01.02.2015 Views

Indian Railway Project Management Unit Shivaji Bridge, New Delhi ...

Indian Railway Project Management Unit Shivaji Bridge, New Delhi ...

Indian Railway Project Management Unit Shivaji Bridge, New Delhi ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

NORTH CENTRAL RAILWAY<br />

<strong>Indian</strong> <strong>Railway</strong> <strong>Project</strong> <strong>Management</strong> <strong>Unit</strong><br />

<strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-110001.<br />

Tender No.- IRPMU/Elect./T/2008/02 Dated- 20.02.2008<br />

Name of Work- Supply, erection, testing and commissioning of OHE<br />

Auxiliary transformers (10KVA AT) supply to ABS Panels in ETW-<br />

SKB section of Allahabad division.<br />

Approximate Cost: Rs. 31,60,000/-<br />

Price of tender document:<br />

Rs. 3000/-<br />

Rs. 3500/- by post<br />

Copy No. --------------------------<br />

Date of sale ---------------------------<br />

Sold to M/s ----------------------------------<br />

Issued by: -<br />

Dy. Chief Electrical Engineer,<br />

IRPMU, <strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>.<br />

1


PLEASE GO THROUGH THE CONDITIONS STATED BELOW<br />

BEFORE DOWNLOADING THE TENDER DOCUMENTS FROM<br />

THIS SITE.<br />

<strong>Indian</strong> <strong>Railway</strong> <strong>Project</strong> <strong>Management</strong> <strong>Unit</strong><br />

(Fax No. 011-23412556)<br />

PLEASE GO THROUGH FOLLOWING INSTRUCTIONS AND SUBMIT THE<br />

SAME DULY FILLED AND SIGNED WITH YOUR OFFER. PLEASE NOTE<br />

THAT OFFERS NOT ACCOMPANYING FOLLOWING PAGE DULY SIGNED<br />

ARE LIABLE TO BE REJECTED.<br />

INSTRUCTIONS-<br />

1) The Tender document cost in acceptable form must accompany the offer otherwise<br />

the offer will be summarily rejected. The Tender document cost should be submitted<br />

through the money deposited in shape of demand draft from a<br />

Nationalized/Scheduled <strong>Indian</strong> Bank drawn in favour of Dy. FA & CAO/IRPMU,<br />

IRCOT Complex, <strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01.<br />

2) The Tenderer should note that no alteration must be done in downloaded tender<br />

documents. The tender documents along with corrigendums, if any, available at<br />

IRPMU only will be considered Authorized Version in case of any dispute / variation.<br />

It must be noted that the tenderers / firms who are found to be indulging in altering /<br />

adding or deleting the contents of tender documents, will be liable to face suitable<br />

action which could be removal from approved list / banning / suspension of business<br />

dealings etc.<br />

3) The advertised tenders are governed by Advertised Tender Document and Global<br />

Tenders are governed by Bid Documents. Latest version of the same can be<br />

downloaded from the link available on the tender notice page on railway website at<br />

http://www.irpmu.railnet.gov.in. In addition, IRS Conditions of Contract, the basic<br />

governing conditions document can also be downloaded from the same location.<br />

4) Tenderer is requested to kindly carefully go through the relevant instructions /<br />

conditions / requirements contained in Tender documents / Bid documents / IRS<br />

Conditions of contract, as the case may be, before submitting the offer. Various<br />

conditions / instructions will be taken as read and agreed if not specifically indicated<br />

to be disagreed / deviated.<br />

5) Though all efforts have been made to ensure the correctness of all information in web<br />

version of tender documents, however IRPMU administration disowns any<br />

responsibility regarding incorrectness / data corruption etc.<br />

6) Please sign and submit this page with the following declarations along with your<br />

offer. In absence of this the offer will be rejected without any reference.<br />

2


DECLARATION<br />

a) We have read and understood the above instructions and hereby agree to abide by<br />

them.<br />

b) We are enclosing tender document cost Rs. ……......... vide Demand Draft No.<br />

.................... Dated ............. issued by ...............................................<br />

c) We are enclosing requisite Earnest Money of Rs. .......... vide Demand Draft / Cash<br />

Receipt / Bank Guarantee no. .................... Dated ............ issued by..............................<br />

d) We have filled and signed the tender documents and the same are enclosed herewith.<br />

Signature and Seal of Tenderer<br />

Name ---------------------------<br />

Capacity / Authority to sign.<br />

Full Address -------------------<br />

3


<strong>Indian</strong> <strong>Railway</strong> <strong>Project</strong> <strong>Management</strong> <strong>Unit</strong><br />

<strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>‐01.<br />

SHORT TERM TENDER NOTICE<br />

Tender Notice No.-IRPMU/Elect./T/2008/02 for Supply, erection, testing and commissioning of OHE<br />

Auxiliary Transformers (10KVA AT) supply to ABS panels in ETW-SKB section of Allahabad<br />

division.<br />

CAO/IRPMU, IRCOT Complex, <strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01 for and on behalf of the ‘President of<br />

India’ invites sealed “OPEN TENDER” from the established, reliable and experienced contractors<br />

having sufficient proven experience in railway 25 KV OHE works on the prescribed form for the<br />

under noted work-<br />

Name of work<br />

Supply, erection, testing and commissioning of OHE<br />

Auxiliary Transformers (10KVA AT) supply to ABS panels in<br />

ETW-SKB section of Allahabad division.<br />

Approximate Cost Rs. 31,60,000/-<br />

(Rupees Thirty one Lacks and Sixty thousands only).<br />

Earnest Money<br />

Completion period<br />

Last Date and Time for<br />

submission of tender.<br />

Date, Time & Place of<br />

opening of tender.<br />

Validity of offer<br />

Date between which sale of<br />

tender documents will take<br />

place<br />

Rs. 63,200/- only (Rs. Sixty three thousands two hundreds<br />

only)<br />

5 Months<br />

Up to 14.30 hrs on 17.03.2008.<br />

15.00 hrs on 17.03.2008 (If the date of opening happens to<br />

be holiday the tender will be opened on next working day at<br />

same time.) CAO/IRPMU, IRCOT Complex, <strong>Shivaji</strong> <strong>Bridge</strong>,<br />

<strong>New</strong> <strong>Delhi</strong>.<br />

3 Months from the date of opening.<br />

Between 10.30 hrs to 16.00 hrs from 01/03/08 to 17.03.2008<br />

and upto13.00 hrs of 17/03/08.<br />

Tenders without Earnest Money will be summarily rejected.<br />

Eligibility Criteria:-<br />

i) As a proof of technical experience/competence, the tenderer should have successfully<br />

completed at least one similar single work for a minimum value of 35% of advertised<br />

tender value of work in the last three financial years (i.e. current year and three<br />

previous financial years).<br />

ii)<br />

As a proof of sufficient financial capacity and organizational resources, contractor<br />

should have received total payment against satisfactory execution of all<br />

completed/ongoing works of all types (not confined to only similar works) during<br />

preceding three years of a value not less than 150% of the advertised cost of the<br />

work.<br />

Similar Works means- Works executed in areas of 25 KV Traction systems of<br />

railways.<br />

4


Further particulars and Tender form can be obtained from the office of CAO/IRPMU, IRCOT<br />

Complex, <strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong> on payment of Rs. 3000/- (or Rs. 3500/- if required by post).<br />

The money should be deposited in shape of demand draft from a Nationalized/Scheduled <strong>Indian</strong><br />

Bank drawn in favour of Dy. FA&CAO/IRPMU, IRCOT Complex, <strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>.<br />

However IRPMU office will not be responsible for any delay. Cost of tender document is not<br />

refundable and tender document is not transferable.<br />

If the tenderer/s deliberately give(s) wrong information whose credentials/documents in his/their<br />

tenders and thereby create(s) circumstances for acceptance of his/their tender, railway reserves<br />

the right to reject such tender at any stage, besides, shall suspend the Business for one year.<br />

Tender forms complete in all respect with all credentials, duly sealed in an envelope, superscribing<br />

the name of the work should be deposited in the tender box allotted for the purpose in<br />

the office of CAO/IRPMU, IRCOT Complex, <strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>. Tenders duly sealed in<br />

prescribed manner can also be sent through registered post so as to reach office of CPM/IRPMU<br />

not later than date and time specified in the Notice. Any tender received after the specified time is<br />

liable to be rejected.<br />

Tender Notice is available on official website www.irpmu.railnet.gov.in of IRPMU. Tender forms<br />

can be downloaded from this website. Tender can also be submitted in the tender forms<br />

downloaded from the website of IRPMU along with tender document cost of Rs. 3000/- through<br />

crossed demand draft (not refundable) on Nationalised/Scheduled <strong>Indian</strong> Bank, <strong>Delhi</strong> Branch,<br />

payable to Dy.FA&CAO/IRPMU, <strong>New</strong> <strong>Delhi</strong>. The tender submitted by the firms without cost of<br />

tender document shall be rejected.<br />

The payment to contractor will be done through EFT/ECS.<br />

(Y.V.S. Chauhan)<br />

SEE / IRPMU<br />

IRCOT Complex, <strong>Shivaji</strong> <strong>Bridge</strong><br />

<strong>New</strong> <strong>Delhi</strong>-110001<br />

For and on behalf of the President of India<br />

Copy to-<br />

1. CPRO, NC. Rly, Allahabad- requested for publication in leading <strong>New</strong>spapers for wide<br />

publicity. The cost is debatable to Allocation No- 20337003 at IRPMU.<br />

2. The CEE(C)NCR & NR- For kind information please.<br />

3 DyCEE(Const.) NDLS, ALD, JHS, SEE(Const.)CNB, Agra- They are requested to display<br />

it on the notice boards.<br />

4. Dy.FA&CAO/IRPMU- is requested to depute the finance representative for Tender<br />

opening.<br />

5. One copy for the Notice Board in the office of IRPMU/NDLS.<br />

6. One copy for the Notice Board in the HQ/NCR & NR.<br />

SEE / IRPMU<br />

5


<strong>Indian</strong> <strong>Railway</strong> <strong>Project</strong> <strong>Management</strong> <strong>Unit</strong><br />

CONTENTS<br />

S. No. Chapter Description<br />

From<br />

Page<br />

To<br />

1. Chapter-1<br />

i) Preamble and General<br />

Instructions to Tenderers:<br />

Tender Form- First Sheet<br />

07 12<br />

Chapter-1 ii) Tender Form- Second Sheet 13 15<br />

2. Chapter-2 Special Conditions of Contract 16 21<br />

3. Chapter-3 Prices & Payments 22 23<br />

4. Chapter-4 Technical Specifications 24 39<br />

5. Chapter-5<br />

6. Chapter-6<br />

7. Chapter-7<br />

Explanatory Notes to Schedule of<br />

Works & Prices.<br />

Schedule of Works (SOW) &<br />

Tender’s credentials.<br />

Schedule of Prices (SOP) for<br />

Works.<br />

40 44<br />

45 48<br />

49 52<br />

8. Chapter-8 List of Form/Annexures 53 62<br />

-------o0o--------<br />

6


CHAPTER – 1<br />

Tender Form (First Sheet)<br />

Preamble and General Instructions to Tenderers-<br />

1. The following documents form part of tender/contract:-<br />

(a)<br />

(b)<br />

(c)<br />

(d)<br />

(e)<br />

Tender forms<br />

Special Conditions<br />

Specifications, drawings, explanatory notes and annexures.<br />

Schedule of Works and approximate quantities<br />

North Central <strong>Railway</strong> General Conditions of Contract, Regulations for Tender<br />

and Contract – 2005. It is a priced publication. This publication can be obtained<br />

from the office of SEE/C/N.C. Rly, Kanpur on payment (current price is<br />

Rs.250.00). The tenderer should obtain copy of the correction slips also which is<br />

supplied free of cost with the booklet.<br />

The tenderer shall study the North Central <strong>Railway</strong> General Conditions of<br />

Contract Regulations for Tenders & Contracts – 2005 along with other tender<br />

documents of the tender before submission of the tender.<br />

2. Drawings for the work – The general drawings where-ever necessary shall be supplied.<br />

The contractor will be required to study drawings and make detailed drawings at his own<br />

cost and get it approved from the Engineer before execution of work.<br />

3. The Tenderer(s) shall quote his/their rates itemwise for each item of works and of Schedule<br />

of Rates except where he/they are required to quote item rates and must tender for all the<br />

items shown in the schedule of works & approximate quantities attached. The quantities<br />

shown in the attached schedule are given as a guide and are approximate only and are<br />

subject to variation according to the needs of the <strong>Railway</strong>. The <strong>Railway</strong> does not guarantee<br />

work under each item of the schedule.<br />

4. Tenders containing erasures and/or alteration of the tender documents are liable to be<br />

rejected. Any correction made by Tenderer(s) in his/their entries must be attested by<br />

him/them.<br />

5. Completion period -The works are required to be completed within a period of six<br />

Months from the date of issue of acceptance letter/ letter of intent. Any extension to<br />

completion period shall be with approved by railway.<br />

6. Earnest Money –<br />

a) The tender must be accompanied by Earnest Money @2% of estimated cost of tender<br />

amounting approximately to Rs. 63,200/- ((Rs. Sixty three thousands two hundreds only)<br />

7


deposited in cash or in any of the forms as mentioned in Regulations for tenders and<br />

contracts for the guidance of the Engineers and Contractors, failing which the tender will<br />

not be considered.<br />

b) The earnest money shall remain deposited with the <strong>Railway</strong> for the period of validity of<br />

the offer prescribed in this tender i.e. 90 days from the date of opening of tender. If the<br />

validity of the offer is extended, the validity of earnest money should also be extended<br />

failing which the offer after the expiry of the aforesaid period may not be considered by<br />

the <strong>Railway</strong>.<br />

c) The Earnest money should be in cash or in any of the following forms<br />

i) Deposit Receipt, Pay order, Demand drafts of the State Bank of India or any of the<br />

Nationalised Banks. No confirmatory advice from RBI will be necessary.<br />

ii)<br />

iii)<br />

Deposit receipts executed by the Scheduled Banks (Other than the State Bank of India and<br />

the Nationalised banks) approved by the Reserve Bank of India for this purpose.<br />

<strong>Railway</strong>s will not however accept deposit receipt without getting in writing the<br />

concurrence of the Reserve Bank of India.<br />

Deposit Receipt, Pay order, Demand drafts of the State Bank of India or any of the<br />

Nationalised Bank or any of the scheduled commercial Banks, must have an endorsement<br />

from the authority issuing such FDR/PAY ORDER/DD that received from M/s./Shri<br />

______________and pledged in favour of DyFA & CAO/IRPMU, <strong>New</strong> <strong>Delhi</strong>-01.<br />

d) The official cash receipts having a mention on the firm/individual who has deposited the<br />

cash or the deposit receipt mentioned above etc. as the case may be, must be attached<br />

with the tender, failing which, tender will be rejected.<br />

e) It shall be understood that the tender documents have been sold/issued to the tenderer and<br />

the tenderer is permitted to tender in consideration of stipulation on his part, that after<br />

submitting his tender, he will not resile from his offer or modify the terms and conditions,<br />

thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe<br />

or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to<br />

the railway.<br />

f) The earnest money of the unsuccessful tenderer(s) will, save as here-in-before provided,<br />

be returned to the unsuccessful tenderer(s) within a reasonable time but the <strong>Railway</strong> shall<br />

not be responsible for any loss or depreciation that may happen to the security for the due<br />

performance of the stipulation to keep the offer open for the period specified in the tender<br />

documents or to the earnest money while in their possession nor be liable to pay interest<br />

thereon.<br />

NOTE: Any request for recovery from outstanding bills for earnest money against any<br />

tender will not under any circumstances be entertained. Tenders submitted with earnest<br />

money in shape of cheques, Government Securities or in any form other than those<br />

specified above shall not be considered. Bond of any form is not acceptable,<br />

g) No interest shall be paid by railway on earnest money amount.<br />

8


7. Security Deposit on acceptance of tender :-<br />

a) On receipt of the letter of acceptance of tender from the purchaser, the successful<br />

tenderer shall within the period of seven days deposit the security money due<br />

fulfillment of the contract. Security deposit shall be 5% of the contract value.<br />

b) The earnest money deposited by the contractor with his tender will be retained by<br />

railway as part of security for the due and faithful fulfillment of the contract by the<br />

contractor. The balance to make up the security deposit, the rates for which are<br />

given below may be deposited by contractor in cash are in the form Govt.<br />

Securities or may be recovered by percentage deductions from the contractor’s “On<br />

Account” Bills. Provided also that in case of defaulting contractor the railway may<br />

retain any amount due for payment to the contractor on the pending “On Account”<br />

Bills so that the amount so retained may not exceed 10% of the total value of the<br />

contract.<br />

c) No interest will be payable upon the earnest money and security deposit or<br />

amounts payable to the contractor under the contract.<br />

PERFORMANCE GUARANTEE:<br />

a) The successful bidder should give a performance guarantee in the form of an<br />

irrevocable bank guarantee amounting 5% of contract value.<br />

b) The performance guarantee should be furnished by the successful contractor after<br />

the letter of acceptance has been issued, but before signing of the agreement and<br />

should be valid up to expiry of the maintenance period. The agreement should<br />

normally be signed within 15 (fifteen) days after the issue of LOA and<br />

performance guarantee should also be submitted within this time limit.<br />

c) Performance Guarantee shall be released after satisfactory completion of work and<br />

maintenance period is over. The procedure for releasing shall be same as for<br />

security deposit.<br />

d) Wherever the contracts are rescinded, the security deposit shall be forfeited and the<br />

performance guarantee shall be encashed and the balance work shall be got done<br />

separately.<br />

e) The balance work would be got done independently without risk and cost of the<br />

original contractor.<br />

f) The original contractor shall be debarred from participating in the tender for<br />

executing the balance work. If the failed contractor is a JV or a partnership firm,<br />

then every member/partner of such a firm would be debarred from participating in<br />

the tender for the balance work either in his/her individual capacity or as a partner<br />

of any other JV/Partnership firm.<br />

8. Rights of the <strong>Railway</strong> to deal with tender – The authority for the acceptance of the<br />

tender will rest with the <strong>Railway</strong>. It shall not be obligatory on the said authority to accept<br />

the lowest tender or any other tender and no tenderer (s) shall demand neither any<br />

explanation for the cause of rejection of his /their tender nor the <strong>Railway</strong> undertake to<br />

assign reasons for declining to consider or rejecting any particular tender or tenders.<br />

9. If the Tenderer(s) deliberately gives/give wrong information in his/their tender or<br />

creates/create circumstances for the acceptance of his/their tender, the <strong>Railway</strong> reserves<br />

the right to reject such tender at any stage.<br />

9


10. If the Tenderer(s) expires/expire after the submission of his/their tender or after the<br />

acceptance of his/their tender, the <strong>Railway</strong> shall deem such tender cancelled. If a partner<br />

of a firm expires after the submission of their tender or after the acceptance of their tender,<br />

the <strong>Railway</strong> shall deem such tender as cancelled, unless the firm retains its character.<br />

11. Income Tax clearance certificate – The tenderer (s) is/are required to produce alongwith<br />

his/their tender an authorized copy of the income-tax clearance certificate or a sworn<br />

affidavit duly countersigned by the tenderer or his authorized representative regarding the<br />

total contractual amount received during the last 3 financial years & in the current financial<br />

year.<br />

12. Tenderer’s credentials – Documents testifying Tenderer’s previous experience and<br />

financial status should be produced alongwith the tender or when desired by competent<br />

authority of the IRPMU, North Central <strong>Railway</strong>.<br />

Tenderers(s) who has/have not carried out any work so far on this <strong>Railway</strong> and who is/are<br />

not borne on the approved list of the Contractors of North Central<br />

<strong>Railway</strong> should submit alongwith his/their tender credentials to establish:<br />

(i)<br />

(ii)<br />

(iii)<br />

His capacity to carry out the works satisfactorily.<br />

His financial status supported by bank reference and other documents.<br />

Certificates duly attested and testimonials regarding contracting experience for<br />

the type of job for which tender is invited with list of work carried out in the past.<br />

Eligibility Criteria:-<br />

i) As a proof of technical experience/competence, the tenderer should have<br />

successfully completed at least one similar single work for a minimum value of 35%<br />

of advertised tender value of work in the last three financial years (i.e. current year<br />

and three previous financial years).<br />

iii)<br />

As a proof of sufficient financial capacity and organizational resources, contractor<br />

should have received total payment against satisfactory execution of all<br />

completed/ongoing works of all types (not confined to only similar works) during<br />

preceding three years of a value not less than 150% of the advertised cost of the<br />

work.<br />

Similar Works means- Works executed in areas of 25 KV Traction system of railways.<br />

13. Tender must be enclosed in a sealed cover, superscribed this Tender No.- and must be sent<br />

by registered post to the address of CAO/IRPMU, <strong>New</strong> <strong>Delhi</strong>-01 so as to reach his office<br />

not later than 14.30Hrs on date of opening or deposited in the special box allotted for the<br />

purpose in this office. This special box will be locked & sealed at 14.30 hours on date of<br />

opening. The tender will be opened at 15.00 hours on the same day. The Tender papers<br />

will not be sold after 13.00 hours of date of tender opening.<br />

14. Non-compliance with any of the conditions set forth<br />

therein above is liable to result in the tender being rejected.<br />

15. Execution of Contract Documents – The successful tenderer(s) shall be required to<br />

execute an agreement with the President of India acting through the Dy. Chief Elect.<br />

10


Engr./IRPMU, <strong>New</strong> <strong>Delhi</strong>-01for carrying out the work according to General conditions of<br />

Contract, Special conditions/specifications annexed to the tender and specifications for<br />

work and material of North Central <strong>Railway</strong> as amended/corrected into correction slip<br />

mentioned in tender form (First Sheet).<br />

16. Partnership deeds, Power of Attorney Etc.- The tenderer shall clearly specify whether<br />

the tender is submitted on his own or on behalf of a partnership concern. If the tender is<br />

submitted on behalf of a partnership concern, he should submit the certified copy of<br />

partnership deed alongwith the tender and authorisation to sign the tender documents on<br />

behalf of partnership firm. If these documents are not enclosed alongwith tender<br />

documents, the tender will be treated as having been submitted by individual signing tender<br />

documents. The <strong>Railway</strong> will not be bound by any power of attorney granted by the<br />

tenderer or by changes in the composition of the firm made subsequent to the execution of<br />

the contract. It may, however, authorize such power of attorney and changes after<br />

obtaining proper legal advice, the cost of which will be chargeable to the contractor.<br />

17. The tenderer whether sole proprietor, a limited company or a partnership firm if they want<br />

to act through agent or individual partner(s) should submit alongwith the tender or at a later<br />

stage, a power of attorney duly stamped and authenticated by a Notary Public or by<br />

Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any<br />

other person specifically authorized him/them to submit the tender, sign the agreement,<br />

receive money, witness measurements, sign measurement books, compromise, settle or<br />

relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all<br />

or any disputes to arbitration.<br />

18. Employment/Partnership, etc., of Retired <strong>Railway</strong> Employees.-<br />

(a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted<br />

Officer working before his retirement, whether in the executive or administrative<br />

capacity, or whether holding a pensionable post or not, in any department of any of the<br />

<strong>Railway</strong>s owned and administered by the President of India for the time being, or should<br />

a tenderer being partnership firm have as one of its partners a retired engineer or retired<br />

Gazetted Officer as aforesaid, or should tenderer being an incorporated company have<br />

any such retired Engineer or retired Gazetted Officer as one of its Directors, or should a<br />

tenderer have in his employment any retired Engineer or retired Gazetted Officer as<br />

aforesaid, the full information as to the date of retirement of such Engineer or Gazetted<br />

Officer from the said service and in case where such Engineer or Officer had not retired<br />

from Government service at least 2 years prior to the date of submission of the tender as<br />

to whether permission for taking such contract, or if the contractor be a partnership firm<br />

or an incorporated company, to become a partner or Director as the case may be, or to<br />

take the employment under the contractor, has been obtained by the tenderer or the<br />

Engineer or Officer, as the case may be from the President of India or any officer, duly<br />

authorized by Him in this behalf, shall be clearly stated in writing at the time of<br />

submitting the tender. Tenders without the information above referred to or a statement<br />

to the effect that no such retired Engineer or retired Gazetted Officer is so associated with<br />

the tenderer, as the case may be, shall be rejected.<br />

(b)<br />

Should a tenderer or contractor being an individual on the list of approved Contractors,<br />

have a relative(s) or in the case of partnership firm or company of contractors one or<br />

more of his shareholder(s) or relative(s) of the shareholder(s) employed in gazetted<br />

capacity in the Electrical department of the North Central <strong>Railway</strong>, the authority inviting<br />

tenders shall be informed of the fact by the tenderer(s) at the time of submission of<br />

11


tender, failing which the tender may be disqualified/rejected or if such fact subsequently<br />

comes to light, the contract may be rescinded in accordance with the provision in clause<br />

62 of the General Conditions of Contract.<br />

…..................................................................<br />

(Signature)<br />

…............................................................<br />

Signature of Tenderer(s)<br />

…..................................................................<br />

(Designation)<br />

Date …....................................................<br />

12


CHAPTER – 1<br />

Tender Forms (Second Sheet)<br />

Tender No.- IRPMU/Elect./T/2008/01 Dated- -------------<br />

Name of work- Supply, erection, testing and commissioning of OHE Auxiliary<br />

transformers (10KVA AT) supply to ABS Panels in ETW-SKB section of Allahabad<br />

division.<br />

To,<br />

The President of India,<br />

Acting through the CAO/IRPMU,<br />

<strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01.<br />

1. I/We …................................................................. have read the various conditions to<br />

tender attached here to and agree to abide by the said conditions. I/We also agree to keep this<br />

tender open for acceptance for a period of 90 days from the date fixed for opening the same and<br />

in default thereof, I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do<br />

work for IRPMU, North Central <strong>Railway</strong> at the rates quoted in the attached schedule and hereby<br />

bind myself/ourselves to complete the work in all respects within six months from the date of<br />

issue of letter of acceptance / letter of intent of the tender.<br />

2. I/We also hereby agree to abide by the General Conditions of Contract corrected upto<br />

printed/advance correction slip No…............... dated …........ and to carry out the work according<br />

to the Special Conditions of Contract and Specifications of material and works as laid down by<br />

<strong>Railway</strong> in the annexed Special Conditions/Specifications and the North Central <strong>Railway</strong> Works<br />

Hand Book corrected upto printed/advance corrected slip No…........... dated …........... Schedule<br />

of rates corrected upto printed/advance correction slip no….............. dated ….......... for the<br />

present contract.<br />

3. A sum of Rs ……………. is herewith forwarded as Earnest money. The full value of<br />

the earnest Money shall stand forfeited without prejudice to any other right or remedies in case<br />

my/our Tender is accepted and if ;-<br />

(a) I/We do not execute the contract documents within seven days after receipt of notice<br />

issued by the <strong>Railway</strong> that such documents are ready: and<br />

(b) I/We do not commence the work within fifteen days after receipt of orders to that<br />

effect.<br />

4. Until a formal agreement is prepared and executed, acceptance of this tender<br />

shall constitute a binding contract between us subject to modifications, as may be mutually<br />

agreed to between us and indicated in the letter of acceptance of my/our offer for this work.<br />

Signature of Witness: …...................................................<br />

(1) …......................................................... Signature of Tenderer(s)<br />

(2) …....................................................... Date …................................................<br />

13<br />

Address of the Tenderer (s)<br />

---------------------------------


OFFER LETTER<br />

From M/S<br />

To,<br />

……………………………<br />

…………………………….<br />

…………………………….<br />

The President of India,<br />

Acting through the CAO/IRPMU,<br />

<strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01.<br />

Dear Sir,<br />

Name of work- Supply, erection, testing and commissioning of OHE<br />

Auxiliary transformers (10KVA AT) supply to ABS Panels in ETW-<br />

SKB section of Allahabad division.<br />

1 I/We the undersigned hereby offer to execute the above work within a period of 03<br />

months from the date of issue of letter of intent/letter of acceptance of tender and<br />

instruction compliance with the provisions detailed in the tender papers appended<br />

here to including instructions to tenderers and conditions of tendering, conditions of<br />

contract and specifications as included therein and as modified by this tender at such<br />

rates as are specified in schedules appended here to.<br />

2 I/We agree that this tender shall not be restricted or with drawn and shall remain open<br />

for acceptance for and during the period of 90 days from the date fixed for opening<br />

the same, subject to the stipulation mentioned in clause 1.1.5 and will continue to be<br />

open even beyond the period of ninety days till withdrawn or rejected or accepted as<br />

the case may be.<br />

3. I/We also fully understand and hereby agree to abide by the general and special<br />

conditions of the contract and to carry out the work according to the specification for<br />

present contract as modified by this tender.<br />

4. I/We have deposited with the Div. Cashier, Northern <strong>Railway</strong>/North Central<br />

<strong>Railway</strong>…………. The required sum of Rs…………….. as earnest money for which<br />

receipt no. ………………. DT…………….. has been granted.<br />

I/We enclosed a Bank Draft from …………………. Bank for a sum of Rs.<br />

(Rs. ………………………………………………….) as earnest money.<br />

The full value of the earnest money shall stand forfeited without prejudice to any<br />

other rights or remedies if any I/We do not execute the agreement within seven days<br />

after receipt of notice issued by the <strong>Railway</strong> that such agreement is ready or I/We do<br />

not commence the work within 10 days or receipt of the instructions to that effect.<br />

5. I/We enclose the Income Tax Clearance certificate or a declaration to that effect on<br />

required of the tender papers pertaining to me/us for the year.<br />

14


6. I/We have no retired Engineer or retired Gazetted Officers of the Electrical<br />

Department of any of the <strong>Railway</strong> owned and administered by the President of India.<br />

The list of the retired Engineers or Retired Gazetted Officers who are associated with<br />

me/us included as an enclosure to this offer letter.<br />

Yours faithfully,<br />

Witnessed by:<br />

1. Signature ------------------------------<br />

2. Name in block letters ----------------<br />

3. Address :------------------------------<br />

(signature of the tenderers(s)<br />

Seal of the Tenderer:<br />

Place: -------------------<br />

Date: --------------------<br />

1. Signature ------------------------------<br />

2. Name in block letters ----------------<br />

3. Address -------------------------------<br />

-------o0o--------<br />

15


CHAPTER – 2<br />

SPECIAL CONDITIONS OF CONTRACT<br />

2.0 Introduction<br />

This chapter deals with conditions of contract necessary for execution of this contract and<br />

not covered under general conditions of contract. If conditions in this chapter are in<br />

variance with general conditions of contract, the conditions given in this chapter will<br />

prevail.<br />

2.1 Scope of Work:- The scope of work covers supply, installation and commissioning of<br />

excavation & concrete foundations, excavation & filling of trench in soil, steel poles,<br />

auxiliary transformers, LT cable, electrical fittings, internal wiring, LT panels, LT<br />

distribution boards, insulators, earthing & bondings, GI wire etc. at different location as<br />

mentioned in approximate schedule of Works.<br />

The works will be executed in ETW-SKB section in ALD division.<br />

2.2 Items to be supplied by <strong>Railway</strong>s free of cost for works:<br />

i) LT cables of various sizes as mentioned in schedule of works.<br />

ii) 10 KVA ATs as per requirement.<br />

<strong>Railway</strong>’s supply material will be made available at CNB Depot or near by areas<br />

and to be transported to site by contractor.<br />

2.3 The offer rates must be quoted itemwise for each item of works.<br />

2.3.1 The rates should be quoted in figures as well as in words. If there is variation between<br />

the rates quoted in figures and in words, the rate quoted in ‘words’ shall be taken as<br />

correct. If more than one improper rate are tendered for the same item, the tender is<br />

liable to be rejected.<br />

2.3.2 Each page of the tender papers is to be signed and dated by the tenderer(s) or such person<br />

(s) on his/their behalf who is/are legally authorized to signed for him/them.<br />

2.4 Erasures and/or alteration<br />

Tenders containing erasures and/or alteration of the tender documents are liable to be<br />

rejected. Any correction made by Tenderer(s) in his/their entries must be attested by<br />

him/them.<br />

2.5 Credential of the Tenderer-<br />

2.5.1 a) The tenderer (s) must be an established, experienced and reputed construction firm<br />

and have regularly undertaken works of the similar type tendered for and have adequate<br />

technical knowledge and practical experience in field.<br />

b) The tenderer (s) must have adequate financial resources to meet the obligations under<br />

the contract. They are also required to submit the report from recognised bank of<br />

Financial Institution.<br />

The tenders must submit the documents either notarized or attested by a serving gazetted<br />

govt. servant with clear seal and name.<br />

16


2.6 JVs/Consortiums/MOUs shall not be considered.<br />

2.7 Electrical Contractor License<br />

a. The successful tenderer shall furnish the names and particulars of the certificate of<br />

competency of supervisor and workmen to be engaged for carrying out this work.<br />

b. By a Gazetted notification, Govt. of India has appointed Chief Electrical Engineer, North<br />

Central <strong>Railway</strong> to be the Electrical Inspector and has directed that he shall exercise the<br />

powers and perform the functions of an Electrical Inspector under the <strong>Indian</strong> Electricity<br />

Act 2003 and latest version. The inspecting officers for this contract shall be nominated<br />

by the <strong>Railway</strong>s as indicated in the technical specification.<br />

2.8 Quality of work and material<br />

a. Material: All materials used in the work shall be procured from approved sources of<br />

R.D.S.O./ CEE/(N.Rly)./CEE/(N.C.Rly). Items for which approved sources are not<br />

available, should be ISI marked. Items for which ISI is not available should be got<br />

approved before procurement.<br />

b. Erection – All erection work shall be carried out as per established engineering practice.<br />

It should be maintenance friendly, environmental friendly and should not endanger safety<br />

of public/ operator.<br />

c. No form C & D will be supplied by <strong>Railway</strong>.<br />

2.9 Electricity<br />

Tenderer shall make his own arrangement of electricity for execution of work and for<br />

testing and commissioning of electrical installations. Electricity shall be made available<br />

at cost of electricity consumption, if available at site of work.<br />

2.10 Tools & Plants<br />

The contractor shall arrange at his own cost all tools, Plants etc. necessary for erection,<br />

testing, and commissioning of the equipments to ensure compliance with the<br />

specification.<br />

2.11 Contractor’s drawings etc. –<br />

Any calculations, designs, drawings, schedules, information data, progress charts etc.<br />

required by the Purchaser’s Engineer in connection with the contract, shall be furnished<br />

by the Contractor at his own expenses. The contractor will not be required to furnish<br />

drawings, designs and calculations etc for basic designs and employment schedules<br />

provided by the Purchaser in case no modification/deviation is proposed by the contractor<br />

for a particular basic design/employment schedule.<br />

2.12 Contractor’s Responsibility for discrepancy – All designs and drawings submitted by<br />

the Contractor shall be based on a thorough study and shall be such that the Contractor is<br />

satisfied about their suitability. The Purchaser’s approval will be based on these<br />

considerations. Notwithstanding approval communicated by the Purchaser, during the<br />

progress of the contract for designs and drawings, prototype samples of components,<br />

materials and equipments after inspection of materials, after erection and adjustments to<br />

installations, the ultimate responsibility for correct design and execution of work shall be<br />

17


with contractor unless the Purchaser insists on adoption of his own designs inspite of the<br />

Contractor not being agreeable to it.<br />

2.13 Training of Purchaser’s Staff – The contractor shall impart training to <strong>Railway</strong> staff<br />

free of cost. Contents of training and number of staff for training shall be mutually<br />

decided.<br />

2.14 Work By Other Agencies<br />

a. Any other works undertaken at the same time by the Purchaser or the <strong>Railway</strong> direct or<br />

through some other agency at the same time or section where the contractor is carrying<br />

out his work will not entitle the contractor to prefer any claim regarding any delays or<br />

hindrances he may have to face on this account but the Purchaser shall grant a reasonable<br />

extension of time to the contractor. The contractor shall comply with any instruction<br />

which may be given to him by the Purchaser in order to permit simultaneous execution of<br />

his own works and these undertaken by other contractors or the <strong>Railway</strong> without being<br />

entitled on this account on any extra charge.<br />

b. The contractor shall not be entitled to any extra payment due to hindrance resulting from<br />

normal <strong>Railway</strong> operations, such as delay on account of adequate number of and duration<br />

of shut-down etc. not being granted.<br />

c. If the purchaser is unable to supply materials to the contractor as specified in the contract,<br />

in time, the contractor shall not be entitled to any extra payment on account of such delay<br />

in supply. However, such delays in supply will be reasonable ground for extension of<br />

completion date/s for the work.<br />

2.15 Infringement of patents<br />

a. The Contractor is forbidden to use any patents or registered drawings, process or pattern<br />

in fulfilling his contract without the previous consent in writing of the owner of such<br />

patent, drawing, pattern or trade mark, except where these are specified by the Purchaser<br />

himself. Royalties where payable for the use of such patented processes, registered<br />

drawings or patterns shall be borne exclusively by the Contractor. The contractor shall<br />

advise the Purchaser of any proprietary right that may exist on such processed drawings<br />

or patterns which he may use of his own accord.<br />

b. In the case of patent taken out by the Contractor of the drawings or patterns registered by<br />

him, or of those patents, drawings, or patents for which he holds a license, the signing of<br />

the Contract automatically gives the Purchaser the right to repair by himself the<br />

purchased articles covered by the patent or by any person or body chosen by him and to<br />

obtain from any sources he desires the component parts required by him in carrying out<br />

the repair work. In the event of infringement of any patent rights due to above action of<br />

the Purchaser, he shall be entitled to claim damages from the contractor on the grounds of<br />

any loss of any nature which he may suffer e.g. in the case of attachment because of<br />

counterfeiting.<br />

c. Indemnification by contractor. – In the event of any claim or demand being made or<br />

action being brought against the Purchaser for infringement of later patent in respect of<br />

any equipment, machine, plant, work or thing used or supplied by the Contractor under<br />

this contract or in respect of any methods of using or working by the Purchaser of such<br />

equipment machine, plant work or thing, the contractor shall indemnify the purchaser and<br />

keep him indemnified and harmless against all claims, costs, charges and expenses<br />

arising from or incurred by reason of such claim provided that the Purchaser shall notify<br />

the contractor immediately any claim is made and that the contractor shall be at liberty, if<br />

18


he so desires with the assistance of the Purchaser if required but at the Contractor’s<br />

expense, to conduct all negotiations for the settlement of the same or any litigation that<br />

may arise there from and provided that no such equipment, machine, plant work or thing,<br />

shall be used by the Purchaser for any purpose or in any manner other than that for which<br />

they have been supplied by the Contractor and specified under this contract.<br />

2.16 Inspection & Testing:<br />

The contractor will ensure that equipments used have been type tested. The routine and<br />

acceptance tests shall be conducted by the firm in the presence of purchaser’s<br />

representative/inspecting Officer. The contractor shall furnish three copies of<br />

manufacturer’s routine and type tests certificates.<br />

2.17 Safety measures –<br />

a. The contractor shall take all precautionary measures in order to ensure the protection<br />

of his own personnel moving about or working on the <strong>Railway</strong> premises.<br />

When the work is on/near railway track, he shall provide for flagman for<br />

protection as per the directives of the purchaser.<br />

b. The contractor and his representatives shall abide by all <strong>Railway</strong> regulations in<br />

force.<br />

c. While working within station limits, especially on passenger platforms, the<br />

contractor shall ensure that at all time sufficient space is left for free-movement<br />

of passenger traffic. He must cover and/or barricade the excavations carried out<br />

in such areas and continue to maintain these, till the work is completed, with a<br />

view to avoid any accident to public or to <strong>Railway</strong> staff.<br />

d. The works must be carried out most carefully without any infringement of the<br />

<strong>Indian</strong> <strong>Railway</strong> Act or the General and Subsidiary Rules in force on the <strong>Railway</strong>,<br />

in such a way that they do not hinder <strong>Railway</strong> operation or affect the proper<br />

functioning of any <strong>Railway</strong> equipment, structure or rolling stock.<br />

e. If safety of track or track drainage etc. is effected as a consequence of works<br />

undertaken by the contractor, the contractor shall take immediate steps to restore<br />

normal conditions. In case of delay, the purchaser shall, after giving due notice<br />

to the contractor in writing, take necessary steps to complete the job and recover<br />

the costs from the contractor.<br />

f. Contractor shall provide yellow jackets to workers working near Rly. Tracks. He<br />

should also provide helmets and other safety equipments to his workers.<br />

g. The contractor shall be responsible for safe custody of all equipments till<br />

provisional acceptance.<br />

2.18 Provisional Acceptance:<br />

a) Immediately on completion of work, the contractor shall test the installation to<br />

ensure that installation is as per the specifications. Alongwith the test results, the<br />

contractor shall inform the purchaser in writing that installation is complete and<br />

ready for commissioning.<br />

b) The test as stipulated in the specification shall be jointly conducted. On the basis<br />

of test results, if found satisfactory, the installation shall be commissioned.<br />

Provisional acceptance shall not be withheld for rectification of minor defects.<br />

19


2.19 Guarantee<br />

The tenderer shall guarantee the equipments/installations for satisfactory performance for<br />

a period of 12 months from the date of commissioning against any defect. The contractor<br />

should promptly attend complaint and replace/repair the defective equipments/parts free<br />

of cost promptly and satisfactorily. The equipments/parts so replaced by the contractor,<br />

shall be further guaranteed for a period of 12 months for satisfactory service from the<br />

date of such replacement.<br />

2.20 Availability of breakdown/maintenance staff<br />

During the period of guarantee the Contractor shall keep available an experienced<br />

engineer and necessary equipment to attend any defective installations resulting from<br />

defective erection and/or defects in the equipment supplied by the Contractor. This<br />

engineer shall not attend to rectification or defects which arise out of normal routine<br />

maintenance work. The contractor shall bear the cost of all modification additions or<br />

substitutions that may be considered necessary due to faulty materials, design or<br />

workmanship for the satisfactory working of the equipment. The final decision shall rest<br />

with <strong>Railway</strong>.<br />

2.21 Failure to attend the defects<br />

All defects and deficiencies advised to the contractor shall be attended to by him<br />

promptly. If contractor fails to respond and arrange repair/rectification within reasonable<br />

time, the purchaser shall be free to get the repairs done through departmental labour or<br />

through any other sources at contractor’s expenses without prejudice to the other<br />

remedies available under the contract.<br />

2.22 Maintenance Manuals – On successful completion of work, the contractor shall hand<br />

over four copies of the detailed drawings and maintenance manuals of each equipment<br />

duly bound in booklets. Two copies shall be given in the form of CD/floppy to the<br />

purchaser prior to release of final payment to the contractor.<br />

2.23 Final Acceptance<br />

The final acceptance of the entire installation shall be from the date of expiry of the<br />

guarantee period and after contractor’s obligation has been fully met under the contract.<br />

2.24 Variation in contract Quantities:<br />

Increase in contract will be restricted only upto 25% of the original contract value with<br />

the approval of Competent Authority, and for variation beyond 25%, procedure as laid<br />

down by <strong>Railway</strong> Board letter no. 94CE/CT-1/37 dated 05.05.01995 and amendments<br />

issued by CAO/C/NCR/ALD vide letter no.15-W/CE/C/North/ALD dated 26-12-06 will<br />

be followed.<br />

20


2.25 Survey & Planning of work:<br />

Before starting of the work, Contractor should assess the quantity of materials of the<br />

work and submit his planning to <strong>Railway</strong> Engineer for approval before placing of the<br />

order for materials. Similarly, before manufacturing of Panels etc., the drawings should<br />

be got approved by the <strong>Railway</strong>.<br />

2.26 The tenderer will have to make available the vehicles & equipments to the <strong>Railway</strong><br />

administration as & where desired and payments shall be made through Non –Scheduled<br />

items.<br />

2.27 General Conditions of contract:-<br />

The tender shall be governed by General Conditions of contract, and General instructions<br />

to tenderers and special conditions of contract. Wherever there is discordance among<br />

SOQ of work. Special conditions of contract and technical specifications the priority shall<br />

be in the order of SOQ of work, special conditions of contract and technical<br />

specifications.<br />

North Central <strong>Railway</strong> Publication of Engineering Department, “Works handbook Part I<br />

(Regulation for tenders & contracts ) and Part II (General Conditions of Contract)<br />

Published in JULY 2005, along with all upto date correction slips, copy of which can be<br />

purchased from the office of SEE/C/NCR/Kanpur on cash payment of Rs 250/-.<br />

The intending tenderer will be deemed to have seen /purchased and read this publication<br />

thoroughly before submitting their offer.<br />

2.27.1 Communication with site:-For maintaining effective communication with control office<br />

at Kanpur & site of work in CNB-ETW-SKB-TDL section, two Mobile Phones in<br />

working condition shall have to be arranged by the contractor. Recurring expenditure<br />

shall be born by the contractor till the completion of the work. Before the starting of work<br />

by the contractor, model and connectivity of the mobile phone should be got approved<br />

from the purchaser. Mobile set shall be returned back to the contractor after completion<br />

of the work.<br />

-------o0o--------<br />

21


CHAPTER- 3<br />

PRICES AND PAYMENT<br />

1.0 Scope:<br />

This chapter deals with prices to be paid to the contractor for completion of various items<br />

of work. The contractor shall be paid for completed works in accordance with accepted<br />

schedule of prices and rates, as stipulated in the tender document.<br />

1.1 Schedule of Prices:<br />

a) <strong>Unit</strong> Prices for Materials –<br />

The unit prices of materials as given in Schedule of Works & quantities shall be inclusive<br />

of all charges including transport, loading/unloading handling and all insurance<br />

premium, banker’s charges, all Taxes, Duties and levies (including Octroi etc.) applicable<br />

on works contracts, etc.<br />

b) For Erection –<br />

The unit prices given in Schedule of quantities shall include cost of erection, testing,<br />

commissioning and cover all cost of administration of the contract, insurance premium,<br />

bankers’ charges for guarantees, cost of storage, loading, unloading and handling of<br />

materials, and for any road transport which the Contractor may use for carriage of<br />

materials between his depot and depot/s and site of work, etc.<br />

<strong>Unit</strong> prices quoted shall be FIRM. No price variation shall be allowed, on any account.<br />

1.2 Quantities-<br />

The approximate estimated quantities of various items of works are included in Schedule<br />

of Works and Quantities. However, quantities can be increased/decreased as stipulated in<br />

Special Conditions of Contract.<br />

1.3 <strong>New</strong> items of work. –<br />

If during the execution of the work, the Contractor is called upon to carry out any new<br />

item of work not included in Chapter-6, Section-1, the Contractor shall execute such<br />

works at such prices as may be mutually agreed in writing with the Purchaser.<br />

1.4 Deduction of taxes from contractor’s bills-<br />

Wherever the law makes it statutory for the purchaser to deduct any amount towards<br />

Sales Tax/Income tax on works contract, the same will be deducted and deposited with<br />

the concerned authority.<br />

1.5 Submission of Bills –<br />

a) The contractor shall submit his invoicing procedure for approval by the Purchaser<br />

within 2 month from the date of receipt of Letter of Acceptance of Tender. Separate<br />

invoices shall be submitted for different types of payment mentioned above. All<br />

22


invoices shall be submitted with original supporting documents or certified true<br />

copies of supporting document wherever these are acceptable to the Purchaser's<br />

Engineer. Where copies of original documents are required in support of several<br />

invoices, true certified copies of the original documents may be forwarded to the<br />

Purchaser's Engineer, with his consent.<br />

b) Invoices shall be submitted only on the basis of agreed principles and prices,<br />

quantities and measurements of works completed shall be approved by the<br />

Purchaser's Engineer prior to the submission of invoices. For this purpose, the<br />

schedule of quantities and measurements submitted by the contractor for approval of<br />

the Purchaser's Engineer may be only upto the extent of work completed except in the<br />

case of payments on provisional acceptance.<br />

1.6 Payment –<br />

80% of the item price (material cost) shall be paid on receipt of material in railway<br />

custody after inspection. If for any item of work, price of material and erection is not<br />

separately available, 80% of the cost of item of work will be considered as material cost.<br />

Further payment of material and erection cost to cover 90% of the cost of item of work<br />

shall be made on successful testing and commissioning of the installation.<br />

Balance 10% payment shall be released on issue of provisional acceptance certificate.<br />

The contractor shall be required to give Bank Guarantee valid for 12 months beyond the<br />

expiry of maintenance period of amount equal to 10% of the contract value towards<br />

performance guarantee. The performance guarantee shall have to be furnished by the<br />

successful contractor after the letter of acceptance has been issued but before signing of<br />

the agreement. The security money already deducted/deposited from running bills shall<br />

be released on successful completion of work and due certification by the competent<br />

authority.<br />

1.7 Final Payment –<br />

On physical completion of the work and due certification by the competent authority the<br />

security deposit will be refunded to the contractor. The certificate inter- alias, should<br />

mention that the work has been completed in all respect and that all the contractual<br />

obligations have been fulfilled by the contractor and that there is no due from the<br />

contractor to <strong>Railway</strong>s against this contract .Before releasing the SD, an unconditional<br />

and unequivocal no claim certificate is required to be obtained from the contractor<br />

concerned.<br />

After expiry of the maintenance period and issue of the certificate of the final acceptance<br />

of the entire installation the performance guarantee earlier submitted by the contractor in<br />

the form of Bank Guarantee shall be released after adjustment of any dues payable by the<br />

contractor.<br />

-------o0o--------<br />

23


CHAPTER – 4<br />

TECHNICAL SPECIFICATIONS<br />

System Particulars- The nominal voltage of the equipment will be overhead 25KV AC, 50<br />

Hz single phase. To tape the 25KV OHE supply for signaling and other installations,<br />

25KV/240V Auxiliary Transformers (AT) are erected on galvanised steel mast in<br />

vicinity to railway track/installations. This AT is connected through protection and<br />

support arrangement to OHE on 25 KV side. The 240V single phase on LT side of<br />

AT is tape and terminated to LT Distribution Board provided on same mast with<br />

protection device like fuse. This LT supply is extended through underground 2core<br />

AL cable of suitable size to automatic CLS distribution board provided in ASM<br />

room.<br />

Section – 1.1: Basic Designs-<br />

a. Standard designs: Where the Contractor adopt designs and drawing conforming to<br />

standard designs, drawings and specifications of the Research, Designs and Standards<br />

Organisation, Manak Nagar, Lucknow 226911 (RDSO) for basic arrangements,<br />

equipments, components and fittings of traction overhead equipment and LT supply<br />

transformer stations and adopts employment schedules furnished by the Purchaser,<br />

he shall verify such designs and drawings and employment schedules and satisfying<br />

himself that these are correct and the latest approved drawings, before use. Within<br />

two months of the issue of letter of Acceptance of Tender the Contractor shall<br />

indicate to the Purchaser, the list of standard basic arrangement, components and<br />

fittings, drawings and employment schedules, which he will adopt for the purpose of<br />

the work. The procedure outlined in para 1.2.21 shall be followed for approval of<br />

basic designs.<br />

a. Deviations – Normally, the deviations from the standard drawings of the Purchaser<br />

will not be accepted. However, in exceptional cases where the Contractor de- sires<br />

to suggest improvements as a result of his experience or other developments, he<br />

shall justify his proposals with supporting explanatory note.<br />

Special Designs-<br />

c. In cases where standard designs, drawings or employment schedules do not cover<br />

requirement of special location or site conditions, the Contractor shall submit his<br />

own designs or drawings along with supporting calculations and notes for scrutiny<br />

and approval of the Purchaser.<br />

d. Such special designs shall generally be inconformity with basic designs furnished by<br />

the Purchaser and in accordance with the specifications. If the Contractor wishes to<br />

adopt special designs which do not conform to the general basic designs of the<br />

Purchaser he shall submit alternative designs and drawings justifying his proposal.<br />

e. Contractor's pegging plans - The contractor should survey and prepare pegging<br />

plans and submit three copies of such plans for approval.<br />

24


f. Cross Section drawings. - Cross-section drawings shall be submitted for approval<br />

in two copies for a convenient section at a time separately for sections within<br />

station limits. Such drawings shall be submitted progressively and as for as possible<br />

without gap.<br />

g. OHE layout plans and profile drawings - Overhead equipment layout plan,<br />

provisional and final and profile drawings shall be submitted for approval in three<br />

copies.<br />

h. Structure erection drawings. - Structure erection drawings shall be submitted for<br />

approval in two copies for a section at a time separately for section within station<br />

limits and sections outside station limits, progressively and without gaps.<br />

i. Schedule of Quantities - Schedules of Quantities for each approved layout<br />

plan/switching station shall be submitted for approval in two copies.<br />

Contractor shall submit copies for distributions to field officers and other<br />

department as indicated below within 7 days of receipt of approval tracings:<br />

i. Standard designs including fittings drawings 8 copies<br />

ii. Special designs - 8 copies.<br />

iii. Final pegging plans - 8 copies.<br />

iv. Structure cross-section drawings - 8 copies.<br />

v. OHE layout plans - 8 copies<br />

vi. OHE profile drawings - 8 copies<br />

vii. Structure erection drawings - 8 copies<br />

viii. Schedule of quantities - 8 copies<br />

In all the above cases the Contractor has the option to supply only six copies of the<br />

approved drawings provided one of them is a transparent paper print.<br />

j. Completion drawings and schedule - After completion of work, all drawings and<br />

designs submitted by the Contractor and approved by the purchaser shall be made<br />

upto date incorporating actual supply and erection particulars including the name of<br />

make of insulators galvanised steel tube, stainless steel wire rope etc. The mark of<br />

conductors shall be specified in the "As erected" OHE Layout plans SED and other<br />

relevant drawings for identification. Such drawings and schedules shall then be<br />

verified and corrected, if necessary, by the Contractor jointly with the Purchaser's<br />

representatives. The verified and corrected drawings shall be supplied in four sets,<br />

one of which shall be transparencies of linen or film reproduction or any other<br />

durable material approved by the Purchaser.<br />

25


Section- 1.2: Technical Specifications –<br />

The following specifications (latest revision) will govern the supply and testing of<br />

important materials, components and equipments:<br />

Structural steel IS 2062-1992<br />

IS 800-1984<br />

IS 808-1989<br />

Tensile testing IS 1608 - 1972 for steel products etc.<br />

IS 1731 - 1971<br />

IS 2004 - 1991<br />

Welding IS 816 - 1969<br />

Tin bronze castings. IS: 306 - 1983<br />

Aluminum bronze castings. IS : 3091 - 1965<br />

Malleable iron castings. IS: 2108 - 1977<br />

Grey iron castings. IS: 210 - 1978<br />

Aluminum castings. IS: 617 - 1975<br />

Copper strip for formed IS: 1897-1983<br />

fittings.<br />

Contact wire<br />

ETI/OHE/42(6/97)<br />

Annealed stranded copper ETI/OHE/3(2/94) with A&C slip No.1 of 4(95)<br />

Conductor for jumper wire.<br />

Copper bus bar<br />

Structural steel tubes.<br />

RE/30/OHE/5(11/60)<br />

ETI/OHE/11(5/89)<br />

Hot dip galvanisation of ETI/OHE/13(4/84) with A&C slip No.1 of 5(86)<br />

steel masts (Rolled and 2&3 of 4(90)<br />

fabricated) tubes and<br />

fittings used on 25KV OHE<br />

Stainless steel wire rope. ETI/OHE/14(9/94) with A&C slip No.1 of 9(95)<br />

2 of 1(97), 3 of 8(99), 4 of 12(99), 5 of 10(01).<br />

25 KV solid core insulator ETI/OHE/15(9/91) with A&C slip No.1 of 5(99)<br />

including those for polluted 2 of 2(2000) and 3 of 2(2000)<br />

zones.<br />

25 KV single and double pole ETI/OHE/16(1/94)<br />

isolator.<br />

26


Bolts, Nuts and Washers ETI/OHE/18(4/84) with A&C slip No.1 of 11(84)<br />

2 of 6(87) and 3 of 9(87).<br />

Aluminum Alloy section and tube. ETI/OHE/21(9/74)<br />

slip No.1 of Nov., 84.<br />

Standard drawings and Traction RE/OHE/25(3/66)<br />

overhead equipment.<br />

Section Insulator. RE/OHE/27(8/84) with A&C slip No.1 of 10(92)<br />

Enameled steel plates.<br />

ETI/OHE/33(7/88)<br />

Fittings for 25 KV 50 HZ AC ETI/OHE/49(9/95) with A&C slip No.1 of<br />

traction equipment 6(97) And 2 of 4(2000)<br />

Cadmium copper conductor ETI/OHE/50(6/97) with A/C slip no-1 of 6/97<br />

for OHE traction.<br />

Bimetallic (Al-Cu) strip<br />

ETI/OHE/55(4/90)<br />

Specification for 3-pulley type ETI/OHE/48A(9/85) with A&C slip no-1<br />

Regulating equipment (3:1 ratio). of 11/87 and no-2 8/89<br />

Technical specifications for fittings<br />

for 25 KV AC OHE.<br />

ETI/OHE/49(9/95 with A&C slip no-1).<br />

of 6/97 and no-2 of4/2000<br />

Specification for discharge/earthing pole<br />

assembly for 25 kV ac traction.<br />

Principles for OHE layout plans and sectioning<br />

diagrams for 25 kV ac traction.<br />

ETI/OHE/51(9/87).<br />

ETI/OHE/53(6/88).<br />

Specification for continuous cast copper<br />

wire rods.<br />

Code of bonding and earthing for 25KV<br />

AC 50 Hz single phase traction system.<br />

Specification for 4 axle car for winding<br />

and/or unwinding of contact wire and<br />

catenary wire.<br />

Gearless hand operated pulling and<br />

lifting machines (TIRFOR).<br />

Retchet lever Hoist (Pull-lifts).<br />

ETI/OHE/65(8/87).<br />

ETI/OHE/71(11/90).<br />

ETI/OHE/72(11/91).<br />

TI/SPC/OHE/TOOLPL/0990.<br />

TI/SPC/OHE/TOOLPL/1990<br />

Insulated Cadmium copper catenary TI/SPC/OHE/INSCA/T/0000.<br />

19/2.1mm diameter for provision under<br />

over line structures in the 25 KV AC electric traction.<br />

27


Galvanising – All ferrous materials and fittings shall be hot dip galvanised according<br />

to the specification ETI/OHE/13(4/84) with A & C slip No.1 of 5/86), 2 & 3 of 4(90).<br />

Electrical connections for OHE-<br />

a. General designs. - All electrical connections between conductors shall be made by<br />

parallel clamps. The general arrangements of connections are shown in the standard<br />

drawings.<br />

b. Jumper - Copper jumpers shall be of any of the following:<br />

i. Large Jumper of annealed copper in accordance with specification<br />

ETI/OHE/3 (2/94) A and C Slip No.1 of April. 95.<br />

ii. Small jumper of annealed copper in accordance with the specification IS 434<br />

Pt.I.<br />

Aluminum jumpers, wherever used, shall be of all aluminum stranded conductor<br />

19/7/4 mm bare 3/4 H generally conforming to IS:8130:1984.<br />

c. Busbars - Busbar or rigid jumpers in copper where used shall be of 18mm dia of<br />

copper rod in accordance with RE/30/OHE/5(11/60). Aluminum busbars wherever<br />

used shall be of 36/30.4mm or 36/28mm tubing. Aluminum tubular bus bars shall<br />

be made of alloy to IS:5082-1981. The tolerance on diameter and thickness shall be<br />

as per class-I IS: 2673-1979.<br />

PAYABLE UNIT WEIGHT FOR STANDARD MASTS<br />

----------------------------------------------------------------------------------<br />

S. No. Type of Masts Weight in Kg. per meter<br />

including galvanization<br />

---------------------------------------------------------------------------------<br />

1 6"x6"x25.15 BFB 38.03<br />

2 162x154x37.1 Kg.BFB 38.00<br />

3 200x200x49.9 Kg.BFB 51.20<br />

4 8"x6"x35 lb.RSJ. 53.39<br />

5 -- -<br />

6 S 1 53.39<br />

7 S 3 76.40<br />

8 S 4 53.39<br />

9 S 5 111.53<br />

10 S 6 53.39<br />

11 S 7 76.40<br />

12 S 8 111.53<br />

13 K 100 23.70<br />

14 K 125 30.30<br />

15 K 150 38.18<br />

16 K 175 43.72<br />

17 K 200 49.87<br />

28


18 K 225 57.50<br />

19 K 250 66.72<br />

20 B 100 27.71<br />

21 B 125 32.47<br />

22 B 150 39.07<br />

23 B 175 44.61<br />

24 B 200 50.76<br />

25 B 225 61.50<br />

26 B 250 70.72<br />

----------------------------------------------------------------------------------<br />

Section – 1.3:<br />

The various structures under 25KVA OHE are:<br />

S/N Description Drawing No. Mod.<br />

1. TTC with 5.5/8 meter boom ETI/C/0009 sheet 2to5 B<br />

2. G type portal upright and end pieces. ETI/C/0056 C<br />

3. BFB portal ETI/C/0026 sheet 2 A<br />

4. S-7 12.4 m. ET I/C/0182 C<br />

5. S-8 /12.4 mtr. ETI/C/0183 C<br />

6. S-100 for LT transformer at SWS ETI/C/0043 B<br />

7. S-101 for isolator inside SWS ETI/C/0180 A<br />

8. S-3/11.4 mtr. ETI/C/0180 C<br />

9. S-5/11.4 mtr. ETI/C/0042 E<br />

10. T-150 for LT supply transformer ETI/PSI/037 C<br />

11. 25KVA LT Auxiliary Transformer ETI/PSI/036 or latest Latest<br />

12. 10KVA LT Auxiliary Transformer ETI/PSI/036 or latest Latest<br />

Note: 1. RDSO’s specifications are priced document and can be purchased from RDSO.<br />

2. The specifications of C.E.E./N.Rly & NC Rly. are part of the tender document.<br />

3. The Tenderer may please note that the material used in this work will be as per<br />

RDSO / IS / BIS / <strong>Railway</strong> Specifications / CEE’s approved supplier List as on the<br />

date of tender opening even if mentioned otherwise elsewhere in the tender paper.<br />

29


Section-2.1: SPECIFICATION FOR PIPE EARTHING & CABLING<br />

Specification No.- CEE/C/TKJ/NR-13<br />

1.0 EARTHING SYSTEM:-<br />

Earthing;- The earthing shall confirm to the following specification and as per Drawing<br />

No.CEE/C/TKJ/GNL/3.<br />

1.1 PIPE ELECTRODE<br />

I. The earthing electrode shall be made of GI pipe of 40mm dia medium class<br />

(Class B) confirming to relevant ISS, 3 meter long tapered at the bottom<br />

with holes of 12mm dia drilled not less that 75mm from each other up to 2<br />

meter of length from the bottom.<br />

In HT sub-station, 100 mm dia GI pipe with flange shall be used for HT<br />

equipment earthing.<br />

II. The pipe electrode shall be buried in the ground vertically with its top nearly<br />

200 mm below from the top of enclosure.<br />

III. A funnel with mesh shall be provided on top of this pipe for watering funnel<br />

attachment shall be housed in the above masonry enclosure.<br />

2.0 MASONARY ENCLOSURE.<br />

The top of pipe electrode shall be housed in a masonry enclosure of not less than<br />

300mmx300mmx300mm, (internal size). The pipe shall be buried in the ground<br />

vertically, with its top nearly 20cm below top of enclosures. The covers of the masonry<br />

enclosures for electrode shall be hinged type made of MS with proper arrangement for<br />

locking or CI. In HT sub-station size of masonry enclosure shall be 600x600x300mm<br />

(Internal size).<br />

3.0 LOCATION FOR EARTH ELECTRODE.<br />

Normally an earth electrode shall not be situated less than 1.5 meter from any building.<br />

Care shall be taken that the excavations for the earth electrode may not effect the column<br />

footings or foundations of the building. In such case electrode may be located further<br />

away from building. The location of earth shall be such where the soil has reasonable<br />

chances of remaining moist as far as possible. Entrances, pavements, roads should<br />

definitely be avoided for location of earth electrodes. The location of earth electrodes<br />

shall be fixed in consultation with <strong>Railway</strong> authority.<br />

4.0 ARTIFICIAL TREATMENT OF SOIL<br />

In case there is no option of site for earth electrode the earth resistance shall be reduced<br />

by artificial chemical treatment of the soil. For this purpose the most commonly used<br />

substances are sodium chloride (common salt) mixed with soft coke or charcoal in<br />

suitable proportion. When this treatment is resorted to the electrode shall be surrounded<br />

by the mixture of charcoal/coke and salt.<br />

5.0 SIZE OF EARTHING LEAD.<br />

Minimum size of earthing lead shall be maintained as per IS code of practice (IS.3043-<br />

1966) and National Electricity code issued by ISI.<br />

30


6.0 METHOD OF CONNECTING EARTHING LEAD TO EARTH<br />

ELECTRODE-<br />

6.1 Earthing lead shall be connected to pipe earth electrode by means of bolt, nut,<br />

washer & cable socket.<br />

6.2.1 All materials used for connecting the earth lead with electrode shall be of GI in case of GI<br />

strip and copper/ brass in the case of copper strip.<br />

6.2.2 The earthing lead shall be securely connected at the other end to the main board<br />

equipments as directed by means of proper nuts, bolts, washers and cable sockets.<br />

7.0 PROTECTION OF EARTHING LEAD.<br />

The earthing lead from electrode onwards shall be suitably protected from mechanical<br />

injury by 15mm dia. GI pipe in case of wire and by 50mm dia. medium class GI pipe in<br />

case of strip. Portion of this protection pipe within ground shall be buried at least 30cm<br />

deep (to be increased each in the case of road crossing and pavements). The portion<br />

within the building shall be recessed in walls and floors to adequate depth (Para 1.6.9 of<br />

CPWD General Specification for Electrical Works – Part-I Internal 1972).<br />

8.0 RESISTANCE OF EARTH.<br />

A) No earth electrode shall have resistance greater than 2 Ohms. for HT installation.<br />

For LT installation earth resistance may be up to 5 Ohms. In rocky soil the resistance<br />

may be upto 8 Ohms. (Para 1.6.11 of CPWD General Specification for Electrical Works<br />

– Part-I Internal 1972).<br />

B) Every individual earth electrode shall be allotted a serial number and an earth<br />

plate of size 10x22 cm. Of 14 SWG sheet steel (Painted black) fixed in a conspicuous<br />

position near the earth. The following information shall be written with white or yellow<br />

paint on the earth plate.<br />

a) Earth No.............................<br />

b) Individual earth resistance.................Ohms.<br />

c) Overall earth resistance.....................Ohms.<br />

d) Date of test ..................................................<br />

9.0 The following tests shall be carried out before the installation is put into commission.<br />

a) Earth resistance test.<br />

b) Earth continuity test.<br />

c) Insulation resistance test.<br />

d) Polarity test.<br />

10.0 This conforms to IS-3043. For other details not covered under this specification the ISS<br />

3043 shall be referred to.<br />

FOR Chief Electrical Engineer(C)/TKJ<br />

31


Section-2.2: LAYING & INSTALLATION OF CABLE<br />

Specification No.-CEE/C/TKJ/NR-15<br />

1.0 SCOPE:-<br />

This specification covers the requirements for the selection and installation of power<br />

cables for low, medium and high voltage applications.<br />

2.0 TYPE OF CABLES:-<br />

- The cables for applications for low and medium voltage supply shall be PVC sheathed<br />

conforming to IS 1554 Part I- 1964.<br />

- The cables for applications above 1.1KV but up to and including 11 KV supply shall be<br />

either PVC insulated and PVC sheathed conforming to IS 1554 part-II-1970 or paper<br />

insulated lead sheathed conforming to IS 692-1965.<br />

- The cables for applications above 11 KV but up to and inclusive of 33 KV supply shall<br />

be paper insulated lead sheathed conforming to IS 692-1965.<br />

- The cables shall have stranded aluminum conductors.<br />

- Where paper insulated cables are used, in predominantly vertically situation, these shall<br />

be of non-draining type.<br />

3.0 SELECTION OF CABLES:-<br />

- Cable sizes shall be selected considering the current carrying capacity, voltage drop,<br />

maximum short circuit duty and the period of short circuit to meet the present and future<br />

anticipated loads.<br />

- Medium voltage distributions shall be designed such that the voltage available at final<br />

outlets are generally within the limits recommended by IS 732-1963.<br />

- Guidance for the selection of cables shall be derived from the relevant <strong>Indian</strong> Standards<br />

such as IS 3961(Part-I)_1967.IS 3961(Part II)- 1967, IS 5819-1970, IS 1255-1967 etc.<br />

- While deciding cable sizes, the derating factors for type and depth of laying, grouping,<br />

ambient temperature, ground temperature, and soil resistivity shall be taken into account.<br />

4.0 HANDLING & STORAGE:-<br />

- The cable drums should be stored on a well drained, hard surface, preferably a concrete<br />

platform, so that the drums do not sink into the ground causing flange rot land damage to<br />

the cable.<br />

- During storage the drum should be rolled periodically at least once in three months<br />

through ninety (90) degrees in the direction of arrow marked on the drum.<br />

- During storage it should be ensured that both the ends of the cable are properly sealed<br />

with plastic caps to prevent ingress of moisture into the insulation.<br />

- Adequate protection should be provided from rain & sun. ventilation should be sufficient<br />

between the power cable drums. Adequate drainage between the cable drums should be<br />

ensured to avoid water logging.<br />

- The drum shall be rested on the flanges and not on the flat side.<br />

- In case the batons of drums get damaged, the same should be replaced.<br />

- Whenever the drums are required to be moved to short distance these should be rolled in<br />

the direction of arrow marked on the drums.<br />

- While transporting the drums over longer distance the drums should be mounted on cable<br />

drum wheel strong enough to carry the weight of drum and cable should be rolled with<br />

ropes. Alternatively, the drum should be mounted on a trailer for movement, otherwise<br />

suitable mechanical means of transporting should be utilized.<br />

- In order to unload the drum from the transport vehicle use of cranes should be made,<br />

32


otherwise the drum should be rolled down carefully on suitable ramps or rails wherever<br />

necessary.<br />

- For removing the cable from drum, the drum should be properly mounted on jacks or on<br />

a cable wheel ensuring adequate strength of jack and spindles for carrying the weight of<br />

drum.<br />

- If the cable is to be transferred from one drum to another, it should be ensured that new<br />

drum should not have diameter less that of the original drum.<br />

- While unloading, transporting or removing the cables, it should be ensured that cable<br />

should not be bent to small radius. The minimum safe bending radius for all types of<br />

PVC/paper insulated cable should be at least 15 times of the diameter of the cable, up to<br />

11 KV grade and 20 times diameter for cables, above 11 KV grade.<br />

- For XLPE cables, minimum bending radius of 15 times the diameter for cables up to 11<br />

KV and beyond is permissible 1.12. At the termination and under onerous site conditions,<br />

the binging radius for cables may be reduced from the value mentioned above, without<br />

causing any damages to the cables and taking adequate precautions.<br />

- At the joints and terminations bending radius for the individual cables should be above 12<br />

times the diameter over the insulation.<br />

- The maximum permissible tensile strength for cables i.e. PVC and XLPE insulated<br />

armoured power cables shall be 9 D2 where D is the outer diameter of cables in mm. The<br />

force thus calculated shall be in <strong>New</strong>tons (N).<br />

- It should be given due consideration when cables are pulled with stocking.<br />

- For the cables pulled with pulling eye the maximum permissible tensile stress shall be 50<br />

N/mm2 for alum. conductored cables.<br />

5.0 INSTALLATION OF CABLES<br />

- It should be ensured that no cable with kinks or similar apparent defects like defective<br />

armouring shall be installed.<br />

- Prov. of BIS 1255-1983 should be followed in general for laying of and installation of<br />

cables.<br />

6.0 ROUTE OF THE CABLE<br />

The route of the cable should be decided before the work of cable laying is under taken. It<br />

should be got approved from the Engineer-in-Charge. A proper drawing showing the<br />

route of the cable should be prepared and got approved before hand and should be<br />

preserved as proper record for posterity.<br />

- Always the shortest possible route should be preferred to economies in the use of cables.<br />

Cable runs should generally follow the fixed developments such of roads. Pathway etc.<br />

with proper off sets so that the future maintenance work, identification etc can be easily<br />

done. Cross country runs for shorter routes should be avoided as it would create problem<br />

in identification and maintenance later on.<br />

- Care should be taken to avoid the corrosive soil, around surrounding, sewage effluent etc.<br />

In case it is not possible to avoid such like corrosive soils etc. proper protection of the<br />

cable should be ensured for avoiding deterioration at a later stage.<br />

- As far as possible the alignment of cable should be decided taking into consideration the<br />

present and future requirement of other services like water supply, sewage,<br />

telecommunication cable and other electrical LT/HT cables.<br />

- The cable route should be kept adequately away from the drains to avoid any seepage of<br />

water.<br />

33


- There should be adequate distance between HT & LT cables. The cables should be laid in<br />

well demarcated routes along the roads and other fixed developments.<br />

- The cables of different voltages grading and power and control cables should be laid in<br />

different trenches. In case it is not possible to lay them in separate trenches, same<br />

trenches may be used, but in the trench adequate separation should be ensured.<br />

- In case it is unavoidable to separate HT & LT cables. The high tension HT cable should<br />

be laid below LT cable.<br />

- Wherever the power and telecom cables are to cross each other the same should be laid at<br />

right angles to avoid interference. Wherever it is unavoidable to lay them in proximity,<br />

horizontal and vertical clearance between the two should not normally be less than<br />

600mm.<br />

7.0 RAILWAY CROSSING<br />

- Wherever the cables are to be laid under <strong>Railway</strong> tracks, the cables should be laid in<br />

HDPE pipe 100mm dia/RCC/CI/Steel pipes not less than 1000mm measured from the<br />

bottom of sleeper to the top of the pipe. Inside <strong>Railway</strong> station limits pipe shall be laid up<br />

to the point of railway boundary from a point to be decided by <strong>Railway</strong>s. Outside the<br />

<strong>Railway</strong> station limits, pipe shall be laid up to the minimum distance of 3 m from center<br />

to the nearest track on either side.<br />

8.0 LAYING OF CABLES:-<br />

8.1 Method of laying of cables-<br />

The cable shall be directly laid in ground in HDPE/RCC pipes, in open ducts or on<br />

surface depending upon the requirement and site condition. While deciding the route of<br />

the cable at preliminary stage it should be ensured that the joint in the cable shall be<br />

placed at most suitable place. Such increasable location like the water logged areas,<br />

carriages ways, pavements proximity to telecom cables, water mains pipes etc. should be<br />

avoided.<br />

8.2 LAYING DIRECTLY IN GROUND<br />

The cable should be laid directly in ground, wherever it is passing open country, along<br />

the roads/lanes etc. The area which is likely to be excavated frequently should be<br />

avoided. Care should be taken to select the area where re-excavation is easily possible<br />

without affecting the other services in the proximity.<br />

8.3 PROVISION OF TRENCHES WIDTH OF TRENCH :-<br />

The width of trench shall be determined on the following basis:-<br />

The minimum width of cable trench shall be 400mm, wherever more than one cable laid<br />

in the same trench in horizontal formation the width of trench shall be increased such that<br />

inter axial distance between the cable shall be at least 200mm.There shall be clearance of<br />

150mm between the end cables and the sides of the trench.<br />

In addition to the protective cover over the cable laid in the underground trench, a brick<br />

on edge should be laid in between the two juxtaposed cables along the direction of the lay<br />

of the cable for providing separation.<br />

34


DEPTH OF TRENCH: - The depth of the trench shall be determined on the following<br />

guide lines:-<br />

Normally cables should be laid in single tier formation. Wherever the cables are laid in<br />

single tier formation, the total depth of the trench should not be less than 750mm for<br />

cables up to 1.1 KV grade and 1200mm for cables above 1.1 KV. Wherever it is<br />

unavoidable to lay the cables in more than one tier the depth of trench should be<br />

increased by at least 300mm for each additional tier to be formed.<br />

8.4 EXCAVATION OF TRENCH:-<br />

To the extent possible the trench should be excavated in straight lines. In case gradient<br />

has to be provided in the depth of the trenches, it should be a gradual one. Manual or<br />

mechanical means should be employed for doing excavation. The soil shall be stacked<br />

one the side of the trench in such a manner that it should not fall back into the trench.<br />

Due care should be taken to avoid damage to any existing cables. Pipes or other such<br />

installations in the proposed route during excavation. While excavating, if route markers,<br />

bricks, tiles, bare or protective covers encountered further excavation should not be<br />

carried out without the approval of Engineer-in-Charge. In case existing property gets<br />

exposed during trenching the same should be temporarily supported or proposed<br />

adequately as directed by the Engineer-in-charge. The trenching in such case shall be<br />

limited to short lengths, Protective pipes should be laid for passing the existing cables<br />

therein, and the, trench should be refilled in accordance with clause 6. In case there is a<br />

danger of collapse, or the trench is endangering existing structure the site should be well<br />

supported before proceeding on with the excavation work. The bottom of the trench<br />

should be level, free from, brick-bats and gravel etc. The trench shall be provided with<br />

the layer of clean dry sand cushion of not less than 8cm in depth.<br />

8.5 LAYING OF CABLE IN TRENCHES :-<br />

Before the cable is issued for laying, the individual cores should be tested for continuity<br />

and insulation resistance. The cable should be removed from drum by mounting the drum<br />

on jacks and spindles of adequate strength. Care should be taken of that the supporting<br />

arrangement does not creep to one side while the drum is in rotation. The cable should be<br />

pulled over rollers in trench, steadily and uniformly and without jerks and strains. The<br />

entire cable shall be as far as possible be paved off in one strength, however, if this is not<br />

possible, the remaining in reverse direction. After uncoiling the cable and laying into the<br />

trench over rollers the cable shall be lifted over the roller by helper sustaining about<br />

1000m apart and drawn straight. The cable shall then be taken off, the rollers by<br />

additional helpers by lifting the cable and then laying in reasonably straight line.<br />

In shorter runs sizes up to 50 sq.mm of cable and 9 grade up to 1.1 KV any other method<br />

with the approval of Engineer-in-Charge may be employed.<br />

After properly straightening the cable, the cores are tested for continuity and insulation<br />

resistance as per clause 1.0/Pt.IV and the cable is then measured. The ends of cable<br />

should be sealed suitably to avoid ingress of moisture.<br />

The cable laid in a single tier formation shall have covering of dry sand of not less than<br />

150mm above the base cushion of sand before the protection cover is laid.<br />

In case of the multi tier formation, after laying the first cable, sand cushion of 300mm<br />

shall be provided if following tier are required to be provided. Each of the subsequent tier<br />

shall have sand cover of not less than 150mm before the protection cover is laid.<br />

Wherever straight through/Termination joint is to be provided, a surplus length of 3000<br />

mm of cable should be left on both the sides in the formation of loop. Wherever longer<br />

run of cable length is provided, balance cable may be left at suitable entrance as specified<br />

by the Engineer-in-Charge.<br />

Wherever the cable is entering buildings, fixed structures like sub-station end/or back<br />

trenches, surplus length of 3000 mm should be left in the shape of loop, otherwise as<br />

35


decided by Engineer-in-Charge. Surplus cable of same locations as found suitable should<br />

be left in the cable of loop.<br />

8.6 FINAL PROTECTION: - The cable shall be protected in accordance with sand<br />

layer to provide warning to future excavators and also for avoiding any accidental<br />

mechanical damage by pickaxe blows etc.<br />

8.7 The cable should be protected with well-burnt bricks of not less than 20x10x10 cms.<br />

Bricks shall be laid widthwise for the full length of the cable on the top of the sand to the<br />

satisfaction of Engineer-in-Charge. When more than one cable is laid in the same trench<br />

this protective covering shall cover all the cables and project at least 5 cm over the sides<br />

of the end cable.<br />

9.0 BACK FILLING OF TRENCHES:-<br />

After excavation and laying of cables, the trench should be back filled with excavated<br />

earth, free from stone or other sharp-edge debris and should be watered if necessary. A<br />

crown of earth of 50mm should be left in the center, tapering towards the sides of the<br />

trench to allow for subsidence. The trench should be inspected at regular intervals<br />

particularly during wet weather and any settlement shall be made good by contractor by<br />

future filling, if required.<br />

Due to cable laying work any disturbance to existing equipments in the area like roads,<br />

pavements, garden should be made good after the cable laying work is over.<br />

10.0 ROUTE MARKERS:-<br />

Route marker should be provided along straight runs of the cables at locations approved<br />

by the Engineer-in-Charge and generally at intervals not exceeding 100 Mtd. Wherever<br />

the cable route is changing or it is entering a fixed installation, route marker must be<br />

provided. Route marker shall also be provided at joints of cable.<br />

Route marker shall be made out of 100x100x5mm CI/GI plate, welded or bolted on two<br />

35x35x6mm angle iron 500mm long. The said route marker shall be mounted parallel to,<br />

and at a distance of 0.5 Mts. from the edge of the trench.<br />

The word cables, the level of voltage, size of cable should be inscribed on the route<br />

marker.<br />

11.0 CABLE IDENTIFICATION TAGS:-<br />

Cable markers should be provided where more than one cable is laid in just posted<br />

configuration. The marker tags as approved described with cable identification details<br />

shall be permanently attached to all the cables is the manhole pull pits/entering points in<br />

buildings through open duct etc.<br />

12.0 LAYING OF CABLES IN PIPES/CLOSED DUCTS:-<br />

Wherever the cable is to cross road/railway track, enter into any building, be mounted on<br />

poles be laid in paved areas, the cable areas, the cable shall be laid in pipes or closed<br />

ducts.<br />

HDPE pipe/GI/CI/RCC pipes shall be used for such purposes. The diameter of such pipes<br />

shall be adequate for passing of cables. The pipes shall be laid on suitable bed provided<br />

on the ground. Sand cushion/brick/tiles if required can be provided under the pipe. The<br />

pipe should be filled with sand after laying the cable insides. The top surface of pipes<br />

shall be at a minimum depth of 100mm from the ground level.<br />

The pipes on road/track crossings should be laid on the skew to reduce the angle of bend<br />

as the cables enters and leaves crossing. This is very important for high voltage cables, at<br />

36


convenient distance should be provided for facilitating inspection and maintenance of<br />

cables.<br />

Pipes shall be continuous and clear of any debris before drawing of cables sharp edges at<br />

ends should be smoothened to prevent injury to cable insulation and/or sheathing.<br />

Wherever pipes are provided for entry of cable into building, the same shall slope<br />

downward and other ends shall be sealed to prevent entry of water inside the building.<br />

All chases and passages necessary for the laying of service cables shall be cut as required<br />

and made good to the original finish to the satisfaction of Engineer-in-Charge.<br />

Cable grips/draw wire and winches etc. be employed for drawing cables through<br />

pipes/close ducts etc. without damaging the conductor and insulation and ensuring proper<br />

safety.<br />

13.0 LAYING IN OPEN DUCTS:-<br />

Open ducts with suitable removable covers should be preferred in sub-stations, switch<br />

rooms, generator rooms and workshops etc. The cable ducts should be of suitable<br />

dimensions so that the cable shall be laid conveniently. If required, the cable can be fixed<br />

with clamps on the walls of the ducts. The duct shall be covered with removable RCC<br />

slabs of suitable dimensions MS chequered plate covers so that covers can be lifted<br />

conveniently for maintenance inspection and replacement.<br />

The ducts should be filled with dry sand after the cable is laid and covered or finished<br />

with cement plaster specially in high voltage applications.<br />

No joint/splices should be permitted inside the ducts.<br />

As far as possible, laying of cable with different voltage grade in the same duct should be<br />

avoided.<br />

The cable trays, hooks or racks should be provided for supporting cables in<br />

masonry/concrete cable ducts etc. Otherwise the cable can be laid directly in the duct or<br />

trench or trough etc. While laying the cables in ducts due care should be exercised to<br />

ensure that unnecessary crossing of cable is avoided.<br />

14.0 LAYING ON SURFACE:<br />

In the switching stations, factories, tunnels and for rising mains through special rack<br />

ways, the laying of cables on surface should be done.<br />

The cable shall be laid in troughs or brackets at regular intervals or directly cleated to<br />

wall ceilings. The cable should be laid over bracket support and clamps to prevent undue<br />

sag.<br />

The cable clamps should be made from material such as mild steel, porcelain wood, Alu.<br />

PVC, epoxy materials. These should be non-magnetic and non-corrosive in nature.<br />

15.0 LAYING ON MS LADDER TRAY:-<br />

The cables shall be laid in the existing MS ladder tray in straight line as far as possible &<br />

shall be clamped properly by providing suitable clamps as per site requirement. (The<br />

clamping arrangements to be got approved from <strong>Railway</strong>s before providing). Normally<br />

the distance between each clamp of one cable shall not be more than 1.5M (approx.).<br />

37


CABLE JOINTING-<br />

1.0 Identification of cores:<br />

1.1 Cores shall be provided with following co-lour scheme for PVC insulation.<br />

- 1 Core - Red/Black/Yellow/Blue.<br />

- 2 Core - Red & black.<br />

- 3 Core - Red, Yellow and Blue.<br />

- 3 .5 Core - Red, yellow, Blue, Black (Black is for neutral).<br />

2.0 Cable jointing:-<br />

2.1 The manufacturer’s instructions mentioned in the jointing kit should be followed.<br />

2.2 The manufacturer’s instructions mentioned in the jointing kit should be followed.<br />

2.3 Insulation resistance of cables to be jointed should be measured with 500V meggar up to<br />

1.1 KV grade and with 2500V meggar for cables of higher voltage. Unless insulation<br />

resistance value of cables are satisfactory the jointing should not be done.<br />

2.4 Before jointing work is taken up safety precautions like insulation, earthing etc. should be<br />

observed to ensure that the cable would not be inadvertently charged. Metallic Armour<br />

and external bonding should be connected to earth.<br />

2.5 Wherever the system of permit to work is prevalent, the same should be followed for<br />

cable jointing work.<br />

2.6 Identification of cables should be very properly done before jointing is taken up. Proper<br />

identification of individual core is also very important to avoid any cross connection and<br />

damage to installation.<br />

2.7 Complete record of joint etc. shall be maintained as per Annexure-B in addition to site<br />

plan.<br />

CABLE TESTING:-<br />

1.0 Testing.<br />

1.1 All cables before laying should be tested with 500V meggar up to and including 1,1 KV<br />

grade or with 2500/5000V meggar for cables of higher voltage. The cable cores should be<br />

tested for continuity, insulation resistance etc. All cables should be tested during laying<br />

and; before covering. After laying and jointing the cable should be subjected to a 15<br />

minutes pressure test.<br />

1.2 After laying of cable and jointing, the cables should be subjected in a high voltage last<br />

guidelines of BIS; 1255-1983 and the results are recorded as per Annexure ‘C’.<br />

1.3 In case high voltage test is not possible at site, the cables should be tested for one minute<br />

with 1000V meggar up to 1.1 KV grade and with 2500/5000V meggar for cables of<br />

higher grade.<br />

In case there is a deviation the same should be got approved from the Engineer-in-Charge<br />

before execution of the work is taken up. The completion plan should be drawn in a<br />

tracing sheet with polyester backing with ink indicating following:-<br />

- Layout of cable work.<br />

- Length, size, type and voltage rating of cables.<br />

- Method of laying, i.e. directly in ground/duct/pipes.<br />

- Location of each joint with joints followed.<br />

- Route marker and joint marker with clearance from permanent land mark available.<br />

- Name of work etc.<br />

This specification confers to CPWD General Specification for Electrical works Part II<br />

External & IS 1255/1967 with latest amendment.<br />

38<br />

FOR Chief Electrical Engineer(C)/TKJ


Section-2.3: The various structures under LT/HT Elect. Gen. side are:<br />

S. No. Brief Description of<br />

item<br />

Ref. and No. of<br />

the specifications<br />

1. HT XLPE / (E) cable. IS:7098/Pt.II/<br />

1985.<br />

(Latest version)<br />

2. ACB IS:13947/Pt.I to<br />

Pt.III as<br />

applicable.<br />

3. SFU/FSU and HRC IS:13947/Pt.-I to<br />

fuses.<br />

Pt.III as applicable<br />

4. Measurement Instrument. IS:1248/IEC-51,<br />

IS:IEC-1010,<br />

BS-89<br />

Approved sources<br />

M/s NICCO, Fort Gloster Industrial Cable<br />

India Ltd, Cable Corpn. of India Ltd,<br />

Universal Cable Ltd, Asian Cable<br />

Corpn.Ltd, Havells.<br />

Jyoti Switchgears, Mysore Electrical, L&T,<br />

GEC Alstom, Simens, English Electric,<br />

Crompton Greaves, Control and Switchgear.<br />

Standard, Crompton, Siemens, Havells,<br />

Control & Switchgear, L&T, GEC, Alstom.<br />

AE, Havells, MECO Instrument , Hotwanit,<br />

L&T, National Instrument/Kolkota,<br />

National Instrument/ Madras<br />

5. Indication Light. Relevant IS AE, Siemens, Control & Switchgear<br />

6. C.T. IS:2705 AE or reputed make with approval<br />

7. Selector switch Relevant IS AE, L&T, Kaycee, English Electric.<br />

8. End Termination. Relevant IS M/S Yamuna Gases & Chemical<br />

Ltd.,(Denson) <strong>New</strong> <strong>Delhi</strong> , Mahindra<br />

Engg.& Chemical Product <strong>New</strong> <strong>Delhi</strong>.,<br />

Raychem RPG Ltd./ <strong>New</strong> <strong>Delhi</strong>., Hari<br />

Consolidated Pvt.Ltd, <strong>New</strong> <strong>Delhi</strong>.<br />

9. HDPE/RCC Hume Pipe IS:458<br />

(Latest version)<br />

10. LT XLPE(E) cable IS:7098 Pt.I/1985<br />

(Latest version).<br />

11. Earthing with copper and<br />

GI plate.<br />

IS:3043(Latest<br />

version)<br />

12. MCB/DPIC/LV Box IS:13947/Pt.II<br />

latest version<br />

13. Piano Type switch & IS:4949/1968<br />

sockets<br />

latest version<br />

14. MCB/DPIC/LV Box IS:8828/78/1996<br />

latest version<br />

15. GI Pipe IS:1239/Pt.I/90<br />

latest version<br />

16. PVC wire IS:694<br />

latest version<br />

Reputed make with approval.<br />

M/s NICCO ,Fort Gloster, Industrial Cable<br />

India Ltd., Cable Corpn. of India Ltd.,<br />

Universal Cable Ltd.,, Asian Cable Corpn.<br />

Ltd., Havells, Grandley.<br />

--<br />

M/s L & T, M/s Havells<br />

M/s Crompton, M/s Standard.<br />

M/s Anchor<br />

M/s Kinjal<br />

M/s Standard, M/s MDS<br />

M/s Havells, M/s Crompton<br />

M/s Tata, M/s Jindal & other ISI marks<br />

M/s Grandlay, M/s NICCO,<br />

M/s Fort Gloster and M/s Havells.<br />

Note: 1. RDSO’s specifications are priced document and can be purchased from RDSO.<br />

2. The specifications of C.E.E./N.Rly & NC Rly. are part of the tender document.<br />

3. The Tenderer may please note that the material used in this work will be as per<br />

RDSO / IS / BIS / <strong>Railway</strong> Specifications / CEE’s approved supplier List as on the<br />

date of tender opening even if mentioned otherwise elsewhere in the tender paper.<br />

-------o0o--------<br />

39


CHAPTER-5<br />

EXPLANATORY NOTES TO SCHEDULE OF WORKS & PRICES<br />

Scope of Work– The scope of work covers supply, installation and commissioning of<br />

excavation & concrete foundations, excavation & filling of trench in soil, fabricated<br />

galvanised steel structures, auxiliary transformers, LT cable, electrical fittings, internal<br />

wiring, LT panels, LT distribution boards, insulators, earthing & bondings, GI wire etc. at<br />

different location as mentioned in approximate schedule of works.<br />

Explanatory Notes to Schedule of Prices for Works-<br />

Section-1: GENERAL<br />

These explanatory notes are for guidance of field staff contractor to execute the works.<br />

Each work has its own particular requirements. Engineer in-charge will be responsible<br />

for successful execution of work as per technical specifications.<br />

i. All electrical works should comply with <strong>Indian</strong> Electricity Act 2003 (latest) and <strong>Indian</strong><br />

Electricity Rules 1956/Central Electricity Authority Rules 1977/Bare act 2001 and any<br />

latest version.<br />

ii. All electrical installations works shall conform to relevant <strong>Indian</strong> Standard Code of<br />

Practice and be carried out as per relevant safety Code of Practices. Guide for Safety<br />

Procedures in Electrical Work as per IS:5216/Pt.I & II/1982 shall be observed.<br />

iii<br />

iv<br />

All components used in installation shall be of appropriate ratings of voltage, current and<br />

frequency.<br />

All minor items viz. Hardware items, foundation bolts, termination lugs for electrical<br />

connections etc. as required and necessary for proper working of the equipment shall be<br />

deemed to have been included in the tender, whether such items are specifically<br />

mentioned in the tender documents or not.<br />

v. Before starting of the work, Contractor should assess the quantity of materials of the work<br />

and submit his planning to <strong>Railway</strong> Engineer for approval before placing of the order<br />

for materials.<br />

vi. Contractor has to provide communication facility at site through Mobile telephone.<br />

40


EXPLANATORY NOTES TO SCHEDULE OF PRICES<br />

1.1 Explanatory notes for various items of Schedule of Works in Chapter -6 Section-1 are<br />

given below:<br />

1.2 The basic quantities of components and materials required to make up a unit of work<br />

for selected items are indicated for guidance only. There may be minor variation to<br />

suit erection but no adjustment in prices of schedule shall be made on that account. In<br />

estimating the prices for various items of work provision for loss and wastage in<br />

transit and erection should be provided for over and above the basic quantities of<br />

components and materials required to make up a unit work, indicated herein, except<br />

where otherwise specified for materials supplied by the purchaser.<br />

1.3 In the explanatory notes given in Section- 2 of this Chapter, the term 'Small Parts<br />

Steel work' is meant to cover fabricated steel work made from rolled steel sections,<br />

and excluding bolts and nuts and washers where required for fastening the small parts<br />

steel work to any structural member. The term "attachment" wherever used is<br />

intended to cover castings, forging, machined or welded components or fittings,<br />

which are attached directly to a structural member, or mounted on small parts steel<br />

work and shall include bolts and nuts for fastening the attachment to the structural<br />

member or small parts steel work.<br />

1.4 In the explanatory notes given in Section 2 of this Chapter, the term "bimetallic<br />

connection" is meant to cover any connection between a copper conductor and an<br />

aluminum conductor. The clamps used for such connections shall be made up of a<br />

suitable aluminum alloy or copper alloy and the copper/aluminum conductor shall be<br />

wrapped with a bimetallic (aluminum copper) strip to prevent direct contact between<br />

aluminum and copper.<br />

1.5 Reconciliation of materials supplied by the purchaser.<br />

a) The following procedure shall be adopted for the final reconciliation of the various<br />

equipments, materials fittings and conductors supplied by the purchaser.<br />

b) All the materials supplied by the purchaser shall be correctly accounted for and<br />

quantities reconciled on completion of the work by the Contractor. On completion<br />

of work, all surplus materials supplied by the Purchaser together with the ones found<br />

defective or that have become defective or broken on account of defective materials<br />

and/or workmanship shall be returned to purchaser by the Contractor.<br />

1.6 Released Material<br />

The contractor shall return to the purchaser all the released OHE material from the<br />

existing system at the first available opportunity but not later than a week at the<br />

purchaser's store and transport to nearest OHE Depot. If the contractor fails to return<br />

the released material in specified time, the cost of released material will be recovered<br />

from the progress bill before releasing any payment.<br />

41


CHAPTER - 5<br />

Section-2: Particular<br />

1. Notwithstanding anything to the contrary in this section, the entire requirements of<br />

the equipments, components and fittings for the work, listed in SOW and in<br />

explanatory notes will be supplied by the contractor. The prices in the Chapter-6<br />

Section - 1 shall be exclusive of railway supply items and shall be inclusive of sales<br />

tax, excise duty, freight etc.<br />

2. In the case of wires, conductors, etc the prices for erection shall include any assembly<br />

work to be done in the contractor's depot prior to erection at site, such as fabrication<br />

of droppers etc to shapes and sizes required.<br />

Item No.-1 Excavation, supply and casting of concrete foundation in normal soil<br />

and other than Rock suitable for AT mast erection-<br />

The price shall cover excavation, supply and handling of all material and accessories,<br />

temporary arrangements for excavation in other than rock soil and concrete/masonry<br />

drains/walls requiring use of chisel and hammer or requiring blasting. Shoring where<br />

necessary, casting concrete including frame work where necessary, tamping of<br />

concrete, grouting of masts and finishing the top of concrete foundation or anchor<br />

blocks. The price also includes dismantling of all concerted temporary arrangements,<br />

back filling with earth and compacting the same to the required height and width as<br />

per drawing to ensure safety of foundation, confining the exposed height of<br />

foundation block to within 10 cm. and removal of excavated soil from site to a<br />

dumping place as agreeable to purchaser. The price shall include the cost of cement.<br />

The prices under item -1 shall be same for any shape or size of concrete blocks. In<br />

calculating the individual volume of concrete, fraction of a cubic meter beyond the<br />

third decimal shall be rounded off to the next nearest third decimal.<br />

Item No.-2 Supply & Manual erection of Fabricated and Galvanised steel work<br />

including AT mast (T-150).<br />

The prices shall cover cost of supply, erection, alignment and setting before grouting<br />

of individual traction masts and main masts for L.T. Auxiliary transformer stations<br />

and other steel (including SPS-Small Part Steel (excluding nuts & bolts etc)) used in<br />

supporting of Auxiliary transformer whether rolled or fabricated. The price shall also<br />

include the cost of repairing of platform shelters in case the shelter is<br />

removed/damaged during the course of erection of a mast/portal at a platform.<br />

Note: For the purpose of payment, the weights of individual traction mast, masts for<br />

head span and other steel used shall be determined for each type on the basis of the<br />

weight of structure or as specified by manufacturer’s specification.<br />

42


Item No.- ... Supply, transportation to site, erection, testing and commissioning<br />

of Auxiliary Transformers 10KVA, 10KV/240V- DELETED.<br />

The price shall cover price of supply, transportation to site, erection, testing and<br />

commissioning (including filtration of oil of auxiliary transformers) of auxiliary<br />

transformers of 10KVA, 25KV/240V single phase complete with all accessories. The<br />

price shall cover the supply of all materials required for erection, support and<br />

termination of AT to OHE like- 9-Tonne insulator & Pedestal insulators of 25 KV to<br />

support copper or aluminum jumper/bus bars etc, Copper jumpers, anti-climbing<br />

device, DO fuse assembly, 50X6mm MS flat structure bonding to mast to track to<br />

earth pit and to mast for complete continuity, one earthing arrangement with 50mm<br />

dia./3.5mtr GI earth electrode, OHE connections and other fittings as per RDSO<br />

drawing No.-ETI/PSI/036 or latest. Price shall inclusive of all components and<br />

fittings/angle iron (outrigger) such as danger boards/caution boards 25000V No.-<br />

ETI/OHE/G/7531 Mod-C, nuts & bolts etc as required for erection.<br />

Item No.- 3 Transportation to site, erection, testing and commissioning of<br />

Auxiliary Transformers 10KVA, 10KV/240V-<br />

The price shall cover price of transportation to site, erection, testing and<br />

commissioning (including filtration of oil of auxiliary transformers) of auxiliary<br />

transformers of 10KVA, 25KV/240V single phase complete with all accessories. The<br />

price shall cover the supply of all materials required for erection, support and<br />

termination of AT to OHE like- 9-Tonne insulator & Pedestal insulators of 25 KV to<br />

support copper or aluminum jumper/bus bars etc, Copper jumpers, anti-climbing<br />

device, DO fuse assembly, 50X6mm MS flat structure bonding to mast to track to<br />

earth pit and to mast for complete continuity, two earthing pit arrangements with<br />

50mm dia/3.5mtr GI earth electrode, OHE connections and other fittings as per<br />

RDSO drawing No.-ETI/PSI/036 or latest. Price shall inclusive of all components and<br />

fittings/angle iron (outrigger) such as danger boards/caution boards 25000V No.<br />

ETI/OHE/G/7531 Mod-C, nuts & bolts etc as required for erection.<br />

(Note:- 10KVA ATs with standard accessories will be supplied by <strong>Railway</strong> in SE[C]<br />

store CNB & transportation to site be done by the contractor.)<br />

Item No.- 4 Supply, erection, testing, and commissioning of 63A single pole &<br />

neutral switch fuse unit enclosed in MS box for use on 240V AC,<br />

10KVA AT.<br />

Price shall include the 63Amp, 415V AC neutral switch fuse unit double pole fuse<br />

type suitable for pole mounting complete in weather proof MS enclosure with single<br />

door lock suitable for LT AT supply.<br />

Item No.- 5 Laying, connecting, testing and energising of LT underground<br />

cables of size 2 core 70sq.mm Al cable with route marker.<br />

The price shall cover price of transportation to site, cable trenches for laying,<br />

refilling, cable route markers in route and on route diversion, erection, testing and<br />

commissioning as mentioned in section-1 part-2.<br />

(Note:- LT cable will be supplied by <strong>Railway</strong> in SE[C] store CNB & transportation<br />

to site be done by the contractor.)<br />

43


Item No.-6<br />

Supply of material and termination of LT cable of size 2core,<br />

70sq.mm with proper size of crimping socket/lugs as required.<br />

Price shall include supply of termination materials and crimping for one end of cable<br />

(i.e. all cores of cable) and fixing to terminals and including nut & bolts etc.<br />

Item No.-7 Supply and Laying of under track crossing for cables with RCC Pipe<br />

200mm dia. with collar including excavation and refilling.<br />

Price shall include the laying and passing of cable under railway track from one end<br />

to other across the double tracks with RCC pipe of 200mm dia. for passing of AT<br />

cable and refilling of site. Work is to be done as per section-2.2 of chapter-4 and<br />

railway drawings.<br />

Item No.-8 Supply and erection of Auto Change over Panel of 63Amp for AT<br />

supply (LT) distribution.<br />

Price shall include the supply, erection and fixing of 63Amp auto change over panel<br />

with auto selection of one supply in order from three sources, including protection<br />

devices & MCBs, electronics auto change over unit, selection switches, indication<br />

lamps, voltage and current indicators, electric bus-bars, cable inlet & outlet openings<br />

with glands etc houses in suitable zinc and tephlone paint coated MS box.<br />

Item No.-9 Survey and Preparation of drawings of OHE/AT and Cable route.<br />

The price shall cover preparation of all drawings and designs required to be finalized<br />

by the Contractor. The Price shall include the following:-<br />

i. Making and submission of overhead equipment layout plans, location of<br />

insulator etc.<br />

ii. Preparation of cross-section drawings and structure erection drawings for<br />

each structure location.<br />

iii. Choice of type and size of foundations to suit soil and loading conditions<br />

except for the ones which are considered as "Works under other Agencies".<br />

iv. Preparation of other designs and drawings including drawings of small parts<br />

steel work (other than those for which RDSO standard drawings are available)<br />

v. Supply of requisite number of copies of all drawings, including completion<br />

drawings specified in Section-1.1, Chapter-4.<br />

vi. Supply of requisite number of copies of Earthing & Bonding plan drawings.<br />

If required, the contractor may be asked to prepare pegging plans for the section. No<br />

extra payment will be made for the preparation of such pegging plans.<br />

-------o0o--------<br />

44


CHAPTER- 6<br />

Schedule of Work (SOW)<br />

Section- 1<br />

Tender No.- IRPMU/Elect./T/2008/02<br />

Name of Work: Supply, erection, testing and commissioning of OHE Auxiliary Transformer (10<br />

KVA AT) supply to ABS Panels in ETW-SKB section of Allahabad division.<br />

S/N Description of work <strong>Unit</strong> Qty.<br />

1 2 3 4<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

9<br />

Excavation, supply and casting of concrete foundation<br />

in normal soil other than Rock suitable for AT mast<br />

erection.<br />

Cu.<br />

Mtr.<br />

Supply & Manual erection of fabricated and galvanised<br />

steel work including AT mast. MT 15<br />

Transportation to site, erection, testing, and<br />

commissioning (including filtration of oil of auxiliary<br />

transformers) of auxiliary transformers 10KVA,<br />

25KV/240V single phase complete with all<br />

accessories, 50X6mm MS flat bonding, 50mm<br />

dia/3.5mtr GI earth electrode, connection to OHE and<br />

other fittings as per RDSO drawing No.-ETI/PSI/036 or<br />

latest.(Note:- ATs with its standard accessories will be<br />

supplied by <strong>Railway</strong> in SE[C] store CNB and<br />

transportation to be done by the contractor).<br />

Supply, erection, testing, and commissioning of 63Amp<br />

single pole & neutral Switch Fuse <strong>Unit</strong> enclosed in MS<br />

box for use on 240V AC, 10KVA AT.<br />

Laying, connecting, testing and energising of LT<br />

under ground cables of size 2 core 70sqmm Al cable<br />

with route marker. (Note:- LT cable will be supplied by<br />

<strong>Railway</strong> in SE[C] store CNB & transportation to be<br />

done by the contractor.<br />

Supply of material and termination of LT cable of size<br />

2core, 70sqmm with proper size of crimping<br />

socket/lugs as required (one set termination shall<br />

include all cores of cable at one end).<br />

Supply and Laying of under track crossing for cables<br />

with RCC pipe 200mm dia, with collar including<br />

excavation and refilling.<br />

75<br />

Each 30<br />

Each 30<br />

Mtr 1800<br />

Set 60<br />

Mtr. 120<br />

Supply and erection of Auto Change over panel of<br />

63Amp for AT supply (LT) distribution. No 15<br />

Preparation of drawings and survey of OHE/AT and<br />

cable route. Stn 15<br />

Total<br />

Estimated Cost = (Rupees Thirty one Lacks and Sixty thousands only).<br />

45


Section-2<br />

CHAPTER- 6<br />

ALTERNATIVE PROPOSAL OF THE TENDERER<br />

(DEVIATIONS)<br />

46


CHAPTER – 6<br />

Section- 3<br />

TENDERER’S SCHEME OF WORK AND TIME SCHEDULE.<br />

47


CHAPTER – 6<br />

Section- 4<br />

TENDERER’s CREDENTIALS<br />

a. List of works already executed during last 3 years:<br />

S/N<br />

Name<br />

of Work<br />

Address<br />

Cost<br />

of<br />

work<br />

Date<br />

of<br />

award<br />

Completion<br />

Cost<br />

Date of<br />

complet<br />

ion<br />

Remarks<br />

Note: Performance report from the competent authority of the Organisation / Deptt.<br />

for each work must be attached.<br />

b. Works in hand:<br />

S/N<br />

Name of<br />

Work<br />

Address<br />

Cost of<br />

work<br />

Date of<br />

award<br />

%age<br />

Progress<br />

of work<br />

Remarks<br />

c. Engineering organization:-<br />

S/N Name Educational<br />

Qualification<br />

Duration for which he is<br />

under your employment.<br />

d. Tools & Plants<br />

--------o0o---------<br />

48


CHAPTER – 7<br />

SCHEDULE OF PRICES<br />

1. Summary of Prices<br />

2. Schedule of Price for SOR items.<br />

3. Schedule of Price for Non-SOR items. –Nil-<br />

The quantities shown in schedule / non scheduled are approximate and are as<br />

a guide to give the tenderer (s) and idea of quantum of work involved. The<br />

<strong>Railway</strong> reserves the right to increase/decrease and/or delete or include any<br />

of the quantities given above and no extra rate will be allowed on this<br />

account.<br />

49


1. SUMMARY OF PRICES<br />

Name of work- Supply, erection, testing and commissioning of OHE<br />

Auxiliary transformers (10KVA AT) supply to ABS Panels in Ambiapur-<br />

ETW-SKB section of Allahabad division.<br />

Tender No.- IRPMU/Elect./T/2008/01<br />

S.No. Item SOR &<br />

Non-SOR<br />

Value (Rs.)<br />

(A)<br />

Scheduled of<br />

Works’ items 31,60,000/-<br />

Offer Rates on SOR/Non- SOR items.<br />

In Figure<br />

In Words<br />

(B)<br />

Non-Scheduled<br />

items<br />

- - -<br />

Total = 31,60,000/-<br />

Notes:<br />

i) The above prices are inclusive of all taxes, duties including Excise duty, Sales<br />

Tax, Octroi, Local levies Sales tax on work contract etc.<br />

ii) The tenderer should quote rates item wise for each item of works.<br />

Date-<br />

Signature of the Tenderer (s)<br />

50


Tender No.- IRPMU/Elect./T/2008/02<br />

2. Schedule of Prices for Works<br />

(Rates Quoted as item wise for each item)<br />

Schedule of Price<br />

Name of Work: Supply, erection, testing and commissioning of OHE Auxiliary Transformer (10<br />

KVA AT) supply to ABS Panels in ETW-SKB section of Allahabad division.<br />

S/N Description of work <strong>Unit</strong> Qty. Rate Total<br />

1 2 3 4 5 6<br />

Excavation, supply and casting of concrete<br />

1 foundation in normal soil other than Rock Cu.<br />

75<br />

suitable for AT mast erection.<br />

Mtr.<br />

2<br />

3<br />

4<br />

5<br />

Supply & Manual erection of fabricated and<br />

galvanised steel work including AT mast. MT 15<br />

Transportation to site, erection, testing, and<br />

commissioning (including filtration of oil of<br />

auxiliary transformers) of auxiliary transformers<br />

10KVA, 25KV/240V single phase complete with<br />

all accessories, 50X6mm MS flat bonding, 50mm<br />

dia/3.5mtr GI earth electrode, connection to OHE<br />

and other fittings as per RDSO drawing No.-<br />

ETI/PSI/036 or latest.(Note:- ATs with its<br />

standard accessories will be supplied by <strong>Railway</strong><br />

in SE[C] store CNB and transportation to be<br />

done by the contractor).<br />

Supply, erection, testing, and commissioning of<br />

63Amp single pole & neutral Switch Fuse <strong>Unit</strong><br />

enclosed in MS box for use on 240V AC, 10KVA<br />

AT.<br />

Laying, connecting, testing and energising of<br />

LT under ground cables of size 2 core 70sqmm<br />

Al cable with route marker. (Note:- LT cable will<br />

be supplied by <strong>Railway</strong> in SE[C] store CNB &<br />

transportation to be done by the contractor.<br />

Each 30<br />

Each 30<br />

Mtr 1800<br />

6<br />

7<br />

Supply of material and termination of LT cable of<br />

size 2core, 70sqmm with proper size of crimping<br />

socket/lugs as required (one set termination<br />

shall include all cores of cable at one end).<br />

Supply and Laying of under track crossing for<br />

cables with RCC pipe 200mm dia, with collar<br />

including excavation and refilling.<br />

Set 60<br />

Mtr. 120<br />

8<br />

9<br />

Supply and erection of Auto Change over panel<br />

of 63Amp for AT supply (LT) distribution. No. 15<br />

Preparation of drawings and survey of OHE/AT<br />

and cable route. Stn. 15<br />

51


Total<br />

Estimated Cost = (Rupees Thirty one Lacks and Sixty thousands only)..<br />

Total Value of offer in Rs. = ……………………………. (In digits).<br />

Total Value of offer in Rs. = ……………..……………………………………..…. (In words).<br />

Notes:<br />

i) The above prices are inclusive of all taxes, duties including Excise duty, Sales<br />

Tax, Octroi, Local levies Sales tax on work contract etc.<br />

ii) The tenderer should quote rates item wise for each item of works.<br />

Signature of the Tenderer (s)<br />

---------o0o---------<br />

52


CHAPTER – 8<br />

F O R M S<br />

1 Deed of extension of Guarantee Bond Annexure - I<br />

2 Standing Indemnity Bond for on Account Payment Annexure - II<br />

3 Guarantee Bond “On Account” Payment Annexure - III<br />

4<br />

5<br />

6<br />

7<br />

Performance Bank Guarantee<br />

Receipt of Materials from <strong>Railway</strong><br />

EXTENSION OF PERIOD OF COMPLETION OF<br />

WORK (On contractor’s account)<br />

EXTENSION OF PERIOD OF COMPLETION OF<br />

WORK (other than on contractor’s account)<br />

Annexure – IV<br />

Annexure - V<br />

Annexure – VI<br />

Annexure – VI<br />

53


CHAPTER - 8<br />

Annexure – I<br />

To,<br />

The President of India,<br />

Acting through CAO/IRPMU,<br />

<strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01.<br />

DEED OF EXTENSION OF GUARANTEE BOND<br />

Extension of Bank Guarantee Bond No. _____________ dated ____________ issued<br />

by ____________ Bank on behalf of ______________________ in favour of<br />

President of India through DyFA&CAO/IRPMU, <strong>New</strong> <strong>Delhi</strong> for the amount of<br />

exceeding Rs. ____________ (Rupees __________________ only) valid for the<br />

period from _________ to _______ (Herein-after called the original Bank Guarantee<br />

Bond).<br />

We, the _________________ Bank do hereby extend the period of validity of the<br />

original Bank Guarantee Bond No. ___________ dated __________ for Rs.<br />

______________ (Rupees ________________ only) executed by us on behalf of<br />

________________ in favour of President of India through DyFA&CAO/IRPMU,<br />

<strong>New</strong> <strong>Delhi</strong> for a period of ________ this is upto ________ for the same amount viz<br />

Rs. ____________ (Rupees ___________________ only) on the same terms and<br />

conditions as contained in the Original Bank Guarantee Bond.<br />

This deed of extension is to be treated as “Addendum” to the Original Bank<br />

Guarantee Bond No. ________________ dated ___________ and to be treated as<br />

part and parcel of the original Bank Guarantee Bond.<br />

That excepting the above extension of period of validity of the original Bank<br />

Guarantee Bond, all other terms and conditions of the original Bank Guarantee Bond<br />

shall remain unchanged and binding on us.<br />

Dated the ________________ day of ________________________20---- .<br />

Address & Seal of the Bank<br />

54


CHAPTER - 8<br />

Annexure – II<br />

STANDING INDEMNITY BOND FOR ON ACCOUNT PAYMENTS<br />

(On requisite stamp value)<br />

We, M/s _________________________________________ hereby undertake that we<br />

held at our stores depots at _________________ for and on behalf of the President of<br />

India acting in the premises through the General Manager ___________________<br />

<strong>Railway</strong> ________________________ hereinafter referred to as “the Purchaser” all<br />

materials for which ‘On Account’ payments have been made to us against the contract for<br />

supply and erection of the material for the work of ______________ on North Central<br />

<strong>Railway</strong> also referred to as vide Letter of Acceptance of tender no. _____________ dated<br />

________ and materials handed over to us by the Purchaser for the purpose of execution<br />

of the said contract, until such time the material are duly erected or otherwise handed<br />

over to him.<br />

We shall be entirely responsible for the safe custody and protection of the said materials<br />

against all risk till they are duly delivered as erected equipment to the purchaser, or as he<br />

may direct otherwise and shall indemnify the Purchaser against any loss, damage, or<br />

deterioration whatsoever in respect of the said materials while in our possession and<br />

against disposal of surplus material. The said materials shall at all times by open to<br />

inspection by any officer authorized by Purchaser/Engineer Incharge of the work or his<br />

successor.<br />

Should any loss, damage or deterioration of materials occur or surplus materials disposed<br />

off and refund becomes due, the Purchaser shall be entitled to recover from us the full<br />

cost as per prices included in Schedule 1 to the contract (as applicable) and in respect of<br />

other materials as indicated in Part I chapter IV Section I and also compensation for such<br />

loss or damage, if any alongwith the amount to be refunded without prejudice to any<br />

other remedies available to him by deduction from any sum due or any sum which at any<br />

time hereafter become due to us under the said or any other contract.<br />

Dated this_______________ day _________________20<br />

(for and on behalf of )<br />

Messers ____________________ (contractor)<br />

Signature of witness :<br />

Name of witness in BLOCK LETTERS<br />

Address- ……………………………….<br />

55


CHAPTER - 8<br />

Annexure - III<br />

(On Stamp Paper of Requisite Value)<br />

GUARANTEE BOND AGAINST “ON ACCOUNT” PAYMENTS<br />

(To be used by approved schedule Banks)<br />

In consideration of the President of India (hereinafter called “The Government”)<br />

having agreed to exempt __________________ (hereinafter called “the Contractor(s)”<br />

from the demand, under the terms and conditions of an Agreement dated _____________<br />

made between ____________ and _________ for (hereinafter called “the said<br />

Agreement”) of “On-Account” Payments for the due fulfillment by the said contractor(s)<br />

of the terms and conditions contained in the said Agreement, on production of a Bank<br />

guarantee for Rs. ___________ (Rupees _______________ only).<br />

We, __________ (indicate the name of the Bank) hereinafter referred to as “the<br />

Bank” at the request of _____________ Contractor(s) do hereby undertake to pay to the<br />

Government an amount not exceeding Rs. __________ against any loss or damage<br />

caused to or suffered or should caused to or would be caused to or suffered by the<br />

Government by reason of any breach by the said Contractor(s) of any of the terms or<br />

conditions contained in the said Agreement.<br />

2. We, _______________(indicate the name of the Bank) do hereby undertake to<br />

pay the amount due and payable under this guarantee without any demur, merely on a<br />

demand from the government stating that the amount claimed is due by way of loss or<br />

damage caused to or would be caused to or suffered by the Government by reason of<br />

breach by the said Contractor(s) of any of the terms or conditions contained in the said<br />

Agreement or by reason of the Contractor’s failure to perform the said Agreement. Any<br />

such demand made on the Bank shall be conclusive as regard the amount due and payable<br />

by the Bank under this guarantee. However, our liability under this guarantee shall be<br />

restricted to any amount not exceeding ___________.<br />

3. We undertake to pay to the Government any money so demanded notwithstanding<br />

any dispute or disputes raised by the Contractor(s)/Supplier(s) in any suit or proceeding<br />

pending before any Court or Tribunal relating thereto our liability under this present<br />

contract being absolute and unequivocal.<br />

The Payment so made by us under this bond shall be a valid discharge of our liability for<br />

payment thereunder and the Contractor (s) / Supplier (s) shall have no claim against us<br />

for making such payment.<br />

4. We, ____________ (indicate the name of Bank) further agree that the guarantee<br />

herein contained shall remain in full force and effect during the period that would be<br />

taken for the performance of the said Agreement and that it shall continue to be<br />

enforceable till all the dues of the Government under or by virtue of the said Agreement<br />

have been fully paid and its claims satisfied or discharged or till ________________<br />

56


office/Department Ministry of ____________ certifies that the terms and conditions of<br />

the said Agreement have been fully and properly carried out by the said Contractor (s)<br />

and accordingly discharges this guarantee. Unless a demand or claim under this<br />

guarantee is made on us in writing on or before the _______________ (b) we shall be<br />

discharged from all liability under this guarantee thereafter.<br />

5. We, _______________ (indicate the name of Bank) further agree with the<br />

Government that the Government shall have the fullest liberty without our consent and<br />

without affecting in any manner our obligations hereunder to vary any of the terms and<br />

conditions of the said Agreement or to extend time of performance by the said<br />

Contractor(s) from time to time or to postpone for any time or from time to time any of<br />

the powers exercisable by the Government against the said Contractor (s) and to forbear<br />

or enforce any of the terms and conditions relating to the said Agreement and we shall<br />

not be relieved from our liability by reason of any such variation or extension being<br />

granted to the said Contractor (s) or for any forbearance, act or omission on the part of<br />

the Government or any indulgence by the Government to the said Contractor (s) or by<br />

any such matter or thing whatsoever which under the law relating to sureties would, but<br />

for this provision, have effect of so relieving us.<br />

6. This guarantee will not be discharged due to the change in the constitution of the<br />

Bank or the Contractor (s)/Supplier (s).<br />

7. We, _______________ (indicate the name of the Bank) lastly undertake not to<br />

revoke this guarantee during its currency except with the previous consent of the<br />

Government in writing.<br />

Dated the ________________day of _______________<br />

For ________________________________________<br />

(Indicate the name of the Bank)<br />

--------------------------------------------------------------------------------------------<br />

(a) The guarantee shall be valid for a period of two months beyond the date of<br />

completion of work.<br />

57


CHAPTER - 8<br />

Annexure - IV<br />

(On Stamp Paper of Requisite Value)<br />

PERFORMANCE BANK GUARANTEE<br />

(To be used by approved schedule Banks)<br />

In consideration of the President of India (hereinafter called “The Government”)<br />

having agreed to exempt __________________ (hereinafter called “the said<br />

Contractor(s)” from the demand, under the terms and conditions of an Agreement dated<br />

_____________ made between ____________ and _________ for (hereinafter called<br />

“the said Agreement”) of Provisional Acceptance Payments for the due fulfillment by<br />

the said contractor(s) of the terms and conditions contained in the said Agreement, on<br />

production of a Bank guarantee for Rs. ___________ (Rupees _______________ only).<br />

We, __________ (indicate the name of the Bank) hereinafter referred to as “the<br />

Bank” at the request of _____________ Contractor(s) do hereby undertake to pay to the<br />

Government an amount not exceeding Rs. __________ against any loss or damage<br />

caused to or suffered or should caused to or would be caused to or suffered by the<br />

Government by reason of any breach by the said Contractor(s) of any of the terms or<br />

conditions contained in the said Agreement.<br />

2. We, _______________(indicate the name of the Bank) do hereby undertake to<br />

pay the amount due and payable under this guarantee without any demur, merely on a<br />

demand from the government stating that the amount claimed is due by way of loss or<br />

damage caused to or would be caused to or suffered by the Government by reason of<br />

breach by the said Contractor(s) of any of the terms or conditions contained in the said<br />

Agreement or by reason or the Contractor’s failure to perform the said Agreement. Any<br />

such demand made on the Bank shall be conclusive as regard the amount due and payable<br />

by the Bank under this guarantee. However, our liability under this guarantee shall be<br />

restricted to any amount not exceeding ___________.<br />

3. We undertake to pay to the Government any money so demanded notwithstanding<br />

any dispute or disputes raised by the Contractor(s)/Supplier(s) in any suit or proceeding<br />

pending before any Court or Tribunal relating thereto our liability under this present<br />

contract being absolute and unequivocal.<br />

The Payment so made by us under this bond shall be a valid discharge of our liability for<br />

payment there under and the Contractor (s) / Supplier (s) shall have no claim against us<br />

for making such payment.<br />

4. We, ____________ (indicate the name of Bank) further agree that the guarantee<br />

herein contained shall remain in full force and effect during the period that would be<br />

taken for the performance of the said Agreement and that it shall continue to be<br />

enforceable till all the dues of the Government under or by virtue of the said Agreement<br />

have been fully paid and its claims satisfied or discharged or till ________________<br />

58


office/Department Ministry of ____________ certifies that the terms and conditions of<br />

the said Agreement have been fully and properly carried out by the said Contractor (s)<br />

and accordingly discharges this guarantee. Unless a demand or claim under this<br />

guarantee is made on us in writing on or before the _______________ (b) we shall be<br />

discharged from all liability under this guarantee thereafter.<br />

5. We, _______________ (indicate the name of Bank) further agree with the<br />

Government shall have the fullest liberty without our consent and without affecting in<br />

any manner our obligations hereunder to vary any of the terms and conditions of the said<br />

Agreement or to extend time of performance by the said Contractor(s) from time to time<br />

or to postpone for any time or from time to time any of the powers exercisable by the<br />

Government against the said Contractor (s) and to forbear or enforce any of the terms and<br />

conditions relating to the said Agreement and we shall not be relieved from our liability<br />

by reason of any such variation or extension being granted to the said Contractor (s) or<br />

for any forbearance, act or omission on the part of the Government or any indulgence by<br />

the Government to the said Contractor (s) or by any such matter or thing whatsoever<br />

which under the law relating to sureties would, but for this provision, have effect of so<br />

relieving us.<br />

6. This guarantee will not be discharged due to the change in the constitution of the<br />

Bank or the Contractor (s)/Supplier (s).<br />

7. We, _______________ (indicate the name of the Bank) lastly undertake not to<br />

revoke this guarantee during its currency except with the previous consent of the<br />

Government in writing.<br />

Dated --------------- the ________________day of _______________<br />

For ________________________________________<br />

(Indicate the name of the Bank)<br />

(a) The guarantee shall be valid for a period of two months beyond the<br />

expiry of the guarantee period of the equipment.<br />

59


Annexure - V<br />

ACKNOWLEDGEMENT<br />

FOR RECEIVING MATERIALS FROM RAILWAY<br />

Sub: - Receipt of Materials from <strong>Railway</strong>.<br />

STATION: -------------------<br />

DATE: -------------------<br />

It is hereby acknowledged that the following material as detailed have<br />

been received in full and good condition by me on .............<br />

........................... at ........................ for the work coming under the<br />

Agreement No.............................. dated ................<br />

----------------------------------------------------------------------------------------<br />

Sl.No. Description of Material Quantity Remarks<br />

if any<br />

----------------------------------------------------------------------------------------<br />

----------------------------------------------------------------------------------------<br />

Witnessed by: -<br />

-------------------------------- ------------------------------------<br />

(Signature of Purchaser’s<br />

(Signature of Contractor or<br />

Representative with<br />

Contractor’s Representative)<br />

Designation )<br />

60


(Registered with A/D)<br />

EXTENSION OF PERIOD OF COMPLETION OF WORK<br />

(On contractor’s account)<br />

Annexure – VI<br />

No. ------------------------------ Date: -------------------<br />

To,<br />

.............................................<br />

.............................................<br />

Sub : (i) ................................................. (Name of Work)<br />

(ii) Acceptance Letter No. ....................................................<br />

(iii) Undertaking /Agreement No. .......................................<br />

Ref : ......................... (Quote specific application of the Contractor<br />

for extension to date, if received).<br />

Dear Sir,<br />

The stipulated date for completion of the work mentioned above is/was ……...............<br />

However, the work is/was not completed on this date.<br />

Expecting that you may be able to complete the work if some time is given and in<br />

consideration of your Letter No.............................., the General Manager (or his successor) on<br />

behalf of the president of India, although not bound to do so, hereby extends the time for<br />

completion from ............. to ..............<br />

Please note that liquidated damages @1/2% per week or part thereof of the entire contract<br />

value will be recovered for delay in the completion of the work after the expiry of (1)<br />

....................... from you as mentioned in para 35 of the Special Conditions of Contract for the<br />

extended period.<br />

The above extension of the completion date will also be subject to the further condition<br />

that no increase in rates on any account will be payable to you.<br />

Please note that in the event of declining to accept the extension on the above said<br />

conditions or in the event of your failure after accepting or acting up to this extension to complete<br />

the work by (2)....................... (here mention the extended date), further action will be taken in<br />

terms of relevant para of Conditions of Contract.<br />

Your’s faithfully,<br />

Note :-<br />

for & on behalf of President of India.<br />

1. Give here the stipulated date for completion without any penalty fixed earlier.<br />

2. Here mention the extended date.<br />

61


Annexure – VII<br />

EXTENSION OF PERIOD OF COMPLETION OF WORK<br />

No. -------------------------------- Date: -------------------<br />

To,<br />

..................................<br />

..................................<br />

..................................<br />

Dear Sirs,<br />

Sub : (i) ............................................ (Name of work)<br />

(ii) Acceptance Letter No.........................................<br />

(iii) Undertaking/Agreement No...............................<br />

Ref: ………........................... (Quote specific application of the<br />

Contractor for extension to the date, if received).<br />

The stipulated date for completion of subject work under the above contract was<br />

............................ In consideration of the Contractor’s Letter No..............................., The<br />

General Manager (or his successor) behalf of the President of India, is pleased to grant<br />

extension of the time for completion of works without liquidated damages under para 36<br />

of Chapter II , Section II of the contract as mentioned below :<br />

“...................................................................................”<br />

It may be noted that unless repugnant to the context, all the terms and<br />

conditions of the Contract will remain unaltered during the extended period from<br />

...................... to ...................... also, and further no increased additional rates and claims<br />

of recoveries which have not been already envisaged in terms of the conditions of the<br />

Contract will be leviable either by you or by the purchaser in respect of this extended<br />

period.<br />

Your’s faithfully,<br />

( )<br />

for and on behalf of President of India<br />

* * * * * * *<br />

62

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!