press nit

Transcription

press nit
PRESS NIT
RITES LTD
Notice Inviting e-Tender
The Group General Manager (Electrical),RITES Ltd. invites on behalf of SECL Bilaspur online
item rate bids on two packet system for the following work:NIT No. RITES/CO/RI/EE/SECL/Junadih/OHE
Name of Work:-Design, Drawing, Supply, Erection, Testing & Commissioning of 25 KV,50 Hz,1 Phase
OHE & SSP for Construction of New Railway Siding for Introduction of Rapid Loading Arrangements at
Junadih Loading Complex of SECL at Gevra Road Station of South East Central Railway, Dist.-Korba,
Chhattisgarh
Estimated Cost:-Rs 4,98,16,919.00, Earnest Money :- Rs 5,00,000.00.
Period of Completion 12 Months, Last time & date of submission of Bid 11:00 Hrs on 28-06-2016
The bid forms and other details can be obtained from the website https://rites.eproc.in
Addendum/Corrigendum, if any, shall be hosted online only.
RITES LTD
TENDER AND CONTRACT DOCUMENT
FOR
Tender for Design, Drawing, Supply, Erection, Testing & Commissioning of 25 KV,50 Hz,1
Phase OHE & SSP for Construction of New Railway Siding for Introduction of Rapid
Loading Arrangements at Junadih Loading Complex of SECL at Gevra Road Station of
South East Central Railway, Dist.-Korba, Chhattisgarh
.
PART-I (TECHNICAL)
JUNE - 2016
TENDER No : RITES/CO/RI/EE/SECL/Junadih/OHE
(A GOVT. OF INDIA ENTERPRISE)
RITES LIMITED,
EE SBU, 4TH FLOOR,
RITES Office Complex - I, RITES BHAWAN
NO-1, Sector-29
GURGAON-122001, HARYANA(INDIA).
Tel – (0124)- 2818440, Fax- (0124) – 2571660
1
Signature of the tenderer
under seal of the firm
RITES LTD.
TENDER AND CONTRACT DOCUMENT
CONTENTS
S.No.
PART – 1 (Technical Bid)
SECTION No 1
Details
Read with correction slip No. 1 to 3 to E-Tendering]
SECTION No 2
Notice Inviting Tender and Instructions to
Bidders.
Tender and Contract Form
SECTION No 3
SECTION No 4
SECTION No 5
SECTION No 6
Special Conditions
Schedules A to F
Technical Specifications
Drawings
PART – 2
(Financial Bid)
ITEM RATE TENDER
SCHEDULE (BILL) OF QUANTITIES
PART -3
General Conditions of Contract
SECTION No 7
SECTION No 8
SECTION No 9
SECTION No 10
SECTION No 11
Page
04-59
60-60
61-79
80-90
91-210
211-213
ABSTRACT OF COST OF ALL
SCHEDULES
DETAILS OF QUOTED UNIT RATES
AND AMOUNT – SCHEDULEWISE -
DECEMBER-2015 (LATEST)
Conditions of Contract
Clauses of Contract
RITES Safety Code
RITES Model Rules for Protection of
Health and Sanitary Arrangements for
Workers
RITES Contractor’s Labour Regulations
2
01-04
05-132
133-138
139-145
146-167
Signature of the tenderer
under seal of the firm
SECTION 1
NOTICE INVITING TENDER AND
INSTRUCTIONS TO TENDERERS
3
Signature of the tenderer
under seal of the firm
SECTION 1
NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS
1.0
GENERAL
1.1
Tender Notice
Tenders are invited through E-Tendering system by RITES Ltd., A Public Sector Enterprise under
the Ministry of Railways, acting for and on behalf of South Eastern Coal Fields Limited, Bilaspur
(Employer) as an Agent / Power of Attorney Holder, from working contractors (including
contractors who have executed works within the last five years reckoned from the scheduled date of
opening of tender) of Railways, CPWD, MES, DOT, RITES, State PWD or any other Central /
State Government Department, Central/State Government Undertaking or their Subsidiaries,
Municipal Body, Autonomous Body of Central/State Governments or Public Ltd., Companies listed
on Stock Exchange in India or Abroad or Subsidiaries of such companies for the work of Design,
Drawing, Supply, Erection, Testing & Commissioning of 25 KV,50 Hz,1 Phase OHE & SSP
for Construction of New Railway Siding for Introduction of Rapid Loading Arrangements at
Junadih Loading Complex of SECL at Gevra Road Station of South East Central Railway,
Dist.-Korba, Chhattisgarh.
(Note: Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their
derivatives are synonymous).
1.2
Estimated Cost of Work
The work is estimated to cost Rs 4,98,16,919.00 (Rupees Four Crores Ninty Eight Lakh
Sixteen Thousand Nine Hundred Nineteen Only.). The estimate is generally based on
CPWD Delhi Schedule of Rates 2014 */ MES* / Railways* / ______ PWD* Schedule of
Rates 20_ _ enhanced by _____and on market rates for non-schedule items. This Estimate,
however, is given merely as a rough guide.
1.3
Time for Completion
The time allowed for completion will be 12 months from the date of start which is defined in
Schedule F under Clause 5.1(a) of Clauses of Contract.
1.4
Brief Scope of Work
1.
2.
3.
4.
Provision of new OHE (7.5TKM) with modification works under power block including
foundation for the OHE masts work.
Co-ordination with South East Central Railway both at the Divisional and Headquarters
level.
Preparation of OHE layout, Sectioning Diagram, CSD, Profile Drawing and other
working drawings and get it approved from concerned Railway.
Preparation of “As Erected Drawings” furnishing 6 copies and 2 nos. of RTF for each
drawing after approval
4
Signature of the tenderer
under seal of the firm
1.5
Availability of Site
The site for the work is available.
1.6
Deadline for submission of bids: 11.00 Hrs on 28.06.2016.
The Employer may extend the deadline for submission of Tenders by issuing an amendment
in writing in accordance with Clause 6.3 in which case all rights and obligations of the
Employer and the Tenderer previously subject to the original deadline will be subject to new
deadline.
1.7
Date & Time of opening of bids: 11.30 Hrs on 28.06.2016.
1.8
Pre-bid Clarification Start time & date: 10.00 Hrs on --------.
1.9
Pre-bid Clarification End Time & date: 13.00 Hrs on --------.
2.0
QUALIFICATION CRITERIA TO BE SATISFIED
2.1
The Qualification Criteria to be satisfied are given at Annexure I enclosed.
2.2
The Qualification Criteria to be satisfied will depend on the category of works, whether
Normal or Large. Normal Works are those costing upto Rs.100 Crores each and Large Works
are those costing more than Rs.100 Crores. The work for which the Tender is being invited
falls under the category of *Normal / *Large.
(* Strike out whichever is not applicable)
2.3
The Qualification Criteria to be satisfied will also depend on whether the Work falls in
Normal area or Difficult area. Difficult area includes North East States, Jammu & Kashmir,
Andaman & Nicobar Islands and the 60 districts requiring Integrated Action Plan of
Government of India (List available at Annexure X ). Normal area covers all areas other than
Difficult area. The work for which this Tender has been invited falls under *Normal /
*Difficult area.
(*Strike out whichever is not applicable)..
2.4
In this Tender Joint Venture is * allowed / *not allowed.
(*Strike out whichever is not applicable; In case JV is not allowed, except the first line, the
rest of clause 2.4 will be deleted.).
2.5
The documents to be furnished by the Bidder to prove that he is satisfying the Qualification
Criteria laid down should all be in the Bidder’s name, except in cases where though the name
has changed, the owners continued to remain the same and in cases of amalgamation of
entities.
5
Signature of the tenderer
under seal of the firm
3.0
FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON
QUALIFICATION CRITERIA
3.1
The information to be furnished and the documents to be enclosed shall be as per Clause 28.0
hereinafter.
4.0
CONTENTS OF TENDER DOCUMENT
4.1
Each set of Tender or Bidding Document will comprise the Documents listed below and
addenda issued in accordance with clause 6:
PART – 1 :- Technical Bid Packet
(Read with Correction Slip No. 1 to 3 to E-Tendering)
Section 1 Notice Inviting Tender and Instructions to Tenderers including Annexure
Section 2 Tender and Contract Form. [DELETED]
Section 3 Special Conditions.
Section 4 Schedules A to F
Section 5 Technical Specifications
Section 6 Drawings
PART – 2 :- Financial Bid Packet
Schedule of Quantities (Bill of Quantities)
PART – 3:- General Conditions of Contract
Section 7
Section 8
Section 9
Section 10
Section 11
Conditions of Contract
Clauses of Contract
RITES Safety Code
RITES Model Rules for protection of Health and Sanitary arrangements for
Workers
RITES Contractor’s Labour Regulations
4.2
Part - 3, General Conditions of Contract (Compilation of Sections 7 to 11) as also Correction
Slips to GCC are available on RITES website <www.rites.com>. under the link “Tenders”.
4.3
Part 3 of the tender, i.e., General Conditions of Contract (Compilation of Sections 7 to 11) is
not uploaded as a part of this tender document because as stated in sub-clause 4.2 above, the
same is available separately on RITES website and can be seen /downloaded from there. The
bidder need not submit/upload Part 3 of the tender as a part of his offer but he must,
nevertheless, read the same. It shall be presumed that the bidder has read the contents of
General Conditions of Contract and up to date Correction Slips thereto and the same will
binding upon him. The successful bidder will be required to sign the complete tender
document i.e. Part 1, Part 2, part 3 and correction slips, if any, thereto
6
Signature of the tenderer
under seal of the firm
5.0
ACCESSING / PURCHASING OF BID DOCUMENTS
(a) To participate in the E–Bid submission for RITES, it is mandatory for the bidders to get their
firms registered with E–Procurement portal https://rites.eproc.in.
(b) Bidder should enroll them on the E-Procurement portal by clicking the option “New
Registration” link available on the home page. A Bidder Registration link containing the
detailed guidelines for e-procurement system is available on the RITES E-Procurement
portal. During registration, the bidders should provide the correct/true information including a
valid email-id. All correspondence shall be made directly with the contractors/bidders through
the email-id provided. The registration charges are Rs4382.04 (Inclusive of Taxes) and this is
required to be paid to M/s C1 India Pvt. Ltd. through integrated E–payment gateway. The
registration will be approved only after receipt of payments. Validity of registration is for
three years. In case of any difficulty faced during registration you are requested to contact eTendering Helpdesk Number provided on E-Procurement portal.
(c) It is mandatory for all bidders to have class – III Digital Signature Certificate (DSC) in the
name of the person who will sign the bid from any of licensed Certifying Agency (CA).
Bidders can see the list of licensed CAs from the link http://www.cca.gov.in.
(d) Bidders can view / download Part-1 and Part-2 of bid documents from RITES E–Procurement
portal https://rites.eproc.in or RITES website http://www.rites.com and Part-3 of the bid
documents from RITES website.
(e) Bidder shall ensure use of registered Digital Signature Certificate (DSC) only and safety of the
same.
(f) Following may be noted:
–
Procurement portal.
arifications to the bid document, if any, will be posted on EProcurement portal / RITES website only.
(a) If the firm is already registered with E–procurement portal of RITES and validity of
registration has not expired, the firm is not required for fresh registration.
5.1
Clarifications on Tender Documents
A prospective Tenderer requiring any clarification on the Tender Document may notify on line
only. Request for clarifications including request for Extension of Time for submission of Bid, if
any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders.
7
Signature of the tenderer
under seal of the firm
Details of such questions raised and clarifications furnished will be uploaded in RITES website
without identifying the names of the Bidders who had raised the questions. Any modification of
the Tender Document arising out of such clarifications will also be uploaded on RITES website.
6.0
AMENDMENT OF TENDER DOCUMENT
6.1
Before the deadline for submission of tenders, the Tender Document may be modified by
RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be
stopped 7 days prior to the deadline for submission of tenders as finally stipulated.
6.2
Addendum/corrigendum, if any, will be hosted on website / E-procurement portal and shall
become a part of the tender document. All Tenderers are advised to see the website for
addendum/ corrigendum to the tender document which may be uploaded upto 7 days prior to
the deadline for submission of Tender as finally stipulated.
6.3
To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda into
account in preparing their tenders, extension of the deadline for submission of tenders may be
given as considered necessary by RITES.
7.0
PREPARATION AND SUBMISSION OF BIDS
(a)
Part-1 and Part-2 of tender document may be downloaded from E–procurement portal of RITES
and Part 3 from RITES website, prior to the deadline for submission of bids. The bids (Part-1 and
Part-2 only) shall be submitted online following the instructions appearing on the screen. Part-3
of the tender document need not be submitted online but it shall be deemed to have been
submitted. Users are requested to map their system as per the System settings available on the
link “System Requirement and Registration Manual” on the E-Procurement portal.
(b)
After downloading / getting the tender document/schedules, the Bidder should go through
them carefully and then submit the documents as asked, otherwise bid will be rejected. It is
construed that the bidder has read all the terms and conditions before submitting their offer.
Bidders are advised that prior to bid submission they should read the Bid Submission manual
available on E-Procurement portal on RITES website.
(c)
Bidders must ensure that all the pages of the documents mentioned in Clause 28 must be
signed & stamped by authorised signatory and serially numbered.
(d)
The bids shall be submitted online following the instructions appearing on the screen. Bidders
may insert their e Token/Smart Card in their computer and Log onto E-procurement portal
using the User-Id and Password chosen during registration. Then they may enter the password
of the e Token/Smart Card to access the DSC.
(e)
Prior to bid submission, bidder should get ready with the documents to be uploaded as part of
the bid as indicated in the tender document/schedule. Generally they can be in Excel/PDF/ZIP
formats. No other format is accepted. If there is more than one PDF document, then they can
be clubbed together in a ZIP file for uploading. Maximum Single file size permitted for
8
Signature of the tenderer
under seal of the firm
uploading is 20 MB. One can upload multiple of such files in case information to be uploaded
in single file exceeds 20MB.
(f)
Cost of Tender Document & Earnest Money deposit (EMD)
During bid submission the bidder has to select the payment option as offline to pay the cost
of tender document and EMD and enter details of the instruments. In case of exemption from
payment of cost of tender document and EMD, the scanned copy of document in support of
exemption will have to be uploaded by the bidder during bid submission. The onus of proving
that the bidder is exempted from payment of cost of tender document and/or EMD lies on the
bidder. In this connection, it should be noted that mere opening of bid does not mean that the
bid has to be considered by RITES as a valid bid. If later, it is discovered from the uploaded
documents that bidder is not exempted from payment of cost of tender and/or EMD, his bid
shall be treated as non-responsive.

Cost of Tender Document: The cost of tender document is Rs 8500.00 (Rupees Eight
Thousand Five Hundred Only) which is non refundable. It shall be in the form of a Banker’s
Cheque/Pay Order/ Demand Draft favoring “RITES Ltd.” issued by a scheduled commercial
bank, payable at Gurgaon / Delhi. No other mode of payment will be accepted.

Earnest Money deposit (EMD) - The bids shall be accompanied by total Earnest Money Deposit
(EMD) of Rs 5,00,000 (Rupees Five Lakh only) in the form specified in Clause 9 hereinafter.
Upload scanned copy of acceptable instruments for EMD and cost of Tender document in
different files (Either in PDF or zip format) during on-line submission of Bid. These documents
shall be deposited in “ORIGINAL” in a sealed envelope within a week from the date of opening
to Group General Manager (Electrical), 5th Floor, RITES Bhawan–I, Plot No-1, Sector-29,
Gurgaon- 122001 . Failing which the bid shall be rejected and the bidder shall be debarred from
tendering in RITES Ltd. for a period of 02 (two) years, unless the lapse is condoned by the
Accepting Authority at the request of the bidder for valid reasons. The envelope should bear the
tender details (tender no., tender name etc.).
(g) The bid both technical & financial (i.e, Part-1 and Part-2) should be submitted online in the
prescribed format. No other mode of submission is accepted.
(h) Bid shall be digitally signed by the Authorized Signatory of the bidder and submitted “online”. No hard copy of the documents (except those specifically asked for in the tender
document) is required to be submitted.
(i) The bidders will have to accept unconditionally the online user portal agreement which
contains the Terms and Conditions of NIT including General and Special Terms & Conditions
and other conditions, if any, along with on-line undertaking in support of the authenticity
regarding the facts, figures, information and documents furnished by the Bidder on-line in
order to become an eligible bidder.
(j) The bidder has to digitally sign and upload the required bid documents one by one as
indicated. Bidders to note that the very act of using DSC for downloading the bids and
uploading their offers shall be deemed to be a confirmation that they have read all sections
9
Signature of the tenderer
under seal of the firm
and pages of the tender/bid document including terms and conditions without any exception
and have understood the entire document and are clear about tender requirements.
(k) The bidders are requested to submit the bids through online e-tendering system before the
deadline for submission of bids (as per Server System Clock displayed on the portal). RITES
will not be held responsible for any sort of delay or the difficulties faced during online
submission of bids by the bidders at the eleventh hour.
(l) The bidder may seek clarification online only within the specified period. The identity of
bidder will not be disclosed by the system. RITES Ltd. will clarify the relevant queries of
bidders as far as possible. The clarifications given will be visible to all the bidders intending
to participate in that tender. The clarifications may be asked from the day of “Pre Bid
Clarification Start Date and Time” till “Pre Bid Clarification End Date and Time”.
8.0
TENDER VALIDITY
The Tender shall be valid for a period of 90 days from the due date for submission of
Tender or any extended date as indicated in sub para below.
In exceptional circumstances, during the process of evaluation of tenders and prior to the
expiry of the original time limit for Tender Validity, the Employer may request that the
Tenderers may extend the period of validity unconditionally for a specified additional
period. The request and the tenderer’s response shall be made in writing/ e-mail. A
Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer
agreeing to the request will not be permitted to modify his Bid but will be required to
extend the validity of the Earnest Money for the period of the extension.
9.0
9.1
EARNEST MONEY
The Tender should be accompanied by total earnest money of Rs 5,00,000.00 (Rupees
Five Lakh only)(1% of the estimated cost subject to a maximum of Rs. 25 Lakhs) in any
one of the following forms :
Banker’s Cheque / Pay Order / Demand Draft issued by any Scheduled Commercial Bank
drawn in favour of RITES Ltd. and payable at Gurgaon / Delhi.
9.2
Any Tender not accompanied by scanned copies of the instruments for payment of Earnest
Money and cost of tender document in an acceptable form shall be rejected by the Employer
as non-responsive.
9.3
Refund of Earnest Money
The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be
returned without interest soon after scrutiny of Technical Bid has been completed by the
Employer subject to provisions of Clause 9.4 (b). The Earnest Money of the Tenderers
whose Technical Bid is found acceptable but who are neither the lowest nor the second
10
Signature of the tenderer
under seal of the firm
lowest will be returned without interest within 07 days of opening of Financial Bid. The
Earnest Money of the remaining unsuccessful bidders will be released within seven days
of the Accepting Authority’s decision on acceptance or otherwise of the tender subject to
provisions of Clause 9.4 (b). . The bidder shall submit RTGS/NEFT Mandate Form as per
proforma given in Annexure VII, dully filled in.
9.4
The Earnest Money is liable to be forfeited
a)
if after bid opening, but before expiry of bid validity or issue of Letter of
Acceptance, whichever is earlier, any Tenderer
i)
withdraws his tender or
ii)
makes any modification in the terms and conditions of the tender which are
not acceptable to the Employer.
b) in case any information/document which may result in the tenderer’s
disqualification
is
concealed
by
the
Tenderer
or
any
statement/information/document furnished by the Tenderer or issued by a
Bank/Agency/third party and submitted by the tenderer, is subsequently found
to be false or fraudulent or repudiated by the said Bank/Agency/Third Party”
c)
in the case of a successful Tenderer, if the Tenderer
i)
fails to furnish the Performance Guarantee within the period specified under
Clause 1 of “Clauses of Contract”. or
ii)
fails to commence the work without valid reasons within the period as
specified in Schedule F after the date of issue of Letter of Acceptance or
from the first date of handing over of the site, whichever is later.
In case of forfeiture of Earnest Money as prescribed hereinabove, the Tenderer shall not
be allowed to participate in the retendering process of the work.
10.0
MODIFICATION/ SUBSTITUTION/ WITHDRAWL OF BIDS
10.1
The Tenderers shall submit offers which comply strictly with the requirements of the Tender
Document as amended from time to time as indicated in Clause 6.0 above. Alternatives or
any modifications by the tenderer shall render the Tender invalid.
10.2
The bidder can modify, substitute, re-submit or withdraw its E–bid after submission but prior
to the deadline for submission of bids. No Bid shall be modified, substituted or withdrawn by
the bidder on or after the deadline for submission of bids. Withdrawal of bid after the
deadline for submission of bids would result in the forfeiture of EMD.
11
Signature of the tenderer
under seal of the firm
10.3
Any modification in the Bid or additional information supplied subsequently to the deadline
for submission of bids, unless the same has been explicitly sought for by RITES, shall be
disregarded.
10.4
For modification of E–bid (Technical Bid), bidder has to detach its old bid from E–
procurement portal and upload / re-submit digitally signed modified bid.
10.5
For withdrawal of bid, bidder has to click on withdrawal icon at E–procurement portal and
can withdraw its E–bid.
10.6
After the bid submission on the portal, an acknowledgement number will be generated by the
system which should be printed by the bidder and kept as a record of evidence for online
submission of bid for the particular tender and will also act as an entry pass to participate in
the bid opening.
10.7
The time settings fixed in the server side & displayed at the top of the tender site, will be
valid for bid submission, in the e-tender system. The bidders should follow this time during
bid submission.
10.8
All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not be viewable by
unauthorized persons during bid submission & will not be viewable by any one until the date
& time specified for bid opening.
10.9
The bidder should logout of the tendering system using the normal logout option available in
the portal and not by selecting the (X) exit option in the browser.
11.0
AUTHORITY TO SIGN
a)
b)
c)
d)
e)
If the applicant is an individual, he should sign above his full type written name
and current address.
If the applicant is a proprietary firm, the Proprietor should sign above his full type
written name and the full name of his firm with its current address.
If the applicant is a firm in partnership, the Documents should be signed by all the
partners of the firm above their full type written names and current addresses.
Alternatively the Documents should be signed by the person holding Power of
Attorney for the firm in the Format at Annexure III.
If the applicant is a limited Company, or a Corporation, the Documents shall be
signed by a duly authorized person holding Power of Attorney for signing the
Documents in the Format at Annexure III.
If the applicant is a Joint Venture, the Documents shall be signed by the Lead
Member holding Power of Attorney for signing the Document in the Format at
Annexure IV. The signatory on behalf of such Lead Partner shall be the one
holding the Power of Attorney in the Format at Annexure III. Not Applicable.
12
Signature of the tenderer
under seal of the firm
11.1
Items to be kept in mind while furnishing details
While filling in Qualification Information documents and the Financial Bid, following
should be kept in mind:
i)
ii)
iii)
11.2
There shall be no additions or alterations except those to comply with the
instructions issued by the Employer or as necessary to correct errors, if any, made
by the Tenderers.
Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the
Financial offer will however be accepted.
The Employer reserves the right to accept or reject any conditional
rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts
which are in excess of the requirements of the bidding documents or otherwise
result in accrual of unsolicited benefits to the Employer, shall not be taken into
account.
Integrity Pact
(i)
The Bidder/Contractor is required to enter into an Integrity Pact with the
Employer, in the Format at Annexure VI. The Integrity Pact enclosed as
Annexure VI will be signed by RITES for and on behalf of Employer as its
Agent/Power of Attorney Holder at the time of execution of Agreement with the
successful Bidder. While submitting the Bid, the Integrity Pact shall be signed by
the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure
to submit the Integrity Pact duly signed and witnessed, along with the Bid, the Bid
is likely to be rejected.
(ii)
In case of any contradiction between the Terms and Conditions of the Bid
Document and the Integrity Pact, the former will prevail.
Provided always that provision of this Clause 11.2 – Integrity Pact, shall be
applicable only when so provided in Clause 11.2A below which will also stipulate
the name and address of the Independent External Monitor as well as the Name,
designation and address of the official nominated by the Employer to act as the
Liaison Officer between the Independent External Monitor and the Engineer-inCharge as well as the Contractor.
11.2A
Whether Clause 11.2 (Integrity Pact) shall be applicable
*YES / *NO
*Strike out whichever is not applicable
If Yes, Name and Address of the Independent External
Monitor (In case estimated cost put to tender is above Rs.10 crores or
more)
Shri Suresh Kumar (IRAS),
Ex-Director, CONCOR,
D-401, Rail Vihar Classic Apartment,
Sushant Lok-III, Sector-57, Gurgaon-122003
13
Signature of the tenderer
under seal of the firm
Name, Designation and Address of RITES’ Liaison
officer
Shri Y.K Sharma
GGM/AP
RITES Bhawan-II,
Sector-44, Gurgaon-122001.
12.0
TENDER OPENING, EVALUATION AND CLARIFICATIONS
12.1
The Employer will open all the Tenders received, in the presence of the Tenderers or their
representatives who choose to attend at 11.30 Hrs. on 28.06.2016 in the office of Group
General Manager(Electrical) 5th Floor, RITES Bhawan-I,Sector-29, Gurgaon-122001.
In the event of the specified date of the opening being declared a holiday by the Employer,
the Tenders will be opened at the appointed time and location on the next working day.
12.2
Opening of bids will be done through online process. RITES reserves the right to postpone or
cancel a scheduled bid opening at any time prior to its opening. Information of the same will
be displayed at RITES E-procurement portal.
12.3
Bid opening committee will open the bids online in the presence of bidders or their
authorized representatives who choose to attend on opening date and time. Also the bidders
can participate online during the bid opening process from their remote end through their
dashboard. The bidder’s representatives, who are present, shall sign in an attendance register.
RITES shall subsequently examine and evaluate the bids in accordance with the provision set
out in the tender document.
12.4
It will be the bidder’s responsibility to check the status of their Bid on-line regularly after the
opening of bid till award of work. Additionally, information shall also be sent by system
generated e-mail to bidder regarding deficiencies in the documents, if any and also request for
clarification from the bidder. A system generated SMS alert will also be sent to the bidder.
No separate communication will be sent in this regard. Non-receipt of e-mail and SMS will
not be accepted as a reason of non-submission of deficient documents or confirmatory
documents within prescribed time.
12.5
The bids will be evaluated for qualifying criteria as mentioned in Clause 2 hereinbefore.
RITES shall not be responsible for any postal delay in receipt of all original documents
including the cost of tender document and EMD. In case of non-receipt of these documents in
original within the aforesaid period, the bid will be treated as non-responsive.
14
Signature of the tenderer
under seal of the firm
12.6
TWO PACKET SYSTEM -APPLICABLE
(a)
(i) Envelope 1 containing scanned copy of Earnest Money along with Mandate Form as per
Annexure VII, Cost of Tender Document and scanned copy of Authority to sign document of
all the Tenderers will be opened first and checked. If any of the document(s) so furnished are
not as per tender stipulations, the Envelope 2 of PACKET A (Technical Bid) and PACKET B
(Financial Bid) will not be opened and the bid is treated as rejected. The Envelope 2 of
PACKET A (Technical Bid) of other Tenderers who have furnished scanned copies of
Earnest Money, cost of Tender document and Authority to sign as per tender stipulations will
then be opened.
(b)
The Employer will scrutinize the Technical Bids accepted for evaluation to determine
whether each Tenderer
(i) has submitted ‘Authority to sign’ as per Clause 11.0 above and Integrity Pact (where
applicable) duly signed and witnessed as per Clause 11.2 above;
(ii) meets the Qualification Criteria stipulated in Clause 2.0; and
(iii) conforms to all terms, conditions and specifications of the Tender Document without any
modifications or conditions.
(c)
If required, the Employer may ask any such Tenderer for clarifications on his Technical Bid.
If a Tenderer does not submit the clarification/document requested, by the date and time set in
the Employer’s request for clarification, the bid of such Tenderer is likely to be rejected.
PACKET B (Financial Bid) of Tenderers whose Technical Bids are not found acceptable will
not be opened. Tenderers whose Technical Bids are found acceptable will be advised
accordingly and will also be intimated through e-mail the time and date and place where and
when the PACKET B (Financial Bid) will be opened.
(d)
At the appointed place, time and date, in the presence of the Tenderers or their representatives
who choose to be present, the Employer will open the envelopes containing the PACKET B
(Financial Bid).
12.7
Single Packet System – NOT APPLICABLE
(a) Envelope 1 containing scanned copy of Earnest Money along with Mandate Form as
per Annexure VII, cost of tender document and scanned copy of Authority to sign
document of all the Tenderers will be opened first and checked. If any of the document(s)
so furnished are not as per tender stipulations, the Envelope 2 of Technical bid and
Envelope 3 containing Financial bid will not be opened and the bid is treated as rejected.
The Envelope 2 containing Technical Bid and Envelope 3 containing Financial Bid of other
15
Signature of the tenderer
under seal of the firm
Tenderers who have furnished scanned copies of Earnest Money, cost of Tender document
and Authority to sign as per tender stipulations will then be opened.
13.0
INSPECTION OF SITE BY THE TENDERERS
Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their Tenders, as to the nature of the ground and sub-soil (as far
as is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect
their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall
be allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost
all materials, tools & plants, water, electricity, access, facilities for workers and all other
services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a tender by a Tenderer implies that he has read this notice
and all other contract documents and has made himself aware of the scope and specifications
of the work to be done and of conditions and rates at which stores, tools and plant etc. will be
issued to him by the Employer and local conditions and other factors having a bearing on the
execution of the work.
14.0
EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER
(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the
Tenderer does not submit the clarification by the date and time set in the Employers
request for clarification, such Tender is likely to be rejected.
(ii) The competent authority on behalf of the Employer does not bind himself to accept
the lowest or any other Tender and reserves to himself the authority to reject any or
all the Tenders received without the assignment of any reason. All Tenders in which
any of the prescribed conditions is not fulfilled or any condition is put forth by the
Tenderer shall be summarily rejected.
15.0
CANVASSING PROHIBITED
Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited
and the tenders submitted by the Contractors who resort to canvassing will be liable to
rejection.
16.0
EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER
The competent authority on behalf of the Employer reserves to himself the right of
accepting the whole or any part of the tender and the Tenderer shall be bound to perform
the same at the rates quoted.
16
Signature of the tenderer
under seal of the firm
17.0
MISCELLANEOUS RULES AND DIRECTIONS
17.1
The Tenderer shall not be permitted to tender for works if his near relative is posted as
Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned
SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and
Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any Gazetted officer in the organization of the Employer.
Any breach of this condition by the Tenderer would render his Tender to be rejected.
No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Organisation of the Employer 15
is allowed to work as a contractor for a period of one year after his retirement from the
Employer’s service without the previous permission of the Employer in writing. The contract
is liable to be cancelled if either the Contractor or any of his employees is found any time to
be such a person who had not obtained the permission of the Employer as aforesaid before
submission of the tender or engagement in the Contractor’s service.
17.2
If required by the Employer, the Tenderers shall sign a declaration under the officials Secret
Act 1923, for maintaining secrecy of the tender documents drawings or other records
connected with the work given to them. The unsuccessful Tenderers shall return all the
drawings given to them.
17.3
In the case of any Item rate tender where unit rate of any item/items appears unrealistic, such
tender will be considered as unbalanced and in case the Tenderer is unable to provide
satisfactory explanation, such a tender is liable to be disqualified and rejected.
17.4
Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess on
material, labour and Works in respect of this Contract shall be payable by the Contractor and
the Employer will not entertain any claim whatsoever in respect of the same. However, in
respect of Service Tax, same shall be paid by the Contractor to the concerned department on
demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has
been actually and genuinely paid by the Contractor.
17.5
Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a
Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited
Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a
Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to
observe the above stipulations would render all such Tenders submitted as a Bidder and / or
as a witness, liable to summary rejection.
17.6
The Contractor shall be fully responsible for all matters arising out of the Performance of the
Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/
regulations/ obligations whatsoever of the Government of India, State Government, Local
Body and any Statutory Authority.
17.7
In case the bidder does not quote his rate for any item(s), it will be presumed that the bidder
has included the cost of that/those item(s) in the rates of other items and the rate for such
17
Signature of the tenderer
under seal of the firm
item(s) shall be considered as Zero and the tender will be evaluated by the Employer
accordingly and the work executed by the successful bidder accordingly.
18.0
SIGNING OF CONTRACT AGREEMENT
18.1
The Tenderer whose tender has been accepted will be notified of the award by the Employer
by issue of a ‘Letter of Acceptance’ prior to expiration of the Bid Validity period.
The Letter of Acceptance will be sent to the Contractor in two copies one of which he should
return promptly, duly signed and stamped. The Letter of Acceptance will be a binding
Contract between the Employer and the Contractor till the formal Contract Agreement is
executed.
18.2
Within the period as specified in Clause 1 of ‘Clause of Contract’, of the date of issue of
Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance
Guarantee and Additional Performance Guarantee (where applicable) in the format
prescribed.
18.3
The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers
of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of
issue of Letter of Acceptance.
18.4 At the same time the Employer notifies the successful Tenderer that his Tender has been
accepted, the Employer will direct him to attend the Employer’s office within 28 days of
issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure V. The
Agreement will however be signed only after the Contractor furnishes Performance
Guarantee and Additional Performance Guarantee (where applicable) and hence, where
justified, the period of 28 days stipulated above will be extended suitably
19.0
Pre Qualification Performa
The bidder shall fill the pre qualification proforma at Annexure IX. The bid will be evaluated
only considering those details and corresponding documents as mentioned in Annexure IX
and no other details/ certificate/ document will be taken in to consideration while evaluating
the bid to decide whether the bidder is qualified or not. For similar work experience the
details of only those works mentioned in Annexure IX may be given in Performa no. 1
attached to Annexure-I.
20.0
Brief Notice Inviting e-Tenders
GGM/EE,RITES Ltd invites on behalf of “South Eastern Coalfield Ltd (SECL) Online item rate/
percentage rate/ item rate + percentage rate/ lump sum bids on single/ two packet system for the
following work
18
Signature of the tenderer
under seal of the firm
S. NIT
N No.
o.
Name of
work&
Location
Cost of
Tender
Documen
t(Rs).
Estimated
Cost put to
bid (Rs)
Earnest
Period
of
Complet
ion
Last Date &
Money (Rs)
1 2
1
3
4
5
6
7
8
Design,
8500.00
49816919.00
500000.00
12
11.00 hrs on
Months
28.06.2016
Drawing,
time
of submission
of bid, EMD,
cost of tender
document and
other
Documents as
specified in the
press notice
Time
& Date of
opening of
bid
9
11.30 hrs on
28.06.2016
Supply,
Erection,
Testing &
Commissioning
of 25 KV,50
Hz,1 Phase OHE
& SSP for
construction of
new Railway
Siding for
RITES/CO/RI
introduction of
/EE/
SECL/
Rapid Loading
Junadih/
Junadih loading
OHE
complex of
arrangements at
SECL at Gevra
Road station of
South East
Central Railway
,Dist- Korba,
Chattisgarh.
19
Signature of the tenderer
under seal of the firm
21.0 The bid document consisting of tender drawings, specifications, the schedule of
quantities of various types of items to be executed and the set of terms and conditions of
the contract to be complied with and other necessary documents can be seen
on website www.rites.com free of cost.
22.0
After submission of the bid the bidder can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
23.0
While submitting the revised / modified Financial bid, the bidder can revise / modify the
rate of one or more item(s) any number of times (he need not re-enter rate of all the items)
but before last time and date of submission of bid as notified.
24.0
The bid submitted shall become invalid and e-Tender processing fee shall not be refunded
if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents (including service tax registration/ VAT
registration/ Sales Tax registration) as stipulated in the bid document including the
undertaking about deposition of physical EMD of the scanned copy of EMD uploaded.
(iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder in the
office of bid opening authority.
(iv) The bidder does not deposit physical instruments of EMD within a week of opening
of technical bid.
25.0
Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process
as per details available on the website.
26.0
The intending bidder must have valid Class-III digital signature to submit the bid.
27.0
On opening date, the bidder can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.
28.0 List of Documents to be scanned and uploaded within the period of bid submission:1.
Banker’s Cheque/ Pay Order/ Demand Draft towards cost of Tender Document in accordance
with Clause 7.0 (f) hereinbefore
OR
Document in support of exemption from payment of cost of Tender Document
2.
Banker’s Cheque/ Pay Order/ Demand Draft and Bank Guarantee in format given at
Annexure VIII towards Earnest Money Deposit (EMD) in accordance with Clause 9
hereinbefore
OR
Document in support of exemption from payment of EMD
Authority to Sign (if required as per Clause 11.0 hereinbefore) in the format given at
Annexure III / Annexure IV as applicable.
3.
20
Signature of the tenderer
under seal of the firm
4.
5.
Documents in support of meeting the criterion of Annual Financial Turnover in accordance
with Para 1 of Annexure I.
Certificates in support of meeting the criterion of Similar Work Experience in accordance
with Para 2(a) of Annexure I.
6.
Details of Similar works completed in the format given at Performa 1 in Annexure I.
7.
Certificates in support of meeting the criterion of Construction Experience in key activities /
specified components in accordance with Para 2(b) of Annexure I.
8.
Solvency Certificate in accordance with Para 3(i) of Annexure I.
9.
Documents (Audited Balance Sheets, Profit & Loss Statements and Auditor’s Reports) in
support of meeting the Profitability criterion in accordance with Para 4 of Annexure I.
10.
Documents in support of meeting the criterion of Net Worth in accordance with Para 5 of
Annexure I.
11.
Declaration by the Bidder in the format given in Performa 3 of Annexure I.
12.
Integrity Pact as per Annexure VI including Annexure A thereof.
13.
RTGS/NEFT details as per Annexure- VII
14.
Annexure IX duly filled in.
15.
Self-attested copy of a certificate, confirming that the applicant is working contractor or has
executed any work within the last five years reckoned from the date of opening of tender,
issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central / State
Government Undertaking, Municipal Body of Central / State Government or Public Limited
Company listed in Stock Exchange in India & Abroad.
16.
Self-Attested Copy of Partnership Deed/ Memorandum and Articles of Association of the
firm.
17.
Self-Attested copy of Corrigendum(s), if any.
18.
Any other document if specified in the correction slips to the Tender Document.
19.
Self-certified copy of the Joint Venture Agreement/Memorandum of Understanding as per
Annexure II & Annexure IV (where Joint Venture is allowed)
20.
Power of Attorney in favour of Lead Member as the Lead Member of JV executed by the
authorized representatives of all the members of JV (where Joint Venture is allowed).
21.
Self-attested copy of a certificate, confirming that the Partners including Lead Partner duly
signed by the Authorized representative of each Partner/Member of Joint Venture is a
21
Signature of the tenderer
under seal of the firm
working contractor or has executed any work within the last five years reckoned from the
date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or
any other Central/State Government Undertaking, Municipal Body, Autonomous Body of
Central or State Government or Public Limited Company listed on NSE/BSE (where Joint
Venture is allowed).
Note: - Any clarification / deficient document(s) sought by RITES Ltd. as per Clause 12.4 & Clause
12.6 (c) shall be submitted by the bidder.
29.0
List of Documents to be submitted physically by Lowest (L1) Bidder within a week of
the opening of Financial Bid:-
1.
2.
3.
4.
30.0
Self-attested copy of PAN/TAN issued by income Tax Department
Self-attested copy of registration under Labour Laws like PF, ESI etc.
Self-attested copy of ISO 9000 Certificate. (if any)
Self-attested copies of all the documents specified in Clause 28.0 above.
RITES Ltd. may approach any Bank, Individual, Employer, Firm or Corporation, whether
mentioned in the documents submitted by bidders or not, to verify the credentials and
general reputation of the bidder and where JV is allowed the credentials and general
reputation of lead member & each Member of Joint Venture.
22
Signature of the tenderer
under seal of the firm
ANNEXURE – I
QUALIFYING CRITERIA FOR WORKS CONTRACTS
1.
Annual Financial Turnover
The bidder should have achieved a minimum annual financial turnover of Rs
99633838.00 in any one of the last 3 Financial Years.
Notes:
-
The financial turnover will be taken as given under the head “Income” in audited Profit
and Loss Account and excluding non-recurring income, income from other sources and
stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the
Income side of Profit and Loss Account. It does not mean Profit.
-
Closing stocks in whatsoever manner should not form part of turnover.
-
Weightage of 7% (compounded annually) shall be given for equating the financial
turnover of the previous years to the current year.
-
For considering the Financial Years, for example for a work for which the Tender is being
opened in Financial Year 2014-15, the last three Financial Years will be 2013-14, 2012-13
and 2011-12. For a Tender opened on (say) 05.09.14 (F.Y. 2014-15), with weightage of
7% compounded annually, the weightages to be applied on the Turnover of the previous
three Financial Years will be : F.Y. 2013-14 = 1.070; F.Y. 2012-13 = 1.145; F.Y. 201112 = 1.225.
-
The Bidder should furnish Annual Financial Turnover for each of the last 3 Financial
Years in tabular form and give reference of the document (with page no.) relied upon in
support of meeting the Qualification Criterion.
-
The Bidder should submit self attested copy of Auditor’s Report along with Balance Sheet
and Profit and Loss Statement along with Schedules for the relevant Financial Year in
which the minimum criterion is met. Provisional audit reports or certified statements will
not be accepted.
-
If the Audited Balance Sheet for the immediately preceding year is not available in case of
tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and
other financial statements of the three Financial Years immediately preceding the previous
Financial Year may be adopted for evaluating the credentials of the Bidder.
-
In case JV is permitted the following provisions will apply:-NOT APPLICABLE
Large Works
For each Partner, the highest Annual Turnover in any of the last three Financial Years
will be considered and the weighted figure for the current Financial Year will be worked
23
Signature of the tenderer
under seal of the firm
out as described in Para 1 (Note 3). This should not be less than the figure arrived at by
multiplying the minimum Annual Turnover stipulated for the Bidder in Qualification
Criterion multiplied by the percentage of Financial participation by that partner in the JV.
Each partner should satisfy this requirement and thus automatically JV will satisfy the
criterion of minimum Annual Turnover.
Normal Works
The Partner-in-charge/Lead Member shall singly meet this criterion.
2.
WORK EXPERIENCE
a) Similar Works Experience
(i)
For works in normal areas (other than difficult areas)
The Bidder should have satisfactorily completed in his own name or proportionate
share as a member of a Joint Venture,
at least one similar work of minimum value of
OR
at least two similar works each of minimum value of
during the last 5 (five) financial years prior to the last stipulated date for submission
of the Bid. Works completed prior to the cutoff date shall not be considered. Or
(ii)
For works in difficult areas (Refer Clause 2.3)
The Bidder should have satisfactorily completed in his own name or proportionate
share as a member of a Joint Venture, at least one similar work of minimum value of
Rs. --- OR at least two similar works each of minimum value of Rs----during the
last 5 (five) years prior to the last stipulated date for submission of the Bid. Works
completed prior to the cut off date shall not be considered.
(Strike out (i) or (ii) as not applicable).
Similar Works:a)
In case of railway works involving one or more components like Earthwork, Bridges,
Track Linking, Track Laying, OHE, Signaling etc. the Qualifying Criterion relating
to work Experience shall be as under
(i)
:
For works in normal areas (other than difficult areas)
The Bidder should have satisfactorily completed in his own name or
proportionate share as a member of a Joint Venture, at least one similar
work of minimum value of Rs 32380997.00
OR
24
Signature of the tenderer
under seal of the firm
at least two similar works each of
minimum value of Rs 19926768.00 during the last 5 (five) years prior to
the last stipulated date for submission of the Bid. Works completed prior to
the cut off-date shall not be considered.
Or
For works in difficult areas (Refer Clause 2.3)
(ii)
The Bidder should have satisfactorily completed in his own name or
proportionate share as a member of a Joint Venture, at least one similar
work of minimum value of Rs
OR at least two similar works each ofminimum value of Rs. _ during the
last 5 (five) years prior to the last stipulated date for submission of the
Bid. Works completed prior to the cut-off date shall not be considered.
(Strike out (i) or (ii) as not applicable).
Similar Works:Similar Works shall means work involving construction of 25 KV overhead equipments
(Electrification of Railway Tracks or transmission / distribution line work of voltage
equal to or more than 25 KV work with or without supply of OHE materials carried out
in India
Notes :
(Strike out a) or aa) as applicable)
A weightage of 7% (compounded annually from the date of completion of the work to the
submission of the Bid) shall be given for equating the value of works of the previous
years to the current year.
-
Only such works shall be considered where physical completion of entire work is over or
commissioning of work has been done, whichever is earlier.
-
The Bidder should submit the details of such similar completed works as per the format at
Proforma-1 enclosed.
-
Works carried out by another Contractor on behalf of the Bidder on a back to back basis
will not be considered for satisfaction of the Qualification Criterion by the Bidder.
-
Credential Certificates issued by Govt. Organizations / Semi Govt. Organizations of Central
or State Government; or by Public Sector Undertakings/ Autonomous bodies of Central or
State Governments; or by Public Ltd. Companies listed in Stock Exchange in India or
Abroad of by Subsidiaries of Public Sector Undertakings/ Public Limited Companies listed
in Stock Exchange in India or Abroad shall only be accepted for assessing the eligibility of
a Tenderer. In case, the credential certificate is issued by a Subsidiary of Public Sector
Undertakings/ Public Limited Companies listed in Stock Exchange in India or Abroad, the
same shall be accompanied by a certificate by a Key Managerial Personnel of such
25
Signature of the tenderer
under seal of the firm
-
company to the effect that the subsidiary concerned is a Subsidiary of the Public Sector
Undertakings/ Public Limited Company listed in Stock Exchange in India or Abroad.
The cutoff date shall be calculated backwards from the last stipulated date for
submission/ opening of Tender i.e. for a Tender which is being opened on 06.08.2014, the
cut off date shall be 07.08.09.
-
In case JV is permitted the following provisions will apply: NOT APPLICABLE
Large Works
All the partners shall jointly meet this criterion.
Normal Works
The Partner-in-charge/Lead Member shall singly meet this criterion.
b)
Construction Experience in key activities/specified components
To qualify for award of the contract, each Bidder in his own name or as a member of a Joint
Venture should have, in the last five Years prior to the last stipulated date for submission of
the Bid, executed the following key activities in any one work* / more than one work* N.A
(* Strike out whichever is not applicable).
………………………………………………………………………………………………
………………………………………………………………………………………………
(Ideally only very few and that too, specialized components of the work may be specified
at the discretion of tender approving authority).
Notes:
-
-
-
-
The work satisfying the criterion for a particular key activity may be different
from a work satisfying the criterion for another key activity.
The Bidder should furnish with his Bid a tabular statement giving contract-wise
quantities of key activities / specialised components executed in the last 5 years
which meet the Qualification Criterion along with documentary proof in support
thereof (indicating page nos.).
Even if a work has not been completed but if the specified quantity of the key
activity has been completed, the same shall be taken into consideration for the
purpose of this criterion.
Any work executed by the Bidder as a member of a Joint Venture will be accepted
provided there is documentary proof in support of the same either in the MOU/
Agreement of the JV or in a declaration by the other Members of that JV or the
Client confirming that the specialized work was actually executed by the Bidder.
In case JV is permitted the following provisions will apply:-NOT APPLICABLE
Large Works
All the partners shall jointly meet this criterion.
26
Signature of the tenderer
under seal of the firm
Normal Works
Same as for large works.
3.
SOLVENCY CERTIFICATE AND SERVICING OF LOAN / CREDIT LIMIT
(i)
A Solvency Certificate of minimum solvency of Rs 19926768.00 (suggested
format at Proforma 2) from a Scheduled Commercial Bank issued not earlier than
6 months from the last date for submission of tender is required to be
submitted by the bidder.
Notes:
-
The certificate so produced by the Bidder may be got verified from the issuing
Bank.
In case JV is permitted the following provisions will apply: NOT APPLICABLE
Large Works
For each Partner, the figure in the Solvency Certificate issued as above in favour
of that Partner, should be not less than the minimum Solvency figure stipulated
for the Bidder in the Qualification Criterion multiplied by percentage of Financial
participation by that Partner in the JV.
Normal Works
The Partner-in-charge/Lead Member shall singly meet this criterion.
(ii)
The bidder should furnish a declaration that he has not failed to service the
principal amount or interest or both of a loan amount / credit limit from any Bank
or Financial Institution during a period of one year prior to the deadline for
submission of bids.
Notes:
In case a bidder has defaulted in servicing his loan / credit limit during past one
year, he shall be disqualified.
The declaration may be included in the Declaration to be submitted in Performa 3
to this Annexure.
-
In case JV is permitted the following provisions will apply: NOT APPLICABLE
Large Works
Each partner shall sign the declaration.
Normal Works
27
Signature of the tenderer
under seal of the firm
The Partner-in-charge / Lead Member shall sign the declaration.
4.
PROFITABILITY
The Bidder should be a profit (net) making firm and should have made profit during any
two of the past 3 Financial Years immediately preceding the deadline for submission of
bids. If the audited Balance Sheet for the immediately preceding year is not available in
case of tenders opened before 30th September, Audited Balance Sheets of the three
financial Years immediately preceding the previous Financial Year shall be considered.
The Bidder should furnish figures of net profit of last 3 years in a tabular form and submit
attested copies of Auditor’s Reports along with audited Balance Sheets and Profit and
Loss Statements for the last three Financial Years. Specific reference with page no. of
document which proves satisfaction of this Qualifying Criterion should be indicated in the
tabular statement.
Notes:
-
In case JV is permitted, the following provisions will apply: NOT APPLICABLE
Large Works
All the partners shall meet individually this criterion.
Normal Works
The Partner-in-charge/Lead Member shall singly meet this criterion.
5.
NET WORTH
The Bidder should have positive Net Worth of at least 15% of the estimated cost.
Notes:
- Net Worth shall be computed from the bidder’s audited balance sheet of the last
financial year ending on a date not prior to 18 months from the due date of submission
of the tender (or, if the date is extended, such extended date of submission).
-
In case JV is permitted, the following provisions will apply: NOT APPLICABLE
Large Works
All the partners shall jointly meet this criterion.
Normal Works
The Partner-in-charge/Lead Member shall singly meet this criterion
6.
POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE
OF BOTH LARGE AND NORMAL WORKS
28
Signature of the tenderer
under seal of the firm
a)
Sub-Contractor’s Experiences and Resources
Sub-Contractors’ Experiences and Resources will not be taken into account in
determining the Bidder’s compliance with the qualifying criteria.
b)
7.
Experiences and Resources of the Parent Company and other subsidiary
companies
If the Bidder is a wholly owned subsidiary of a company, the experience and
resources of the owner/parent company or its other subsidiaries will not be taken
into account. However, if the Bidder is a Company, the Experience and Resources
of its subsidiaries will be taken into consideration.
DISQUALIFICATION ON CERTAIN GROUNDS
Even though the Bidders may meet the above qualifying criteria, they are subject to be
disqualified if they have
a) Concealed any information/document which may result in the Bidder’s disqualification
or if any statement/information/document furnished by the Bidder or issued by a
Bank/Agency/third party and submitted by the Bidder, is subsequently found to be false
or fraudulent or repudiated by the said Bank/Agency/Third Party. In such a case,
besides Bidder’s liability to action under para 9.4 of Instructions to Tenderers, the
Bidder is liable to face the penalty of banning of business dealings with him by RITES.
b) Records of any contract awarded to them, having been determined during the past three
years prior to the dead line for submission of bids.
c) Their business banned or suspended by any Central/State Government Department/
Public Undertaking or Enterprise of Central/State Government and such ban is in force.
d) Not submitted all the supporting documents or not furnished the relevant details as per
the prescribed format.
A declaration to the above effect in the form of affidavit on stamp paper of Rs10/duly attested by Notary/Magistrate should be submitted as per format given in
Proforma 3 enclosed.
29
Signature of the tenderer
under seal of the firm
Proforma-1
LIST OF SIMILAR WORKS SATISFYING QUALIFICATION
CRITERION COMPLETED DURING THE LAST 5 YEARS
S. Client's Name of Scope of Agreement
No. Name the Work & work
/ Letter of
and
Location
carried Award No.
Address
out by
and date
the
Bidder
Contract Value
Awarded Actual on
completion
Date of start Date of Completion Reasons for
Ref. of
delay in
document
completion (with page
if any
no.) in support
of meeting
Qualification
Criterion
As per
Actual
LOA/
Agreement
SEAL AND SIGNATURE OF THE
BIDDER
Note :
1.
In support of having completed above works, attach self attested copies of the
completion certificate from the owner/client or Executing Agency / Consultant
appointed by owner / Client indicating the name of work, the description of
work done by the Bidder, date of start, date of completion (contractual &
actual) and contract value as awarded and as executed by the Bidder .
“Contract Value” shall mean gross value of the completed work including cost
of materials supplied by the owner/client but excluding those supplied free of
cost.
2.
Credential Ccertificates issued by Govt. Organizations/Semi Govt. Organizations of
Central or State Government; or by Public Sector Undertakings/ Autonomous bodies
of Central or State Governments; or by Public Ltd. Companies listed in Stock
Exchange in India or Abroad of by Subsidiaries of Public Sector Undertakings/
30
Signature of the tenderer
under seal of the firm
Public Limited Companies listed in Stock Exchange in India or Abroad shall only be
accepted for assessing the eligibility of a Tenderer. In case, the credential certificate
is issued by a Subsidiary of Public Sector Undertakings/ Public Limited Companies
listed in Stock Exchange in India or Abroad, the same shall be accompanied by a
certificate by a Key Managerial Personnel of such company to the effect that the
subsidiary concerned is a Subsidiary of the Public Sector Undertakings/ Public
Limited Company listed in Stock Exchange in India or Abroad.
3.
Information must be furnished for works carried out by the Bidder in his own
name or proportionate share as member of a Joint Venture. In the latter case
details of contract value including extent of financial participation by partners in
that work should be furnished.
4.
If a Bidder has got a work executed through a Subcontractor on a back to back
basis, the Bidder cannot include such a work for his satisfying the Qualification
Criterion even if the Client has issued a Completion Certificate in favour of that
Bidder.
5.
Use a separate sheet for each partner in case of a Joint Venture.
6.
Only similar works completed during the last 5 years prior to the last stipulated
date for submission of Bid, which meet the Qualification Criterion need be
included in this list.
7.
Only those works mentioned in Annexure IX shall be given in this Performa.
31
Signature of the tenderer
under seal of the firm
Proforma 2
SOLVENCY CERTIFICATE
SCHEDULED BANK
FROM
A
NATIONALISED
OR
A
This is to certify that to the best of our knowledge and information, M/s
,
having their registered office at
, a customer of our Bank, is a reputed company
with a good financial standing and can be treated as solvent to the extent of Rs.
. This
certificate is issued without any guarantee or risk and responsibility on the Bank or any of its
officers.
Signature with date Senior
Bank Manager (Name of Officer issuing the
Certificate)
Name, address & Seal of the Bank/ Branch
Note:
Banker’s Certificate should be on letter head of the Bank.
32
Signature of the tenderer
under seal of the firm
Proforma 3
DECLARATION BY THE BIDDER
(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate) This
is to certify that We, M/s.
confirm that:-
, in submission of this offer
i)
We have visited the site of work and seen the working conditions, approach road / path,
availability of water, electricity, construction labour, construction materials and other
relevant requirements connected with the work.
ii)
We have neither concealed any information/document which may result in our
disqualification nor made any misleading or false representation in the forms, statements
and attachments in proof of the qualification requirements;
iii)
During the past three years prior to the deadline for submission of bids, no contract
awarded to us has been determined.
iv)
No Central / State Government Department/ Public Sector Undertaking or Enterprise of
Central / State Government has banned/suspended business dealings with us as on date.
v)
We have submitted all the supporting documents and furnished the relevant details as per
prescribed format and we agree to submit, without delay additional information /
documents which may be demanded by RITES Ltd.
vi)
List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not
include any work which has been carried out by us through a Subcontractor on a back to
back basis.
vii)
The information and documents submitted with the Tender and those to be submitted
subsequently by way of clarifications are correct and we are fully responsible for the
correctness of the information and documents submitted by us.
viii)
We have not failed to service the principal amount or interest or both of a loan account /
credit limit from any Bank or Financial Institution during a period of one year prior to the
deadline for submission of bids.
ix)
*The original instruments of EMD and Cost of Tender Document, in physical form shall
be deposited by us with RITES Ltd. within a week from the date of opening of Technical
Bid failing which RITES Ltd. may reject the bid and also take action to debar us from
participating in Tenders invited by RITES Ltd. for a period of two years.
OR
33
Signature of the tenderer
under seal of the firm
*We are exempted from payment of cost of Tender Document and EMD and the certified copies of
original documents in support of such exemption shall be deposited by us with
RITES Ltd. within a week from the date of opening of Technical Bids and original
documents produced on demand, failing which RITES Ltd. may reject the bid and also take
action to debar us from participating in Tenders invited by RITES Ltd. for a period of two years.
(* Delete whichever is not applicable)
x)
We understand that in case any statement/information/document furnished by us or to be
furnished by us in connection with this offer, is found to be misleading or false, our EMD
in full will be forfeited and business dealings will be banned.
SEAL, SIGNATURE & NAME OF THE BIDDER
signing this document
34
Signature of the tenderer
under seal of the firm
Proforma- 4
SITE FAMILIARIZATION CERTIFICATE
Certificate that I/we have visited the site of the work tendered and get acquainted with the site
conditions regarding availability of materials, lead of materials, access roads etc before submission of
this tender.
SEAL AND SIGNATURE & NAME OF THE BIDDER
Signing this document
35
Signature of the tenderer
under seal of the firm
ANNEXURE II
DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY
MEMBERS OF THE CONSORTIUM / JOINT VENTURE
(On each firm’s Letter Head)
NOT APPLICABLE
From
To
RITES Ltd
Dear Sir,
Re: RITES Tender Notice No.
dated
for
(Name of Work)
We wish to conform that our company / firm (delete as appropriate) has formed a Consortium
with
(insert names of all other members of the group) for purposes associated with your
Tender No.
(Members who are not the Lead Member of the Consortium should add the following paragraph)
*
* The Consortium is led by
(insert name of the Lead Member) whom we hereby
authorize to act as leader on our behalf for the purposes of submission of Bid for
(name of
work) and to incur liabilities and receive instructions for and on behalf of any and all the partners
of the Joint Venture/Members of the Consortium. For this purpose we have executed a Power of
Attorney in favour of
(name of the Lead Member)
(Member who is the Lead Member of the Consortium should add the following paragraph)**
** In this Consortium we act as Lead Member and for the purposes of bidding for the work,
represent the Consortium.
Till the award of work, the Lead Partner shall furnish Bid bond and all other bonds/guarantees to
the Employer on behalf of the Joint Venture, which shall be legally binding on all the partners of
the Joint Venture.
In the event of our Consortium being awarded the contract we agree to be jointly with
(insert names of all other members of the Consortium) and severally liable to RITES, its
successors and assigns for all obligations, liabilities, duties and responsibilities arising from or
imposed by the contract subsequently entered into between RITES and our Consortium.
36
Signature of the tenderer
under seal of the firm
The precise responsibility of the Lead Member and other Members of the Consortium in respect
of planning, design, construction equipment, key personnel, work execution and financing of the
Work including Percentage of financial participation by each Member will be as indicated in the
Annexure. These shall not be varied/ modified subsequently without your prior approval.
We further agree that entire execution of the contract shall be carried out exclusively through the
Lead Member.
In case our Bid is successful, the Joint Venture Agreement incorporating the above provisions
will be executed within 15 days of receipt of Letter of Acceptance from you and shall be
registered at the place where the Agreement will be signed, so as to be legally valid and binding
on all Members of the Consortium.
We agree that the Joint Venture Agreement shall be valid during the entire currency of the
Contract including the period of extension if any, and the maintenance period after the work is
completed.
We further confirm that we shall open a Bank Account in the name of JV and all payments due to
the JV shall be made by you by crediting to that Account. To facilitate statutory deductions such
as towards Income Tax and VAT made from the amounts due to us against our bills, being
credited to the concerned Government departments, we shall obtain PAN/TIN number etc. as
required and advise you the details before claiming our first on-account bill.
We affirm that the Integrity Pact with the Employer in the format at Annexure VI (if applicable)
shall be signed by the Lead Member duly witnessed, on behalf of the Joint Venture/Consortium.
All Members including the Lead Member shall comply with the provision in the Integrity Pact
and any violation of the Integrity Pact by any Member shall be construed as violation by the Joint
Venture/Consortium.
Encl: Annexure. Yours
faithfully,
Signature
(Name of Signatory)
(Capacity of signatory)_
Seal
Witness 1
Name
Address
Occupation
Witness 2
Name
Address
Occupation
Note :
1.To be executed by each Member of the Consortium individually.
37
Signature of the tenderer
under seal of the firm
ANNEXURE III
FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY
POWER OF ATTORNEY
(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant
Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of
Attorney).
We, M/s.
(name of the firm/company with address of the registered office) hereby
constitute, appoint and authorise Mr./Ms. (Name and residential address) who is presently
employed with us and holding the position of and whose signature is given below as our Attorney to
do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid
for the work of Design, Drawing, Supply, Erection, Testing & Commissioning of 25 KV,50 Hz,1 Phase
OHE & SSP for Construction of New Railway Siding for Introduction of Rapid Loading Arrangements
at Junadih Loading Complex of SECL at Gevra Road Station of South East Central Railway, Dist.Korba, Chhattisgarh
including signing and submission of application / proposal, participating in the meetings, responding
to queries, submission of information / documents and generally to represent us in all the dealings
with RITES or any other Government Agency or any person, in connection with the works until
culmination of the process of bidding, till the Contract Agreement is entered into with RITES and
thereafter till the expiry of the Contract Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall
always be deemed to have been done by us.
(Add in the case of a Consortium/Joint Venture)
Our firm is a Member/Lead Member of the Consortium of
.
Dated this the
day of
,
20
(Signature and name of authorized signatory being given Power of Attorney)
and
38
Signature of the tenderer
under seal of the firm
(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for
the Company)
(* Strike out whichever is not applicable)
Seal of firm/ Company
Witness 1:
Name:
Address:
Occupation:
Notes:
Witness 2:
Name:
Address:
Occupation:
-
In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory
has to be the one employed by the Lead Member.
-
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
39
Signature of the tenderer
under seal of the firm
ANNEXURE IV
FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM /
JOINT VENTURE
NOT APPLICABLE
(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant
Stamp Act. The stamp paper to be in the name of the company who is issuing the Power of
Attorney)
Whereas
RITES Ltd. has invited bids for
as an Agent /Power of Attorney Holder.
(Name of work) for and on behalf of
Whereas, the Members of the Consortium comprising of M/s._
, M/s.
,
M/s.
and M/s.
(the respective names and addresses of the registered offices to be
given) are interested in bidding for the work and implementing the same in accordance with the
terms and conditions contained in the bid documents.
Whereas, it is necessary for the members of the Consortium to designate one of them as the Lead
Member with all necessary power and authority to do, for and on behalf of the Consortium, all
acts, deeds and things as may be necessary in connection with the Consortium’s bid for the work.
NOW THIS POWER OF ATTORNEY WITNESSETH THAT
We, M/s.
, M/s
and M/s
hereby designate M/s.
being one
of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the
Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s bid
for the work, including submission of application proposal, participating in meetings, responding
to queries, submission of information/documents and generally to represent the Consortium in all
its dealings with RITES or any other Government Agency or any person, in connection with the
work until culmination of the process of bidding till the contract agreement is entered into with
RITES and thereafter till the expiry of the contract agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall
and shall always be deemed to have been done by us/Consortium.
Dated this the
day of
20
(Signature and Name in Block letters of *All the Partners of the firm / * Authorised Signatory for
the Company)
(* Strike out whichever is not applicable)
Seal of firm / Company
40
Signature of the tenderer
under seal of the firm
Witness 1
Name:
Address:
Occupation:
Witness 2
Name:
Address:
Occupation:
Notes:
-
To be executed by all the members individually, in case of a Consortium.
-
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any laid down by the applicable law and the charter documents of the
executants (s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
41
Signature of the tenderer
under seal of the firm
ANNEXURE V
FORM OF AGREEMENT
(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
Agreement No.
_ dated
THIS AGREEMENT is made on
day of
Two thousand
between
RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act,
1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its
Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing
through
, RITES LIMITED acting for and on behalf of and as an Agent /Power of
Attorney Holder of “South Eastern Coal Fields Ltd. (SECL, Bilaspur)” hereinafter called the
Employer (which expression shall, wherever the context so demands or requires, include their
successors in office and assigns) on one part and M/s. hereinafter called the Contractor
(which expression shall wherever the context so demands or requires, include his/ their
successors and assigns) of the other part.
WHEREAS the Employer is desirous that certain works should be executed viz.
(brief description of the work) and has by Letter of Acceptance dated _
accepted a tender
submitted by the Contractor for the execution, completion, remedying of any defects therein and
maintenance of such works at a total Contract Price ofRsRs.
only)
(Rupees
NOW THIS AGREEMENT WITNESSETH as follows:1.
In this Agreement words and expressions shall have the same meaning as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2.
The following documents in conjunction with addenda/ corrigenda to Tender Documents
shall be deemed to form and be read and construed as part of this agreement viz.
The Letter of Acceptance dated
.
Priced Schedule (Bill) of Quantities
Notice Inviting Tender and Instructions to Tenderers.
RITES Tender and Contract Form [DELETED]
Special Conditions
Schedules A to F.
Technical Specifications
Drawings
Amendments to Tender Documents (List enclosed)
General Conditions of Contract (read with Correction Slip Nos. 1 to 6, 8) comprising of
(i)
Conditions of Contract
(ii)
Clauses of Contract
42
Signature of the tenderer
under seal of the firm
(iii)
(iv)
3.
4.
RITES Safety Code
RITES - Model Rules for the protection of Health and Sanitary
arrangements for Workers
(v)
RITES – Contractor's Labour Regulations.
In consideration of the payment to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to execute,
complete, remedy defects therein and maintain the works in conformity in all respects
with the provisions of the Contract.
The Employer hereby covenants to pay to the Contractor in consideration of the
execution, completion, remedying of any defects therein and maintenance of the works,
the contract price or such other sum as may become payable under the provisions of the
contract at the time and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto
affixed (or have herewith set their respective hands and seals) the day and year first above
written.
SIGNED, SEALED AND DELIVERED BY
In the capacity of
Representing RITES Ltd in the capacity
of Agent / Power of Attorney Holder
For and on behalf of ___________
On behalf of M/s. ---------------(The Contractor) In the presence of
Witnesses
(Signature, Name & Designation)
The Employer ) In the presence of
Witnesses
(Signature, Name & Designation)
1.
2.
1.
2.
43
Signature of the tenderer
under seal of the firm
ANNEXURE VI
INTEGRITY PACT
Between
RITES LTD. acting for and on behalf of and as an Agent / Power of Attorney Holder of
hereinafter called the “Employer” AND
hereinafter referred to as "The
Bidder/Contractor"
Preamble
The Employer intends to award, under laid down organizational procedures, contract/s for
Design, Drawing, Supply, Erection, Testing & Commissioning of 25 KV OHE & SSP for
construction of new Railway Siding for introduction of Rapid Loading arrangements at
Junadih loading complex of SECL at Gevra Road station of South East Central Railway
,Dist- Korba, Chattisgarh.
The Employer values full compliance with all relevant laws and regulations, and economic use of
resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s.
In order to achieve these goals, the Employer will appoint an Independent External Monitor
(IEM) who will monitor the Tender process and execution of the contract for compliance with the
principles mentioned above.
Section 1 – Commitments of the Employer
(1)
(2)
The Employer commits himself to take all measures necessary to prevent corruption and
to observe the following principles:1.
No employee of the Employer, personally or through family members, will in
connection with the tender or for the execution of the contract, demand, take a
promise for or accept, for self or third person, any material or immaterial benefit
which the person is not legally entitled to.
2.
The Employer will, during the tender process, treat all Bidders with equity and
reason. The Employer will in particular, before and during the tender process,
provide to all Bidders the same information and will not provide to any Bidder
confidential/additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.
3.
The Employer will exclude from the process all known prejudiced persons.
If the Employer obtains information on the conduct of any of his employees which is a
criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act,
or if there be a substantive suspicion in this regard, the Employer will inform its Chief
Vigilance Officer and in addition can initiate disciplinary action.
44
Signature of the tenderer
under seal of the firm
Section 2 – Commitments of the Bidder/Contractor
(1)
(2)
The Bidder/Contractor commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
1.
The Bidder/Contractor will not directly or through any other person or firm, offer,
promise or give to any of the Employer’s employees involved in the tender process
or the execution of the contract or to any third person any material or other benefit
which he is not legally entitled to, in order to obtain in exchange any advantage of
any kind whatsoever during the tender process or during the execution of the
contract.
2.
The Bidder/Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in
particular to prices, specifications, certifications, subsidiary contracts, submission
or non-submission of bids or any other actions, to restrict competitiveness or to
introduce cartelization in the bidding process.
3.
The Bidder/Contractor will not commit any offence under the relevant IPC/PC
Act; further the Bidder/ Contractor will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document
provided by the Employer as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically.
4.
The Bidder/Contractor will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers or
any other intermediaries in connection with the award of the contract.
The Bidder/ Contractor will not instigate third persons to commit offences outlined above or
be an accessory to such offences.
Section 3-Disqualification from tender process and exclusion from future contracts
If the Bidder/Contractor, before award or during execution has committed a transgression through
a violation of Section 2 above, or in any other form such as to put his reliability or credibility in
question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or
take action as per the procedure mentioned in the "Guideline on banning of business dealing"
annexed and marked as Annexure "A".
Section 4- Compensation for Damages
(1)
If the Employer has disqualified in terms of the provisions in Section 3, the
Bidder/Contractor from the tender process prior to the award of contract, the Employer is
entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid
Security.
45
Signature of the tenderer
under seal of the firm
(2)
If the Employer has terminated the contract during execution in terms of the provisions
under Section 3, the Employer shall be entitled to demand and recover from the
Contractor the damages equivalent to Earnest Money Deposit, Security Deposits already
recovered and Performance Guarantee, which shall be absolutely at the disposal of the
Employer.
Section -5 Previous transgression
(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years
with any other Company in any country conforming to the Anti-Corruption approach or
with any other Public Sector Enterprise in India that could justify his exclusion from the
tender process.
(2)
If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified
from the tender process or action can be taken as per the procedure mentioned in
"Guideline on banning of business dealing".
Section -6 Equal treatment of all Bidders/Contractors/Sub-Contractors
(1)
The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if
permitted under the conditions/ clauses of the contract) a commitment to act in conformity
with this Integrity Pact and to submit it to the Employer before signing the contract.
(2)
The Bidder/ Contractor confirms that any violation by any of his partners/sub-contractors
to act in conformity with the provisions of this Integrity Pact can be construed as a
violation by the Bidder/Contractor himself, leading to possible Termination of Contract in
terms of Section 4.
(3)
The Employer will disqualify from the tender process all bidders who do not sign this Pact
or violate its provisions.
Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors
If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/SubContractor, or of an employee or a representative or an associate of a Bidder, Contractor
or Sub- Contractor, which constitutes corruption, or if the Employer has substantive
suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.
Section -8 Independent External Monitor/Monitors
(1)
(2)
(3)
The Employer shall appoint competent and credible Independent External Monitor for this
Pact. The task of the Monitor is to review independently and objectively, whether and to
what extent the parties comply with the obligations under this agreement.
The Monitor is not subject to instructions by the representatives of the parties and will
perform his functions neutrally and independently. He will report to the MD/RITES Ltd.
The Bidder/Contractor accepts that the Monitor has the right of access without restriction
to all Project documentation of the Employer including that provided by the Contractor.
46
Signature of the tenderer
under seal of the firm
The Contractor will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same is
applicable to Partners/Sub-Contractors. The Monitor is under contractual obligation to
treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor
with confidentiality.
(4)
The Employer will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact on
the contractual relations between the Employer and the Contractor. The parties offer to
the Monitor the option to participate in such meetings.
(5)
As soon as the Monitor notices or has reason to believe that violation of the agreement
by the Employer or the Bidder/ Contractor, has taken place, he will request the Party
concerned to discontinue or take corrective action , or to take any other relevant action.
The Monitor can in this regard submit non-binding recommendations. Beyond this, the
Monitor has no right to demand from the parties that they act in a specific manner or
refrain from action or tolerate action.
(6)
The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeks from
the date of reference or intimation to him by the Employer and should the occasion arise,
submit proposal for correcting problematic situations.
(7)
If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of an
offence under relevant IPC/PC Act, and the MD/RITES Ltd. has not, within reasonable
time, taken visible action to proceed against such offender or reported it to the Chief
Vigilance Officer, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner.
(8)
The word Monitor would include both singular and plural.
Section – 9 Pact Duration
This pact begins when both parties have legally signed it. It expires for the Contractor
when his Security Deposit is released on completion of the Maintenance Period and for all
other Tenderers six months after the Contract has been awarded.
If any claim is made/lodged during this time the same shall be binding and continue to be
valid despite the lapse of this pact specified above, unless it is discharged/determined by
MD/RITES Ltd.
Section 10 Other Provisions
(1)
This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as
stated in the Contract Agreement.
(2)
(3)
Changes and supplements as well as termination notices need to be made in writing.
If the Contractor is a partnership or a consortium, this agreement must be signed by the
47
Signature of the tenderer
under seal of the firm
Partner in charge/ Lead Member nominated as being incharge and who holds the Power of
Attorney signed by legally authorized signatories of all the partners/Members. The
Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to
the effect that all Members of the Consortium will comply with the provisions in the
Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any
violation of Section 2 above by any of the Partners/Members will be construed as a
violation by the consortium leading to possible Termination of Contract in terms of
Section 3
(4)
Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement
to their original intentions.
RITES Ltd.
Agent / Power of Attorney Holder
(For & on behalf of the Employer)
(For the Bidder/Contractor)
(Office Seal)
(Office Seal)
Place:………………………… Date:……………………….
Witness 1:
(Name & Address)
-----------------------------------------------------------------------------------------------------------------
Witness 2
(Name & Address)
---------------------------------------------------------
48
Signature of the tenderer
under seal of the firm
ANNEXURE-A
Guidelines on Banning of Business Dealings
1.
2.
Introduction
1.1
RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12 of
Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the
Constitution. RITES has also to safeguard its commercial interests. It is not in the interest
of RITES to deal with Agencies who commit deception, fraud or other misconduct in the
execution of contracts awarded / orders issued to them. In order to ensure compliance
with the constitutional mandate, it is incumbent on RITES to observe principles of natural
justice before banning the business dealings with any Agency.
1.2
Since banning of business dealings involves civil consequences for an Agency
concerned, it is incumbent that adequate opportunity of hearing is provided and the
explanation, if tendered, is considered before passing any order in this regard keeping in
view the facts and circumstances of the case..
Scope
2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies,
has been laid down in these guidelines.
2.2 It is clarified that these guidelines do not deal with the decision of the Management not
to entertain any particular Agency due to its poor / inadequate performance or for any
other reason.
2.3 The banning shall be with prospective effect, i.e., future business dealings.
3.
Definitions
In these Guidelines, unless the context otherwise requires:
i)
Bidder / Contractor / Supplier' in the context of these guidelines is indicated as
‘Agency’.
ii)
‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:
a)
The Director shall be the ‘Competent Authority’ for the purpose of these
guidelines. CMD, RITES shall be the ‘Appellate Authority’ in respect of
such cases.
b)
CMD, RITES shall have overall power to take suo-moto action on any
information available or received by him and pass such order(s) as he may
think appropriate, including modifying the order(s) passed by any authority
49
Signature of the tenderer
under seal of the firm
iii)
iv)
4.
under these guidelines.
‘Investigating Department’ shall mean any Department, Division or Unit
investigating into the conduct of the Agency and shall include the Vigilance
Department, Central Bureau of Investigation, the State Police or any other
department set up by the Central or State Government having powers to
investigate.
‘Banning Committee’ shall mean a Committee constituted for the purpose of these
guidelines by the competent authority. The members of this Committee shall not,
at any stage, be connected with the tendering process under reference.
Initiation of Banning / Suspension:
Action for banning / suspension business dealings with any Agency should be initiated by
the department/ unit having business dealings with them after noticing the irregularities or
misconduct on their part.
5.
5.1
Suspension of Business Dealings
If the conduct of any Agency dealing with RITES is under investigation by any department, the
Competent Authority may consider whether the allegations under investigation are of a serious
nature and whether pending investigation, it would be advisable to continue business dealing
with the Agency. If the Competent Authority, after consideration of the matter including the
recommendation of the Investigating Department/Unit, if any, decides that it would not be in the
interest to continue business dealings pending investigation, it may suspend business dealings
with the Agency. The order to this effect may indicate a brief of the charges under investigation.
The order of such suspension would operate for a period not more than six months and may be
communicated to the Agency as also to the Investigating Department.
The Investigating Department/Unit may ensure that their investigation is completed and whole
process of final order is over within such period.
5.2
As far as possible, the existing contract(s) with the Agency may be continued unless the
Competent Authority, having regard to the circumstances of the case, decides otherwise.
5.3
If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed
that its conduct is under investigation. It is not necessary to enter into correspondence or
argument with the Agency at this stage.
5.4
It is not necessary to give any show-cause notice or personal hearing to the Agency before
issuing the order of suspension. However, if investigations are not complete in six months time,
the Competent Authority may extend the period of suspension by another three months, during
which period the investigations must be completed .
Grounds on which Banning of Business Dealings can be initiated
6.
6.1
If the security consideration, including questions of loyalty of the Agency to the State, so
warrants;
50
Signature of the tenderer
under seal of the firm
6.2
If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a Court of
Law for offences involving moral turpitude in relation to its business dealings with the
Government or any other public sector enterprises or RITES, during the last five years;
6.3
If there is strong justification for believing that the Directors, Proprietors, Partners, owner of the
Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of
tenders, interpolations, etc;
6.4
If the Agency employs a public servant dismissed / removed or employs a person convicted for an
offence involving corruption or abetment of such offence;
6.5
If business dealings with the Agency have been banned by the Govt. or any other public sector
enterprise;
If the Agency has resorted to Corrupt, fraudulent practices including misrepresentation of facts;
6.6
6.7
If the Agency uses intimidation / threatening or brings undue outside pressure on the Company
(RITES) or its official in acceptance / performances of the job under the contract;
6.8
If the Agency indulges in repeated and / or deliberate use of delay tactics in complying with
contractual stipulations;
6.9
Based on the findings of the investigation report of CBI / Police against the Agency for malafide
/ unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or
even otherwise;
Established litigant nature of the Agency to derive undue benefit;
6.10
6.11
Continued poor performance of the Agency in several contracts; (Note: The examples given
above are only illustrative and not exhaustive. The Competent Authority may decide to ban
business dealing for any good and sufficient reason).
7.
Banning of Business Dealings
7.1
A decision to ban business dealings with any Agency shall apply throughout the Company.
7.2
If the Competent Authority is prima-facie of view that action for banning business dealings with
the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1
and an enquiry held accordingly..
8.
8.1
Show-cause Notice
In case where the Competent Authority decides that action against an Agency is called for, a
show-cause notice has to be issued to the Agency. Statement containing the imputation of
misconduct or misbehaviour may be appended to the show-cause notice and the Agency should
be asked to submit within 30 days a written statement in its defence. If no reply is received, the
decision may be taken ex-parte.
8.2
If the Agency requests for inspection of any relevant document in possession of RITES,
necessary facility for inspection of documents may be provided.
51
Signature of the tenderer
under seal of the firm
8.3
On receipt of the reply of the Agency, or in case no reply is received within the prescribed time,
the Competent Authority shall refer the case along with relevant details to the Banning
Committee, which shall examine the reply of the Agency and other facts and circumstances of
the case and submit its final recommendation to the Competent Authority for banning or
otherwise. A final decision for Company-wide banning shall be taken by the Competent
Authority. The Competent Authority may consider and pass an appropriate speaking order: For
exonerating the Agency; or For banning the business dealing with the Agency.
8.4
The decision should be communicated to the Agency concerned along with a reasoned order. If
it decided to ban business dealings, the period for which the ban would be operative may be
mentioned.
9.
Appeal against the Decision of the Competent Authority
9.1
The Agency may file an appeal against the order of the Competent Authority banning business
dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred
within one month from the date of receipt of the order banning business dealing, etc.
9.2
Appellate Authority would consider the appeal and pass appropriate order which shall be
communicated to the Agency as well as the Competent Authority.
10.
Review of the Decision by the Competent Authority
11.
Any petition / application filed by the Agency concerning the review of the banning order
passed originally by Competent Authority under the existing guidelines either before or after
filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate
Authority, the review petition can be decided by the Competent Authority upon disclosure of
new facts /circumstances or subsequent development necessitating such review..
Circulation of the names of Agencies with whom Business Dealings have been banned.
11.1
11.2
Depending upon the gravity of misconduct established, the Competent Authority of RITES may
circulate the names of Agency with whom business dealings have been banned, to the Ministry
of Railways and PSUs of Railways, for such action as they deem appropriate.
If Ministry of Railways or a Public Sector Undertaking of Railways request for more
information about the Agency with whom business dealings have been banned a copy of the
report of Inquiring Authority together with a copy of the order of the Competent Authority/
Appellate Authority may be supplied
12.
Restoration
12.1
The validity of the banning order shall be for a specific time & on expiry of the same, the banning
order shall be considered as "withdrawn".
12.2
In case any agency applies for restoration of business prior to the expiry of the ban order,
depending upon merits of each case, the Competent Authority which had passed the original
banning orders may consider revocation of order of suspension of business/lifting the ban on
business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those
offices where copies of Ban Orders had been sent
52
Signature of the tenderer
under seal of the firm
ANNEXURE VII
MANDATE FORM
To
RITES Ltd.
Dear Sir,
Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT)
We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest Money, through Electronic Fund
Transfer System (RTGS/NEFT). The details for facilitating the payments are given below:
(TO BE FILLED IN CAPITAL LETTERS)
1
NAME OF THE BENEFICIARY
2
ADDRESS WITH PIN CODE
3
(A) TELEPHONE NO. WITH STD CODE
(B) MOBILE NO.
4
BANK PARRTICULARS
A
BANK NAME
B
BANK TELEPHONE NO. WITH STD CODE
C
BRANCH ADDRESS WITH PIN CODE
D
BANK FAX NO. WITH STD CODE
E
11 CHARACTER IFSC CODE OF THE BANK (EITHER
ENCLOSE A CANCELLED CHEQUE OR OBTAIN
BANK CERTIFICATE AS APPENDED)
F
BANK ACCOUNT NUMBER AS APPEARING IN THE
CHEQUE BOOK
G
BANK ACCOUNT TYPE (TICK ONE)
SAVING
CURRENT
LOAN
CASH
CREDIT
OTHERS
H
IF OTHERS, SPECIFY
5
PERMANENT ACCOUNT NUMBER (PAN)
6
E-MAIL ADDRESS
I / We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit it not
effected at all for reasons of incomplete or incorrect information, I / We would not hold RITES Ltd. responsible. Bank
charges for such transfer will be borne by us.
Date:
SIGNATURE
(AUTHORISED SIGNATORY)
Name
BANK CERTIFICATION
It is certified that the above mentioned beneficiary holds bank account No.
the Bank particulars above are correct.
with our branch and
Date:
SIGNATURE (AUTHORISED SIGNATORY)
Name______________________
OFFIICAL STAMP
53
Signature of the tenderer
under seal of the firm
ANNEXURE VIII
Form of Earnest Money Deposit Bank
Guarantee Bond
BLANK
54
Signature of the tenderer
under seal of the firm
ANNEXURE IX
Pre-Qualification Performa
Name of Work
Tender No.
Name of the Bidder:
Details of Cost of Tender
Document Paid by
Name & Address
Amount
Date of Issue
of Issuing Bank
Instrument
placed at
Banker’s Cheque / Pay
Order / Demand Draft
Details of EMD paid by
(i)Banker’s Cheque/ Pay
Order/ Demand Draft
(ii) Bank Guarantee
Annual Financial Turnover
S.No.
Financial Years
1
2014-15
2
2013-14
3
2012-13
Turn Over
(RsIn Lacs)
55
Documents
Placed at:
Remarks
Signature of the tenderer
under seal of the firm
Profitability
S.No.
Financial Years
Profit with (+)
sign or Loss with
(-) sign
Documents
Placed at:
Remarks
(Rs In Lacs)
1
2014-15
2
2013-14
3
2012-13
Similar Work Experience
S. No.
Name
of work
Name
of
Client
Actual
Date of
Start
Actual
Actual
Completion Remarks
Date of
Completion Certificates
Completion Cost
Placed at :
1
2
3
4
Net Worth
S.No.
Financial Years
1
2014-15
Net worth in Rs.
Documents
Placed at:
Remarks
Solvency Certificate
Sl No.
Name &
Address of
Issuing Bank
Solvency
Amount in
Rs.
Date of
Issuance
Document
Placed at:
Remarks
1.
56
Signature of the tenderer
under seal of the firm
Other documents to be submitted along with Tender documents:
Sl No.
Particulars
1
Declaration by the bidder as per
Proforma-3
Self Attested Copy of Partnership Deed/
Memorandum and Articles of Association
of the firm.
Written Power of Attorney of the
signatory of the Tender on behalf of the
tenderer. (Annexure-III)
Self attested copy of a certificate,
confirming that the applicant is working
contractor or has executed any work
within the last five years reckoned from
the date of opening of tender, issued by
Railways, CPWD, MES, DOT, RITES,
State PWD or any other Central / State
Government Undertaking, Municipal
Body of Central / State Government or
Public Limited Company listed in Stock
Exchange in India & Abroad.
List of similar works satisfying
qualification criterion completed during
the last 5 years as per Proforma-1
Integrity Pact as per Annexure-VI
2
3
4
5
6
7
8
9
Document
Placed at:
Remarks
Self
attested
copy
of
Corrigendum/Minutes
of
Pre-Bid
Meeting, if any.
RTGS/NEFT details as per Annexure- VII
Details of Construction Experience in key
activities / specified components
57
Signature of the tenderer
under seal of the firm
ANNEXURE X
List of 60 districts covered under IAP
S.No
.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
State
District
Andhra Pradesh
Andhra Pradesh
Bihar
Bihar
Bihar
Bihar
Bihar
Bihar
Bihar
Chhatisgarh
Chhatisgarh
Chhatisgarh
Chhatisgarh
Chhatisgarh
Chhatisgarh
Chhatisgarh
Chhatisgarh
Chhatisgarh
Chhatisgarh
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Jharkhand
Madhya Pradesh
Adilabad
Khammam
Arwal
Aurangabad
Gaya
Jamui
Jehanabad
Nawada
Rohtas
Bastar
Bijapur
Dantewada
Jashpur
Kanker
Kawardha
Koriya
Narayanpur
Rajnandgaon
Surguja
Bokaro
Chatra
Garhwa
Gumla
Hazaribagh
Kodarma
Latehar
Lohardaga
Pachim Singhbhum
Palamu
Purbi Singhbhum
Ram Garh
Saraikela
Simdega
Anuppur
35
36
Madhya Pradesh
Madhya Pradesh
Balaghat
Dindori
58
Signature of the tenderer
under seal of the firm
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
Madhya Pradesh
Madhya Pradesh
Madhya Pradesh
Madhya Pradesh
Madhya Pradesh
Maharashtra
Maharashtra
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Orissa
Uttar Pradesh
West Bengal
Mandla
Seoni
Shahdol
Sidhi
Umaria
Gadchiroli
Gondiya
Balangir
Debagarh / Deogarh
Gajapati
Kalahandi
Kandhamal / Phulbani
Kendujhar / Keonjhar
Koraput
Malkangiri
Mayurbhanj
Nabarangapur
Nuapada
Rayagada
Sambalpur
Sonapur
Sundargarh
Sonbhadra
Paschim Medinipur
59
Signature of the tenderer
under seal of the firm
SECTION 2
TENDER AND CONTRACT FORM FOR WORKS
DELETED
60
Signature of the tenderer
under seal of the firm
SECTION 3
SPECIAL CONDITIONS
i) Special Conditions relating to existing Clauses of Contract:
1. LABOUR
a.
The agency should ensure that all employees are covered for all applicable social
benefits viz PF, EPS, EDLI & ESI etc.
b.
Proof of recovery & remittance of the above (a) should be submitted along with the
monthly / running bill for the next month
c.
An Indemnification covering RITES Ltd should be submitted against any Claim during
execution of the Contract or at a later stage under the Employees Provident Fund &
Workmen Compensation Act before release of payment of First bill.
2. ADDITIONAL PERFORMANCE GUARANTEE ( Unbalanced Bid )
When L-1 offer is less than 90% of the Justified Cost/Market rate analysis cost the bid shall be
treated as Unbalanced. The workability of the rates shall be assessed & commented upon by the
tender committee/RITES. If an evaluation, the price analysis is not found to be satisfactory, the
bidder shall have to furnish Additional Performance Guarantee to the extent the total Quoted cost
is lower than 90% of Justified Cost/Market rate analysis cost.
ii) Additional Special Conditions
1. In Case of use of PPC cement, stripping time shall be minimum 14 Days.
2. Cement procured by the contractor will only be from main producer as given in the
approved list of make.
3. Only one type of cement will be used for structural work. It can be either OPC or PPC.
For Non Structural work like plastering, PCC, Flooring etc either of the cement can be used as
per the instruction of Engineer- in charge & record shall have to be
maintained showing the location & type of cement used.
5.
The Financial adjustment on account of difference in cost of PPC & OPC cement will be
recovered from the running account / Final bill . The bidders are required to Quote their rates
based on the use of OPC Cement. In case of non-availability of OPC cement the use of PPC
Cement will also be allowed subject to cost adjustment.
61
Signature of the tenderer
under seal of the firm
5.1 Additional Special conditions for correction in General Condition of Contract 2011
As per GCC 2011
a) Para -1 line first of clause – 1
Special conditions for cement of
Annexure B-2 ( Refer Clause 10A) of
GCC & page 84 of GCC 2011. ” The
contractor shall procure 43 grade
(conforming to IS : 8112) Ordinary
Portland Cement”
6.
7.
Now to be read as
(a) (i) Para-1 line first of clause -1
special conditions for cement of
annexure B-2 ( Refer Clause – 10 A)
of GCC & page no 84 of GCC 2011.
The Contractor shall procure 43
Grade OPC cement (confirming to
IS: 8112) OR Portland Pozzolana
Cement (Conforming to IS : 1489 (
PART –I).
( ii) After second paragraph, of
clause – 1 Special conditions for
Cement of AnnexureB-2 ( Refer
Clause 10A ) of GCC & page no 361
of tender Document. The following
is to be added since use of both type
of Cement i.e.
OPC & PPC is allowed. Only one
type of cement will be used for
structural work. For non structural
work like plastering, PCC, Flooring
etc., either of cement can be used. In
case of more than one type of
cement is used, record shall be
maintained showing the location and
type of cement used. The
Financial adjustment on account of
difference in cost of PPC & OPC
will be recovered from the running
account / final bills.
Contractor shall appoint specialized agencies for execution of specialized works i.e. Foundation,
Erection and stringing of contact and catenary wires. all such agencies from Engineer-in-charge.
GENERAL GREEN BUILDING PRACTICES
Contractor shall adopt general green building practices as mentioned below;

Ensure healthy indoor air quality in final Project.

Maximize use of products with low embodied energy (harvesting, mining, manufacturing,
transport, installation, use, operations, recycling and disposal). Exceptions might include
materials that result in net energy conservation during their useful life in building and
building’s life cycle.
62
Signature of the tenderer
under seal of the firm
1. Where possible, select materials harvested and manufactured regionally, within a 800km radius of the project site.
2. Maximize use of durable products.
3. Maximize use of products easy to maintain, repair, and that can be cleaned using nontoxic substances.
4. Maximize recycled content in materials, products, and systems.
5. Maximize use of reusable and recyclable packaging.
6. Where possible and feasible, provide for non-destructive removal and re-use of
materials after their service life in this building.

Use construction practices such as material waste reduction and dimensional planning that
maximize efficient use of resources and materials.

Provide or contribute to O&M Manuals wherever applicable.

Be conversant with the Site Waste Management Program Manual and actively contribute to
its compilation. Assist the author of the Manual by estimating the nature and volume of waste
generated by the process/installation in question.

Minimize pollution: Select materials that generate least amount of pollution during mining,
manufacturing, transport, installation, use, and disposal.
1. Avoid materials that emit greenhouse gases
2. Avoid materials that require energy intensive extraction, manufacturing, processing,
transport, installation, maintenance, or removal.
3. Avoid materials that contain ozone-depleting chemicals (e.g. CFCs or HCFCs).
4. Avoid materials that emit potentially harmful volatile organic chemicals (VOCs).
5. Employ construction practices that minimize dust production and combustible byproducts.
6. Avoid materials that can leach harmful chemicals into ground water; do not allow
potentially harmful chemicals to enter sewers or storm drains.
7. Protect soil against erosion by wind or storm-water and topsoil depletion.
8. Minimize noise generation during construction; screen mechanical equipment to block
noise.
9. Protect natural habitats; restore natural habitats where feasible within scope of Project.
1.
GENERAL:
1.0
South Eastern Coal Field Ltd. (SECL) is developing rail infrastructure at their Junadih Siding
for loading of Coal to feed various clients.
The Rail Infrastructure will be in the form of nominated railway tracks taking off from the
network of South East Central Railway at Junadih Loading complex and to be equipped with
25 KV AC OHE systems ( Conventional & Tramway type) so that haulage of the coal load
by Electric Locomotive is possible.
63
Signature of the tenderer
under seal of the firm
1.1
Site Familiarization Certificate
Tenderer should visit the worksite acquaint themselves with site condition, approach roads,
availability of materials, lead of materials etc. & should submit the certificate i.e. Proforma4 of Section-I.
1.2
The Contractor has to work along with other agencies in and around the area allotted for his
works. He should execute all his works in complete co-ordination and co-operation with all
such agencies and provide access to other agencies so that at no time either his work or the
work of other agencies is stopped or delayed. In case of any dispute in this regard, the
decision of Engineer-in-charge or his representative will be final and binding on the
Contractor. No claim for idle labour, plant and machinery under any circumstances will be
entertained by the SECL/RITES.
1.3
For work close to railway line, road telephone line, power line (both underground and
overhead) and structures, all precautions should be taken for ensuring that during the
execution of the work no damage is caused to such assets and also no obstruction is caused to
the movement of trains/road traffic.
1.4
SERVICE ROAD: - Contractor will provide service road/roads, as necessary, for movement
of materials as per direction of Engineer-in-charge. Contractor will also maintain these
service roads in safe and fit condition at his own cost. He will however have no authority to
prevent use of such roads by SECL/RITES and other bonafide contractors working at site.
SECL/RITES will, however, have the authority to disallow any movement on the road, which
in their opinion is not in the interest of work. If the contractor fails to provide service road to
the satisfaction of the Engineer-in-charge it will be provided by the Engineer-in-charge at
Contractor’s cost. However in case any such road is not required for the purpose of the work,
nothing shall be deducted from contractor’s payments on this account.
1.5
The contractor is required to execute the work in stretches/areas which are made available to
him and which may or may not be in continuous stretches. Decision of Engineer-in-charge
shall be final in this regard and binding on the contractor.
1.6
Contractor shall have no claim if the stretches /areas are not available for the construction at
the same time. Also no extra time shall be permitted on this account.
1.7
The contractor shall provide a detailed schedule of work along with material and labour
deployment on monthly basis and revise or update the same every month.
1.8
The contractor shall procure all the materials well in advance so that there is sufficient time
for testing of the materials and clearance of the same before using in the works. Testing of
the materials shall be carried out in Govt. Engineering College, National Test House, RITES
Laboratory at Liluah, or any other approved laboratories as directed by Engineer In charge
and as per the frequency mentioned in QAP (Quality Assurance Plan) of RITES. Cost of
testing of materials shall be borne by the contractor.
1.9
The concreting work shall be done with proper and assured system of curing (in duly
identified areas with date of concreting marked in paint). In hot weather the contractor shall
64
Signature of the tenderer
under seal of the firm
take relevant care to cover the work with wet gunny bags/ Hessian cloth or use continuous
sprinkling of water on surface so as to keep the surface wet.
1.10
The contractor shall after completion of work, clear the site of all debris and left over
materials, at his own expense to the entire satisfaction of Engineer In charge or his authorized
representative whenever asked to do so.
1.11
Contractor should be registered with the concerned department of Employees Provident Fund
Organization (EPFO). No payment shall be released to the contractor until and unless the
contractor submits the registration certificate and upto date deposit receipt of
provident fund due to be deposited by him.
1.12.1 At the time of submission of RA/Final bill a certificate shall be submitted by the contractor
regarding upto date clearance of payment to his/their sub contractors, vendors, suppliers,
labour contractor etc. if any.
1.12.2 Contractor shall submit to RITES/SECL the entry challan of incoming materials for
verification of Stores and record.
1.12.3 Contractor should maintain the daily consumption of material register. Engineer - in - charge
or his representative may check the registers and the challan at any time.
1.13
NIGHT WORK:- The contractor would be required to carry out the work even at night,
without conferring any right on the contractor for claiming for extra payment for introducing
night working. The decision of the Engineer-in-charge in this regard will be final and binding
on the contractor. Contractor shall make his own arrangement for sufficient illumination at
site. Nothing extra will be paid for doing works at night.
1.14
FIRST AID:-The contractor shall maintain in a readily accessible place first aid appliance
including adequate supply of sterilized dressing and sterilized cotton wool. The first aid box
shall also be equipped with Stainless steel Scissors 6" and valid anticeptic, ointments like
Soframycin, Betadine etc. & wash proof Band aids The appliances shall be placed under the
charge of responsible person who shall be readily available during working hours.
1.15
The contractor shall also provide, fix & be responsible for the maintenance of all stakes,
templates profiles, levels marks, points etc. and must take all necessary precautions to
prevent these being removed, altered or disturbed and will be held responsible for the
consequences of such removal, alteration or disturbances should the same take place and for
their efficient reinstatement.
1.16
HANDING OVER OF SITE :-
1.16.1 Efforts will be made by the Employer to hand over the site to the Contractor free of
encumbrance. However, in case of any delay in handing over of the site to the Contractor, the
Employer shall only consider suitable extension of time for the execution of the work. It
should be clearly understood that the Employer shall not consider any other compensation
whatsoever viz. towards idleness of contractor’s labour, equipment etc.
65
Signature of the tenderer
under seal of the firm
1.16.2 The Employer reserves the right to hand over the site in parts progressively to the Contractor.
The Contractor will be required to do the work on such released-fronts in parts without any
reservation whatsoever.
1.16.3 The access roads near, to the work site may not be available at the time of Mobilization by
the Contractor. The Contractor shall plan his work within the plant area as per available roads
at site. All drainage of works area and all other whether truckable/haulage roads as required
by the Contractor shall be constructed and maintained during the construction period by the
Contractor at his own cost.
1.17
The Contractor has to make temporary diversion of course of water during execution of any
work conveniently free of cost.
1.18
An experienced Supervisor should be deployed at site by the contractor along with
required tools & equipment. Nothing extra will be paid for deploying experienced Staff or
equipments.
1.19
The Contractor will bear all the charges of design mix and the charges for testing of all
materials, as deemed necessary.
1.20
Contractor will have to arrange water supply and electricity connection at his own expenses
for his own establishments.
1.21
Contractor’s rate shall be inclusive of cost of dewatering/shoring wherever required. No extra
payment shall be made for any type of dewatering/shoring during execution of the work.
1.22 The tenderer shall hold the offer open till such date as may be specified in the tender. It is
understood that the tender documents have been sold/issued to the tenderer and the tenderer
is being permitted to tender in consideration of the stipulations on his part that after submitting
his tender, he will not resale from his offer or modify the terms and conditions thereof,
in a manner not acceptable to RITES/SECL.
1.23 If a tenderer expires after the submission of his tender or after the acceptance of his tender,
RITES/SECL shall deem such tender as cancelled. If a partner of a firm expires after the
submission of their tender or after the acceptance of their tender, RITES/SECL shall deem such
tender as cancelled unless the firm retains its character.
1.24 RITES/SECL also reserve the right to accept tender either for full quantity of work or part
thereof or divide the works amongst more than one contractor without assigning any reason for
any such action.
2.
When the tender is submitted by the tenderer(s), it will be understood that the tenderer(s)
has/have gone through carefully in detail all the instructions, conditions, General and
Special conditions of contract all General and Special instructions/ specifications for execution
of the work and that the tenderer(s) has/have got himself/ themselves clarified on all points
and doubts and interpretations by the proper authority of RITES Administration.
66
Signature of the tenderer
under seal of the firm
3.
Contractor's store houses, yards etc. for stocking materials issued by RITES/SECL shall be
located in the site premises only at locations approved by Engineer-in-charge.
4.
If there is any conflict between description given in schedule of quantity and conditions
mentioned in the special conditions, the schedule of quantity shall prevail.
8.
Before commencing the work, joint inventory of existing Electrical materials in the
track is to be taken by the representatives of RITES/SECL and the contractor to make entry in
the inventory register and jointly signed.
9.
After handing over of the existing section to the contractor, the same section will be
maintained and guarded by the contractor, till all the works are completed in all
respect and handed over back to the Engineer-in-charge.
10.
The Electrical materials as per "Schedule of Quantities” in the tender documents are
required for the work and to be supplied by the Contractor as per BOQ shall have to be
procured from valid RDSO/CORE approved manufacturers where such approval exists, duly
inspected by Railways/RDSO/RITES.
11.
All Electrical materials required for the works and to be supplied free of cost by the
Employer as per Contract Conditions will be issued at any of RITES/Clients Store Depot or in
stacks from time to time during the period of work. The contractor should transport these
materials for use in the work by his own means of suitable transport, including loading,
unloading, sorting, stacking with all lead, lift, crossing Railway tracks etc. However, no
material(s),in the instant case shall be supplied by Principal/RITES.
12. Adequate protection should be made while moving on public Roads or adjacent and across
railway tracks. The rates quoted shall include cost of such items. Similarly the excess
materials supplied free by the Employer shall be returned to the nominated stores of the
Clients/RITES. No separate payments will be made extra for these items except where
otherwise mentioned. The contractor shall include such expenses for items while quoting his
rates for the "SCHEDULE OF QUANTITIES".
13.
The contractor will be responsible for the safe custody of Electrical materials issued to him till
completion of the works and handing over the Section. The contractor will also be responsible
to account for the Electrical materials issued to him and surplus if any has to be returned by
him at his cost at the depot from which these were issued. For Electrical materials remaining
not accounted for by being laid on track or returned to the depot, recovery will be effected from
the contractor's dues at rates to be decided by the Engineer in charge which will be final and
binding. No wastage, breakage allowance or loss is permitted for fixing of Electrical
fittings & materials supplied by the contractor.
14. It should be clearly understood that it is entirely the contractor’s responsibility and liability
to find, procure and use the required tools and plants and accessories at his own cost for
efficient and methodical execution of the work. RITES shall have the right to check the
67
Signature of the tenderer
under seal of the firm
sufficiency or quality of the Contractor's tools from time to time and the Contractor shall carry
out all reasonable instructions of RITES in this respect.
15. In the event of any accident at the work spot, or while transporting Electrical materials, if it
is established by the enquiry by RITES representative/Clients' representatives or Railway/local
Civil authority that the accident occurred wholly or partly due to any act tantamount to
negligence on part of the contractor, he shall render himself liable for all damages and also
legal proceedings.
16. The labour engaged by the contractor for the works should be headed by experienced person,
who is conversant with the execution and maintenance of OHE & other Electrical works
including safety rules.
17. In case of the released Electrical materials are left over at site, the contractor has to employ
security/chowkidars day and night at his own cost till the Electrical materials are handed over
to the Engineer-in-Charge of work at his nominated depot. Till they are returned/handed over at
the nominated depot, the released materials will continue to remain in the custody of the
contractor.
18.
Shifting of labour camp from place to place if necessary, as the work advances will be at the
cost of the contractor.
19. The contractor will co-operate with the Engineer-in-Charge in maintaining various registers,
charts and records etc. in connection with the works.
20. The RITES representative should sign & maintain the following registers at the cost of
contractor who should sign the registers so maintained by RITES in token of his acceptance of
the entries made therein.
a) Register of joint inventory.
b) Register of materials issued.
c) Register of site order.
d) Register of materials for OHE work.
e) Register of materials received back from contractor.
f) Register of materials for Handing Over to SECL/RITES.
21. A separate register should also be maintained by the contractor for the deployment of contract
labour at site. The registers should be made available to Employer/RITES personnel, as and
when required.
22. While stacking Electrical materials (new or second hand or released) on cess/side, care should
be exercised to ensure that those stacks do not infringe the Railway's moving dimensions.
22.1 Insulators shall be procured with wooden crates and conductors on wooden/metal
drums.
68
Signature of the tenderer
under seal of the firm
23.
The Electrical work at existing level crossings will be taken up only when specifically
authorized by RITES representative after giving due notice to road users. The road surface will
be made good on completion of works at contractor’s cost, to the original
standard. No extra payment for digging up road surface for the work and restoring the road
surface will be admissible for work at level crossings.
24. Time shall be regarded as the essence of the contract and failure on the part of contractor to
complete the work by the date stipulated in the agreement and work order will entitle
RITES Administration to recover liquidated damages/penalty.
25. RITES Administration reserve the right to alter the detailed plan and sections and to carry
out minor alteration in the plans resulting in corresponding increase or decrease in the
quantity of works without being liable to pay enhanced rates for the work or to allow extra
time for completion of the work.
26. No new facilities such as roads, level crossing etc, other than those already in existence will be
made available to the contractor.
27. The Schedule of items of work to be carried out, provided in the SCHEDULE OF
QUANTITIES” gives only brief description of each of the items. Execution of these items will
be governed by the Technical specifications. For detailed specifications reference may be
made to Section 5 “Technical Specifications” in general and in particular to the various
Guidelines and Specifications listed in Para 1.0 “Preamble to Technical Specification” of
Section 5. RITES' representative at site will be fully empowered to provide guidance in the
matter of execution of the works and his instructions will be final and binding in this regard.
28. In case any workman is found incompetent or otherwise undesirable by the RITES'
representative at site, he should not be allowed to work under the Contractor. In this matter, the
opinion of the Engineer-in-Charge will be final and binding on the contractor. Any violation of
this requirement by the Contractor shall be treated as fundamental breach of contract entitling
RITES to rescind the contract by giving 7 days notice.
29. Particulars of work done during each day, with location where the work is done, will have to be
recorded in a register by the Contractor’s site in charge and the register will be kept available
for inspection/scrutiny by RITES/SECL representative. A site order book will also have to be
maintained where instructions regarding work to be carried out will be recorded by RITES'
representative at site.
30. RITES's representative shall have the right at all times to supervise the contractor's work and
instruct the contractor and the contractor shall execute the work as per the instructions without
any lapse of time. For this purpose the Contractor shall maintain a Site Order Book. Failure
to comply with RITES' representative's instructions shall be deemed to be a fundamental
breach of contract on the part of the Contractor entitling RITES to rescind the Contract at the
Contractor's risk and cost after serving a notice of 7 days.
31. On-account payments to Contractor shall be made periodically based on the quantity and item
of work executed at the rates accepted under this contract, and upon a certificate by the
69
Signature of the tenderer
under seal of the firm
RITES' representative that work has been done to proper specification and to the
satisfaction of its representative.
32.
The Contractor will make all arrangements for getting passes/authorities for his men including
making necessary application with photos for each labourer deployed for this work and will
bear all costs, any. Housing accommodation and watering arrangements for contractor's labour
will have to be arranged by the contractor.
33.
Every month the contractor will issue a certificate to SECL about having made full payment to
all labourers/suppliers/vendors under him engaged for this work.
34.
The Contractor will bear all medical expenses and make immediate arrangement for medical
attention to his labourer, if injured on duty. He will provide "Medical Aid" Box at site of work
at his cost.
35.
The contractor should indemnify & keep save harmless RITES/client against any claims on
account of accident to labourers or similar occurrences for any reason whatsoever.
36.
SECL (Employer) will provide 'C' form and 'Way Bill' to the contractor for availing of
sales tax rebate wherever applicable. In case, SECL fails to provide 'C' form and way bill,
additional sales tax as paid by the contractor on account of non issue of 'C' form, will be
reimbursed to the contractor on production of full proof of payment of sales tax by the
contractor.
37.
The rates quoted shall be inclusive of all Taxes, such as sales tax, excise duty, entry tax, toll
tax, turn over tax on works contract, octroi, royalty, VAT, welfare cess and any other tax, levy,
cess etc. as applicable. Sales tax/ VAT on works contract if paid by SECL/RITES directly the
same amount shall be recovered from contractors on account bill and no exemption claims on
this account shall be entertained by SECL/RITES. Inspection charges and the charges for
loading, transportation, unloading and stacking of materials at store should not be quoted
separately. The quoted rates should remain firm till completion of the entire work.
38.
The contractor shall submit royalty clearance certificate wherever applicable along with on
account bill/running account bill. If the contracts fails to submit the royalty certificate, requisite
amount will be deducted as per extant Govt. rule, from his bill be deposited with the concerned
department.
39.
The tender is being invited for and on behalf of “M/s South Eastern Coal Fields Ltd. (SECL),
payment will be made by RITES to the Contractor.
40.
Tenderers may please notei)
ii)
Client of RITES Ltd also termed as “Employer” is “M/s South Eastern Coal Fields
Ltd”.
Should also be noted that the Client is the Principal as well as Employer for this work.
70
Signature of the tenderer
under seal of the firm
iii)
iv)
41.
In case of any dispute between RITES Ltd. and contractor, RITES Ltd. being merely an
agent, client should be made first respondent and should be liable for all monetary
losses.
RITES Ltd. is only agent/consultant acting on behalf of the client/employer and in
case of arbitration the client shall be the first respondent.
No payment will be made unless copy of the current & valid S.T.C.C. or exemption certificate
is submitted prior to or along with the bills.
42.
STORES TO BE SUPPLIED BY THE CONTRACTOR
42.1
All the electrical items should be as per RDSO/CORE drawings & Specification numbers and
shall comprise of all parts and accessories listed in the drawing except, where otherwise
stated. All Equipments /Materials should be procured from valid CORE/RDSO
approved manufacturers where such specification exists.
42.2
The contactor shall intimate in advance for readiness of material for inspection.
42.3
The quoted rates should be inclusive of Inspection Charges and all taxes and duties of
Central, State, Local bodies including Loading, transportation, unloading and stacking
at site store near/within the premises of SECL siding as per the direction of Engineer-inCharge of RITES Ltd. at SECL Junadih Site, Dist – Korba, Chattisgarh. The quoted
rates shall remain firm during the currency of the Contract.
42.4
Actual quantity delivered at site will be considered for the purpose of effecting payment.
42.5
Inspection
42.5.1 Inspection is to be carried out by the authorized agency, before effecting dispatch of the
materials. Inspection certificates will have to be submitted along with the bills as
documentary evidence. Inspection expenses such as transportation, lodging , daily allowances
of Inspecting Engineer will be borne by successful bidder
42.6
Consignee: - Depot Officer RITES/SECL, Junadih Siding (SECL), Junadih Loading
Complex, Korba, Chattisgarh or their authorized representative.
42.7
RITES Ltd on behalf of South Eastern Coal Fields Ltd (SECL) reserves the right to undertake
any test, if required, before acceptance of the materials on contractor's cost.
42.8
Any materials and accessories, found to be damaged at the time of receipt will not be
accepted and shall have to be replaced by good ones free of cost after being duly inspected.
43.0
Terms of payment
In accordance with the Terms of Payment, the Employer shall pay the Contractor for the
Scope of Technical specification, on the basis of the item rate price in the bill of quantities.
71
Signature of the tenderer
under seal of the firm
Income Tax
Any Indian income tax, which employer may be required to deduct by the law or statute, shall
be deducted at the source under chapter XVII B and the same shall be paid to Income tax
Authorities on account of contractor. Employer shall provide the contractor a certificate of
such deduction of Tax. The contractor shall indicate their Permanent Account Number with
the relevant Income Tax Authority to Employer. Contractor shall maintain book of Accounts
and shall get the account audited as per section 44 DA of Income tax Act.
Work Contract Tax
Employer may be required to deduct by law or statute, shall be deducted the works contract
Tax as applicable.
43 PAYMENT TERMS
43.1 Payments will be governed by the terms specified in tender and in accordance with acceptance
schedules of prices, read with relevant paras of the other parts and chapters of the tender papers.
The purchaser retains the right to withhold money due to the contractor arising out of this
contract for any default of the contractor from other contracts, which the contractor may have
with the Government of India.
43.2 The Contractor, shall whenever required produce or cause to be produced for examination by the
purchaser any quotation/invoice, cost of other account, book of account, voucher, receipt letter,
memorandum paper or writing or any copy or extract from any such document and also furnish
information and returns verified in such manner as may be required in (anywise) relating to the
execution of this contract or relating for verifying or ascertaining the cost of the execution of
this contract (the decision of the purchaser on the question of relevancy of any documents.
Information or return is being final and binding on the parties). The contractor shall similarly
produce vouchers etc., if required, to prove to the purchaser, that materials supplied by him, are
in accordance with the specifications laid down in the contract.
43.3 If any portion of the work be carried out by a sub-contractor or any subsidiary or allied firm or
company the purchaser shall have power to secure the books of such sub-contractor or any
subsidiary or allied firm or company, through the contractor, and such books shall be open to his
inspection.
The contractor should seek prior permission from the purchaser for subletting whole and/or part
of the work to any sub-contractor.
43.4 It is an agreed term of the contract that the purchaser reserves to itself the right to carry out postpayment audit and/or technical examination of the works and the final bill, including all
supporting vouchers, abstracts etc., and to make the refund of any excess amount paid to him if
as a result of such examination any over payment to him is discovered to have been made in
respect of any work done or alleged been made in respect of any work done or alleged to have
been done by him under the contractor.
43.5 Schedule of Prices
72
Signature of the tenderer
under seal of the firm
(a) The unit prices of various items of work shall be as derived from the modality of arriving of unit
price of Tender Schedule as given in the Tender. All unit prices shall be FIRM irrespective of
minor variations in basic quantities and use of alternative types of various components and
fittings approved by the purchaser. RITES/CO/RI/EE/ SECL/ Junadih/ OHE/E-Tendering
Section 2 Special Condition of Contract Page 18 of 25 Minor changes in basic designs shall not
affect unit prices, so long as the purchaser and the contractor mutually agree to such changes.
All unit prices shall be in RUPEES. The prices shall be for materials and erection in accordance
with specification and approved drawings and designs. The contractor shall carefully note that
no items of materials; equipment’s, fittings and component will supply by the purchaser.
(b) Unit prices
The unit prices for items in Tender schedule shall be inclusive of the prices of materials
including all incidental charges for transport, loading, unloading and handling of materials,
commission for arranging dispatch by rail/road direct from manufacturer’s factory and
completing all necessary formalities in this respect such as submission of forwarding notes,
arranging placement of wagons, collection of Railway receipts, all insurance premier, banker’s
charges for bank guarantee, bonds inclusive of-cost of stamps etc. as also siding or shunting
charges as levied by the Railway.
The prices shall include all taxes, duties and levies (including Octroi etc.) on this Contract.
The unit prices shall also be inclusive of costs of erection and testing to be done by the
contractor and also cover all cost of administration of the contract insurance premium, banker's
charges for guarantees, cost of stamps cost of storage's, loading, unloading and handling of
materials, and for any road transport which the contractor may use for carriage of materials
between his depot and depot/s and site of work. The unit prices shall include cost of works and
adjustments necessary to the done by the contractor during or after the tests carried out by the
purchaser.
(c) Explanatory notes Explanatory notes for various items of work are included in Technical
Specification.
(d) Extra Works (New items) If during the execution of the work the contractor is called upon
to carry out any new items of work not included in BOQ of Tender, the contractor shall execute
such works at such prices as may be approved by the purchaser before commencement. For this
purpose the contractor shall furnish detailed break up of prices of such items along with the
supporting documents for scrutiny by the purchaser. The prices as decided by the purchaser
shall be final and binding on the contractor. The purchaser shall take up execution of such items
only after approval.
43.6 PAYMENT for various items.
(a)
Contractor shall be paid only for the quantities recorded by engineer's representative in
measurement book as per clause of General Conditions of Contract and duly certified by
Consultant appointed by RITES.
73
Signature of the tenderer
under seal of the firm
(b) Payment against supply for items as in financial bid/ BOQ:
(i) On production of documents along with running bill, 70% of the cost of materials received duly
inspected, shall be paid to the contractor. Prior to first running bill against the supply item, the
contractor shall be required to submit Indemnity Bond for 100% value of supplies of Contract.
RITES/CO/RI/EE/ SECL/ Junadih/ OHE/E-Tendering 2016 Section 2 Special Condition of
Contract Page 19 of 25
(ii) Balance 20% cost of supplied materials shall be paid to the contractor after satisfactory
installation of the materials at site of work.
(iii) Balance 10% cost of supplied materials shall be paid to the contractor in final bill after testing
& commissioning of overhead equipment system, reconciliation of materials and after issuing
the provisional completion certificate.
(c) Payment against erection of items as in financial bid/ BOQ:
i) On Account payments for foundations On account payment will be made on casting of
foundation blocks, with or without core holes to the extent of 50% of the prices for item, and on
the total volume of foundation block inclusive of muffs, as included in the approved crosssection drawings or as installed at site with the permission of the purchaser
Note: contractor shall furnish the Cube test report as per RDSO specification for releasing the
on account payment/progress payment for foundation
ii) On completion of foundations and mast erection including muffs, the contractor shall receive
on progress payment @ of 95% against above item.
43.7 Construction of Switching Station (SP/SSP) Control room Buildings.
Payment shall be made to the contractor for item 42 in BOQ as under:(i) 10% of payment shall be released after Preparation of Design and approval from Railway,
Erection of Foundation and Column.
(ii) 30% of payment shall be released after erection of RCC slab, brick work, internal & external
plastering and flooring.
(iii)40 % of payment shall be released after completion of Building including internal and
external electrification work, plumbing work, woodwork also remaining work as required.
(iv) Balance 20% will be released after Testing & commissioning as required and handing over to
Railway.
74
Signature of the tenderer
under seal of the firm
43.8 Billing/ invoicing procedure
All invoices shall be accompanied by the following:
1. Supplier’s Challans.
2. Inspection certificate granted by the Purchaser’s representative.
3. Certificate of receipt of material at Contractor’s depot/s duly accepted by to Purchaser’s
Engineers.
4. Certificate that the stores have been insured.
5. Quality assurance documents.
6. Measurement sheet duly signed by contractor and RITES/SECL’s site representative. A
soft copy in excel format of measurement sheet is also to be submitted.
7. Abstract of measurement sheet and work done till previous bill, the running and
cumulative quantities and amount certified by RITES/SECL’s site representative and
accepted by SECL.
8. Declaration and documentary evidence towards payment of ESI/EPF/Minimum wages
etc as per statute.
9. All insurance policies viz. CAR policy, Workmen compensation and third party liability
policy as stipulated in contract agreement.
The bills in triplicate are to be raised in favour of RITES and are to be submitted to Site-InCharge, RITES Ltd at site office at Junadih, District Korba, Chattisgarh. Payment to the
contractor shall be made by RITES on completion of work.
43.9 Payments for designs
Payments for designs/drawings shall be made in two installments, the first 50% being paid on
approval of design and Drawing and balance 50% on submission of As Built/Completion
Drawings and technical booklet and fulfillment of tender specification and RDSO specification
or latest.
43.10 Measurements
(a) Payments for fieldwork shall be made in accordance with approved designs and drawings and
measured in relevant units except where provided for otherwise. In case the dimensions of the
work are more than those shown in approved designs and drawings, the contractor will not be
entitled to any extra payment, unless dimension are increased on account of physical
impossibility of carrying out the work in accordance with approved drawings and Designs: In
case the dimensions of work are less than those shown in the approved designs and drawings and
the work is accepted without being rejected, payment will be made as per work actually done.
(b) The measurements will be made generally in accordance with standard engineering practice and
in conformity with the Explanatory Notes.
75
Signature of the tenderer
under seal of the firm
Balance retention money of 5% (five) of the Contract price as BOQ based on firm unit rates and
supply/ quantities executed as per joint measurement sheet and upon certification of work by
CONSULTANT/EMPLOYER (FAC) shall be released after expiry of defect liability period and
against submission of as built drawing details prepared by the contractor and Certificate by
Employer that all defects indicated during defect liability period has been satisfactorily rectified
and on submission of the followings:
a) A copy of the working drawings showing thereon additions or alterations (to be shown in
RED) made during the execution of the work
b) Recovery statement, if any
c) Statement for reconciliation of all the payments and recoveries made in the progressive bills
d) Copies of deviations statement and order of extension of time, if granted
e) Original guarantees furnished by CONTRACTOR’s suppliers for applicable items
f) All drawings/documents issued to the CONTRACTOR for the construction work.
g) Test certificate as applicable
h) Clearance based on final certification and documentary evidence regarding Payment of ESI/
EPF/ EPS & any other statutory labour payment.
i) Acceptance certificate from inspection agency, regarding acceptance of work.
Retention money may be released on application after Job completion against submission
Of B.G of equivalent amount with validity up to end of guarantee period
In case any or one of these documents is a not submitted along-with progress bill, payment against
these bills may be kept in abeyance. In such an event contractor shall ensure payment of due wages
to his workmen as well as payment to statutory authorities keeping employer completely
indemnified.
On completion of the work, CONTRACTOR shall give notice of such completion to EMPLOYER
for inspection of works. CONSULTANT/EMPLOYER shall inspect the work and after satisfying
himself with tests that may be prescribed in the contract, if there is no defect, imperfection or
shortfall in the work, CONSULTANT/EMPLOYER shall issue a completion certificate to the
CONTRACTOR.
44. Defect Liability Maintenance/Defect Liability period: As per clause 17 of clauses of contract
in GCC applicable to this work, the period of maintenance/defect liability period for this work
shall be 12 (twelve) months from the date of issue of final completion certificate or till the final
bill has been passed whichever is later.
45. The work to be governed by this contract shall cover Design, Procurement, Fabrication,
Transportation to destination in safe custody at site, Insurance, Supply, Erection, Testing and
commissioning of the system of the following:a) 25 KV AC OHE system (Conventional & Tramway type) including foundation for the
76
Signature of the tenderer
under seal of the firm
OHE masts.
b) Preparation of OHE layout, Sectioning Diagram, CSD, SED, Profile Drawing and SSP
extension &other working drawings
c) Co-ordination with South East Central Rly. both at the Divisional and Headquarters level and
get approval from Railway & supply of requisite number of prints of the approved drawing..
d) Preparation of “As Erected Drawings” furnishing 6 sets of colored Xerox copies and 2 nos. of
RTF for each drawing and in 2 nos. of editable Soft copies covering all drawings after
approval.
46.
Design & Drawings
46.1
All the basic designs, drawings of OHE issued by RDSO/Lucknow/and or CORE/Allahabad
shall be arranged by the Contractor himself.
46.2
The Contractor shall furnish detailed working drawings (LOP/CSD/SED) together with
design calculations, if any, and to submit in quadruplicate for approval of Railway.
46.3
The Contractor shall prepare sectioning diagram, OHE layout plan together with type of mast,
foundation and profile drawing etc. as detailed out under items 1 & 2 of the Explanatory note
under schedule of quantities and
submit the same for approval to Sr. DEE (TRD), of
concerned Railway division within 15 days from the date of issue of work order. Contract
will be rescind at the contractor’s risk if fails to submit Layout Plan within stipulated days as
mentioned above. On approval of Drawings/Designs by Railway in principle, the contractor
shall distribute 5 copies as required before starting the work.
46.4
The contractor shall also submit design calculation for special foundation of OHE mast, if
required, and furnish the type of foundation at such location where standard designs,
drawings or employment schedules do not cover & obtain approval of competent authority.
46.5
The Contractor shall prepare ‘As Erected Drawing’ of OHE layout ‘SED’ and shall finalize it
after joint verification with concerned Railway. The tracing of As Erected Drawing shall be
submitted for approval of concerned Rly. duly signed by the Contractor. The contractor shall
furnish 2 nos of RTFs & 2 Nos of soft copy covering all drawings in addition to 6 (Six)
coloured Print out copies of each drawings.
46.6
It is to be clearly understood that all design & drawings shall be based on thorough study.
General design & dimensions shall be such that the contractor is satisfied about the suitability
of the design/dimension/Style of the equipment/assembly for the purpose.
Purchaser’s/Railway’s approval will be based on these considerations. Notwithstanding
approval of design/drawing/testing of equipments and acceptance of overall performance of
the system, the contractor shall in no way absolve his responsibility under the term contract
for the design, drawing & equipments supplied and erected by him or his subcontractor and
also for the overall performance subject to general terms of Guarantee.
77
Signature of the tenderer
under seal of the firm
47.
Co-ordination
During the course of execution of the work, the Contractor is required to co-ordinate with
Sr.DEE/TRD/Bilaspur and Chief Electrical Engineer of South East Central Rly., as well as
other Rly. Officials to commission the system quickly and smoothly. Further, necessary
documents required for obtaining Electrical Inspector’s permission to charge OHE shall be
furnished duly signed and co-ordinate with Electrical Inspector well in advance. In case those
documents are not submitted earlier, shall be submitted within 7 days after completion of
work or at times as advised by GMM (EE).
47.
The Schedule of Rates is to be read in conjunction with relevant RDSO/CORE’s Specifications
and the Explanatory Notes enclosed with the Tender Documents
48.
No ‘D’ form against Sales Tax shall be issued
49.
The Contractor shall arrange Dip Trolley, Ladder Trolley etc. required for execution,
Testing/checking of the work at his own cost. Tower wagon for final adjustment/checking
will be arranged by the Employer/ RITES, payment of hiring of Tower wagon charges will
be paid by SECL to railway on demand.
50.
Contractor may arrange to obtain Traffic/Power Block of the existing Section from
Sr.DEE/TRD/Bilaspur, Sr. DOM/Bilaspur of South East Central Rly. to modify/correct OHE
through requisition /request to Railway clearly specifying proposed date of execution,
Elementary Section no. involved, duration of power/traffic block and the Contractor shall be
solely responsible for any delay in releasing such block. Necessary payment for
traffic/power block will be paid by M/s SECL to railway on demand.
51.
Any surplus materials brought to site within the schedule (Bill) of quantity will have to be
deposited to SECL’s store / Railway’s store from site by the contractor at his own expenses
under direction of Engineer-in-Charge.
52.
53.
All released materials should be handed over to SECL.
Contact and catenary wire shall be supplied in drum lengths. Supply of cut pieces, if
required, should be done with prior approval of Employer.
54.
Special Instructions
55.1
The tenderer is advised to visit the site and familiarize the present conditions in terms of Para
1.0 of Section-3.
55.2
Contractors shall take due care and caution to avoid any damage during execution of work.
Any damage/loss occurs due to negligent working of contractors shall be made good or
realized from the payments due to them.
78
Signature of the tenderer
under seal of the firm
56.
Time Schedule
56.1
Time is the essence of contract. In order to complete the work within the scheduled time, the
tenderer is required to submit a detailed construction programme with “BAR CHART” for
various activities indicating the time required for the same within 15 days of awarding the
contract in consultation with the Engineer.
56.2
The programme shall clearly indicate major key event, indicating mobilization time of
equipment, deployment of manpower, fabrication of the various components, structure and
other ancillary works. All works are to be completed in all respects including EIG’s sanction,
testing & commissioning within 06 (six) months from the date of issue of the Work
Order/LOA.
56.3
All works shall be carried out by the contractor as per specification and contractor
shall offer for stage-wise inspection of items carried out. Any work rejected by
inspecting official shall be rectified /replaced as per instruction and decision of Site in-charge
which shall be final in this regard.
57.
Secured advance/Mobilization advance will not be paid
58
EMPLOYMENT OF LOCAL LABOUR
The contractor should employ skilled staff for working ion 25 KV OHE system ,who posses
sufficient knowledge on safety rules while working near high voltage lines. However
preference may be given to local project affected people who are so suited and pay wages not
less than the minimum wages fixed by the law of the land. However minimum 20% of
required unskilled workers are to employ from local project affected people of nearby
villages who suit the work in 25 KV OHE system
79
Signature of the tenderer
under seal of the firm
SECTION 4
PROFORMA OF SCHEDULES
SCHEDULE ‘A’
Schedule of quantities (As per Bill of Quantities attached) (BOQ
to be attached with Financial Bid)
SCHEDULE ‘B’ –
Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)
S.No
Description of
items
1
2
Quantity Rates in Figures & words at Place of Issue
which the material will
be charged to the
contractor
3
4
5
- Not Applicable SCHEDULE ‘C’ –
Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).
S.No
1
Description
2
Hire charges per day
3
Place of Issue
4
- Not Applicable SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any.
- Not Applicable -
80
Signature of the tenderer
under seal of the firm
SCHEDULE ‘E’ –
Schedule of components of Cement, Steel, other materials, POL, Labour
etc .for price escalation. (Refer Clause 10CC of Clauses of Contract).
(To be worked out and filled by NIT approving authority. The Components
and their percentages may be modified depending on the nature of work)
CLAUSE 10 CC
Component of Cement (Xc)
expressed as percent of total value of work 15 % Component of
steel (X5)
expressed as percent of total value of work 20% Component of other
materials (XM) (except cement & steel) expressed as per cent of total
value of work 40% Component of labour (Y)
expressed as percent of total value of work 25% Component of
P.O.L (Z)
expressed as percent of total value of work zero%
SCHEDULE ‘F’
Total
100 %_
Reference to General Conditions of Contract
Name of Work: Design, Drawing, Supply, Erection, Testing & Commissioning of 25 KV 50 Hz,
1 Phase, OHE &SSP for construction of new Railway Siding for introduction
of Rapid Loading arrangements at Junadih loading complex of SECL at
Gevra Road station of South East Central Railway ,Dist- Korba, Chattisgarh.
Estimated cost of work Rs 4,98,16,919.00
Earnest money :
Rs5,00,000.00
Performance Guarantee (Ref. Clause 1)
5% of Tendered value. Security
Deposit: (Refer clause 1A)
5% of Tendered value Notice
Inviting Tender and Instruction to Tenderers
Officer inviting tender :
GGM/EE/RITES
CONDITIONS OF CONTRACT
81
Signature of the tenderer
under seal of the firm
Definitions
2 (iv) Employer
2(v)
Engineer-in-Charge
“B”
GGM/EE/RITES
(Authority competent to execute Contract Agreement as
per Item 7.2 of SOP)
2(vii) Accepting Authority
2(ix)
2(x)
GGM/EE
Percentage on cost of materials
and labour to cover all
overheads and profits.
Standard Schedule of Rates
15%
CPWD DSR 2014 (to be modified as per
requirement and as applicable)
2(xiii) Date of commencement of work
15 days from the date of issue of LOA or the first
date of handing over of site whichever is later
9 (a) (ii) General Conditions of Contract
RITES General Conditions of Contract-DEC-2015
CLAUSES OF CONTRACT
Clause 1
1 (i)
Time allowed for submission of
P.G. from the date of issue of
Letter of Acceptance subject
to maximum of 15 days
15 days.
Clause 2
Maximum allowable extension beyond the period provided in
(i) above subject to a maximum of
07
7 days
days.
Authority for fixing compensation under Clause 2
Director (Projects)
82
Signature of the tenderer
under seal of the firm
Clause 2A
Whether Clause 2A shall be applicable
YES/NO
Clause 5
5.1 (a) Time allowed for execution of work
12 months from the date of start
Date of start
15 days from the date of issue of
Letter of Acceptance or the first date
of handing over of site whichever is
later
5.1 (b) TABLE OF MILESTONE(S)
S.No
Description of Milestone
(Physical)
1
1/8th ( of the whole work )
2
3/8th ( of the whole work )
3
3/4th ( of the whole work )
4
Full.
Time allowed in days
(from date of start)
Amount to be withheld in
case of non achievement
of milestone
th
1/4 ( of the whole work ) 1% of the tendered value of
Days.
work.
1/2 ( of the whole work )
1% of the tendered value of
work.
Days.
3/4th ( of the whole work ) 1% of the tendered value of
work.
Days.
Full
As per Clause 2 of GCC
Clause 5A shifting of stipulated date of completion
Competent Authority
Clause 6 A
Whether Clause 6 or 6A applicable
Director (Projects)
6*/6A*
Clause 7
Gross work to be done together with net
payment/adjustment of advances for
material collected, if any, since the last such
payment for being eligible to interim payment
50
Lakhs
Clause 10A
83
Signature of the tenderer
under seal of the firm
i) Whether Material Testing Laboratory is to
be provided at site.
YES/NO
ii) If “YES” list of equipments to be provided
Refer Annexure Y ( attached)
Clause 10 B
Whether Clause 10 B(ii) to (v) applicable
YES / NO Clause - 10B (ii) & (iv)&(v)
Applicable.
Clause - 10B (iii) Not Applicable
Clause 10 CC
Whether Clause 10CC applicable
YES
/
NO
Clause 11
Specifications to be followed for execution
of work
For CPWD DSR Items:CIVIL WORKS
CPWD Specifications 2009 Vol. I & II
.
ELECTRICAL WORKS
RDSO/CORE/Zonal Rly
CPWD General Specifications
Part I
Part II
Part III
Part IV
Part V
Part VI
Part VII
Internal 2005
External 1994
Lifts & Escalators 2003
Substations 2007
Wet Riser
Sprinkler System 2006
Heating, Ventilation &
Air Conditioning Works 2005
DG Sets 2006
For Non DSR Items and items of
Specialized nature in Railway Works etc.
Clause 12
Technical Specifications under Section No. 5.
Clause 12.2 Deviation Limit beyond which
i) For Non-foundation items.
84
Signature of the tenderer
under seal of the firm
12.3 & 12.5
12.5
Clauses 12.2,12.3 & 12.5shall
apply
Plus
25%
Minus
No limit
ii) For Foundation Items
Plus
100%
Minus
No limit
Note: For Earthwork, individual classification quantity can vary to any extent
but overall Deviation Limits will be as
above.
Definition of Foundation item if
other than that described in
Clause 12.5
Clause 16
NOT APPLICABLE
Competent Authority for
Director (Projects)/ RITES Ltd
deciding reduced rates
Clause 17
Maintenance Period
12 months
Clause 18
List of mandatory machinery, tools & plants to be deployed by the Contractor
at site:- As per requirement of work and duly approved by Engineer-incharge.
Clause 25
25 (i) Appellate Authority
Appointing Authority
-
Divisional Head
-
Director (Projects)/RITES Ltd.
Whether Clause 31A or 32 is applicable
31A* / 32* is applicable
Clause 36 (i) & (iii)
Minimum Qualifications & Experience required and Discipline to which should belong
Designation
Minimum
Qualification
Minimum
working
experience
85
Discipline to
which should Number
belong
Signature of the tenderer
under seal of the firm
Principal Technical
Representative
Deputy
Technical
Representative
Engineers
Graduate
10 Years
Electrical
1
Graduate
5 Years
Electrical
1
Electrical
Electrical
1
1
Graduate /Diploma 3/5 Years
Graduate/Diploma 3/5 Years
36 (iv) Recovery for non-deployment
Deputy Technical Representative
of
Designation
Rate of Recovery per month (in Rs.) for nondeployment
Rs.80,000/-
Principal Technical
Representative
Deputy Technical Representative
Engineer (Degree Holder)
Engineer (Diploma Holder)
Principal
Technical
Representative
and
Rs.60,000/Rs.40,000/Rs.25,000/-
Clause 42
i)(a)
ii)
a)
b)
c)
d)
Schedule/statement for determining
theoretical quantity of cement &
bitumen on the basis of Delhi
Schedule of Rates printed by CPWD
Variations permissible on theoretical
quantities
Cement
- for works with estimated cost
put to tender not more than Rs.5 lakhs
- for works with estimated cost put to
minus tender more than Rs.5 lakhs
Bitumen for All Works
Steel Reinforcement and structural
steel sections for each diameter,
section and category
All other materials
86
DSR 2014
3% plus / minus
2%
plus
/
2.5% plus only & nil on minus side
2% plus / minus
Nil
Signature of the tenderer
under seal of the firm
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
Sl.
No.
Description of
Item
1
2
Cement
Steel
reinforcement
Structural Sections
Bitumen issued
free
Bitumen issued at
stipulated fixed
price
3
4
5
Rates in figures and words at which recovery shall be made
from the Contractor
Excess beyond permissible
Less use beyond the
variation
permissible variation
NOT APPLICABLE
Clause 46
Clause 46.10
Details of temporary accommodation
including number of rooms and their sizes
as well as furniture to be made
available by the Contractor
APPLICABLE (refer AnnexureX for details)
Whether Clause 46.11.1A applicable
YES /NO
Whether Clause 46.13A applicable
YES / NO Clause
46.17
City of Jurisdiction of Court:
New Delhi
Clause 47.2.1
Sum for which Third Party
Rs.5.00 Lakhs per occurrence
Insurance to be obtained.
with the number of occurrences limited to four.
Clause
55
Whether clause 55 shall
YES/ NO
be applicable.
If yes, time allowed for completion 12 months from Date of start of work
of sample floor/unit.
87
Signature of the tenderer
under seal of the firm
ANNEXURE - X
SITE OFFICE FOR EMPLOYER
The contractor shall provide temporary furnished office accommodation for Engineer & his
staff & maintain , watch & ward round the clock as directed, free of cost of suitable size with
false ceiling, tile flooring, plastic emulsion paint on walls along with electrical fixtures &
ceiling fans. The office shall be well ventilated & properly furnished along with working
toilet & a pantry . The Accommodation so provided shall include 2 rooms of size 10 ft *12 ft
each for RITES Engineer & a meeting room 15 ft * 12 ft . The other details are as under :
1.
Room for Project Manager with attached toilet & furnished with executive table of
size 3ft * 5 ft & executive chair fully upholstered chair & 4 Nos upholstered visitor
chairs. 7 feet high steel almirah / pull out storage unit 2 Nos & one PC with internet
facility . AC 1.50 ton capacity . Complete standby power back up.
2.
Other two room with one common toilet & furnished with 3ft *5ft office tables with
side rack, 2 office chairs fully upholstered & 2 Nos upholstered visitor chairs , 7 feet
high steel almirah / pull out storage unit 2 Nos in each room. One PC with internet
facility . Room cooler. Complete standby power back up .
3.
Meeting room with attached toilet shall have 06 seater table with chairs & AC of 2
ton capacity. Complete standby power back up .
4.
All furniture, fixtures & electrical equipment shall be branded.
88
Signature of the tenderer
under seal of the firm
ANNEXURE Y
FIELD LABORATORY AND FIELD TESTING INSTRUMENTS
LIST OF EQUIPMENT FOR FIELD TESTING LABORATORY
For Building Works
1.
Balances
(a)
7 kg. to 10 kg. Capacity, Semi-Self indicating type-Accuracy 10 gm.
(ii)
500 gm. Capacity, Semi-Self indicating type-Accuracy 1 gm.
(iii) Pan Balance – 5 kg. Capacity, accuracy 10 gm
(iv)
Platform Balance – 100 kg capacity
2.
Ovens-Electricity operated, thermostatically controlled upto 110o C- Sensitivity 1oC. 1Nos
3.
Sieves : as per IS 460-1962.
(ii)
I.S. Sieves – 450 mm internal dia of sizes 100mm, 80mm, 63mm, 50mm, 40mm,
25mm, 20mm, 12.5mm, 10mm, 6.3mm, 4.75mm complete with lid and pan.
(iii)
I.S. Sieves – 200mm internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600
microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75
microns with lid and pan.
4.
Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing
switch assembly.
5.
Equipment for slump test-Slump Cone, Steel Plate, tamping rod, steel scale, scoop all as per
IS : 7320.
6.
Dial gauges 25mm travel – 0.01 mm/ division. Least count – 2 nos.
7.
100 tonnes compression testing machine, electrical-cum manually operated.
8.
Graduated measuring cylinders 200ml capacity – 3 Nos.
9.
Enamel trays (for efflorescence test for bricks)
(i)
300 mm x 250 mm x 40 mm
- 2 nos.
(ii)
Circular plates of 250 mm dia
- 4 nos.
10.
Cube moulds for concrete 150 mm x 150 mm x 150 mm with Base – 24 Nos.
plate as per IS: 516
Cube moulds for cement 7.06 cm x 7.06 cm x 7.06 cm
- 6 nos.
11.
Cube Vibrating Table Electricity operated with Table size 50 cm x 50 cm and 150 kg load
carrying capacity
- 1 No.
Unit weight measure IS: 1199
- 1 No.
12.
89
Signature of the tenderer
under seal of the firm
13.
Pycnometer 1 litre capacity with 6mm dia at Apex - 2 Nos.
½ litre capacity
- 2 Nos.
14.
Vicat Apparatus with Dashpot complete as per IS: 5313
15.
Blaines’ Air Permeability Apparatus Complete as per S: 5516
16.
Tools for non-destructive testing of concrete.
17.
Soil testing equipment for Sieve Analysis and determination of C.B.R.Value.
18.
For Coarse Aggregate – Equipment for getting Flakiness index test, Elongation index test
Abrasion & Crushing test done at site.
19.
Equipment for Bitumen extraction & stability test of DBM BC.
- 1 No.
- 1 No.
FIELD TESTING INSTRUMENTS
1.
Auto level with leveling staff. 2 Nos
2.
Theodolite – 1 Nos
3.
Steel tapes – 5m & 30 m
4.
Vernier Calipers
5.
Micrometer Screw 25mm gauge
6.
A good quality plumb bob
7.
Spirit minimum 30 cms long with 3 bubbles for horizontal / vertical measurement
8.
Wire gauge (circular type) disc
9.
Foot rule
10.
Long nylon thread
11.
Rebound hammer for testing concrete
12.
Dynamic penetrometer
13.
Magnifying glass
14.
Screw driver 30 cms long
15.
Ball pen hammer, 100 gms.
16.
Plastic bags for taking samples
17.
Moisture meter for timber
18.
Earth resistance tests : for Electrical Divisions
19.
Meggar
20.
Glass Beaker 100 cc
90
Signature of the tenderer
under seal of the firm
SECTION 5
TECHNICAL SPECIFICATIONS
1.0
STANDARD SPECIFICATIONS ISSUED BY CPWD
1.1 Civil Engineering Works
CPWD Specification 2009 Vol. I & II. These Specifications have replaced CPWD
Specifications 1996 along with Correction Slips issued on them. These Specifications
cover all types of Building Works. The specifications are available as a printed document
issued by CPWD and also in soft copy PDF Format in CPWD website .
1.2 Electrical Engineering Works
Part No.
I
II
III
IV
V
VI
VII
VIII
Description
Year of issue
Internal
External
Lifts and Escalators
Sub Stations
Wet Riser and Sprinkler Systems
Heating, Ventilations & Air
Conditioning Works
D.G.Sets
Gas based Fire Extinguishing System
2013
2013
2013
2013
2006
2004
2013
2013
The above documents are available as Priced Document issued by CPWD and in soft copy
PDF Format in CPWD website.
2.0
STANDARD SPECIFICATIONS
TRANSPORT
ISSUED
BY
MINISTRY
OF
SURFACE
Specifications for Road and Bridge works (Fourth Revision) August 2001 have been
published by Indian Road Congress as a priced document. These Specification cover
exhaustively various Road and Bridge works.
3.0
STANDARD SPECIFICATIONS ISSUED BY INDIAN RAILWAYS
Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advised that they
have approved issue of “Indian Railways Unified Standard Specifications or Materials and
works with corresponding Indian Railways Unified Standard Schedule of items (for rates of
Materials and works)”. These documents are to be published by Northern Railway on behalf
of Railway Board after the Zonal Railways have made out “Schedule of Rates” as applicable
to them based on “Standard Analysis of Rates of items”. These Specification however cover
only Building and Road works generally on the lines of CPWD and Ministry of Surface
Transport. They do not cover Track works which are governed by Manuals and RDSO/Indian
91
Signature of the tenderer
under seal of the firm
Railway Specifications. Pending publication of Unified
specifications issued by the zonal Railways will be applicable.
4.0
5.0
21.
SPECIAL SPECIFICATIONS
SPECIFICATIONS)
(NOT
COVERED
Standard
BY
Specifications,
ANY
the
STANDARD
SPECIFICATION FOR NON-SCHEDULE ITEMS OF CIVIL WORK:
A)
XLPE / PVC
IS : 7098/1554
ASIAN / UNISTAR / ECKO /
INSULATED AL.
NICCO / SKY TONE DULY ISI
COND. ARMOURED
MARKED
CABLE
B)
CONTROL PVC
IS : 1554
SKYTONE / NATIONAL / ECKO /
COPPER CABLE / WIRE
HAVEL DULY ISI MARKED
22.
DASH FASTNER
CANNON / HILLTY
23.
PAINT
NEOROLAC / ASIAN / BERGER
24.
LED TYPE PILOT LAMP /
C&S / L&T / HAVELS / ABB / GF
PUSH BUTTON ETC PANEL
ACCESSORIES
25.
AC CONTACTOR & RELAY
L&T / SIEMENS / AREVA / ABB /
GE / CS
26.
MCCB
/
MCB, IS : 8828
ISOLATOR
28.
LEGRAND / INDOKOPP/
STANDARD / CROMPTON
AMMETER,
IS : 1248
AE / HAVELLS
IS : 1822
L&T / SIEMENS / CUTLER
VOLTMETER
29.
STARTERS
HAMMER
30.
SINGLE
PREVENTOR
PHASE
L&T / MINILEC
CUM
WATER LEVEL GUARD
31.
SHUNT CAPACITOR
GE / MAD HAV/CROMPTON
/ L&T
32
SELECTOR SWITCH
HAVELLS / THAKUR / L&T
92
Signature of the tenderer
under seal of the firm
/ KAYCEE
LIST OF I.S. CODE OF PRACTICES FOR FIRE FIGHITING WORKS
1.
IS – 1648 – 1961
2.
IS – 3844 – 1966
Code of practice for installation of
internal fire hydrant in multi-stores
building.
3.
IS – 2217 – 1963
Recommendation for providing first
aid and fire fighting arrangement in
public buildings.
4.
IS – 2190 – 971
Code of practice for selection, installation and
maintenance of
portable first fire appliance.
5.
IS – 3589
Electrically Welded Steel pipes
(Medium class)
6.
IS – 1239
Code of Practice for fire safety of
building (general) fire fighting
equipment and maintenance.
Mild steel tubes, Tubulars and other
wrought steel fittings (Medium class)
93
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
(Chapter- I to X)
94
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER- OVERHEAD EQUIPMENT
1
TRACK
(a)
Gauge and Track Centers: The track gauge is 1676 mm in multiple tracks zone the normal
distance between tracks centers varies between 4270 mm and 4420 mm.
(b)
Speed: The overhead equipment which shall be of the simple polygonal type and pre-sag
should be designed for a maximum speed of 160 km/h if regulated and for a maximum speed
of 80 km/h (Approx. 50 miles/h) if unregulated, unless otherwise specified in chapter 8 of
Part II.
(c)
Curves: The minimum radius permissible is 175 m (573 ft) i.e. a 10 degree curve. Inside
station limits, the curvature at a 1 in 8 1/2 turnout is 8 degree i.e. of radius 219m (716 ft).
(d)
Super Elevation: The maximum super elevation is 165 mm (6.5. inch).On curves, the
minimum setting of structures shall be decided on the basis of maximum super elevation. For
purposes of design and erection of overhead equipment, the actual super elevation as existing
at site or as indicated to the Contractor shall be adopted.
(e)
Low Joints: For low or loosely packed rail joints a difference of 25 mm (1 inch) in the level
of opposite rails may be taken as the basis for estimating the displacement of the pantograph
with respect to the normal position.
(f)
Formation: Generally sections with more than one track have common formation. In certain
lengths, however, the formation for different tracks may be separate.
(g)
Displacement: The general design of overhead equipment shall permit a displacement of
±100 mm of tracks without difficulty and any adjustment of the overhead equipment on this
account shall be of such a nature as could be done conveniently without changing any
component of the overhead equipment.
2
SECTIONING
(a)
Insulated Overlap: Insulated overlaps are provided for facility isolation. Some of the overlaps
may be provided with manually operated isolator switches.
(b)
Yard Supply: The sectioning diagram/s also indicates the tracks in stations, yards and siding
whose equipment is electrically independent from those of other tracks.
The overhead equipment in yards and siding may be fed provided as indicated in the sectioning
diagrams, or crossover between main tracks and to isolated sections of overhead equipment in
yards and sidings. Section isolators may also be used to form neutral sections at special
locations as indicated in approved drawings.
(c) Section Insulators: Section insulators shall be provided as indicated in the sectioning diagrams,
or cross-over between main tracks and to isolate sections of overhead equipment in yards and
sidings. Section insulators may also be used to form neutral sections at special locations as
indicated in the approved drawings.
95
Signature of the tenderer
under seal of the firm
(d)
25 KV Track Feeders: 25 KV along track feeders may connect sections of overhead
equipment to a switching station or an isolator switch or gantry. Such feeders will be run
usually on traction structures and sometimes on independent masts.
(i)
Schematic arrangements: The different arrangements of feeders, return feeders, 25 KV
along track feeders and return conductors are shown in the drawing issued by RDSO.
(ii)
Sectioning diagram: The provisional sectioning diagram of the section to be electrified
is/are attached.
3
PANTOGRAPHS
(a)
The outline of the pantograph, its dimensions and its current collecting areas are shown in a
drawing issued by RDSO.
(b)
Number and Pressure: Each locomotive will be equipped with two pantographs, but only
one pantograph; generally the trailing one will be in use at a time. The working pressure of
the pantograph on the contact wire may vary between 5 and 15 kg.
(c)
Spacing in Multiple Headed Trains: The distance between adjacent running pantographs in
the case of multiple heading would normally be 20 meter. This distance may, however, be
reduced to 7.9 meter between two pantographs in very exceptional cases.
(d)
Insulation Clearance: The electrical clearances for the pantograph on tangent tracks and on
curves for design and erection of overhead equipment shall be based on the schedule of
Dimensions 1676 mm Gauge, 1939(Revised-2004) issued by the Ministry of Railways
(Railway Board).
4
OVERHEAD EQUIPMENT
(a)
Brief Description: Essentially the traction overhead equipment shall consist of a standard
catenary wire from which a grooved contact wire is suitably suspended by means of droppers.
(b)
Catenary: The catenary wire shall be of cadmium copper 19/2.10 mm, 65 sq. mm crosssection.
(c)
Contact Wire: The contact wire shall be grooved and made of hard drawn copper having 107
sq.mm cross-sections.
(d)
Droppers: Dropper shall be made of hard drawn round copper wire, approximately 5 mm
dia. Droppers shall be spaced not more than 9 m apart.
(e)
Encumbrance: As a general rule, the nominal “encumbrance” i.e. the axial distance between
the catenary and the contact wire at the support shall be 1.40 m. Deviation from this figure
will be permitted in special cases (e.g. spans near over bridges, structures with more than one
cantilever etc).
(f)
Jumpers: All jumpers connected to OHE conductors shall be copper only. The in-span
jumpers, potential equalizer jumpers at insulated overlaps and neutral section, shall be of 50
mm nominal, 19/1.8 mm size. Flexible jumpers of nominal section 105 sq mm, 19/7/1.06 mm
size shall be used at overlaps turnouts, crossings etc.
96
Signature of the tenderer
under seal of the firm
(g)
Bridle Wire: Bridle wire for supporting contact wire for regulated tramway equipment shall
be of cadmium copper 7/2.10mm size.
(h)
Anti-theft jumper: anti-theft jumper of 50 sq mm nominal, 19/1.8 mm in size shall be used
in out of run wire of conventional OHE and copper cadmium anti-creep wire as an anti-theft
measure.
The jumpers connecting the Aluminum conductor to any other conductor terminal or clamp
shall be made with the aid of suitable bi-metallic clamps. All aluminum jumpers of size
19/7/1.4 mm bare 3/4 hard shall be used to connect other Aluminum conductors such as
return conductor. The tail ends of feeder wires from the strain clamps at the termination of a
feeder. Return feeder or return conductor may be connected directly to a terminal or clamp
where feasible to avoid the use of a separate jumper wire.
5
TYPE OF EQUIPMENT
The overhead equipment used shall be of the regulated type.
(a)
Regulated: In the regulated type of overhead equipment, the tension of both the catenary and
the contact wires shall be maintained at a constant value at all temperature/temperatures by
means of automatic tensioning devices desired to take up the variation in the length of
overhead equipment due to temperature variation.
An anti-creep shall be provided at a point approximately midway between two tensioning
devices and not more than 750 meters from any one of them. The arrangement shall generally
consist of the galvanized steel wire anchored on the masts adjacent to the anti-creep central
mast in accordance with the relevant drawing. Alternatively, the arrangement may consist of
anchoring the catenary on either side of the boom of a portal with the contact wire running
through and 0prividing a jumper connection as per general arrangement shown in typical
drawing issued by RDSO.
(b)
Tramway type Equipment regulated (Contact wire only):
In tramway type equipment regulated, only a contact wire is provided without a continuous
catenary or droppers. The tension in the contact wire is regulated. At support, bridle wire is
used for supporting the contact wire.
(b) The section in which different types of equipment should be provided are indicated in the
enclosed drawing.
6
PLANE OF CONTACT
(a)
Regulated: The regulated overhead equipment shall be so erected that the contact wire has
the designed sag.
(b)
Unregulated:Not applicable in this contract.
(c)
Tramway type equipment (contact wire only): In tramway type equipment, the contact
wire will have its own natural sag when erected.
97
Signature of the tenderer
under seal of the firm
Dropper: Dropper charts to be used for standards span or regulated and unregulated
overhead equipment would be supplied by the purchaser. Droppers for non-standard spans,
span with section insulators and special locations shall be calculated by the contractor in
accordance with the method indicated by the purchaser and submitted to the purchaser for
approval.
7
TENSIONS
(a)
Regulated: In conventional regulated equipment, the tension in the catenary and in the
contact wire shall be 1000 kgf in each conductor.
(b)
Unregulated: Not applicable in this contract.
(c)
Tramway Type: In regulated type tramway, equipment the tension shall be 1250 kgf.
8
CLEARANCE
(a)
General: The distance between live parts and parts at earth potential (or parts likely to be
earthed) shall be as large as possible. In all cases the values given in schedule of dimensions,
1939. 1676 mm gauge 1939 printed in metric units, 1973 or its latest revision shall be
observed along with any other supplementary rules, which may be issued by the Railway
Board and advised to the contractor.
(b)
Over-bridges & Tunnels: The clearances which are to be made available at over-bridges,
signal, gantries and other over line structures shall be based on the above rules.
(c)
Platform sheds and structure: In the course of checking the overhead equipment pegging
plans the contractor shall prepare a list of platform sheds and other structures in the vicinity
of track to be wired. The clearances to these structures shall be in accordance with those
shown in the relevant drawings issued by RDSO. If these clearances are not available, the
contractor shall advise the purchaser in time to enable the latter to take up necessary
modifications.
HEIGHT OF CONTACT WIRE
Normally, the minimum height of contact wire above rail level shall be 5.60 m at mid span
under the worst temperature conditions. This height may be reduced under bridges and in
tunnels to the extent permitted by the purchaser. The minimum height shall be 4.80 m. In
electric, locomotive sheds and over electric locomotive inspection pits the minimum height
shall be 5.80 m.
9
10
At level crossings, the minimum height shall be 5.60 m. Any contact wire shall be made
gradually and the maximum slope shall not normally exceed 3 mm/m on main line and 10
mm/m on sidings. The end span of any section with a gradient of contract wire shall have a
slope not greater than half the main slope.
11
TERMINATION
(a)
General: Traction overhead line shall be terminated using components specified in chapter 4,
Part II. The termination may be carried forward by one or two spans if anchoring facilities so
require.
98
Signature of the tenderer
under seal of the firm
(b)
Terminating wires shall be electrically connected to the conductors with which it should not
be connected, i.e. in a different elementary section; the portion of the terminating wire close
to the live conductor shall be separated by means of insulators.
The insulators shall be located in such manner as to clear the sweep zone of the pantograph
under the worst conditions and as far away as is possible from live conductors.
12
TYPE OF STRUCTURES& PORTALS
(a)
STRUCTURE: The overhead equipment of main tracks in case of multiple track sections
shall be electrically and mechanically independent of one another by provision of
independent cantilever masts/structure to the maximum extent possible (See RDSO’s general
arrangement drawings).
(b)
PORTALS: In cases where the tracks in a multiple track section do not permit location of
independent masts and where automatic tensioning of overhead equipment is required, rigid
portals may be used. Also in the vicinity of points and crossings, portals may be used,
provided it is not possible to have prescribed setting with independent cantilever masts. These
structures shall be equipped with standard bracket assemblies for supporting individual
equipment of different tracks. The use of such structures is to be avoided, as far as possible
and for this purpose the purchaser will arrange to slew the tracks, if practicable. A single
portal shall normally not cover more than five tracks. Portal structures will also be employed
at anti-creep central locations and such portals will have necessary guy arrangement.
(c) FOUNDATIONS: Foundations for all structures shall be designed in an economical manner
by following the methods of design indicated by the purchaser and observing the schedule
furnished by him.
13
CANTILEVER ASSEMBLY
The bracket assembly carrying overhead equipment shall be of the swiveling type. The
assembly shall be such that the tubes adopted will permit easy adjustment or the whole
equipment after erection to cater for displacement of the track during maintenance up to the
extent of 100 mm on either side except as otherwise relaxed by the purchaser .In special
locations, pull-off arrangements may be used with the approval of the purchaser (See RDSO’s
drawings of the bracket assembly and components.)
14
OVERLAPS
Overlaps shall be provided at suitable intervals such that neither the tension length exceeds
1,500 m nor the fixed anchor to balance weight anchor exceeds 750 m.
(a)
General: The two contact wires at the overlapping zone shall be parallel to each
other in a plan parallel to the track and run separated from each other (see RDSD’s for
general arrangement drawings).
Insulated: In the case of insulated overlaps the separation between the two contact and the
two catenary wires shall be 0.5 m.
15
POINTS AND CROSSING
Arrangements of overhead equipment of different type e.g. regulated, unregulated or tramway
at points and crossing shall be in accordance with the standard drawings. (As per RDSO)
99
Signature of the tenderer
under seal of the firm
16
SECTION INSULATORS
(a)
Brief description: The section insulators shall provide effective electrical isolation of two
elementary electrical sections of overhead equipment and permit smooth passage of the
pantograph in either direction at all speeds up to 70 km/h. The outline of a section isolator is
shown in a RDSO’s drawings. The section insulators shall be of the single wire type.
(b)
Size and weight: The section insulator assembly shall be such that it should be possible to
install the insulator in the overhead equipment provided the axial distance between the
catenary and the contact wire with section insulator in position is not less than 450 mm. The
weight of the complete assembly shall not be more than 45 kg. for single wire type excluding
the weight of catenary insulator and the catenary ending clamps.
17.
ISOLATORS
Manually operated isolators single or double pole type with or without earth contact assembly
may be required to bridge certain section insulators or insulated overlaps. In certain large
yards, isolators controlling different lines may be grouped together on a gantry.
18
RETURN CONDUCTORS: Not applicable in this contract.
19
BRIDGES & TUNNELS:
(a)
Over-bridges: The complete overhead equipment (i.e. both the catenary and the contact
wires) normally pass under over-line structures. Additional intermediate suspension points
shall be provided, if necessary to ensure the specified minimum height of contract wire being
maintained. In special cases the catenary may be anchored on either side of the over line
structure and the contact wire carried underneath.
(b)
Tunnels & Cuttings: The arrangements proposed for the equipment in tunnels and cuttings
shall take into account the special features of each location.
(c)
Safety Screens: On over-bridges, metallic protective screens shall be provided in order to
prevent any person from coming into contact with the live overhead equipment. Such screens
shall be properly earthed.
(d)
Height gauges at level crossings: Height gauges will be provided at all level crossings in
accordance with the general arrangement drawings.
20
BONDING AND EARTHING
(a)
Bonding and earthing shall be done in accordance with code for Bonding and Earthing.
(b)
Longitudinal and transverse bonding: Longitudinal and transverse bonding of tracks,
bonding of structures including traction structures to rails and associated earth shall be
provided in accordance with the above code.
(c)
Traction structure bonding: Every traction mast or structure shall be bonded to a non-track
circulated rail unless it is provided with a continuous earth wire or it is individually earthed by
means of an earthing station.
(d)
Double rail track circuit: Where track circuits are provided on both rails, traction
masts/structures shall not be bonded to rails but shall be provided with an earth wire made of
steel reinforced aluminum conductor consisting of 6 strands of aluminum and one strand of
100
Signature of the tenderer
under seal of the firm
steel each of 4.09 mm dia. (RACCOON) (Conforming IS: 398 Pt. II).The earth wire shall be
run on traction masts or structures. They shall be divided into different electrical sections not
exceeding 1,000 m long. The earth wire in each such section shall be connected at two traction
structures, situated at a distance not exceeding 250 m on either side of the mid-point of the
section to two10 ohm, earth stations which will be provided by the contractor. Sections on
which earth wire is required to be provided are indicated in Chapter 8, Part II.
101
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER – II - FOUNDATIONS
102
Signature of the tenderer
under seal of the firm
CHAPTER-II
FOUNDATIONS
1
SCOPE
This chapter deals with the designs of foundations and anchor blocks for traction structures
carrying overhead equipment (including those on bridges), structures at switching stations
and booster stations and other concrete work. It also deals with the specification for concrete.
2
DESIGN OF FOUNDATIONS
(a)
Soil pressure: For design of foundations for traction structures carrying overhead equipment,
the contractor shall determine the type and allowable bearing pressure of soil at suitable
intervals and adopt the type and size of foundations suitable for particular locations with the
help of the approved employment schedules. In cases of particularly weak soil, the bearing
pressure may have to be determined for each location where so advised by the purchaser. soil
bearing pressure, using SPT (falling weight equipment) should be determined generally for
every 5 kilo meter interval or less wherever change of soil is encountered. In general IS code
of practice (IS:6403) should be followed. In addition, at every 250 m the soil bearing pressure
should be determined by dial gauge type potent meters. Dial gauge type potentiometer shall
also be made available by the contractor at each foundation site so as to facilitate cross check
at each individual location.
For design of foundations for masts and gantries at switching stations and booster stations, the
contractor shall determine the type and allowable bearing pressure of soil at the location of
such stations and shall prepare designs for the foundations suitable for each location to suit
the bearing pressure of the soil in consultation with the purchaser.
(b)
Structures carrying overhead equipment: Foundations for traction structures carrying
overhead equipment shall be either of the side bearing, side-gravity or new pure gravity type
according their location, formation of the sub-grade and bearing pressure of the soil. In new
filled up soil or cinder formation, pure gravity sand-filled core foundations, or foundations
with cast-in-site reinforced concrete piles or cantilever type foundation with counter-weights
or guyed foundation may be adopted.
(c)
On Bridge Piers: Complete design of foundation for traction structures on bridges to suit
different locations and local conditions will be furnished by the purchaser.
(d)
Masts and fabricated structures at switching stations and TSS
Foundations for the masts of gantries at switching stations and TSS shall be of the pure
gravity type, the base of which shall rest on consolidated soil.
(e)
Fencing Posts: Foundations for fencing posts shall rest on consolidated soil if the depth of
unconsolidated soil is less than 1.5 m below the datum level and shall be rectangular parallel
piped in shape. If the depth of unconsolidated soil is more than 1.5 m the foundation block
shall rest on reinforced concrete piles cast-in-site or reinforced concrete foundation may be
adopted as desired by the purchaser.
103
Signature of the tenderer
under seal of the firm
(f)
Typical Design: Typical designs and drawings of side bearing and new pure gravity and side
gravity type foundations are included in the drawings issued by RDSO. Employment
schedules for standard foundations for traction structures for various locations and types are
also included in the drawings issued by RDSO.
(g)
Special foundations: In the case of foundations at locations not covered by the employment
schedules furnished by the purchaser, the contractor shall prepare special designs and furnish
full design calculations justifying the choice of the type of foundations for such locations. In
black cotton soil specially pile foundations of under reamed type as per RDSO’s standard
designs (Reference RDSO’s drawing No. ETI/C/0062 Mod. ‘A’ or any other approved design
may have to be cast at limited locations for trial purpose. The tenderer may furnish the
technical details of alternative design, construction methods proposed to be adopted and their
previous background/experience if any. The decision of the purchaser with regard to
feasibility and suitability of adoption of the alternative design for each type of foundation will
be final.
(h)
Equipment Pedestals: Pedestal for interrupters and HT/LT supply transformers wherever
required, shall be of mass concrete with the base resting on consolidated soil.
Pedestal for power transformers shall be made of mass concrete with base resting on
consolidated soil. Foundation for circuit breakers supported on steel structures and for other
items of equipment such as isolator, instrument transformer, bus bar support insulators etc.
shall be of the pure gravity type, the base of which shall rest on consolidated soil and shall be
left with core holes into which the legs of the supporting structures shall be suitably fixed by
grouting.
(i)
Cable trenches: The cable trench shall rest on original ground if the depth of unconsolidated
soil is less than 0.5 m. If the depth of the unconsolidated soil if more than 0.5 m the cable
trench shall be made of reinforced cement concrete of approved design supported at suitable
intervals on concrete pillars.
3
BEARING PRESSURE
(a)
Guiding information: Subject to para. (a) above, the following allowable bearing pressures
may generally be expected for kinds of soil. The information is given for general guidance
only.
i)
Average good soil in banks and cuttings
… 11,000 kg/sq. m
ii)
Moorum soil in cutting
...
22,000 kg/sq. m.
iii)
New banks and bad soils
...
5,500 kg/sq. m.
Black cotton soil-pure gravity foundation shall normally be adopted. However, under reamed
pile foundations may be adopted at the option of the purchaser in limited locations for train
purpose. In the case of dry black cotton soil, the soil should be subjected to a bearing pressure
as close as possible but not exceeding 16,500 kg/sq. m. the depth of the foundation block
being not less than 2.8 m. In the case of wet black cotton pressure as close as possible but not
exceeding 8,000 kg/sq.m.
In the case of hard rock, a hole should be blasted in the rock, or by means of any other drilling
and pneumatic method and the mast sealed into it with concrete.
104
Signature of the tenderer
under seal of the firm
4
CONCRETE
Concrete for foundations shall be nominal of grade M.10 obtained by mixing cement, coarse
aggregate, fine aggregated and water in accordance with proportions given vide table 9 of
ISL: 456 reproduced below. For grouting, muffing, embedding of structures in foundations
and for cable trenches at switching stations, nominal mix concrete M.15 obtained by mixing
materials in proportions as indicated in Table 9 of IS: 456 shall be used. Volume batching
may be adopted vide clause 10.2.4 of IS: 456 reproduced below:
IS: 456-2000
TABLE-9: PROPORTIONS FOR NOMINAL MIX CONCRETE
(Clause 9.3, 9.3.1)
Grade of
Concrete
Note:
Total quantity of dry aggregate by
mass per 50 kg of cement, to be
taken as the sum of the individual
masses of the fine and coarse
aggregates, kg, max
Proportion of fine aggregate
of coarse (by mass)
Qty. of water per 50 kg
of cement
( Max liters)
(1)
(2)
(3)
M5
800
M 7.5
625
M 10
480
34
M 15
330
32
M 20
250
30
Generally 1: 2 but subject to
an upper limit of 1:1.5 and a
lower limit of 1:2.5
(4)
60
45
The proportions of the fine to coarse aggregates should be adjusted from upper limit to
lower limit progressively as the grading of the fine aggregates becomes finer and the
maximum size o coarse aggregate becomes larger. Graded coarse aggregate shall be used.
Example:For an average grading of fine aggregate (that is Zone II of Table 4 of IS: 383-latest*), the
proportions shall be 1:1.5,and 1:2 and 1:2.5 for maximum size of aggregate 10 mm, 20 mm and 40
mm respectively.
*Specification for coarse and fine aggregates from natural sources for concrete (second revision).
In case uniformity in the materials used for concrete making has been established over a period of
time, the proportioning may be done by volume batching, provided periodic checks are made on
mass/volume relationships of the materials. Where weigh batching is not practicable, the quantities of
fine and coarse aggregate (not cement) may be determined by volume. If the fine aggregate is moist
and volume batching is adopted, allowance shall be made for bulking in accordance with IS: 2386
(Part-III)”*.
*(Methods of test for aggregates for concrete part III specific gravity, density, voids, absorption and
bulking “.)
In judging the acceptability of the materials, quality of concrete and the method of work, the
purchaser will generally observe the provisions of the “Indian Standard Code of practice for plain and
reinforced concrete IS: 456. The crushing strength of concrete shall not be less than the limits given
below:
105
Signature of the tenderer
under seal of the firm
Specified characteristics compressive strength of 15 cm cubes at 28 days
Note: (a)
(b)
5
Concrete
At 28 days
a) M.10
b) M.15
c) M 20
10 N/mm2
15 N/mm2
20 N/mm2
Test specimens of works tests shall be taken at the site of work from mixture of
concrete ready for pouring into the foundation hole. All tests shall be carried out in
accordance with IS: 516(latest version). The sample of concrete from which test
specimen are made shall be representative of the entire batch.
Age is reckoned from the day of casting.
SIZE AND GRADING OF AGGREGATES
The graded coarse aggregate 40 mm nominal size (Table 2 of IS: 383) shall be used for
foundation. A coarse aggregate for grouting muffs and embedding shall be of 20 mm graded
nominal size as per table 2 of IS: 383 (Specification for coarse and fine aggregate from
natural sources for concrete).
Fine erection shall be graded from 10 mm downwards. The maximum size of aggregate for
under reamed pile foundation shall be 20 mm graded nominal size.
6
SAND-CORED FOUNDATIONS
After erection of masts in sand-cored foundations, the core hole of the foundation blocks shall
be filled with dried sand and covered with a layer of bitumen of 80 mm thickness below 30
mm from top level of the block. A hemi-spherical shaped muff shall be provided on such
hemispherical shaped muss shall be provided on such foundations in lieu of standard type.
7
SINKING OF CONCRETE SHELLS
Where the water table is high, one or more sections of reinforced concrete shells may have to
be sunk before casting concrete. The size of each shell shall be 1,200 mm outside dia x 50
mm thick x 600 mm high reinforced with 6 mm *1/4”) dia, rods spaced 150 mm apart, both
longitudinally and circumferentially, the concrete shall be of grade M 20 as per provision of
Para .4.
8
TYPE OF FOUNDATION IN BLACK COTTON SOIL:
Type of foundations is black cotton soil. The foundations in dry black cotton soil should be of
type BC or NBC or any other type as approved by the purchaser.
9
CEMENT
The cement to be used in the construction of PCC/RCC structures should be of OPC / PPC /
PSC conforming to IS: 269(latest version).
106
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER- III-STRUCTURES
107
Signature of the tenderer
under seal of the firm
CHAPTER- III
STRUCTURES
1
SCOPE
This chapter deals with the design of steel structures and steelwork for overhead equipment,
switching stations, booster transformer stations and LT supply transformer stations and the
specification for steel mast.
2
TYPE
Structures and gantries may consist of any more of the following types:
i)
ii)
iii)
Broad flange beams
Rolled steel joists (I Section)
Fabricated steel structures (welded/bolted)
Structure/uprights shall generally be embedded in concrete foundation blocks: in special
cases structures may be secured by means of holding down bolts.
3
DESIGN
OHE
4
(a)
Steel Structures: Designs for steel structures shall, except where otherwise provided,
comply with the “Indian Standard Code” of Practice for use of Structural steel in
General Building Construction - IS: 800(latest version). The thickness of smallest
steel section used shall be 5 mm for galvanized members.
(b)
All the steel structures and small part steel for carrying overhead equipment are to be
fully galvanized after drilling and fabrication as per specification
ETI/OHE/13(4/84)(latest version) and no painted structures are to be used.
CANTILEVER MASTS
(a)
Load: For purpose of design the worst possible combination of all loads that may
occur shall be considered.
The load shall include the following (weights to be assumed for design of structures
are shown against important items).
i)
Weight of overhead equipment (1.60 kg./m for each conventional OHE)
ii)
Weight of bracket supporting the overhead equipment (60 kg/normal bracket).
iii)
Weight of a man (60 kg).
iv)
Weight of an earth wire (0.32 kg/m)
v)
Weight of feeder, return conductor or other special equipment wherever they
occur.
108
Signature of the tenderer
under seal of the firm
vi)
The effect of eccentricity of vertical and horizontal loads on the bracket due to
variation in temperature.
vii)
Wind loads perpendicular and parallel to the track. The wind pressure adopted
shall be taken as that indicated in chapter -viii.
viii)
(b)
Radial forces on the mast, due to stagger, curvature, anchorage etc.
ix)
Weight of the mast itself.
x)
Any other load or loads that may occur due to the special location of the
structures.
Deflection: Notwithstanding the provisions contained in IS: 800(latest version)
referred to in Para 3. Above regarding permissible deflection, the following shall
apply.
i)
The deflection at the top of the mast due to permanent loads shall not exceed 8
cm and the mast shall be so erected that it becomes reasonably vertical after
application of permanent loads.
ii)
The additional deflection under maximum wind pressure shall not exceed 8 cm
the level of the contact wire.
(c)
Torsion: The torsion rotation of the mast due to permanent loads shall not exceed
0.1radian.
(d)
Typical design: The typical design of a traction mast is included in the set of standard
drawings issued RDSO. Employment schedules for standard masts for various
locations and types are included in the standard drawings issued by RDSO to enable
selection of suitable types for different locations and local conditions.
5
ANCHOR MASTS
(a)
Masts at which overhead equipment will be anchored shall also normally be of the
same type as those in other locations. Anchor masts shall normally be provided with
suitable guys but struts may be permitted in special cases.
(b)
Dwarf masts: At certain locations where due to local conditions it is not feasible to
anchor the guy rod on a foundation block in the ground, a dwarf mast shall be used in
accordance with approved designs.
6
HEAD SPANS: As applicable whereever required as indicated in the LOP plan.
7
PORTALS
(a)
General: Portal shall be of fabricated steel of standard types to RDSO’s designs. The
most important designs are covered by Drawings issued by RDSO.
(b)
Load: The loads shall be as detailed in para 4 (a) as applicable.
109
Signature of the tenderer
under seal of the firm
8
STRUCTURES ON BRIDGES
(a)
The structures may be either cantilever masts or portals (hinged or fixed at base)
depending on the type and condition of bridge pier capping. As far as possible
cantilever masts grouted in foundation blocks on piers will be used. Where this is not
possible cantilever masts with holding down bolts or suitable portals (hinged or fixed
at the base) may be adopted.
(b)
Designs of structures on bridges to suit different locations and local conditions will be
furnished to the contractor by the purchaser.
9
SPECIAL STRUCTURES
In the case of structures at locations not covered by the employment schedules issued
by RDSO, the contractor shall furnish complete design calculations justifying the
choice of the type of structures for such locations.
10
SETTING OF STRUCTURES
(a)
The setting is the distance from the central line of the track, on straight or curve to the
face of the mast/structure of fitting located on the mast.
(b)
On straight and outside of curve, the standard setting shall be as per the relevant
drawing issued by RDSO. Minimum setting of structures shall be 2.8 m plus curve
allowance as required. Whenever this distance cannot be provided specific approval of
purchaser shall be obtained before erection. Setting of portal upright, overlap/turn-out
structures, anchoring structures and other masts carrying more than one OHE will be
3.0 m wherever possible.
(c)
Extra clearance in curves: The minimum setting of structures on curves shall be
determined by adding to the above minimum figures an extra clearance indicated in
the table included in the set of standard drawings.
(d)
Structures with counter weights: In case of structures carrying counter-weight
assemblies, the term “setting” shall refer to the minimum distance of the counterweight from the track centre under the worst conditions of wind.
(e)
Structures near signals: In the vicinity of signals, structures shall be located in a
manner, which shall ensure good visibility. Where necessary, the setting shall be
increased as per the relevant drawing.
(f)
Setting of structures: The value of setting of masts/structures shall be painted on
each mast/structure. The figure shall be 25 mm in size in white on a red background.
In addition, the track levels shall also be marked on the mast/structure by a horizontal
red painted stroke.
(g)
Structures on Platform: The setting of structures on platform shall
110
Signature of the tenderer
under seal of the firm
be not less than 4.75 m.
11
NUMBERING OF STRUCTURE CARRYING OVER-HEAD EQUIPMENT
All structures shall be numbered in accordance with the numbering given in the
approved overhead equipment layout plans. Enameled number-plates shall be
provided on each mast of structure as per approved designs.
12
STEEL WORK FOR SWITCHING STATIONS & GANTRIES
(a)
Horizontal members of gantry: Horizontal members of main as well as auxiliary
gantry carrying isolator switches, insulators, potential transformers etc. shall be made
from steel sections viz. channels, angles and small joists, single or fabricated. They
shall preferably be attached to masts by means of clamps to avoid drilling for masts
sections.
(b)
For purpose of design, all possible loads, which may occur in the worst combination,
shall be considered. The loads shall include the following:
(c)
i)
Weight of insulators, instrument transformers, isolator switches, bus bars and
their accessories.
ii)
Loads caused by feeders, along and across tracks, return feeders etc.
iii)
Loads caused by anchorage due to guying of anchored masts (where
applicable).
iv)
Pull or push on the structures due to anchorage and radial tension where
applicable).
v)
Wind load on the different structures, conductors and equipment. The wind
pressure shall be taken as that indicated in chapter VIII.
vi)
Weight of men working on the structures.
vii)
Weight of structure itself.
viii)
Any other loads which may occur due to special equipment wherever they
occur.
Tension of conductors: For purpose of designs, the maximum tension of different
conductors, without wind load, shall normally be as under:
i)
Maximum tension in the cross feeders at switching stations under worst
conditions:
For spans less than 18m… 100 kgf
For spans more than 18m... 200 kgf
ii)
Maximum tension in longitudinal feeders running parallel to the track at the
switching stations under worst conditions.150kgf.
111
Signature of the tenderer
under seal of the firm
iii)
13
Tension in anchored overhead equipment in case of sectioning and paralleling
stations 2,000kgf.
(d)
Deflection of gantry masts: Deflection under the permanent loads (at an average
temperature of 35°C without wind) at the top of the fabricated structures of masts
shall be limited to one eightieth (1/80) of its height above foundation.
(e)
Anchor mast: Mass of the gantry at which feeder or overhead equipment will be
anchored at the switching stations shall normally be provided with suitable guys, but
struts shall not be permitted.
(f)
Chairs and Brackets: Chairs, brackets and supporting steel work carrying potential
transformers, lightning arrestors, insulators etc. shall be made of fabricated steel and
be mounted on the main or auxiliary gantry preferably by means of lamps of avoid
drilling of mast sections.
(g)
Uprights and fencing posts: Uprights carrying operating handles of isolators and
fencing posts shall be made from steel sections, viz, channels, angles or small joists,
either single or fabricated.
Steel: Steel conforming to IS: 2062(latest version) shall be used for all fabricated steel
works.
112
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER – IV
EQUIPMENTS, COMPONENTS & MATERIALS
113
Signature of the tenderer
under seal of the firm
CHAPTER – IV
EQUIPMENTS, COMPONENTS & MATERIALS
1
GENERAL
This chapter deals with the details and specifications of the equipment, components and
materials to be used for traction overhead equipment, switching stations, booster transformer
stations and LT supply transformer stations, Traction substation (TSS) equipment. This
chapter does not cover structures and foundations, which are dealt with in chapter ii &iii. In
general based on the specifications issued by various bodies, such as Bureau of Indian
Standard Institution, British Standards Institution etc. specifications have been issued by
RDSO. Such specification may be brought separately from the office of RDSO, Lucknow and
CORE, Allahabad.
2
COMPLIANCE WITH STANDARD SPECIFICATION
In the technical specifications of equipments, components and materials, references are made
to the following standards specifications:
i)
ii)
iii)
3
International Electro-technical Commission (Abbreviated as IEC) publications.
British Standards (abbreviated as BS)
Indian Standards (abbreviated as IS)
QUALITY ASSURANCE
The provisions of Part-I for quality assurance will apply, including facilities to be provided
by the manufacturer.
4
PROTO TYPE TESTS
Require if applicable
5
INSPECTION AND TEST
Require if applicable
6
TEST CERTIFICATES
Require if applicable
7
BULK MANUFACTURE
Require if applicable
8
INTER CHANGEABILITY
Require if applicable
All equipment’s, components and fittings shall be inter-changeable and supplies shall be in
accordance with the RDSO/CORE’s designs. Components such as fuses, indication lamps etc.
should be replaceable with substitutes available indigenously, as far as possible.
114
Signature of the tenderer
under seal of the firm
9
TECHNICAL SPECIFICATION
The supply and testing of materials, component items and equipment shall be in accordance
with the latest specifications, Codes and guidelines issued by RDSO, Lucknow. In the
absence of RDSO, IS issued by BIS shall be applicable.
Some important specifications are listed below (latest revisions may be ascertained from
RDSO/BIS):
Structural steel
IS: 2062
IS: 800
IS: 808
Tensile testing
IS: 1731
IS: 2004
IS: 1608
for steel products etc.
Welding
IS: 816
Disc Insulator
IS: 731
IS: 3188
Dropper Wire
IS: 282
Annealed copper jumper wire
IS: 9968 pt. 2
Al. Jumper wire
IS:694
All aluminum
Conductor
IS: 398 (Pt. I)
Material for Aluminum tabular Bus bar
IS: 5082 (Grade 91E)
General requirement for the supply of
Metals & metal products.
IS: 1387
Galvanized stay strand
IS: 2141 (Grade-2)
PVC insulated cables
IS: 1554 (Pt. I)
Tin bronze castings
IS: 306
Aluminum bronze castings
Malleable iron castings
Coarse and fine aggregate from natural
sources of Concrete
IS: 3091
IS: 2108 (grade (BM-340) 46/4600A)
115
IS: 383
Signature of the tenderer
under seal of the firm
Code of practice for general construction
of plain & reinforced concrete
IS: 456
Method of tests for strength of concrete
IS: 516
Gray iron casting
IS: 210 (Grade-15)
Aluminum castings
IS:617 (Grade4600/4600A)
Copper strip for formed fittings
IS: 1987
Cadmium copper conductor for over
head Railway Traction
Annealed stranded
Copper conductors
for jumper wire
ETI/OHE 42
ETI/OHE3
Copper Bus bar
RE/30/OHE/5
Structural Steel tubes
ETI/OHE 11
Hot dip galvanization
of steel masts (Rolled
and fabricated) tubes
and fittings used
on 25 KV ac OHE
ETI/OHE/13
Stainless steel wire rope
ETI/OHE/14(1/97)
25 KV solid core
insulator including
those for polluted zones.
ETI/OHE/15
Bolts, Nuts and Washers
ETI/OHE/18
Aluminum Alloy section and tube
ETI/OHE/21
Standard drawings for
traction overhead equipment.
RE/OHE/25
Section insulator assembly
ETI/OHE/27
Enameled steel plates
ETI/OHE/33
116
Signature of the tenderer
under seal of the firm
3-pulley type regulating equipment
ETI/OHE/48A
Fittings for 25 KV 50 Hz
ac traction equipment
ETI/OHE/21
Aluminum Alloy section and tube
ETI/OHE/21
Galvanized steel wire
ETI/OHE/36(12/73)
7.5 KV Lightning Arrestor
ETI/PSI/3(8/750
25 KV Interrupter
ETI/PSI/4
25 KV Potential Transformer
ETI/PSI/8
110 V Battery Charger
ETI/PSI/1
Aluminum copper Bi-Metal Strips
ETI/OHE/75
10
NOMENCLATURE AND MARKING
a)
All components and fittings supplied by the contractors shall bear the respective
identification number and a mark to identify the source of supply, except in the case
of galvanized tubes, bolts and nuts.
b)
In case of insulators, galvanized steel tubes, stainless steel wire rope and conductors,
name of manufacturer shall be specified in “As Erected” drawings for identification.
11
STEEL WORK AND PROTECTION AGAINST RUST
a)
Galvanizing: All ferrous materials and fittings shall be hot dip galvanized according
to the specification ETI/OHE/13(4/84) (latest version).
b)
Painting: Some components or parts may, with the approval of purchaser, be
protected only by paint and parts so protected shall be given two coats of composite
aluminum primer and two coats of aluminum paints. The second coat of aluminum
paint shall be applied after erection.
(c)
Rectification at Site: In case of modifications which would damage the protective
coat, repairs to such damage would be allowed only in exceptional circumstances. The
part damaged shall be protected in accordance with the method indicated in
specification ETI/OHE/13(4/84) (latest version) or any other method approved by the
purchaser. The contractor shall, in all such cases obtain prior permission for the
purchaser before carrying out repairs.
12
BRACKET ASSEMBLY COMPONENTS
117
Signature of the tenderer
under seal of the firm
(a)
Arrangements for normal OHE: The arrangements of the different fittings and
structural components of bracket assemblies are shown in drawings issued by RDSO.
The employment schedule of bracket will be furnished to the Contractor.
(b)
Bracket: Bracket tubes shall be of seamless cold drawn or electric resistance weld
steel complying with ETI/OHE/11(5/89) (Latest version) with an insulator near the
support. The length of the tubes such that there is a free length of about 200 mm
beyond the catenary suspension bracket to facilitate adjustment during track
maintenance.
(c)
Tubular stay arm: Steel tubes with adjustable steel rods shall be used for tubular stay
arm of all bracket assemblies.
(d)
Register arm: The register arm shall also be electrical resistance weld or cold drawn
steel tube of proper dimensions duly formed. It shall be suspended by a dropper from
the catenary suspension clamp/bracket tube. A hook and eye arrangement shall be
used at the bracket end to permit free movement in every direction.
(e)
Steady arm: Steady arm shall normally be fitted in all assemblies for overhead
equipment in running. The steady arm shall be of light alloy BFB section arranged to
work always in tension in accordance with ETI/OHE/21(9/74)(latest version). Steady
arms of secondary tracks may be of solid galvanized steel rodding. The contact wire
shall be fixed by a simple swivel clip without threaded parts. Steady arms shall
normally be 1.0 m long, but for special locations such as turn outs, diamond crossing
etc., steady arms shall be longer indicated in the relevant drawings.
Bent steady arms of aluminum alloy tube conforming to Spec.ETI/OHE/219/74)
(latest version) shall be used for neutral section overlap and in the central mast of a 4
span insulated overlap.
13
DROPPERS
(a)
General Design: The dropper shall generally be designed as shown in standard
drawings and made of copper wire about 5 mm diameter conforming to IS: 282(Latest
version), and shall be attached to the catenary wire by a copper dropper clip. The
contact wire shall be held by a clip of aluminum bronze as shown in the standard
drawings. The distribution of dropper shall be in accordance with standard designs.
(b)
Loading: The droppers shall be able to withstand a vertical load of 200 kgf at the
point of attachment to the contact wire and the clip shall not slide under a horizontal
load of 120 kgf.
(c)
The permissible tolerance in the overall length of a dropper will be ± 5 mm.
14
INSULATORS
(a)
All insulators except those on return conductors and earth wires shall be of the solid
core type. Disc insulators shall be used on return conductor. All solid core insulators
shall
conform
to
TI/SPC/OHE/INS/0070(latest
version)
or
TI/SPC/OHE/INSCOM/0991(latest version) is for composite insulators and shall be
of longer creepage path type.
(b)
Inter-changeability: For free inter-changeability only the following types of
insulators shall be used. While the shapes of the insulators may very slightly form
118
Signature of the tenderer
under seal of the firm
those shown in the drawings, the essential dimension of the galvanized malleable cast
iron caps as given in standard drawings shall be adopted.
i)
Stay-arm insulators: These insulators will be used in conjunction with the tubular
stay arm of all bracket assemblies.
ii)
Bracket Insulators: These will be used at the base of each bracket assembly in
conjunction with bracket tubes.
iii)
9-tonne Insulators: These will be used at all places for cut-in and terminal insulators
including those in return conductors, but excluding those in earth wire.
iv)
Solid core Post Insulator: These will be used at all places for supporting isolator
mechanisms, bus bars jumpers etc. of 25 KV.
(v)
Disc Insulators: Clevis type 255 mm disc insulators will be used for return conductor
suspension and for earth wire cut-in-insulator.
(vi)
11KV Pedestal Insulators: These will be used at all places for supporting bus bars,
jumpers etc. in conjunction with return conductor/return feeders.
15
ENDING FITTINGS AND SPLICES
(a)
General: Terminating or ending fittings and splices on copper conductors shall be of
the cone type clamping on both the inner and outer strands of conductors except for
contact wire ending clamps which may be of wedge type. The arrangements shall be
easy to install and also be such as would apply the clamping pressure gradually
without shock (see ETI/OHE/49(9/95) (latest version).
For Aluminum
alloy/Pure Aluminum conductor, the end fittings shall be either cone type, strain
clamp type or any other type as approved by the purchaser.
(b)
Loading: All the parts shall be capable of withstanding without damage, a load
greater than the ultimate strength of the wires to which they are fitted. In the case of
thread no damage shall occur when they are subjected to a load equal to two third of
the ultimate strength of the wires.
(c)
Restricted use of splices: The use of splices shall generally be avoided and their use
shall be restricted to the minimum necessary. Over main tracks, there shall be no
splice in the contact wire on first erection. Elsewhere, not more than one splice be
used in any tension length (i.e. anchor to anchor) for which prior approval shall be
taken from the purchaser. Additional splices may, however, be provided to enable
retention of conductors, which are found defective during, and /or after erection.
Splices may also be permitted for repair of damage due to thefts or railway accidents.
(d)
Strength of Assembled Fittings: The strength of fittings assembles with appropriate
conductors or wires shall be not less than that of the conductor or wire itself.
(e)
Additional Terminating Wires: Cadmium copper stranded wire of 65 sq.mm.
nominal section of 37/2.1 mm (as used in head span construction) may be used as
additional terminating wires for extending single and double conductors respectively,
if termination at the nearest structures is not feasible.
16
ELECTRICAL CONNECTIONS FOR OHE
119
Signature of the tenderer
under seal of the firm
(a)
General Designs: All electrical connections between conductors shall be made by
parallel clamps. The general arrangements of connections are shown in the standard
drawings.
(b)
Jumpers: Copper jumpers shall be any of the followings:
i)
Large jumpers of annealed copper in accordance with specification
ETI/OHE/3(2/94)(latest version).
ii)
Small jumper of annealed copper in accordance with the specification IS:
9968-Pt.II (latest version).
Aluminum jumpers, wherever used, shall be of all aluminum stranded conductor
19/7/1.4 mm bare 3/4 H generally conforming to IS: 8130(latest version).
(c)
Busbars: Bus bars or rigid jumpers of copper where used shall be of 18 mm dia.
copper rod in accordance with RE/30/OHE/5(11/60)(latest version). Aluminum
busbars wherever used shall be of 36/28 mm tubing. Aluminum tabular busbars shall
be made of Al. alloy grade 63401 (WP Condition) to IS: 5082(latest version). The
tolerance on diameter and thickness shall be as per class I, IS: 2673(Latest version).
(d)
Feeders: Feeders shall be of all aluminum conductor 19/3.99 mm (SPIDER).
(e)
The general characteristic of all wire and conductors is included in a drawing issued
by RDSO.
Earth wire shall be of steel reinforced aluminum conductor 7/4.09mm (RACCOON)
confirming to IS: 398 (Part 2) (latest version).
17
TERMINAL CONNECTORS FOR EQUIPMENTS
Isolator and Interrupter shall be supplied by the contractor along with the terminal
connectors suitable for taking jumper/busbar as required. AL-CU strips shall be
provided for bimetallic connections wherever required.
18
REGULATING EQUIPMENTS
(a)
General: A general arrangement is shown in the standard drawing issued by RDSO.
The regulating equipment should have a minimum adjustment range of 950 mm.
Stainless steel wire rope in accordance with TI/SPC/OHE/WR/1060(latest version)
shall be used in these equipment and these shall be sufficiently flexible for the
purpose.
(b)
Counter-weight: Counter weights and arrangements used shall be such that these
could be accommodated within 330 mm (13 inchs) measured transverse to the track
under the worst condition of wind. The vertical upward movement shall be limited
with a fixed top.
(c)
Reduction Ratio: Reduction ratio in the arrangement used shall be five for winch
type and three in case of three pulley type.
19
HEADSPAN: Applicable if require as per site condition.
20
ISOLATORS: 25 KV isolator switches shall comply with specification as indicated in
Para9.
120
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER- V
DESIGNS AND DRAWINGS
121
Signature of the tenderer
under seal of the firm
CHAPTER- V
DESIGNS AND DRAWINGS
1
GENERAL
(a)
This chapter deals with the procedure for approval of designs and drawings.
(b)
The type designs shall be as few as possible to cover the largest field of application
consistent with economic consideration.
(c)
In all drawings, as far as possible only such symbols as are in International use shall
be used.
2
CONTRACTOR’S DRAWINGS
(a)
The contractor shall submit to RITES LTD., drawings for onward approval by the
Railway except where otherwise specified below. All detailed designs and drawings
which are necessary to ensure correct supply of equipments, components and
materials and to enable correct and complete erection of overhead equipment,
switching stations and LT supply transformer stations as per Indian expeditious and
economic manner.
(b)
Responsibility: It is to be clearly understood that all original designs and drawings
shall be used on a thorough study. General designs and dimensions shall be such that
the contractor is satisfied about the suitability of the designs for the purpose. The
purchaser’s approval will be based on these considerations and notwithstanding the
purchaser’s acceptance; the ultimate responsibility for the correct design and
execution of the work shall rest with the contractor in terms of the conditions of
contract.
3
STANDARDS FOR DRAWINGS
All designs, legends, notes on drawings and schedules of materials shall be in English
and shall be prepared in the metric system. All designs and drawings shall conform to
specification RE/OHE/25(Latest version).
4
BASIC DESIGNS
(a)
Standard Designs: Where the contractor adopts designs and drawings conforming to
standard designs, drawings and specifications of the Research, Designs &Standards
Organization, Manak Nagar, Lucknow-226011 (RDSO) for basic arrangements,
equipments, components and fittings of traction overhead equipment, switching
stations, and LT supply transformer stations and adopts employment schedules
furnished by the purchaser, he shall verify such designs, drawings and employment
schedules and satisfy himself that these are correct and the latest approved drawings,
before use. Within one month of the issue of letter of
Acceptance of Tender,
the contractor shall indicate to the purchaser, the list of standard basic arrangements,
components and fittings drawing and employment schedules, which he will adopt for
the purpose of the work. The contractor for his use and reference shall obtain
reproducible transparent film (50 microns) each of such standard basic arrangement,
122
Signature of the tenderer
under seal of the firm
component and fittings drawings and employment schedules from Chief Electrical
Engineer, Railway Electrification, Allahabad-211001 on payment as per the
prescribed rates.
(b)
Deviations: Normally, deviations from the standard drawing of the RDSO will not be
accepted. However, in exceptional cases where the contractor desires to suggest
improvements as a result of his experience of other development, he shall justify his
proposals with supporting explanatory notes.
5
SPECIAL DESIGNS
(a)
In cases where standard designs, drawings or employment schedules do not cover
requirement of special locations or site conditions, the contractor shall submit his own
designs or drawing along with supporting calculations and notes for scrutiny and
approval of the purchaser.
(b)
Such special designs shall generally be in conformity with basic design furnished by
the purchaser and in accordance with the specifications. If the contractor wishes to
adopt special designs, which do not conform to the general basic designs of the
purchaser, he shall submit alternative designs and drawings justifying his proposals.
6
PARTICULARS, DESINGS & WORKING DRAWINGS FOR OHE
(a)
The pegging plans for the sections to be equipped indicating the type of overhead
equipment, locations of masts and other general particulars prepared on the basis of
latest Engineering plan for the siding and available layout plan of the existing OHE at
the station from where the siding takes off will be furnished by the purchaser. The
contractor will verify and check these plans at site.
(b)
Contractor’s pegging Plans: If the contractor is called upon to carry out survey and
prepare overhead equipment pegging plans, he shall submit such plans for approval
after checking their feasibility at site.
(c)
Principles of Layout: The contractor shall in all cases ensure that the final pegging
plans are in conformity with the latest principles of preparation and checking of OHE
layout plans and sectioning diagram issued by RDSO.
(d)
Provisional layout plans: The Contractor shall prepare and submit overhead
equipment layout plans incorporating the following information:
i)
The run of wires in different thickness of color in special cases and
termination.
ii)
The run of wires for future wiring indicated to the Contractor, in dotted lines.
iii)
Exact position of all cut-in-insulators, including section insulators,
iv)
Direction and value of stagger at each traction structure location.
v)
Clearance of live conductors to structures in the vicinity including bridges,
signals gantries etc.
vi)
Layout of feeders.
vii)
Jumper connections and connection to switches and switching stations.
123
Signature of the tenderer
under seal of the firm
viii)
List of infringements,
ix)
Kilometer numbers and type of structures.
x)
Location and numbers of switches.
xi)
Schematic sectioning diagram drawn to a convenient scale showing section
insulator, number of switches, elementary section and connections to switches
and switching stations.
xii)
Table giving references of approved profile drawings, feeder layout plans and
other relevant drawings.
(e)
OHE Profile drawings: After completion of the overhead equipment layout plants,
the contractor shall prepare an overhead equipment profile drawing showing the
actual height of the contact wire under each over line structure, and power-line
crossings, the gradient and height of the contact wire on either side of the structures
and the encumbrances at structures until normal height of contact wire and
encumbrances are restored.
(f)
Cross-section drawings: While the layout plans are being finalized, the contractor
shall submit for approval, in so far as yards between outer most points and crossing
are concerned, cross-section drawings for each structures showing guy rods, if any,
indicating the cross-section of the formation, height and nature of soil, type of
foundation block, structure proposed, reverse deflection of the structure and all
necessary particulars for erection of the foundation and the structures. In the
preparation of drawings, care shall be taken to show all obstructions such as signal
wires, points rods and their correct location in references to track/s as well as
underground obstructions like pipes, cables etc. after collecting such information from
the site.
(g)
Final layout Plans: After all the cross section drawings in a section covered by the
layout plan are finalized and foundations are cast, the contractor shall revise the layout
plans to take into account any modifications to the locations of structures during the
process of casting of foundations.
(h)
Structures erection drawings: The Contractor shall then submit structure erection
drawings for each structure incorporating all the details included in the cross-section
drawing for the structure and as erected at site and the details or the bracket assembly,
mast extensions, isolator mounting frame and anchorage of overhead equipment,
feeder or return conductors proposed for each structure together with all particulars
necessary for the correct erection of overhead equipment at the structure. For structure
with isolators, the details of electrical connections shall also be incorporated. In open
line sections the contractor shall submit structure erection particulars in the typical
proforma as given below separately for each main line track in addition to particular
details as indicated in the proforma for cross-section drawings. Modification to this
proforma if found necessary will be finalized at the time of structure erection
drawings.
(i)
124
Signature of the tenderer
under seal of the firm
S.No.
1
Location No.
2
3 4 5
6
7 8 9 10
11
12
13
14
15
Changing
1. ENCUMBRANCE
2. CONTACT WIRE HEIGHT
3. STAGGER:
I) CATENARY
II) CONTACT
4. STAY ARM:
i) (a)
ii) CODE
5. BRACKET
i) (b) (M)
ii) CODE
6. REGISTER
i) C/D (M)
ii) CODE
7. STD/BENT
CODE
8. IDENTIFICATION MARK
OTHER REFERECE/CODES FOR MISC/ ITEMS LIKE STEELWORK FOR STAY/BRACKET
ATTACHEMNT MISC. SINGLE/DOUBLE CAT. ETC. WILL BE INDICATED.
125
Signature of the tenderer
under seal of the firm
7
PARTICULARS DESIGNS & WORKING DRWINGS FOR SWITCHING STATIONS
& BOOSTER STATIONS
Where the contractor adopts designs and drawings conforming to standard designs, drawings
and specifications of the Research, designs & standards organization, Manak Nagar,
Lucknow-226001 (RDSO) for basic arrangements, equipment’s components and fittings, of
traction overhead equipment’s, switching station, and LT supply transformer stations and
adopts employment schedules furnished by the purchaser, he shall verify such designs,
drawings and employment schedules and satisfy himself than these are correct and the latest
approved drawings, before use.
(a) PURCHASER'S LOCATION PLAN ETC.
The location plans and schematic diagrams of connections for all the switching stations,
booster transformer stations and L.T. supply transformer stations will be furnished by the
Purchaser to the Contractor. These will indicate the following as applicable:i) Overhead equipment layout in the vicinity of switching or other stations.
ii) Location of main masts.
iii) Arrangement of cross feeders and longitudinal feeders to be anchored on the gantry if any,
including jumper connections to the overhead equipment.
iv) Scheme of connections of interrupters.
v) Position of the remote control cubicle with respect to the switching stations.
vi) Fencing outline at the switching stations.
The Contractor shall satisfy himself about the correctness and applicability of the location
plans given by the Purchaser before adopting them for detailed designs.
(b) DETAILED DRAWINGS
The Contractor shall submit for approval of the Purchaser the following drawings:(i) CROSS-SECTION DRAWINGS:
Cross-section drawings for each switching stations indicating the cross section of the
formation transverse to the track at each location of main mast and longitudinal section
parallel to the track along the center line of the interrupters. These drawings shall be prepared
after an accurate survey at site and shall indicate the nature of the soil, its bearing capacity,
compactness and in case of loose soil, transverse section of the parent soil. In the preparation
of the drawings care shall be taken to show all obstructions to be removes, such as signal
wires, rods and their correct location with reference to the track/s as well as under-ground
constructions like pipes, cables etc. after collections such information from the site.
(ii) GENERAL ARRANGEMENT DRAWINGS
General arrangement drawings for switching stations indicating the general arrangement of
all equipments run of bus bars, position of pedestal insulators, steel frame work and fencing.
The drawings shall also give a schematic connection/diagram and an isometric view of bus
bars and connections. The drawings shall include an elevation view of the switching stations
from behind a transverse cross section and plan sectional views at the level of feeder anchors
insulator beams, potential transformer beams and ground. Each drawing shall have a schedule
126
Signature of the tenderer
under seal of the firm
of all equipments required at the switching station along with drawing references of details of
these equipments.
(iii) STRUCTURAL DRAWINGS
Structural assembly drawing for switching stations indicating the steel frame work assembly.
The drawings shall include one elevation view of the steel frame work assembly from behind,
a transverse cross-section and plan views at various levels such as at the level of feeder
anchors, insulator beams/and ground. In the assembly each component member shall be
marked with its reference number. The drawing shall also have a schedule of component
members along with drawing reference various members. The weight of the component
members shall be indicated in a separate weight schedule. The drawings shall be prepared for
the various structural components. An individual drawing shall be made for each component
and this shall include all fixing bolts, nuts and washers whose sizes will be mentioned on the
drawings. Unit isolator beams, potential transformer beams weight of the component shall
also be given in the drawings.
(iv) FOUNDATION LAYOUT AND CROSS-SECTION DRAWINGS
Foundation layout & cross-section drawings for each switching station indicating layout of all
foundations in plan, transverse cross-section of various foundations through center line of
main masts, interrupters, fencing uprights and L.T. supply transformers, if any, and
longitudinal sections parallel to tracks through the center line of the cable trench. All
foundations shall be marked serially on the drawing and listed in a schedule on the drawing
indicating the volume of concrete for each foundation block.
(v) FENCING LAYOUT DRAWINGS
Fencing layout drawings for each switching station indicating the layout of the entire fencing
and anti-climbing device in plan. Each upright, fencing panel and fixture on the upright shall
be indicated on the drawing by its reference number. A schedule of components viz.
Uprights, panels fixer, and barbed wire shall be included in the drawings indicating the
drawing references of components. An individual drawing shall be made for each type panel,
fencing post and fixture for mounting the ant climbing device. The drawing of each fencing
post shall indicate the unit weight of the fencing post.
(vi) EARTHING LAYOUT DRAWINGS
Earthing layout drawing for each switching station indicating the layout of full earthing
system in plan. The drawing shall show the location of earth electrodes and mark the runs of
earthing strips and connections to each equipment, mast, fencing post and fencing panel. All
components shall be marked with their reference numbers, for further details of the run of
conductors and connections, separate drawings which may be common to all switching
stations may be made and references to these drawings marked on the layout. A schedule of
components shall be made out in the drawing giving drawing references of components.
(vii) CABLE RUN LAYOUT.
Cable run layout of each switching station indicating inter-connection between various
equipments, indoor and outdoor, along with schematic arrangements and physical disposition
of equipments, color coding or code number and the index scheme adopted for terminals. The
drawings shall also indicate the cable size and grades of insulation. The quantity of various
cables required shall be indicated on the drawings.
127
Signature of the tenderer
under seal of the firm
(viii) EQUIPMENT DRAWINGS
Equipment drawings applicable to all switching station except the ones for the equipments to
be supplied by the Purchaser. Drawings should be dimensioned and should indicate:1. Fixing or mounting hole dimensions and arrangement:
2. Net weight of the equipment.
3. Characteristic and rating of equipment
4. Circuit diagrams;
5. Overall dimensions and other important dimensions;
6. Height and vertical and horizontal dimensions of all exposed live parts; and
7. Notes explaining the operation of the equipment
(ix) MISCELLANEOUS DRAWINGS
Miscellaneous drawings applicable to all switching stations. These drawings shall include
drawings or sketches made for study of clearances, isolator alignment details, scheme of
interlocks, number plates of various equipments and "U” bolts for cable mounting, caution or
instruction boards, outriggers for bus bar supports and nonstandard bus bar connectors.
(x) EMPLOYMENT SCHEDULES AND CHARTS
Employment schedules and charts applicable to all switching stations.
These will include:
1. Employment schedule for pure gravity type of foundations for main masts for various
direct loads and bending moments;
2. Employment schedule for all other foundations for various depths of parent soil from the
datum level.
8
BOOSTER AND LT SUPPLY TRANSFORMER STATION DRAWINGS
Not applicable
9
SCHEDULE OF QUANTITIES
Within 2 weeks of issue of letter of award of tender, the contractor shall assess the quantities
of various items of work and submit schedule I (Assess 1) for approval by the purchaser.
Such an assessment shall be revised at suitable intervals after the first assessment is approved
till the work is completed. Such re-assessments denominated as schedule 1, (assess 2),
(Assess 3) etc., shall also be submitted for approval by the purchaser.
On receipt of approval of each final layout plan from the purchaser, the following
schedules of quantities relating to each layout plan shall be submitted within a fortnight.
i)
Schedules of number of masts, types, weight or different masts and total weight of
masts.
128
Signature of the tenderer
under seal of the firm
(b)
ii)
Schedules of number of foundations, types volume of different foundations and total
volume.
iii)
Schedules of quantities of various items of work other than masts and foundations
under schedule-1;
iv)
Schedule of net tension lengths of contact, catenary and feeder wires and lengths
required to be ordered;
v)
Schedules of lengths of other wires and conductors required to be ordered; and
vi)
Schedules of small parts steel-work to be supplied.
Switching/Booster Stations
Within a fortnight of receipt of approval of relevant drawings for each switching/booster
station, the following schedules of quantities shall be submitted.
i) Schedule of number of foundations, types, volume of different foundation and total volume.
Overlapping foundations will be treated as one foundation;
ii) Schedule of number of masts, types, weight of different masts, and the total weight of
masts of each gantry;
iii) Schedule of steel work, types, weight of each member and total weight; and
iv) Schedule of quantities of various items of work of schedule1 not included in Item (i), (ii),
and (iii) above.
(c)
Traction Substations: Not applicable.
10
SUMBISSION OF DRAWING & SCHEDULES
(a)
General: The submission of designs and drawings for approval shall be done in the
basic design / employment schedule. In case of deviations of working drawings, the
purchaser to the contractor shall communicate decision. The numbers of copies of
drawings, which shall be submitted, are indicated in the following sub-paras. The
purchaser will return one copy of the drawing either with approval subject to
modification where necessary or with comments. The purchaser shall endeavor to
return this copy within a period of ten days from the date of receipt and shall normally
return the copy within twenty days. Where drawings are returned with comments or
approved subject to modifications, the contractor shall submit to the purchaser within
seven days of receipt of such advice revised drawings for approval taking into
accounts the comments or modifications. Also the contractor shall as far as possible
avoid correspondence on such comments and shall endeavor to settle any difference of
opinion on the comments by discussions with the purchaser’s Engineers and the
Railway’s Engineers. No drawings shall be re-submitted without incorporating the
modifications required by the comments of the purchaser, unless the purchaser has
agreed to the deletion of such comments.
(b)
Deviation from standard design: Not applicable.
(c)
Special designs: Special designs to meet the requirements of particular locations and
local conditions shall be submitted in due time in duplicate for approval.
129
Signature of the tenderer
under seal of the firm
(d)
Purchaser’s pegging plans: Two copies of the purchaser’s pegging plans shall be
sent back after verification if found correct. If modifications are required, fresh
pegging plans incorporating the modifications shall be submitted in two copies for
approval.
(e)
Contractor’s pegging plans: When the contractor is called upon to survey and
prepare pegging plans, he shall send three copies of such plans, while submitting them
for approval.
(f)
Cross-section drawing: Cross-section drawings shall be submitted for approval in
two copies for a convenient section at a time separately for sections within station
limits and section outside station limits. Such drawings shall be submitted
progressively and as far as possible without gaps.
(g)
OHE layout plans and profile: Overhead equipment layout plans, provisional
drawings and final and profile drawings shall be submitted for approval in 3 copies.
(h)
Structure erection drawings: Structures erection drawings shall be submitted for
approval in 2 copies for section at a time separately for sections within station limits
and sections outside station limits, progressively and without gaps.
(i)
Schedule of quantities: Schedules of quantities for each approved layout
plan/switching station shall be submitted for approval in 2 copies.
(j)
Sub-section feeder drawings: Not applicable
(j)
All drawings for switching stations, booster transformer stations and LT supply
transformer stations shall be submitted for approval in three copies.
(k)
Distribution copies: On receipt of purchaser’s un-qualification approval to the
contractor’s drawings and schedule of quantities, the contractor shall submit original
tracings of those drawing and schedule for the signature of the purchaser in token of
approval within seven days of the receipt of approval and the purchaser shall be far as
possible return the same to the contractor within 7 working days thereafter. On receipt
of these tracing from the purchaser, the contractor shall submit copies for distribution
to field offices and other departments as indicated below within 7 days of receipt of
approved tracings:
i) OHE layout plans
ii) Structure Cross-section drawings
...
iii) OHE profile drawings (if required)
iv) Structure erection drawings
---
v) Schedule of quantities
...
5 sets
5 copies
5 copies
5 sets
... 5 sets
vi) As erected lay out plan with
--3 sets
vii) As erected Structure erection drawings -3 sets
In all the above cases, the contractor has the option to supply by the six copies of the
approved drawings provided one of them is a transparent paper print.
130
Signature of the tenderer
under seal of the firm
11
COMPLETION DRAWINGS & SCHEDULE
After completion of works, all drawings and designs submitted by the contractor and
approved by the purchaser shall be made upto date incorporating actual supply and
erection particulars including the name of make of insulators, galvanized steel tubes,
stainless steel wire rope etc. The mark of conductors shall be specified in the “As
erected” OHE layout plans & SED and other relevant drawings for identification.
Such drawings and schedules shall then be verified and corrected, if necessary, by the
contractor jointly with the purchaser’s representative. The verified and corrected
drawings shall be supplied in five sets blue prints, three sets RTF of each of which
shall be transparencies of line of film reproduction or any other durable material
approved by the purchaser.
12
ADDRESSES
Addresses to which designs and drawings should be submitted are indicated in
Chapter X.
131
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER – VI
ERECTION AND INSTALLATION OF EQUIPMENT
132
Signature of the tenderer
under seal of the firm
CHAPTER- VI
ERECTION AND INSTALLATION OF EQUIPMENT
1
SCOPE
This chapter deals with the methods of erection and installation of traction equipment,
switching stations including casting of foundations and erection of structures.
2
METHOD OF ERECTION
All work shall be done in accordance with methods of erection and installation of equipment
approved by the purchaser. In the case of switching station, booster transformer stations and
LT supply transformer stations standard methods adopted for erection and installation of
electrical equipment shall be adopted.
3
SECTIONING
The entire equipment shall be erected in accordance with the finally adopted sectioning
diagram and in such a way so as to facilitate sectioning which may be required in future and
which will be indicated by the purchaser.
4
INSPECTION
All erection and installation work shall be subject to inspection by the purchaser to ensure
that the work is done in accordance with the specification, approved designs and drawings
and is of the best quality suitable for the purpose.
5
MEASUREMENTS
All measurements for location of structures and foundations shall be made with the aid of
steel tapes. On curves, these measurements shall be taken on the outer rail of the middle
track in the case of odd number of tracks and on the inner rail of the first outer track from the
centre of the formation in the case of an even number of tracks, structures on curves shall be
located in the radial offset of the location as determined.
6
BOLTS, NUTS ETC.
All bolts, nuts and locknuts, screws, locking plates split cotter pins etc., shall be properly
tightened and secured. No bolt may be projected 10 mm beyond the nut/lock nut after full
tightening, contractor shall carry out systematic inspection of this aspect of work after
systematic inspection of this aspect of work after all adjustments to overhead
equipment/installation are completed prior to offering completed sections of equipment/substation to the purchaser for inspection and testing.
7
DAMAGE TO GALVANISING PAINTING
133
Signature of the tenderer
under seal of the firm
In loading, transport and erection, all galvanized painted materials shall be handled with care to
avoid damage to galvanizing painting. If galvanizing/painting is damaged in spite of all care
taken, the damaged part of component shall be put up for inspection, to obtain permission from
the purchaser to carry out repairs.
FOUNDATIONS
(a)
The contractor shall carry out soil pressure tests in accordance with methods approved
by the purchaser to determine permissible bearing pressure of various representative
types of soils in the presence of the purchaser’s representative during the pegging out
of site inspection. He shall adopt only those values as accepted by the purchaser for
the design of foundations.
(b)
Location: The location of each foundation or anchor block shall be set out correctly
in accordance with approved structure cross-section drawings or foundations layout
drawings, as the case may be, in the presence of the purchaser’s representative.
(c)
Method of installation: the contractor may adopt either manual or mechanized
method for installation of foundations. He may erect traction masts of structures in the
same operation as casting of foundations or erect them subsequently in cored holes
left in foundation blocks and grout them separately. In any case, the method of casting
of foundation blocks and erection of masts of structures shall be subject to the
approval of the purchaser.
(d)
Excavation: Normally, excavation of soil for foundations or anchor blocks along site
the tracks may be done up to length of 1 to 1.2 m and a depth of 0.8 to 1 m without
shoring, provided the excavated hole is concerted immediately and not left overnight.
Shoring shall otherwise be done unless the hole is re-filled with soil and tamped. In
case the length of excavation is 1 to 1.2 m and depth of excavation for foundation and
anchor blocks alongside the tracks is more than 0.8 to 1 m, the excavation may be
undertaken only after certification by the purchaser’s representative to be safe and
concrete is cast on the same day. Shoring shall be done to the satisfaction of the
purchaser’s representative, if the excavated hole is left overnight. All water-logged
locations will come under the purview of this para. In poor soil or ash banks, to
excavation shall be done without adequate shorting and piling. For large foundations
and water logged locations shoring shall be done in accordance with drawings
submitted by the contractor and approved by the purchaser. Shoring/shuttering of the
pits by the contractor should be provided effectively to the satisfaction of the
purchaser. Core hole covers should be provided promptly on casting of foundation
(within 48 hours) and their edges cemented to the foundation blocks. Prior to doing
so, water should be filled in the core hole so as to assist in curing. The date of casting
should be inscribed on the foundation block. In case of platform areas and level
crossings, the core holes should be filled with sand before provision of core hole
covers so as to prevent any injury to radial users even if the core hole cover gets
damaged or is displaced. The track ballast should be restored to its original form
promptly after casting of foundation block. The excavated earth should be removed
well clear of the area so as to avoid any mixing up with the track ballast or any
obstruction to the track drains. In case of cuttings the earth should be thrown well
134
Signature of the tenderer
under seal of the firm
away from the shoulders so that there is no risk of its flowing back to the drain during
the rains.
(e)
Concreting: All concreting or grouting shall be done in accordance with section4 (ii)
with ballast graded for the purpose specified in section4 (ii). The concrete shall be
poured and tamped properly in accordance with the method approved by the
purchaser. The contractor shall arrange to provide concrete testing samples for tests
once every week or as and when required by the purchaser, to determine crushing
strength after 7 days or 28 days curing as required. Testing shall be arranged by the
purchaser at his own cost.
(f)
Muffs
i)
For OHE:
All anchor blocks and foundations of structures carrying overhead equipment
shall be provided with concrete muffs. The top of these muffs shall be above
the level of ground of the track formation and of adequate height of not less
than 15 cm to afford reasonable protection during rainy weather. Muffs may
be installed at the same time the masts are grouted or after the mast/structure is
loaded with equipment. The foundations of structure for switching stations
need not, however, be provided with muffs. The top of such foundations shall
be given a slope of 1 in 50 towards the edge to ensure that water does not
collect at the base of the structure of the framework of the equipment.
ii)
(g)
Foundation level for TSS: Not applicable
Suitable grooves or niches shall be provided in the foundation block, wherever
required, at the time of casting, to enable embedment of earth strips etc. to avoid the
necessity of chipping off concrete.
Conduits for cables should be embedded in the foundation blocks, wherever required,
to avoid subsequent chipping off and breaking of the foundation blocks.
9
MASTS & STRUCTURES
(a)
Erection: In case traction masts or structure are erected in cored foundations, till such
time they are grouted, they shall be properly wedged to prevent them leaning towards
the track and endanger safety of moving vehicles. In case traction masts or structures
are erected simultaneously with the casting of the foundations, the contractor shall
provide suitable temporary supports approved by the purchaser. The masts/structure
shall be embedded in the foundation blocks for the correct length specified in
approved drawings.
Note: Masts/uprights should be grouted on the same day they are dropped in the
foundations.
(b)
Reverse Deflection: all traction masts and structures shall be erected with the current
reverse deflection so that they become reasonably vertical after they are loaded. The
135
Signature of the tenderer
under seal of the firm
method of erection of mast with the correct reverse deflection shall be submitted to
the purchaser for approval.
10
(c)
Infringement to Standard Dimensions: In erection, care shall be taken to ensure that
no part of the traction masts, structure or any fitting located on such mast or structure
infringe the schedule of Dimensions 1676 gauge.
(d)
Alignment of Masts at Gantries: The main masts of gantries shall be carefully
aligned to enable easy and good assembly of fabricated steel work.
OVERHEAD EQUIPMENT
(a)
A suggested method for erection of traction overhead equipment which would ensure
good speed and quality erection, is included in section 2 of this chapter. The
contractor may, however, follow other methods which they consider would speed up
and ensure good quality work, subject to the approval of the purchaser. Any wiring
method should take into consideration appreciable stretch of the catenary and contact
wires in the initial days after they are strung and put under tension.
(b)
Bracket Tubes: In the erection of bracket assemblies, it shall ensure that the free
length of the bracket tube beyond the catenary suspension bracket is at least 200 mm
to facilitate adjustment during maintenance.
(c)
Stay Arms: The choice of stay arms shall be such that their adjuster is capable of
adjustments of minimum of 90 mm in either direction except as otherwise relaxed.
(d)
Insulators: Before insulators are used in bracket assemblies or dispatched to work
site for erection from contractor’s Stores Depot, they shall be tested as specified for
routine mechanical test. No chipped or cracked insulators shall be installed. All
insulators shall be cleaned before offering completed sections of equipment for
inspection and testing.
(e)
Stringing Catenary: Care shall be taken to avoid kinking or bird-caging of the
catenary wire in stringing and subsequent operations. While stringing, the wire shall
be suspended from pulley blocks hung from the suspension clamp eye of bracket
assemblies. The pulleys shall be fitted with ball bearing and shall be of the swiveling
type to permit free movement in all directions to prevent damage to the strands of the
wire. The design shall also be such that it will prevent slipping off of the wire during
stringing operations. The designs of the pulley shall be submitted to the purchaser for
approval. After initial stringing of the catenary, it shall be maintained at the ‘no load
tension’ (for a minimum duration of 48 hours before the pulley blocks are removed
and the catenary is clamped to suspension clamps of bracket assemblies. Shorter
periods may, however, be allowed by the purchaser.
(f)
Stringing Contact Wire: Care shall be taken to avoid formation of kinks, twists and
damage to contact wire in stringing and subsequent operations. While stringing the
contact wire, it shall be suspended from pulleys hung from droppers fitted to the
catenary in their final position. In curves, the contact wire shall be run in pulleys
located at traction masts or supports, assemblies. Shorter period may, however, be
allowed by the purchaser.
136
Signature of the tenderer
under seal of the firm
(g)
Location of Droppers: Droppers shall be correctly positioned in each span to ensure
correct level of contact wire as per dropper chart applicable to the span.
(h)
Clipping of Droppers: The droppers shall be clipped on to the contact wire only after
a minimum duration of 48 hours from the time the automatic tensioning device is
brought into action. Shorter periods may, however, be allowed by the purchaser.
(i)
Auto-tension-device: The auto-tensioning device shall be erected with the correct
height of the counter-weight above rail level with corresponding distance between the
pulleys of the device for a temperature of 35°C before it is connected to the overhead
equipment and put into action. The installation of the device shall be such as to permit
free, easy and unobstructed movement of counter-weight.
(j)
Cut-in insulators: All insulators in out of run shall be so positioned that they are
away from the swept zone of the pantographs and will not foul with them. The live
parts of these insulators shall also be so located that hey are at least 2 m away from
structure other then these supporting traction overhead equipment.
(k)
Section insulators: All section insulators shall be located that they are beyond the
swept zone of the pantograph running on adjacent tracks and there is no unusual sag
due the same. Where section insulators are installed, the contact plan of the runners of
the insulators as well as those overhead equipment connected to it shall be parallel to
the track plane.
(L)
Anti-wind clamp: Anti-wind clamp shall be provided as shown the RDSO’s drawing.
(m)
Connections: All jumper connections including anti-theft jumpers shall be made
properly with parallel clamps a finished neatly without any loose wire or cables. The
length of flexible jumper shall be adequate to avoid any disturbance to overhead
equipment or restraint in the relative movement of conductors, but the jumpers should
not be excessively long. The ends of jumpers shall be tinned, including the portion
inside the first parallel clamp.
(n)
Separation between OHE: In erection, to physical separation required between
overhead equipment’s and bracket assemblies of the same structure at insulated
overlaps shall be ensured.
(o)
Gradient of Contact Wire: The gradient of the contact wire of either side of over
line structures with restricted clearance shall be correctly adjusted and adequate
clearance maintained between the over line structure and live equipment.
(p)
Adjustment at Turnouts etc: Careful adjustment of equipment shall be made on
equipments at turn-outs, cross-overs, diamond crossings, overlaps and special
locations, for position of bracket assemblies, stay arms and height of contact wire to
ensure that pantographs of electric rolling stock on the run will not foul with any parts
of the bracket assemblies and changeover of the contact wire is effected smoothly.
(q)
For wiring in large yards, the contractor shall, prior to the execution of works, submit
to the purchaser’s Engineer for his approval the sequence of stringing of catenary and
contact wires to arrange for proper crossing of wires. Endeavor will be made to
arrange for traffic blocks to suit approved sequence of wiring.
137
Signature of the tenderer
under seal of the firm
11
INSULATORS
Isolator’s switches shall normally be so mounted that when the switches are operated,
the operator faces the direction of the motion of trains. The operating handle and
contact blades shall be correctly aligned for easy operation.
12
13
BUSBARS AND CONNECTIONS
(a)
Busbars and connection on the incoming side shall be as tightly as possible. All
similar connections in adjacent bays being uniformly shaped and bent to give a good
appearance. The tabular aluminum busbars shall be supported at a uniform height
throughout. Wherever tubular busbars are required to be bent, the radius of the bend
shall not be less than 375 mm.
(b)
All aluminum busbar joints shall be made carefully. The contact surfaces of the
busbars and connectors shall be cleaned vigorously either by hand with dry coarse
emery cloth or power driven wire wheel brush. The surfaces shall be smeared with a
suitable corrosion inhibiting joint compact approved by the purchaser. The joint is to
be closed-up as soon as possible thereafter and a final light application of joint
compound shall be made. Similar procedure shall be followed while connecting the
equipment terminals to busbar by means of bimetallic connectors.
EARTHING
(a)
FOR OHE
The copper earth strips or MS flats used or earthing shall be bent and shaped neatly
before connection to the structure or frame work of equipment. The connection of MS
flats to steel work shall be made at a height not exceeding 15 cm from the datum level
of a switching station. Before making earth connections the ends shall be cleaned
thoroughly and tinned for copper strips. All junctions shall be properly secured to
avoid loose contact. Portions of copper earth strips, which remain visible above the
ground level, should be painted with suitable paint to make them inconspicuous.
(b)
14
FOR TSS: Not applicable
TOLERANCE
The permissible tolerance in dimension for erection from those included in the
appropriate drawings or schedules for different items are given below:
(a)
Measurements: The span length shall not vary more than ±50 mm as measured along
the appropriate rail.
The cumulative error of measurement of all spans in a kilometer shall be not more
than 1000 mm.
(b)
Setting of Structures: The setting of structure shall be not less than that included in
the appropriate cross-section drawing, specially those with the minimum setting of
138
Signature of the tenderer
under seal of the firm
2.46 m. A tolerance of ± 20 mm will be permitted subject to minimum specified
value, if the structure is not located in between tracks.
(c)
Height of contact Wire:± 20 mm will be permitted on the height of contact wire at
points of supports as shown in the relevant structure erection drawings, except under
overlaps structures where no tolerance will be permitted.
(d)
Stagger: Generally ± 200 mm will be permitted for stagger.
(e)
Dropper Lengths: ±5 mm will be permitted for dropper lengths.
(f)
15
Dropper Location: ±100 mm will be permitted for dropper locations.
SUPPLEMENTARY INSTRUCTIONS
Further working instructions will be issued if considered necessary by the purchaser,
should be consider that the standard of work of the contractor requires to be improved.
16
WIRING PROCEDURE
This section deals with the wiring procedure, which may be adopted for erection of
normal overhead equipment.
The following procedure for erection of overhead equipment has been formulated
with a view to ensure that:
(i)
ii)
iii)
17
Bracket assemblies (brackets) and regulating equipment are correctly installed in their
final position.
The conductors are correctly tensioned and
The need for final adjustments of overhead equipment immediately before
energisation and commissioning is virtually eliminated.
GENERAL
In the case of regulated overhead equipment when the regulating equipment’s are in
action, the tension in the conductors should remain constant, irrespective of variations
in the ambient temperature. As the regulating equipment’s are brought into action a
few days after the stringing of conductors the equipment is unregulated in the
intervening period. Any of the following two procedures may be followed for
tensioning and clamping of conductors of regulated overhead equipment during
stringing operations, i.e. before regulating equipment’s are brought into action.
i)
The catenary is tensioned to 1,000 kgf, the stipulated tension at the mean temperature
of 35°C whatever may be the ambient temperature during the stringing operations. In
this case, at the time of clamping the catenary to the bracket, the brackets should be
placed at angular positions corresponding to temperature at the time of clamping and
proportionate to their distance from the anti-creep.
139
Signature of the tenderer
under seal of the firm
ii)
The aluminum alloy catenary is tensioned at the calculated tension to correspond to
1000 kgf the stipulated tension at the mean temperature of 35°C whatever may be the
ambient temperature during the stringing operations.
iii)
The catenary is strained to a stringing tension corresponding to the ambient
temperature for the equivalent span of the tension length. In this case, the brackets are
placed in the mean position, i.e. at right angles to the track, when the catenary is clamped or
the regulating equipment commissioned.
18
ERECTION OF BRACKETS
After the brackets are fabricated correctly in the contractor’s depot, in accordance with the
approved structure erection drawings, and provided with indelible labels or/painted marking
indicating the intended locations for each bracket, they are removed to the site of work and
erected on traction masts or supports. The brackets are swiveled to a position at right angles
to the track and secured in that position by means of steel wires tied to similar brackets
located on the opposite side of the track or other suitable means.
19
ANTI-CREEP
The anti-creep of the tension length is then installed in its final position.
20
HOOKING THE REGULATING EQUIPMENT
In the case of regulated overhead equipment, the regulating equipment’s are erected on the
terminal masts or structures and their movement locked by suitable means in the middle
position, with the distance between the pulleys of the regulating equipment corresponding to
35°C.
21
TEMPORARY ARRANGEMENT
Apply approximately 30 cm; dia. is attached to the overhead equipment and of the regulating
equipment by means of temporary accommodation fittings at both ends of the tension length
to be wired. Over this pulley a flexible stranded wire is passed over. At each end of the wire
two ending clamps, one for catenary and one contact wire, are attached. The wire is also
clipped in the middle by ‘U’ -clamps the lengths of this temporary arrangement from the
regulating equipment to the extremities of the stranded wire passing over the temporary
pulley shall be a little longer than the distance between the regulating equipment and the ends
of the catenary and contact wires in their final position, to permit easy clamping of terminal
fittings during the final termination of the wires.
22
STRINGING CATENARY
The catenary is initially terminated in the ending clamp of the temporary arrangement at one
end of the tension length. The catenary is then paid out from the reel of the wiring train and
run of pulley blocks hung from the suspension clamp eyes of brackets until the terminating
point at the other end of the tension length is reached.
140
Signature of the tenderer
under seal of the firm
23
TENSIONING OF CATENARY
The catenary is strained up to the ‘stringing tension’ corresponding to the ‘equivalent’ span of
the tension length and the ambient temperature at the time of stringing with the aid of a
dynamometer, and terminated at the tension. For this purpose, the ambient temperature shall
be deemed to be the temperature registered by a thermometer tied to a length of catenary wire
3 to 4 meters long, laid flat on the top platform, on one of the wagons of the wiring train.
Subsequently, the tension in the wire is checked by measurement of sag with the help of
leveling gauge attached to suspension points and to the catenary at mid span by a ladder
working party. The sag shall be measured in two spans, each preferably greater than 54
meters, and situated on either side of anti-creep approximately midway between the anticreep and the termination points, The value of sag measured by this method should be within
±5% of the theoretical value for the corresponding stringing tension, and the temperature at
the time of this measurement. In case the discrepancy is more, the tension should be adjusted
again and sag re-checked as above. After the sag is checked the catenary is terminated at the
ending fitting of the temporary arrangement at the terminating point.
In order to restrict the duration of traffic blocks to the minimum, in the first block, the
catenary is strained to the stringing tension with the aid of dynamometers and the catenary is
terminated. In a subsequent block, the sag is checked and the tension readjusted with ladders,
if necessary.
24
CLAMPING THE CATENARY
The catenary is clamped on the brackets placed at right angles to the track.
25
DROPPERING
Droppers are fitted to the catenary at the correct locations. At the contact wire ends these
droppers may be provided with small pulleys or hooks to act as temporary supports when the
contact wire is strung.
Hooks made of scrap contact wire, suspended from the catenary wire, may also be used as
temporary supports.
26
STRINGING CONTACT WIRE
The contact wire is initially terminated in the contact wire ending clamp of the temporary
arrangement at one end of the tension length. The wire is then paid out from the reel wagon
of the wiring train and supported on the pulleys hung from droppers or on hooks until the
terminating point at the other end of the tension length is reached. In curves, the contact wire
shall be registered on pulleys located at traction masts or supports corresponding to the
approximate final position of the wire. The axes of these pulleys should be more or less
vertical.
141
Signature of the tenderer
under seal of the firm
27
TENSIONING OF CONTACT WIRE
The contact wire is strained to a tension of approximately 1.2 times the tension corresponding
to the ambient temperature and terminated in the ending clamp of the temporary arrangement.
28
REGULATING EQUIPMENT IN ACTION
The regulating equipment is put into action with the counter weight at the correct height
above rail level and with distance between pulleys or the regulating equipment corresponding
to a temperature of 35°C. The regulating equipment is then released and brought into action.
The ‘U’ clamp connecting the flexible stranded wire passing round the temporary pulley is
also removed.
29
FINAL ADJUSTMENT
The entire installation is left in this condition as long as it is possible, preferably for a period
not less than 15 days. The temporary pulleys are removed and the conductors terminated in
the permanent ending fittings, compensating plates, insulators and turnbuckles. The equalizer
plate is kept vertical or at a slightly inclined position (by 2 or 3 cm the contact wire being
shorter than the catenary) and the position of the regulating equipment is checked in relation
to the temperature at the time. The contact wire is clipped on to the droppers (in the vertical
position) and on the steady arms. Contact wire height at the bracket is adjusted as also the
stagger and register arm clearance.
30
CONCLUDING REMARKS
If the above is followed with care, no further adjustment may be needed.
Notes:
1.
i)
ii)
iii)
2.
Should be ensured that sagging is done carefully and accurately. The adjustment of
tension in the catenary after checking of sag, if required, would be easy if a temporary
turn buckle is inserted in the temporary terminations.
The use of leveling lathes is recommended for the following reasons:
The accuracy of adjustments greater than that with a dynamometer.
No traffic block is required for this operation.
It obviates the necessity of initial tensioning of the catenary accurately thus permitting
a reduction in the period of traffic block required for the wiring train.
If feasible, without any hindrance to progress of works, the catenary may be
maintained at stringing tension for a period of 48 hours before checking sag and
clamping it to the bracket. This would ensure equalization of tension in the different
spans. Before clamping the catenary to the brackets, the sag should however, be
checked in two spans.
If it is difficult to obtain a separate traffic block for stringing contact wire, the wire
may be paid out at the same time, as the catenary, with the following precaution.
142
Signature of the tenderer
under seal of the firm
i)
The contact wire is run and suspended from independent pulleys hooked on to
the brackets, separately from the catenary pulleys, to avoid twisting together of
the two conductors.
ii)
The contact wire should not be suspended from the catenary until the latter is
clamped on to the brackets.
iii)
The tension in the contact wire before termination should be about 1,500 kgf.
This will ensure that sag is not excessive.
iv)
The adjustment of tension and checking of sag of the catenary wire is carried
out as if the contact wire had not been strung. Only after adjustment of tension
and checking of sag is completed, the contact wire is transferred to the pulleys
attached to the droppers or to hooks suspended from the catenary and the
tension is adjusted.
3.
When the contact wire is under tension creep takes place which results in an
increase in the length of wire and, consequently, the droppers and the equalizer
plates would became oblique.
Through creep may continue for along time, about a year, the bulk of it would
occur during the days following stringing. If sufficient period of time is allow,
the contact wire may be clipped to the droppers and the equalizer plates, all in
the vertical position, and the necessity for any further adjustments before
energisation and commissioning of the OHE may be reduced to a great extent.
If this precaution is not taken, at the time of energisation of the OHE, the
dropper may not all be vertical and staff would have to be detailed for shifting
the dropper clips which in attendant with risk of damage to the contact wire.
4.
Before the temporary arrangement is removed a reference mark should be made
on each conductor. After final termination of the conductors, it should be
ensured that two marks are in the same relative longitudinal position as they
were before the removal of the temporary arrangement.
143
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER – VII
INSPECTION AND TESTING
144
Signature of the tenderer
under seal of the firm
CHAPTER – VII
INSPECTION AND TESTING
1
SCOPE
This chapter deals with the inspection and testing of completely erected overhead equipment,
switching stations, booster transformer stations and LT supply transformer stations.
2
OVERALL PERFORMANCE
The overall performance of the overhead equipment should be such as would permit
collection of current by electric rolling stock with full load at speeds, up to and including the
maximum specified for the design of overhead equipment, smoothly, without mechanical
shocks or prejudicial sparks and without undue heating in the case of other equipments.
3
RESPONSIBILITY
The general tests of overall performance stipulated below are only supplementary to other
tests on structures, foundations equipments, components and fittings as specified in chapter
II, II and IV. Any testing and acceptance by the purchaser of overall performance shall be
subject to the general terms of guarantee.
4
TESTS ON OHE
(a)
General: As soon as a section is ready for inspection and testing, the contractor shall
advise the purchaser in writing. Tests to be carried out by the railway/RITES LTD.
will be done in the presence of the contractor’s representative and shall include the
following apart from other reasonable tests that the Railway may like to conduct with
a view to ensure, themselves of the soundness of the equipments and their erection in
strict compliance with the specifications.
(b)
Insulation: The strength of the insulation and the dielectric strength of the entire
equipment as installed shall be tested with a 2500 V Megger.
(c)
Continuity: The electrical continuity of the line and the existence of bad contacts, if
any, will be tested with a Megger.
(d)
Electrical Independence: The electrical independence of individual elementary
section in relation to one another shall also be tested with Megger.
(e)
Switches: All isolators shall be tested for smooth and trouble free operation.
(f)
Tension Devices: all automatic-tensioning devices installed shall be tested for
sensitive functioning and adjustment.
(g)
Stagger and height: The stagger and height of contact wire over the entire section of
completed overhead equipment and the clearances available shall be measured and the
measurement shall be checked against approved drawings. These measurements shall
be carried out at low speed with a vehicle or device to be arranged by the purchaser,
the movement at which will follow the track levels as closely as possible. Tolerance
145
Signature of the tenderer
under seal of the firm
that will be permitted on the dimensions indicated in the approved drawings are
shown in chapter VI.
The actual position of the two contact wires, relative to each other, at overlaps and
turnouts shall also be checked. Special attention shall be paid to a smooth movement
of pantographs over section insulators, particularly those which are likely to be
frequently traversed.
5
(h)
Mechanical Behavior: The mechanical behavior of the entire equipment shall be
tested at various speeds under normal pantographs pressure without energizing the
overhead equipment.
(i)
Energizing: If the overhead equipment, after being subjected to the above tests in an
energized conditions, is found to be satisfactory, it will be energized with the normal
25 KV AC supply.
(j)
Power Collection: Test shall then be conducted to check if the power collection
performance of the overhead equipment is satisfactory after ensuring that the contact
wire is adequately clean. For this purpose, an observation car shall be attached next to
the electric locomotive. The behavior of the overhead equipment will be watched at
various speeds. Power collection shall be considered unsatisfactory if a long blue flash
is observed, indicating that the contact between the contact wire and the pantograph is
not continuous.
INSPECTION AND TESTING OF SWITCHING STATIONSETC.
As soon as a switching station, booster transformer station or LT supply transformer station is
ready for inspection and testing, the contractor shall advice the purchaser in writing.
Testing will be carried out by the purchaser at his cost jointly with the contractor.
These shall include the tests which the purchaser may like to conduct with a view to
assure himself of the soundness of the equipments and their erection in compliance
with these specifications. However, testing equipments such as those indicated below
and staff required for the tests shall be provided by the contractor free of charge.
i)
ii)
iii)
iv)
v)
Oil testing equipment
2500 V and 500 V meggers.
Earth megger and accessories.
Continuity test apparatus
voltmeter.
The contractor shall take full responsibility for those tests inter-alia his other
responsibilities.
(b)
Visual Inspection
Visual inspection which shall include check for satisfactory workmanship shall cover
all connection, painting, plastering cleanliness of all insulators etc. and compliance
with Indian Electricity Rules.
(c)
Operation Test
146
Signature of the tenderer
under seal of the firm
This test will be conducted on every individual items of equipment such as
interrupters, isolators, relays etc. to ensure that the equipment as a whole is
functioning properly and is mechanically sound i.e. in the particular case of isolators
the fixed contact and knife blade have been correctly aligned and operations does not
caused undue strain on the equipment. The operation tests will be carried out with the
high tension installation dis-connected from the supply, but the actuating power
devices where such are provided. Continuity test of high tension connections after
setting such interrupter and isolator in their respective positions shall also be
conducted as part of the operation test.
(d)
Insulation
The strength of insulation of various items of equipment and of the entire installation
as a whole shall be tested with a 2500V/500Vmeggers, as required.
(e)
Di-Electric Strength of Oil
The Di-electric strength of the oil of the PT at each station shall be tested before
commissioning in accordance with IS: 335(latest version) should this be found not
correct, the contractor shall arrange at his own expense to have it rectified.
(f)
Isolators
All isolators will be tested for smooth and trouble-free operation.
(g)
Interrupter
Operation of trip and close coils for interrupters shall be tested for satisfactory
performance with the respective equipment de-energised.
6
7
EARTHING
(a)
Earth wires will be checked for continuity and electrical isolation every 1000 m
approx.
(b)
Clearance between earth wires and out-of-run wires of overhead equipment and
signals shall be checked.
(c)
Earth resistance shall be measured separately for each earth electrode. In the case of
inter-connected earth electrodes, the net resistance of the inter-connected electrodes
shall also be measured.
(d)
Earth resistance will be measured separately for each earth electrode and when they
are connected together and to the equipment at each sub-station.
DETAILED PROCEDURE FOR TESTS
The detailed procedure for inspection will be furnished to the contractor. The contractor shall
submit the results of tests in the Proforma which will be furnished by the purchaser, in
quadruplicate.
147
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER – VIII
SWITCHING STATION BUILDING
148
Signature of the tenderer
under seal of the firm
CHAPTER – VIII
SWITCHING STATION BUILDING
1. GENERAL
This chapter deals with details and specifications for design and construction of switching
station buildings and associated electrical works. This chapter also gives reference to technical
specifications of materials and components and procedure of designs and drawings for above
works.
2. EARTH WORK
(a) Earth work in cutting or embankment in the premises of switching station buildings is
included in the scope of construction of building. The buildings will be adequately leveled with
earth duly consolidated in the premises or as directed by the purchaser.
(b) Mechanical Compaction:
Depending upon the height of the embankment, the type of soil, time available for completing
the embankment and other relevant factors, purchaser’s Engineer shall decide whether
mechanical compaction is to be done for the full or part height of embankment. Suitable
method for compaction as decided by purchaser shall be adopted.
(c)Excavation:
All cutting shall be taken down carefully to the precise level and section as shown in the
drawings or as ordered by the purchaser. In case, the bottom of the cutting is taken down deeper
than is necessary by oversight to neglect of the contractor, the hollow must be filled up to true
depth with selected material and rammed, if approved by purchaser. Cutting with the formation
in rock will be excavated to 15cm below the true formation and filled up to true level with
cutting spoil to ensure that no lumps of solid rock project above formation level.
(d) Drainage of cutting:
In excavating cuttings, special precautions are to be taken to ensure that the excavations drain
themselves automatically. To ensure this, the central block of earth or gullet is to be excavated
first. This will be done in such a manner that the bottom of the excavation shall where possible,
slop downwards from the centre of the cutting towards the ends. IT will be made in such cuts or
steps as may from the time to time, be directed. Generally, in deep cuttings the first cut or step
will be approximately follow the surface of the ground where this will secure the necessary
slope for drainage, and will be excavated to such depth not exceeding 3 m as may be ordered,
with perpendicular sides leaving pathways for workmen along the sides of the cut parallel to the
central line about every 15m in shallow cuttings not exceeding 2m in the deepest part, the gullet
may be cut out at once to formation level
(e) Catch water drains:
149
Signature of the tenderer
under seal of the firm
Where required, catch water drains shall be constructed on the uphill side leaving a beam of
one meter from the boundary of the railway land. The cross sectional area of the catch water
drain shall normally not exceed0.75 sq.m. The spoil from the catch water drain will be thrown
up on the side towards the cutting.
(f) Beams and spoil banks:
No spoil shall be deposited within a distance of 6 m from the top edge of the slope of any
cutting.
(g) The spoil heap shall be roughly but neatly dressed off to a slope of 1-1/2:1 and shall form a
continuous bund along the top of the cutting. In country where there is any cross fall sufficient
spoil shall be thrown on the uphill side of the cutting to supplement the catch water drain sand
assist in keeping drainage out. This work must be done first.
(h) All material excavated from cutting suitable for pitching, ballast, masonry or any other
purpose whatever, shall be the property of the Railway, and shall be stacked, as also disposed
of, as directed by the Purchaser.
(i) Springs or Inflow:
Should springs or inflow of water appear in cuttings, or should they be flooded the contractor
must arrange for bailing, pumping or drainage of water, without obstruction to adjacent works.
(j) Blasting:
Blasting of rock for foundation work shall be done only after due notice is given to the
Purchaser and time/s and date/s for blasting operations agreed to by the Purchaser. Blasting, if
required to be done in the vicinity of the track, shall not be undertaken until the Purchaser's
flagmen on duty take necessary steps to protect trains and the track is adequately protected by
the Contractor against damage by blasted rock. The Contractor shall follow detailed
instructions which will be issued to him regarding blasting operations in the vicinity of tracks.
he flagmen for protection of trains and the Track in such cases will be appointed by the
purchaser and no expenses on this account will be charged from the contractor.
FOUNDATIONS:
(a) Foundations shall be designed by the contractor in accordance with Section4 (I) of this
tender document. The contractor shall get the relevant drawings approved by the purchaser. The
foundation work may involve wet excavation also, for which all due precautions by way of
pumping and other operations, preventing blowing are to be adopted.
(b) Plinth filling:
Plinth filling shall be done with earth in 15 cm layers, duly consolidated, watered & rammed
unless otherwise specified. In black cotton soil, the soil shall be removed for a depth of 60 cm
and top 30 cm filling shall be done with sand.
150
Signature of the tenderer
under seal of the firm
(c) Wherever it is necessary in case of deep trenches, shoring or timbering for such trenches
shall have to be provided to avoid collapsing of earth.
(d) Apron:
For protection of plinth, an apron as specified in drawing No.RE/Civil/BS-11/95 (Latest
version) shall be provided.
REINFORCED CEMENT CONCRETE WORK:
(a) R.C.C. of the switching station shall be cast on the controlled concrete technology for M-20
grade conforming to IS: 456. The design of all R.C.C. work shall be prepared by the contractor
and got approved from purchaser well in time. Test concrete specimen shall be casted at the site
of work and tested in accordance with the relevant specification.
(b) If unavoidable due to site conditions, concrete may have to be laid in water as per laid down
procedure.
(c) All RCC works shall be finished smooth.
SUPER STRUCTURES:
(a) Brick work
Besides following relevant specification, well burnt bricks shall only be used. The brick work
shall be laid in ENGLISH BOND. The brick work below plinth shall be done in Cement mortar
of ratio 1:4 (1cement, 4 sand). The brick work above plinth shall be done in cement mortar of
ratio 1:6. Curing of the brick work shall be done for a minimum period of fourteen days.
(b) Plastering on inside and outside surface shall be done in Cement mortar of ratio 1:3 and
shall have a thickness of 10 mm.
(c) All external surfaces shall be treated with snow cream over two coats of cement primer of
approved quality and all internal surfaces of wall and ceiling shall be white washed with three
coats.
FLOORING:
(a) Following pattern of the flooring shall be adopted:
(i) Base concrete - 100 mm thick cement concrete of ratio 1:4:8 with under layer of 100mm
thick sand filling over well compacted earth.
(ii) Top layer - 40 mm thick cement concrete of ratio 1:2:4 laid in panels with glass dividing
strips of 25 mm x 3 mm.
Top surface of the flooring shall be finished smooth.
151
Signature of the tenderer
under seal of the firm
(b) Suitable anti termite treatment, pre and post treatment as approved by the purchaser shall be
provided.
ROOFING: R.C.C. roof, complete in all respects in accordance with RDSO drawing
No.ETI/C/0067 shall be provided. Water proofing of roof shall be responsibility of the
contractor. Type of water proofing treatment if required, will be got approved from the
purchaser. The contractor shall ensure at the time of handing over of the building that roofs are
leak proof and water tight. The contractor shall also provide C.I. rain water pipes of specified
size.
DOORS, WINDOWS, VENTILATORS:
Pressed steel doors, windows, ventilators and grills etc. shall be provided in accordance with
the drawing No.RE/Civil/S-129/2001 (Latest Mod). All steel work shall be painted with two
coats of ready mixed paint of approved quality and shade with Red Oxide primer coat.
BUILDING MATERIALS: Building materials if not already specified above, shall be used in
accordance with Section4 (I),of this tender document.
WIRING:
(a) The contractor shall follow recessed conduit wiring system for internal wiring of the
switching station buildings. Stove enameled, jet black, steel seamless conduit pipes of standard
diameter, conforming to IS: 9537(Part-2)/ with latest amendments shall be used. No conduit
pipes having a diameter of less than 19 mm shall be used. All conduit accessories like bends,
inspection boxes, elbows, draw boxes, junction boxes shall be of threaded type and shall
conform to IS: 3837(Latest version) with latest amendments. The conduits shall be recessed in
the wall/ceiling. The conduit of each circuit or section shall be complete before conductors are
drawn in. The entire system of conduit after erection shall be tested for mechanical and
electrical continuity throughout and permanently connected to earth by means of a special
approved type of earthing clamp efficiently fastened to conduit pipe. A G.I. wire of 6/8 SWG
and conforming to IS: 4826 (Latest version) shall be provided along with laying of recessed
conduit to facilitate drawing of wires in the conduit.
(b) The wiring shall include circuit wiring and point wiring. The circuit wiring shall include
wiring from distribution board up to first switch board along the run of wiring. The point wiring
shall include complete wiring of a switch circuit from tapping point on the distribution circuit
to the following via the switch.
(i) Connector in case of exhaust fan point.
(ii) Ceiling rose.
(iii) Socket outlet.
(iv) Lamp holder.
Looping system shall be used for the wiring. Phase or live conductors shall be looped at switch
box and neutral conductor can be looped from the light, fan or socket outlet. All switches shall
152
Signature of the tenderer
under seal of the firm
be placed in the live conductor of the circuit. Power/heating wiring shall be kept separate and
distinct from lighting and fan wiring. Light and fan circuit shall not have more than ten points
of light, fan & 5 Amp socket outlets or a load of 800 watts whichever is less. A power circuit
shall be designed for a maximum of two outlets of a load of 1000 watts each. The contractor
shall prepare a wiring diagram, indicating clearly in plan, main & distribution board, position of
all points with their classification and controls and get it approved from the purchaser.
(c) PVC insulated, single core, multi stranded Aluminum conductor, 660/1100 Volt grade
cables conforming to IS:694 (Latest version) shall be used for the wiring. The standard sizes
shall be as follows.
(i) 2.5 sq.mm for light/fan point wiring.
(ii) 4 sq.mm for Power point wiring.
(iii) 6 sq.mm for connection between main switch and distribution board.
(d) Electrical fittings, plug points and appliances as indicated in following table shall be
provided in a switching station. The contractor shall get the locations of the electrical fittings/
appliances approved from purchaser.
TABLE
SNO
DESCRIPTION OF ITEM
QUANTITY
1.
5 Amp. 3 pin flush type socket outlet with switch
1 No.
2.
15 Amp. 3 pin flush type socket outlet with switch
2 No.
3.
Fluorescent fitting complete with choke, starter, PF
improving capacitor inside the reflector cover and a
fluorescent tube
1 No
building
inside
the
4.
Outdoor luminary fitting suitable for 150 Watt
HPSV lamp with all accessories including a 150
Watt HPSV lamp
1 No outside
building
the
5.
230 AC, 300 mm, 940 RPM exhaust fan
1 No. in battery room
MAIN SWITCHGEAR AND SWITCH BOARD: Main Board
(a) Main board consisting of main switch and distribution board shall be situated as near as
practicable to the termination of service line and shall be easily accessible without use of
external aid. Switch boards of adequate sizes as approved by the purchaser shall be made of
mild steel and recessed in the wall. Front of the boards shall be fitted with 3 mm thick phenolic
laminated sheet similar to Hylem one. All the metal switchgears and switch boards shall be
153
Signature of the tenderer
under seal of the firm
painted, prior to erection with two Coates of approved enamel paint, as required on all sides
accessible.
(b) Main Switch
Main switch shall be 230 Volt, 32 Amp, metal clad, composite switch fuse unit, single pole
with rewireable type fuses and neutral link. It shall conform to IS: 13947 (Part.3) (Latest
version). It shall have cable entry holes, cover handle interlocking, sealing arrangements and
weather proof enclosures.
(c) Distribution Board
Distribution board shall be 230 V, 16 Amp. Metal clad boards conforming to IS:2675 (Latest
version) with latest amendments with hinged type metallic cover, cable entry holes and weather
proof enclosures. It shall have reusable type fuse units.
(d) Switches shall be 230 V, 5/15 Amp, one way flush type, piano type switches, conforming to
IS: 3854 (Latest version) with latest amendments and shall be ISI marked.
Three pin socket outlets shall be 230 Volt, 5/15 Amp, flush type, comforting to IS: 1293 (Latest
version) with latest amendments and shall be ISI marked. Ceiling roses shall be 230V, 5 Amp,
2 pole bakelite ceiling roses, conforming to IS: 371 (Latest version as) and shall be ISI marked.
EARTHING: Earthing systems including earth electrode in accordance with IS: 3043 (Latest
version) shall be provided. Loop earthing with G.I. wire of not less than 8 SWG shall be
provided for all mountings of the main board and other metal clad switches and distribution
boards.
ELECTRICAL FITTINGS AND APPLIANCES:
(a) Fluorescent lamp fittings conforming to IS: 1777 (Latest version) with latest amendments
and suitable for 1x40 Watt fluorescent tube shall be provided. The fittings shall be complete
with copper wound choke, lamp holders, starter with base, power factor improving capacitor,
40 Watt fluorescent tube etc. The fittings shall be mounted on the walls with suitable mounting
arrangements.
(b) EXHAUST FAN
The contractor shall provide single phase, 230V, 50 Hz, 6 pole, 940 RPM propeller type
exhaust/ventilating fans having a size of 300 mm and with a mounting ring but without
regulator and louver shutters. The fan shall conform to IS: 2312 (Latest version) and shall be
ISI marked.
(c) OUTDOOR LUMINAIRES
(i) The contractor shall provide weather proof street light/outdoor luminaries fittings of two
piece construction, comprising of cast Aluminum control gear housing and deep drawn stove
enameled lamp housing with anodized Aluminum side reflectors, clear acrylic bowl, held by
antirust, robust toggle.
154
Signature of the tenderer
under seal of the firm
The luminaries fitting shall be suitable for a 150 watt HPSV lamp and shall be complete with
control gear box with ballast, PF improving capacitor, connector block, fuse cutout, earthing
terminal and a 150 watt HPSV lamp.
(ii) INSTALLATION
The control gear box, mounted on a teakwood board of appropriate size and shall be installed
on wall inside the building at an accessible height and connected to the switch board through a
ceiling rose.
The luminary fitting shall be installed on a pre-erected 3 meter long medium class G.I. pipe of
50 mm diameter.
The pipe shall be grouted on the outside wall of the building with the help of M.S. clamps such
that height of G.I. pipe above the roof of the buildings is not less than 2.5 meters. The fitting
shall be mounted with the help of a 25mm dia G.I. pipe, given a bend of 120 deg. from
horizontal plane and MS clamps. Flexible coper wire of suitable size shall be provided to
connect the control gear & the fitting. The control gear box and the fitting shall be properly
earthed.
TESTING AND COMMISSIONING: On completion, all works including wiring, electrical
fittings and appliances shall be tested jointly with the representative of the purchaser in
accordance with IS: 732 (Latest version) and commissioned.
155
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER – IX
SWITCHING STATION
156
Signature of the tenderer
under seal of the firm
CHAPTER – IX
SWITCHING STATION
POWER SUPPLY:
(a) SUB-STATIONS
Electric power will be supplied at 25 kV A.C. 50 Hz. single phase from traction sub-stations to
feeding stations spaced 50 to 80 km apart along the track.
(b) SWITCHING STATIONS
Power supply will be controlled to the different sections of traction overhead equipment by
switching stations. At these stations the switching will be effected by means of "Interrupters”
which are single pole, non-automatic oil circuit breakers capable of repeatedly interrupting
normal full load current. There are three types of switching stations:(1) Feeding stations;
(2) Sectioning stations, and
(3) Sub-sectioning stations.
(c) FEEDING STATIONS
Supply will be affected to the overhead equipment through switchgear installed at feeding
stations. All feeding stations will be located normally near the track.
(d) SECTIONING STATIONS
The sub-stations cannot, as a rule be paralleled and consequently a neutral section of overhead
equipment with insulated overlaps on either side will be provided approximately midway
between two consecutive feeding stations. Neutral sections may also be provided at feeding
stations. Facilities to bridge the neutral section between feeding stations will be provided at
sectioning stations.
(e) SUB-SECTIONING STATIONS
In order to facilitate maintenance of overhead equipment and to permit isolation of faulty
sections and expeditious restoration of power supply in healthy sections, sub sectioning stations
with insulated overlaps will be provided between the feeding stations and the sectioning
stations.
(f) RETURN CONDUCTORS
In order to reduce interference to telecommunication circuits arising from A.C. 50 Hz. single
phase traction current in the overhead equipment, a return conductor may be provided for each
157
Signature of the tenderer
under seal of the firm
main running track. These return conductors shall be connected at intervals to booster
transformers and to the rails.
(g) BOOSTER STATIONS
Booster transformer stations are provided in conjunction with return conductors to reduce
inductive interference to telecommunication circuits arising from single phase 25KV AC
traction. The Booster stations are located along the track.
SWITCHING STATIONS, BOOSTER TRANSFORMER STATIONS AND L.T.SUPPLY
TRANSFORMER STATIONS.
DESCRIPTION:
(a) Switching Stations
Every switching station has a gantry with two or more main masts (Up-right). The interrupters
are located behind the gantry. Isolators, Potential Transformers, station class lightning
Arrestors and pedestal Insulators are mounted on a gantry. From the gantry, connections are
made to various sections of overhead equipment by cross feeders and jumper connections.
Switching stations are unattended and remote controlled from a remote control centre (see partIII). A small masonry cubicle, called the control cubicle, shall be constructed at each switching
station to house control equipment, batteries, battery charger, S.&T. terminal equipment, a
terminal board for terminating cables from the switching station equipment, a telephone and
telephone equipment and A.C. 240V distribution board. The switching station and its control
cubicle (other than feeding posts) shall be enclosed by fencing. Feeding Posts/stations shall not
be in the scope of OHE contract. However, the gantries erection at feeding stations outside the
premises of traction substations will be done by the OHE contractor. Stringing of cross feeders
and jumper wires at feeding stations shall however be done either by OHE contractor or TSS
contractor whosoever does the work later or as decided by the purchaser depending upon the
ground situation during the course of progress of OHE/TSS work. Necessary materials (other
than Railway supply items) for the above stringing works will, however, be required to be
arranged by OHE contractor in any case.
(b) Booster Transformer
Booster stations are provided for each track at the insulated overlap spans. The primary
terminals are connected directly in series with the traction overhead equipment and the
secondary terminals directly in series with the return conductors by means of flexible jumpers.
Normally each booster station will be provided with one booster transformer which will be
mounted on a gantry structure with two masts. Single booster station will be located on either
side of the track in a double track section. In multi-track sections where space does not permit
location of a booster station may be provided with cross feeders for connections to the overhead
equipment and return conductors as indicated in the relevant general arrangement drawing
listed in Annexure-I. Two 7.5 kV lightning arrestors for each booster transformer are also
erected on the gantry and connected to the L.T. terminals of the booster transformer
(c) L.T. supply transformer stations
158
Signature of the tenderer
under seal of the firm
The low tension supply required at switching stations will be obtained through L.T. supply
transformers included as part of switching stations, mounted on steel structures and connected
to the 25 kV side through rigid bus-bars of aluminum. In special cases where the length of
connection is small, 50 sqmm copper wire may be used for connection, with the approval of the
Purchaser. At locations other than at switching stations, wherever low tension supply is
required, L.T. supply transformer stations included as a part of OHE may be provided along
side the track at isolated location. L.T. supply transformer stations shall essentially comprise of
a mast mounted transformer connected to the traction overhead equipment through dropout fuse
switches. The240 V side shall be connected to a distribution board located at the remote control
cubicle by means of 2 core 25 sq. mm aluminum cable. The general arrangement drawing for
L.T. supply transformer stations for single double and multitrack sections.
CLEARANCES:
No part of the installations which is live at 25 kV shall be erected at a height less than 3 m from
the datum level. Clearance between any part live at 25 kV and any part at earth potential (or
part likely to be earthed) shall not normally be less than 500mm. This clearance may be
reduced under special circumstances but in no case static clearance shall be less than 320 mm
and any dynamic vertical and horizontal clearances 270 mm and 220 mm respectively. The
clearance between any part live at 3 kV and any part at earth potential (or part likely to be
earthed) shall be not less than 150 mm under static condition and 70 mm under dynamic
conditions.
SETTING OF GANTRIES:
The gantries are normally aligned parallel to the track. The minimum distance of the face of the
gantry from the center line of the nearest track is referred to as the 'setting’ of the gantry. The
setting shall normally be 3.5m. Setting of the individual gantries of different stations will be
furnished by the Purchaser.
DATUM LEVEL:
The datum level will be the finished level of the gantry mast foundation. All vertical
dimensions shall be stated with respect to this datum level. Datum levels of individual stations
will be indicated on the location and connection diagrams.
MOUNTING OF EQUIPMENT AND BUSBAR ARRANGEMENT:
(a) The interrupters and isolators shall be mounted in such a way that these can be manually
operated conveniently by a person standing on the ground. The indicators showing the 'OPEN’
or 'CLOSED’ position of the equipment shall be so arranged as to be visible from out-side the
fencing enclosure on the side of the main gantry.
(b) The bus-bar arrangement for typical switching stations is schematically indicated in a
drawing.
159
Signature of the tenderer
under seal of the firm
FENCING & ANTICLIMBING DEVICES:
Every switching station, together with its associated control cubicle shall be enclosed by
fencing except at feeding stations that are located within the traction sub-station premises. The
fencing shall have an anti-climbing device also at top. At booster transformer and L.T. supply
transformer stations, suitable anti-climbing devices consisting of galvanized steel clamp
fixtures shall be mounted on each mast. The device shall be fitted below the transformer
supporting beam or steel work. The general arrangement drawings indicating the fencing and
anti-climbing devices.
NUMBERING:
Each booster transformer, interrupter, potential transformer, L.T. supply transformer and
isolator shall carry an enameled number plate of approved design.
The Purchaser will furnish the actual numbers to be allocated to the various equipments as per
specification No. ETI/OHE/53 (Latest version)
INTERLOCKING ARRANGEMENTS:
An interlock shall be provided between each interrupter and its associated double pole isolator,
to prevent operation of the isolator from the open to the closed position or vice-versa, unless the
interrupter is locked in the open position and to prevent operation of interrupter either manually
or by remote control unless the isolator is lock in the open or closed position. The interlocking
device shall consist of a lock combined with an electrical contact to make or break the remote
control circuit on the operating mechanism of the interrupter and a lock for the isolator
operating mechanism and interlock key for the two locks.
EARTHING ARRANGEMENTS:
(a) Earthing of switching stations, booster transformer stations and L.T. supply transformer
stations shall generally comply with the code of practice for earthing IS: 3043 (Latest version)
except where otherwise specified below:
(b) Earthing system
(i) Switching stations
At each switching station, two separate and independent earth circuits shall be provided, one
for earthing the HT equipment and the other for earthing the L.T. equipment.
(ii) Earth Circuits
Each earth circuit shall take the form of a closed ring and shall be provided with a minimum of
two earth electrodes. Each earth electrode shall consist of galvanized iron pipe, 40 mm nominal
bore at least 3.1 m long provided with a spike at one end and welded lug suitable for taking
minimum size of 50x6 mm mild steel flat, directly at the other. The pipe shall be embedded into
the ground. The earth electrodes of the HT and the LT earth circuits shall be located as far apart
as it is possible.
160
Signature of the tenderer
under seal of the firm
(iii) HT earth circuit
The resistance to earth of the HT earth circuit shall be less than 2 ohms. If this value cannot be
achieved with a maximum of four separate but inter connected earth electrodes then the
additional earth electrodes shall have the surrounding earth treated with charcoal and salt
filling. All masts, structures, fencing uprights and equipment pedestals shall be connected by
the two separate and distinct connections to the closed loop of the earth bus. Earth bus and
connections to it shall be of M.S. flats of minimum size 50 mm x 6 mm. Potential transformers
and lightning arrestors shall be bonded to masts/structures by 25 mm x 3 mm copper strips.
(iv) LT earth circuits
The LT earth circuit shall also comprise of a minimum of two inter-connected earth electrodes
as described in para (iii) above and the total resistance to earth of the earth circuit shall be less
than 2 ohms. This circuit will not form a part of this contract at those feeding stations that are
located within the traction sub-station premises. All low tension equipment control boards, one
terminal of the secondary’s of the potential and LT supply transformers, metal casing of battery
chargers, each connections of 8 SWG galvanized iron wire to the LT earth bus. The section of
the LT earth bus shall be the same as that of the HT earth circuit.
(v) Earth strips
The earth bus and connections of HT earth circuit shall be painted with two coats of red oxide
zinc chromate primer to IS 2074 (Latest version) with a minimum thickness of 1.5 mils (40
microns) and with two finishing coats of bitumen 85/25 (blown grade to IS:702(Latest version
as indicated in Anexure-1) with 20% mica to a thickness of about 15 mils (375 microns) either
by hot application or by brushing a solution of it with suitable viscosity to obtain the thickness
in minimum number of coats and buried at a depth of 300 mm below the ground level. The
earth bus of the LT earth circuit shall run along the wall fixed on wooden gutties at a height of
300 mm from the floor. The connections to equipment will run from the bus along the wall and
in recesses in the floor. All recesses will be covered with cement plaster after finishing the
work. The connection of earth strips to each other shall be made by 10 mm dia. steel rivets or
by welding. The connections to the various items of equipment and structures or fencing posts
shall be made with G.I. bolts. The earth connection to the structural members shall be made at a
height of about 150 mm above the foundation.
(vi) Inter connection
The HT and LT earthing systems shall be interconnected. In Addition, at all switching stations,
the HT earth shall be connected by the two independent mild steel flats each of minimum size
50 mm x 6 mm painted with two coats of red oxide zinc chromate primer to IS:2074 (Latest)
and finished with two coats of bitumen 85/25 blown grade as described above, to the non-track
circuited rail in a single-rail-track-circuited section and to the neutral point of an impedance
bond provided by the purchaser where double-rail-track circuiting is employed so as to limit
high potential gradients developing in the vicinity of switching stations in the event of fault.
161
Signature of the tenderer
under seal of the firm
(c) Booster Transformer stations (Deleted)
(i) Earthing system
The earthing system shall comprise of a minimum of two inter-connected earth electrodes.
Each earth electrode shall consist of one galvanized iron pipe 40 mm nominal bore at least 3.1
m long provided with a spike at one end and welded lug suitable for taking a minimum size of
50 mm x 6 mm mild steel flat directly at the other end. The pipe shall be embedded into the
ground. The earth bus inter-connecting the two earth electrodes, shall consist of a minimum
size of 50 mm x 6 mm mild steel strip. Each mast of the gantry shall be connected at the bottom
to this earth bus by a minimum size of 50 mm x 6mm M.S FLAT. The resistance to earth of the
earth circuit shall be less than 2 ohms as described in para (b)(iii) above. The transformers and
the lightning arrestors shall be bonded to the gantry mast by means of copper strips of size 25
mm x 3 mm. In addition the earth circuit shall be connected to the non-track circuited rail in the
case of single rail track circuit or to the mid point of impedance bond in case of double rail
track circuit section.
(ii) Earth strips
The earth strips shall be painted with two coats of red oxide zinc chromate primer to IS:2074
(Latest) with a minimum thickness of 1.5 mils (40 microns) and with two finishing coats of
bitumen 85/25 (blown grade to IS:702: (Latest version) with 20% mica to a thickness of about
15 mils (375 microns) either by hot application or by brushing a solution of it with suitable
viscosity to obtain the thickness in minimum number of coats and buries at a depth of 300 mm
below the ground level. The connection of earth strips to each other shall be made by 10 mm
dia. steel rivets or by welding. The earth connections to the structural members shall be made at
a height of about 150mm above the foundation.
(d) L.T. supply Transformer Stations.
The earthing arrangement of a pole mounted LT supply transformer station shall comprise
interconnected earth electrode/electrodes having a resistance not exceeding 10 ohms. If this
value can not be achieved with two electrodes, additional electrodes shall have surrounding
earth treated with charcoal and salt filling. The transformer and lightning arrestor shall be
connected to the supporting steel structure by means of 2 independent connections at the top by
means of 25 mm x 3 mm copper strip. At the bottom, the steel structures shall be connected to
the inter-connected earth electrodes and to the nearest traction rail by means of two
independent connections of mild steel flats having a minimum size of 50 mm x 6 mm. In
addition, the earth electrode should be connected to the traction rail by means of a minimum
size of 75 mm x 6 mm mild steel flat. The mild steel flat shall be painted with two coats of red
oxide zinc chromate primer to IS: 2074 (Latest version) with a minimum thickness of 1.5 mils
(40 microns) and with two finishing coats of bitumen 85/25 (blown grade to IS :702 (Latest
version as indicated in Anexure-1) with 20% mica to a thickness of about 15 mils (375
microns) either by hot application or by brushing a solution of it with suitable viscosity to
obtain the thickness in minimum number of coats.
162
Signature of the tenderer
under seal of the firm
CABLE CONNECTION:
(a) All PVC cables provided out-door shall be either laid in the trenches or neatly clamped to
the structures as approved by the Purchaser.
(b) Termination of cables
The cable shall be terminated neatly and all the cores arranged and dressed properly. Suitable
indexed terminal strips or ferrules shall be provided at all terminals to facilitate maintenance.
163
Signature of the tenderer
under seal of the firm
TECHNICAL SPECIFICATIONS
CHAPTER – X
PARTICULAR SPECIFICATIONS
164
Signature of the tenderer
under seal of the firm
CHAPTER – X
PARTICULAR SPECIFICATIONS
1
INTRODUCTION
The siding to be electrified is at SECL company limited, Bilaspur of South East Central Railway.
2
LOCATION: Bilaspur Railway Station
3
TRACKS TO BE EQUIPPED
(a)
The track lengths of the section to be electrified, modified and equipped with
overhead equipment with conventional type Over Head Equipment is approximately
55 TKM.
(b)
Schematic diagram and wiring cum sectioning plan of the tracks shall be given at the
time of issue of LOA.
(c)
General Description of work.
SCCL have only proposed lines for electrification of 25 KV AC single phase 50 HZ
power supply with conventional type OHE from Take off point RKP-II and existing
Tramway OHE to be converted in conventional OHE along with separate feeder wire
from MCI SSP along with CB and Feeder BM.
4
GENERAL PARTICULARS
(a)
5
The bearing capacity of the soil is likely to vary from 5,500 to 22,000 kg/sq.m. The
actual bearing capacity shall however be determined in accordance with section 4(II).
CLIMATIC DATA
Temperature: For the overhead equipment, which will be in the open a minimum
temperature, 4.oc and a maximum temperature of 65°C are to be considered. The mean
temperature should be taken as 35°C.
6
ROLLING STOCK
Not applicable.
7
OVER DIMENSIONAL CONSIGNEMNTS
The maximum height of over dimensional consignments which apply on this section is 4.80
m (15 ft. 9 in) with movement restricted to specified lines.
8
TYPE OF OHE
Conventional OHE will have to be provided.
165
Signature of the tenderer
under seal of the firm
9
TRACK CIRCUITS
Track circuiting for the siding is envisaged at present. If in near future it is required for S&T
purpose, we have made provision for the same.
10
LABOUR & MATERIALS
Unskilled labour and skilled labour are available in the area.
11
ADDRESSES
All correspondence and documents relating to the contract should be sent at purchaser
address:
(a)
For all policy, contractual and commercial matters;
(b)
Matters relating to progressing of field work, scheduling of quantities and submission
of bills.
166
Signature of the tenderer
under seal of the firm
EXPLANATORY NOTES OF SCHEDULE
ON SCHEDULE OF PRICES
167
Signature of the tenderer
under seal of the firm
EXPLANATORY NOTES OF SCHEDULE
ON SCHEDULE OF PRICES
GENERAL
1
Explanatory notes for various items of work in schedule are given below:
2
The basic quantities of components and materials required to make up a unit of work for
selected items are indicated for guidance only. There may be minor variations to suit erection
but no adjustment in prices of schedule shall be made on that account. In estimating the prices
for various items of work, provision for loss and wastage in transit and erection should be
provided for, over and above the basic quantities of components and materials required to
make up a unit of work, indicated herein.
3
In the explanatory notes given in section of this Chapter, the term “Small parts steel work” is
meant to cover fabricated steel work made from rolled steel sections, complete with bolts and
nuts and washers where required for fastening the small parts steel work to any structural
member. The term “attachment “Wherever used is intended to cover casting foreignness,
machined or welded components or fittings, which are attached directly to a structural
member, or mounted, on small parts steel work.
4
In the explanatory notes given in section 2 of this chapter the term ‘bimetallic connection” is
meant to cover any connection between a copper conductor and an aluminum conductor. The
clamps used for such connections shall be made of a suitable aluminum alloy or copper alloy
and the copper/aluminum conductor shall be wrapped with bimetallic (aluminum copper)
strips to prevent direct contract between aluminum and copper.
5
Solid core insulator shall be as per zone requirement.
6
Special notes for measurements are included in section 2 of this chapter under various items,
where necessary.
PARTICULAR
Notwithstanding anything to the contrary in this section, the entire requirements of the equipment’s,
components and the contractor will supply fittings for the work. The prices in the schedule I shall be
given inclusive of the cost of supply of these items.
In the case of wires, conductors, etc. the prices for erection shall include any assembly work to be
done in the contractor’s depot prior to erection at site, such as fabrication of droppers etc. to shapes
and sizes required.
Item No. 1 (a) Preparation of designs and drawings for overhead equipment (OHE).
The price shall cover verification of purchaser’s pegging plan and preparation of overhead equipment
LAYOUT plan indicating location, chainages, type of structure, stagger, implantation, type of
168
Signature of the tenderer
under seal of the firm
foundation etc ,including cross section drawings (CSD) ,structure erection drawings (SED) ,clearance
study and preparation of all other drawings and designs required.
The price shall include the following:
i)
Making minor modifications with the approval of the purchaser to the layout of structures and
overhead equipment, if necessary, and submission of overhead equipment/feeder lines shown in
layout plans, including stagger, location for cut-in insulators etc.
ii)
Preparation of cross section drawings and structure erection drawings for each structure
locations.
iii)
Choice of type and size of foundations to suit soil and loading conditions, except for the ones
which are considered as “works under other Agencies:
iv)
Preparation of long section drawings of overhead equipment where such drawings are required
including detailed study of over line structures such as foot over bridges road over bridges etc.
for maintaining the specified height of contract wire and requisite clearances.
v)
Preparation of the design and drawings, including drawing of small parts steel work and
detailed designs for and L.T. supply transformer stations
vi)
Supply of requisite number of copies of all drawings, including completion drawings specified
in part II, Chapter V to the purchaser.
vii) The price shall also cover soil investigation and testing in an approved manner.
viii) Preparation & Supply of requisite no. copies of bonding Plan drawings.
ix)
Supply of requisite number of soft and hard copies of all drawings, including
completion drawings specified in part II, Chapter V to the purchaser.
Notes for Measurements:
for the purpose of payment against this item, the length of track shall be measured as under:-
1.
General: By the difference in the chainages of the length under consideration, as
incorporated in the layout plans.
2.
Turnouts: The track taking off shall be deemed as starting from to toe of the switch of the
turnout.
3.
Crossovers: The length of track shall be taken as the difference in the changes of the toes of
switches of the two turnouts constituting the crossover.
4.
Diamond crossing with or without slips: 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 tops of loops: The lengths for payment per this item shall be up to the change
of anchor mast of the terminating OHE.
169
Signature of the tenderer
under seal of the firm
6.
Feeders and return feeders from grid sub-station to feeding station: This item will also
be applicable independently in case of feeders/return feeders/contractors from grid sub-station
to overhead equipment feeding stations or in a case of feeders/conductors running on
independent structures (not supporting OHE) along or across tracks. In such a case the length
of line to be considered for purposes of item (a) shall be measured by the distance between
the centre of gantries of the grid sub-station and feeding stations, in case of feeder/return
feeders/conductors line from grid sub-station, or by the distance between the centre line of the
two structures to which the feeders/return feeders running along the track if such
feeders/return feeders/conductors are running completely on independent structures or by the
distance between the centre of the two structures supporting the OHE on either side of the
first and last independent structure in case of feeders/return feeders/conductors running along
the track supporting OHE.
Item No. 1(b) Preparation of design and drawing for switching stations (SP/SSP).
The price shall cover on flat rate basis per switching station, survey, investigation of soil bearing
pressure, preparation of cross section drawings, detailed layout of equipment, bus bar connection and
insulators, layout of earthing system and earth connect and Cable run layout, Fencing layout
,Detailed designs and Drawings for steel works and structural support.
Suitable concrete plinth for equipment and drawings for equipments, component, fitting and
materials supplied by the contractor.
The price shall include supply of requisite number of soft and hard copies of all drawings; including
completion drawings specified in part II, Chapter V to the purchaser
Explanatory notes of schedule1: Schedule of prices
Connections, cable run layout, detailed designs and drawings for steel work and structural supports,
suitable concrete plinths for equipment and drawings for equipments, components, fittings and
material supplied by the contractor, the price shall include supply of requisite numbers of copies of
all drawings, including completion drawings as specified in part I. the purchaser inrespect of the
tendered work. It will envisage design of modification to the existing SSP for erection of an
additional vacuum circuit breaker/interrupter and associated equipment for a separate feeder to be
erected for the siding.
Item No. 1(c) Preparation of Design Drawing for Feeder wire.
The price shall cover on a flat rate basis foot by foot survey and investigation of soil bearing pressure
of the section involved and Development of Design & Drawing plan for feeder wire (25 kV), based
on the engineering plan & wiring plan to be furnished by purchaser ,duly incorporating location
number, disposition of location ,span etc. Feeder wire shall be made of hard drawn bare copper
conductor (HDBC) of size 37/2.25 mm (150 sq.mm).
170
Signature of the tenderer
under seal of the firm
Item No. 2(a): Concrete for foundation and plinth in hard soil/rock including material as per
site condition.
The prices shall cover excavation, supply and handling of all materials, and accessories, temporary
arrangements for excavation in hard soil and concrete/masonry drains/walls requiring use of chisel
and hammer, shoring, where necessary, casting concrete including from work, where necessary,
grouting of masts and finishing the top of concrete foundation of another blocks. The price also
includes dismantling of all connected temporary arrangements, back filling required 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 plant for blasting
operations at his own cost. If half or more of the depth or width of excavation is in very hard soil,
concrete/masonry drains/walls or, rock, the entire foundation shall be paid for under item 2 (a) if it is
less than half payment for entire foundations shall be made at the rate for the type of soil in which the
majority of the foundation is emplaced.
Note for measurement for items 2 (a)
1)
The payable volume of the foundations under item 2 (a) shall be the designed one as shown in
the drawing for which the hole has been blasted, irrespective of the actual configuration
assumed by the latter due to the blasting.
2)
The depth of the excavation shall be measured from the formation level to the maximum
excavated point.
3)
The Contractor shall prepare the Scroll Drawing for casting foundation suitable for various
type structures.
Item No. 2(b) Foundation for plinth in other than hard soil and rock including material as per
site condition.
The price shall include all works mentioned in item 2 (a) in all classes of soil except hard soil,
concrete or, masonry drains and walls and rock.
Notes:
1)
The prices under Item 2 shall be same for any shape and size of concrete blocks. In
calculating the individual volume of concrete fraction of a cubic metre beyond the third
decimal shall be rounded off to the next nearest third decimal.
2)
The prices under Item 2(a), (b) and (c) shall apply for concreting of all foundations for masts,
gantries, portals, anchor blocks for guy rods, and fencing uprights.
3)
For purposes of computation of volume of concrete under item 2, the volume of steel work
embedded in the foundation block and muff shall be ignored.
4)
Cost of all concrete will be paid for only under item 2 and the prices of other item shall not
include cost of concrete except for Item 17.
171
Signature of the tenderer
under seal of the firm
5)
For purpose of computation of volume of concrete under item 2, the volume of concrete shall
be including the volume of sand and bitumen in sand cored foundations.
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 0.08 cum irrespective of the size and shape of
muff, on a flat basis.
7)
The prices under items 2(a) and (b) also include the cost of concrete cable trenches and trench
covers at the switching stations as well as embedment of drain pipes, where required. The
prices under Item 2(a) and (b) shall include cost of cement.
Item No. 2(c): Supply and installation of reinforced cement concrete including excavation,
shuttering and supply of 12mm steel rod as per site condition.
The price shall cover excavation and all reinforced concrete work for foundations including supply of
steel for reinforcement and other materials including bending/binding ,laying of reinforcement,
shoring and shuttering where necessary ,casting concrete including frame work where necessary,
grouting and finishing the tops of foundation blocks with the required slope/muff. The price shall
inculde dismantling of all connected temporary arrangements, back filling as required and removal of
soil. The price shall also cover all concrete work for cast-in-situ piles and pedestal columns shall be
added to the volume of foundation block for purpose of payment. Dowel bars will not be considered
as reinforcement for the purpose of this item. The price shall include the cost of cement also. Cement
will not be supplied by railways
Note: - Extra oversize padding to be provided below the main foundation where high embankment
with filled up soil is available at site.
Item No. 2(d) : Foundation and plinth for height gauge in other than hard soil and rock as per
site condition.
Note: It will be governed by the explanatory note of Item No.2(b)
Item No. 3(a)(i) Supply and erection of Traction Mast fabricated of Rolled 6’’x6”, 8”x 8” BFB
mild steel and galvanized in standard length of OHE & SWS structure.
The price shall cover the cost of supply of finished traction mast fabricated from rolled mild steel
beam (BFB) 152 mm x 152 mm x 37.1 Kg/m designated SC-150, table 3.1 of IS – 808/1989 duly
drilled as per RDSO’s Specification No. ETI/OHE/C/00144 Mod–B as galvanized as per
specification No. ETI/OHE/13(4/84) with A&C slip No. 1 to 3. The length of mast will be 9.5 or 8.5
meter as required. The steel shall be conforming to IS-2062/1992 (latest) Gr “A” SK zinc
confirming to IS: 209/1992 or latest.
The price shall cover the cost of erection, alignment and setting before grouting of individual traction
mast. The price shall include the cost of repairing of platform shelters in case the shelter is
dismantled/ removed/ damaged during the course of erection of mast at platform.
172
Signature of the tenderer
under seal of the firm
Item No 3( a) (ii) Supply and erection of Traction Mast fabricated of Rolled 8”*6” RSJ mild
steel and galvanized in standard length of OHE & SWS structure.
The price shall cover the cost of supply of finished traction mast, Main mast of switching Stations
and B.T. Stations fabricated from rolled mild steel joist (RSJ) 203 mm x 152 mm x 52.0 Kg/m
designated WB-200, table 2.2 of IS – 808/1989 duly drilled as per RDSO’s Specification No. given
below for various type of mast and galvanized as per specification No. ETI/OHE/13(4/84) with
A&C slip No. 1 to 3. The steel shall be conforming to IS-2062/1992 (latest) Gr “A” SK zinc
confirming to IS: 209/1992 or latest.
RDSO’s Specification No.
Length
ETI/OHE/C/00144 Mod – B
ETI/ C/0030Mod – F
ETI/ C/0031Mod – D
ETI/ C/0036Mod – E
ETI/ C/0181Mod – C
ETI/ C/0184Mod – B
09.50 M
11.40 M (S-1)
11.40 M (S-2)
08.00 M (S-4)
12.40 M (S-6)
09.40 M (S-9)
The price shall cover the cost of supply of any other structures fabricated out of RSJ beam .The price
shall cover cost of erection, alignment and setting before grouting of individual traction mast ,and
main mast of Switching and Booster Transformer Stations including those for Head Spans. The price
shall also include the cost of repairing of platform shelters in case the shelter is dismantled/ removed/
damaged during the course of erection of mast at platform.
Item 3(b)(i) Supply and erection of fabricated Traction masts B-100 to B-250, TTB, T-100, T150 ,dwarf mast etc galvanized in standard length of OHE & SWS structures.
The price shall cover the cost of supply of B-Series traction mast 9.0 M ,9.5 M long i.e. B- 150, B175 ,B- 200, B225 & B250 fabricated and galvanized as per RDSO Drg. No. ETI/C/0071 (Mod-E)
and specification No.ETI/OHE/13 (4/84), Steel shall be conforming to IS-2062/1984 Gr. A Zinc
conforming to IS-209 & latest.
The price shall also cover the supply of any other size of B-Series or K-Series mast required which
has not been mentioned.
The price shall cover cost of erection, alignment and setting before grouting of individual traction
masts and main masts of Switching and Booster Transformers stations including those for head
spans. The price shall also include the cost of repairing of platform shelters in case the shelter is
dismantled/removed/damaged during the course of erection of a mast at platforms.
Item No. 3(b)(ii) Supply and erection of fabricated Portals ( N,O,P,R) TTB duly galvanized
with necessary component, other than the mast
The price shall cover the cost of supply of N, O, P and R type portals with components as per
RDSO’s Drg. No. for erection under item 3(b)(i):
I.
ETI/C/0008 Sheet No.2 to 6 latest Mod for ‘N’ type
173
Signature of the tenderer
under seal of the firm
II.
III.
ETI/C/0017 Sheet No. 2 to 6 latest MOD for ‘O’ type.
ETI/C/0011 Sheet No. 2 to 6 latest MOD for ‘R’ type
The structures shall be fabricated and galvanized from steel conforming to IS-2062 or ‘A’ as per
concern specification i.e. IS:2062/1984, IS-808/1989 and RDSO’s specification No.ETI/OHE/13
(4/84) with A&C slip Nos. 1 to 3.
The price shall cover ,cost of erection, alignment and setting before grouting, wherever required, of
portals assembly of boom components and erection of the same. The prices shall also include supply
and erection of galvanized bolts, nuts, washers etc. wherever required as per approved designs and
drawings. The price shall cover assembling, adjustment and erection of all types of booms including
TTC booms and any special structures across the track, not covered under item 3(b)(ii). The price
shall also include the cost of repairing of platform shelters in case the shelter is
dismantled/removed/damaged during the course of erection of a portal at platforms.
Note for Item 3a(i) 3a(ii) 3b(i)
Payable unit weights for standard masts
For the purpose of payment, the weights of individual traction mast and main masts of head span
shall be determined for each type on the basis of the payable with per meter length shown below for
standard types. For special types, the payable weight per meter length will be indicated by the
Employer at the time of approval of designs.
S.N.
Type of masts
Weight per metre including galvanization
1.
6”x6''x (Nominal) 25 Ib. BFB
38.03
2.
162x154x37.1kg. BFB
38.00
3.
BFB 8" x 8" (Nominal) x 35 Ib
51.20
4.
RSJ 8”x6”x 35 Ib.
.......
53.39
5.
K 100
.......
23.76.
6
K 125
.......
30.30
7.
K 150
.......
38.18
8.
K 176
.......
43.72
9.
K 200
.......
49.87
10.
K 225
.......
57.50
11.
K 250
.......
66.72
12.
B 100
.......
27.71
13.
B 125
.......
32.47
14.
B 150
.......
39.07
15.
B 175
...
44.61
16.
B 200
.......
174
50.76
Signature of the tenderer
under seal of the firm
17.
B 225
.......
61.50
18.
B 250
.......
70.72
19.
S-1
…….
53.30
20.
S-3
…….
76.40
21.
S-4
…….
53.39
22.
S-5
…….
108.79
23.
S-6
…….
53.39
24.
S-7
…….
70.40
25.
S-8
…….
111.53
26.
S-100
……
23.72
27.
S-101
……
19.98
28.
TTU(10.135M)
784.846
29.
TTB1(5.50M)
281.271
30.
TTB2(8.0M)
382.484
31.
TTK1
87.668
32.
TTK2
(set)
33.
DMA (3.85m)
205.552
34.
DMA (4.35m)
232.247
Note for item 3(a&b): The price for the item 3(a) & 3 (b) shall also include the cost of stenciling of
location numbers on masts / portals uprights in the manner as directed by the Purchaser.
Notes for Items 3(b):
1)
For the purpose of payment against Item 3(b) weight of structures or fabricated steel work
will be calculated books for the lengths of various members shown in the approved drawings.
There will be no addition for increased weight due to galvanizing or painting or weld material
or reduction for holes or skew cuts. An addition of 1% will however, be made to the
calculated weight to cover weight of bolts and nuts, in case of item 3(b).
2)
The rates against Item 3(b) shall be application to the erection of small part steel work, which
are not covered under the various other item of work. Unless specifically indicated none of
the other item of work shall including the cost of supply and /or erection of small part steel
work , which invariably be paid for under item 3(b) as applicable.
Item 3(c) Supply and Erection of fabricated steel work other than mast and portals in 3 (a),
3(b)
175
Signature of the tenderer
under seal of the firm
The price shall cover the cost of supply only of all fabricated steel work excluding fasteners which
are required to be supplied by the Contractor. The cost of erection for such steel work, if carried out
by the Contractor shall be paid for under item 3(b)(i) & 3(b)(ii)
For standard fabricated steel work for which RDSO’s approved drawings are to be followed , the
weight of steel work as specified in RDSO’s drawing shall be considered for payment. However, in
case the unit sectional weight of any member indicated in RDSO’s drawing is not in conformity with
the unit sectional weight as per the latest IS specification, the weight of the fabricated steel work
shall be calculated on the basis of latest IS specification and the same will be considered for
payment. For the non-standard fabricated steel work, the calculated weight to be considered for
payment under this item shall be included in the relevant drawing based on, latest IS sectional weight
at the time of submitting the designs for approval of the Employer.
Notes for item 3(b)(i), 3(b) (ii) & 3 (c)
1. For the purpose of payment against item 3(b)(i), 3(b)(ii) & 3(c) weight of structures or
fabricated steel work will be calculated according to the weight of black steel given in section
books for the lengths of various members shown in the approved drawings. There will be no
addition for increased weight due to galvanizing or painting or weld material or reduction for
holes or skew cuts.
2. The rates against item No.3(b)(ii) shall be applicable to the erection of small part steel works
which are not covered under the various other items of work. Unless specifically indicated none
of the other items of work shall include the cost of supply and /or erection of small part steel
work, which will invariably be paid or under item 3(b)(i) or 3(b)(ii) and 3(c) as applicable.
Item No.3(d) Supply and erection of a guy rod assembly.
The price shall cover supply and erection of a guy rod assembly of various lengths for traction masts,
feeder line towards or supports complete with mast guy rod fittings, guy rod with adjustments and
part/s to be grouted in the anchor block. The price shall not include the cost of supply and erection of
a dwarf or stub mast with anchor plate drilled and weld in position, where required, for anchorage,
and small parts steel work, complete with bolts and nuts etc., if any for attaching the mast guy to
fittings to the mast/structure which shall be paid for separately under the relevant item. Prices
indicated against all other items should be exclusive of the price of supply and erection of guy rod, if
any, which will be paid for under this item
Components requirement
S.NO. Rly.Id. Description of components
Qty. per unit no.
1.
3232
Mast guy rod fitting (welded)
Complete with 4 shore bolts, nuts,
Locknuts and washers for attachment
to mast/SPS.
1 off
2.
5001/)
5001-1/)
Anchor bolts (complete with
nuts lock units and split pins).
1 set
176
Signature of the tenderer
under seal of the firm
5001-3/)
3.
5002
Guy rod stirrup
1 off
4.
5004 or)
5005 or)
5006-1)
Guy rod with nut, washer and
split pin
1 off
5.
5007-1
Anchor ‘V’ bolt
2 off
6.
5008
Anchor loop
2 off
7.
5220
Guy rod double strap
assembly
(as required)
1 off or
2 off
Notes:
1)
In case the contractor desires to adopt a different design for guy rod assembly, he shall
indicate the same in the tender and the components required should be clearly listed under
this item as deviation.
2)
Supply and erection of guy rod assembly at anti-creep portals will also be paid for under this
item.
ItemNo.4(a)(i) Supply without insulator and erection of single bracket assembly(Conventional).
The price shall cover on a flat rate basis supply and erection of any bracket assembly on a traction
mast or support on drop arm, and shall include those on high/low level platform, in the vicinity of
turnouts, over bridges or over-laps and at locations with reduced encumbrance or terminating wires.
The prices shall include the cost of supply of all components including galvanized steel tube but
excluding long Creepage (1600 mm) composite insulators. (ID No.6000 and 6030, 6000-2 & 6030-1)
dropper wires but including small parts steel work complete of all components However; this does
not include the anti-creep arrangement at masts/structures. The price shall include:
Rly.Id.No.
Description of components
Qty. per unit
3020
Mast fitting for hook insulator
with 2 off bolts, nuts, locknuts
and washers of 16 0
1 set
2400
Tubular stay arm assembly
(Including galvanized steel tube)
1 set
2110/
2130/
2380
Catenary suspension bracket
assembly or hook bracket.
1 off
177
Signature of the tenderer
under seal of the firm
1160 )
2120 )
2140)
2040
Suspension clamp
1 off
2080
1 set
with tube cap and sleeve where Required (including galvanized
(as required)
Bracket tube assembly complete
1 set
Steel tube).
3070-1/2
Mast bracket fittings assembly Including 2 off bolts, nuts,
lockouts and washers of 16 0 for attachment of structure or
to Small part steel work
1 set
2150 )
Register arm hook assembly
1 off
2160-1)
Complete with bolts, nuts & locknuts.
2420 )
Register arm assembly or
raised register arm assembly
including galvanized steel tube)
2430)
2270)
1 set
2460 )
1 set
Register arm dropper assembly
(4 or5) including dropper wide, but
complete with bolts, nuts etc.
style-2 of 2470-style-2)
2390/ )
2540/)
2520)
2360/)
2490-2)
BFB steady arm or bent steady
arm (where required)
as required
25-mm steady arm drop
Bracket/clamp
as required
1220/)
1370-1)
Contact wire swivel clip or
raised register arm clamp
1 off
2550-1(2)
Anti-wind clamp
as required
Item No.4 (a)(ii) Extra on 4(a) (i) for supply and erection of additional fittings on a single
bracket assembly for supporting two or three OHE.
178
Signature of the tenderer
under seal of the firm
The price is applicable as an extra to item 4(a) (I) for the provision of additional fittings required to
support an additional OHE on a single bracket assembly payable under item 4(a) (I). The price shall
include supply and erection of all extra fittings, including the double contact wire swivel clip.
Item No.4 (a) (iii) Supply and erection of single bracket assembly suitable for tramway
overhead equipment (regulated).
type
The price shall cover on a flat basis any bracket assembly on a traction mast or support on drop arm
and shall include those on high level platform, in the vicinity of turnouts, over bridges or overlaps
and at locations with reduced encumbrance or terminating wires. The price shall include the cost of
supply of all components galvanized steel tubes, but excluding solid core cut-in-insulators. (ID No.
6000 and 6030, 6000-2 and 6030-1) dropper wires and small parts steelwork, if any. However, this
does not include the anti-creep arrangement at masts/structures. The price shall include:
Rly.ID.
Description of component
3020
Mast fittings for hook insulator with 2
Of bolts, nuts, locknuts & washers of
16 mm dia.
tubular stay arm assembly
(Including galvanized steel tube)
Tubular stay sleeve with adjuster.
1Set
1Set
Hook bracket
Large catenary direct clamp
Large register arm hook
Set
1Set
1Set
Large bracket fitting assembly
including 2 off bolts , nuts ,
locknuts and washers 16 mm dia.
1Set
Mast bracket fitting assembly
including 2 off , bolts , nuts,
locknuts and washers 16 mm dia.
1Set
BFB steady arm assembly
Standard anti-wind clamp
Contact wire swivel clip
1Set
1set
1Set
2400
2403-1)
2402)
2380
2140
2160-1
2080
3070-1/2
2540-1
2550-3
1220
Qty. per unit No.
1 Set
Item No. 4(a) (iv): Extra on item 4 (a) (iii) for supporting two -tramway type OHE (Regulated)
The price is applicable as an extra to item 4 (a) (iii) for the provision of additional fittings required
to support an additional OHE on complete bracket assembly payable under item 4 (a) (iii). The price
shall include supply of all extra fittings, excluding the double contact wire swivel clip.
179
Signature of the tenderer
under seal of the firm
Item No. 4(a) (V): Supply without insulator and erection of a Pull off arrangement
(conventional)
The price shall cover supply of all components required for a pull off arrangement to pull one
equipment only including head span mast fittings complete with M.S. angle, equalizing plate
assembly, steady arm, catenary dropper clip, Contact wire swivel clip and fittings but excluding solid
core insulators, conductors, and small jumper (50). The price shall also cover erection of small
jumper wire and conductors.
NOTE: For composite OHE Catenary dropper clips with necessary bimetallic strip/ washer to be
used in place of Catenary dropper clip. (Id No. 1192)
Item No. 4(a) (VI): Supply without insulator and erection of a Pull off arrangement suitable for
tram-way type overhead equipment (regulated)
The price shall cover supply of all components including conductors required for pull off
arrangement to pull one equipment only, complete with steady arm, contact wire swivel clip and
fittings, but excluding composite insulator. The price shall also cover erection of small jumpers and
conductors.
Item No. 4(a) (VII): Extra for each additional equipment pull off including of material.
The price shall cover as an extra to item 4 (a)(i), 4(a)(ii), 4(a)(iii) or 4(a)(iv) supply and erection of
all additional fittings required including the supply of required conductors /jumper wires, in case the
pull off pulls more than one equipment. The prices applicable for each extra equipment pulled.
Item No. 6(a) Supply and erection of overhead equipment only (conventional).
The price shall cover Contact wire (107 sq mm HDGCC), Catenary wire 65 sq mm (19/2.1 mm )
wire, Dropper wire (5mm),jumper wire(50 sqmm,19/1.80 mm or) as per the CORE/ RDSO
specification.
The price shall cover supply of all components including dropper clips, parallel clamps for jumpering
and splices (where their used is approved), including contact wire, catenary, dropper wire, jumper
wire and terminating wire/s. The price shall cover erection of all components and wires and
conductors including contact wire, catenary, droppers, jumpers and terminating wires, if any, but
excluding small parts steel work, if any.
The prices shall include provision of enamelled number plates on traction masts of structures. The
prices shall exclude supply of small parts steel-work complete with nuts for attachment of enamelled
number plates to masts/structure. The price shall include the cost of painting the setting distance of
masts/structure and rail level on mast /structure .The price shall also include adjustment of OHE
spans by Tower Wagon/Ladder Trolley etc.
The price shall also not include the termination of conductors which will be paid for under Item 8
Rly In.
Description of component
Qty. per unit No.
1040-2
Contact wire paralled clamp, small
180
As required
Signature of the tenderer
under seal of the firm
1180
1192
7501
1110-2
1120
1140
5010/5020
5030
5191/
Contact wire dropper clip (107)
Catenary dropper clip complete
with bolt, nut etc.
Enameled number plates
complete with 2 Galv. M.S. bolt, nuts
and leather sher
Contact wire ending clamp
Catenary ending clamp
Large span wire clamp (130)
Adjuster
Anchor double strap assembly
Compensating plate/Equalising
As required
As required
As required
As required
As required
As required
As required
As required
As required
Item No. 6 (c) Supply and Erection of contact wire only (regulated) (with bridle wire).
The price shall cover supply and erection of contact wire 107 sq mm (HDGCC), dropper wire ( 5 mm
) 7/2.10, 20sq mm bridle wire as per the specifications indicated of the tender paper. The price shall
include erection and provision of bridle wires with clamps and two droppers including clips
enameled number plates on traction masts/structure and painting of setting distance of
masts/structures and rail levels on masts/structures, stenciling of symbol for direction of emergency
telephone socket if required. The price shall exclude the supply of bridle wire, small part steel works
complete with bolts and nuts for attachment of enameled number plates to masts/structures. The price
shall exclude termination which will be paid for under item 8.
Note:
i) For the purpose of payment against item 6 (a) & (c) the length of overhead equipment, which shall
include terminating wires, shall be measured from the centre lines of the traction masts/structures at
which the two ends of each tension length of overhead equipment are anchored.
The length shall be the difference between the actual chainages of the two traction masts/structures at
which the ends of each tension length are anchored or by the sum of the actual spans between the
same two points whichever is higher as included in the ‘As Erected’ layout plans
Item No. 6(d): Supply and Erection of copper cross feeder (160 sq mm ,37/2.25 mm HDBC)
The price shall cover the supply and erection of 25 KV copper cross feeder wire across/along the
track at the location of SP/SSP/FP/BT/Gantries stations. Feeder wire shall be made of Hard drawn
bare Copper conductor of size 37/2.25 mm. The price shall be exclusive of cost of feeder wire
termination and small parts steel work complete with bolts, nuts etc. if any.
Item No.7 (a) Supply and Erection of 25 KV Copper feeder Wire (150 sq mm, 37/2.25 mm)
The price shall cover supply and erection of Stranded Copper Feeder Wire conductor as per RDSO
specification No-TI/SPC/OHE/HDCSCF/0030 or latest ( along or across the track). The price shall
not include the cost of suspension assembly ( which will be paid under item 11) and termination (
which will be paid under item 8) and small steel work, complete with bolts and nuts etc, if any. The
price shall also cover on a flat rate basis, the cost and supply of splices to the extent required.
181
Signature of the tenderer
under seal of the firm
Notes for Measurements
1.
The prices under items 7(a) shall not include.
i) Termination which will be paid for under Item 8;
ii) The connection (a) between feeders, return feeders or return conductors and (b) of feeders,
return feeders or return conductors to a bus bar, over
iii) Cut-insulators and suspension insulators, which shall be paid for under, item 11.
For the purpose of payment against Item 7(a) the length of feeders, return conductors or earth wire
shall be measured from the centre lines of the mast/structure at which the two ends of each length of
feeder or conductor run are anchors, by adding actual spans in case of feeders/return conductors
crossing a track, the length shall be measured between the faces of traction masts/structures at which
the two ends of the cross feeder or return conductors are anchored, as indicated in the as erected
structure erection drawings for traction masts/structures. For purposes of progress payment reference
to “as approved drawings” shall be made.
Item No.8 (a) (i) Supply and Erection of regulating equipment (3:1 pulley type) with normal
counter-weight assembly.
The price shall cover supply and erection of counter weight assembly including 9 tonne adjuster with
double strap assembly and normal/anti theft guide tube assembly and also including the supply of
regulating equipment and stainless steel wire rope required for the regulating equipment and small
parts steel work, if any. The price shall also cover adjustment of the entire regulating equipment
assembly. The price shall not include supply and erection of termination, which will be paid for
under item 8(b).
Item No.8(a) (ii) Extra for regulating equipment with Trapezoidal counter weights.
The price shall cover supply and erection of Trapezoidal counter weight assembly including 9 tone
adjuster with double strap assembly and normal/anti theft guide tube assemblies and also including
the supply of regulating equipment and stainless steel wire rope required for the regulating
equipment. The price shall also cover adjustment of the entire regulating equipment assembly. The
price shall not include supply and erection of termination, which will be paid for under item 8(b).
Item No. 8(a)(iii) Supply and erection of regulating equipment (3:1) pulley type with counterweight assembly (light) for tramway type OHE (Regulated).
The price shall cover supply and erection of counter weight assembly including 9 tone adjuster with
double strap assembly and normal/anti theft guide tube assembly and also including the supply of
regulating equipment and stainless steel wire rope required for the regulating equipment and small
parts steel work, if any. The price shall also cover adjustment of the entire regulating equipment
assembly. The price shall not include supply and erection of termination, which will be paid for
under item 8(b).
182
Signature of the tenderer
under seal of the firm
Item No. 8(b) Supply without Insulator & Erection of materials for termination of:
ItemNo.8(b)(i) Supply and erection of materials for termination of single conductor of overhead
equipment or a terminating wire.
The price shall cover supply of all material necessary for the termination of single conductor of
overhead equipment or terminating wire on a traction mast of structure, including appropriate mast
anchor fittings, clevis assembly, adjuster, anchor double straps, ending clamp for the catenary or
contact wire or terminating wire and fittings covering erection of all materials if any. The price shall
cover erection of all materials including the 9-tonne insulator assembly and terminating wire, if any.
Note: In case of “V” type anchor is adopted for terminating a single conductor such an arrangement
would be counted as two off under Item 8(b) (I) for the purpose of payment.
Item No.8 (b)(ii)
Supply and erection of materials for termination of double OHE conductors.
The price shall cover supply of all materials necessary for the yoked termination of two overhead
equipment conductors on a traction mast or structure, including appropriate mast anchor fittings,
clevis assembly three adjusters, ending clamps for catenary and contact wires, anchor double strap
assembly, equalizing/compensating plate and fittings. The price shall cover erection of all materials
including the 9-tonne insulator assembly.
Item No.8(b)(iii) Supply and erection of materials for termination of 25 KV Copper feeder
Wire (150 sq mm, 37/2.25 mm)
The price shall cover supply of all materials required for the termination of 25 kV Copper feeder
conductor including appropriate mast anchor fittings, adjuster, strain clamp and fittings. The price
shall cover erection of all materials.
Item No.8 (b)(iv)-
DELETED
Item No.8(b)(v) Supply and erection of materials for termination of earth wireThe price shall cover supply and erection of all material required for the termination of earth wire
and other associated works as per site requirements.
Item No.8 (b)(vi) Supply and erection of materials for termination of tramway type OHE with
bridle wire (Regulated)
The price shall cover supply and erection of all materials required for the termination of a single
contact wire (regulated) and will exclude the parts covered under item 8(a)(iii)/(vi).
Notes to Item 8:
1. Small parts steel work complete with bolts and nuts wherever required, will be paid for under
item 3 (b) or 3(b) 3 (c) as applicable and shall not be included in this item.
183
Signature of the tenderer
under seal of the firm
2. The prices under item 8(b) (iii) and 8(b) (v) shall not include the cost of jumper connection (i)
between feeders, return feeders, or return conductors and (ii) or feeders, return feeders or
return conductors to busbar, overhead equipment or isolator switch which will be paid for
under item 15.
3. The prices under item 8(b)(i) to (viii) shall also include the cost of double eye distance rod
(R.I. No. 5183), if provided for any type of terminations.
4. Supply and erection of materials for termination of catenary
wire on either side of the
portals at anti-creep locations, will also be paid for under this item.
Item No.8 (b)(vii) Supply and erection of Copper cross feeder (160 sq. mm) on the gantries.
The price shall cover the supply of all materials required for termination of copper cross feeder wire
(37/2.25mm HDBC) including appropriate mast anchor fitting (3231) 18mm single clevis (5040), 9
tone adjuster (5020-2), feeder ending clamp(1130), double clevis (3010) and other components as
necessary but excluding 9 tonne insulator assembly. The price shall also cover the erection of all
materials including termination of cross feeder at either ends. Fittings/Components required for
termination of one cross feeder at both ends constitute one set.
Notes to Item 8:
1. Small parts steel work complete with bolts and nuts wherever required, will be paid for under
item 3(b) 3(c) as applicable and shall not be included in this item.
2. The prices under item 8(b)(iii) and 8(b)(v) shall not include the cost of jumper connection (i)
between feeders, return feeders, or return conductors and (ii) or feeders, return feeders or
return conductors to bus bar, overhead equipment or isolator switch which will be paid for
under item 15.
Item No.8 (b)(viii) ---
DELETED
Item No.9. Supply and Erection of Anticreep without insulator
Item No 9 (a) (i)
Galvanized steel wire suitable for Conventional type OHE.
The price shall cover supply of all materials for anti-creep including adjusters, galvanized steel wire,
mast anchor fittings at its terminations on either side on structures, ending clamps and fittings but
excluding 9 ton insulator assembly and small parts steel work, if any. The price shall cover erection
of all materials.
184
Signature of the tenderer
under seal of the firm
Rly.Id.No.
6020
1360
5020-I/5020-2
5030
3010/5040
3231
1070
Less 1160
Description of components
Galvanized steel wire (19/2.50 mm)
9 ton insulator assembly
Steel wire ending clamp
9 ton adjuster
Anchor double strap assembly
Clevis assembly
Mast anchor fitting with bolts, nuts etc.
Double suspension clamp
Suspension clamp
Qty. for unit
As required
As required
2 off
2 off
As required
2 off
2 sets
1 off
(-) 1 off
5183
Double eye distance rod
As required
Item No.9(a)(ii) SUPPLY AND ERECTION OF ANTI-CREEP WITH GALVANISED STEEL
WIRE SUITABLE FOR TRAMWAY TYPE OVERHEAD EQUIPMENT (REGULATED):
The price shall cover supply and erection of all materials for anti-creep for the tramway type
equipment (Regulated) similar to the fittings catered for an item 9(a).
Rly.Id.No.
6020
1360
5020-I/5020-2
5030
3010/5040
3231
1070
Less 1160
Description of components
Galvanized steel wire (19/2.50 mm)
9 ton insulator assembly
Steel wire ending clamp
9 ton adjuster
Anchor double strap assembly
Clevis assembly
Mast anchor fitting with bolts, nuts etc.
Double suspension clamp
Suspension clamp
Qty. for unit
As required
As required
2 off
2 off
As required
2 off
2 sets
1 off
(-) 1 off
5183
Double eye distance rod
As required
NOTE for 9(a) (i) and 9(a) (ii):
I.
The price shall not include the cost of any additional cut in or suspension insulator.
II.
In case the anti-creep extends beyond one span on either side of anti creep center,
payment for the supply and erection of extra length shall be paid additionally at the rate
of 20 % of the rate for 9(a) for each extra span.
Item No. 9 (b)(i) Supply & Erection of anti-creep with cadmium copper catenary wire in
polluted area for conventional OHE.
185
Signature of the tenderer
under seal of the firm
The price shall cover the supply of all materials for anti-creep including adjusters, mast anchor
fittings at its terminations on either side of structure, ending clamps and fittings including cadmium
copper catenary wire, 9 tonne insulator assembly and SPS, if any. The price shall cover erection of
all materials including cadmium copper catenary wire, 9 tonne insulators and SPS, if any.
Item No.9(b)(ii) Supply & Erection of anti-creep with cadmium copper catenary wire suitable
for tramway type OHE (Regulated) in polluted area.
Same as item 9(d) with the following changes:
RI No. 2140 large catenary contact clamp to be used in place of RI No. 1170.
Item No. 10(a) & (c) Extra on item 6(a) and 6(c) for supply and erection of additional Fittings
required at a turnout, diamond crossing or over-lap.
The price shall cover on flat rate basis supply of additional components and fittings required at
turnout, crossings or over-laps (insulated or un-insulated) including over-laps knuckle or crossing
equipment at a turnout, or a diamond crossing and parallel clamps/bimetallic parallel clamp for
jumper connections between two sets of overhead equipment conductor at a turnout, diamond
crossing, over-laps or neutral section, but excluding jumper wire. The price shall cover erection of all
materials including jumper wire, and all adjustments required at turnouts, crossing, over-laps and
neutral sections.
The price shall also cover erection of potential equalizer jumpers at insulated over laps and neutral
sections.
The price shall not include extra bracket assemblies, overhead equipment, and termination of
overhead equipment and cut-in-insulators in the case of insulated overlap and neutral section, which
will be, paid for under items 4, 6, & 11 respectively.
Note: A cross-over shall be paid for as 2 off of item 10 special configuration of OHE commonly
known as half overlap shall be paid for an 1 off under this item. This shall apply in case of
half overlap used in changing over from regulated to unregulated equipment or unregulated
equipment.
ItemNo.11 (a) (i)&(ii) Supply and Erection of a bracket & stay composite insulator (long
creepage distance composite insulator 1600 mm cd)
The price shall cover only supply & erection of bracket & stay arm insulators assemblies (as per
RDSO specification No. TI/SPC/OHE/INSCOM/1070) or latest covered under item no.4 (a) (i) &(iii)
Item No.11 (b) (i) Supply and Erection of a solid core cut-in-insulator.
The price is applicable to the provision of an additional composite 9-tonne cut-in-insulator on a flat
rate basis such as in head span, cross span in span wire or an overhead equipment conductor at an
insulated overlap, anti-creep not provided for in other items. The price shall cover supply of all
components required for the cut-in-insulators assembly, including appropriate terminal fittings for
the conductor, including the 9-tonne insulator. The price shall cover erection of all components,
including the 9-tonne insulator. This price shall also be applicable as an adjustment price for nonprovision of insulators under items 8(b)(i)&(ii) .
186
Signature of the tenderer
under seal of the firm
Item No.11 (b) (ii) Supply and Erection of a solid core suspension insulator.
The price is applicable of the provision of composite 9-tonne suspension insulator assembly for
suspension of 25 KV Copper feeder Wire (150 sq mm, 37/2.25 mm) or any other similar type of
suspension. The price shall cover supply of all components required for the suspension assembly
including the appropriate suspension clamp and the 9 tonne insulator assembly but excluding small
parts steel work with bolts and nuts etc., if any. The price covers erection of all components,
including the 9-tonne insulator assembly but excluding small parts steel work, with bolts and nuts
etc. if any. The price shall include the cost of provision of a flat armour tape only to be used in
connection with suspension of ‘SPIDER’ conductor.
Item No.11(c) Supply and Erection of a 25KV post insulator.
The price is applicable to the provision of a 25 KV post insulator to support copper or aluminium
jumper/ bus bars. The price shall cover supply of all components and fittings/angle from (outrigger)
to support the jumpers and post insulator but shall exclude supply of small parts steel works with
bolts and nuts etc., if any. The price shall cover erection of all components required for the assembly,
including post insulator but excluding small parts steel works with bolts and nuts etc., if any.
Item No.11(d) Supply and Erection of a 25KV operating Rod insulator.
The price is applicable to the provision of a 25 KV operating Rod insulator to support copper or
aluminium jumper/ bus bars. The price shall cover supply of all components and fittings/angle from
(outrigger) to support the jumpers and post insulator but shall exclude supply of small parts steel
works with bolts and nuts etc., if any. The price shall cover erection of all components required for
the assembly, including post insulator but excluding small parts steel works with bolts and nuts etc.,
if any
Item No.12(a) Supply and erection of a section insulator assembly for conventional OHE
(Regulated).
The price shall cover supply of all components required for a standard section insulator assembly
(serving both the overhead equipment conductors) including special droppers for supporting the
equipment and all terminal fittings for conductors and the section insulator assembly 9-tonne
insulator assembly on the catenary and dropper wires as required. The price shall cover erection and
adjustment of all components including section insulator assembly and cost of 9 -tonne insulator
required on the catenary and droppers.
Rly. ID. No.
Description of components
1120/or SK/436 or Catenary ending clamp
1122&1123
1192/ETI/OHE/
Catenary dropper clip Assembly
SK/ 333
6170
Parallel clamp for double contact
wire
187
Qty. per unit
2 off
As required
12 off
Signature of the tenderer
under seal of the firm
6180
6100
6020
Item No. 12(b) ----
Section insulator dropper assembly
Section insulator assembly
9-tonne insulator assembly
3 sets
As required
As required
DELETED
Item No. 12(c) Supply and Erection of a section insulator assembly suitable for tramway type
OHE (regulated)
The price shall cover supply of all components required for a standard section insulator assembly
including special arrangements for supporting the equipment and terminal fittings for conductors and
the section insulator assembly as required but without sectioning insulator ( RI No. 6110). The price
shall cover the supply of required copper conductors, erection and adjustment of all components
including section insulator assembly.
Note:
I. The same price shall apply if the section insulator is provided in the tram way type equipment (
contact wire only)
II. The supply and erection of a bracket assembly shall be paid under item no. 4 (a) (iii). No
adjustment of price due to non provision of steady arm in this case shall be made.
Note: Supply of Section Insulator assembly for item no.12(c)
The price shall cover only supply of sectioning insulator for execution of work covered under item
no. 12 (c)
Item No. 13(a) Supply and erection of 25kV single pole isolators without earth contact
assembly.
The prices under sub-items (a) shall cover erection of isolator switches of approved make, complete
with arcing horns, terminal connector, operating rods, operating rod guides, 25 KV solid core
operating rod insulators required for the operation of the isolator mounting base and integral locks
but excluding cost of 25 KV Solid Core Post insulator.
The price shall also cover supply and erection of a number plate of approved design for each isolator.
The price shall not include supply and erection of small parts steel work complete with bolts and nuts
etc. for support of isolator and for support of operating rods on gantries masts and insulator to
support jumper and jumper connectors.
Item no. 13(b) Supply and erection of 25 KV double pole isolator
The price shall cover supply and erection of a double pole isolator complete with mounting base,
operating rod, operating rod guides, and 25 KV solid core operating rod insulators required for the
188
Signature of the tenderer
under seal of the firm
operation of the isolator. The price shall also cover supply and erection of Al-Cu strips, a pad–lock a
number plate of approved design for each isolator. The price shall not include supply and erection of
small parts steel works for support of isolators and for support of operating rods on gantries masts.
Item No.13(c) Extra for supply and erection of an earth contact assembly.
The price shall be payable as extra for erection of an earth contact assembly in any isolator.The price
shall cover the cost of supply and erection of 25 mm x 3mm copper strip connections between earth
contact assembly and the structures.
Item no. 13 (d) Extra on item 13(a), (b) or (c) for an inter –locking device.
The price shall cover supply and erection of an interlocking mechanism on an isolator to permit
working of two or more isolator or an isolator and an interrupter in a desired sequence. This item
shall be applicable individually for each isolator or interrupter.
Note:Price under item 13 do not include the cost of supply and erection of (I) any post insulator to
supports jumpers/ bus bars which shall be paid for under item 11 (b) flexible jumper connection
which will be paid for under item 15 and (iii) bus bars/ bus rod terminal which will be paid for under
items 26 (b) or (c). the price does not include also the cost of supply and erection of an aluminum/
copper bus bar or copper bus rod the cost of which will be paid for under item 26 (a)(I) or 26 (a)(ii)
as applicable.
Item No. 14
DELETED
Item No.15 (a) Supply and erection of Copper jumper a (i) to a (v).
The price shall cover, on a flat rate basis, the supply of all components and fittings, required for
providing a flexible copper jumper connection, including parallel clamps bi-metallic and aluminium
copper Al-Cu strips, wherever required, and terminal or tee clamps at either end and the complete
jumper assembly, including jumper wire. The price shall also cover the erection of the complete
jumper assembly including jumper wire. The price shall not, however, be applicable for jumper
connections already included under items 6(a) and 10, but shall be applicable for any jumper
connections in any combination between feeders. L.T. Transformers, drop-out switch, lightning
arresters for overhead equipment’s, isolations for overhead equipment and out-going busbar of
switching stations and booster stations. Continuity jumper at Boom anchor anti-creep will be payable
under this item. Anti-theft jumper as per drawing No. ETI/OHE/G/05107(latest version) for
connecting out-of-run OHE with the in running OHE at insulated/uninstalled over-lap locations and
also anti-creep locations at polluted zone will be payable under this item.
Item No.15 (b): Supply and Erection of aluminum jumper .
The price shall cover on flat rate basis the supply and erection of an aluminum jumper complete with
all components and fittings required for providing jumper connection including parallel clamps, bimetallic Al.-Cu strips where required and terminal or tee clamps at either end. The price shall be
applicable for any aluminum jumper/ connection in any combination between feeders, return
189
Signature of the tenderer
under seal of the firm
conductors, overhead equipment, isolators, and out-going bus bars or switching stations and booster
stations. Jumper connections for 25 kV feeding stations will also be paid under this item.
Item No. 16 (a) Supply and erection of a structure bond.
The price shall cover supply of all material including mild steel flat required to provide a structure
bond connecting a traction mast or structures to the nearest non-track-circuited rail, or earth
electrode, including all fastenings at both ends. The price shall include shaping and drilling of the
bond and erection of all materials including provision of heat shrinkable PVC tube for structure bond
under track circuit rail.
Item No.16 (b) Supply and erection of a longitudinal bond.
The price shall cover the supply of all materials including mild steel flats, fastness etc. require to
price longitudinal bond connecting railed at the rail joint at the locations to be specified by the
purchaser. The price shall include shaping and drilling of the bond and erection of all materials
including the bonds.
Item No.16 (c) Supply and erection of transverse and special bond.
The price shall cover supply of all materials including mild steel flats, fastness etc. required to
provide transverse bonds connecting rails of the same/adjacent tracks at the locations to be specified
by the purchaser.
The price shall also cover the supply of all materials including mild steel flat to provide special
bonds at a level crossings, foot over/road over bridge/protective screen etc. for which the location
will be specified by the purchaser. The price shall include shaping and drilling of the bond and
erection of all materials including the bond.
Item No. 17(a) Supply and erection of single earth electrode
The price shall cover supply and erection of an earthing station with a single pipe 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 50 mm x 6 mm.
Item No. 17(b) Extra for special embedment for earth electrode.
The price shall be payable as extra on item 15(a) where an earth electrode is embedded by the driving
or otherwise as earth electrode in an earth pit filled with charcoal and salt, the price shall cover
supply and erection of all additional materials required for embedding the earth pipe.
Item No.17(c) Supply and erection of earth bus.
The price shall cover supply of all materials including 50 mm x 6 mm mild steel flats for providing
earth bus. The price shall also cover erection of earth bus either buried at depth of 300 mm below
ground level painted with 2 coats of red oxide zinc chromate primer and 2 finishing coats of bitumen
or fixed on wooden gutties on walls. It shall include connecting the earth bus to earth electrodes and
to various floor-or-wall-mounted equipment’s or structures to be earthed and also connections to
non-track-circuited rails, wherever required. It shall also cover the cost of making recesses in
190
Signature of the tenderer
under seal of the firm
concrete foundation blocks for floor or cubicles and covering them up. The connection of earth strips
to each other shall be made either by riveting or by welding. The connection of earth strips to various
equipment, structures or fencing post shall be made with G.I. bolts and nuts and spring
washers/locknuts.
Item No. 17(d) Supply and erection of copper strips/8 SWG G.I WIRE for equipment earthing.
The price shall cover and erection of 25mm x3mm copper strips to connect the earth terminals of
equipment like potential transformers, lighting arrestor, and LT supply transformers to the main
masts of the gantries on which they are mounted the price shall cover all fastenings required for
fixing the copper strip along any structure member of the gantry.
Item No. 17(e) Supply and erection of 8 SWG wire for earthing.
The price shall cover supply and erection of 8 SWG G.I. wire used for earthing for remote cubicles
and fencing panels.
Item no. 18(a) Supply and erection of single pole 25 KV Vacuum interrupter.
The price shall cover supply and erection of 25 kV AC 50 Hz Single pole, Out door type Vacuum
interrupter with all accessories and components as per RDSO’s specification No.
TI/SPC/PSI/LVCBIN/0120 (DEC 2013) with latest amendment/correction slips along with
supporting framework and terminal connectors. The price shall also cover supply of spares and
special maintenance tools & kit recommended by the manufacturer in his catalogue.
The price for erection shall include alignment and grouting of the interrupter on its foundation block
and mounting of accessories, if any in their respective positions .The price shall also cover supply
and erection of enameled number plate. All necessary tools equipment, instruments, including power
supply required for carrying out necessary checks tests and commissioning shall be arranged by the
contractor.
Item no. 18(b) Supply, erection, testing and commissioning of 25 KV single pole, outdoor type
Vacuum circuit breaker:
The price shall cover supply & erection of 25kV Vacuum Circuit breaker, with all components as
per RDSO’s specification No. TI/SPC/PSI/LVCBIN/0120 (DEC 2013) or latest at sight complete
with operating mechanism, all fittings, and accessories including terminal connectors. The price shall
cover grouting the supporting frame and mechanism box on foundation block and mounting of other
accessories in their respective places. It shall also cover testing and commissioning of the circuit
breaker. The price shall also cover the supply and erection of an enameled number plate. The
Contractor shall make his own arrangement of power supply required for testing purpose. All
necessary tools, equipments instruments required for carrying out necessary checks and tests and
commissioning shall be arranged by the Contractor.
Item no.19 Supply and Erection of 25kV potential transformers Type-I
191
Signature of the tenderer
under seal of the firm
The price shall cover supply and erection of 25 KV Potential Transformers type-I (27.5
KV/100V)complete with all fittings and accessories as per RDSO specifications
No:TI/SPC/PSI/PTs/0990 with A & C slip 1 to 4,or latest including terminal connector and fixing
bolts. The price for erection shall include proper alignment of the transformers in position. The price
shall also cover the supply and erection of an enameled number plate and fixing bolts. The price shall
not include the cost of any small parts steel works.
Item no.19 (a) Supply and Erection of 25kV current transformers
The price shall cover supply & erection and connecting up of a 25KV Current Transformer complete
with all fittings and accessories including terminal connectors. It shall include mounting of the
transformer in position and supply and erection of an enamelled number plate. 25KV Current
Transformers (1500-750/5) shall conform to RDSO specification No. ETI/ PSI/90(6/95) with A&C
slip No.1 to 9 or latest.
Item no.19 (b) Supply and erection of 42kV Lighting arrestors.
The price shall cover supply and erection of 42 kV lighting arrestors as per IS 3070 (part 3) of 1993
& IEC 99-4 of 2005 or latest complete with all fittings and accessories as per relevant specification
including terminal connectors. The cost of erection shall include proper alignment of the lighting
arrestor in position. The price shall not cover supply and erection of cadmium copper jumper (65 sq
mm) which will be paid under item 15. The price shall not include the cost of any small part steel
work.
Item no.19 (c) Supply and erection of 25 KV PT Type –II
The price shall cover supply and erection of 25 KV Potential Transformers type-II (27.5
KV/110V)complete with all fittings and accessories as per RDSO specifications with latest
amendments including terminal connector and fixing bolts. The price for erection shall include
proper alignment of the transformers in position. The price shall also cover the supply and erection of
an enameled number plate and fixing bolts. The price shall not include the cost of any small parts
steel works.
Item no (20) Supply and erection of Control & Relay Panel for SP/SSPs
The price shall cover supply and erection of control & relay panels as per RDSO specification No.
TI/SPC/PSI/PROTCT/6070 (9/08) [Rev.1] with latest amendments shall be complete with Numerical
relays for different protection functions, meters, auxiliary relays, control switches, indicating LEDs,
enunciators, wiring and all other accessories and materials necessary for efficient control and
protection of substation equipments and feeders.
Item no (21) Supply and Erection of 240 V AC and 110 V DC L.T Distribution Board for 10
KVA AT.
The price shall cover supply and erection of a 240V AC distribution board in the Control Room. It
shall include the grouting of the framework of the distribution board in position or mounting it on the
wall and necessary connections. 240V A.C. L.T. Distribution Boards in the Control Room for
10KVA L.T. Supply Transformer shall conform to RDSO specification as indicated in Annexure
1(c), with latest amendments.
192
Signature of the tenderer
under seal of the firm
The price shall cover supply and erection of a 110V DC distribution board in the control room. The
price shall include the grouting of the frame work of the distribution board in position or mounting it
on the wall and necessary connections. 110V D.C. Distribution Board shall conform to RDSO
specification as indicated in Annexure 1(c), with latest amendments.
Item no 22(a) Supply and erection of an iron clad 110V dc fuse box:
The price shall cover supply and erection of a 15 A 110V iron clad two way fuse box on the wall
inside the remote control cubicle. The fuse box shall be complete with two fuse carrier and bases.
Item no 22(b) Supply and erection of an iron clad 230V ac fuse box:
The price shall cover supply and erection of a 15 A 230V AC iron clad 4 way fuse box on the wall
inside the remote control cubicle, for heater supply of interrupters. The fuse box shall contain four
fuse carriers and bases.
Item no 23 Supply and erection of Lead acid batteries:
The price shall cover supply and erection of 110 V, 40 AH Low maintenance lead acid batteries as
per RDSO specification No. RDSO/PE/SPEC/TL/0040-2003 (Rev-0) with A&C slip No.1(09/2005)
lead acid battery complete with stand, accessories and a tool board. The price for erection shall
include installation and connecting up of the battery, but exclude the cost of connecting cables, the
supply and erection of which will be paid for under item 25
Item no 24 Supply and erection of Battery Chargers:
The price shall cover supply and erection of battery charger for a 110 V, 40 AH lead acid battery as
per RDSO specification No. ETI/PSI/1(6/81) with latest amendments if any complete with
connecting lad and plug for connection to 230 V AC supply. The price for erection shall include
mounting of the charger in position and connecting it up to the 230 V AC distribution boards, which
will be provided by the Employer in the control cubicles. The price shall not supply and erection of
any cable for connecting the charger to the 110 V battery, which shall be paid for under item 25.
Item no. 25 Supply and installation of cables
Item no. 25 (a) Control and Indication
The price shall cover supply, installation, and connecting up cable for control and indication from the
interrupter to the terminal board. The price shall include supply and erection of terminal connectors
at both ends, if required, ends if required and conduits where necessary.
Item no.25 (b) Heater supply:
The price shall cover supply, installation and connecting up of heater supply cable from interrupter to
the 230 V fuse box mounted on wall inside the control cubicle and from this box to LT distribution
board provided by the purchaser inside the control cubicle. Price shall include cost of supply and
erection of terminal connector at each end , if required and conduit if any at the interrupter end.
Item no. 25 (c) Catenary indication:
193
Signature of the tenderer
under seal of the firm
The price shall cover supply installation and connecting up of cable for catenary indication between
potential transformer type-I and the terminal board inside the control cubicle. The price shall include
supply and erection of terminal connectors at both the ends if required and conduit to be embedded
between the steel work based and the cable trench and shall include all fastenings on masts and
structural members to support them.
Item no. 25 (d)(i) L.T. Power Supply cable (2x25 sqmm.):
The price shall cover supply, installation and connecting up of LT power supply cable between LT
supply transformer at switching station and LT distribution board, provided by the Employer inside
the control cubicle. The prices shall cover supply and erection of suitable cable boxes, if required,
and connectors at both ends.
Item no. 25 (d) (ii) L.T. Power cable (2x70 sqmm Aluminum.)
The price shall cover supply, installation and connecting up of LT power supply cable between LT
supply transformer at switching station and LT distribution board, provided by the Employer inside
the control cubicle. The prices shall cover supply and erection of suitable cable boxes, if required,
and connectors at both ends.
Item no. 25 (e) Supply and erection of LT power supply cable:
The price shall cover supply, installations and connection up of cable between 110 V battery charger
and battery, between battery and the DC Fuse box and between the DC fuse box and terminal board.
The price shall include terminal connectors, whoever required:
Note:
1. The length of the cable shall be the actual distance measured along the lengths o9f the cable
between the starting and terminating points of each cable.
2. For purpose of payment fraction of a meter in the total lengths of cable of each type used at a
switching station, shall be rounded off to the next higher metre.
3. Price under item no 25 do not include cost of concrete cable trenches which will be paid for
under item no. 2 (c).
Item no. 25 (f) Supply and erection of cable between 110V battery charger and dc fuse box.
DELETED
Item no 26
Supply and erection of bus bar:
Item no.26 (a) (i) Supply and erection of aluminum bus bar 36mmx28mm
The price shall cover supply and erection of aluminium bus bar 36mmx 28 mm including bending,
shaping and clamping on to insulators, connectors or equipment terminals.
Item No.26 (a) (ii) Supply & Erection of Solid copper bus bar 18 mm dia.
The price shall cover supply and erection of solid copper busbar 18 mm including bending and
shaping.
194
Signature of the tenderer
under seal of the firm
Note: The price under item 26 (a) (i), 26(a) (ii) does not cover the cost of terminal connectors,
which will be paid for under 26(b) or 26(c) as applicable.
Item no.26 (b) Supply and erection of aluminum bus bar connector (i) to (vii)
The price shall cover supply and erection of solid aluminium bus bar junction and connectors of
various type specified including bolts, nuts etc. required at junction or termination of bus bars.
Item no.26 (c) Supply and erection of Solid copper bus bar connector (i) to (iv)
The price shall cover supply and erection of solid copper bus bar junction and connectors of various
type specified including bolts, nuts etc. required at junction or termination of bus bars.
Item no. 27 (a) & (b) Supply, Erection, Oil filtration, testing, and commissioning of LT supply
transformer (10 KVA & 25 KVA) including DO fuse assembly
The price shall cover supply of 25 kV/240 V, 10KVA LT & 25 KVA LT supply transformer, at site,
as per RDSO’s latest specification ETI/PSI/15(08/2003) with latest amendments and erection of the
same complete with terminal connectors on a mast or gantry. The price shall be applicable for
transformers mounted on steel pedestals at switching stations also including DO fuse assembly
complete. The price shall also cover supply and erection of an enameled number plate of approved
design. The price shall also cover oil filtration and pre commissioning tests as approved by the
employers or Engineers. The contractor shall make his own arrangement for oil filtration equipments,
as well as power supply required for the same All necessary tools, equipments, instruments required
for carrying out oil filtration/ checks/ tests and the contractor shall arrange commissioning.
Note: Contractor at his own cost shall do the replenishment of the transformer oil on account of
testing and leakages during the ware not period.
Item no.28 ------
DELETED
Item no.29 ------------ DELETED
Item no.30 (a) (i) Supply and erection of fencing panels at switching stations.
The price shall include supply and erection of fencing panels painted with two coats of red oxide zinc
chromate primer to IS: 2074 and finished with two coats of aluminium paint. The prices shall not
include supply and erection of fencing upright ,anti-climbing devices but shall include the cost of
fasteners and the price shall be for a meter length of the panels 2.4 m height measured in the plan
view of the appropriate approved drawings.
Item no.30 (a) (ii) Supply and Erection of fencing uprights at switching stations.
The price shall include supply and erection of fencing uprights painted with two coats of red oxide
zinc chromate primer to IS:2074 and finished with two coats of aluminium paint. The prices shall be
195
Signature of the tenderer
under seal of the firm
on the basis of black weight of the steel with no deduction for holes or skew cuts or no increase for
weld materials. The cost of foundation of uprights will be paid under item 2.
Item no.30 (b) (i) Supply and erection of anti climbing device at switching station
The price shall cover supply and erection of an anti climbing device consisting of galvanized steel
fixtures mounted on the fencing panels as per approved design. The price shall be per metre length of
the panel.
Item No. 31 Modifications of Overhead equipment and dismantling work under power block.
The price under this item shall cover various modifications required to be carried out to the existing
overhead equipment, under power block, on account of electrification of the siding provided such
modifications are not on account of non-compliance of specifications, approved drawings and
instructions given by the Employer for the execution of the work from time to time, during the
progress of the work.
All the prices are on a flat basis and cover only the important and most frequent type of
modifications required to compensate the contractor for the work involved. No payments shall be
admissible for other minor modifications, which may be necessary in the course of work. All work
done shall be paid for at normal rates for items 1 to 30 of schedule-I, as applicable.
In all the following cases, the dismantled equipment shall be handed over by the contractor to the
Employer’s Engineer at the go down as required by the Engineer.
Where prices under this item are applicable, the contractor shall finalise the quantities of work jointly
with the purchaser’s representative / Engineer before taking the work in hand.
Item No. 31(a) Transfer of equipment from one mast or support to another.
The price shall cover transfer of overhead equipment 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 as re-spacing of droppers, levelling etc. The
foundation and steel work and bracket assembly for the new mast structure will be paid for under
appropriate item 2, 3 and 4 respectively.
Item No. 31(b) Provision of additional bracket assembly/assemblies on a mast or support.
The price shall cover dismantling of an existing bracket assembly/assemblies and provision of a
multiple cantilever cross arm, wherever required for 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. This price shall not include the price for
supply and erection of any additional bracket assemblies, which will be paid for under item 4.
Item No. 31(c) Dismantling of overhead equipment
196
----------DELETED.
Signature of the tenderer
under seal of the firm
Item No. 31 (d) Cutting of old masts
The price shall cover cost of dismantling of equipment including terminations, tensioning devices,
guy rod assemblies, suspension assemblies, masts, super masts and associated small part steel works
as per site requirement. .
Item No: 31(e)Dismantling of Cantilever.
The price shall cover cost of dismantling of Cantilever assemblies, splicing of cantilever assemblies
and other necessary adjustments including small part steel works, as per site requirement.
Item No.31 (f) SPS
The price shall cover cost of dismantling of SPS(Switching Post Structure) and its associated
structures as per site requirement. Additional components or materials used during such restoration
or re-adjustment will be on the contractor’s account.
Item No:31(g) Dismantling of Regulating Equipment.
The price shall cover cost of dismantling of regulating equipment, splicing of regulating equipment
and other necessary adjustments including small part steel works, as per site requirement.
Item No: 31(h) Dismantling of Guy Rod.
The price shall cover cost of dismantling of guy rod steel wire, splicing of guy rod wire and other
necessary adjustments including small part steel works, if any
Item No: 31(i) Dismantling of a section insulator:
The price shall cover cost of dismantling of a section insulator, splicing of catenary and contract
wires and the necessary adjustments to droppers. The dismantled equipment shall be handed over to
the purchaser’s Representative / Engineer at the purchaser’s/Railway’s depot.
Item No. 31(j) Dismantling of an isolator:
The price shall cover cost of dismantling of an isolator, single or gang-operated, including
dismantling of connections to the overhead equipment and associated small part steel-work. The
dismantled equipment shall be handed over to the purchaser’s representative / Engineer at the
purchaser’s/Railway’s depot.
Item No: 31(k) Dismantling of Cut in insulator(9 tonne):
The price shall cover cost of dismantling of 9 Tonne insulator, and other necessary adjustments
including small part steel works, if any.
Item No. 31(l) Dismantling of OHE structures:
197
Signature of the tenderer
under seal of the firm
The price shall cover on flat rate basis dismantling of OHE structures or portals by cutting the same
from the top of the foundation and delivering the same to the purchaser/Railway’s Depot. The price
shall include dismantling of drop arms and booms of the portal. crane charges for the purpose will be
included in the flat rate.
Item No. 31(m) Dismantling of Interrupter :
The price shall cover cost of dismantling of 25 kV interrupter including dismantling of jumper
connections and other necessary adjustments including small part steel works, if any. The dismantled
equipment shall be handed over to the purchaser’s representative / Engineer at the
purchaser’s/Railway’s depot.
Item No. 31(n) Dismantling of DP Isolator : The price shall cover cost of dismantling of a Double
pole isolator , including dismantling of connections to the overhead equipment and associated small
part steel-work. The dismantled equipment shall be handed over to the purchaser’s representative /
Engineer at the purchaser’s/Railway’s depot.
Item No.31 (o) Dismantling of pedestal/pin/post insulator:
The price shall cover cost of dismantling of a pedestal pin insulator including dismantling of jumper
connections, if any, and associated small part steel work. The dismantled equipment shall be handed
over to the purchaser’s representative / Engineer at the purchaser’s/Railway’s depot.
Item No. 31(p) Dismantling of Auxiliary Transformer(AT):
The price shall cover cost of dismantling of an AT, including dismantling of connections to the AT
and associated small part steel-work. The dismantled equipment shall be handed over to the
purchaser’s representative / Engineer at the purchaser’s/Railway’s depot.
Item No. 31(q) Dismantling of Bus Bar :
The price shall cover cost of dismantling of busbar, including dismantling of connections to the
busbar and associated small part steel-work. The dismantled equipment shall be handed over to the
purchaser’s representative / Engineer at the purchaser’s/Railway’s depot.
Item No. 31(r) Dismantling of Circuit Breaker :
The price shall cover cost of dismantling of circuit breaker, including dismantling of connections to
the circuit breaker and associated small part steel-work. The dismantled equipment shall be handed
over to the purchaser’s representative / Engineer at the purchaser’s/Railway’s depot.
Item No. 31(s) Dismantling of Control Panel :
The price shall cover cost of dismantling of control panel, including dismantling of connections to
the control panel and associated small part steel-work. The dismantled equipment shall be handed
over to the purchaser’s representative / Engineer at the purchaser’s/Railway’s depot.
Item No. 31(t) Dismantling charge
198
Signature of the tenderer
under seal of the firm
Notes for item No.31:
All claims under this item have to be supported by the following certificate to be furnished by the
contractor on the connected bill.
1.
The modifications are not on account of non-compliance of specifications approved and
instructions given by the Railways for execution of works.
2.
The quantities of work involved for modification have been finalized jointly with the
Engineer-in-charge before taking the work in hand.
3.
The dismantled materials have been handed over to purchaser’s representative.
ItemNo.32 Traffic/Power block charge:
Item No. 33: Extra on erection rate of work under a power block 33(a) to 33 z(v)
The price under this item covers extra charges over and above erection rates of items 3 to 15 and 18
to 31 of BOQ, for erection of equipment in the vicinity of energized overhead equipment and feeders
or erection of equipment which calls for a power block( shut off of traction power). The price
payable under this item shall be quoted in % extra on the erection rates of the item referred against
each item, provided such work is not called for on account of non compliance with specifications,
approved drawings and instructions given by the employer or its representative from time to time.
The extra erection rate under this item will not be payable, if power block is given for a total duration
of 4 hour or more in a day. Where the prices under this item are applicable, the contractor shall
finalize the quantities of various items of work to be done under a power block, jointly with the
Purchaser’s representative / Engineer prior to taking the work in hand.
The price under this item shall include erection of traction masts manually. This payment shall be in
addition to payment under item no.3(a).
The price under this item shall include erection of portals/TTC manually. This payment will be in
addition to payment under 3(b). However payment under this item shall not be applicable for erection
of small parts steel.
Extra charges over the erection rates quoted in the schedule, shall be payable for working under
power blocks and/or working during night.
Lump-sum amount will be claimed by the bidder against the above work which is mentioned in the
schedule of the price bid. Part payment will be made on progressive work done in power block at site
and certified by Engineer in charge at two times only up to the maximum 50% of the quoted rate.
The balance 50% of the L.S. amount will be paid in the final bill. Any other extra payment against
this work will not be accepted.
Item No. 34 Relocation of existing control panel: The price shall include shifting and relocation of
existing control panel at Pradhankhunta FP/SP and its associated accessories as per site requirement.
199
Signature of the tenderer
under seal of the firm
Item No.34(a&b) Construction of SSP building & Electrification of switching station (SP/SSP)
building
Price shall include construction of SSP control room as per RDSO/CORE/Railways standard
drawing(approx size 6mtr x 4mtr) including cement, sand and coarse aggregate. The price shall cover
all cost of labour and materials required for the work. Wiring work shall be done in accordance with
IE rules, IS-732 and specifications given in Part II Chapter VIII of the tender paper. The price shall
also cover the cost of testing and commissioning of the installations. The various activities involved
in the work are as follows:
Fixing of MS conduits on wall and drawing of wires for circuits and point wiring.
Provision of C.I. switch boxes of appropriate size concealed in wall at appropriate height with Phenol
laminated (Hylum) sheet for fixing of switches, Plugs etc. Provision of main Board and Distribution
Boards and connection thereof. Provision of light fittings, exhaust fan, outdoors, luminaries complete
with tubes and bulbs. Provision of Earthing Station and connection between earthings to main board
with the help of 8 SWG GI wires. Earthling work shall be done in accordance with IS: 3043/1987.
Materials such as light fittings, Exhaust fan, switches sockets, Ceiling Rose, socket outlets all shall
be with ISI mark and shall be one of the make mentioned in technical specifications. Provision of
switches, sockets out lets, ceiling rose on respective switch boards and points in appropriate numbers
and connection thereof. Provision of 30 watts LED Street light fitting complete in all respect
including lamp on the wall of the building. After completion of wiring work necessary testing of
wiring and earthling station shall be done and results submitted to the site-in-charge duly signed by
representatives of both the contractor and purchaser or its representative.
Item No. 34 (c) Remote tracking unit for interrupter switching station.
The price shall include all equipment necessary to interface with the communication channel, to
process data transmitted to and received from the Remote Control Center, and to provide an
electrically and physically compatible interface with equipment and instrumentation that it serves.
The RTU protocol shall include both time lagging of events at the RTU and periodic time
synchronization with SCADA Master
The RTU shall Support IEC-6311 for control logic. The RTU shall accept DC supply directly, any
kind DC/DC converter for converting station DC supply to another required voltage level is
acceptable since this will increase hardware component The enclosure of RTU shall comply with the
at least IP-54 standard or an equivalent international standard.
Item No. 35 (d ) Construction of retaining wall with stone masonry.
The price shall cover excavation and construction of reinforced brick work laid in cement mortar 1:6
mix for the retaining wall, shoring, shuttering and scoff-folding arrangement, required for the
construction of brick wall and its curing. The price shall also include dismantling of all connected
200
Signature of the tenderer
under seal of the firm
temporary arrangements, back filling required and removal of spoil. The price shall include the cost
of cement also.
Item No.35 (e) Construction Plastering of retaining wall with 1:6 cement motor
The price shall cover supply and handling of all metals, scaffolding arrangements, raking out joints,
curing and finishing of plaster (12mm. thickness with cement mortar L4 mix) on the wall. The price
shall also include dismantling of all connected temporary arrangements and removal of spoil. The
price shall include the cost of cement also.
Item No.35 (f) RCC for foundation and plinth, cable, trench and covers (including steel)
The price shall cover excavation and all reinforced concrete work for foundations including bending/
binding, laying of reinforcement, shoring and shuttering where necessary, casting concrete including
frame work where necessary, grouting and finishing the tops of foundation blocks with the required
slope/ muff. The price shall include dismantling of all connected temporary arrangements, back
filling as required and removal of soil. The price shall also cover all concrete work for cast-in-situ
piles and pedestals/ columns for mounting equipments. The volume of cast- in- situ piles and
pedestals columns shall be added to the volume of foundation block for purposes of payment. Dowel
bars will not be considered as reinforcement for purpose of this item. The price shall include the cost
of cement also.
Cable trench covers: The price shall cover casting of cable trench covers in reinforced concrete as
per drawing. The cable trench covers will be cast in an angle iron frame of angle size 40*40*5. The
price shall include the supply of steel for reinforcement angle iron for the frame work fabrication of
angle iron frame etc. The price shall include positioning and dressing up of the trench covers, if
required. The price shall include the cost of cement also.
Item No. 35 (g ) Supply and Spreading of 25/20 mm ballast in switching station yard
The price shall be per cu. M rate and shall cover supply and spreading of uniformly graded
gravel/ballast of size 20/25 mm , in the outdoor switch yard after completing all the works and
leveling the switch yard area, but before commissioning of the sub- station. The gravel / ballast shall
be of good quality and free from any dust and dirt. Prior approval of ballast shall be taken from the
Purchaser for the gravel samples. The gravel/ ballast shall be spread out uniformly to a depth of 10
cm. over the area indicated by the purchaser’s Engineer
Item No. 36 (a) Supply and Erection of caution boards and equipment Number plate etc
The price shall over on flat rate basis cost of the caution board as per RDSO/CORE/Rlys Drawing,
SPS and fasteners etc required for installation of approved makes and as per the standard drawings.
Item no. 36(b) Supply and Erection of warning/ Turn out boards & other boards
The payment under this item shall cover supply and erection of various types of boards on uniform
basis. Purchaser wills advice the requirement of the various types of boards and location to the
contractor. The above payment shall also include supply of necessary clamps, nuts, and bolts etc.
required for the erection of the boards. Caution boards shall be made bilingual or Hindi/ English and
201
Signature of the tenderer
under seal of the firm
vernacular language, where ever required and same will be advised to the contractor. The various
types of boards to be supplied shall be as per the standard size and standard specification of railway.
Item No. 36 (c) Supply and Erection of Station working rule
The price shall cover on flat rate basis supply and erection of the SWR diagram board of approved
type as per RDSO/CORE/Rlys.
Item No. 36 (d) Supply and Erection of Station working rule diagram board:
The price shall cover on flat rate basis supply and erection of the SWR diagram board of approved
type as per RDSO/CORE/Rlys.
Item No 36 (e)
-----
Deleted
Item No 36 (f) : ------
Deleted
Item No. 37 Supply & Erection of PTFE neutral section conforming to Rly/CORE/RDSO
specification :
The price shall cover supply, erection and adjustment of PTFE type short neutral sections assembly.
The price shall also cover supply and erection of, all fittings for contact and catenary wire as
necessary including supply of required dropper wire etc.
Item No 38: Augmentation/modification of SCADA:
Preparation of Designs and Drawings for Augmentation of existing SCADA
(a) Design and Drawings:
The price shall cover on a flat rate basis preparation, submission and approval from Railways and/or
PMC Engineer/Employer for all designs and drawings, required in connection with supply, erection,
testing and commissioning of augmentation of existing supervisory control and Data Acquisition
System for the remote control centre (RCC) and the controlled stations. The price shall cover for
supply of 3 sets of Reproducible tracings and 3 sets of Final approved drawings and 10 sets of
Technical booklets as per Section 8, para 8.7.1 to 8.7.7 of RDSO standard specification No
TI/SPC/RCC/SCADA/0990 (Vol –I & II ) with Amendment No. 1[August 2008 ] or latest.
(b)Provision of Augmentation of existing SCADA
The price shall cover Augmentation, Configuration & link for new RTU with the existing SCADA
system [RCC] at Bilaspur, new switching station ( new SSP at Junadih Loading Complex),
satisfactorily working of RTUs with RCC. The price shall also cover to liaison with software
202
Signature of the tenderer
under seal of the firm
suppliers for satisfaction commissioning who has supplied and commissioned existing SCADA
software.
(c) Provision of RTU at new SSP (Junadih Loading Complex)
The lump sum price shall cover on a flat rate basis for the cost of Remote Terminal Unit at new SSP at
Junadih Loading Complex, Bilaspur/SECR . The price shall also cover the cost of power supply units,
modem, memory units, digital input/output module, interposing Contactors, surge arrestors and the steel
cubicles required for housing the RTU, cost of interconnecting cables and wiring etc., and all materials
necessary for proper functioning of the RTUs. The wiring should be rodent/termite resistant and of
armored cable of 2.5 sq. mm. The price shall also cover testing of materials and equipments at the
manufacturer's works. The RTU shall be supplied in accordance with RDSO‟s standard specification
No.TI/SPC/RCC/SCADA/0990(volume-I) with Amendment No.1 [August 2008] or latest. The RTUs shall
be capable of working in existing Protocols.
The price shall also cover the cost of supply of catenary Voltage indication circuits, under voltage circuits,
voltage failure circuits and necessary interposing Contactors/relays/up to couplers to meet the
requirements of RDSO’s specification. The number of tele-signals required for signaling defects in the
operation of remote control equipment. The cost shall also include the provision of these tele-signals. The
price shall also cover provision of separate earthing of communication cable shield at controlled stations.
RTUs supplied for the controlled posts shall include the necessary transducers, PT, supply change over
arrangement, digital analogue input modules, limit settings, modems, CPU cards, power supply unit, surge
arrestor, relays and contactors etc., at SSP for different analogue parameters and measurand. The RTU
shall be wired and ready for use with modules, relays, contactors, transducers etc should include spares.
The spare capacity shall be available and realized by simply configuring the software and downloading the
information from RCC to RTU without any requirement of additional hardware at RTU.
(d) Erection testing and commissioning of RTU and augmentation work
The price shall cover the cost of erection of various items of equipments, the supply which is covered
under above mentioned items at the Remote control center and at the controlled stations. The cost of
erection shall cover the cost of transportation of equipments to site, their positioning, fixing and their
alignment for smooth and trouble free operation. It shall also include the cost of interconnecting cables,
laying of cables, and wiring, connection to batteries, AT supply, surge arrestors, operator console etc., and
all other works necessary for proper functioning of the equipments. The cost of erection shall also include
carrying out liaison meetings with software supplier or at the site of work in order to finalize any matching
details between the RCC software and the hardware vendor. The price for erection shall also include cost
of adjustments, testing after erection at site, commissioning and setting to work all items or equipments as
specified and as considered necessary by the Employer.
The price for erection shall also cover all cost of administration of the contract, insurance Premia, banker's
charges for guarantee, cost of stamps and charges for loading and unloading, handling and storage of
materials and for any road transport which the Contractor may use for carry of materials between their
depot and site of work, other than charges which are reimbursable by the Employer.
203
Signature of the tenderer
under seal of the firm
The price shall also include coordination between hardware supplier and software supplier. As it is a
augmentation work, the erection of SCADA equipments at controlled posts and software up-gradation at
RCC shall be done with minimum disturbance to the existing system and as per direction of Railways. The
tenderer as per direction of Railways, if required, shall arrange the manning of particular post/RCC.
In case of no road approach to particular post, Railway assistance for one time transportation of material
may be given on request on free of cost basis as per discretion of Railways.
It shall also include the cost of erection of separate earthing if required, as per the requirement of
RDSO’s standard Specification No. TI/SPC/ RCC/ SCADA/0990 Vol. I & II or latest of
communication cable shield at controlled stations.
The price shall include Additions, modification of proposed Remote Terminal Unit (RTU) of SSP.
The price shall also covers the cost of all associated work required for erection. The price shall also
cover the testing & commissioning of RTU at proposed SSP.
The price shall cover the SCADA Software, hardware & Other accessories & associate modification
work at Remote Control Centre(RCC), Bilaspur.
The price shall cover the modification of Sectioning Diagram at RCC Bilaspur.
The price shall cover the supply, erection, testing & commissioning of Battery and Battery Charger
200AH (LM)
Item No 39: Supply of thermal imager:
The price is including supply of Thermal Image Testo 875-11 as per RDSO specification or IS
standard at Bilaspur.
Item No 40: Manning of Section/Switching post:
The price shall cover the payment/wages to the staff to be deployed at switching station (SSP) as
directed by Purchaser’s Engineer. Manning shall be done round the clock. The staff to be deployed
must be skilled & fully conversant with operation of various equipments installed in the switching
station. The staff shall be deployed after test & trial by purchaser & on issue of competency
certificate. The staff deployed shall at in accordance with instruction/directions given by traction
power controller/ representative of purchaser. The staff shall not leave the working place (switching
post) in any case without prior permission of purchaser’s representative. The price shall cover
conveyance charges to the staff for growing & coming in the working place. The period of manning
shall be decided by purchaser during execution of contract & manning shall commence on receipt of
intimation in writing from the purchaser in one month advance.
(a) Without Gun
(b) With Gun
204
Signature of the tenderer
under seal of the firm
Item No 41:Supply & Erection of special suspension arrangement under Hopper shed (220
Meter):
The price shall cover supply and erection of steel structure attachment (Special Drop Arms) Hopper
shed for installation of Cantilever arrangement for suspension of catenary system from the roof of the
Track Hopper along with other associated small steel works fasteners etc required as per site
condition.
Price shall also covers the cost of equipments ladders etc required for installation of above
attachment.
Item No 49:Anti-Corrosive painting on mast & cantilever :
The price shall cover supply & painting of outdoor structure of traction system with corrosion
resistant paint conforming to RDSO's specification No. TI/SPC/CIV/POR/0080(08/2008) with latest
amendments and corrections for the application as anti-corrosion paint should be applied on
cantilevers assembly.
The price shall also cover supply cost of Anti-Corrosion paint and applied primarily on Masts/OHE
structure up to 1.5 mtrs height from muff to avoid corrosion at the bottom of the structure.
Item No 50: Site Clearance:
The price covers clearing of all types of obstructions at the site before start of the work and during
executing of work including all other necessary adjustments.
Item No. 51:Extra for stage working
To provide for items not envisages during at the approval stage of the project and found necessary
to execute in connection with the project, the rates for such items shall be fixed as mutually.
Item No 52 : Prorata cost on testing of insulator:
The price shall covers cost of testing charges of Insulators at the contactors cost. The price shall also
cover the cost of transportation and handling of insulators from project site to testing site.
Item No 53 : Hiring charges of Tower wagon including crew from railway for final OHE
checking:The tower wagon hiring charges shall be deposited by the contractor with concern
Railway as per demand and the same shall be reimbursed/ paid to the contractor in the Running
Account(RA) Bills on submission of proof of payment to railway.
Item No 54: Provision of Level crossing height gauge:
The price shall cover the cost of supply of all materials (horizontal & vertical member) including
SPS, nuts & bolts etc. required for height gauge at level crossing as per existing practice of Indian
Railways. The price shall also cover the cost of installation of height gauge including cement
concrete foundations as per Indian Railways practice.
Item No 55: Adjustment of OHE after Tower wagon checking
205
Signature of the tenderer
under seal of the firm
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. The price also includes provision of connections & adjustment of jumpers of
adequate size and shape along with supply of jumper fitting & clamps excluding jumper wires. The
price shall cover on a flat rate basis, the supply of copper jumpers as per standard design with all
component 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. The tower
wagon checking shall be carried out prior to electric loco trail run & after fully checking &
adjustment of OHE by ladder trolley
Item No 56 : Supply of Tensile testing jig for insulator :
The price shall cover the cost of supply, transportation and handing over to Sr. DEE TRD, Bilaspur
/ECR or his authorized representative.
Item No 57 : Supply & erection of Shock Treatment Chart (Laminated):
The price shall cover supply and erection of shock treatment chart (laminated) at a suitable location
in the station master room. The shock treatment chart shall be in Tri-lingual (English, Hindi and
vernacular language of the area) Colour of letters and background shall be such that they are clearly
readable by a Layman.
Item No 58 :Supply & Erection of Fire Extinguisher CO2 type capacity 9 ltr:
The price shall cover supply and erection of fire extinguishers given below including mounting
arrangements. Each set would consist of following and each of 9 litre capacity and filled with dry
sand mounted on steel.
(i) DCP type -02 Nos.
(ii) Foam Type - 2 Nos.
The fire extinguisher supplied shall be of approved brand and as per relevant RDSO/CORE/IS
specification an test certificate to be submitted.
Item No 59: Supply & Erection of fire buckets with stand:
The price shall cover supply and erection of six numbers 9 litre capacity fire buckets filled with dry
sand with stand of standard size and locking arrangement as per standard practice and as approved
y the Engineer/Employer
Item No 60 (a): Suppply & Erection of 52/60 kg BG rail for buried rail:
The price shall include supply of 52/60 kg as per RDSO/CORE specifications rail for connecting the
earthing system at new SSP at Sindri Block Hut with the buried rail .The rail will be buried at a depth
of 1 metre from the ground level. The price shall also include cost of excavation of earth and
connecting earthing system to the buried rail with MS flats of appropriate size and other associated
works as per site
Welding of Rail:
206
Signature of the tenderer
under seal of the firm
The price shall include cost of welding of buried rail each of length 13 metres and other associated
works as per site requirement.
Placement of rail under track:
The price shall include place of 13 m rail under track and other associated works as per site
requirement.
Earthlead at 5 places:
The price shall include supply of earth leads of appropriate size for connecting earthing system at
new SSP at Sindri BH and Pathardih FP/SP to the buried rail.
Item No 60(e): Ballast removal for 30m @ 2.3 cum:
The price shall include removal of the ballast and other associated works as per site requirement.
Item No 60(f): Supply & spreading of Ballast:
The price shall cover supply and spreading of uniformly graded 20/25 mm Blast stone sizes in the
SSP/FP/SP duly leveling the area. The ballast stone sand shall be of good quality and free from any
dust/dirt/muck. Prior approval shall be obtained from the Engineer/Employer for the ballast stone
sample. The ballast stone shall be spread out uniformly to a depth of 10 cm to 20 cm as directed by
Engineer/Design Engineer/Employer.
Item No 62: Electrification of control cubicle:
The Price shall include all internal and external wiring of control cubicle panel with other cables /
equipments as per site requirement.
Item No 63: Supply and laying of 50 mm dia GI pipe:
The Price shall include supply & laying of 50mm GI pipe with other associated work complete in all
respect as per site requirement.
Item No. 64: Supply, Laying and fixing of 150 mm dia RCC/Hume.:
The Price shall include supply & laying of 150mm RCC/Hume pipe with other associated work
complete in all respect as per site requirement.
Item No 65: Supply, Erection ,Testing & Commissioning of Connector:
The Price shall include Supply, erection, testing & commissioning of different type of connectors
complete as per site requirement.
207
Signature of the tenderer
under seal of the firm
Item No. 66: Supply, Erection, Testing & Commissioning of Cable Clamp:
The Price shall include supply, erection, testing & commissioning of different size of cable clamp
associated with cable trench, cable tray and other wiring of cables.
Item No. 67: Supply, Erection of Maintenance free earthing :
The Price shall include supply of all items including fasteners required for maintenance free earthing
system as per RDSO/CORE/Railway/IS with latest amendment or correction slips.
The price shall also covers the cost of erection, testing & commissioning of Maintenance free
earthing arrangement as per RDSO/CORE/Railway/IS with latest amendment or correction slips.
Item No. 68 (a & b): Dismantling of associated component including wiring etc. :
The Price shall include cost of dismantling of wiring under existing control cubicle and other
associated equipments with required associated modification works and transportation of dismantled
materials upto SECL store.
Item No. 70: Supply & erection of Insulated catenary:- The price shall cover supply of insulated
catenary wire, catenary wire splice (1090) for each location and required dropper clip and erection of
the same for each location .The prices shall also cover erection and adjustment of special droppers
wherever required. The insulated catenary wire to be supplied shall be as per RDSO specification
No. TI/SPC/OHE/INSCAT/0000 (04/00) or latest. The work shall be executed in accordance with
Drawing No. ETI/OHE/SK/570.The price shall also cover the cutting of existing catenary wire
,supply and erection of all materials and components including adjustment of dropper wires.
Insulated catenary to be provided under all ROB/FOB as per RDSO maintenance instruction No.
TI/MI/0036 (09/99) Rev 0 .
Item No. 71: Supply & erection of Protective screen: The price shall cover cost of all material
required for fabrication of protective screen including angle, Tee, expanded metal (jali) ,GI sheet,
paints etc. The price shall also include labour cost for fabrication, erection and painting at various
locations. The fabrication and erection work shall be done as per RDSO drawing No. ETI/C/0068
Mod-E
Item No. 72: Supply & erection of Cable trench with drain water outlet: The price shall cover all
RCC type trench work for laying cable with proper clamps and drainage system provide for water
outlets with all associates works as per site conditions. The payment will be done on the basis of
detailed measurement done by the
consultant.
Item No. 73: Gravel carpeting in switching yard: The price shall cover for the work of gravel
carpeting with supply of gravel of dia. 100mm and other associated works as per RDSO
specifications
Item No. 74: Modifications to erected equipments/erection of new equipments under power
block:
208
Signature of the tenderer
under seal of the firm
The price under this item cover extra charges over and above erection rates of Item No.3,Item No.7
& Item No.8 for erection of equipment in the vicinity of energized overhead equipment and feeders
or erection of equipments with joints equipment already energized or an energized equipment which
calls for a power block (shut off of traction power).Where the prices under this item are applicable,
the contractor shall finalize the quantities of various items of work to be done under a power block
jointly with the purchasers Engineer prior to taking the work in hand.
Item No. 75 Supply & erection of Earthing station: The Price shall include supply of all items
including fasteners required for maintenance free earthing system as per RDSO/CORE/Railway/IS
with latest amendment or correction slips.
The price shall also covers the cost of erection, testing & commissioning of Maintenance free
earthing arrangement as per RDSO/CORE/Railway/IS with latest amendment or correction slips.
Item No. 76: Splicing & Extension of an anchored overhead equipment under power block:
The price shall cover splicing of terminated overhead equipment for extension and consequent
adjustment of the affected equipment. The dismantled equipment (excluding portions embedded in
concrete) shall be returned to the Purchaser engineer. The extended overhead equipment shall be
deemed as starting from the centre line of the structure preceding the old terminating structure.
Item No. 77: Cost for anti theft charging of OHE upto EIG sanction: The energization of OHE at
2.2 kV as an anti-theft measure may be done to avoid theft of contact/catenary wire. As energisation
at 2.2 kV is purely for the purpose of arresting the theft of catenary and contact wire and not for train
operation. Period of anti-theft energisation will be restricted at night hours only i.e. from 7 PM to 7
AM.
The following works are essentially required to be completed prior to 2.2 kV anti-theft energisation
of OHE.
1. Stringing of catenary and contact wire complete with droppering, clipping, and insulation and
provision of automatic tensioning device.
2. Provision of structure bonds in open route and structure and rail bonding in station areas in
accordance with the Bonding and Earthing Code. In station areas where Bonding and Earthing work
has not been completed, the return conductor (RC), if provided, may be used as earth. wire and
connected solidly to the OHE structures/ supports by means of suitable jumpers. At both the ends of
the station, RC shall be connected to rails.
3.All necessary LT modification works.
4. Necessary modification to all HT crossings to meet at least the requirements for 2.2 kV as per the
standards laid down in Appendix IV.
5.Provision of wire mesh screen on the working platform of existing semaphore signals in case the
requisite electrical working clearance of 2 m is not available. No portion of the signal post or its
fittings shall be less than 700 mm from the live conductor.
6 .Replacement of existing dc track relays by ac immunized relays.
7. Conversion of all track crossings of communication lines into cables and removal of overhead
wires thereof.
8. Provision of height gauges and 25 kV caution boards at all level crossings.
9.Provision of protective screens with 25000 V caution boards on over line structures like ROBs,
FOBs, Fly over etc.
10. Provision of Public Warning board for 25000 V and shock treatment charts and First-Aid-Boxes
209
Signature of the tenderer
under seal of the firm
at all relevant places like stations, cabin buildings, repeater stations, cable huts etc.
11. Supply of insulated tools to maintenance staff.
12 .Modification to carriage watering arrangements and water columns to suit anti-theft energization.
13 All the relevant rules and precautions in accordance with the Indian Electricity Rules should be
complied while carrying out the works.
At least a month in advance of energization of any section or sections the following public
notifications should be got published in all the prominent dailies in English, Hindi and Local
Language and issued to all concerned. as normally done for 25 kV energization.
Display of general caution notices for public and staff at prominent places at each station, stenciling
the diesel/steam locos warning message to not to climb on the top of locos, caution notices at all
steam and died loco sheds at which locos working in the energized section are maintained.
Item No. 78: Supply & Erection of terminal board in control cubicle:- The price shall cover
supply and erection of wall mounted terminal board with six numbers of Two way terminal block
for connecting the cables from the outdoor equipment of a switching station as per RDSO drawing
Item No. 79: Supply & Erection of sectioning/schematic diagram board size (4 x2 feet):
The price shall cover supply and erection of schematic diagram of switching station on white
decolam plywood of 8 mm thickness as per RDSO specifications. Price shall include fixing/mounting
arrangements.
210
Signature of the tenderer
under seal of the firm
SECTION 6
LIST OF DRAWINGS ENCLOSED
1. SECTIONING CUM POWER SUPPLY DIAGRAM
2. PEGGING PLAN
211
Signature of the tenderer
under seal of the firm
LOADING PLATFORM
SECL COAL
X-291
SDP
7/11 SS
f
f
f
f
292
GS
SS 7/15
291
X-282
X-290
X-282
7/22
JND
SS
273
SDP
7/06
LOADING PLATFORM NO.2
f
f
f
f
f
f
f
f
JND
9/1043A
JND/9/11
f
X-277
f
f
SS
281
SS
278
SS
279
X-279
JND/8
1026N
JUNADIH SDG.
277
X-288
8/1027
JND
JND
9/10A-1
JND
X-273
SS
276
f
f
f
f
f
X272
f
SS
290 BAL
UP
22A
25B
f
f
f
f
f
f
45B
SS
289
f
22B
SS
275
SS
JND/14
272
7/29
f
GEVRA ROAD
7.7 Km
DOWN
SS
288
X-274
45A
25A
NO
f
f
JND/8
1040 SS
LOADING PLATFORM NO.8
LOADING PLATFORM NO.3
JND
7/1033
JND
BAL/7/19
SS
274
BS
NO
PROPOSED SSP
f
f
X-278
NC
NO
NC
NC
SR.NO
NC
POST SILO LINE OF SILO No 9
CO
L O ED
SH
SILO
PRE SILO LINES
DESCRIPTIONS
1.
PROPOSED WIRING
2.
INSULATED OVERLAP
3.
PROP. ISOLATOR
4.
EXIST. SECTION INSULATOR
5.
PROP. SECTION INSULATOR
6.
PROP. INTERRUPTER
7.
CIRCUIT BREAKER
8.
Not Electrified lines
NC
NC
f
f
JND
9/2N
NO
SS
280
SS
282
JN
C D
JUNADIH SDG.
LOADING PLATFORM NO.4
SYMBOL
JUNADIH RLY SDG.
SOUTH EASTERN COAL FIELD LTD.
APPROVED IN PRINCIPLE
SECTIONING CUM POWER
SUPPLY DIAGRAM
JUNADIH RLY SIDING
INITIAL & DATE
FOR GGM/EE/RITES
S.E.C. RLY.
S.No DATE
MODIFICATION
SIGN.
DRG. -RITES/EE/OHE/SECL/JUNADIH-SDG/SEC&PS Diagram/R-0
SCALE- NTS
DRAWN
ASHOK KR SINGH/RITES
DESIGN
ASHWANI KR SINGH/RITES
APPROVED
G.D SINGH/RITES
212
Signature of the tenderer
under seal of the firm
Ch. 1/481.0
B-200
Ch. 1/463.0
B-150
B-200
B-150
B-150
Ch.1/355.0
B-150
B-150
Ch.1/278.5
B-200
Ch.1/319.0
B-200
Ch.1/206.5
B-200
Ch.1/247.0
TTC 8 M
Ch.1/175.0
B-150
Ch.1/134.5
B-250
Ch.1/76.0 Ch.1/68.0
B-175
Ch.1/105.0
B-175
B-150
Ch. 1/240.0
Ch.1/391.0
B-200
B-150
B-200
B-150
Ch. 1/36.5
B-150
Ch. 1/60.5
B-175
B-200
Ch. 1/18.5
B-150
Ch. 978.0
B-150 B-200
Ch. 1/0.5
B-150
Ch. 955.5 Ch. 938.5 Ch. 933.0
B-150 TTC 5.5 M B-150
Ch. 910.5
N Portal
Ch. 865.5
B-200
Ch. 888.0
B-150
Ch. 825.0
Ch. 775.5
N Portal
N Portal
Ch. 735.0
N Portal
Ch. 636.0
Ch. 690.0
N Portal
Ch. 568.5
N Portal
N Portal
Ch. 433.5
N Portal
Ch. 501.0
N Portal
Ch. 366.0
N Portal
Ch. 240.0
Ch. 276.0
N Portal
Ch. 312.0
N Portal
Ch. 199.5
N Portal
N Portal
Ch. 127.5
N Portal
Ch. 154.5
N Portal
Ch. -31.50
B-200
Ch. 00.00
B-200
Ch. 91.5
B-175
Ch. -49.5
TTC 5.5 M
Ch. -72.0
B-200 B-200
Ch. -90.0
B-150
Ch. -108.0
B-150
Ch. -153.0
TTC 8 M
Ch. -130.5
B-150
Ch. -198.0
B-200
Ch. -175.5
B-150
Ch. -216.0
B-200
Ch. -243.0
B-200
Ch. -261.0
B-175
B-200
B-175
TL 261.0
X/O 1
ANTICREEP CENTRE
541.0
Ch. 825.0
X/O 3
Ch. 1/481.0
10
22.5
22.5
40.5
FTA X/O
22.5
FTA X/O
54.0
22.5
31.5
10.4
28
40.5
9"
A=14°27'1
R=437.5m
T=55.484m
CL=110.379m
Van loop
Ch. 964.5
Ch.1/472.0
B-150
Ch.1/449.5
B-150
Ch. 1/350.5
B-200
Ch. 1/332.5
B-200
RSJ 8"x 6"
Ch. 1/266.5
B-150
Ch. 1/247.0 Ch. 1/235.0
B-150 B-175
Ch. 1/199.0Ch. 1/191.0 Ch. 1/176.5
B-150
B-150 B-200
Ch. 1/128.0
B-150
B-175
Ch.1/74.0 Ch.1/66.0
B-175 B-175
B-200
Ch. 1/18.5
B-150
5
7 11
3
45.0
40.5
36.0
Ch. 0/263.0
ANTICREEP CENTRE
Ch. 825.0
7 10
ANTICREEP CENTRE
213
Ch. 964.5
B-200
22.5
175
Ch. 96.0
Ch. 874.5Ch. 865.5
B-200 B-150
B-200
Signature of the tenderer
under seal of the firm
TTC 5.5 M
Ch. 10.5
B-250
Ch.-25.5
Ch.-79.5
B-150
FTA X/O
BWA
22.5
22.5
31.5
14.0
Ch. 825.0
Ch. 263.0
4
Ch.1/427.0
B-150
B-150
175 175
TL-978.0
TL-1233.0
TL-792.0
Ch. 825.0
27.0
PROP FM CH: 138.00
Ch.1/503.5
B-175
Ch.1/503.5
B-175
45.0
9.0
1.9
TL-180.0
Ch. 1/247.0
TL-376.0
TL-582.5
18.0 175
11.5
Ch.-25.5
36.0
10.7
31.5
H
Ch. 690.0
36.0
12.8
H
3.1
5
Ch. 33.0
Ch.1/355.0
TL-376.0
Ch. 690.0
TL-792.0
54.0
31.5
36.0
27.0
ACA
R437.5
7
ACA
ACC
C h. 4 33.5
Ch.1/74.0
Ch. 775.5
TL-376.0
5
TL-407.0
MACHINE SHOP
4
TL-194.5
X/O 2
TL-407.0
TL-180.0
Ch. 1/427.0
TL-171.0
Ch.1/503.5
KM 0.000
TL-153.0
Ch.1/503.5
B-150
Ch. 1/409.0
54.0
67.5
67.5
67.5
67.5
ACA
Ch. 690.0
KM 01.000
18.0
36.0
54.0
45.0
22.5
i=3.00
i=3.00
BWA
40.5
BWA
ACC
C h. 6 36.0
16.30
5.54
9.7
4.9
7.0
6.45
10.0
Edge of Existing
Compoud wall
BWA Engine
Berthing Line
B-200
Ch. 1/332.5
FTA Engine
Line
Berthing
Ch. 1/427.0
Existing Compound
wall (To be Shifted)
49.5
18.0
18.0
36.0
Edge of Proposed
Compoud wall
BWA
56
11.8
0.9
40.5
36.0
B-150
36.0
4.4
31.5
49.5
ACA
4.04
36.0
BWA
B-200
BWA X/O
45
14.2
54.0
BWA
175
18.0
11.0
ACA
BWA
22.5
27.0
10.1
40.5
18.61
22.5
13.32
11.3
11.4
ACA
PROP FM CH: 46.00
18.5
27.0
22.5
22.5
22.4
13.0 27.0 14.0
18.0
51.0
ATJ-2 NOS
31.5
40.5
12.5
Ch. 1/68.0 2
X/O 2
PROP SRJ, 1in 8 ½ ( CS)
&DS, CH:048.00
22.5
TL-378.0
TL-194.5
PROP FM CH: 100.00
27.0
12.3
36.0
Ch. -153.0
PROP SRJ 1 in 8 ½ (CS)
CH:086.00
27.0
31.5
22.5
31.5
36.0
BWA X/O
3m
22.5
36.0
FTA X/O
40.5
22.5
22.5
3.2
36.4
11.8
31.5
TL-978.0
BWA
18.34
TL-409.50
Ch.1/76.0
4.3
10
40.5
TL-378.0
Ch.690.0
40.5
31.5
BWA
2
5.3
TL-582.5
10.6
22.5
3.4
X/O 3
B-200
BWA X/O
6.0
BWA
Ch. 10.5
R220.8
A=11°43'19.8"
R=232.32m
T=23.85m
CL=47.530m
TL-1233.0
5.3
TL-582.5
Ch.1/355.0
3
TL 261.0
Ch.261.0
ACC
C h. 3 66.0
X/O 1
R231.5
8 14
R231.5
720.00
Ch. 775.5
TL-409.50
1
22.5
18.0
17.7
27.0
18.0