85
East Coast Railway BBS/EL/C/T/171 TENDERER(S)/CONTRACTORS Page 1 of 85 1 CONSTRUCTION ORGANISATION SPECIAL INSTRUCTIONS TO TENDERERS 1. Name of the work: Design, Supply, Erection, Testing & Commissioning of 25 KV OHE in connection with Trip inspection shed for inspection of goods electric locomotives at Paradeep. 2. Approximate value of tender : Rs. 33,13,127/- 3. Date of Opening of Tender : 01.10.2009 4. Availability of Tender documents: Tender documents are obtainable from the offices of the Dy.Chief Electrical Engineer(Con)/ E.Co.Rly/ Chandrasekharpur/ Bhubaneswar –23 or Dy. Chief Electrical Engineer/Con/ E.Co.Railway/ Visakhapatnam on any working day during office working hours from 01.09.2009 to 30.09.2009 on production of money receipt in support of Rs.3,000/- (Rupees Three Thousand only) non-refundable deposited with Divl. Cashier/ Con/ECoRly/C.S.Pur/ Bhubaneswar – 23 or any Station Master /station superintendent of E.Co. Railway against Estimate: No: Dy.CEE/C/BBS/2008-09/09 Allocation: DF-III. 4.1 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 offer. This facility is available free of cost. However, the cost of tender document as indicated above in para 4 will have to be deposited by the tenderer in the form of a bank draft payable in favour of FA & CAO/Con/E.Co.Rly/BBS along with the tender document. This should be paid separately and not clubbed with the Earnest Money deposit. Tenders received without the cost of tender document will be summarily rejected. 4.2 Tender documents must be submitted duly completed in all respect in a sealed envelope duly super-scribing the Tender Notice No. and the name of work in the tender boxes provided in the offices of Dy.Chief Electrical Engineer(Con)/E.Co.Rly/ Chandrasekharpur/Bhubaneswar–751023 or Dy. Chief Electrical Engineer/Con/ E.Co.Railway/ Visakhapatnam-530016 within 12.00 hrs. of tender opening day. No tender document will be sent by post but Tenders received by posts will be accepted, however Tenderers are advised to post the tenders well in advance so as to reach in time at either of the following addresses (i) Dy.Chief Electrical Engineer(Con)/E.Co.Rly/ Chandrasekharpur/ Bhubaneswar –751023 (ii) Dy.Chief Electrical Engineer/Con/E.Co.Railway/Visakhapatnam-530016. NOTE:- Railway shall not be responsible for any delay in whatsoever with regards to postal tender. Tenderers are also advised to clearly mention the name of the work & Tender Notice No. 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 and the tenders will be opened at 12.30 hrs. on the same day at all the above places. 4.3 Tenderer(s) are free to down load the tender document from the web site at their risk and cost for the purpose of perusal and to use the same as Tender Document, if so desire, for submitting their offer, if the offer of any tenderer who has submitted the tender document down loaded from the web site is accepted, the Contract agreement will be prepared based on the master copy of the document and will be binding on the contractor. No claim on this account will be entertained. 4.4 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. 5. WARNING: It is hereby brought to the notice of all prospective tenderer(s)/bidders that if any change/ addition/deletion/alterations are found to be made by them and the same is subsequently detected/ noticed at any stage even after award of the contract, all necessary action including banning of business would be taken. In addition, the tenderer(s)/ bidders will be liable to be prosecuted under law. Chief Electrical Engineer (Con) E. Co. Rly.,Bhubaneswar

East Coast Railway BBS/EL/C/T/1712.imimg.com/tenders/doc/2009-09-18/177_2009-09-18_12.pdf · 2009-09-18 · east coast railway bbs/el/c/t/171 tenderer(s)/contractors page 1 of 85

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 1 of 85

1

CONSTRUCTION ORGANISATION SPECIAL INSTRUCTIONS TO TENDERERS

1. Name of the work: Design, Supply, Erection, Testing & Commissioning of 25 KV OHE in connection with Trip inspection shed for inspection of goods electric locomotives at Paradeep.

2. Approximate value of tender : Rs. 33,13,127/- 3. Date of Opening of Tender : 01.10.2009 4. Availability of Tender documents: Tender documents are obtainable from the offices of the Dy.Chief Electrical Engineer(Con)/ E.Co.Rly/ Chandrasekharpur/ Bhubaneswar –23 or Dy. Chief Electrical Engineer/Con/ E.Co.Railway/ Visakhapatnam on any working day during office working hours from 01.09.2009 to 30.09.2009 on production of money receipt in support of Rs.3,000/- (Rupees

Three Thousand only) non-refundable deposited with Divl. Cashier/ Con/ECoRly/C.S.Pur/ Bhubaneswar – 23 or any Station Master /station superintendent of E.Co. Railway against Estimate: No: Dy.CEE/C/BBS/2008-09/09 Allocation: DF-III. 4.1 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 offer. This facility is available free of cost. However, the cost of tender document as

indicated above in para 4 will have to be deposited by the tenderer in the form of a bank draft payable in favour of FA & CAO/Con/E.Co.Rly/BBS along with the tender document. This should be paid separately and not clubbed with the Earnest Money deposit. Tenders received without the cost of tender document will be summarily rejected. 4.2 Tender documents must be submitted duly completed in all respect in a sealed envelope duly super-scribing the Tender Notice No. and the name of work in the tender boxes provided in the offices

of Dy.Chief Electrical Engineer(Con)/E.Co.Rly/ Chandrasekharpur/Bhubaneswar–751023 or Dy. Chief Electrical Engineer/Con/ E.Co.Railway/ Visakhapatnam-530016 within 12.00 hrs. of tender opening day. No tender document will be sent by post but Tenders received by posts will be accepted, however Tenderers are advised to post the tenders well in advance so as to reach in time at either of the following addresses (i) Dy.Chief Electrical Engineer(Con)/E.Co.Rly/ Chandrasekharpur/ Bhubaneswar –751023 (ii) Dy.Chief Electrical Engineer/Con/E.Co.Railway/Visakhapatnam-530016.

NOTE:- Railway shall not be responsible for any delay in whatsoever with regards to postal tender. Tenderers are also advised to clearly mention the name of the work & Tender Notice No. 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 and the tenders will be opened at 12.30 hrs. on the same day at all the above places. 4.3 Tenderer(s) are free to down load the tender document from the web site at their risk and cost for

the purpose of perusal and to use the same as Tender Document, if so desire, for submitting their offer, if the offer of any tenderer who has submitted the tender document down loaded from the web site is accepted, the Contract agreement will be prepared based on the master copy of the document and will be binding on the contractor. No claim on this account will be entertained. 4.4 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. 5. WARNING: It is hereby brought to the notice of all prospective tenderer(s)/bidders that if any change/ addition/deletion/alterations are found to be made by them and the same is subsequently detected/ noticed at any stage even after award of the contract, all necessary action including banning of business would be taken. In addition, the tenderer(s)/ bidders will be liable to be prosecuted under law.

Chief Electrical Engineer (Con)

E. Co. Rly.,Bhubaneswar

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 2 of 85

2

EAST COAST RAILWAY

TOP SHEET

Office of the Chief Electrical Engineer (Con)

Bhubaneswar.

Name of the Work : Design, Supply, Erection, Testing & Commissioning of 25 KV OHE in connection with Trip inspection shed for inspection of goods electric loco motives at Paradeep.

Tender Notice No: BBS/EL/C/TENDER/171 Dtd:19.08.2009

Date of opening : Issued to _______________________________________ Address:_______________________________________

_______________________________________ Price Rs.3,000/- (Rupees Three thousand only) Money Receipt No.____________________Dt.______

Deposited with: ________________________________ Estimate No: Dy.CEE/C/BBS/2008-09/09 Allocation: DF-III. A. THE TENDER SHOULD BE ACCOMPAIED BY FOLLOWING:

1. Earnest Money 2. Documents fulfilling the eligibility criteria 3. Mandate form for EFT as per proforma (Annexure-M) duly filled.

B. TENDER WITH ANY SPECIAL CONDITIONS LIABLE TO BE REJECTED. C. ALL ANNEXURES SHOULD BE PROPERLY FILLED UP BY THE TENDERER

Chief Electrical Engineer (Con)

E. Co. Rly.,Bhubaneswar

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 3 of 85

3

EAST COAST RAILWAY

C O N T E N T S EAST COAST RAILWAY

C O N T E N T S

Sl. No. Description

1 Top sheet

2 Tender Notice (Annexure-I)

3. Tenderers declaration Form (Annexure-II)

4. Certificate of Familiarization

5. Rate sheet

6. Tender Schedules -

7. Technical Specification of Materials

8. Special condition of contract

9. (Conditions of Tenderer (Annexure-III)

10. (Additional Special Conditions and Specifications applying to the tender / agreement

(Annexure-IV)

11. ( Additional Special Conditions of Contract (Safety Rules) (Annexure-V)

12. Questionnaires (Annexure A – L)

13. EFT Mandate form (Annexure – ‘M’)

14. Specimen B.G. Format (Annexure – ‘N’)

15. Indemnity Bond Format (Annexure- ‘O’)

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 4 of 85

4

EAST COAST RAILWAY

(CONSTRUCTION ORGANISATION) TENDER NOTICE

Office of the Chief Electrical Engineer/Con

Bhubaneswar-23 01. Tender Notice No: BBS/EL/C/TENDER/ 171 Dtd: 19 .08.2009 02. Sealed tenders in the prescribed form are invited by CEE/CON/ECORly/CSPur/BBS on behalf of the

President of India for execution of the following works from the tenderers fulfilling the requisite

eligibility criteria:- Item

No.

Name of work Approximate

Value(Rs.)

Earnest Money

Deposit (Rs)

Date of

opening

Cost of Tender

document (Rs)

i ii iii iv v Vi

01 Design, Supply, Erection, Testing & Commissioning of 25 KV OHE in connection with Trip inspection shed for inspection of goods electric locomotives at Paradeep.

33,13,127

66,270

01.10.2009 3000/-

03. Eligibility criteria: - Eligibility criteria for participation in this tender are indicated below;-

Tenderer(s) should fulfil 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.

03.1 The tenderer(S) should have physically completed within qualifying period i,e, the last three 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 Govt/Semi-Govt Organization in one single contract agreement. Similar nature of work means: - “Execution of 25KV OHE works or execution of Transmission line for 66KV and above” on Railways/ PSUs etc.

03.1.1 The total value of similar nature of work completed during the qualifying period and not the payments received within qualifying period alone, shall be considered. In case, the final bill of similar nature of work has not been passed and final measurement has

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

03.2. The total contract amount received by the tenderer(s) during the last 03 financial years and current financial year should be minimum 150% 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.

Note:- The “tenderer(s)” mentioned in para 3.1 & 3.2 above means – In the “name and style”, the tenderer(s) who are submitting their offers in the capacity of individual/propriety/partnership

firms etc. • Normally, the credentials (technical and financial) should be in the “ name and style” of the

tenderer(s) who are submitting their offer as a tenderer(s). • The tenderer(s) who acquired necessary credentials (technical and financial) as a constituent

in the partnership/joint venture firm, such apportioned credentials (technical and financial) will also be considered.

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

• Authentic copy of documents should be furnished by the tenderers along with their offer to fulfil the eligibility criteria otherwise their offers will not be considered and summarily rejected.

04. The tenderer should also submit the following documents along with the tender.

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

04.2 List of plant & Machinery available on hand and proposed to be inducted for the subject work.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 5 of 85

5

04.3 List of work 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 final value of contract should also be given.

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

NOTE: In case of items 4.3 & 4.4 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.

05. The contract period of the works is 06 (Six) months from the date of issue of the Acceptance Letter.

06 The tenderer should possessed valid electrical contractor license for the voltage concern (33KV or above) issued by the State/Central Govt.

07. 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 required amount of money receipt as mentioned above 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 or any Station Master/ Superintendent of E.Co.Railway against Estimate No: Dy.CEE/C/BBS/2008-09/09 Allocation: DF-III.

08. Tender documents are obtainable from the offices of the Dy. Chief Electrical Engineer/ Con/E.Co.Rly/Bhubaneswar & Dy. Chief Electrical Engineer/Con/E.Co.Rly/ Visakhapatnam on any working day during office working hours from 01.09.2009 to 30.09.2009 .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 offer. This facility is available free of cost. However, the cost of tender document as indicated above 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. Tenders received without the cost of tender document will be summarily rejected. In case of any discrepancy between the tender documents down loaded from 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.

09. The tender form is not transferable. 10. 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. 11. The tender box will be sealed at 12.00 Hrs. of tender opening day and the tenders will be

opened in presence of the tenderers at 12.30 Hrs. on the same day in the offices of Dy.Chief Electrical Engineer/Con/E.Co.Rly/Bhubaneswar & Dy. Chief Electrical Engineer/Con/E.Co.Rly/

Visakhapatnam. 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 documents will be sent by post but Tenders received by posts will be accepted, however Tenderers are advised to post the tenders well in advance so as to reach in time at either of the following addresses:- (1) Dy. Chief Electrical Engineer (Con)/E.Co.Rly/C-61/G,Rail Vihar, Chandrasekharpur , Bhubaneswar - 751023

(2) Dy. Chief Electrical Engineer (Con) E.Co. Rly., DRM office Complex, Dondaparthy, Visakhapatnam – 530016. NOTE:- Railway shall not be responsible for any delay whatsoever with regards to postal tender. Tenderers are also advised to clearly mention the name of the work & Tender Notice No. 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 and the tenders will be opened at 12.30 hrs. on the same day at all the above places.

12. Joint Ventures will not be allowed to participate in this tender. 13. The Railway reserves the right to cancel the tender or reject any or all tenders without

assigning any reasons thereof. 14. 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.

For Chief Electrical Engineer/C/Bhubaneswar For & on behalf of President of India.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 6 of 85

6

Annexure-II EAST COAST RAILWAY

TENDER NOTICE NO: BBS/EL/C/T/ 171 Name of the work: Design, Supply, Erection, Testing & Commissioning of 25 KV OHE in

connection with Trip inspection shed for inspection of goods electric locomotives at Paradeep. . The President of India, Acting through the Chief Electrical Engineer (Con), East Coast Railway,

Bhubaneswar. 1.0 I,/We,_____________________________________________ have read the various

conditions to tender attached hereto and agree to abide by the said conditions. I/we also agree to keep this tender open for acceptance for a period of 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 works for East Coast Railway, at the rates quoted in the attached schedule and thereby bind myself / ourselves to complete the work in all respects within 6(Six) months form the dated of issue of letter of acceptance of the tender. as detailed below at the rates quoted below:-

2.0. I/We also hereby agree to abide by the General Conditions of Contract corrected up to printed / advance correction slip no. x dated xxx and to carry out the works according to the Special conditions of contract and Specifications of materials and works as laid down by the Railway in the annexed special conditions / specifications and the South Eastern Railway General conditions of Contract and standard specification Pt.IV corrected up to printed / advanced correction slip no. x dated xxx . for the present Contract

3.0. A sum of Rs. 66,270/- is herewith forwarded as Earnest Money. The full value of the Earnest

Money shall stand forfeited without prejudice to any other right or remedies in case my/ our tender is accepted and if-

(a) I/We do not execute the contract documents within 15 (fifteen) days after issue of acceptance letter.

(b) I/We do not commence the work within 15 (fifteen) days from issue of acceptance letter. 4.0 Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a

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 THE WITNESSES: 1.

2. SIGNATURE OF TENDERER(S)

DATE

ADDRESS OF TENDERER(S)

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 7 of 85

7

Name of the work: Design, Supply, Erection, Testing & Commissioning of 25 KV OHE in connection with Trip inspection shed for inspection of goods electric locomotives at Paradeep.

CERTIFICATE OF FAMILARISATION

I/We hereby solemnly declare that I/we visited the site of work under this Tender and have

familiarized myself/ ourselves of the working conditions therein 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 the construction materials.

4. Rates for construction materials.

5. Availability of local labour, both skilled and unskilled and 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, godowns.

9. Scope of work as detailed in Schedule of work.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 8 of 85

8

TENDER NOTICE NO: BBS/EL/C/T/171

Name of the Work: Design, Supply, Erection, Testing & Commissioning of 25 KV OHE in connection with Trip inspection shed for inspection of goods electric locomotives at Paradeep.

RATE SHEET For works covered under the Schedule

Sl. No.

Description of work Basic cost (Rs.) Percentage Rate to be quoted in figure & words by the Tenderers

1) Execution of all works as detailed in Schedule”A”

26,69,606

2) Execution of all works as detailed in Schedule”B”

6,43,521

TOTAL BASIC COST : 33,13,127

NOTE:-

1) The contract period for the work is 6(Six) months form the date of issue of acceptance letter. 2) Conditional tenders liable to be rejected. 3) The tenderer (s) shall quote single percentage above/ below/at par against each schedule in the rate sheet only. In case rate above or below is not clearly mentioned, the quoted rate shall be treated as “ above”. In case of discrepancy between the rate quoted in figure & words, the latest shall prevail.

TENDERER(S)/CONTRACTORS

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 9 of 85

9

SCHEDULE NOTES:-

The tenderer shall carefully study the S. E. Railway’s General Conditions of Contract and,

Instructions to Tenderers, Additional Special Conditions & Specifications-2001 accompanying the Tender form/ schedules and abide by them.

Unless otherwise specified the rates of items in the Schedules are inclusive of the cost of the following:-

(a) All labour, tools, plant, equipment, machinery etc. (b) All lead, lift, ascent, descent, jungle clearance etc., crossing of Railway tracks, safety

precautions involving crossings of the Railway track(s) and executing work by the side of running lines.

(c) All handling, re-handling, loading, un-loading, transportation, royalty and all other taxes including octroi levied by State Government and local bodies from time to time on materials

which the contractor is to supply and use on the work. Clean water with all lead, lift etc., required for the work.

All shuttering/ formwork including cost of steel for the formwork shoring, scaffolding, staging, centering and boxing wherever necessary.

Shuttering shall be fixed with over lap of 6” (15 Cm) wherever required. Bailing/pumping/diverting of water either manually or by mechanical means including bunding,

channeling etc. required in the process of laying concrete or for any other purpose. Before diverting the flow of the water contractor shall obtain the permission of the Engineer.

Curing of all works involving use of cement. (d) The rates provided in the schedules shall be inclusive of all lead, lift, ascent, and descent etc.

for construction/Electrification of double storied quarters. No extra payment will be made on

this account. (e) Railway land where available for constructing contractor’s temporary stores Godowns near site

of work shall be dismantled and cleared immediately on completion of the work at the cost of contractor.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 10 of 85

10

Tender No. BBS/EL/C/T/ 171 Annexure-III

Name of the Work: Design, Supply, Erection, Testing & Commissioning of 25 KV OHE in connection with Trip inspection shed for inspection of goods electric locomotives at Paradeep.

( Schedule of Quantities )

Other than copper items Schedule”A” Rate Total Cost SN DESCRIPTION UNIT QTY

Supply Erection Supply Erection

Total Price

1 2 3 4 5 6 7 8 9

I DRAWING

1 Preparation of Design & drawing for OHE

TKM 1.5

6812 10218 10218

II MAST& FOUNDATION

2 Concrete for foundation & plinth

a in hard soil Cum 5 2601 13005 13005

b in rocky soil Cum 5 2645 13225 13225

c in other than hard and rocky soil

Cum 90

2552 229680 229680

3

Galvanised traction Mast (Rolled/ Fabricated)/ Portal

Structure & TTC including

Dwarf Mast.

a)Supply MT 12 78172 938064 938064

b)Erection(in PB) MT 3 5094 15282 15282

c)Erection(in NPB) MT 7 2547 17829 17829

d)Erection of Portal boom vide Rly.Crane(in PB)

MT 2

2074 4148 4148

III FIXTURES

4 Fabricated steel work other

than mast

a)Supply of SPS MT 0.5 78172 39086 39086

b)Erection(in PB) MT 0.3 5094 1528 1528

c)Erection(in NPB) MT 0.5 2547 1274 1274

IV CANTILEVERS

5

Single bracket assembly for conventional OHE with SPS

a)Supply No. 2 10934 21868 21868

b)Erection(in PB) No. 2 938 1876 1876

c)Erection(in NPB) No. 1 469 469 469

6 Single Bracket assembly for

Tram way type OHE with SPS

a)Supply No. 21 9364 196644 196644

b)Erection(in PB) No. 7 938 6566 6566

c)Erection(in NPB) No. 17 469 7973 7973

7 Mounting arrangement of

span wire. No.

2 857 1714 1714

V INSULATORS

8 Porcelain Stay arm Insulator (Polluted)

No. 22

2014 44308 44308

9 Porcelain Bracket Insulator (Polluted)

No. 22

1901 41822 41822

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 11 of 85

11

10 Porcelain 9 Ton Insulator (Polluted)

No. 25

2295 57375 57375

11 Solid core cut-in-Insulator

a) Compenent No. 3 965 2895 2895

b)Erection(in PB) No. 1 840 1680 1680

c)Erection(in NPB) No. 2 420 840 840

12 Section Insulator assembly (for conv./ Tram way OHE)

a) S/I assembly No. 5 27612 138060 138060

b) Core Insulator No. 5 4225 21125 21125

c) Erection(in PB) No. 1 3974 3974 3974

d) Erection(in NPB) No. 4 1987 7948 7948

VI RC FEEDERS

13

25Kv Aluminium

feeder/return conductor

(Single spider)

a) Supply Mtr. 100 201 20100 20100

b) Erection(in PB) Mtr. 20 18 360 360

c) Erection(in NPB) Mtr. 80 9 720 720

14 Solid core suspension Insulator.

0

a) Component No. 5 1267 6335 6335

b) Erection(in PB) No. 2 1014 2028 2028

c) Erection(in NPB) No. 3 507 1521 1521

VII TERMINATION

15

Guy rod assembly

including mast anchor/guy rod attachment.

a) Supply No. 5 5589 27945 27945

b) Erection(in PB) No. 2 828 1656 1656

c) Erection(in NPB) No. 4 414 1656 1656

16

Regulating equipment 3

pulley type with counter weight assembly & guide tube for conventional OHE.

a) Supply No. 1 58464 58464 58464

b) Erection(in PB) No. 1 3506 3506 3506

c) Erection(in NPB) No. 1 1753 1753 1753

17

Regulating Equipments three

pulley type with counter weight assembly & guide tube

for Tram Way OHE.

a) Supply No. 2 43848 87696 87696

b) Erection(in PB) No. 1 2784 2784 2784

c) Erection(in NPB) No. 2 1392 2784 2784

18 Termination of single

conductor of OHE

a) Component No. 2 5472 10944 10944

b) Erection(in PB) No. 1 780 780 780

c) Erection(in NPB) No. 1 390 390 390

19 Termination of double conductor of OHE

a) Component No. 2 5472 10944 10944

b) Erection(in PB) No. 1 934 934 934

c) Erection(in NPB) No. 1 467 467 467

20 Termination of Tram Way

Type OHE regulated.

a) Component No. 4 3391 13564 13564

b) Erection(in PB) No. 2 1170 2340 2340

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 12 of 85

12

c) Erection(in NPB) No. 3 585 1755 1755

21

Termination of 25Kv Aluminium Feeder Return

Conductor(Single Spider)

a) Component No. 2 3391 6782 6782

b) Erection(in PB) No. 1 1170 1170 1170

c) Erection(in NPB) No. 1 585 585 585

22

Erection of Anti-Creep wire with supply of component for polluted Zone.

a) supply of Component No. 2 6383 12766 12766

b) Erection(in PB) No. 1 934 934 934

c) Erection(in NPB) No. 1 467 467 467

23 I) 25Kv Post Insulator

a) Post Insulator No. 14 3651 51114 51114

b) Component No. 14 374 5236 5236

c) Erection(in PB) No. 6 584 3504 3504

d) Erection(in NPB) No. 10 292 2920 2920

II) Aluminium Bus Bar

a) 36/28mm busbar Mtr. 40 408 16320 16320

b) Erection(in PB) Mtr. 20 246 4920 4920

c) Erection(in NPB) Mtr. 20 123 2460 2460

III)Connector & Terminal

a)Connector & Terminal Set. 20 2489 49780 49780

b) Erection(in PB) Set. 8 538 4304 4304

c) Erection(in NPB) Set. 12 269 3228 3228

24 a) 25KV Single Pole Isolator

with earth contact assembly.

a)SP Isolator assembly. No. 1 32038 32038 32038

b)Earth contact assembly No. 1 5846 5846 5846

c) Erection(in PB) No. 1 3532 3532 3532

d) Erection(in NPB) No. 1 1766 1766 1766

25 a) 25KV Double Pole Isolator

with earth contact assembly. No.

2 68053 136106 136106

b) Erection(in PB) No. 1 3392 3392 3392

c) Erection(in NPB) No. 1 1696 1696 1696

VIII BONDS

26 Structure Bond.

a) Supply No. 22 232 5104 5104

b) Erection No. 24 26 624 624

27 Longitudinal Bond(C-Bond for Cross over)

a) Supply No. 15 186 2790 2790

b) Erection No. 17 24 408 408

28 Transverse/Special Bond

a) Supply No. 10 557 5570 5570

b) Erection No. 11 28 308 308

IX CAUTION BOARDS

29

Caution Board for 25KV

Traction

a) Supply No. 4 322 1288 1288

b) Erection No. 4 28 112 112

30 Danger Board for 25KV

a) Supply No. 2 322 644 644

b) Erection No. 2 28 56 56

31 Caution Board(Unwired Tun-out)

a) Supply No. 2 278 556 556

b) Erection No. 2 24 48 48

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 13 of 85

13

32 Danger Board for Level Crossing height Gauge

a) Supply No. 2 322 644 644

b) Erection No. 2 28 56 56

33 Public Caution Board.

a) Supply No. 4 527 2108 2108

b) Erection No. 4 46 184 184

34 Elect.Engine Stop Board

a) Supply No. 3 527 1581 1581

b) Erection No. 3 46 138 138

35 Working limit Board(Power Block)

a) Supply No. 2 322 644 644

b) Erection No. 2 28 56 56

36 Sectioning Diagram Board

a) Supply No. 1 5379 5379 5379

b) Erection No. 1 467 467 467

37 Electric Shock Treatment Chart.

a) Supply No. 1 1021 1021 1021

b) Erection No. 1 89 89 89

X MODIFICATION WORKS

38 Modifcation to erected equipment

a) Transfer of equipment from one Mast/Support to another

i)in PB No. 3 3118 9354 9354

i)in NPB No. 2 1559 3118 3118

b) Provision of an additional bracket assembly on a mast or support

i)in PB No. 4 818 3272 3272

i)in NPB No. 2 409 818 818

c) Slewing of OHE

i)in PB Spa

n 2 9354 18708 18708

i)in NPB Spa

n 3 4677 14031 14031

d) Splicing & extension of anchored OHE

i) Supply No. 1 2120 2120 2120

ii) Erection(in PB) No. 1 5612 5612 5612

iii) Erection(in NPB) No. 1 2806 2806 2806

e) Adjustment of existing OHE and T.W.Checking.

Span 10

409 4090 4090

XI DISMANTLING WORKS

39 Dismantling of:

i) OHE

a)in PB km. 0.2 35125 7025 7025

b)in NPB km. 0.1 17563 1756 1756

ii) Mast/Structure upright etc.(by cutting)

a)in PB No. 4 2822 11288 11288

b)in NPB No. 1 1411 1411 1411

iii) Cantilever

a)in PB No. 4 818 3272 3272

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 14 of 85

14

b)in NPB No. 2 409 818 818

iv) Section Insulator

a)in PB No. 1 3742 3742 3742

b)in NPB No. 1 1871 1871 1871

v) SP/DP Isolator

a)in PB No. 1 2728 2728 2728

b)in NPB No. 1 1364 1364 1364

vi) Portal/TTC Boom Assembly

a)in PB No. 2 11692 23384 23384

b)in NPB No. 2 5846 11692 11692

vii) Guy Rod Assembly

a)in PB No. 1 828 828 828

b)in NPB No. 1 414 414 414

viii) Anti-Creep

a)in PB No. 1 5612 5612 5612

b)in NPB No. 1 2806 2806 2806

ix)Regulating equipment with counter weight & Guide tube

assembly

a)in PB No. 1 3428 3428 3428

b)in NPB No. 1 1714 1714 1714

x)25KV Post Insulator with component

a)in PB No. 2 584 1168 1168

b)in NPB No. 2 292 584 584

xi)25KV/240V, 10KVA LT Transformer with all

accessories.

No.

1

11692 11692 11692

xii)Existing Caution Boards

a)in PB No. 1 190 190 190

b)in NPB No. 1 95 95 95

xiii)Small parts steel.

a)in PB MT 0.1 7794 779 779

b)in NPB MT 0.1 3897 390 390

xiv)Retrival of Mast / TTU

from Solid Core foundations without damage or leaning of

Mast.

a)in PB No. 1 4872 4872 4872

b)in NPB No. 3 2436 7308 7308

40

Dismantling of other equipment not specified in Item No.39.

LS

1

1000 1000 1000

XI MISCELLANEOUS

41 Misc.hardware LS 1 1500 1500 1500

42 Single Earth Electrode

a) Supply No. 3 1404 4212 4212

b) Erection No. 3 1169 3507 3507

43 First Aid Box

a) Supply No. 1 538 538 538

b) Erection No. 1 46 46 46

Total 2100832 568774 2669606

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 15 of 85

15

Copper items Schedule”B” 1 Supply of Over Head

Equipment

a) Contact wire km. 1.0 412755 412755 412755

b) Catenary wire km. 0.2 277033 55407 55407

c) Dropper wire(5 mm) Mtr. 150 109 16350 16350

d) Large Jumper wire (105 Sq. mm)

Mtr. 20 486 9720 9720

e) Small Jumper wire (50 Sq. mm)

Mtr. 15 396 5940 5940

f) Briddle Wire km. 0.2 69677 13935 13935

g) Span wire. Mtr. 100 521 52100 52100

h) Assorted component required for kilometer length of OHE .

km. 0.2 34829 6966 6966

2 Erection of Conventional OHE along with required components.

a)in PB km. 0.1 40980 4098 4098

b)in NPB km. 0.1 20490 2049 2049

3 Erection of contract wire for Tramway OHE along with

required components

(Regulated with bridle )

(i)in PB km. 0.3 38398 11519 11519

(ii)inNPB km. 0.7 19199 13439 13439

4 Erection of Span wire

a)in PB Mtr. 30 48 1440 1440

b)in NPB Mtr. 70 24 1680 1680

5 Supply & erection of

additional fitting for turnout

diamond crossing or overlap

for extra materials for item no. 2 & 3

a) Supply No. 6 1684 10104 10104

b) Erection(in PB) No. 2 934 1868 1868

c) Erection(in NPB) No. 4 467 1868 1868

6 Copper Jumper (C Jumper & Anti-theft)

a) Supply No. 10 2104 21040 21040

b) Erection(in PB) No. 8 138 1104 1104

c) Erection(in NPB) No. 2 69 138 138

Total 604317 39204 643521

SUMMARY: Supply Erection Total

Schedule"A" 2100832 568774 2669606

Schedule"B" 604317 39204 643521

G.TOTAL 2705149 607978 3313127

(Rupees Thirty Three Lakhs Thirteen Thousand One Hundred Twenty Seven Only)

DY Chief Electrical Engineer/Con, E.Co.Railway,Bhubaneswar

For & on behalf of President of India

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 16 of 85

16

Name of the Work : Design, Supply, Erection, Testing & Commissioning of 25 KV OHE in connection with Trip inspection shed for inspection of goods electric locomotives at Paradeep.

General Note:

1. Wherever an item of work covers supply of materials and / or erection such item shall include all bolts, nuts, lock nuts and washers etc., to complete the item of work.

2. Erection of any item of equipments, whether supplied by the purchaser will include testing,

commissioning and bringing the equipment into operation to the entire satisfaction of the purchaser.

3. The basic quantity of components and materials required to make up the unit of work for the

selected items are indicated for guidance. In estimating the price for various items of works provision of loss and wastage in transit and during erection including cost of freight handling,

taxes, duties, insurance if any etc., shall be quoted for the works mentioned in the schedule.

4. All OHE components to be supplied by the Contractor must be procured from approved make by CORE/ ALD or RDSO or CEE/E.Co.Rly whether specifically mentioned or not. However CEE/CON or Dy.CEE/CON may alter the mode of inspection in case of any urgency or as deemed fit to avoid delay in completion of work. Inspection charges incase of RITES will

be borne by the contractor.

5. All works shall be carried out as per standard code of practice (I.E. Rule) & Specifications and Drawings approved by the Railways.

6. Railway will provide Tower Wagon at free of cost for checking any at the time of testing &

commissioning of OHE, but not for carrying any materials of the contractor either supplied by them or Railways.

7. Railway will supply the materials where it is specifically mentioned “Railway Supplied”, which

will be transported by the contractor at his own cost to work site for execution of the same.

8. All dismantled or surplus materials should be handed over to the Railway on completion of all the works at site duly stacked at one place. The contractor has to make his own arrangements for safe guarding the said dismantled or surplus materials till such time all the work completed and handover to Railways.

EXPLANATORY NOTES

FOR SCHEDULE “A”

Item No.1: Preparation of Designs & Drawing for OHE. - The price shall cover for the following: - Preparation & submission of OHE layout plan.

- Preparation of cross section drawing SED for each location. - Choice of type & size of Foundation with soil investigation. - Supply of Drgs, On approval of drawings 6 copies of LOP & CSD shall be supplied for reference at field, office &TRD officials. - Preparation & supply of “As erected drawings” shall be as following: - One copy in original, 1RTF and 4 Ammonia prints.

Notes for measurements: For the purpose of payment against this item, the length of track shall be measured as under:

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 17 of 85

17

1. General: - By the difference in the Chainage of the length under consideration, as incorporated in the lay out plans.

2) Turn outs: - The track taking off shall be deemed as starting from the toe of the switch of

the Turn out.

3) Cross-overs: - The length of track shall be taken as the difference in the chainage of the toes of switches of the two turnouts constituting the cross over.

4) Diamond crossing with or without slip: The two tracks crossing each other shall be measured independently as per note 1 above as though there were no crossing. No extra shall be provided for slip points.

5) Dead Ends and top of loops: The lengths for payment under this item shall up to the chainage of anchor mast of the terminating OHE

Item No.2: (a) Concrete for foundation and plinth in hard soil. (b) Concrete for foundation and plinth in rocky soil.

The prices shall cover excavation, supply and handling of all materials, and accessories,

temporary arrangement for excavation in hard soil and concrete/masonary drains/walls requiring use of Chisel and hammer 2(a) in requiring blasting 2(b), shoring where necessary, casting concrete including frame work where necessary tamping of concrete, grouting of masts and finishing the top of concrete foundation or anchor blocks. The price also includes dismantling of all connected temporary

arrangements, back filling with earth and compacting the same to the required height and width as per drawing to ensure safety of foundation confining the exposed height of foundation block to within 10 cm., and removal of spoil.

The purchaser’s Engineer shall certify where use of chisel and hammer or blasting has been

necessary. The contractor shall arrange for supply of explosives and all tools and plants for blasting

operations at his own cost. If half or more of the depth or width of excavation is in hard soil/concrete/ masonary drains/walls or in rock, the entire foundations shall be paid for under item 2(a) or 2(b) as the case, may be. If half of depth or width of the excavation is in hard soil/concrete masonary drains/walls and the other half is in rock, the entire foundation shall be paid under item 2(b). The price shall include the cost of cement.

Notes for measurement for items 2(a) and 2(b).

1. The payable volume of the foundation under item 2 (a) and 2(b) shall be the designed one as shown in the drawings for which the hole has been blasted, irrespective of the actual configuration assumed by the latter due to the blasting.

2. The depth of the excavation shall be measured from the formation level to the maximum excavated point.

Item No.2(c): Concrete for foundation and plinth in other than hard soil & rocky.

The price shall include all works mentioned in item 2 in all classes of soil except hard soil, Concrete or masonary drains and wall and rock.

Note for item 2(a) TO (c) 1) The price under item –2 shall be same for any shape or size of concrete blocks. In calculating the

individual volume of concrete fraction of a cubic meter beyond the third decimal shall be rounded off to the next nearest third decimal.

2) The prices under items 2(a)(b) & (c) shall apply for of fencing uprights. 3) For purposes of computation of volume of concrete under item2, the volume of steel work

embedded in the foundation block shall be ignored.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 18 of 85

18

4) Cost of all concrete will be paid for only under item 2 and the prices of other items shall not include cost of concrete.

5) For purpose of computation of volume of concrete under item 2, the volume of concrete shall

include the volume of sand and bitumen in sand cored foundation. However, for the purpose of computation, of quantity of cement utilized in sand core foundation the volume of the sand

bitumen used in core hole should be deducted from the total volume of the foundation. 6) For purposes of computation of volume of concrete the volume of each muff for all masts shall be

taken as 0.02 Cum except for masts with balance weights and for each column of portal, each head span mast, 2 or 3 track cantilever masts, and special fabricated masts for which the volume of muff shall be taken as .08 cum., irrespective of the size and shape of muff on a flat basis.

7) The prices under items 2(a) (b) & (c) shall also include the cost of concrete cable trenches and

trench covers at the switching stations as well as embedment of drain pipes, where required. 8) The prices under item 2(a) (b) & (c) shall also cover the cost of diversion of masonary/earth drain

wherever necessary for casting of foundation.

9) Cement for use in the works should be procured by the contractor from the main producers/their

authorized dealers/authorized stock yards which should conform to BIS specifications. 10) Cement bags preferable in paper bag packing should bear the following information in legible

markings.

i) Manufacturer’s name. ii) Registered trade mark of manufacturer, if any, iii) Type of Cement. iv) Weight of each bag in KGs or No. of bags/Ton v) Date of manufacture, generally marked as week of the year/year of manufacture, e.g.

30/08 which means 30th week of 2008.

11) To ensure quality control, test certificate from the manufacturers should be produced by the contractors, which should conform to the relevant specifications (latest may be incorporated).

12) Railways may also take samples during the course of work and get the cement tested to ascertain

their conformity to specifications. 13) When such sampling is done, it should be as per IS specifications. 14) Tests on the samples to be carried out in field should be as given below:

15) Tests on cement to be as per IS 4031. Some of the tests which may be carried out. i) Compressive strength. ii) Initial and final setting time. iii) Consistency. iv) Soundness.

16) Concrete for foundation shall be normal mix of grade M 10 obtained by mixing of Cement, coarse aggregate, fine aggregate and water in accordance with proportion given vide Table 3 of IS: 456-1978. Including ramming by vibrator. For grouting, Muffing, embedding of structure in foundation and for cable Trenches at Switching station, normal mix concrete M 15 obtained by mixing materials in proportion as indicated in table 3 of IS: 456-1978 shall be used.

Item No.3: Supply and Erection of galvanized traction masts (Rolled/fabricated)/Portal Structur & TTC including Dwarf Mast. Supply: The price shall include supply of Galvanized traction Masts, Main Masts of switching station,

Mast for LT supply Transformer station, Dwarf mast (B-200/K-200/RSJ), portal upright,

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 19 of 85

19

boom, knee brace, Cover angle, other items of portal & TTC complete comprising TTU, TTB-5.50M/TTB-8.00M with TTK-1 &2 as per approved design of the Railway.

For the purpose of payment, the weight of individual traction mast and masts of head span shall be determined for each type on the basis of the payable weights per meter length shown below for standard type. For special type, the payable weight per meter length will be

indicated by the purchaser at the time of approval of design.

Payable unit weights for standard masts.

1. 6”x 6”x 25.15 BFB 38.03

2. 162 x 154 x 27.1 Kg BFB 38.00 3. 8” x 6” 35 lb RSJ 53.39 4. S.I 53.30 5. S 3 76.40 6. S 4 53.39 7. S 5 111.53

8. S 6 53.39 9. S 7 76.40 10. S 8 111.53 11. K 100 23.70 12. K 125 30.30 13. K 150 38.18

14. K 175 43.72 15. K 200 49.87 16. K 225 57.50 17. K 250 66.72 18. B 100 27.71 19. B 125 32.47

20. B 150 39.47 21. B 175 44.61 22. B 200 50.76 23. B 225 61.50 24. B 250 70.72 25. Dwarf mast (K-200) 49.87

For the purpose of payment the weights of individual portal will be determined for each type on the basis of the payable weights per metre length as per RDSO design. For special case the payable weight per metre length will be indicated by the purchaser at the time of approval of design.

For the purpose of payment the weight of individual TTC shall be determined for each type on the basis of payable weight per meter length/per set as per RDSO’s design.

Erection:-The price shall include erection of traction masts, Main masts of switching station and L.T.

Supply transformer station and Dwarf masts. The price also includes cost of erection with

the supply of required fasteners, alignment and setting before grouting of individual mast, main masts of switching and booster transformer station and masts for LT supply transformer station whether rolled or fabricated.

In case of Portal & TTC structures, the price shall cover the cost of erection with required

fasteners, alignment and setting of individual portals/TTC Upright, booms as advised by the

Railway in complete set manually (by derrick) including knee bracing/TTK-1&2 in all respect. No crane and material will be supplied by the Railway for this purpose & if the Portal boom is erected vide Railway Crane in PB then this will be paid in item No.3(d) only otherwise if Railway crane will not be available, the contractor should do the work as per 3 (b) in place of quantities mentioned for erection in item No. 3 (d).

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 20 of 85

20

Note for Item No.3: The price shall also include the cost of stenciling of location number before

providing of number plates on masts, portal uprights, TTU in the manner as directed by the purchaser. The price shall also include the straightening of masts, portal uprights and TTU bent during transit and cutting of masts / portal/TTU uprights to suit the site condition.

Item No.4: Fabricated steel work other than mast. Supply: The price shall cover supply of all fabricated steel work other than mast, TTC, Portal,

Gantries etc for example Extension chair, Back angle, all Channels and all other small parts of steel work like Drop Arms with accessories, super masts with cross angle etc. as

determined by Railway representative as per RDSO weight or ISI weight. The weight black steel will be reckoned. No increase due to Galvanizing or painting or reduction due to Drill, Skew cut etc.

Erection: The price shall cover cost of erection of all fabricated steel work other than mast, TTC,

Portal, Gantries etc for example Extension chair, Back angle, all Channels and all other

small parts of steel work like Drop Arms with accessories, super masts with cross angle etc. with necessary fasteners as determined by Railway representative.

Item No.5: Single bracket assembly for conventional OHE with SPS. Supply & Fabrication: The price shall cover cost of supply of single Bracket assembly and includes

all components, tubes and SPS but excluding dropper & insulators (Rly. supplied). The following items covers

3020 - Mast fitting for hook insulator including bolts, nuts and washers 2400 - Tubular stay arm assembly. 2130/2380 - Catenary suspension Bracket or hook bracket.

1160/2140 - Suspension clamp 2080 - Bracket tube assembly complete with tube cap. 3070-1/2 - Mast Bracket fitting assy. complete with fasteners. 2160 – 1 - Registration arm hook assembly complete with bolts and nuts. 2420/2430 - Reg. arm assembly or RRT assembly. 2270/5 - Reg. arm dropper assembly complete with bolt and nuts excluding dropper wire.

2460 - 02 - Reg. arm dropper assembly complete with bolt and nuts excluding dropper wire. 2470 – 02 - Reg. arm dropper assembly complete with bolt and nuts excluding dropper wire. 2390/2540/2520 – BFB steady arm or bent steady arm. 2360-2490-2 - 25mm steady arm drop bracket/clamp. 1220/1370-1 - Contact wire swivel clip or RRT clamp. 2550-1/2 - Anti wind clamp assy.

3076-1,2 - Backing Angle. 3131-1 to 4 - Adopter

The price shall also include supply of fasteners GI / SS etc any other items required for single bracket assembly is to be supplied by the contractor. Railway will not supply any of these items.

Note for Item No.5: The price of a single Pull off arrangement for conventional OHE will be

considered as a single conventional bracket assembly excluding the 9 Ton Insulators.

Erection: The price shall also cover erection of all components of Single bracket assembly/pull off

arrangement with SPS including insulator stay and bracket (Rly. supplied) with fasteners etc, duly fabricated at the contractor’s cost.

1. The price also covers fabrication of bracket assembly i.e. cutting, drilling, riveting, and welding of ERW tubes as per requirements.

2. The price shall include supply of re-vetting material as per specification.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 21 of 85

21

3. The price shall include all types of GI or SS Fasteners as per requirement whether mentioned or not.

4. All types ERW Galvanized steel tube shall be supplied by the contractor including bracket sleeve wherever required (40/49mm, 30/38mm) including suitable fitting for cantilever assembly.

5. ERW large bracket tube size 40/49mm shall only be supplied by the contractor used

for a bracket assembly and according suitable fitting will be supplied and used. Item No.6 : Single bracket assembly for tramway type OHE. Supply: Railway will supply all the single Bracket assemblies suitable for Tramway type OHE

(Regulated). Railway will also supply all components, SPS & tubes, but excluding

droppers. 3020 - Mast fitting for hook insulator including bolts nuts and washers. 2400 - Tubular stay arm assembly (including Galvanized steel tube). 2403-1 - Tubular stay sleeve with adjuster. 2380 - Hook Bracket.

2140 - Large Catenary direct clamp. 2160-1 - Large register arm hook. 2080 - Large bracket tube assembly (40/49 mm) including galvanized steel tube. 3070-1/2 - Mast bracket fitting assembly complete with fastener. 2540-1 - BFB steady arm assembly. 2550-3 - Standard anti wind clamp for Tram-way type OHE.

1220 - Contact wire swivel clip with pin. 3076-1,2 - Backing Angle. 3131-1 to 4 - Adopter Note for Item No.6: The price of a single Pull off arrangement for Tramway OHE will be considered

as a single Tramway bracket assembly excluding the 9 Ton Insulators. Erection: The price shall cover Erection & Fabrication of a Rly. Supplied single bracket assembly /

Pull off arrangement including droppers, (Rly. supplied) insulators, components etc.

6. The price also covers fabrication of bracket assembly i.e. cutting, drilling, riveting,

and welding of ERW tubes as per requirements. 7. The price shall include supply of re-vetting material as per specification. 8. The price shall include all types of GI or SS Fasteners as per requirement whether

mentioned or not. 9. All types ERW Galvanized steel tube shall be supplied by the contractor including

bracket sleeve wherever required (40/49mm, 30/38mm) including suitable fitting

for cantilever assembly. 10. ERW large bracket tube size 40/49mm shall only be supplied by the contractor used

for a bracket assembly and according suitable fitting will be supplied and used.

Item No. 7: Mounting arrangement of Span Wire.

SUPPLY: The price shall cover supply of all components and fitting fasteners for mounting of Large span wire as per design of RDSO / approved design of Railway. Item No.8: Porcelain Stay arm Insulator: Supply: The price shall cover supply of Porcelain stay arm insulators (CD-1050mm) as per approved

design of RDSO (Specification No-TI/SPC/OHE/INS/0070) with latest modification for items covered under 5 & 6. Item No.9: Porcelain Bracket Insulator:

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 22 of 85

22

Supply: The price shall cover supply of Porcelain Bracket insulators (CD-1050mm) as per approved design of RDSO (Specification No-TI/SPC/OHE/INS/0070) with latest modification for items covered under 5 & 6. Item No.10: Porcelain 9 Ton Insulator: Supply: The price shall cover supply of Porcelain 9-ton insulators (CD-1050mm) as per approved

design of RDSO (Specification No-TI/SPC/OHE/INS/0070) with latest modification. The 9 Ton Insulators are required for item nos. – 5 & 6 (for Pull off arrangement), 11, 12, 13, 18, 19 & 20. Item No.11: Solid core cut in insulator. Supply: The price shall cover supply of component for the above item on a flat rate basis such as in

head span, Cross span, Large Span or In span wire in an overhead equipment Conductor at an Insulated overlap, Anti-creep not provided for in other items. Erection: The price shall cover the erection of a 9 Ton Insulator (Rly. supplied) assembly including all components required for Cut-in Insulator assembly and appropriate terminal fittings for the conductor.

Item No.12: Supply and Erection of a section insulator assembly (conventional/Tram Way OHE).

Supply: The price shall cover supply of a standard section insulator assembly (serving both the overhead equipment conductor) along with all the components required for it with all terminal fittings for the conductor, the section insulator assembly and core insulator. The item supplied should be as

per design approved by the RDSO/Railway. List of items:

i. Catenary ending clamp. ii. Catenary dropper clip assembly.

iii. Parallel clamp for double contact wire. iv. Section insulator dropper assembly. v. Section insulator assembly. vi. Sectioning (Core) insulator assembly. vii. Any other item required but not included in the list.

In Case of Section Insulator Assembly for Tramway OHE, the price shall cover supply of all components required for a standard section insulator assembly including special arrangements for conductors, section insulator assembly, sectioning (Core) insulator as required as per RDSO/ Railway Drawing. Erection: The price shall cover erection and adjustment of all components including section insulator

assembly, (Rly. supplied) 9 Ton insulators on the catenary and droppers and Tower wagon checking. The work has to be carried out as per the approved drawing and instructions of site supervisor. Note: The supply and erection of a bracket assembly in case of tramway type section insulator shall be paid under item No.6. No adjustment of price due to non-provision of steady arm, in this case, shall be made.

Item No.13: Supply and Erection of solid core suspension insulator. Supply: The price will cover the supply of assembly for suspension of an all aluminium 25 kV feeder

(Single or double spider) 180 Sq.mm or 65 Sq.mm overhead equipment conductor or 19/2.76 mm all aluminium catenary or any other similar type of suspension. The price shall also cover

supply of all components required for the suspension assembly including the appropriate suspension clamp and small parts steel works with bolts and nuts etc., if any, as per specification.

Erection: The price shall cover erection of all components including the 9 Ton insulator (Rly.

supplied) and SPS work with nut and bolt. The price shall also include the cost of provision of

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 23 of 85

23

a flat armour tape only to be used in connection with suspension of spider conductor as per approved drawing.

Item No.14:Supply and Erection of guy rod assembly including mast anchor/guy rod attachment.

Supply: Railway will supply all the Guy rods of various lengths complete with mast guy rod fitting, guy rod with adjusters and parts grouted in anchor Block. It shall not include dwarf masts but includes SPS on dwarf masts, mast Anchor / Guy Rod attachment and fittings with appropriate fasteners. The supply will comprise:

3241 & 3242 Mast Anchor/Guy Rod fitting with G.I. Bolt, Nut & Pin.

3231 & 3232 Mast Anchor/guy rod fittings welded with short bolt and nuts lock nuts and washers.

5001 Anchor Bolt complete with nuts, lock nuts and split pins. 5001/1,3 5002 Guy rod stirrup. 5004/5005/5006-1 Guy rod with nut, washer and split pin.

5007–1 Anchor V Bolt. 5008 Anchor loop. 5220 Guy rod double strap assembly (style I & II).

Erection: The price shall cover erection of Railway supplied guy rod assemblies, mast anchor/guy rod

attachment of various length with all fittings and components with suitable fasteners as per

approved drawings and specifications. Note: Supply and erection of guy rod assemblies including mast anchor/guy rod attachment at anti

creep wire will also be paid under this item. Item No15: Supply and erection of regulating equipment 3 pulley type (3:1 ratio) with

counter weight assembly, Guide tube for conventional OHE. Supply: The price shall cover supply of 3 pulley type regulating equipment complete with all

accessories including counter weight assembly, SPS and suitable S.S. wire rope, 9 Ton adjuster with double strap assy. and normal/antitheft guide tube assy., anti-falling device and small part steel work including all fasteners and fittings as per approved design.

Erection: The price shall cover erection and adjustment of 3:1 Regulating equipment with counter

weight assembly complete with SS wire rope and fittings as per approved drawing. The price shall not include supply and erection of termination with (Rly. supplied) 9 Ton insulators , which will be paid for under item No.17 & 18.

Item No.16: Regulating equipment 3pulley type (3:1 ratio) with counter weight assembly for tramway type OHE.

Supply: Railway will supply all the 3 pulley type (3:1 ratio) regulating equipments complete with all

accessories including counter weight assembly required for tram way OHE, SPS, and suitable SS wire rope, 9 Ton adjuster with double strap assembly and normal/ anti-theft guide tube

assembly, anti-falling device and small parts steel wire including all fasteners. Erection: The price shall cover erection and adjustment of Railway supplied 3:1 regulating

equipments with counter weight assembly complete with SS wire rope and fasteners and fittings as per approved drawing. The price shall not include supply and erection of termination with (Rly. supplied) 9 Ton insulators, which will be paid for under item No.19.

Item No.17: Supply and Erection of termination of single conductor of OHE. Supply: The price shall cover supply of all materials for termination of a single conductor overhead

equipment or terminating wire on a traction mast or structure including appropriate mast anchor double straps, equalizing/compensating plates, ending clamp for catenary or contact

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 24 of 85

24

wire or terminating wire or Large Span Wire and fitting with terminating wire if any. The cost also cover supply of fasteners and necessary double eye distance rod as per specification and approved drawing.

Erection: The price shall cover erection of all materials including 9 Ton insulator (Rly. supplied)

assembly and component and adjustment of termination.

Item No.18: Supply and Erection of termination of double conductor of OHE. Supply: The price shall cover supply of all materials necessary for yoked type termination of two

overhead equipment on a traction mast or structure including appropriate mast anchor fittings, single clevis assembly, adjusters, ending clamps for catenary and contact wire, anchor double

strap assembly, equalizing/compensating plates and fitting and terminating wire, if any. The cost also covers supply of fasteners, double eye distance rod as per approved drawings with latest modifications.

Erection: The price shall cover erection of all materials including 9 Ton insulator (Rly. supplied)

assembly and necessary adjustment of the termination.

Item No.19: Supply and Erection of termination of tramway type OHE (regulated). Supply: Railway will supply all the materials required for the termination of a single contact wire

(regulated) with associated SPS and fasteners.

Erection: The price shall cover erection of all the Railway supplied terminating materials including 9 ton insulator assembly (Rly. supplied).

Note

i) The price under item No.17 to 19 shall not include the cost of jumper connection between feeders or return conductors to a bus bar, Overhead equipment which will be paid under

item No.6 of sch. –“B”. ii) The prices under item 17 to 19 shall also include the cost of double eye distance rod (RI

No.5183), if provided for any type of termination. Item No.20: Supply and Erection of Anti-creep with cadmium copper catenary wire. (Polluted Zone)

Supply: The price shall include supply of all items for anti-creep including 9 ton adjuster, mast

anchor fitting at terminations on either side of structure, ending clamps and fittings excluding catenary wire. The price shall also include the connected required materials except catenary wire, whether mentioned or not.

1120 - Catenary ending clamp. 5020 - 9 Ton adjuster. 5030 - Anchor double strap assembly 3010/5040 - Clevis assembly 3231 - Mast anchor fitting including nuts & bolts. 1170 - Double suspension clamps.

1160 – Suspension clamps. 5183 - Double eye distance rod. 3232 - Mast guy rod fitting.

Erection: The price shall cover erection of cadmium-copper catenary wire, 9 Ton insulator (Rly. supplied) assembly & component and SPS etc.

Item No.21 (I): Supply and Erection of 25 KV Post Insulator. Supply: The price shall cover supply of a 25 kV post insulator to support copper or Aluminum jumper/bus bar including supply of all components and fittings/angle iron to support the jumper/bus bar with suitable fasteners.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 25 of 85

25

Erection: The price shall cover erection of all components required for the assembly including post insulator with fasteners. Item No.21(II): Supply and Erection of Aluminum Bus-bars 36/28mm dia.

Supply: The price shall cover supply of aluminum bus-bars 36/28mm dia. (external/internal) as per approved design of RDSO. Erection: The price shall cover erection of aluminum bus-bars including supply and erection of terminal assembly.

Item No.21(III): Supply and Erection of Connector & Terminal. Supply: The price shall cove supply & erection of a connector & terminals of the type specified, including bolts, nuts, lock nuts, washers etc. required at the junction of bus bars. The price shall also include supply and erection of “Al-Cu” Strip if required to be provided at the junction. All the connectors & terminals shall confirm to relevant RI No. and shall be bought from valid approved

suppliers of CORE/ALD only and as per approved design of RDSO. Erection: The price shall cover erection of Connector & Terminal including all accessories as specified above. Item No.22: Supply and Erection of 25 KV Single Pole Isolator.

Supply: The price shall cover supply of isolator switches of approved design and latest modification, complete with arcing horns, operating rods, operating rod guides, operating rod insulator, post insulator, mounting base and integral locks. The price also cover supply of number plates of approved design, bolts and nuts for support of isolators and for support of operating rods on gantries/masts and to support jumper and jumper connections.

Erection: The price shall cover erection of Single pole isolator with all components, operating rod insulator, post insulator, small parts steel work, number plates, integral locks, with suitable fasteners including erection of aluminum bus-bars and bus connectors. Item No.23: Supply and Erection of 25 KV D.P. Isolator.

Supply: The price shall cover supply of a double pole isolator switches of approved design and latest modification, complete with arcing horns, operating rod, operating rod guides and operating rod insulator, post insulators, mounting base & integral locks. The price also cover supply of number plates of approved design, bolts and nuts for support of isolators and for support of operating rods on gantries/masts and to support jumper and jumper connection and adjustment and lubrication of

isolator. Erection: The price shall cover erection of Double pole isolator with all components, operating rod insulator, post insulators, small parts steel work, number plate, integral locks with suitable fasteners including erection of aluminum bus-bars and bus connectors.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 26 of 85

26

Item No.24: Supply and Erection of Earth contact assembly for 25 KV SP/DP Isolator. Supply: The price shall cover supply of earth contact assembly complete with accessories of approved design. The price also covers supply of bolts and nuts for support of the earth contact assembly. Erection: The price shall cover erection of earth contact assembly with all components, small parts

steel work with suitable fasteners and adjustments. Note: The cost for supply and erection of 25KV post insulators required for fixing of aluminum bus-bars will be paid under item No.21(I). Item No.25: Supply and Erection of Structure Bond.

Supply: The price shall cover supply of all materials including 40x6mm mild steel flat required to provide a structure bond connecting a traction mast or structure to the nearest non track circuited rails, or earth electrode, including all fasteners at both ends as per standard drawing approved by Railway.

Erection: The price shall also include provision of heat shrinkable PVC tube for structures bond under track circuited rail. The price shall include shaping, drilling, and erection of all materials including the bond with proper fasteners and painting with two coats of red oxide and two coats of black bitumen. This would also cover connections or earthing terminals of equipment like LT transformer with structures and then to rail as per relevant drawing. In no case gas cutter will be allowed for making holes on rail webs, masts, or MS flat.

Item No.26: Supply and Erection of Longitudinal Bond. Supply: The price shall cover the supply of all materials including 40x6mm mild steel flats, fasteners etc., required to provide longitudinal bond connecting two rails at the rail joint as per the approved drawing.

Erection: The price shall cover erection of longitudinal bonds at the location specified by the site supervisor. The price shall also include shaping and drilling of the bond including painting with two coats of red oxide and two coats of black bitumen. Item No.27: Supply and Erection of Transverse/Special Bond.

Supply: The price shall cover supply of all materials including 40x6mm mild steel flats, fasteners etc., required to provide transverse bonds connecting rails of the same / adjacent tracks at the location to be specified by the purchaser. The price shall also cover the supply of all materials including mild steel flat 40x6mm, to provide special bonds at a level crossing, foot over / road over bridge /protective screen etc., for which the location will be specified by the purchaser.

Erection: The price shall include erection of transverse/special bond including shaping and drilling of the bond and the same shall be painted with two coats of red oxide and two coats of black bitumen paint. Item No.28: Supply and Erection of Caution Board 25KV AC Traction.

Supply: The price shall cover supply of caution board in Hindi and English to be mounted on OHE structure or wall, with necessary fasteners etc. as per the approved drawing. Erection: The price shall cover erection of caution board with necessary fitting and fasteners as per the instruction of the purchaser.

Item No.29: Supply and Erection of Danger Boards for 25 KV. Supply: The price shall cover supply of danger Board in Hindi and English to be mounted on OHE structure or wall, with necessary fasteners etc. as per the approved Drawing.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 27 of 85

27

Erection: The price shall cover erection of Danger Board with necessary fittings and fasteners as per the instruction of the purchaser. Item No.30: Supply and Erection of Caution Board (Unwired Turnout): Supply: The price shall cover supply of Caution Board (unwired turnout) with necessary fittings and

fasteners to be fixed on OHE structure/mast as per the approved drawing. Erection: The price shall cover erection of caution Boards (Unwired turn-out) with necessary fasteners on OHE Mast/structures as per the instructions of the site Supervisor. Item No.31: Supply and Erection of Danger Board for Level Crossing Height gauge.

Supply: The price shall cover supply of danger board for level crossing height gauge in Hindi and English as per approved design. The price shall also cover supply of fittings and fixtures for erection purpose. Erection: The price shall cover erection of Danger Board for level crossing height gauge with fasteners as per the instruction of the purchaser.

Item No.32: Supply and Erection of Public Caution Boards: Supply: The price shall include supply of Public caution boards of approved design in Hindi/Local language and English for erection at station platforms, FOBs and other locations specified by the purchaser. The price shall also cover supply of fasteners for erection of Public caution boards as per

the requirement of the purchaser. Erection: The price shall cover erection of public caution boards with fasteners at locations indicated by the purchaser. Item No.33. Supply and Erection of Electric Engine Stop Board.

Supply: The price shall include supply of Electric Engine stop board of approved design along with fasteners for mounting on OHE Mast/structure. Erection: The price shall include erection of Electric Engine stop Board with suitable fasteners as per the instruction of purchaser.

Item No.34: Supply and Erection of Working Limit Board. Supply: The price shall include supply of working limit board of approved design along with fasteners for mounting on OHE mast/structure.

Erection: The price shall include erection of working limit board with suitable fasteners as per the instruction of the purchaser. Item No.35: Supply and Erection of Sectioning Diagram Board. Supply: The price shall cover supply of sectioning diagram board as per approved design along with

fasteners for erection as per requirement at site. Erection: The price shall include Erection of sectioning diagram board as per the instruction of the site supervisor. Item No.36: Supply and Installation of Shock Treatment Chart:

Supply and Installation: The price shall cover supply and installation of enamelled steel plate shock treatment chart as per relevant RDSO specification duly written instruction in English, Hindi and local language with all columns filled in. The price shall cover supply of the required fixture/fasteners for mounting on wall at the control cubicle/station wherever required as directed by the purchaser’s Engineer.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 28 of 85

28

Item No.37: Modification to erected equipment. (a) Transfer of Equipment from one mast or support to another.

The price shall cover transfer of OHE to a bracket assembly on a new mast or support and dismantling of the erected bracket assembly from the old mast or support and consequent adjustment

to overhead equipment required such or re-spacing of droppers, leveling etc. The foundation, Mast, steel work and bracket assembly for the new mast or structure will be paid for under appropriate items Nos. 2, 3 and 7 (as the case may be) respectively. (b) Provision of an additional bracket assembly on a mast or support from another.

The price shall cover dismantling of an existing bracket assembly/assemblies and provision

of a multiple cantilever cross arm wherever required supplied by the contractor and erection of bracket assemblies on the multiple cantilever cross arm. The price shall include any consequential adjustments to traction overhead equipment such as re-spacing of droppers, leveling etc. The price shall not include the cost for supply and erection of any additional bracket assemblies & SPS, which will be paid for under item 4,5 & 6 as the case may be.

(c) Slewing of OHE:

The price shall cover for temporary slewing or lowering of erected OHE adjusted and / or unadjusted to ground for special work at the request of the purchaser and restoration and readjustment of the equipment after completion of special work. The price shall be per span or part there of including anchoring span.

(d) Splicing and Extension of an anchored OHE. i) Supply: The price shall cover supply of all components, splices and end fittings etc. required for splicing and extension work and consequent adjustment of the affected equipments. ii) Erection: The price shall cover erection of splices and other components and extension of an

anchored OHE and the consequent adjustment as per the instruction of the Railway Engineer. The extended overhead equipment shall be deemed as starting from the center line of the structure preceding the old terminating structure and the extended overhead equipment shall be paid for under item No.2 & 3 of Sch. “B” (as the case may be). (e) Adjustment of OHE and Tower wagon checking:. The price shall cover adjustment and final

checking of OHE by tower wagon at each location and each span for smooth running of electric traffic and finally testing of OHE and its commissioning for commercial use. Note for item No.37: All claim under this item have to be supported by the following certificates to be furnished by the contractor that:

a) The modifications are not on account of non-compliance of specification approved and instructions given by the Railways for execution of work.

b) The quantities of work involved for modification have been finalized jointly with Railway Engineer before taking the work in hand.

c) The dismantled materials where applicable have been handed over to the purchaser’s representative at stores department.

Item No.38: Dismantling Work:

The price shall cover dismantling of the existing equipments as indicated under item (i) to (xiv). All the dismantled equipments/materials shall be handed over to the purchaser’s representative at stores depot. The price is inclusive of transporting all the released

materials/equipments.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 29 of 85

29

Item No.38 (xiv):Retrival of Mast / TTU from Solid Core foundations without damage or leaning of Mast:

The price shall cover dismantling of the existing foundation fully or 70 cm below the rail level as directed by railway representatives, Debris, spoils are to be removed from the site and thrown away to a place indicated by railway representatives.

Item No.39: Dismantling of other equipments not specified in Item No.38. The price shall cover dismantling of the existing equipments other than indicated in item No.38. Cost for dismantling will be paid as erection rates of concerned equipments. All the dismantled equipments/materials shall be handed over to the purchaser’s representative at stores

depot. The price is inclusive of transporting all the released materials/equipments. Item No.40: Misc. Hardware:

The price shall cover supply and erection of necessary hardware of approved design for items where hardware is not supplied along with equipments, its parts components etc. The price shall also

cover supply of any special hardware of approved design required for execution of OHE work as per the instruction of Railways site Engineer where Railway supply is involved. Item No.41: Supply and Erection of a Single Earth Electrode. Supply: The price shall cover supply of an earthing station with a single pipe of approved design,

embedded into the ground by driving or otherwise complete with protective concrete box and lugs suitable for directly connecting two mild steel flats of minimum size of 40mm x 6mm. Erection: The price shall cover erection, testing and commissioning of earthing station as per the instruction of Railway’s site Engineer.

Item No.42: First Aid Box. Supply & Erection: The price shall cover supply of First Aid box made of Aluminum sheet of size (350mmx200mmx150mm) and 3mm thick sheet filled with all required First Aid medicine and a Register / Dairy and locking arrangement. However, the first aid medicine to be kept in the box shall be certified by the Railway Doctor. The price also includes erection of First Aid box at the locations

specified by the purchaser. Note :- If any item will be supplied by Railway, one or few item or SPS found short or less the cost of supply of the same item, which should be specified jointly to be paid in SPS (Item No.- 4). All the required fasteners will be covered up in the erection cost of the respective items.

EXPLANATORY NOTES FOR SCDEDULE “B” Item No.1: Supply of Overhead Equipment: a) Contact Wire Joint less HDGC (107) Sq.mm: The price shall cover supply of joint less HDGC contact wire as per approved design of RDSO. The item should be procured from approved supplier of CORE / Railway, duly inspected by RITES /

Railway representative deputed by CEE/CON or Dy.CEE/CON. b) Catenary Wire (65 Sq.mm). The price shall include supply of 65 Sq.mm cadmium copper catenary wire as per approved design of RDSO. The item should be procured from approved supplier of CORE / Railway, duly inspected by RITES / Railway representative deputed by CEE/CON or Dy.CEE/CON.

c) Dropper Wire (5mm): The price shall include supply of 5mm diameter hard drawn copper wire as per approved design of RDSO. The item should be procured from approved supplier of CORE / Railway, duly inspected by RITES / Railway representative deputed by CEE/CON or Dy.CEE/CON.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 30 of 85

30

d) Large Jumper wire(105 Sq.mm): The price shall include supply of 105 sq.mm Large Jumper Wire of copper as per approved design of RDSO. The item should be procured from approved supplier of CORE / Railway, duly inspected by RITES / Railway representative deputed by CEE/CON or Dy.CEE/CON. e) Briddle wire(7/2.10 mm):

The price shall include supply of 7/2.10mm cadmium copper bridle Wire as per approved design of RDSO. The item should be procured from approved supplier of CORE / Railway, duly inspected by RITES / Railway representative deputed by CEE/CON or Dy.CEE/CON. f) Span Wire(130 Sq.mm): The price shall include supply of 130 sq.mm Cadmium Copper Large Span wire as per approved

design of RDSO. The item should be procured from approved supplier of CORE / Railway, duly inspected by RITES / Railway representative deputed by CEE/CON or Dy.CEE/CON.

g) Assorted Components required per Kilometer length of OHE: The price shall include supply of the following items:

1030-2 - Contact wire parallel clamp(Large). 1040-2 - Contact wire parallel clamp(Small). 1180 - Contact wire dropper clip with Pin. 1192 - Catenary wire dropper clip complete with bolts and nuts. 1110-2 - Contact wire-ending clamp. 1140 - Large span wire ending clamp.

5010/5020 – 9 Ton Adjuster. 5030 - Anchor double strap assembly. 5191/5192 - Compensating plate / equalizing plate. 7501 - Enameled Number Plate complete with SPS, bolts & nuts.

Note for item No.1

The price shall also include supply of any components required for erection of OHE whether mentioned or not with requisite bolts, nuts, washers and fasteners of such design as approved by the RDSO/Railway. The item should be got inspected by either RITES /Railway representative deputed by CEE/CON or Dy.CEE/CON.

Item No.2: Erection of Conventional OHE along with required components: The price shall cover erection of materials mentioned in item No. 1 i.e. contact wire, catenary wire, dropper wire 5mm including its fabrication and other associated components of OHE with suitable fasteners as approved by the RDSO/Railway. The price shall also include the cost of painting setting distance, contact height, rail level, emergency sockets, ATD marking and erection of Enameled

Number Plate complete with SPS, bolts & nuts wherever required and trimming of trees with in 4 mtrs. from OHE Masts if required. The price shall also include the cost of transportation of Railway supplied catenary & contact wires from Rly. depot to site by his own cost & risk. The price shall not include termination of conductor. Item No.3: Erection of contact wire for Tramway OHE along with required component

(Regulated with bridle) The price shall cover supply of bridle wire with required components like clamps, droppers and requisite fasteners including enameled number plates of approved design of RDSO/Railway. The item should be procured from approved supplier of CORE / Railway, duly inspected by RITES / Railway representative deputed by CEE/CON or Dy.CEE/CON.

The price shall also cover the cost of erection of contact wire, bridle wire, droppers and associated components with fasteners of approved design of RDSO/Railway. The price shall also include painting of setting distance, contact height, rail level, Painting on Mast showing direction of Emergency socket and erection of enameled number plates with SPS, Bolts &

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 31 of 85

31

Nuts and trimming of trees with in 4 mtrs. from OHE Masts if required. The price shall also include the cost of transportation of Railway supplied contact wires from Rly. depot to site by his own cost & risk. The price shall not include termination of conductor. Note: For measurement under item 2 & 3.

i) For the purpose of payment against item No.2 & 3 the length of the OHE which shall

include terminating wires shall be measured from the center line of the traction mast/structure at which two ends of each tension length of OHE are anchored.

ii) The length shall be the difference between the actual chain ages of the two traction masts/ structures at which the ends of each tension length are anchored or by the sum of the actual span between the same two points, whichever is higher as included in the “as Erected” lay out plan.

iii) The price also include erection of Number Plates/painting location number on mast. Item No.4: Erection of Span Wire. The price shall cover erection of Large span wire as per the instruction of Railway site Engineer. The wire to be erected along with item No.7 of Sch.’A’.

Item No.5: Supply & Erection of additional fittings for turnout, diamond crossing or overlap

for Extra materials of item No. 2 & 3. Supply: The price shall cover on flat rate basis supply of additional components and fittings required at turn-outs. Crossings or overlaps (insulated or un-insulated) including overlaps, knuckle or crossing

equipments at a turn out, or a diamond crossing and parallel clamps/bimetallic parallel clamp for jumper connection between two sets of overhead equipment conductor at a turn out, diamond crossing, overlaps or neutral section but excluding jumper wire. Erection: The price shall cover erection of all materials including jumper wire and all adjustments required at Turnouts, Crossings, Overlap and Neutral sections. The price shall also cover erection of

potential equalizer Jumper at Insulated overlaps. Note: A crossover shall be paid as 2 of above item Special Configuration of OHE commonly known, as half overlap shall be paid for as 1 of under this item. This shall apply in case of half overlap used in changing over from regulated to unregulated or unregulated to regulated equipment

Item No.6: Copper Jumper(C Jumper & Anti Theft): Supply: The price shall cover on a flat rate basis, the supply of copper jumpers as per standard design with all components and fittings required for providing a flexible copper jumper connection including parallel clamps, bimetallic strips wherever required, and terminal or tee clamps at either end.

Erection: The price shall cover the erection of complete jumper assembly including jumper wire. The price shall not however be applicable for jumper connection already included in any previous items but shall be applicable for any jumper connection in any combination between feeders, L.T. transformers and drop out fuse, lightning arrestors for OHE and isolators and outgoing bus bars of switching stations. Anti theft jumpers as per drawing No. ETI/OHE /G/05107 for connecting out of run

OHE with the in-running OHE at insulated / un-insulated overlap location and also at anti-creep location, wherever considered will be paid under this item. The supply of all components and fittings including the catenary wire for providing double catenary / contact wire in place of catenary wire under over line structures as per Drg. No.ETI/OHE/SK/446 and ETI/OHE/SK/529 respectively will also be payable under this item, treating the double catenary as jumper irrespective of its length.

Chief Elect.Engineer(Con)

Bhubaneswar.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 32 of 85

32

LIST OF STANDARD DRAWINGS AND SPECIFICATIONS This Annexure contains reference to drawing numbers, charts, schedules, specifications and other data referred to in various paragraphs of this Tender Paper. All references to drawings, charts, schedules or specifications given in this Annexure shall be taken to

be the latest versions of such drawings, charts and schedules of specifications as issued by the purchaser. (A) LIST OF STANDARD DRAWINGS

Sl.No Brief Description Drg.Series Drg.No. Mode

1 Extra allowance for setting of structures on curves [1676 Broad Gauge]

ETI/OHE/G 00111 Sch.l

B

2 Standard setting of structures in the vicinity of signals [Broad gauge]

ETI/OHE/G 112 C

3 Typical design of bearing foundation ETI/OHE/G 131

4 Typical design of new pure gravity foundation ETI/SK/C 131

5 Typical design of side gravity foundation [soil pressure 8000 Kg f/m

ETI/SK/C 142

6 Typical design of cantilever mast RE/33/G 141Sh.3

7 Standard drilling sch,of OHE masts 9.3; 9.4; & 9.5 M Long RSJ & BFB respectively

ETI/OHE/G 144 Sch.l-B, 2-B,3-A

8 Span & stagger chart for conventional OHE Cad. Cum.Catenary & cu. cont. wire wind pressure 75, ll2.5 & 150/Kgf/m

ETI/OHE/G 202

9 Employment schedule for cantilever mast regulated OHE cu. 65/Cu and Con. 107/Cu. WP 112,5 Kgf/m without EW &

without RC

ETI/OHE/G 153 Sch.lE

10 Employment schedule for cantilever mast regulated OHE cu. 65/Cu and Con. 107/Cu. WP 112,5 Kgf/m without EW & with t RC

ETI/OHE/G 153 SH.2E

11 Employment schedule for cantilever mast regulated OHE cu. 65/Cu and Con. 107/Cu. WP 112,5 Kgf/m with EW & without RC

ETI/OHE/G 153 Sh.3E

12 Employment schedule for cantilever mast regulated OHE cu. 65/Cu and Con. 107/Cu. WP 112,5 Kgf/m with EW & with

RC

ETI/OHE/G 153 Sh.4D

13 Employment schedule for cantilever mast regulated OHE cu. 65/Cu and Con. 107/Cu. WP 112,5 Kgf/m at 35 C & with 28 Kgf/m at 4 C without EW & RC

ETI/OHE/G 154 D

14 Employment schedule for 8" x 8" x 35 Lbs BFB [9.5 M Long) [WP 112,5 kgf/m Cat. 65/cu. & Cat. 107/cu.

ETI/C 708 A

15 Employment schedule for OHE mast over lap center location with 3 M implantation, Cat. 65 /cu and Cont. 107 Cu. WP 112,5 Kgf/m

ETI/C 710 A

16 Employment schedule for OHE mast over lap inter location

with 3.0 M implantation Cat. 65/Cum. and Con. 107 cum WP 112,5 kgf/m

ETI/C 412 A

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 33 of 85

33

17 Employment schedule for 9.5 M long 200x200x49.9 Kg. mast cat. 65/Cu and Con.107/Cu.WP 113,5 Kgf/m

ETI/C 714 A

18 Employment schedule for OHE mast over lap anchor location with 3.0 M implantation Cat. 65/Cum. and Con. 107 cum WP

112,5 kgf/m

ETI/C 716 A

19 Employment schedule for prestsressed concrete mast (PC 42) 9.5 M long for conventional OHE, normal location [WP 150, 112.5 and 75 Kgf/m

ETI/C 725 A

20 Termination arrangement of OHE with 3 pulley type regulating equipment [3:1 ratio}

ETI/OHE/G 4212

21 General distribution of droppers ETI/OHE/G 181

22 Outline of pantograph [Broad gauge and meter gauge] RE/33/G 181 A

23 Earthing and bonding of PSC Mast ETI/OHE/SK 537 Sch. Of 2

24 Typical earthing arrangement in SPUN PSC Mast with 18 mm dia rod.

ETI/OHE/SK …do….

25 General formation of single track embankments and cutting

[BG]

RE/33/G 1101Sh.l A

26 General formation of double track in embankments and cuttings [BG]

RE/33/G 1102Sh.l A

27 General formation of multiple tracks [1675 mm Gauge] RE/33/G 1103Sh.1

A

28 Standard anchor arrangement RE/33/G 1401 E

29 Anchor arrangement with drawf mast ETI/OHE/G 1402 B

30 Schedule of anchor block for BG Track ETI/OHE/G 1403Sh.l C

31 Double guy rod arrangement with anchor block for BG track ETI/OHE/G 1403Sh.2

B

32 Schedule of anchor block for BG Track [Black cotton soil] ETI/OHE/G 1403Sh.3

B

33 Rock anchor for BG track. ETI/SK/C 208

34 Standard guide tube arrangement on a mast and structures ETI/OHE/G 1505

35 Standard guide tube assembly ETI/OHE/P 5060-2 B

36 Trapezoidal counter weight arrangement on OHE structure ETI/OHE/G 1502

37 Arrangement of 3 KV & 254 KV pedestal insulator supports on OHE masts and portals.

ETI/OHE/G 1601

38 Standard arrangements for mounting of number plate on OHE structures

ETI/OHE/G 1701 A

39 Schematic arrangement of regulated OHE ETI/OHE/G 2101

40 Typical arrangements of OHE on cantilever masts for double

track Sec.

ETI/OHE/G 2102

41 Typical arrangement for fixing of bracket assembly on 9,5 m mast and structure to suit raising of tracks [in future]

ETI/OHE/G 2102Sch.3

42 Bracket fitting for PSC Masts Capacity 4.200 Kgm ETI/SK/C 214

43 Mast on platforms [1676 mm gauge] ETI/OHE/G 2104Sh.2

A

44 Details of bracket arrangement on tangent and curved tracks ETI/OHE/G 2106Sh.1

A

45 Details of bracket arrangement for OHE [High speed] ETI/OHE/G 2106Sh.3

46 Single bracket assembly on structures and drop arms RE/33/G 2107 D

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 34 of 85

34

47 Box type cantilever arrangement ETI/OHE/G 2108

48 Arrangement at anti creep ETI/OHE/G 2111

49 Standard cantilever arrangement for boom anchor anticreep location

ETI/OHE/G 2113

50 Schematic arrangt. of un-insulated over lap [type-I]3 & 4 span overlaps

RE/33/G 2121Sh.1

F

51 Schematic arrangement of insulated over lap ETI/OHE/G 2131Sh.1

52 General arrangement of regulated OHE at turn outs/over lap/crossed Type]

ETI/OHE/G 2141 C

53 General arrangement of regulated OHE at cross over [over lap & crossed type]

ETI/OHE/G 2151

54 Arrangement of neutral section ETI/OHE/G 2161Sh.l C

55 Arrangement of neutral section assembly (PTFE Type)at SWS ETI/OHE/G 2162

56 Arrangement of short neutral section ETI/OHE/G 2161Sh.2

57 Schematic arrangement of unregulated OHE ETI/OHE/G 3101

58 Standard termination of OHE [regulated & unregulated] RE/33/G 3121 H

59 General arrangement of unregulated OHE at turnouts/crossed/over lap type

ETI/OHE/G 3151

60 General arangement of unregulated OHE cross overs/diamond crossings [overlap & crossed type]

ETI/OHE/G 3152Sh.1

61 General arrangement of unregulated OHE at diamond crossing

ETI/OHE/G 3152Sh.2

62 General arrangement of head span ETI/OHE/G 3201

63 General arrangement of pull off ETI/OHE/G 3301 A

64 In span jumper connection between catenary & contact wire ETI/OHE/G 5101

65 Continuity jumper connection at uninsulated over lap ETI/OHE/G 5102 B

66 Arrangement of anti-theft jumper ETI/OHE/G 5107

67 Connection at turn outs ETI/OHE/G 5103 B

68 Potential equalizer connection at insulated over lap and neutral section

ETI/OHE/G 5104

69 Connections at diamond crossing ETI/OHE/G 5108 A

70 General arrangement of connections to OHE by copper cross feeder[150]

ETI/OHE/G 5121Sh.1

B

71 General arrangement of connections at switching station on

double track section by copper cross feeder [150]

ETI/OHE/G 5122Sh.

1

B

72 General arrangement of connections at switching station on multiple track section [with spider cross feeder]

ETI/OHE/G 5126 Sch.1/2

D

73 Termination of feeder return conductor & return feeder [copper & allu)

RE/33/G 5145 D

74 Arrangement of suspension of double spider 25 KV feeder and return feeder between sub-station and feeding station

RE/33/G 5152 C

75 Assembly of section insulators RE/33/G 5181 B

76 General arrangement of earth wire on OHE mast ETI/OHE/G 5201 A

77 SPS details for Earth wiere clamp on PSC Mast ETI/SK/C 214 Sch.2 of 2

78 Arrangement of transverse bonds ETI/OHE/G 5251

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 35 of 85

35

79 Connection of return conductor to track ETI/OHE/G 5306 C

80 Suspension arrangement of aluminum return conductor

[spider]on traction structures

ETI/OHE/G 5307 B

81 Suspension of return conductor [spider] from boom of structures [with clevis type disc insulators]

ETI/OHE/G 5312 A

82 Connections between OHE & aluminum return conductor at BT Stns.

ETI/OHE/G 5413 B

83 Mounting of 25 KV isolators on OHE structures (general arrangement)

ETI/OHE/G 5513Sh./1

A

84 Details of small parts steel work for supporting 25 KV isolator

on new TTC Boom

ETI/OHE/G 5513Sh.

2

A

85 Characteristics of conductors/busbar for 25 KV AC Traction ETI/OHE/G 5600 A

86 Catenary dropper assembly ETI/OHE/P 1190 B

87 Standard antiwind clamp ETI/OHE/G 2550-1/2

K

88 Multiple cantilever cross arm assembly RE/33/P 3120 G

89 Anchor fitting assembly on rolled section ETI/OHE/P 3230 B

90 Anchor fitting assembly on K series, TCC Masts and P Type portal uprights

ETI/OHE/P 3240 C

91 Anchor assembly on N and O Type portals upright ETI/OHE/P 3250 C

92 Structure bonds ETI/OHE/P 7000 E

93 Earthing station ETI/OHE/P 7020 B

94 Longitudinal rail bond ETI/OHE/P 7030 F

95 Short super mast assembly ETI/C/P 8010 G

96 Long super mast assembly ETI/OHE/P 8020 C

97 Bracket attachment assembly on portal upright [N O R P G & BFB Type]

ETI/OHE/P 8030 B

98 Super mast assembly on portals ETI/OHE/P 8050 C

99 Medium super mast assembly ETI/OHE/P 8060 C

100 Standard portal (N,O,P,R,G & Double BFB Type) ETI/C 64

101 Volume chart and equivalent chart of foundation ETI/C 58 Sch.1 D

102 Volume chart and equivalent chart of new pure gravity ETI/C 58 Sh.2A B

103 Volume chart and equivalent chart of dry black cotton soil (ANBC Type)

ETI/C 58 Sh.3A

104 Volume chart & equivalent chart of new pure gravity (500m exposed)

ETI/C 58Sh.4

105 Volume chart & equivalent chart of dry black cotton soil [NBC Typ] 2.5 Depth]

ETI/C 58Sh.5

106 Dwarf mast foundation on wet & dry black cotton soil RE/ALD/OHE/SK/C

2

107 Special BFB portal for 5 tracks (general arrangement) ETI/C 26 Sh.1 C

108 Protective screen at foot over bridge and road over bridge ETI/C 68 E

109 Chart for portal foundation ETI/C 0005/88

110 Muff for OHE structures ETI/C 0007/68

111 Structure s muff for sand core foundations ETI/C 0012/69 D

112 9.5 m standard traction mast (fabricated K series) ETI/C 0018/2 D

113 Details of Remote Control cubicles (foundation RCC Slab & Steel door]

ETI/C 67 B

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 36 of 85

36

114 9.5 m Standard traction mast [fabricated with bottom plates - B Series

ETI/C 71 E

115 Details of OHE foundation in soft rock (bearing capacity 45000 Kgf/m

ETI/C 59 A

116 Details of foundation for fencing upright ETI/C 32 A

117 Typical location & schematic connection diagram for a three interruptor switching station.

ETI/C 3 C

118 Typical general arrangement of a three interrupter switching station

ETI/C 4 C

119 Typical location plan and general arrangement for sectioning

and paralleling station

ETI/C 5 C

120 Typical location plan & arrangement for a feeding station ETI/C 6 C

121 Typical general arrangement at a BT Stn [with 4 cross feeder]Ty.III

ETI/C 13 B

122 Typical general arrangement of 280 KVA BT Stn.[with 4 cross feeder]Ty.III

ETI/PSI 18 A

123 Typical Genl.Arrg.at a BT Stn.[w/o cross feeder] Type-I ETI/PSI 11 C

124 Arrangement of mounting 25 KV/240, 10 KVA LT Supply

Transformer

ETI/PSI 36 G

125 Typical number plate for auxiliary transformer ETI/PSI/P 7525

126 Employment schedule for switching and booster station main

masts

ETI/C 165 B

127 Drilling schedule for S-1 mast ETI/C 30 E

128 Drilling schedule for S-2 mast ETI/C 31 C

129 Drilling schedule for S-3 mast [Length 11.4 M] ETI/C 180 B

130 Drilling sch. for 8"x6"x365 LBs, RSJ ,mast 8 M long for BT Stn.Ty.S-4

ETI/C 36 D

131 Drilling schedule for S-5 mast (11.4 m long) ETI/C 42 D

132 Drilling schedule for S-6 mast [length 12.4 m] ETI/C 181 B

133 Drilling schedule for S-7 mast [length 12.4 m] ETI/C 182 B

134 Drilling schedule for S-8 mast [length 12.4 m] ETI/C 183 B

135 Drilling schedule for S-9 mast [length 9.4 m] ETI/C 184 B

136 General arrang. & details of fencing panels & gate for

switching stations

ETI/C 166Sh.l E

137 Details of fencing uprights and anti-climbing device for switching station

ETI/C 186Sh.2 D

138 S-100 fabricated mast for mounting LT Supply Transformer and drop out fuse switch at switching station.

ETI/C 43 B

139 S-101 details of mast for supporting isolator inside SWS ETI/C 44 A

140 Details of anchor beam for SP, SSP, & FP ETI/C 33 D

141 Details of small part steel for switching station ETI/C 34Sh.1 K

142 Typical fencing and anticlimbing arrangement at SWS ETI/PSI 104 B

143 Typical earthing layout of Sub-sectioning & Paralleling station ETI/PSI 201 B

144 Typical earthing layout of a sectioning & Paralleling station. ETI/PSI 202 B

145 Typical earthing layout of a feeding station ETI/PSI 203 B

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 37 of 85

37

146 Earthing details for interruptor LT Supply transformer 25 KV LA,k PT Ty.I[S-100 Masts, S-101 mast, fencing upright & main mast]

ETI/PSI 204 C

147 Typical earthing layout at a BT Stations [without cross

feeder] for Ty.I & II

ETI/PSI 211

148 Typical cable run layout of a sub-sectioning & Parallelling station

ETI/PSI 301 C

149 Typical cable run layout of a sectioning & parallelling station ETI/PSI 302 C

150 Typical cable run layout of a feeding station ETI/PSI 303 B

151 Typical earthing layout of a BT Station [with 4 cross feeder

for Ty. III,IV & V]

ETI/PSI 212 B

152 Typical drawing for a terminal board ETI/PSI 501 C

153 36 mm Aluminium bus terminal ETI/PSI/P 6480 C

154 36 MM ALUMINIIUMUM BUS SPLICE ETI/PSI/P 6490 B

155 36 mm Aluminium tee connector ETI/PSI/P 6500 C

156 36 mm aluminium tee terminal ETI/PSI/P 6510 D

157 36/15 Tap connector ETI/PSI/P 6520 B

158 36 mm aluminium flexible bus splice ETI/PSI/P 6550 B

159 36 mm aluminium bus splice cum tee connector ETI/PSI/P 6560 B

160 Typical number plate for interrupter and double pole isolator ETI/PSI/P 7520 B

161 Typical number plate for PT Type I ETI/PSI/P 7521 B

162 Typical number plate for BT ETI/PSI/P 7522 B

163 Details of bracing for switching & BT masts ETI/C 34Sh.2 B

164 Details of small parts steel of out rigger for SWS & BT Stations

ETI/C 37 C

165 Details of small parts steel for BT Stations ETI/C 40 E

166 Details of pre-cast cable trench for switching station ETI/C 38 E

167 Standard R Type portal rod laced general arrangement ETI/C 11/89Sh.l

C

168 Standard G Type portal special upright and end piece ETI/C 56 C

169 short bored pile foundation for Traction mast [permissible BM & Volume]

ETI/C 62 A

170 Chart for portal foundations in dry black cotton soil safe bearing capacity 16500 Kg/m

171 Special arrangement of OHE under overline structure ETI/OH

E/SK

529

172 Parallel Clamp [157-65/107/150] ETI/OHE/P

1030-3 A

173 Parallel clamp [20/20] ETI/OHE/P

1550 E

174 Compensating plate ETI/OH

E/P

5191-1/2 C

175 Suspension clamp RE/33/P 1160 J

176 Double suspension clamp RE/33/P 1170 K

177 Double suspension lock plate RE/33/P 1172 C

178 Catenary splice [65] ETI/OH

E/P

1090

179 Span and stagger chart for conventional OHE ETI/OHE/G

202

180 Arrangement of anti theft jumper at over lap ETI/OHE/SK

566

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 38 of 85

38

(B) LIST OF STANDARD SPECIFICATIONS

Sl. No.

TITLE OF SPECIFICATION

SPECIFICATION No.

1. Annealed stranded copper conductor for jumper wire

ETI/OHE/3(2/94) With A&C slip No.1 of 4/95

2. Copper busbar RE/30/OHE/5(11/60)

3. Structural steel tubes ETI/OHE/11(5/89)

4. Hot dip galvanization of steel mast (Rolled and Fabricated) tube and fittings used on 25 KV AC

OHE

ETI/OHE/13(4/84) with A&C slip No. 1 of 5/86, 2 of 4/90 and 3 of 4/90

5. Stainless steel wire ropes

EIT/OHE/14(9/94) with A&C slip No. 1 of (9/95) and 2 of (1/97)

6. 25 KV single and double pole isolators ETI/OHE/16(1/94)

7. Bolts, nuts and washers ETI/OHE/18(4/84) with A&C slip No.

1 of (11/84), 2 of (6/87) and 3 of (9/87)

8. Aluminum alloy section and tubes ETI/OHE/21(9/74)

9. Standard for drawings for traction overhead

equipment

RE/OHE/25(3/66)

10. Section insulators assembly

ETI/OHE/27(8/84) with A&C slip No. 1 of 10/92

11. Enameled steel plates ETI/OHE/33(7/88)

12. Galvanized steel wire ETI/OHE/36(12/73)

13. Fitting for 25 KV 50 Hz AC Overhead traction

equipment

ETI/OHE/49(9/95) with A&C slip No.

1 of (3/97)

14. Cadmium copper conductor for overhead railway traction

ETI/OHE/50(8/83) with A&C slip No. 1 of 9/89, 2 of 9/91, 3 of 10/91, 4 of 12/91 & 5 of 10/92.

15. 25 KV drop-out fuse switch & operating pole for use with 10 KVA and 100 KVA, 25 KV/230V LT supply transformer

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

16. 25KV/240V, 10 KVA LT supply transformer ETI/PSI/15(11/92) with A&C slip No.

1 of May 93.

17. Aluminum alloy stranded catenary wire 19/2.79 mm

ETI/OHE/54(2/85) with A&C slip No. 2 of 10/92.

(b) 3 pulley type (3:1) -do-/48A(9/85) with A&C Slip No. 1 to 2 (8/99) with latest Modfn.as per Drg.No.TI/DRG/OHE/ATD/ RDSO/ 0001/99/0

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 39 of 85

39

19. Battery charger for 110V battery 40 AH ETI/PSI/1(6/81)

20. 7.5 KV Lightning arrestors ETI/PSI/3(8/75) with A&C slip No. 1

of (2/91) 21. 25 KV Potential transformer ETI/PSI/8(10/92) with A&C slip Nos.

1& 2

22. 150 KVA Booster transformers (a) oil filled

ETI/PSI/98(8/92) with A&C slip Nos. 1 of 9/92 & 2 of Jan’94

(b) dry type ETI/PSI/97(6/87) with A&C slip No. 1 & 2 of 9/88.

23. 110V, 40AH lead acid batteries ETI/PSI/21(6/81) with A&C slip No. 1

of 7/81.

24. 25 KV single pole outdoor SF-6 gas interruptor

ETI/PSI/73(10/88) with A&C slip No. 1 of 4/89, 2 of 8/91, 3 of 1/92, 4 of 4/92 & 5 of 11/92.

25. 25 KV single pole outdoor vacuum interruptor

ETI/PSI/74(6/90) with A&C slip No. 1

of 7/90, 2 of 8/91, 3 of 1/92, 4 of 4/92 & 5 of 11/92.

26. Short Neutral Section Assembly (Phase Break) ETI/OHE/63(5/91) with A&C slip (2/94)

27. Insulated cadmium copper catenary 19/2.10 mm dia provision under overline structure in the

25 KV AC Traction

ETI/OHE/75(4/95)

=:o0o:=

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 40 of 85

40

SPECIAL CONDITION OF THE CONTRACT

i) The successful tenderer shall have to submit the detailed working drawing for all items of work covered under this contract and get them approved by DY. CEE/C/BBS for the work covered under this contract to be executed by them, before execution of work.

ii)Approval of any contractors drawings will be indicated by the Railway on the Blue print supplied by the contractor with a remark "APPROVED IN PRINCIPLE FOR ERECTION" and will be signed by the official of the Rly duly authorized to this regard along with his office stamp. Therefore, the contractor shall supply 8 nos of reproducible copies of the drawings for distribution to various offices for execution of the work. iii) Drawings which have been mentioned in the Tender documents and which have been supplied

along with the tender documents are only for guidance. variations or discrepancy between the approved drawings and specifications approved drawings shall prevail in preference to specifications. 1. LIST OF PERSONNEL EMPLOYED BY THE CONTRACTOR: The contractor should submit the name, qualification and experience of the supervisors and skilled staff having license & competency certificate to be employed by them to CEE/Con’s office along with their identity card. Only after the approval of competent authority the above personnel will be allowed

to execute the work at site. Any changes in personnel employed at any site have to be duly approved from the Railways. Otherwise the contractor will not be allowed to execute the delay accusing in execution will be on contractors account. 2. SITE OF WORK The Rly. is not responsible for providing any site/Office/stores for the contractor to execute the work. The contractor is fully responsible to build there an office / store at the vicinity of the work and no

land/accommodation required for the work will be arranged by the Railway. 3. LIST OF CONSIGNEE On behalf of the Railway Jurisdiction of the work the following is given below:- i) Chief Electrical Engineer/ Dy. Chief Elect. Engineer (Con)/BBS, the officers in the Administrative charge of this work. ii) Dy. Chief Electrical Engineer(Con)/BBS-751023 means the administrative officers who will

administer the contract including approval of design and specification and shall mean and include successors of the post of Dy. Chief Engineer(Con)'s office at Bhubaneswar. iii) The work shall be executed under concerned Section Engineer (Elect)/ (Con) or JEE-I/ Con who is the consignee for the work under Dy. Chief Electrical Engineer(C)/BBS. The above mentioned officials shall mean Engineer-in-charge/ Assistant Executive Engineer/Executive Engineer as well as such officer in executive charge of the work who is responsible for ensuring that

all the work covered under this contract and carried out in accordance with the approved design drawing and specification as agreed to and who is responsible for arranging payment to the contractor as per the accepted schedule of prices and terms of payment. The technical data/specification/name of the materials not covered by the above list may be collected from the office of CEE/C/BBS. Other technical data/Specification which also suitable shall be approved by CEE/C/BBS before supply of the materials. The manufacturer /suppliers list of the materials not

covered by the above list may be collected and approved from the CEE/C/BBS before supply of the materials. All the works shall be carried out as per latest Indian Standard specification/Indian Electricity (ISS/IE) Rules, materials supplied as per relevant Indian Standard Specification (ISS) (Latest) and works shall be carried out neatly. 4. TESTING OF INSTALLATIONS After successful completion of the entire work a certificate should be furnished by the contractor that

the whole work have been carried out as per tender specification. The details of the testing of installations are to be recorded in a register duly signed jointly by the competent representative of contractor and consignee and to be kept at site camp office. After successful completion of the entire work, the entire installations are to be tested in accordance with the requirement as laid down in the technical specification in Part II of the Tender papers and herein.

5. EARTHING Earthling shall be provided as per Indian Electricity (IE) Rules 3043 with latest amendments and as per specification and site requirements. 6. GUARANTEE: The tender shall guarantee the equipments offered for satisfactory performance for a period of 12 months from the date of commissioning and handing over the installation to the Railways against

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 41 of 85

41

defects arising out of faulty design, materials and workmanship. The tenderer should make good all the defects free of cost during the guarantee period and replace or repair the defective equipments/parts free of cost promptly and satisfactorily. Due to delay in repair/replacement of warranty failure, beyond the stipulated period resulting in to loss, Railway will arrange the work by other agencies at tenders risk and cost, thus inconvenience caused to the Railway will be recovered from the contractor. The equipments/parts so replaced by the contractor, shall be further guaranteed

for a period of 12 months for satisfactory service from the date of such replacement 7. INSPECTION & TESTING: All the makes of materials required for the site are to be approved by CEE/CON/BBS prior to giving its procurement action. In no condition the materials procured without approval of CEE/C/BBS or his authorized representative will be allowed to use at site. The materials should be procured from OEM or his authorized dealer and documentary evidence in this regard has to be submitted to Rly in this

regard prior to release of payment. The Employers representative shall be free to visit the manufacturer’s works at all reasonable times to witness and inspect the testing of equipments. It is the duty of the tenderer to see that all the equipments supplied are tested as per relevant IS/BS specification. The contractor shall furnish three copies of manufacturers test certificate for the routine and type tests conducted for equipments offered. If necessary the contractor shall arrange to conduct all the routine tests at the manufacturer’s

premises in presence of Engineer. NOTE: L.T Panels, Distribution Board etc. will be inspected at manufacturer’s premises. On receipt of the equipments/materials at site the tenderer shall offer these equipments/ materials for inspection of Engineer and under no circumstances the materials shall be erected / commissioned without the approval of Engineer. The sample of materials like wires, switches, boards, sockets MCB’s etc. are to be got approved from CEE/C/BBS or his authorize representative before executing the same. The

materials which are erected in high structures like towers, poles, etc. are also to be inspected at ground by the authorized Rly representative before erection even though the same has been inspected earlier. 8. PRE-COMMISSIONING TESTS ON EQUIPMENTS: - The pre-commissioning test of various equipments like L.T panels, copper wires, piano type/modular switches and socket etc. including wiring materials such as PVC pipe, boxes and switch Boards, ceiling rose, Angle/batten holder, kit kat

fuse/MCB shall be carried out jointly by the contractor with Engineer representative and under no circumstances the above items can be energized without approval of Engineer. A register to be maintained by the contractor for recording these tests duly signed by authorized contractor’s supervisor and Railway representative. 9. OTHERS: The contractor shall dress up/repair the site as per the existing surrounding ground/floor/ walls/road.

If any minor alteration is necessary, the contractor shall do the same in total quoted cost. The work shall be carried out with minimum shut down; however, the shut down will be arranged by Railways in consultation with users department. Tender MUST inspect the site thoroughly before quoting later on No Claim shall be accepted. 10. APPROVAL OF DRAWINGS: The drawings like LT panel, D/Boards, cable route etc. shall be offered by the tenderer for approval

the Engineer. Manufacturing of these items can be taken in hand only after the approval of the drawing by Engineer. The tenderer shall also supply three copies of approved drawings. N.B.:-All standard drawings mentioned in the tender schedule can be obtained form CEE/C/BBS’s office for reference. 11. Transportation of all materials issued by Railway has to be carried out by the Contractor with his own arrangements at his own cost and Railway will provide neither any assistance towards

transportation of materials nor any cost towards transportation of materials required in connection with the execution of work. The materials will be supplied from purchaser’s depot at Bhubaneswar. Erection charges for items of the schedule will be inclusive of transportation of the materials to site. 12.The contractor has to supply all lay out plans, cross sectional diagrams, structural erection diagram etc. for approval of CEE(Con)/ Dy. CEE(Con)BBS within 07 days of the issue of Letter of Acceptance and the same will be returned duly approved by Railways within 10 days of submission of

the same and the work has to start only after the relevant drawings have been approved. The payment towards the drawings under the schedule will be made only after all drawings have been submitted duly approved. 13. The Railway will not provide any drawings, specifications etc. required in connection with the execution of work as mentioned in the tender document. The contractor has to arrange all drawings and documents at his own cost from the office of CORE/RDSO on payment.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 42 of 85

42

14. All materials to be supplied by the contractor have to be duly inspected by RITES/ CEE (Con) BBS or authorized representative as appointed by Dy. CEE(C) BBS. No payment will be made unless the inspection certificate has been submitted along with supplier’s original challans or as mentioned elsewhere in the tender document. The contractor will bear the inspection charges if any. 15. The Railway has right to supply any item without any limits if available with the Railway even though it is covered under the scope of supply by the contractor. The quantities to that effect will be

reduced from the scope of supply accordingly. 16. Any work falling under power block will be determined by the Railway Engineer and the power block will be arranged by the Railway Supervisor. The contractor has to work with minimum power block with adequate arrangements of manpower, tools & plants and material as decided by the Railway and penalty can be imposed to the contractor for exceeding of the arranged power block in a particular type of work or for not arranging adequate manpower, tools & plants and materials. Any

dispute in this regard can only be decided by CEE (C) / Dy. CEE (C) and his decision will be final and binding on the contractor. 17. While drilling holes on the Web of the Non-Track circuited Rails for providing all types of Traction Bonds, Gas Cutter shall not under any circumstances be used. Ratchet Hand/Electric driven with 17.50mm. Drill bit shall only be used for drilling holes on the rails. 18. The materials to be supplied by the Contractor should be taken in custody of Railways with proper

accounting and entry in the ledger. The materials should be handed over to the contractor for execution of the work on the personal approval of the CEE(C) /Dy. CEE(C) only when the work is to be actually executed. 19. The cost incurred in carrying out Cube test for concrete foundation sample shall be borne by the contractor. 20. For all the items in the schedule CEE or RDSO/CORE or IS specifications will be followed as

indicated unless/otherwise specified in the schedule/ Explanatory notes. 21. TERMS OF PAYMENT:

a) Subject to payment conditions mentioned elsewhere in this document On Account payment to the extent of 80% will be made on the total unit price of such items (Supply) included in the schedule of price and executed as per conditions of the contract will be made only for those items for which CEE (C) /DY.CEE(C) /BBS consider it appropriate and acceptable to make on-

account payment. All invoice shall be accompanied by the followings: i) Suppliers challan for supply of items. ii) Inspection certificate granted by the inspecting authority as authorized by CEE/Con/ Dy. CEE/Con/BBS. iii) Execution of indemnity bond on stamp duty in case of materials supplied by the Railway. iv) Certificate of current statutory taxes and duties.

V) Detailed entries made in the Measurement Book and vi) Manufactures Test Certificates. vii) Contractor’s test Certificates. viii) Any other Paper required for obtaining EIG Sanction. ix) The contract will be governed by Indian Electricity Act 1961 & IE Rule-2003. x) Certificate from authorized Dealer for procurement of material.

(b) On Account payment up to 90% will be paid in the total unit prices on erection/installation of the particular work against supply and erection. 22. Balance 10% payment will be made through the final bill only after satisfactory completion of the entire contractual work, satisfactory operation and handing over of the assets to the Railway duly tested and commissioned subject to compliance of the followings.

i) On supply of Catalogue and operation manual/instruction books etc.

ii) On supply of as erected drawing of the equipment/installation. iii) A ‘NO CLAIM CERTIFICATE’ in favour of Railway is issued by the contractor. iv) On stocking of spares at site for expedite replacement during the guarantee period duly

certified by the purchaser’s representative. 23. If there is any item which is not covered by the special conditions of contract or by the terms and conditions mentioned elsewhere in the tender, the terms and conditions mentioned in the General

conditions applicable to Works Contract of E. Co. Railway shall apply. In case, there is any contradiction between special conditions and General conditions of contract, the special conditions of contract shall prevail. 24.1 The Railway shall reserve the right to draft any of the vehicles and/or equipments mobilized by the contractor at the site of work along with its operator employed by the contractor to assist in rescue and restoration operation in case of any accidents/natural calamities involving human lives.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 43 of 85

43

The contractor shall be responsible to arrange mobilization of his operator/ equipment/ vehicle so drafted with shortest possible delay. 24.2 The Railway shall arrange to duly compensate the contractor, whose vehicle / equipment/ operator are so drafted by operation of suitable Non-Schedule (NS) item(s) as per Railway’s existing norms. 25. The working hours of labour in summer months of April & May will be from 6.00 hours to 11.00

hours and 16.00 hours to 19.00 hours. 26. The firm /agency having their bank accounts on any of the city centers where reserve bank of India’s EFT (Electronic Fund Transfer) facility exists will receive their payments through EFT scheme in case of being awarded with the work/supply order. For that they (the agency) will have to furnish the mandate form of EFT as per proforma given along with the tender document (Annexure-L). 27. Contractor should have valid Electrical Contractors license issued by the State/Central

Government.

Dy.Chief Elect. Engineer /Con Bhubaneswar.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 44 of 85

44

SPECIAL CONDITIONS RELATING TO THE PARTICULAR WORK.

MAINTNEANCE PERIOD: During the maintenance period stipulated under clause 25 of the Annexure – IV Additional special conditions and specifications applying to Tender / Agreement,

a) During the period of guarantee the contractor shall keep available an experienced engineer and necessary equipment to attend to any defective installations resulting from defective erection and/or defects in the equipment supplied by the contractor. This engineer shall not attend to rectification of defects, which arise out of normal wear and tear and come within the purview of routine maintenance work. The contractor shall bear the cost of modifications, additions or

substitutions that may be considered necessary due to faulty materials, design or workmanship for the satisfactory working of the equipment. The final decision shall rest with the CEE/C or his successor (s)/ nominee.

b) During the period of guarantee the contractor shall be liable for the replacement of any parts which may be found defective in the equipment whether such equipments be of his own manufacture or those of his sub-contractors whether arising from faulty design, material workmanship or negligence in any manner on the part of the contractor, provided always that such defective parts as are not repairable at site are promptly returned to the contractor if so

required by him at his (contractor’s) own expenses. In case of type defects in contractor’s equipment and components detected during the guarantee period, the contractor should replace all such items irrespective of the fact whether all such items have failed or not. The contractor shall bear the cost of repairs carried out on his behalf by the purchaser at site. In such a case, the contractor shall be informed in advance of the works proposed to be carried out by the purchaser.

c) If it becomes necessary for the contractor to replace or renew any defective portions of this installation under the Para aforesaid then the provision of the said Para shall also apply to the portions of the installation so replaced or renewed until the expiration of six months from the

date of such replacement or renewal or unit the end of above mentioned period, whichever is later. Such extension shall not apply in the case of defects of a minor nature, the decision of CEE (Con) or his successor being final in the matter. If any defects be not remedied within a reasonable time during the aforesaid period the purchaser may proceed to do the work at the contractor’s risk and expense, but without prejudice to any other rights and remedies which the purchaser may have against the contractor in respect of such defects or faults.

d) The repaired or renewed parts shall be delivered and erected on site free of charge to the purchaser.

e) Any materials, fittings, components or equipments supplied shall also be covered by the provisions of this paragraph. The liability of the contractor under the guarantee will be limited to re-supply of equipments, components and fittings . Such re-supply shall be affected at the

contractor’s depot or in the event of closure of the depot at the stores depot of the Engineer-in-charge of maintenance of sub-stations covered by the contract.

f) In the case of the materials supplied by the purchaser, no liability will rest on the contractor for failure on account of defective materials or workmanship and for any consequential damages. Such defective materials if not yet erected in installation will be returned by the contractor to the purchaser and such quantities will be considered for the purpose of final reconciliation over and above allowance.

Dy.Chief Elect.Engineer(Con) Bhubaneswar.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 45 of 85

45

Annexure-III

CONDITIONS OF TENDER

1. GENERAL

1.1 NO SPECIAL CONDITIONS WILL BE ACCEPTED.

1.2 PROGRAMME IN THE FORM OF BAR CHART FOR COMPLETION OF WORK, MACHINERY

DEPLOYMENT FOR ACHIEVING THE PROGRAMMED PROGRESS MUST BE SUBMITTED ALONG WITH THE TENDER.

1.3 PLEASE FILL IN REQUIRED INFORMATION ASKED FOR IN THE SPECIFIED PROFORMA ATTACHED IN THE TENDER DOCUMENT. TENDER WILL BE OTHER WISE TREATED INCOMPLETE AND HENCE WILL BE LIABLE FOR REJECTION.

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

1.5 THE TENDERER(S) SHALL QUOTE UNIFORM PERCENTAGE (WITHOUT FRACTION / DECIMAL)

ABOVE OR BELOW OVER THE SCHEDULE OF ITEMS GIVEN IN THE SCHEDULES INDICATING ABOVE OR BELOW CLEARLY IN THE RATE SHEET ONLY.

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

2. TENDER DOCUMENT

2.1 Tenderers are required to submit their offer on the Railway Administration’s prescribed tender form and the tenderer/ tenderers shall quote his/their rates therein as required

2.2 Tender must be enclosed in sealed cover super-scribing thereon the name of the work and the

Tender Notice No. and must be deposited in the Tender box in any one of the office within the prescribed time as mentioned in the Tender Notice. Tenderer(s) are requested to be present at the time of opening of tender. Tenders which are received after the date and/or time specified may not be considered.

2.3 Tenders containing over writing, additions, alterations, erasures, obliterations and other

discrepancies may be considered only if corrections made by the Tenderer(s) are properly attested by the Tenderer(s) with his/their signature.

2.4 The Tenderer(s) shall sign every page of the tender documents alongwith enclosures serially numbered and submit all of them with the tender.

2.5 The tenderer(s) should quote rates both in figures and in words. Wherever there is a difference between the rates quoted in figures and in words, the rate quoted in words will be considered as correct.

2.6 COMPANY PROFILE

2.6.1 Tenderer(s) should specifically and fully disclose in his/their respective tender, their respective constitutions and submit along with each tender attested copies of documents like partnership deed, Articles and Memorandum of Association, Certificate of Incorporation etc., if any, in support of such disclosures. If Tenderer(s) is/are a firm i.e. partnership business, it should be stated whether the same is Registered under the Indian Partnership Act, and the name and address of all the partners of the firm should be fully disclosed. The Railway Administration

shall always have the liberty to demand production of the original partnership deed of the said documents and also to make such further and other inquiries regarding the constitution of the Tenderer(s) as may be considered necessary.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 46 of 85

46

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

granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognise such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

2.6.3 The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit alongwith the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate

in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorising him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.

2.7 PROGRAMME OF COMPLETION OF WORK

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

2.7.2 Tenderer(s) shall submit along with tender an attested BARCHART, Activity wise detailed

programme of how he/they plan to complete the work in the time frame stipulated in the tender along with details of machinery proposed to be deployed to achieve the same. It may please be noted that tender not accompanied by this programme are liable to be rejected.

2.8 REFERENCE TO RULE BOOK AND DRAWINGS

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

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

also.

Addendum Slip

corrigendum slip

Addendum slip and corrigendum slip which are issued in consecutive serials.

2.9 S.E Railway Engineering Department’s General Conditions of Contract and Standard Specifications of 2001 Volume – 2 with up to date correction slips can be seen at the offices from where tender documents are made available. Copies of the same can be had on payment of an amount specified for copy of each Volume on any working day during office hours from

the office of General Manager, E.Co.Railway, Chandrasekharpur, Bhubaneswar –23 subject to availability.

3. EARNEST MONEY DEPOSIT (EMD)

3.1 The Tender must be accompanied by a sum equivalent to the following which shall be rounded

to the nearest Rs.10/-.

Value of the work (Tender Value)

EMD

For works estimated to

cost upto Rs.1 crore.

2% of the estimated cost of the work.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 47 of 85

47

For works estimated to cost more than Rs.1

crore.

Rs. 2 lakhs plus ½% (half percent) of the excess of estimated cost of work beyond Rs.1 crore

subject to a maximum of Rs.1 crore.

(i) The Earnest Money should be in cash or in the form of deposit receipts, pay orders or demand drafts executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.

(ii) These forms of earnest money are to be endorsed in the name of FA & CAO(Con)/ E.Co.Railway/Bhubaneswar. Earnest Money in shape of Bank Guarantee bond will not be

accepted.

3.2 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.

3.3 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.

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

3.5 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 Electrical Engineer (Con)/ Dy.Chief Electrical Engineer (Con) of the E.Co. Railway, should the Tenderer(s) fails to observe or comply with the foregoing stipulations, the amount deposited as Earnest Money for the due performance of the above stipulation shall be forfeited by the railway. If the Tender is accepted, the amount of Earnest Money will be retained towards part of Security Deposit for the due and faithful fulfillment of the contract.

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

3.7 The Earnest Money deposited by the successful Tenderer(s) will be retained towards the part of Security Deposit for the due and faithful fulfilment of the Contract but shall be forfeited if 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.

4 DOCUMENTS AND OTHER CONDITIONS

4.1 The submission of a tender by a tenderer(s) shall be deemed to imply and taken as indicating that he has read, understood and abided by the conditions stated therein and General Condition of Contract & Standard Specifications 2001 Volume – 2 including correction slips issued up to the date of opening of tender.

4.2 A certificate may be attached along with the Tender papers that the Tenderer(s) has/have purchased S.E Railway General Condition of Contract & Standard Specifications Volume – 2 of 2001 with correction Slips up to the date of opening of the tender and gone through all the conditions of contract and rates, specifications, etc. embodied therein.

4.3 Certificates of completion of work and work under progress in support of the execution of

similar type of work mentioned in the tender must be submitted along with the tender issued by the concerned authority of any Government / Semi Government organisation under whom

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 48 of 85

48

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

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

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

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

creates/create circumstances for the acceptance of his/their Tender, Railway reserve the right to reject such tender at any stage.

4.7 The following documents should be submitted along with the tender.

(a) List of personnel, organisation 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.

4.8 The authority for the acceptance of the Tender will rest with the Railway. It shall not be

obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their tender not the Railway undertake to assign reasons for declining to consider or reject any particular tender or tenders. The Railways reserve the right to accept the Tender either for the full quantity of work or part thereof or divide the works amongst more than one Tender without assigning any reasons for any such actions.

4.9 Should a Tenderer(s) find discrepancies in or omission from the drawings or any of the Tender Forms, or should be in doubt as to their meanings, he/they should at once, notify the authority inviting the Tender who may send a written instructions to all Tenderer(s). It should be understood that every endeavour has been made to avoid any error which can naturally effect the basis of the Tender and the successful Tenderer(s) shall take upon himself/themselves and

provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

4.10 Tender documents in which Tender is submitted by Tenderer(s) shall become the property of the Railway and the Railway shall have no obligation to return the same to the Tenderer(s).

(a) Before submitting a Tender, the Tenderer(s) will be deemed to have satisfied himself/themselves by actual inspection of the site and locality of the work that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he/they enters/enter in the Tender Forms are adequate and all inclusive, to accord with the provisions in Clause – 37 of the General Conditions of Contract as amended and corrected from time to time for the completion of works to the entire

satisfaction of the Engineer-in-charge.

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

(c) The Railway will not be bound by any power of attorney granted by the tenderer or by

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

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 49 of 85

49

4.11 The successful Tenderer(s) shall be required to execute an Agreement with the President of India acting through the East Coast Railway for carrying out the work according to General Conditions of Contract, Special Conditions/Specifications annexed to the tender and specifications for work and materials as laid down in general conditions of contract of South Eastern Railway as amended/corrected up to the date of opening of tender.

4.12 The Tenderer(s) whose tender is accepted shall appear at the office of the General Manager/Chief Administrative Officer(Con)/Chief Electrical Engineer(Con)/ Dy.Chief Electrical Engineer (Con), E.Co.Railway, as the case may be in person or in case of a Firm or Corporation, a duly authorized representative thereof shall so appear to execute the Contract documents within 15 (fifteen) days after issue of letter of acceptance. Failure to do so shall constitute breach of the Agreement effected by the acceptance of the Tender in which case the

earnest money accompanying the tender shall be forfeited by the Railway without prejudice to any other rights or remedies.

4.13 In the event of any tenderer whose tender is accepted shall refuse to execute / does not execute the contract documents as here in before provided, the Railway may determine that such tenderer(s) has/have abandoned the contract and there upon his/their tender and

acceptance letter thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of earnest money and to recover the damages for such default as per Clause No. 62 of General Conditions of Contract Vol-2 corrected up to the date of opening of tenders.

4.14 In case of non acceptance of a tender by the Railway Administration for any reason

whatsoever, the Tenderer(s) cannot claim for any expenses incurred by him/them in submitting the Tender for the work or for any other account.

4.15 Where there is any conflict between the instructions to Tenderer(s), Special Conditions with stipulation and condition in these tender particulars in one hand and South Eastern Railway General Conditions of Contract and Standard Specifications 2001 – Volume – 2 with

corrections slips issued up to the date of opening of tender on the other hand, the former shall prevail.

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

4.17 The conditional tender is liable for rejection.

4.18 These instructions to the Tenderer(s) shall be deemed to form a part of the tender document.

For & on behalf of the PRESIDENT OF INDIA.

The above conditions are under stood and accepted by me/us.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 50 of 85

50

ANNEXURE-IV

ADDITIONAL SPECIAL CONDITIONS AND SPECIFICATIONS APPLYING TO

TENDER/AGREEMENT.

1 GENERAL:

1.1 Principal items of works to be carried out by the tenderer/contractor are as noted in the schedule of works viz. Schedules annexed with the Tender /Agreement.

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

the work order/ Agreement.

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

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

concerned Dy.Chief Electrical Engineer(C).

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

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

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

1.8 The additional special conditions dealt in the document, Instructions to Tenderer(s) and the stipulations made in the Schedules of items of works shall govern the works under this contract, in addition to and/or in part supersession of the SE Railway General Conditions of Contract and Standard Specifications Vol.2 of 2001 corrected up to date of opening of tender.

1.9 Where there is any conflict between the Instructions to Tenderer(s), Additional Special

Conditions of Contract and the stipulations contained in the Schedules of Items quantities and rates on the one hand and the SE Railway Schedule of Labour and Material Rates 1992 Vol - 1 and General Conditions of Contract corrected up to date of tender opening on the other, the former shall prevail.

1.10 Any notes appearing in the Schedule of Quantities and Rates will take precedence over

Additional Special Conditions of Contract and also S.E. Railway’s GENERAL CONDITIONS OF CONTRACT. The Railway will take for granted that Tenderer(s) has/have acquainted himself/themselves with all terms and words used in the tender documents before submitting the tender.

1.11 Any specifications/conditions stated by the Tenderer(s) in the covering letter submitted by

him/them along with the tender shall be deemed to be a part of the contract only to such an extent as has been expressly accepted by the Railway.

1.12 All measurements, methods of measurements, meaning and item of specifications and interpretation of Special Conditions of Contract given and made by the Railway or by the Engineer on behalf of the Railway shall be final and binding and shall be considered as

“excepted matters” in terms of condition No. 63 and as modified in the GENERAL CONDITIONS OF CONTRACT.

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

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 51 of 85

51

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

2. VARIATION IN CONTRACT QUANTITIES:

2.1 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate.

2.2 In case of increase in quantity of an individual item by more than 25% of the agreement quantity is considered as unavoidable, the same shall be got executed by floating a fresh

tender. If floating a fresh tender is considered not practicable, negotiations may be held with the existing contractor for arriving at reasonable rates for additional quantities in excess of 125% of agreement quantity.

2.3 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose

original agreement value is less than 1% of the total original agreement value.

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

2.5 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25%

would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

2.6 Any extra claim from the contractors on the above account shall not be entertained under any circumstances. The contractor shall be bound to carry out the work at the agreed rates and shall not be entitled to any claim or any compensation whatsoever up to the limits fixed above.

Payment shall be made on the basis of detailed measurements of the finalised works as shall be recorded by the Engineer or his representative.

2.7 In the event of any reduction in quantity / quantities to be executed for any reason what so ever, the contractor shall not be entitled to any compensation but shall be paid for the actual quantity of the work done.

3. AGREEMENT:

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

3.2. Should the successful Tenderer/Contractor on the list of approved contractor have a relative or relatives or in the case of firm or company or contractors one or more of its shareholders or a relatives of the shareholder(s) employed in the gazetted capacity in the Engineering Department of the East Coast Railway, the authority executing the contract shall be informed of the fact at the time of execution of the contract, failing which the contractor may be dis-qualified, or such facts subsequently comes to light, the contract may be rescinded in

accordance with the provisions in Clause-62 of the General Conditions of Contract.

3.3. Should the successful Tenderer/Contractor find that his relative has/have obtained an employment in gazetted capacity in the Engineering Department of the East Coast Railway, subsequent to the execution of the agreement or in the case of a firm or company of contractors, one or more of its shareholders or relative or relatives of the shareholder(s) got

employed in the gazetted capacity in the Engineering Department of the East Coast Railway, subsequent to the execution of the agreement, the successful tenderer/contractor shall inform the authority executing the contract of this fact, failing which the successful tenderer/contractor may be dis-qualified or if such fact subsequently come to light, the contract may be rescinded in accordance with the provision in Clause-62 of the General Conditions of Contract.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 52 of 85

52

3.4 (a) Should a Tenderer/Contractor be a retired Engineer of the Gazetted Rank or any other Gazetted Officer working before his retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not, in the Engineering Department of any of the Railways owned and administrated by the President of India for the time being, or should a tenderer/contractor being partnership firm have as one of its partners retired Engineer or retired Gazetted Officer as aforesaid, or should a tenderer/contractor being an

incorporated company have any such retired Engineer or retired Officer as one of its Directors, or should a tenderer/contractor have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or Gazetted Officer from the said service and in case where such Engineer or officer had not retired from Government service at least 2years prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership

firm or an incorporated company, to become a partner or Director as the case may be, or to take the employment under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President of India or any officer, duly authorised by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may

be, shall be rejected.

(b) Should a tenderer or contractor being an individual on the list of approved Contractors, have a relative(s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in the Engineering department of the East Coast Railway, the authority inviting tenders shall be

informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Conditions of Contract.

3.5. If it is detected at any stage during the currency of contract/Agreement that any document produced by the contractor during submission of his/ their tender related to finalisation of

his/their tender and/or during execution of work is/are found wrong/false, the contract will be terminated with forfeiture of Earnest Money deposit/Security deposit (as the case may be) without any further correspondence with the contractor(s).

4. PASSES

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

employee/worker.

5 Partnership deeds, Power of Attorney Etc:

5.1 The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should

submit the certified copy of partnership deed along with the tender and authorisation to sign the tender documents on behalf of partnership firm. If these documents are not enclosed alongwith tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognise such power of attorney and changes after

obtaining proper legal advice, the cost of which will be chargeable to the contractor.

5.2 The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person

specifically authorizing him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.

6. DISSOLUTION OF CONTRACTOR’S FIRM:

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 53 of 85

53

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

final and binding on the contractor(s).

7. DEPLOYMENT OF PLANT AND MACHINERY:

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

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

7.2 It should clearly be understood that it is entirely the successful tenderer(s)/contractor(s)

responsibility and liability to find, procure and use all machinery, tools and plants and their spare parts that are required for efficient and methodical execution of the work. Delay in procurement of such items due to their non-availability or import difficulties or any other cause whatsoever, will not be taken as an excuse for slow progress or non-performance of the work.

8 HIRING OF RAILWAYS PLANT & MACHINARY:

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

machinery and/or plant supplied by the Railway Administration shall not be taken as an excuse for slow progress or for non-performance of the work.

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

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

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

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

II) Ordinary repairs and maintenance charges @ 5%. III) Special repairs and maintenance charges @ 10%.

IV) Depreciation charges at the rates mentioned in para 3505 of the I.R.W. & W. Manual (i.e. 16% for light, 10% for heavy and 6% for special type plant) V) An additional 10% on the total of (I) to (IV) above to meet the contingencies.

(c) The hire charges per day shall be arrived at by dividing the annual hire charges vide (b) above by 250. These hire charges will be payable from the day the plant is handed over to the

hirer, to the day, it is returned by him to the Railway’s representative. If the plant remains out of order for reasons beyond the control of hirer or is sent for periodical overhaul such periods will not be counted for levy of hire charges, provided a certificate to the effect is given by the Engineer.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 54 of 85

54

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

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

the contract.

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

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

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

8.6 The materials of the successful Tenderer/Contractor required for the execution of the work will

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

9. ISSUE OF MATERIALS:

9.1 If materials outside the contract are supplied for use on a work on the application of a contractor, the Engineer-in-charge of the work should specify in each case the rate to be charged, which should be the market rate prevailing at the time of supply or the issue rate whichever is higher, Plus departmental charges which shall be computed as below:-Market

rate or issue rate which ever is higher, plus freight 5%, incidental charges 2% and 12.1/2 % departmental charges to cover the cost of Supervision, Storage, interest on outlay.

9.2 (I): In case, Galvanized mast, Copper conductor, cables, fans, light fittings and or other Electrical materials stipulated as per agreement are issued to the contractor (s) either free of cost or on cost to be recovered for use on the work, the supply thereof shall be made in stages

limited to the quantity/ qualities computed by the Railway according to the prescribed specifications and approved drawing as per the agreement. The Galvanized mast, Copper conductor, cables, fans, light fittings and or other Electrical materials issued in excess of the requirement(s) as above, shall be returned in perfectly good condition by the contractor to the Railway immediately after completion or determination of the contract. If the contractor fails to return the said stores, then the cost of Railways materials issued in excess of the requirement

as computed by the Railway according to the specifications and approved drawings, will be recovered from the contractor(s) at twice the prevailing procurement cost at the time of last issued, viz. 2X (purchase price + 5% freight only).

If it is discovered that the quantity of Railway materials used is less than the quantity ascertained as herein before provided, the cost of the same materials not so used shall be

recovered from the contractor(s) on the basis of the above stipulated formula.

The contractor shall not be entitled to cartage and incidental charges for returning the surplus materials issued as per contract or outside the contract on application, from and to the Stores where from they are issued.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 55 of 85

55

(II): Deleted

9.3 The materials issued to contractor but remaining unused and in perfectly good condition at the time of completion or determination of the contract shall be returned to the Engineer-in-

Charge at a place where directed by him.

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

governing the contract.

10. Storage of Railway MATERIALS:

10.1 The Contractor shall make his own arrangements at the site of work for the safe storage and custody of Railway material issued to him. Such Railway materials issued to the Contractor

and stored at the site of work shall be opened for inspection by the Engineer-in-charge or his representative at any time.

10.2 Contractor’s sheds, stores, camp office, yard etc., for stacking Railway materials shall be located in the Railway premises only at the locations approved by the Engineer-in-charge. The land available will be given on standard charge fixed by the Railway for the period of construction only. On completion of work, he shall leave the site free of all structures, debris

etc. non-compliance of same the Engineer-at-site will decide the amount to be deducted from payment due to the contractor(s) and this shall be final & binding on the contractor(s).

11. OCCUPATION AND USE OF LAND:

No land belonging to or in the possession of the Railway shall be occupied by the Contractor

without the permission of the Railway. The Contractor shall not use, or allow to be used, the site for any purposes other than that of executing the works. Whenever Non-Railway bodies/persons are permitted to use Railway premises with competent authority’s approval. Conservancy charges as applicable from time to time may be levied.

12 FORCE MAJEURE CLAUSE:

12.1 Applicable as per Clause 17 of Part-III of S E Rly G C C Volume-2 - 2001

13. Night work:

13.1 No work shall be carried out between sunset and sunrise without previous permission of

Engineer-in-charge.

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

14. Service Roads:

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

14.2 The successful tenderer(s)/Contractor(s) shall make his own arrangements at his own cost for the construction of service roads within the Railway land for the transport of materials.No separate payment shall be admissible to the Successful Tenderer(s)/Contractor(s) for the construction of such road or its repairs and maintenance. The Successful Tenderer(s)/Contractor(s) shall make his own arrangement at his own cost for the construction of any Service Roads outside the Railway land or for the use of any of the existing roads

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 56 of 85

56

outside the Railway land, required for the transport of materials for the construction of such roads, its repair or maintenance and the successful tenderer(s)/Contractor(s) shall be responsible for payment of road taxes, toll charges, octroi duty, etc. if any. The Railway will have right to use the service roads at all times without any payment to the successful Tenderer(s)/Contractor(s).

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

15 Water Supply:

15.1 Water required for all the works shall be arranged by the contractor at his own cost. No arrangements will be made by the Railway Administration for supplying water to the Contractor either for drinking purpose or execution of work free of cost. Rate quoted shall

include the cost of arranging water supply and no separate payment will be made to the contractor on account of water charges.

15.2 The Railway may supply if any surplus water available from its own sources to the Contractor part or whole of the quantity of the water required for the execution of works from the Railway’s existing water supply system at or near the site of works on specified terms and

conditions and at such charges as shall be determined by the Railway and payable by the Contractor, provided that the Contractor shall arrange, at his own expense, to effect the connections and lay additional pipe lines and accessories on the site and that the Contractor shall not be entitled to any compensation for interruption or failure of the water supply.

16 Electricity:

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

16.2 The Railway may supply to the Contractor part or whole of the electric power wherever available and possible, required for execution of works from the Railway’s existing electric supply systems at or near the site of works on specified terms and conditions and such charges as shall be determined by the Railway and payable by the Contractor provided the cost of arranging necessary connections to the Railway’s Electric Supply systems, and laying of underground/overhead conductor, circuit protection, electric power meters, transmission

structure, shall be borne by the Contractor and that the Contractor shall not be entitled to any compensation for interruption or failure of the Electric supply system.

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

17 Loss of work orders:

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

18 ROYALITY FOR MATERIALS COLLECTED FROM UNDER RAILWAY LAND :

DELETED

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 57 of 85

57

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

19.1 The contractor shall be responsible to ensure compliance with the provision of the Apprentices Act, 1961 and the Rules and Orders issued from time to time in respect of Apprentices directly or through petty Contractors or Sub-Contractors employed by him for the purpose of carrying

out the Contract. If the Contractor directly or through Petty Contractors or Sub-Contractors fails to do so, his failure will be a breach of the Contract and the Railway may in its discretion, rescind the contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation of the provision of the Act.

NOTE: The Contractors are required to engage apprentices when the work(s) is/are

undertaken by them last for a period of one year or more and/or the cost of work is Rs. One lakh or more.

19.2 Employment under Electrical Engineering Works Contractor:- Railway Contractors are to employ un-employed Electrical Engineering Graduates/Diploma holders under them. Fresh Civil Engineering Graduates without any experience of any kind will have to be taken under

training on stipend basis at the rate of not less than Rs.4500/- per month for a period of 06 months.

19.3 The contractors will be required to employ such un-employed Electrical Engineering Graduates/Diploma holders at the rate specified above and the duration for such an employment will be as under:-

Contract Value.

No. Of Eng./Diploma Holders and Degree holders.

Monthly Salary. Duration.

For works of value more than 5 lakhs

but less than Rs. 15 lakhs.

Diploma holder - 1 Degree holder – nil

Diploma holder not Less than Rs. 4000/-

During Currency of

Contract

Works of value Rs. 15 lakhs and above

Degree holder – 1

Degree holder not less than Rs. 6000/-

Do.

Contractors have to give a declaration along with his Tender to the effect that Graduate Engineers/Diploma Holders employed by him under the particular work for which Tender is submitted are in accordance with the rates and duration as specified above and none of them is related to him(Contractor’s failing which the Tender may be disqualified). In case of wrong information having been given by the Contractors which comes to light subsequently, the

Contract may be rescinded and action taken in accordance with Clause 62 of the General Conditions of Contract.

19.4 Technical staff should be available at the site wherever required by the Engineer-in-charge to take instructions. In case, the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay reasonable amount not exceeding a sum of Rs.6,000/-(Rupees six

thousand only) for each month of default, in case of Graduate Engineer, Rs.4,000/-(Rupees four thousand only) for each month of default in case of Diploma Holder(Overseer) to be deducted from his ongoing on A/C bills. The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the Contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding to the contractor.

20 EMPLOYMENT OF RAILWAY’S SURPLUS LABOUR BY CONTRACTOR:

20.1 The contractor may be required to engage surplus/retrenched casual labour of the E. Co. Rly if found suitable up to the extent of twenty persons for each lakh or part of the value of the contract during the currency of contract. The terms of the employment between such labour

and the contractor may be on mutual agreed forms, subject to the statutory provisions contained in the labour regulations and enactments. The contractor shall indemnity the Railway against any claims arising out of employment of such labour and the Railway shall not be a party to any disputes etc., arising out of the employment of such labour by the contractor.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 58 of 85

58

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

21 Compliance to the provisions of different Acts:

The contractor shall comply with the provision of

(i) Minimum wages Act 1948. (ii) Apprentices Act 1961. (iii) Payment and wages Act 1936. (iv) Contract Labour (Regulation and Abolition) Act 1970. (v) Contract Labour (Regulation and Abolition) Central Rules 1971.

(vi) Workmen’s compensation Act. (vii)Mines Act.

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

22 Price variation clause (PVC):-

Price Variation Clause is not applicable for this contract.

23 Damages by accidents/Floods/Rains/Cyclones, etc.

23.1 The Contractor(s) shall take all precautions against damages from accidents, floods or tides

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

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

24 SETTING OUT OF WORKS:

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

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

25 Maintenance Period:

25.1 The maintenance period in terms of Clause 47 & 48 of the South Eastern Railway GENERAL CONDITIONS OF CONTRACT 2001 Volume – 2 shall be Twelve months from the date of issue of completion certificate for all works except earth work and supply of ballast.

26 Antilarval work:

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 59 of 85

59

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

27 Non-itemized works:

27.1 Where item not covered by the schedules are to be executed, the rates for such non-itemised

works shall be negotiated before commencement of such work or to be got executed through any other agency by the Railway at the discretion of the Railway Administration.

28 Time is the essence of Contract:

28.1 Time is the essence of contract. All the works are required to be completed in all respects as

stipulated by the Railway within the completion date. Progress shall be maintained strictly in accordance with the programme given by the Contractor and accepted by the Engineer-in-charge from time to time as per the programme chart as per (BAR/CE/PERT chart) as will be finalised.

28.2 Failure on the part of the contractor to complete the works in the date stipulated in the

Agreement for completion of respective works will entitle the Railway Administration to impose penalty on the contractor in terms of S.E.Railway, General Conditions of Contract as given in Part-II, together with its correction slips issued up to the date of opening of tender.

28.3 If the work is terminated during execution of the work, in accordance with the prescribed conditions of Clause-61 and/or 62 of General Conditions and any other relevant Clause

appearing in the General Conditions of Contract of the S.E.Railway General Conditions of Contract as given in Part-II, together with the correction slips issued upto the date of opening of tender, the Railway Administration reserves the right to invite fresh tenders for the whole or any portion of the work.

29. INCENTIVE BONUS PAYMENT CLAUSE FOR WORKS RELATING TO THROUGHPUT

ENHANCEMENT WORKS COMING UNDER PLAN HEADS “DOUBLING” and “TRAFFIC FACILITIES”.

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

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

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

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

30 Lead & lift on contractor’s materials:

30.1 No lead and lift for the contractors materials is payable for the works executed under this contract or for the materials issued by the Railway mainly galvanized structures, Masts, cable

drums, hume pipes etc. unless otherwise specified.

31 Issue of Railway materials:

31.1 The material required for execution of Electrical works or any other materials which if the Railway Administration is under obligation to supply for the specific items as considered

necessary by the Railway Administration for the execution of works will be supplied by the Railway Administration free of cost. This material will be delivered from the nearest Railway

store depot at Bhubaneswar and the contractor is required to make his own arrangements at

his own cost for the carriage of the same to the site of work. This is, however, not applicable to works being carried out under the South Eastern Railway schedule of rates. Cement will

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 60 of 85

60

normally be supplied in bags of nominal weight of 50 kg the volume of which shall be taken as 1.23 cft for all calculation purposes.

31.2 Deleted

31.3 Deleted

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

have to be added on increase of 100%.

31.5 If during the course of execution of the work, the Concern Executive Electrical Engineer(Con) /Dy.Chief Electrical Engineer(Con), in charge of the works consider it necessary to issue Railway materials in the interest of the Railway work i.e. to supply certain unforeseen materials not readily available in the market, the contractor will be paid at labour and

materials rate and the cost of such materials will be recovered from the contractor at the market rate or Railway’s issue rate which ever is higher plus 30.37%.

31.6 Deleted.

32 Cutting/Uprooting of trees.

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

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

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

the work shall be arranged by the Contractor at his own cost. The Contractor shall take this aspect into consideration while quoting the rates against the tender.

33 Blasting.

33.1 The contractor has to make his own arrangements to get the necessary license/permits for

storing and use of explosive. The contractor has to make his own arrangements for procurement of explosive and detonators required for the work. Wherever a cutting passes through or near OHE Transmission Line or near the villages, only controlled blasting is to be resorted to as per schedule. The guidelines for blasting as provided in S. E. Railway General Conditions of Contract-2001-Vol-2 to be followed.

34 Security Deposit:

34.1 The Earnest Money deposited by the successful tenderer/contractor to be retained towards security deposit for the due fulfillment 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.

34.2 In the event of any tenderer whose tender is accepted shall refuse to execute/dose not execute the contract documents as here in before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and the acceptance there of shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 61 of 85

61

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.

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

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

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

deposit is recovered.

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

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

34.4 (i) Security Deposit shall be returned to the contractor after the physical completion of the work as certified by the Competent Authority. 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.

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

Guarantee for equivalent amount to be submitted by him.

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

35 Renewal of Deposits by Contractors:

35.1 In the case of tenderer(s)/Contractor(s) depositing Earnest Money in the shape of deposit receipt, it shall be the responsibility of the Tenderer(s)/contractor(s) for renewal and revalidation of the currency period of the deposit receipt as required before the expiry of the currency periods. If the Tenderer(s)/Contractor(s) fails to do so, the loss of interest on the deposit receipt, if any, shall be solely on the Tenderer(s)/Contractor’s account and the Railway

shall not in any way be liable and responsible for the loss of interest suffered by the Tenderer(s)/Contractor(s).

36. PERFORMANCE GUARANTEE & EXECUTION OF AGREEMENT:-

(a) The successful bidder should give Performance Guarantee amounting to 5% of the contract

value in any of the following forms:-

(i) a deposit of Cash,

(ii) Irrevocable Bank Guarantee, (iii) Government Securities including State Loan Bonds at 5 percent below the market value, (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of

Performance Guarantee could be either of the State Bank of India or any of the Nationalised Banks; (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; (vi) a Deposit in the Post Office Saving Bank; (vii) a Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certificates;

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 62 of 85

62

(ix) Ten years Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificates at 5 per cent below market value or at the face value whichever is less.

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

(b) The Performance Guarantee shall be submitted by the successful bidder after the letter of acceptance has been issued, but before signing of the agreement. The agreement should normally be signed within 15 days after the issue of LOA and the Performance Guarantee shall also be submitted within this time limit. This guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of

work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days.

(c) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit, however,

shall be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’.

(d) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encashed and the balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be

debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

(e) The Engineer shall not make a claim under the Performance Guarantee except for amounts

to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

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

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

(iii) The contract being determined or rescinded under provision of the GCC the Performance

Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

(f)Specimen of Standard BG Format is given in Annexure-N.

(g)”Bank Guarantees(BGs) to be submitted by suppliers/contractors should be sent

directly to the concerned authorities by the issuing bank under Registered post .A.D.

37. Utilization of Railway stones:-

Deleted

38. Sales tax, Royalty or any other taxes:

38.1 The Contractor shall bear in full all taxes, royalties and/ or other taxes / duties levied by the State Government and/or Central Government from time to time. This would be entirely a matter between the contractor and State Government/or Central Government. Railway will recover the taxes and royalties through running account bills, if the contractor fails to produce

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 63 of 85

63

document for proof of payment of taxes and royalties to the Government in the standard format as in practice by the State Government/ Central Government.

39. Assessment of rock requiring blasting:

39.1 Assessment of quantities of rock requiring blasting shall be based on cross sectional

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

40. Approval of Samples of materials

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

41. IS CODES/IRS’s SPECIFICATIONS.

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

41.2 (ii)The Contractor shall not be entitled to any extra payment on any account for compliance

with the various provision of I.S. Specifications and Additional Special Conditions. The rate indicated in the Schedule shall be deemed to include all works required to be done in compliance with the specifications.

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

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

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

42.3 No work adjacent to running track should be carried out at night without express written authority from the Executive Electrical Engineer Incharge of the work. In fact, no contractor should do any kind of night working unless the Executive Electrical Engineer Incharge of the

work gives the specified spots according to priority of work where night working has to be done. These spots should be well lit at night. In addition, the work should always; be done under supervision of Railway supervisors in addition to Contractor’s supervisors. Suitable Railway personnel should be posted at site with safety equipment’s like banner flags, hand signal flags, hand signal lamps and detonators to arrange protection of trains. The Railway supervisors in charge of such work should also give suitable message to adjacent stations as

well as through control for issuing caution orders to the trains approaching the work site. For this purpose, he should be equipped with field telephone/walkie talkie set.

42.4 The Contractor shall not allow any road vehicle belonging to him or his suppliers etc., to ply in railway land next to the running line. If for execution of certain works viz, earthwork for parallel Railway Line and supply of ballast for new or existing rail line gauge conversion etc.,

road vehicles are necessary to be used in Railway land next to the railway line, the Contractor shall apply to the Engineer-in –Charge for permission giving the type & No. of individual vehicles, names and License particulars of the drivers, location, duration & timings for such work/movement. The Engineer in Charge or his authorised representative will personally counsel, examine & certify, the road vehicle drivers, Contractor’s flagmen & supervisor and will give written permission giving names of road vehicle drivers, Contractor’s flagmen and

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 64 of 85

64

supervisor to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory conditions.

( i ) The road vehicles will ply only between sunrise & sunset.

( ii ) Nominated vehicles & drivers will be utilised for work in the presence of at least one

flagman & one supervisor certified for such work.

(iii) The vehicles shall ply 6m clear of track. Any movement/work at less than 6m and up to minimum 3.5m clear of track centre, shall be done only in the presence of railway employee authorised by the Engineer-in-Charge. No part of the road vehicle will be allowed at less than 3.5m from track centre. Cost of such railway employee shall be

borne by the Railway.

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

(v) The Contractor shall also be bound by the provisions of this agreement to ply the road Vehicle only with adequate margin of safety, well clear of the fixed structure profile of infringement, as stipulated in the rules made under the Indian Railway’s Act and to seek and be guided by the Signals and other directions of any look-out men or other personnel retained for the purpose of ensuring safety, and to ensure extra care and vigilance while turning, reversing or moving the road Vehicles in any other manner at an inclination to

the running Railway Track or the siding as the case may be. The Contractor shall employ necessary look-out; men also at his own cost, irrespective of any other arrangement that Railway may make in this regard.

(vi) Any breach of these conditions by the Contractor and/or his agents affecting the safety of movement of Trains, Engines, or other rolling stock of the Railway shall constitute a

breach of Contract by the Contractor entailing liability with termination of contract for default on the part of the Contractor.

For & on behalf of President of India

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 65 of 85

65

ANNEXURE- V

ADDITIONAL SPECIAL CONDITIONS OF CONTRACT

(SAFETY RULES)

1 Suitable scaffolds should be provided for workmen for all works that cannot be safely done from

the ground or from solid construction except for such short periods work as can be done safely from

ladders. When a ladder is used an extra labour shall be engaged for holding the ladder and if the ladder is

used for carrying materials as well, suitable foot holds and hand holds shall be given an inclination not

steeper than 1 to 4 (1 Horizontal to 4 Vertical).

2 Scaffolding or staging more than 3.5 metres above the ground or floor, swung or suspended from

an overhead support or erected with stationery support shall have a guard rail properly attached, bolted,

bracketed and otherwise secured atleast 1 metre high above the floor or platform of such scaffolding or

staging and extending along the entire length thereof with only such opening as may be necessary for the

delivery of materials. Such scaffolding or staging shall be fastened as to prevent it from swaying from the

building or structure.

3 Working platform gangways and stairways should be so constructed that they should not sway

unduly or unequally and where the height of the platform or the gangway or the stairway is more than 3.5

metres above ground level or floor level they should be closely boarded, should have adequate width and

should be suitably fastened as described in the para above.

4 Safe means of access shall be provided to all working platform and other working places. Every

ladder shall be securely fixed. No portable single ladder shall be over 10 metres in length while the width

between side rails in swung ladder shall in no case be less than 300 mm. for ladder upto and including 3.5

metres in length.

4.1 For longer ladders this width should be increased by atleast 20 mm. each additional metre of

length. Uniform steps spacing shall not exceed 300 mm. Adequate precautions shall be taken to prevent

danger from electrical equipment. No materials on any of the sites of work shall be so stacked or placed so

as to cause danger or inconvenience to any persons or the public. The Contractor shall provide all

necessary fencing and lights to protect the public from accident and shall be bound to bear the expenses of

defences of every suit, action or other proceedings at law that may be brought by any persons for injury

sustained owing to neglect of the above precautions and to pay any damages and cost which may be

awarded in any such suit, action or proceedings to any such person shall be paid by the Contractor to

compromise any claim by any such person. In case the Contractor fails to settle such problems, the Railway

Administration will make payments arising on account of the conditions given above to the concerned

parties and recover the same from Contractor’s dues without any delay. Contractor will not have any claim

on this account at any stage.

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

a) All roads and open area adjacent to the work site shall either be closed or suitably protected.

b) No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus used

by the operator shall remain electrically charged.

c) All practical steps shall be taken to prevent danger to persons employed from risk of fire or

explosives or flooding. No floor, roof or other part of the building shall be so over loaded with debris or

materials as to render it unsafe.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 66 of 85

66

6 All necessary personal safety equipment as considered adequate by the Engineer-in-charge should

be kept available for the use of the persons employed in the site and maintained in a condition suitable for

immediate use and the contractor should take adequate steps to ensure proper use of equipment by these

concerned.

a)Workers employed on mixing asphaltic materials cement and mortar shall be provided with protective

goggles.

b)Those engaged in Painting and mixing or stacking of cement bags or any materials which is injurious to

the eye shall be provided with protective goggles.

c) Those engaged in welding works shall be provided with welder’s protective eye sight lids.

d) Stone breakers shall be provided with protective goggles and protective clothing and seated at

sufficiently safe intervals.

7. When the work is done near any place where there is risk of drowning, all necessary equipment should

be provided and kept ready for use and all necessary steps taken for prompt rescue of any persons in danger

and adequate provision should be made for prompt first all aid treatment of all injuries like to be sustained

during the course of the work.

8. Use of hoisting machines and tackles including their attachment anchorage and supports shall confirm to

the following standards of condition.

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

from patent defects and shall be kept in good repair and in good working order.

(ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable

quality and adequate strength and free from patent defects.

(b) Every crane driver or hoisting appliances operator shall be properly qualified and no person under the

age of 21 years should be in-charge of any hoisting machine including any scaffolding.

c) In case of every hoisting machine and every cable ring, hook, shackle, swivel and pulley block used in

hoisting or as means of suspension safe working load shall be ascertained by adequate means. Every

hoisting machine and all gear referred to above shall be plainly marked with the safe working load. In case

of hoisting machine having a variable safe working load of the conditions under which it is applicable shall

be clearly indicated. No part of any machinery or any gear referred to above in this paragraph shall be

loaded beyond the safe working load except for the purpose of testing.

d) In case of departmental machine, the safe working load shall be notified by the Technological Engineer-

in-Charge. As regards Contractor’s machines, the contractors shall notify the safe working load of machine

to the Engineer-in-charge whenever he brings any machinery to site of work, get it verified by the Engineer

concerned.

9. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances should be

provided with efficient safe guards. Hoisting appliances should be provided with such means as will

reduce to the minimum the risk of accidental decent of the load; adequate precautions should be taken to

reduce the minimum the risk of any part of a suspended load becoming accidentally displaced. When

workers are employed on Electrical installations which are already energized, insulating mats wearing

apparel, such as gloves, sleeves and both as may be necessary should be provided. The workers should not

wear any rings, watches and carry keys or other materials which are good conductors of electricity.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 67 of 85

67

10. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in

safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use.

Adequate warning facilities should be provided at or near places of work.

11. These safety provisions should be brought to the notice of all concerned by display on a notice board, at

a prominent place at the work spot. The persons responsible for compliance of the safety code shall be

named therein by the Contractor.

12. To ensure effective endorsement of the rules and regulations relating to safety precautions, the

arrangements made by the contractor shall be open to inspection by the Labour Officer, Engineer-in-charge

of the Department or their representative.

13. Not withstanding the above clause from 1 to 12, there is nothing in these to exempt the contractor from

the operations of any other act or rule in force in the Republic of India.

14. PRECAUTION TO BE TAKEN WHILE PLYING OF VEHICLES ADJACENT TO RUNNING

LINES TO PREVENT ACCIDENT TO TRAINS

14.1Whenever a Lorry or any other Form of Road transport is required to ply along

or in the vicinity of a running line or any other Rly. Track where Rly. Engines or Trains are liable to move,

the Contractor shall inform the Engineer in writing, of such requirement specify in the locations & duration

of time over which such specified

Road Vehicles have to operate in the area (for loading, leading or unloading of earth, ballast or any other

materials, or plants or equipments) without any obstruction or dislocation to the running Trains. The

Contractor shall also furnish the particulars of Vehicles & the names & Photographs of Driver & Attendant

retained for each Vehicle to enable the Engineer to issue necessary permits allowing the holder to operate

the Vehicles, with such restrictions regarding duration and /or location as are considered necessary. Such

permit shall be returned to the Engineer as soon as the work for which it is issued is over.

14.2 The Engineer-In-Charge or his Authorized Representative will personally counsel,

examine & certify the road Vehicle Drivers, Contractor’s Flag Man & Supervisor and will give written

permission giving names of Road Vehicle Drivers, Contractor’s Flag Man and Supervisor to be deployed

on the work , location, period and timing of the work. This permission will be subject to the following

obligatory conditions :

(a). The Road Vehicles will ply only between sunrise and sunset. (b). Nominated Vehicles and Drivers will be utilized for the work in presence of at least one Flag

Man and one Supervisor certified for such work.

©. The Vehicle shall ply 6 mtr. Clear of track. Any movement/work less than 6 mtr. and up to

minimum 3.5 mtrs. From track Center, shall be done only in presence of Rly. Representative

authorized zed by the Engineer-In-Charge. No Road Vehicle will be allowed to ply less than

3.5 mtrs. From track Center.

(d). The Contractor shall remain fully responsible for ensuring safety and in case of any accident

shall bear the cost of all damages to this equipment and crew and also damages to Rly. And its

Passengers. Engineer-In-Charge may impose any other condition necessary for a particular

work of site. Such permit shall be returned to the Engineer, as soon as the work for which it is

issued is over.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 68 of 85

68

14.3.The Contractor shall execute a Bond undertaking to ply the Road Vehicles in a safe and satisfactory

manner and strictly in accordance with the stipulation and other conditions specified by the Engineer

and to engage and retain only the permit Holder to be the Contractor’s Agent In-Charge of the Vehicle

and the attendance shall at all time, be vigilant and on the look out for signals from the Look Out

Man, Flag Man or other personnel available at Site with a view to stop or late the road movement so

as to ensure adequate margin of safety for the timely passage of an approaching Train or a Rly.

Engine, without any delay or detention.

14.4 The Contractor shall also be bound by the provisions of this Agreement to ply the Road Vehicles

only with adequate margin of safety, well clear of the fixed structure profile of infringement, as

stipulated in the rules laid under the Indian Rly.’s Act and to seek and be guided by the signals and

other directions of any Look Out Man or other personnel retained for the purpose of ensuring safety,

and to ensure extra care and vigilance while turning, reversing or moving the Road Vehicles in any

other manner at an inclination to the running Rly. Track or the siding as the case may be. The

Contractor shall employ necessary Look Out Man also at his own cost, irrespective of any other

arrangements that Rly. May make in this regard.

14.5 The Contractor also undertakes to make good at his cost, any inconvenience, loss, damage or other

expenses, cause incurred by the Rly. Administration and to pay such amount as are determined by the

Engineer to be recoverable from Contractor as penalty or damages from any omission , negligence,

carelessness, over sight or accident on the part of any Contractor’s Agent, Drivers or Attendant or any

other person to whom the services of the Holder of the permit (issued by the Engineer) has been lent or

otherwise made accessible available.

14.6 Any breach of these conditions by the Contractor and his Agents affecting the safety of movement of

Trains, Engines, or other rolling stock of the Rly., shall constitute a breach of contract by the

Contractor entitling liability termination of contract for the fault on the part of the contract.

14.7 In exceptionally vulnerable locations, physical barrier in the form of barricades a height of 1.5 mtr.

of trenches on ground shall be provided by the Contractor at his cost so as to indicate the limit up to

which the Vehicle can be approached near the running line. The locations or circumstances under

which such barriers have to be put will be decided personally by the Engineer-In-Charge.

14.8 Suitable gates/barriers should be installed across the new embankment, preferably adjoining the

manned/unmanned level crossings. The entry for the vehicles shall be regulated by an authorized

representative of the Engineer- in –charge during the working hours.

14.9 Under ground/over head obstructions such as pipe line, electrical cables/wires, signal cables/wires,

drains may come in the way of execution. Contractor has to take all necessary pre caution to safe guard

the above till it is diverted/shifted to suitable location. Petty Civil Engineering works required for

above have to be done by the contractor under relevant schedule to wherever applicable.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 69 of 85

69

East Coast Railway.

QUESTIONNAIRE TO BE FILLED IN BY TENDERERS.

Sl

No.

Details Yes/No. Remarks.

1. Whether earnest money is deposited.

2. Whether declaration regarding associating of Railway

Officers with Tenderers given as per annexure-‘A’ of

bid document.

3. Whether details of past work, filled in as per

Annexure ‘B’ of bid document.

4. Whether details of works presently in hand filled in

as per annexure ‘C’ of bid documents.

5. Whether details of annual turnover filled in as per

annexure ‘D’ of bid documents.

6. Whether details of tools & Plants filled in as per

annexure ‘E’ of bid documents.

7. Whether details of staff filled in as per annexure ‘F’

of bid documents.

8. Whether list of court cases furnished as per annexure

‘G’.

9. Whether details of arbitration cases of firm, filled in

as per annexure ‘H’ of bid documents.

10 Whether details of the tenderer(s) filled in as per

annexure ‘I’ of bid documents.

11. Whether broad scheme for execution filled in as per

annexure ‘J’ of bid documents.

12 Whether details of the EMD submitted filled in as

per annexure ‘K’ of bid documents.

13. Whether details of other credentials/facilities, filled

in as per annexure ‘L’ of bid documents.

14. Whether documents/attested copies of certificates in

support of the receipt of contractual payments

obtained from employer/clients and audited balance

sheet duly certified by C.A of just last 3(three) and

current financial years submitted.

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 70 of 85

70

Annexure ‘A’

DECLARATION REGARDING ASSOCIATIN OF RAILWAY OFFICER(S) WITH TENDERER(S)

Sl

No

Name Status with

the tenderer

If working in Rly.on

the date of tendering,

designation & place of

posting.

If retired on the date of tendering.

Date of

retirem

ent

Status at

retirement

Particulars

of

permission

taken for

associating

with the

tenderer.

1 2 3 4 5 6 7

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 71 of 85

71

Annexure ‘B’

DETAILS OF WORKS COMPLETED DURING LAST THREE FINANCIAL YEARS& CURRENT

YEAR BY THE TENDERER(S).

Sl

No

Name of

the work

with value

of contract.

Full address

of authority

under whom

the work has

been

executed with

telephone No.

& Fax No.

Date of

award &

original

completion

period.

Actual date

commenceme

nt & actual

date of

completion.

Final

value of

contract

in Rs.

Documentary

proof of

completion of

work(enclosed

copies separately

for each work

and indicate

annexure No. in

this column)

1 2 3 4 5 6 7

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 72 of 85

72

Annexure ‘C’

DETAILS OF WORKS ON HAND BY THE TENDERER(S).

Sl

No

Name

of

work

Total

cost of

contract

value

inRs.

Month & Year of

commencement

Date of

award and

completion

period.

Present progress Full

address of

the

authority

under

whom the

work is

being

executed.

Documentary

proof(enclosed

copies of

acceptance

letter & proof

regarding

present progress

etc., & indicate

annexure No.in

this column).

Financial Physical

1 2 3 4 5 6 7 8 9

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 73 of 85

73

Annexure ‘D’

DETAILS OF CONTRCTURAL PAYMENTS RECEIVED DURING LAST THREE YEARS (i.e.,

CURRENT YEAR & THREE PREVIOUS FINANCIAL YEARS)

Sl

No

Financial

year

Contractual

payments

received

Name of the

employer/client

with full postal

address &

telephone No.&Fax

No.

Documentary proof regarding

contractual payments(enclose the

copies of letter/statement

separately for each work year

wise and indicate annexure No.

in the column)

1 2 3 4 5

2006-2007

2007 – 2008

2008 – 2009

Current

financial

year.

Signature of Tenderer

along with seal.

East Coast Railway.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 74 of 85

74

Annexure ‘E’

DETAILS OF CONSTRUCTION MACHINERIES, TOOLS & PLANTS, VEHICLES etc., AVAILABLE

ON HAND AND PROPOSED TO BE UTILISED IN WORK.

Sl

No.

Descrip

tion of

eaquip

ments

No.

available

(owned/

hired)

Date of

purchase

Date of

manufact

ure

Make How

driven(i.e.,

diesel/petr

ol/Electrica

l)

Conditi

on of

the

equipm

ent

Where the

equipment

can be

inspected.

1 2 3 4 5 6 7 8 9

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 75 of 85

75

Annexure ‘F’

DETAILS OF TECHNICAL AND OTHER PERSONNELS AVAILABLE ON HAND & PROPOSED TO

BE ENGAGED IN WORKS.

Sl

No.

Name Age Technical

qualifications(S)

Positio

n with

the

tenderer

Commencement

of present

employment

Total

experience.

Emoluments.

1 2 3 4 5 6 7 8

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 76 of 85

76

East Coast Railway.

Annexure ‘G’

LIST OF COURT CASES DURING LAST THREE YEARS.

Sl

No.

Name

of

work

Value

of

work

Name of

client/Dept.

Name of

the court.

Date of

institution

of case

Relief

sought

from

court

Brief reason

of dispute

Final/present

position of the

case.

1 2 3 4 5 6 7 8 9

East Coast Railway.

Annexure ‘H’

List of Arbitration cases during last three years.

Sl

No

Name of

work

Value of

work

Name of

client/Dept.

Amt. & dt.of

claim preferred

Claim of

Dept. if

any.

Brief

reasons

of

dispute.

Final/Present

position of

the case.

1 2 3 4 5 6 7 8

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 77 of 85

77

Annexure ‘I’

DETAILS OF THE TENDERER.

I) Name of the company

ii) Address of Registered office

Phone No. &

Fax No.

iii) Constitution of the Company

a) Ownership particulars, whether Pvt.Ltd, Public

Ltd, or Partnership for firm or any other type

duly supported by the documents such as

partnership deed and articles of constitution etc.,

as applicable.

b) Name & address of collaborator(s).

c) Name of participation by collaborator(s) in

share holding of the company.

d) Extent & nature of proposed participation by

collaborator(s) in execution of this work.

iv) No. of years the firm has been in operation in

India under its present

v) Any other information.

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 78 of 85

78

East Coast Railway.

Annexure ‘J’

BROAD PLAN OF EXECUTION OF THIS WORK WITHIN THE STIPULATED COMPLETION

PERIOD.

Sl

No.

Activity Period of completion in months.

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 79 of 85

79

Annexure ‘K’

EAST COAST RAILWAY

TENDERERS ARE REQUIRED TO FILL THE FOLLOWING WHILE SUBMITTING THIS OFFER.

SUBJECT Matter to be filled in by the tenderer(s)

1.

Earnest Money Deposit Particulars

FDR/DD/PO No.___________

& Date : ____________

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 80 of 85

80

East Coast Railway.

Annexure ‘L’

DETAILS OF OTHER CREDENTIALS/FACILITIES AVAILABLE WITH THE

FIRM/CONTRACTOR(WHICH ARE NOT COVERED IN ANNEXURE “A” TO

ANNEXURE “K”.

Signature of Tenderer

along with seal.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 81 of 85

81

East Coast Railway Annexure – M

FORM No.E-5 NATIONAL ELECTRONIC FUND TRANSFER

ELECTRONIC CLEARING SERVICE (CREDIT CLEARING) (Investor’s / Customer’s option to receive payments through Credit Clearing Mechanism)

NAME OF THE SCHEME AND THE PERIODICITY OF PAYMENT

No. 15 Investor/Customer’s Name

(2) Particulars of Bank Account

a) Name of the 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) IFSC Code of the Branch e) Type of the Account (Current/ Savings/ cash Credit)

with code(10/11/13) f) Ledger and ledger folio Number. g) 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. Bank’s stamp. Date: _________

Signature of the Authorized Official of the Bank.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 82 of 85

82

Annexure – N

SPECIMEN FORMAT OF BANK GUARANTEE BOND

1. In consideration of the President of India (herein after called the Government ) having agreed to

exempt _______________ (hereinafter called the said Contractor(s)” from the demand, under the terms and conditions of an Agreement dated: _________ made between ____________ and ________ for__________ (hereinafter called “the said Agreement”)¸of security deposit for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said Agreement, on production of a bank Guarantee for Rs. _________ (Rupees____________________________only) we, ________________________________

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

2. We __________________________________do hereby undertake to pay the amounts (indicate the name of bank)

due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount/claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement or by reason of the Contractor(s) failure to perform the

said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ___________.

3. We undertake to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the Contractor(s)/supplier(s) in any suite or proceeding pending before any

court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

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

4. We, _________________________ ___________ further agree that the guarantee herein (indicate the name of bank)

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 discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ____________ we shall be discharged from all liability under this guarantee thereafter. 5. We, __________________________________ further agree with the government that the

(indicate the name of Bank) Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be

relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 83 of 85

83

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

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

Dated the ______________ day of _________2009 For _____________________________________

(indicate the name of bank)

********

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 84 of 85

84

Annexure-‘O’ INDEMNITY BOND

We -------------- hereby undertake that we hold at ----------------- for and on behalf of the President of India acting in the premises through the Chief Electrical Engineer/ Con/ East Coast Railway Bhubaneswar (herein after referred to as the "PURCHASER)"and as his property in trust for

him all materials works for which on account payments have been made to us against the contract for. -------------------------------------------------------- vide letter of Acceptance of No. ---------------------------------------------------- until such time the materials/works are duly installed/and communicated or otherwise handed over to him. We shall be entirely responsible for the safe custody and protection of the said materials against

all risk till they are duly delivered as installed/and commissioned to the purchaser or as he may direct otherwise and shall indemnity the purchaser against any loss, damage or deterioration whatsoever in respect of the said materials while in our permission. The said materials/works shall at all time be open inspection by any officer authorized by the Chief Electrical Engineer (Con) East Coast Railway Bhubaneswar.

Should any loss, damage or deterioration of materials/works occur and refund become due, the purchaser shall be entitled to recover from us the full cost without prejudice to any other remedies available to him by deduction from any sum due or any such which at any time hereafter becomes due to us under the said or any other contract.

Dated. day of 20 for and on behalf of

Partner

Signature of Witness Name of witness :

East Coast Railway BBS/EL/C/T/171

TENDERER(S)/CONTRACTORS Page 85 of 85

85

East Coast Railway

END OF TENDER DOCUMENT