4

5.5

6. EARNEST MONEY AND SECURITY DEPOSIT: EARNEST MONEY

57 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

6.1. The Tender must be accompanied by a sum equivalent to 2% of the estimated tender value as indicated in the Tender Notice which shall be rounded to the nearest Rs. 10/-. The Earnest Money should be in cash or in any of the following forms. (i) Deposit Receipts, Pay Orders, Demand Drafts. These forms of earnest money could be either of the State Bank Of India or of any of the Nationalised Banks to be endorsed in the name of FA & CAO(Con)/ E.Co.Railway/Bhubaneswar. No confirmatory advice of the Reserve Bank of India will be necessary. Earnest Money in shape of Bank Guarantee bond will not be accepted. (ii) Deposit Receipts executed by the Scheduled Banks (other than the State Bank of India and the Nationalised Banks) approved by the Reserve Bank of India for this purpose. However, acceptance of deposit receipt is subject to getting in writing the concurrence of Reserve Bank of India. 6.2. The sum mentioned as Earnest Money for each Tender, if desired by Tenderer(s) can be deposited in Cash with the FA & CAO(C), E.Co Railway, C.S.Pur, Bhubaneswar 23 and the receipt for the deposit should accompany the Tender. In making such deposit, the name of the work for which the money is deposited must be clearly stated in writing in the receipt 6.3. Earnest Money should be submitted in acceptable form. In case the Earnest Money is not deposited in the acceptable form as stated above along with Tender, the Tender will be rejected. 6.4. Tender without Earnest Money Deposit will not be considered and the tender will be rejected. 6.5. The Tenderer(s) shall hold the offer open for a period 90 days from the date of opening of Tender. It is understood that the Tender Documents have been sold/issued to the Tenderer(s) and the Tenderer(s) is/are being permitted to tender in consideration of stipulation on his/their part that after submitting his/their tender, he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to the Chief Administrative Officer(C)/Chief Signal & Telecom Engineer (Con)/Dy.Chief Signal & Telecom Engineer,(Con/SBP) of the E.Co. Railway. Should the Tenderer(s) fails to observe or comply with the foregoing stipulations, the amount deposited as Earnest Money for the due performance of the above stipulation shall be forfeited by the railway. If the Tender is accepted, the amount of Earnest Money will be retained towards part of Security Deposit for the due and faithful fulfilment of the contract.

6.6. The Earnest Money of the Unsuccessful Tenderer(s) as here in before provided will be returned to the Unsuccessful Tenderer(s) but the Railway shall not be responsible for any loss or depreciation that may happen to the Earnest Money for the due performance of the stipulation to keep the offer open for the period specified in the Tender documents or to the Earnest Money while in their possession, nor be liable to pay interest thereof. 6.7. The Earnest Money deposited by the successful Tenderer(s) will be retained towards the part of Security Deposit for the due and faithful fulfilment of the Contract but shall be forfeited if the Contractor(s) fails to execute the Agreement Bond within 15 (fifteen) days after issue of letter of acceptance to that effect or commence the work within 15 (fifteen) days from issue of letter of acceptance.

58 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

6.8. In case the Tenderer withdraws his offer within the validity date of his offer or fails to undertake the contract after acceptance of his Tender, the full Earnest Money shall be forfeited. 6.9. The Contractors tendering paper securities in the form mentioned in Para 6.1 above should advise the FA & CAO/CON, East Coast Railway, , Bhubaneswar. in good time regarding refund or renewal of the paper securities in question and the Railway will not be responsible for any loss on Interest, if timely information for refund or renewal of these paper securities is not given to the Railways 7. 7.1 SUBMISSION OF RECEIPT OF EARNEST MONEY/SECURITY DEPOSIT: The Tenderer shall attach official receipt for having deposited the Earnest Money/Security Deposit above, failing which the Tender will not be considered. In case of Permanent Earnest Money deposit, evidential documents should be submitted. In case the Earnest money is deposited in the form of Fixed/Term Deposit receipt, the validity of the Deposit receipt should at least cover a period of 2 months beyond the date up to which the Tender offer is valid. SIGNING OF TENDER AND TENDERERS ADDRESS: Any individual or individuals signing the Tender and the documents connected therewith should specify whether he/they is/are signing: [i] [ii] [iii] 8.2 As sole proprietor of the concern of constituted attorney or As a partner or partners of the firm or As a Director, Manager or Secretary, in the case of a Limited Company.

7.2

8. 8.1

In the case of a firm not being registered under the Indian Partnership Act, all the partners of the firm or the constituted Attorney duly authorized by all of them should sign the Tender and all other connected documents. A copy of the documents empowering the individuals to sign should also be sent with the Tender. In any case, the Tenderer should disclose his constitution fully and copies of all necessary legal documents in support thereof should be submitted with the Tender, and originals thereof should be produced as and when called for. Every Tenderer shall state in the Tender his postal address, telephone no/s, Fax no./s and e-mail fully and clearly. Any communication sent to Tenderer by post at his said address shall be deemed to have reached the Tenderer, duly and timely, notwithstanding the fact that the communication could not reach the Tenderer at all or in time because of any inaccuracy or defect in the said address or any postal delay. PREVIOUS EXPERIENCE & DECLARATION OF CREDENTIALS: The Tenderer shall furnish along with the Tender the following particulars: [a] [b] The resourcefulness of the Tenderer in respect of the assured supply of the materials. Previous experience and expertise in the filed of orthodox/sophisticated Railway Signalling & Telecommunication works and the details of the works already executed and Technical personnel with their qualification and experience working in the firm. Supervisors and Skilled and Un-skilled staff with qualifications and experience proposed to be engaged by the Tenderer for field supervising and execution of subject Tender work.

8.3

9.

[c]

59 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

[d] 10.

Details of special equipment, tools and plants and machinery, vehicles etc., available with them for execution of such contacts.

THE RAILWAY NOT BOUND TO ACCEPT ANY TENDER: The Railway shall not be bound to accept the lowest or any Tender or to assign any reason for non-acceptance or rejection of a Tender. No Tender shall be deemed to have been accepted unless such acceptance shall have been notified in writing to the successful Tenderer by the Railway. The Railway reserves the right to accept any Tender in respect of the whole or any portion of the work specified in the Tender or to divide or reduce the work or to accept any Tender for less than the tendered quantity without assigning any reason whatsoever.

11. 11.1

SECURITY DEPOSIT The Earnest Money deposited by the successful tenderer/contractor to be retained towards security deposit for the due fulfilment of the contract in terms of Clause-16 of the General Conditions of Contract but shall be forfeited, if the contractor fail to execute the agreement within 15 (fifteen) days after issue of Acceptance letter to that effect or commence the work within 15(fifteen) days from the issue of the Acceptance Letter In the event of any tenderer whose tender is accepted shall refuse to execute/dose not execute the contract documents as here in before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and the acceptance there of shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the earnest money and to recover the damages for such default (as per Clause No. 62 of General Conditions of Contract and Standard Specifications-2001, Vol-2) corrected upto the date of opening of tender. Unless otherwise specified in the Special Conditions, if any, the amount of Security Deposit,rate of recovery,mode of recovery shall be as under (a) Security Deposit shall be 5% of the contract value. The Contractor may deposit the amount in cash with the FA & CAO (Con), E. Co. Railway, Chandrasekharpur, Bhubaneswar or recovery @ 10% may be made from running bills of the contract. (b) The rate of recovery shall be at the rate of 10% of the bill amount till the full security deposit is recovered. (c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

11.2

11.3

11.4

Security Deposit shall be returned to the contractor after the physical completion of the work as certified by the Competent Authority. The competent authority shall normally be the authority who is competent to sign the contract ,if this competent authority is of the rank lower then JA grade ,then a JA grade officer (concerned with the work ) will issue the certificate. The certificate, interalia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor(s)and that there is no due from the contractor to Railways against the contract concerned. Before releasing the Security Deposit, an unconditional and an unequivocal No Claim Certificate from the contractor concerned should be obtained. No interest will be paid on the said Earnest Money and the Security Deposit or amounts payable

11.5

No claim shall lie against the Railway in respect of interest on cash deposit or Government Securities of depreciation thereof.

60 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

12

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

13.

PERFORMANCE GUARANTEE & EXECUTION OF AGREEMENT:(a)The successful bidder should give a Performance Guarantee in the form of an irrevocable bank guarantee amounting to 5% of the contract value. (b) The Performance Guarantee should be furnished by the successful contractor after the letter of acceptance has been issued, but before signing of the agreement and should be valid up to expiry of the maintenance period. The agreement should normally be signed within 15 (fifteen) days after the issue of letter of acceptance and Performance Guarantee should also be submitted within this time limit. (c) Performance Guarantee shall be released after satisfactory completion of the work and maintenance period is over. The procedure for releasing Performance Guarantee should be same as for Security Deposit. (d) Wherever the contracts are rescinded, the security deposit should be forfeited and the Performance Guarantee shall be encashed and the balance work shall be got done separately. (e) The balance work shall be got done independently without risk & cost of the original Contractor. (f) The original contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm would be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

Performance Guarantee in form of irrevocable Bank Guarantee will be acceptable. But the irrevocable Bank Guarantee towards Performance Guarantee should be issued by State Bank of India or any of the Nationalised Banks located within the geographical jurisdiction of East Coast Railway. In case the Bank Guarantee is issued for this purpose by an State Bank of India or a Nationalised Bank situated out side the geographical jurisdiction of East Coast Railway, endorsement should be made by the concerned BG issuing Bank branch to the effect that the local branch located within the geographical jurisdiction of East Coast Railway would be admitting the Bank Guarantee for encashment purpose as and when presented by Railways. The period of Bank Guarantee should be for minimum of six months over and above the contract period where maintenance period is not involved. For works where maintenance period is involved the Bank Guarantee should be valid up to expiry of maintenance period. Alternatively, the Performance Guarantee may be furnished in any of the following forms: [i] A Deposit of cash, Bhubaneswar. [ii] Irrevocable Bank Guarantee, [iii] Government Securities including state loan Bonds at 5% below market value. [iv] Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or any of the Nationalised Banks; [v] Guarantee Bonds executed or deposits Receipts tendered by all Schedule Bank;

61 of 118

[vi] [vii] [viii] [ix] [x] [xi]

A deposit in the Post Office Savings Bank; Deposit in the National Savings Certificates. Twelve years National Defence Certificates; Ten years Defence Certificates; National Defence Bonds; and Unit Trust Certificates at 5 Percent below market value or at the face value whichever is less.

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

Also FDR in favour of FA&CAO/Con/Bhubaneswar, (Free from any encumbrance) may be accepted. Specimen of Standard BG Format is given in Annexure - I. The validity period and amount of Performance Bank Guarantee shall simultaneously be extended /enhanced along with request for sanction of extension of time to the original contract period as well as enhancement in original contract value (if any). The contractor has to extend the validity of the Performance Bank Guarantee on his own while applying for extension of time or before the execution of Supplementary Agreement covering such extension and also the variation in the value of contract. TENDER AND AGREEMENT: The Tender shall remain open for acceptance by the Railway for the period specified in the Tenders from the date on which Tenders are opened and during which period the Tenderers shall not withdraw offers, nor amend, impair or derogate there from. Every Tenderer shall be deemed to have agreed as aforesaid in consideration of his Tender being considered by the Railway. If the Tenderer is notified in writing at his address given in the Tender, within the said period that this Tender whether in whole or in part has been accepted by the Railway, he shall be bound by the terms of Agreement constituted by his Tender in respect of any part of the work specified in the Tender document. 14. DETAILS CONFIDENTIAL: The Tenderer [whether his Tender be accepted or not] shall treat the contents of the Tender papers as private and confidential. 15. 15.1. CANVASSING AND BRIBERY: No Tenderer shall canvass any Government Official or the Railways Engineers with respect to his or any other Tender. Contravention of this condition will involve rejection of the Tender. This clause shall not be deemed to prevent the Tenderer from supplying the Railway any information asked for from him. Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the Contractor or his Partner, Agent or Servant or any one on his or their behalf, to any officer, Servant, Representative or Agent of the Railway or any person on his or their behalf, in relation to the obtaining or to the execution of this or any other contract with the Railway shall in addition to the criminal liability he/they may incur under the Prevention of Corruption Act 1908, subject the Contractor to cancellation of this and other contracts, and also to payment of any loss resulting from any such cancellation, and the Railway shall be entitled to deduct the amounts so payable, from any money and Railways decision shall be final and conclusive in the matter.

15.2.

16. EXECUTION OF CONTRACT AGREEMENT:

62 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

16.1

16.2

Any Tenderer whose Tender the Railway elects to accept, shall after having been advised by the Railway through Acceptance letter, be bound to execute an Agreement based on accepted rates and conditions in such form as the Railway may prescribe, and lodge the same with the Railway together with the conditions of contract, specifications and schedules referred to therein duly completed within the period as specified in the Letter of Acceptance. Failure on the part of the Tenderer to execute the Agreement within the time as stated herein before will constitute breach of contract and the Contractors Earnest Money/ Security Deposit shall be liable to forfeiture.

17. INTERPRETATION: The words / expressions given below and occurring in the Tender Document shall unless excluded by or repugnant to the context have the interpretation indicated against them respectively. 17.1. Tenderer shall mean and include any firm of Engineers or Contractors or any Company or body, corporate or otherwise, who shall submit the tender, which has been invited. 17.2. Railways Engineers shall mean the Engineers appointed by the Railway who will decide all matters relating to design, manufacture and supply affecting ultimate layout of the equipment at site. The Railways Engineers shall be the Chief Signal and Telecommunication Engineer/Con , East Coast Railway or his representative, Deputy Chief Signal & Telecom Engineer (Con/SBP) or Divisional Signal & Telecom Engineer (Con/SBP). 17.3. Contractor shall mean the successful Tenderer i.e., the Tenderer whose Tender has been accepted, either in whole or in part. 17.4. Railway shall mean the East Coast Railway Administration and includes the President and the Government of the Republic of India, Ministry of Railway (Railway Board). 17.5. CAO(Con) & Chief Signal & Telecom Engineer(Con), Dy Chief Signal & Telecom Engineer (Con/SBP) East Coast Railway shall mean the Officers for the time being of the Railway who shall be designated as such by the Railway. Their postal address is Rail Vihar, Chandrasekharpur, East Coast Railway, Bhubaneswar (Orissa) & Modipara, DRM Complex, E.Co.Railway, Sambalpur. 17.6. Work or Works shall mean all or any of the items of the work for which the Contractor has tendered according to the specifications. Drawings and schedules hereto annexed or to be implied there from or incidental thereto or to be hereafter specified or required in such explanatory instructions and drawings being in conformity with the said original specifications, drawings and schedules and also such instructions and drawings, additional to the aforementioned, as may from time to time during the progress of the work hereby contracted, be supplied by the Chief Signal & Telecom Engineer (Con), East Coast Railway or his representative. 17.7. Writing shall include all matters written, type written or printed, whether in whole or in part 17.8. Month shall mean any consecutive period of thirty days. 17.9. Site shall mean the areas to be taken up by the works together with any other area or areas as shall be determined by the General Manager, East Coast Railway, and placed at the disposal of the Contractor for the purpose of the contract 17.10. Equipment shall mean all equipments considered necessary by the Chief Signal & Telecom Engineer(Con), East Coast Railway for the satisfactory operation as a whole of the scheme, including all accessories. 17.11. Railway Representative Authorized Railway Representative not below the rank of an Inspector.

63 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

GENERAL ORGANISATION OF THE CONTRACTOR SUPERVISION OF ERECTION AND CONTRACTORS ATTENDANCE AT WORK-SITE: 18. The supervision of erection according to the specification shall be done by the Contractor & for this purpose, the Contractor shall employ competent representatives to supervise the erection and the carrying out of the works at all stages. The said representative shall be present on the site during working hours and any written orders or instructions which the Railway may give to the said representative of the Contractor shall be deemed to have been duly given or communicated to the Contractor. 18.1. The Contractor or his representative shall accompany the Railways Engineer on inspection tour or proceed to their offices any time he is called upon to do so. 18.2. Any staff, workmen or officers, detailed by the Railway to execute the work shall be deemed to be the agents or employees of the Contractor for the purpose of fixing responsibility and determining liability for any loss or damage occasioned by any act of omission or commission on the part of such staff, workmen or officers while working under the supervision of the Contractor. 19. RAILWAY NOT TO PROVIDE QUARTERS FOR CONTRACTOR: No quarters shall normally be provided by the Railway for accommodation of the Contractor or any of his staff employed on the work. In exceptional cases where accommodation is provided to the Contractor at Railways discretion, recoveries shall be made at such rates as may be fixed by the Railway for full rent of the buildings and equipments therein as well as charges for electric current, water-supply and conservancy at the rates applicable. 20. OCCUPATION AND USE OF LAND: 20.1. No land belonging to or in the possession of the Railway shall be occupied by the Contractor without the permission of the Railway. The Contractor shall not use or allow to be used, site for any purpose other than that of executing the works. Land rent, where necessary should be paid by the Contractor. 20.2. When work is executed within the limits of any Station Committee, or where conservancy work is being systematically done by the Railway, the Contractor will be liable to pay any conservancy water or any other cess/es levied by such Committee or the Railways. 21. ARRANGING OF THE MATERIAL AND TEMPORARY DEPOT: 21.1. Temporary depot for tools and equipments of any kind can only be opened in Railway premises after prior permission has been granted by authorized Railway representative. The storing of the equipment, tools and machines used by the Contractor shall be done in a most orderly way. The Contractor shall clean the premises according to the instruction of the Railway and this should in no way constitute a damage or hindrance for the working of the Railway or for the movement of its staff.

21.2.

22. CONVEYANCE OF STAFF AND CARRIAGE OF MATERIALS OF CONTRACTOR: 22.1. 22.2. 22.3. The Contractor shall arrange his own transport for movement of his personnel No free Railway Passes shall be issued by the Railway to the contractor or any of his employee/ workers. No forwarding orders shall be issued by the Railway for the conveyance of Contractor's materials, tools and plants by rail which may be required for use in the works and the Contractor shall pay full freight charges at public tariff rates therefore.

64 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

23.

CONTRACTORS TO OBTAIN APPROVAL BEFORE EXECUTION OF WORK: Before proceeding to execute any work, the Contractor shall obtain from the Railways Engineer or his authorized representative, approval in writing in the manner in which the Contractor proposes to execute each potion of the work.

24.

ASSIGNMENT OR SUBLETTING OF CONTRACT: The Contractor shall not assign or sublet the Contract or any part thereof or allow any person to become interested therein in any manner whatsoever without the special permission in writing of the Railway. Any breach of this condition shall entitle the Railway to rescind the contract under clause 62 of GCC and also render the Contractor liable for payment to the Railway in respect of any loss or damage arising or ensuing from such cancellation provided always that execution of the details of the works by petty contractor under the direct and personal supervision of the Contractor or his agent shall not be deemed to be subletting under this clause. The permitted subletting of work by the Contractors shall not establish any contractual relationship between the SubContractor and the Railway and shall not relieve the Contractor of any responsibility under the contract.

25.

WORKS CARRIED OUT BY THE RAILWAY IN PRESENCE OF SEVERAL CONTRACTORS AT SITE: It should be noted that other works outside the scope of this contract may be undertaken simultaneously by the Railway or any other Contractor at various work sits. The Contractor shall afford every facility to the Railway or to the other Contractors to execute their works simultaneously. The Contractors shall prefer no claim for the delay or hindrance, if there be any, caused in this process to his work. The Contractor shall comply with the instructions that may be given to him in order to permit simultaneous execution of his portion of the work and those undertaken by other Contractors of the Railway without being entitled on this account to any extra charges. The Contractor shall also not be entitled to any extra payment due to hindrance resulting from normal Railway operation.

26.

CONTRACTOR TO EXECUTE WORK WITH DILIGENCE & EXPEDITION: The Contractor shall execute the work with due diligence and expedition. Should he refuse or neglect to comply with any reasonable orders given to him in writing by the Railway in connection with the work or contravene the provisions of the contract, the Railway shall be at liberty to give 7 days notice in writing to the Contractor, requiring to make good the neglect or contravention complained of and should the Contractor fail, to comply with the requisitions made in the notice within 7 days, from the date of receipt, it shall be lawful for the Railway to take the work wholly or in part out of the Contractors hands without any further reference and get the work or any part thereof, as the case may be, completed by other agencies at the expense of the Contractor without prejudice to any other right or remedy of the Railway.

27.

CONTRACTOR TO MAKE GOOD THE DEFICIT FOR THE FAILURE TO COMPLY WITH THE WORK: In the event of any loss to the Railway on account of execution and or completion of the work or any part thereof by agencies other than the Contractor in terms of the above clause, the Contractor shall be liable to reimburse the loss to the Railway without prejudice to the other rights and remedies of the Railway and the reimbursements shall be at the option of the Railway, from out of all or any of the following sources viz.

65 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(a) (b) (c)

An amount due and payable to Contractor by the Railway on any account whatsoever. The Contractors security deposit in the hands of the Railway as far as available. Any other assets whatsoever of the Contractor.

In the event of reimbursement from out of sources (a) and/or (b) mentioned above, the Railway shall have the right of appreciation suo-moto. 28. CONTRACTORS RESPONSIBILITY FOR ALTERATION OF WORK: The Contractor shall be responsible for and shall pay for any alteration of the works due to any discrepancies, errors or omissions that may arise from drawings or particulars have been approved by him, whether such drawings or particulars have been approved by the Railway or not. If any dimensioned figures upon a drawing differ from those obtained by scaling the drawing, the dimensioned figures are to be taken as correct. All dimensions, weights and measures shall be in metric units with British equivalents in brackets. 29. CONTRACTORS RESPONSIBILITY FOR PROPER EXECUTION OF WORK: The Contractor shall be solely responsible for the correctness of all works according to approved drawing specification; not withstanding that he may have been assisted by the Railway in setting out the same. 30. CONTRACTORS ACCESS TO THE WORKSITE AND RAILWAYS POWER TO REFUSE ADMISSION TO CONTRACTORS REPRSENTATIVE TO THE SITE OF WORK: a) Access to possession of the site for the purpose of the contract shall be afforded to the Contractor by the Railway at all reasonable times. b) The Railway or its authorized representative shall have the right to refuse admission to the work site to any person employed by the Contractor whom the Railway or its authorized representative may consider undesirable. 31. REMOVAL OF PERSONS APPOINTED BY CONTRACTORS ON GROUNDS OF MISCONUCT INCOMPETENCE OR NEGLIGENCE: The Railway shall be at liberty to object to the presence of any representative or other person employed by the Contractor in or about the works, on the ground of misconduct; the Contractor on receipt of notice of such objection in writing from the Railway shall forthwith remove the person so objected to 32. 32.1 CONTRACTORS RESPONSIBILITY: The Contractor shall, during the progress of the work, remain answerable and liable for all accidents or injuries, which may arise from or be occasioned by the acts or omissions of the Contractor or his representatives or agents or workmen. All losses or damages arising from such incidents or injuries as aforesaid shall be made good in the most complete and substantial manner, at site by and at the cost of the Contractor, in all respects, to the entire satisfaction of the Railway. Until the official tests have taken place and the contract works have been finally accepted by the Railway, the Contractor shall be solely responsible for all the contract works whether such be in use for train operation, or for the purposes of testing under Construction, during tests, or in use of the Railways service.

32.2

66 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

32.3

The Contractor shall make such tests as may be necessary to demonstrate to the satisfaction of the Railway that the works are executed in accordance with the requirement of the specification and contract. INSURANCE: The Contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the Contractor for the Railway at common law or under any statute in respect of accidents to persons who shall be employed by the Contractor in or about the site or the Contractors office for the purpose of carrying out Contract works on the site.

33.

34.

CONTRACTORS RESPONSIBILITY IN CASE OF INJURIES OR ACCIDENTS SUSTAINED BY HIS WORKMEN AND DAMAGE AND LOSS OF RAILWAY PROPERTY: The Contractor shall indemnify and keep the Railway at all time indemnified and protected against all claims and liabilities that may arise under Workmens Compensation act, the Factories Act and Payment of Wages act and the rules made there under from time to time or under any other labour or industrial Legislation made from time to time. The Contractor shall pay his labourers not less than the wages paid for similar work in the neighborhood or in the adjoining areas.

34.1

34.2 The Contractor shall indemnify and protect the Railway against all actions, suits, claims, demands, costs, damages or expenses arising in connection with any death or injury sustained by an person or persons within the Railway premises by the acts or omissions of the Contractor, his agents or his staff during the execution of this contract, irrespective of whether such liability arises under the Workmens Compensation Act 1923, or the Fatal Accidents Act or any other statute in force for the time being. 35 35.1 SAFETY MEASURES: The Contractor shall take all possible precautions to ensure that none of his workers knowingly or unknowingly or otherwise cause interference to the circuits or equipments in use and give rise to unsafe conditions or dislocation of traffic. No work shall begin above or under or adjacent to any line of the Railway in consequence of which it may become necessary to foul any such line or it may in any way prejudice the same for safe passage of traffic unit look out and hand signalmen as required by the Engineer or his representative, shall have taken their duties. The Contractor shall take all precautionary measures in order to ensure the protection of his personnel moving about or working in the Railway premises, which shall conform to the rules and regulations of the Railway. If and when in the course of the works, there is likely to be any danger to persons in the employment of the Contractor due to running traffic while working in the Railway siding and premises, the Contractor shall apply in writing to the Railway Administration to provide Flagmen or look out men for protection of such persons. The Railway Administration will, however, decide as to whether it is necessary to post such Flagmen for various types of work and also the number of such men required to protect the gang or gangs of Contractors staff working at site. The Railway Administration 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 Contractor or his men to exercise reasonable precaution at all places of work whether or not the Railway Administration has posted Flagmen at any particular site of work. The Flagmen will be appointed by the Railway Administration and no expense on this account will be charged to the Contractor.

35.2

35.3

67 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

35.4

The Contractor shall abide by all Railway regulations in force for the time being and ensure that the same are followed by his representatives, agents or workmen. He shall give due notice to his employees and workers about provision of this para. While working within station limits, especially on passenger platforms, the Contractor shall ensure that at all times sufficient space is left for free movement of passenger traffic. He must cover and / or barricade the excavation carried out in such areas and continue to maintain these, till the work is completed, with a view to avoiding any accident to public or to Railway staff. The works must be carried out most carefully without any infringement of the Indian Railways Act or the General and Subsidiary Rules in force on the Railway, in such a way that they do not hinder Railway operation nor affect the proper functioning of or damage any Railway equipment, structure or rolling stock except as agreed to by the Railway Administration, provided that all damage and disfiguration caused by the Contractor to any Railway or public property must be made good by the Contractor at his own expense failing which cost of such repairs shall be recovered from the Contractor. If safety of track, drainage etc., is affected as a consequence of works undertaken by the Contractor, the Contractor shall take immediate steps to restore normal conditions. In case of delay the Railway Administration shall, after giving due notice to the Contractor in writing, take necessary steps and recover the costs from the Contractor. The Contractor shall be responsible for safe custody of all materials supplied to the Contractor by the Railways in terms of the contract and such materials are to be guarded by the Contractor after the same are handed over to the Contractor and intimation to this effect is given to the Contractor by the Railways Representatives. All costs for guarding all the materials supplied by the Railways to the Contractor will be borne by the Contractor till the same are taken over by the Railway.

35.5

35.6

35.7

35.8

35.9

35.10 In the event of any theft or damage of the Railway materials including cables after these are handed over to the Contractor, Contractor will bear all the charges towards replacement of or repair to these materials. 35.11 The Contractor will be held responsible for any damage to water, electricity, sewage mains, signal or telecommunication cables, power cables, P & T cables or the permanent way or any other Railway installation due to the digging of trenches and laying of cables. In course of excavation, any liability arising out of the buildings, telephone or signalling cables, electric mains, gas and water pipes etc., will have to be met by the Contractor. 36 ISSUE OF MATERIALS FROM RAILWAY STORES: If any material, which the Contractor would normally have arranged for himself, if supplied by the Railway either at Contractors request or suomoto in order to prevent any possible delay in the execution of the work likely to occur due to the Contractors inability to make adequate arrangements for supply thereof or otherwise, recovery of prices of such materials will be made from Contractors bill at the highest of the following rates: i) Book rate or Last Plus 5% on account of freight, 2% on account of purchase rate whichever is incidental charges and 12.5% towards departmental higher charges on the overall cost. ii) Accepted tender ate for such material under the contract.

68 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

If however, the material required by the Contractor is not available in Railway stock, or the Railway decides not supply the same, be that for whatever reason, the Railway should not be bound to arrange for the supply at cost quoted above or at any other cost nor will this fact be accepted as an excuse for delay in execution of the works. 37 FAILURE TO COMPLETE THE WORK WITHIN THE TIME LIMIT: The time for the execution of the work or part of the works specified in the contract documents shall be deemed to be the essence of the contract and the works must be completed not later than the date(s) as specified in the contract. If the contractor fails to complete the works within the time as specified in the contract for the reasons other than the reasons specified in clause 17 and 17(A) of General Conditions of Contract, 2001, the Railway may, if satisfied that the works can be completed by the contractor within reasonable short time thereafter, allow the contractor such further extension of time (Proforma Annexure-I) as the Engineer may decide. On such extension the Railway will be entitled without prejudice to any other right and remedy available on that behalf, to recover from the contractor as agreed, damages and not by way of penalty a sum equivalent to of 1% of the contract value of the works for each week or part of the week. For the purpose of this clause, the contract value of the works shall be taken as value of the work as per contract agreement including any supplementary work order/ contract agreement issued. Provided also, that the total amount of liquidated damages under this condition, shall not exceed the under-noted percentage value or of the total value of the item or groups of items of work for which a separate distinct completion period is specified in the contract. i) For contract valued up to 2 lakhs ii) For contract valued above 2 lakhs 10% of the total value of the contract 10% of the first Rs. 2 lakhs and 5% on the balance

Provided further, that if the Railway is not satisfied that the works can be completed by the Contractor and in the event of failure on the part of the contractor to complete the work within further extension of time allowed as aforesaid, the Railway shall be entitled, without prejudice to any other right or remedy available in that behalf, to appropriate the contractors security deposit and rescind the contract under clause 62 of these conditions, whether or not actual damage is caused by such default. EXTENSION OF TIME: If such a failure as aforesaid shall have arisen from any cause which the Railway may admit as being a reasonable ground for extension of time the Railway shall allow such additional time, as it may in its absolute discretion consider to be reasonably justified by the circumstances of the case. Representation of extension shall be sent by the Contractor at least one month prior to the expiry of completion period. 39 CONTRACTORS LIABILITY FOR COSTS, DAMAGES ETC.: All costs, damages or expenses which the Railway may have paid, for which under the contract the Contractor is liable, may be either deducted by the Railway at its discretion from any moneys due or to become due or refundable to the Contractor under the contract, or may be recovered by action at law or otherwise from the contract. The Railway reserves the right and shall be entitled to retain payments due to the Contractor under this contract and to set off the same against all claims whether arising out of this contract or out of any the transaction whatever against the Contractor.

38

69 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

40

RESPONSIBILITY FOR CONTRACT WORKS: The Contractor shall be responsible for and shall without delay make good all damages occurring to the contract works or to any materials or equipments forming or intended to form part thereof until acceptance of the same by the Railways Engineers in reinstating the same at his own expense in all respects (including the cost of transport by sea and rail of any materials, equipments and things and the customs duties thereon). Provided that the Contractor shall not be responsible for such damage occurring in the site as may be due in the opinion of the General Manager, to the improper use thereof by the Railway or to the negligence of the Railway or any other Contractor employed by the Railway on the site.

41 41.1

PROVISIONAL ACCEPTANCE: Immediately after the completion of the whole work, the Contractor will give a written notice to the Railway of the fact of completion of the entire installation stating the works is ready to be handed over. The test/tests as per Technical Specifications in connection with the taking over by the Railway of the equipments and works shall be carried out by the Railway in presence of Contractor/s. After the Railway is satisfied with the work, they will issue a provisional acceptance certificate, which would be signed by both the parties. CONTRACTORS LIABILITY: The Contractor will be relieved of liability arising under this contract wherever and to the extent to which the fulfillment of any obligation under the contract is prevented, restricted or impeded, by reason of any statutory rules, regulations, orders or requisitions issued by any Government Department or other Competent Authority. The Railway shall consider such claims as are deemed reasonable and are supported by vouchers to the satisfaction of the Railway.

41.2

41.3

42

43 43.1

PAYMENT: Subject to any deduction which Railway may be entitled to make under the contract, the Contractor shall, (unless or otherwise agreed to by them) be entitled to payments as follows:The Contractor shall be entitled to be paid from time to time by way of On Account Payments only for such works as in the opinion of the Railways Engineer he has executed in terms of the contract. Such payments will be made on the basis of actual measurements taken by the Railways representative not below the rank of inspector-incharge. All payments due on the Engineers or the Engineers Representatives Certificate of actual measurement shall be subject to any deduction as indicated. [i] 90% payment for the cost of materials duly inspected and certified (with documents) by the Inspecting Authority authorized by the Railway and supplied by the Contractor shall be paid on delivery of the said materials in good condition at Stores Go-down of Senior Section Engineer/ Section Engineer (Signal/Telecom), Construction, SBP/TIG and on certification by the authorized Railway Representative i.e., Senior Section Engineer/ Section Engineer (Signal/Telecom), Construction/SBP/TIG. [ii] Balance 10% of the cost of the materials to be paid on commissioning of the Installation to the satisfaction of the Railways Engineer.

43.2

43.3

70 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

43.4

It may be noted that under the Finance Act of 1972, a 2% deduction with appropriate surcharge thereon will be made from Contractors bills paid on or after 1.6.1972 when the contract value exceeds Rs.5000/- and Surcharge on Income Tax as levied by Ministry of Finance, Government of India, time to time is also recoverable from the bills. DETERMINATION OF CONTRACT: [Clause 61 of GCC] RIGHT OF RAILWAY TO DETERMINE CONTRACT: The Railway shall be entitled to determine and terminate the contract at any time should, in the Railways opinion, the cessation of work become necessary owing to paucity of funds or from any other cause whatever, in which case the value of approved materials at site and the work done to date by the Contractor will be paid for in full at the rates specified by the contract. Notice in writing from the Railway of such determination and the reason therefore shall be conclusive evidence thereof.

44 (i) 44.1

44.2

PAYMENT ON DETERMINATION OF CONTRACT: Should the contract be determined under sub-clause 43.1 of this clause and the Contractor claims payment for expenditure incurred by him in the expectation of completing the whole of the work, the Railway shall admit and consider such claims as are deemed reasonable and are supported by vouchers to the satisfaction of the Engineer. The Railways decision on necessity and propriety of such expenditure shall be final and conclusive.

43.3

The contractor shall have no claim to any payment of compensation or otherwise, howsoever, on account of any profit or advantage which he might have derived from the execution of the work in full but which he did not derive in consequence of determination of contract.

44. (ii) DETERMINATION OF CONTRACT OWING TO DEFAULT OF CONTRACTOR: [Clause 62 of GCC] 44.1 If the contractor should: [i] [ii] Becomes bankrupt or insolvent, or Make an arrangement with of assignment in favour of his creditors or agree to carry out the contract under a committee of inspection of his creditors, or Being a Company or Corporation, go into liquidation [other than a voluntary liquidation for the purpose of amalgamation or reconstruction], or Have an execution levied on his goods or property on the works, or Assign the contractor or any part thereof otherwise than as provided in Clause 24 of these conditions, or Abandon the contract, or Persistently disregard the instructions of the Railways Engineer, or contravene any provision of the contract, or Fail to adhere to the agreed program of work by a margin of 10% of the stipulated period, or

[iii]

[iv] [v]

[vi] [vii]

[viii]

71 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

[ix]

Fail to remove materials from the site or to pull down and replace work after receiving from the Engineer notice to the effect that the said materials or works have been condemned or rejected under Clause 25 & 27 of GCC, or Fail to take steps to employ competent or additional staff and labour as required under Clause 26 of GCC, or Fail to afford the Engineer or Engineers representative proper facilities for inspecting the works or any part thereof as required under Clause 28 of GCC, or Promise offer or give any bribe, commission, gift or advantage either himself or through his partner, agent or servant to any officer or employee of the Railway or to any person on his or an their behalf in relation to the execution of this or any other contract with the Railway. (A) At any time after the tender relating to the contract has been signed and submitted by the contractor, being a partnership firm admit as one of its partners or employ under it or being an incorporated company elect or nominate or allow to act as one of its directors or employ under it in any capacity whatsoever, any retired Engineer of the Gazetted rank or any other retired Gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding any pensionable post or not, in Engineering department of the Railways for the time being owned and administered by the President of India before the expiry of two years from the date of retirement from the said service of such Engineer or officer unless such Engineer or officer has obtained permission from the President of India or any officer duly authorized by him in this behalf to become a partner or a director or to take employment under the contractor, as the case may be, or (B) Fail to give at the time of submitting the said tender (a) the correct information as to the date of retirement of such retired Engineer or Retired officer from the said service, or as to whether any such retired engineer or retired officer was under the employment of the contractor at the time of submitting the said tender, or the correct information as to such engineers or officers obtaining permission to take employment under the contractor, or being a partnership firm, the correct information as to, whether any of its partners was such a retired engineer or a retired officer, or

[x]

[xi]

[xii]

[xiii]

(b)

(c)

(d) being an incorporated company, correct information as to whether any of its directors was such a retired engineer or a retired officer, or (e) being such a retired Engineer or Retired officer suppress and not disclose at the time of submitting the said tender the fact of it is being such a retired Engineer or a Retired officer or make at the time of submitting the said tender a wrong statement in relation to his obtaining permission to take the contract or if the contractor be a partnership firm or an incorporated company to be a director or partner of such firm or company as the case may be or to seek employment under the contractor. Then and in any of the said cases, the Engineer on behalf of the Railway may serve the contractor with a Notice in writing to that effect and if the contractor does not, within 7 days after the delivery to him of such Notice, proceed to make good his default in so far as the same is capable of being made good and carry on the work or comply with such directions as aforesaid to the entire satisfaction of the Engineer, the Railway

72 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

shall be entitled after giving 48 hours Notice in writing under the hand of the Engineer to rescind the contractor as a whole or in part or parts [as may be specified in such Notice] and adopt either or both of the following courses: (x)To carry out the whole or part of the work from which the contractor has been removed by the employment of the required labour and materials, the cost of which shall include lead, lift, freight, supervision and all incidental charges. (y)To measure up the whole or part of the work from which the contractor has been removed and to get it completed by another contractor, the manner and method in which such work is completed shall be in the entire discretion of the Engineer whose decision shall be final: And in both the cases [x] and [y] mentioned above the Railway shall be entitled [i] to forfeit the whole or such portion of the Security deposit as it may consider fit and [ii] to recover from the contractor the cost of carrying out the work in excess of the sum which would have been payable according to the certificate of the Engineer to the contractor if the works had been carried out by the contractor under the terms of the contract, such certificate being final and binding upon the contractor, provided however that such recovery shall be made only when the cost incurred in excess is more than the Security deposit proposed to be forfeited and shall be limited to the amount by which the cost incurred in excess exceeds the Security deposit proposed to be forfeited. The amounts thus to be forfeited or recovered may be deducted from any money then due or which at any time thereafter may become due to the contractor by the Railway under this or any other contract or otherwise. Provided always that in any case in which any of the powers conferred upon the Railway by Sub-clause (i) of Clause 62 of GCC shall have become exercisable and the same shall not be exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions thereof and such power shall not withstanding be exercisable in the event of any future case of default by the contractor for which his liability for past and future shall remain unaffected. 44.2 RIGHT OF RAILWAY AFTER RESCISSION OF CONTRACT OWING TO DEFAULT OF CONTRACTOR: In the event of any or several of the courses, referred to in Sub-clause (44.1) ,being adopted: [a] The contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any commitments or made any advances on account of or with a view to the execution of the works or the performance of the contract and contractor shall not be entitled to recover or be paid any sum for any works thereto not actually performed under the contract, unless or until the Engineer shall have certified the performance of such work and the value payable in respect thereof and the contractor shall only be entitled to be paid the value so certified. [b]The Engineer or the Engineers representative shall be entitled to take possession of any materials, tools, implements, machinery and buildings on the works or on the property on which theses are being or ought to have been executed, and to retain and employ the same in the future execution of the works or any part thereof until the completion of the works without the contractor being entitled to any compensation for the use and employment thereof for wear and tear or destruction thereof.

73 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

[c]The Engineer shall, as soon as may be practicable after removal of the contractor fix and determine exparte or by or after reference to the parties or after such investigation or enquiries as he may consider fit to make or institute and shall certify what amount [if any] has at the time of determination of the contract been reasonably earned by or would reasonably accrue to the contractor in respect of the work then actually done by him under the contract and what was the value of any unused or partially used materials, used materials any constructional plant and any temporary works upon the site. [d] The Railway shall not be liable to pay to the contractor any moneys on account of the contract until the expiration of the period of maintenance and thereafter until the costs of completion and maintenance damages for delay in completion [if any] and all other expenses incurred by the Railway have been ascertained and the amount thereof certified by the Engineer. The contractor shall have no claim to any payment of compensation or otherwise howsoever on account of any profit or advantage which he might have derived from the execution of the work in full but which he did not derive in consequence of determination of the contract. The contractor shall be entitled to receive only such sum or sums [if any] as the Engineer may certify would have been due to him upon due completion by him after deduction of the said amount, but it such amount shall exceed the sum which would have been payable to the contractor, then the contractor shall upon demand pay to the Railway the amount of such excess and it shall be deemed a debt due by the contractor to the Railway and shall be recoverable accordingly. 45. SETTLEMENT OF DISPUTES: The settlement of disputes, if any, will be governed by Clause No. 63 and 64 of General Conditions of contract which are reproduced below: Clause 63 of GCC: MATTERS FINALLY DETERMINED BY THE RAILWAY: All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of the works or after their completion and whether after or before the determination of the contract, shall be referred by the Contractor to the GM and the GM shall within 120 days after receipt of the contractors representation make and notify decisions on all matters referred to by the contractor in writing provided that matters for which provision has been made in clauses 8, 18, 22(5), 39, 43(2), 45(a), 55, 55-(A)(5), 57, 57A, 61(1), 61(2) and 62(1) to (xiii) (B) of General Conditions of contract or in any clause of the Special Conditions of Contract shall be deemed as Excepted Matters [Matters not arbitrable] and decisions of the Railway authority, thereon shall be final and binding on the contractor provided further that Excepted Matters shall stand specifically excluded from the purview of the arbitration. Clause 64.1 of GCC: DEMAND FOR ARBITRATION: (i)In the event of any dispute or difference between the parties hereto as to the construction or operation of this contract or the respective rights and liabilities of the parties on any matter in question, dispute or difference on any account or as to the with holding by the Railway of any certificate to which the contractor may claim to be entitled to, or if the Railway fails to make and decision within 120 days, then and in any such case, but except in any of the excepted matters referred to in clause 63 of these condition, the contractor, after 120 days but within 180 days of his presenting his final claim on disputed matters, shall demand in writing that the dispute or difference be referred to arbitration. (ii)The demand for arbitration shall specify the matters, which are in question or subject of the dispute or difference as also the amount of claim item wise. Only such

74 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

dispute(s) or difference(s) in respect of which the demand has been made, together with counter claims or set off shall be referred to arbitration and other matters shall not be included in the reference. (a) The Arbitration proceedings shall be assumed to have commenced from the day, a written and valid demand for arbitration is received by the Railway. (b) The claimant shall submit his claim stating the facts supporting the claims along with all relevant documents and the relief nor remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitral Tribunal. (c) The Railway shall submit its defiance statement and counter claim(s), if any, within a period of 60 days of receipt of copy of claims from Tribunal thereafter, unless other wise extension has been granted by Tribunal. (iii) No new claim shall be added during proceedings by either partly. However, a party may amend or supplement the original claim or defiance thereof during the course of arbitration proceedings subject to acceptance by Tribunal having due regard to the delay in making it. (iv) If the contractor(s) does/do not prefer his/their specific and final claims in wiring, within a period of 90 days of receiving the intimation from the Railways that the final bill is ready for payment, he/they will be deemed to have waived his/their claim(s) and the Railway shall be discharged and released of all liabilities under the contract in respect of these claims. Clasue 64.2 of GCC: OBLIGATION DURING PENDENCY OF ARBITRATION: Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration proceedings, and no payment due or payable by the Railway shall be withheld on account of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should continue during arbitration proceedings. Clause 64.3 of GCC: (a) (i) In cases where the total value of all claims in question added together does not exceed Rs.10,00,000/- (Rupees ten lakhs only), the Arbitral Tribunal shall consist of a sole arbitrator who shall be a Gazetted Officer of Railway not below JA grade nominated by the General Manager. The sole arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration is receive by GM. (ii) In cases not covered by clause 64(3) (a) (i), the Arbitral Tribunal shall consist of a panel of three Gazetted Rly. Officers not below JA grade or 2 Railway Gazetted officers not below JA grade and a retired Railway Officer, retired not below the rank of SAG Officer, as the arbitrators. For this purpose, the Railway will send a panel of more than 3 names of Gazetted Rly. Officers of one or more departments, of the Railway which may also include the name(s) of retired Railway Officer(s) empanelled to work as Railway Arbitrator to the contractor within 60 days from the day when a written and valid demand for arbitration is received by the GM. Contractor will be asked to suggest to General Manager up to 2 names out of the panel for appointment as contractors nominee within 30 days from the date of dispatch of the request by Railway. The General Manger shall appoint at least one out of them as the contractors 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 3 arbitrators so appointed. GM

75 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

shall complete this exercise of appointing the Arbitral Tribunal within 30 days from the receipt of the names of contractors nominees. While nominating the arbitrators it will be necessary to ensure that one of them is from the Accounts Department. An officer of Selection Grade of the Accounts department shall be considered of equal status to the Officers in SA grade of other departments of the Railways for the purpose of appointment of arbitrators. (iii) If one or more of the arbitrators 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 functions as arbitrator5 for any reason whatsoever or dies or in the opinion of the General Manger fails to act without undue delay, the General Manger 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 re-constituted Tribunal may, at is discretion, proceed with the reference from the state at which it was left by the previous arbitrator(s). (iv)The arbitral Tribunal shall have power to call for which 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. (v) While appointing arbitrator(s) under sub-clause (i), (ii) and (iii) 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 as Railway servants(s) expressed views on all or any other 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 service, opportunity to deal with the matters to which the contract relate of who in the course of his/their duties expressed views on all or any other matters under dispute. (b) (i) The arbitral award shall state item wise, the sum and reasons upon which it is based. (ii) A party may apply for corrections of any computational errors, any typographical or clerical errors or any other error of similar nature occurring tin the award an 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 award as to claims presented in the arbitral proceedings but omitted from the arbitral award. 64.4 of GCC: In case of the Tribunal, comprising of three members, any ruling or award shall be made by a majority of Members of Tribunal. In the absence of such a majority, the views the Presiding Arbitrator shall prevail. 64.5 of GCC: Where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of the money for any period till the date on which the award is made. 64.6 of GCC: 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 Railway Administration from time to time. 64.7 of GCC: Subject to the provisions of the aforesaid Arbitration and Conciliation Act 1996 and the rules three under and any statutory modification thereof shall apply to the arbitration proceedings under this clause.

76 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

46.

VENUE OF ARBITRATION: The venue of the arbitration shall be placed at the place from which the Acceptance Note was issued or such other place as the Railway as its discretion may determine.

47.

APPLICABILITY OF LAWS: This contract shall be governed in all respects by the laws of the Republic of India for the time being in force.

48.

REPRESENTATIVE ON BEHALF OF THE RAILWAY: Unless otherwise provided for in this contract, all notice to be given on behalf of the Railway and all other actions to be taken on his behalf, may be given or taken, as the case may be on his behalf by Chief or Deputy Chief Signal & Telecom Engineer (Con), East Coast Railway.

49

FORFEITURE OF SECURITY DEPOSIT: The Security Deposit shall, however, be liable to be forfeited wholly or in part in case of any breach by the Contractor of any of the conditions of the contract or for non completion of the full contract, without prejudice to the other rights and remedies of the Railway whether specifically provided or hereinafter or otherwise.

50.

CONTRACTORS RESPONSIBILITY FOR COMPLETENESS OF WORK: The Contractor shall be responsible for the supply, installation, wiring, testing, commissioning and maintenance of the entire scheme in accordance with the tender document. He shall include all items which are necessary for proper and efficient operation of the equipments supplied by him, whether they are specially mentioned or not.

51.

INDEMNITY BY CONTRACTORS: The Contractor shall indemnify and save harmless the Railway from and against all actions, suits, proceedings, losses, costs, damages, charges, claims and demands of every nature and description brought or recovered against the Railway by reason of any act or omission of the Contractor, his agents or employees, in execution of the works or in the guarding of the same. All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the actual loss or damage sustained, and whether or not any damage shall have been sustained.

52.

REPORTING OF ACCIDENTS TO LABOUR: The Contractor shall be responsible for the safety of all employees employed by him directly or indirectly on the works and shall report serious accidents to any of them however and wherever occurring on the works to the Engineer or Engineers Representative and shall make every arrangement to render all possible assistance.

53

CONTRACTOR TO MAKE GOOD THE DEFECTIVE EQUIPMENT: If the completed equipment or any portion thereof, before it is taken over, be found to be defective or the Contractor otherwise fails to fulfill the requirements of the contract and/or its purpose, the Railway shall give the Contractor notice, setting for the particulars of such defects or failure and the Contractor shall forthwith make the defects

77 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

good or alter the same to make it comply satisfactorily with the said requirements. Should the Contractor fail to do so within a reasonable time after the service of the said notice upon him, the Railway may reject and replace the whole or part of such defective equipment, as the case may be, at the cost of the Contractor, such replacements shall be carried out by or at the instance of Railway within a reasonable time and as far as reasonably practicable, to the same specification and under competitive conditions. The Contractors full liability under this clause shall be satisfied by the payment to the Railway of the extra total cost, if any, of such replacement delivered and erected as provided for in the original contract, such extra cost being the ascertained difference between the cost of equipment purchased and replaced by the Railway under the provision mentioned above for such replacement and contract price for the plant so replaced, plus the sum, if any paid by the Railway to the Contractor in respect of such defective equipment. Should the Railway not so replace the rejected equipment within a reasonable time, the Contractors liability under this clause shall be satisfied by the repayment by the Contractor of all money paid by the Railway to him in respect of such rejected equipment. 54. 54.1 SUPERVISION OF ERECTION/MAINTENANCE & CHARGE THEREOF: Where supervision of Erection/Testing/Commissioning is a schedule item of the contract, the Contractor shall depute his Competent Erection Engineer to supervise all works of the installation and who shall be responsible for Testing and final Commissioning of the installation to the entire satisfaction of the Railways Engineer. Where supervision of maintenance after Commissioning of the installation [for a specified period solely at the discretion of the Railway] is a schedule item of the contract, the Contractor shall depute his competent Engineer who shall supervise the Maintenance of the entire installation for the specified period, solely at the discretion of the Railway form the date commissioning of the installation. During this period, he shall rectify any defect that may arise in the work executed due to bad workmanship on the part of the Contractor or otherwise, defect in the equipments or due to any other reason and shall repair the defects or replace the defective equipment at the cost of the Contractor. The Railway Engineers decision in this regard is final and binding on the Contractor. Charges quoted in Schedule[s] and accepted on account of supervision of Erection/ Maintenance done during the month or part thereof shall be claimed after expiry of the concerned calendar month on production of a certificate from the Railways Engineer. SUPPLY OF MATERIALS FROM RAILWAYS STORES GODOWNS: The materials required for the work will be supplied by the Railway at Senior Section Engineer (Signal)/Construction/SBP/TIG or Section Engineer (Tele)/Construction/ SBP/TIG Stores go-down at SBP/TIG station. The quantity required would be determined by the Railway according to the quantum of work to be done. The Contractor shall be responsible for checking before taking delivery that the all materials given to him are in good condition. The receipt of materials shall be acknowledged by the Contractor or his representative, mentioning details of materials and their quantities on prescribed proforma in Annexure-B. The Contractor shall make his own arrangements for transportation of these materials to the work spot and guarding thereof till the works are completed and provisional acceptance certificate issued by the Railway. The Contractor shall be liable to render full account of all the materials issued by the Railway. If any quantity of Railway materials consumed excess or wasted or damaged or lost or otherwise not satisfactorily accounted for, necessary recovery shall be made from him at the prevalent market rate plus Railway freight, handling, loading, supervision

54.2

54.3

55. 55 .1

55.2

78 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

and incidental charges at rates fixed by the Railway Administration. To this will be added an increase of 100%. 55.3 The Contractor shall return all the excess or unused materials supplied to him by the Railway including empty cement bags, empty cable drums and all released materials to the authorized Railway representative at Stores go-down of Sr. Section Engineer (Signal)/ Construction/ SBP or Section Engineer (Telecom)/Construction/SBP/TIG. RESPONSIBILITY FOR COMMISSIONING: In order to adhere to the stipulated periods of commissioning of the proposed work the Contractor shall make his own arrangements to employ sufficient men and materials considered necessary for execution of works. Until the Contract works have been provisionally accepted by the Railway, the Contractor shall be entirely responsible for the works, whether under construction, during the tests or in use of the Railways service in respect of preservation, guarding and maintenance. The Contractor shall keep attendants constantly on the sites during the period until Railways provisional acceptance. TERMS OF GUARANTEE: The Contractor shall guarantee satisfactory operation of all installation under the contract for a period of 12 months beginning from the date the provisional acceptance certificate is issued by the Railway. This guarantee shall also cover rectification of defects that may arise in the works executed under the contract due to bad workmanship on the part of the Contractor or otherwise, The defects pointed out by the Railways Engineer in this regard will be final and binding and the Contractor [s] shall have to rectify the same at his/their own cost. The Contractor, during the guarantee period, shall carry out in his own expense all modifications, additions or substitutions that may be considered necessary, for the satisfactory working of the equipments. During the period of guarantee i.e. 12 months from the date of issue of provisional acceptance by the Railway, the Contractor shall be liable for the replacement of any part that may be found defective in the equipment whether such equipment be of his own manufacture or of his Sub-Contractors provided always that such defective parts as are not repairable at site are promptly returned to the [Contractors] works if so required by him, at his [Contractors] own expense, the Contractor shall bear the cost of minor repairs carried out by him or on his behalf by the Railway at site. Such defective parts should be replaced by new parts, which should correct the defects. During the period of guarantee the Contractor shall keep all materials, tools and other requisite equipment readily available and shall carry out at his own expense all modifications, additions or substitutions that may be considered necessary for satisfactory working of the contracted work or equipment supplied by him. Final decision in respect of unsatisfactory working of the contracted work or equipment or faulty design or workmanship etc., shall rest with the Chief Signal & Telecom Engineer/Con, East Coast Railway, Bhubaneswar / Deputy Chief Signal & Telecom Engineer [Con], East Coast Railway,Sambalpur/ Divisional Signal & Telecom Engineer [Con], East Coast Railway Sambalpur. No compensation towards any accident whatsoever will be paid by the Railway.

56. 56.1

56.2

57. 57.1

57.2

57.3

57.4

57.5

79 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

57.6

The Contractor shall deposit RS. 25,000/- [Rupees Twenty five thousand only] in any form (FDR/Cash etc) or the same be deducted from first On-Account Bill for materials supplied by the Railway Administration direct to the Contractor for works from the time he commences taking delivery of the materials to the time the works are completed at site and the quantities finally reconciled.

57.7

The Contractor shall also be required to furnish an Indemnity Bond on the proforma as per Annexure-D for a sum of RS. 3,00,000/- [Rupees Three lakhs only] for the materials, which will be handed over to him by Railway Administration for works. The quantity of materials that shall be handed over to the Contractor for execution of the works and the cost of this quantity remaining unused in the custody of the Contractor shall under no circumstances exceed at any time, the value of the Indemnity Bond i.e., RS. 3,00,000/[Rupees Three lakhs only]. NIGHT WORK: If the Railway is, however satisfied that the work is not likely to be completed in time except by resorting to nigh work, by special order, the Contractor would be required to carry out the work even at night without conferring any right on the Contractor for claiming compensation.

58.

59. 59.1

VARIATION IN QUANTITIES: The quantities of item/items in the schedule[s] for supply of materials and the work to be executed are only approximate and are only for guidance of the Contractor[s]. The quantities have as far as possible been passed correctly and the same are likely to vary to the extent of 25% against each item of schedule during the execution of the work according to the actual need of the Railway on either side. Such variations shall be binding on the Contractor[s] and he/they will not be entitled to any compensation for such variation and he/they will be paid for such extra quantity only at the contracted rates. The decision of the Engineer regarding the necessity and the extent of such variation shall be final and binding on the Contractor and the Contractor cannot question or make any additional claim on that account at any stage. Where the variation in the quantities of schedule [s] will be beyond 25% the following policy will be adopted: For the 15% increase in the beyond 25% of the agreemental value, the rate will be reduction of 2% in the incremental value and next 10% increase in the value rates will have a additional reduction of 2% in the further incremental value of the agreement.

59.2

59.3

Where the variation in quantities of schedule/s will be beyond 50% or where item not covered by the schedule are to be executed due to addition/ alteration/ modification deemed essential by the Railways, the rates for such variations in the quantities of the schedules beyond 50% or for such non-itemized work will be negotiated, accepted by the Railway before commencement of such works or get executed through any other agency, solely at the discretion of the Railway administration. For decrease in value beyond 25% of the agreemental value holding discussions with contractor will be dispensed with. EXECUTION OF NON-SCHEDULED ITEM(S): Where items not covered by the schedules are to be executed due to addition/alteration/ modification deemed essential by the Railway, the rates for such non-itemized works will

59.4

60.

80 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

be negotiated and accepted by the Railway before commencement of such works or get executed through any other agency solely at the direction of the Railway Administration. 61. STORAGE OF PETROLEUM: No petroleum spirit within the meaning of the India Petroleum Act shall be stored at site or adjacent land until the approval of the Railway and necessary license under the Act has been obtained by the Contractor. 62. INSPECTION CHARGES: The materials/equipments to be supplied by the tenderer shall be got inspected by RDSO/ RITES/Government Testing laboratory or /Railway representative as decided by the Railways before dispatch of the materials. In general, all safety equipments shall be got inspected by RDSO. The agency for the inspection is the same as that while procuring similar materials by East Coast Railway or as directed by Dy.CSTE/Con/E.Co.Rly. before supplying the works. All materials shall be procured from the approved suppliers. Materials to IS specifications shall bear the mark of ISI. The cost of inspection, if levied by the inspecting authorities, and transport to the respective worksite shall be borne by the tenderer(s).

Dy.Chief Signal & Telecom Engineer/Con/SBP, East Coast Railway, Sambalpur. For and On behalf of the President of India.

The above Conditions of Tender and contract are understood and accepted by me/us. Signature of Tenderer(s) _________________Dated ______________________

81 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(FORM) ANNEXURE - A

To The President of India, Through the Dy Chief Signal & Telecom Engineer/Con, East Coast Railway, Sambalpur. Sub: INDEMNITY BOND FORM.

Whereas _________________________________ herein after called the contractor[s] have entered into a contract with the President of India through the Dy Chief signal & Telecom Engineer (construction), East coast Railway, Sambalpur, [herein-after called the Railway] vide Agreement No._________________________________ whereas the Railway has agreed to issue contractor as the provision of contact the Signalling/Telecommunication materials for issue in the above work costing of RS.____________[Rupees_________________________] only. The contractor[s] hereby undertakes to ensure safe custody of all Signalling/Telecommunication materials and to use them exclusively for the purpose for which they have been issued. The contractor[s] further undertakes to full account for all Signalling/Telecommunication materials at regular intervals as may be prescribed by the Railway, as also when otherwise so demanded by the Railway and return all unused Cables and other materials arising as per the provision of the contract. The contractor[s] further agrees that they will give all the facilities to the Railway for physical verification of the signalling materials whenever so directed by the Railway. By this Bond of Indemnity, we,______________________ undertake to keep the Railway indemnified against any loss or damage, which they may suffer, by default of the Contractor[s] in fulfilment/s of the above conditions. Further, we, the contractor[s], are bound to the Railway or their successors and assign the sum of RS.__________ [Rupees___________________________________]. Signed and delivered by ourselves on this___________ day of_____________ Two thousand and four.

Place: Dated:

Signature: Witness:

82/118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(FORM) ANNEXURE - B

PROFORMA FOR ISSUING MATERIALS TO CONTRACTOR [S] Requisition-cum-receipt for the materials No:_________________________________________ S.R.

A] Please arrange to supply to the bearer Shri___________________________________Quantity_(in figures) ___________(In words)____________________ __________________ for Station_______________ Against Contract Agreement No____________________________

Signature of the Contractor[s]

B] Received the above mentioned materials quantity________________________ [figures]_______________ as mentioned above, on____________ in good condition and I/We undertake the responsibility for replacement/payment of for the same as shall be deemed fit by the Railway in terms of Para______________________ of special conditions.

Station: Dated:

Signature of the Contractor[s]

83/118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(FORM) ANNEXURE - C

CERTIFICATE OF FAMILIARIZATION

I/We hereby solemnly declare that I/We visited the site of above work and have familiarized myself/ourselves of the working conditions there in all respects and in particular the following: 1. Topography of the Area. 2. Soil conditions at the site of work. 3. Sources and availability of constructions materials. 4. Rate of construction materials. 5. Availability of local labour, both Skilled and un-skilled and the prevailing labour rates. 6. Availability of water and Electricity. 7. The existing roads and access to the site of work. 8. Availability of space for putting labour camps, Offices, stores go down, engineering yards etc.

Signature of the Contractor[s]

Page 84 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(FORM) ANNEXURE D

Proforma for Electronic Fund Transfer Electronic clearing service (Credit clearing) Model Mandate Form (Investor/Customers Option to receive payments through Credit Clearing Mechanism). Name of the scheme and the periodicity of payment No. 1) Investor/Customers Name 2) Particulars of Bank Account a) Name of Bank: b) Name of the Branch Address Telephone No. c) 9 Digit Code Number of the bank and branch Appearing on the MICR cheque issued by the bank. d) Type of the Account (S.B. Current or cash Credit) With code (10/11/13) e) Ledger and ledger folio Number. f) Account number (as appearing on the cheque book) (In lieu of the bank certificate to be obtained as under, please attach a bank cancelled cheque or photocopy of a cheque or front page of your saving bank passbook issued by your bank for verification of the above particulars) 3) Date of effect I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme. Signature of the Investor/Customer. Date: __________ -----------------------------------------------------------------------------------------------------------Certified that the particulars furnished above are correct as per our records. Banks stamp. Date: ______ Signature of The Authorized Official of the Bank.

Page 85 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(FORM) ANNEXURE-E IRREVOCABLE GUARANTEE BOND. (To be used by State Bank of India/Nationalized Banks only) SPECIMEN BG FORMAT FOR PERFORMANCE GUARANTEE 1. In consideration of the President of India acting through the Financial advisor and Chief Accounts Officer (Con)/E. Co. Rly, Bhubaneswar (hereinafter called the Government) having agreed to exempt M/s/Sri. ----------------------------------------------(hereinafter called the said contractor(s) from the demand, under the terms and conditions of Acceptance Letter No. ____________ dtd: ________ made between the ________________ , East Coast Railway (Con), Sambalpur and M/s/Sri------------------------ for execution of ------------------------------------ (hereinafter called the said Agreement), of Performance Guarantee for the due fulfillment by the said Contractor (s) of the terms and conditions contained in the said Agreement on production of an irrevocable Bank Guarantee for Rs. ___________________ /- (Rupees ________________________only). We, -----------------------Bank-----. (hereinafter referred to as the Bank) at the request of M/s/Sri ----------------------------do hereby undertake to pay to the Government an amount not exceeding Rs. __________/against any loss or damage caused to or suffered or would be caused to or suffered by the government by reasons of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement with regard to performance. We, --------------------- Bank, ---------------- do hereby undertake to pay the amounts due and payable under this a guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by reason of the contractor(s) failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.__________________________________/-. We, ------------------------ Bank ,----------------- undertake to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding before any Court of tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment. We, ---------------------- Bank ,----------------- further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till .(Office/Department). Ministry of . certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge the guarantee. Unless a demand

2.

4.

Page 86 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

or claim under this guarantee is made on us in writing on or before the ________________ (date), we shall be discharged from all liability under this guarantee thereafter. 5. We, ----------------------- Bank , ----------------- further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to for bear or enforce any of the terms and conditions relating the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for any forbearance act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us. Since our branch is situated outside the geographical jurisdiction of East Coast Railway, our local branch located at and operating within the geographical jurisdiction of E. Co. Railway is hereby authorized to endorse the irrevocable BG for encashment as and when presented by the E. Co. Railway Admn. The period of validity of the above irrevocable Performance Bank Guarantee shall be as under:(a) For works without maintenance period, the above Performance Bank Guarantee shall be valid upto 6 months beyond the date of completion, i.e. upto dtd (b) For works involving maintenance period, the BG shall be valid up to expiry of the maintenance period, i.e. up to dtd The time limit as at (a) & (b) above shall also be applicable in case of extension of Performance BG already submitted. 8. We, ------------------------- Bank , ----------------- lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing. Dated the . Day of 2006. For---- --------- Bank , -----------------------. NOTE: 1. Clause No. 6 is applicable in case the BG issuing bank branch is situated out side the geographical periphery of E. Co. Railway. 2. Clause No. 7 may be modified as per the nature of work and maintenance period involved (if any).

6.

7.

Page 87 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

ANNEXURE - F FORMAT FOR WORK COMPLETION CERTIFICATE.

1.

Name of work. CA No. & Date. Original Contract Value.(Rs) Final Contract Value. (Rs) Payment made till date. Brief Scope of work.

2. 4. 5. 3. 6.

7. 8. 9.

Original Date of Completion Actual Date of completion. Contractors Performance.

Signature of issuing official

Page 88 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(FORM) ANNEXURE - G List of Works Completed in Last Three Financial Years Including Current Financial Year SN Name of Work Contract Organisation No/LOA No and for Which Date Work Has Been Executed 3 4 Detailed Address, Original Contact Numbers, Value of Email Address Etc Contract (Rs) of Officer Concerned. 5 6 Original Date Final Value of Completion of Contract (Rs) Date of Actual Completion

Note: 1-The certificate of work completion issued by a JAG officer has to be attached clearly indicating date of completion and payments made against work up to date. 2-Complete address with contact numbers, of the officer issuing the certificate to be submitted for the purpose of verification.

Page 89 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(FORM) ANNEXURE - H Details of Contractual payments received in last three financial years including current financial year Srl No. 1 Name of the work 2 Contract No./LOA No. and date 3 Date of Payment and Bill No 4 Net Amount (Rs) 5

Note: 1- The payment details as above must be submitted duly certified by a chartered accountant with clear financial year wise break-up.

Page 90 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

(FORM) ANNEXURE - I List of Works in Hand on Date SN Name of Work Contract No/LOA No and Date Organisation for Detailed Address, Which Work is Contact Numbers, Being Executed Email Address Etc of Officer Concerned. Original Value of Contract (Rs) Original Date of Completion Payments Received Till Date of Opening Brief Particulars of Balance Works and Likely Date of Completion.

Page 91 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

1. 1.1

TECHNICAL CIRCULAR II CABLE LAYING: (REF. CSTE.GRCS TECH.CIRCULAR NO.2 OF 1988) Cable Trench: Excavation of Cable trench shall be made in all kinds of soils including clearing roots of trees, rocks etc. to (a) Depth of 1.2 meter to a width of 05 meter (b) Depth 1.0 meter and to a width 0.3 meter for laying cables and providing proper protection while crossing power Cables, Pipe lines etc., The bottom of the trench shall be leveled and got rid of any sharp materials. Trenches shall be straight as far as possible and steep angles shall be avoided. Railways will give alignment of the main cable route as well as track/road crossing.

1.2

In RE area, the following clear distances shall be maintained between the Signalling Cables and the OHE mast or other structure likely to develop high potentials or switching stations earth. Minimum distance between the signaling Cables and OHE masts or other structures likely to develop high potentials or switching stations earth. Depth Cable (Meters) Up to 0.5 Distance (Meters) 1.0 0.5 Remarks Provided Cable is laid in concrete pipe For 3M on rather sides of Masts/Structures.

More than

3.2

(b) Minimum distance between Signalling cables and OHE Mast or Switching station earths. Description Switching stations Viz. Feeding posts, sectioning post, or subsectioning posts, earth, OHE Mast or substation earth. Distance (Meters) 5.0 1.0 1.0 Remarks Provided Cable is laid in concrete Pipes

The above distance shall also be adopted on to doubling line electrified sections. (c) Signalling Cables shall be laid as close to the track as possible. The Cable track separation distance both within station limits and in the block section shall generally not to exceed 6 meters. (d) In all electrified sub-stations the Cable shall be laid in either concrete pipes or bricks channel for a distance 300 meters from the electric sub-station on either side. (e) In places where cables are to be laid between OHE foundation and track and also in between two tracks, the excavation to the full depth should be done, only just before lying the cable in the presence of at-least APWI. Preliminary digging up to 0.457 meter shall be earlier.
f). It is desirable that the excavation of trenches is not done in long lengths and does not remain un-covered over-night. It is preferable that trenches are dug, Cables laid, and re-filling done on the same day. Thje contractor shall have the shorting materials ready on hand, so that on banks, where ashes or loose materials are encountered, shoring can be adopted.

Page 92 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

g) During excavation, the earth of the trenches should not be thrown on the ballast. The earth should be thrown by the side of the trenches away from the track. h) In places the Cables are to be laid close to the track, through preliminary digging up to 0.5 meter may be done, excavation to the full depth should be done only just before laying the cable. 1.3 PLACING OF CABLES: Where several Cables lot different type have top be laid on the same trench, they shall be as far as possible in the following order starting from the track side. i) Telecommunication Cables. ii) Signalling cables.

1.4 LAYING OF CABLES: Before the Cables are laid a visual inspection of cable, shall be made and it shall be tested for insulation and continuity of the cores. The insulation resistance of a new cable shall not be below 500 meg.ohms per KM at 20 degrees centigrade. If there is wide disparity between insulation of different conductors, the condition of the cable should be thoroughly checked before permitting its use. Bedding and armoring shall be inspected to see that there has been no damage during transit or in storage. In case where the wheels are not available or the area not convenient for rolling the wheels, along the route, trench and cable payed out. It should be carried out by adeaquate number of men, ensuring that the insulation of the cable is not damaged and no link/twist is formed. In no case shall the drum be rolled on the road for laying of cables and the cable Dragged on the ground for laying purposes. The cables shall be laid gently into the trench and not thrown out under any circumstances,. Before laying of cables in the trench a visual inspection shall be adequate for any damage or defect throughout its length. Normally cable laying should be commenced only after the relay room and apparatus cases, cable termination box on the route at the respective stations are ready, and the cable should be duly brought inside at the relay room/apparatus cases immediately after the cables are laid. However, special care should be taken to ensure that the coiled cable near the relay room/apparatus case to ensure that the coiled cable near the relay room/apparatus case if fully protected before and during the construction of the relay room /apparatus cases and during final termination. The coiled cable shall be buried well in the ground such that the depth from the ground level to the top layer of the coil shall not be less than 1 meter and shall be fully covered with a layer of bricks horizontally in its entire length and provided with adequate number of cable markers. On no occasion the ends of the cable should be left un protected. 1.5 Cable laying shall commence only after the depth and width of cable trench, quality of bricks are jointly inspected by Railway Engineers representative and contractors representative and approved by the Railway representative and all the materials such as bricks and sand are stocked at site. 1.6 Cable shall not be normally taken over the running track at the time of cable laying by the contractor, as this is likely to cause accident to trains and damage to cable. If at any time the cable has to be taken across the track either in full drums or in spread out conditions it shall be done only in the presence of Railways supervisory staff and also after safety

Page 93 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

precautions have been taken to post flagmen on all the sides as may be required to stop any train approaching the site of the fouled line. 1.7 At each end of the main cable/tail cable/[power cable an extra coil length should be kept. 1.8 At the time of commissioning of cable, laying the insulation values of the cable should again be checked and the value obtained shall not be below 500 Meg.ohms per KM at 20 degree centigrade. If there is wide disparity between insulation of different conductors the condition of the cable should be thoroughly checked before permitting its use. The readings all shall be recorded in a register based on Annexure-B for all Main/Tail/Power cables and signed by Contractor and Railways representative. 1.9 The Contractor shall furnish the final as made cable plan and cable route plan showing the distance of cables from the nearest track center at every 20 30 mtrs. interval and location of apparatus cases. 1.10 PLACING OF BRICKS:

One layer of country bricks in 0.3 meter width of trench and two layer in 0.5 meter width of trench size approximately 200 mm x 60 mm shall be placed closely in breadth wise horizontally at places indicated after the signaling cable is covered with river sand. 1.11 REFILLING THE CABLE TRENCH

The excavated earth shall be again put up in the trench. It shall be ensured that there are no stones or any sharp materials present. The re-filled earth shall be consolidated and extra earth also shall be placed on the trench to compensate the shrinkage and consolidation of earth. 1.12 TRACK/ROAD CROSSING

Wherever signaling/power cable has to cross the track/road it shall be ensured that: i) The cable crosses the track/road at right angles. ii) The cables do not cross in between or inside points and crossings. iii) The track/road crossings to be carried out as per the instructions of Railway representative. iv)The work includes cutting of trench across track/road at the places indicated by the Railways and covering the trenches after placing RCC pipe/Pipes in position and resurfacing./ v) GI/DWO/RCC pipes shall be provided for track/road crossings. For each track crossing with collar shall be provided. For each road crossing required number of pipes with collars shall be provided depending upon the width of the road. ERECTION OF APPRATUS CASES: The work consists of pit excavation, casting foundation with bolts of adequate size having cement concrete of ratio 1:3:6 as per position of apparatus case will be indicated by Railway. The apparatus cases/Battery boxes shall be erected on concrete foundation and plumbed. It should be clear of infringement when the doors are kept perpendicular to the track./ All foundations shall be plastered on all sides and earthwork shall be made the required

2. 2.1

2.2

Page 94 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

level. All the apparatus cases/battery boxes shall be painted with Aluminum paint before fixing the skle-plank terminal board. 2.3 One E Type lock in the door for full size apparatus case shall be firmly fixed and tested with E type lock on the door at apparatus case shall fabricate suitable fixing arrangements, if such arrangements does not exist. Two Hylum shelf Board 20 mm. Thick shall be firmly fixed for all types apparatus cases. CABLE TERMINATION IN APPARATUS CASES/C.T.BOXES:

2.4

In each apparatus case, the work consists of fixing all cables, fixing of 6mm.thick hylum board to carryout termination of cables/cores (Conductors). 2.5 The underground signaling cable main, tail and shall be properly secured by wooden clamps of 50mm x 50mm teak wood inside apparatus case on 25 mm x 150 mm base plank. The cable shall be neatly skinned duly mending and taping of cable ends for termination bunched and terminated. On the terminal board at the required place in order as per approved apparatus case circuit diagram. All the power cables (Aluminum) 10 Sq,.mm. and above shall be provided with copper lugs using crimping. 2.6 After fixing all the signaling cables inside the apparatus case, the side opening shall be closed with masonry work and plastered. The inner side is filled with sand and finally the bottom is sealed with sealing compound. 2.7 All the underground cables shall be provided with punched name plates showing total number of cores, cross section of each core. Aluminum or copper conductor and from to details etc., and also painted inside each apparatus case. Railway will indicate approximate total number of cables core terminations to be made in all apparatus cases including cable termination boxes. The contractor shall fix hylum termination board varnished to suit number of termination at each apparatus cases/C.T.Box as required by Railway. Terminal blocks with links, fuse blocks with fuse shall be fixed on the terminal board pertaining to each apparatus case and cable termination box using proper size of wood screws. Two suitable holes shall be made on either side of terminal block and fuse block for bringing cable core for termination. The contractor shall prepare cable termination and wiring details of apparatus cases and C.T. Boxes and obtain the approval of the Railway Engineer before execution as per the approved plan,. Termination of main cable, tail cables, power cables, core/cores shall be made at the proper terminal as per approved cable plan. Termination of main cables, tail cables, power cables, core/cores shall be made at the proper terminal as per approved wiring diagram pertaining to each apparatus case and C.T. Boxes. Before final termination, each cable shall be tested for continuity, insulation etc., and readings recorded and jointly signed. The contractor shall submit the final As made details for each apparatus case and C.T.Box in cloth tracing/R.P. film duly signed. As made shall also show the position of various equipment fixed in each CT Box and apparatus case, cable details from & to etc., PVC/Nylon sleeves shall be provided on each cable and core cable number name of circuit shall be painted on them. The Armour of all the cable and apparatus case shall be earthed, if the number of apparatus cases are grouped at a place, on earth shall be provided for all. Otherwise Page 95 of 118

2.8

2.9

2.10

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

separate earth is to be provided for each apparatus case. The earth resistance shall not more than 10 ohms. Earth resistance to be painted on earth pit with date. All electrical equipments wherever provided inside apparatus cases shall be earthed. 2.11 Charged secondary cells if installed inside apparatus cases, it shall be fixed leaving sufficient working water toping. Anticorrosive black paint to be coated inside the apparatus case. The date of installation capacity and serial number and circuit particulars shall be painted on each cell and inner-side of the door. Battery links (copper/lead) with suitable bolts and nuts shall be used for connecting cells. Petroleum jelly should be applied on terminals immediately after connection. The specific gravity and voltage readings shall be recorded in a separate register and handed over to Railways duly signed. The equipment like transformer recites, battery chargers, transformers, relays, contractors, resistance etc., as required shall be fixed firmly on shelf planks in apparatus case. Anti-tilting arrangements shall be provided for shelf type relays. Wiring between relays and other equipments shall be carried out neatly. INSTALLATION OF POINT MACHINE Electrically operated point machines of approved type shall be fitted in level to all facing points as per standard drawing on ling sleepers on extended gauge tie plate, clear infringement. The point machine shall be installed after cleaning both inside and outside the machine, after greasing/oiling the all-moving parts. The point machines shall be hand operated and detection and motor controlling contact shall be adjusted & cleaned before taking to site. All un-wanted opening shall be covered with MS sheet. The point machines shall be fixed with proper size of holes through the special sleepers to avoid lateral play. All points connecting rods shall be connected to point machine as per standard layout drawings without any strain and with minimum off set. All connecting rods shall be level and correct size of pins shall be used to avoid longitudinal play. Any changes in the connecting roddings during installation, which necessitates welding, and off sets shall be carried out by the contractor at site. The welding shall be by smithy process, lengthy rodings shall be supported suitably. All the wooden sleepers on which the point machine is installed shall be strapped on both side with 2 x MS strap. Necessary holes (13/16) be drilled on the strap and bolts and nuts shall be used for fixing to the sleepers. Necessary insulation shall be provided for switch extension pieces, throw bar lugs, gauge tie plates, crossing plates and stretcher bars and fixed by the contractor in paint with presence of Railway representative. Railways shall supply only noninsulated gauge tie plate/crossing plate/stretcher bar/un-machine fishplate for the above work. Contractor shall use proper bolts and nuts for insulating them. All the insulation shall be tested jointly before inserting in point. Roding wherever cross track circuit zone shall be [provided with rod joint insulation and tested. One cable termination box shall be installed on Rails/Channels/angles, clear of all infringements, adjacent to the point machine and concreted. The C.T. Boxes shall be provided with 2 number of leading in G.I. pipes of 40 mm. Outer dia and 600 mm length each at the bottom for taking cables and two number G.I. pipe 40mm/60mm. Dia and 300 mm. Length at sideways in telescopic way by suitably drilling holes for taking

2.12

3.0 3.1

3.2

3.3 3.4

3.5

3.6

3.7

Page 96 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

jumper wires to the point machines. The G.I.pipes shall be securely fixed using check nuts. 3.8 The contractor shall fix the hylum termination boards of not less than 6 mm thick, to suit number of termination at C.T. boxes. Terminal blocks with links and fuse blocks with fuse shall be fixed on the terminal board using proper size of wood screws. Two suitable holes shall be made on other side of the terminal block/fuse block for bringing cable cores for termination. One hard wood base plank of 37 mm thick shall be fixed on the bottom of C.T. Boxes.

3.9 Suitable eyelet shall be used for termination power cables using crimpling tool. 3.10 The cables wires from the point machines to the junction boxes shall be taken through flexible conduct PVC pipes and securely fixed with suitable clips. The wiring inside the point machine for motor and detector circuit shall be tested for insulation, earth, and the connections tightened 3/0.75 mm PVC copper wire shall be used for wiring point machines. OVC/Nylon sleeves shall be used for identification of cable/cores/jumper wires and marked with paint. 3.11 Point machines and cable termination boxes shall be painted and point number shall be painted neatly. Antitheft arrangement shall be made with 6mm.thick MS flat with padlocking arrangement. 3.12 ADJUSTMENT AND TESTING OF POINT MACHINES: The point machine shall be worked by hand crank and the housing of switch rail with the stock rail shall be checked. 3.13 The point machines shall be worked both ways with proper feed, without undue friction and working current shall be recorded. 3.14 The point stretcher bar and lock connections are adjusted in such a way that with a 5mm thick piece obstruction placed between the switch and stock rail at 50 mm from the tie switch. 1. 2. 3. 4. The point do not get locked. The point detection circuit is not completed. The frication clutch disengages. The tripling current should not exceed 200% of normal working current.

3.15 WIRING OF POINT CONTROL RELAYS: Soldering process shall be adopted to solder wire to relay clips and suitable copper eyelets crimped with crimping tools shall be adopted before the termination of terminal blocks. The wiring and termination shall be carried out as p0er the approved circuit diagram. The relays details shall be painted. PVC/Nylon sleeves shall be provided for each wire before termination and the details of circuit and where the wires are connected etc., shall be painted on the sleeves. The complete wiring shall be tested. 3.16 SIGNALS: 4.1 The work includes excavation of pits and casting of signal foundations as per standard drawing. The position of signals will be indicated by Railways. The point machine shall be provided with EWS locks/Pipe locks/padlocks.

Page 97 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

4.2 Foundation for signal post should be of cement concrete in the ratio 1:3:6 to be casted at location shown by Railway representative. The foundations are to be plastered on all sides. Necessary earthwork shall be made around the signal foundation. 4.3 Signal pole shall be securely fixed to surface base and erected on signal foundation and plumbed. The gap between the signal pole and surface base shall be filled with lead wool to avoid tilting. Soon after installation the pole shall be painted with Aluminum paint after giving a coat of primer and the signal unit shall also be painted. 4.4 Multi unit colour light signals up to 4 aspects shall be properly mounted on top of Signal pole where there is no indicator. If there is route indicator a large off set bracket shall be fixed firmly with U bolts of thick-2 numbers on the signal pole for mounting multi unit colour light signals. A 13/16 through hole shall be drilled on signal ;pole just below the off set bracket and a through bolt shall be provided to prevent off set bracket from siding down. Blanking streatcher wherever required shall be made of 2.5 mm thick MS sheet and fixed at required height of the CIS post. 4.5 Signal ladders with platform and fittings complete cast iron shoe and adequate number of support to suit signal pole shall be firmly fixed clear of infringement with suitable bolts and nuts and painted. Work also includes fixing of marker boards enamel number plates with suitable clamps at the required place. Speed board if any, shall be fixed on the pole board with copper clamps clear of infringement as required by Railways. Painting of the signal post shall be done as per standard practice of the railway and SEM. 4.6 Signal tail cable shall be taken through the signal pole without damaging insulation and Armour, skinned and terminated on signal kunits. If the signal units are mounted on large off set brackets a vertical slotted hole of 1 x 2 in size shall be made on signal pole for taking a signal tail cable. Suitable protection shall be provided on the slotted hole to avoid damage to insulation of cable. Necessary lenses shall be provided for CLS/Shunt/Route indicators calling on signal/SPI. 4.7 All the multi unit colour light signals shall be wired with 3/0.75 mm copper wire and terminated. For each aspect 2 separate wires shall be used from the terminals and the wiring shall be tested jointly. The signal shall be focused in datytime and bright light at 90% of rates voltage. The outside V cut prism section shall be correctly fixed to the respective trackside for close up visibility of drivers. 4.8 ROUTE INDICATORS Route Indicator directions/stencil/multi/lamp shall be mounted on the top of signal pole. Necessary lens/glass protection shall be provided as required by Railways. The tail cables for route indicators shall be taken through signal pole without damage to insulation and Armour skinned and terminated on route indicator. Route indicator shall be wired as per approved circuit diagram with 3/o.75 mm copper wire for junction/stencil type, with 16/0.2 mm flexible copper wire for multi lamp route indicator. Hoods shall be fixed properly and examined during daytime and if required extension of hoods shall be made to have proper visibility. The route indicator shall be fed at 90% rated voltage and focused in bright daylight. Multi unit colour lights, route indicator units shall be painted as required by Railways. 4.9 The Colour light signal units, Shunt signals, SPI and route indicators shall be provided with EWS Locks/pad locks. Page 98 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

4.10 WIRING OF SIGNAL CONTROL RELAYS/ROUTE INDICATOR CONTROL RELAYS: Relays, transformers and other gadgets controlling signals/route indicators shall be firmly fixed on suitable MS angles (12 relay capacity) inside respective apparatus case. In case of shelf type relays the relays shall be mounted on shelf planks with suitable anti-tilting arrangement. If plug in type relays are used 16/0.2 mm flexible copper wire shall be used for wiring. There shall be no joint in wiring. The wiring shall be directly terminated to the terminal block on the terminal board with suitable copper eyelets crimped with copper crimping tools. For soldering the wire to relay clips in relay rack best quality resin core solder shall be used. The complete wiring shall be tested jointly and linked to tail cable. For shelf type relay 3/0.75 mm copper wire shall be used. 4.11 The description of all relays, fixed on each apparatus case shall be painted inside apparatus case doors, PVC/Nylon sleeves shall be provided on each wire before termination on terminal block. The name of the circuit and wire where connected shall be also be painted on sleeves. 4.12 POSITION LIGHT SHUNT SIGNAL GROUND TYPE: The work involves excavation of pits and the Railways will indicate casting of Shunt signal. 4.13 Foundation of Shunt Signal should be of cement concrete with the ratio 1:3:6 using stone jolly of size 20/25 mm to be casted at locations indicated by the Railways. The foundations are to be plastered. 4.14 The position light Shunt signal shall be properly mounted and plumbed. 4.15 Necessary earthwork shall be made for each position light Shunt signals as required by the Railways. The cables are to be taken through the unit skinned and terminated. 4.16 Position light Shunt signal is to be wired with 3/0.75 mm PVC copper wire and terminated. The wiring to be tested jointly. The Shunt signal is to be focused correctly in daytime at bright at 90% of the rated voltage of the lamp. Lenses guard shall be manufactured and provided. 4.17 A MARKER LIGHTING ON SIGNALS: Calling on signals and A marker lights shall be fitted on the signal posts at required height using suitable bracket. Suitable hole shall be drilled on the signal poles to bring the cable/jumper wires. The cable/jumper wires shall be taken to calling on signal/A marker lights through suitable steel hose pipes. The calling on signals shall be provided with C marker and number plates and painted as per standard practice in the Railways. The calling on signals and A marker light shall be energized at 90% of the rated voltage and focused. 4.18 POSITION LIGHT SHUNT SIGNAL POST TYPE: Small off set bracket shall be fixed firmly with U bolts of suitable sizes on signal pole for mounting post type Shunt signal. A 13/16 through hole shall be drilled just below the offset bracket and a through bolt diameter shall be provided to prevent offset bracket from sliding down.

Page 99 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

A slotted hole of not less than 1 x 2 in size shall be provided on the signal pole to draw the tail cable into the position light shunt signal. While taking the tail cable, care shall be taken such that no damage is caused to the insulation of the cable. 3/0.75 mm PVC insulated copper wire shall be used for wiring the position Shunt signal. The units shall be painted after erection. After wiring, the position light Shunt signal shall be jointly tested, the voltage shall be kept at 90% of the rated voltage for the lamps. Lens guard shall be manufactured and provided. 4.19 5.0 The signals shall be earthed properly in RE area. TRACK CIRCUITS:

5.1 Track circuits shall be provided to conform to para-8 of IRS specification S-36/89 and to RE standard wherever applicable. 5.2 The work includes bonding of rail joints, which shall made with 8 SWG GI soft wires. 7.2 mm holes are to be drilled close to fishplates on the web of rail and bond wires are fixed by driving channel bond pin tightly. Two-bond wires clip is to be provide for each joint in parallel. One bond wire clip is to be provided for each joint to keep the bond wire intact. In point track circuit, parallel jumpers/bondwires/cables Shall be provided as required by the Railways with proper supporting arrangements. 5.3 TLD boxes, one at track feed and another at relay and shall be fixed clear of infringement and the respective track circuit tail cable from the apparatus case shall be terminated. The connection from the TLD boxes to the rail should be though insulated 7X7X19 wire rope, which should be fixed on the rail both at feed and relay ends. The GI wire from TLD boxes to sleepers should be clipped on the sleepers and to prevent shorting with tails, insulations shall be provided to TLD box to prevent GI wire earthing. 5.4 Both TLD boxes shall be painted and track circuit shall be neatly numbered as required by Railways. 5.5 Rail joint insulation RDSO type shall be provided with long bolts and nuts at places marked by Railways. Every rail joint insulation shall be tested jointly after installation. 5.6 Polarity bonding in point track circuits shall be provided for each point track using 8 SWG soft wire insulated and clipped to sleeper, parallel bonding shall be done wherever required. 5.6.1 Track circuit work includes fixing of track feed and track relay equipments in the places indicated by the Railway at each apparatus case. The track relay shall be provided with suitable anti-tilting arrangement. Track relay details shall be painted on the inner-side of the apparatus case door. PVC 3/0.75 mm flexible copper wire shall be used for wiring the track relay and track feed equipment and finally terminated at the terminal block. For each track circuit, one charges secondary cell 80 AH shall be installed in the apparatus case and wired with 3/0.75 mm. PVC Copper wire. The cells shall be fixed firmly leaving sufficient working space for copper wire. The cells shall be fixed firmly leaving sufficient working space for taking specific gravity reading and distilled water tapping. Anti-corrosive black paint shall be coated inside the apparatus case wherever the secondary cells are installed. Additional ventilation arrangements shall be done wherever necessary. Date of installation switch capacity of cells shall be painted on each cell. Petroleum jelly shall be applied on each terminal immediately after connection. The specific gravity and voltage reading shall be entered in a separate register and handed over to Railways duly signed. 5.7 After completion the installation of track circuit it shall be energized tested adjusted and readings recorded. 6.0 ERECTION AND WIRING OF CABLE TERMINATION RACK Page 100 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

6.1

6.2

6.3

Cable termination racks shall be erected on suitable base frame of size 50 mm. X 150 mm. In the relay room at the required location by the Railways with suitable termination racks shall be painted soon after installation before termination work is taken up. Suitable cable ducts wherever required shall be provided to bring all outside cables to the termination rack. All the cables are to be neatly skinned fixed by wooden clamps and terminated in order. The cable Armours and the rack should be earthed. PVC Nylon sleeves/indication sleeves shall be used for cable and internal wiring termination and particulars written with paint on the PVC/Nylon sleeves. The terminals and fuse blocks shall be fixed firmly on the cable termination racks and serially numbered with paint for easy identification. Copper tape of width 20 mm x 1.5 mm. Shall be used for providing bus bars. Suitable holes shall be drilled in copper tape for this purpose. Tags shall be provided for each terminal and painted giving description of the circuit, suitable rubber grommet shall be provided on the termination racks. Suitable arrangements shall be made to fix the indication transformer wherever provided and the signal number, name of aspect shall be letter painted in each indication transformer. The indication transformer shall be tested for insulation and earth before fixing indication transformer. The wiring shall be neatly fixed, wired, bunched and tested. ERECTION AND WIRING OF RELAY RACKS: Relay racks shall be mounted on TW base farms of size 50 mm x 150 mm. As required by the Railways in the relay room with suitable foundation bolts and cement concreted. The relay rack shall be painted soon after installation before fixing of plug board. The painting shall match with the original one. Required plug board and plug in type relays shall be fixed on the rack in the nominated places and letter painted both on the rear and front die of the plug board and front side of the Relays. The wiring shall be done on connectors and terminated to terminal clips by soldering process neatly using high-grade solder. PVC flexible wire 650 V grade 16/0.20 mm copper conductor shall be carried out as per approved circuit diagram. The relay rack wiring shall be tested initially by the contractor and then jointly with Railway representative. Any addition/alteration in the course of testing shall be carried out and incorporated in the circuit diagram. No extra amount is payable for such works. The relay rack shall be earthed. The painted relay index wooden board of thickness 25 mm shall be manufactured and fixed in the relay room giving details of the relays and their position in the relay rack. All the relays to be plugged and shall be replaced, duly reporting the same to the Railways. As made relay rack wiring and contract chart of all relays shall be handed over to Railways at the time of commissioning. Suitable arrangements shall be made in the relay rack for fixing condenser and resistance unit required for slow to pick-up or slow to release feature. Letter painting shall be made against each unit to identify the circuit for which it is used. Suitable PVC wire supporting Tray for each row in Relay Rack shall be provided. The unused relay space shall be blanked using Blanker made of suitable size of MS sheet, using suitable of control. The circuit diagram shall be designed by the contractor based on the approved signaling plan and table of control. ERECTION AND WIRING OF CONTROL PANEL: The control panel shall be erected on suitable teak wood base frame of size 50 mm x 150 mm in the station Masters room at suitable place on proper foundation bolts and cement concrete. Before erecting the control panel, suitable duct shall be made for bringing the Page 101 of 118

7.0 7.1

7.2

7.3

7.4 7.5

8.0 8.1

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

8.2

8.3

jumper cable into control panel if necessary. The inter space of the cable duct after placing all the cables, shall be filled with river sand before closing the duct with slabs. The control panel shall be wired with suitable flexible PVC copper wire 16/0.2 mm, which includes all thumb switches, push buttons, indicators, counter bells/buzzers and emergency push etc., by soldering process as per approved circuit diagram and soldered to the terminal clips. Spare contacts in thumb switches and push buttons shall be parallel. The contractor shall protect the control panel top plates, while doing the wiring. The terminal particulars power supply points, thumb switch/push button numbers, signals/track numbers shall be neatly painted on the inner side of the top plate. Before commencing wiring all thumb switches, push buttons, indications shall be tested for proper contact and defectives shall be replaced in the initial stage itself. The indication lamp details shall be painted on the inner side of the top plate at respective places. Precautions shall be taken such that there is no break in the wires and damage to the insulation for the connecting wires. Each wire shall be identified properly. The wiring shall be done in such manner that enough wiring space is available for replacement of knobs/buttons and attend to wiring. The wiring shall be neatly bunched. The frames and the back doors shall be painted as required. The cable termination and internal wiring terminal particulars of control panel shall be handed over to the Railways. Any modification to the panel/panel wiring shall be done by the contractor at site as required by the Railways at free of cost before final commissioning. POWER SUPPLY ARRANGEMENTS AT EACH STATION

8.4 8.5

8.6 8.7

9.0 9.1

Transformers, Battery chargers, transformer-rectifiers, voltage stabilizers etc., shall be installed and wired as per approved circuit diagram at PI/RRI cabin and apparatus case. 9.2 IPS shall be installed under the direct supervision of the original manufacturer of the system as per installation manual and railways direction. A certificate to this effect from the manufacturer shall be submitted by the contractor for correct installation of IPS as well as charging of batteries to the railway. Any fault arising after installation of IPS shall be promptly attended to. Contractor shall be responsible for quick rectification of failures and maintenance of the system. 9.3 In case of malfunctioning of any of the system modules the defective modules shall be replaced or repaired within seven days of the occurrence for which no extra payment shall be made. 9.4 All outgoing connections/wiring shall be done by minimum 10 sq. mm. Copper conductor with suitable copper lugs crimped at each end. 9.5 Batteries shall be charged according to the guidelines of the original manufacturer. The details of battery charging shall be recorded in a register and shall be submitted to the railway after installation is over duly signed by the contractor and the installation incharge nominated by the manufacturer of the system. 9.6 Earthing of IPS shall be done separately. The earth resistance shall be within the recommended value as specified by the manufacturer. Sufficient care shall be taken to maintain E-N voltage within specified limit. 9.7 SPV array shall be installed by the contractor under direct supervision of the manufacturer. A certificate to this effect from the manufacturer shall be obtained for correct installation and arising of the system and same shall be submitted to the railway by the contractor. 10.0 INSTALLATION OF SECONDARY CELLS:

Page 102 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

10.1 Charged secondary cells of all capacities shall be installed in the battery room on east cabin and West cabin on suitable MS angle stand, Battery stands to accommodate LL CELLS SHALL BE MANUFACTURED WITH ms ANGLESD OF SIZE 65 MM X 65 M,M X 8 MM M.S.flats 50 mm x 6 mm., covered with 100 mm x 50 mm thick hard-wood reaper and shall be installed in battery room as indicated by Railways. The battery stand shall be given Anti-corrosive black paint before installation of battery. The cells shall be arranged nearly with sufficient working space for maintenance. 10.2 Charged secondary cells shall be installed in apparatus cases on suitable hardwood base planks/shelf planks, shall be left over taking specific gravity reading, and distilled toping. Anti-corrosive Black paint shall be coated inside the apparatus case. Additional ventilation, capacity serial number and circuit particulars shall be painted on each cell and inner side of the floor. 10.3 Cells are to be connected with suitable copper/lead links sufficient to carry the full load. Immediately after connection petroleum jelly shall be applied on battery terminals. PVC 7/1.40 mm copper wire with colour codes and terminated in the terminal board in the battery room shall carry out the wiring. The details of batteries and the capacity, circuit, date of installation etc., shall be painted. The contractor, if necessary at his own cost shall shift the existing battery. The specific gravity and voltage reading shall be recorded for each cell in a separate register along with the guarantee certificate of the supplier and handed over to the Railway duly signed. A suitable TW stand for keeping the Hydrometer shall be fixed in each battery room by the contractor. One battery tester shall be kept in the battery room. 10.4. All connections/termination shall be tested by the contractor and after satisfying himself then to be tested jointly with Rly. Representative. The contractor shall carry out any alterations during testing and commissioning of installation. 10.5 . Secondary cells shall be initially charged by reputed firms only shall undergo not less than 3 cycles of charges and discharges. 10.6 .The battery room shall be provided with good quality of lock. 11 INTER CONNECTIONS: 11.1. Interconnection arrangements between the cable termination rack, control panel and relay racks shall be carried out as follows: (a) Inter-connection between relay racks to CT rack shall be carried out with cable having plain, appealed per Multi core/single core conductor of 1.0/1.2 PVC insulated unarmored, unsheathed 1100 V grade cable wherever intermediate terminals are approved. (b) Relay rack shall be wired with Multi core cable 16/0.2 mm single core PVC copper conductor by soldering process wherever the intermediate terminals are not provided. The wire shall be suitably supported by means Aluminum angle and 25 mm x 6 mm Aluminum flat. Arrangements having adequate width at the bottom of the ladder, suitable Perspex sheet shall be provided. 11.2 RELAY RACK TO CONTROL PANEL AND POWER ROOM/POWER PANEL TO FTOT The interconnections between the relay rack and control panel and the power room and FTOT shall be carried out with underground, Armored. Sheathed, power/signal cables of adequate size. The termination shall be carried out using suitable size of copper

Page 103 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

eyelets/sockets. Using suitable underground cables shall carry out interconnection between power rack and battery room. 11.3 The interconnection arrangements include lying of signaling cables wherever necessary as indicated by Railways. 11.4 Ladder arrangements provided shall be of suitable capacity and manufactured by the contractor fixed nearly and firmly with proper solid supports as required by Railways. The inter spacing between two flats of the ladder shall not be more than 125 mm. The corners of the ladders as well as the interpath of the ladders shall be of curves shape and shall not make any damage to the insulation of the interconnection wires. The bends also shall not be steep. Cable details, functions allotted to each core and terminal numbers shall be prepared in standard size of cloth tracing/R.P. film and handed over to the Railways. The bottom of the ladders shall be provided with Perspex sheet of required colour. 11.5 All connections/terminations shall be tested by the contractor and after satisfying himself and then to be tested jointly with Railway representative. Any alterations shall be carried out by the contractor before commissioning of installation at free of cost.

11.6 Any addition/alterations in the wiring of relay racks, control panel, cable termination racks, power racks, battery room and apparatus cases involving safety shall be carried out by the contractor before commissioning of installation at free of cost. 12 EARTHING Relay racks, cable termination rack, power racks, power equipments, control panel, lever frames, and apparatus cases shall be earthed. The Armours of all the cables and apparatus case shall be earthed. If numbers of apparatus cases are grouped at a place one earth shall be provided for all. Other wise separate earth shall be provided for each apparatus case. Earth to be provided separately for power supply equipments and generators. Signal earth is to be provided separately. The earth resistance shall not be more than 10 Ohms. At station separate block instrument shall be provided with 5-meter inner distance. 13 ELECTRIC KEY TRANSMITTER 13.1Electric Key transmitter with/without crank handle fixed to the key shall be installed firmly on suitable angle supported and decorated teak wood boards in Station Masters room/Cabin/Battery Box/Apparatus case/LC in the place indicated by Railways, with free indication and push button. The wiring shall not be exposed. EKT when fixed with crank handle, it shall be ensured that proper supports have been given to the crank handle to avoid undue strain to the mechanism of the EKT. 13.2Wherever required, 12V-4 AH Nickel Cadmium power rack with built in chargers to work on 110 V/AC shall be installed for EKT control circuit. 13.3The required groove in the point machine pinion shall be cut to suit the crank handle grouping or on the crank handle key and crank plate, crank handle keys shall be fixed with RXTs. 14 PROVISION OF LOCKS FOR POINT MACHINE, APPARATUS CASES, CABLE TERMINATION BOXES AND SIGNALS. 14.1Universal locks (EWS Docks) shall be provided on signals, lever locks, apparatus cases, point machines and C.T. Boxes wherever necessary. Universal type pipe locks of square spigot configuration shall be provided for the crank handle opening of the point machine Page 104 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

wherever necessary. The relay room power room shall be provided with good quality of locks. 15 AS MADE DETAILS: 15.1Before commissioning of the entire installation copies of Final AS MADE details as hereunder shall have to be supplied by contractor duly incorporating all particulars for the station. AS MADE documents, to Railway Standard size only, and shall be handed over to the Railway duly signed. 15.2i) As made apparatus case wiring diagram, termination and cable particulars. ii) As made power distribution diagram. iii) As made circuit diagram with all alterations. iv) As made cable termination racks particulars. v) vi) vii) viii) ix) As made relay contact analysis. As made relay index diagram As made cable plan. As made cable route plan. As made Bonding plan.

However, contractor shall hand over copies of the above As made details before joint testing is taken up with Railways. Any correction made during testing shall be incorporated before submitting FINAL AS MADE plan. 16 TESTING AND COMMISSIONING 16.1Testing and commissioning consists of final testing of selection circuits, for proper functioning of track circuit, points and other gears as per SE, energizing and testing of power cubicles, stabilizers, generators, secondary cells for all circuits. Energizing and testing of colour light signals. Lifting barrier gates, electric lever lock and circuit controller and final commissioning of the entire signaling arrangements for traffic use. The equipments shall be first tested by the contractor and then jointly with Railways, testing arrangement charges being borne by the contractor. The contractor shall supply test panel, meters, and test lamps etc., for testing at his own cost. 16.2At the time of commissioning, the contractor has to submit all As made particulars pertaining to the installation vide para-16.

****

Page 105 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

TECHNICAL CIRCULAR NO. 2 OF 1988 (Issued in super cession of Technical Circular No. 2 of 1984) Sub: Laying of Signalling Cables. INTRODUCTION Life and performance of a Signalling cable depend to a large extant on the care taken in installation of the cable and its joining. It has been observed of late that adequate care is not being exercised in handling and laying the cable as a result of which such cables have developed faults within a few months of their installation. The following instructions are accordingly issue for laying down a uniform practice for correct procedure of laying signalling cables, which should be followed by all concerned. Wherever laying of cables is entrusted to Contractor, these instructions should be brought home to them as special conditions in the tender paper. While supervising the cable laying work to be done by the Contractor, the field Inspectors and Officers shall ensure compliance. 1. PLANNING:

1.1.1 While planning for cabling on a route, the number of conductors required, depending upon the circuits required should be first determined. 1.1.2 In any cable, spare cores shall be provided up to at least 10% of the capacity of the cable with a minimum of 2 cores. 1.1.3 Where a number of cables have been laid along a route, the circuits shall be show distributed that cables can be disconnected for maintenance purpose with the least possible dislocation to traffic. In a double line station, it will be preferable to use separate cables for Up and Dn line. 1.1.4 After deciding the size and the number of conductors in the different types of cables to be used on a route, a foot-by-foot survey along the track should be done to determine the best route for the cable. 1.1.5 The desired route should be shown clearly on a cable route plan conforming to typical cable route plan no. SI/11 9896 issued by CSTE/GRC showing the actual alignment of track crossings, crossing with power cables, water and sewage mains and other points of importance. 1.16 A Cable core distributed plan according to CSTEs typical drawing no. SI/W 9896 should be drawn in respect of each installation. In the case of core distribution plan, all the cables should be numbered in ascending order from HWH end i.e, right hand side of the plan. If there be a necessary to lay any extra cable higher numbers can be used without distribution the existing numbering arrangement. The cables are numbered as follows: say the number is 0112(4) the extreme left two digits 01- indicates cable No: 1 the next two left digits 12- indicate total no. of cores of the cables; the digits in bracket (4) indicate the no. of spare cores available. The tail cable is also numbered in the similar fashion with the insertion of the letter T after the extreme left two digits. Page 106 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

1.1.7 All the cables should be given distinctive numbers when the cables are initially laid. The number should be punched on a lead sleeve and the sleeve should be wrapped round the cable every 3 mts. The numbering should be in a row at one place and not put haphazardly. 1.1.8 Circuit route termination chart should be drawn in respect of each circuit should be shown in each circuit starting from beginning to end. The route of the circuit should be shown in each location hut concerning it. All the cores of the existing cable should be numbered with plastic markers. These core numbering is essential so that under no circumstances a wrong. Connection can take place. 2. CABLE LAID UNDERGROUND:

2.1 Cable should be laid underground, either directly in the trench, in ducts. In cement troughs or in pipes. 2.2 LAYING THE CABLES IN DUCTS :

2.2.1 In yards where large number of cables is required to be laid in connection with Panel/ RRI installation, the cables may be laid in RCC ducts or brick channels with removable top cover. In such cases the cable shall be laid in a serial order with one two rows or as necessary taking core to avoid crossing of the cable inside the duct and at the entry to the cable termination room. The location of cable such should be so decided that in case of derailment there is no possibility of damage of the cable inside the duct by the derailed vehicles. 2.2.2 Laying of the cables in the ducts is subject to a special check to ensure that the area is not theft prone. 2.2.3 The ducts shall have suitable covers capable of being removed for inspection. 2.2.4 Whenever the cable is laid in the duct there shall be holes on the bottom, of the ducts for draining away any water that may collect. 2.2.5 Ducts shall be kept close to the surface of the ground so that the cover can be removed easily without digging the earth. 2.2.6 When cables are laid in rocky areas, it is desirable to protect that with split RRC ducts.

2.2.7 Where several cables of different categories have to be laid in the same trench, they shall be placed as far as possible in the following order starting, from the main trackside, so that in the event of failures, the maintenance staff may easily recognise the damaged cables: i) Derivation cable for Axle Counter. ii) Signalling cable or cables. iii) L.T. Power cable (less than 660 Volts). 2.2.8 Telecom: cables or cables belonging to Pots & Telegraphs Deptt. Or cables of Electrical Department must not be laid in the same trench along with signal cables. However laying of derivation cables for axle counter and LT Power cable for signalling circuit is permitted in the same trench along with Signalling cable as a special case. The signalling cables must be separated from power cables by a row of bricks between them.. 3. INSTALLATION: Page 107 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

3.1

TESTING OF CABLE BEFORE LAYING:

3.1.1 Before the cable is laid, visual inspection of cable shall be made and it shall be tested for insulation and continuity of the cores. 3.1.2 Bedding and armouring shall also be inspected to see that there has been no damage during transit for in storage. 3.1.3 Before the cable is unwound from the drum; its insulation must be measured after removing the end seals. No having insulation lower than that specified in the specification shall be laid. PAYING OUT THE CABLES: 3.1.4 For paying out cables, the cable drums shall be mounted on able wheels.

3.1.5 The drum on the wheel shall be brought to one end of the trench and the end of the cable freed and laid in the trench 3.1.6 The cable wheel shall then be drawn along the road track. 3.1.7 A party of labourers shall follow the drum and guide the cable from the road into the trench carefully so that the cable is not damaged pr bent unduly. 3.1.8 In cases where the wheels are not available, the drums shall be mounted on an axle at one end of the trench and cable paid out and carried by labourers. 3.1.9 In no case, shall the drum be rolled off on to the road for laying the cable and the cable dragged on the ground for laying purposes. 3.1.10 It should be ensured that no kink is formed while paying out the cable. 3.1.11 In no case shall be cable drum be laid flat on the ground and cable unrolled from, the drum by twisting the cable. This procedure may cause permanent damage ton the cable. 3.2 LAYING :

Cables shall be laid generally as per standard instructions. Special precautions shall be taken in the station yards etc. where a number of other utilities may be existing. 3.2.1 The cable laid parallel to the track and between home signals of at station shall be laid at depth of 1 meter. Cable laid across the track shall be 1 metre below the rail flanges. Cable laid beyond the home signals in a yard Automatic signals area; ;or IBS or level crossing gates must be at a depth of 1.2 metre. At station yards which are theft prone, the cable shall be laid at 1.2 metre depth.. 3.2.2 The width of the cable trench shall normally be 0.5 metre. The bottom of the cable trench shall be levelled and got rid of any sharp materials. In the soft ground, the cable shall laid at the bottom of the trench previously levelled. In the rocky ground, the cable shall be laid on a layer of sand or sifted earth of 0.05-meter thickness previously deposited at the bottom of the trench. Both the above cases, the cable shall be covered with a layer of sand or sifted earth of 0.10 Mt. thicknesses Page 108 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

3.2.3 CABLE CROSSING: 3.2.4. When a cable has to cross the track, it should be ensured that: i) The cable crosses the track at right angles. ii) The cable does not cross the track under points and crossing end. iii) The cable is laid concrete /G.I. /C.I./ pipes, or suitable ducts while crossing the track.. iv) In no case cable should be laid without ends having been sealed to avoid water entering though care end and damaging the cables. 3.2.5 When cables have to be laid along culverts they shall be suitably protected end supported. These shall be taken either (a) on the covert through a G.I. pipe not less than 2 dia or (b) taken in the bed of the culvert provided the vier or gutter remains dry, most of the season. When taking cable through pipe along the bridge, it should be suitably sported. In addition the entry and exist ends of the cable form the; pipe to the diversion point of the cable shall be laid in concrete duct this being the; most vulnerable portion of the cable run. NOTE : Extreme care should be taken to ensure that outer P.V.C. insulation and armouring of cable is not damaged while taking cables through pipes.

3.2.6 When cables have to be laid along a metallic bridge, they should be placed inside a metallic through which may be filled, an anti-theft measure, with sealing compound. The cable should be supported across the bridge in manner which would involve minimum vibrations to the cable and which will facilitate maintenance work. In A.C. electrified areas where suitable return patch may not be available for traction an additional thick conductor must be laid along with signalling cable and should be earthed at both ends. An extra length of about 6 Mts. Should be kept at both ends in the form of coils in case it is laid along culvert or bridge. 3.2.7 In theft-prone areas Cable Markers must not be provided but the route plan should clearly indicate the off sets from reference marks. 3.2.8 While laying the cables in accordance with the above instructions, the following precautions should be adhered to for the safety of the track: i) Out side the station limits, the cable shall generally be laid at not less then 5.5 meters from the centre of the nearest track.. ii) Within the station limits, the trenches shall preferably be dug at distance of not less than 3 Mts. From the centre of the track, width of the trench being outside the 3 Mts. Distance. iii) At each end of the main cable an extra loop length of 6 to 8 metres shall be kept. 3.2.9 It is desirable that the excavation of the trenches is not done in long lengths and does not remain uncovered overnight. It is preferable that trenches are dug, cables laid and refilling done on the same day. 3.2.10 The inspecting official, who supervises the excavation work, shall have the shoring materials ready in hand so that in banks where ashes or loose materials are encountered, shoring can be adopted. 3.2.11 Back filling of the trenches should be done properly, rammed and consolidated. Page 109 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

3.2.12 During excavation, the earth of the trenches shall not be thrown on the ballast. The earth shall be thrown by the side of the trenches away from the track. 3.2.13 In places where cables are to be laid close to the track, though preliminary digging up to 0.5 Mts. may be done excavation to the full depth should be done only just before laying the cables in the presence of an official form Engineering Department. 3.2.14 The work shall be supervised at site personally by an official of the Signal and Telecommunication Department not below the work of a Signal Inspector Gr.III. 3.2.15 JOINTING OF CABLES IN 25 KV A.C. ELECTRIFIED AREAS: When underground straight-through joints are made, special care must be taken to maintain the electrical continuity of the sheath and armouring. For jointing PVC cables, EPOXY cable jointing Kit similar to M.Seal kit No.S/II, S/III, S/V should be used. 4. JUNTION BOX :

No underground straight through joints shall be used in signalling cables for future installations. The junction /Location Boxes of approved design shall be used for putting through the signalling cables. a) The installation of junction boxes for cable termination are to be restricted strictly between the Home Signals of a station. b) Beyond the Home Signals of a stat6ion where termination of a the main cables are required for connecting to track point or signal control, location boxes only should be installed and not junction boxes. c) The cable leading into the junction box should be suitably protected by C.I. pipes. d) The bolts heads of the junction box covers shall be invariably riveted. 5. Cable leading to the signal posts should be taken though the post if the signal is tubular. In case of any other type of signal posts such as lattice type of joist type, cables should be taken through pipes. 6. CABLES LEADING TO CABIN/ STATION BUILDING/ RELAY ROOM/ GOOMTIES :

6.1 In case of cable leading to cabins/Station Building/Relay Rooms/ Goomties the floors of which are considerably higher, they should be taken through G.I. pipes by giving off sets. A number of cables should not be tightly fitted in one pipe. Extreme care should be taken that outer P.V.C. insulation or armour of the cable is not damaged while these are taken through G.I. pipes. 6.2 In the Cabin/Relay room/Goomty/Location hut, the entry point of cable from outdoor should be protected by suitable masonry and plaster to guard against physical damage as well as entry of water and insets. 6.3 The area enclosing the base of cables should be filled up with layer of sand. In addition thin layer of cement plaster with good top finish should be provided. The cement plaster layer should be such that in case of necessity, the same can be easily broken for repair of cables or for laying additional cables. Page 110 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

This arrangement is to adopted; in respect of both existing and future installations.

7.

MAINTENANCE:

7.1 Cable routes should be checked by walking along the route to ensure; that there is no feasibility of cable exposure on account of any excavation work over the cable route or due to soil erosion. If necessary, earth work should be done over the cable route ton ensure that there is no possibility of accumulation of rain water over the cable route due to the formation of a drain on account of sinkage of soil. The cable route should be checked at least once a month. The cable routes should also be kept free from jungle growth, etc. so that in case of necessity, excavation work can; undertaken by S&T staff without difficulty. 7.2 Should an existing cable be exposed due to making of a drain, the same should be protected by two channel irons of adequate length to cover the exposed length. The channel irons should be firmly secured with clamps should not bolt. The inter distance between two clamps should not exceed one meter. The ends of the channels should be concerted. 7.3 Should there be heavy soil erosion over a portion if the cable route and it is not possible to cover the same with earth, the effected portion of the cable route should be concreted taking precaution that the cable is not damaged on account of concreting. 7.4 Before any -excavation work is under taken affecting the cable route,. Signalling staff should be posted at site to guide the excavating party so that the cable is not exposed or damaged. It must be ensured that such excavation work is not undertaken by any party without the express permission of the concerned Signal Inspector. Copies of the; cable route plan should be given to IOW, PWI, Electrical Foreman etc. as inadvertent excavation is avoided. 8. MEASUEREMENT JOF INSULATION RESISTANCE OF THE CABLE:

8.1 The insulation resistance of the main cable should be measured at least once in a year. The insulation resistance of tail cable should be measured at least once in a six months, The insulation resistance of the main cable should be measured strictly as per procedure mentioned in CSTEs Technical Circular No. Sig/1 of 1981. The test results should be recorded in a register according to the proforma supplied along with above circular. The defective cable if any should be rectified at the earliest. The details of all joints in a cable should also be mentioned in the register in addition to mentioning them in cable route plan. This super deeds Technical Circular No. 2 of 1984.

Sd/N.K Ghosh Chief Signal & Telecom. Engineer.

*************

Page 111 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

SPECIAL CONDITIONS OF CONTRACT 1.0 1.1. Conditions covering the contract:

PART I

The special conditions of contract contained herein shall be supplemented to General conditions of contract. In the event of any conflict or inconsistency between them the special condition of contract contained here shall prevail. The technical specification of contract as incorporated in this contract document and drawings supplied/mentioned will form the basis for execution of the work. The S. E. Railway schedule of labour and material rats Vol. I(1992) and General conditions of contract and standard specifications of Vol. II of 1994, and also conditions of tender and general conditions of contract for S&T works both amended up to date and special conditions shall from part of this contract agreement and for all purposes be treated as if the same have been incorporated herein. All the works shall be carried out in accordance with the instructions given in: Signal engineering manual with latest correction slips. Telecom engineering manual with latest correction slips. Drawings and instructions issued by RDSO/Lucknow. Drawings and instructions issued by CSTE/S.E.Rly, E. Co Railway. Instructions given by the manufacturer. Instructions given by CSTE/GRC appeared in safety bulletin SAMARAKSHA. Drawings etc, issued by Dy. CSTE /Con/SBP. Any other instructions issued from time to time by the Engineer of the Railways at site. Deleted. Use of Technical Terms and conditions : Definitions, technical words and symbols used in circuits and other places shall be as per Indian standard specifications, where they are not available, they should conform to appropriate British Standard specifications. The tenderers representative and the Railway supervisor shall jointly inspect the site and made up a programme and put up to Dy. CSTE/Con/SBP or his authorized representative for his approval. The work shall be carried out as per the fixed progrmme approved by Dy.CSTE/Con/SBP or his authorised representative.

1.2.

1.3.

1.4. a. b. c. d. e. f. g. h. 1.5 1.6

Discrepancy in drawings and other documents :


1.7 The tenderer shall carry out at his expense any alteration of the works due to any discrepancy, error or omission in the drawings or other particulars. Any approval given by the Railway for this purpose shall be in no way absolve the tenderer from any or all responsibilities for the correct and safe functioning of the equipment. In this regard the sols responsibility rests with the tenderer in all respects. Any fittings or accessories, which may not be specifically mentioned in the tender or the agreement executed thereon, but which are usual and/or necessary as per the normal signal engineering Page 112 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

practice are to be provided by the tenderer without extra charges so that the plant is completed in all respects for rendering useful services. 1.8 The Railway may require such alterations to be made on the work during the progress and may be necessary but should the said alterations be such that either party to the contract considers alterations be such that either party to the contract considers alteration in prices justified such alterations shall not be carried out initial amended prices submitted by the tenderer and accepted by the Railway and intimated in writing to the tenderer. Future development : If during the period between the date of tender. and signing of the contract, there have been any developments resulting in improvements or advancement is arranged to these equipment to be installed ,in its design of fabrication the tenderer shall make available to the Railways all information the Railway may modify the orders to take advantage of these developments, on the basis of mutually agreed terms. The purchaser reserves the right for the alteration/modification/decision in respect of the work at any stage of the execution. The charges incurred there is to be settled mutually between contractor and the purchaser. Work Order : 1.10 Work shall not be taken up for execution without work order. f the original work order issued to the tenderer is lost by him for any reason what so ever and the tenderer demands for supply of a duplicate of the same, a penal levy of Rs.10/-(Rupees Ten only) for such work order will be imposed on him for the issue of duplicate work order. This should be clearly understood that it is entirely contractors responsibility and liability to find, procure all the machinery, tools and plants and methodical execution of the work. Delay in procurement of such items due to their non availability or import difficulties or any other cause what so ever not be taken as an excuse for slow and non performance of work. Inspection of work and Measurement : 1.12 Measurements : After completion of the stages of work the tenderer should inform in writing about the completion of the work to the Railway supervisor and request him for a joint inspection. The measurements of quantities for purpose of payment to the contractor will be undertaken as per clause No.45 of GCC of part III. Inspection of work: The Engineer or the Railway supervisor may inspect and test the various portion of the work at all stages and shall have full power to reject all or any portion of the work that he may consider to be defective or design in quality of material or workmanship or design in comparison to that is called for in this specification. In the event of any work already executed and not in accordance with the specification as in this tender and/or determined by the Engineer of which the Tenderer have been apprised, the tenderer shall carry out alteration/replacement to such works to the satisfaction of the Engineer for which no additional expenses shall be borne by the Railway administration.

1.9

1.11

1.13

1.14

Page 113 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

1.15

The tenderer shall carryout such tests at his own expenses as are necessary in the opinion of the Engineer to determine that the contract is being complied with satisfaction and that the contractor is not entitled to the payment in respect thereof. All materials to be used by the tenderer on the work shall be of approved quality and shall be approved by the engineer in charge before being used in the work. No extra charge shall be paid to the contractor towards carriage, loading ,unloading and handling etc. of the materials supplied by the tenderer and he shall include all such charges in supply of materials. If the completed work or any portion thereof before it is taken over or during the guarantee period (works includes equipment also) be found defective or otherwise failed to fulfill the requirement of specification or its purpose, the Railway shall give the contractor notice setting forth, particulars of such defects or failure and the contractor shall forthwith make good the defective work or alter the same to make it satisfactory to copy with said requirement free of cost. Should the contractor failed to do so within a reasonable time(Which time to be decided by the Engineer in charge)after the service of the said notice. The Railway ,may reject and replace the whole or part of such defective work as the case may be at the cost of the tenderer. Such replacement shall be carried out by or at the instance of the Railway within a reasonable time and so far reasonably practicable under competitive conditions. The tenderer full liability under this clause shall be satisfied by the payment to the Railway of the extra cost being the ascertained difference between the prices paid by the Railway under the above mentioned provision for such replacement and the contract price for the work so replaced plus the sum if any paid by the Railway to the tenderer in respect of such defective work. If it becomes necessary for the tenderer to replace review any defective portion of the work under the clause above, then the provision of the said clause, shall also apply to the portion of the work as replaced or renewed until expiry of three months from the date of such replacement of renewal or until the end of the above mentioned period of six months which ever is later. If any defects be not remedied within a reasonable time during the aforesaid period, the Railway may proceed to do the work at the tenderers risk and expenses but without prejudice to any other rights or remedies which the Railway may have against the tenderer in respect of such defects or faults. In the event of such rejection as aforesaid, the Railway shall without prejudice to other rights and remedies, and in particular without prejudice to this rights under the clause just preceding, be entitled to the use of the rejected work in a reasonable and proper manner for a time reasonably sufficient and to enable him to obtain other replacement. During such period, if the rejected work is used commercially, the tenderer shall be entitled to a reasonable sum as payment for such use but the tenderer shall not be entitled to claim any damages in respect of such period. Purchaser reserves the right to suspend the progress of work or any part thereof by reason of weather conditions or by some default on the part of the contractor or necessary for proper execution and the safety of the work for such time or times and such manner as may be considered necessary by the Engineer and the tenderer shall during such suspension period protect and secure the work as is necessary in the opinion of the Engineer. The tenderer shall not be entitled to the extra cost(if any)incurred by him during the period of suspension order by the Engineer owing to the reasons other than aforementioned and when each such period of suspension exceeds 14 days, the tenderer Page 114 of 118

1.16

1.17

1.18

1.19

1.20

1.21

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

shall be entitled to such extension of time for completion of the work as the purchaser may consider proper. 1.22 If during the progress of the works the cable or any other material of the Railways are damaged the cost of the repairs or replacement of such cables or accessories shall be recovered from the tenderer. Decision of the CSTE/Con/BBS, Dy.CSTE/Con/SBP in regard to the cost to be recovered towards repairs or replacement of material supplied by the Railway Administration shall be final and binding on the tenderer.

Materials :
1.23 The percentage quoted by the tenderer above/below the rates incorporated for various items/works in schedules A,B&C to the tenderer shall be inclusive of cost of supply of these items, to be procured by the contractor. The tendered rates shall also be inclusive of all taxes, such as Central, State/Local including loading, unloading lifting, stacking and re-handling of all materials including transportation to the work site. Even after the cables are laid and refilled and on Account payments are made to the contractor, the security of the (i) cables laid and other (ii) associated equipments solely lies with the contractor and he has to replace the same at his own cost if any, theft or loss or damage occurs till the entire section is commissioned to the complete satisfaction of Railway and the same is handed over to the Railways. 1.24

Inspection of materials :
The materials/equipments to be supplied by the tenderer shall be inspected by RDSO/RITES/Railways authorised representative before despatch of the materials as specified. In general, Railway Signaling cables, relays and all types of safety equipment shall be inspected and approved by RDSO. The agency of inspection in general is the same as that while procuring similar materials by South Eastern Railway or as directed by Dy.CSTE/ S. E. Railway/ Sambalpur before supplying to the works. The cost of inspection and transport to the respective work site shall be borne by the tenderer. If required by Railway Engineer, these materials/equipments shall be subjected to the further inspection at the work site also and the cost thereof shall be borne by the tenderer.

1.25

Miscellaneous and Consumables Stores :

1.25.1 For the execution of the work ,the tenderer shall procure all items of materials inclusive of miscellaneous and consumables items of stores from approved lists of suppliers. The rates quoted by tenderer shall be inclusive of cost of miscellaneous, consumables and fastening materials, and nothing extra will be paid for the above stores broadly covering, sand ,ballast, bricks, bitumen compound, B clamps, nuts and bolts of different sizes, solder soft resin core, screws of different sizes, plastic sleeves and polyethylene sleeves, copper battery lugs and eye lets, AL. C.P. solder, Eyre flux, insulating tapes, coloured twine balls, French polish, lead wool for packing and poles name plates for cable tags ,foundation bolts for signal and apparatus cases, PVC bunching tapes with button charcoal, common salt, brass eyelets, Dowel make cat.No.7076,7928,71556,CU SO and KR 453 steel hose pipe MS clamps, MS angles, aluminum angles and flats etc. required for executing the work . Page 115 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

1.25.2 All the materials mentioned in work schedule i.e. schedule A will be arranged by the contractor. The required quantity of materials for the work will be supplied be the Railway to the Tenderer. The tenderer shall collect the materials at the Railways stores, depos i.e. S.I./Con/SBP and carry the materials to the work spot. No extra cost on account of this over and above the rates quoted in the schedule of rates will be accepted. 1.26 The Tenderer will have to give a clear receipt for the materials issued from Railway stores every time when issue is made on prescribed proforma. The tenderer shall take out and keep in force & policy/policies of insurance for an amount and period to be approved by the Railway in advance for all the Railway materials in his custody and the insurance cover shall be on any approved General Insurance Corporation/undertaking of the Government of India. The Tenderer shall have to make his own arrangement to store the Railway materials in godown at his cost. While storing Railway materials, the Tenderer should guard against loss due to any cause whatsoever and proper care should be taken in handling materials. The Tenderer will be responsible for storing the materials as mentioned above at the site of work according to standard condition and specifications. The Railway Administration shall have no liability for late supply materials by the Railway Administration and the Tenderer shall not be entitled to any compensation due to the late supply of the same. In the event of any appreciable delay in the supply of the materials by the Railway Administration ,the completion date may be extended for the work, directly affected by the Engineer in charge of the work at his sole discretion and this shall be binding on the Tenderer. The Tenderer should however apply for extension of time required by him, bringing out clearly the nature of the delay and justifying the extension as asked for. Where items not covered by the schedule are to be executed, the rates for such nonitemized works will be negotiated before commencement of such work or got executed through any other agency of the discretion of the Railway Administration. Only Tenderer having experience in similar works in Signaling & Telecom need Tender the works. Certificates regarding previous experience for execution of works of the same kind must Accompany each Tender. ALTERATIONS AND DEVIATIONS : Any alteration or deviations from the specifications, drawings, layout plans, to suit the site conditions or to meet the instructions or for any reason whatsoever shall be get approved by Deputy. Chief Signal and Telecommunication Engineer (Con)/ South Eastern Railway/ Sambalpur before effecting such changes. Time Limit : This work shall be completed in all respects within 06 (Six) months from the date of issue of the acceptance letter. Subject to any requirement in the contract as to completion of any portion or portions of the works before completion of the whole, the contractor shall fully and finally complete the whole of the works comprised in the contract(with such modifications as may be directed under clause-29 of GCC of these conditions)by Page 116 of 118

1.27

1.28

1.29

1.30

1.31

1.32

1.33

1.34

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

the date entered in the contract, provided that if any modifications have been ordered which, in the opinion of the Engineer have materially increased the magnitude of the works, then such extension of the contracted date of completion may be granted as shall appear to the Engineer to be reasonable in the circumstances, provided moreover that the contractor shall be responsible for requesting such extension of the date as he may consider necessary as soon as a cause there of shall arise and in any case not less than one month before the expiry of the original date fixed for completion of the works. 1.35 DELAYS AND EXTENSION OF TIME : If in the opinion of the Engineers the progress of works has at any time been delayed by any act of neglect of the Railway Employees or any other Contractor employed by the Railway or by strikes, lockouts fire unusual delay in transportation, exceptionally inclement weather unavoidable causalities or any causes beyond the contractors control as by the reasons of proceedings taken or threatened by or dispute with adjoining or neighbouring owners or public authorities arising otherwise than through the contractors own default etc., or by delay authorised by the Engineer pending arbitration or in consequence of the contractor not having received in due time necessary instructions from the Railway ,for which he shall have specifically applied in writing to the Engineer or his authorised representative or by any other cause which the Engineer shall decide to justify the delay, then the time of completion of the work may be extended for such reasonable time as the Engineer on behalf of the Railway may decide. 1.36 In the event of any failure or delay by the Railway to hand over to the contractor possession of the lands necessary for the execution of the works or to give the necessary notice to commence the works or to provide the necessary drawings or instructions or any other delay caused by the Railway due to any other cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract or alter the character there of or entitle the contractor to damages or compensation ,thereof but in any such case the Railway may grant such extension or extensions of the completion date as may be considered reasonable. FAILURE TO COMPLETE TEE WORK WITHIN THE TIME LIMIT : The time for completing the works by the date or extended date fixed for completion shall be deemed to be of the absence of the contract and if the contractor shall fail to complete the works within the time prescribed, the Railway shall, if satisfied that the works can be completed by the contractor within a reasonably short time thereafter ,be entitled, without prejudice to any other right or same day available on the behalf, to recover by way of ascertained and liquidated damages a sum of equivalent to one half of one percent of the contract value of the works for each week or part of week the contractor is in default and allow the contractor such further extension of time as the Engineer may decide. If the Railway is not satisfied that the works can be completed by the contractor and in the event of failure on the part of the contractor to complete the works within the further extension of time allowed as aforesaid the Railway shall be entitled without prejudice to any other right or remedy available on that behalf to appropriate the contractors security deposit and resigned the contract under the clause 62 of GCC whether or not actual damage is caused by such default. MAINTENANCE OF WORK :

1.37

1.38

Page 117 of 118

EAST COAST RAILWAY Tender Notice No. S&T/CON/SBP/PI-CHAR/OT/08-09/41, dt.30.12.08

The contractor shall at all times during the progress and continuance of the works and also for a period of maintenance for six months after the date of the passing of the certificate of completion by the Engineer or any other earlier date subsequent to the completion of the works that may be fixed by the Engineer be responsible for and effectively maintain and uphold in good substantial, sound and perfect condition all and every part of the work and shall make good from time to time and at all times as often as the Engineer shall require, any damage or defect that may during the above period arise in or be discovered in any way connected with the works, provided such damage or defect is not directly caused by errors in the contract documents, act of providence or insurrection of civil riot, and the contractor shall be liable for, and shall pay and make good to the Railway or other persons legally entitled there to whenever required by the engineer so to do, all losses, damages, costs and expenses they or any of them may incur or be put or be liable to, by reason or in consequence of the operations of the contractor or of his failure in any respect.

END

OF TENDER

DOCUMENT.

Page 118 of 118

Вам также может понравиться