दण रेलवे/Southern Railway सगनल व दरू संचार /Signal & Telecommunication मदरैु मंडल /Madurai Division

Senior Divisional Signal & Telecommunication Engineer, Southern Railway, Madurai Division, Madurai - 625016 for and on behalf of The President of India invites ONLINE tenders for the following works as per tender notice given in our e-tender portal www.ireps.gov.in . The tenderer(s)/contractor(s) intending to apply for e-tender for WORKS in Madurai Division, need to get enrolled in the e-tender portal " www.ireps.gov.in " and only online tenders will be accepted . The cost of tender form & EMD can be made only on online gateway payment through multiple bank, net banking, debit card & credit card . The date of closing is 24.8.2018 on or before 15.00hrs . All relevant credentials & supporting documents are to be scanned and uploaded along with the offer.

काय का नाम /Name of the work: Reliability improvement work and pending work in Sengottai – Punalur – Quilon section in signaling arrangement.

नवदा सूचना सं/Tender Notice No.: U-SG-07-2018-19-1

अनुमानत नकद बयाना जमा / अंतम तथ नवदा प क काय सं/ मूय / Earnest Money एवं समय / लागत / समाित क Deposit Sl. Approximate Closing Cost of Tender अवध / No. Cash value Date and Form Period of time Completion 1 ```94,45,616/- ```1,88,920/- 24.8.2018 ```5,625/- 6 Months [Rupees Ninety [Rupees One 15.00hrs [Rupees Five four lakhs forty lakh eighty eight thousand six five thousand six thousand nine hundred and hundred and hundred and twenty five sixteen only] twenty only] only]

Note: 1. Scanned copy of crossed cheque leaf of the bank account of the party concerned and NEFT mandatory form issued by Bank Branch shall be uploaded along with the offer, if not submitted earlier. 2. GST Acts & Rules from time to time will be applicable as per the implementation of GST on Indian Railways and GST registration number to be obtained and submitted by the contractor.

1 INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED FROM INTERNET

1. Tender document is to be down loaded from the internet and printout is to be taken on A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the downloaded tender document is printed through laser/inkjet printer only. Submission of Xerox or photocopy of the tender document is prohibited. 2. This downloaded Tender document (in full – Volume-I and Volume-II) along with the various documents are required to be submitted as per the tender conditions in a sealed cover duly subscribing the name of the work, tender notice no. and date etc and the same shall be dropped before the stipulated date and time in the tender box as specified in the tender notice. 3. The cost of the Tender document as indicated in the Tender Notice will have to be deposited by the Tenderer in the form of bank draft in favour of Sr.Divisional Finance Manager, Southern Railway, Madurai along with the Tender document. This should be enclosed as a separate Demand Draft. A single demand draft for the cost of tender document and Earnest Money Deposit will not be accepted. Tenders not accompanied with the demand draft towards the requisite cost of the tender document will be summarily rejected. 4. The Earnest Money Deposit required for this work as stipulated in the tender document is to be submitted separately. 5. Tenderers are advised to download the tender documents well in advance and submit the tender before the stipulated time. It is the responsibility of the tenderer to check any correction or any modifications published subsequently in Web site and the same shall be taken into account while submitting the tender. The Tenderers shall download corrigendum (if any), print it out, sign and attach it with the main tender document. Tender documents not accompanied by published corrigendum(s) are liable to be rejected. Railways will not be responsible for any postal delay/ delay in downloading of tender document from the internet. 6. The tenderers may please note that the rates/ single percentage for schedule items shall be written in figures and words. Each page of the tender document shall be signed by the tenderer. 7. Tenderers are free to download the tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the Railway office as specified in the tender notice. After the award of work an agreement will be prepared based on the master copy of tender document available in the above office. In case of any discrepancy between the tender document downloaded from the internet and the master copy, the latter shall prevail and will be binding on the tenderers. No claim on this account will be entertained. 8. If any change/ addition/ deletion is made by the Tenderer/ Contractor and the same is detected at any stage even after the award of the tender, the full earnest money deposit will be forfeited and the contract will be terminated at his/ their risk and cost. The tenderer will also be liable to be banned from doing business with Railways and/ or prosecuted. 9. The following declaration shall be given by the Tenderers while submitting the tender.

2 SOUTHERN RAILWAY

REGULATIONS FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF TENDERS & CONTRACTS ENGINEERING WORKS MEANING OF TERMS

1. In these Regulations for Tenders and Contracts the following terms shall have the meanings assigned hereunder except where the context requires otherwise:- a) "Railway" shall mean the President of the Republic of India or the Administrative Officers of the Southern Railway or of the Successor Railway authorised to deal with any matters which these presents are concerned on his behalf. b) "General Manager" shall mean the officer in administrative charge of the whole of Southern Railway and shall mean and include the General Manager of the Successor Railway including Construction. c) "Chief Engineer" shall mean the officer-in-charge of the Signal and Telecommunication Department of Southern Railway and shall mean and include the Engineer-in-Chief and Chief Engineer (Construction/ Projects/ Planning & Projects). d) "Tenderer" shall mean the person, the firm or company who tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, successors and permitted assigns. e) "Limited Tenders" shall mean tenders invited from all or some Contractors on the approved list of contractors with the Railway. f) "Open Tenders" shall mean tenders invited in open and public manner with adequate notice. g) "Works" shall mean the works contemplated in the drawings and schedules set forth in the Tender forms and required to be executed according to specifications. h) "Specifications" shall mean the specifications for materials and works, Southern Railway, with up to date correction slips issued under the authority of Chief Engineer and as amplified, added to or superseded by special specifications/conditions if any, appended to the Tender Forms. i) "Schedule of Rates of Southern Railway" shall mean the schedule of rates issued under the authority of the Chief Engineer from time to time with upto date correction slips. j) "Drawings" shall mean the drawings, plans and tracings or prints thereof annexed to the Tender Forms, and/or issued for the execution of the work. 2. Words importing the singular number shall also include the plural and vice versa where the context requires.

3. These Regulations for Tenders and Contracts shall be read in conjunction with the General Conditions of Contract which are referred to herein and shall be subject to modifications, additions or supersession by special conditions of contract and/ or special specifications, if any, annexed to the Tender Forms.

3 4. A contractor who has not carried out any work so far on this Railway should furnish particulars regarding: a) His position as an independent Contractor. b) His capacity to undertake and carry out works satisfactorily, as vouched for by a responsible official or firm. c) His Previous experience on works similar to that to be contracted for, in proof of which original certificates or testimonials may be called for and their genuineness verified, if need be, by reference to the signatories thereof. d) His knowledge from actual personal investigation of the resources of the zone or zones in which he offers to work. e) His ability to supervise the work personally or by competent and duly authorised agents. f) His financial position.

5. Should a Tenderer find discrepancies in, or omissions from the drawings or any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written intimation to all Tenderers. It shall be understood that every endeavour has been made to avoid any error which can materially affect the basis and scope of the tender and the successful Tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no claim on account thereof.

6. (a) The Tenderer shall be required to deposit the full earnest money deposit with the Tender as a security deposit for the due performance of the stipulation to keep the offer open till such date as might be specified in the tender. It shall be understood that the tender documents have been sold/issued to the Tenderer and the Tenderer is permitted to tender in consideration of the stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Chief Engineer/ Senior divisional signal & Telecom Engineer/ divisional signal & Telecom Engineer of Southern Railway. Should the Tenderer fail to observe or comply with the said stipulation, the full earnest money amount shall be forfeited to the Railway.

b) If the tender is accepted this earnest money will be retained as part security for the due and faithful fulfilment of the contract in terms of Clause 16 of the General Conditions of Contract. The earnest money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

7. (a) Before submitting a tender, the Tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the Tender Forms are adequate and all inclusive to accord with the provisions in Clause 37 of the General Conditions of Contract for the completion of the works to the entire satisfaction of the Engineer.

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

4 The Railway will not be bound by any power of attorney granted by the Tenderer or any changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the Contractor.

8. Tenders received will be opened and, if practicable the names of the Tenderers and rates will be read out by the Chief Engineer (Construction/ Projects) or his representatives at the stipulated date and time mentioned in the tender notice, in the presence of such of the Tenderers, or their agents as may choose to attend.

9. The Railway reserves the right of not to invite tenders for any work or works, or to invite open or limited tenders, and when tenders are called, to accept a tender in whole or in part or reject any tender or all tenders without assigning any reasons for any such action.

CONTRACT DOCUMENTS

10. The Tenderer whose tender is accepted shall be required to attend the Office of the Sr.Divisional Signal & Telecom Engineer, Southern Railway, Madurai as the case may be in person, or if a firm or corporation, a duly authorised representative shall so attend, and to execute the contract documents within 7 days after notice that the contract has been awarded to him/them. Failure to do so shall constitute a breach of the contract effected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.

In the event of any Tenderer whose tender is accepted refuses to execute the contract documents as herein before provided, the Railway may determine that such Tenderer has abandoned the contract and thereupon his tender and the acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the earnest money and to recover liquidated damages for such default.

11. The Tenderer, whose tender is accepted shall sign the agreement in the proforma at page 12.

12. If any item is excluded by the Tenderer while submitting his tender, Sr.Divisional Signal & Telecom Engineer may reject the tender.

5 CONDITIONS OF TENDER

1. The drawings for the works can be seen in the Office of Chief Signal & Telecommunication Engineer, Projects, Southern Railway, Chennai - 600 003 or the concerned Sr.Divisional Signal & Telecommunication Engineer, Southern Railway, Madurai as mentioned in the special conditions of contract during office hours.

2. General Conditions of Contract, Basic Schedule of Rates and Specifications for Materials and Works of Southern Railway can be seen at the Office of Chief Engineer, Construction/ Projects, Southern Railway, Chennai - 8

3. The Tenderer/Tenderer(s) shall quote rate as mentioned in the special conditions of contract. The quantities shown in the attached Schedules are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy. The Railway does not guarantee work under each item of the Schedule.

4. Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by the Tenderer/Tenderers in his/their entries must by attested by him/them.

5. The works are required to be completed within the time period stipulated in the special conditions of contract. The work is deemed to commence from the date of issue of letter of acceptance. The work other than earthwork will have to be maintained for the period as mentioned in the special conditions of contract after the completion of the work.

6. (A) The tenderers are required to submit Earnest Money Deposit amount, only on online gateway payment through multiple bank, net banking, debit card & credit card.

No interest shall be payable on the Earnest Money deposit.

(B) The Tenderer shall hold the offer open till such date as may be specified in the tender. It is understood that the tender documents have been sold/issued to the Tenderer and the Tenderer is being permitted to tender in consideration of the stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Chief Signal & Telecommunication Engineer / Projects of Southern Railway. Should the Tenderer fail to observe or comply with the foregoing stipulation the amount deposited as security for the due performance of the above stipulations shall be forfeited to the Railway. If the tender is accepted the amount of earnest money will be held as security deposit for the due and faithful fulfilment of the contract. The earnest money of other Tenderers will save as hereinbefore provided, be returned to the unsuccessful Tenderers but the Railway shall not be responsible for any loss or depreciation that may happen to security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the earnest money while in their possession, nor be liable to pay interest thereon.

7. It shall not be obligatory on the said authority to accept the lowest tender and no Tenderer/Tenderers shall demand any explanation for the cause of rejection of his/their tender.

6 8. If the Tenderer deliberately gives/Tenderers deliberately give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage. The entire EMD with Railway will be forfeited. In addition, action will be taken to suspend the business with the tenderer for a specified period of not less than six months at the discretion of the Administration.

9. If a Tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender the Railway shall deem such tender as cancelled, unless the firm retains its character.

10. The earnest money including the amount taken as security deposit for the due performance of the stipulation to keep the offer open till the date specified in the tender will be refunded to the unsuccessful Tenderer/Tenderers within a reasonable time. The earnest money deposited by the Successful Tenderer/Tenderers will be retained towards the security deposit for the due and faithful fulfilment of the contract but shall be forfeited if the Contractor fails/ Contractors fail to execute the Agreement or start the work within reasonable time (to be determined by the Engineer-in-charge) after notification of the acceptance of his/their tender.

11. Non compliance with any of the conditions setforth hereinabove is liable to result in the tender being rejected.

12. The authority for the acceptance of the tender will rest with the Sr.Divisional Signal and Telecommunication Engineer, Southern Railway, Madurai Division, Madurai, who does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider any particular tender or tenders.

13. The successful Tenderer/Tenderers shall be required to execute an Agreement with the President of India acting through the Sr.Divisional Signal and Telecommunication Engineer or his accredited officer for carrying out the work according to the General Conditions of Contract and Specifications for Works and Materials 1969 of the Railway including the corrections slips from time-to-time.

14. The tenderer shall keep the offer open for a minimum period stipulated in the tender from the date of opening of the tender within which period the Tenderer cannot withdraw his offer, subject to the period being extended further if required, by mutual agreement from time-to-time. Any contravention of the above condition will make the Tenderer liable for forfeiture of his initial security.

15. The Administration does not agree to pay Sales-tax in addition to the price quoted.

16. Should a Tenderer be a retired Engineer of the gazetted rank or any other gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not, in the Engineering Department of any of the Railways owned and administered by the President of India for the time being, or should a Tenderer being partnership firm have as one of its partners a retired Engineer or a retired gazetted officer as aforesaid, or should a Tenderer being an incorporated company have any retired Engineer or retired officer as one of its directors, or should a Tenderer has in his employment any retired engineer or retired gazetted officer from the said service and in cases where such

7 Engineer or officer had not retired from Government service atleast two years prior to the date of submission of the tender as to whether permission for taking such contract, or, if the Contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be or to make employment under the Contractor, has been obtained by the Tenderer or the Engineer or the officers as the case may be from the President of India or any officer duly authorised by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired gazetted officer is so associated with the Tenderer, as the case may be, shall be rejected.

17. Should a Tenderer or Contractor being an individual on the list of approved Contractors, have a relative employed in gazetted capacity in the Signal and Telecommunication Department of the Southern Railway, or in the case of partnership firm or company incorporated under the Indian Company Law should a partner or a relative of the partner or a shareholder or a relative of a shareholder be employed in gazetted capacity in Signal and Telecommunication Department of the Southern Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tenders, failing which the tender may be rejected, or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision on Clause 62 of the General Conditions of Contract.

8 Proforma to be filled in and signed by the Tenderer and submitted along with the tender with reference to Clauses 17 and 18 of the Conditions of Tender

Strike out whichever is not applicable

I. The undersigned :

(a) is a retired gazetted officer holding prior to retirement a pensionable/non- pensionable post in Signal and Telecommunication Department of ______Railway.

(b) is a partnership firm having as one of its partners a retired Engineer or a retired gazetted officer as aforesaid.

(c) is an incorporated company having any such retired Engineer or retired officer as aforesaid, as one of its directors.

(d) is having in my employment any retired Engineer or retired gazetted officer as aforesaid.

(e) has no such retired Engineer or retired gazetted officer so associated with me as stated above.

II. If falling under any of the above categories (a) to (d) particulars of the officer may be furnished hereunder :

(1) Post held before retirement …. ______

(2) Date of retirement …. ______

(3) If not retired at least two years prior to …. ______date of submission of tender state whether permission for taking such contracts has been obtained from the President of India or any officer duly authorised in this behalf.

III. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or relatives employed in gazetted capacity in the Engineering Department of the Railways, particulars of such relatives in the Railway may be furnished hereunder :-

(1) Name .. ______

(2) Designation .. ______

(3) Relationship .. ______

9 ANNEXURE I

TENDER

Name of Work: Reliability improvement work and pending work in Sengottai – Punalur – Quilon section in signaling arrangement.

To The President of India, Acting through the Sr.Divisional Signal & Telecommunication Engineer, Southern Railway, Madurai Division, Madurai – 625016.

1. We ______have read the various conditions of Tender attached hereto and hereby agree to abide by the said conditions. We also agree to keep this Tender open for acceptance for a period of ______days from the date fixed for opening the same and in default thereof will be liable for forfeiture of our “Earnest Money Deposit”. We offer to do this work at the rates quoted in the attached schedule and hereby bind ourselves to complete this work within ______months from the date of issue of execution of agreement or date of issue of letter of intent whichever is earlier. We also hereby agree to abide by the General and Special conditions of Contract and to carry out the work according to the specifications for materials and works laid down by the Railways for the present Contract.

2. A sum of `______is herewith forwarded as “Earnest Money Deposit”. The full value of the same shall stand forfeited without prejudice to any other rights or remedies if,

a. We do not execute the Contract document within 14 days after receipt of notice issued by Railways that such documents are ready, or

b. We do not commence the work within 7 days after receipt of orders to that effect.

3. Until a formal agreement is prepared and executed, we agree that the letter of acceptance of the Tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us.

Signature of the Contractor Contractor’s address & date

Signature of witnesses

1.

2.

10 ANNEXURE II

AGREEMENT FOR WORKS

I.CONTRACT AGREEMENT No.______dated ____ ARTICLES OF AGREEMENT MADE this ____day of ______between the “President of India" acting through the Sr.Divisional Signal and Telecommunication Engineer of Southern Railway Administration hereinafter called the "Railway" of the one part and ______hereinafter called the "Contractor" of the other part.

II. WHEREAS the Contractor has agreed with the Railway for the performance of the work setforth in the schedule hereto annexed and in conformity with specifications of the Southern Railway and special conditions and special specifications and drawings hereto annexed, if any, and General Conditions of Contract AND WHEREAS the performance of the said work is an act in which the public are interested.

III. AND WHEREAS the Contractor has deposited a sum of Rs._____ towards the earnest money AND WHEREAS the balance of security deposit after adjustment of earnest money of Rs._____ originally paid by the contractor is at the instance of the Contractor recovered at 10 percent of the value of the running bill till all the amount of security deposit of Rs.______is fully recovered.

IV. NOW THIS INDENTURE WITNESSTH that in consideration of the payments to be made by the Railway, the Contractor will duly perform the said works in the said schedules setforth and shall execute the same with great promptness, care and accuracy in a workmanlike manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings and said conditions of contract within the stipulated period as mentioned in the special conditions of contract from the date of issue of letter of acceptance and will maintain the said works as stipulated in the schedule attached from the certified date of their completion and will observe, fulfil and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein), AND the Railway doth hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the final completion thereof the amount due in respect thereof, at the rates set forth in the annexures annexed.

V. It is hereby agreed and declared that all the provisions of the said specifications, conditions of contract which have been carefully read and understood by the Contractor, and the printed Schedule of Rates including the General Instructions contained in Pages I to III thereof, shall be binding upon the Contractor and upon the Railway Administration as if the same had been repeated herein and shall be read as part of these presents.

VI. The cost of stamp duty on the agreement shall be borne by the Railway Administration.

Signature of witnesses with {1. ______Contractor ______address to signature of Contractor {2.______Address ______Date : ______Designation ______Southern Railway for President of India.

11 CHAPTER – I

Name of Work : Reliability improvement work and pending work in Sengottai – Punalur – Quilon section in signaling arrangement.

To

The President of India, Acting through the Sr.Divisional Signal & Telecommunication Engineer, Southern Railway, Madurai Division, Madurai – 625016.

1. We ______have read the various conditions of Tender attached hereto and hereby agree to abide by the said conditions. We also agree to keep this Tender open for acceptance for a period of ______days from the date fixed for opening the same and in default thereof will be liable for forfeiture of our “Earnest Money Deposit”. We offer to do this work at the rates quoted in the attached schedule and hereby bind ourselves to complete this work within ______months from the date of issue of execution of agreement or date of issue of letter of intent whichever is earlier. We also hereby agree to abide by the General and Special conditions of Contract and to carry out the work according to the specifications for materials and works laid down by the Railways for the present Contract.

2. A sum of Rs.______in the form of Cash/ Banker’s Cheque/ Demand Draft/ Fixed Term Deposit Receipt No.______dated ______issued by Bank ______branch ______is herewith forwarded as “Earnest Money Deposit”. The full value of the same shall stand forfeited without prejudice to any other rights or remedies if,

c. We do not execute the Contract document within 14 days after receipt of notice issued by Railways that such documents are ready, or

d. We do not commence the work within 7 days after receipt of orders to that effect.

3.Until a formal agreement is prepared and executed, we agree that the letter of acceptance of the Tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us.

Signature of the Contractor Contractor’s address & date

Signature of witnesses

1.

2.

12 INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDERING

1 INVITATION OF TENDERS : Sr.DSTE/Madurai invites E Tender for the work as mentioned below: Reliability improvement work and pending work in Sengottai – Punalur – Quilon section in signaling arrangement.

2. SCOPE OF WORK : The work involves excavation of cable trench in all types of soil, cable laying, refilling, placing of cable markers, track/road crossing, supply and provision of GI/DWC/RCC pipe, termination, casting of concrete foundation for signals, erection of colour light signal, supply of signal unit 4/3/2 aspects, ground shunt signal, calling ON signal, route indicator, 25/60mm PBT terminal, PBT fuse block, painting and lettering of existing colour light signals, replacement of aspects in existing signals, QBCA1, LED ECR relays, EKT, supply and installation of secondary cells, provision of RDSO approved earth leakage detector, upgradation and integration of Datalogger, supply and installation of RTU, supply of invertor, supply and installation of Fuse auto change over, supply of various types of cranks, goods warning board, 32mm solid rod, guide roller assembly, supply and commissioning of Diesel Generator, installation and testing of emergency panel etc. as per the schedules

The work to be executed as per the instructions of the representatrive of Sr.DSTE/MDU at site and as per the schedules for the work in the sections Sengottai – Pulanur – Quilon in Madurai Division.

2.1 The scope of this work along with the list of stations where the works are to be carried out and the relevant signalling plan/sketch No. are furnished in Chapter IV of Volume-I.

2.2 Clarification about the latest policies/ practices for execution can be received from the Office of Chief Signal & Telecom Engineer/Chennai, Chennai-600 003.

3 SUBMISSION OF OFFERS : 3.1 All offers in the prescribed forms ( Vol.I & Vol.II) should be submitted before the time and date fixed for the receipt of the offers. Offers received after the stipulated time and date will be summarily rejected.

3.2 In case the date of opening happens to be a holiday, the tender will be received and opened at the same time on the next working day.

3.3 All offers shall be either type written or written neatly in indelible ink in English. Each page of the offer must be numbered consecutively. A reference to total number of pages comprising the offer must be made at the top right hand corner of the top page.

3.4 All copies of the tender paper (Vol.I & Vol.II) shall be signed in ink by the tenderer, on each page including closing page, in token of his having studied the Tender papers carefully.

3.5 RATES IN FIGURES & WORDS :- All prices and other information like discounts, etc. having a bearing on the price shall be written both in figures and in words in the prescribed offer form. In case of difference in words and figures the amount written in words will be taken into consideration. Tenderers are required to quote the rate,

13 which are inclusive of Value Added Tax/State Sales Tax in tender forms as ‘D’ form has been withdrawn. If inclusion of the same is not indicated specifically, the offer will be evaluated as per the rates quoted and no claim will be entertained in this account at a later date.

3.6 ATTESTATION OF ALTERATION :- No scribbling is permissible in the tender documents. Tender containing erasures and alterations in the tender documents are liable to be rejected. Any correction made by the tenderer in his entries must be self - attested .

3.7 The tenderer shall upload his offer/tender along with the following in the E portal www.ireps.gov.in i) Offer letter complete. ii) The rates/ Single percentage for the complete schedule of works as detailed in Chapter-II of Volume-I (both in figures and words). iii) A Receipt for having deposited the Earnest money for ```1,88,920/- [Rupees One lakh eighty eight thousand nine hundred and twenty only]. The EMD submitted should cover the entire validity period of the offer. Tenders not accompanied by the requisite EMD will be summarily rejected. iv) Turnover: Documentary proof of turnover shall be submitted in any of the following means: (If stipulated in the eligibility criteria of Tender Notice). (a) ITCC submitted along with the tender. The contract amount of the latest three years will be taken for verifying the credentials. (b) Documentary evidence duly certified by Chartered Accountant/Company Auditor, audited balance sheet, certificate issued by Railway Officers not below the rank of JA grade. v) A copy of partnership deed and affidavit for proprietorship. vi) Tenderer's credentials. vii) If the tenderer wants to give any deviation, the statement of Deviations for any clause or sub-clause of “General Conditions of Contract”, “Special Conditions of Contract”, “Instructions to tenderers and conditions of tendering”, which he proposes with detailed justification for deviation proposed should be submitted in the format given as Form No.I in Vol.I. viii) Similar works executed. Particulars regarding supplies of similar equipments, testing and commissioning and details of project or major works executed of similar nature.

(a) For the purpose of single similar nature of work, the Experience Certificate should be attached to the tender document as per proforma given as Form No.II in Vol.I, which can be filled up and signed by the tenderer, in case the format issued by the Executive is different. The certified copies of relevant Experience Certificate are also to be enclosed. (b) With respect to Railways, the experience certificate should have been issued by atleast a JA Grade Officer. With respect to other Government departments and PSUs, the certificate issued at the level of Executive Engineer and above can be taken as valid. (c) The tendrer shall note that the credentials /experience certificates for the works executed by them as sub-contractor to main contractor of

14 govt.dept./PSUs will not be considered and the credentials for the work executed by them directly for Govt.Dept/PSU as main contractor will only considered. x) Should a tenderer be a retired Engineer of the Gazetted Rank or any other Gazetted Officer working before his retirement, whether in the Executive or Administrative capacity or whether holding a pensionable post or not in the Engineering Department of any of the Railways owned and administered by the President of India for the time being or should a tenderer being partnership firm have as one of its partners a retired Engineer or a retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any such retired Engineer or retired Officer as one of its Directors, or should a tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or Gazetted officer from the said service and in case where such Engineer or Officer has not retired from Government Service at two years prior to the date of submission of the Tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company to become a partner or Director as the case may be, or to take employment under the contractor, has been obtained by the Tenderer or the Engineer or the Officer as the case may be from the President of India or any Officer duly authorized by him in this behalf shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or Retired Gazetted Officer is so associated with the Tenderer, as the case shall be rejected. xi) Complete technical data and particulars of the equipment offered, as specified in the Tender papers together with descriptive literature, leaflets, etc. 3.8 Non-compliance with all or any of the condition said forth therein above is liable to result in the tender being rejected.

3.9 Tender Committee may at their discretion call for the originals of the credentials for verification from the tenderers or any clarifications/confirmations on the contents of the documents submitted.

3.10 In case the Certificates/Documents produced are proved to be false/ fabricated, the entire earnest money is liable to be forfeited in addition to banning their business with the organisation for a specified period of not less than six months at the discretion of the Administration.

4 ELIGIBILITY CRITERIA for tenders costing above `50 Lakhs: Tenderers are required to satisfy the following eligibility criteria (for advertised tender value exceeding `50 lakhs and upto `5 Crores :- a. Should have completed in the last At least one similar single work for a three financial years (ie., current year minimum value of 35% of the advertised +3 previous financial years) tender value of the work. b. The total contract amount received Should be a minimum of 150% of the during the last three financial years advertised Tender value of work. The and in the current financial year Tenderer has to produce attested certificate from the employer/ client, audited balance sheet duly certified by the chartered accountant etc., along with the Tender offer

15 DEFINITION OF SIMILAR NATURE OF WORK Any signal works involving EI or RRI or PI or IBS or IBH or LCGate or Yard modification or UFSBI or (AFTC or DC TC) or (SSDAC or MSDAC or HA-SSDAC) or Automatic signalling.

The tenderer shall submit along with the tender document, documents in support of his/their claim to fulfill the eligibility criteria as mentioned in the tender document. Each page of the copy of documents/certificates in support of credentials, submitted by the tenderer, shall be self-attested/digitally signed by the tenderer or authorized representative of the tendering firm. Self-attestation shall include signature, stamp and date (on each page). Only those documents which are declared explicitly by the tenderer as “documents supporting the claim of qualifying the laid down eligibility criteria ”, will be considered for evaluating his/their tender.

“The tenderes shall submit a notarized affidavit on a non-judicial stamp paper stating that they are not liable to be disqualified and all their statements/documents submitted along with bid are true and factual. Standard format of the affidavit to be submitted by the bidder is enclosed as annexure-A[Page No.101-102]. Non submission of an affidavit by the bidder shall result in summary rejection of his/their bid . And it shall be mandatorily incumbent upon the tenderer to identify, state and submit the supporting document duly self attested by which they/he is, qualifying the Qualifying Criteria mentioned in the Tender Document. It will not be obligatory on the part of Tender Committee to scrutinize beyond the submitted document of tenderer as far as his qualification for the tender is concerned.”

The Railway reserves the right to verify all statements, information and documents submitted by the bidder in his tender offer, and the bidder shall, when so required by the Railway, make available all such information, evidence and documents as may be necessary for such verification. Any such verification or lack of such verification, by the railway shall not relieve the bidder of its obligation or liabilities hereunder nor will it affect any rights of the railway there under.

In case of any wrong information submitted by tenderer, the contract shall be terminated, Earnest Money Deposit (EMD), Performance Guarantee (PG) and Security Deposit (SD) of contract forfeited and agency barred for doing business on entire Indian Railways for 5(five) years.

4.1 Documentary proof (in the form of attested scanned copies of certificates) of satisfaction of eligibility criteria should be uploaded along with the offer. The offers of tenderers who do not pass the prescribed eligibility criteria will be rejected.

5 LOCAL CONDITIONS : 5.1 Need of tenderer’s careful study of conditions & site conditions : The intending tenderer is advised to study tender papers, concerned specification and other instructions carefully. The tenderer shall inspect the proposed site of work and acquaint himself with the site conditions, working hours, layout of land, trees and shrubs that he will have to cut, type of strata likely to be met while excavation, stacking space for materials, approach roads, pathways available etc. and all relevant items connected with execution for the work. No claim shall be entertained for the contractors making his own arrangements for approach roads from outside Railway Land and contractors will bear entire expenses such as road taxes, payment for right of way, etc. to outsiders and for constructions of approach roads, etc. The submission

16 of tender shall be deemed to have been done after careful study and examination of the tender papers with full understanding of the implication thereof, unless otherwise, specifically commented upon by the tenderer in his quotation. Failure to adhere to any one or all these instructions may render his offer liable to be ignored without any reference.

5.2 No request for the change of price, or time schedule of delivery of stores shall be entertained after the offer is accepted by the Railways on account of any local condition or factor. 5.3 In the event of the tenderer desiring to have an independent field survey before furnishing his quotations, he may apply to Railways for permission in this regard. Such permission will be given in writing by the Railways but the expenses in this regard will be borne by the tenderer completely.

5.4 Should a tenderer find discrepancies in, or omission from the drawing or any of the Tender papers or he has any doubt to their meaning, he should at once notify the Railway who may send a written clarification to all tenderers.

6 TENDERERS TO ADVISE STRENGTH OF STAFF : 6.1 Tenderer should advise the number of Engineer, Supervisors and Cable Jointers/Artisans employed by him or going to be employed with their names, qualifications, bio-data and experience in this particular trade under consideration along with the Tender.

6.2 Irrevocable letters of commitment of the said supervisors and key technicians/artisans for doing the works shall be furnished along with tender papers, if they are not already in employment of the tenderer.

6.3 All agencies and contractors shall have Provident Fund Code Number and all the contract employees deployed by them are enrolled as members of Provident. Para 30(3) of the Employees’ Provident Fund Scheme, 1952 which provides that is shall be the responsibility of the principal employer to pay both the contributions payable by him in respect of the employees directly employed by him and also in respect of the employees employed by or through a contractor. However, it is not applicable to owner self employed.

7 CONSORTIUM BID : Consortium/Joint ventures will not be accepted and all the credentials in proof of fulfilling eligibility criteria specified in the tender documents have to be in the name of sole tenderer only.

8 VALIDITY OF OFFER : 8.1 The tenderer shall keep the offer open for a minimum period of 45(Forty five)days from the date of opening of tender. Within that period, the tenderer cannot withdraw his offer subject to the period being extended further if required by mutual agreement from time to time. Any contravention of the above condition will make the tenderer liable for forfeiture of his Earnest Money Deposit.

9. UNIT PRICES : 9.1 The unit prices quoted by the Contractor should be inclusive of all Taxes, viz. GST, Octroi and levies imposed by the Central and State Governments and taken into

17 consideration of all relevant factors unless otherwise authorised by the concerned State Government Sales Tax Authorities.

9.2 The description of items are given as a guide and the quantities given are approximate only and are subject to variation according to the needs of the Railways. The Railways accept no responsibility for their accuracy. The Railways do not guarantee work under each item of schedule.

9.3 The unit prices offered against the various items will include besides Labour the following elements of cost: 9.4 “The tenderer for carrying out any construction work in Tamilnadu must get themselves registered from the Registering Officer under section-7 of the Building, and other Construction Workers Act, 1996 and rules made thereto by the Tamilnadu Govt. and submit certificate of Registeration issued from the Registering Officer of the Tamilnadu Govt. (Labour Dept.). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.”

9.3.1 Cost of all materials required for laying the cables, casting of foundations, erection of Signals, Apparatus cases, Junction Boxes, Installation of track circuits and Point machines including their transport to site and all other incidentals connected therewith excluding the materials supplied by the Railways.

9.3.2 Cost of transportation of materials including loading, unloading, handling charges, etc. supplied by the Railways from place of delivery to the site of work.

9.3.3 Collection of balance cables, materials left over after the work, if any and materials released and handing over to the Railway Engineers at specified location. 9.3.4 All other miscellaneous expenses necessary for the execution of the work and fulfilment of the contractual obligations.

9.4 The contractor shall be responsible for undertaking repairs if any, to crates, cable drums packing cases, etc. for safe transport of materials from Railway’s specified depot to the site of work. The contractor should also undertake necessary repairs to crates drums etc. in respect of unused materials required to be returned to the purchaser. No extra payment will be made on this account.

9.5 Materials to be supplied by the tenderer and by Railways are indicated separately in Vol.I. However, any particular item of material not included in the Contractor’s list or in the Railway’s list, but if still required to complete the works, the tenderer shall include such items of materials in his tender and quote for the same.

10 RATES DURING NEGOTIATION : The tenderer shall not increase his quoted rates in case the Railway Administration negotiates for reduction of rates. Such a negotiation shall not amount to cancellation or withdrawal of the original offer and the rates originally quoted will be binding on the tenderer.

11 NON TRANSFERABILITY AND NON REFUNDABILITY : The tender documents are not transferable. The cost of tender paper is not refundable

18 12 ERRORS OMISSIONS & DISCREPANCIES : The Contractor(s) shall not take any advantage of any mis-interpretation of the conditions due to typing or any other error and if in doubt, shall bring it to the notice of the Engineer, without delay. In case of any contradiction only the printed rules and books should be followed and no claim for the misinterpretation shall be entertained.

13 WRONG INFORMATION BY THE TENDERER : If the tenderer deliberately gives wrong information in his tender, creates circumstances for the acceptance of his tender, the Railway reserves the right to reject such tender at any stage.

14 AUTHORITY FOR ACCEPTANCE : The authority for the acceptance of the tender will rest with the competent authority of the Southern Railway on behalf of President of India. It shall not be obligatory on the said authority to accept the lowest or any tender or to assign any reason for non- acceptance or rejection of a tender. The Railway reserves the right to accept any tender in respect of the whole or any portion of the work specified in the tender paper or to sub-divide the work among different Tenderers or to reduce the work or to accept any tender for less than the tendered quantities without assigning any reason whatsoever.

It shall not be obligatory on the said authority to accept the lowest tender and no tenderer shall demand any explanation for the cause of rejection of his tender.

15 AGREEMENT : The successful tenderer shall be required to execute an agreement with The President of India acting through the Sr.Divisional Signal and Telecommunication Engineer, Southern Railway, Madurai or his accredited officer for carrying out the work according to the General Conditions of the Contract and specifications of contract including the correction slips issued from time to time.

16 FOREIGN EXCHANGE : No foreign exchange and/ or import license will be released/ provided to the contractor in connection with this contract.

17 TENDERERS’s ADDRESS : Tenderer shall state in the tender his postal address fully and clearly. Any communication sent to the tenderers by post at his said address, shall be deemed to have reached the tenderer duly & timely, not withstanding the fact that the communication could not reach the tenderer at all or in time for whatever reason. Important documents shall be sent by Registered post.

The tenderers shall go through the instructions contained in the “Regulation for tenders and contracts and conditions of Tender” before submitting their offers. All the relevant blank spaces in the booklet must be suitably filled in and returned with the tender documents duly signed by the tenderers.

18 EXECUTIVE INCHARGE OF WORK: Indicated in Chapter-II of Volume-I

19 19 SCHEDULE OF WORK: The schedule of works are indicated in Chapter-II of Volume-I. The tenderer should quote the rates for all the schedules of work in both words and figures.

20 COMPLETION PERIOD OF WORK : The work is to be completed within 6(Six) Months from the date of issue of Letter of Acceptance.

21 LIST OF MATERIALS TO BE SUPPLIED BY RAILWAYS: List enclosed in Chapter III of Vol.I as Annexure B-2.

22 LIST OF MATERIALS TO BE SUPPLIED BY CONTRACTOR : List enclosed in Chapter III of Vol.I as Annexure B-1.

23 STORES DEPOT FROM WHERE THE MATERIALS SUPPLIED BY RAILWAYS ARE TO BE COLLECTED BY THE CONTRACTOR : Indicated in Chapter-II of Volume-I.

26. PROVISION OF EFFICIENT AND COMPETENT STAFF AT WORKS SITES BY THE CONTRACTOR: 26.1 The contractor shall place and keep on the works at all times efficient and competent staff to give the necessary directions to his workmen and to see that they execute their work in sound & proper manner and shall employ only such supervisors, workmen & labourers in or about the execution of any of these works as are careful and skilled in the various trades.

26.2 The contrator shall at once remove from the works any agents, permitted sub- contractor, Supervisor, workman or labourer who shall be objected to by the Engineer and if and whenever required by the Engineer, he shall submit a correct return showing the names of all staff and workmen employed by him.

26.3 In the event of the Engineer being of the opinion that the contractor is not employing on the works a sufficient number of staff and workmen as is necessary for proper completion of the works within the time prescribed, the contractor shall forthwith on receiving intimation to this effect deploy the additional number of staff and labour as specified by the Engineer within seven days of being so required and failure on the part of the contractor to comply with such instructions will entitle the Railway to rescind the contract under clause 62 of these conditions.

26A. DEPLOYMENT OF QUALIFIED ENGINEERS AT WORK SITES BY THE CONTRACTOR : 26A.1 The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma Holder Engineer, based on value of contract, as may be prescribed by the Ministry of Railways through separate instructions from time to time.

26A.2 In case the contractor fails to employ the Engineer, as aforesaid in para 26A.1, he shall be liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways through separate instructions from time to time for the default period for the provisions, as contained in para 26A.1.

26A.3 No. of qualified engineers required to be deployed by the contractor for various activities contained in the works contract shall be specified in the tender documents as ‘special condition of contract’ by the tender inviting authority.

20 CHAPTER - II

A B S T R A C T S U M M A R Y

Name of Work : Reliability improvement work and pending work in Sengottai – Punalur – Quilon section in signaling arrangement.

TENDER NOTICE No.: U-SG-07-2018-19-1

Executive in-charge: Sr.DSTE/MDU

Stores depot for collecting Railway materials: Madurai

Railway assessed value of the Tender for ```94,45,616/- items of schedule

21 SUMMARY

Name of the work: Reliability improvement work and pending work in Sengottai – Punalur – Quilon section in signaling arrangement

Railway assessed value of the Tender for items of schedule ```48,24,253.56/- and sub schedule –A (SOR items).

Single percentage quoted by the Tenderer (in figures and words)

EXAMPLE FOR FILLING UP SINGLE PERCENTAGE :

If the Tenderer intends to quote on par with estimated rates, he shall write “RATES ON PAR”. If the Tenderer intends to quote IN EXCESS OVER the estimated rates, he shall write “+(PLUS)%”. If the Tenderer intends to quote LESS than the estimated rate, he shall write “- (MINUS)%”.

22 SCHEDULE

Name of the work Reliability improvement work and pending work in Sengottai – Punalur – Quilon section in signaling arrangement

SCHEDULE - A (SOR ITEMS ) Sl. SOR Description Unit Qty. Rate in ``` Amount in ``` No. Ref. 1 10_101 Excavation of cable trench 1m Mtrs 4500 34.65 155925.00 depth X 0.3m width 2 10_110 Provision of GI pipes 50/100mm Mtrs. 100 168.08 16808.00 dia in hard rocky area 3 10_113 Placing of one row of country Mtrs. 4,000 48.76 195040.00 bricks breadthwise 4 10_111 Laying of Signalling/ power/ Mtrs. 6,000 9.83 58980.00 telecom cable 5 10_112 Placing of one row of country Mtrs. 500 23.92 11960.00 bricks lengthwise vertically 6 10_115 Refilling of cable trench 1m depth Mtrs. 4,500 8.33 37485.00 X 0.3m width 7 10_118 Supply of cable markers (RCC Nos. 100 166.29 16629.00 type) 8 10_119 Placing of cable markers and Nos. 100 121.43 12143.00 concreting (RCC type) 9 10_204 Erection of CT boxes and Nos. 25 3,394.50 84862.50 concreting (for cable throughing) 10 10_247 Supply of cable termination box Nos 25 9266 231650.00 (FRP type) 11 10_108 Provision of GI pipes 50/100mm Mtrs. 100 181.95 18195.00 dia over RCC bridges/Drainage/culverts 12 10_122 Supply of GI pipe-50mm dia, 3.65 Mtrs 200 343.2 68640.00 mm thick 13 10_106 Provision of DWC/RCC pipe at Mtrs 30 208.35 6250.50 1m depth for track crossing 14 10_107 Provision of DWC/RCC pipe at Mtrs 30 270.83 8124.90 1m depth for Road crossing 15 10-121 Supply of DWC pipe 103.5mm Mtrs 60 263.2 15792.00 inner Dia 120 mm outer Dia 16 10_201 Casting of foundation and erection Nos. 12 9,875.30 118503.60 of apparatus case - Full size 17 10_202 Casting of foundation and erection Nos 6 6,966.60 41799.60 of apparatus case - Half size 18 10_210a. Termination on 25/60mm PBT Per 640 93.16 59622.40 terminals (new location)(Phynolic Terminal sheet) block 19 10_212c. Wiring of Signal/ Point/ LC Set 6 6137.85 36827.10 control circuit (upto 12 relays/Plug in Type HMU) 20 10_218 Casting of concrete foundation for Nos. 20 5,008.20 100164.00 colour light Signals

23 21 10_219 Erection of colour light Signal and Nos. 25 5,501.20 137530.00 wiring (upto 4 aspects) 22 10_234 Supply and provision of earth Nos. 20 1799.00 35980.00 electrodes (GI) as per Drg no SG/CN/02/13 23 10_238a. Supply of colour light Signal pole Nos. 10 3318 33180.00 4.6m tall and 140 mm dia 24 10_238b. Supply of colour light Signal pole Nos. 20 2974 59480.00 3.6m tall and 140 mm dia 25 10_239 Supply of surface base for colour Nos. 10 4118 41180.00 light Signal 26 10_240a. Supply of ladder with platform Nos. 10 3203 32030.00 (4.6m) for CLS 27 10_240b. Supply of ladder with platform Nos. 10 3089 30890.00 (3.6m) for CLS 28 10_242 Supply of Ground type Shunt Nos. 5 4118 20590.00 Signal 29 10_243a Supply of colour light Signal unit Nos. 2 12,584.00 25168.00 (4 aspect) 30 10_243b Supply of colour light Signal unit Nos. 2 10,296.00 20592.00 (3 aspect) 31 10_ Supply of colour light Signal unit Nos. 2 8,580.00 17160.00 243c. (2 aspect) 32 10_244a. Supply of Junction type route Nos. 2 10,868.00 21736.00 indicator - 1 way 33 10_244b Supply of Junction type route Nos. 2 14,300.00 28600.00 indicator - 2 way 34 10_245a Supply of Calling On Signal Nos. 2 2,059.00 4118.00 35 10_248 Supply of Track lead junction box Nos. 100 1,030.00 103000.00 (FRP type) 36 10_249a. Supply of PBT terminals 25mm Nos. 1000 44 44000.00 centre. 37 10_249b. Supply of PBT terminals 60mm Nos. 100 60 6000.00 centre. 38 10_249c. Supply of PBT fuse block without Nos. 50 82 4100.00 ND fuse 39 10_215 Painting of existing colour light Nos. 30 1,320.00 39600.00 Signals 40 10_217 Filling of earth around locations/ CUM 200 125.02 25004.00 Signals 41 10_228 Replacement of aspect in existing Nos. 2 5,999.25 11998.50 colour light Signals 42 10_253 Supply of lamp proving relay for Nos. 100 3591 359100.00 LED aspects 43 10_254 Supply of QBCA1 heavy duty Nos 30 4140 124200.00 contact relays for point 44 10_257 Supply of electric key transmitter Nos. 25 4,279.00 106975.00 45 10_259 Supply of cast iron - "A" type Nos. 50 5,491.00 274550.00 foundation 46 10_305 Fixing and wiring of additional Per 450 392.7 176715.00 relays Relay

24 47 10_306 Carrying out alterations to the Per 50 376.04 18802.00 existing relay wiring in relay Relay rack/apparatus cases 48 10_250c. Supply of Secondary cells - 2V- Nos. 72 2745 197640.00 120AH capacity 49 10_314a. Installation of 2V-120AH cells in per cell 72 311.55 22431.60 apparatus cases 50 10_334 Supply and installation of distilled Nos. 2 20,281.00 40562.00 water plant 51 10_402 Installation and wiring of LC Nos. 6 3,437.40 20624.40 control panel cum Illuminated diagram board 52 10_414 Installation and wiring of electric Nos. 6 2,943.75 17662.50 key transmitter 53 10_211a. Termination of cables on 25/60mm Per 360 81.68 29404.80 PBT terminals (existing location) Terminal 54 10_209 Termination of cables on existing Per 500 39.78 19890.00 terminals Terminal block Total for Schedule A 34,45,895.40 Add: 40% above SOR 13,78,358.16 Grand Total for Schedule A 48,24,253.56

SCHEDULE - B(NON SOR ITEMS ) Sl. NS Description Unit Qty. Rate in ``` Amount in No. Ref. ``` 1 NSI Integration to data logger wiring - Per 5 configuration of potential free contacts of unit earth leakage detector(ELD) and configuration of all related in puts of each ELD to generate exceptions at Central Monitoring Unit and testing and concerning 2 NS2 Supply of RTU with 32 Digital and 16 no 6 Analog inputs as per RDSO spec no.IRS-S- 99/2006 or latest along with 110v/28v dc-7 Amps charger with 12/42AH mono block cells - 2 nos) with RDSO inspection 3 NS3 Supply of Dual card E1 converters for no 4 Datalogger 4 NS4 Installation and Wiring of 32D/16A RTU No 6 along with supply of necessary 16/0.2 hook up wire and other accessories to RTU as per RDSO guidelines and any miscellaneous materials to complete in this schedule 5 NS5 Installation testing and commissioning of no 6 RTU 6 NS6 Upgradation, testing and commissioning of no 4 existing Efftronics IRS-S-99/2001 model datalogger's CPU & communication cards, available in Madurai division to suit RDSO spec no.IRS-S-99/2006 Amdt 3 or latest

25 along with upgradation of RDSO common protocal software (This work does not includes upgradation of existing digital, analog scanner cards and modem and the existing cards itself can be utilised) 7 NS7 Supply & Provision of External modems for no 6 enabling RTU connectivity in Datalogger 8 NS8 supply of fully charged battery 12v/105AH no 20 capacity for generator self starting similar to Exide Make Model GENPLUS GP 115E4 1L type 9 NS9 Supply of Invertor 24v/10v/500vA used for Nos 8 Railway signaling as per RDSO specification No. IRS .S 82 -92 with Amd 2or Latest. 10 NS10 Supply and instalation of Fuse auto Set 10 changeover system for monitoring health of 6Amps (Type-II)Fuse with automatic changeover facility along with audio and visual indication cabaple of monitoring 24 fuses as per RDSO specification No. RDSO/SPN/ 209/2012 Rev 1.0 or latest 11 NS11 Supply and instalation of fuse auto Set 10 changeover system for monitoring health of 2Amps (Type-I) fuse with automatic changeover facility along with the audio and visual indication capable of monitoring 24 fuses as per RDSO specification No. RDSO/SPN/ 209/2012 Rev1.0 or latest 12 NS12 Supply and instalation of Earth leakage Nos 5 detector ras per RDSO specification No. RDSO/SPN/ 256/2002- 12 Channel. 13 NS13 Supply of signal post telephone with talk Set 10 back facility - comprising of SMC and SPT, hands free listening, working on 2 wire at operating voltage 12 to 24V DC for SMC with extra features such as voice announcement, alarms for battery low, line shrt and line break, band pass noise filter and vandal resistance 3mm thick powder coated MS 14 NS14 Provision of TLD box in connection with LS 72 alteration to the existing Dc track circuits to suit RE/non-RE standard as per approved bonding diagram/direction of railway representative at site. This work includes fixing of TLD boxes, laying of cable TLD to TLD, termination of jumpers and tailcables in TLD, provision of bonding, bondwire clips and provision of track lead connections to track circuit whereever necessary using 2Cx2.5 sq.mm cable/GI

26 bond wire/steel wire rope as per railway direction. Bond pins, clips, paint and trill pit, provision of holes and all other miscellaneous materials/work to complete the scope of this schedule shall be supplied by the contractor. (Supply of TLD boxes with stamp, 2Cx2.5 sq.mm cable, GI bond wire, steel wire rope is not covered in this schedule) 15 NS15 Supply of adjustable straight crank (300mm Nos 20 X450mm) as per RDSO drg no.SA3416/M or latest 16 NS16 Supply of adjustable crank (300mm X Nos 40 450mm) as per RDSO drg no.SA3416/M 17 NS17 Supply of Horizontal crank (300mm x Nos 20 300mm) with Acetal Bush as per RDSO drg no. SA8950 or latest 18 NS18 Supply of Screw joint 33mm (Butt end) as Nos 50 per RDSO Drg no.SA3622/M or latest 19 NS19 Supply of Solid joint 32mm (Butt end) as per Nos 50 RDSO Drg no.SA6050/M(Alt-3) or latest 20 NS20 Supply of Flush joint 32mm (Butt end) as Nos 25 per RDSO Drg no.S6051/M(Alt-3) or latest 21 NS21 Supply of goods warning board of size Nos 32 3mmx535mmx1800mm MS plate with MS angle support at all the edges and centre, suitable clamp to be provided for fixing in a railpost and reflecting enamel yellow,black paint and yellow reflector to be provided on the board as per the railway standard drawing 22 NS22 Supply of steel solid Rod 32mm dia,18 feet Nos 50 long with updirection couplingend in one end and down direction coupling end in other end to RDSO drg.No.S-3635A (or)latest 23 NS23 Supply of one way guide roller assembly to Set 50 RDSO drg no. SA-3537/M (or) latest consists of (i) Trestle -01 no.(Drg no.S- 3534/M) (ii) Roller stand -02 nos. (Drg.no. 3538/M) (iii) Roller top - 01 no.(Drg.no.S- 3540/M) (iv) Roller bottom - 01 no. (Drg.no.S-3539/M) (iv) Top roller pin - 01no. split pin -02 nos. (vi) bolts and nuts 12x40 mm - 04 nos. 24 NS24 Installation and wiring of DG set 15KVA No 8 Single phase. This work includes supply of exhaust pipe, change over switch, phase selection switch and provision of interconnection between the DG set and control panel for provision of change over switch, phase selection switch and painting

27 as per the instruction of railway engineer at site(supply of Diesel Generator set, 15KVA- Single Phase is not covered in the schedule. 2. Iron clad changeover switches- 4pole, 3 position- 63 A capacity, phase selection switch -4 pole, 2 position-63 Amp capacity, Exhaust pipe, asbostoss rope, wire PVC 7/1.4mm copper, PVC pipes and bends, clamps and all other miscellaneous materials required for the work shall be supplied by the contractor) 25 NS25 Installation and testing of Emergency panel No. 6 at station and wiring the same including interconnections and painting. (wire PVC 16/0.2mm copper, soldering materials, LEDs, resistances and all other required miscellaneous materials required to complete the above said work as directed b y Railways shall be supplied by the contractor) (Supply of emergency panel is not inculded in this schedule) Total for Schedule B Note: Tenderer shall quote individual item wise rates for Schedule ‘B’

28

Chapter – III

Annexure-B1 Materials to be supplied by the Contractor ( Only those items are to be supplied which is part of schedule included in annexure A )

WITH RDSO INSPECTION

As per Inspection clause volume II chapter 1 para 19

WITH RITES INSPECTION

As per Inspection clause volume II chapter 1 para 19

WITH CONSIGNEE INSPECTION 1. Cement. 2. Distilled water plant - complete 3. Enamelled number plates/ marker boards 4. EWS locks with keys (one key for 10 locks) 5. Foundation bolts, nuts & washers for apparatus cases of size 20mmx460mm to Drg.No.SA 112 A/M 6. Foundation bolts, nuts & washers for Colour light Signals 24mmx915mm conforming to Drg.No SA 116 A/M. 7. G.I. Pipes 35mm dia with check nuts for CT Boxes 8. G.I. wire for earthing 9. Hard wood shelf plank 37mm thick for apparatus cases and CT boxes 10. Hot line communication as described in the schedule 11. HRC fuses of required ratings 12. Laminated Termite proof particles board - Exterior Grade 25mm thick 13. Low voltage monitoring device as described in the schedule 14. Phynolic synthetic industrial fibre base fine weave cotton fibre sheet - 6mm thick to IS specification 2036 - 1995 - Type F5 sheet of 6mm thick for termination of cables in apparatus cases and diagnostic panel, and 3mm thick for FTOT/ relay rack blanking. 15. Rubber mat not less than 6mm thick to withstand 650V. 16. Scotch light strips (reflectors) for goods warning boards 17. Signal post telephone (talk back) 18. T.W. planks 25mm thick, for fixing track feed resistance, anti-tilting arrangements for shelf type relays, for fixing EKT and for manufacturing Termination Box, Tool Box. 19. TW planks 50X150mm, 50mmx50mm, 25mmx100mm and 25mmx150mm thick for control panel frame, cable clamps and fixing cables. 20. Teak Wood Tool Box containing the following tools: a. Digital Mulltimeter manufactured by Reputed firms similar to Model No.Rish Multi 15S with suitable carrying case and test probes - 1 No. b. Multimeter similar to Model No.HM 102 BZ Hungchung with test probes and suitable carrying case - 1 No. c. Centre zero ammeter 30-0-30 Amps - 1 No. d. Screw drivers adjustable with common handle - 1 Set. e. Spanner double ended 33mm - 1 No.

29 f. Spanners double ended 3/8x1/2" - 1 No. g. Spanners double ended 5/8x3/4" (Taparia/ Geodre make) - 1 No. h. Spanners double ended 7/8x1" (Taparia/ Geodre make - 1 No. i. Hammer 1 1/2 lbs ball pane (Taparia/ Geodre make) - 1 No. j. Hacksaw frame - 1 No. k. Adjustable screw spanner 12" (Taparia/ Geodre make) - 1 No. l. Insulated cutting pliers (Taparia/ Geodre make) - 1 No. m. Insulated nose plier (Taparia/ Geodre make) - 1 No. n. Electric soldering iron 230V 60W - 1 No. Soldron/Philips make o. Megger 500V/ 500Mohms.with Probe - 1 No and SSDAC tool kit as mentioned in 21. 50 way terminal boards 22. 2BA Terminals with clips. 23. 20 pair CT box for telecom cable termination 24. acid/Salammoniac. 25. adhesive paste. 26. alca `P' solder eyre flux. 27. aluminium name plates for cable tags. 28. bricks of size 220mmx100mmx60mm. 29. cable compound. 30. charcoal. 31. clamps for fixing PVC pipes. 32. coal Bengal. 33. coloured twine balls. 34. common salt for earthing. 35. copper Battery lugs and eye lugs. 36. copper eyelets for 16/0.2mm and 1/1.5 sq.mm wires 37. copper tape 20mm x 1.5mm for Bus Bar. 38. cotton waste. 39. decolum sheet for decorative purposes. 40. elecrolytic Condensors of rating depending on the circuitory requirements. The voltage rating shall not be less than twice the working voltage of the circuit. 41. emery and sand papers. 42. fire wood 43. fixing bolts and nuts (brass) for Terminal blocks and Fuse Blocks in FTOT & for fixing plug in type relays, 50 Way terminal board etc. 44. Flexible conduit Pipes 45. Grease yellow. 46. Honey bee wax. 47. Insulating tapes. 48. Kerosene Oil. 49. lead wool for packing signal poles. 50. Exothermic materials from RDSO recommended source 51. lens guard for colour light signal units. 52. MS angles 75X75X10mm and 50X50X8mm for providing interconnections. 53. MS angles 25mmx25mmx6mm, 50mmx50mmx6mm for manufacturing relay fixing frames. 54. MS flats 50mmx6mm & 25mmx6mm for manufacturing relay frames, Signal collar rings, clamps for bridges, boards, for fixing equipments in apparatus cases and also for fixing `E' type locks on doors of apparatus cases, and for latching arrangement.

30 55. Oil axle mineral. 56. Paints of all kinds for IS Specification including anticorrosive paints. 57. Petroleum jelly. 58. Pipe locks/G.I. Locks/NAVTAL locks-6 levers/Padlocks - 50mm with keys. 59. PVC hose pipes of sizes. 60. PVC sleeves of sizes. 61. PVC/Nylon sleeves (Sq.type) for writing cable core particulars 62. Raw wood varnish. 63. River sand (Coarse/Fine) 64. Rosin core best quality 80/20. 65. Rubber gromites. 66. Solder soft high grade. 67. Split pins for all mechanical fittings. 68. Stone Jelly (20-25mm) 69. Tags for terminals. 70. Terminal lugs (copper) for all sizes of wires. 71. Turpentine 72. Wire netting arrangement for CLS units 73. Wood screws (Brass of sizes & nails of sizes)

Note : (i) All materials have to be supplied as per specification and drawings referred in chapter in chapter V, Volume.II. (ii) The inspection of materials will be governed by para.19 of special conditions of Contract chapter-I, volume.II. (iii) The dimensions of teakwood, hardwood, plywood and termite proof particles board are for finished products only.

31 Annexure-B2

Materials to be supplied by Railways

Any material required for execution of work but not forming part of supply in schedule

CHAPTER – IV

Name of work: Reliability improvement work and pending work in Sengottai – Punalur – Quilon section in signaling arrangement

Executive in-charge : Sr.DSTE/MDU

Stores depot from where the materials supplied by Railways are to be collected by the Contractor : Madurai

Scope of work : The work involves excavation of cable trench in all types of soil, cable laying, refilling, placing of cable markers, track/road crossing, supply and provision of GI/DWC/RCC pipe, termination, casting of concrete foundation for signals, erection of colour light signal, supply of signal unit 4/3/2 aspects, ground shunt signal, calling ON signal, route indicator, 25/60mm PBT terminal, PBT fuse block, painting and lettering of existing colour light signals, replacement of aspects in existing signals, QBCA1, LED ECR relays, EKT, supply and installation of secondary cells, provision of RDSO approved earth leakage detector, upgradation and integration of Datalogger, supply and installation of RTU, supply of invertor, supply and installation of Fuse auto change over, supply of various types of cranks, goods warning board, 32mm solid rod, guide roller assembly, supply and commissioning of Diesel Generator, installation and testing of emergency panel etc. as per the schedules

The work to be executed as per the instructions of the representatrive of Sr.DSTE/MDU at site and as per the schedules for the work in the sections Sengottai – Pulanur – Quilon in Madurai Division.

32 FORM No.I

STATEMENT OF DEVIATIONS

PROFORMA FOR STATEMENT OF DEVIATIONS

1. The following are the particulars of deviations from requirement of the Instructions to Tenderers, General & Special Conditions of Contract.

1.1 Instructions to Tenderers

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)

1.2 General Conditions of Contract.

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)

1.3 Special Conditions of Contract.

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)

2. The following are the particulars of deviations from requirement of the technical specifications:

(Separate statement for each specification)

CLAUSE DEVIATION REMARKS (INCLUDING JUSTIFICATION)

Note :

Where there is no deviation, the statement should be returned duly signed with an endorsement indicating “No deviations”.

*********

33 FORM No.II PROFORMA FOR FURNISHING EXPERIENCE CERTIFICATE Name and address of Department Agreement No.& Date Name and address of Unit Value of Agreement Name and Address of Contractor Original Currency Name and Type of Work Actual date of completion Nature of work executed No. of extensions granted.

S.No. Nature of work Value as per Value as per actual Remarks (major sub work) Agreement (*) execution (based Details of work on payments made (tick items which so far) (*) are applicable)

1. Cable laying and jointing. 1.1 Signalling cable 1.2 OFC 1.3 Quad 4/6 1.4 PUF cable

2. Signal Installation 2.1 Mechanical/Relay Interlocking. 2.2 MACLS/Mechanical MAUQ/LQ

3. Track Circuiting 3.1 DC 3.2 Axle Counter 3.3 AFTC

4. Point gear installation 4.1 Point machine 4.2 Mechanical FPL

5. Interlocking of LC gate

6. Interlocking of Siding point

7. Installation of OFC indoor equipment

8. Designing of Signalling circuits

9. Whether any penalty is imposed

10. General Remarks about performance

(*) Details under relevant columns are to be filled up.

Place: Date: Signature & Seal of Authority issuing Certificate **********

34 35

VOLUME – II

CHAPTER-I SPECIAL CONDITIONS OF CONTRACT

CHAPTER-II TECHNICAL SPECIFICATION OF SIGNALLING WORKS

CHAPTER-III LIST OF DRAWINGS

CHAPTER-IV SPECIFICATIONS DRAWINGS OF SIGNALLING & TELECOM MATERIALS

35 36

CHAPTER – I

SPECIAL CONDITIONS OF CONTRACT

LOCAL CONDITIONS PROCUREMENT OF STORES MATERIALS TO BE SUPPLIED BY RAILWAYS EARNEST MONEY & SECURITY DEPOSIT QUANTITY LANGUAGE ADOPTION OF METRIC SYSTEM USE OF TECHNICAL TERMS AND CONDITIONS DRAWINGS AND SPECIFICATIONS CLARIFICATION REQUIRED BY THE TENDERER/CONTRACTOR DISCREPANCIES IN DRAWINGS AND OTHER DOCUMENTS SUPPLY OF ELECTRIC POWER INTERPRETATION OF THE CONDITIONS FUTURE DEVELOPMENTS MOBILISATION ADVANCE EXECUTION OF WORK & VARIATION IN QUANTITIES ATTENDING TO DEFECTS MAINTENANCE/GUARANTEE INSPECTION OF MATERIALS FACILITIES FOR TEST & EXAMINATION CERTIFICATE OF INSPECTION & APPROVAL INSURANCE TAXES-CENTRAL, STATE, LOCAL PRICE/WAGE ESCALATION CLAUSE SAFETY PROVISION FOR CARRYING OUT OF WORKS CONTRACTOR’s DRAWINGS SITE FACILITIES STORAGE OF PETROLEUM SERVICE ROADS ROYALTIES &PATENT RIGHTS COMPLETION PERIOD NIGHT WORK PAYMENTS DEDUCTION OF INCOME TAX INCOME TAX CLEARANCE CERTIFICATE LABOUR LICENCE SITE CLEARANCE FORCE MAJEURE CLAUSE SETTLEMENT OF DISPUTE & ARBITRATION --ssSss--

36 37

VOLUME - II CHAPTER I SPECIAL CONDITIONS OF CONTRACT GENERAL : 0.1 The Special Conditions Of Contract contained herein shall be supplemented to the “General Conditions of Contract”. In the event of any conflict or inconsistency between them, the Special Conditions of contract contained herein shall prevail.

0.2 The technical specifications of contract as incorporated in this contract document and drawings supplied with tender will form the basis for execution of the work.

0.3 The STANDARD GENERAL CONDITIONS OF THE CONTRACT [CE - 493A] for Civil Engineering works of Southern Railway as amended upto date will form part of the contract Agreement and for all purposes be treated as if the same have been incorporated herein. The contractor shall obtain copy of the STANDARD GENERAL CONDITIONS OF CONTRACT FOR CIVIL ENGINEERING WORKS from the Chief Engineer, Southern Railway, Park Town, Chennai - 600 003, on production of Cash Receipt for the sum of Rs.40/- plus tax as leviable paid to the Chief Cashier, Southern Railway, Chennai - 600 003, or any Station Master on Southern Railway.

0.4 SCOPE OF WORK : The work involves excavation of cable trench in all types of soil, cable laying, refilling, placing of cable markers, track/road crossing, supply and provision of GI/DWC/RCC pipe, termination, casting of concrete foundation for signals, erection of colour light signal, supply of signal unit 4/3/2 aspects, ground shunt signal, calling ON signal, route indicator, 25/60mm PBT terminal, PBT fuse block, painting and lettering of existing colour light signals, replacement of aspects in existing signals, QBCA1, LED ECR relays, EKT, supply and installation of secondary cells, provision of RDSO approved earth leakage detector, upgradation and integration of Datalogger, supply and installation of RTU, supply of invertor, supply and installation of Fuse auto change over, supply of various types of cranks, goods warning board, 32mm solid rod, guide roller assembly, supply and commissioning of Diesel Generator, installation and testing of emergency panel etc. as per the schedules

The work to be executed as per the instructions of the representatrive of Sr.DSTE/MDU at site and as per the schedules for the work in the sections Sengottai – Pulanur – Quilon in Madurai Division.

1.0 LOCAL CONDITIONS: 1.1.1 NEED OF TENDERER FOR CAREFUL STUDY OF TENDER & SITE CONDITIONS : The intending tenderer is advised to study tender papers, concerned specification and other instructions carefully. The tenderer shall inspect the proposed site of work and acquaint himself with the site conditions, working hours, layout of land, trees and shrubs that he will have to cut, type of strata likely to be met within the borrow pits, stacking space for materials, approach roads, pathways available etc. and all relevant items connected with execution for the work. No claim shall be entertained for the contractors making his own arrangements for approach roads from outside Railway Land and contractors will bear entire expenses such as road taxes, payment for right of way, etc. to outsiders and for constructions of approach roads, etc. The submission of tender shall be deemed to have been done after careful study and examination of the tender papers with full understanding of the implication thereof, unless otherwise, specifically commented upon by the tenderer in his quotation. Failure to adhere to any 37 38

one or all these instructions may render his offer liable to be ignored without any reference.

1.1.2 No request for the change of price, or time schedule for completion of works shall be entertained after the offer is accepted by the Railways on account of any local condition or factor.

1.2 CONSORTIUM BIDS: Consortium bids is not applicable in this tender.

2.0 PROCUREMENT OF STORES : 2.1 For the execution of the works, the contractor shall procure items of materials inclusive of miscellaneous and consumable items of Stores as detailed in Vol.I

2.2 All signalling and telecom. materials to be supplied by the contractor shall be subject to inspection by Railway’s nominee as per Clause 19 of Special Conditions of Contract.

2.3 All the materials and equipments to be supplied and used for execution of work shall be to IRS wherever available, or to ISS, if IRS is not available. In case of materials for which neither IRS nor ISS is available, detailed specifications with drawing have to be supplied by the contractor for approval of the Railway Administration.

2.4 Materials not covered in RDSO’s approved list of items and to be supplied by the contractor shall be of the best quality and from manufacturers of reputed establishments. The contractor shall produce test, warranty certificates from the manufacturers and the pamphlets in four copies to the Railways. Materials covered under RDSO’s approved list of items should be procured from those firms approved by RDSO only.

2.5 Materials to be supplied by the tenderer/contractor and by Railways for the execution of work are indicated in Vol.I separately. However, any particular item of materials not included in the contractor’s list or in the Railway’s list, but if still required to complete the works, the tenderer shall include such items of materials in his tender and quote for the same.

2.6 The specification for each material to be procured and used by the tenderer shall be as indicated against each item of material vide Chapter III of Vol.II

2.7 The contractor, will however have to procure all the tools and plants required for executing the labour portion of the work and before the actual commencement of the work, the contractor will satisfy the Railway engineer that he has procured all the necessary tools and plant required of good quality. The contractor shall engage his own labour and supervisor for the execution for work covered in the contract.

3. MATERIALS TO BE SUPPLIED BY RAILWAYS FOR THE EXECUTION OF THE WORK : Materials as indicated in Annexure B-2 in Vol.I shall be supplied to the contractor by the Railways free of cost at the stores depot indicated therein. The rates quoted by the contractor should include the cost of transportation of materials supplied by the railways from the place of delivery to site of work.

38 39

4 EARNEST MONEY AND SECURITY DEPOSIT : 4.1 EARNEST MONEY: SLAB OF EARNEST MONEY : Value of the work (Tender value) EARNEST MONEY DEPOSIT For works estimated to cost upto `1 2% of the estimated cost of the work Crore For works estimated to cost more than `2 lakhs plus ½%(Half percent) of the `1 Crore excess of estimated cost of work beyond `1 crore subject to maximum of `1crore. Tenderer should submit online, along with the tender, requisite Earnest money deposit only on online gateway payment through multiple bank, net banking, debit card & credit card

4.2 Tenderer shall hold the offer open for a period as indicated in Vol.I from the date fixed for opening the same, it being understood that the tender documents have been issued to the tenderer and the tenderer has been permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof, in a manner not acceptable to the Engineer.Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the railways.

NOTE : IN CASE THE TENDERER WITHDRAWS HIS OFFER WITHIN THE VALIDITY DATES OF HIS OFFER, THE FULL EARNEST MONEY SHALL BE FORFEITED.

4.3 The Earnest Money including the amount taken as Security deposit for the due performance of the stipulation to keep the offer open till the date specified in the tender will be refunded to the unsuccessful tenderers within a reasonable time. The Earnest Money deposited by the successful tenderer will be retained towards the Security deposit for the due and faithful fulfillment of the contract but shall be forfeited if the contractor fails to execute the Agreement Bond or start the work within the reasonable time (to be determined by the Engineer-in-charge) after notification of the acceptance of his tender. Railway shall not be responsible for any loss or depreciation that may happen to the Security for the due performance of the stipulation to keep the offer open for the period specified above, nor be liable to pay interest thereon. Use of discharged instruments towards EMD for other tenders is prohibited.

4.5 SECURITY DEPOSIT : 4.5.1 After awarding the contract, the successful tenderer has to pay the Security deposit as per the rates shown below: The Security Deposit/rate of recovery/mode of recovery shall be as under:- (a) Security Deposit for each work should be 5% of the contract value. (b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered. (c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit Security Deposit shall be returned to the contractor after the physical completion of the work as certified by the Competent Authority. The Competent Authroity shall normally be the authority who is competent to sign the contract. If this competent

39 40

authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railway’s against the contract concerned. Before releasing the SD, the unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

In partial modification to the above instructions:- (i) After the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him. (ii) In case of contracts of value `50 crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit.

4.5.2 The total security deposit recoverable from the contractor including the amount of Earnest Money deposited with the tender as given in Vol.I will not exceed the Security amount recoverable at the rate mentioned above. Contractor may either deposit the balance amount in cash or the same can be deducted if he so desires from his “on account” bill at the rate of 10% of the value of the said bills until the sum of deduction plus the amount of Earnest Money deposited taken together equal to the requisite amount of Security deposit. 4.5.3 No interest will be payable upon the Earnest Money and Security Deposit or amounts payabale to the contractor under the contract, but Government Securities deposited in terms of Sub Clause (1) of this clause will be payable with interest accured thereon.

4.6 PERFORMANCE GUARANTEE: Clause 16(4): Performance Guarantee Revised Clause 16(4) to the Indian Railways General Conditions of Contract (Ref.: Item -1 to Railway Board’s letter No. 2007/CE.I/CT/18 Pt.XII, dated 31.12.2010) The procedure for obtaining Performance Guarantee is outlined below: a) “The successful bidder shall have to submit a Performance Guarantee (PG)(with automatic renewal facility) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30(thirty) days, i.e. from 31 st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.” b) The successful bidder shall submit the Performance Guarantee (PG) in nay of the following forms, amounting to 5% of the contract value: (i) A deposit of Cash; (ii) Irrevocable Bank Guarantee; (iii) Government Securities including State Loan Bonds at 5% below the market value; (iv) Deposit Receipts( with automatic renewal facility ), Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks; 40 41

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; (vi) A Deposit in the Post Office Savings Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less. Also, FDR(with automatic renewal facility) in favour of Sr.Divisional Finance Manager, Southern Railway, Madurai (free from any encumbrance) may be accepted.

NOTE: The instruments listed above will also be acceptable for Guarantee in case of Mobilization Advance. c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time of completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days. d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor. e) The Performance Guarantee (PG) shall be released after physical completion of the work based on ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor. f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm. g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: (i) Failure by the contractor to extend the validity of the Performance Guarantee as described therein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

41 42

(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer. (iii) The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

5 QUANTITY : It will not be binding on the Railway Administration to give the works at all the stations or all the items of work at a station on contract and the Railway Administration may decide to do any or all the items of supply or work involved at a station in the above list departmentally without assigning any reason for the same. Also, the Railway Administration may give the work at different stations to different tenderers or different items of work at the same station to different tenderers without assigning any reason for the same.

6 LANGUAGE : All documents to be submitted in connection with this contract shall be written in ENGLISH.

7 ADOPTION OF METRIC SYSTEM :- Dimensions, weights etc., shall be quoted in Metric system.

8 USE OF TECHNICAL TERMS AND CONDITIONS, DRAWINGS AND SPECIFICATIONS :- Definition of technical terms and symbols used in circuits shall be as per Indian Standard Specifications and where such specifications are not available, they should be of British Standard Specification.

9 DRAWING AND SPECIFICATIONS :- Copies of the IRS drawings and specifications according to which the works have to be executed, have to be obtained by the Tenderer direct from the Director General, RDSO, S&T Wing, Alambagh, Lucknow-5.

10 CLARIFICATION REQUIRED BY THE TENDERER/CONTRACTOR :- Any clarification required by the Contractor may be obtained from the Chief Signal & Telecommunication Engineer (Construction), Southern Railway, Moore Market Complex, Park Town, Chennai-600 003. After award of contract, the field executive who is incharge of the work as indicated in Vol.I may be referred.

11 DISCREPANCIES IN DRAWINGS AND OTHER DOCUMENTS : The tenderer shall carry out at his expense any alteration of the work due to any discrepancies, errors or omissions in the drawings or other particulars submitted by him. Any approval given by the Railway for this purpose shall in no way absolve the contractor from any or all responsibilities for the correct function of the equipment. In this regard, the sole responsibility rests with the contractor in all respect. Any fittings or accessories which may not be specifically mentioned in the specification of tender documents or the letter of acceptance of the tender or the agreement executed thereof but which are usual or necessary as per normal Signal Engineering practice are to be provided by the contractor without extra charge so that the plant is complete in all respects. 42 43

12 SUPPLY OF ELECTRIC POWER: The Railway shall provide single phase LT power supply for soldering, lighting and minor drilling works, wherever electric supply is available. The charges for electric consumption at site in connection with the erection, have to be borne by the contractor at the rate specified by the Railway.

13 INTERPRETATION OF THE CONDITIONS : With his tender the tenderer shall submit a note stating his interpretation of the specification wherever he desires to clarify any aspects of his offer. In respect of matters or issues not covered by this note, it shall be assumed that the quotation conforms to the specifications laid down in the tender documents. The interpretation of the Railway where such interpretation found necessary shall be final and binding on the tenderer.

14 FUTURE DEVELOPMENTS : If during the period between the date of tender and signing of the contract, there have been any developments resulting in improvements or advancements, technical or mechanical in regard to the equipment to be installed, its designs or fabrications, the tenderer shall make available to the Railway all information pertaining to the same. In the light of such information the Railway may modify the orders to take advantage of these developments on the basis of mutually agreed terms.

15 MOBILISATION ADVANCE (Only if the estimated value of the work exceeds Rs.10 Crore): 15.1 The contractor may be granted a recoverable interest bearing mobilisation advance upto 10% of the Contract Value provided he specifically applies for it while Tendering. If the Tenderer fails to apply specifically for mobilization advance while giving his offer in the tendering stage in cases where grant of mobilization advance is permissible, no subsequent requests from him for grant of this advance will be entertained. The rate of interest is 12% per annum

15.2 The advance will be granted in two instalments, viz., 5% of the contract value on signing of the Contract Agreement and the balance 5% after mobilization of site establishment, setting up Offices, bringing in equipments and actual commencing of works. Each instalment will be released on submission of an irrevocable Guarantee Bond from a Nationalised Bank in a form acceptable to the Railways for the amount of the instalment together with interest charges calculated to the end of the Contract period. The Tenderer who seeks mobilisation advance should be specific about the course of action proposed to be followed in producing Guarantee Bonds in satisfaction of Railways. Each Guarantee bond should be for not less than Rs. One Lakh. These Guarantee Bonds shall be returned as and when the value of the advance and interest is recovered from the running bills.

15.3 The recovery of the advance and interest thereupon will be made through the `On Account’ bills, pro rata commencing when the value of the work executed under the contract reaches 15% of the contract value and completed when the value of the work executed under the contract reaches 85% of the contract value.

16 EXECUTION OF WORK : 16.1 Materials required for installation at the station shall be made available to the contractor at the Railway’s depot as indicated in Vol.I and the contractor shall take

43 44

delivery of such materials at this depot and make his own arrangements for the transport of the materials at the works spot at his own cost. The contractor shall be responsible for checking before taking delivery that all the materials given to them are in good condition. The contractor shall be responsible for undertaking repairs if any, to crates, cable drums packing cases, etc. for safe transport of materials from Railway’s specified depot to the site of work. The contractor should also undertake necessary repairs to crates drums etc. in respect of unused materials required to be returned to the purchaser. No extra payment will be made on this account. Extra care should be taken in the transportation of sophisticated Electrical and Electronic equipments like relays, SSI equipment, power equipments, etc. to prevent from damage during transit. Further, these equipments should be stored in a covered place to protect from heat, dust, water, etc. These equipments should be installed and brought in use before the expiry of the shelf life.

16.2 The rates quoted by the Contractor in the schedule shall be inclusive of all the charges viz., labour and transportation of materials including loading, unloading and shifting from the Stores depot to workspot, etc. and all the materials to be supplied by them as indicated in Vol.I. No other charges shall be payable by the Railway.

16.3 The materials that shall be handed over to the Contractor at any time for execution of the work shall depend upon the particular item of work in the Schedule to be done at a particular time and also the progress of work. The contractor shall furnish an indemnity bond for a sum equal to the cost of materials proposed to be taken by him. The quantity of materials that shall be given by the Railway at a time shall not exceed the value of the indemnity bond that is furnished by the contractor.

16.4 The materials issued by the Railways shall be used solely and economically for the purpose of the works covered under this contract only. The materials shall be used in such quantities and manner as indicated in the relevant specifications or drawings or as approved by the Engineer whose decision thereon shall be final. Waste or damage to such materials in any manner shall not be caused by the Contractor.

16.5 The contractor will be liable to render full accountal for all the materials issued by the Railway. If any quantity of Railway materials is consumed in excess or wasted or damaged or lost or otherwise not satisfactorily accounted for, recovery shall be made from the contractor at the book rate or last purchase rate or the prevailing market rate whichever is higher plus 5% on account of initial freight, 2% on account of incidental charges together with supervision charges at 12.5% on the total cost inclusive of materials, freight and incidental charges. Freight between the Railway sources of supply and the site of work shall be to the contractor’s account.

16.6 If at any time, any material which the contractor would normally have to arrange for himself for executing the works, is supplied by the Railways, either at the contractor’s request or suo-moto in order to prevent possible delay in the execution of the work due to contractor’s inability to make adequate arrangements for the supply thereof or otherwise such materials will be made available to the contractor in the Railways Stores as indicated in Vol. I . All handling thereof will be the contractor’s responsibility. Recovery of the cost of such supply materials will be made from the contractor’s bills as per extant rules of the Railway.

44 45

16.7 VARIATION IN QUANTITIES: 16.7.1 VARIATION IN QUANTITIES OF ITEMS OF CONTRACTS – LIMITS & RATES: New Clause 42(4) to Indian Railways General Conditions of Contract (Ref.: Item -9 to Railway Board’s letter No. 2007/CE.I/CT/18 dated 28.09.2007 and Item-2 to letter No. 2007/CE.I/CT/18 Pt.XII, dated 31.12.2010) The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contacts: 1. Individual NS items in contract shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required. 2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered no practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of any officer of the rank not less than S.A.Grade; (i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender. (ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item, shall be paid at 96% of the rate awarded for that item in that particular tender. (iii)Variations in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO / FA&CAO(C) and approval of General Manager. 3. In cases where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items or 25% of individual item without finance concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreemental value, the approval of an Officer not less than the rank SA grade may be taken, after obtaining “No Claim Certificate” from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. (c) It should be certified that the work proposed to be reduced will not be required in the same work.

4. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

5. No such quantity variation limit shall apply for foundation items. 45 46

6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not an individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

7. For the tenders accepted at Zonal Railway level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

8. For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by General Manager.

10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

16.8 VITIATION CLAUSE: In the event of Vitiation occurring due to increase or decrease in quantities, among the first, second and third lowest valid tenderers, the vitiation shall be to contractor’s account. The total value of the work done shall be calculated at the rate offered by those tenderers and the amount payable shall be limited to the lowest aggregate value as worked out. Vitiation as above shall be worked out as a whole for agreement including all variations in quantities.

16.9 The contractor shall give written notice of 15 days to the Engineer before commencement of any particular item of work, at any station so that the engineer can make adequate arrangements for supply of the materials required and for supervising that work. The contractor will programme his work in such a manner so as not to interfere in the working and movement of trains. No extra payment shall be allowed on this account and for taking any precaution or wastage of contractor's labour, time, etc. due to train working.

16.10 RETURN OF EMPTY CABLE DRUM/RELEASED MATERIALS : The contractor has to return any cut pieces of cables, wires, etc., that may be left out and surplus materials from the drums and other packing materials that might have been handed over to him. No extra payment will be made for this and the unit price quoted against the various items should include this work also. The surplus materials have to be handed over to the Stores of the Engineer-in-Charge of the work as mentioned in Vol.I. Failure on the part of the contractor to return the empty cable drums will entail the contractor to pay the charges as indicated against various sizes of empty cable drums at the time of final payment, indicated as hereunder:

16.10.1 Empty Signalling cable drums upto 12 Core capacity `100/- each (Rupees One Hundred only).

16.10.2 Empty Signalling cable drums above 12 Core and upto 31 Core capacity and Telecommunication cable drums `150/- each (Rupees One Hundred and Fifty only).

16.10.3 Empty Power cable drum `125/- each (Rupees One Hundred and twenty Five only). 46 47

16.11 The contractor shall take proper written acknowledgement from the Engineers Representative for all the materials returned by him.

16.12 All tools that are required by the contractor for the purpose of transportation of the materials, digging, concreting and erection, wiring and painting works shall be brought by the contractor himself. This shall include spare parts, fuel and consumable and miscellaneous stores-details furnished in Vol.I .The rates quoted by the contractor shall be deemed to be inclusive of all charges for such items and inclusive of labour required to ensure efficient and methodical execution of work.

16.13 RATES DURING NEGOTIATION : The tenderer shall not increase his quoted rates in case the Railway Administration negotiates for reduction of rates, such a negotiation shall not amount to cancellation or withdrawal of the original offer and the rates originally quoted will be binding on the tenderer.

16.14 NEGOTIATION OF RATES FOR ITEMS NOT MENTIONED IN SCHEDULE : If during the execution of the work the contractor is called upon to carry out any new item of work not included in accepted Schedule, if any, it should not be executed before a rate has been agreed to by the Railways in the manner as indicated in General Conditions of Contract and Instructions for tenderers.

16.15 INSPECTION OF FOUNDATION : Before casting of foundation, the contractor’s representative and the Engineer’s representative shall jointly inspect the quality and depth of pits, quality of bricks, concrete mixture, etc. and ensure compliance with the Drawings and Specifications.

16.16 INSPECTION OF TRENCHES, CHASES &FILLINGS : Before the cable are actually laid, the Contractor’s representative and the Engineer’s representative shall jointly inspect the quality and depth of trenches, chases, for temped filling. The measurements for all these items will be suitably recorded by the Engineer’s representative who will permit the laying of cables after issuing the certificate in Form 8 that the above work have been done as required by the specifications.

16.17 Due care shall be exercised to ensure that while doing the dismantling work, no released material is damaged by the contractor. Proper accountal is to be taken at the field jointly with Railway Representative before releasing. After releasing the materials, the released materials can be stocked neatly at a place indicated by Railways (preferably near road approach) at the station. The released unwanted materials may be watched and guarded till the same is auctioned. The Contractor shall take proper written acknowledgement from the Engineer’s Representative for all the materials returned by him.

16.18 Following field Books of supervisors shall be maintained: i) Site Order Book – For all instructions issued to the contractor or his representative with their replies. ii) Note Book – For recording progress of work, satisfactory or unsatisfactory working of contractors, matters for reference to supervisors, dates of all inspection, details on various points considered worthy of remarks.

47 48

These books are considered as official records to be produced whenever required by the supervisors.

16.19 RECEIPT OF MATERIALS FROM CONTRACTOR : 16.19.1 As soon as the materials are accepted by the Railway from the contractor, DMTR entries are to be made immediately. While taking materials from the contractor, delivery challans issued by the firm who has sold the materials to the contractor/trader and inspection certificate shall be insisted upon.

16.19.2 Fabricated items which are to be supplied by the contractor are to be checked thoroughly with the drawings regarding quality of the materials, gauge dimensions, etc. as per the schedule. Wherever any material is received from field/contractor, the detailed nomenclature shall be entered in the DMTR. In case of an equipment, the details of manufacturer’s name, year of manufacture, RDSO Test Certificate No., Serial No., Contractor’s name and Agreement No. and place of installation shall be mentioned both in the DMTR and the ledgers.

16.19.3 Materials are normally to be delivered at designated Stores by the contractor. If they are delivered at site due to logistics/exigencies, the supervisor/officer receiving such materials (after verification of due inspection) shall arrange for necessary entries in the designated Stores’ DMTR within a week.

16.19.4 ISSUE OF MATERIALS TO THE CONTRACTOR : Whenever any material is issued to the contractor for carrying out a work, the particulars are to be entered in the DMTR.

16.20 INSPECTION OF WORKS : 16.20.1 The Engineer or his representative may inspect and test the various portions of the work at all stages and shall have full power to reject all or any portion of the work that he may consider to be defective or inferior in quality of materials workmanship or design in comparison to what is called for in the specification. In the event of rejection of any work already executed and not in accordance with specification as in this tender and/or as determined by the Engineer or which the Contractor has been apprised, the contractor shall carry out alterations/ replacements to such works to the satisfaction of the Engineer for which no additional expenses will be borne by the Railway.

16.20.2 The contractor shall submit detailed test procedure for each equipment, sub-system and system as a whole to the Railways. The Railways shall discuss with the contractor and modify the test procedure as may be required to ensure that the requirement of tender specifications are complied. The finalized test procedure shall, only, act as a broad guideline and Railway shall be free to carry out any other tests that may be considered essential. The test procedure shall give details of all equipment, test and measuring instruments required to perform the tests which shall be provided by the contractor free of cost. 17 ATTENDING TO DEFECTS : The contractor shall rectify defects that may arise in the work executed for a period of three months after completion of work, such defects being due to bad workmanship on the part of the contractor or otherwise. Should any dispute arise so as to correctness of the defect pointed out, the Engineer’s decision in this regard is final and binding.

48 49

18 MAINTENANCE/GUARANTEE : 18.1 The contractor shall guarantee satisfactory working of the installation erected by him for a period of twelve calendar months being from date of issue of completion certificate as stated in Clause 47 of the General Conditions of the Contract.

18.2 During this period, the contractor shall keep all materials, tools and other requisite equipment readily available and shall carry out at his own expense all modification, additions or substitutions that may be considered necessary for satisfactory working of the contract work or equipments. Final decision in respect of unsatisfactory working of the contract work or equipments or faulty use of designs or workmenship, etc., shall rest with the Sr.Divisional Signal & Telecommunication Engineer, Southern Railway, Madurai-625016 and the same shall be binding on the contractor.

18.3 During the aforesaid period of Guarantee, the contractor shall be liable at his own cost for all repairs or replacements of any parts that may be found defective in the contract work or equipment irrespective of whether any defect arise as a result of faulty design, materials, workmanship, installation or otherwise provided that such defective parts are not repairable at site are promptly removed to the contractor’s works, for repairs if so replaced by him by new ones in order to remove the defects at his own expenses. In case minor repairs are carried out by the Railway at site, the cost of such repairs plus departmental charges shall be borne by the contractor.

18.4 In support of this guarantee the contractor shall furnish a Bank Guarantee(with automatic renewal facility) for the value of Security deposit of the contract from a Nationalised Bank fully indemnifying the Railway against all losses incurred by the Railway during the guarantee period. If the security deposit is furnished in the form of Bank Guarantee as prescribed in Clause 16 of the General Conditions of Contract, the same Bank Guarantee shall be valid to cover not only the whole period of supply and installation of the equipment on order but also to cover a period of guarantee for twelve months from the date of issue of completion certificate. If the security deposit is paid in cash or in the form of Government Securities, the same shall be paid to the contractor after the expiration of the period of maintenance as specified above and after the contractor furnished Bank Guarantee for the value of Security Deposit of the contract amount to cover the period of Guarantee for twelve months from the date of issue of completion certificate.

19 INSPECTION OF MATERIALS : As applicabale from time to time 19.1 Materials to be supplied by Contractor shall be of best quality and shall conform to the relevant specifications, Designs and Drawings. The materials shall be procured by the Contractor/s from manufacturers of repute or their authorised dealers as approved by the Engineer-in-Charge.

19.2 The Contractor/s may be required to produce test certificate from the Manufacturer, wherever called for by the Engineer-in-Charge. 19.3 The contractor should procure signalling/telecom items which appear in the RDSO approved list normally from the Part I suppliers. The contractor shall take prior approval of the Railways before placing orders on the firms. In case, there are no firms in Part-I list. Prior approval of Railways should be obtained before placing order on Part-II firms.

19.4 The items which are included in the list of RDSO approved suppliers (Electrical Signalling items) shall be inspected by RDSO and Mechanical Signalling items shall 49 50

be inspected by RITES except petty items which shall be inspected by representative of the Engineer-in-Charge. The RCC pipes and Earth Electrodes, shall be inspected by RITES. In case the value of Electrical sigg. items is less than Rs.One Lakh, the inspection shall be carried out by RITES. In exceptional cases, the consignee inspection shall be carried out by an Officer nominated by the Engineer-in-charge of the work. Even in these cases, the materials shall be procured from RDSO approved sources.

19.5 The following critical items will continue to be inspected by RDSO irrespective of its value: (a) All types of signalling relays (b) Block instruments (c) Axle Counter equipments (d) Signal machines (e) Point machines (f) Colour Light Signal transformers (g) Electrical signal lamps (h) Voltage stabilizers and other power supply equipment (i) Electric signal reversers (j) Signal roundels and lenses (k) Electric lever lock and circuit controller (l) Circuit controller (m) Electric key transmitter (n) Terminal blocks (PBT type) (o) Electric Point and lock detector

19.6 All materials that are not covered under specification, designs and drawings of RDSO, Railway Board, etc., will be procured by the Contractor from the manufacturers of repute/their authorized dealers, after the approval of the Engineer-in-charge.

19.7 Materials to be supplied by the contractor shall be put up for inspection of Engineer or his representative for checking its quality/suitability before they are finally used/installed by the Contractor and necessary inspection certificate to be obtained. The Contractor shall therefore arrange to get the material inspected in advance, preferably in bulk and not in piece-meal. The Contractor shall give the Railway 10(Ten) days notice, when the materials are ready for inspection.

19.8 The inspection charges levied by RDSO/RITES will be on Railway account.

19.9 All materials to be supplied by contractor should be offered by him/them for RDSO’s/RITES inspection, well in time, so as not to delay the progress of work at any stage at any of the stations in any way on this account.

19.10 If required, the Contractor shall provide at point of production, apparatus and labour for making required tests under the supervision of the Railway. Tests may be made either at point of production, on samples submitted or at the destination.

20 FACILITIES FOR TEST & EXAMINATION : The contractor shall provide, without any extra charges, all materials, equipments, tools and labour of every kind which the RDSO/RITES or their nominee may consider necessary for any tests and examinations which they or their nominee shall require to

50 51

be made on the contractor's premises and shall pay all cost attendant there upon. The contractor shall also provide and deliver free of charge at such places as the RDSO/RITES or their nominee may nominate such materials as they or their nominee may require for the independent testing organisation. The cost of any such tests will be defrayed by the Railways unless it is stated in the specification that it is to be paid by the Contractor.

21 CERTIFICATE OF INSPECTION AND APPROVAL : 21.1 No stores will be considered ready for delivery until RDSO/RITES or their inspecting officer nominated by them have certified in writing that the material has been inspected and approved by them.

21.2 Facilities must be provided by the contractor to the Railway or their nominee for inspection of the stores, equipments and structures at all stages of their assembly, manufacture and fabrication.

22 INSURANCE: - 22.1 The contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the Contractor or the Railway at common law or under any statute in respect of accidents to persons who shall be employed by the Contractor in or about the site or the Contractor’s Office for the purpose of carrying out the contract works on the site. The contractor shall take about and keep in force a policy or policies of Insurance against all recognized risks to their office accommodation and storage for which he is liable. Such insurance shall in all respects be subject to the approval of the Railway.

22.2 The Contractor shall take out and keep in force a policy or policies or insurance for all materials handed over to him irrespective of whether used up in the portion of work already done or kept for use for the balance portion of the work until such works are handed over to the Railway. For this purpose, the works are deemed to have been handed over when final acceptance certificate is issued by the Engineer after the completion of all the acceptance test to be conducted on the works. The contractor shall not be liable for losses/damages to the materials either used up in the portion of work done or the materials kept for use at site, in consequence of mutiny or other similar causes over which the contractor has no control and which cannot be insured. Such losses or damages shall be the liability of the Railway.

22.3 The Contractor should, however, insure the stores brought to site, against risks in consequence of war and invasion, as required under the Emergency Risk(Good) Insurance Act in force.

22.4 The Contractor shall take out all insurance covers in connection with this contract with the General Insurance Corporation of India.

23 TAXES – CENTRAL, STATE, LOCAL(As applicable from time to time) :- 23.1 This tender falls under Civil Works Contract / All other works contract which attracts specific percentage of sales tax under the concerned act. Sales Tax on the Works Contracts, as applicable in terms of the concerned state Government Sales Tax Act, as amended from time to time shall be deducted from the running bills of the contractors for payment to the State Government. The Railway administration will give a certificate towards the tax deducted at source to enable them to file Sales Tax Return before the concerned authorities. No refunds of Sales tax deducted at source will be 51 52

made by Railway. The Sales Tax elements that might have gone into prices of various raw materials used by the contractor in the works concerned, distinct from the Sales Tax deducted as above, will also not be reimbursed by the Railway. The percentage of tax to be recovered shall be indicated by the Bill Passing Units.

23.2 The tenderer should quote prices inclusive of Sales Tax, Octroi and all other levies and duties imposed by the State and Central Governments and other miscellaneous expenses unless otherwise authorised by the concerned State Government Sales Tax Authorities.

23.3 No foreign exchange and/or import license will be released/provided to the contractor in connection with this contract.

23.4 Tenderers are required to quote the rate, which are inclusive of Value Added Tax/State Sales Tax in tender forms as ‘D’ form has been withdrawn. If inclusion of the same is not indicated specifically, the offer will be evaluated as per the rates quoted and no claim will be entertained in this account at a later date.

23.5 GST Acts & rules from time to time will be applicable as per the implementation of GST on Indian Railways and GST registration number to be obtained and submitted by the contractor .

24 PRICE/WAGE VARIATION CLAUSE : Railway is not agreeable to any price/wage escalation clause.

25 SAFETY PROVISION FOR CARRYING OUT WORKS :- PROTECTION TO WORKS :- 25.1 The contractor shall take all precautionary measures in order to ensure protection of his own personnel moving about or working on the Railway premises and shall have to conform to the rules and regulations of the Southern Railways. While the work under the contract is in progress, if and when, there is likely to be any danger to the persons employed by the contractor due to running of traffic or while working on Railway premises, the Contractor shall apply in writing to the Railway to provide flagmen or look-out men for protection. The Railway will, however, decide as to whether it is necessary to post such flagmen and look-out men for various types of works and also the number of such men required to protect the contractor’s staff working at site. The flagmen and look-out men will be Railway Servants and no expenses on this account will be recovered from the contractor.

25.2 The contractor’s employees and workers shall not for any reason operate any appliances or installations of the Railway concerning the Safety of train movements, but they should whenever necessary notify to the appropriate Railway staff who will then take necessary steps.

25.3 Suitable ladders for climbing the posts and slings for supporting men on the post shall be used. Ropes as required shall be used for erection of the poles. The size of the rope shall be adequate. The contractor shall take necessary precautions for working near the power lines. If at any time the Railways find the safety arrangements are inadequate or insufficient, the contractor shall take immediate corrective action as directed by the Railway’s representative at site. Any direction in the matter shall in no way absolve the contractor of his sole responsibility to adopt safe working methods.

52 53

25.4 Necessary personal safety equipment as considered adequate by the Engineer-in- charge should be kept available for the use of the persons employed at the site and maintained in a condition suitable for immediate use and the contractor should take adequate steps to ensure proper use of equipment by those concerned. 25.5 No electrical apparatus which is liable to be a source of danger, used by the operator shall remain electrically charged.

25.6 Suitable face masks should be supplied for use by the workers when paint is applied in the form of spray.

25.7 BLASTING OF ROCKS : Blasting of rocks for foundation work shall be done only after due notice is given to the Railway’s time/s and dates for blasting operations agreed to by the Railway. Blasting, if required to be done in vicinity of the track shall not be undertaken until the Railway flagmen on duty, take necessary steps to protect trains and the track, to be protected by the contractor against damage by blasted rocks. The contractor shall follow detailed instructions which will be issued to him regarding blasting operations in the vicinity of tracks.

25.8 SAFETY FOR PASSENGER WHILE WORKING BY CONTRACTOR IN STATION LIMITS : While working within station limits especially on passenger platforms, the contractor shall ensure that at all times sufficient space is left for free movement of passenger traffic. He must cover and or barricade the excavations carried out in such areas and continue to maintain these, till the work is completed with a view to avoid any accident of public or to a Railway staff.

25.9 AVOIDING INFRINGEMENT OF RAILWAYS ACT 1989 : The works must be carried out most carefully without any infringement of the provisions of Railways Act or the General and subsidiary rules in force on the Railway, in such a way that they do not hinder Railway operation nor affect the proper functioning of or damage any Railway equipment, structure or rolling stock except as agreed to by the Railway, provided that all damage and disfiguration caused by the contractor to any Railway or Public properly must be made good by the contractor at his own expenses failing which cost of such repairs shall be recovered from the contractor.

25.10 RECOVERY OF COST OF SAFETY OF TRACK AFFECTED : If safety of track etc., is affected, as a consequence of works undertaken by the contractor, the contractor shall take immediate steps to restore normal conditions. In case of delay the Railway shall, after giving due notice to the contractor, in writing take necessary steps and recover the cost from the contractor.

25.11 No work on the points, track circuits, equipments involving working signalling gears, internal wiring, cable termination, etc., should be done unless and until contractor’s technical supervisors are present at site.

26 CONTRACTOR’s DRAWINGS : 26.1 Any work done by the contractor prior to the approval of the contractor’s drawings will be done at the risk of the contractor unless previously authorized in writing by the Railway.

53 54

26.2 The tenderer shall be responsible for the correctness of the drawings furnished by him. The contractor shall carryout any alterations of the works due to any discrepancies, errors or omissions in the drawings or other particulars, submitted by him. Any approval given by the Railway for this purpose shall in no way absolve the tenderer from full responsibility for the execution of the contract in all respects.

26.3 After the contract is awarded, the contractor shall furnish to the Railway as required, prints of contractor’s drawings that form an essential part thereof. No change shall be made in any approved drawings without the written consent of the Railways.

26.4 After completion of the execution of the contracts, the contractor shall submit to the Railway all corrected R.P. Film/cloth tracings of drawings furnished by him and six sets of copies of final drawings for each stations. 26.5 Not withstanding the fact the Railway might have approved or the contractor’s design, drawings and specifications the contractor is responsible for the correctness of the entire scheme as a whole and its satisfactory performance to the specifications as laid down by the Railway. The Railway’s responsibility is only for the correctness of the signalling plans.

26.6 In the event of any breach of the aforesaid conditions, the contractor shall in addition to throwing himself open to action for contravention of terms of the agreement and or for original breach of trust, be liable to account to Government for all moneys, advances or profits resulting or which in the usual course would have resulted by reason of such breach.

27 SITE FACILITIES : 27.1 The quoted rates would be deemed to include charges for any and all site facilities that are considered necessary for the execution of the work unless otherwise indicated in the contract. In this connection specific attention is drawn to stipulation in clause 6 of the General Conditions of the Contract and intending tenderer are advised to acquaint themselves well with site conditions.

27.2 The land that can be made available by the Railway free of charge for the use of the contractor or his field office, stacking yard, stores depot and workshops may be ascertained by inspection at site. No assurances can be given regarding the vulnerability of such land to flooding during high floods. The Railways undertakes no responsibility or liability in this regard.

27.3 Land required for contractor’s labour camps, staff colony or for any purposes other than those mentioned in ParaNo.27.2 will have to be arranged by the contractor at his own cost.

28 STORAGE OF PETROLEUM : No petroleum, spirit within the meaning of the Indian petroleum Act shall be stored at site or adjacent land until the approval of the Railway and necessary license under the Act has been obtained by the contractor.

29 SERVICE ROADS: The contractor will be permitted to make use of existing service roads free of cost. New Service roads, required by the Contractor in connection with the work whether within or outside Railway Land for carriage of materials or for other purpose whatsoever, will have to be constructed and maintained by the contractor at his own 54 55

cost. For the purpose of construction of service roads on Railway land, permission will be given to the contractor at Railway’s discretion free of any charges. If any land other than Railway’s land is necessary to be acquired or entered upon for the purpose, then such land acquisition or permission to enter upon the land will have to be arranged for by the contractor at his own cost. The contractor will indemnify the Railway against claims for any damages whatsoever on this account. Railway however, reserves the right to make use of such serviceable roads without any charges.

30 ROYALTIES AND PATENT RIGHTS :- The Contractor shall defray the cost of all royalties, fees and other payments in respect of patents, patent rights and licenses which may be payable to patentee, licensee or other person or corporation and shall obtain all necessary licenses. In case of any breach (whether willfully or inadvertently) by the contractor on this provision, the contractor shall indemnify the Railway and their office servants, representatives, against all claims, proceedings, damages, cost, charges, expenses, loss and liability which they or any of them may sustain, incur or be put to by reasons or in subsequence directly or indirectly or any such breach and against payment of any royalties, damages or other money which the Railway may have to make to any person or holder entitled to patent right in respect of the users of any machine, instrument, process, article or things constructed, manufactured, supplied or delivered by the contractor or to his order under this contract.

31 COMPLETION PERIOD : The completion period for the work is 6(Six) Months from the date of issue of Leter of Acceptance.

32 NIGHT WORK : The provision in clause 23 of the General Conditions of the contract should be noted regarding execution of work between sunset and sunrise. If the Railway is however, satisfied that the work is not likely to be completed in time except by resorting to night work by special order, the contractor would be required to carryout the work even at night, without conferring any right on the contractor for claiming compensation.

33 PAYMENTS : 33.1 The Contractor shall be entitled to be paid from time to time by way of `On Account' payment as per clause 46(i) of General Conditions of Contract. The “ON ACCOUNT” Payment shall not exceed 95% of the total on account payment due to the contractor on the rates indicated in the Schedules. For this purpose, the payment to the contractor at each on account stage shall be restricted to 95% of the amount calculated on the basis of rates indicated in the Schedules.

33.2 Such ‘On Account” payments will be made for each item of schedule at each station as per the accepted schedule of rates provided that such works are completed in all respects to the satisfaction of the Engineer except for such items of schedules which involve only supply of materials for which payment shall be made at 90% of the rates of the schedules provided an indemnity bond is executed by the Contractor duly indemnifying the Railways against all damages, costs, charges, expenses, loss and liability, which the Railways may sustain, incur or be put to by reasons or in subsequence directly or indirectly due to the Contractor not fulfilling the portion of the Contract involving the installation, testing and commissioning of the items supplied by the Contractor. The supply of the material will be deemed to have been 55 56

completed only on physical receipt of the material by the Railways' representative duly inspected by the authorised Inspecting agency as stipulated in clause 19. The balance 5% payment will be released after installation and testing of the equipment.

33.3 On account payment in respect of other than supply items shall not exceed 95% of the total payment due to the Contractor on each On account bill, of the rates indicated in the Schedule of work. For this purpose, the payment to the Contractor at each On account stage shall be restricted to 90% of the amount calculated on the basis of the rates indicated in the Schedule of work. The balance 5% payment shall be made after submission of all `As-made' documents of the relevant Schedules.

33.4 ‘On Account’ payment in respect of items involving supply and installation, 70% of the accepted rate for the schedule item will be paid on complete supply of the equipments listed in the schedule after due inspection, against production of indemnity bond and other formalities as applicable to other supply items in the schedule. The remaining 25% payment will be released only after successful installation and testing of the equipment. For datalogger only 30% will be paid on supply and remaining after installation and commissioning .

33.5 FINAL PAYMENT : On the basis of completion certificate issued by the Engineer for all the works in all the sections covered in this contract, the final bill for the balance payment for each item/sub-item of work shall be submitted by the Contractor along with a clear “NO CLAIM CERTIFICATE’. The completion certificate shall be issued by the Engineer only when he has accepted the work wholly after conducting the acceptance tests on each item of work.

34 DEDUCTION OF INCOME TAX - TAX AT SOURCE :- Income tax and surcharge, if any, as notified y the Income Tax department will be deducted at source from each bill, unless otherwise authorized by Income Tax Department.

35 INCOME TAX CLEARANCE CERTIFICATE : (Not required) The Tender must be accompanied by an authentic and current valid ITCC. If for any reasons, the tenderer/contractor is unable to submit the ITCC along with the tender, he shall clearly understand that no payment will be released to him even if tender is accepted in his favour till such time he produces the current ITCC. Till such time, he shall neither claim any payment nor the Railway will make him any payments. The intention is that no payments will be released without a current ITCC during the entire period of C ontract unless so authorised by the Income Tax authorities .

36 LABOUR LICENCE : 36.1 The Contractors are required to produce licence as enjoined in Contract Labour(Regulation and Abolition) Act, 1970. They shall not be allowed to undertake or execute any work through contract labour except under and in accordance with a licence issued under the said act in that behalf by the authorized Licencing Officer.

36.2 In terms of Child Labour(Prohibition & Regulation) Act 1986, any child below the age of 14 should not be engaged for the work by the contractor.

56 57

37 SITE CLEARANCE : At the end of the work in each section the contractor shall as a part of his contractual obligation leave the area completely cleared of rubbish and obstructions of all kinds according to the instructions of the Railway’s representative. Besides, he shall take all necessary steps in the course of the execution of work to avoid the presence of loose earth and ballast on platforms, in drains, on the track formation and pathways in the vicinity. If within a fortnight of completion of the particular item of site work the refuge is not cleared the Railway will arrange to get them moved at the cost of the contractor. However, before the Railway actually gets the site cleared. Intimation in writing shall be sent to the contractor.

38 FORCE MAJEURE CLAUSE : If at any time, during the continuance of this Contract, the performance, in whole or part, by either party, of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, act of the public enemy, Civil Commotion, Sabotage, Fires, Floods, Earth quakes, explosions, strikes, epidemics, quarantine, restrictions lockouts, any statute, statutory rules, regulations, order of requisitions issued by any Government Department or Competent Authority or acts of God (here- in-after referred to as event) then provided notice of the happening of any such event is given by either party to the other within twenty one days from the date of occurrence thereof neither party shall by reason of such even be entitled to terminate this Contract nor shall either party have any claim for damage against the other in respect of such non- performance or delay in performance, and the obligations under the Contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, PROVIDED FURTHER that if the performance in whole or part of any obligation under this Contract is prevented or delayed by reason of any such event beyond a period as mutually agreed to by the Railways and the Contractor after any event or 60 days in the absence of such an agreement whichever is more, either party may at its option terminate the Contract provided also that if the contract is so terminated under this clause the Railways may at the time of such termination take over from the Contractor at prices as provided for in the contract, all works executed or works under execution.

39 SETTLEMENT OF DISPUTE AND ARBITRATION : Arbitration in this tender will be governed by the Arbitration and Reconcilliation Act 1996, laid down in Para 63 & 64 of General Conditions of Contract.

39.1 MATTERS FINALLY DETERMINED BY THE RAILWAY : All disputes or differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of the works or after its completion and whether before or after the determination of the contract, shall be referred by the contractor to the Railway and the Railway shall within 120 days after receipt of the contractor’s representation make and notify decisions on all matters referred to by the contractor in writing provided that matters for which provision has been made in clauses 8(a), 18, 22(5), 39, 43(2), 45(a), 55, 55-A(5), 57, 57A, 61(1), 61(2) and 62(1)(b) of the General conditions of the contract or in any clause of the Special Conditions of Contract shall be deemed as “excepted matters” and decisions of the Railway authority thereon shall be final and binding. on the contractor provided further that `excepted matters’ shall stand specifically excluded from the purview of the arbitration clause and not be referred to arbitration.

57 58

39.2 DEMAND FOR ARBITRATION: (i) In the event of any dispute or difference between the parties hereto as to the construction or operation of this contract, or the respective rights and liabilities of the parties on any matter in question, dispute or difference on any account or as to the withholding by the Railway of any certificate to which the contractor may claim to be entitled to, or if the Railway fails to make a decision within 120 days, then and in any such case, but except in any of the “excepted matters" referred to in clause 63 of these conditions, the contractor, after 120 days but within 180 days of his presenting his final claim on disputed matters, shall demand in writing that the dispute or difference be referred to arbitration.

(ii) The demand for arbitration shall specify the matters which are in question or subject of the dispute or difference as also the amount of claim item-wise. Only such dispute(s) or difference(s) in respect of which the demand has been made together with counter claims or set off shall be referred to arbitration and other matters shall not be included in the reference. (ii)(a) The Arbitration proceedings shall be assumed to have commenced from the day, a written and valid demand for arbitration is received by the Railway.

(b) The claimant shall submit his claim stating the facts supporting the claims along with all relevant documents and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitration Tribunal.

(c) The railway shall submit its defence statement and counter claim(s), if any, within a period of 60 days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted by Tribunal. (iii) No new claim shall be added during proceedings by either party. However, a party may amend or supplement the original claim or defence thereof during the course of arbitration proceedings subject to acceptance by Tribunal having due regard to the delay in making it.

(iv) If the Contractor(s) does/do not prefer his/their specific and final claims in writing, within a period of 90 days of receiving the intimation from the Government that the final bill is ready for payment, he/they will be deemed to have waived his/their claim(s) and the Railway shall be discharged and released of all liabilities under the contract in respect of these claims.

39.3 OBLIGATION DURING PENDANCY OF ARBITRATION : Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration proceedings, and no payment due or payable by the Railway shall be withheld on account of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should continue during arbitration proceedings.

39.4.1 In cases where the total value of all claims in question added together does not exceed `10,00,000/- (Rupees Ten Lakhs only), the Arbitral Tribunal consist of a sole arbitrator who shall be either the General Manager or a gazetted officer of Railway not below the grade of JA grade nominated by the General Manager in that behalf. The sole arbitration shall be appointed within 60 days from the day when a written and valid demand for arbitration is received by Railway.

58 59

39.4.2 In cases not covered by Clause 39.4.1, the Arbitral Tribunal shall consist of a panel of three Gazetted Rly. Officers not below JA grade, as the arbitrators. For this purpose, the Railway will send a panel of more than 3 names of Gazetted railway Officers of one or more departments, of the Railway to the contractor who will be asked to suggest to General Manager upto 2 names out of the panel for an appointment as contractor’s nominee. The General Manager shall appoint at least one out of them as the contractor’s nominee and will, also simultaneously appoint the balance number of arabitrators either from the panel or from outside the panel, duly indicating the ‘presiding arbitrator’ from amongst the 3 arbitrators so appointed. While nominating the arbitrators it will be necessary to ensure that one of them is from the Accounts Department. An Officer of selection grade of the Accounts department shall be considered of equal status to the officers in SA grade of other departments of the Railways for the purpose of appointment of arbitrators.

39.4.3 If one or more of the arbitrations appointed as above refuses to act as arbitrator, withdraws from his office as arbitrator, or vacates his/their office/offices or is/are unable or unwilling to perform his functions as arbitrator for any reason whatsoever or dies or in the opinion of the General manager fails to act without undue delay, the General Manager shall appoint new arbitrator/arbitrators to act in his/their place in the same manner in which the earlier arbitrator/arbitrators had been appointed. Such re- constituted Tribunal may, at its discretion, proceed with the reference from the stage at which it is left by the previous arbitrator(s). 39.4.4 The arbitral Tribunal shall have power to call for such evidence by way of affidavit or otherwise as the Arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to be done all such things as be necessary to enable the Arbitral Tribunal to make the award without any delay.

39.4.5 While appointing arbitrator(s) under sub-clause 39.4.1, 39.4.2 and 39.4.3 above, due care shall be taken that he/they is/are not the one/these who had an opportunity to deal with the matters to which the contract relates or who in the course of his/their duties as Railway Servant(s) expressed views on all or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his service, opportunity to deal with the matters to which the contract relates or who in the course of his/their duties expressed views on all or any of the matters under dispute.

39.4.6 The arbitral award shall state intemwise, the sum and reasons upon which it is based.

39.4.7 A party may apply for corrections of any computational errors, any typographical or clerical errors or any other error of similar nature occurring in the award and interpretation of a specific point of award to tribunal within 30 days of receipt of the award.

39.4.8 A party may apply to tribunal within 30 days of receipt of award to make an additional award as to claims presented in the arbitral proceedings but omitted from the arbitral award.

39.5 In case of the Tribunal, comprising of three Members, any ruling of award shall be made by a majority of Members of Tribunal. In the absence of such a majority, the views of the presiding Arbitrator shall prevail.

59 60

39.6 Where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of the money for any period till the date on which the award is made.

39.7 The cost of arbitration shall be borne by the respective parties. The cost shall inter- alia include for the arbitrator(s) as per the rates fixed by the Railway Administration from time to time.

39.8 Subject to the provisions of the aforesaid Arbitration and Conciliation Act 1996 and the rules thereunder and any statutory modification thereof shall apply to the arbitration proceedings under this clause.

40. Rescinding of contract Determination of contract owing to default of contractor (1) if the contractor should (i) Becomes bankrupt or insolvent or (ii) Make an arrangement with of assignment in favour of his creditors or agree to carry out the contract under a Committee of Inspection of his creditors or (iii) Being a Company or Corporation, go into liquidation (other than a voluntary liquidation for the purpose of amalgamation or reconstruction), or (iv) Have an execution levied on his goods or property of the works, or (v) Assign the contract or any part thereof otherwise than as provided in Clause 7 of these conditions or (vi) Abandon the contract, or (vii) Persistently disregard the instructions of the Engineer, or contravene any provision of the contract, or (viii) Fail to adhere to the agreed programme of work by a margin of 10% of the stipulated period, or (ix) Fail to remove materials from the site or to pull down and replace work after receiving from the Engineer notice to the effect that the said materials or works have been condemned or rejected under Clause 25 and27 of these conditions, or (x) Fail to take steps to employ competent or additional staff and labour and required under Clause 26 of the conditions, or (xi) Fail to afford the Engineer or Engineer’s representative proper facilities for inspecting the works or any part thereof as required under Clause (28) of the conditions, or (xii) Promise, offer or give any bribe, commission, gift or advantage either himself or through his partner, agent or servant to any Officer or employee of the Railway or to any other person on his or on their behalf in relation to the execution of this or any other contract with this Railway. (xiii) (A) At any time after the tender relating to the contract has been signed and submitted by the contractor, being a partnership firm admit as one of its partners or employee under it or being an incorporated company elect or nominate or allow to act as one its directors or employ under it in any capacity whatsoever any retired engineer of the gazetted rank or any other retired gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding any pensionable post or not in the Engineering Department of the Railways for the time being owned and administered by the President of India before the expiry of two years from the date of retirement from the said service of such Engineer or Officer unless such Engineer or Officer has obtained permission from the President of India or any officer duly authorized by him in this behalf to, become a partner or a director or to take employment under the contractor as the case may be or 60 61

(B) Fail to give at the time of submitting the said tender (a) The correct information as to the date of retirement of such retired engineer or retired Officer from the said service, or as to whether any such retired officer was under the employment of the contractor at the time of submitting the said tender, or (b) The correct information as to such engineers or officers obtaining permission to take employment under the contractor, or (c) Being a partnership firm, the correct information as to, whether any of its partners was such a retired engineer or a retired officer, or (d) Being a partnership firm, the correct information as to, whether any of its directors was such a retired engineer or retired officer, or (e) Being such a retired engineer or retired officer suppress and not disclose at the time of submitting the said tender the fact of his being such a retired engineer or a retired officer or make at the time of submitting the said tender a wrong statement in relation to his obtaining permission to take the contract or if the contractor being a partnership firm or an incorporated company to be a partner or director of such firm or company as the case may be or to seek employment under the contractor, and after expiry of 48 hours notice, a final termination notice (Proforma as Annexure V) should be issued.

Then and in any of the said clause, the Engineer on behalf of the Railway may serve the Contractor with a notice (Proforma at Annexure III) in writing to that effect and if the Contractor does not within seven days after the delivery to him of such notice processed to make good his default in o far as the same is capable of being made good and carry on the work or comply with such directions as aforesaid to the entire satisfaction of the Engineer, the Railway shall be entitled after giving 48 hours notice (Proforma at Annexure IV) in writing under the hand of the Engineer to rescind the contract as a whole or in part of parts (as may be specified in such notice).

Right of Railway after rescission of contract owning to default of contractor. In the event of any or several of the courses, referred to in sub-clause (1) of this clause, being adopted:-

(a) The contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any commitments or made any advances on account of or with a view to the execution of the works of the performance of the contract and contractor shall not be entitled to recover or to be paid any sum for any work there to for actually performed under the contract unless and until the Engineer shall have certified the performance of such work and the value payable in respect thereof and the contractor shall only be entitled to be paid the value so certified.

(b) The Engineer or the Engineer’s representative shall be entitled to take possession of any materials, tools, implements, machinery and buildings on the works or on the property on which these are being or out to have been executed, and to retain and employ the same in the further execution of the works of any part thereof until the completion of the works without the contractor being entitled to any compensation for the use and employment thereof or for wear and tear or destruction thereof.

(c) The Engineer shall as soon as may be practicable after removal of the contractor fix and determined exparte or by or after reference to the parties or after such investigation or 61 62 enquiries as he may consider fit to make or institute and shall certify what amount (if any) had at the time of rescission of the contract been reasonably earned by or would reasonably accrue to the contractor in respect of the work then actually done by him under the contract and what was the value of any unused, or partially used materials, any constructional plant and any temporary works upon the site.

The legitimate amount due to the contractor after making necessary deductions and certified by the Engineer should be released expeditiously.

Extension of time for delay due to contractor

Imposition of token penalty for delay in the completion of work. The competent authority while granting extension to the currency of the contract may also consider levy of token penalty as deemed fit based on the merit of the case.

62 63

CHAPTER – II

TECHNICAL SPECIFICATIONS OF WORK

CABLE LAYING ERECTION OF APPARATUS CASES MAIN SIGNALS SHUNT SIGNALS TRACK CIRCUITS POINT MACHINES CABLE TERMINATION RACK(FTOT) RELAY ROOM ERECTION AND WIRING OF CONTROL PANEL INTERCONNECTIONS POWER SUPPLY ARRANGEMENT INSTALLATION OF SECONDARY CELLS AT BATTERY ROOM/ LOCATION BLOCK INSTRUMENTS INSTALLATION OF DISTILLED WATER PLANT INSTALLATION OF SM’s SLIDE INSTRUMENT AT STATION/LC SUPPLY AND INSTALLATION OF SOLAR PANEL ERECTION AND WIRING OF ILLUMINATED DIAGRAM INTERLOCKING OF GATES INSTALLATION OF ELECTRIC LEVER LOCK & CIRCUIT CONTROLLER INSTALLATION OF STAND-BY DIESEL GENERATOR SET INSTALLATION OF DIAGNOSTIC PANEL ELECTRIC KEY TRANSMITTER AT STATION HOUSE INTERLOCKING OF SIDING POINTS/TRAP POINTS FIXING OF FACING POINT LOCK FIXING OF ELECTRICAL DETECTOR TELEPHONES MASONARY PLATFORM FOR POST TYPE TELEPHONES INSTALLATION OF ANNUNCIATOR PROVISION OF TEAKWOOD KEY BOX & TOOL BOX ERECTION OF BOARDS WITH LEENDS/GOODS WARNING BOARDS EARTHING PROVISION OF LOCKS PAINTING NON-INTERLOCKED SIGNALLING ARRANGEMENT INSTALLATION OF DATA-LOGGER RELEASING OF S&T GEARS TRANSPORTATION OF SERVICEABLE MATERIALS PROCUREMENT OF CEMENT WIRES TO BE USED IN S&T INSTALLATION TESTING & COMMISSIONING INCLUDING ‘AS-MADE’ DESIGNING OF CIRCUIT PROCEDURE FOR INITIAL CHARGING OF SECONDARY CELLS --ssSss--

63 64

CHAPTER II

DETAILED TECHNICAL SPECIFICATIONS FOR CARRYING OUT SIGNALLING WORKS

GENERAL:- 0.1 The detailed specification for the works which are to be carried out by the contractor are as stipulated hereunder:-

0.2 The work shall be carried out according to the drawings approved by the Railways and shall conform to the provision in Signal Engineering Manual and Schedule of Dimensions. The contractor shall be solely responsible for the proper execution of the work as per specification.

1.0 CABLE LAYING :- 1.1.1 CABLE TRENCH :- Excavation of cable trench shall be made in all kinds of soils including clearing roots of trees, rocks bushes etc., to a depth of 1.0M and a width of 0.3M/ 0.5M as required, for laying cables. Trenches shall be straight as far as possible and steep angles shall be avoided. Alignment of the main cable route as well as track/ road crossing will be given by Railways. While taking the trench, all the roots of trees, bushes, rocks, if any, should be cleared. The bottom of the trench shall be leveled and got rid of any sharp materials. Proper protection to cables to be given while crossing power cables, pipe lines, etc., as required by Railways.

a. Signalling/power cables will be laid as close to the track as possible. The cable, track separation distance both within station limits and in the block section shall generally not exceed 6 Metres.

b. It is desirable that the excavation of trenches is not done in long lengths and does not remain uncovered overnight. It is preferable that trenches are dug, cables laid and refilling done on the same day.

c. The contractor who supervises the excavation work shall have the shoring materials ready on hand so that on banks where ashes or loose materials are encountered, shoring can be adopted.

d. During excavation, the earth of the trenches should not be thrown on the ballast. The earth should be thrown by the side of the trenches away from the track. Plastic sheets/gunny bangs may be used wherever necessary to cover the ballast.

1.1.2 In RE area the following clear distances shall be maintained between the signalling cables and the OHE mast or other structures likely to develop high potentials or switching stations earth. a) Minimum distance between the signalling cables and OHE masts or other structures likely to develop high potential or switching stations earth.

DEPTH OF CABLE (Metres) DISTANCE (Metres) REMARKS Upto 0.5 1.0 Provided cable is laid in 0.5 concrete pipe for 3M on

64 65

More than 0.5 3.2 either side of the mast/structure b) Minimum distances between signalling cables and OHE mast or switching station earth. DESCRIPTION DISTANCE (Metres) REMARKS Switching station viz., 5.0 Provided cable is laid in feeding posts, sectioning 1.0 concrete pipes. post or sub-sectioning post Earth, OHE mast or sub- 1.0 station earth

1.2 LAYING OF CABLES :- 1.2.1 Before the cables are laid, a visual inspection of cable shall be made and it shall be tested for insulation and continuity of the cores. The insulation resistance of a new cable shall not be below 500 M.Ohms per Km. at 20 deg C. The cable insulation should be measured using a 500V insulation Tester(Megger). If there is wide disparity between insulation of different conductors, the condition of the cable should be thoroughly checked before permitting its use. Bedding and armouring shall be inspected to see that there has been no damage during transit or in storage. In case where the wheels are not available or the area is not convenient for rolling the wheels, along the routes, the drum shall be mounted on the axle at one end of the trench and cable payed out. It should be carried out by adequate number of men, ensuring that the insulation of the cables is not damaged and no kink/twist is formed. In no case shall the drum be rolled on the road for laying of cables and the cable dragged on the ground for laying purposes. The cables shall be laid gently into the trench and not thrown out under any circumstances. Before laying of cable in the trench, a visual inspection shall be adequate for any damage or defect throughout its length. Normally cable laying should be commenced only after the relay room and apparatus cases, cable termination box on the route at the respective stations are ready and the cable should be duly brought inside at the relay room/apparatus cases immediately after the cables are laid, however, if for any reasons the cable is be laid in advance, special care should be taken to ensure that the coiled cable near the relay room/apparatus cases is fully protected before and during the construction of the relay room/apparatus cases and during final termination. The coiled cable shall be buried well in the ground such that the depth from the ground level to the top layer of the coil shall not be less than 1 M and shall be fully covered with a layer of bricks horizontally in its entire length and provided with adequate number of the cable markers. On no occasion, the ends of the cable should be left unsealed unless terminated properly.

1.2.2 Cable laying shall commence after the depth and width of the cable trench, quality of bricks are jointly inspected by Railway Engineer's representative and contractor's representative and approved.

1.2.3 PLACING OF CABLES :- When several cables of different types have to be laid down in the same trench, they shall be as far as possible in the following order starting from the track side. i) Telecommunication cables. ii) Signalling cables. iii) Power cables.

65 66

1.2.4 Cable shall not be normally taken over the running track at the time of cable laying by the contractor as this is likely to cause accident to trains and damage to cables. If at any time the cable has to be taken across the track either in full drums or in spread out conditions it shall be done only in the presence of Railway's Supervisory staff and also after safety precautions have been taken to post flagmen on all the sides as may be required to stop any trains approaching the site of the fouled line. 1.2.5 At each end of the main cable/tail cable/power cable an extra coil length of 6 to 8 Metres should be kept.

1.2.6 At the time of commissioning of the cable, the insulation values of the cable should again be checked and the value obtained shall not be below 500 Meg.Ohms per Km at 20 deg.C. If there is wide disparity between insulation of different conductors, the condition of the cable should be thoroughly checked before permitting its use. The reading shall be recorded in a register based on Annexure `C' for all power cables, main and tail cables.

1.2.7 The contractor shall furnish the final as made cable plan and cable route plan and in R.P film with eight prints showing the distance of cables from the nearest track centre.

1.2.8 LAYING OF CABLE IN RCC DUCTS : Excavation of cable trench to a depth of 0.85M and width of 0.85M and placing of the RCC cable supplied by Engineering Department. Also the inter-spacing between the ducts should be cement plastered. After laying of cables, the cable duct shall be filled up with river sand upto the edge of the pre-cast partition level and covered with RCC slabs as per the instructions of Railway Engineer at site. Any balance excavated earth shall be cleared well away from the existing tracks.

1.3 PLACING OF BRICKS : 1.3.1 One layer of country bricks of size of approximately 220mm x100mmx60mm shall be placed closely in breath-wise horizontally in the 1m X 0.3m trench over the cables. Two rows of country bricks of size of approximately 220mm x100mmx60mm shall be placed closely in breath-wise horizontally over the cables in the 1m X 0.5m trench.

1.3.2 SEPARATION OF POWER CABLES :- The signalling cable shall be separated from the power cable carrying 230V or above by a row of bricks placed vertically lengthwise between them wherever required.

1.4 RE-FILLING THE CABLE TRENCH : After the bricks are placed over the cable without any gap between two bricks properly, the excavated earth, shall be again put up in the trench. It shall be ensured that there are no stones or any sharp materials present. The refilled earth shall be consolidated and extra earth also shall be placed on the trench to compensate the sinkage and consolidation of earth.

1.5 TRACK/ROAD CROSSING/MECHANISED OR METALISED ROAD : 1.5.1 Wherever signalling/power cable has to cross the track/road it shall be ensured that: I. The cable crosses the track/road at right angles. II. The cables do not cross in between or inside points and crossings. III. The track/road crossings to be carried out as per the instructions of Railway representative at site.

66 67

1.5.2 In case of track crossing, work includes removal of ballast, excavation of trench 1m/0.5m below the ground level and across the track at places indicated by the Railways and covering, resurfacing the trenches and ballast to the original condition after placing RCC pipe/pipes in position.

1.5.3 RCC Pipes 100mm I.D & 150mm O.D or DWC pipe, shall be provided for track/ road crossings as per Drg. No. SG/CN/02/1. For each track crossings two numbers of RCC pipes with collar each 2M long shall be provided. For each road crossing required number of RCC pipes each 2m long with collar shall be provided depending upon the width of the road.

1.5.4 In cases where more than one RCC pipe is used for track/road crossing, the bottom- most RCC pipe should be 1m below the ground level.

1.6 CABLE LAYING ON BRIDGES :- On bridges, the cables are to be laid through GI Pipes 50mm dia- 3.65mm thick/100mm dia-4.5mm thick/DWC pipe with off-set both ends and with coupling wherever required as per Railway requirement. The pipes shall be suitably supported over the bridges/drainage/culverts with brick masonary works of size 300x300x300mm at an interval of 2M in box type bridges and suitable MS clamps at an interval of 1M in Girder bridges. The end of pipes will be closed with brick masonary abutments of size 0.5x0.5x0.5 Metre.

1.7 PROVISION OF RCC TROUGH : Excavation of trench 0.35M width and 0.8M depth, covering the cable laid with RCC trough (cable protector) as per Drg.No. SG/CN/02/2 and closing and leveling the trench.

1.8 CABLE LAYING ON PLATFORM : The work includes removing/breaking of existing RCC slabs on the Passenger Plat form, trenching to a depth sufficient to accommodate the additional cables laid, covering the trench after the cables are laid, replacing the slabs removed or re- plastering with cement mortar and restoring to the original condition as per the instructions of Railway Representative at site.

1.9 MASONARY DUCT IN ROCKY AREA: In Rocky area, Cable trenching and construction of masonary duct shall be carried out as per Drg. No. SG/CN/02/3 or 4.

1.10 Wherever the cable coil pits are required to be provided, the cable coil pit shall be excavated to a size of 1.0mx1.0m and a depth of 1.0m in rear of location boxes and to a size 2.0m X 2.0M and a depth of 1.5M in rear of Relay room and cable huts. After all the cables are drawn and coiled, over the coiled cable one layer of country bricks of size 220mm x 100mm x 60mm shall be placed throughout entire area of the bottom of the pit without any gap and then refilled with earth and consolidated.

1.11 CABLE MARKERS :- Cable markers have to be supplied and concreted as per Drg.No.SG/CN/02/5. Cable markers have to be placed and concreted at an interval of 20M throughout the cable route, diversions and also on either side of track crossing along the cable route.

67 68

2.1 ERECTION OF APPARATUS CASES:- 2.1.1 The work consists of pit excavation, casting foundation with bolts of adequate size having cement concrete of ratio 1:3:6 as per:- i) Drg.No. SG/CN/02/6 (Apparatus case full size) ii) Drg.No. SG/CN/02/7 (Apparatus case Half/ Quarter size) The position of apparatus case will be indicated by Railways.

2.1.2 Two `E’ types locks on the doors of full size apparatus case and one `E’ type lock on the front door for half size apparatus cases shall be firmly fixed and tested with `E’ type key . Locking and unlocking shall be smooth with least force. Suitable fixing arrangements for `E’ type lock on the door of apparatus case shall be fabricated by the contractor, if such arrangements does not exist. One hard wood shelf plank 37mm thick, planed and varnished shall be firmly fixed for all types apparatus cases/ battery boxes. Also latching arrangement for the back door shall be provided, if required.

2.1.3 All the apparatus cases (Full/Half/Quarter) are to be painted with Aluminium on the outsides and the location numbers are to be painted in 'Bold' letters.

2.2 CABLE TERMINATION BOX FOR CABLE THROUGHING, POINT MACHINE AND LEVER LOCK : 2.2.1 Excavating earth and casting concreted foundation as per Drg.No. SG/CN/02/8 and C.T. boxes are to be erected on Rail vertically by using suitable size of bolts and nuts. The cables shall be taken through 2 Nos. of G.I. Pipes of size 32mm inner dia and 300mm length fixed at the bottom of the CTB with suitable fixing arrangements. It shall be ensured that there should be no break in the cable core during the process of taking the cables through pipes.

2.2.2 In case of CTB for Point machine and Lever lock, one no. of GI pipe 150mm long shall be fixed at the side of the CTB for drawal of jumper wires from point machines/lever locks with proper fixing arrangements. The CTB should be provided with EWS lock.

2.2.3 CT Box shall be painted with Aluminium paint and rails with black paint. The circuit particulars shall be painted neatly on the CT Box cover and the location number have to be painted in ‘BOLD’ letter.

2.3. SHIFTING OF APPARATUS CASES/ CT BOXES : The work consists of excavation of pit around the existing apparatus cases full/ half size and CT boxes, shifting of the location box along with foundation clear of infringement from the track. The pit shall be excavated with maximum care to avoid any possibility of damage to the existing cables. The location box shall then be shifted carefully along with the foundation and cable termination, equipments etc., without disturbing the wiring. While shifting apparatus cases of full size, the brick wall covering the cables shall be broken before shifting the location box. After the location box is shifted, brick masonary walls shall be constructed on the front and back sides of the location box foundation. River sand shall be filled upto to the floor of the location and the bottom shall be sealed with sealing compound.

2.4. CABLE TERMINATION IN APPARATUS CASES/CTB’s: 2.4.1 At each apparatus case/CTB, the work consists of fixing all cables, fixing of laminated, termite proof particles board - exterior grade 25mm thick termination

68 69

board along with terminal blocks and termination of cables/cores (conductors) using PVC/Nylon sleeves.

2.4.2 The underground signalling cable-main, tail and power shall be properly secured by wooden clamps of 50mm x 50mm teak wood inside apparatus case on 25mm x 100mm base plank. The cables shall be neatly skinned duly mending and taping of cable ends for termination bunched and terminated on the terminal board at the required place in order as per approved apparatus case circuit diagram. All the aluminium power cables of size 10 Sq.mm and above shall be provided with Aluminium lugs using crimping tool of appropriate size..

2.4.3 Railway will indicate approximate total number of cable core, terminations to be made in the apparatus cases/cable termination boxes. The contractor shall fix Laminated, Termite Proof Particles Board - Exterior Grade termination board of not less than 25mm at each apparatus cases/C.T. box as required by Railway. Terminal blocks with links, fuse blocks with fuse shall be fixed on the terminal board pertaining to each apparatus case and cable termination box using proper size of wood screws. Two suitable holes shall be made on either side of terminal block and fuse block for bringing cable for termination. The contractor shall prepare cable termination and wiring details of apparatus cases and C.T. boxes and obtain the approval of the Railway Engineer before execution as per the approved cable plan. Termination of main cables, tail cables, power cables, core/cores shall be made at the proper terminal as per approved wiring diagram pertaining to each apparatus case and C.T. Boxes. Before final termination, each cable shall be tested for continuity, insulation etc. and readings recorded and jointly tested and signed.

2.4.4 As per site conditions, the termination of new cables may be required on the existing terminal blocks or by fixing new terminal/fuse blocks in old apparatus cases which shall be done as per approved circuit diagram wherever required. The terminal particulars are to be re-painted or corrected on the doors of apparatus cases as instructed by Railways. Suitable clamping arrangements have to be made for the new cables and also the bottom the opening of the apparatus cases shall be closed with masonary brick work and sealed with cable compound.

2.4.5 After fixing all the signalling cables inside the apparatus case, the side opening shall be closed with masonary work and plastered. The inner side is filled with Sand and finally the bottom is sealed with sealing compound.

2.4.6 All the underground cables shall be provided with punched name plates showing total no. of cores, cross section of each core, Aluminium or copper conductor and from and to details etc. and also painted inside each apparatus case.

2.4.7 The contractor shall submit final `As made' details for each apparatus case and C.T. box in R.P film duly signed. As made shall also show the position of various equipment fixed in each CT Box, apparatus case and battery box, cable details, from and to etc. PVC/NYLON sleeves shall be provided on each cable and cable core number and name of circuit shall be painted on them.

2.5 WIRING OF SIGNALS/LC GATE CONTROL/TRACK CIRCUIT/POINT CONTROL RELAYS IN LOCATIONS:

69 70

2.5.1 Relays, transformers, heavy duty contactors and other gadgets controlling the above functions shall be firmly fixed on suitable relay frames using MS Angles of size 25mmx25mmx6mm and MS Flats of size 25mmx6mm inside respective apparatus cases. The MS relay frame shall be painted before fixing. Laminated Termite Proof Particles board of 25mm thick of requisite size shall be fixed in side the apparatus case for fixing Resistance and Electrolytic condensers. In case of shelf type relays, the relays shall be mounted on shelf planks with suitable anti-tilting arrangement. If plug in type relays are used, 16/0.2mm flexible copper wire shall be used for wiring. For shelf type relay and point motor circuit, 3/0.75mm copper wire shall be used. There shall be no joint in the wire. For soldering the wire to relay clips of Plug-in-type relays in relay racks, best quality rosin core solder shall be used. The complete wiring shall be tested jointly and linked to tail cable.

2.5.2 The description of all relays, fixed in each apparatus case shall be painted inside apparatus case doors. PVC/Nylon sleeves shall be provided on each wire before termination on terminal block. The name of the circuit and wire where connected shall also painted on the sleeves.

2.5.3 Wire should be soldered to relay clips and suitable copper eyelets crimped with crimping tools shall be adopted before the termination. The wiring and termination shall be carried out as per the approved circuit diagram. The relays details shall be painted. PVC/Nylon sleeves shall be provided for each wire before termination and the details of circuit and where the wires connected etc., shall be painted on the sleeves. The complete wiring shall be tested.

2.6 ALTERATIONS TO PAINTING PARTICULARS AT LOCATION BOXES : Consequent to introduction of new circuits or alterations to existing circuits in apparatus cases/CTB’s, new nomenclature should be painted on the cable sleeve. And also the new particulars should be painted on the inner side of the doors at apparatus cases/CTB’s.

2.7 FILLING OF EARTH AROUND LOCATIONS : The work consists of filling of earth around the foundations of signals and apparatus cases for a width of 0.5m on all sides from 150mm below the foundation top to ground level. The earth shall be consolidated after filling.

3.0 MAIN SIGNALS : 3.1 CASTING OF COLOUR LIGHT SIGNAL FOUNDATION : 3.1.1 The work includes excavation of pit and casting of colour light signal foundations with M.S foundation bolts as per Drg.No. SG/CN/02/9. The position of signals will be indicated by Railways.

3.1.2 The foundations are to be plastered on all sides. Necessary earth work, shall be made around the signal foundation and sufficient earth work shall be made upto the required level in the normal terrain and the cable entries shall be closed as per the instructions of Railway Representative at Site.

3.2 ERECTION AND WIRING OF SIGNALS : 3.2.1 Signal pole shall be securely fixed to surface base and erected on signal foundation and plumbed. The gap between the signal pole and surface base shall be filled with suitable putty to avoid tilting. Soon after installation, the pole shall be

70 71

painted with two coats of Aluminium paint after a coat of primer and the signal unit shall be provided with two coats of black enamel paint .

3.2.2 Multi unit colour light signals upto 4 aspects shall be properly mounted on the top of signal pole where there is no route indicator. If required, LED type signal aspect shall be fixed for signals. If there is route indicator a large off set bracket shall be fixed firmly with 2 nos. of `U' bolts 3/4" thick on the signal pole for mounting multi unit colour light signals. One 22mm through hole shall be drilled on signal pole just below the off set bracket and a 20mm through bolt shall be the provided to prevent offset bracket from sliding down.

3.2.3 Signal ladders with platform complete fittings, cast iron shoe and adequate number of support to suit signal pole 3.5/4.5m, shall be firmly fixed clear of infringement with suitable bolts and nuts and painted in black. The ladder shoes shall be concreted. This work also includes fixing of marker boards, enamelled number plates with suitable clamps at the required place. Speed board if any, shall be fixed on the pole with proper clamp clear of infringement as required by Railways.

3.2.4 Signal tail cable shall be taken through the signal pole without damaging insulation and armour, skinned and terminated on signal units. If the signal units are mounted on large offset brackets a vertical slotted hole of 50mmx50mm in size shall be made on signal pole for taking signal tail cable. Suitable protection shall be provided on the slotted hole to avoid damage to insulation of cable. Necessary lense guard shall be provided for CLS/ Route Indicator/ Calling-on signal.

3.2.5 This work includes fixing of filament switching units, Triple pole double filament lamp holders in each aspect of Colour Light Signal Unit and wiring lamp circuit between Signal Transformer and Signal Aspect as per the approved circuit diagram. The Signals shall be focussed for correct visibility after fixing the Signal lamps. The unwanted aspects shall be blanked using MS sheets of 3mm thick.

3.2.6 All the multi unit colour light signals shall be wired with 3/0.75mm copper wire and terminated. For each aspect 2 separate wires shall be used from the terminals and the wiring shall be tested jointly. The signal shall be focussed in day time and at bright light at 90% of rated voltage. The outside `V' cut prism section shall be correctly fixed to the respective track side for close up visibility to drivers.

3.2.7 BLANKING ARRANGEMENTS FOR SIGNALS : In case of signals with a horizontal clearance between 2.21m and 2.36m(in B.G) from the nearest track center, blanking arrangement shall be provided. MS plate not less than 8mm thick, 30cm length shall be fixed on the ladder at a height of 6.3 feet from the rail level. The end portions of the plates should be folded and made smooth so that it will not harm the person climbing the ladder. This plate shall be painted with black.

3.2.8 The signals shall be properly earthed in RE area only. 3.2.9 Necessary wooden cross shall be fixed on the newly erected signals before being brought into use.

3.3 ROUTE INDICATORS :- All types of Route Indicators shall be mounted on the top of signal pole firmly. Necessary lens and guarding shall be provided as required by Railways. The tail cables for route indicators shall be taken through signal pole without any damage to 71 72

the insulation and armour, skinned and terminated on route indicators. Route indicators shall be wired with Wire PVC 3/0.75mm copper as per the approved circuit diagram. Hoods shall be fixed properly and examined during day time and if required extension of hoods shall be made to have proper visibility. The route indicator lamps shall be fed at 90% of rated voltage and focussed in bright day light. The route indicators shall be painted as required by Railways.

3.4 CALLING - ON SIGNALS/’A’ MARKER LIGHTS :- Calling on signals/’A’ marker shall be fitted on the signal posts at required height using off-set bracket. Suitable hole shall be drilled on the signal poles to bring the cable/jumper wires. The cable/jumper wires shall be taken to calling on signal/ ‘A’ marker through suitable steel hose pipes and wired by using 3/0.75mm copper wire. The calling on signals shall be provided with `C' marker and ‘A’ for ‘A’ marker. Number plates to be fixed and painted as per the standard practice in this Railways. The calling on signals/’A’ marker, shall be energised at 90% of the rated voltage and focussed.

3.5 REPLACING THE TAIL CABLES IN SIGNALS : Wherever necessary the existing tail cables shall be released from the existing signals and new tail cables shall be drawn to the aspects and terminated. The termination particulars shall be painted.

3.6 SHIFTING OF SIGNALS : Wherever required the existing Colour Light Signals shall be shifted to clear any infringement from the tracks as instructed by Railway representative at site. The earth surrounding the foundation shall be excavated and the cable coils shall be loosened very carefully without causing any damage to the cables. The Signal shall be moved along with the foundation slowly to the new position and earthwork shall be done around the foundation. The loosened cables shall be buried at 1m depth.

3.7 REPLACEMENT OF SIGNAL UNITS : The existing CLS units shall be removed from the signal post duly disconnecting the cables and new signal units (required as per signalling plan) shall be mounted on the existing signal pole. The tail cable is to be terminated and the signal aspect shall be wired by providing FSU, Lamps, etc. and focused. If there are any blank aspect, the same shall be covered with round MS plate. Lens guard should be provided to the new CLS unit and painted.

3.8 SCREENING ARRANGEMENTS : For the Colour Light signals in RE area which are coming in the infringing zone, screening arrangement shall be provided as required by Railways. The screen made of MS wire-mesh will be fixed on MS angles of size 25x25x6mm with suitable fixing clamps, bolts and nuts and finally painted with black.

4.0 SHUNT SIGNALS: 4.1 POSITION LIGHT GROUND TYPE SHUNT SIGNAL: 4.1.1 The work involves excavation of pits and casting of shunt signal foundations as per Drg.No. SG/CN/02/10. The position of shunt signals will be indicated by the Railways. Foundation for shunt signals shall be casted with cement concrete in the ratio 1:3:6 using stone jelly of size 20/25mm. The foundations are to be plastered on all sides. Necessary earthwork shall be made for each position light shunt signals as required by the Railways. 72 73

4.1.2 The position light shunt signal shall be properly mounted and plumbed.

4.1.3 The cables are to be taken through the unit, skinned and terminated. The post type/Ground type shunt signals shall be wired with 3/0.75mm copper wire and terminated and the wiring shall be tested jointly. The shunt signal shall be focussed in day time and at bright light at 90% of rated voltage.

4.1.4 This work includes fixing of lens guard and number plates. The post shall be painted with Aluminium while the signal unit and surface base with black enamel paint.

4.1.5 The CLS units, Route Indicators, Calling-on signals, position light shunt signals post type and ground type shall be provided with EWS locks.

4.2 POST TYPE SHUNT SIGNAL : Small off-set bracket shall be firmly fixed with `U' bolts of suitable size on signal pole for mounting Post type shunt signals. One 22mm through hole shall be drilled on signal pole just below the off set bracket and a 20mm through bolt shall be the provided to prevent offset bracket from sliding down. A vertical slotted hole of 50x50mm in size shall be made on signal pole for taking the signal tail cable. Suitable protection shall be provided on the slotted hole to avoid damage to insulation of cable. The cables are to be taken through the unit, skinned and terminated. The post type/Ground type shunt signals shall be wired with 3/0.75mm copper wire and terminated and the wiring shall be tested jointly. The shunt signal shall be focussed in day time and at bright light at 90% of rated voltage. This work includes fixing of lens guard and number plates. The post and signal unit shall be painted with Aluminium and enamel black respectively. One EWS lock shall be provided for the signal.

5.0 TRACK CIRCUITS : 5.1 INSTALLATION: 5.1.1 The work includes drilling of holes, bonding of rail joints with 8 SWG GI soft solid wire. 7.2mm holes are to be drilled close to Fish Plates on the web of rail and the bond wires are to be fixed by driving channel bond pin tightly. Two bond wires are to be provided for each joint in parallel. One bond wire clip is to be provided for each joint to keep the bond wire intact. In point track circuit, parallel jumpers/ bond wires/cables shall be provided as required by the Railways with proper supporting arrangements.

5.1.2 Four TLD boxes, two each at track feed end relay end shall be fixed clear of infringement and the respective track circuit tail cables 2 x 2.5 sq.mm PVC copper conductor from the apparatus case shall be terminated in these boxes. In Point zones additional TLD boxes shall be provided for parallel jumpers as per the instruction of Railway representative at site. The connection from the TLD boxes to the rail should be through 8 SWG GI soft solid wire which should be taken through PVC sleeve if required and fixed to the rail both at feed and relay ends. The GI Wire should be clipped on to the sleepers to prevent shorting with rails.

5.1.3 Wherever Glued joints are not provided, Rail Joint insulation RDSO type shall be provided with long bolts and nuts at places marked by Railways. In case of point zone track circuit, necessary insulation shall be provided for switch extension pieces/‘D’ brackets, throw bar lugs, gauge tie plates, crossing plates, stretcher bars, etc., as per site conditions and fixed by the contractor in the presence of Railway representative. Only non insulated gauge tie plate/crossing plate/stretcher bar for the 73 74

above work, will be supplied by Railways. Contractor shall use proper 10mm thick MS flat, bolts and nuts for insulating them. All the insulation shall be tested jointly. Wherever the rodding crosses track circuit zone, it shall be provided with rod joint insulation and tested.

5.1.4 Polarity bonding in each point track circuits shall be provided using 8 SWG soft wire, insulated and clipped on to sleeper. Parallel bonding shall be done wherever required. In RE area transverse bonding should be provided at both feed and relay ends by connecting 2GI 8SWG wire across the block joint as per the bonding plan.

5.1.5 Track circuit work includes fixing of track feed and track relay equipments in the apparatus cases as indicated by the Railway. The shelf type track relay shall be provided with suitable anti-tilting arrangement. Track relay details shall be painted on the inner side of the apparatus case door. Suitable flexible copper wire shall be used for wiring the track relay, track feed equipment, batteries, chokes, etc. and finally terminated at the terminal block. For each track circuit, secondary cell 80 AH shall be charged and installed in the apparatus case. The no. of cells and chokes to be used for each track circuit will be as per the following table:

APPLICABLE TO PLUG-IN-TYPE TRACK RELAYS : LENGTH OF NO. OF CELLS NO. OF CHOKES TRACK CIRCUIT (2.2V ) (IN RE AREA ONLY) Upto 450M TWO ONE 450M to 700M THREE TWO Above 700 M FOUR TWO

5.1.6 The secondary cells shall be charged by the contractor through reputed agencies. The charging of secondary cells shall be done as indicated under Item No.43.

5.1.7 All the TLD boxes shall be painted and Track Circuit numbers along with feed end or relay end particulars shall be neatly painted as required by Railways.

5.2 ALTERATIONS TO TRACK CIRCUIT : 5.2.1 Alterations to the existing track circuits involves by shifting the Feed end equipments/ Relay end equipments/block joints and installing them at a different locations and re- wiring them.

5.3 After completing the installation/alteration of track circuit, it shall be energised, tested, adjusted and readings recorded in track test record.

6.0 POINT MACHINES : 6.1 INSTALLATION OF POINT MACHINES ; 6.1.1 Electrically operated point machines shall be fitted in level to all facing points as per standard drawing on long sleepers on extended gauge tie plate, clear of infringement.

6.1.2 The point machine shall be installed after cleaning the machine (both inside and outside) and greasing/oiling all the moving parts. The point machines shall be hand operated, detection and motor controlling contact adjusted before taking to site. All unwanted openings shall be covered with MS Sheets. 74 75

6.1.3 The point machines shall be fixed with proper size of bolts and nuts and flat/spring washers with correct size of holes on special sleepers to avoid lateral play.

6.1.4 All point connecting rods shall be connected to point machines as per standard layout/drawings without any strain and with minimum offset. All connecting rods shall be in level and correct size of pins shall be used to avoid longitudinal play. Any changes in the connecting roddings during installation which necessitates welding and off sets shall be carried out by the contractor at site. The welding shall be by smithy process. Lengthy roddings shall be supported suitably.

6.1.5 All the wooden sleepers on which the point machine is installed shall be strapped on both side with 2"x3/4" MS strap. Necessary holes [22mm] be drilled on the strap and 20mm bolts and nuts shall be used for fixing to the sleepers.

6.1.6 Suitable eyelet shall be used for termination of power cables using crimpling tool. The jumper wires from the point machines to the CT boxes shall be taken through flexible conduit PVC pipes and securely fixed with suitable clips. The wiring inside the point machine for motor and detector circuit shall be tested for insulation and earth and the connections tightened. 7/1.4mm 3/0.75mm PVC copper wire shall be used for wiring point machines. PVC/Nylon sleeves shall be used for identification of cable cores/jumper wires and marked with paint. Necessary grooves/wards shall be cut on the point machine at the place of insertion of crank handle, for crank handle interlocking purpose.

6.2 ADJUSTMENT AND TESTING OF POINT MACHINES : 6.2.1 The point machines shall be worked by hand crank and the housing of switch rail with the stock rail shall be checked. All the electrical wiring shall be carried out neatly. 6.2.2 The point machines shall be worked both ways with proper feed. It should work without undue friction and working current shall be recorded. 6.2.3 The point stretcher bar and lock connections should be adjusted in such a way that with a 5mm thick obstruction piece placed between the switch and stock rail at 150mm from the toe of switch, a. The point does not get locked. b. The point detection circuit is not completed. c. The friction clutch disengages. d. The tripping current does not exceed 200% of normal working current.

6.2.4 The point machine shall be provided with EWS locks/pipe locks. A long necked lock shall be provided for commutator cover in the case of 5E only. 6.2.5 Necessary notches shall be cut on the pinion of point machine to suit crank handle configuration in the case of 5E only.

7.0 CABLE TERMINATION RACK [F.T.O.T ]: 7.1 CONCRETING & ERECTION OF CABLE TERMINATION RACK [F.T.O.T]: 7.1.1 Cable termination racks shall be erected on suitable teak wood base frame of size 50mm x 150mm in the relay room/ Cable Hut at the required location as directed by Railway with suitable foundation bolts and concreted. The cable termination racks shall be painted soon after installation before cable termination work is taken up. Suitable cable ducts wherever required shall be provided to bring all outside cables to the termination rack. All the cables are to be neatly skinned, fixed by

75 76

wooden clamps, bunched individually and terminated in order. The cable armours and the rack shall be earthed. PVC/Nylon sleeves/indication sleeves shall be used for each cable and internal wiring termination and particulars written with paint on the PVC/Nylon sleeves.

7.1.2 The un-used space over the top of the cable termination rack meant for fixing NA transformer shall be blanked using Hylum sheet of 3mm thick and suitable bolts and nuts.

7.2 TERMINATION OF CABLES: 7.2.1 The PBT terminal and fuse blocks shall be fixed firmly on the cable termination racks and serially numbered with paint for easy identification. Tags shall be provided for each terminals and painted, giving description of the circuit. Suitable rubber gromite shall be provided on the holes of termination racks. Copper tape of width 20mm x 1.5mm shall be used for providing bus bars. Suitable holes shall be drilled in copper tape for this purpose.

7.2.2 All the cables shall be identified by a punched label, tied on to each cable. Painted cable termination index board using Plywood of thickness 12mm – TW/rough finish as per instructions of site incharge with Aluminium grooved Channel frame of overall size 1200mmx1800mm –1no. shall be fixed in the relay room showing the terminal numbers circuit-wise. In case sufficient space is not available for fixing the board in one piece, it may be provided in parts retaining the overall size as per instructions of site incharge. `As made' terminal particulars shall be prepared in RP Film duly signed and handed over to the Railway at the time of commissioning.

7.3 For fixing indication transformers on cable termination racks / relay frames, suitable arrangements using Teak Wood planks - 25mm thick of requisite size shall be provided wherever required. Signal number, name of aspect shall be letter painted in each indication transformers wherever required. The indication transformers shall be tested for insulation and earth before fixing. The indication transformer will be wired using PVC 3/0.75mm copper wire as per approved circuit diagram. The wiring shall be neatly bunched and tested.

8.0 RELAY ROOM : 8.1 ERECTION OF RELAY RACK(PODANUR/SIEMENS) : 8.1.1 Podanur type Relay racks shall be mounted on T.W base frame of size 50x150mm as required by Railways in the relay room with suitable foundation bolts and cement concrete.

8.1.2 Siemen’s relay rack, (to accommodate 56Nos. of ‘Q’ series relays) shall be anchored using ‘J’ type foundation bolts and nuts (12mmx100mm) with washers. In places where ‘J’ type bolts can not be used, special headed bullet type foundations shall be used. An insulator shall be provided for each foundation bolts and also to the ladders for carrying the cables. A MS wall angle of size 35x35x5mm shall be provided- one end grouted to wall and the other end fixed to the relay rack as tie.

8.1.3 The relay rack shall be painted soon after the installation before plugging of the Plug Board.

76 77

8.2 WIRING OF RELAYS (NEW/ADDITIONAL/ALTERATION): 8.2.1 Based on the circuit diagram, contact analysis chart shall be prepared by the contractor. The required number of 50 way terminal boards, plug boards and plug in type relays shall be fixed on the new/existing rack in the nominated places as instructed by Railway representative. The configuration of plug boards should be checked with the contact analysis chart. The nomenclature both on the rear and the front side of the plug board and on front side of the relays in the relay frame shall be painted..

8.2.2 Suitable arrangements shall be made in the relay rack for fixing condenser and resistance unit, required for slow to pick up or slow to release feature. Letter painting shall be made against each unit to identify the circuit for which it is used. Suitable wire supporting Tray made of PVC shall be provided for each row in relay rack to accommodate the complete bunch wherever the new wiring is carried out.

8.2.2 The wiring shall be carried out as per approved circuit diagram. The wiring shall be done on connectors and terminated on terminal clips by soldering process neatly, using high grade solder. PVC flexible wire 650V grade 16/0.20mm copper conductor shall be used. Potential free contacts of various relays required to be monitored by the Data logger should also be wired on the tag block of the data logger. In case of alteration to existing wiring, the wires and relays not required shall be removed. After completing the alteration work, the new wires have to be bunched neatly and brought to original condition. The relay rack wiring shall be tested initially by the contractor and then jointly with Railway Representative. Any addition/alteration to wiring in the course of testing shall be carried out free of cost by the contractor. Different colours of wire shall be used for identify the power supply circuit wiring. In case of alteration, a different colour of wire from the existing one shall be used for easy identification.

8.2.4 Before plugging, the relays shall be checked visually and defective ones noticed shall be replaced duly reporting the same to the railways.

8.2.5 The painted Relay Index board using plywood of thickness 12mm T.W/rough finish as per instructions of railway representative with Aluminium grooved channel of size 1200x1800mm – 2 Nos. shall be manufactured and fixed in the relay room giving the details of the relays and their position in the relay rack. In case of alteration/additional relay wiring, the relay particulars shall be incorporated in the existing relay index board available in the relay room. If sufficient space is not available for fixing the board in one piece, it may be provided in parts retaining the overall size as per instructions of site incharge. 8.2.6 Hardwood stand with decolum finish of size 500mmx700mm of 25mm thick shall be fixed on M.S angles grouted to wall at relay room for keeping ‘As made’ circuit diagram at suitable height as required by Railway Representative. In case of additional/alteration to existing relay wires, the latest ‘as made’ circuit diagram shall be kept in the relay room on the existing hardwood stand.

8.2.7 The new relay room shall be provided with Double Key Door Lock arrangement.

8.3 Rubber mat having sufficient width should be placed in front and rear of all the relay rack and FTOT. The mat should not be less than 6mm thick and it should withstand 650V AC.

77 78

8.4 FUSE BLOWN OUT INDICATION : Fuse Blown out indication shall be provided using Hylum sheet 5mm thick and 50mm width and fixing of 5mm LEDs and resistance. The Hylum sheet shall be fixed by the side of the corresponding Fuse Blocks. Separate switch shall be provided for each circuits. This arrangement shall be made near FTOT inside the relay room.

9.0 ERECTION AND WIRING OF CONTROL PANEL : 9.1 ERECTION : The control panel shall be erected on suitable teak wood base frame of size 50mmx150mm in the SM's room at suitable place on proper foundation bolts and cement concreted. Before erecting the control panel, suitable duct shall be made for bringing the jumper cable into the control panel from relay room/power room if necessary. The interspace of the cable duct after placing all the cables, shall be filled with river sand, before closing the duct with slabs.

9.1.1 The cables shall be clamped using TW 25mmx150mm base plank and 50mmx50mm TW clamp and the cable entries sealed using cable compound.

9.2 WIRING: 9.2.1 The control panel shall be wired including all thumb switches, Push buttons, indicators, counters, bell/buzzers and emergency push, etc. The wiring shall be done with flexible PVC copper wire 16/02mm or by switch board cable by soldering the wire to the terminal clips. High grade solder wire should be used. The wiring shall be done in such a manner that enough working space is available for replacement of knobs/buttons and attend to wiring. The wiring shall be neatly bunched.

9.2.2 Spare contacts in thumb switches and push buttons shall be paralleled. The contractor shall protect the control panel top plates while doing the wiring. The terminal particulars, power supply points, thumb switch/push button numbers, signals/track numbers shall be neatly painted on the inner side of the top plate. Before commencing wiring, all thumb switches, push buttons, indications shall be tested for proper contact and defectives shall be replaced in the initial stage itself. The indication lamp details shall be painted on the inner side of the top plate at respective places. Precautions shall be taken such that there is no break in the wires and damage to the insulation. There shall be no joint in the connecting wires. Each wire shall be identified properly.

9.2.3 One Voltmeter 0-300V AC for signal supply shall be mounted in panel/panel room.

9.2.4 The required number of buzzers operating on 24V DC as per approved circuit diagram for low voltage monitoring, signal blanking and approach warning, etc. shall be provided in the panel and wired. 9.2.5 One TW stand/tray shall be manufactured and kept at the Panel room for keeping different types of caps.

9.2.6 During the course of work, any modification to the panel/panel wiring shall be done by the contractor at site as required by the Railways at free of cost before final commissioning.

78 79

9.2.7 The work of alteration to control panel wiring includes drilling of holes on the Top plate wherever required and fixing of switches, push buttons, LEDs/ indication lamps with holder, termination of cables and carrying out alteration to the existing wiring as per approved circuits diagram, releasing of wires, and painting of particulars on the panel. If there are any small holes after releasing the switches or buttons, etc., the same may be plugged, covered with putty and painted neatly.

9.2.8 The cable termination and internal wiring terminal particulars of control panel shall be made on R.P Film duly signed by the contractor and handed over to the Railways.

9.2.9 The frames and the back doors shall be painted as required.

9.3 INSTALLATION OF LOW VOLTAGE MONITORING DEVICE : The Low Voltage Monitoring Device Multimeter like external 1 & 2, internal, block, indication, etc., should be procured and installed inside Relay/Power Room as required by Railways. Necessary connections are to be made to various circuits and wired with 3/0.75mm wire. The description of the circuit shall be painted neatly.

10.0 INTERCONNECTIONS : 10.1 Interconnection arrangements between the cable termination rack, relay rack, control panel, power and battery room shall be carried out as follows:-

10.1.1 Interconnection between relay rack and FTOT, relay rack to control panel shall be carried out with cable having plain, annealed copper, multi core/single core conductor of 1/1.5 sq.mm PVC insulated, unarmoured, unsheathed 1100v grade cable.

10.1.2 Relay rack to relay rack wiring shall be done with 16/0.2mm PVC copper conductor by soldering process.

10.1.3 The inter-connection between the relay rack and power room, power room and FTOT, Block Instruments and FTOT shall be carried out with underground, armoured, sheathed, power/ signalling cables of adequate length. The termination shall be carried out using suitable size of copper eyelets/sockets. Inter-connection between power rack and battery room, shall be carried out by using suitable underground cables.

10.2 All the interconnecting wires shall be supported by means of Aluminium ladder. Ladder of suitable capacity shall be manufactured using Aluminium angles of size 50mmx50mmx6mm and Aluminium flats of size 25mmx6mm. The inter spacing between two rods of the ladder shall not be more than 125mm. The corners of the ladders as well as the inner path of the ladders shall be of curved shape and shall not damage the insulation of the inter-connection wire. The bends also shall not be steep. The bottom of the ladders shall be provided with hylum sheet of 3mm thickness. The ladder shall be fixed firmly with proper Aluminium flats.

10.3 The interconnection arrangement includes laying of signalling cables in ducts wherever necessary as indicated by Railways. Wherever cables are taken through cable ducts inside relay room/ battery room etc., the ducts shall be filled with river sand upto the floor level and covered with RCC slabs.

79 80

10.4 All connections/terminations shall be tested by the contractor and after satisfying himself jointly with Railway Representative. Any alterations required shall be carried out by the contractor free of cost.

10.5 Cable details, functions allotted to each core and terminal numbers shall be prepared in standard size RP film and handed over to Railways.

11.0 POWER SUPPLY ARRANGEMENT: 11.1 INSTALLATION IN POWER ROOM : Transformers, battery chargers, transformer rectifiers, voltage stabilizers, inverter, etc., as detailed in the schedule shall be installed and wired as per approved power diagram in power room. The list of materials to be supplied by Railways and contractor is given in Vol.I.

11.2 The contractor shall manufacture a power supply panel using 1200x1200mm hylum sheet not less than 10mm thick for mounting meters, switches/fuses, etc. as required by Railways. It shall be installed on a frame made of MS angles of size 25x25x6mm, MS flat of size 50x6mm and grouted to the wall after leaving sufficient space from the wall for testing and replacement. The cable shall be fixed on TW base plank of size 25x150mm using TW cable clamps of size 50x50mm and terminated on PBT Terminal blocks.

11.3 For mounting transformers, battery chargers, voltage stabilizers and other power supply equipments, a suitable stand made of MS angles of size 65mmx65mmx8mm and MS flats 50mmx6mm and with Hard Wood reapers of size 100mmx50mm. shall be grouted to the wall and at floor. The power supply arrangements wiring shall be carried out using 7/1.4 mm PVC Copper wire as per the approved circuit diagram. The voltage stabilizer shall be installed at a suitable place as required by Railways and arrangements shall be made to isolate and put through the stabilizers if it becomes defective without disconnecting the leads.

11.4 Ammeter and Stabiliser by-pass arrangements shall be provided on the panel to prevent ammeter being always in the circuit. After wiring, the power rack shall be tested jointly. The power rack shall be energised to its rated capacity and kept in that condition for not less than a week before commencement and any defect notice shall be rectified by the contractor. The Guarantee Certificates and Technical Pamphlets for the power supply equipments shall be handed over to Railways. Any addition/alteration to power supply arrangement shall be carried out during Testing and Commissioning.

11.5 The power rack and power supply equipments shall be painted suitably and uniformly before installation as required by Railways. Schematic diagram of power supply arrangement and distribution details shall be painted on plywood 12mm thick- TW/rough finish as per instructions of site incharge with Aluminium grooved channel frame of size 1200x1800mm and fixed in the power room. As made power diagram shall be submitted in RP film duly indicating the power supply details and position of the equipments.

11.6 The power panel and power rack should be provided with separate earth.

11.7 The power room shall be provided with single door lock arrangement.

80 81

11.8 INTEGRATED POWER SUPPLY ARRANGEMENT : This work involves supply and erection of integrated power supply units conforming to RDSO Specification No.RDSO/SPN/195/2000 with latest amendment as required by Railways and wired.

11.9 PROVISION OF POWER EQUIPMENTS AT LOCATIONS/LC GATE:: The power equipments like Transformer Rectifier, Isolation Transformer, transformers, etc. as mentioned in the schedule should be procured by the contractor and the same shall be installed at the apparatus cases/LC gates as indicated by Railways. The equipments should be wired with 3/0.75mm copper wire. On 400V/230V side, the terminals should be protected suitably to avoid any shock. The particulars of equipments and the description of the circuit should be painted inside the Apparatus case as well as on inner doors. Sufficient HW planks(25mm thick) shall be provided for fixing equipments inside the apparatus case. In case of LC gates, one changeover switch shall be fixed on a hylum board and mounted on the wall inside the gate lodge using MS angles and suitably painted. As per the circuit, the required capacity of HRC Fuse should be provided and wired.

12.0 INSTALLATION OF SECONDARY CELLS AT BATTERY ROOM/ LOCATION : 12.1 This work includes manufacturing of battery stand ,charging and installation of the cells as specified in the schedule. Secondary cells shall be initially charged by reputed firms only and shall undergo not less than 3 cycles of charges and discharges as detailed under Item No.41.

12.2 The various sets of charged secondary cells for different circuits shall be installed on battery stands in the Battery room/ Cable Hut of the station. The battery stand will be manufactured using MS angle 65x65x8mm ,MS Flats 50x6mm and covered with 100x50mm Hardwood reaper. It shall be painted suitably with anti-corrosive black paint before installation of battery.

12.3 Battery links(copper/lead) with copper lugs crimped and suitable bolts and nuts shall be used for connecting cells. The charged Cells shall be fixed leaving sufficient working space for taking specific gravity reading and distilled water topping. Cells are to be connected with suitable copper lead links sufficient to carry the full load. Immediately after connection, petroleum jelly shall be applied on battery terminals.

12.4 In the Battery room/ Cable Hut wiring of the batteries shall be carried out by PVC 7/1.40mm copper wire with colour codes through PVC Pipes properly clamped and terminated in the T.W terminal box with locking facility in the battery room.

12.5 The details of batteries and the capacity, circuit, date of installation, etc., shall be painted on a board using water proof Plywood of thickness 12mm - TW finish with Aluminium grooved Channel frame of size 1200mmx 1800mm. The specific gravity and voltage reading shall be recorded for each cell in a separate register along with the Guarantee Certificate of the supplier and handed over to the Railway duly signed. 12.6 One Hydro Meter on suitable TW Stand and one battery tester shall be kept in the battery room.

81 82

12.7 In case of installation of secondary cells at location boxes, anticorrosive black paint to be coated inside the apparatus case. Additional ventilation arrangements shall be made. The date of installation, capacity serial No. and circuit particulars shall be painted on each cell and inner side of the door. 12.8 All connections/termination shall be tested by the contractor and after satisfying himself then to be tested jointly with Railway Representative. Any alterations shall be carried out by the contractor during testing and commissioning of installation.

13.0 BLOCK INSTRUMENTS : 13.1 Double line block instruments, Neale’s Token instruments and Daido single line block instrument FM type shall be mounted on a block counter. All the outer sides and top of the counter shall be pasted with decolum sheets of required colour as indicated by railways.

13.2 Podanur type single line push button tokenless instrument shall be fixed on the ground as indicated by Railways.

13.3 Necessary Terminal Blocks and Fuse Blocks shall be fixed inside the Block Counter for termination of jumper wires and cables. Cable shall be fixed properly inside block counter and terminated. The Block relays shall be placed inside the Counter and shelf type relays shall be fixed firmly using anti-tilting arrangements. The relays shall be wired and properly identified.

13.4 In case of overhead alignment, the control and block lines shall be brought separately to the glass fronted test panel and terminated using wire PVC 3/0.75mm copper, through PVC tubes of 15/20mm, clamped to the wall. The test Panel shall be manufactured using T.W 25mm thick and separate doors shall be provided for block and controls. 4 Nos. of DPDT switches and required number of Lightning Discharger shall be fixed. The lead-in wires shall be soldered to the Block and Control Lines at the Wall Bracket.

13.4.1 From the termination box, block wires should be taken through PVC tube of suitable size suitably clamped in the wall and terminated inside the block counter.

13.4.2 The inter connection between the instrument and line battery (provided in the battery room) shall be done with underground cables.

13.5 In RE area block filters and block bell equipments should be installed and wired. The work involves installation of Block Filters and Block Bell equipments on a stand made with MS angles 50mmx50mmx6mm grouted to wall with T.W top plank of 25mm thick, termination of jumper wires in T.W Terminal box of size 300mmx450mmx100mm, wiring including interconnection between Terminal Box.

13.6 The block counter shall be provided with a suitable lock with 2 keys.

13.7 Separate block earth shall be provided for each section on either side.

13.8 INSTALLATION OF WAY STATION EQUIPMENTS : The way station equipment such as selector, selector bell box shall be fixed at appropriate places and wired. The control telephone and battery shall be installed in suitable place and battery boxes manufactured out of TW. The wiring between the

82 83

test panel/termination box and telephone cum battery box shall be carried out with PVC copper wire 3/0.75mm. The wiring from the equipment and telephone shall be carried out by using signalling cable.

14.0 INSTALLATION OF DISTILLED WATER PLANT : 14.1 One set of Distilled water Plant capacity- 3.5 to 4.5 Litres/Hr., with two detachable heating elements of 1500W each to work on 230V AC, single phase, fitted with automatic cut-outs and removable connectors, with stainless steel boiling chambers, steel condenser pipe, toughened glass lid shall be installed at Distilled Water Plant Room on suitable stand.

14.2 For water supply, a fibre tank similar to ‘SINTEX’ make – 200 litres capacity shall be installed on cut rails, grouted to wall at suitable place indicated by Railway Representative.

14.3 The water supply connection from water tap towards fibre tank and Distilled Water tank shall be made using good quality of GI pipes, bends, taps and valves of 25mm dia wherever required.

14.4 The water pipe lines shall be clamped at required places using proper size of clamps. One separate power socket with fuse indication shall be provided and wired for distilled water plant.

14.5 The Distilled water plant shall be tested for its satisfactory working jointly with Railways.

15.0 INSTALLATION OF SM's SLIDE INSTRUMENT AT STATION/L C:- 15.1 AT STATIONS : 15.1.1 SM's Slide Instruments shall be installed at the Station on suitable block counters. T.W plank 25mm thick shall be fixed on the top of the Block counter over which the S.M's Slide control instrument shall be fixed. Sufficient working space shall be left for carrying out wiring. Wiring shall be done with 3/0.75mm copper wire. Care shall be taken to keep the wiring free from the slides. The spare contacts shall be paralleled.

15.1.2 Wiring leads brought out from SM's Control Instrument shall be terminated inside the counter. The signalling cables shall also be terminated inside the counters using PBT terminals fixed on laminated termite proof particles board - Exterior Grade - 25mm thick. The terminals particulars shall be neatly painted on the inner side of the doors. No wiring shall be exposed. Suitable colour decolum sheets shall be pasted on all outsides and top of the block counter.

15.2 At LCs the SM slide instrument shall be installed on a shelf made using hardwood plank of size 25mm thick. The plank shall be fixed on 2 MS angles 50x50x6mm of suitable length and grouted on the wall. The cable shall be taken through GI pipe from ground level. For termination of cables, a termination box of size 50cmx60cm made up of HW with decolum finish fitted with PBT terminals shall be fixed below the SM’s slide instrument. The SM’s control instrument shall be wired as per the approved circuit diagram. The particulars of the terminal shall be painted on the inside door of the termination box.

15.3 The SM's Slide Instrument shall be painted suitably as desired by Railways. 83 84

15.4 The SM's Control Instrument shall be earthed.

16. SUPPLY AND INSTALLATION OF SOLAR PANEL : 16.1 The work consists of fabrication of MS frame of suitable size for the Solar Panels and its erection.

16.2 The frame shall be fabricated using MS angles of size 65mmx65mmx6mm and MS slotted angles of size 40mmx40mmx5mm, MS flats of size 40mmx10mm and MS plates of size 100mmx100mmx6mm.

16.3 The fabricated stand shall be erected and fixed on top of the Station building/LC gate rigid to withstand any adverse weather condition and the frame shall be fixed in slanting position.

16.4 The frame shall be painted before the Solar panels are fixed on the frames.

16.5 Suitable Number of Solar Panels (mono Crystalline Silicon, Solar Photo- Voltaic(SPV) Panels of required ratings shall be fixed in one frame using bolts and nuts.

16.6 The Solar Panels shall be connected in series/parallel as per the approved circuit diagram using wire PVC 3/0.75mm and 16/0.2mm copper.

16.7 The wiring from the Solar Panel to the cells shall be done by using cables taken through 50mm GI pipes fixed firmly using MS clamps.

17.0 ERECTION AND WIRING OF ILLUMINATED DIAGRAM :- 17.1 The Illuminated diagram shall be installed firmly above the S.M's slide instrument as indicated by the Railways on suitable supports. Before commencing wiring, the indication lamp details shall be painted in the inner side of the illuminated diagram. The illuminated diagram shall be wired with 16/0.2mm PVC flexible copper wire by soldering process using best quality of solder. The wires shall be taken through suitable PVC pipes from the Terminal box of the SM's slide control instrument to the illuminated diagram. Precautions shall be taken such that there is no break in the wire and damage to the insulation for the connecting wires. Each wire shall be identified properly. Sufficient spare wires shall be run and terminated duly identified.

17.2 The wiring shall be done in such a manner that enough working space is available for replacement of indication lamps and attend to wiring. The wiring shall be neatly bunched. The frames and board doors shall be painted as required.

18. INTERLOCKING OF LEVEL CROSSING GATES : 18.1 WITH LIFTING BARRIERS : 18.1.1 Excavation of pit, concreting foundation as per Drg.No.SG/CN/ 11 and erection of ground lever frame using suitable bolts and nuts. Casting of A type foundations for mounting the cranks is included in the scope of this work. All the foundations will be plastered on the top.

18.1.2 Making rodding connection from the Ground lever frame to the boom locking mechanism through cranks, adjusting and testing the boom locking from ground lever frame. The rod run shall be at rail level and gap of not less than 40mm shall be 84 85

maintained while crossing the track. All the joints of rod connecting cranks and levers shall be smithy welded. The rod run between the track shall be insulated while crossing the track circuited portion The Lengthy roddings shall be run on roller stands fixed on trestle located not more than 2.2 Metres between adjacent supports.

18.1.3 The gate interlocking arrangement shall be carried out as per the standard practice of S.Rly. as per the instructions of the Railway representative at site. Necessary interlocking shall be carried out in the locking tray of the ground frame wherever required by the railways. The locking tray is to be locked and sealed.

18.1.4 The lifting Barrier will be painted with two coats of enamel paint of approved quality as given below: (A) Stands-Black (B) Boom with fringes: Black and Yellow stripe 300 mm wide alternatively (C) Stop Disc on the boom: Red

18.1.5 Florescent paper strips should be pasted on both the lifting barrier boom.

18.2 WITH SWING GATES: This work consists of fixing of gate locks on the each gate. The gate lock consists of 2 Nos. of `E' type locks for each gate fixed on suitable MS flat min.10 mm thick as instructed by Railway representative at site. The arrangement shall be painted as per standard Railway practice.

18.3. INSTALLATION OF ELECTRONIC GATE WARNING EQUIPMENT : The work includes fixing of Gate warning equipment on suitable fixtures as per Railway standard for LC gates - 2 Nos. one on each side of the track, fixing of amplifier at apparatus case and hooter at Road warning signal post, wiring as per approved circuit diagram and painting.

19. INSTALLATION OF ELECTRIC LEVER LOCK AND CIRCUIT CONTROLLER :- 19.1 This work includes excavation of pit, concreting of rail post vertically, fixing of electric lever lock and circuit controller on the rail, wiring, provision of MS Cover for EL&CC, provision of fabricated `FREE’ indication box, painting and concreting. The lever lock and circuit controller shall be connected to the lever through crank and 32mm/20mm MS rods/ joints through smithy welding. Free indication box shall be provided and all these equipment shall be wired with wire PVC 3/0.75mm as per the approved circuit diagram.

19.2 INSTALLATION OF LEVER LOCK CIRCUIT CONTROLLER INSIDE THE CABIN: The Electric Lever Lock and Circuit Controller should be fixed vertically on the rails inside the cabin below the concerned lever. The fixing rail is to be concreted. Also Counter motion crank is to be fixed on lever mounting channel and the same is to be connected with lever as well as lever lock circuit controller. The rods should be adjusted to correct length by smithy welding. Necessary notches are to be cut on the plunger of the lever lock and circuit controller as desired by Railways. The same should be wired with 3/0.75mm copper wire as per circuit diagram. The bands of the circuit controller are also to be cut as per the circuit diagram. The correct functioning of the lever lock and circuit controller is to be tested in presence of Railway

85 86

representative. The lever lock and circuit controller , cranks and the connecting rods should be painted neatly.

20. INSTALLATION OF STAND-BY DIESEL GENERATOR SET : 20.1 The stand by diesel generator plant with control panel shall be installed in the generator room as per standard practice adopted by the Railways using anti-vibration packing to minimise the vibration. The exhaust pipe to be extended outside the room with minimum number of bends and the silencer is fixed towards the off side of the SM's Room. Required number of anti-vibration mounting(cushy foot) shall be provided by the contractor.

20.2 Necessary asbestos rope should be wrapped around the exhaust pipe. The control panel of the Diesel Generating set should be properly mounted. The wiring of generator and the control panel shall be carried out using PVC 7/1.40mm copper wire, through PVC Pipes, PVC bends and terminated. An Hour meter shall be provided as required by Railways. The changeover switch and phase selector switch shall be provided and connected for changing over, from normal power to stand by and vice- versa or from one phase to another on suitable fixtures as instructed by Railway representative at site.

20.3 The stand by generating plant and control panel shall be earthed.

20.4 Secondary cell of required capacity shall be installed and connected for self- starting facility, wherever required.

20.5 After installation, for initial commissioning, the procedure given in the firm's manual should be strictly followed. Each diesel generating set should be tested on full load continuously as per the rating of the generator, defects noticed if any, shall be rectified by the contractor.

20.6 The generator room shall be provided with a good quality of lock. The work involves supply, fixing and interconnecting phase selector switch and changeover switch for DG sets wherever required.

21. INSTALLATION OF DIAGNOSTIC PANEL : 21.1 The work includes manufacture, installation and wiring of Diagnostic Panel. The diagnostic panel will be fabricated from plywood 25mm thick of suitable size depending on yard layout and covered with white decolum sheet. The sides will be covered with Aluminium grooved channel. The yard lay out will be painted on the decolum sheet.

21.2 The interconnections between independent relay contacts wired and terminated and 50 way terminal board on the diagnostic panel will be as per the approved circuit diagram using wire PVC 16/0.2mm copper. The interconnection wires shall be taken through ladders already available. The indications of points, signal, track, slots, LC gate if any, and important relays like LR, ASR, UCR, CHR, etc. shall be indicated in the panel by providing LED. The work also includes provision of (30 - 0 - 30) voltmeter for the internal supply and wiring the same. Test pin and sockets are to be provided and wired.

86 87

22. ELECTRIC KEY TRANSMITER AT STATION HOUSE: 22.1 Electric key transmitter with/without crank handle fixed to the key shall be installed firmly on suitable angle supports and teakwood boards in the place indicated by Railways, with economiser push switch and wired The cables shall be terminated on a terminal box made using 25mm thick T.W. planks with decolumn finish and locking facilities. Required number of terminal blocks shall be fixed inside the terminal box for termination of cables and jumper wires. The wiring shall not be exposed. The cables shall be taken to the terminal box using HDPE pipes of 50mm dia. The crank handle shall be welded to the key in such a manner that there is no undue strain to the EKT contacts. The EKT should be painted and the circuit particulars and ward nos. are to be painted in bold letters.

22.2 INSTALLATION OF EMERGENCY KEY PROVING CONTACT : 22.2.1 E' type lock having long plunger and key contact shall be assembled and shall be kept in a glass fronted decorated box and wired. The box shall have the locking and sealing facility using 6 levers NAVTAL LOCK with duplicate keys.

22.2.2 The contacts shall be made when the key is `IN' and contacts shall break when the key is disturbed or taken `OUT' using a limit switch.

23. INTERLOCKING OF SIDING POINTS/TRAP POINTS :- 23.1 For siding points with succession key lock arrangements and trap points, hand plunger lock fitted with "E" type locks shall be provided on gauge tie plates with suitable bolts and nuts. This work includes fixing of switch extension pieces and split stretcher bars. Notches on split stretcher bars shall be cut at site.

23.2 It shall be ensured that, it is not possible to lock the points with an obstruction of 5mm test piece placed between switch and stock rail at 150mm from the toe of the switch.

23.3 `E' type lock shall be fitted to the hand plunger locks with proper bolts and nuts. After ensuring the free as well as the full movement of the plunger, marking shall be done and notches cut on the plunger.

23.4 Proper lubrication shall be done for the smooth operation of points, HP locks and `E' type locks.

24. FIXING OF FACING POINT LOCK : 24.1 For points single end and double end, the required Facing point locks should be fixed on the gauge tie plats. Necessary holes are to be drilled for fixing FPL. On split stretchers, necessary notches are to be cut for correct functioning. The FPL is to be connected to the Rod Transmission through cranks. Necessary smithy work, if required, should be carried out for achieving correct length of the rods. For facing point lock, the lock bar also is to be fixed. All the fittings like FPL, split stretchers are to be painted with black. A MS cover is to be provided for FPL.

24.2 PROTECTION BAR/LOCK BAR : The protection bar/lock bar, if required, should be fixed close to the stock rail as per Signalling plan. The required lock bar clips(12 Nos.) and stops(4 Nos.) are to be fixed correctly. Necessary holes are to be drilled on the protection bar/lock bar for fixing lock bar clips and the lock bar driving arrangement should be riveted.. The same is to be connected to the crank through 32m solid rods and solid joints. 87 88

Necessary cranks are to be fitted on the sleeper and connected. The protection bar, clips, stops, etc. are to be painted with black paint. Finally, it should be tested for correct functioning.

24.3 FIXING OF POINT/TRAP INDICATORS : Point indicators and Trap indicators shall be provided at places indicated in the Signalling plan. These indicators shall be firmly fitted on indicator stand on long sleepers/CI stands concreted firmly to the ground through suitable bolts and nuts complete with all ground connections, clear of infringements. Proper size of pins shall be used to avoid longitudinal play. All joints shall be smithy welded only. The indicators shall be adjusted properly and painted suitably.

25. FIXING OF ELECTRICAL DETECTOR : 25.1 The electrical detector shall be fixed on the extended gauge tie plate firmly. The switch extension piece shall be fixed on the switches and the point is to be connected with electrical detector by using ground connections. If any smithy work is involved, the same shall be carried out on the ground connection rods.

25.2 A TLD box shall be fixed near the electrical detector and the cable is terminated inside the TLD box. The electrical detector shall be wired with 3/0.75mm copper and the jumper wire shall be taken through hose pipe between electrical detector and TLD box.

25.3 The electrical detector shall be painted with Aluminium paint and the point ground connections, TLD box with black paint. The working of electrical detector shall be tested in presence of Railway representative to conform to obstruction test.

26. TELEPHONES : 26.1 PAGING AND TALK-BACK SYSTEM FOR HOME SIGNALS : Paging and talk-back facility in lieu of Signal post telephone shall be supplied as per specification and installed including voice communication equipment with suitable switching arrangement at Home Signal post and at SM's room. This includes drawal of tail cable through GI pipe 25mm dia and 2mtrs long duly clamped to Signal post with bend as required at site, termination of tail cable at one end in the apparatus case and other end in the console. In the SM's room, console should be fixed on a table/wall. The wiring shall be done using wire PVC 16/0.2mm copper.

26.2 DESK TYPE TELEPHONES AT STATION HOUSE/APPARATUS CASES/LCs :- Desk type magneto telephone shall be supplied and fixed at station house/ apparatus case/LCs. /apparatus cases near top points/siding points and securely fixed on shelf planks. It shall be ensured that no other gadgets is kept in that apparatus case and separate door lock arrangement made to protect the Telephone battery.

26.2.1 Nickel-Cadmium power pack 4V - 2.2AH, with battery charger 110V AC/4V DC shall be supplied and provided for telephone.

27 MASONARY PLATFORM FOR POST TYPE TELEPHONES: Excavation of pit, construction of masonary platform as per Drg.No.SG/CN/02/12 with bricks of approx. size 220mmx100mmx60mm to operate signal Post Telephones near Home Signals and plastering as per the instructions of Railway representative at site.

88 89

28 INSTALLATION OF ANNUNCIATOR : Fixing of Annunciator in the Station house on a suitable HW stand fixed to the table/wall by MS angles, wiring the same using wire PVC 16/0.2mm copper and painting. The hard wood plank shall be pasted with coloured Decolum sheets on all sides. The work also includes supply and wiring of magneto telephone - 1 No. and Ni-cad power pack 4V DC – 2.2AH with battery charger 110V AC/4V DC and painting of various circuit particulars on the Annunciator as instructed by Railway representative.

29.0 PROVISION OF TW KEY BOX &TOOL BOX : 29.1 PROVISION OF TW KEY BOX : This work involves manufacture, supply and installation of Glass fronted Teakwood Key box of size 300mmx600mmx75mm with built in lock arrangement. Plastic tags duly engraved giving the particulars of various keys are to be provided along with the keys.

29.2 SUPPLY OF TW TOOL BOX : A tool box of size 1000mm x750mm x100mm (inner dimensions) made of 25mm thick teak wood, perplex sheet fronted 6mm( Colourless) shall be manufactured and fixed on the wall at a convenient location as instructed by Railway representative at site. The box should have provision of padlock for locking arrangements and shall be equipped with the following tools:

a Multimeter manufactured by Reputed firms similar to Model 1 No. No.DM 352 of MOTWANE MAKE with suitable carrying case and test probes b Multimeter Model No.HM 102 BZ Hungchung with test probes with 1 No. suitable carrying case. c Centre zero ammeter 30-0-30 Amps 1 No. d Screw drivers adjustable with common Handle for different screw 1 Set drivers (TAPARIA make) e Spanner double ended 33mm (TAPARIA make) 1 No. f Spanners double ended 3/8x1/2" (TAPARIA make) 1 No. g Spanners double ended 5/8x3/4" (TAPARIA make) 1 No. h Spanners double ended 7/8x1" (TAPARIA make) 1 No. i Adjustable screw spanner 12" (TAPARIA make) 1 No. j Insulated cutting pliers (TAPARIA make) 1 No. k Insulated nose pliers (TAPARIA make) 1 No. l Hammer 1 1/2 lbs ball pane (GEODRE make) 1 No. m Hacksaw frame (GEODRE make) 1 No. n Electric soldering iron 230V 60W (Soldron/Philips make) 1 No. o Megger 500V/ 500Mohms. with test probes 1 No.

30 ERECTION OF BOARDS WITH LEGENDS/ GOODS WARNING BOARDS: 30.1 Boards with Legends/Warning boards shall be fitted on to the Rails, erected and concreted to a size of 600mmx600mmx900mm at location indicated by Railway representative and as per approved signalling plan, clear of infringements.

30.2 Necessary legends such as "DRAW CLOSE IF SIGNAL IS AT ON" shall be letter painted as per standard practice of this Railways and as per Signal Engineering Manual.

89 90

30.3 For Goods Warning Board about 12 Nos. of Scotch light reflectors/strips shall be provided by the contractor.

30.4 Rail posts and other fittings shall be painted as required by Railways.

31. EARTHING : 31.1 All apparatus cases, battery boxes, CT boxes, armours of cables, battery chargers, transformers, power panels, Control panel, Block Instruments/Control test panel/Cable Termination Rack/Relay Racks, etc., shall be earthed. If number of apparatus cases are grouped at a place, one earth shall be provided for all. Otherwise, separate earth is to be provided for each apparatus case. The earth resistance shall not be more than 10 Ohms.

31.2 This work includes excavation of pit at a given location as per Drg.No.SG/CN/02/13 on natural soil, supply and fixing earth pipe covering the same with the mixture of 2kgs. of charcoal, 2 kgs. of common salt and earth. A concrete enclosure has to be provided around the earth pipe as per drawing.

32 PROVISION OF LOCKS : Universal locks (EWS Locks)/GI locks/Navtal Locks shall be provided for CLS units, Route Indicators, point machines, apparatus cases, battery boxes and C.T. boxes wherever necessary.

33. PAINTING : 33.1 Block instruments, Block counters, control panel, EKT’s and all signalling gears installed shall be painted in accordance with the standard practice of Southern Railway and as per Signal Engineering Manual.

33.2 While painting, initially one coat of primer and afterwards 2 coats of enamel paint shall be applied.

33.3 The details of paints to be used on the signaling gears are shown below. S.No. Signalling Gadgets Colour to be painted (outside) I Signal(Colour Light Signal) & Shunt Signal : (i) Surface base (ii) Post Black (iii) Aspect unit complete Aluminium Black II All types of apparatus cases and cable Aluminium termination box III Track Lead Disconnection Box Black IV SM’s Control Frame Instrument Green Enamel V Point machines Black VI Electrical Detectors Aluminium VII Electrical Lever locks & Circuit Controller Black VIII Key Transmitters Red or Black

90 91

IX (i)Double line SGE Block Instrument Green Enamel (ii)Single Line Token Instrument Grey Enamel (iii)Single Line Tokenless Instrument Green Enamel X (i)Interlocking frame supports, quadrants, Black lever below quadrants, locking trough, catch handle connection & Indication plates Black (ii)Down rods between Lever tail and crank Black (iii)All types of cranks, compensators, Facing point Locks, lock bars & Detectors. (iv)Roddings & Rod Rollers Red Oxide Paint XI (i)Point Lever Black (ii)Lock Lever Blue (iii)LC Gate Control Lever Chocolate (iv)Spare Lever White (v)Signal Lever Red XII Rails Black

34. NON-INTERLOCKED SIGNALLING ARRARNGEMENT : 34.1 Erection and wiring of temporary relay rack, SM's slide instrument, wiring alteration in the FTOT, apparatus cases, signals, Control panel etc., as per the instructions of Railway representative at site for operating signals and points during non-interlocked working.. The work also includes provision of Magneto Telephone communication between Top points /location goomties and SM's Room.

34.2 The SM’s control instrument shall be wired as required by Railways as per the temporary circuit diagram prepared in connection with N.I working. Necessary wooden crosses shall be fixed for the signals put out of use as indicated by railways. Special warning boards/stop/speed boards may be fixed temporarily as per the NI plan.

35. INSTALLATION OF DATA LOGGER: 35.1 The installation and commissioning of Data Logger includes wiring between Data logger equipment and relay rack/power equipment room. The potential free contacts of relays to be monitored will be made available on the tag block of the data logger.

36. RELEASING OF S & T GEARS : 36.1 An inventory of all the S&T gears to be released in the yard should be taken up jointly with Railway’s representative duly indicating as serviceable or unserviceable before NI working commences. The same should be submitted and approved by the Engineering in-charge. 36.2 The S&T gears as mentioned in the schedule should be released carefully without damage and stacked at a place indicated by the Railway representative.

36.3 All the concrete foundation of the released gears like signals, location boxes, ‘A’ type bases, etc. should be broken completely. The resultant pit shall be refilled with earth,

91 92

rammed and re-surfaced. In case of releasing the stands grouted on the walls/floor should be restored to original condition and neatly plastered.

36.4 All the unserviceable released materials shall be guarded by the contractor till they are auctioned.

37. TRANSPORTATION OF SERVICEABLE MATERIALS :- The released serviceable materials shall be transported from the work spot to the Stores Depot as mentioned in Vol. I. Loading and Unloading of materials shall be done by the contractor. The released material shall be stacked neatly by the contractor in the Railway Stores.

38. PROCUREMENT OF CEMENT : 38.1 Cement for use in the works shall be procured by the contractor from the main producers/their authorised dealers/ authorised stock yards which shall conform to BIS Specifications.

38.2 Cement bags preferably in paper bag packing should bear the following information in legible marking: (i) Manufacturer's name (ii) Registered Trade Mark of manufacturer, if any (iii) Type of cement (iv) Weight of each bag in kgs. or No. of bags/tonne. (v) Date of manufacturer, generally marked as week of the year/year of manufacturer, e.g., 30/93 which means of 30th week of 1993.

38.3 To ensure quality control, test certificates from the manufacturer should be produced by the contractors, which should confirm to the relevant specifications [latest may be incorporated].

38.4 Railways may also take samples during the course of the work and get the cement tested to ascertain their conformity to specifications.

38.5 When such sampling is done, it shall be as per IS Specifications.

38.6 Test on the cement as per IS:4301 shall be carried out in the field level. Some of the tests which may be carried out are: (i) Compressive strength (ii) Initial and final setting time (iii) Consistency (iv) Soundness

39. WIRES TO BE USED IN S&T INSTALLATION :

The size of various wires/cables to be used for the wiring of signalling and telecommunication gadget is indicated below:

S.No. Size of wire Circuits/Equipments 1 16/0.2 mm Copper Relay rack wiring Panel wiring Plug-in type relay wiring at location

92 93

S.No. Type of wire Circuits/Equipments 2 7/1.4mm Copper Power equipments Point control wire(NW, RW & CW) 3 3/0.75mm Copper Power equipments in locations Relays other than plug-in type Block instrument Rotary key transmitter All Signals Electrical detector SM’s control instrument Point machine Loop wire at locations

40. TESTING & COMMISSIONING INCLUDING AS MADE : 40.1 The entire installation shall be tested by the contractor and after satisfying himself, the railway shall jointly test along with the contractor. Any alteration during testing shall be carried out at free of cost as required by Railways before commissioning. All ‘As made’ documents have to be submitted before commissioning. Each installation shall be tested in the presence of the supervisory officials deputed by the Railways as soon as the particular installation/equipment is installed and unless the working of the equipment is actually ensured, it will not mean that the work has been completed to the satisfaction of the railway. This work involves testing and commissioning of the entire installation.

40.2 `AS MADE' DETAILS : Before testing and commissioning of the entire installation, eight copies of final `as made' details as hereunder shall have to be supplied duly incorporating all particulars for the station. Circuit diagrams prepared in Autocad 2000 will be supplied by Railways in compact discs. All ‘As mades’ shall be prepared by the contractor in Autocad 2000 and submitted in compact discs in duplicate. All ‘As made’ documents/plans shall be made by the contractor in R.P Film to RAILWAY STANDARD only as laid down in the Special Condition of Contract and shall be handed over to the Railways, duly signed. a) `As made' circuit diagram b) `As made' Cable Plan c) `As made' Cable Route Plan/Red boundary plan d) `As made' track bonding plans e) `As made' power supply layout diagram f) `As made' contact analysis chart g) `As made' relay disposition chart h) `As made' Termination particulars of all locations & FTOT

40.2.1 However, contractor shall hand over along with the negatives, 8 copies in each, duly making booklet neatly bound. Out of 8 sets, 2 sets of individual circuit and other plans shall be kept in thick plastic cover (2 sheets back to back in one plastic cover) duly filled in plastic folder and handed over to Railways. 2 copies of the above ‘As made’ details before joint testing is taken up with Railways. Any correction made during testing shall be incorporated before submitting `FINAL' `As made' plan.

40.2.2 The contractor is required to supply the following bound registers 200 pages with good quality papers duly filled.

93 94

(i) Cable meggering register, (ii) Relay Register, (iii) Block Joint Register, (iv) Route Test Register, (v) Lamp Replacement Register, (vi) Relay Room Key Register, (vii) Battery Register, (viii) Route Cancellation Register and (ix) Earth resistance register.

41 DESIGNING OF CIRCUIT : The Signalling Plan will be given by Railways to contractor. Based on the Signalling plan, the contractor should prepare Locking Table/Table of Control and submit to Railways within a week’s time for correctness. The railways will correct the same and hand over it to the contractor within a week’s time. After receiving the corrected Locking Table/Table of Control, the contractor shall prepare Circuit Diagram as per S.Rly practice and hand it over to Railways within two weeks for checking. The contractor can take a specimen copy of any approved circuit diagram to acquaint himself with the S.Rly interlocking practices. The Railways will check and make necessary corrections and hand it over to the contractor for final preparation of circuit diagram. About six copies shall be prepared and hand it over to Railways along with the negative within 15 days. The contractor should also give a hard disc duly copying all the circuits.

42 PROCEDURE FOR INITIAL CHARGING OF SECONDARY CELLS : 1 All the cells in the battery set shall be of the same type and capacity. 2 Electrolyte shall be prepared by mixing battery grade Sulphuric Acid and distilled water in the ratio 1:5 in a glass/Porcelain container by adding Acid to water and not vice-versa. 3 The new cells shall be cleaned with distilled water and filled with this electrolyte upto 12-15mm above the plates. 4 Allow the plates of cells to soak in the electrolyte for 12 hours. 5 Charge shall be applied at the rate of 4% of AH value of the cells to the correct terminals of the battery set duly interconnected. 6 Specific Gravity and voltage of each cell shall be measured and recorded once in 8 hours. 7 Charging shall be stopped when specific gravity becomes 1210 +/ -5 8 If the specific gravity does not attain this value, little quantity of electrolyte shall be taken out and with electrolyte of higher value (1400 – obtained by adding acid and added water in the ratio 7:11) and charging shall be started afresh. 9 On charge, the cells shall be discharged with lamp load upto the limit when the specific gravity becomes 1190 and voltage 1.85 volts. 10 Charge and discharge cycle shall be repeated once again. 11 Final charge shall be given for putting the cells to use.

--ssSss--

94 95

CHAPTER – III

LIST OF DRAWINGS

1. SG/CN/O2/1 TRACK AND ROAD CROSSING

2. SG/CN/O2/2 CABLE PROTECTOR REINFORCED (‘V’ TROUGH)

3. SG/CN/O2/3 CHASE CUTTING IN ROCKY AREA

4. SG/CN/O2/4 CHASE CUTTING IN ROCKY AREA

5. SG/CN/O2/6 FOUNDATION FOR APP. CASE (FULL)

6. SG/CN/O2/7 FOUNDATION FOR APP. CASE (HALF/QUARTER)

7. SG/CN/O2/8 FOUNDATION FOR CABLE TERMINATION BOX

8. SG/CN/O2/9 FOUNDATION FOR COLOUR LIGHT SIGNAL

9. SG/CN/O2/10 FOUNDATION FOR SHUNT SIGNAL

10. SG/CN/O2/11 FOUNDATION FOR GROUND LEVER FRAME

11. SG/CN/O2/12 MASONARY PLATFORM FOR SIGNAL POST TELEPHONE

12. SG/CN/O2/13 MASONARY WORK FOR EARTH ELECTRODE

13. CSTE/CN/OFC/1 RCC CABLE MARKER

Note: Drawings can be had from Sr.DSTE/MDU * * *

95 96

CHAPTER –IV

LIST OF SIGNALLING MATERIALS WITH THEIR SPECIFICATION/DRAWINGS

The Signalling & Telecom Materials to be supplied by the contractor will be to the following specifications/drawings with the latest amendments: I. UNDERGROUND SIGNALLING AND POWER CABLES & WIRES :

1 PVC Insulated, armoured, unscreened Underground Signalling Cable ------Core as per Specification No.IRS-S-63-89 (Amendment-5). The core of the cable shall be given in Vol. I. 2 PVC Insulated, armoured, unscreened, Underground Power cable to Specification NO.IRS.63/89 (Amendment-4) and IS.1554. 3 PVC Insulated, indoor Multi core/Single Core cable/wire to IRS Specification No.IRS-S-76/89(Amendment-2). II. COLOUR LIGHT SIGNAL AND ACCESSORIES:

1 Signal Colour Light Multi Unit type 4/3/2 aspect without side light, as per RDSO Drg.No.SA-23001 -23003A/M (Adv.) latest and IRS.S.26/64. The mounting socket should be provided for 140mm dia to RDSO Drg. No.SA-23005 A/M(Adv.) latest 2 Colour Light Signalling Tubular post 4.5/3.5 metres long conforming to IRS Spec. No.IRS/S-6-81. 3 Route Indicator-Direction type, 5 unit Arm, 1 way - 6 way as per Drg.Nos.SA-23401- 23406 and IRS.66/84 complete with fittings, mounting sockets 140mm dia to RDSO Drg.No.S.23005/M(adv)& IRS-S-66/84 (Suitable arrangement should be provided to fix the Arm as per Unit Combination ‘a’ and ‘b’ indicated on the drawing) 4 Ladder for colour light signal multi unit type 4.5 Metres as per RDSO Drg.No.SA- 23153(Adv.) 5 Ladder for colour light signal multi unit type 3.5 Metres as per RDSO Drg.No.SA- 23150(Adv.) 6 Signal Base for 140mm dia post as IRS(S) Drg.No.S-2011/M. 7 Offset Signal bracket (large and small) with ‘U’ bolts and nuts for 140mm CLS post 8 ‘P’ /’’G’/’C’Marker (Non-illuminated) as per Drg.No.SA 23455-56/Adv/Alt1 9 Shunt Signal position Light type as per RDSO Drg.No.SA.23840(Adv.) 10 LED signalling unit to Specn. No.RDSO/SPN/153/1998 or latest III RELAYS AND ACCESSORIES :

1 Relays - `Q’ series ECRS Metal to Carbon to specn. No.BRS.941 & 942 & STS/E/RELAYS/DC LIT LED SIGNAL/03-2000, STS/E/RELAYS/AC LIT LED SIGNAL/03-2000 (ON, OFF, ROUTE, SHUNT & DCECR, ON, ROUTE & FOR LED SIGNAL) 2 Relays – ECRS (Metal-to-Metal Contact) – ON, OFF, ROUTE & SHUNT to Specn. No.IRS:S-46 Firms’ specification. 3 Relays—‘Q’ series Neutral line Relays to spcn. No.BRS:930A(Non-ACI) &BRS:931A(ACI) 4 Relays— Track--Plug-in type 9&4 ohm (ACI & Non-ACI) to specn. No.BRS:938A, 939A, 966 & Appendix F2 5 Relays – special type to specn. No.BRS:930A, 932A, 935A, 937A, 943, 960 & RDSO/SPN/84/88, firm’s specification, etc. 6 Point Contactor unit to specn. No.IRS:S-46& Firm’s Specn. 7 Fail safe electronic timer relay to specification IRS 561/2000

96 97

IV TRACK CIRCUITS COMPONENTS & ACCESSORIES :

1 Track lead Junction Box as per RDSO Drg.No.SA-20101/M complete with 450mm long 25mm dia pipe, terminals and stump. 2 Choke Type ‘B’ having annealed enameled copper wire, as per IRS Specn.No.IRS-S- 65/83. 3 ‘Disc’ Type Track Feed Resistance as per Drg.No.SA-20161-66/M 4 Surge Discharger Type ‘A’ Non Restoration type as per IRS-S-52-76 with latest amendments but without hard ware materials, i.e., bolts, nuts, washers, etc. and connection cables and Aluminium terminal lugs. 5 Track feed battery charger as per IRS Specn. No.IRS:S-89-93 with Amendment-1 6 Channel Pin single Groove 7mm dia (for 4mm dia) Bond wire as per IRS:S-17-75 7 Bond wire clip (52Kg.-90R Rails) as per RDSO Drg. No.S-22167(Adv.) 8 Wire GI soft. 4mm (8 SWG) as per IS Specn. No.IS-280 9 Audio frequency Track circuit equipments to RDSO Specn. No.146/2001 V INSULATIONS:

1 Insulated Rod Joint 32mm butt end as per RDSO Drg.No.SA-3637/M(Adv.)Alt.2 2 Insulation for Gauge tie plate (BG)complete with insulating bush and washer each set comprising of: (a) Insulating plate for insulated tie plate BG as per RDSO Drg.No.T-10372- 1 No. (b) Insulating bushing for insulated stretcher bar BG as per RDSO Drg.No.T-10368 – 3 Nos. (c) Insulating Washer for insulated stretcher bar BG to IRS 40/84 as per RDSO drg.No.T-10371 – 6 Nos. 3 Insulation for altering stretcher bars(BG) each set comprising of (a) Insulating plate for altering insulated stretcher bars BG as per RDSO Drg.No.T- 10384 – 2 Nos. (b) Insulating bushing for altering insulated stretcher bars for BG as per RDSO Drg.No.T-10535- 4 Nos. 4 Insulation for stretcher bars BG. Each set comprising of: (a) Insulating side plate for insulated stretcher bars BG as per RDSO Drg.No.T-10367 – 1 No. (b) Insulating bushing for insulated stretcher bars BG as per RDSO Drg.No..T-10368 – 2 Nos. (c)Insulating washer for insulated stretcher bars BG as per RDSO Drg.No.T-10371 – 4 Nos. 5 Insulated Rail joint Nylon (Four channel type) 60 Kg. UTC complete as per RDSO Drg.No.SA-22181(Adv.) latest. 6 Insulated Rail joint Nylon (Four channel type) 52 kg. Complete as per RDSO Drg.No.SA-22101(Adv.) latest without iron & steel parts. 7 Insulated Rail joint Nylon (Four channel type) 90R complete as per RDSO Drg.No.SA- 22191(Adv.) latest without iron and steel parts. 8 Insulated Rail joint Nylon (Four channel type) 60R complete as per RDSO Drg.No.SA- 22131(Adv.) latest without iron & steel parts. 9 Insulated Rail joint Fish plate as per RDSO Drg.No.S-22101(Adv.) 10 Rail joint Insulated backing plate 52kg. as per RDSO Drg.No.S-28107(Adv.) 11 Rail joint Insulated backing plate ‘90R’ as per RDSO Drg.No.S-22117(Adv.) 12 Rail joint Insulated ferrule as per RDSO Drg.No.S-22108(Adv.) 13 Throw bar lug insulation for 5 E point machine to Drg. No.SA-9001 and SA-9002

97 98

Driving lug insulation for IRS point machine – One set comprises of (a)Insulating plate to Drg.No.S-8804 - 1 No. (b)Insulating bush to Drg.No.S-8813 - 2 Nos. (c)Insulating washer to Drg.No.S-8640 - 2 Nos. 14 ‘D’ bracket insulation for IRS point machine - One set comprises of (a)Side plate LH to Drg.No.S-3266 - 1 No. (b) Side plate RH to Drg.No.S-3265 - 1 No. (c)Insulating bush to Drg.No.S-3199 - 4 Nos. (d) Insulating washer to Drg.No.S-8640 - 4 Nos. POWER SUPPLY EQUIPMENTS (The rating of these equipments will be indicated VI in Volume-I): 1 Transformer 230V AC/110V AC as per IRS Specn. No.IRS-S-72/88 with Amendment- 1) 2 Transformer 230V AC/400V AC as per IRS Specn. No.IRS-S-72/88 except for the following modification: Para 1.1 : This specification covers the requirement for 230/400V AC 50Hz single phase transformer used for power supply in colour Light Signal installation Para 3.2.3 : The primary of the transformer 230/400V AC shall have min tappings at 0, 220, 220 & 230V. The secondary winding shall have min tappings at 0, 360, 380, 400 & 420V, being the nominal voltage at no load. Para 5.9 &5.10 : These tests shall be carried out on the secondary winding side between terminals 0 V and 400V. 3 Transformer 400V AC/110V AC as per IRS Specn. No.IRS-S-72/88 except for the following modification: Para 1.1 : This specification covers the requirement for 400/110V AC 50Hz single phase transformer used for power supply in Colour Light Signal installation Para 3.2.1 : The rated input of the transformer shall be 400V AC. Para 3.2.3 : The primary of the transformer 400/110V AC shall have min. tappings at 0, 360, 380, 400 & 420V. The secondary winding shall have tappings at 0, 100, 110 & 120V, being the nominal voltage at no load. Para 5.8 : Open circuit test shall be carried out with 400V AC applied on the primary winding between terminals 0V and 400V. Para 5.12 : Short circuit test shall be carried out with 400V applied to the primary winding at terminals 0V and 400V. 4 Indication Transformer for lamp proving as per IRS Specification No.IRS-S-62-92 5 Battery chargers for MFVR batteries to IRS.S-93/96B 6 Battery chargers –SMPS based to RDSO/SPN/160/99 7 Battery chargers self regulating as per IRS Specn.No.IRS-S-86/2000 with Amendment-1 8 Battery chargers Dual Bank as per IRS Specn.No.IRS-S-85/92 with Amendment-1 9 Voltage Stabilizer Ferro resonant type as per Specn.No.IRS-S-74/89 with Amendment- 6. 10 Inverter for Railway Signalling installations for ‘On Line’ applications (with sine wave output) as per IRS Specn.No.IRS-S-82/92 with Amendment-2 11 D.G set as per IRS:S-69/86 12 Secondary cell-Low Maintenance to Specn. No.IRS-S-88/93 13 Secondary cell- Maintenance Free to Specn. No.IRS-S-93/96A 14 Solar photo voltaic module to Specn. No.IRS:S-84/92 15 Transformer rectifier set to Specn. No.IRS:S-91/93 with Amendment-1 16 SMPS based IPS to Specn. No.RDSO/SPN:165/2000 with amendment 1 17 DC-DC converter to Specn.IRS:S-96/2000

98 99

18 Indication supply transformer(step down) for Railway S&T installations to IRS:S-83/92 19 Dual bank battery charger to Specn. No.IRS-S-85/92 20 High voltage signal feed transformer to IRS:S-92/93 21 Ni-CAD cells with charger to Specn. No.IS-10918

VII ACCESSORIES TO BLOCK INSTRUMENTS :

1 Block Bell Equipment to Block instrument as per Specn. IRS:TC-44/88 2 Filter Unit to Block instrument as per specn. No.IRS-S-68/89

VIII TERMINAL BLOCK, FUSE BLOCK &FUSE :

1 Terminal Block(M6-Terminals) (1 way-25mm) as per IRS Specification No.IRS-S-75- 91 Amendment-2 and IRS Drg.No.SA-23741/A(Alt.4) 2 Terminal Block(M6-Terminals) (1 way 60mm) as per IRS Specification No.IRS-S-75- 91(Latest) and IRS Drg.No.SA-23745/A(Alt.5) 3 Fuse Link cartridge cylindrical head(2A, 4A and so on) non-deteriorating type, non indication type as per IRS Specification No.IRS-S-78/92 4 Fuse Block as per IRS(S) Drg.No.SA-23748(Alt.4) IRS.75-91(Amendment 2)

IX ELECTRO MECHANICAL ITEMS :

1 Electric Lever Lock and Circuit Controller combined 200mm stroke as per Drg.No.SA- 22401(Adv.) 2 Electric point & lock Detector (with cross protection contacts) to IRS:S-49/74 (amendment-1) (For Single Pair of Point and Lock with In and Out movement), Drg.No.SA-23331(Adv.) (For Single Pair of Point and Lock with straight through movement), Drg.No.SA-23332(Adv) (For Double Slip Points), Drg.No.SA-23333(Adv) 3 Electric key transmitter to Specn. No.IRS:S-21/64(Amendment-1) & Drg.No.SA- 22601. X MECHANICAL ITEMS :

1 Lock Key ‘E’ type as per IRS Drg.No.SA-3376/M. 2 Interlocking Frame Ground Type Single lever as per IRS:S-30/64 RDSO Drg.No.SA-922(Adv.) 3 Lock facing point(H.P type) with key locks base as per IRS Drg.No.S-3152/M 4 Lock facing point(H.P type) Split stretcher bar (BG) 52kg. Rail as per IRS Drg.No.SA- 3162/M 5 Lock facing point(H.P type) Split stretcher bar 90R Rail as per IRS Drg. No.SA- 3163/M 6 Indicator point on Trestle with short lamp base as per RDSO Drg.S-5777/2/M(Adv.) XI MISCELLANEOUS EQUIPMENTS :

1 Block Section/Shunting Limit Board as per RDSO Drg.No.SA-2373 (Adv) latest. 2 RCC pipe 100mm inner dia 150mm outer dia 2 metre long with collars to IS Specn.No.458/1971. 3 Earth Leakage detector single channel/Multi-channel suitable to work on 110Voltage 50Hz single phase AC as per RDSO/SPN-256/77 complete with electro-magnetic counter. 4 Magneto Telephone Desk Type to IRS TC-36-85 5 Data Logger to Specn. No.IRS-S-99/2006 or latest 99 100

6 Paging and Talk Back System in lieu of Post Type Telephone as per details given below: Specification: (a)System shall be capable of working on two wire only and no separate power supply to be provided at Home Signal. It should facilitate hand free listening (b)Audio and Visual indication using LEDs and Piezo Buzzer for power ON and Ringing (c)Easy removal of PCB for replacement in case of any failure (d)PCB connectors of different sizes to prevent wrong connections (e)Equipment should be housed in rugged weather proof metal console with a gauge of 1.6mm for field end and 1.0mm for office end (f) (i)ASM’s Office equipment: Operating voltage : 12V DC Current consumption : <300mA Audio Power output : >500mW (ii)Home Signal equipment: Audio Power output : >500mW Calling facility : Press button at the bottom of the unit Mounting : Double clamped on the signal post Housing : Rugged weather proof metal housing (No separate Power Supply Arrangement) (g) Spares to be handed over for each set to Railway: (i) PCB : 1 No. (ii) Speakers : 2 Nos. (iii) Switches : 1 Set (iv) Fuses : 2 Nos. 7 GI pipes 100mm dia 4.5mm thick and 50mm dia 3.65mm thick conforming to IS.1239.

100 101

Annexure A

FORMAT FOR AFFIDAVIT TO BE UPLOADED BY TENDERER ALONGWITH THE TENDER DOCUMENTS

(To be executed in presence of Public notary on non-judicial stamp paper of the value of Rs.100/-. The stamp paper has to be in the name of the tenderer)**

I…………………………………………………... (name and designation)** appointed as the attorney/authorised signatory of the tenderer (including constituents),

M/s.______(hereinafter called the tenderer) for the purpose of the Tender documents for the work of

______as per the tender No.

______of (…………………….… Railway), do hereby solemnly affirm and state on the behalf of the tenderer including its constituents as under:

1. I/We the tenderer (s), am/are signing this document after carefully reading the contents. 2. I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof. 3. I/We hereby declare that I/We have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/We have verified the content of the document from the website and there is no addition, no deletion or no alteration to the contact of the tender document. In case of any discrepancy noticed at any stagier. evolution of tenders, execution of work or final payment of the contract, the master copy available with the railway Administration shall be final and binding upon me/us. 4. I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachment in proof of the qualification requirements. 5. I/we also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and same shall be binding upon me/us. 6. I/we declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible for the correctness of the information and documents, submitted by us.

101 102

7. I/we undersigned that if the certificates regarding eligibility criteria submitted by us are found to be forged/false or incorrect at any time during process for evaluation of tenders, it shall lead to forfeiture of the tender EMD besides banning of business for five year on entire IR. Further, I/we (insert name of the tenderer)**------and all my/our constituents understand that my/our offer shall be summarily rejected. 8. I/we also understand that if the certificate submitted by us are found to be false/forged or incorrect at any time after the award of the contract, it will lead to termination of the contract, along with forfeiture of EMD/SD and Performance guarantee besides any other action provided in the contract including banning of business for five year on entire IR.

DEPONENT SEAL AND SIGNATURE OF THE TENDERER

VERIFICATION

I/we above named tenderer do hereby solemnly affirm and verify that the contents of my/our above affidavit are true and correct. Nothing has been concealed and no part of it is false.

DEPONENT SEAL AND SIGNATURE OF THE TENDERER Place: Dated:

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

102