BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 1 of 142

SOUTH CENTRAL RAILWAY, TENDER DOCUMENT

Vijayawada – Visakhapatnam: Replacement of RE main cable with 6 Quad cable in Block Sections.

E- Tender Notice No: C-SG-PT-BZA-VSKP-6QB-18-6 Dated: 08.06.2018

Last Date & Time for submission of Tender 15:00 hrs. of 18.07.2018

Date and Time for opening Tender After 15:00 Hrs. of 18.07.2018

Office of Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025.

Price: Rs.10, 000/-

Signature of Tenderer & Seal

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 2 of 142

GUIDELINES FOR USING E-TENDERING SYSTEM ON IREPS WEB PORTAL (www.ireps.gov.in)

1. All E-tender notices pertaining to Zonal Railways/Production Units etc. are uploaded and available on the website www.ireps.gov.in. 2. Authorized vendor user must have Class III Digital Signature Certificate with Company Name issued by CCA licensed CA for registration as well as participation in E-Tenders. The same Digital Signature Certificate, within its validity, can be used for participation in all the E-Tenders for above buying organizations, “FAQ” link available on homepage gives procedure for obtaining digital certificates. 3. Authorized vendor user must have an active e-mail account for submitting their log in registration request. They can submit their log in registration request on line by clicking to the link, New Vendors link available on Home Page, and after signing the same digitally using their own Digital Signature Certificate. Log in registration to the web site is available on free of charge basis. Their registration request, after due verification, will be accepted and details of their account such as Vendor ID, Log in ID, Password etc. will be sent to him through e-mail. Detailed instructions regarding registration process are available in User‟s Manual for Vendors, link for which is available on the Home page, under the link “Learning Center”. 4. Vendors need not register for individual Railways/PU‟s i.e. vendor registered with IREPS site will be able to download tenders and submit bids for any of the Railways / PUs etc. 5. Detailed instructions regarding Payment process and Submission of Bids are available in “User‟s Manual for Vendors & in FAQ” link for which is available in Home page also. 6. Every online Bid submitted duly signed with a valid Digital Signature Certificate and received before closing date & time of tender shall be acknowledged by the system and html receipt will be generated indicating bid id as well as date and time of receipt of bid. 7. Vendors will not have access to such E-bids submitted by them. They can, however, submit a revised E-bid, superseding their original E-bid, before closing date and time of tender. Facility for submitting alternative offer (for different make, specification, slab discount etc.) is also available. Tender document cost is not required to be paid again for submitting revised/ alternative E-bids. 8. E-Tender box shall be date & time locked. It can only be accessed and opened after closing date & time by two nominated authorized Railway Officials (including one from Finance), after confirming their presence by authenticating themselves through their Digital Signature Certificate, user ID & password, as well as applying secure decryption key of buying organization for decryption of E-bids.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 3 of 142

9. All venders who have submitted valid electronic bids for Open Tenders shall have the facility to view the tender tabulation of all the offers as generated by the Application online after the date and time of the tender opening. 10. Vendors and Railway Users have been given facility of HELPDESK wherein users can seek help of helpdesk staff through online Query/E-Mail/telephone. Link for Helpdesk is available on “Homepage”. Users can contact helpdesk for IREPS application related issues/queries. For tender specific / Business related queries concerned tender inviting authorities should be contacted 11. Link for “FAQ” i.e. frequently Asked Questions is also available for guidance of various users. 12. Vendors should go through the Terms and Conditions, Privacy statement, Disclaimer, Copyright by clicking on the Links provided in bottom of Home Page. 13. Only a digitally signed document sent on Internet will be considered as valid signed document as per law (I.T. Act 2000 with modifications) and can be verified by the receiver to verify the identity of sender as attached with that document. After a vendor obtains a digital certificate issued by C. A. in the name of authorized person and Company authorized for filing offers by his company/supplier, and the certificate is installed / stored in his computer or preferably received by him (his authorized person) in form as USB token, a vender can submit his commercial offers On-line using Commercial Rate Page link from vendors home page itself or other links available on the site. 14. To ensure confidentiality of rates and security, the Financial Rate Page, containing the Rate values as quoted and submitted under financial Rate Page will be transmitted and stored in secured time locked data base in fully secured ENCRYPTED form before transmission on internet channels and shall remain encrypted till tender opening date / time using highest levels of data security standards as provided and tested and also approved by The Certification Authority and will be digitally signed using the valid digital certificate as selected by the vender for verification of Identity of the vender (as provided under law) who submits his electronic bid using the Railways EPS application. All such offers as submitted online will be stored directly into the time locked electronic tender box which can be opened only after the stipulated date and time as stipulated for tender opening by two authorized railway officials who are provided valid digital permissions through Digital Certificates issued by C.A. in their names and as verified by Railway. 15. Venders must use any computer having Windows operating system and 32 bit Internet Explorer Ver 6.0 to Ver 9.0 along with suitable Internet connections and 32 bit JRE1.6. 16. All e-tender notices and tender documents are available only in PDF and can be opened using latest Acrobat Adobe software utility which can be installed free of cost from Venders home page link by any vendor. ***

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 4 of 142

GENERAL INSTRUCTIONS FOR E-TENDERING

Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025 for and on behalf of The President of India invites ONLINE tenders for the following works as per tender notice given in e-tender portal www.ireps.gov.in. The tenderer(s)/contractor(s) intending to apply for e-tender for WORKS in S&T/Project unit need to get enrolled in the e-tender portal "www.ireps.gov.in" and only online tenders will be accepted.

Payment towards the cost of Tender Document and EMD (Earnest Money Deposit) as indicated in the NIT header should be paid only through the E-Payment facility (i.e.) Net banking or Payment Gateway provided in the IREPS web portal.

It is the responsibility of the tenderer to check any correction or any modifications corrigendum (if any) published subsequently in Web site and the same shall be taken into account while submitting the tender. Railways will not be responsible for any delay in /uploading tender document from the internet.

Existing condition with regard to deposit of Revised condition with regard to deposit of EMD & EMD Tender Document cost (TDC), in IREPS works modules The Earnest Money should be in cash or in the Payment of Earnest money deposit (EMD) & form of deposit receipts, pay orders or demand Tender Document cost (TDC), in respect of e- drafts, executed by State Bank of India or any of Tendering should be accepted through net banking the Nationalized Banks or Scheduled Bank or payment gateway only.

NOTE: Any mode of payment other than mentioned in the above paras is not acceptable. Any deviation from these instructions will render the offer invalid.

1. When submitted in physical form, the tenderer shall upload scanned copies of mandatory credentials such as experience, turn over certificates and any other documents as applicable. All documents related to Partnership deed/Joint venture/ Consortium/ MOU duly signed by the notary public should be uploaded at the time of submission of bid failing which offer will be summarily rejected.

2. The rates quoted in the offer by the tenderer shall be inclusive of basic cost, Goods and Service Tax (GST), transport, loading, unloading charge, etc., wherever leviable as per GST Act 2017.

3. For those conditions for which standard formats have been given in the uploaded document, the information should only be submitted in the prescribed formats- titled- Formats for uploading.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 5 of 142

4. In addition to General Condition of Contract 2014 and Unified standard specification Works Materials Volume I & II 2010, revised up to date, special conditions of contract/ specifications attached shall also apply.

5. The successful tenderer shall have to submit a Performance Guarantee (PG) 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 up to 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 31st day after the date of issue of LOA, a notice shall be served to the contractor to deposit the PG immediately (however not exceeding 90 days from the date issue of LOA).In case the contractor fails to submit the requisite PG even after 90 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.

6. Price variation Clause (PVC) is not applicable for this Tender. PVC in Works Contract shall be dealt in accordance with provisions of GCC-July 2014, Item 46A and the latest correction slip as on date of tender opening. 7. Tenders shall note that GST is applicable for this tender and tenderers shall comply with GST Act 2017.

*******

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 6 of 142

SOUTH CENTRAL RAILWAY

(PROJECT/TELE ORGANISATION)

No. C-SG-PT-BZA-VSKP-6QB-18-6 Dated: 08.06.2018

Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025 for and on behalf of The President of India invites E- Tender for the following work:

Name of the work and its Vijayawada – Visakhapatnam: Replacement of RE main cable 1 location with 6 Quad cable in Block Sections.

2 Approximate cost of the work Rs. 2,46,48,573.11 Rs.10,000/- 3 Cost of Tender Form (Rupees) (Payment of Tender Document Cost (TDC) should be accepted through net banking or payment gateway only.) Rs. 2,73,250.00 Earnest Money to be 4 (Payment of Earnest Money Deposit (EMD) should be Deposited (Rupees) accepted through net banking or payment gateway only.) 5 Completion Period of work 12 Months Date and time of submission 6 of tender Form through IREPS 15:00 Hrs. of 18.07.2018 web portal Date and time of tender 7 opening through IREPS web After 15:00 Hrs. of 18.07.2018 portal 8 Website particulars www.ireps.gov.in Notice board particulars Office of Dy. CSTE/Project/Tele/SC, South Central Railway, 9 where details of can be Ground Floor, Microwave Building, Adj. Rail obtained Nilayam,Secundrabad-500 025 Note: The detailed terms and conditions and other details have already been uploaded on the website (www.ireps.gov.in) Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 7 of 142

INDEX

Para CONTENTS PAGE NO. CHAPTER I- REGULATIONS FOR TENDERS AND CONTRACTS 1.0 Meaning of Terms 9 2.0 Conditions of Tender 11 3.0 Earnest Money Deposit 13 4.0 Tender Document & Conditions of Tender 15 5.0 Special Conditions of Contract 18 6.0 Security Deposit 18 7.0 Performance Guarantee 19 8.0 Taxes 21 9.0 Wage Escalation Clause: 21 10.0 Completion Period 21 11.0 Vitiation 21 CHAPTER II- INSTRUCTIONS TO TENDERER 1.0 Invitation of Tenders 23 2.0 Scope Of Work 23 3.0 Clarification 23 4.0 Submission Of Offers 23 5.0 Eligibility Criteria 29 6.0 Local Conditions 35 7.0 Tenderers To Advise Strength Of Staff 35 8.0 Consortium Bid 35 9.0 Validity Of Offer 35 10.0 Unit Prices 36 11.0 Rates During Negotiation 36 12.0 Non Transferability And Non Re-fundability 36 13.0 Errors Omissions & Discrepancies 36 14.0 Wrong Information By The Tenderer 37 15.0 Authority For Acceptance 37 16.0 Agreement 37 17.0 Foreign Exchange 37 18.0 Tenderers‟s Address 37 19.0 Executive In-charge Of Work 38 20.0 Schedule Of Work 38 21.0 Completion Period Of Work 38 23.0 Important Instructions To Tenderers 38 24.0 Measurements 41

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 8 of 142

Para CONTENTS PAGE NO. CHAPTER III- SPECIAL CONDITIONS OF THE CONTRACT 2 Scope of Work 43 Executive authority in-charge of the work and 44 3 clarifications to be obtained 5 Execution of work 46 7 Payment conditions 50 11 Inspection 52 17 Commissioning and Final acceptance 59 18 Maintenance period 59 20 Labour Laws 59 22 Technical personnel 61 29.17 Siegnorage Charges 66 CHAPTER IV- TECHNICAL SPECIFICATIONS 1 Scope and General Technical Specifications 69 13 Specification of Instruments and other Equipment 82 14 Specifications of earthing arrangements 90 CHAPTER V– FORMS&ANNEXURES - Check List 99 Form 1 NEFT Mandate Form 101 Form 2 Indemnity Bond 103 Form 3 Contract Agreement 104 Form 4 Performance Guarantee 105 Form 5 Tender Form 107 Form 6 Experience Certificate 113 Form 7 Constitution of the Firm 114 Form 8 Statement of Works on Hand 115 Form 9 Engineering Personnel Details 117 Form 10 Details of Plant and Machinery 119 Form 11 Employment of Railway Employees 121 Form 12 Declaration Regarding “No Middleman” 123 Form 13 MoU for Joint-Ventures-Form 124 Form 14 Format for affidavit to be uploaded by tenderer 129 along with the Tender documents Form 15 Check list for Verification of Partnership 131 Deed/Tender Form 16 List of Completed Works By The Tenderer 133 Form 17 Certificate from Chartered Accountant 134 Annexure I General Conditions of Contract-2014 - Annexure II Guidelines on Signaling Cable Laying - Annexure III Guidelines on Eligibility Criteria - Annexure IV Drawings for the Quad Cable work - Annexure V Public Procurement Policy - Annexure VI Railway Board's letter no. 2018/CE-I/CT/9, dated - 04.06.2018

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 9 of 142

CHAPTER – I

REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS

1. MEANING OF TERMS: Definitions: In these Regulations for Tenders and Contracts the following terms shall have the meanings assigned hereunder except where the context otherwise requires: -

1.1. “Railway” shall mean the President of the Republic of India or the Administrative Officers of the South Central Railway or of the Successor Railway authorized to deal with any matters, which these presents are concerned on his behalf.

1.2. “Chief Engineer” shall mean the officer-in-charge of the Signal and Telecommunication Department of South Central Railway and shall mean and include the Chief Signal and Telecommunication Engineer (Construction/Projects) and shall mean & include their successors of the Successor Railway.

1.3. “Engineer‟s Representative” shall mean the Assistant Executive Engineer or Assistant Signal and Telecommunication Engineer or Assistant Electrical Engineer in direct charge of the works and shall include any Senior Section/Section Engineer of Civil Engineering/ Signal and Telecommunication Engineering/Electrical Engineering Department appointed by the South Central Railway and shall mean and include the Engineer‟s representative of the Successor Railway.

1.4. “Successor Railway” shall mean and include such other Railway to which for administrative or other reasons this contract may during its pendency be transferred.

1.5. “Tenderer” shall mean the person / the firm / co-operative society or company/Joint Venture Group whether incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall include their representatives, successors and permitted assigns.

1.6. “Contractor” shall mean the person / firm / co-operative society or company/Joint Venture Group whether incorporated or not who enters into the contract with the Railway and shall include their executors, administrators, successors and permitted assigns.

1.7. “Contract” shall mean and include the Agreement or Work Order, the accepted schedule of rates or the printed Schedule of Rates of the South Central Railway modified by the tender percentage of items of works quantified or not quantified, the General Conditions of Contract, the Special Conditions of contract if any, the drawings, the specifications, the special specifications if any, schedule of quantities,

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 10 of 142

Manuals and instructions if any and Tender Forms if any, all in complete known as “Contract Documents”. 1.8. “Limited Tenders” shall mean tenders invited from all or some Contractors on the approved or selected list of Contractors with the Railway.

1.9. “Open Tenders” shall mean the tenders invited in open and public manner and with adequate notice and publicity.

1.10. “Works” shall mean the works to be executed in accordance with the contract and covers the whole contract.

1.11. “Specifications” shall mean the Indian Railways Unified Standard Specifications (Works & Materials) (issued by Railway Board) and/or South Central Railway Specifications for Materials and Works (issued under the authority of the Chief Engineer) and/or any other relevant/specified specifications and/or field specifications as specified/ approved/issued from time to time or amplified / added to or superseded by special specifications if any, appended to the tender form or as modified from time to time.

1.12. “Standard Schedule of Rates” or “Basic Schedule of Rates” or simply the Schedule of Rates” shall mean the South Central Railway S&T Department‟s Schedule of Rates, 2012 issued under the authority of the Principle Chief Signal and Telecom Engineer or as amplified, added to or superseded from time to time and shall refer to the Schedule of rates included in Schedules for quoting rates by the tenderers. Items which are not part of these standardized schedules are normally referred to as Non- SOR or Non-Standard schedules.

1.13. “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the contract and shall include any modifications of such drawings and further drawings as may be issued by the Engineer from time to time.

1.14. “Constructional Plant” shall mean all appliances or a thing of whatsoever nature required for the execution, completion or maintenance of the works or temporary works (as hereinafter defined) but does not include materials or other things intended to form or forming part of the permanent work.

1.15. “Temporary works” shall mean all temporary works of every kind required for the execution, completion or maintenance of the works.

1.16. “Site” shall mean the lands and other places on under in or through which the works are to be carried out and any other lands or places provided by the Railway for the purposes of the contract.

1.17. “Period of Maintenance” shall mean the specified period of maintenance from the date of completion of the works as certified by the Engineer.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 11 of 142

1.18. Singular or Plural: Words importing the singular number shall also include the plural and vice versa where the context requires. 1.19. Interpretation: These regulations for tenders and contracts shall be read in conjunction with the General Conditions of Contract which are referred to therein and shall be subjected to modifications/additions or super-sessions by Special Conditions of Contract and/or drawings manuals, specifications and/or special specifications, if any, annexed to tender forms. Wherever there is a conflict between the Special Condition and General Condition, the Special Condition shall prevail.

2. CONDITIONS OF TENDER

2.1. A contractor should furnish particulars regarding:

2.1.1. His position as an independent Contractor / Partnership deed if any etc. 2.1.2. His capacity to undertake and carry out works satisfactorily, as vouched for bya responsible official or firm.

2.1.3. 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.

2.1.4. His knowledge from actual personal investigation of the resources of the zone or zones in which he offers to work.

2.1.5. His ability to supervise the work personally or by competent and duly authorized agents.

2.1.6. His financial position.

2.1.7. His income tax clearance certificate/certificate of employer / audited balance sheet certified by the charted accountant, Provisional Balance Sheets issued by Chartered Accountant, clearly indicating contractual receipts and supported by Income Tax Form 26AS copy of which should be submitted along with the tender without which the tender will not be considered.

2.2. Payment towards the cost of Tender Document and EMD (Earnest Money Deposit) as indicated in the NIT header should be paid only through the E-Payment facility (i.e.) Net banking or Payment Gateway provided in the IREPS web portal.

2.3. Any mode of payment other than mentioned in the above para is not acceptable. Any deviation from these instructions will render the offer invalid.

2.4. The cost of the tender form is non-refundable.

2.5. 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

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 12 of 142

that the downloaded tender documents 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 Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025. Should the Tenderer fail to observe or comply with the said stipulation, the full earnest money amount shall be forfeited to the Railway.

2.6. If the tender is accepted, this earnest money will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General Conditions of Contract-2014. 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.

2.7. 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 through Online in IREPS portal are adequate and all inclusive to accord with the provisions in Clause 37 of the General Conditions of Contract-2014 for the completion of the works to the entire satisfaction of the Engineer.

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

2.9. 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.

2.10. 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.

2.11. The Tenderer whose tender is accepted shall be required to attend the Office of the Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025 in person, or if a firm or corporation, a duly authorized 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.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 13 of 142

2.12. 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.

2.13. Tenderers are advised to visit the site of work in their own interest and acquaint themselves with the site conditions and expected quantum of work.

2.14. General Conditions of contract, the specifications for material and work, SOR 2012 rates, and any other document as amended/ corrected upto correction slip as on date of Tender opening can be seen in the office of the Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025 or copies can be obtained on payment.

2.15. Tenderer must upload details as per the Tender forms while submitting their offer online.

2.16. The tender will be opened online by Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025 at the prescribed date and time as mentioned in the tender document.

2.17. If the date of opening of tender is declared as a holiday at a later date, the tender will be opened on the next working day. The tenderer who have participated in the tender can view the rates after opening of tenders.

2.18. Drawings for this work: The Drawings for the work can be seen in the office of the Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025 at any time during the office hours. The drawings only for the guidance of the Tenderer. Detailed working drawings (if required), based generally on the drawings mentioned above, will be given by the Engineer or his representative from time to time wherever required.

3. EARNEST MONEY DEPOSIT:

3.1. The tenderer shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender document, under the conditions of tender. The earnest money deposit shall be as under:

Value of the work Sl No. Earnest Money Deposit (EMD) (Tender Value) For works estimated to cost upto 1. 2% of the estimated cost of the work. Rs.1 Crore.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 14 of 142

Rs.2 Lakhs plus ½% (half percent) of For works estimated to cost more the excess of estimated cost of work 2. than Rs.1 Crore. beyond Rs.1 Crore subject to a maximum of Rs.1 Crore.

The earnest money shall be rounded to the nearest Rs.10. The earnest money shall be applicable for all modes of tendering. Actual amount of Earnest Money Deposit to be paid in each case will be indicated in the NIT HEADER. If EMD paid less than the amount indicated in the NIT HEADER, then the tender will be summarily rejected.

3.1.1. The tenderer shall pay the required EMD of sum of Rs. 2,73,250/- in respect of e- tender should be accepted through net banking or payment gateway only. 3.2. Tenderers should submit along with the tender, the requisite Earnest Money Deposit. Tenders unaccompanied by Earnest Money Deposit as detailed below will be rejected outright.

3.2.1. Any mode of payment other than mentioned in the above paras is not acceptable. Any deviation from these instructions will render the offer invalid.

3.3. No interest shall be payable on the Earnest Money deposit.

3.4. The tenderer shall keep the offer open for consideration for a minimum period of 45 days 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. 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 which is not acceptable to the competent authority empowered to accept this tender. Should the Tenderer fail to observe or comply with the said stipulation, the full earnest money amount shall be forfeited to the Railway.

3.5. If the tender is accepted this earnest money would be adjusted after encashment by Railways wherever necessary to form part of the cash segment of the Security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General Conditions of Contract 2014. This amount of Security deposit shall be forfeited if the Tenderer/Contractor fail to execute the Agreement Bond within 7 days after receipt of notice issued by the Railway that such documents are ready or to commence the work within 15 days after receipt of letter of acceptance.

3.6. The Earnest Money of the unsuccessful Tenderer(s) will, save as hereinbefore provided, be returned to the unsuccessful Tenderer(s) within a reasonable time but the 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 in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 15 of 142

NOTE: IN CASE THE TENDERER WITHDRAWS HIS OFFER WITHIN THE VALIDITY DATES OF HIS OFFER, THE FULL EARNEST MONEY SHALL BE FORFEITED. The practice of allowing standing EMD is dispensed forthwith for all tenders.

4. TENDER DOCUMENT &CONDITIONS OF TENDER

4.1. Tender forms will embody the contents of the Contract Documents either directly or by reference.

4.2. The Complete tender booklet includes all parts and Annexure etc.

4.3. All General and detailed drawings pertaining to the works, which will be issued by the Engineer or his representatives (from time to time) with all changes and modifications. The drawings for the works can be seen in the Office of Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025 during office hours.

4.4. General Conditions of Contract-2014, Schedule of Rates-2012 and Specifications for Materials and Works of South Central Railway can be seen at the Office of Dy.CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025.

4.5. The Tenderer/Tenderer(s) shall quote rate as mentioned in the Schedules. 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.

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

4.7. 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.

4.8. All the tenders should be made in the Tender Form as stated above. Tenderers may enclose scanned copy of their tender, any other documents containing explanatory memorandum, etc., should they so desire.

4.9. 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.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 16 of 142

4.10. If the Tenderer(s) deliberately gives(s) 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 at the discretion of the Administration.(Refer Form 14 of Chapter V) 4.11. 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.

4.12. Deleted

4.13. Documents testifying to the Tenderer/Tenderer's previous experience and financial status should be produced when desired by the Dy. Chief Signal and Telecommunication Engineer/ Projects/Tele/SC, South Central Railway, Secunderabad-500 025.

4.14. Non-compliance with any of the conditions set forth hereinabove is liable to result in the tender being rejected.

4.15. The authority for the acceptance of the tender will rest with the Chief Signal and Telecommunication Engineer/ Projects/SC, South Central Railway, Secunderabad - 500 025 , 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.

4.16. The successful Tenderer/Tenderers shall be required to execute an Agreement with the President of India acting through the Deputy Chief Signal and Telecommunication Engineer/ Projects/Tele/ SC of the South Central Railway or his authorized Officer for carrying out the work according to the General Conditions of Contract-2014 and Specifications for Works and Materials of the Railway including the corrections slips from time-to-time.

4.17. This tender complies with Railway Board's letter no. 2018/CE-I/CT/9, dated 04.06.2018. (Refer Annexure-VI)

4.18. The rates quoted in the offer by the tenderer shall be inclusive of basic cost, Goods and service Tax (GST), transport, loading, unloading charge, etc., wherever leviable as per GST act 2017.

4.19. AMENDMENT OF TENDER DOCUMENT

4.19.1. Railways may modify the Tender Document by issuing ADDENDA/CORRIGENDA.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 17 of 142

4.19.2. Tenderers are advised to submit the tender well in advance before the stipulated time. It is the responsibility of the Tenderer to check any correction or any modifications (addenda/corrigenda) published subsequently Web site and the same shall be taken into account while submitting the tender. No addenda/corrigenda will be issued within 15 days of the date of tender opening.

4.19.3. To give prospective bidders a reasonable time to take ADDENDUM/CORRIGENDUM into account in preparing their bids, the Railways may at their discretion extend as necessary, the deadline for submission of Tender document.

4.20. 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 pension-able post or not, in the S&T 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 Engineer or officer had not retired from Government service at least one year 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 officers 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 may be, shall be rejected.

4.21. 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 South Central 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 Tele communication Department of the South Central 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

4.22. 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 (s) within a reasonable time.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 18 of 142

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.

5. SPECIAL CONDITIONS OF CONTRACT: These special conditions of contract shall be read in conjunction with, “The Regulations for Tenders and Contracts”, “General Conditions of Contract, 2014” corrected up to the date of submission of Tender, the “Contract Labour (Regulation of Abolition) Act, 1970” and “Central Rules 1971” as amended from time to time. It may be noted that the “General Conditions of Contract- 2014” together with its correction slips is separately uploaded under Annexure 1.

6. SECURITY DEPOSIT:

6.1 If the tender is accepted, the Earnest Money deposited by the Contractor with his tender will be retained by the Railways as part security for the due and faithful fulfilment of the contract by the Contractor. The balance to make up the security deposit, the rate for which are given below, may be recovered by percentage deduction from the Contractor‟s “On Account” bills, provided that in case of defaulting contractors, the Railways may retain any amount due for payment to the contractor on the pending “on account” bills so that the amount so retained may not exceed 10% of the total value of the contract. 6.2 Unless otherwise specified in the special condition, if any, the Security Deposit/ rate of recovery / mode of recovery shall be as under: 6.3 Security Deposit for each work should be 5 % of the contract value. 6.4 The rate of recovery should be at the rate of 10 % of the bill amount till the full security deposit is recovered. 6.5 Security deposits will be recovered only from the running bills of the contract and no other mode of collecting Security deposit such as Security deposit in the form of instruments like Bank Guarantee, Fixed Deposit etc., shall be accepted towards security deposit. 6.6 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. 6.7 After the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him if he so desired, in lieu of FDR/ irrevocable Bank Guarantee for equivalent amount to be submitted by him. 6.8 The Competent Authority to issue the completion certificate shall normally be the Authority who is competent to sign the contract. If this competent 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 there is no due from the contractor to Railways against the contract concerned. Before releasing the Security Deposit, an

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 19 of 142

unconditional and unequivocal no claim certificate from the contractor concerned would be obtained. 6.9 No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the contractor under the contract.

7. PERFORMANCE GUARANTEE The procedure for obtaining Performance Guarantee is outlined below:

7.1 The successful tenderer shall have to submit a Performance Guarantee (PG) 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 up to 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 31st day after the date of issue of LOA, a notice shall be served to the contractor to deposit the PG immediately (however not exceeding 90 days from the date issue of LOA).In case the contractor fails to submit the requisite PG even after 90 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.

7.2 The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value in favour of favour of FA&CAO/CN/SC (free from any encumbrance) may be accepted. (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, 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 Nationalised Banks. (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks. (vi) A Deposit in the Post Office Saving Bank. (vii) A Deposit in the National Savings Certificates. (viii) Twelve years National Defence Certificates. (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. NOTE: The instruments as listed above will also be acceptable for Guarantees in case of Mobilisation Advance.

7.3 The Performance Guarantee should be furnished by the successful bidder after the Letter of Acceptance has been issued, but before signing of the agreement. The agreement should normally be signed within 15 (fifteen) days after the issue of LOA and Performance Guarantee should also be submitted within this time limit. This

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 20 of 142

guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days. 7.4 The value of the Performance Guarantee submitted by the contractor will not change for variation up to 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 amount of 5% (five percent) for the excess value over the original contract value should be deposited by the contractor. On the other hand, if the value of Contract decreases by more than 25% of the original contract value, Performance Guarantee amounting to 5%(five percent) of the decrease in the contract value shall be returned to the contractor. The PG amount in excess of required PG for decreased contract value, available with Railway shall be returned to contractor as per their request duly safeguarding the interest of Railways. 7.5 The Performance Guarantee (PG) will be released after the physical completion of the work based on the “Completion Certificate” issued by the Competent Authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit however, will be released only after the expiry of the maintenance period and after passing the final bill based on “No Claim Certificate” from the contractor. 7.6 Wherever the contract is rescinded, the Security Deposit will be forfeited and the Performance Guarantee will be en-cashed and the balance work will be got done independently without further risk and cost of the failed contractor. The failed contractor will be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member / partner of such a firm will be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV / partnership firm. In the event of the contract being determined or rescinded under provision of the GCC the Performance Guarantee and Security Deposit will be forfeited in full and will be absolutely at the disposal of the President of India. 7.7 It shall be noted that no On-account payment for the work done can be released to the Successful Tenderer, until and unless the Contract Agreement is mutually signed. 7.8 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 extent of: 7.8.1 Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 21 of 142

7.8.2 Failure by the contractor to pay the 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 the notice to this effect by Engineer.

7.9 Bank Guarantees (BGs) to be submitted by suppliers/Contractors should be sent directly to the concerned authorities by the issuing Bank under Registered Post A.D. only.

8. TAXES: The rates quoted in the offer by the tenderer shall be inclusive of basic cost, Goods and Service Tax (GST), transport, loading, unloading charge, etc., wherever leviable as per GST act 2017.

i. The tenderer shall quote the rate by taking into account all the statutory duties/ taxes applicable to the work up to the date of opening of tender. However, the tenderer has to indicate/give breakup of all leviable duties, taxes, cess separately at the time of quoting rates. ii. Any new Impost or revision in the duties/taxes/ cess during the original currency of the contract will be to the Railway's account subject to production of Govt., notification and documentary evidence. This will also be applicable for the work done during the extended period, if such extension is on Railway‟s account. iii. However, if the extension of contract period is on account of failure of contractor, no compensation shall be made towards upward revision or imposition of any new taxes. iv. Any benefit on account of downward revision of duty either in original contract period or during the extended contract period shall be passed on by the contractor to the Railways".

9. WAGE ESCALATION CLAUSE: Railway is not agreeable to any wage escalation clause.

10. COMPLETION PERIOD: The work will be spread over for a period of 12 (Twelve) Months from the date of operation (i.e. LOA date)

11. VITIATION: In the event of vitiation occurring due to increase or decrease in quantities, the vitiation shall be to contractor‟s account. As a result of variations, a contract shall be considered "vitiated" only when, the percentage variation in contract value between tenderers are noticed to have been exceeded as per extant rules.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 22 of 142

Sl. Value of Contract Percentage difference between present No Contractor and new L-1 as a result of variation. (percentage shall be calculated with base as the revised contract quantities multiplied by the rates of the present contractor)

1 Small value contracts (Tender 10 Value less than Rs 50 lakh)

2 Other than small value contracts 5 (Tender Value equal to or more than Rs 50 lakh)

11.1 When the percentage difference between present Contractor and new L-1 is noticed as becoming beyond the values specified above, the following action shall be taken. The Railway administration will immediately examine whether it is practicable to bring in a new agency to carry out the extra quantity of work keeping in view the progress of the work in accordance with the original contract and the nature and lay-out of the work. If it is found that there will be no serious practical difficulty in meeting the additional quantity of work done by another agency, then fresh tenders for the extra quantity may be invited otherwise negotiating the rate with the existing contractor for arriving at a reasonable rate for the additional quantities of work may be adopted.

11.2 Vitiation should be an exception rather than a routine affair. Vitiation shall be always be computed with respect to the items, rates, quantities and conditions as available at the time of Tender Opening and subsequent changes/ additions by way of new items will not be counted for computing Vitiation.

12. This tender complies with Public Procurement Policy Order 2017 Dated 15/6/2017(Annexure V)

*** END OF CHAPTER – I ***

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 23 of 142

CHAPTER – II

INSTRUCTIONS TO TENDERER

1. INVITATION OF TENDERS:

Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025 invites online E-Tender for the following work as mentioned below: Name of Work: Vijayawada – Visakhapatnam: Replacement of RE main cable with 6 Quad cable in Block Sections.

2. SCOPE OF WORK:

The Scope of the work involves Trenching, laying, jointing, backfilling, termination, testing and commissioning of 6 Quad Cable and associated items as per schedule of works to meet the end objective.

3. Clarification about the latest policies/practices for execution can be received from the Office of Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secunderabad-500 025.

4. SUBMISSION OF OFFERS: a) Tenderer must upload all details as per Tender forms while submitting their offer. Offers received after the stipulated time and date will be summarily rejected.

b) A Tenderer may be an individual person, private entity, government-owned entity or any combination of them with a formal intent, in the form of a MoU, to enter in to an agreement or under an existing agreement in the form of a Joint Venture (JV).

c) Interested contractors may apply for the tender as a sole contractor or in Joint Venture or Partnership herein after referred as „Group‟. International groups must have an Indian partner who shall be the managing or lead partner and he shall have experience in appropriate disciplines of the contract. However, they will not be permitted to tender as an individual firm or part of any other group in the same tender. No individual or firm will be a member of more than one group. All the members of the group will be jointly and severally liable for the performance of whole contract.

d) The Tenderer shall clearly specify whether the tender is submitted on his own or behalf of a Partnership concern. If the tender is submitted on behalf of a Partnership Concern, he should upload the scanned copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of Partnership

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 24 of 142

Concern. If these documents are not uploaded while submitting the tenders, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the Contractor. e) The tenderer/s who are constituents of firm, company, association or society must upload attested copies of the constitution of their concern, partnership deed and power of attorney while submitting the tender. Tender documents in such cases are to be digitally signed by such persons (as may be legally competent to sign them on behalf of the firm, company, association or society as the case may be). Co-operative societies must likewise upload an attested copy of their certificate of registration while submitting the tender as above mentioned. f) The railway will not be bound by any power of attorney granted by the tenderer/s or by changes in the composition of the firm made subsequent to the execution of the contract. The Railway may, however, recognize such power of attorney and changes after obtaining proper legal advice, cost of which will be chargeable to the contractor. g) The Tenderer whether sole Proprietor, a Limited Company or Partnership concern, if they want to act through an agent or individual partner, should upload along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he be partner of the firm or any other person specifically authorizing him to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign the “No Claim Certificate” and refer all or any disputes to arbitration. h) If a Tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender as null and void/non-existing. 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 null and void/non-existing, unless the firm retains its character. i) If the contractor‟s firm is dissolved on account of death, retirement of any partners or for any reason whatsoever, before fully completing the whole work or any part of it, undertaken by the principal agreement the surviving partners shall remain jointly/ severally and personally liable to complete the whole work to the satisfaction of the Railway and to pay compensation for loss sustained, if any by the Railway due to such dissolution. The amount of such compensation shall be decided by the administration and this shall be final and binding on the contractor. j) The cancellation of any document such as power of attorney, partnership deed etc., shall forthwith be communicated to the Railway in writing, failing which the Railway

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 25 of 142

shall have no responsibility or liability for any action taken on the strength of the said documents. k) Joint Ventures / Consortiums / Memorandum of Understandings will be considered in accordance with tender conditions. (Shall be applicable for works tender value more than Rs. 10 Crores)(Not Applicable for this tender) l) The date of opening of tender shall be considered as cut-off date for contractual payment receipts, and completion of single similar work for the purpose of Eligibility Criteria. m) Tenderer shall keep the offer open for consideration for a minimum of 45 Days from the date of opening of tender. n) All terms and conditions in the tender document are binding on the tenderer and non-compliance of any of the conditions set forth in Tender document is liable to result in the tender being rejected. Railway reserves the right to accept or reject any offer with any counter conditions put in by the tenderer and the Tenderer shall have no claims in this regard. The tenderers are advised not to put in any counter conditions in their own interest. o) The offer to be submitted for all the Annexure of Tender Schedule for various works covered in this Tender. p) All possible fluctuations, in the rate of Labour, material and general commodities, and other possibilities of each and every kind which may affect the rates, should be considered and kept in view before quoting the rates and no claim on this account shall be entertained by the Railway under any circumstances except the price escalation payable as per price variation clause, if any, provided separately in the tender documents. The Tenderer/Contractor should quote realistic, reasonable and correct rate for each and every item of the schedule/s. Each and every item will be considered on its merits. Railway in furtherance of the provision of clause No.7 of General Conditions of Contract-2014 (Part-I), reserve the right to delete any item or items of the tender after opening of the offers and to accept the tender in whole or in part or reject any tender in whole or in part irrespective of the size or the value or scope of such deletion without assigning reasons for such action. The tenderer/contractor shall have no claim whatsoever in this regard. q) 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 endeavor 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. r) Tender should be quoted as per tender conditions and the tenderer should not add/modify any conditions. If any additions/deletions/modifications are indicated by the tenderer such additions/deletions/modifications, if any must be made by the

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 26 of 142

tender/s in a covering letter with the tender. The railway reserves the right not to consider conditional tenders and reject the same without assigning any reason. Only those conditions which are explicitly accepted by the Railway shall form part of the contract. s) The uploaded scanned certificate from the employer/client, audited balance sheet duly certified by the Chartered Accountant etc. will be taken for verifying the credentials. The tenderers should produce the originals of the above if required by the Railway Administration for verification. t) Tenderer shall upload a declaration in the proforma enclosed, as Form 5 (Chapter V). Tenders without this declaration by the tenderer are likely to be rejected. u) The Tenderer shall upload the experience certificate for the purpose of similar nature of work in the format given as Form 6 (Chapter V). v) Tenderers must upload the particulars provided for in Form 7 (Chapter V) regarding basic details of the firm. w) Tenderers must upload details of all works on hand with them in Railways and other public sector undertakings in the proforma Form 8 (Chapter V) while submitting their offers. x) Tenderer must upload List of personnel, organization available on hand and proposed to be engaged for the subject work as per the proforma Form 9 (Chapter V) while submitting their offers. y) Tenderer must upload List of plant and machinery available on hand and proposed to be inducted for the subject work as per the proforma Form 10 (Chapter V) while submitting their offers. z) The tenderer must upload the details of employment of retired Gazetted Railway Engineer if any, in the proforma given as Form 11(Chapter V). aa) Each applicant (each member in the case of a group) or any associate, or agent will be required to confirm and declare as per proforma given as Form 12 (Chapter V) that no agent, middleman or any intermediary has been, or will be, engaged to provide any services, or any other items of work related to the award and performance of this contract. They will have to further confirm and declare in the submittal that no agency commission or any payment which may be construed as an agency commission has been, or will be, paid and that the tender price will not include any such amount. bb) Tenderers should observe the highest standard of ethics while submitting the Tender Document.

(a) Railways will disqualify an applicant if they have made misleading or false representation in the form, statements and attachments submitted; or indulge in fraudulent and corrupt practice.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 27 of 142

(i) “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and (ii) “Fraudulent practice” means a misrepresentation of facts in order to influence an evaluation process or the execution of a contract, and includes collusive practices among Tenderers (prior to or after Tender submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the client‟s free and open competitions. (b) Further Railways may declare a Tenderer ineligible, for any Railways contract if it at any time determines that the Tenderer has engaged in corrupt or fraudulent practices in completing for, or in executing, a borrowed financed contract in general; or defines, for the purpose of this provision, the terms set forth below as follows: (i) Records of poor performance during the last 5 years, as on the date of application such as abandoning the work, rescinding of contract for which the reasons are attributable to the non-performance of the contractor. (ii) Inordinate delays in completion, consistent history of litigation awarded against the Applicant or any of its constituents or financial failure due to bankruptcy, etc. If the Contractor has worked in a Joint Venture, the rescinding of contract of a Joint Venture on account of reasons, such as Most Experienced Partner (Lead Partner) of Joint Venture pulling out. (OR) Been debarred (blacklisted) by any Government agencies as on the date of application.

cc) All the documents uploaded by the tenderer along with the Tender shall be original or duly attested by Gazetted Officer or Magistrate or Notary. Railway reserves the right at their discretion to get verified all or any of the documents submitted by the tenderer by suitable means at any time or stage and decide the tender based on the results of such verification. The tenderer shall have no claims whatsoever in this regard. Further, Railway reserves the right to finalize the tender based on the credentials submitted by the tenderers duly verifying the credentials of the lowest tenderers. dd) The rates quoted in the offer by the tenderer shall be inclusive of basic cost, Goods and service Tax (GST), transport, loading, unloading charge, etc., wherever leviable as per extant taxation rules and laws.

a) In addition to above, it is hereby advised that all the Goods and Services supplied/provided to South Central Railway will be as per the Goods and Services Tax Act 2017 as amended from time to time. Tenders shall also ensure and certify

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 28 of 142

that the benefit of input tax credit is being passed on respectively to all suppliers/services.

b) 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 enters in the tender forms are adequate and all-inclusive to accord with the provisions in Clause-37 of the standard GCC for the completion of works to the entire satisfaction of the engineer.

c) Tenderers shall examine the various provisions of the Central Goods and Services Tax Act, 2017(CGST)/ Integrated Goods and Services Tax Act, 2017(IGST)/Union Territory Goods and Services Tax Act, 2017(UTGST)/ respective state‟s state Goods and Services Tax Act (SGST) also as notified by Central/State Govt.& as amended from time to time and applicable taxes before bidding. Tenderers shall ensure that full benefit of input Tax Credit (ITC) likely to be availed by them is duly considered while quoting rates.

d) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details required under CGST/IGST/UTGST/SGST Act to railway immediately after the award of contract , without which no payment shall be released to the contractor. The contractor shall be responsible for deposition of applicable GST to the concerned authority.

e) In case the successful tenderer is not liable to be registered under CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST from his/their bills under reverse charger mechanism (RCM) and deposit the same to the concerned authority. ee) ATTESTATION OF ALTERATIONS: - No scribbling is permissible in the tender documents. Tender containing erasures and alterations in the uploaded tender documents are liable to be rejected. Any correction made by the tenderer in his entries must be self-attested. ff) Contractual Turnover: Documentary proof of turnover shall be submitted as stipulated in the eligibility criteria of Tender Notice.

gg) 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

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 29 of 142

the railway shall not relieve the bidder of its obligations or liabilities hereunder nor will it affect any rights of the railway there under. hh) 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.

5. ELIGIBILITY CRITERIA:- The tenderers are required to satisfy the following eligibility criteria for all works costing more Rs. than 50 Lakhs:

Sl. Clause Description Criteria No

The Tenderer(s) should have physically completed at least one similar nature of Similar nature of work single work for a minimum value of physically completed 35% of advertised value of work within during the last three the qualifying period. i.e. last three 1 Experience financial years and in financial years and in the current the current financial financial year up to the date of Tender year. opening.(even though the work might have commenced before qualifying period) (Rs. 86,27,000.59) 2 Turn over Total contract amount The Total contract amount received received during the last during the last three financial years and three financial years in the current financial year up to the and in the current date of Tender opening should be a financial year. minimum of 150% of advertised tender value. Tenderer(s) should upload/submit to this effect any of the following authentic documents/certificates for evaluating the above financial eligibility criteria: a) Attested Certificates issued by Executive or Nominated Authority of the government Departments or Semi-Government/Public Sector Undertakings for the value of the work done for them during the

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 30 of 142

Sl. Clause Description Criteria No

qualifying period including current financial year certifying the amounts paid Agreement-wise and Date Wise or attested photo copy of such certificates. Such certificates will be accepted only from Govt. / Govt. bodies/PSUs authorities. Certificates issued by Private Bodies will not be considered.

b) Audited balance sheet clearly indicating contractual receipts from the works done for Govt. / Govt. bodies/PSUs/Pvt. Organisations in the P&L Account of the balance sheet duly certified by the Chartered Accountant for the completed financial years. For the current financial year, Provisional Balance sheet issued by Charted Accountant, clearly indicating contractual receipts and supported by income tax form-26 AS (Rs. 3,69,72,859.66) NOTE: (i)Financial Year shall normally, be reckoned as 1st April to 31st March of the Next Year. However, for Turnover Criteria, the Financial Year as applicable to the Company /Tenderer is to be considered, if it defers from the above. (ii)Current Financial year is reckoned as the incomplete. Financial year in which- the date of tender submission falls. (iii)Chartered Accountant statements duly indicating yearly receipts will not be considered until and unless backed by Audited Balance Sheets or Provisional Balance sheet with 26AS statement of income Tax Department. (iv) If the tender is not accompanied by the certificates in support of financial eligibility as above, the tender shall be rejected. No post-tender correspondence will be entertained (v) Attestation of document may be self-attested or attested by a Gazetted officer.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 31 of 142

Note: -For this work, similar work as defined by CSTE vide CSTE/Plg. letter No. SG.36.I.PC.Vol. 6 Dated 01.03.2007 is

“An OFC or OFC & Quad Cable work which involves laying and jointing of OFC cables/Quad Cables”. A certificate for this purpose issued by an Officer not below the rank of a JAG Officer shall be submitted along with the tender. c) Deleted

d) Similar Nature of works physically completed within the qualifying period i.e. the last 3 Financial years and the current financial year should only be considered in evaluating the Minimum Eligibility criteria (even though the work might have commenced before the qualifying period)

i. The works executed by them for any Govt./ Govt. bodies / PSUs shall only be considered for eligibility for credential verification of Similar nature of work as such works executed for any Private Company/individual shall not be treated as eligible works executed and certificates issued on behalf of Private Company/Individual will not be considered

ii. Tenderer should submit attested copy of work experience certificate as per details given in Form no. 6 to establish the eligibility criteria

iii. The work experience certificate shall be in the name and style of the tenderer participating or as per provisions under Clause 65.16 of GCC for JV Firm, if eligible to participate However, In case the tenderer is submitting the certificate Issued to a JV firm of which the tenderer is a member, the credentials proportionate to his share in the JV will be considered The tenderer shall submit an attested copy of relevant JV Agreement along with the Tender iv. The work experience certificate shall be issued by an officer not below the rank of JA Grade or Bill passing Officer in Railways and Bill passing Officer/Executive ln-charge of work in other Govt. / Govt bodies / PSUs. The certificate should bear the Signature and seal of the issuing officer, name of the department etc. v. In case the Certificates/Documents produced are proved to be false and/or fabricated, the entire Earnest Money (EMD) Will be forfeited vi. Attested copy of Work experience certificate as per the details given in (Form no. 6) shall be submitted. e) Value of similar nature of work to be considered :-

i. The total value of similar nature of works completed during the qualifying period, and not the payments received within the qualifying period alone, shall be considered.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 32 of 142

ii. In case, the final bill of similar nature of work has not been passed and the paid amount final measurements have not been record, the paid amount including Statutory Deduction will be considered. iii. If final measurements have been recorded and work has been completed with negative variation, then also the paid amount Including Statutory Deduction will be considered. iv. However, if final measurements have been recoded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility. v. In case of composite works involving combination of different works, even separately completed works of required value should be considered while evaluating the eligibility criteria vi. The value of work completed will not include the cost of any materials issued free of cost by the Railway/ Department concerned. Only cash value of the Agreement and executed cash value Will reckon for eligibility

f) Clarification on "Eligibility on Annual Contractual Turnover and Details to be furnished along with the Tender Documents" i. The total contract amount received in the last three financial years and the current financial year up to the date of tender submission shall be at least 150% of the Tender value ii. For the completed financial years, the Tenderer can submit for the works done for Govt. /Govt. bodies/PSUs/Pvt.Org. Either Audited Balance Sheets showing clearly the contractual work receipts In the Profit & Loss account of the Balance Sheet, duly supported by a Turnover Certificate from the Chartered Accountant as per the details given in Form no. 17 OR

iii. Certificate(s) in original Issued by Executive or Nominated Authority of the Department certifying the bill amounts paid Agreement-Wise and Date-Wise or photo copy of such certificate attested. Such certificates will be accepted provided they are issued by Govt. / Govt. bodies/PSUs authorities only mentioned at Para “d” above. iv. For the Incomplete Financial Year i.e. the Current year and for any un-Audited Completed Financial Year, only certificate on contractual Work receipts in original Issued by Executives of the Govt. / Govt. bodies / PSUs case, from whom the payments were received or photo copy of such certificate self-attested or attested by a Gazetted Officer, giving details of receipts Agreement-Wise and Date-Wise will be accepted as proof of contractual Turnover for the current year and that completed but un-audited Financial Year Certificates Issued by Private Companies individuals Will not be entertained Or

v. Provisional Balance Sheets Issued by Chartered Accountant, clearly Indicating contractual receipts and supported by 26AS statement of income Tax Department Note:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 33 of 142

I. Chartered Accountant statements duly indicating yearly receipts will not be considered until and unless backed by Audited Balance Sheets or Provisional Balance sheet with 26AS statement of income Tax Department. II. If the tender is not accompanied by the certificate(s) in support of financial eligibility as above, the tender shall be rejected No post-tender correspondence will be entertained. g) Additional Documents to be submitted along with the tender:-

i. List of personnel organization available on hand and proposed to be engaged for the subject work these two lists should be given separately and signed by Tenderer and are to be submitted in the Proforma given in the Form no. 9 ii. List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work and this list shall be Signed by the Tenderer and is to be submitted in the Proforma given in the Form no. 10 iii. List of completed works in the last three Financial Years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work, date of actual start, actual completion and final value of contract should also be given in the Form no. 16 iv. List of Works on Hand indicating name of work, contract value, bill amount paid so far; due date of completion etc. to be furnished by Contractor in Form no. 8 and this Certificate is to be signed by Contractor v. A checklist of documents to be submitted at the time of tender submission is given as top sheet in Chapter V for easy guidance and compliance from prospective Tenderers vi. Delayed/Post Tender Submission of Documents/Information of Mandatory Nature linked to Eligibility Criteria called for at Tender stage:- vii. The offer of the tenderer(s) who do not enclose experience certificate and turnover certificate with requisite details and supporting documents as detailed under Para d, e and f above along with their tender to establish their credentials shall be summarily rejected, even though they are working contractors or contractors on approved list I. The offer shall be evaluated only from the certificates/documents (as referred above) submitted along With the tender offer II. Any Certificate/Documents offered/submitted/received after the tender opening shall not be given any credit and shall not be considered III. Tenderer(s) shall note that conditional/alternate offer will not be considered and will be summarily rejected even though such condition makes them as the lowest tenderer. IV. Railway reserves the right to verify the authenticity of the documents/Information furnished

h) Documentary proof (in the form of attested copies of certificates) of satisfaction of eligibility criteria should be furnished along with the tender documents. The offers of tenderers who do not pass the prescribed eligibility criteria will be rejected.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 34 of 142

i) The Tenderers having credentials in their own name only need to quote. The consortium agreements and MOU's will not be considered for eligibility.

j) Tenderer shall comply the guidelines and clarifications with Eligibility Criteria attached as Annexure-III (Chapter V).

k) The tenderers 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 Form No. 14(Chapter V). Non submission of an af fidavit 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 documents 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.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 35 of 142

6. LOCAL CONDITIONS:

a) Need of tenderer‟s careful study of conditions & site conditions: The intending tenderer is advised to study tender papers, concerned specifications 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 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. b) 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. c) 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.

7. TENDERERS TO ADVISE STRENGTH OF STAFF: a) Tenderer should advise the number of Engineers, 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.

b) 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.

8. CONSORTIUM BID: Consortium/Joint ventures are applicable for advertised tender value exceeding Rs. 10 Crores.

9. VALIDITY OF OFFER: The tenderer shall keep the offer open for a minimum period of 45 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

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 36 of 142

contravention of the above condition will make the tenderer liable for forfeiture of his Earnest Money Deposit.

10. UNIT PRICES: a) The unit prices quoted by the Contractor should be inclusive of all of basic cost, Goods and service Tax (GST), transport, loading, unloading charge, etc., wherever leviable as per extant taxation rules and laws.

b) The descriptions 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

c) The unit prices offered against the various items will include besides Labourthe following elements of cost:

(i) Cost of all materials required for laying the cables, casting of foundations, erection of Apparatus cases, Junction Boxes, their transport to site and all other incidentals connected therewith excluding the materials supplied by the Railways. (ii) Cost of transportation of materials including loading, unloading, handling charges, etc. supplied by the Railways from place of delivery to the site of work. (iii) 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. (iv) All other miscellaneous expenses necessary for the execution of the work and fulfillment of the contractual obligations.

d) 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.

11. 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.

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

13. ERRORS OMISSIONS & DISCREPANCIES: The Contractor(s) shall not take any advantage of any misinterpretation of the conditions due to typing or any other error and if in doubt, shall bring it to the notice of the

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 37 of 142

Engineer, without delay. In case of any contradictions, only the printed rules and books should be followed and no claim for the misinterpretation shall be entertained.

14. WRONG INFORMATION BY THE TENDERER: If the tenderer deliberately gives wrong information in his tender and creates circumstances for the acceptance of his tender, the Railway reserves the right to reject such tender at any stage and necessary action shall be taken as indicated in form 14(Chapter V).

15. AUTHORITY FOR ACCEPTANCE: The authority for the acceptance of the tender will rest with the competent authority of the South Central 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.

16. AGREEMENT: The successful tenderer shall be required to execute an agreement with The President of India acting through Dy. CSTE/Project/Tele/SC, South Central Railway, Secunderabad 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.

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

18. 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, notwithstanding 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 upload with the tender documents duly digitally signed by the tenderers in IREPS with portal.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 38 of 142

19. EXECUTIVE INCHARGE OF WORK: Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, Microwave Building, Adj. Rail Nilayam, Secundrabad-500 025

20. SCHEDULE OF WORK: The Tenderers are advised to quote the Single percentage rate for each schedule i.e. A1, A2, B1, B2 & C1 separately through IREPS website.

21. COMPLETION PERIOD OF WORK: The work is to be completed within 12 Months from the date of issue of Letter of Acceptance.

22. STORES DEPOTS FROM WHERE THE MATERIALS SUPPLIED BY RAILWAYS ARE TO BE COLLECTED BY THE CONTRACTOR: SSE/Project/Tele/Stores/SC, Ground Floor, MicrowaveBuilding, Adj. Rail Nilayam, Secunderabad-500 025.

23. IMPORTANT INSTRUCTIONS TO TENDERERS (A) The tenderers are requested to read the tender documents thoroughly before participating. (B) All the required certificates to establish that firm is meeting with the eligibility criteria must be uploaded along with tender. (C) The offer will be evaluated based on certificates uploaded along with tender with the original offer only. Tenderer may please note that meeting of eligibility criteria is strictly based on completion certificates given by executive in charge of work & not linked with mere list of works claimed to have been executed by tenderer or a copy of work order from Railway. (D) Please note that a completion certificate issued by an executive must indicate the name of work, contract agreement No. and date, contract value, actual payment received and date of completion of work. (E) The tenderer shall quote rates inclusive of basic cost, Goods and service Tax (GST), transport, loading, unloading charge, etc., wherever leviable as per extant taxation rules and laws. (F) The tenderer shall quote his rates after having thorough inspection of the field conditions and strictly taking into account the payment conditions and technical specifications of the tender. Offers with conditions having financial & technical implications are liable to be summarily rejected. (G) The contractor has to accept all the conditions mentioned in the document. Railway is not bound to accept any terms and conditions imposed by the contractor while tendering. Based on non-acceptance of any conditions imposed by the tenderer he cannot withdraw his offer at any stage during finalization of the tender. If he does so, the entire amount of EMD will be forfeited by Railway.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 39 of 142

(H) Time Schedule: Time is essence of the contract. With a view to complete the work within Twelve months, the contractor is requested to observe the following time schedule in his or her own interest, so as to complete the work within the completion period stated above (PERT Chart Shall be Submitted by Contractor) (I) To avoid fraudulent encashment of cheques the following information should also be submitted while submitting tender offer NEFT mandate form as per Form 1 (Chapter V). (J) Time Limitation: Subject to any requirement in the contract as to the completion of any portion or portions of the work before completion of the whole, the contractor shall fully and finally complete the whole comprised, in the contract by the date entered in the contract provided, that if any modifications have been ordered which, in the opinion of the Railway‟s Engineer have materially increased the magnitude of the work, such extension of the contracted, date of completion may be granted as shall appear to the Railway‟s Engineer to be reasonable in the circumstances provided more over that the contractor shall be responsible for requesting such extension of the time of the date as he may consider necessary so as soon as a cause there of shall and in any case not less than one month before the expiry of the original date fixed for completion of the work. (K) Delays And Extension Of Time: If the contract be delayed at any time in the progress of the work by any act of neglect of the Railway‟s employee or by any other contractor employed by the Railway‟s Employee or by strike, lockout, fire, unusual delay in transportation, unavoidable casualties or any cause beyond the contractors control or any delay authorized by the Railway Engineer decide to justify the time of completion of the work may be extended for such reasonable time as the Railway Engineer on behalf of Railway Administration may decide. (L) Force Majeure: If at any time, during the continuance of this contract, the performance, in whole or in part, by either party, of any obligation under this contract shall be prevented or delayed by reasons of any war, Hostility, Acts of the public enemy, Civil Commotion. Sabotage, Fires, Floods, Earthquake, Explosions, Epidemics, Quarantine restrictions, strikes, Lockouts, any statute statutory rules, regulations, order of requisition issued by any Government Department or competent authority or Acts of God (hereinafter referred to as event) then, provided notice of happening of any such event is given by either party to the other within twenty one days from the date of occurrence there of neither party shall be reason of such event to be entitled to terminate this contract nor shall either party have 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 is whole or part of any obligation under this contract is prevented or delayed by reason of any such event beyond a period as agreed to by the Railways and the contractor after any event or 68 days in the absence of such an agreement whichever more either party

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 40 of 142

may at its option terminate the contract, provided also that if the contract is so terminated under this clause the Railway may at the time of such termination take over from the contractor all works executed or works under execution. (M) Subject to any requirement in the contract as to completion of any portion or portions of the works before completion of the whole, the contractor shall fully and finally complete the whole of the works comprised in the contract (with such modifications as may be directed under condition of this contract) by the date entered in the contract or extended date in terms of the following clauses. (N) Extension due to modification: If any modifications have been ordered which in the opinion of the Engineer have materially increased the magnitude of the work, then such extension of the contracted date of completion may be granted as shall appear to the Engineer to be reasonable in the circumstances, provided more over that the contractor shall be responsible for requesting such extension of the date as may be considered necessary as soon as the cause there of shall arise and in any case not less than one month before the expiry of the date fixed for completion of the works. (O) Extension for delay not due to Rly Contractor: If in the opinion of the Engineer the progress of work has any time been delayed by any act of neglect of Railway‟s employees or by other contractor employed by the Railway under sub-clause (4) of clause 20 of these conditions under GCC or in executing the work not forming part of the contract but on which contractors performance necessarily depends or by reason of proceeding taken or threatened by or dispute with adjoining or neighboring owners or public authority arising otherwise through the contractor‟s own default etc. or by the delay authorized by the Engineer pending arbitration or in consequences of the contractor not having received in due time necessary instructions from the Railway for which he shall have specially applied in writing to the Engineer or his authorized representative then happening of any such event causing delay, the Contractor shall immediately be given notice thereof in writing to the Engineer within 15 days of such happening but shall nevertheless make constantly his best endeavors to bring down or make good the delay and shall do all that may be reasonably required of him to the satisfaction of the Engineer to proceed with the works. The contractor may also indicate the period for which the work is likely to be delayed and shall be bound to ask for necessary extension of time. The Engineer on receipt of such request from the contractor shall consider the same and shall grant such extension of time as in his opinion is reasonable having regard to the nature and period of delay and the type and quantum of work affected thereby no other compensation shall be payable for works so carried forward to the extended period of time the same rates, terms and conditions of contract being applicable as if such extended period time was originally provided in the original contract itself. (P) Extension to delay due to Rlys.: In the event of any failure or delay by the Railway to hand over the contractor possession of the land necessary for the execution of the works or to give necessary notice to commence the work or to provided necessary

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 41 of 142

drawings or instructions or any other delay caused by the railway due to any other cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract or alter the character thereof or entitle the contractor to damages or compensation there for but in any such case, the railway may grant such extension or extension of the completion date as may be considered reasonable. (Q) Extension of time for delay due to contractor: According to 17-B Clause of GCC the time for the execution of the work or part of the works specified in the contract document shall be deemed to be the essence of the contract and the work must be completed no later than the dates as specified in the contract. If the contractor fails to complete the works within the time as specified in the contract for the reasons other than the reasons specified the clause 17 & 17A of GCC, the Railway may if satisfied that the work can be completed by the contractor within reasonable short time thereafter, allow the contractor such further extension of time as the Engineer may decide. On such extension the Railway will be entitled without prejudice to any other right and remedy available on that behalf to recover from the contractor as agreed damages and not by way of penalty as sum equivalent to ½ of 1% of the contract value of the works for each week or part of the week.

For the purpose of this clause, the contract value of the work shall be taken as value of work as per contract agreement including any supplementary work order/contract agreement issued. Provided also, that the total amount of liquidated damages under this condition, shall not exceed the under noted percentage value of the item or groups of items of work for which a separate distinct completion periods is specified in the contract.

i) For contract value up to Rs.2 Lakhs - 10% of the total value of the contract ii) For contracts valued above Rs. 2 lakhs -10% of the first Rs. 2 Lakhs and the 5% of the balance Further competent authority while granting extension to the currency of contract under clause 17(B) of the GCC may also consider levy of token penalty as deemed fit based on the merit of the case

Provided further, that if the Railway is not satisfied that the work can be completed by the contractor and in the event of failure on the part of the contractor to complete the work within further extension of time allowed as aforesaid, the Railway shall be entitled, without prejudice to any other right or remedy available in that behalf, to appropriate the contractor‟s security deposit and rescind the contract under clause 62 of General Conditions of Contract of these conditions, whether or not actual damage is caused by such default.

24. MEASUREMENT: a. Measurement books are to be maintained by the Officer-in-charge of the work or his

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 42 of 142

immediate engineering Subordinate not below the rank of Junior Engineer. The entry shall be made in ink. No entry shall be erased. If a mistake is made, it should be corrected by crossing out the incorrect words or figures and inserting the corrections, the corrections thus made shall be initialed and dated by the officer concerned. b. Responsibility of taking and recording measurements: The measurement of various items of works shall be taken and recorded in the measurement booked issued with each work order. The measurement shall be taken and recorded by a supervisor not below the rank of Junior Engineer, supervising the work. The J.E/S.E/SSE who is supervising the work is directly responsible for supervision of work, shall be responsible for accuracy of 100% of measurements. The DSTE/ ASTE the officer in- charge of the work shall be responsible for conducting check of 20% of measurements.

c. Method of recording of nomenclature of items: Complete nomenclature of items as given in the agreement need not be reproduced in the measurement book for recording the measurements but corresponding item code as provided shall be used.

d. Method of Measurements: The measurements of the work shall be done for activity wise and when the item of work is ready for measurement. The methods of measurement of various items are enumerated as under: i) The cable routes of one section shall be divided into a number of segments. The measurement of depth shall be recorded at each point of measurement (POM) in the measurement book in meters in the multiples of 5 Cms. The point of measurement (POM) shall preferably be at an interval of 10 Meters, starting from 0 (Zero) meter in that segment. ii) The type of protection provided (item wise) in a segment shall be recorded in the measurement book in the sheet provided for this purpose. iii) The contractor shall sign all the measurements recorded in the measurement book. This will be considered as an acceptance by the contractor, of measurement recorded in the M Book. In case the contractor failed to attend at the measurements or fails to countersign or to record the difference within a week, then in any such events the measurements taken by Engineer-in-charge or by the subordinate as the case may be shall be final and binding on the contractor and the contractor shall no right to dispute the same.

*** END OF CHAPTER –II ***

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 43 of 142

CHAPTER III

SPECIAL CONDITIONS OF THE CONTRACT

(WHEREVER APPLICABLE)

1. The special conditions of contract quoted herein in the Tender shall be supplement to the General Conditions. In the event of any conflict or inconsistency between them the special conditions of the contract, contained herein shall prevail.

1.1 The standard General Conditions of Contract 2014 for use in connection with Civil Engineering works of South Central Railway as amended up to date will form part of the contract agreement and for all purposes shall be treated as if the same have been incorporated herein. A copy has been loaded in IREPS website under Annexure-1 (Chapter V)

2. SCOPE OF WORK:

The scope of work as mentioned in the NIT of the subject tender to comply with schedule. The contractor should go through the technical specification of the items to be supplied, and work has to be executed as per the schedule

2.1 The contractor should supply the materials as per schedule at the time of installation as required by the various items of the schedules and the rates quoted by the tenderer should be inclusive of the cost of these materials. 2.2 Materials that are to be supplied by the contractor for the execution of work are detailed under the supply portion of the schedule with relevant specifications/ drawing reference mentioned therein. 2.3 The work to be executed in the labour portion as per the tender schedule with technical specifications of this tender. 2.4 The railway reserves the right to supply its own materials if the contractor fails to supply within a reasonable period and the contractor will execute the labour portion as directed by the Engineer. Liquidity damages will be imposed for non-supply of material. Thus, if the material is used from Railway stocks due to non-supply from contractor, a deduction , as per extant policy, from the contracted amount for the corresponding item for quantity used for the work but defaulted by the contractor as applicable at the time of execution will be made from contractor‟s bills. The engineer‟s interpretation regarding quantities used is final. 2.5 Deleted. 2.6 The contractor has to quote their rates including the consumable items required for carrying out the labour portion of the schedule. 2.7 The contractor will have to procure all the tools required for executing the labour portion of the work made before the actual commencement of the work, the contractor will

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 44 of 142

satisfy the Railway Engineer that he has procured all the necessary tools required of good quality. 2.8 The rates quoted by the Tenderer against the Railway estimated cost relates to the supply and labour portion of the contract. All Signalling/Telecom materials to be supplied by contractor shall be subject to inspection by Railway Nominee. 2.9 All the materials and equipment to be supplied and used for the execution of work shall be to I.R.S. specification where available or to ISS if IRS is not available. In case of materials for which neither IRS nor ISS is available, the materials should be supplied with the approval of Railway Administration.

3. EXECUTIVE AUTHORITY IN-CHARGE OF THE WORK AND CLARIFICATIONS TO BE OBTAINED:

3.1 The Deputy Chief Signal & Telecommunications Engineer/ Projects/Tele, South Central Railway, Secunderabad, will be the Executive-in-charge of this work and in the day-to- day execution of the work any clarifications or instructions given by the said Engineer shall be final and binding on the contractor. 3.2 Regarding alterations to the contents of the contract or any other matter connected with the contract, the Chief Signal & Telecommunication Engineer / Projects, South Central Railway, Rail Nilayam, Secunderabad will be the final authority and his decision shall be final and binding on the contractor. 3.3 FA & CAO/Construction, South Central Railway, Secunderabad will be the Accounts Officer-in-charge of payments etc., under this contract.

4. DISCREPANCIES IN DRAWINGS AND OTHER DOCUMENTS:

4.1 The contractor shall carry out at his expense any alterations of the works due to any discrepancies, errors, or omissions in the drawings or other particulars. Any approval given by the Railway for this purpose shall in no way absolve the contractor from any or all responsibilities for the correct functioning of the equipment. In this regard the responsibility rests with the contractor in all respects. 4.2 The quantities required to complete the work are estimated roughly and if any extra quantities are found to be necessary, the same shall be supplied by the contractor at Railway‟s cost. 4.3 Whatever has been supplied by the contractor according to their quotation, even if found in excess shall remain the property of the Railway. 4.4 QUANTITY OF WORK It will not be binding for the Railway Administration to give all the items of works at the station on contract and Railway Administration may decide to do any or all the items of supply/execution involved at the station departmentally without assigning any reason for the same. Also the Administration may give for some items of work at the same station to different Tenderers without assigning reasons.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 45 of 142

4.5 ALL DOCUMENTS TO BE IN ENGLISH: All documents to be submitted in connection with this contract shall be written in English, preferably.

(i) Detailed technical description of the system offered. (ii) Detailed technical description of each of the equipment offered. (iii) A list of all documents and modules used. (iv) List of documents, plans, equipment and facilities, which the contractor expects to be supplied by the Railways. (v) Layout plan for the indoor equipment and pre-arrangement, if any required to be done, by Railways for installation of indoor equipment.

4.6 ADOPTION OF METRIC SYSTEM:

Dimensions, weight etc., shall be quoted in metric system.

4.7 DRAWING AND SPECIFICATIONS:

(i) Copies of IRS drawings and RDSO specifications according to which the works are to be executed, have to be obtained by the Tenderer directly from the Director General, RDSO, S&T wing, Alambagh, Lucknow-5. (ii) The specification for the materials to be supplied by the Railway shall be as per Tender document.

a) CLARIFICATION REQUIRED BY THE TENDERER: Any clarification required by the Tenderer may be obtained from Deputy Chief Signal & Telecom Engineer/Projects/Tele, South Central Railway, Secunderabad – 500025. b) INTERPRETATION With this tender, the Tenderer shall submit a note stating his interpretation of the specification wherever he desires to clarify any aspect of his offer. In respect of matters and issues not covered by this note, it shall be presumed that the quotation conforms to the specification laid down in the tender document. The interpretation of this Railway where such interpretation is found necessary shall be final and binding on the contractor. c) FUTURE DEVELOPMENTS: If during the period of contract, there have been any developments resulting in improvements or advancements, technical or mechanical in regard to the equipment to be installed, erected, its designs, or fabrications, the contractor shall make available to the Railway all information bearing on the same, in the light of such information the Railway may modify the orders to its advantage of these developments on the basis of mutually agreed terms.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 46 of 142

5. EXECUTION OF WORK: 5.1 The contractor shall start the work within one week of the receipt of the Letter of Acceptance. Orders on various manufacturers shall be placed immediately, for supply of materials as per schedule of Works. 5.2 Contractor should provide adequate details including PERT chart of the activities involved to substantiate their claim of being able to meet the above time schedule and handing-over the system to the Railways for regular operational use. 5.3 Materials to be supplied by the contractor for use in the work shall be got inspected by the nominated inspecting authority of the Railway. The contractor is required to submit to this office, names and photographs of the skilled artisan/ agent so employed by him for the work, for the issue of Identity cards to enable them to move about in Railway premises or take delivery of the materials from stores, Depot at Secunderabad or at site. Necessary intimation shall be given in advance for the issue of a new Identity Card in case there is a change of the Artisan staff/agents and the validity of the Identity Cards shall be limited to the contract under execution. 5.4 The contractor shall be responsible for checking before taking delivery whether the materials given to him are in good condition. 5.5 The materials that shall be handed over to the Contractor at any time for execution of work shall depend upon the particular item of work in the schedules to be done at a particular time and also the progress of work. The contractor shall furnish 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 any time shall not exceed the value of Indemnity Bond that is furnished by the Contractor. 5.6 Materials issued to the contractor shall be used solely and economically for the purpose of work covered by this contract only. The materials shall be used in such quantities and proportions as are indicated in Schedule or in the relevant specifications or drawings or as approved by the Engineer whose decision thereon shall be final. Wastage or damage to such materials in any manner shall be avoided. 5.7 The contractor shall be liable to render fully accountable 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 twice the issued rate prevailing at the time of last issue of the materials consumed in excess or wasted or damaged or lost or not satisfactorily accounted for. 5.8 If at any time any materials which the contractor would normally have to arrange for himself is supplied by the Railway 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 therefore or otherwise, such materials will be made available to the contractor in the Railway‟s Stores Depot at Secunderabad as required for the work. All handling, subsequent thereof will be at the contractors responsibility. Recovery of the cost of such supply will be made from the contractor‟s

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 47 of 142

bills, as per extant rules of the Railway. Any demurrage or other charges due on account of detention of wagons in loading or unloading will also be recovered from the Contractor. 5.9 If the materials mentioned in schedules, however not available in Railway and /or decide not to supply the same, whatever be the reason, the Railway shall not be bound to arrange for the supply nor will this fact be accepted as an excuse for delay in the execution of the work by the contractor. 5.10 The quantities indicated in the schedules are approximate and will only support to convey to the contractor an idea of the magnitude of the work. The rates mentioned in Schedules are deemed to hold good for any increase in quantities upto 25%. The description of items is given as a guide and approximately only and is subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy. Further, the Railway does not guarantee work under each item of the Schedule. 5.10.1 AGREEMENT VALUE: Agreement value refers to individual items of the work and not total value. 5.10.1.1 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 of a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity (100% i.e. the original quantity + 25% i.e. quantity over and above the original quantity) subject to the following conditions:

a. Operation of an item more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade (i) Quantities operation in excess of 125% but up to 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 up to 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) Variation 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 be 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 agreement value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with the existing contractor, with prior personal concurrence of PFA/FA&CAO(CN) and approval of General Manager.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 48 of 142

d. The limit of varying quantities for minor value item shall be 100% as against 25% prescribed for the 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 agreement value. e. No such quantity variation limit shall apply for foundation items. f. As far as SOR items are concerned the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (Single percentage rate or Individual item rate).

5.10.1.2 In cases where decrease is involved during execution of contract: a. The contract signing authority can decrease the items up to 25% of individual item without finance concurrence. b. For decrease beyond 25% of individual items or 25% of contract agreement value the approval of an officer not less than rank of S.A. 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. 5.10.1.3 The aspect of variation 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. 5.11 The contractor shall return any cut pieces of wire cables that may be left over, any surplus materials from the work and also empty cable drums and other packing materials issued/delivered to him. They shall be handed over to the Railway at Railway‟s nominated stores Depot through the Inspector in-charge of the work. Empty cement bags need not be returned to Railways. An amount of Rs.150/- per every 100 empty cement bags will be recovered from the bills payable to the contractor. 5.12 The contractor need not return the empty wooden cable drums. An amount as stipulated hereunder will be recovered from the contractor‟s bill. a. Up to 12Core capacity cable drum -- Rs. 400/- per drum. b. Above 12 Core to 30 Core capacity cable drum -- Rs. 800/- per drum. c. For Empty Power cable drum/10 Pair PIJF Cable drum -- Rs. 200/- per drum. d. Quad Cable/OFC Cable drum -Rs.400/- per drum. 5.13 The contractor shall return the left over/unused materials to the nominated stores certified by Engineer in charge of the work. 5.14 During the execution of the works the contractor or his representative shall not leave the site where the works are being carried out. At the site of work, the contractor shall always make available one representative who shall be approved by the Railway Administration and who shall be invested by adequate powers by the contractor so that orders or instructions given to the said representative by the Railway Administration in Representative of the Railway will check up the work from time to time. 5.15 The contractor shall take proper written acknowledgement from the Engineer‟s the representative for all the materials required by him, at the respective Stores Depot, through Inspector in-charge of the works.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 49 of 142

5.16 The contractor or his representative should get approval from the Railway‟s Engineers about the locations, method of the physical erection of the communication and other equipment. They will also advice details supported with drawing of pre-arrangements to be made by Railway at each of the site so as to quickly install the equipment. The stay of the contractors/his representative may have to be continuous. Contractor shall make his own arrangements for stay, transport, etc. of his staff. The contractor shall ensure that the technical supervision is available at the site of work during the period of installation and during the period of testing, in order to ensure that no time is lost in correspondence. Contractor shall, however, be fully responsible for the correct functioning of the equipment to meet the operating requirements. During installation, certain modules may become defective or may be found to be defective. Installation and supervision engineers should, therefore, bring extra items in adequate quantities so that there is no delay caused to the installation and commissioning. Any delay if, however, caused due to non-availability of healthy cards, modules, etc. apart from liquidated damages, shall also entail in automatic extension of the period of stay of contractor‟s Engineers for installation and for supervision.

5.17 Then the work is required to be carried out on the track itself or as close to the track as may pose a hazard to rail traffic, the work shall be carried out under the supervision of an authorized Railway representative, i.e., Sr. Section Engineers/ Jr. Engineer/Tele. 5.18 All the tools that are required by the contractor for the purpose of transportation of materials, digging, concreting, erection of post, etc., shall include spare parts, fuel and consumable stores. The rates quoted by the contractor shall be deemed to be inclusive of labour required to ensure efficient and methodical execution of work. Sand / ballast and any other items as per material statement shall be arranged by the contractor at the site at his own expenses. 5.19 All the materials including cable required for wiring, cable termination boards, connectors and protective devices etc. shall be supplied by the contractor in adequate quantities. Installation of equipment and ducting of cables shall have to be done in such a way that rodents do not have easy access to the wiring and other vulnerable parts of the equipment. 6. COMPLETE SYSTEM ATTENDING TO DEFECTS AND ISSUE OF COMPLETION CERTIFICATE: 6.1 The contractor shall rectify the defects that may arises in the work done by him noticed for a period of one month after completion of work whether such defects are due to bad workmanship on the part of the contractor or otherwise. Should any disputes arises into the correctness of the defects pointed out, Railway Engineer‟s decision in this regard shall be final and binding. 6.2 The whole work will be treated as completed only after the complete system is commissioned to ensure the satisfactory working of the entire system as per satisfaction. The completion certificate will be issued only after end performance of the

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 50 of 142

complete system is tested for final acceptance of the work, and the system work satisfactorily for a minimum period of one month after commissioning.

MOBILIZATION ADVANCE: (Not Applicable for this tender)

a) If required by the Contractor, mobilization advance limited to 10% of contract value will be paid by Railways. The Mobilization Advance shall be against an irrevocable guarantee (Bank Guarantee, FDRs, KVPS/NSCs) of at least 110% value of the sanctioned advanced amount (covering principal plus interest). The Bank Guarantee shall be from a National Bank in India or State Bank of India in a form acceptable to the Railways. b) Interest - The advance shall carry an interest at the rate to be decided by the Railway Board and communicated at the beginning of every financial year, to be applicable for the tenders to be opened in that financial year. The rate of interest on Mobilization Advance for the financial year is 8.5% (Eight & Half percent) for the tenders to be opened in the Financial Year 2018-19. c) Method of Recovery of Interest – Interest shall be recovered on the advance outstanding for the period commencing from the date of payment of advance till date of particular on- account bill (through which recovery of principal is effected) and adjusted fully against on-account bill along with pro-rata principal recovery. In the event of any short-fall, the same shall be carried forward to the next on-account bill and shall attract interest. d) The recovery shall commence when the value of contract executed reaches 15% of original contract value and shall be completed when the value of work executed reaches 85% of the original contract value. The installments on each "on account bill" will be on pro-rata basis. e) The Bank Guarantee for such advances shall clearly cover at least 110% of the value of the sanctioned advance amount (covering principal plus interest). f) In case of extension of the date of completion due to any reason whatsoever the interest on the mobilization advance outstanding would continue to accrue as specified earlier and the contractor/firm would make the payment against the advance in the same manner as specified in Para (b) above. g) No advance/extra payment other than sated above shall by payable against the works. h) The Tenderers shall specifically indicate in their offer whether mobilization advance is required by them. In case no specific demand has been made in the offer, grant of mobilization advance will not be considered subsequently.

7. PAYMENT CONDITIONS a) Supply Portion: (i) 80% of the equipment value will be paid on receipt of materials at Railway‟s Stores i.e. Section engineer/Tele/Project/Stores/SC depot accompanied by inspection certificate. (ii) Balance 20% of the equipment value will be paid after successful completion and commissioning of the work in each block section.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 51 of 142

b) Labour Portion:

(i) 95% of the labour portion of work will be paid on successful completion of schedule of works of Quad Cable communication. (ii) Balance 5% of labour portion will be paid after completion of work i.e., after successful completion and commissioning of entire work and on submission of the completion certificate.

c) Supply and installation items under Labour Portion:

(i) 80% of the equipment value will be paid on receipt of materials at Railway‟s Stores i.e. Section Engineer/ Tele/Project/Stores/SC depot accompanied by inspection certificates (ii) Balance 15% of the equipment value will be paid after installation of the equipment. (iii) Balance 5% will be paid after completion of work i.e., after successful completion and commissioning of entire work.

d) Schedule C1-Provision of trolley refugees in SSE/Bridges/Vijaywada Division:

(i) 95% of the value of work will be paid on completion of schedule of works for bridge. (ii) Balance 5% will be paid on handing over to Railways maintenance unit.

8. Vitiation clause: Should vitiation occurs on account of variation in quantities executed the amount payable will be according to the latest extant rules of the GCC. (Refer Chapter I)

9. All the payments shall be made on certificate of the Engineer within a reasonable time of the submission of necessary bill(s) by the Contractor.

10. „On Account‟ payments made to the contractor shall be without prejudice to the final making up of the accounts (except where measurements are specifically noted in the measurement book as Final measurements and such have been signed by the contractor) and shall in no respect be considered or used as if evidence of any particular quantity, of work having been executed nor of the manner of its execution being satisfactory.

a) The Contractor shall supply the materials to consignee i.e. Section Engineer/ Tele/ Project/ Stores / Secunderabad‟ s depot or any other Depot nominated by Railways and shall complete the work within 12 Months as stated.

b) Liquidated damages will be levied on the belated supply of materials and execution of work in the event of failure on the part of the contractor to complete the supplies and execution of work within the stipulated period as stated.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 52 of 142

11. INSPECTION OF MATERIALS / INSPECTION OF INSTALLATION.

11.1 The items supplied as per IRS specification, should be procured from RDSO approved firms and should be inspected by RDSO. If in the schedule the inspection of materials has been assigned to consignee where the total value of the items less than Rs. Five lakhs. However on account of bidders offer if the value of the item goes above Rs. 5 lakhs, it is to be inspected by RDSO. For the materials to be inspected by the RDSO, the contractor shall pay directly to RDSO their inspection charges as applicable, which is presently @ 1 % of the cost of materials (Inclusive of applicable taxes). Railways‟ specific approval shall be obtained before procuring the material from firms. The Railways decisions in all such matters shall be final and binding. 11.2 Inspection of all other materials to be supplied under this contract will be carried out by the representative(s) nominated by Dy. CSTE/P/Tele/ SC. 11.3 Contractor shall also refer to the technical specifications of various equipment and inspection and testing will be carried out as per standard procedure by the Railways. 11.4 Railway‟s Engineers will inspect and test the work at all stages and shall have full powers to reject all or any work that may be considered defective or inferior in quality of material or poor workmanship or design. The contractor shall carry out such tests at his cost as are necessary in the opinion of the Railway to ensure that the specifications of the contract are being complied with. 11.5 All the materials brought to site shall be erected only after inspection and acceptance by the Engineer-in-charge or his authorized representative. 11.6 The cost of all tests and /or analysis effected at the manufacturer or contractor‟s work shall also be borne by the contractor. 11.7 The contractor will be called upon to pay all the expenses incurred by the Railway in respect of any works or materials found to be defective or of inferior quality, adulterated or otherwise unacceptable. 11.8 Materials put up for inspection shall be exactly for the type and quality laid down in the schedule of materials attached to the contract agreement. Any variation shall require the prior approval of the Railway before the material is manufactured or tendered for inspection. 11.9 The complete installation at all stages shall be subject to checks and tests as decided by Railway and the contractor shall be liable to rectify such defects as discovered during these checks and tests and make good all deficiencies brought out. However complete installation will be taken over finally after one month of the commissioning of the full system. It will be responsibility of the contractor to rectify any discrepancy noticed till the system is taken over. For the purpose of taking over, joint inspection will be carried out by the Dy. CSTE/ P/T/SC‟s representative and contractor‟s representative. The contractor should make available himself or his representative for joint inspection. In such inspection, the deficiencies will be recorded and the representative or the contractor will have to sign the statement of deficiencies. The decision of the Railway

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 53 of 142

Engineer shall be final in the matter. 11.10 Although the contractor‟s portion of the work shall be inspected by the Railway as indicated above, it is possible that certain defects may appear at the time of installation. The contractor shall be responsible to rectify these defects to the satisfaction of the Railway. 11.11 During inspection of installation by Railway Engineer, the contractor shall make tests as would be necessary to demonstrate to the satisfaction of the Railway that the work as completed by him is in accordance with the specification of the contract. The contractor shall provide such instruments and apparatus as may be necessary for making these tests. The instruments and apparatus shall remain the property of the contractor. 11.12 While taking the material from the contractor/trader, delivery challahs issued by the firm who has sold the materials to the contractor/trader & inspection certificate shall be insisted upon. The documents necessary for verification of authenticity/genuineness of materials supplied by the contractor shall be:

a) For RDSO/RITES inspection items, RDSO/RITES inspection certificate along with serial numbering and stamping of materials/packages. b) For consignee inspection items, copy of the Delivery challans issued by the manufacturer who has sold the materials to the contractor.

11.13 INSPECTION CLAUSE (Materials to be supplied by the Contractor)

I. WITH RDSO INSPECTION:

1. All types of plug-in type relays with plug boards, fixing bolts and nuts, and retaining clips as described in the schedule. 2. Wire PVC 16/0.2mm, 3/0.75mm and 7/1.4mm copper. 3. Remote Terminal units modem 4. 4 wire leased line modem 5. Thermo shrinkable Jointing Kit 6. PBT terminals 25mm and 60mm centre 7. Power equipment viz. Inverters, Stabilizers, 230V / 110V Transformers, Transformer Rectifier, Battery Charger etc., as described in the schedules. 8. ND type fuses. 9. HDPE pipe-40/33 mm. II. WITH RITES INSPECTION

1. Unit Maintenance Earth.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 54 of 142

2. WAGO/ELMEX terminal. 3. Double walled corrugated pipe - 103.5mm inner dia & 120mm outer dia conforming to IS:14930(Part 2): 2001 with socket/ coupler. 4. DWC Split Pipes 5. Steel tubes 6. Heat reflecting insulating thermal barrier coating color. 7. SPD Class B&C 8. Cable Route Locator 9. GKP Type Location Boxes Full/Half 10. E type locks. 11. Earthing & bonding system. 12. Cable termination box (FRP type). 13. Backup power supply arrangement at Centralised and distributed locations 14. RCC Route Markers III. WITH CONSIGNEE INSPECTION

1. Cables, terminals, fuses etc., 2. Cable route locator 3. Relay fixing frame for Full location box, 4. Cement. 5. Solid state buzzers. 6. Transparent plastic cover. 7. Clip On Meter 8. HDPE duct associated accessories 9. Krone insertion/extraction tool 10. Switch Board Cables. 11. Krone type DP boxes. 12. Electronic earth tester, Earth Clamp tester, Digital Multimeter, Insulation Tester. 13. General Purpose Maintenance Tools and instruments. 14. Push Trolley. 15. OFC tool kit. 16. 9U rack.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 55 of 142

17. IP to RS 232 converter cable. 18. OFC Patch Cords. 19. Markers for the WAGO terminals. 20. Relay rack, Cable termination Rack, 21. Hylam Sheet. 22. Power equipment stand. 23. UPS-1 KVA(Input-110 V AC, Output-110 V AC). 24. G.I. wire for earthing. 25. 50mmX6mm/40mmX6mm M.S. flat for earthing. 26. GI Pipes 50mm dia-3.65mm thick and 100 mm dia-4.50 mm thick conforming to IS-1239 amended up to date, with coupling and bends for cable laying on bridges 27. Hard wood shelf plank 37mm thick for apparatus cases. 28. 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. 29. HRC fuses of required ratings 30. 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. 31. TW planks 50X150mm, 50mmx50mm, 25mmx100mm and 25mmx150mm thick for control panel frame, cable clamps and fixing cables. 32. 2BA Terminals with clips. 33. Acid/Salammoniac. 34. Adhesive paste. 35. Alca `P‟soldereyre flux. 36. Aluminium name plates for cable tags. 37. Bricks of size 220mmx100mmx60mm. 38. Cable compound. 39. Charcoal. 40. Clamps for fixing PVC pipes. 41. Coal Bengal. 42. Coloured twine balls. 43. Common salt for earthing. 44. Copper Battery lugs and eye lugs. 45. Copper eyelets for 16/0.2mm and 1/1.5 sq.mm wires

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 56 of 142

46. Copper tape 20mm x 1.5mm for Bus Bar. 47. Cotton waste. 48. Decolum sheet for decorative purposes. 49. Electrolytic Condensers of rating depending on the circuitry requirements. The voltage rating shall not be less than twice the working voltage of the circuit. 50. Emery and sand papers. 51. Fire wood 52. Fixing bolts and nuts (brass) for Terminal blocks and Fuse Blocks in FTOT & for fixing plug in type relays, 50 Way terminal boards etc. 53. Flexible conduit Pipes. 54. Grease yellow. 55. Honey bee wax. 56. Insulating tapes. 57. Kerosene Oil. 58. Lead wool for packing signal poles. 59. Lens guard for colour light signal units. 60. MS angles 25mmx25mmx6mm, 50mmx50mmx6mm for manufacturing relay fixing frames. 61. 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. 62. Oil axle mineral 63. Paints of all kinds for IS Specification including anticorrosive paints. 64. Petroleum jelly. 65. Pipe locks/G.I. Locks/NAVTAL locks-6 levers/Padlocks - 50mm with keys. 66. PVC hose pipes of sizes. 67. PVC sleeves of sizes. 68. PVC/Nylon sleeves (Sq.type) for writing cable core particulars 69. Raw wood varnish. 70. River sand (Coarse/Fine) 71. Rosin core best quality 80/20. 72. Rubber gromites, rubber mat

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 57 of 142

73. Solder soft high grade. 74. Split pins for all mechanical fittings. 75. Stone Jelly (20-25mm) 76. Tags for terminals. 77. Terminal lugs (copper) for all sizes of wires. 78. Turpentine 79. Wire netting arrangement for CLS units 80. Wood screws (Brass of sizes & nails of sizes) 81. Reinforcement steel as per schedule 82. Transformers other than 230/110V rating. 83. GI earth Electrode.

11.14 Inspecting Officer-Power Of Rejection Inspecting authority can reject if-:

a. The stores/equipment is not in accordance with the specification due to the adoption of any unsatisfactory method of manufacture. b. Any stores submitted are not in accordance with the particulars. c. Whole of the installment tendered for inspection if after inspection of such portion he may in his discretion think the same is unsatisfactory.

11.15 The rejected stores shall be marked with rejection mark so that they have to be easily identified if resubmitted. The inspecting officer‟s decision as regards the rejection shall be final and binding on the contractor.

12. Consignee‟s Right Of Rejection

Not with standing any approval which the inspecting Officer may have given in respect of the stores or any material or the work or workmanship involved in any of the performance of the contract (whether with or without any test carried out by the contractor or the inspecting Officer or under the direction of the inspecting officer) and notwithstanding delivery of the stores where so provided to the interim consignee it shall be lawful for the consignee, on behalf of the purchaser, to reject the stores or any part, portion of consignment thereof within a reasonable time after actual delivery thereof to him at the place or destination specified in the contract if such stores in full or part portion of consignment thereof is not in all respects in conformity with the terms, and condition of the contract whether on account of any loss, deterioration or damage before dispatch or delivery or during transit or otherwise how-ever.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 58 of 142

13. Rejected Stores

13.1 When any stores delivered at the consignee‟s depots are rejected this shall be removed by the contractor within 21 days from the date of rejection. Such rejected stores shall be the property of the contractor from the date of rejection. If the contractor does not remove the stores within this period, the purchaser or his nominee shall have the right to dispose such stores, as deemed fit, at the contractor‟s risk and account. 13.2 The purchaser shall also be entitled to recover from the contractor handling and ground rent/demurrage and any other charges for the period during the rejected stores are not removed after the period as mentioned above. 13.3 Stores that have been rejected after arrival at destination may be taken back by the contractor from the station where they are rejected. If the contractor does not take back the goods at the station from which, they were rejected within 21 days, the same shall be booked back to him, freight to pay at Public Tariff Rates and at owner‟s risk.

14. CONSEQUENCES OF REJECTION: If on the stores being rejected by the Inspection Officer or consignee at the destination, the contractor fails to make satisfactory supplies within the stipulated period of delivery; the purchaser shall be at liberty to request the contractor to replace the rejected stores forthwith but in any event not later than a period of 21 days, from the date of rejection and the contractor shall bear all the cost of such replacement, including freight, if any of such replacement, including the replaced stores without being entitled to any extra payment on that or any other account.

Where under a contract, the price payable is fixed on F.O.B. port of export or F.O.R. dispatching station, the contractor shall, if the stores are rejected at the destination by the consignee be liable in addition to his other liabilities including refund of price recoverable in respect of the stores so rejected, to reimburse to the purchaser, the freight and all other expenses incurred by the purchaser in this respect.

15. CONTRACTOR‟S RESPONSIBILITY FOR SUPPLY OF MATERIALS The contractor is entirely responsible and shall bear all expenses for loading, transport, handling and unloading etc., of all materials, equipment, machine, tools, and plants etc., from the sources of supply to the Railways store depot at Secunderabad. The equipment /materials, required for installation will be issued to the contractor at the Railway‟s stores depot. After inspection responsibility for damage to any equipment during transportation and till it is taken over by Railways after commissioning of the link shall be that of the contractor.

16. INDIGENOUS MATERIALS

16.1 The contractor must make sure that the materials offered by them according to the special condition of contract are up to the requisite standards prescribed by the relevant

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 59 of 142

Indian Standard/Indian Railway Standard/British Standard/ CCIR/CCITT specification. Failure to do so will result in the rejection of all such materials and procurement of the same at the risk of contractor. 16.2 The consignee to whom all materials against the contract are to be dispatched will be Section Engineer/Tele/Project/Stores at Secunderabad, S.C. Rly. The dispatch documents shall however, be sent to the address to be indicated by the Railway after inspection of the materials.

17. COMMISSIONING AND FINAL ACCEPTANCE TESTS

Railway shall carry out all tests as per the acceptance test schedule along with the system design documents, which will be modified by mutual discussion between the contractor and Railway before its finalization.

Any components or modules failing during the commissioning test shall be replaced free of cost by contractor.

18. MAINTENANCE PERIOD

The signalling installations and buildings constructed shall be maintained after completion, for a period of 12 MONTHS by the Contractor and he shall make good of any defect imperfections, Shrinkages or Faults, which may appear, at his own cost during the Maintenance Period.

19. DEDUCTION OF INCOME TAX AT SOURCE

19.1 In terms of new section 194-C inserted by the Finance Act 1972 in the Income Tax Act 1961, the Railway shall at the time of arranging payments to the contractor for carrying out any work under the contract, be entitled to deduct Income Tax at source on Income comprised in the sum of each payments i.e. Income tax on supply portion and labour portion of the work and also Education cess, surcharges as on date of the payment being arranged to the contractor and as per the rules in force of the Dept. of Income TAX. 19.2 The deductions towards Income Tax to be made at source from the payments due to non-residents shall continue to be governed by section 195 of I.T Act 1961.

20. COMPLIANCE OF LABOR LAWS

The contractor shall arrange to obtain license before acceptance letter is granted to him as per contract labour regulations and abolition Act, 1970 or latest, if more than twenty persons are employed by him for executing the above work.

20.1 The contractor shall not employ labour below the age of 18 years. 20.2 The contractor shall take all precautions to protect his labour from train movements by posting lookout men.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 60 of 142

20.3 The contractor shall abide by the Rules and Regulations of the Contract Labour (Regulation and Abolition) Act, 1970 with General Rules, 1975, amended up-to-date. 20.4 All the provision of relevant labour laws shall be strictly observed by the contractor. Non observance of any such provisions or denials of rights and benefits to which they are normally entitled shall be viewed seriously and action shall be taken against defaulting contractor. 20.5 The contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code number from the concerned authorities whenever workmen employed by him are 20 or more. He shall also indemnify Railways from and against any claim, penalties, recoveries under the above Act and Rules. Contractors are to get the code numbers under the EPF so as to enable the PF Commissioners to extend the social security benefits to the workmen engaged by the Railway contractors.

20.6 Extension of P.F. Act to the employees working under Railway Contractors: Refer the General Conditions of Contract Part II Clause 55(B) and latest correction Slip applicable as on date of the tender opening.

20.7 The unit is registered as a Principal Employer for contractual works vide Registration No. 7/97, dated 27/03/1997 of the Assistant Labour Commissioner (Central), ATI campus, Vidyanagar, – 500 007 and therefore, it is obligatory on the contractor to submit the number of workmen working etc., as per relevant paras of GCC 2014 above within 7 days from the date of issue of letter of acceptance.

20.8 The wages for workmen engaged by the contractor shall be paid directly without the intervention of any Jamadar or Thekadar and that no amount by way of commission otherwise is deducted or recovered by any person from the wages of the workmen.

20.9 The contractor shall strictly observe all the provision of relevant labour laws. Non- observance of any such provisions or denials of rights and benefits to which they are normally entitled shall be viewed seriously and action shall be taken against defaulting contractor.

21. SPECIFICATIONS OF CONTRACT (TECHNICAL)

21.1 The railways will decide the alignment of cable path, location of joints, location of VF bays / repeater. 21.2 Contractor shall strictly adhere to the drawings, instructions and specifications in regard to any extra clearance in the Railway yards, distance from the centre of the track diversion of cable, extra depth required for foundation etc., 21.3 Technical conditions for various works contemplated in the contract, are enclosed for reference. 21.4 The Railways reserve the right to alter the drawings. If due to change in drawings or design or any other reason, thereby variations either increase or decrease in quantities, payment will be made only for the actual quantities executed at the accepted rates. If there be sufficient cause, the Railway may grant extension of the date of completion suitably. Such circumstances shall in no way, affect or vitiate the contract or alter the character thereof or entitle the contractor to damage or compensation therefore.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 61 of 142

22. TECHNICAL PERSONNEL

22.1 For Telecom works, a supervisor as employed by contractor, mentioned in Clause 26 of General conditions of contract shall be an ex-Chief Telecom Inspector/ SSE(Tele) or a graduate engineer with the experience of minimum three years in execution of Railway Telecom works where the cost of the work is more than Rs.50.00 lakhs and less than Rs.2.00 Crore. If the value of the work is Rs.2.00 crores and above, two graduate engineers with a similar experience shall be deployed. On additional graduate with the same experience for exceeding Rs.5.00 Crores. 22.2 Diploma holder can also be engaged in lieu of graduate engineer at two Diploma holders for each graduate engineer. They should have similar experience as for graduate engineers. 22.3 If the cost of the work is less than Rs.50.00 lakhs, and above Rs.20.00 lakhs, one diploma holder with the above experience shall be engaged. 22.4 The certificate of Experience shall be from a Railway Officer not less than a JA Grade. 22.5 Technical staff stated above should be available at site to supervise the work and to take instructions from Engineer- In-charge with the necessary experience. 22.6 In case the contractor/contract agency fails to deploy technical staff as afore said, a sum of Rs 15,000/- per month for each month default in case of graduate engineer and Rs.8,000/- in case of diploma holders will be recovered from the Bills. 22.7 The period of deployment of technical staff covers from the date of issue of letter of acceptance till completed works handed over to Railways. 22.8 Tenderer/Contractor should advise the number of Engineer/Supervisor and cable jointer/ Artisans employed by him or going to be employed with their names, qualifications, bio-data and experience in the particular trade under consideration along with the tender positively.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 62 of 142

23. PROGRAMME OF WORK

23.1 The Contractor shall have necessary resource to execute the work so that subject works are completed within stipulated period from the date of issue of letter of acceptance of Tender. 23.2 The contractor on his part will have to employ labour in full strength commensurate with the working. He will also arrange matching materials and equipment to complete the job most expeditiously so as to ensure that the work is completed within the stipulated period. 23.3 The contractor should nominate a Competent Supervisor/Engineer as his representative on the works who will be authorized to receive and acknowledge materials issued by the Railways and take all orders issued by the Inspecting Officer of the Railway.

24. CLAIMING OF ON ACCOUNT/FINAL BILLS BY THE CONTRACTORS 24.1 The contractor shall submit bills/gate passes for the materials purchased by them to supply the same to Railways at the time of supplying the materials to nominated Railway Stores Depot. 24.2 For claiming on account bill the contractor shall make a formal written request to the concerned Official/Officer-in-charge of the works clearly mentioning the quantity executed. 24.3 Each On-account bill/Final bill shall invariably accompany the contractor‟s material statement (materials drawn from the stores vs. material utilized at site on the work for which materials have been drawn from Railway stores. 24.4 The excess Class-I materials drawn from Railway Stores shall be returned as Class-I only. Damages occurred during handling/stack and transportation by the Contractor will be charged to the Contractor and the cost will be recovered from the Contractor. 24.5 At the time of drawing materials from Railway stores, the contractor shall check and ensure the correctness of quantity, description and condition of the materials. 24.6 The Contractor while submitting requisition for drawl of stores shall indicate the quantity of material as per the schedule and the quantity of already drawn and the quantity now required with remarks.

25. SAFETY PROVISIONS FOR CARRYING OUT WORKS IN RAILWAY PREMISES

25.1 The contractor shall not start any work that can have a bearing on safety of Trains, Railway passengers, Railway employees or any Railway asset‟s without the presence of Railway supervisor/official at site. 25.2 Precautions during trenching/cable laying: 25.2.1 Trenching and cable laying shall be started only after joint cable-route marking between Engineer‟s representative and the contractor‟s supervisor. 25.2.2 Whenever the cable route is very near or over the embankment due to non-availability of space, the route marking shall be given in consultation with Railway Civil Engineering officials. In these stretches the contractor shall complete the work in minimum possible time.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 63 of 142

25.2.3 The progress of trenching, availability of cable, bricks, pipes etc shall be closely coordinated to ensure that the trenches remain open for minimum possible time. 25.2.4 Whenever the track crossing is to be done, the same shall be done in least possible time in the presence of Railway Civil Engineering representative. 25.2.5 Use of earthmoving machinery such as Poclainer / JCBs for trenching is prohibited except in mid-section.

25.3 Whenever works such as erection of Signals / lifting barriers / Point gears or their dismantling is done which can effect train movements or the track the same shall be done after ensuring that there are no train movements. 25.4 Suitable steps shall also be taken to prevent transport vehicles and such other machinery gaining access so near the track as to threaten the safety to running trains. If it becomes inescapable to allow transport vehicles or mobile machinery to operate in close proximity to the running line the maximum moving dimensions for the said lines shall be adequately protected by suitable measures as per site conditions. 25.5 Road vehicles shall ply six metres (6 m) clear of centre of tracks. All Vehicle movements at a distance less than 6 m. and more than 3.5 m shall be done under the supervision of Railway Employee nominated by the Engineer in charge. Cost of such supervision shall be at Railways‟ cost. No vehicle/ Machinery can be allowed to work closer than 3.5 m from track centre except under traffic block 25.6 Special care should be taken while turning or reversing of the Road vehicles so that they do not infringe moving Dimensions even momentarily. Night working of vehicles where in escapable shall be according to the measures specifically communicated by Railway Engineer. 25.7 The lookout and whistle caution orders shall be issued to the trains and speed restrictions imposed where considered necessary suitable flagmen/ detonators etc shall be provided where necessary for protection of trains. 25.8 Whenever trackside works are undertaken by the contractor, areas for unloading and storage of bulk materials such as signalling posts. Cable Drums, Point machines, LC gate material etc. should be clearly demarcated such that during and after the loading/unloading the moving Dimensions are not infringed Barricade for same to be provided if necessary to demarcate the identified areas with the consent of S&T Inspector in – charge of the work. The stacking also shall be done in a manner that the materials do not slide and obstruct the moving dimensions even at a later date. 25.9 With-in the station premises and especially on passenger platforms the contractor shall ensure sufficient free space for movement of passenger traffic. He must cover and protect the excavations carried out in such areas with a view to avoid any accidents. 25.10 The works must be carried out most carefully in such a way that they do not hinder the Railway operation except as agreed to by the Railway. 25.11 The contractor shall take all precautionary measures in order to ensure protection of his own personnel and Railway asset‟s, passengers, general public and trains. The contractor should abide by all the Railway regulations and also ensure that the same are followed by his representatives, agents, servants or workmen. He is therefore, bound under these clauses to give notice to them about the provision of this clause and the consequent liability of the contractor under the agreement. 25.12 The contractor‟s employees and workers shall not for any reasons operate any appliances or installations of the Railway concerning the safety of train movements,

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 64 of 142

but, they should whenever necessary notify to the qualified Railway staff who will then take necessary steps. 25.13 The contractor shall abide by the Indian Electricity Act and the Indian Electricity Rules as amended from time to time when not in use, no electrical apparatus, which is liable to be a source of danger, shall remain electrically charged. 25.14 The contractor shall take necessary precautions for working near the power lines. If at any time the Railway finds the safety arrangements are inadequate or insufficient, the contractor shall take immediate corrective action as directed by the Railway‟s representative at site. However, it is not obligatory on the part of the Railway to give such directions. 25.15 The issue or non-issue of any direction in the matter by the Railway shall in no way absolve the contractor of his sole responsibility to adopt safe working methods. 25.16 Necessary, personnel safety equipment such as gloves, face masks, goggles, helmets, safety belts, Safety Shoes etc should be kept available by the contractor and the contractor should take adequate steps to ensure proper use of equipment by those concerned. 25.17 No paint containing lead or lead products shall be used except in the form of paste or ready mixed paint. 25.18 In spite of these precautions, if any unforeseen accident or injury/damage happens to his Employees, Railway asset‟s passengers or other members of public the contractor will be solely responsible for the same. 25.19 The Engineer in charge or the Supervisor directly working under him shall personally advise the entire site – supervisors and other workmen regarding safety precautions and satisfy himself that they have understood the same. A competency Certificate shall be issued in favour of the Counseled Contractor Supervisor(s) (valid for that work only) by the SE/SSE and the same countersigned by the ADSTE/DSTE in charge of the work as per the following.

------CERTIFICATE OF COMPETENCY Certified that Sri ------Signaling/Telecom Works supervisor of M/s. ------has been examined regarding Safe working in Railway areas in connection with Work under Contract Agreement No.(s) ______. His Knowledge has been found satisfactory and he is capable of supervising the work safety.

Issued By

(Railway Supervisor‟s Signature, Name and Designation)

Countersigned by

(Name and Signature of ASTE/DSTE with Stamp)

-.-.-.-.-.-.--.-.-.-.-.-.-.-.-.-.-.-.-.-.-.-.-.-.-.--.-.-.-.-.-.-.-.-.-.-.-.-.--.-.-.-.--.-.-.-.-.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 65 of 142

25.20 Supplementary site-specific instructions may be issued by the Engineer-in-charge as and when felt necessary and the same shall be complied with by Contractor‟s personnel.

26. These special conditions shall prevail over the existing clause of 63 and 64 of General conditions of contract.

27. Disaster Management clause In case of accidents/natural calamities involving human lives, all the vehicles and equipment of the contractors of track related works can be drafted by Railway administration.

28. SETTLEMENTS OF DISPUTES OF CONTRACTORS

28.1 The contractor shall furnish his monthly statement of claims as per the Clause 43(1) of General Conditions of Contract 2014. But, the contractor should seek reference to arbitration to settle the disputes only once, subject to the condition as per clause 45(a) of General Conditions of Contract. These special conditions shall prevail over the existing clause of 63 & 64 of General Conditions of Contract.

28.2 ROYALTIES AND PATENT RIGHTS

The tenderer 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 cooperation and shall obtain in all necessary licenses. In case of a breach (whether wilfully or inadvertently) by the tenderer on this provisions, the tenderer shall indemnify the railway and their officers, servants, representatives against all claims, proceedings, damages, cost, charges, expenses, loss and liability which they are or any of them may sustain, incur or be put to be reason or in consequence directly or indirectly of any such breach and against payment of any royalties damages or other moneys which the railway may have to make to any person or holder entitled to patent rights in respect of the users of any machine, instrument, process, article, matter or thing, constructed, manufacture, supplied or delivered by the tenderer or to his order under this contract.

29. GENERAL TERMS & CONDITIONS

29.1 The contractor shall keep the offer open for a period of 45 days from the date of opening of the tender. 29.2 The contractor shall arrange to obtain license before acceptance letter is granted to him as per contract labour regulations and abolition act 1970, if more than 20 persons are employed by him for the execution of the work. 29.3 The contractor shall take all precautions to protect his labour from train movement by posting Lookout man.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 66 of 142

29.4 The work should be completed within 1 year (otherwise specified) from the date of issue of letter of acceptance. 29.5 Tools and plants shall be arranged by the contractor at his cost. 29.6 The rates quoted in the offer by the tenderer shall be inclusive of basic cost, Goods and Service Tax (GST), transport, loading, unloading charge, etc., wherever leviable as per GST Act 2017. 29.6.1 The documentary evidence must indicate agreement no./Acceptance letter No. along with name of work duly indicating the amount of service tax actually paid by the contractor to the Government of India and it should be produced either during the currency of the contract or before passing the final bill. 29.7 The specifications referred to in the tender for various items should be strictly adhered to and the Materials should be got inspected from the Engineer in charge of work, before installation/wiring. 29.8 All the materials supplied and installed are required to be warranted for a period of nil against manufacturing/installation defects. 29.9 The tenderer shall bring out any deviations from the specifications clearly and separately. 29.10 The tenderer shall submit the details of financial status and soundness and similar nature of works Carried out in the last three years and current year in testimony of credentials. 29.11 The tenderer shall furnish the location of their workshop/laboratory and facilities available for Testing, assembling and troubleshooting etc. 29.12 Materials shall be issued to the contractor or his representative at specific depot of the stores on Production of identity card with photograph or authorization letter issued by this office. Also indemnity bond on non-judicial stamp paper of Rs 100/- as per Performa given in Form No-2 of Chapter V will be executed and submitted to the Section Engineer in charge. Similarly, for skilled artisan staff and workmen, the identity cards if required, may be obtained from this office. 29.13 The contractor should keep watchman for protecting Railway materials. 29.14 The tenderer shall 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 tendered at twice the market rate of materials, prevailing at the time of last issue of the materials. Materials consumed in excess or wasted or damaged or lost or not satisfactorily accounted for shall be similarly charged to the tendered at the above rate. 29.15 The tenderer has to return any cut pieces of cables, wires etc., that may be left out and any surplus Materials from the work and empty drums and other painting materials that might have been handed over to him. They shall be taken over by the railway representative with proper written acknowledgement from the engineer representative for all the materials returned by him. 29.16 The tenderer shall comply with the General Conditions of Contract 2014 with upto date, wherever applicable. 29.17 Seignorage charges :

1. Seigniorage charges/fee for consumption of earth, morrum, sand and other minerals in works execution as fixed by the state government from where the minerals are drawn

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 67 of 142

and payable to them as revised from time to time during currency of contract will be recovered by the Railway from the contractors, in "on account" and "final bills" and remitted to the state government unless exemption obtained to the contrary or proof of payment of seigniorage charges submitted as indicated below:

Transit passes/ Redestinated Mineral Dispatch permits/ Royalty Clearance Certificates" issued by State Govt., officials in token of having paid seigniorage fees. Such as passes/ permits/certificates should also indicate the relevant name of work contract Agreement Number. In such cases, the genuineness of such documentary evidence produced along with proof of payment of seigniorage charges shall be got verified by the Railway from concerned Mining and Geology department and excess amount recovered, if any, refunded to the contractor.

Note: The word "Consumption" of various minerals indicated in above clause, inter alia means "supply" as well.

2. The rates quoted by the tenderer shall be inclusive of seigniorage charges on all items of work to be executed under the contract, applicable as on the last date of submission of tender. Applicable seigniorage charges shall be indicated by the agency while participating in the tender. 3. For any subsequent increase or decrease in the rates of seigniorage charges, reimbursement/ recovery will be effected to /from the contractor as per the following provisions. a. For increase in the rates of seigniorage charges after the last date of submission of tender:- the increased. amount will be recovered by the Railway from the contractors, in "on account" and "final bills" and remitted to the state Govt., on receipt of state Govt. 's order to that effect. However, the Railway shall reimburse the additional liability to the contractor, provided that the work executed falls in the original completion period of the work or in the extended period granted on administrative grounds i.e under clause 17-A (i), (ii) or (iii) of IRSGCC. As such, claims regarding reimbursement due to increase in seigniorage charges shall not be payable for works executed in the extended period granted on contractors account under clause 17(8) of IRSGCC. b. For any decrease in seigniorage charges or waival, recovery of seigniorage charges will be made at the rates as prevailing on the last date of submission of tender but remittances to state government will be made only at the revised reduced rates. The difference in amount will be retained by Railway and contractors will not have any claim on this amount.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 68 of 142

c. In the event of contractor submitting proof of payment of seigniorage charges also, adjustment of liability by way of reimbursement/ recovery of the difference amount arrived based on the increased/ reduced rates at which actual payments done by the contractor and the rates of seigniorage as prevailing on the last date of submission of tender shall be effected on the lines of provisions under 3 a) & b)

4. No additional amount will be paid or claim Entertained on this account by the Railway contractor shall not have any claim whatsoever as a result of the increase in the rates of all other taxes, duties, octroi or any form of levies etc., even if incurred on the supply/use of minerals indicated above.

Note: A register shall be maintained by Engineer in-charge in which the entries should be made regarding the documentary evidence i.e., Serial No. of "Transit passes/ Redestinated Mineral Dispatch permits/ Royalty Clearance certificates" issued by concerned authority showing proof of payment of Seigniorage charges, for each bill. Relevant entries shall also be made on receipt of verified document from Mines & Geology department of State Government against the particular bill and "Transit passes/ Redestinated Mineral Dispatch Permits I Royalty Clearance Certificates" shall be scored out with cross mark with an endorsement "Accounted against CC/Final bill No. dt. ______For Agt No. . ______". These passes shall be kept on record for subsequent verification till closure of the contract. The register should be page numbered and one page allotted to one contract. The reference where the verified, "Transit passes /Redestinated Mineral Dispatch Permits/ Royalty Clearance Certificates" is filed shall also be made on the register.

30. CONSERVANCY CHARGES: Conservancy charges shall be deducted as per the norms fixed by Railway Board.

31. Special commercial conditions: Nil

32. Building and other constructions workers (RECS) Act 1996 and the Building other construction workers welfare cess act,1996

The tenderer for carrying out any construction work in ______(Name of the state) 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 ______(name of the state) Govt. and submit certificate of Registration issued from the Registering Officer of the ______(name of the state)govt. (Labour Department). For enactment of this act, the tenderer shall require to pay cess @ 1/% of the cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of the cess, when supplied under a separate schedule item.

*** END OF CHAPTER –III ***

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 69 of 142

CHAPTER- IV

TECHNICAL SPECIFICATIONS

1. SCOPE:

This chapter deals with the specifications under which the various work for are to be executed by the contractor. During execution of work pertaining to this chapter, Railway will supply materials such as OFC, PIJF& Power cables etc. All other materials required for carrying out the works will be supplied by the contractor.

2. Technical Specifications and instructions for trenching and laying of Data Cable, 6 quad cable, Signal, and Power and special protective works.

1.0 GENERAL :

1.1 The detailed Specification for the work which are to be carried out by the contractor are as stipulated here under. Not with standing whatever contained in the specifications, the field supervisor/Executive engineer for the work shall decide as per site conditions and shall be binding on the contractor. In case of any dispute regarding soil condition/type of trenching and other conditions the decision of the Engineer for the work shall be final and binding.

1.2 The work shall be carried out according to the drawings approved by the Railways and shall confirm to the provision of Codes, Signal Engineering Manual Part-I & II, RE Manual, Block Manual and Schedule of Dimensions are deemed to be a part of the Contract Agreement. The contractor shall be solely responsible for the proper execution of the work as per specification.

1.3 The respective drawings can be obtained from the office of the Dy. CSTE/P/T/SC

2.0 CABLE LAYING: 2.1 CABLE PLAN: Cable plan with distribution chart for each cable shall be prepared jointly by contractor and Railway for each station and block section leaving adequate spare conductors overall as laid down in S36/87 i.e., 20% of working conductors on overall shall be left spare up to outer most points and 10% beyond outer most points.

2.2.0 CABLE TRENCHING: 2.2.1 Excavation of cable trench shall be made in all kinds of soils including clearing roots of trees, rocks etc., to a depth of 1.2Mtr and to a width of not less than 0.30 Mtr providing proper protection as required by Railways while crossing power cables, pipe lines etc., the bottom of the trench shall be leveled and got rid of any sharp materials. Trenches shall be straight as far as possible and steep angles shall be avoided. Railways will indicate alignment of the main cable route as well as track/road crossings.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 70 of 142

2.2.2 Through Signaling / Power cables shall be laid as close to the track as possible. The cable track separation distance both within station limits and in the block section generally be about 6 Meters. They shall be laid as close to the Railway land boundary as possible.

2.2.3 Whenever the cable route is very near or over the embankment due to non- availability of space, the route marking shall be given in consultation with Railway Civil Engineering Officials. In these stretches the contractor shall complete the work in minimum possible time.

2.2.4 The progress of trenching, availability of cable, bricks, pipes etc., shall be closely co- ordinate to ensure that the trenches remain open for minimum possible time.

2.2.5 Whenever the track crossing is to be done, the same shall be done in least possible time in the presence of Railway Civil Engineering Representative.

2.2.6 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, cable laid and refilling done on the same day.

2.2.7 The cable trench depth shall be full except where local conditions of soil prevent same. The decision of Engineer in this regard is final. However in all cases where depth is less than 800mm; protective measures are to be undertaken. Wherever rock formation/ foundations, pipes or cables are experienced and trenching cannot be done to a depth of even 800 mm, the trench shall be dug as far as possible and protective measures taken to avoid damages of cable as decided by the Railway's representative. The relevant item of Schedule shall be operated.

2.2.8 In all such cases of lower depth, the Railway supervisor shall record the reasons for such low depth in the site register. Payment of trenching shall be made proportionate to the depth of trench and no payment shall be made for any extra excavation carried out of additional depth or width of the trench out in the slopes etc.

2.2.9 Proportionate payment shall be allowed where the required depth cannot be achieved due to geographical contours. 2.2.10 Whenever a depth of less than 800mm is necessitated due to site conditions, concreting shall be done over the cable for a depth of 200mm for protection. This shall be 100mm in case of involvement of rock cutting. The work shall be done as per standard drawings: a. SK/13/10 Signal Cable trench b. SK/CN/New-1 Direct on ground rock c. SK/CN/New-2 Rock faced at about 300 mm depth d. SK/SC/CN/New-3 Rock faced at about 300-550 mm e. SK/SC/CN/New-4 Rock faced at about 550-800 mm 2.2.11 However the minimum depth shall not be less than 300mm for laying RCC/ GI pipes in hard morrum/ rocky soil. Whenever rocky soil is experienced, concreting

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 71 of 142

has to be done for a depth of 150mm after laying the cable to protect them. Payment for GI/RCC pipe shall be made separately or supplied by Railways. 2.2.12 During excavation of the trenches, the earth should not be thrown on the ballast. The side of the trenches, away from the track should throw the earth. Complete excavated earth shall be back filled in the trench after laying the cable and rammed well. 2.2.13 Spreading of river sand in the excavated cable trench to a depth of 75mm and after laying of underground signaling cables/power cable as per the cable plan covering the cable, with river sand to a depth of 150mm. Finely sieved local soil without pebbles/stones may be used in place of sand.

2.3 CABLE LAYING: a. Provisions of para 15.10 of Part-II SEM shall be broadly followed. b. Before the cables are laid, a visual inspection of cable shall be made and it shall be tested for insulation and continuity of cores. The insulation resistance of new cable shall not be below 500 M. Ohms per KM at 20 degrees centigrade. c. If there is wide disparity between insulation of different conductors, the conditions of the cable should be thoroughly checked before permitting its use. Bedding and armoring shall be inspected to see that there has been no damage during transit or in storage. d. Cable wheels shall be used normally to mount the drums before rolling them. In case where the Cable wheels not available or the area is not convenient for rolling the Wheel Drums along the route, the drum shall be mounted on the axle at one end of trench and cable un-winded using adequate number of men ensuring that the insulation of the cable is not damaged and no kink/twist is formed. e. Before laying of cable in the trench, a visual inspection shall be adequate for any damage or defect throughout its length. A Video recording with clear depth of of Trench & it`s location to affixed structure shall be made before laying the cable. f. Normally, cable laying should be commenced only after the relay room and cable termination box on the route at the respective stations are ready, and the cable should be fully terminated at the relay room/apparatus cases, immediately after the cables are laid. However, if for any reasons the cables are to be laid in advance, special care should be taken to ensure that the coiled cable near the relay room/apparatus case is fully protected before and during final termination. The coiled cable should be fully covered with a layer of bricks in its entire length and provided with adequate number of cable markers. On no occasion the ends of the cable should be left unprotected. g. Cable laying shall commence only after the depth and width of the trench, quality of bricks etc. are jointly inspected by the Railway Engineers Representative and Contractor's representative and approved. h. Cables shall never be taken over the running tracks at the time of cable laying by the contractor as this is likely to cause accident to trains and damage to cables. In case where the cable is required to be transported across the tracks, the same shall be done in the presence of Railway Supervisory staff after safety precautions have been taken to post flagmen on all the sides as may be required to stop any train approaching the site of the fouled line. i. At each end of the main cable/tail cable/power cables an extra coil length of 6 to 8

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 72 of 142

meters should be kept. j. At the time of commissioning of the cables, the insulation values of the cable should again be checked and the value obtained shall not be below 10 M. Ohms per km at 50 degrees c. If there is wide disparity between insulation of different conductors, the conditions of the cable should be thoroughly checked before permitting its use. The readings shall be recorded in the register for all cables. k. The contractor shall furnish the final as made cable plan and cable route plan showing the distance of cables from the nearest track center at every 30 M interval and location of apparatus cases. l. The Supply of tentative Cable Route Plan shall be a pre-requisite for releasing payment towards trenching. The Engineer may split the Total trench (yard/ work area) into suitable no of sub locations for release of quantities pertaining to that area. m. After the signaling cable/power cables are covered with river sand as above, one layer of country bricks of size 220mm x 100mm x 60mm approximately, shall be placed closely in breadth wise. n. Whenever power cables are to be laid along with other cables bricks are to be laid lengthwise approximately five bricks per meter for separating power cables from other signaling cables. o. Refilling of the cable trenches with the earth and placing and concreting of cable markers at an interval of 30 M throughout the cable route and also on either side of track crossings along the cable route shall be done. The cable marker shall be concreted to a depth of 0.3 M from the top of the cable marker in case of CI marker and .90 M in case of concrete marker. The grouting of CI / concrete marker shall be for 30 Cm to avoid theft and shall be provided with cement coping as per drg. No. SK/SC/CN/New-5 (Concrete markers) or SK/SG/CN/7/84 in case CI markers is used.

2.3.1 TRACK/ROAD CROSSINGS: Whenever signaling/power cable has to cross the track/road, it shall be ensured that as per drawing no. SK/SC/CN/West/30/87 A or B. a. The cable crosses the track/road at right angles. b. The cable normally does not cross in between or inside points and crossings. c. The track/road crossings to be carried out as per the drawings. d. The work includes removal of ballast, cutting of trench across track/road at the places indicated by the Railways and covering the trenches after placing RCC pipe/pipes in position. e. RCC pipe/pipes shall be provided for track/road crossings. For each track crossings, two numbers of RCC pipes each 2 M long with collar shall be provided. For each road crossing, required number of RCC pipes each 2 M long with collar shall be provided depending upon the width of the road, . Payment for GI/RCC pipe shall be made separately or supplied by Railways. f. DWC pipe may also be used where ever required as per the instructions of site in charge.

2.3.2 BRIDGE CROSSINGS: On bridges, the cables are to be laid through GI pipe/trough and taken through CC/GI pipe on either ends suitably buried on both sides of the bridges for a sufficient depth so as to meet the bottom of the cable

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 73 of 142

trench, then fixing the pipe in concrete of size 0.5m x 0.5m in both abutments. Separate pipes/troughs shall be used for power/signaling cables. Suitable supporting clamps shall be manufactured as required by Railways at the rate of 1 clamp/meter depending upon the type of girder. Before fixing GI pipes, perforated holes of 5mm dia shall be drilled at an interval of 0.3 Mtrs. to avoid theft of GI pipes. All the above works shall be carried out in presence of Railway representative only. The work shall be executed as per Drg No. SK/SC/CN/West/76/86(Annexure-5) (for girder Bridges and SK/SC/CN/West/12/87(Annexure-6) for concrete slab bridges. 3. Instructions Specific to 6 Quad Cable Laying-.

(i) QUAD CABLE LAYING: a. It is advisable to employ the same people at the same place or job while duct is being laid. b. Before the cable is laid, a visual inspection of cable shall be made and it shall be tested for insulation and continuity of conductor. The insulation resistance of new cable shall not be below 1000 Mega Ohms per KM at 20 degrees centigrade. c. If there is wide disparity between insulation of different conductors, the conditions 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. d. It is to be noted that Signalling cables/RE cables/OFC Cables are existing on both side of the track throughout the section. So care should be taken to avoid damage to the existing cable while trenching and laying etc. Since the contract agency is required to carry out the survey the entire section with cable route locator and identify tentative cable route plan and on approval of the same the trenching will commence, any damages to the existing cable suitable recovery as per the existing instructions of Railway Board/JPO of S C Railway will be applicable. e. It is advisable to employ the same people at the same place or job while cable is being laid. f. Before commencement of the laying, inspection of the trench and inspection of protection works should be carried out so as to ensure the conformity with the specification. The trench bottom should be clean, smooth and free of small stones. When the soil contains stones or pieces of rock and therefore cannot be levelled, sieved earth about 10 cm thick should be used both for the bedding on which cable is laid and for covering the trench. g. The cable should be brought as close to the cable trench as possible. It should be lifted with the aid of cable jacks firmly mounted on a support of stone or wood. The spindle should be minimum of 55mm dia off the ground by 5 to 10 cm. h. Where necessary the cable drum may be placed at such a point so that 2/3 of the cable is laid directly and the balance in other direction. Care should be taken in such a case to see that there are no kinks or loops in the cable. i. The wooden battens on the drums should be carefully removed just prior to laying and before the drum is mounted on the jack. The nails on the lagging should be carefully removed. If any damage is detected at the sealing end, the cable should be tested for

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 74 of 142

insulation before laying. The defective end should be carefully preserved and Engineer in charge should be informed about it immediately. j. While rolling a cable drum for laying, the drum shall be supported on an axle running through its centre. The height of the axle being such that the end frames are free to rotate and do not touch the ground at any point. The cable shall be carefully uncoiled by gently pulling the cable assisted as necessary by carefully turning the drum, quickly pulling of the cable or turning the drum shall be avoided at all costs. Each drum shall be braked while laying is in progress to prevent short bending or buckling, particularly when the cables are sticking together. k. When drums are turned for change of direction, wooden blocks shall be carefully put under the drum bolts, which stand out from the drum discs. l. It is customary for the mate to stand in a commanding position where he can view the entire route and shout evenly timed calls to his men to pull. If there is proper synchronization between the mate‟s calls and the pulling by the men, the cable will leave the drum without any difficulty. It is important that the cable should be pulled with steady and even pulls and not to be unnecessarily jerked or strained. On no account should a cable be allowed to twist or kink, as this is likely to spring the armour and fracture the paper insulation and outer serving of the cable. When pulling cable around bends one or two men should be stationed to give the cable the correct bend when it passes. m. When the cable drums are exposed to great heat before laying, then danger exists that the individual coils and layers stick together in spite of the half overlay. Special attention should be paid to see that no buckling of the cable occurs while pulling the cable. A man should stand near the drum and loosen the cable carefully by hand and shout a warning whenever the cable cannot be loosened. Separation must be affected as close to the drum as possible otherwise kinks may result. The rate of pulling should also be slow to prevent possible damage to cable that is being carried, when the paying out stops. The drum should be kept in shade where possible. n. For laying the cable adequate men should be employed so that they can conveniently carry the cable in both hands without stretched arms. The distance between any two persons carrying the cable shall be from 2 to 10 meters depending upon the weight of the cable such that the maximum sag of the cable between any two persons is not more than 0.5 meters. o. The cable shall be gently drawn by pulling the cable this may be assisted as required by smoothly and slowly turning the winch. The cable shall not be twisted on any account. p. Before laying is commenced the cable shall be uncoiled first in a straight line supported by men and then carried to the trench gently and carefully. q. While laying work is in progress, a person must continuously observe the cable and fill along its length in order to determine any inundation, holes or other damaged parts are apparent. Such damaged parts have to be protected immediately by the cable jointer provided with the laying party. r. Then two or three turns of cable are left on the drum, the pulling should be stopped and the inner end of the cable removed from the slot in the drum. Pulling should then be continued. If this is not done, the cable end is likely to be stretched and damaged.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 75 of 142

s. The ends of the telecommunication cable should have an overlap of 3 meters for jointing purpose. t. The condition of the cable shall be visually inspected through its length and if any damage or defect is noticed, the trench shall not be filled up until the Railway representative authorizes filling of the trench after examining the same.

4. CABLE RESERVE: For the following locations, it will be necessary to provide reserve cable for future possible use.

(i) Where a change to cable route is likely expected, the reserve to be allowed depends on circumstances. (ii) In freshly banked soil, to allow for slipping of the bank an allowance of 30 CMs should be provided for every 10 meters of trench (3%). The cable should be laid in a sinuous form. (iii) Near roadways, buildings and culverts, reserve of 5 meter should be allowed at the drum end. (iv) On each side of major girder bridge a reserve of 10 meter, for minor bridges a reserve of 5 meter and at every joint a loop of 3 meter on either side shall be provided/left. (v) At the time of commissioning of the cables, the insulation values of the cable should again be checked and the value obtained shall not be below 625 Mega Ohms per KM at 20 C. If there is wide disparity between insulation of different conductors, the conditions of the cable should be thoroughly checked before permitting its use. The readings shall be recorded in the register for all cables. (vi) The contractor shall furnish the final cable plan and cable route plan showing the distance of cable from the nearest track centre at every 30 M and location of EC posts and joint locations.

5. CABLE MARKERS: The contractor has to provide route markers as detailed below:

RCC cable markers shall normally be provided at a distance of every 50 meters on the cable route, at derivations and also to be provided at all types of cable joints. They should be of standard RCC with letters “SCR 6QUAD CABLE” and Rly. Logo engraved and painted. They shall be painted with Green when placed at joint locations and painted with Red for normal indication. The route markers are to be inspected by the officer-in-charge of the work before installation. 6. Responsibility of the Contractor for safety of Railway equipment used on work:

As soon as the work of cable laying, back filling of trench and fixing of cable markers is completed from one block station to next block station, in the manner specified in the special conditions, entries regarding the quantities executed shall be entered in the Railway representatives/ Supervisor‟s technical register and the same shall be jointly signed by the contractor/contractor‟s authorized representative and Rly Representative/ Supervisor at site. Till such time, the contractor shall be fully responsible for the cable laid by him/ equipment.

7. JOINTING OF 6 QUAD TELECOMMUNICATION CABLES:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 76 of 142

This chapter deals with the requirements of various types of joints on 6- Quad cable, jointing procedure, V.F. transformers and acceptance tests etc. (i) Thermo shrink joint closure for various types of joints in 6-quad Telecom cables is used as per Specification No. IRS TC. 77/2010 (Rev 2) or latest. The 2T (1 quad) Transformer assembly as per IRS-22/76 or latest. (ii) For L.C. gate, Pump Houses etc., the straight through joints with branching kits shall be provided for deriving the circuits using 10 pair PIJF cable. No isolation transformer is considered necessary up to the distance of 7.5 KM. (iii) Transformer joints shall be used for deriving Emergency Sockets approximately at one KM distance. This joint shall generally be combined with normal joint if normal joint happens to be within 100mtrs. The tapping shall be derived through VF transformer 470:1120 using 10 pair PIJF cable. If the phantom circuit is not required in the 27 Transformer of 1120:1120 Ohms, the centre tap wire of Transformer shall be cut permanently and not derived. (iv) Where block instruments are provided in the end cabins, the block part shall be derived near the cabin through derivation on 6-quad cable using 10 Pair PIJF cable. The spare conductors of block quad between cabin and the cable hut shall also be derived on the either side for extending block spare or Telephone between Cabin and Cable Hut/ASM Office. (v) The straight through joints shall be provided for normal jointing of cable.

a. Cables shall be tested after each joint is made to facilitate tracing of a fault during the course of jointing. b. On discovery of a fault, the last joint must be opened out and defect rectified. c. The wires in the cable must be tested for the following: i. Continuity ii. Absence of crossed pair iii. Absence of contacts iv. Insulation resistance. Various types of joints to be carried out:- Straight Through Joints - These are used for jointing of two consecutive lengths of cables. Poling at these joints may be done to reduce earth capacitance unbalances. Refer to RDSO Instructions No. STS/RE/C-33 for conventional joints and STT/RE/C/CJ-1 for heat shrinkable joints.

Transformer Joints: The circuits on the main cable are derived/tapped through tapping transformers and extended on derivation cable to the utilization points. Depending on the requirement 5T or 10T or 20T joints are used. T denotes Transformer. (Refer RDSO‟s Instruction No.STS/RE/C-36).

Poling at these joints may be done to reduce earth capacitance unbalance. Refer RDSO Technical Instructions for conventional joints. No. STS/RE/C-31 & 34 No. STT/RE/C/CJ-1 for heat shrinkable joints.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 77 of 142

8. TERMINATION OF 6 QUAD CABLE AT STATIONS:

(i) The 6 quad cables will have to be led inside the masonry building in the ASM‟s room at a depth of 0.75 meter by cutting the masonry structure of the wall as per Drg. No RDSO/TCDO/COP/18. After the cable has been led inside the masonry wall, the floor inside shall be duly repaired and plastered. The 6 Quad cables shall be taken through GI pipe and terminated in wall mounted VF Transformer bay assembly. Wherever VF Transformer bay assembly is not available cable shall be taken through GI pipe and dressed upon teak wood plank mounted at one-meter height from the floor level and terminal box duly fixing on the wall with suitable bolts and nuts. (ii) The Six quad cables shall be terminated in the following order.

Quad 1: I Pair a) White b) Orange

II Pair c) Red d) Grey

Quad 2: I Pair a) White b) Blue

II Pair c) Red d) Grey

Quad 3: I Pair a) White b) Brown

II Pair c) Red d) Grey

Quad 4: I Pair a) White b) Green

II Pair c) Red d) Grey

Quad 5: I Pair a) White b) Yellow

II Pair c) Red d) Grey

Quad 6: I Pair a) White b) Black

II Pair c) Red d) Grey

Allocation of quad will be decided at the time of execution of the work. The same should be obtained from the Officer in-charge of the work. 9. JOINTING PROCEDURE The cable joints are to be housed in a GKP type Location Boxes Full size as per drg. No. S&T/MFT/2378 (Single) supplied under Supply portion Schedule A (SOR items). 10. CONCERTING, FOUNDATION, ERECTION AND PAINTING OF LOCATION BOXES: (a) FOUNDATIONS: i.The top level of the foundation shall be in level with the existing rail level as far as possible. The proportion of cement, sand, ballast shall be in the proportion of 1:3:6 for casting foundations for location boxes and the proportion will be cured for a period not less than 7 days. ii. Fine aggregate must consist of sand, stone, ballast not exceeding 40mm X 40mm size and cement. The sand and ballast must be clean and free from soil, clay, shells, soft or

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 78 of 142

flaky materials or any vegetable. Ballast must be washed when necessary to ensure cleanliness. iii.Sand used must be tidal river sand and must be free from any salts. iv. Water used for mixing must be clean and free from any oil, alkali and acid. v.Materials for concrete must be carefully and accurately measured for every batch. vi. Mixing must be done in a mixing trough or a M.S. sheet, which should not be, more than half full at the time of mixing. Two men shall use square ended shovels and not powrahs. Water must be added by pouring water must be continuous until all materials and water is thoroughly mixed and uniformly combined. vii. When batch is fully mixed, it must be used without any delay. The aggregate shall be deposited in uniform layer not exceeding 15 cms. Tamping and spreading of each layer to be done as to cause it to settle thoroughly in the form and produce a dense mass. viii.Forms must be drenched with water before the concrete is placed against them and must not be removed in less than 36 hours afterwards. ix.A template for each foundation should be prepared suiting the holes in the base of the location box or signal post (for which foundation is cast) in order to hold the anchor bolts in position till the foundation is cured. The template shall be removed before the top of the foundation is given fine finishing. x. The exterior surface of the foundation should be finely finished leaving 4 Cms. of thread portion of the anchor bolt free to enable erection of signal post or location boxes. All foundations shall be cast under the direct supervision of the Inspector-in- charge of the work. Curing must be done for all foundation for not less than 7 days. xi.No payment shall be made for any extra excavation carried out in the slope and width of the pit, including for foundations where soil is loose and pit is to be dug for more depth. (b) APPARATUS CASES: a. The work consists of pit excavation, casting foundations with bolts of adequate size having cement concrete of ratio of 1:3:6 with stone ballast of 40mm size as per: I. Drawing No. SK/SC/CN/W/57/86/IA / (Apparatus case full size) II. Drawing No. SK/SC/CN/W/57/86/IB / (Apparatus case Half/Qtr. size) The railway will indicate the position of location of apparatus cases. b. All apparatus cases shall be erected on concrete foundation and plumbed. It should be clear of infringement when the doors kept open perpendicular to the track. All foundations shall be plastered on all sides and earthwork shall be made up to the required level. All the apparatus boxes used shall be painted on inner side with white paint after a primary coating with red oxide and with Aluminum paint on outer side after installation at site. c. The underground Telecom cable shall be taken into the apparatus case boxes and properly secured. d. All apparatus cases shall be provided with 'E' type lock arrangements on one or both the doors as per instructions at site. Contractor shall procure material and fabricate for fixing of 'E' type lock if such provision did not exist on the apparatus case. e. After all the Telecom cables are taken inside the apparatus case/battery box the side opening shall be closed with masonry work and plastered. The inner side is then filled with sand and finally the bottom is sealed with sealing compound.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 79 of 142

f. The armors of the entire cables and apparatus case shall be earthed as directed by Engineer incharge of the work at site. g. Both the ends of the quad cable are to be taken into the Location box as advised above. h. Bend the two cable ends slowly into an “S” shape taking care that the cables are not strained excessively and minimum over lap of 350 mm is available. i. Prepare the cable ends as per the detailed installation instructions for making heat shrinkable joints for 6 quad cables. j. Preliminary checks may be carried out using Multimeter for continuity of conductors and breaks/crosses etc., if any. The insulation is measured between all conductors bunched together and screen / armor by 500 V megger. The equivalent average insulation resistance /conductance/Km is obtained by multiplying the megger reading with the number of conductors and the length of the cable in Kilometers. k. Slip the quad rings on a PE insulated quad of the cable end. Similarly slip another quad ring on the corresponding PE insulated quad of other cable ends. Select a conductor and slip a PE sleeve over it. Take this corresponding conductor of the corresponding PE quad of the other cable end. Peel off the PE insulation from these conductors for a length of 50mm. l. Bring the two conductors together perpendicular to the cable. Twist the two conductors by rotating, giving approximately 10 turns for a length of 25mm. Cut off the surplus wire. Solder half the length of twisted conductors using solder rosin core. Solder bit flat and blowlamp. Fold the twisted conductors along the main cable conductors and allow it to cool. Draw a PE sleeve over twisted joint in such a way that former projects equally on the two sides of the latter and equally covers the polythene insulation of the two conductors. It should be ensured that the PVC sleeve fits properly over the twisted joint and does not move easily over it. m. For tapping joint, select the quad from which the circuit is to be tapped. Cut the quad, slip numbered group ring over both ends as also on the lead wire bunch of required transformer. Select a conductor in one quad and slip a P.E. sleeve over it and its other end. Select a conductor, a short lead wire and transformer lead wire and make twisted joint. With the other end of the short lead and other cut end of same conductor, make another twisted joint. n. The conductors of the remaining PE quads should also be jointed accordingly. o. Complete the joint as per the detailed installation instructions given in the jointing kit for making heat shrinkable joints for 6- Quad telecom Cable

(c) Thermo shrink joints of appropriate size for straight through or branch off joints, as RDSO specification shall be provided. (d) After jointing process is completed the cable should be carefully housed in the Location box as advised by the Engineer incharge of the work.

11. ACCEPTANCE TESTS FOR 6 QUAD AND PIJF CABLES

i. The characteristics impedance of unloaded 6 Quad Telecom. Cable (IRS TC-30) IS 470 +/- 10% AT 800Hz. When loaded with inductance of 118Mh, the characteristic impedance is 1120+/-10%.Joint tests are to be carried out by Engineer’s representative and contractor‟s representative for accepting the cable from the Contractor.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 80 of 142

ii. Testing of V.F. transformers: Following tests may be conducted on VF Transformers before using in the joint. a. Continuity and DC resistance of windings: Use a Multimeter to check continuity. Measure DC resistance of Primary/ Secondary windings. The readings obtained should be comparable. b. Insulation Resistance: Connect one lead of a 500 V megger to one winding, connect the other lead of Megger First to another winding and take reading. Next connect it to all other windings connected together and the case and again take the reading. Insulation resistance should not be less than 10.00 Mega ohms. c. Insertion Loss: Adjust output level of transmission measuring set to 0dBm and connect it across the primary of transformer. Connect a Db. Meter on the secondary side – Db. Meter reading should not be more the 1 db.

iii. LOOP RESISTANCE AND CONTINUITY TESTS:

Instrument to be used: - Multimeter a. The Multimeter will provide ready means for continuity test and also it will be capable of testing D.C. and A.C. voltages, D.C. resistance and also low frequency levels for test and maintenance purpose. The input sensitivity shall be at least 100 K Ohm per volt at DC and 10 K Ohm per volt at A.C b. The maximum average loop resistance of a pair measured with direct current at 20 degree C shall be 56 Ohms per KM for the PET quads of 0.9 mm diameter copper conductors. The nominal loop resistance of a pair shall be 55.2 ohms per KM at 20 degree C. This test shall be carried out only on untapped pairs of cable.

iv. INSULATION TEST:

Instrument to be used – Mega ohms Meter / Megger a) The insulation resistance measured between a Conductor of a quad together to the sheath and earth shall not be less than 1000 Mega ohms per Kilometer when measured at 500 volts DC after energizing for one minute at a temperature of not less than 16 degree C. The remaining three conductors of the quads under test shall be left floating. The insulation at 16 Deg. C may be found out by the formula. Insulation at 16 Deg. C = Insulation at T Deg. C x 1.04 (T-16) x 9/5.

b) For measuring insulation all conductors may be bunched together and tied properly with a bare wire and insulation to the sheath/screen measured. The insulation resistance per Km. Can be obtained as –

No of wires tested x Deflection (Megs) x Length (Km. Megohms per Km.).

v. FREQUENCY ATTENUATION MEASUREMENTS:

Instruments to be used: - Transmission measuring sets (IRS TC – 43-87). a) Two transmission-measuring sets are required for this measurement. One set is kept at one end of the cable and other at the other end of the cable. Before sending the set to other end, the Zero errors of all meters are checked and calibrated.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 81 of 142

b) Zero db tone is sent from one end and the level received at the other end is measured. Whenever the frequency is changed, the Zero level should be adjusted again. Zero level of the tone should also be adjusted just before taking any reading. c) The readings are taken at the following frequencies 400 Hz, 800 Hz, 1000 Hz, 1600 Hz, 2400 Hz, & 3000 Hz and recorded. The attenuation of VF pairs when measured at 800 Hz at 20 degree Centigrade shall not exceed 0.25 db/ KM for loaded pair and 0.63 db/KM for un-loaded pair. d) The transmission loss, return loss, insertion loss etc. are also measured and recorded.

vi. CROSS-TALK MEASUREMENT:

Instrument to be used – a) Cross talk measuring set (IRS TC-45) b) Oscillator 1 kHz / 800 Hz Zero dB

Tone of 800 Hz is given on one Pair and cross Talk is measured on the other pair in the same quad. Also the Cross-Talk has to be measured in adjacent quads; Cross-Talk is measured at „Near-End‟ and also „Far-End‟. The Far-End Cross-Talk attenuation between any two air spaced paper insulated VF pairs at a frequency of 800 Hz shall not be less than 65 dB. The Near-End Cross-Talk shall not be less than 61 db. vii. PSOPHOMETRIC NOISE LEVEL MEASUREMENT:- Instrument to be used – PSOPHOMETER (RDSO SPECN. No.STE /RE/ C/ SPN (MI)-1975(Latest) SIEMENS Germany Model No.V 2233(1994) or APLAB India Model No.1071/R (1995) are presently used for measurement of noise. The detail procedure for measurements is supplied by manufacturer. The far end of test pair is terminated at the resistance equivalent to characteristic impedance of the cable (600 or 470 or 1120 ohms). At near end psophometeric is connected. The readings of weighted and un-weighted noise can be directly read on the meter. The permissible limit of psophometeric voltage is 2 mv.

12. INSTALLATION,TESTING AND COMMISSIONING OF EQUIPMENTS IN SM‟s OFFICE, CABINS AND OTHER LOCATIONS

(i) Way-station Control Equipment installed at SI/PWI/AEN/ASTE Office/ Residences a) These equipments shall be suitably fitted on slotted or M.S. angle framework. The MS angle frame shall be suitably grouted on walls at the station‟s/ subscribers‟ locations shown in the tapping diagram and as per markings given by Engineer‟s representative. The M.S. angle frame shall be painted with a primer coat of Red Oxide and finally with grey enamel paints to ISI specification 2 Coats. b) In SM/ASM‟s office, cabins and other offices the telephone shall be kept on table. c) The wiring shall be done as per the arrangement as shown in the Drg. No. SK 01/99/T/MW. Wiring shall be done on PVC casing / PVC conduit of suitable size depending upon the requirement, along the walls from CT boxes to equipments. Wires from the equipment to the cable for telephone and other

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 82 of 142

equipment shall also be taken accordingly. For crossing of floor, the wiring shall be taken inside the PVC pipe minimum 25 mm dia, buried inside the floor and bent both the ends upside. The floor shall be needs plastered. All the wiring shall be terminated on the telephone termination strips/ Rossets suitably fixed at a convenient location on near table. d) Battery charger unit shall be fitted on the slotted angle framework at a location as decided by the Engineer. Wiring from the Battery charger and to the equipments shall be done as per instructions of engineer at site and shall be neatly drawn and dressed. The batteries shall be pre-charged before connecting in the circuit. e) Erection of Emergency Socket Posts: Emergency Socket boxes shall be provided on Rail Posts as per sketch No. OHE/1.6A/94 and these shall be erected alongside Railway track at a regular interval of exactly 1 KM and nearer to the KM stone as per the location given by the Engineer. The PIJF cable shall be directly terminated on the six pin emergency socket fitted in emergency socket box.

(ii) Way station control equipment - The additional 6 quad cable should be terminated for the existing way station equipment, power supply equipment and telephones as the case may be already provided in the stations/LC Gates and other locations

13. SPECIFICATIONS OF INSTRUMENTS AND OTHER EQUIPMENTS

i. RIDGID 21893 SeekTech SR-20 or Similar-Cable Route Locater Lightweight, Utility Line Receiver/Locator or BETTER

a) Proximity Signal Minimizes depth over target and maximizes relative signal strength to guide you closer to the target independent of the current flow b) Mapping Display Virtually maps the utility to help guide you down the line c) Shows signal distortion and line turns in real time d) Continual Depth Increase productivity by showing depth changes in real time e) Guidance Arrows Guides the operator to target line by minimizing signal gradient f) Current Identifies current on target line for faster diagnosis of complex locates g) Signal Strength Allows the operator to maximize signal strength over the target h) Compatible with RIDGID Utility/Cable Transmitters i) RIDGID's SeekTech SR-20 new line of locating equipment meets the most demanding needs of the locating professional. Built to make even difficult locates easy, SeekTech SR20 is the only line locator that uses omni-directional antennas, guidance arrows and an easy to read mapping display to lead you quickly and accurately to the target line. j) The antennas power the large mapping display which provides all the information you need to locate underground utilities with ease and confidence. k) The Mapping Display confirms a good locate signal and identifies distortion in congested areas using:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 83 of 142

i. Target Line – Guides the operator down the line and shows changes in direction. ii. Left-Right Guidance Arrows – Point the operator to the target utility. Proximity Signal and Signal Strength – Helps the operator center the locator closer to the target for more confident locates.

Specification Description Active Line Trace Frequency 128Hz, 1kHz, 8 kHz, 33kHz

30 User definable frequency can be from 10 Hz to 35,000 Hz Passive Power Trace 50 Hz, 60 Hz, <4 kHz Broadband Passive Radio Trace 4 kHz - 15 kHz, 15 kHz - 36 kHz 16 Hz. 512 Hz, 640 Hz, 850 Hz, 8 kHz, 16 kHz, Sonde Frequency 33 kHz Power Source 4 C-Cell Batteries Battery Life Approximately 16 Hours Weight 4 lbs (2.0 kg) Included Accessories 1. 1 - User Manual 2. 1 - Carrying Case 3. 1 - Markers and Mast Holder 4. 4 - C-cell Batteries 5. 1 - Training Video

ii. Surge Protection Device:

a.Tenderer has to procure the Surge Protection Devices from the any one of the authorized agents of internationally proven vendors as per RDSO spec No. RDSO/SPN/144/2006 or latest. b.Surge protection devices used shall be modular and have indication to show its health status. c.Tenderer have to submit MODEL No. of modules proposed to be used along with their offer. d.The surge protection devices connected to power distribution system and signalling networks shall comply IS: 2309-1989 and IEC 61024, 61643 and 61312. e.For spark gap type arrestors used between phase and neutral for class “B” protection, suitable follow current control mechanism should be provided to avoid tripping/fusing of circuit breaker/fuse at the input. f.Tenderer has to provide guarantee upto maintenance period against any damage of equipment supplied by him. The tenderer shall bear the cost of any damage for all items of supplies made by him under this schedule and provide free replacement within 24 hours. In case of any damage to lightning &surge protection equipment, tenderer shall suitably upgrade/replace the damaged equipment free of cost within the maintenance period of contract. g.Tenderer has to submit component approval certificate from International Lab regarding testing and compliance of relevant IEC standards. h.Technical details of the Surge protection devices are given as following:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 84 of 142

1. CLASS “B” PROTECTION: This is a first stage protection provided before the equipment at mains distribution panel. It should be generally based on self-restoring spark gap technology that operates on arc chopping principle and it should be designed to handle lighting current pulses of 10/350 micro second. This is the first stage to absorb majority of energy .Class B arresters should be sealed type to prevent flashing when used near places having explosive gases like gasoline. The arrester provided between each phase and neutral is with a rating for arresting lightning currents upto 50kA and between neutral and earth is rated for 100kA.Neutral to earth protection has higher rating to limit feedback currents if the earth goes high potential with respect to the sub-station or transformer earth .This is a common occurrence due to a nearby direct strike. The voltage protection /clamping voltage should be equal to or less than 1.5 kV. Its response time should be less than 200 nano seconds. Its general requirements are as under:

SL. Parameters Limits No. 1. Nominal Voltage 230V 2. Maximum operating voltage ≥253V 3. Temporary over voltage 300V 4. Lightning Impulse current between phase ≥50kA,10/350 µs &Neutral 5. Lightning Impulse current between N &E ≥100kA, 10/350 µs 6. Response time ≤200 ns 7. Voltage protection level ≤1.5 KV 8. Short circuit withstand and follow up current ≥10KA extinguishing capacity without back up fuse

9. Operating temperature/RH 70º C /95% 10. Mounted on 35 mm din rail

2. FOLLOW CURRENT CONTROL: Follow current is the current supplied by the electrical power system and flowing through the protection device after a discharge current impulse .Spark gaps once triggered by a transient, drop to a voltage which is generally well below the peaks of the main voltage. As a consequence, current flows from the mains supply into the protector as well as from the source of the transient. The magnitude of the current can be similar to that of a short circuit fault, so can cause the tripping of fuses and circuit breakers as well as placing physical strain on the conductors and their mountings. In general, this current rises relatively slowly in comparison to lightning induced transients. So opportunity exists for the current to be controlled through certain available mechanisms which should be inbuilt into class „B‟ arresters.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 85 of 142

3. CLASS “C” PROTECTION: This is the next protection stage which has fast responsive Metal Oxide Varistors (MOV) to provide effective surge protection with low let-through voltage. This is provided between phase and neutral and has a surge rating of 50kA 8/20µs. This should be single compact device of proper rating and in no case a number of varistors should be provided in parallel. This device should have following additional features:

i. Indication to show health of the device which turns red when failed. ii. Thermal disconnection of the arrester when it starts having heavy leakage current due to ageing after handling repeated surges iii. Potential free contact for remote monitoring. iv. Its general requirements are as under:

Sl. Parameters Limits No. 1. Nominal Voltage 230V 2. Maximum operating voltage 300V 3. Nominal discharge current between phase & ≥10kA,8/20 µs Neutral 4. Response time ≤25 ns 5. Voltage protection level ≤1.6 KV 6. Operating temperature/RH 70º C /95% 7. Mounted on 35 mm DIN rail

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 86 of 142

Connecting Diagram for Surge Protection:

Class B Earth ≥100kA

Neutral (10/350µs)

Class B Class C ≥50kA 63 Amp fuse ≥10kA (10/350µs) Line

iii. Earthing Arrangements: Scope

Earthing& bonding system to be adopted as per RDSO Spec No.RDSO/SPN/197/2008 or latest.

List of Materials required:

a) Earth Electrode of 17mm dia. and 3 mtrs. long from the UL Listed firms as per UL 467- 2007 or latest - 1No b) Copper bus bar of dia. 25X6X150mm - 1No c) Copper bus bar of dia. 25X6X300mm-1No d) Earth enhancement compound (Bag in 10 KG pack)- 3 Nos. e) Supply of 35 Sq.mm PVC insulated multi strand Copper cable as per IS 694 to connect Earth Electrode to main equipotential Earth bus bar f) Supply of Copper Strip of 25X2mm for interconnecting Earth Electrodes through Exothermic weld.

Construction of unit earth pit: Refer typical installation drawing no. SDO/RDSO/E&B/001.

a. A hole of 100mm to 125mm dia shall be augured /dug to a depth of about 3.0 meters.

b. The earth electrode shall be placed into this hole.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 87 of 142

c. It will be penetrated into the soil by gently driving on the top of the rod. Here natural soil is assumed to be available at the bottom of the electrode so that min. 150 mm of the electrode shall be inserted in the natural soil.

d. Earth enhancement material (minimum approx. 30-35 kg) shall be filled into the augured/dug hole in slurry form and allowed to set. After the material gets set, the diameter of the composite structure (earth electrode + earth enhancement material) shall be of minimum 100mm dia covering entire length of the hole.

e. Remaining portion of the hole shall be covered by backfill soil, which is taken out during auguring /digging.

f. A copper strip of 200mmX25mmX6mm shall be exothermically welded to main earth electrode for taking the connection to the main equi-potential earth busbar in the equipment room and to other earth pits, if any.

g. Exothermic weld material shall be tested as per provisions of IEEE 837 by NABL/ILAC member labs.

h. The main earth pit shall be located as near to the main equi-potential earth busbar in the equipment room as possible.

i. The earth resistance shall not be more than 1 ohm. In case if it is not achievable by proving single earth, multiple earths shall be provided.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 88 of 142

Drawing of Earthing & bonding system

The complete layout with dimensions of the Earthing & bonding system shall be submitted by the supplier after commissioning.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 89 of 142

iv. GPS mapping procedure:

1. Capturing coordinates of OFC/quad cable route with Differential GPS equipment duly foot walking along the track. o GPS coordinates of the entire OFC/quad cable route at intervals of 10m with Differential GPS with precision in millimeters. o GPS coordinates of Couplers, Loop chambers, Splice chambers and Branch joints on the OFC/Quad route as applicable. o Position and distance of the poles and rail track relative to the OFC/quad cable route Images of the OFC/quad cable 2. Preparation of documents: Report with the following elements: o Section and sub-section analysis both as a CAD drawing and Google earth image for better visual understating. o Detailed fragmentation of the route with mapping of coordinates and elements like splice chambers, loop chambers etc. as applicable. o Detailed images of the entire route mapped. o AUTO CAD file showing the captured information (OFC/Quad path, locations of joints, railway track, positions of poles and other physical structures for reference) o KMZ file or similar which maps the route on the Google Earth application.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 90 of 142

14. SPECIFICATION FOR THE EARTHING ARRANGEMENTS

CODE OF PRACTICE FOR EARTHING AND BONDING SYSTEM FOR SIGNALLING EQUIPMENTS 1) Scope

This document covers earthing & bonding system to be adopted for signalling equipment with solid state components which are more susceptible to damage due to surges, transients and over voltages being encountered in the system due to lightning, sub-station switching etc. These signalling equipment include Electronic Interlocking, Integrated Power supply equipment, Digital Axle counter, Data logger etc. 2) References

IS 3043 Code of practice for earthing ANSI/UL 467 Grounding & bonding equipment IEEE 80 IEEE guide for Safety in AC sub-station grounding IEEE 837 Standard for qualifying permanent connections used in sub-station grounding IEC 62305 Protection against lightning

3) Importance of Earthing

The installation and maintenance of an effective low resistance earthing system is essential due to the following - 1. Efficiently dissipate heavy fault currents and electrical surges, both in magnitude and duration, to protect equipment being damaged so as to minimize down time, service interruption and replacement cost. 2. Provide a stable reference for electrical and RF circuits at the installation to minimize noise during normal operation. 3. Protection of personnel who work within the area from dangerous electric shock caused due to “step potential” or “touch potential”.

4) Characteristics of good Earthing system

(i) Excellent electrical conductivity a) Low resistance and electrical impedance. b) Conductors of sufficient dimensions capable of withstanding high fault currents with no evidence of fusing or mechanical deterioration. c) Lower earth resistance ensures that energy is dissipated into the ground in the safest possible manner. d) Lower the earth circuit impedance, the more likely that high frequency lightning impulses will flow through the ground electrode path, in preference to any other path. (ii) High corrosion resistance

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 91 of 142

The choice of the material for grounding conductors, electrodes and connections is vital as most of the grounding system will be buried in the earth mass for many years. Copper is by far the most common material used. In addition to its inherent high conductivity, copper is usually cathodic with respect to other metals in association with grounding sites, which means that it is less likely to corrode in most environments. (iii) Mechanically robust and reliable.

5) Location for Earth (i) Low lying areas close to the building or equipment are good for locating Earth Electrodes. (ii) The location can be close to any existing water bodies or water points but not naturally well-drained. (iii) Dry sand, lime stone, granite and any stony ground should be avoided. (iv) Earthing electrode should not be installed on high bank or made-up soil.

6) Acceptable Earth Resistance value The acceptable Earth Resistance at earth busbar shall not be more than 1 ohm. 7) Components of Earthing & Bonding system The components of Earthing & Bonding system are- Earth electrode, Earth enhancement material, Earth pit, equipotential earth bus bar, connecting cable & tape/strip and all other associated accessories. 8) Design of Earthing & Bonding system (i) Earth Electrode a) The earth electrode shall be made of high tensile low carbon steel circular rods, molecularly bonded with copper on outer surface to meet the requirements of Underwriters Laboratories (UL) 467-2007 or latest. Such copper bonded steel cored rod is preferred due to its overall combination of strength, corrosion resistance, low resistance path to earth and cost effectiveness. b) The earth electrode shall be UL listed and of minimum 17.0mm diameter and minimum 3.0mtrs long. c) The minimum copper bonding thickness shall be of 250 microns. d) Marking: UL marking, Manufacturer‟s name or trade name, length, diameter, catalogue number must be punched on every earth electrode. e) Earth electrode can be visually inspected, checked for dimensions and thickness of copper coating using micron gauge. The supplier shall arrange for such inspection at the time of supply, if so desired. (ii) Earth Enhancement material Earth enhancement material is a superior conductive material that improves earthling effectiveness, especially in areas of poor conductivity (rocky ground, areas of moisture variation, sandy soils etc.). It improves conductivity of the earth electrode and ground contact area. It shall have following characteristics- a) Shall mainly consist of Graphite and Portland cement. Bentonite content shall be negligible.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 92 of 142

b) Shall have high conductivity, improves earth‟s absorbing power and humidity retention capability. c) Shall be non-corrosive in nature having low water solubility but highly hygroscopic. d) Shall have resistivity of less than 0.2 ohms-meters. Resistivity shall be tested by making a 20cm. cube of the material and checking resistance of the cube at the ends. The supplier shall arrange for such testing at the time of supply, if so desired. Necessary certificate from National/ International lab for the resistivity shall also be submitted. e) Shall be suitable for installation in dry form or in a slurry form. f) Shall not depend on the continuous presence of water to maintain its conductivity. g) Shall be permanent & maintenance free and in its “set form”, maintains constant earth resistance with time. h) Shall be thermally stable between -100 C to +600 C ambient temperatures. i) Shall not dissolve, decompose or leach out with time. j) Shall not require periodic charging treatment nor replacement and maintenance. k) Shall be suitable for any kind of electrode and all kinds of soils of different resistivity. l) Shall not pollute the soil or local water table and meets environmental friendly requirements for landfill. m) Shall not be explosive. n) Shall not cause burns, irritation to eye, skin etc. o) Marking: The Earth enhancement material shall be supplied in sealed, moisture proof bags. These bags shall be marked with Manufacturer‟s name or trade name, quantity etc.

(iii) Backfill material The excavated soil is suitable as a backfill but should be sieved to remove any large stones and placed around the electrode taking care to ensure that it is well compacted. Material like sand, salt, coke breeze, cinders and ash shall not be used because of its acidic and corrosive nature. (iv) Earth Pit Construction of unit earth pit: Refer typical installation drawing no. SDO/ RDSO/E&B/001. a) A hole of 100mm to 125mm dia shall be augured /dug to a depth of about 2.8 meters. b) The earth electrode shall be placed into this hole. c) It will be penetrated into the soil by gently driving on the top of the rod. Here natural soil is assumed to be available at the bottom of the electrode so that min. 150 mm of the electrode shall be inserted in the natural soil. d) Earth enhancement material (minimum approx. 30-35 kg) shall be filled into the augured/dug hole in slurry form and allowed to set. After the material gets set, the diameter of the composite structure (earth electrode + earth enhancement material) shall be of minimum 100mm dia covering entire length of the hole.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 93 of 142

e) Remaining portion of the hole shall be covered by backfill soil, which is taken out during auguring /digging. f) A copper strip of 150mmX25mmX6mm shall be exothermically welded to main earth electrode for taking the connection to the main equi-potential earth busbar in the equipment room and to other earth pits, if any. g) Exothermic weld material shall be UL listed and tested as per provisions of IEEE 837 by NABL/ ILAC member labs. h) The main earth pit shall be located as near to the main equi-potential earth busbar in the equipment room as possible.

(v) Construction of loop Earth by providing multiple earth pits a) At certain locations, it may not be possible to achieve earth resistance of ≤1ohm with one earth electrode /pit due to higher soil resistivity. In such cases, provision of loop earth consisting of more than one earth pit shall be done. The number of pits required shall be decided based on the resistance achieved for the earth pits already installed. The procedure mentioned above for one earth pit shall be repeated for other earth pits.

b) The distance between two successive earth electrodes shall be min. 3mtrs. and max. upto twice the length of the earth electrode i.e. 6 mtrs. approx.

c) These earth pits shall then be inter linked using 25X2 mm. copper tape to form a loop using exothermic welding technique.

d) The interconnecting tape shall be buried at depth not less than 500mm below the ground level. This interconnecting tape shall also be covered with earth enhancing compound.

e) Main Equi-potential Earth Busbar (MEEB) of size 300X25X6 mm copper strip shall be installed to the wall of prefab/room on suitable insulators.

f) For connecting earth pit and Main Equi-potential Earth Busbar (MEEB) 16 sq.mm dia multi-strand single core PVC insulated copper cable with suitable copper lugs and stainless steel nuts and bolts shall be used. This cable shall be protected with GI pipe with clamping while entering into the prefab.

g) The MEEBs shall have pre-drilled holes of suitable size for termination of bonding conductors. The MEEBs shall be insulated from the building walls. Each MEEB shall be installed on the wall with low voltage insulator spacers of height 60mm. The insulators used shall have suitable insulating and fire resistant properties for this application. The MEEBs shall be installed at the height of 0.5m from the room floor surface for ease of installation &maintenance. All terminations on the MEEBs shall be by using copper lugs with spring washers.

(vi) Measurement of Earth resistance

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 94 of 142

The earth resistance shall be measured at the Main Equi-potential Earth Busbar (MEEB) with all the earth pits interconnected using Fall of Potential method as per para 37 of IS: 3043. (vii) Inspection Chamber a) A 300X300X300 mm (inside dimension) concrete box with smooth cement plaster finish shall be provided on the top of the pit. A concrete lid, painted black, approx. 50 mm. thick with pulling hooks, shall be provided to cover the earth pit. b) Care shall be taken regarding level of the floor surrounding the earth so that the connector is not too deep in the masonry or projecting out of it. c) On backside of the cover, date of the testing and average resistance value shall be written with yellow paint on black background.

(viii) Equipotential Earth Busbar and its connection to equipments & Surge protection devices in the Equipment room: Refer typical bonding connections drawing no. SDO/RDSO/E&B/002.

a) Equi-Potential Earth busbars There shall be one equi-potential earth busbar for each of the equipment room i.e. IPS/Battery charger room and EI/Relay room. The equi-potential earth busbars located in individual rooms shall be termed as Sub equi-potential busbars (SEEB). The equi-potential earth busbar located in the IPS /Battery charger room and directly connected to Class „B‟ SPDs and the main earth pit shall be termed as Main equi-potential earth busbar (MEEB). The EEBs shall have pre-drilled holes of suitable size for termination of bonding conductors. The EEBs shall be insulated from the building walls. Each EEB shall be installed on the wall with low voltage insulator spacers of height 60mm. The insulators used shall have suitable insulating and fire resistant properties for this application. The EEBs shall be installed at the height of 0.5m from the room floor surface for ease of installation & maintenance. All terminations on the EEBs shall be by using copper lugs with spring washers. b) Bonding Connections To minimize the effect of circulating earth loops and to provide equi-potential bonding, “star type” bonding connection is required. As such, each of the SEEBs installed in the rooms shall be directly connected to MEEB using bonding conductors. Also, equipment/racks in the room shall be directly connected to its SEEB. The bonding conductors shall be bonded to their respective lugs by exothermic welding. c) All connections i.e. routing of bonding conductors from equipments to SEEB & from SEEBs to MEEB shall be as short and as direct as possible with min. bends and separated from other wiring. However, connection from SPD to MEEB shall be as short as possible and preferably without any bend.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 95 of 142

d) Materials and dimensions of bonding components for connection of individual equipments with equipotential bus bar and earth electrode shall be as given below.

Component/Bonding Material Size Main equipotential earth busbar Copper 300X25X6 mm (MEEB) (min.) Sub equipotential earth busbar Copper 150X25X6 mm (SEEB) (min.) Individual equipments to SEEB Multi-strand single core PVC 10 sq.mm using copper lugs with stainless insulated copper cable as per steel nut and bolts. IS:694 SEEB to MEEB using copper Multi-strand single core PVC 16 sq.mm lugs with stainless steel nut and insulated copper cable as per bolts. IS:694 Surge protection devices (SPD) Multi-strand single core PVC 16sq.mm to MEEB using copper lugs with insulated copper cable as per stainless steel nut and bolts. IS:694 MEEB to main earth electrode Multi-strand single core PVC 35sq.mm insulated copper cable as per IS:694 (Duplicated) Main earth pit to other earth pit Copper tape 25X2 mm in case of loop earth

9) Drawing of earthing & bonding system The complete layout with dimensions of the earthing & bonding system shall be submitted by the supplier after commissioning. 10) Warranty The supplier shall be responsible for complete supply, installation & commissioning of the earthing & bonding system. The warranty of such system shall be 60 months from date of commissioning. During this period, any failure of earthing system due to improper materials & bad workmanship shall be attended free of cost by the supplier. 11) Maintenance of earthing & bonding system The maintenance schedule should cover verification of earthing system conductors and components, verification of electrical continuity, measurement of earth resistance, re- fastening of components and conductors etc. 12) List of address from where the specification copies can be purchased: The copy of IRS, RDOS, TEC and BIS specifications used in the tender documents can be purchased from the following sources: 1. IRS Specifications: A. Manager Publications, Government of India, Civil Lanes, New Delhi- 054. B. Government of India Book Depot, 8- S.K. Roy Road, Kolkata – 700 001

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 96 of 142

2. RDSO Specifications –RDSO, Manak Nagar, Lucknow 3. DOT/TEC/ID specifications: KhurshidLalBhavan, Janpath, New Delhi – 110 001. 4. B.I.S. Specifications: Directorate General Indian Standard Institution, 9 Bahadur Shah ZafarMarg, New Delhi – 110 002. 5. Drawings referred but not enclosed in the tender document may be seen in the office of DY.CSTE/P/Tele/SC on any working day.

********* 15. General Note for the Schedule:- a) The description given in the schedule for each item of work is not exhaustive but it gives an approximate idea of the nature of work to be done by the contractor. The rate quoted against each item shall include cost of labour, tools, machinery, all lead and lift, loading and unloading, crossing of tracks if any and any other nature of work connected to the respective item. Contractor should carry out all connected works as per the drawings and as directed by the Engineer-in-charge. No extra payment claim shall be entertained on the plea that the description given in the items of the schedule are vague. b) The payment will be made as per actual quantity of work executed. c) The contractor shall collect materials required for the control concrete and representative samples shall be tested at the reputed laboratory/Engineering college and mix for the concrete, cement and other materials must be used on the basis of mix. Rate is inclusive of all equipment required for laying concrete etc., complete. d) Railway administration will not be responsible for the safety of labour engaged by the contractor for this work and the contractor should indemnify the Railway for any compensation to be paid for the loss of human life or injury sustained by his labour. e) The steel rods for this work has to be supplied by the contractor vide Schedule. The contractor should produce purchase bills along with test certificates from the reputed laboratory. The contractor should bear the cost of testing. The steel should confirm to IS specifications. f) For all concrete works, the concrete shall be machine mixed. Hand mix will not be permitted. The concrete must be vibrated with mechanical vibrator. g) While executing the concrete works below sub-soil/underwater the foundation pit must be kept free from seepage of water by bailing out or pumping out. h) The contractor should submit the purchase bills and test certificates of cement and steel used by the manufacturers for record and verification. i) The contractor should make his own arrangements for storage of cement and see that no damage will take place during storage period. The storage of cement confirm to standard height in each column to avoid damage during storage. The contractor should take all precautions efficiently to safeguard the cement between the period of procurement and usage. j) The Railway reserves the right to inspect the storage accommodation of the contractor and to reject in the event of any clotted/damaged cement if

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 97 of 142

noticed or any other cement which is not suitable for usage in the work and as per specifications. k) Contractor should provide adequate standby machinery, generator, vibrators etc. to ensure uninterrupted work. l) The contractor shall make his own arrangements for steel shuttering/form work. m) The rates quoted should be deemed to include all taxes, direct or indirect leviable under Central, State or local bodies act and rules, Octroi, toll, Royalty, seignoragecess and Excise/sales Tax etc., and similar imports that may be prevailing from time to time in respect of land structures and all materials supplied in the performance of this contract. n) Tools and plants such as vibrators and concrete mixer with crew and consumable stores and other accessories like ladders, scaffolding, shuttering and centering materials etc., required for the work shall be provided by the Tenderer/Contractor at his/their own cost. o) Payment shall be arranged by FA&CAO/CN/SC through Dy. CSTE/P/T/SC based on the measurements and bills of quantities. p) The Drawings and other particulars/Specifications required in connection with the work can be perused in the office of Dy .CSTE/P/T/SC during the office hours. q) The contractor has to arrange for adequate number of skilled workers trained in this particular type of work. Competent supervisor for execution of this work shall also be employed and safety connected instructions of the Engineer-in-Charge shall be strictly followed.

16. SPECIFICATIONS: Power supply will not be arranged by Railways. Contractor has to make his own arrangements for supply required for the work.

a) The contractor shall be responsible to take all precautions to ensure the safety of the public wherein on public or Railway and shall post such look- out men as may in the opinion of the engineer-in-charge required to comply with regulation as pertaining to the work. b) The execution of all works under this contract shall conform to the specifications and codes of practice mentioned below as amended from time to time till the date of opening of the tender. i) South central Railway specifications for materials and works 1970. ii) South Central Railway Standard Schedule of Rates 2002 (printed latest edition). iii) IS: 269 of 1989 iv) IS: 8112; v) IS: 12269 vi) Indian Railway Permanent Way Manual. vii) Indian Railway Works Manual. viii) IS: 456 of 2000 ix) IS: 1786 of 1985 x) IS: 432 of 1966 xi) All other relevant IRS/IS codes.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 98 of 142

NOTE:

I. All the codes mentioned above should be followed with latest edition/latest correction slip if any. II. All the specifications of IRS codes will govern. In case some specification is not available in IRS code IS code can be referred for that with approval of Railways. c) The railway reserves the right to reject or alter any part of the work executed by the contractor, which in the judgment of the railway does not conform to the specifications. The decision of the railway shall be final and conclusive for all purposes. Contractor cannot put forth any claim on this account.

17. CONCRETE WORKS: a. The materials proposed to be used for the work should pass tests/analysis as prescribed by the specifications. Any approval given by the Railway is consequence of such tests or analysis shall in no way limit absolute right of the Railway to reject the whole or portions of such works which in the judgment of the Railway do not comply with the specifications. The decision of the Railway in this regard shall be final and conclusive for all purposes. b. The contractor shall ensure the consumption of cement specified for each item of work correctly. No. Substandard work on this account will be permitted. If for any item of work at any stage, if Railway finds that the less consumption were affected such item of work will be rejected and cost of removal of such items of work shall be to the contractors account, the decision of Engineer-in-charge shall be final and binding on the contractor. No claims will be entertained on this account. c. All exposed surfaces of these works shall be finished neatly and smoothly on removal of shuttering without any extra cost. The rate quoted shall be inclusive of this also. 18. STEEL The payment for steel will be as per the reinforcement actually utilized in the work. Prior approval should be taken when actual use exceeds by more than 5% of the quantity required as per approved drawing issued for the work. No extra will be payable for wastages or for cut rods. Cut rods, if any would be the property of the completion of the work, will be have to be disposed-off by the contractor and cannot be taken over by the Railways.

19. SITE FACILITIES The quoted rates would be deemed to include charges for any and all site facilities that are considered necessary for execution of the work unless otherwise indicated in the contract. In this connection specific attention is drawn to stipulations in clause 19(1) of the General Conditions of Contract and intending tenders are advised to acquaint themselves well with site conditions.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 99 of 142

CHAPTER V

CHECK LIST OF DOUCEMENTS TO BE SUBMITTED ALONG WITH TENDERS.

1 Tenderer details: 1.1 Name of the tenderer a) Identification of tenderer: In case of Partnership Firm: A copy of partnership deed(Notarized) with latest modifications of the deed, if any, attested by any Gazetted Officer. b) In case of Consortium, JV or MOU: A copy of either JV agreement attested by any Gazetted Officer or MOU in original. 1.2 c) In case of company: A copy of articles of association attested by any Gazetted Officer. d) In case of Proprietary Firm: A copy of Registration/Income tax/PAN No. for filing returns attested by any Gazetted Officer. e) A copy of GPA with authorization from the board

Particulars to Online payment/RTGS/DD/MR/ 2 Submitted towards cost of tender form Particulars of Online payment/RTGS/DD/F DR 3 submitted towards EMD 3 NEFT Mandate form –Form No.-1 4 Indemnity Bond-Form No.-2 5 Performance Guarantee-Form No.-4 6 Tender Form-Form No.-5 7 Experience Certificate-Form No.-6 8 Constitution of Firm-Form No.-7 9 Statement Of Works On Hand-Form No.-8 10 Engineering personnel details-Form No.-9 11 Details of Plant and Machinery-Form No.-10 12 Employment of Railway Employees-Form No.-11 13 Declaration Regarding “No Middleman”-Form No.-12 14 MoU for Joint-Ventures-Form No.-13 Format for affidavit stating genuineness of documents 15 for satisfying technical and financial eligibility criteria- Form No-14 16 Check list for Verification of Partnership Deed/Tender-

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 100 of 142

Form No-15 List of works completed during the last 3 Financial Years 17 as per details given in Form No-16 Attested received copy of certificate showing contractual 18 amount during the last three financial years and current financial year as per details given in Form No-17 19 GSTN/APGST/APVAT Registration details Any other information / Certificates required as per 20 Tender document. 21 Total No. of Annexure Submitted(Number of pages)

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 101 of 142

Form No.-1 NEFT FORM

To, The FA&CAO/Construction, South Central Railway, Secunderabad

Sir,

We prefer to the National Electronic Fund Transfer (NEFT) being followed by South Central Railway, for remittance of our payments using RBI‟s NEFT scheme. In confirmation to this, I/We agree to receive our payments being made through the above scheme to our under noted Account.

Sl. No. Details to provide by Tenderer Details to be filled up by the Tenderer

1 Name of Tenderer

2 Full postal Address with PIN Code

3 Email Address of Tenderer

4 PAN number of Tenderer

5 Bank‟s Name & Branch

6 Full Address of Bank

7 Name of City

8 Bank Code No.

9 Bank Telephone/Fax No. & Email

10 Bank‟s IFSC Code for NEFT

11 Bank‟s IFSC Code for RTGS

12 Bank‟s MICR Code

13 Tenderer Bank Account Number

14 Type of Bank Account

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 102 of 142

15 Tenderer Name as per Bank Account

Telephone Nos. of Tenderer 16 BSNL/Landline: Mobile/Cell Phone: Fax Number:

(Tenderer should note that the above particulars are necessarily to be provided for return of EMD, SD & Other payments due to the tenderer during execution and on completion of work).

Certified that the above indicated particulars are true

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 103 of 142

Form No.-2 INDEMNITY BOND

FOR SUPPLY OF MATERIALS

(TO THE CONTRACTOR)

We ………………………… hereby undertake that we hold in our custody for and on behalf of the President of India acting in the premises through the Deputy Chief Signal & Telecom Engineer (Project/Tele), South Central Railway, Secunderabad (here in after referred to as the Purchaser) and as his property in trust of him all imported and indigenous materials which have been handed over to us against the contract of for: ……………………… on South Central Railway vide letter of acceptance …………………….. such as ………………………… handed over to us by the Purchaser for the purpose of execution of the said contract, until such time the materials are duly erected or otherwise handed over to him.

We shall entirely be responsible for the safe custody and protection of the said materials against all risk till they are duly delivered as erected equipment to the purchaser or against any loss, damage or deterioration what so ever in respect of the said materials which in our possession and against disposal of surplus materials. The said materials shall at all-time be open to inspection by any Officer authorized by the Deputy Chief Signal & Telecommunication Engineer/Project/Tele, South Central Railway, Secunderabad.

Should any loss, damage or deterioration of materials occur or surplus materials disposed-off and refund becomes due to the purchaser shall be entitled to recover from us the full cost and compensation determined in terms of the contract for such loss, damage or deterioration, if any along with the amount to be refunded, without prejudice any other remedies available to him, by deduction from any sum due/any sum which at any time hereafter becomes due to us under the said or any other contracts.

In the event of any loss, damage or deterioration as aforesaid the assessment of such loss or damage and the assessment of such compensation therefore would be made by the President of India or his authorized nominee and the said assessments shall be final and binding upon us.

Dated this the …………………………… day ……………………… 2018

For & on behalf of the Contractor Signature of Witness: 1.

2.

(Names of the witnesses in Block Letter)

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 104 of 142

Form No.-3 CONTRACT AGREEMENT CONTRACT AGREEMENT NO. ………..….………………… Dated ……………………. 1. ARTICLES OF AGREEMENT made this …………….. day of …………….. between the President of India acting through Deputy Chief Signal And Telecom Engineer (Project/Tele), South Central Railway, Secunderabad (here in after called the “Railway”) of the one part and ………………. Their successor interest and/or their accredited agents (herein after called the “Contractor”) on the other part. 2. WHEREAS the Contractor has agreed with Railway for carrying out work on the South Central Railway as set forth in the Schedules of Supply and Labour Portions hereto annexed upon the General Conditions of the Contract and the Special Conditions and whereas the performances of the said work is and act in which the public are interested. 3. AND WHEREAS the Contractor has deposited a sum of `……… towards the Earnest Money, which amount has been adjusted towards the Security Deposit of `……….. the balance having been agreed to, to be recovered at 10% from his running bills. The security deposit now fixed is as per rules in force, subject to alteration according to increase or decrease in force subject to alterations according to increase or decrease in the value of the agreement as determined from time to time. 4. NOW THIS indenture witness that in consideration of the payment to be made by the Railway, he Contractor will duly perform the above said work and shall execute the same with great promptness, care and accuracy in a work man like manner to the satisfactions of the Railway and will complete the same in accordance with said specifications and said conditions of contract the satisfactory working of contract and will observe, fulfill 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 full set-forth herein). And the Railway both 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 specified in the Scheduled hereto annexed. 5. IT IS HEREBY agreed and declared that all the provisions to the said specifications, conditions of contractor, which have been carefully read and understood by the Contract shall be as 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.

6. IN WITNESS WHERE OF ……… Deputy Chief Signal & Telecom Engineer (Project/Tele), South Central Railway, Secunderabad for and on behalf of the President of India and …………… for and on behalf of M/s. …………. have hereunto set their respective hands.

Contractor Deputy Chief Signal & Telecom Engineer,/Project/Tele, South Central Railway Secunderabad.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 105 of 142

Form No.-4 PROFORMA OF PERFORMANCE GUARANTEE

To,

The Financial Adviser & Chief Accounts Officer, Construction, South Central Railway Secunderabad

In consideration of the President of India acting through Deputy Chief Signal And Telecom Engineer,/Project/Tele, South Central Railway Secunderabad (herein after called “ the Government”) having awarded to (M/s………) {herein after called the said contractor(s)} the contract No……….. dated valued at Rs…….. for the work of “……………” (herein after called as the “Agreement” and the contractor having agreed to provide a Performance Guarantee for the faithful performance of the contract equivalent to 5% of the value of the contract i.e., for Rs……….. (Rupees……….only) to the Government.

2) We………(indicate the name of the bank) hereafter referred to as “the bank” at the request of…………..(Contractor(s)) do hereby under take to pay the Government an amount not exceeding Rs………(in words Rs…….) against any loss of damage caused to suffered or would be caused suffered by the Government reason of any breach by the said contractors of any of the terms or conditions contained in the said agreement.

3) We undertake to keep the performance guarantee in force till the satisfactory completion of the work and maintenance period is over i.e., (mention date…) adding contract period + maintenance period).

We,……(name of the bank) do hereby, undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor(s) of any of the terms and conditions contained in the said agreement or by reason of the contractor(s) failure to perform the said contract. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee is restricted to an amount not exceeding `……..

4) We undertake to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

5) We,…….. (name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 106 of 142

contract and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and it claims satisfied or discharged or till Deputy Chief Signal And Telecom Engineer,/Project/Tele, South Central Railway Secunderabad. Ministry of Railways certifies that the terms and conditions of the said contract have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the … (date), we shall be discharged from our liability under this guarantee thereafter.

6) We…….(name of the bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said contractor(s) or for any forbearance act or omission on the part of the Government or any indulgenced by the Government to the said contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

This guarantee will not be discharged due to the change in the constitution of the bank or the contractor(s) supplier(s)

7) We,…. (Name of the bank), lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated: the……..date……….of…..2018.

For………………….. (Bank)

Witness:

…………………

………………….

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 107 of 142

Form No.-5

Submission Sheet (Tender form first sheet) Ref. No/Date………

To THE PRESIDENT OF INDIA Acting through the Dy. CSTE/Project/Tele/SC, South Central Railway, Ground Floor, MICROWAVE Building, Adj. Rail Nilayam, Secunderabad-500 025

Name of the Work: ……………………………………………………………………………………………….…… ……………………………………………………………………………………………………

Tender Notice No…………………

1. I/We ______have read the conditions of tender attached hereto and agree to abide by such conditions. I/We have perused the contract documents (i.e. General Conditions of Contract, Special Conditions and Indian Railways Unified Standard Specifications (2010), South Central Railway Specifications for Materials & Works and all other specifications and the Unified Standard Schedule of Rates of the South Central Railway, 2012, and various schedules (Annexures), and all other documents attached to the tender) and that I/We am/are fully aware that I/We will have to perform the contract if my/our tender is accepted subject to general conditions of contract aforesaid and also subject to the Contract Documents complete aforesaid. I/We offer to do the work at the rates shown in the Annexures annexed and hereby bind myself/ourselves to complete the work in the stipulated period as mentioned in the contract documents attached from the date of issue of letter of acceptance.

2. I/We also agree to keep this tender open for acceptance for a period of 45 days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our “Earnest Money”.

3. A sum of Rs…………………………………………………………………. (In words) …………………………………………………………………………………………………… ………………………………. in the form as specified in Tender Notice herewith paid as Earnest Money. The full value of the Earnest Money shall stand deposited in case my/our tender is accepted and forfeited without prejudice to any other right or remedies available to the Railway if: a) I/We do not execute the Contract Documents within 7 (seven days) of receipt of information from Railway that such documents are ready;

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 108 of 142

b) I/we do not submit a performance Guarantee in the form of an irrevocable Bank Guarantee amounting to 5% of Contract Value as per the Performa as prescribed by the Railway, within 30 days from the date of issue of LOA or 90 days along with interest @ 15% per annum for the delay beyond 30 days and upto 90 days from the date issue of LOA. I/We shall also be debarred before participating in retender of the above work, in case; I/We failed to submit the PG as stipulated above. c) I/We do not commence the work within 15 (fifteen) days after receipt of Letter of Acceptance for the work duly furnishing a programme for executing the work to the Railway for their approval.

4. A sum of Rs…………………………… (in words) ………………………………………………………………..…………………………………… ………………………………………in the form of * Online payment towards the cost of the Tender form is paid herewith.

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

6. I/We also hereby agree to abide by the General and Special Conditions of Contract and to carry out the works according to the specification of materials and works laid down by South Central Railway in the Tender Documents. I/We also undertake to carry out the work in accordance with the said Specifications and Conditions of Contract, and to find and provide such of the materials (other than those to be supplied by the Railway) for, and to do all such things which in the opinion of the Engineer may be necessary for, or incidental to the construction, completion and maintenance thereof and to complete the whole of the said works in the tender documents in all respects, and hand them over to you or your representatives within the period specified; and to maintain the same for the period and in the manner provided in the Conditions of Contract.

7. I/We offer to do the above work at the specific rates/percentage rates quoted by me/us in the subject schedule and bind myself/ourselves to complete the work within the completion period specified from the date of issue of letter of acceptance of this tender as per the milestone statement furnished in the scope of work/Letter of Acceptance and as per the agreed programme of work. As the Tenderer/Contractor is expected to adhere to the progress of work as per mile stone statement attached along with this document and in case I/WE fail in achieving the mile stone and programme, I/We understand and agree that the contract is liable to be terminated at my/our fault and cost thereof, apart from penalties for the delays imposed at the discretion of the Engineer-in-Charge.

8. I/We am/are uploading the following scanned documents as required as per the Tender Documents:- a) Partnership Deed „Joint Venture Agreement‟ details of consortium of firm etc.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 109 of 142

b) Power of Attorney. c) List of works executed year wise during the last three years along with their values. d) Credentials issued by the Department for whom the work was executed by the tenderer/s during the last three years (in the appropriate format). e) The documentary evidence from the employer/client showing the contractual amount received OR attested copy of the audited Financial Statements such as Trading, Profit and Loss Account OR Balance Sheet along with the certificate from the Chartered Accountant for the contractual amount received supported by Income Tax Form 26AS copy of which should be sent along with the tender without which the tender will not be considered f) Experience Certificate issued by the Department/other as permitted in the Tender Document (Form No.-6) g) List of works on hand, their values and stage of completion (Form No.-8). h) List of engineering personnel employed for the work (Form No.-9). i) Details of Plant and Machinery (Form No.-10). j) Reporting of employment of retired Gazetted Officers (Form No.-11). k) Declaration for employing no middle man (Form No.-12). l) MoU for Joint-Ventures-(Form No.-13) m) Format for affidavit stating genuineness of documents for satisfying technical and financial eligibility criteria- (Form No-14) n) Check list for Verification of Partnership Deed/Tender-(Form No-15). o) List of completed works by the tenderer(Form No.-16) p) Certificate from chartered accountant(Form No.-17) q) GSTN Registration details

9. DECLARATION:

I/We, ______, declare that -

(a) have examined and have no reservations to the Tender documents, including Addenda/Corrigenda issued by the Railway;

(b) offer to execute all the Works in conformity with the Tender Documents;

(c) commit to submit Security Deposit and Performance Guarantee in accordance with the tender Documents, if my/our tender is accepted;

(d) commit to deploy minimum key personnel and equipments consistent with the stipulation in the relevant special conditions of the Tender Document, if my/our tender is accepted;

(e) commit to submit a detailed programme in conformity with the milestones and completion period prescribed in the Tender Documents and method statements for all major activities and get these approved from the engineer prior to

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 110 of 142

commencing work on such activities, and also understand that the work shall be executed as per the approved programme and the milestone statements without any deviations if my/our tender is accepted; (f) commit to establish Testing Laboratory at the site of work with minimum Testing equipment indicated in the relevant specifications, if my/our tender is accepted; and further declare that

(g) I/We am/are not banned from doing business with Railways;

(h) I/We do not have any partners who are individuals or partners of firms banned from doing business with Railways; (i) I/We are not sister concerns/allied partners who were individuals or firms or partners of firms banned from doing business with Railways

I/We, ……………………………………………………………………………..further understand and agree that

(j) if I/We were found during consideration of the tender to be a firm/individual or sister/allied concern or any individual or firms or partner of firms banned by the Ministry of Railways from doing business with Railways and ban is still in force, Earnest money deposit remitted by me/us will be forfeited in full;

(k) if I/We were found during the course of execution of work to be an individual or firm or partner or firms or sister/allied concern of any individuals or firms banned by the Ministry of Railway from doing business with Railways and the ban is still in force, my/our security deposit and Performance Guarantee will be forfeited in full;

(l) if I/We are found to be individual or firm or partner of firm or sister/allied concern of any individuals or firms banned by the Ministry of railway from doing business with Railways during the consideration of tender or during the execution of work, I/We are liable to be banned from doing business for further periods to be specified by Railways;

(m) Further for satisfying the eligibility conditions mentioned in the Tender Documents, I/We have uploaded attested copies of documents along with this tender in support of my/our claim of satisfying eligibility conditions. I/We understand that I/We have to produce the original documents if so demanded by the Railways. I/We understand that if any of the documents were found to be bogus at any stage, my/our earnest money deposit (before finalization of tender) and/or security deposit and Performance Guarantee (after awarding

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 111 of 142

work) will be forfeited in full and I/We are liable to be banned from doing business with Railways for a period of 5 years over Indian Railways and also liable for legal proceedings against me/us.

(n) Further that I/We have uploaded full details of work on hand and progress thereon and I/We understand that if the information furnished by me/us were found to be false, my/our tender is liable to be rejected and Earnest money deposit in full is liable to be forfeited. If it is found to be false at any stage, I/We are liable to be banned from doing business with Railways for any period to be specified by Railways and also liable for legal proceedings against me/us.

(o) Further I/We declare that I/We have not made any tampering or changes in the Bidding Documents on which the Bid is being submitted and if any tampering or changes are detected at any stage, we understand that the Bid will invite summary rejection and forfeiture of Bid Security / the contract will be liable to be terminated along with forfeiture of security deposit and Performance Guarantee at any stage of progress of the work; and (p) Further I/We understand, agree and declare that you (Railway) are not bound to accept the lowest evaluated bid or any other bid that you may receive and I/We have no claim/demand whatsoever in this regard.

SIGNATURE OF THE TENDERER WITH SEAL Name ……………………………………………………………………………………………………..

In the capacity of ………………………………………………………………………………………..

Duly authorized to sign the Bid for and on behalf of …………………………………………………

Date ……………………………………………………………………………………………………….

SIGNATURE & ADDRESS OF WITNESSES TO THE SIGNATURE OF THE TENDERER(S)

WITNESSES :

1 : Name Signature Address Date

2 : Name Signature Address Date:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 112 of 142

FOR OFFICIAL USE ONLY

ACCEPTANCE OF TENDER

I accept the Tender and agree to pay the rates as entered in respect of schedules of

works. Based on these rates the value of contract works out to

Rs.______.

Dy. CSTE/Project/Tele/SC, South Central Railway, on behalf of President of India

Witnesses Division ______

1. ______

Date: ______2. ______

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 113 of 142

Form No.-6 EXPERIENCE CERTIFICATE Sl. Work Details Details No. 1 Name of Work 2 Agreement Number, date and Name of the Agency. 3 Agreement Value in Rupees (in words and figures): 4 Due date of completion 5 Number of Extensions granted

6 Actual date of completion of work

7 Value of Final Bill, if passed (in words)

8 Work completed but Final measurements not recoded a) Amount so far paid as in CC Bill No.

9 Work completed, Final measurements recorded with negative variation. a) Amount so far paid as in CC Bill No.

10 Work completed, if Final measurements recorded with positive variation which is not sanctioned yet. a) Original agreement value or last sanctioned agreement value whichever is lower

Note: (1) This certificate in this proforma is to be issued only for physically Completed work (2) This certificate to be issued by an officer not below the rank of JA Grade or bill passing officer in Railways and Bill passing Officer/Executive In-charge of work in other government department/Govt. bodies/Public sector under taking. The certificate should bear the signature and seal of the issuing officer, name of the department etc. Signature: Name of the Officer: Designation: Address: Office Seal: Phone/Fax No.: Date:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 114 of 142

Form No. -7

CONSTITUTION OF THE FIRM

1. Full Name of the Contractor/s, Construction firm and year of Establishment

2. Registered Head Office and Address

3. Branch Offices/ in India

4. Address on which correspondence regarding this tender should be done

Note : Tenderer may note that the Railway Administration reserves the right to reject the offers received with wrong information or without authenticated details from the tenderers in the above format summarily and the tenderer shall have no claim in this regard.

The information furnished above is correct and complete, to the best of our/my knowledge and belief.

We are/I am aware that if the information furnished above are found to be wrong or incomplete or any relevant information is found to have been suppressed, the tender is liable to be rejected at any stage.

We are/I am aware that if the declarations as above in the tender are found to be not true, any agreement that may be entered into, is also liable to be terminated by the Railway.

Signature of the Tenderer/Contractor:

Date:

Address:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 115 of 142

Form No.-8

STATMENT OF WORKS ON HAND

Designation Bill Name Agreement and address amount Number of Sl. Agreement Due date of of the No. and of agreement paid so extensions No value in lakhs completion work date signing far in taken authority lakhs

Railway works/Central Govt A B C D E Z State Govt. Works A B C D E Z PSU works A B C D E Z

Note: Tenderer may note that the Railway Administration reserves the right to reject the offers received with wrong information or without authenticated details from the tenderers in the above format summarily and the tenderer shall have no claim in this regard. The information furnished above is correct and complete, to the best of our/my knowledge and belief.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 116 of 142

We are/I am aware that if the information furnished above is found to be wrong or incomplete or any relevant information is found to have been suppressed, the tender is liable to be rejected at any stage.

We are/I am aware that if the declarations as above in the tender are found to be not true, any agreement that may be entered into is also liable to be terminated by the Railway.

Signature of tenderer/contractor:

Date:

Address:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 117 of 142

Form No.-9

ENGINEERING ORGANISATION AVAILABLE ON HAND

Sl. Name & Designation of Qualification Previous Working No. Employee Experience From To 01 02 03 04 05 A B C Z

ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM ABOVE

Sl.N Name & Designation of Qualification Previous Remarks o. Employee Experience 01 02 03 04 05 A B C Z

ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM OUTSIDE (A SUITABLY WORDED CONSENT LETTTER FROM SUCH A PERSON SHOULD BE OBTAINED AND ENCLOSED)

Sl.N Name & Designation of Qualification Previous Remarks o. Employee Experience 01 02 03 04 05 A B C Z

Note: Tenderer may note that the Railway Administration reserves the right to reject the offers received with wrong information or without authenticated details from the tenderers in the above format summarily and the tenderer shall have no claim in this regard.

The information furnished above is correct and complete, to the best of our/my knowledge and belief.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 118 of 142

We are/I am aware that if the information furnished above are found to be wrong or incomplete or any relevant information is found to have been suppressed, the tender is liable to be rejected at any stage. We are/I am aware that if the declarations as above in the tender are found to be not true, any agreement that may be entered into, is also liable to be terminated by the Railway.

Signature of tenderer/contractor:

Date:

Address:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 119 of 142

Form No.-10 1. PLANT & MACHINERY AVAILABLE ON HAND.

Sl. Particulars of No. of Kind Capacity Age and Approx. Purchase Bill No Machinery, Units and Condition cost in No. & Date Plant & make Rs. In and Equipment lakhs Registration particulars 01 02 03 04 05 06 07 08 A B C Z

2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE.

Sl. Particulars of No. of Kind Capacity Age and Approx. Purchase Bill No Machinery, Units and Condition cost in No. & Date Plant & make Rs. In and Equipment lakhs Registration particulars 01 02 03 04 05 06 07 08 A B C Z

3. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE.

Sl. Particulars of No. of Kind Capacity Age and Approx. Purchase Bill No Machinery, Units and Condition cost in No. & Date Plant & make Rs. In and Equipment lakhs Registration particulars 01 02 03 04 05 06 07 08 A B C Z

Note: Tenderer may note that the Railway Administration reserves the right to reject the offers received with wrong information or without authenticated details from the tenderers in the above format summarily and the tenderer shall have no claim in this regard.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 120 of 142

The information furnished above is correct and complete, to the best of our/my knowledge and belief. We are/I am aware that if the information furnished above is found to be wrong or incomplete or any relevant information is found to have been suppressed, the tender is liable to be rejected at any stage. We are/I am aware that if the declarations as above in the tender are found to be not true, any agreement that may be entered into, is also liable to be terminated by the Railway. Signature of tenderer/contractor: Date:

Address:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 121 of 142

Form No.-11 FORM FOR REPORTING OF EMPLOYMENT OF RAILWAY OFFICERS

Proforma to be filled in and signed by the Tenderer and uploaded along with the tender with reference to Clause 59(10) of the General Conditions Of Contract

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 one year 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 CN/Projects Unit of the Railways, particulars of such relatives in the Railway may be furnished hereunder :-

(1) Name. ______

(2) Designation. ______

(3) Relationship. ______

Signature of Tenderer

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 122 of 142

Note: Tenderer may note that the Railway Administration reserves the right to reject the offers received with wrong information or without authenticated details from the tenderers in the above format summarily and the tenderer shall have no claim in this regard.

The information furnished above is correct and complete, to the best of our/my knowledge and belief.

We are/I am aware that if the information furnished above are found to be wrong or incomplete or any relevant information is found to have been suppressed, the tender is liable to be rejected at any stage.

We are/I am aware that if the declarations as above in the tender are found to be not true, any agreement that may be entered into is also liable to be terminated by the Railway.

Signature of the Tenderer/contractor:

Name:

Address:

Date:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 123 of 142

Form No.-12

PROFORMA FOR DECLARATION REGARDING “NO MIDDLEMAN” (To be furnished individually by all partners of firm /Joint Venture.)

“I hereby declare and commit that no agent, middleman or any intermediary has been, or will be, engaged to provide any services, or any other items of work related to the award and performance of this contract. I further declare and commit that no agency commission or any payment which may be construed as an agency commission has been, or will be, paid and that the tender price will not include any such amount “.

Date: Signature:

Name

Designation

Address

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 124 of 142

Form No.-13

INSTRUCTIONS FOR SUBMITTING THE TENDERS AS JOINT VENTURE/CONSORTIUM FIRMS

On Non-judicial stamp of Rs. 100/- MEMORANDUM OFUNDERSTANDING FOR JOINT VENTURE/CONSORTIUM AGREEMENT

1. This memorandum of understanding executed this______day of ______20___ between______(Name of Co.)______a company registered under the Companies Act1956 having its registered office at ______represented through its Director/Authorized Representative______(hereinafter referred to as______which expression shall unless repugnant to the context thereof includes it successors) of the FIRST PART.

AND /OR

M/s. ______a partnership firm constituted under the Indian Partnership ACT1932, having its registered office at______, represented through its partner Shri______/Authorized Representative Shri ______(hereinafter referred to as ______which expression shall unless repugnant to the context thereof includes its successors) of the FIRST PART.

AND/OR

M/s. ______a proprietary concern having its registered office at ______

Represented through its sole proprietor Shri ______(hereinafter referred to as______which expression shall unless repugnant to the context thereof includes it successors) of the FIRST PART. Whereas, the party of the First part i.e. M/s.______details to be supplied of the expertise in their field. Whereas, the party of the Second part M/s.______details to be supplied of the expertise in their field. Whereas, the party of the third part

M/s.______details to be supplied of the expertise in their field.

AND whereas parties to this MOU have agreed to co-operate with each other to associate jointly and to form a Joint Venture/Consortium Firm to participate in the South Central Railway Tender. Now, therefore, in consideration of the promises and mutual promises and of the undertaking contained herein, it is hereby agreed between the parties of the MOU as follows:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 125 of 142

1. The purpose of MOU

M/s. ______, ______and ______agree to Co- operate with each other for the purpose of joint participation in the South Central Railway Tender and in the event, the contracts awarded, to jointly execute the contract. The broad interfaces and scope of work of each party is set forth below:

______

2. The name of the Joint Venture/Consortium firm shall be______

3. The parties, hereto, represent that:

a) They are in possession of all approvals and valid authorization for the purpose of execution of this MOU.

b) They have not entered into any agreement/MOU of equal or similar nature with any third-party for this Tender. That each of the parties of JV/Consortium , agrees and undertake to place at the disposal of the/Consortium , benefits of its individual experience, technical knowledge and skill and shall in all respects bear its share of the responsibility, including the provision of information advice and other assistance required in connection with the works. The share and the participation of the partners in the JV/Consortium shall broadly be follows:

M/s.______%

M/s.______%

M/s.______%

“That M/s.______shall be the lead member of J.V. firm who shall have a majority (at least 51%) share of interest in the JV/Consortium firm. The other members shall have a share of not less than 20% each (in case of firm with up to three member) The other members shall have a share of not less than 10% each (in case of JV/Consortium firm with more than three members). In case of JV/Consortium firm with foreign member(s), the lead member has to be an Indian firm with a minimum share of 51% (strike out which is not applicable) And all right, interest, liabilities, obligations, work experience and risks (net profits or net losses) arising out of the contract shall be shared or borne by the Parties in proportionate to these shares. Each of the parties shall bound by guarantees, sureties required for the work as well as its proportionate share in working capital another financial requirements.

4. The parties to this MOU undertake:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 126 of 142

a) That after submission of the tender, the MOU shall not be modified/altered/terminated during the validity of the tender including extension and maintenance period except when modification becomes inevitable due to succession laws etc., but in no case the minimum eligibility criteria would be vitiated.

b) That after the contract is awarded the constitution of the J.V. Firm shall not be altered during the currency of contract except when modification becomes inevitable due to Succession Law etc.,“but in no case the minimum eligibility criteria would be vitiated”.

c) That with respect of the South Central Railway Tender neither party, nor any subsidiary company of either Party, not any joint venture/Consortium company or any other entity, in which the party/parties, is or are in any way interest, shall complete together with or through any third party, nor shall be parties advise, consult for, engage in or otherwise assist in any way person or entity or any affiliate thereof in respect of any orders or contracts related to this tender.

d) That none of the members of joint ventures/Consortium is black listed and/or debarred by the Railway Board or and other ministry or department of Govt. of India/State Govt. from participation in contract/under in the past either in individual capacity or the JV/Consortium Firm or partnership firm in which they were/are members/partners.

5. Joint & Several Liabilities

In respect of the South Central Railway Tender, all commercial terms shall comply each part on back-to basis specifications of the Railway Board Tender or any other mutually agreed terms with the Owner/Customer. The Parties hereto shall, if awarded the contract for the project for which the Joint Venture/Consortium is formed, be jointly and severally liable to the Railway for execution of the project in accordance with the contract. The Parties hereto also undertake to be liable jointly and severally for the loss, damages caused to the Railway in course of execution or due to non-execution of the contract or part thereof arising out of the contract.

6. Shri______be authorized partner/person on behalf of the Joint Venture/Consortium to deal with tender, to sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books, and similar such action in respect of South Central Railway tender/Contract. All notices /correspondence with respect to the contracts would be sent only to this authorized partner/person of the J.V. /Consortium firm.

7. Notwithstanding anything herein, in respect of the Railway Tender, with regard to the internal relationship, the inter se liabilities between the parties shall be in proportion to their respective scope of work and shall be subject to the provisions of this MOU.

8. Responsibility.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 127 of 142

Each Party shall assume and accept full responsibility for its Scope of Work and the obligations imposed in the Contract and in this MOU as if it was, with regard to this Scope of Work, an independent partner contracting individually with the Customer. In the event of any defect and damage or any claim arising from the Customer under the Contract or any third party in relation to or as a consequence of any failure to meet the performance specification the Party, within whose Scope of Work the claim arises, shall be entirely responsible for the claim and shall indemnify and hold harmless the other Party from any liability, demand, claim burden cost, expense attorney‟s fees and costs arising from thereof.

9. Assign ability

No party to the Joint Venture/Consortium has right to assign or transfer the interest, right or liability in the contract without the written consent of the other party and that of the Indian Railway.

10. Use of Machinery, Instruments, Labour Force etc.

The Parties hereto undertake that whatever the machinery, instruments, Labour force (including unskilled, skilled, inspectors, Engineers etc.) they possess at the time of entering into joint Venture/Consortium Agreement or which subsequently shall come in their possession and if such machinery, instruments, labour force is required for the speedy and efficient execution of the work, the Party/Parties having the control over the said machinery, instrument, labour force etc. Without having any regard to their share of profit and loss agreed to between the Parties in Joint Venture/Consortium Agreement shall hand over the same at the disposal of the other party who is actually executing the work for the purpose of execution of the contract without any hindrances and obstacle.

11. Duration of MOU

It shall be valid during entire currency of contract including the period of extension, if any and also till the maintenance period is over or till all the contractual liabilities including warranty /guarantee obligations are discharge completely.

12. Applicable Law.

The MOU and any arrangement /agreements regarding the performance shall be construed and interpreted in accordance with and governed by the Laws of India and shall be subject to the exclusive jurisdiction of the courts at the place where MOU is executed/signed between the parties.

13. Settlement of Disputes.

In the event of disputes arising from the MOU, the Parties to the MOU undertakes to endeavour to settle the said disputes amongst them amicably. However, if the parties fail to

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 128 of 142

resolve the disputes amongst them amicably, the said disputes arising out of or in connection with the present Marshall be resolved through Arbitration as per the provisions enshrined under the Arbitration and Conciliation Act, 1996 or /and statutory modifications made thereafter.

14. All communications or notices provided for herein shall be in the English language and be delivered, mailed, or tele-faxed to the Parties addresses as indicated below:-

M/s.______M/s.______All correspondence and notices to the Joint Venture/Consortium firm shall be addressed to the Lead Member i.e. M/s.______/Shri______at the address stated herein below:- M/s.______Such communication or notices shall be deemed to have been duly given when so delivered or, if mailed, when received at destination.

15. Each Part shall have full and sole responsibility to bear the expense of and effect the payment of any taxes, duties, special insurance, fees or assessments of any nature whatsoever (including personal income taxes levied or imposed or any of its employees or personnel or any of its subcontractor‟s employees or personnel) including penalties and interest, if any, levied in connection with the execution of this MOU.

In witness whereof, the Parties have caused this MOU to be executed by their respective authorized representative on the date and year mentioned herein above.

Signature: - Signature: - Signature:-

Shri______of Shri______of Shri______of

M/s.______M/s. ______M/s.______Witnesses:

1) Name: Address:-

2) Name: Address:-

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 129 of 142

Form No.14

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/authorized signatory of the tenderer (including its 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 content of the tender document. In case of any discrepancy noticed at any stage i.e. evaluation 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 attachments 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.

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.

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 130 of 142

8. I/we also understand that if the certificates 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

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 131 of 142

Form No.-15

Check list for Verification of Partnership Deed/Tender

A. Stamp Duty, Place, Date of Execution

1) Firstly the date of purchase of stamp paper on which Partnership Deed [PD) is executed is to be noted. The date of purchase of stamp paper should be prior or on the same date of execution of the Partnership Deed.

2) The date and place of execution of PD is to be verified. Also the date on which the business has come into force is to be noted. The date of execution shall synchronise with other related dates/events.

3) Then it is to be verified whether PD is executed on stamp paper of proper value. The value of the stamp paper depends in which state it is executed. In A.P. it was, Rs. 300/- and increased to Rs. 500/- with effect from 1-8-2005, Karnataka Rs. 500/-& Maharashtra Rs. 300/-.

4) A partnership firm cannot be one of the parties in a Partnership Deed since partnership firm has no legal personality under law.

B. Nomination of Managing Partner

1) Whether any one of the partner is nominated as Managing partner.

Generally a partner nominated as Managing partner is doomed to have the power to sign tenders, agreements, documents, represent the firm etc., unless otherwise prohibited under any clause.

2) In case no Managing partner is appointed it has to be verified whether any other partner is given power to apply for tenders, sign agreement, represent on behalf of firm etc.

3) In the absence of any partner or managing partner is given power to represent firm, then whether any General Power Attorney is executed empowering the attorney to apply for tenders.

It may be noted that except for the company in any other case the attorney should not be allowed to sign Agt/Subsidiary Agt_/Rider Agt as it would amount to sub-letting of contact. [The attorney can only execute work, sign MB‟s and other documents provided he is given the power to do so].

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 132 of 142

C. Authentication of Partnership Deed.

1) Whether all the partners have signed on all pages of the PD. 2) On the last page of PD the signatures of all partners should be witnessed by two witnesses which is compulsory otherwise the PD cannot be treated as valid. 3) In case the PD is notarized by the notary public even if the witnesses have not signed, the PD can be treated as valid. 4) Where the tenderer submits certificate issued by the Registrar of firm it shall be a conclusive proof that the PD is properly executed and cannot be questioned that it is witnessed or notarized.

D. Signing the Tender

1) Who signed the tender on behalf of the firm is to be checked and satisfied that it is the person who is authorized in the deed as mentioned above. If there is no Managing Partner in a Partnership Deed or that one or more individual person is not authored either in the deed or under GPA then the tender shall be signed by all the partners.

2) It has to be checked whether the Stamp of the firm or Managing Partner or the designation of the person who signed is affixed in the tender.

3) The signature of the managing partner or other partners to be verified whether it is same in the PD as well as in tender.

4) Whether the tender is signed at the required nominated places.

E. Execution of GPA.

1) If there is a nominated managing partner he can execute GPA otherwise all partners have to execute GPA.

2) Where the render firm submits GPA, then it is to be verified whether the attorney has signed the tender and signature also to be verified.

Where an attorney signs the tender, he should sign on behalf of the firm. That is firm‟s stamp is to be affixed and he should sign on behalf of the firm (as authorized signatory).

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 133 of 142

Form No.-16

LIST OF COMPLETED WORKS BY THE TENDERER

Sl. Name of Agreement Designation Agreement Completed Date of Remarks No. work No. and and address value in value of completion date of agreement lakhs work (in signing lakhs) authority Railway /Central Govt works

A B C D E Z State Govt. Works A B C D E Z Public Sector Undertaking Works

A B C D E Z

Signature of tenderer/contractor:

Date:

Address:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 134 of 142

Form No.-17

CERTIFICATE FROM CHARTERED ACCOUNTANT IN THEIR LETTER HEAD

TO WHOMSOEVER CONCERNED

WE______, are the auditors of the Firm______, since last______(many) years. On the strength of the above association, we are issuing this certificate to the Firm on the Annual Contractual Turnover during the last three Audited Financial years as per Audited Balance Sheets.

It is further certified that advances or loans taken by the firm in connection with execution of works is not reflected in the contractual receipts form works contracts indicated below.

Sl. Financial Receipts from works contracts executed for Govt./Govt. Remarks No. Year Bodies/PSUs/Pvt. Org reflected in Audited Balance Sheets in (If any) P & L account (Rs)

(1) (2) (3) (4)

Signature Name of CA Address Office Seal Phone No. E-mail Date

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 135 of 142

Form No.-18

RECEIPT CERTIFICATE (FOR SUPPLY ONLY)

From: Sr. Section Engineer (Signal/Telecom)/ ------Division

No.

Date:

1. Contract No

2. Name of Work

3. Item No. as in Schedule of work

4. Description of Item

5. Material Inspected by:

6. Dispatch particular & date

7. Qty as per dispatch particular

8. Qty received

9. Qty short received

10. Condition on Stores Received

11. Name of Firm & Address

12. Place of receipt

13. Date of receipt

14. Ledger No.

15. Name & designation of Stores In- charge

------

Signature of Stores –in – Charge

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 136 of 142

Form No.-19

REQUISITION-CUM-RECEIPT FOR THE MATERIAL

Requisition-cum-receipt for the material Sr. No.______

Date:

A. Please arrange to supply the bearer ______

______Description of materials required

Qty. Nos. In words In figures

At (place of supply) ______Station ______

For sub-section between Km. ______to Km. ______

Against Contract no.______

Signature of the

Contractor/Contractors

B. Received the above material Qty. ______

(Fig) ______As mentioned above.

On ______received in good condition and I/We

Undertake the responsibility for replacement / payment of/ for the same as shall be

Deemed fit by the Railway in terms of Special Conditions.

Station: Signature of the Contractor(s)

Date:

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 137 of 142

Annexure – I

GENERAL CONDITIONS OF CONTRACT JULY 2014 (Uploaded Separately in IREPS)

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 138 of 142

Annexure – II

TECHNICAL SPECIFICATION AND INSTRUCTIONS FOR TRENCHING, LAYING OF S&T CABLES (Uploaded Separately in IREPS)

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 139 of 142

Annexure – III

GUIDELINES ON ELIGIBILITY CRITERIA (Uploaded Separately in IREPS)

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 140 of 142

Annexure – IV

DRAWINGS FOR THE QUAD CABLE WORK (Uploaded Separately in IREPS)

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 141 of 142

Annexure –V

PUBLIC PROCUREMENT POLICY (Uploaded Separately in IREPS)

BZA-VSKP 6 QUAD - BLOCK SECTIONS Page 142 of 142

Annexure –VI

Railway Board's letter no. 2018/CE-I/CT/9, dated 04.06.2018 (Uploaded Separately in IREPS)