You are on page 1of 89

RVNL/ADI/RE/PNU-SIOB/2018/01

EXPLANATORY NOTES
OVER HEAD EQUIPMENTS
SOR ITEM OHE-1
PREPARATION AND SUBMISSION OF DESIGNS AND DRAWINGS FOR
OVERHEAD EQUIPMENT SWITCHING STATION, SECTIONING DIAGRAM, POWER
SUPPLY DIAGRAM, SCHEMATIC DIAGRAM OF SWS, TRACTION WORKING RULE
DIAGRAM AND INSTRUCTIONS etc REQUIRED FOR COMMISSIONING OF OHE.

The price shall cover preparation and submission of overhead equipment plans indicating location
of structures in stages, and preparation of all drawings and designs relevant to the tendered works
and required to be finalized by the Contractor. The price shall include the following:
(i) Preparation and submission of pegging plans layout plans incorporating span, height,
chainage, curves, gradients, type of masts/portals, foundations, ATD locations, stagger,
location of cut-in-insulators, signal locations etc, making minor modifications with the
approval of the Employer/Engineer to the layout of the structures and overhead equipment,
if necessary.
(ii) Preparation and submission of cross section drawings and structure erection drawings for
each structure location.
(iii) Choice of type and size of foundations to suit soil and loading conditions
(iv) Preparation and submission of long section drawings of overhead equipment where such
drawings are required including detailed study of over line structures such as foot over
bridges, road over bridges etc. for maintaining the specified height of contact wire and
requisite clearances.
(v) Preparation and submission of other designs and drawings including drawings of small parts
steel work (other than those for which RDSO standard drawings are available) and detailed
designs for LT. Supply Transformer stations, design of OHE structures for bridges etc.
(vi) Supply of requisite number of copies of Bonding Plan drawings.
(vii) Design, preparation and submission of switching station drawings including
survey, investigation of soil bearing pressurefrom National Test House or at any other
laboratory approved by the Engineer-in-charge, preparation of general arrangement
drawings, detailed layout of equipment, bus-bar connections and insulators, layout of
earthing system and earth connections, cable run layout, detailed designs and drawings for
steel work and structural support, excluding the ones for which supply is made by the
Employer/Engineer, suitable concrete plinths for equipment and drawings for
equipments, components, fitting and materials supplied by the Contractor. The price shall
include supply of requisite number of copies of all drawings, including completion drawings.
(viii) Preparation, supply and fixing of Sectioning / Schematic / TSWR diagram boards for
stations / Cabins / SWS / RCC and 25 Kv AC Traction Station Working Rule instructions
including supply & fixing of shock treatment chart etc.
(ix) Supply of requisite no. of soft (in Auto Cad) and hard copies of all drawings, including
completion/approved/as erected drawings for OHE and Switching stations.

1
RVNL/ADI/RE/PNU-SIOB/2018/01

NOTES FOR MEASUREMENTS: For the purpose of payment against this item, the
length of track shall be measured as under :-
1. General: By the difference in the chainages of the length under consideration, as
incorporated in the layout plans.
2. Turnouts: The track taking off shall be deemed as starting from the SRJ of the Turnout.
3. Cross-over’s: The length of track shall be taken as the difference in the chainages of
the toes of switches of the two turnouts constituting the crossover.
4. Diamond crossing with or without slips:The two tracks crossing each other shall be
measured independently as per note 1 above as though there were no crossing. No extra
payment shall be provided for slip points.
5. Dead ends and tops of loops:The lengths for payment under this item shall be up to the
chainage of anchor mast of the terminating OHE.
6. Feeders and return feeders from grid sub-station to feeding station: This item will
also be applicable independently in case of feeders / return feeders / conductors from grid
sub-station to overhead equipment feeding stations or in a case of feeders / conductors
running on independent structures (not supporting OHE) along or across tracks.
In such a case the length of line to be considered for purpose shall be measured by (a) the
distance between the center of gantries of the grid sub-station and feeding stations in case
of feeder / return feeders / conductors line from grid sub-station, or (b) by the distance
between the center line of the two structures to which the feeders / return feeders /
conductors are anchored in case of feeders running along the track if such feeder / return
feeders / conductors are running completely on independent structures or (c) by the
distance between the center of the two structures supporting the OHE on either side of the
first and last independent structure or (d) in case of feeders / return feeders / conductors
running along the track supporting OHE.
7. No extra payment shall be made for any revision/changes/Modification in OHE/PSI
drawings on account of changes in ESP/SIP/L-section etc.

SOR ITEM OHE-2


SUPPLY AND ERECTION OF A LARGE SPAN WIRE (130 Sq.mm) INCLUDING ITS
FITTINGS WITH INSULATORS:

The price shall cover supply of all components including large span wire, , adjusters, terminal
fittings and mast attachments required to attach a large span wire or a Head span wire or Cross
span wire or Steady span wire or a Support span wire for supporting contact wire only, at both
ends, to traction masts/structures or special brackets, solid core insulators The price shall cover
erection of all components including mounting arrangements, span wire, 9 Ton solid core
insulators and all small part steel work if any.

SOR ITEM OHE-3


SUPPLY AND ERECTION OF MATERIALS FOR TERMINATION OF SINGLE
CONDUCTOR OF OVERHEAD EQUIPMENT OR A TERMINATING WIRE WITH
INSULATORS:
The price shall cover supply of all material necessary for the termination of single conductor of
overhead equipment or terminating wire on a traction mast or structure, all SPS work as required
including appropriate mast anchor fittings, clevis assembly, adjuster, anchor double straps, ending

2
RVNL/ADI/RE/PNU-SIOB/2018/01

clamp for the catenary or contact wire or terminating wire and fittings including 9-tonne
insulators. The price shall cover erection of all materials including 9-tonne insulator assembly and
terminating wire, if any.

Note: In case of “V” type anchorage is adopted for terminating a single conductor such an
arrangement would be counted as two off under this item for the purpose of payment.

SOR Item OHE-4


SUPPLY AND ERECTION OF MATERIALS FOR TERMINATION OF ALL
ALUMINUM 25 KV FEEDER (SPIDER) INCLUDING FEEDER WIRE WITH 9-TONNE
INSULATORS:
The price shall cover supply of all materials required for the termination of an all-aluminum 25
KV feeder (SPIDER), all SPS work as required including appropriate mast anchor fittings,
adjuster, strain clamp and fittings including feeder wire and9-tonne insulators. The price shall
cover erection of all materials including 9-tonne insulators assembly.

SOR Item OHE-5


SUPPLY AND ERECTION OF MATERIAL FOR TERMINATION OF COPPER CROSS
FEEDER WITH GANTRIES INCLUDING CROSS FEEDER WIRE WITH 9-TONNE
INSULATORS:

The price shall cover the supply of all materials required for termination of copper cross feeder
wire (37/2.25mm HDBC) all SPS work as required including appropriate mast anchor fitting
(3231), 18mm single clevis (5040), 9-tonne adjuster (5020-2), feeder ending clamp (1130), double
clevis (3010) and other components as necessary including feeder wire (37/2.25 mm HDBC) and
9- tonne insulator assembly. The price shall also cover the erection of all these
materials/components including 9 ton insulator and termination of cross feeder at either ends.
Fittings/Components required for termination of one cross feeder at both ends constitute one set.

SOR Item OHE-6


SUPPLY AND ERECTION OF TERMINAL BOARDS IN CONTROL CUBICLES:
The price shall cover supply and erection of a wall mounted terminal boards with six numbers of
two way terminal blocks for connecting the cables from the outdoor equipment of a switching
station as per RDSO Drawing.

SOR Item OHE-7


SUPPLY AND ERECTION OF AN IRON CLAD 240V AC AND 110V D.C. BOARD
WITH FUSE BOX IN CONTROL CUBICLES:
The price shall cover supply and erection of a 15A, 240V, A.C. iron clad 4 way fuse box and a
15A, 110V DC iron clad two way fuse box on the wall inside the remote control cubicles. The
fuse boxes shall be complete with four fuses and two fuse carriers’ and bases respectively.

SOR Item OHE-8


SUPPLY AND ERECTION OF LEAD ACID BATTERIES 40 AH WITH BATTERY
CHARGERS:
The price shall cover supply and erection of 110V, 40AH, lead acid batteries with two no. of
suitable battery chargers for 110V 40 AH lead acid battery complete with stand of approved

3
RVNL/ADI/RE/PNU-SIOB/2018/01

design, accessories, tool board with hydrometer, thermometer, connecting lead and plug for
connection to 230V AC supply to the battery charger. The price for erection shall include

installation and connecting up of the battery, filling up of electrolyte, initial/final charging,


mounting of the charger in position and connecting it up to 230V AC distribution board
including the cost of connecting cables.

SOR item OHE-9(a) & (b)


SUPPLY, ERECTION, OIL FILTRATION, TESTING AND COMMISSIONING OF 25
KV/240 VOLT, 5/25 KVA, LT SUPPLY TRANSFORMER WITH 25 KV D.O. FUSE
SWITCH ASSEMBLY, ANTICLIMBING DEVICE, INSULATOR, COPPER JUMPER
AND EARTH ELECTRODES etc:
The price shall cover Supply of 25KV/240V, 5/25 KVA LT supply transformer with suitably
filled transformer oil, DO fuse assembly (including fuse carrier) and all other mounting
accessories, SPS as required at site, as per the RDSO’s latest specification and erection of the
same complete with terminal connectors on a mast or gantry. The price shall also be applicable
for transformers mounted on steel pedestals at switching stations also. The price shall cover
supply and erection of an enameled number plate of approved design. The price shall also cover
oil filtration and pre- commissioning tests as approved by the Employers or Engineer. The
contractor shall make his own arrangement for oil filtration equipments, as well as power supply
required for the same. All necessary tools, equipments, instruments required for carrying out oil
filtration/checks/tests/commissioning shall be arranged by the contractor. The price shall also
cover supply & erection of a DO fuse switch assembly complete with all mounting accessories,
post/pedestal insulator for DO fuse switch assembly.
The price shall also cover on a lump sum basis the supply and erection of anti-climbing device
consisting of galvanized steel fixtures mounted on the masts below the transformer.
The price shall also cover supply and erection of conductor/ jumper wires and the supply of all
components including parallel clamps, bi-metallic and Aluminium-copper Al-Cu strips
wherever required. The price shall also cover the erection of complete jumper assembly
including conductor/jumper wire to be provided between the Over Head Equipment and L.T.
Transformers, drop out switch assembly.
The price shall also cover supply and erection of an earthing station with a single pipe
embedded into the ground by driving or otherwise complete with protective concrete box and
lugs suitable for directly connecting two mild steel flats of minimum size 50 mm x6 mm and
copper earthing strip 25X3 mm at LT side earthing point to mast.
The price shall not include cost of and supply and provision of structure bond connecting LT
transformer with structure and then to rails which will be paid for under item OHE-22.

NOTE: 1.Contractor at his own cost shall do the replacement of the transformer oil on account
of testing and leakages during the warranty period.

SOR Item OHE-10


MODIFICATION TO EXISTING OVERHEAD EQUIPMENT:

The item price covers all inclusive cost of all the associated works of OHE modification
including transfer, dismantling/erection, slewing/re-slewing/readjustment, extension of OHE
by providing splices or otherwise etc of all the components of OHE including brackets,
insulators, feeder wire/return conductor, terminations, ATDs, isolators, traction bonds cross
over OHE etc in a particular length of track except items which are excluded specifically

4
RVNL/ADI/RE/PNU-SIOB/2018/01

under this schedule.


The price shall cover transfer of overhead equipment to a bracket assembly on a new mast or
support and dismantling of the existing erected bracket assembly from old mast or support,
supply and provision of a multiple cantilever cross arm wherever required and erection of
bracket assemblies on the multiple cantilever cross arm, and consequent adjustment to
overhead equipment required such as re-spacing of droppers, leveling etc.
The price shall not include supply and erection of an additional bracket assembly, which will
be paid for under item OHE-18.
Dismantling of masts/portals/TTC/DA are covered under item OHE-34.

The price shall also cover the re-adjustment of the head span polygon to enable the additional
equipments to be suspended from the head span. Payment for the suspension of additional
overhead equipment shall be made for under item OHE-2 as extra to this item.

The price shall also cover the cost of dismantling of overhead equipment including
terminations, auto tensioning devices, guy rod assemblies, anti-creep, suspension assemblies,
super masts, feeder, return conductor, section insulator, an isolator, single or gang operated,
including dismantling of connections to the overhead equipment, a pedestal/ pin insulator
including dismantling of jumper connections and traction bonds if any, temporary slewing or
lowering of erected OHE adjusted and/or unadjusted to ground for special works and
restoration and readjustment of the equipment after completion of special works and
associated small parts steel work.

The price shall also cover the cost of splicing of terminated overhead equipment for
extension and consequent adjustment of the affected equipment. The extended overhead
equipment shall be deemed as starting from the centre line of the structure preceding the old
terminating structure and the extended overhead equipment shall be paid for under item OHE
23 (a).
The price under this item shall cover various modifications required to be carried out to the
existing overhead equipment, under power block, on account of electrification of the section
provided such modifications are not on account of non-compliance of specifications,
approved drawings and instructions given by the Employer for the execution of the work
from time to time, during the progress of the work.

All the prices are on a flat rate all inclusive basis and cover only the important and most
frequent type of modifications required to compensate the contractor for the work involved.
No extra payments shall be admissible for any other associated work, minor modifications,
which may be necessary in the course of work. All work done shall be paid for at normal
rates as per BOQ.

In all these cases, the dismantled equipment shall be handed over by the contractor to the
Employer’s Engineer at the Employer’s godown/depot as required by Engineer. The cost of
loading / unloading and transportation shall be paid under item OHE-13.

Where prices under this item are applicable, the contractor shall finalise the quantities of
work jointly with the Engineer before taking the work in hand.
NOTES:
1 In case modification / dismantling is carried out at particular location i.e. dismantling of
an isolator, bracket assembly, pin/ post insulator, guy rod etc., for the purpose of

5
RVNL/ADI/RE/PNU-SIOB/2018/01

payment, half of the span on both ends will be considered.


2 All claims under this item have to be supported by the following certificate to be
furnished by the contractor on the connected bill.
a) The modifications are not on account of non-compliance of specifications approved
and instructions given by the Engineers for execution of works.
b) The quantities of work involved for modification have been finalised jointly with the
Engineer-in-charge before taking the work in hand.
c) The dismantled materials shall be/has been handed over to Engineer’s/Railway’s
representative.
3. The price of SPS work complete with bolts & nuts wherever required, is not included in
the item and will be payable under Item CS-9.

SOR Item OHE-11


MANNING OF SWITCHING STATION INCLUDING TSS:
The prices shall cover the payment/wages to the staff to be deployed at each switching station
including TSS as directed by Employer’s Engineer on flat rate basis per month per location.
Manning shall be done round the clock. The staff, holding minimum ITI qualification, shall be
deployed in each shift. They shall be fully conversant with operation of various equipments
installed in the switching station. The staff shall be deployed after test and trial by
Employer/Engineer and on issue of competency certificate. The staff deployed shall act in
accordance with instructions / directions given by Traction Power Controller
(TPC)/representative of Employer. The staff shall not leave the working place (Switching station)
in any case without permission of Employer’s representative. The price shall cover conveyance
charges to the staff for going and coming to the working place. The period of manning shall be
decided by the Employer during the execution of contract and manning shall commence on
receipt of intimation in writing from the Employer one month in advance.
Note:Unit of the item shall be ‘per month each location’.

SOR Item OHE-12(a)


ELECTRIFICATION OF SWITCHING STATION (SP/SSP) BUILDING AS PER
SPECIFICATION:
The price shall cover all cost of supply, erection, testing and commissioning of wiring work as
per approved wiring diagram. Wiring work shall be done in accordance with IE rules, IS-732,
RVNL tech specifications The various activities involved in the work are as follows:-
i) Fixing of PVC conduits in recess on wall and drawing of wires for circuit and point
wiring.
ii) Provision of MS switch boxes of appropriate size concealed in wall at
appropriate height with modular PVC/fibre sheet for fixing of switches, plugs etc.
iii) Provision of main board and distribution boards and connection thereof.
iv) Provision of light fittings, exhaust fan, outdoors luminaries complete with tubes and
lamps.
v) Provision of earthing station and connection between earthing station to main board
with the help of 8 SWG GI wires. Earthing work shall be done in accordance
with IS: 3043/1987.
vi) Materials such as light fittings, ceiling fan, exhaust fan, switches, sockets, ceiling rose,
socket outlets all shall be with ISI mark and shall be one of the make mentioned in
technical specification. Light fittings shall be 1X28W T5 energy efficient or equivalent

6
RVNL/ADI/RE/PNU-SIOB/2018/01

LED fitting as decided by engineer. All switches, plug points and sockets shall be
modular type. Ceiling fan and exhaust fan shall have min 3 star energy rating.
vii) Provision of switches, sockets out lets, ceiling roses on respective switch boards and
points in appropriate numbers and connection thereof.
viii) Provision of 150 watts HPSV street light fitting/other energy efficient luminaries
with better luminosity as decided by engineer, complete in all respect including lamp on
the wall of the building.
ix) After completion of wiring work necessary testing of wiring and earthing station
shall be done and results submitted to the site-in-charge duly signed by
representatives of both the contractor and purchaser.
Note: - Scale of fitting shall be as per latest RDSO guidelines and RVNL specifications.
Drawing/fittings shall be got approved by the Engineer before taking up the work.

SOR Item OHE-12(b)


SUPPLY & ERECTION OF EARTHING ARRANGEMENT AT SWITCHING
STATION
The price shall cover supply and erection of an earth bus, earthing stations with a single pipe
embedded into the ground by driving or otherwise complete with protective concrete box & lugs
suitable for directly connecting two mild steel flats of minimum size 50mm x 6mm.

The price shall also cover supply of all materials including 50 mm x 6 mm mild steel flats for
providing earth bus. The price shall also cover erection of earth bus either buried at a depth of
300 mm below ground level painted with 02 coats of red oxide zinc chromate primer and 02
finishing coats of bitumen or fixed on wooden gutties on walls. It shall include connecting the
earth bus to earth electrodes and to various floor-or-wall-mounted equipment’s or structures to
be earthed and also connections to non-track-circuited rails, wherever required. It shall also
cover the cost of making recesses in concrete foundation blocks for floor or cubicles and
covering them up. The connection of earth strips to each other shall be made either by riveting
or by welding. The connection of earth strips to various equipment, structures or fencing post
shall be made with G.I. bolts and nuts and spring washers/locknuts.

The price shall cover supply and erection of 8 SWG G.I. wire used for earthing for all LT
electrical equipments including remote control cubicles and fencing panels.
Price shall also cover measuring and painting of earth values of all the earth pits, combined
earth value etc as per standard.

SOR Item OHE-13


LOADING/UNLOADING TRANSPORTATION AND HANDING OVER OF ALL TYPE
OF MATERIALS ETC. OTHER THAN CONTRACTOR MATERIAL
The price shall cover loading/unloading and transportation charges to (from) site/depot and
handing over of material (if required) for all type of steel structures, portals, copper/ aluminum
conductors, SPS, CBs, BMs, ATs, PTs, CTs, LAs and other electrical equipments etc. into/from
BFR/ trailer/ truck for other than contractor’s material for the completion of the present work as
instructed by the engineer.

7
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR Item OHE-14


EXTRA ON ERECTION RATE OF WORK UNDER POWER BLOCK:

Only for preparing Estimate purpose.

SOR item OHE-15, 15(a), (b), (c)


CONSTRUCTION OF SWITCHING STATION BUILDING, RCC WORK,
PLASTERING, BRICK MASONARY, RETAINING WALL, FILLING, COMPACTING
AND LEVELLING WORK PITCHING WORK etc. & SUPPLY AND ERECTION OF
NAME BOARD FOR SWITCHING STATION.
The price shall cover the construction of Control room of SP/SSP building and will include
labour/erection and material cost for the entire work all inclusive including following works:
i) RCC, PCC, masonry work, including earthwork, leveling, stone pitching in high
embankment (if required).
ii) RCC work in plinth, lintels, chhajja, Roof slab.
iii) Pre-cast RCC Slab, RCC jali.
iv) Cement concrete in flooring and cable trenches.
v) Brick masonry in walls.
vi) Plastering works.
vii) Provision of Doors, Windows, Grills, Rolling shutters, Water pipe line , Ventilators
and painting thereof.
viii) White washing and colour washing and painting of doors/windows.
ix) Acid proof or painting of floor and wall in battery room.
x) Supply and spreading of stone metal shall be payable under CS-14.
xi) Provision of RCC pipe etc.
xii) Any other item of work required to complete the work which has not been
mentioned/included above shall also be done by the contractor and nothing extra
shall be paid for the same.
Construction of Switching station shall be done as per RDSO’s drawing No: ETI/C/0067(Mod-
A) or latest and Technical specifications.
The price shall cover the provision of all shuttering, frame works, arrangement of water, all
tools and plants required for the work, consumable, materials etc.
The materials used for the work such as brick, sand, stone aggregates, steel for door frame, grill
/ rolling shutters; RCC Pipe shall be of best quality in accordance with Railway’s specification.
The price shall cover the cost of concreting required for foundation with 40 mm stone ballast
rammed in layers of 15 mm thick in cement and sand ratio 1:4:8, RCC work for construction of
column, brick work, retaining wall drainage etc required for building.
The price shall also cover the provision of opening on the wall of suitable size, for installation
of exhaust fan in the battery room.
The price shall also cover the cost of supply and erection of name board for switching station.
The payment shall be on uniform basis. The price shall also include supply of necessary clamps,
nuts, and bolts etc., required for the erection of the boards. Name boards shall be made in bi-
lingual or Hindi/English and vernacular language. The boards to be supplied shall be as per the
standard size and standard specification of RDSO/Railways.
However, keeping in view local soil type and its bearing pressure, firm may adopt different
design for foundation/plinth adhering to the min inside dimensions as per RDSO drawing and
taking prior approval of the engineer. No extra payment is payable for such redesigned basic
structure except as detailed under 15(a) to (c).

8
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR Item OHE-16


SUPPLY AND ERECTION OF A GUY ROD ASSEMBLY:
The price shall cover supply and erection of a guy rod assembly of various lengths for traction
masts/Portals/TTC, feeder line towers or supports etc complete with mast guy rod fittings, guy
rod with adjustments and part/s to be grouted in the anchor block. The price shall not include the
cost of supply and erection of a dwarf or stub mast with anchor plates drilled and welded in
position, where required for anchorage, and small parts steel work, complete with bolts and nuts
etc., if any for attaching the mast guy rod fittings to the mast/structure which shall be paid for
separately under the relevant item.
COMPONENTS REQUIREMENT

Rly. Id No. Description of components Qty. for unit

1 2 3
3232 Mast guy rod fitting (welded) complete with 4 short 1 off
bolts, nuts, lock nuts and washers for attachment to
mast/S.P.S including appropriate fittings
5001/5001-1 or Anchor bolts (complete with nuts, lock nuts and 1 Set
5001-3 split pins)

5002 Guy rod stirrup 1 off


5004 or
5005 or 5006-1 Guy rod with nut, washer and split pin 1 off
or
5070 or 5071

5007-1 Anchor 'v’ bolt 1 off


5008 Anchor loop 1 off
5220 Guy rod double strap assembly 1 off or 2 off (as
required )
NOTE :
1. In case the Contractor desires to adopt a different design for guy rod assembly, the same
shall be indicated by him in the Tender and the components required should be clearly listed
under this item as deviation.
2. Supply and erection of guy rod assembly at anticreep portals will also be paid for under this
item.

9
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR Item OHE-17


SUPPLY AND ERECTION OF PROTECTIVE SCREEN ON FOBS/ROBS:

The price shall cover the cost of supply and erection of protective screen on ROBs/FOBs/etc.
The price shall cover the cost of all material required for fabrication of protective screen
including MS Angle, Tee, expanded metal (Jali), GI sheet, paints, suitable fixtures for fixing
on the ROB/FOB etc. The price shall also include the labour cost for fabrication, erection on
ROB/FOB and painting. The fabrication and erection work shall be done as per RDSO Drg..
No. ETI/C/0068 (07/09) Rev-H.

SOR Item OHE-18


SUPPLY AND ERECTION OF BRACKET ASSEMBLY WITH INSULATORS AS
PER OHE PLAN:
The price shall cover on a flat rate basis for supply and erection of any bracket assembly on a
traction mast or support or drop arm and shall include those on high/low level platform, in the
vicinity of turnouts, over bridges or over-laps and at locations with reduced encumbrance or
terminating wires. The price shall include the cost of supply of all components including
galvanized steel tube, dropper wires and small parts steel work complete with bolts and nuts
etc., if any. The price shall cover erection of all components including solid core insulators and
dropper wires, small parts steel work, if any. However, this does not include the anticreep
arrangement at masts/ structures.

The price shall include the cost of following components:


Rly. Id No. Description of components Qty.
for unit
1 2 3
3020 Mast fitting for hook insulator with 2 off 1 set
bolts, nuts, lock nuts and washers of 16 mm
dia.
2400 Tubular stay arm assembly (including 1 set
galvanised steel tube).
2110/ Catenary suspension bracket assembly or 1 off
2130/2380 hook bracket
1160 Suspension clamp 1 off (as required)
2120/2140/ Bracket tube assembly complete with tube 1 set
2040/2080 cap and sleeve where required (including
galvanised steel tube).
3070-1/2 Mast bracket fitting assembly including 2 1 set
off bolts, nuts, lock nuts and washers of 16
mm for attachment to structure or to small
part steel work.
2150-1 & Register arm hook assembly complete with 1 off
2160-1 bolts, nuts and lock nuts.
2420 or Register arm assembly or raised register arm 1 set
2430 assembly (including galvanised steel
tube).
2270-4 or 5, Register arm dropper assembly including 1 set
2460 Style- 02 dropper wire complete with bolts, nuts etc.
or
2470 Style - 02

10
RVNL/ADI/RE/PNU-SIOB/2018/01

2390/2540/ BFB steady arm or bent steady arm ( As required)


2520
2360/2490-2 25 mm steady arm drop bracket/clamp -do-
1220/1370/-1 Contact wire swivel clip or raised register 1 off
arm
2550-1/2 Anti wind clamp As required
7mm/5mm inclined copper/steel dropper As required
(on girder bridges use steel wire droppers)
Bracket insulator/Stay arm insulator one set

The price is also applicable for the provision of any additional fitting & required to support an
additional OHE on a single bracket assembly payable under this item. The price shall include
supply of all extra fittings including the double contact wire swivel clip.

SOR Item OHE-19


SUPPLY AND ERECTION OF REGULATING EQUIPMENT (3 PULLEY TYPE)
WITH COUNTER WEIGHT ASSEMBLY FOR CONVENTIONAL OHE:
The price shall cover supply and erection of a 3-Pulley type counter weight assembly
including 9 ton adjuster with double strap assembly and normal/anti-theft guide tube assembly,
the supply of regulating equipment, provision of adequate length pipe on Hex-Tie rod at
crossovers and short tension length ATDs wherever required and stainless steel wire rope
required for the regulating equipment, anti slipping device assembly (Spacer Angles as per
RDSO DRAWING NO. TI/DRG/OHE/ATD/RDSO/00009 and small part steel work, if any.
The price shall also cover adjustment of the entire regulating equipment. The price shall not
include supply and erection of termination, which will be paid under SOR item OHE-20.

SOR ITEM OHE-20


SUPPLY AND ERECTION OF MATERIAL FOR TERMINATION OF DOUBLE
OVERHEAD EQUIPMENT CONDUCTOR WITH INSULATORS:

The price shall cover supply of all material necessary for the yoked termination of two
overhead equipment conductors on a traction mast or structure , including all SPS such as
appropriate mast anchor fittings, clevis assembly , two adjusters, ending clamps for catenary
and contact wires, anchor double strap assembly, equalizing/compensating plates, and double
eye distance rods (if required) and fittings and terminating wire ,if any including9- ton
insulators assembly The price shall also cover erection of all materials with 9 ton insulator.

SOR Item OHE-21


SUPPLY AND ERECTION OF ANTI CREEP WITH GALVANIZED STEEL WIRE
INCLUDING INSULATORS.

The price shall cover supply of all materials for an anti-creep including adjusters, galvanized
steel wire, mast anchor fittings at its terminations on either side of structures, ending clamps,
fittings and including 9- ton insulators assembly conforming to RDSO specification.

The price shall cover erection of all materials including 9- ton insulator assembly with small
parts steel work, if any.

11
RVNL/ADI/RE/PNU-SIOB/2018/01

Rly. Id No. Description of components Qty. for unit

1 2 3
- Galvanized steel wire (19/2.50 mm) As required

1360 Steel wire ending clamp 2 off


5020-1/ 9 -ton adjuster 2 off
5020-2
5030 Anchor double strap assembly As required
3010/5040 Clevis assembly 2 off
3231 Mast anchor fitting with bolts, nuts etc. 2 sets.
1170 Double suspension clamp 1 off
Less 1160 Suspension clamp (-) 1 off
5183 Double eye distance rod As required.

NOTE -In case the anti-creep extends beyond one span on either side of anti creep center,
payment for the supply and erection of extra length shall be paid additionally at the rate of
20% of the rate per extra span.
SOR ITEM OHE-22
SUPPLY AND ERECTION OF A STRUCTURE BOND/ A LONGITUDINAL BOND/
TRANSVERSE AND SPECIAL BOND:
The price shall cover supply of all materials including mild steel flats size 40 x 6 mm required to
provide all kinds of bonds such as a structure bond connecting a traction mast or structures to the
nearest non-track-circuited rail, or earth electrode, including all fastenings at both ends. The price
shall include shaping and drilling of the bond and erection of all materials including provision of
heat shrinkable PVC tube for structure bond under track circuit rail. This would also cover
connection or earthing terminals of equipments like LT Transformers with structure and then to
rails as per relevant drawings.

The price shall cover provision of connection of buried rails to running rail as per RDSO drawing
No. ETI/OHE/G/05306 & shall include supply, fabrication and erection of all connections
(including drilling at both ends) and refilling of buried rail pit.

The price shall cover the supply of all materials including mild steel flats size 40 x 6 mm,
fasteners etc. required to provide longitudinal bond / transverse bonds connecting to rails at the
rail joint at the locations to be specified by the Employer. The price shall include shaping and
drilling of the bond and erection of all materials including the bonds.
The price shall also cover the supply of all materials including mild steel flats size 40 x 6 mm to
provide special bonds at level crossings, foot over/road over bridge/protective screen, girder
bridge, metallic sheds, fencing etc. for which the location will be specified by the Employer. The
price shall include shaping and drilling of the bond and erection of all materials including the
bond.
The item covers the new bonds to be provided in the yard due to modifications involved as per
revised bonding plan of the station.

12
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM OHE 23 (a)

SUPPLY AND ERECTION OF OVER HEAD EQUIPMENT i.e. CONTACT AND


CATENARY WIRE (EXCLUDING COST OF CONTACT AND CATENARY WIRES),
JUMPER WIRE, DROPPER WIRE, CONTACT/CATENARY CLIPS, FASTENERS AND
ALL OTHER MATERIAL REQUIRED AT TURN OUT/OVERLAPS/DIAMOND
CROSSINGS etc. FINAL CHECKING OF OHE AND ADJUSTMENT, INSPECTION TO
BE DONE BY TOWER WAGON FOR COMMISSIONING OF CONVENTIONAL OHE.
The price shall cover supply & erection of complete overhead equipment with all
components and wire and conductors including contact wire, catenary wire droppers,
various types of jumpers like G jumpers (105 sq. mm), in-span jumpers (50/65 sq. mm),
Potential Equaliser/ F jumpers (50 sq. mm) & anti-theft jumpers (50 sq. mm) and
terminating wires at turn outs/ overlaps/ diamond crossings/ cross overs etc, if
any.[Excluding the cost of contact & catenary which will be paid under Item No.
23(b) & (c)].

The price shall also cover supply & erection of contact wire as false contact wire
(if demanded by Zonal Railways in place of insulated catenary wire) under overline
structures with all associated components [Cost of contact wire shall be payable under
SOR OHE 23(b). Provision of insulated catenary shall be payable under OHE-30)]
Provision of long cross type G-jumper on parallel run side instead of cross-over/turn out
side as per RDSO drawing No ETI/OHE/G/02141 Rev ‘C’ or latest shall be ensured.
The price shall also cover supply of all components like dropper clips, parallel clamps for
jumpering and splices (where their use is approved), small parts steel works complete
with bolts and nuts etc. for attachment of number plates to mast/structure.

The price shall include the provision of retro reflective structure number plates, retro
reflective sigma boards on 5 nos masts before stop signals (as per RB letter no.
2017/Trans. Cell/Misc. dt 08.02.2017), different types of boards required to be provided
as per ACTM (caution/warning, DJ - ON/OFF, DJ - ON/OFF for MEMU, 500m & 250m
distance board to Neutral section, caution unwired turnouts boards, electric engine stop
boards, power block limit boards etc.) on traction masts or structures. Various boards shall
be provided on OHE masts/structures as per Rly Board letter no 2001/Elect(G)/170/1 pt.
dt.07.05.2012 or as decided by engineer.

The price shall also include the cost of painting the setting distance of masts/structures,
rail level on masts/structures, stenciling of symbol for direction of emergency telephone
socket and Y marking at BWA locations as per temperature and local instructions.

Major components to be used (but not limited to), alongwith RI no. are mentioned below-

13
RVNL/ADI/RE/PNU-SIOB/2018/01

Rly. Id No. Description of components Qty. for


unit
1 2 3
1040-2 or Contact wire parallel clamp small As required
SK-534/1 &
SK-575/2 or
SK-576/1 &
SK-535/2 or
1041-3
1180/SK-572/1 Contact wire dropper clip(107) -do-
& SK-572/2
1192 Catenary dropper clip complete with bolts, -do-
nuts etc.
7501 Retro reflective number plates complete with -do-
2 Galv. MS bolts M- 10x35/30, nuts and lead
washer for M-10 bolts but excluding SPS for
attachment of number plate to
masts/structures.
1110-2 Contact wire ending clamp -do-

1120 Catenary ending clamp -do-

1140 Large span wire clamp(130) As required


5020-1/5020-2 Adjuster -do-
5030 Anchor Double Strap Assembly -do-
5191/5192 Compensating Plate/Equalising Plate -do-

All the warning boards provided on OHE structure shall be of retro reflective type as per latest
Rly. Board/RDSO guidelines. Similarly, structure Number plates on all OHE mast/structures
shall also be retro reflective types as per latest Rly. Board/RDSO guidelines. Separate DJ close
Boards to be provided for MEMU/EMU wherever required for MEMU/EMU operation.

The price shall cover supply of all components required for a pull-off arrangement to pull one
equipment only including head-span mast fittings complete with M.S. angle, equalizing plate
assembly, steady-arm, catenary wire dropper clip, contact wire swivel clip and fittings including
solid core insulators. The price shall cover erection of all components including solid core
insulators, small jumper wire, large jumper wire and conductors.
The price shall cover supply and erection of all additional fittings required including the supply of
required conductors / jumper wires, in case the pull off pulls more than one equipment. The price
shall cover final checking, adjustment and inspection of OHE by Tower Car. Further details are
given in Section 5, Chapter 2 of Volume 1 of Bid document.
The unit of measurement for the payment purpose shall be in TKM and procedure of
measurement will be as per Note 1 to 5 of SOR item OHE-1. No additional payment shall be
made on account of overlap etc.

14
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM OHE 23 (b)


SUPPLY OF HDGCC 107 SQ MM COPPER CONTACT WIRE
The price shall cover the cost of supply of hard drawn grooved continuous cast copper contact
wire 107 sq mm for overhead equipment. The cost of erection of contact wire shall be payable
under Item No. 23(a). Reconciliation of material should be done as per actual use taking into
account anchor and overlap. The measurement will be from centre line of anchoring mast. The
unused cut pieces generated during erection shall not be measured and cost of such cut pieces
shall be deemed to be included in the rates.

SOR ITEM OHE-23 (c)


SUPPLY OF 65 SQ MM COPPER CATENARY WIRE

The price shall cover the cost of supply of stranded copper catenary wire for overhead equipment.
The cost of erection of catenary wire shall be payable under Item No. 23(a). Reconciliation of
material should be done as per actual use taking into account anchor and overlap. The
measurement will be from centre line of anchoring mast.The unused cut pieces generated during
erection shall not be measured and cost of such cut pieces shall be deemed to be included in the
rates.

SOR ITEM OHE-24


SUPPLY AND ERECTION OF ANTI CREEP WITH CADMIUM COPPER CATENARY
WIRE INCLUDING INSULATORS.

The price shall cover supply and erection of all materials for anti-creep including cadmium copper
catenary wire, adjusters, mast anchor at its terminations on either side of structure, ending clamps
& fittings, 9 ton insulators assembly and SPS work if any.

The price shall cover erection of all materials for anti-creep including 9 ton insulators assembly
and SPS work if any.
RDSO drawing No. TI/DRG/OHE/GENL/RDSO/00001/12/0 REV ‘0’ or latest,
Ref.ETI/OHE/G/02111 Rev-A dt.23.05.1994 or latest is to be followed for use of catenary wire in
place of GI wire at ACC locations in polluted area as decided by zonal Railways.

15
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM OHE-25


SUPPLY AND ERECTION OF A SECTION INSULATOR ASSEMBLY WITH INSULATORS
AND ASSOCIATED FITTINGS & FASTENERS FOR OHE:

The price shall cover supply, erection and adjustment of all components required for a standard
section insulator assembly (serving both the overhead equipment conductors) including 9 ton
insulator, bar insulator special droppers etc. for supporting the equipment and all terminal fittings
for conductors and the section insulator assembly, dropper wires as required,.

Rly. Id No Description of components Qty. for unit


1 2 3
1120/or SK/436 or 1122 Catenary ending clamp 2 off
&
1123
1192/ETI/OHE/SK/333 Catenary dropper clip assembly As required
6170 Parallel clamp for double contact 12 off
wire
6180 Section insulator dropper 3 sets
assembly
6100 Section insulator assembly To be supplied bythe
6020 9 ton insulator assembly contractor

6110 Bar insulator -do-

SOR ITEM OHE-26


SUPPLY AND ERECTION OF PTFE TYPE SHORT NEUTRAL SECTION ASSEMBLY:
The price shall cover supply, erection and adjustment of PTFE type short neutral sections
assembly. The price shall also cover supply and erection of, all fittings for contact and catenary
wire as necessary including supply of required dropper wire.
SOR ITEM OHE-27
SUPPLY AND ERECTION OF 25 KV S.P ISOLATORS WITH INSULATOR WITH/
WITHOUT EARTH CONTACT ASSEMBLY, WITH/WITHOUT INTERLOCK:
The prices shall cover supply and erection of isolator switches of approved make 1250 Amp
capacity, complete with arcing horns, operating rods, operating rod guides, and mounting base
including supply and erection of 25 KV Solid Core Post and Operating rod insulator.
The price shall also cover supply and erection of a number plate of approved design, supply and
erection of small parts steel work complete with bolts and nuts etc. for support of each isolator
and for support of operating rods on gantries/ masts, jumper connectors and post insulator to
support jumper. The price shall also cover supply and erection of pad lock, integral lock and
interlock if required. The price excludes provision of pipe electrode earthing.
Note: Payment of jumper shall be payable under SOR item OHE-29

16
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM OHE-28


SUPPLY AND ERECTION OF 25 KV DOUBLE POLE ISOLATOR WITH INSULATOR
WITH/WITHOUT EARTH CONTACT ASSEMBLY WITH/ WITHOUT INTERLOCK:
The price shall cover supply and erection of a double pole isolator 1250 Amp capacity complete
with mounting base, operating rod, operating rod guides required for the operation of the isolator,
jumper connectors. The price shall also cover supply and erection of alluminium-copper strips, a
pad–lock, integral lock and interlock if required, a number plate of approved design for each
isolator, supply and erection of small parts steel works for support of isolators and for support of
operating rods on gantries masts including supply and erection of 25 KV Solid Core Post and
Operating rod insulator.

The price shall also cover for supply and erection of an earth contact assembly in the isolator. The
price shall cover the cost of supply and erection of 3 x 25 mm copper connections between earth
contact assembly and the structures.
The price shall cover supply and erection of an inter locking mechanism on an isolator along
with small parts steel if any, to permit working of two or more isolators. The price excludes
provision of pipe electrode earthing.
Note :
1. All Isolators are to be supplied with required numbers of 25 kV operating rod insulators with
complete accessories and small parts steel. Isolator key box of appropriate size shall be
provided for at each station on the section, one number at the nearby OHE depot in charge of
the section and one number at SSP/SP, as desired by the Engineer at site.
2.Payment of jumper shall be payable under SOR item OHE-29.

SOR ITEM OHE 29


SUPPLY AND ERECTION OF ALL TYPES OF COPPER JUMPERS:

The price shall cover the supply of large jumper wire size 105 sq. mm (19/7/1.02mm), small
copper jumper size 50 sq. mm (19/1.80mm), 65 sq. mm Cadmium copper conductor, 5 mm dia.
dropper wire made of annealed 100% pure copper conductor as per RDSO’s spec No. ETI/OHE/3
(2/94) with ‘A’ & ‘C’ Slip No.1 and on a flat rate basis, the supply of all components and fittings
required for providing a flexible, and bolted type terminal connectors wherever required for
connection, including supply of parallel clamps, bi-metallic and aluminium-copper strips,
wherever required, and bolted type terminal connectors wherever required.

The prices shall also cover the erection of the complete jumper assembly including jumper wire.
The price shall not, however, be applicable for jumper connections already included under a
particular item (e.g. OHE-23, OHE-9(a) & (b), CS-5 etc), but shall be applicable for any jumper
connection in any combination between feeders, isolators and booster stations. Continuity jumper
at boom anchor anti-creep will be payable under this item.

17
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM OHE-30


SUPPLY AND ERECTION OF INSULATED CATENARY CABLE IN THE SPAN
UNDER OVER-LINE STRUCTURE:
The price shall cover supply of insulated catenary wire, catenary wire splice (1090) for each
location and required dropper clip and erection of the same for each location. The prices shall also
cover erection and adjustment of special droppers wherever required. The insulated catenary wire
to be supplied shall be as per RDSO’s specification No. TI/SPC/OHE/INSCAT/0000 (04/00) with
A&C No.2(09/16) or latest. The work shall be executed in accordance with drawing
No.ETI/OHE/ SK/570. The price shall also cover the cutting of existing Catenary wire, supply
and erection of all materials and components including adjustment of dropper wires. Insulated
catenary is to be provided under all ROB/FOB as per RDSO maintenance instruction No.
TI/MI/0036 (09/99) Rev ‘0 as directed by RVNL/ Zonal Railway.

SOR ITEM OHE-31


SUPPLY OF MATERIALS AND ERECTION OF A LARGE COPPER JUMPER (160
SQMM) BETWEEN ALUMINIUM BUS/OHE AND CROSS FEEDER WITH ALL
ASSOCIATED FITTINGS:
This jumper shall be provided between 36 mm aluminium bus/OHE and the copper cross feeder at
SSP, SP and FP.
The price shall cover the supply of 160 sq. mm flexible copper jumper wire made of annealed
stranded 100% pure copper conductor as per RDSO’s spec No. ETI/OHE/3 (2/94) with A & C
Slip No.1 or latest, all components and fittings required for providing a flexible copper jumper
160 sq. mm and connection between 36 mm aluminium bus/OHE & copper cross feeder including
terminal connector 19 mm multiple hole bolted type (1009), parallel clamp (1050-3) aluminium-
copper bimetallic strips fasteners etc.
The price shall also cover the erection of the complete jumper assembly including jumper wire,
connectors and fasteners etc.
SOR ITEM OHE-32
SUPPLY AND ERECTION OF SOLID COPPER BUSBAR 18 MM DIA:
The price shall cover supply and erection of solid copper bus bar 18 mm and its terminal
connector. The price shall include bending and shaping of bus bar.
SOR ITEM OHE-33
SUPPLY AND ERECTION OF ALL TYPES OF CONNECTORS REQUIRED FOR
ALUMINIUM/COPPER BUS BAR REQUIRED FOR COMMISSIONING OF
SWITCHING STATIONS WITH FASTENERS.
The price shall cover supply and erection of solid copper bus bar junction and connectors of
various type specified including bolts, nuts etc. required at junction or termination of aluminum
bus bars/solid copper bus bar etc.
SOR ITEM OHE-34
DISMANTLING OF TRACTION STRUCTURES, PORTALS, TTC AND ASSOCIATED
SPS BY CUTTING
The price shall cover on flat rate basis dismantling of OHE structures or portals by cutting the
same from the top of the foundation and handing over the same to the Employer’s Depot. The
price shall also include dismantling of drop arms and booms of the portal and their all associated
fittings like SPS, bonds etc. Crane charges for the purpose are included in the flat rate. The
transportation of dismantled structures shall be payable under item no OHE-13.

18
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM OHE-35


SUPPLY AND ERECTION OF SAFETY ITEMS i. e. FIRE EXTINGUISHERS, SET OF
FIRE BUCKET WITH STAND AND FIRST AID BOX, KEY BOX WITH SUITABLE
KEY CHAIN, LOCKS AND OTHER MISC ITEMS REQUIRED FOR COMMISSIONING
OF SWITCHING STATION:
The price shall cover supply and erection of fire extinguishers, as per details given below
including mounting arrangements. Each set would consist of following and each of 4-litre
capacity.
i. CO-2 type - 01 Nos.
The fire extinguishers supplied shall be of approved brand and as per relevant specification.
The price shall also cover supply and erection of standard first Aid box of made of GI Sheet with
pad lock as approved by the Employer. The list of items/medicines to be supplied along with in
the first aid box shall be obtained from employer/engineer.
The price shall cover supply and erection of six number of fire buckets with stand of standard
size, cover shed, and locking arrangement as per standard practice of concerned Railway and as
approved by the Employer.

The price shall also covers Supply and installation of key box in SSP/SP with suitable key chains
and locks, associated registers of appropriate size in printed profarma (if required in newly
electrified section and as per local Railway practice), 1 no wooden stool of appropriate size,1 no
steel arm cushion chair, gum boots- 1 pair, rubber gloves-1 pair etc as directed by
Employer/Engineer in charge.
The key box shall be of teak wood plank made of size 12inchesx18 inchesx5 inches.

SOR ITEM OHE-36


SUPPLY AND ERECTION OF 25 KV AC DANGER BOARD/DANGER BOARD FOR
HEIGHT GAUGE, PUBLIC/ STAFF CAUTION AND SPECIAL BOARDS BOARD
REQUIRED FOR COMMISSIONING OF OHE/SWSs.
The payment under this item shall cover supply and erection of 25 KV AC danger board, danger
board for height gauge, public/ staff caution boards and special boards on uniform basis as
decided by the engineer. Purchaser will advise the requirement of the various types of boards and
location to contractor. The above payment shall also include supply of necessary clamps, nuts,
and bolts etc., required for the erection of the boards. Caution boards shall be made in bi-lingual
or Hindi/English and vernacular language, where ever required and same will be advised to
contractor. The various types of above boards to be supplied shall be as per the standard size and
standard specification of Railways/RDSO.

This item shall also cover special caution boards to be provided on all departmental vehicles,
track machines, platform shelters as per Railway board letter No. 2009/RE/161/4 FTS-748 dtd.26-
08-14 as per directions of the engineer.
SOR ITEM OHE-37
SUPPLY, ERECTION AND COMMISSIONING OF LIGHT WEIGHT SECTION
INSULATOR ASSEMBLY 25 KV AS PER DRAWING NO.6.2758.0 RDSO SPEC.NO.
TI/SPEC/OHE/LWDSI/007
The price shall cover supply, erection and commissioning of light weight section insulator
assembly of 25 KV including all accessories as per drawing no. 6.2758.0 RDSO spec. No.
TI/Spec/OHE/LWDSI/007

19
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM OHE-38


SUPPLY, INSTALLATION AND COMMISSIONING OF THE MAINTENANCE FREE
EARTH AS PER RDSO SPECIFICATION NO. RDSO/PE/SPEC/PS/0109(REV.O)-2008
INCLUDING ALL MATERIALS etc.
The price shall cover supply, erection and commissioning of a maintenance free earth system as
per RDSO specification no. RDSO/PE/SPEC/PS/0109(REV.O)-2008.The price shall cover the
cost of all the materials required for the earthing system including bond strip size 40x6 mm and
civil works. The price shall include the testing of earth value and painting the particulars on the
concrete box as decided by the engineer.

TRACTION SUBSTATION
SOR ITEM TSS-1
DESIGN AND DRAWINGS FOR 220/27 or 132/27 KV or 110/27 KV TRACTION SUB-
STATIONS INCLUDING FEEDING POST AND CAPACITOR BANK:
The price shall cover on a flat rate basis for preparation and submission of design and drawings
per sub-station, new or existing, including provision of additional bay, for erection of transformer
and associated equipments, replacement of existing transformer with new one, augmentation of
existing bus bars and various type of connectors and terminals, per feeding station in addition to
site survey, investigation of soil bearing pressure and soil resistivity, preparation and submission
of cross section drawings, preparation and submission of general arrangement drawings, detailed
layout of equipment, bus-bar connections and insulators, layout of cable trenches outdoor and
inside the control room, layout of earthing system and earth connections, layout of earth screen
wire, design of supporting structures for 132 kV/27 kV equipments, detailed designs and drawings
for steel work and structural support, suitable concrete pedestals, and foundation plinths for
equipment and drawings for equipments, components, fittings and materials and approval of the
same by the Employer.
The prices shall also cover on a flat rate basis for preparation of all designs and drawings required
in connection with supply, erection, testing and commissioning of Shunt Capacitor equipment at
the traction sub-stations. The price shall cover on a flat rate basis cost of site survey, investigation
of soil bearing pressure and soil resistivity, preparation of cross section drawings, general
arrangement drawings, detailed layout of equipments, bus bar connections and insulators, layout
of cable trenches out door and inside the control room, earthing system and earth connection
layout, and design of supporting structures.

The price shall also include supply of required number of copies in soft and hard copies in Auto
Cad with one tracing on RTF paper of designs, drawings, technical booklets of proposed/approved
and completion drawings (as erected) per substation, feeding station and capacitor bank as
mentioned in the tender specifications.

The price shall also cover supply of associated maintenance/record registers of appropriate size in
printed pro-farma (if required in newly electrified section and as per local Railway practice) etc as
directed by Employer/Engineer in charge.
NOTE: The design for Oil Soak pit and drain water sump will also be got approved from the
Employer.

SOR ITEM TSS-2 : DELETED

20
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM TSS-3


CONSTRUCTION OF BAFFLE WALL COMPLETE WITH REINFORCEMENT, BRICK
WORK, PLASTERING ETC.:

The price shall cover excavation and construction of brick baffle wall as per RDSO Drg. No.
ETI/C/0213 for wind pressure upto 112.5 kgf/sqm.. The price shall include supply of steel for
reinforcement and other materials. The price shall also include bending/binding and laying of
reinforcement, shoring, shuttering and scoff-folding arrangement, required for the construction of
baffle wall and its curing. The price shall include dismantling of all connected temporary
arrangements, back filling required and removal of soil. The price shall also include the plaster
(12mm thickness with cement mortar 1:4 mix) on the baffle wall. The price shall also include
dismantling of all connected temporary arrangements and removal of soil. The price shall include
the cost of cement also. For RCC baffle wall as per RDSO Drg. No. ETI/C/0214 for wind
pressure upto 150 kgf/sqm, the payment shall be made under CS-8.

Note for TSS- 3


(1) The prices under this item shall be the same for any shape or size of concrete blocks, & brick
wall. In calculating the individual volume of concrete and brick wall fraction of a cubic meter
beyond the third decimal shall be rounded off to the nearest third decimal.
(2) For purpose of computation of volume of concrete and brick wall under this item, the volume of
steel work embedded in the foundation block or muff shall be ignored.
(3) The prices shall include cost of embedded drain pipes, conduits for cable or earthing flats
wherever necessary.
(4) Dowel bars in special foundations and nominal reinforcement in other foundations will be
necessary. Such nominally reinforced in other foundation will be payable under Item TSS-3.
The steel for nominal reinforcement and dowel bars will be supplied by the Contractor and the
concrete mixture in such a case shall be same as for the normal foundations i.e. 1:3:6.
(5) At each Traction substation one number Oil soak pit for main transformer and one drain water
sump for the cable trenches will be provided by the contractor.
SOR ITEM TSS-4 (a)
SUPPLY, ERECTION, TESTING & COMMISSIONING OF 132 KV DOUBLE POLE SF-
6 GAS CIRCUIT BREAKER WITH INTERLOCK:

The price shall cover supply and erection of 132 kV double pole SF-6 Gas Circuit Breakers,
complete with operating mechanism, all fittings and accessories including terminal connectors as
per TI/SPC/PSI/HVCB/0120 (June, 2014) with A&C slip No. 1 & 2 (Oct 2016) or latest. The
price shall cover grouting the supporting frame and Mechanism box on the foundation block and
mounting of other accessories in their respective places.
It shall also cover the testing and commissioning of the Circuit Breaker. The price shall also cover
the supply and erection of an enamelled number plate. The Contractor shall make his own
arrangement for filling of the SF-6 gas and power supply required for testing purpose. All
necessary tools, equipments, instruments required for carrying out necessary checks, tests and
commissioning shall be arranged by the Contractor.
The price shall cover erection of an Interlocking Mechanism on an Isolator to permit working of
an Isolator and or earthing blade assembly in a desired sequence. The price shall include supply
and erection of interlock for Circuit Breaker.

21
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM TSS-4 (b)


SUPPLY, ERECTION, TESTING & COMMISSIONING OF 220 KV DOUBLE POLE SF-
6 GAS CIRCUIT BREAKER WITH INTERLOCK:
Same as for item TSS-4(a) except that the price shall cover supply, erection, testing &
commissioning of 220 KV Double Pole SF-6 gas Circuit Breaker with Interlock.

SOR ITEM TSS-5(a)


SUPPLY AND ERECTION OF 132 KV DOUBLE POLE ISOLATORS (MANUALLY
OPERATED):
The price shall cover supply & erection and connecting of a 132 KV Double Pole Isolator with a
manually operated mechanism complete with mounting base and all accessories required for its
operation including terminal connectors. The price shall include supply and erection of an
enamelled number plate and padlock. The price shall include mounting of the Isolator and the
operating rod in position and their alignment for smooth and trouble free operation. The prices
shall also include the cost of 132 kV solid core post insulator, operating rod and earthing blade
assembly for 132 kV Isolators.

SOR ITEM TSS-5(b)


SUPPLY AND ERECTION OF 220 KV DOUBLE POLE ISOLATORS (MANUALLY
OPERATED):
Same as for item TSS-5(a) except that the price shall cover supply and erection of 220 KV Double
Pole Isolators (Manually operated).

SOR ITEM TSS-6(a)


SUPPLY & ERECTION OF 132 KV CURRENT TRANSFORMER ASSEMBLY (400-
200/5A):
The price shall cover supply & erection and commissioning of a 132 kV Current Transformer
(400-200/5A) complete with all fittings and accessories including terminal connectors. It shall
also include mounting of the transformer in position, and supply and erection of an enamelled
number plate as per the drawing ETI/PSI/P/7528.

SOR ITEM TSS-6(b)


SUPPLY & ERECTION OF 220 KV CURRENT TRANSFORMER ASSEMBLY (200-
100/5A):
Same as for item TSS-6(a) except that the price shall cover supply and erection of 220 KV
Current Transformer assembly (200-100/5A).

SOR Item TSS- 6(c)


SUPPLY & ERECTION OF 110 KV Current Transformer (400-200/5A):
Same as for item TSS-6(a) except that the price shall cover supply and erection of 110 KV
Current Transformer assembly (400-200/5A).

SOR Item TSS- 6(d)


SUPPLY & ERECTION OF 132 KV CURRENT TRANSFORMER ASSEMBLY (1200-
800-400/5-5-5A
Same as for item TSS-6(a) except that the price shall cover supply and erection of 132 KV
Current Transformer assembly (1200-800-400/5-5-5A) as per RDSO’s specification ETI/PSI/117
(7/88) with A&C Slip no 1 to 9.

SOR ITEM TSS-7(a)

22
RVNL/ADI/RE/PNU-SIOB/2018/01

SUPPLY & ERECTION OF 120 KV LIGHTNING ARRESTOR:


The price shall cover supply & erection and connecting up of a 120kV Lightning arrestor with
surge counters and leakage current monitor complete with all fittings and accessories including
terminal connector. It shall also include mounting of the Lightning arrestor in position and supply
and erection of enamelled number plate.

SOR ITEM TSS-7(b)


SUPPLY & ERECTION OF 198 KV LIGHTNING ARRESTOR
Same as for item TSS-7(a) except that the price shall cover supply and erection of 198 KV
Lightning Arrestor.
SOR Item TSS- 7(c)
SUPPLY, ERECTION, TESTING & COMMISSIONING OF 96 KV, LIGHTNING
ARRESTOR
Same as for item TSS-7(a) except that the price shall cover supply and erection of 96 KV
Lightning Arrestor.
SOR ITEM TSS -8(a)
SUPPLY, ERECTION, TESTING & COMMISSIONING OF 25 KV SINGLE POLE
VACUUM CIRCUIT BREAKER WITH INTERLOCKING:
The price shall cover supply and erection of 25 kV Vacuum Circuit Breaker (1600 Amp Rating)
complete with operating mechanism, all fittings, and accessories including terminal connectors.
The price shall cover grouting the supporting frame and mechanism box on foundation block and
mounting of other accessories in their respective places. It shall also cover, testing and
commissioning of the circuit breaker. The price shall also cover the supply and erection of an
enamelled number plate. The Contractor shall make his own arrangement for power supply
required for testing purpose. The price shall also include supply of interlocks and shall be
applicable individually for each, Circuit Breaker. The supply of vacuum circuit breaker shall be as
per RDSO specification No. TI/SPC/PSI/LVCBIN/0120(Rev.0) Dec 2013 with A&C slip No. 1
(Oct 2016) or latest.

SOR Item TSS- 8(b)


SUPPLY, ERECTION, TESTING & COMMISSIONING OF 25 KV SINGLE POLE
VACUUM CIRCUIT BREAKER (2000 Amps rated current) WITH INTERLOCKING:
Same as SOR item TSS-8(a) except current rating of CB shall be 2000 amps with relevant RDSO
specifications.

SOR ITEM TSS -9(a)


SUPPLY & ERECTION OF 25 KV CURRENT TRANSFORMERS (1500-750/5A):
The price shall cover supply & erection and connecting of a 25 kV Current Transformer (ratio
1500-750/5A) complete with all fittings and accessories including terminal connectors. It shall
include mounting of the transformer in position and supply and erection of an enamelled number
plate. The price shall also include the cost of small parts steel work if any.

SOR Item TSS-9(b)


SUPPLY & ERECTION OF 25 KV CURRENT TRANSFORMERS (3000-1500/5A):
Same as TSS-9(a) except rating of CT shall be 3000-1500/5A.

SOR Item TSS- 9(c)


Supply & erection of 25 kV Current Transformers (200-100/5A):

23
RVNL/ADI/RE/PNU-SIOB/2018/01

Same as TSS-9(a) except rating of CT shall be 200-100/5A as per RDSO’s specification


ETI/PSI/90(6/95) Rev. 4(Jan’03).

SOR ITEM TSS-10


SUPPLY, ERECTION, TESTING AND COMMISSIONING OF NUMERICAL
CONTROL & RELAY PANEL SUITABLE FOR DOUBLE TRANSFORMER
TRACTION SUB -STATIONS OF 220/27 or 132/27 KV or 110/27 KV:

The price shall cover supply, erection, testing and commissioning of Control & Relay Panel
complete with RDSO approved Numerical Type protective relays for Control, monitoring and
protection in the traction sub-station comprising of 132 and 25 KV circuit breakers, 25 KV
interrupters and 132/25 Kv single phase transformers, sub-station equipments, 25 KV over head
equipment (OHE) feeders, shunt capacitor banks and transmission lines (if applicable) as per
RDSO specification No TI/SPC/PSI/PROTCT/6071(02/15) with latest version.
The prices shall also include protective relays for 132 Kv and 25 Kv circuit breakers, interrupters,
isolators complete with all wiring, control switches, meters, protective and auxiliary relays, mimic
panels and suitable size rubber mat in front and back etc. including erection , alignment, grouting
and earthing of the panel in position and all connection for its commissioning. The control panel
shall cater for a TSS having two bays of HV & LV side associated equipments along with 02
feeder circuit breakers.
SOR ITEM TSS-11
SUPPLY & ERECTION OF TUBULAR ALUMINUM BUS BARS 50MM X 39MM DIA:

The price shall cover supply and erection per meter length of 50x39mm dia. Aluminum tube to
serve as bus bar or equipment to equipment bus bar connection in the traction sub-station,
wherever required. The price shall include bending, shaping and connecting /clamping of the
Aluminium tube to the equipment terminals/ bus bar supports as required.
NOTE- For purpose of payment for this item fraction of a meter in the total length used at a sub-
station shall be rounded off to the nearest meter (0.5 m and below being ignored).

SOR ITEM TSS-12


SUPPLY & ERECTION OF ‘ZEBRA’ ACSR CONDUCTOR:

The price shall cover supply and erection per meter length of 61/3.18 mm (ZEBRA ACSR)
conductor to serve as bus bar or equipment to equipment bus bar connection in the traction sub-
station, wherever required. The price shall include straightening, shaping and connecting /
clamping of the conductor to the equipment terminals /bus bar supports as required.
NOTE: For purpose of payment, the length of aluminum conductor strung as bus-bar between
gantries shall be taken as horizontal distance between the interfaces of the gantries. The total
length used at a sub-station shall be rounded off to the nearest meter (0.5 m and below being
ignored).

SOR ITEM TSS-13


SUPPLY & ERECTION OF ALL CONNECTORS, BUS SPLICE & TEE CONNECTORS
etc REQUIRED FOR COMMISSIONING OF TSS EQUIPMENTS:

24
RVNL/ADI/RE/PNU-SIOB/2018/01

The price shall cover supply and erection of a busbar junction and connector of the type specified,
including bolts, nuts, lock nuts, washers etc. required at the junction of bus bars. The price shall
also include supply and erection of ALCU bimetallic strip, if required, to be provided at the
junction.

NOTE:
1) For purpose of payment for this item fraction of a meter in the total length used at a sub-station
shall be rounded off to the nearest meter (0.5 m and below being ignored).
SOR ITEM TSS-14
SUPPLY & ERECTION OF COPPER JUMPER WITH FITTINGS AND FASTENER
REQUIRED FOR TSS:
The price shall cover, on a flat rate basis, the supply and erection of jumper wire complete with
all components and fittings required for providing a flexible copper jumper connection, including
parallel clamps, bi-metallic and Aluminum -Copper strips, wherever required, and terminal or Tee
clamps at either end, including jumper wire.

The price shall be applicable for any jumper connection in any combination between feeders, L.T.
Transformers drop out switch, lightening arrestors for overhead equipments, isolators for
overhead equipment and out going bus bars for switching stations.

SOR ITEM TSS-15 (a)


SUPPLY & ERECTION OF 110/132 KV SUPPORT INSULATORS WITH FITTINGS
AND FASTENERS:

The price shall cover supply and erection of 132 kV support insulators complete with fixing bolts,
nuts and studs, busbar jumper, clamps for clamping the bus bar and SPS, if required.
SOR ITEM TSS-15 (b)
SUPPLY & ERECTION OF 220 KV SUPPORT INSULATORS WITH FITTINGS AND
FASTENERS:

Same as for item TSS-15(a) except that the price shall cover supply and erection of 220 KV
Support insulators with fittings and Fasteners.

SOR ITEM TSS-16


SUPPLY & ERECTION OF 25 KV SUPPORT INSULATORS WITH FITTINGS AND
FASTENERS:

The price shall cover the supply and erection of a 25 kV solid core post insulator to support
Aluminium bus bars. It shall include supply of fixing bolts, nuts, locknuts, washers and studs etc.
It shall also cover-erection of all components required for the assembly including post insulator,
Busbar jumper, clamps for clamping the busbar and SPS, if required.
SOR ITEM TSS-17(a)
SUPPLY & ERECTION OF 110/132 KV TERMINATION WITH/WITHOUT ADJUSTER
COMPLETE WITH DISC INSULATORS:
The price shall cover supply and erection of all materials for the termination of a single ACSR

25
RVNL/ADI/RE/PNU-SIOB/2018/01

conductor (61/3.18 mm ZEBRA) strung between gantries/portals, including anchor fittings, single
clevis assembly, adjuster, anchor double straps, string of 12 nos. of 280mm (11”) Disc Insulators,
strain clamps and arcing ring and other fittings to complete the assembly. The assembly shall be
of breaking strength of not less than 11500 kgf.

SOR ITEM TSS-17(b)


SUPPLY & ERECTION OF 220 KV TERMINATION WITH / WITHOUT ADJUSTER
COMPLETE WITH DISC INSULATORS:

Same as for item TSS-17(a) except that the price shall cover supply and erection of 220 KV
Termination with/without adjuster complete with suitable number of disc insulators.
SOR ITEM TSS-18
SUPPLY, ERECTION AND COMMISSIONING OF LOW MAINTENANCE LEAD ACID
BATTERIES SET WITH 2 NOs. OF SUITABLE BATTERY CHARGER:

The price shall cover supply and erection of a 110 V, 200 AH low maintenance type lead acid
battery complete with stand as approved by engineer and accessories as mentioned in relevant
specification and a tool board with thermometer, hydro meter. The price for erection shall include
installation, connecting up, filling up of electrolyte, initial/final charging, and commissioning of
the battery.
The price for erection shall also include grouting of the chargers in position or mounting it on the
wall and connecting it to 240V single phase AC supply.

SOR ITEM TSS-19


SUPPLY, ERECTION AND COMMISSIONING OF 240V AC AND 110 V D.C.
DISTRIBUTION BOARDS IN THE CONTROL ROOM:

The price shall cover supply and erection of a 240V AC distribution board in the control room. It
shall include the grouting of the framework of the distribution board in position or mounting it on
the wall and necessary connections.
The price shall also cover supply and erection of a 110 VDC distribution board in the control
room. The price shall include the grouting of the frame work of the distribution board in position
or mounting it on the wall and necessary connections.
SOR ITEM TSS-20
SUPPLY AND ERECTION OF EARTH ELECTRODE:
The price shall cover supply and erection of an earth electrode, a typical drawing of which is
included in RVNL’s technical specification. The price shall cover the provision of a protective
concrete box with removable cover as shown in the drawing. The price shall include the testing of
earth value and painting the particulars on the box.
SOR ITEM TSS-21
SUPPLY AND ERECTION OF EARTH LEADS 75 X 8 MM MILD STEEL FLAT LAID
IN THE GROUND OR EXPOSED AS PER SITE REQURIMENT:
The price shall cover supply and installation per meter length of 75x8mm mild steel flat, buried at
a depth of 60 cm below ground level. The price shall also cover connections of the steel flats to
the earth electrodes to constitute the main earth ring and to the earthed terminals of the power

26
RVNL/ADI/RE/PNU-SIOB/2018/01

transformers etc. as required.


The price shall also cover supply and installation per meter length of 75x8 mm mild steel flat,
painted all around with two coats of painting with red oxide and two coats of colour grass green
shade-218 of IS:5 passing through cable trench or exposed above ground level. The price shall
also cover the connections of the steel flats to the earth electrodes, to constitute the main earth
ring and to the earthed terminals of the various equipments as required.

SOR ITEM TSS -22


SUPPLY AND ERECTION OF EARTH LEADS 50 X6 MM MILD STEEL FLAT LAID IN
THE GROUND OR EXPOSED AS PER SITE REQURIMENT:

The price shall cover supply and installation per meter length of 50x6mm mild steel flat buried at
a depth of 60cm below ground level. The price shall also cover connections of the steel flats to the
main earth ring and to the steel structures and metallic frame work/ terminals of various
equipments, as required.
The price shall cover supply and installations per meter length of 50x6 mm mild steel flat painted
all around with two coats of painting with red oxide and two coats of colour grass green shade-
218 of IS:5 passing through cable trench or exposed above ground level. The price shall also
cover the connections of the steel flats to the main earth ring and to the steel structures and
metallic frame work/terminals of various outdoor equipments as required.

SOR ITEM TSS-23


SUPPLY AND ERECTION OF 8 SWG G.I. WIRE FOR EARTHING:

The price shall cover supply, shaping and erection of 8 SWG G.I wire per metre used for earthing
of control panels, LT, AC and DC distribution boards, battery chargers, etc. at sub-station control
rooms. The requirement of fencing panel earthing to the nearest fencing upright shall also be
included and paid for under this item.

SOR ITEM TSS -24


SUPPLY AND ERECTION OF 32 MM DIA MS ROD FOR EARTH MAT:
The price shall cover supply and installation per meter length of bare mild steel rod of dia 32mm
to be buried at a depth of 60cm, below the ground level to form the earthing grid & connected to
earth electrodes. The price shall also cover jointing of the MS. rods to form earthing grid and
connection to MS. flats for system earthing.
NOTE FOR SOR ITEM TSS-21,22,23 and 24: For the purposes of payment, fraction of a
meter in the total length of earth lead of each type used at a substation shall be rounded off to the
nearest metre (0.5m and below being ignored).
SOR ITEM TSS -25
SUPPLY & ERECTION OF EARTH SCREEN WIRE INCLUDING TERMINATION:

The price shall cover supply and stringing per meter length of 19/2.5mm (70 Kg/mm2) galvanized
steel stranded wire. It shall include the supply and erection of suitable terminations using strain
clamps adjuster (on one side only) etc. It shall also include connecting by means of suitable
terminal spades, the end of the earth screen wire to the main members of the columns of portals
gantries across which these wires are strung or to 50x6mm MS. flat earth leads. For purposes of
payment the clear span between the structures on which earth wire is run shall be adopted. The
clear span will be rounded off to the nearest meter (0.5m and below being ignored).

27
RVNL/ADI/RE/PNU-SIOB/2018/01

SOR ITEM TSS-26 (a)


SUPPY, ERECTION, TESTING & COMMISSIONING OF 132/27 KV, 21.6/30.24 MVA
ONAN/ONAF, SINGLE PHASE TRACTION POWER TRANSFORMERS:
The price shall include the cost of supply, erection, testing and commissioning of transformer
with all accessories, 132 and 25 KV side bushings, cooling fans etc as per latest RDSO
specifications. Price includes loading, unloading of transformer and bringing it to the erection site
for commissioning. The Contractor shall bring the transformer on to its correct position on the
foundation and erect all the accessories, check up the alignment and make connections of HV and
LV terminals to the 132 kV and 27 kV busbars. The Contractor shall carry out oil filtration and
pre-commissioning tests as approved by the Employer and commission the transformers strictly in
accordance with the instructions of the transformer manufacturer or his commissioning Engineer
at site to the complete satisfaction of the Employer. The Contractor shall be held responsible to
ensure that the work is carried out to the highest standards, in accordance with the relevant codes
of practice and any special conditions/guidelines/requirements as laid down by the manufacturer
of the transformer are properly complied with. Contractor shall notify the manufacturer regarding
likely date of commissioning, one month in advance, so that the manufacturer can depute his
representative if so desired by him at his own cost, for warranty obligation purposes.
Notwithstanding availability of manufacturer’s representative or otherwise, it shall be contractor’s
responsibility to ensure that the equipment is commissioned as per laid down procedure.
However, in case of any extra cost being incurred in this regard, due to delay on the part of the
Contractor the same shall be recovered from the Contractor. The Contractor shall make his own
arrangements for oil filtration equipment as well as power supply required for the same. All
necessary tools, equipment, instruments required for carrying out necessary checks and tests and
commissioning of the transformer shall be arranged by the Contractor.

SOR ITEM TSS-26 (b)


SUPPY, ERECTION, TESTING & COMMISSIONING OF 220/27 KV, 21.6/30.24 MVA
ONAN/ONAF, SINGLE PHASE TRACTION POWER TRANSFORMERS:

Same as for item TSS-26(a) except that the price shall cover supply, erection, testing and
commissioning of 220/27 KV, 21.6/30.24 MVA ONAN/ONAF, single phase Traction Power
Transformer.

SOR Item TSS- 26(c)


SUPPY, ERECTION, TESTING & COMMISSIONING OF 110/27 KV, 21.6/30.24 MVA
ONAN/ONAF, SINGLE PHASE TRACTION POWER TRANSFORMERS:

Same as for item TSS-26(a) except that the price shall cover supply, erection, testing and
commissioning of 110/27 KV, 21.6/30.24 MVA ONAN/ONAF, single phase Traction Power
Transformer.The transformer should be as per RDSO specification No. ETI/PSI/118 A&C-10 or
latest.

SOR Item TSS- 26(d)

28
RVNL/ADI/RE/PNU-SIOB/2018/01

SUPPY, ERECTION, TESTING & COMMISSIONING OF 132/27 KV, 30/42 MVA


ONAN/ONAF, SINGLE PHASE TRACTION POWER TRANSFORMERS

Same as for item TSS-26(a) except that the price shall cover supply, erection, testing and
commissioning of 132/27 KV, 30/42 MVA ONAN/ONAF, single phase Traction Power
Transformer as per RDSO Specification No.TI/SPC/PSI/30TRN/2070 or latest with latest
amendments.

SOR ITEM TSS-27(a)


SUPPLY AND ERECTION OF 25 KV DOUBLE POLE ISOLATORS (1600A) WITH
INSULATORS:

The price shall cover the supply and erection, alignment and connecting up 25 kV Double Pole
Isolator (1600Amp capacity) complete with mounting base, operating rod, operating mechanism
and all accessories required for its smooth and trouble free operation. The price including solid
core Post Insulator, operating rod insulator etc. Price shall also cover supply and erection of an
enamelled number plate and a pad lock for each Isolator, Bus bar connector provided for making
connection to Isolator terminal pad shall be paid under Item TSS-13.
SOR Item TSS- 27(b)
SUPPLY AND ERECTION OF 25 KV DOUBLE POLE BUS COUPLER ISOLATORS
(3150A) WITH INSULATORS:
Same as for item TSS-27(a) except that the DP isolator shall be of 3150 amps capacity.
SOR ITEM TSS-28(a)
Supply & erection of 25 kV Single Pole Isolators (1600A) with insulator:

Same as for item TSS-27(a) except that the price shall cover supply and erection of single pole
Isolator 1600 amps capacity instead of double pole Isolator
SOR Item TSS-28(b)
SUPPLY & ERECTION OF 25 KV SINGLE POLE ISOLATORS (3150A) WITH
INSULATORS :
Same as for TSS-27(a)except that the price shall cover supply and erection of single pole Isolator
of 3150 amps capacity instead of double pole Isolator.
SOR ITEM TSS-29
Supply, Erection, Testing & Commissioning of 25KV shunt capacitor bank of 2400 KVAR
rating including low loss series reactor, 25KV Neutral Current Transformer (NCT) etc.
The lump sum price shall cover supply, erection, testing and commissioning of 2400 KVAR at 25
KV (i.e. 5500 KVAR at 40 KV) shunt capacitor bank at Traction substations, complete with
capacitor unit internal fuses, discharge devices, rack insulator assembly, interconnector between
units, insulators, suitable earthing lugs including terminal connectors and other material and hard
ware required for satisfactory working of the unit. It shall also include mounting of the capacitor
bank on the supporting structures and its connecting up to other equipments. Payment for
supporting structures shall be made under item no CS-9 of schedule 30. The contractor shall
carry out pre-commissioning tests as approved by the purchaser and commission the shunt
capacitor bank strictly in accordance with the instructions of the shunt capacitor bank
manufacturer or his commissioning Engineer at site to the complete satisfaction of the purchaser.
The contractor shall be held responsible to ensure that the work is carried out to the highest
standards, in accordance with relevant code of practice and any special conditions/ guidelines/
requirements as laid down by the manufacturer of the shunt capacitor bank are properly complied

29
RVNL/ADI/RE/PNU-SIOB/2018/01

with. The contractor shall notify the manufacturer regarding likely date of commissioning, one
month in advance so that the manufacturer can depute his representative, if so desired by him, at
his own cost, for warranty obligation purposes. Notwithstanding availability of manufacturer’s
representative or otherwise it shall be contractor’s responsibility to ensure that the equipment is
commissioned as per laid down procedure. All necessary tools, equipments, instruments required
for carrying out necessary checks and commissioning of the shunt capacitor bank shall be
arranged by the contractor.
The price shall cover supply, erection & connecting up of series reactor suitable for 5500 KVAR
rating (at 40KV) capacitor bank complete with all fittings and accessories including connectors. It
shall include mounting of the series reactor in position.
The price shall cover supply, erection of 25kv neutral current transformer for protection of the
capacitor bank. The price shall also cover connecting of neutral current transformer with capacitor
bank and control and relay panel. It shall also cover mounting of the neutral current transformer
on the supporting frame.
The price shall cover connecting up of control panel with protective and auxiliary relays for
circuit breakers, instrument transformers and capacitor bank as per RDSO latest specifications
with all wirings control switches and mimic diagram. LEDs annunciation labels, alarm
cancellation push buttons and local/remote switches. It shall also include cost of wiring/terminal
blocks required for providing the facility of remote operation. The price for erection shall include
alignment and grouting of the panels in positions and all necessary connection to bring the control
panel in operation. It shall also include the cost of connecting the frame of each control panel to
the earth bus inside the control room and suitable size rubber mat in front and back. The price of
control and relay panel for shunt capacitor bank is included in TSS-10.

SOR Item TSS- 30

EXCAVATION OF EARTH TO THE DEPTH OF 2 METERS BELOW GROUND LEVEL


FOR BURYING 13 MTRS LONG RAIL AND CONNECTED IT AS PER RDSO
DRAWING(RAIL WILL BE SUPPLIED BY RVNL)
The price under this item shall cover the cost of excavation of earth 13 meters in length and two
(02) meters in depth below ground level. The price shall also cover the cost of burying 13 meters
long rail and connecting it with mat in TSS/switching station as per latest RDSO drawing (Rail
will be supplied by RVNL) butexcluding MS flat. The price shall also cover the cost of loading,
unloading and transportation to site of work of rail. Price shall NOT cover the cost of supply of
earth flat required for connection to buried rail which is covered under item TSS-21.

SOR Item TSS-31 (a), (b)

SUPPLY, ERECTION, TESTING AND COMMISSIONING OF A 110/132 KV


POTENTIAL TRANSFORMER:
The price shall cover supply, erection, testing and commissioning of a 110/132 KV Potential
transformer outdoor, single phase for indication purpose complete with all fittings and accessories
as per latest RDSO specification, including terminal connectors, base angles and fixing bolts. The
price for supply and erection shall include proper alignment of the transformer in position. The
price shall also cover the supply and erection of an enameled number plate and fixing bolts. The
price shall include the cost of any other small parts steel work.
SOR Item TSS- 32

30
RVNL/ADI/RE/PNU-SIOB/2018/01

DISMANTLING AND SHIFTING OF TRACTION TRANSFORMER

The price shall cover all the cost of dismantling of complete old traction power transformer of any
capacity with oil including its associated items like HV and LV bushings, radiators, cooling fans
etc and shifting them at desired vacant place in the substation in correct position as directed by
employer at site. The cost includes provision of track upto required length if required at site (Rail,
sleeper, clips will be supplied by RVNL). Price includes required tools, tackles and road crane
required for the work etc.
SCHEDULE 29000 (SCADA)
1. Supply, erection, testing, protocol of hardware, software, communication cable, colour
codes of cable and various parameters of each of the schedule item, shall conform to
RDSO’s Specification No. TI/SPC/RCC/SCADA/0130/Rev.2 (07/2016) with A&C no. 1
or latest with up to date amendments issued by RDSO and shall be obtained by the
contractor. SCADA shall be suitable to match and interface with existing SCADA of
RCC.
2. The complete SCADA system shall be supplied, erected and commissioned through
Railway’s approved vendors. The vender’s list is updated by RDSO/CORE Allahabad
and shall be valid for the contractual period. Vendors under trial period shall not be
considered for this project.
3. Supply of furniture as per RDSO specifications, equipments and components and supply
of special tools and plants as per the schedule rate shall be done in consultation with the
Engineer/RVNL at site/RCC Centre. Items and costs are as per explanatory notes under
relevant items.
SOR Item SCADA-1
Preparation and supply of Design & Drawing for SCADA at RCC, TSS, SP & SSP.

Price shall cover the cost of Design & Drawing for SCADA and shall give all details of
various items of equipment at remote control center and the controlled stations with
updated equipment numbering and shall comply with details of RCC center, the various
interface with the main computer and the monitor/console on which traction power
controllers will monitor status and execute the commands and ensure correct execution
and tele-signals from control centre to various remote controlled posts and vice-versa.
The drawing shall show the details of TSSs, SPs & SSPs with details of RTUs, layout of
equipments, cable colour codes, tag numbers, terminals numbers, in addition to various
tele-commands & tele-signals and panel indication. All drawings shall be got approved
by the client/engineer and Railways before commencement of execution. All the ‘as
erected’ drawing & design in soft copies in CDs and hard copies six numbers of each
drawing shall be handed over to the purchaser for final approval.

SOR Item SCADA-2


Supply, Erection, Testing&commissioning of SCADA equipments for RCC as per
RDSO latest specifications.
The price shall include the Supply, erection, testing & commissioning of standard
Supervisory Control and Data Acquisition system (SCADA) equipments (Master Station
Equipments) at RCC, including EMS as per RDSO Specification. The price shall also
cover all items/equipments required for Master Station as mentioned like printers,

31
RVNL/ADI/RE/PNU-SIOB/2018/01

modems, cables/LAN network etc. (excluding UPS, battery set and furniture) in the
RDSO Spec. (Section-2)

SOR Item SCADA-2(a)


Supply,Installation& Testing of standard SCADA software.

The price shall cover Supply, Installation& testing of standard SCADA software and
EMS Software as per RDSO latest Specification including the license fee for the supply
and installation of Standard Electric Traction SCADA Software. The successful tenderer
has to purchase this from the RDSO approved supplier for standard software as per latest
RDSO Specification.

SOR Item SCADA-3 (a)(b)(c)

Supply, Erection, Testing &commissioningof RTU’s as per latest RDSO


specificationsfor FP/TSS, SP, TSS.

The price shall cover for Supply, erection, testing & commissioning of RTUs as per latest
RDSO Specification each controlled station listed in the Specification. The price shall
cover on a flat rate basis the cost of Remote Terminal Units per controlled station. The
price shall also cover the cost of power supply units,modem, memory units, digital
input/output module, interposing Contactors, surge arrestors and the steel cubicles
required for housing the RTUs, cost of interconnecting cables and wiring etc., and all
materials necessary for proper functioning of the RTUs. The price shall also cover testing
of materials and equipments at the manufacturer's works. The RTU shall be supplied in
accordance with RDSO’s standard specification shall be capable of working on standard
communication protocol as defined in the specification.

The price shall also cover the cost of supply of catenary Voltage, indication circuits,
under voltage circuits, voltage failure circuits and necessary interposing
Contactors/relays/optocouplers to meet the requirements of RDSO’s specification. The
number of tele-signals given against each of the controlled stations in the Schedule does
not include the tele-signals required for signaling defects in the operation of remote
control equipment. The cost shall also include the provision of these tele-signals.

Prices shall also cover provision of separate earthing of communication cable shield
atcontrolled stations:

NOTES: RTUs supplied for the controlled posts shall include the necessary
transducers,summation CT'S, PT, supply change over arrangement, digital analogue input
modules, limit settings, modems, CPU cards, power supply unit, surge arrestor, relays
and contactors etc. At Traction sub-stations and SPs for different analogue parameters
and measurements as per mentioned in the specifications.
SOR Item SCADA-4

32
RVNL/ADI/RE/PNU-SIOB/2018/01

Supply, Erection & Testing &commissioning of400AH Maintenance free/Low


Maintenance type Lead Acid battery.
The price shall cover Supply, erection, testing & commissioning of 180V, 400AH, Low
Maintenance Lead Acid Battery Sets of suitable voltage and adequate Amp. Hrs. capacity
to work with UPS as per RDSO Spec. or latest and shall be complete with all parts and
accessories including stand and a tool board required for its efficient operation.

SOR Item SCADA-4 (a)

Supply, erection, testing & commissioning of 2x5 kVA dual redundant hot standby
UPS System as per latest RDSO specification.

The price shall cover Supply, erection, testing & commissioning of 2x5 kVA dual
redundant hot standby UPS System so as to meet the requirements, as enumerated in
RDSO standard specification.

SOR Item SCADA-5


Supply & Erection of Furniture at RCC

The lump sum price shall cover the Supply & Erection of RCC Furniture for operators to
work independently and shall meet the requirements as enumerated in RDSO standard
specification or latest as per site requirements approved by Engineer. The price shall
include all control accessories required to be provided at the console Desk except for the
colour VDUs with their Keyboards and Data Logging printer including necessary items if
any.

SOR Item SCADA-6


.
Modification/up gradation, testing & commissioning in existing standard SCADA
software at RCC Equipments for configuration, integration/ hooking up of
additional RTUs of adjacent section i.e- RCC,TSS,SP and SSP
The price shall cover Modification/up gradation, testing & commissioning in existing
standard SCADA software at RCC Equipments for configuration, integration/hooking up
of additional RTUs of adjacent section including any associated work for hooking up &
satisfactory operation of RTUs with Master Equipments/RCC as per particular
specification of the tender.

SOR Item SCADA-7


Supply and Erection of GPS Receiver with 3 nos digital clock at RCC
The price shall cover Supply, erection, testing & commissioning of GPS Receiver with 3
nos.digital clock at RCC including all items required as mentioned in the RDSO
Specification.

SOR Item SCADA-8


Supply, Erection, Testing and commissioning of Hardware & Software for TPC/Head

33
RVNL/ADI/RE/PNU-SIOB/2018/01

quarter and Railway Board.

The price shall cover Supply, erection, installation & testing of Hardware & standard
SCADA software as per latest RDSO Specifications for TPC/HQ including all its
accessories, interfacing equipments, connecting cables etc. required for its efficient
operation.

SOR Item SCADA-9

Supply of 10% spare cards for operation & maintenance.

The price shall cover Supply of 10% Spare Cards for Operation &Maintenance as
mentioned in the RDSO Specifications and as approved by Engineer.

SOR Item SCADA-10

Supply of Spl. T & P for maintenance.


The price shall cover Supply of Special Tools & Plants for Maintenance as mentioned in the
RDSO Specifications and as approved by Engineer.

SOR Item SCADA-11(a)(b)(c)


Erection, integration, testing & commissioning for existing and new equipments
(a) TSS RTU (b) SSP RTU (c) SP RTU
The price shall cover the adjustment charges (modification/upgradation in existing RTUs
and SCADA system) required during the execution and final testing on RTUs at TSS, SP &
SSP with remote control centre for final commissioning.The price includes suitable
connections for new/existing equipments to RTU and provision of suitable number of all
types of cards for making RTU functional with RCC SCADA.
XXXXX

34
RVNL/ADI/RE/PNU-SIOB/2018/01

COMMON ITEMS OHE/TSS


SOR Item CS-1
SUPPLY AND ERECTION OF 25 KV VACUUM INTERRUPTER:

The price shall cover supply of a 25 Kv AC 50 Hz Single Pole, Outdoor type 1600 Amp rating
vacuum interrupter with all accessories and components as per RDSO’s latest Specification at site
and erection of the same with supporting framework and terminal connectors with interlock .
The price for erection shall include preparation of its foundation alignment and grouting of the
interrupter on its foundation block and mounting of accessories, if any in their respective
positions. The price shall also cover supply and erection of enameled number plates. All
necessary tools, equipments, instruments, including power supply required for carrying out
necessary checks, tests and commissioning shall be arranged by the contractor.
The supply of vacuum interruptor shall be as per RDSO specification No.
TI/SPC/PSI/LVCB/0120 (Dec, 2013) A&C slip No. 1 (Oct 2016).

SOR Item CS-2


SUPPLY AND ERECTION OF A 25 KV POTENTIAL TRANSFORMER TYPE-I OR
TYPE -II:

The price shall cover supply and erection of a 25 KV Potential Transformer Type-I or Type -II
complete with all fittings and accessories as per relevant latest specification, including terminal
connectors and fixing bolts. The price for supply and erection shall include proper alignment of
the transformer in position. The price shall also cover the supply and erection of an enameled
number plate and fixing bolts. The price shall notinclude the cost of any small parts steel
work.

SOR Item CS-3


SUPPLY AND ERECTION OF A 42 KV LIGHTNING ARRESTOR:

The price shall cover supply and erection of a 42 kV lightning arrestor complete with all fittings
and accessories as per relevant latest specification including terminal connectors. The cost of
erection shall include proper alignment of the lighting arrestor in position. The price shall
notcover supply and erection of cadmium copper jumper (65), which will be paid under item
OHE-29. The price shall not include the cost of any small part steel work. The price shall include
supply and erection of surge counter with leakage current monitor along with cable (unarmoured
PVC insulated copper cable size 35 Sq. mm 1100 Volts grade). The surge counter shall be
mounted on the structure at a convenient height as per. Specification No.

35
RVNL/ADI/RE/PNU-SIOB/2018/01

ETI/SPC/PSI/MOGTLA/0101(02/15) or latest.

SOR Item CS-4


SUPPLY AND INSTALLATION OF CABLES FOR SWS/TSS:
The price shall cover supply, installation, and connecting-up the cable for control and indication,
(PVC 1100 V grade 2.5 sq mm copper conductor 7 core), from the interruptor to the terminal
board, supply and erection of terminal connectors at ends if required and conduits wherever
necessary, heater supply cable, (1100 V grade PVC insulated heavy duty 2 core 4 sq mm
aluminium conductor), from interruptor to the 230 V fuse box mounted on wall inside the
control cubicle and from this box to LT distribution board inside the control cubicle, supply and
erection of terminal connector at each end, if required, conduit if any at the interruptor end,
catenary indication (240 V AC circuit cable, PVC1100 V grade 2.5 sq mm Copper conductor 2
core), between potential transformer Type-I and terminal board inside the control cubicle and
supply and erection of terminal connectors at both ends, if required and conduit to be embedded
between the steel work base and the cable trench and shall include all fastenings on masts and
structural members to support them, LT power supply cable, (1100 V grade aluminium
conductor XLPE insulated PVC sheathed and steel armoured heavy duty cable conforming to
IS7098/Pt.I/1988 2x25 sq mm for 5 KVA AT, 2x70 sq mm for 10 KVA AT, 2x185 sq mm for
25 KVA AT), between L T supply transformer at switching station and LT distribution board
provided in control cubicle and suitable cable boxes and connectors at both ends if required,
cable between 110V battery charger and battery, between battery and the DC fuse box and
between the DC fuse box and terminal board and etc. The price shall include supply and erection
of terminal connectors wherever required. Cables shall be measured in length for the types used
in the works and the 2nd stage payment for these Cables shall be as per actual length measured
after laying. The unused cut pieces generated during laying shall not be measured and cost of
such cut pieces shall be deemed to be included in the rates.

NOTES:
1 In case of feeding stations which are located within the traction sub-station premises, the
cables shall be run from individual equipment and terminated inside the sub-station control
room.
2 Notwithstanding the sizes of cables given above, the bidder shall assure himself that various
cables would suit the ratings of equipments offered by him.
3 Price shall be payable on flat rate basis per meter irrespective of size of cable for different
types of cables used switching stations/TSS.

SOR item CS-5


SUPPLY, ERECTION, OIL FILTRATION, TESTING AND COMMISSIONING OF 25
KV/240 VOLT, 10 KVA, AUXILIARY (LT) SUPPLY TRANSFORMER OIL TYPE
WITH 25 KV D. O. FUSE SWITCH, ANTICLIMBING DEVICE, INSULATOR,
COPPER JUMPER AND EARTH ELECTRODES etc:
The price shall cover Supply of 25KV/240V, 10 KVA LT supply transformer at site with DO fuse
assembly (including fuse carrier) and all other mounting accessories, as per the RDSO’s latest
specification and its erection complete with terminal connectors on a mast or gantry. The price
shall also be applicable for transformers mounted on steel pedestals at switching stations. The
price shall also cover supply and erection of an enameled number plate of approved design.
The price shall also cover oil filtration and pre- commissioning tests as approved by the

36
RVNL/ADI/RE/PNU-SIOB/2018/01

Employers or Engineer. The contractor shall make his own arrangement for oil filtration
equipments, as well as power supply required for the same. All necessary tools, equipments,
instruments required for carrying out oil filtration / checks / tests / commissioning shall be
arranged by the contractor. The price shall also cover supply & erection of a DO fuse switch
assembly complete with all mounting accessories, post/pedestal insulator for DO fuse switch
assembly.
The price shall also cover on a lump sum basis the supply and erection of anti-climbing device
consisting of galvanized steel fixtures mounted on the masts below the transformer.
The price shall also cover supply of conductor / jumper wires on a flat rate basis and the supply of
all components including parallel clamps, bi-metallic and Aluminium copper Al-Cu strips
wherever required. The price shall also cover the erection of complete jumper assembly including
conductor/jumper wire to be provided between the Over Head Equipment and L.T. Transformers,
drop out switch assembly.
The price shall also cover supply and erection of an earthing station/ stations with a pipe/pipes
required to achieve permissible earth resistance value embedded into the ground by drilling or
otherwise complete with protective concrete box and lugs suitable for directly connecting two
mild steel flats of minimum size 50 mm x6 mm and copper earthing strip 25X3 mm at LT side
earthing point to mast.
The price shall not include cost of supply and provision of structure bond connecting LT
transformer with structure and then to rails which will be paid for under item OHE-22.

NOTE:1. Contractor at his own cost shall do the replenishment of the transformer oil on account
of testing and leakages during the warranty period.
SOR Item CS-6
PROVIDING AND LAYING OF CONCRETE FOR FOUNDATION AND PLINTH IN
ALL TYPES OF SOILS AND SOFT ROCK
The price shall cover excavation, supply and handling of all materials and accessories, temporary
arrangements for excavation in all types of soils and soft rock, concrete/masonry drains/walls,
shoring wherever necessary, casting concrete including frame work wherever necessary, tamping
of concrete, grouting of masts and finishing the top of concrete foundation or anchor blocks. The
price also includes dismantling of all connected temporary arrangements, back filling with
excavated earth and compacting the same to the required height and width as per drawing to
ensure safety of foundation, confining the exposed height of foundation block to within 10 cm.,
and removal of spoil. The price shall also include the cost of supply of cement.
Notes for measurement
1. The payable volume of the foundations under the above item shall be the designed one as
shown in the drawings for which the hole has been made, irrespective of the actual
configuration.
2. The depth of the excavation shall be measured from the formation level to the maximum
excavated point.
3. The prices shall be calculated for the individual volume of concrete, fraction of a cubic metre
beyond the third decimal shall be rounded off to the next nearest third decimal.
4. The prices shall apply for concreting of all foundations for mast, gantries, portals, anchor
blocks for guy rods, and fencing uprights.
5. For purposes of computation of volume of concrete, the volume of steel work embedded in the
foundation block shall be ignored.
6 For the purpose of computation of volume of concrete, the volume of concrete shall include the
volume of sand and bitumen in sand cored foundation. However, for the purpose of
computation of quantity of cement utilised in sand core foundations, the volume of the sand

37
RVNL/ADI/RE/PNU-SIOB/2018/01

and bitumen used in core hole should be deducted from the total volume of the foundation.
7 For purposes of computation of volume of concrete, the volume of each muff for all masts shall
be taken as 0.02 cu.m. except for masts with balance weights and for each column of portal,
mast, 2 or 3 track cantilever masts, and special fabricated masts for which the volume of muff
shall be taken as 0.08 cum. irrespective of the size and shape of muff, on a flat basis.
8. The item shall also be applicable to include the concrete of equipments, at the switching
stations/traction sub-station (except building foundations) as well as embedded drain pipes,
wherever required.
9. The prices shall also cover the cost of diversion of masonry/earth drain wherever necessary
for casting of foundations.
10.(a)RDSO guidelines shall be followed for grade of concrete, type of foundations etc. Generally
concrete for foundation shall be nominal mix of Grade-M-10 and for grouting, muffing,
embedding of structure in foundation concrete of M-15 Grade as per latest RDSO guidelines
shall be used.
(b) In Soft/Hard rock, Foundation in contact/Buried under Non-aggressive soil/ground water:
Foundation concrete shall be of M-15 grade and core concrete shall be of M-20 grade.
(c) In Soft/Hard rock Foundation in coastal area: Foundation as well as core concrete shall be of
M-20 grade.
11. No extra payment shall be made for OHE foundations casted with nominal steel reinforcement
as per RDSO drawing. Similarly, no extra payment shall be made for foundations casted as
per 10(b), (c) for nominal steel reinforcement.

SOR Item CS-7


PROVIDING AND LAYING OF CONCRETE FOR FOUNDATION AND PLINTH IN
HARD AND ROCKY SOIL REQUIRING CHISELING/BLASTING:

The price shall cover excavation, supply and handling of all materials and accessories, temporary
arrangements for excavation in hard rock requiring chiseling/blasting and concrete / masonry
drains / walls. Shoring wherever necessary, casting concrete including frame work where
necessary, tamping of concrete, grouting of masts and finishing the top of concrete foundation or
anchor blocks.

The price also includes dismantling of all connected temporary arrangements, back filling with
earth and compacting the same to the required height and width as per drawing to ensure safety of
foundation, confining the exposed height of foundation block to within 10 cm., and removal of
spoil.

The Employer's Engineer shall certify where use of chisel and hammer or blasting has been
necessary. The contractor shall arrange for supply of explosives and all tools and plants for
blasting operations at his own cost. The price shall also include the cost of supply of cement.
Notes for measurement
1. The payable volume of the foundations under the above item shall be the designed one as
shown in the drawings for which the hole has been blasted, irrespective of the actual
configuration assumed by the latter due to the blasting.

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

38
RVNL/ADI/RE/PNU-SIOB/2018/01

3. The prices shall be same for any shape or size of concrete blocks. In calculating the individual
volume of concrete, fraction of a cubic metre beyond the third decimal shall be rounded off to
the next nearest third decimal.

4. The prices shall apply for concreting of all foundations for mast, gantries, portals, anchor
blocks for guy rods, and fencing uprights.

5. If half or more of the volume of excavation is in hard rock requiring chiseling/blasting, entire
foundations shall be paid for under this item.

6. For purposes of computation of volume of concrete the volume of steel work embedded in the
foundation block shall be ignored.
7. For the purpose of computation of volume of concrete, the volume of concrete shall include the
volume of sand and bitumen in sand cored foundation. However, for the purpose of
computation of quantity of cement utilised in sand core foundations, the volume of the sand
and bitumen used in core hole should be deducted from the total volume of the foundation.

8. For purposes of computation of volume of concrete, the volume of each muff for all masts shall
be taken as 0.02 cu.m. except for masts with balance weights and for each column of portal,
each head span mast, 2 or 3 track cantilever masts, and special fabricated masts for which the
volume of muff shall be taken as 0.08 cum. Irrespective of the size and shape of muff, on a
flat basis.

9. The price under this item shall also include in cost of concrete at the switching stations as well
as embedded of drain pipes, wherever required.
10. The prices shall also cover the cost of diversion of masonry/earth drain wherever necessary for
casting of foundations.
11.(a) RDSO guidelines shall be followed for grade of concrete, type of foundations etc.
Generally Concrete for foundation shall be nominal mix of Grade-M-10 and for grouting,
muffing, embedding of structure in foundation concrete of M-15 Grade as per latest RDSO
guidelines shall be used.
(b) In Soft/Hard rock, Foundation in contact/Buried under Non-aggressive soil/ground water:
Foundation concrete shall be of M-15 grade and core concrete shall be of M-20 grade.
(c) In Soft/Hard rock Foundation in coastal area: Foundation as well as core concrete shall be of
M-20 grade.
12. No extra payment shall be made for foundation casted with steel reinforcement as per RDSO
drawing. Similarly, no extra payment shall be made for foundations casted as per 11(b), (c)

SOR Item CS-8

PROVIDING AND LAYING OF REINFORCED CONCRETE FOR


PIER/COLUMN/PILE, CABLE TRENCH AND TRENCH COVER

The price shall cover excavation and providing and laying ofall reinforced concrete work
for pier/column/pile, cable trench and trench coverand other materials including bending,
binding, laying of the reinforcement, shoring where necessary, casting concrete including
frame work where necessary, grouting and finishing the tops of foundation blocks with the
required slope/muff but excluding supply of steel for reinforcement. The price shall also include

39
RVNL/ADI/RE/PNU-SIOB/2018/01

dismantling of all connected temporary arrangements, back filling as required and removal of
spoil. The price shall also include the cost of supply of cement.

Notes for measurement


1. The Concrete for cable trenches/trench cover/pier/column/pile shall be nominal mix of 1:2:4(M-
15 grade)
2. The prices shall be same for any shape or size of concrete blocks. In calculating the individual
volume of concrete, fraction of a cubic metre beyond the third decimal shall be rounded off to
the next nearest third decimal.
3 The prices shall apply for concreting of all foundations for mast, gantries, portals, anchor
blocks for guy rods, and fencing uprights.
4. For purposes of computation of volume of concrete the volume of steel work embedded in the
foundation block shall be ignored.
5 The price under this item shall also include the cost of concrete cable trenches and trench
covers at the switching stations/traction sub-station as well as embodiment of drain pipe, where
required.
6 The prices shall also cover the cost of diversion of masonry/earth drain wherever necessary
for casting of concrete.
7. The payment for required steel shall be made under Civil Engineering BOQ Item 2076.
However cost of cable support and trays is payable under BOQ item CS-9

SOR Item CS-9


SUPPLY AND ERECTION OF ALL TYPES OF GALVANISED STEEL STRUCTURES,
SMALL PARTS STEEL etc:

The price shall cover the cost of supply, erection, alignment and setting before grouting of
individual mast of finished traction mast fabricated from rolled mild steel beam (BFB) 152 mm x
152mm x 37.1Kg/m. designated SC-150, table 3.1 of IS-808/1989 duly drilled as per RDSO’s
Specification No. ETI/OHE/C/00144 Mod- B or latest and galvanized as per speciation No.
ETI/OHE/13(4/84) with A&C slip No. 1 to 3 or latest. The length of mast will be 9.5 or 8.5 meter
as required.

In this case OHE is High Rise OHE, Hence the mast of appropriate length suitable for High Rise
OHE as per design shall be supplied. Payment will be made as per BOQ Item no. 30009 whose
unit is MT. No extra payment will be made on account increase of length of mast.

The price shall also cover the cost of supply, erection, alignment and setting before grouting of
individual traction masts and main masts of switching stations including those for head spans. of
traction mast, main mast of switching stations fabricated from Rolled Mild Steel Joist (RSJ) 203
mmX152 mm x 52.0 Kg/m designation WB-200, Table 2.2 of IS- 808/1989 duly drilled as per
RDSO drawing nos. given below for various type of masts and galvanized as per specification No.
ETI/OHE/13(4/84) with A & C slip No.1 to 3 or latest. The price shall also cover the cost of
supply of any other structures fabricated out of RSJ beam.

Drg. Nos. (i) ETI/OHE/C/0000144 Mod- 09.5 M long


(ii) ETI/C/0030 Mod-F 11.4 m (S1)
(iii) ETI/C/0031 Mod-D 11.4 m (S2)
(iv) ETI/C/0036 Mod-E 08.0 m (S4)
(v) ETI/C/0181 Mod-C 12.4 m (S6)
(vi) ETI/C/0184 Mod-B 09.4 m (S9)

40
RVNL/ADI/RE/PNU-SIOB/2018/01

The price shall also cover the cost of supply of O, N and R type portals with necessary components
as per following RDSO Drawing Nos., cost of erection, alignment and setting before grouting,
wherever required, of portals assembly of boom components and erection of the same. The prices
shall also include supply and erection of galvanized bolts, nuts washers etc. wherever required as
per approved designs and drawings. The price shall cover assembling, adjustment and erection of all
types of booms including TTC booms and any special structures across the track, not covered under
this item.

The structures shall be fabricated and galvanized from steel conforming to IS-2062 or ‘A’ as per
concerned specification i.e. IS:2062/1984, IS-808/1989 and RDSO specification No. ETI/OHE/13
(4/84) with A&C slip Nos 1 to 3 or latest.

(i) ETI/C/0008 Sheet No. 2 to 6 latest Mod for ‘N’ type


(ii) ETI/C/0017 Sheet No. 2 to 6 latest Mod for ‘O’ type
(iii) ETI/C/0011/69 Sheet No. 2 to 6 latest Mod for ‘R’ type

The price shall also cover the cost of supply of B-Series traction mast 9.5 m long i.e. B-150, B-
175 and B-200 etc fabricated and galvanized as per RDSO Drg No. ETI/C/0071 (Mod-E) and
specification No. ETI/OHE/13 (4/84) or latest. The price shall also cover the supply of any other
size of B-series or K-Series mast required, that has not been mentioned in this item.

Note : For the purpose of payment, the weights of individual traction mast andmasts of head
span shall be determined for each type on the basis of the payableweight per meter length shown
below for standard types, For special types, the payable weight per meter length will be indicated
by the Employer at the time of approval of designs.

PAYABLE UNIT WEIGHTS FOR STANDARD MASTS


Weight in Kg per meter
S. No. Type of masts
including galvanization
1 2 3

1 6"x6" BFB 38.03


2 162x154 BFB 38.00
3 200x200 BFB 51.20
4 8"x6" RSJ 53.39
5 S1 53.30
6 S3 76.40
7 S4 53.39
8 S5 111.53
9 S6 53.39
10 S7 76.40
11 S8 111.53
12 K 100 23.70
13 K 125 30.30
14 K 150 38.18
15 K 175 43.72
16 K 200 49.87

41
RVNL/ADI/RE/PNU-SIOB/2018/01

17 K 225 57.50
18 K 250 66.72
19 B 100 27.71
20 B 125 32.47
21 B 150 39.07
22 B 175 44.61
23 B 200 50.76
24 B 225 61.50
25 B 250 70.72
26 S 100 23.72
27 S 101 19.98
28 Other Sections As & when issued by
RDSO/market survey etc

The price shall also cover the cost of supply of special fabricated and galvanized steel structures
(other than BFB/RSJ/’B’ Series Masts and Portals). The structure to be supplied under this item
TTC, ‘G’ Type, BFB Type portals, Bridge masts, Emergency masts and Double/Fabricated ‘S’
Series masts such as S-3, S-5, S-7, S-8, S-100, S-101, T-150, cable trays etc., Any other similar
structure required during the execution of work shall also be supplied under this item.

The price shall also include the cost of steel, fabrication, galvanization and supply at site for
erection. Steel shall be conforming to IS:2062 Grade ‘A’ SK 1984 (Latest), Zinc conforming to
IS:209/1997 (Latest) and galvanization to RDSO’s specification No.ETI/OHE/13 (4/84) with ‘A’
& ‘C’ slip No. 1 to 3 or latest. The various structures covered under this item are .

S.No Description Drawing No Mod.


1 2 3 4
1 TTC with 5.5/8.0 mtrs boom ETI/C/0009 Sheet 2 to 5 ‘B’
2 ‘G’ type Portal Up right and End Pieces ETI/C/0056 ‘C’
3 BFB Portal ETI/C/0026 Sheet 2 ‘A’
4 S-7, 12.4 MTRS Length ETI/C/0182 ‘C’
5 S-8, 12.4 Mtrs Length ETI/C/0183 ‘C’
6 S-100, for LT Transformer at SWS ETI/C/0043 ‘B’
7 S-101, for Isolators inside SWS ETI/C/0180 ‘A’
8 S-3, 11.4 Mtrs ETI/C/0180 ‘C’
9 S-5, 11.4 Mtrs ETI/C/0042 ‘E’
10 T-150, for LT Supply Transformer ETI/PSI/037 ‘C’

The price shall cover cost of erection, alignment and setting before grouting, wherever required,
gantries, including tower / steel tower / steel work for feeders for traction sub-station, drop arms,
standard super masts and suspension brackets for feeders and return conductors. Dwarf masts of
stub masts for anchoring, complete with anchor plates drilled and welded in position multiple

42
RVNL/ADI/RE/PNU-SIOB/2018/01

cantilever cross arm, chairs, adopters for bracket assemblies and all other small part steel works,
the erection of which is carried out by the contractor irrespective of whether they are supplied by
purchaser/contractor. The prices shall also include supply and erection of galvanized bolts, nuts
washers etc., wherever required as per approved designs and drawings.

The steel shall be conforming to IS-2062/1992 (latest) Gr ‘A’ SK zinc conforming to IS-209/1992
or latest.

The price shall also include the cost of repairing of platform shelters in case the shelter is
dismantled/removed/damaged during the course of erection of a mast / portal at platforms.
Note:
(i) The prices for the items shall also include the cost of stenciling of location number on
masts/portal uprights in the manner as directed by the Purchaser.
(ii) The price shall also include straightening of masts/portals uprights wherever approved by the
purchaser and cutting of mast/portals/upright to suit the site condition.
(iii) The payment shall be made on the basis of the final lengths/weight of the structures, in case
the same are cut or modified as indicated above before erection.

The price shall also cover the cost of supply of all fabricated steel work excluding fasteners which
are required to be supplied by the Contractor. The cost of erection for such steel work, if carried
out by the Contractor shall be paid for under relevant item
For standard fabricated steel work for which RDSO'S approved drawings are available, the weight
of steel work as specified in RDSO'S drawings shall be considered for payment. However, in case
the unit sectional weight of any member indicated in RDSO's drawing is not in conformity with
the unit sectional weight as per the latest IS specification, the weight of the fabricated steel work
shall be calculated on the basis of latest IS specification and the same will be considered for
payment. For the non-standard fabricated steel work, the calculated weight to be considered for
payment under this item shall be included in the relevant drawing based on, latest IS sectional
weight at the time of submitting the designs for approval of the Employer.
NOTES :
1. For the purpose of payment against items, weight of structures or fabricated steel work will
be calculated according to the weight of black steel given in section books for the lengths of
various members shown in the approved drawings. There will be no addition for increased
weight due to galvanizing or painting or weld material or reduction for holes or skew cuts.

2. The rates against item shall be applicable to the erection of small part steel work which are
not covered under the various other items of work.

3. In case of difference between actual weight and weight as specified in RDSO drawings or
calculated weights (for structures whose weights are not available as per RDSO drawings),
payment shall be made as per least of these weights.

SOR Item CS-10


SUPPLY AND ERECTION OF FENCING PANELS, UPRIGHTS, GATE, AND ANTI-
CLIMBING DEVICE:
The price shall include supply and erection of fencing panels painted with two coats of red oxide

43
RVNL/ADI/RE/PNU-SIOB/2018/01

zinc chromate primer to IS: 2074 and finished with two coats of aluminium paint. The prices shall
also include supply and erection of fencing upright, anti-climbing devices including the cost of
fasteners and the price shall be for a meter length of the panels 2.4 m height measured in the plan
view of the appropriate approved drawings.
The prices shall be on the basis of black weight of the steel with no deduction for holes or skew
cuts or no increase for weld materials.
The price shall also cover supply and erection of an anti-climbing device consisting of galvanized
steel fixtures mounted on the fencing panels as per approved design. The price shall be per meter
length of the panel. Fencing panel shall be manufactured with 8 SWG GI wire as per CORE
drawing no CORE/ALD/PSI/001 Mod ‘B’.

SOR Item CS-11


SUPPLY AND ERECTION OF ALUMINUM JUMPER WITH FASTENERS:
The price shall cover on flat rate basis the supply and erection of an aluminum jumper complete
with all components and fittings required for providing jumper connection including parallel
clamps, bi-metallic Aluminium-Copper strips wherever required and terminal or tee clamps at
either end. The price shall be applicable for any aluminum jumper/ connection in any combination
between feeders, return conductors, overhead equipment, isolators, and out-going bus bars or
switching stations and booster stations. Jumper connections for 25 kV feeding stations will also be
paid under this item.

SOR Item CS-12


SUPPLY AND ERECTION OF COPPER STRIPS FOR EQUIPMENT EARTHING:
The price shall cover supply and erection of 25mm x 3mm copper strips to connect the earth
terminals of equipment like potential transformers, lighting arrestor, and LT supply transformers
to the main masts of the gantries on which they are mounted. The price shall also cover all
fastenings required for fixing the copper strip along any structure member of the gantry.

SOR ITEM CS-13


SUPPLY AND ERECTION OF ALUMINIUM BUS BAR 36MMx28MM:
The price shall cover supply and erection of aluminium bus bar 36mmx 28 mm including
bending, shaping and clamping on to insulators, connectors or equipment terminals.

SOR ITEM CS-14


SUPPLY AND SPREADING OF GRAVEL/ BALLAST IN THE SWITCH YARD
(SP/SSP/TSS):
The price shall be per cubic metre rate and shall cover supply and spreading of uniformly graded
gravel/ballast of size 20mm as per IS:383-1970 in the outdoor switch yard/TSS after completing
all the works and levelling the switch yard area, but before commissioning of the sub-station. The
gravel/ballast shall be of good quality and free from any dust and dirt. Prior approval of ballast
shall be taken from the Employer for the gravel samples. The gravel/ballast shall be spread out
uniformly to a depth of minimum 10cm. over the area indicated by the Employer’s Engineer.

SOR Item CS-15


DISMANTLING OF REDUNDANT FOUNDATIONS WITH COMPRESSOR POWERED
MACHINES:

The price under this item shall cover the cost of breaking of redundant foundations with

44
RVNL/ADI/RE/PNU-SIOB/2018/01

compressor powered machines or manually with required tools. The price shall also cover the
cost of any required material including consumables like HSD Oil etc required for breaking of
foundation block and shifting the broken material from site to a place/location and refilling the
excavated pit with earth as directed by employer at site of work. No price is payable for
dismantling of any foundation due to fault of contractor.

SOR Item CS-16


MONTHLY CHARGES FOR ONE CRANE OPERATOR, WATCH AND WARD STAFF
FOR ONE CRANE/UTV.

The price under this item shall cover monthly charges on lump sum basis to be paid for one crane
operator in day/night time as per work requirement for OHE mast/structure erection,
loading/unloading of material etc. Price shall also cover monthly charges to be paid to Watch &
Ward staff to be deputed for the crane round the clock at site of work for security and
miscellaneous works as per requirement. The deployment shall be done as per directions of the
engineer at site.
Note: Unit of the item shall be ‘per month’.

SOR Item CS-17


SUPPLY AND ERECTION OF ANTI-THEFT TRANSFORMER 240 VOLT/2.2 KV 5
KVA, DO FUSE SWITCH ASSEMBLY, EXCAVATION OF CABLE TRENCH, LAYING
OF CABLES, EARTHING, JUMPERING, DG SET, INCLUDING DISMANTLING OF
ABOVE EQUIPMENTS.

The price under this item shall cover all items required for anti theft arrangement of OHE at each
location including supply and erection of a Anti-theft single phase transformer of 230 volt/2.2
KV, 5 KVA capacity at site, mounting it on structure or gantry with suitable mounting and
tripping arrangement as per the RDSO specification. Price shall also cover supply and erection of
a DO Fuse switch assembly complete with all mounting accessories, post/pedestal insulators, DG
set of 5 KVA capacity. The price shall also cover the supply and erection of anti-climbing device
consisting of galvanized steel wire with fixtures mounted on the mast below the transformer. The
price shall also cover supply and erection of a copper jumper along with suitable clamps and bi-
metallic strips wherever required between OHE/cable and transformer, drop out switch assembly.
The price shall also cover supply, mounting of a 230 Volt 63 Amp. ICDP switch on transformer
structure and its connections. The price shall also cover excavation of cable trench from supply
point to transformer structure wherever required, supply and laying of suitable size cables. The
price shall also cover dismantling of the complete system when advised by the Engineer. The
price shall not cover the provision of structure bond connecting anti-theft transformer with
structure and then to rails which will be paid for under item OHE-22. Local electricity if available
at station may be used for the purpose free of charge after approval. The price shall cover cost of
diesel, lub oil etc required for running of DG set when electricity is not available.

SOR Item CS-18

DISMANTLING OF SWITCHING STATION (SWS) COMPLETE WITH BUILDING


FOUNDATION, EQUIPMENT AND GANTRY STRUCTURE WITH COMPRESSOR
POWERED MACHINES/MANUALLY WITH CONTRACTOR’S OWN MEN AND

45
RVNL/ADI/RE/PNU-SIOB/2018/01

MATERIAL. AND LOADING, TRANSPORTATION, UNLOADING AND HANDING


OVER OF RELEASED MATERIAL TO NOMINATED PERSON AT SPECIFIED PLACE
AS PER INSTRUCTIONS OF THE ENGINEER.

The price shall cover dismantling of complete Switching station (SP/SSP) with building foundation,
Equipment with structure and gantry structure with compressor powered machines/manually with
contractor’s own men and material including consumables like Diesel Oil etc. Price also includes
loading, transportation, unloading and handing over of released material to nominated person at
specified place as per instructions of the Engineer.

SOR Item CS-19

Hiring charges for semi skilled Labour with proper tools for working during NI period

The price under this item shall cover hiring charges to be paid for semi skilled labour with proper
tools for working during non interlocking period (pre NI, NI and post NI included) for
miscellaneous works as per directions of the engineer in 12 hour shift of day/night,

SOR Item CS-20

Supply and laying of dry stone boulder pitching of aprox 300mm thickness in exposed slopes
at switching stations, TSS and OHE Foundations etc.

The price shall cover supply and laying of dry stone boulder pitching in exposed slopes at SWS,
TSS and OHE Foundations etc. Boulders shall be of approx size 300mm thickness and should not
be less than 30 kg each in weight(or as approved by engineer), hand packed with slope levelled to
the correct section with hammer dressing as necessary including filling the gaps with quarry spalls
and includes all labour with tools and plant as approved and directed by engineer at site.

SOR Item CS-21

Extra Earthwork for filling at SWITCHING STATIONS and OHE Foundations at high
Banks etc.

The price shall cover supply filling and laying of good quality soil (as approved by engineer) for
exposed portion of retaining walls at Switching stations and OHE Foundations at slopes including
compacting, transporting charges etc. with labour and tools and plants as directed by engineer at
site of work.

SOR Item CS-22

DRILLING OF 50MM DIA HOLES IN THE EXISTING RCC TRESLE BEAM/PIER/MASS

46
RVNL/ADI/PNU-SIOB/2018/01

CONCRETE BEAM/LINED OR UNLINED TUNNELS TO THE DEPTH BETWEEN 450MM TO 1000MM WITH PNEUMATIC
DRILLERS, COMPRESSOR ETC. AND MAKING THE HOLE SURFACE FIT FOR INSERTION OF BOLTS WITH ALL LEAD
AND LIFT. SUPPLY AND GROUTING OF GALVANIZED MS BOLTS OF SIZE 32/25 MM DIA OF VARYING LENGTH
INCLUDING NUTS, CHECK NUTS, WASHERS ETC.PRESSURE GROUTING THE DRILLED HOLES (50MM DIA) BY EPOXY
GROUTING OF APPROVED QUALITY OF EPOXY RESIN HARDENER AND THINNER. PAYMENT INCLUDES SUPPLY,
ERECTION, GROUTING WITH SUITABLE SIZE BOLTS AT REGULAR INTERVALS OF EARTHING STRIP AND ITS
CONNECTION TO BRACKETS ETC WHEREVER REQUIRED IN TUNNELS. (ALL LABOUR AND MATERIALS SHALL BE
BY THE CONTRACTOR).

The price shall cover drilling of 50mm dia holes in the existing RCC tresle beam/pier/mass concrete beam/lined or unlined tunnels to the depth
between 450mm to 1000mm with pneumatic drillers, compressor etc. and making the hole surface fit for insertion of bolts with all lead and lift.
Supply and grouting of galvanized MS bolts of size 32/25 mm dia of varying length including nuts, check nuts, washers etc. Pressure grouting
the drilled holes (50mm dia) by epoxy grouting of approved quality of epoxy resin hardener and thinner. Payment includes supply, erection,
grouting with suitable size bolts at regular intervals of earthing strip and its connection to brackets etc wherever required in tunnels. (All labour
and materials shall be by the contractor).

47
RVNL/ADI/PNU-SIOB/2018/01

Schedule-33000(GENERAL ELECTRICAL WORKS)


(Quarters, Service buildings, Pumps, Track crossings etc.)

1. Explanatory notes for various items of work in Electrical General Services Schedule are given below:
i All electrical works should comply with Indian Electricity Act 2003 and Rules framed there under.
ii All electrical installations shall conform to the relevant Indian Standard and shall be carried out as per the relevant safety Code of
Practices and guidance for Safety Procedures in Electrical Works as per IS:5216/Pt I & II/1982.
iii Notwithstanding the ratings specified in the BOQ, all components proposed to be used in the installations, shall be of appropriate
rating of voltage, current and frequency without any additional financial implication on RVNL. Discrepancies, if any, in this regard,
shall be brought to the notice of the Engineer by the Contractor.
iv All minor items viz. hardware items, foundation bolts, termination lugs for electrical connections etc. as required and necessary for
proper working of the equipment shall be deemed to have been included in the Bill of Quantities, whether such items are specifically
mentioned or not.
v (a) The basic quantities of components & materials required to make up a unit of work for selected items are approximate. The
Contractor shall plan the work, estimate the actual quantities required and get the same approved by the Engineer before placing
orders.
(b) In estimating the prices for various items of work, provision for loss or wastage in transit and erection including freight, handling,
taxes and duties, insurance if any etc. should be taken into account and firm unit price offered for a complete unit of work to be done
by the contractor.
vi The various items to be supplied/provided/erected should be as per the list of approved suppliers included in RVNL’s Technical
Specifications/list followed by concerned zonal Railway. Items not appearing in the approved list shall be procured from good
quality sources in line with best industries practices and shall be either ISI marked or conforming to latest IS (if any). Before
procurement, vendor approval shall be obtained from the Employer.
vii Good workmanship and total compliance with safety and other statutory rules and regulations, shall invariably be observed by the
Contractor.
viii All approvals from the relevant and appropriate government & statutory authorities shall be the total responsibility of the Contractor
unless specified otherwise.
48
RVNL/ADI/PNU-SIOB/2018/01
ix All quoted rates shall cover supply of materials, handling of materials, labour required, civil works, taxes and duties, fabrication,
installation, testing and commissioning, training and free maintenance till handing over to the Employer’s representative.

x If any activity of work is essential for the satisfactory completion of the work but is not mentioned specifically in the Bill of
Quantities or elsewhere in the bidding documents, the same shall be deemed to be included In the scope of work and shall be
executed by the contractor within the accepted cost. The work shall be handed over in a functional manner complete in all respects.
xi The inspection of various items shall be carried out by the agencies as specified in RVNL specifications. The prices quoted also
include RITES/RDSO representative inspection and testing charges unless otherwise specified in the bill of quantities or Technical
Specification. In case of change of inspection from RDSO/RITES to RVNL/CONSIGNEE, 1% of the cost of material will be
deducted by RVNL as inspection charges.
xii The inspection of above items will be done at the manufacture’s works/place decided by the Employer based on item, its quantity,
Inspecting Authority etc.
2. DRAWINGS
2.1 The contractor shall prepare drawings in Auto Cad for all LT/HT installations, indicating proposed works and shall obtain approval of
Engineer prior to taking up the work. Such drawings shall be prepared in coordination with all other agencies executing works at the same
site and a maximum of 10(ten) copies as are required by RVNL with one tracing on RTF paper.
2.2 After commissioning, these drawings shall be duly updated as per erection work at site and submitted insix copies and one tracing in RTF
paper, as Completion Drawings, along with a soft copy to the Employer.

2.3 Where the contractor proposes to use an item of equipment, other than that specified or detailed on the drawings, which requires any re-
design of the structure, partitions, foundation, piping, wiring or any other part of the mechanical, electrical or architectural layouts, he shall
inform the Engineer well in advance and obtain his approval. Delays resulting from such re-design shall be On Contractor’s account. He
shall also submit all related information as may be required for approval of such redesign, to the Engineer.
2.4 Where the work of the Contractor has to be executed in close proximity to or will interfere with work of other agencies, the Contractor
shall work out space/time adjustments in coordination with other agencies. If the contractor installs his work before coordinating with
other agencies, so as to cause any interference with their work, he shall make the necessary changes without extra cost to the owners of the
installation.
3. EXPLANATORY NOTES FOR BOQ ITEMS
The descriptions of all items are self explanatory. These Explanatory Notes are supplementary to the BOQ description. Further details are
available in latest booklet of RVNL’s STANDARD SPECIFICATIONS FOR MATERIAL AND WORKS Volume-II(GENERAL
ELECTRIFICATION AND RAILWAY ELECTRIFICATION WORKS) as amended from time to time.
NOTE: Following particular requirements shall be followed for wiring works:
49
RVNL/ADI/PNU-SIOB/2018/01
1 No conduit shall be of size less than 20 mm.
2 Occupancy of wiring cable in conduit shall not exceed 45% of the capacity of conduit.
3 Switch boxes shall be of galvanized sheet metal of suitable sizes from approved sources:
4. Separate conduit shall be laid for each circuit/sub main/main wiring.
5 Water cooler/AC Points and other such inductive loads shall be controlled with “C” series MCBs.
6 Neutral cable shall be brought into each switch box.
7 Earth cable shall be brought into each switch box.
8 Fan point wiring shall include supply & fixing of fan box.
9 Approx.150 mm long wiring cable shall be kept loose in switch box/SDB/DB etc.
10 Conduits laid in sheds shall be clamped with the shed structure with clamps made from GI. strips of 25x1.6mm and spaced at
about 1000mm interval, fixed with 8mm dia bolts with nuts.
11 Brass screw and cup washers shall be used for fixing sheets on the front of switch box.
12 All the wiring work shall be in conformity with IS732/1989 (Latest Version) CODE OF PRACTICE FOR ELECTRICAL
WIRING INSTALLATIONS & IS 4648/1968 (Latest Version) Guide for Electrical Wiring in Residential Buildings.
13 The equipments which are available with ISI mark in Indian market, they shall be supplied having ISI mark only whether
specifically mentioned in BOQ & its explanatory notes or not.
14 All the energy consuming equipments which are available in Indian market with energy star rating issued by BEE, shall be
supplied with minimum 3 star energy rating only whether specifically mentioned in BOQ & its explanatory notes or not.

15 Equivalent LED fitting and lamp (as approved by Engineer) may be used in place of other type of lighting fixtures with lamp
for better life and energy efficiency.

ITEM NO 33001 (i) to (vi) ELECTRIFICATION OF STAFF QUARTERS


(a) The item price includes cost of labour& all materials required to electrify the quarter in all respect complete with ceiling and exhaust fans,
luminaries with lamps and other items indicated in the scale of fittings for each type of quarter. It also includes the cost of wiring cables
(sizes indicated for point wiring, circuit wiring and sub main wiring), PVC conduits with accessories, junction boxes, modular switches,
sockets, metal boxes, lamp holders and ceiling roses, modular plates, pre-wired sub distribution boards and meter boards with meters,
MCBs, earth electrodes etc.
The work of staircase wiring covers complete work of wiring and all the materials required including conduit, wiring cable of size for point
50
RVNL/ADI/PNU-SIOB/2018/01
wiring, two nos of two way switches etc. Payment for this item shall be in addition to the one point wiring covered under Item No-33003
(i).

(b) Scale of fittings, wiring points, fans, luminary etc. for each type of quarter, Cable sizes, no. of wires permissible in each circuit and sub
main, meters, etc has been indicated here under.
SCALE OF ELECTRICAL FITTINGS FOR QUARTERS
Details of Points to be provided in each type of quarter
Type of LP Tube Total FP PP 5A PP 15A Call Bell Ex. Fan Geyser AC (32A) Total
Qtr. Points
I 6 2 8 2 2 2 0 0 0 0 14
II
6 2 8 2 3 2 1 0 0 0 16

III No. of
Points 7 3 10 3 3 3 1 0 0 0 20
IV
11 5 16 3 4 4 1 1 1 1 31

V 15 6 21 5 6 5 1 1 2 2 43

Sizes of single core (copper conductor) cable for point wiring, circuit wiring and sub main wiring, circuits, distribution board/s, etc.
for Qrs.
Nos. of points and size of wiring cables Nos. of circuits and size of wiring Size of Sub main wiring
cables cable

Size of point wiring cable Size of circuit wiring cable For Power
(copper conductor) (copper conductor) For L & F Load
load
LP TLP FP CBP EFP PP5A PP GP PP32A For L&F For 5A For For For geyser
15A (ACP) Plug 15A. 32A.
Plug AC
51
RVNL/ADI/PNU-SIOB/2018/01
Phases 1.5 sq.mm 2.5s 4sq 6sq 6sq 2.5 sq. 4sq.m 4sq. 6sq. 6 sq.mm 4 sq mm 10 sq mm
and q. mm mm mm mm m mm mm
neutral mm
Continu 1.5 sq.mm 2.5s 4 sq 6 sq 6sq 2.5sq 4sq 4 sq 6sq 6 sq.mm 4 sq mm 10 sq mm
ous q mm mm mm mm mm mm mm
earth mm

Nos. of points Nos. of circuits Single phase Double Door


Distribution board (4
incomer +8 outgoing)
Earth
Type of LP TL FP CBP EFP PP5A PP GP PP32A For For 5AFor 15A.For 32A For Total Electrode
Quarter P 15A (ACP) Lights Plug Plug AC geyser Ckt.
Qty Details
Fans &
call bell
Incoming MCB (a) Single unit
DP-20 Amp Quarter - 1 No
with RCCB 100
I 6 2 2 0 0 2 2 0 0 2 1 2 0 0 5 1 No. mA and O/G --- (b) two units
6-16amps. Quarter - 1 No,
MCB SP -5
Nos. (c)Three/four
Incoming MCB units
DP-20 Amp quarter - 2 Nos.
with RCCB 100
II 6 2 2 1 0 3 2 0 0 2 2 2 0 0 6 1 No.
mA and O/G ---
6-16amps.
MCB SP -6 Nos
52
RVNL/ADI/PNU-SIOB/2018/01
I/C MCB DP-20
Amp with
RCCB 100 mA
and O/G --- 6-
III 7 3 3 1 0 3 3 0 0 3 2 3 0 0 8 1 No.
16amps. MCB
SP - 8 Nos.

I/C MCB DP-


32Amp with
1 No.
RCCB 100 mA
( for
and Outgoing
L&F)
- (i) MCB SP 6-
16amps ---6 Nos,
I/C MCB DP-
32Amp with
RCCB 100 mA
One Number for
and Outgoing
1 each quarter
IV 11 5 3 1 1 4 4 1 1 4 2 4 1 12 - (i) MCB SP
1 No.
16amps ---4
( for
Nos,(PP15A)
power
(ii) MCB SP 20
circuit)
amps -- 1
No.(Geyser)
(iii) MCB SP 32
amps -- 1
No(AC/WC)
1no.(fo I/C MCB SPN-
r L&F) 32Amp with
RCCB 100mA Two Numbers
and Outgoing – for each quarter
V 15 6 5 1 1 6 5 2 2 6 3 5 2 2 18 (i) MCB SP 6-
16 amps – 12
53
RVNL/ADI/PNU-SIOB/2018/01
Nos,

1.No.(f I/C MCB TPN-


or 40 Amp with
Power RCCB 100 MA
circuits mA and
) Outgoing – (i)
MCB SP
16amps -6 nos,
(PP15A) (ii)
MCB SP 20
amps – 2 nos
(Geyser) (iii)
MCB SP 32
amps – 2 No
(AC)

Abbreviations
LP Light point with 18 watt CFL/11W LED lamp as approved PP5A Light plug point complete with socket and switch
by engineer
TLP Tube light point with 1x28 watt T-5 Luminary and T-5 lamp PP15A Power plug point complete with socket and switch
or equivalent LED tubelight as approved by engineer
FP Ceiling Fan point with 1200/1400 mm fan with suitable PP32A Air Conditioner point with Industrial type iron clad
rating for the C/Fan, stepped type Electronic regulator (ACP) plug 32 amps & 20A DP MCB in metal clad box
CBP Call bell point with ding dong type call bell GP Geyser point with 25 liters storage geyser as approved
by engineer
EFP Exhaust fan point with 150 mm Exhaust fan with louver
shutter as approved by engineer

Details of Meter board


54
RVNL/ADI/PNU-SIOB/2018/01
(A) Electronic Energy Meter with LCD display and outgoing MCB for quarters
Type of Qtr Block of one unit Block of two units Block of three units Block of four units Capacity
Meter Outgoing DP Meter Outgoing Meter Outgoing DP Meter Outgoing Meter DP MCB
MCB DP MCB MCB DP MCB
I 1 No. 1 No. 2 Nos. 2 Nos. 3 Nos. 3 Nos. 4 Nos. 4 Nos. 10-40 A 20 A
II 1 No. 1 No. 2 Nos. 2 Nos. 3 Nos. 3 Nos. 4 Nos. 4 Nos. 10-40 A 20 A
III 1 No. 1 No. 2 Nos. 2 Nos. 3 Nos. 3 Nos. 4 Nos. 4 Nos. 10-40 A 20 A
IV 1 No. 1 No. 2 Nos. 2 Nos. 3 Nos. 3 Nos. 4 Nos. 4 Nos. 10-40 A 40 A
V 1 No. 1 No. 2 Nos. 2 Nos. 3 Nos. 3 Nos. 4 Nos. 4 Nos. 10-40 A single 40 A
phase (for
L&F)
10-40 A, 3 40 A TPN
Phase (for Power
load)

Note: - Outgoing MCB and meter for individual unit shall be housed in separate chamber .Sealing arrangement for individual unit shall be made.

55
RVNL/ADI/PNU-SIOB/2018/01
(B). Incoming MCBs in meter Boards (in separate chamber for each unit)
Qtr Block of one Block of two Block of three Block of four units Bus bar chamber
unit units units
Type Rating MCB Rating MCB Rating MCB Rating DP MCB Copper Bus bars Type
I 32 A DP 40 A DP 63 A DP 63 A DP 100A Double door

II 32 A DP 40 A DP 63 A DP 63 A DP 100A Double door


III 32 A DP 40 A DP 63 A DP 63 A DP 100A Double door
IV 40 A DP 63 A DP 63 A TPN 63A TPN 100A Double door
V 40 A TPN 63 A TPN 100 A TPN 100A TPN 200A Double door

Note: - 1. Bus bar chamber required only beyond two units quarter block.
2. Capacity of DP/MCB/TP etc shall be finally governed by number of actual points provided at site as per RVNL specifications .
ITEM NO: 33002: ELECTRIFICATION OF GATE MAN LODGE AT LEVEL CROSSING
(a) The item price includes cost of labour& all materials required to electrify the gate man lodge in all respect complete with ceiling fans,
luminary with lamps and other items indicated in scale of fittings including cost of wiring cables (sizes indicated for point wiring, circuit
wiring), PVC conduits with accessories, junction boxes, modular switches, metal boxes, lamp holders and ceiling roses, modular plate, pre
wired sub distribution board, earth electrodes etc.
(b) Scale of fittings, wiring points, fans, luminary etc. and Cable sizes, no. of wires permissible in each circuit and sub main,etc has been
indicated below.
(c) Payment for providing bracket on wall is included under item for GI pipe and shall be made on measurement of length basis.

SCALE OF ELECTRICAL FITTINGS


Details of LP TLP (T- FP STL PP5A Total Points DB EE
Points 5)
Quantity 2 No. 2No. 1No. 1No. 1No. 7 Nos. 1No. 1No.

Abbreviations

56
RVNL/ADI/PNU-SIOB/2018/01
LP Light point with18 watt CFL/11W LED lamp STL light point with 1x28 watt street light (aluminium sheet) T-5
as approved by engineer luminary with lamp and G.I.pipe bracket grouted on wall
FP Ceiling Fan point with 1200 mm fan &with D B Pre wired Distribution board comprising of following:-
suitable rating for the C/Fan, stepped type  Incoming DP MCB32A with 100mA RCCB --- 1No.
Electronic regulator  Outgoing SP MCB 6-16A – 4Nos.
 100A copper bus bars
TLP T-5 light point with 1x28 watt surface type(metal EE G.I.pipe earth electrode
sheet) T-5 luminary with lamp or equivalent
LED tubelight as approved by engineer
PP5A Light plug point complete with socket and
switch

Sizes of single core (copper conductor) cable for point wiring, circuit wiring,

Size of
circuit
Size of point wiring cable Nos. of circuits
wiring
cable

LP T-5 FP STL PP5A LP, FP & PP5A STL

Phases and
1.5 sq.mm 2.5 sq.mm
neutral
Continuous 1 No. 1 No.
earth 1.5 sq.mm 2.5 sq.mm

ITEM NO.33003: ELECTRIFICATION OF SERVICE BUILDINGS, PASSENGER SHELTER, SHEDS, PUMP HOUSE, SUB STATION
BUILDINGS, OFFICES ETC AND ADDITIONAL REQUIREMENT OF QUARTERS, LC GATES ETC.
a) The item price includes cost of labour& all materials required to electrify the buildings in all respects in surface/recess (excluding supply and
erection of fans, luminaries, air conditioners, water coolers, geyser which are covered elsewhere under BOQ).The cost includes wiring cables
57
RVNL/ADI/PNU-SIOB/2018/01
(sizes indicated for point wiring, circuit wiring and sub main wirings), PVC conduits with accessories, junction boxes, modular switches, metal
boxes, lamp holders and ceiling roses, modular plates sub distribution boards, distribution boards and earth electrodes etc.

b) Service buildings shall also include buildings at isolated locations such as relay huts at level crossings etc.
c) Wiring for essential and non essential load and their control shall be carried out separately at station buildings and other locations as required.

d) The payment for provision of industrial type iron clad plug socket with 32A DP MCB in M.S.Box [Item 33003(iii)] shall be paid in addition to
one power point work covered under 33003(ii).

NOTES: -

i) Earth Electrode shall be provided for each building as per IE rules.

ii)Single phase distribution system is permitted up to 10 KW load calculated on the basis of load of points as indicated here under.

iii) Three phase distribution system shall be carried out for the buildings having load above 10 KW calculated on the basis of load of
points as indicated here under.

iv) Separate SDB’s shall be provided for L&F and Power loads as per site requirements.

v) Each SDB shall be provided with RCCB 100 mA with incoming DP MCB.

vi)Each Distribution Board and Sub Distribution board shall be designed based on the requirement of load as per site conditions and
considering 25% additional circuits (minimum- 1 No.) as spare (MCB) on outgoing and minimum 50% additional load on Incoming
(for future requirements)

vii) Approval for design shall be obtained from the Engineer, prior to ordering boards on the basis of sample calculation for assessment of
electrical load, circuits and wattage of points as indicated below.

58
RVNL/ADI/PNU-SIOB/2018/01

A) Sample Calculation for Assessment of Electrical load, Circuits and wattage of points
A-1) Wattage of points

Light Point /Call Bell Ceiling Fan Exh. Fan Light Plug Power plug Geyser PP 32A Air Conditioner Point /Water Cooler
point Point Point point point Point
5A 15A

60 Watts. 100 Watts. 200 watts 100 Watts 500 Watts 1500 Watts 2000 Watts

A-2) Sample Calculation for Assessment of Electrical load and Circuits:-


Building with load as detailed here under
LIGHT & FAN CIRCUIT POWER CIRCUIT

Light Point Ceiling Exh. Fan Light Plug Power plug Geyser PP 32A Air Conditioner Point
/Call Bell Fan Point Point point point Point /Water Cooler
point 5A 15A

Wattage of points 60 Watts. 100 Watts 200 watts 100 Watts 500 Watts 1500 Watts 2000 Watts

59
RVNL/ADI/PNU-SIOB/2018/01
No. of points 25 10 4 5 4 1 2
Total watts 1500 1000 800 500 2000 1500 4000
Total Load 3800 watts 7500 watts
Nos. of points 8 Nos 3 Nos 1 No 1 No 1 No
permitted in a
circuit
No. of circuits 5 Circuits 2 Circuits 4 Circuits 1 Circuit 2 Circuits
Total circuits 7 Circuits 7 Circuits
Sub Distribution Incoming 40 A DP MCB with RCCB --- 1 No Incoming 63 A DP MCB with RCCB—1 No,
Board Outgoing SP MCB 6--16amps—9 Nos (including Outgoing (including spares)
spares) (i) SP MCB 32A -- 3 Nos for (AC/WC)
(ii) SP MCB 20A – 2 Nos. For Geyser
(iii) SP MCB 16A – 5 Nos. for 15A plugs

Distribution Incoming 63 A TPN MCB --- 1 No


Board Outgoing (including spares)
DP MCB 63 amps --2 Nos
DP MCB 40 amps -- 2 Nos

A-3) Size/s of single core (copper conductor) cable for point wiring, circuit wiring and sub main wiring, circuits, Sub Distribution Board/s,
etc.for buildings, offices etc.
Minimum Minimu
size of m size G.I.pipe
Nos. of points and size of wiring Nos. of circuits and size of wiring
Sub main of main Earth
cables cables
wiring wiring Electrode
cable cable
Size of point wiring cables Size of circuit wiring cables

60
RVNL/ADI/PNU-SIOB/2018/01

Light Group
For
Point/Fan point PP32A For For 32A.
PP L&F For 16
Point/Call wiring/ GP (ACP/ 15A. (AC/WC 10 sq.mm
15A and Geyser sq.mm
Bell point/ 5A WC) Plug etc)
5A Plug
PP5A etc. wiring
16 sq.
2.5 6 4 6 sq. Mm
Phase/s and 4 sq 6sq 2.5 4 sq. 10 sq.
1.5 sq.mm sq. sq. sq. mm
neutral mm mm sq.mm mm mm
mm mm mm
(i) One No. for
Each single – Phase
6sq 2.5 sq.mm
16 SDB/DB
mm
sq.mm (ii) two Nos. for each three
2.5 6 4 6 phase SDB/DB
continuous 1.5 sq. 4 sq 4 sq.
sq. sq. sq. sq.mm 10 sq.mm
earth mm mm mm
mm mm mm

Nos. of points No.of circuits permited in a


permitted in a circuit Distribution Board
Light
Point/Fan
PP32A For For 32A
Point/Call PP For L&F For
PP5A GP (ACP/ 15 A (AC/WC
Bell point/ 15A and 5A plug Geyeser
WC) plug etc)
PP5A
etc.

16
8 Nos. 4 Nos 1 No 1 No 1 No 12 Nos. 12 Nos 10 sq.mm
sq.mm

61
RVNL/ADI/PNU-SIOB/2018/01
Abbreviations
LP Light point PP5A Light plug point complete with socket and switch
FP Ceiling Fan point. PP15A Power plug point complete with socket and switch
CBP Call bell point PP32A Air Conditioner/Water cooler point with Industrial type iron clad plug
(ACP/WC) 32 amps & 20A DP MCB in metal clad box
EFP Exhaust fan point GP Geyser point

62
RVNL/ADI/PNU-SIOB/2018/01

ITEM NO 33004: DELETED


ITEM NO 33005: Supply, installation, testing and commissioning of prewired T-5, energy efficient
luminaries.
The item price includes labour& cost of all materials including cost of luminary complete with
accessories, T-5 tube, FR PVC insulated multistranded single core copper conductor cable, earthing
etc. Requirements of this item shall be as per technical details furnished here under and as per
instructions of Engineer.
Installation of luminary on wall/ceilingLuminary shall be fixed properly on ceiling or on the wall
with wooden/ roll plugs and screws.
Installation of luminary on Passenger shelter/sheds -Luminary shall be fixed with structure of shed
with 2 No clamps of GI.strips of 25x1.6mm and nut & bolts,

33005(i) Fitting & arrangement shall be similar to Havell's Cat. Ref. No.LHIT12128032 complete with
electronic ballast, T-5 tube. & earthing etc. as required.

33005(ii) Fitting & arrangement shall be similar to Havell's Cat. Ref. No.LHIT11228033 complete
with electronic ballast, T-5 tube & earthing etc. as required.
ITEM NO.33006:Supply, installation, testing and commissioning of street light luminary with prewired
T-5 energy efficient tubes or CFL.
The item price includes labour & cost of all materials including cost of FR PVC insulated multistranded single
core copper conductor cable, earthing etc. Luminary shall be provided on the bracket of pole / on wall /
as required. For provision of luminary on wall, G.I.Pipe bracket is payable under G.I.Pipe item (SBOQ
33019) on measurement of length basis. It also includes (as approved by Engineer)

33006 (i): Fitting & arrangement shall be similar to Havell's Cat. Ref. No. LHRT05228033, complete
with T-5 tubes, electronic ballast etc.
33006 (ii): Fitting & arrangement shall be similar to Havell's Cat. Ref. No. LHRT05128032, complete
with T-5 tubes, electronic ballast etc.
33006 (iii): Fitting & arrangement shall be similar to Havell's Cat. Ref. No. LHRT15214040, complete
with T-5 tubes, electronic ballast etc.
33006 (iv): Fitting & arrangement shall be similar to Havell's Cat. Ref. No. LHRT18414040, complete
with T-5 tubes, electronic ballast etc.
33006 (v): CFL luminary shall be Integral, powder coated die-cast aluminium housing, pot optics
reflector with full glass cover, accessories complete with 85W CFL similar to Bajaj Cat Ref No
BGEST 85 RF CFL FG E40.
33006 (vi) :The item includes cost of Street light /High Mast controller complete with infrared sensors,
contactors and MCB, terminal board etc. for 25 KW load. The item should have facilities/ features and
specification similar to Bajaj energy pack model no.BJCP25KWNS3P as approved by Engineer &
RVNL specifications.
33006 (vii) The item includes cost of Integral floodlight luminaries' with pressure die cast aluminium
housing symmetric/asymmetric distribution as required, similar to Philips Fitting cat. ref. MWF331
1xHPITP 400W A with control gear, 400W MH/HPSV lamp and all other accessories as required. The
cost shall include GI/Aluminium clamps with necessary GI fasteners as required at site. Make:
Phillips/GE/OSRAM.
ITEM NO.33007:Supply, installation, testing and commissioning of Metal Halide/HPSV Street light
luminary with lamp.
The item price includes labour& cost of all materials including cost of Metal halide/HPSV street light
luminary complete with lamp, FR PVC insulated multistranded single core copper conductor cable
63
RVNL/ADI/PNU-SIOB/2018/01
earthing etc.
Luminary shall be provided on the bracket of pole / on wall / as required. For provision of
luminary on wall, G.I.Pipe bracket is payable under G.I.Pipe item on measurement of length basis.
33007(i) Fitting & arrangement shall be similar to Crompton cat. ref MHSGN1107IH.
33007(i) Fitting & arrangement shall be similar to Crompton cat. ref MHSG2115IH/FG.

ITEM NO 33008: Supply, installation, testing and commissioning of A.C. ceiling fan. (Without
Regulator)
The item price includes supply &erection cost of all materials including cost of 230V A.C. ceiling fan
having3/4 blades, double ball bearing, copper wound motor, suitably sizeddown rod, canopies and
capacitoretccomplete with all accessories including fixing phenolic laminated sheet cover on the fan
box, FR PVC insulated multistranded single/three core copper conductor cable wiring and connecting
with earthing system etc. Fan should have ISI mark and as per IS-374/1979, min 3 star energy rating
issued by BEE.
Fan point wiring is covered under item 33003.

ITEM NO 33009:Supply, installation, testing and commissioning of stepped type, electronic fan
regulator on the existing phenolic laminated sheet.
The item price includes labour& cost of all materials including cost of stepped type, electronic
regulator with suitable rating for the C/Fan and connecting cables etc.

ITEM NO 33010(i):Supplying, installation, testing and commissioning of 11-23 watts, compact


fluorescent lamp complete with electronic ballastor equivalent LED lamp as
approved by Engineer.
The item price includes labour & cost of all materials including cost of FR PVC insulated multistranded single
core copper conductor cable, earthing etc. Luminary shall be provided on the bracket of pole / on wall /
as required. For provision of luminary on wall, G.I.Pipe bracket is payable under G.I.Pipe item (SBOQ
33019) on measurement of length basis. It also includes in cost of compact fluorescent lamp of suitable
wattage complete with electronic ballast or equivalent LED lamp of approved makeetc as approved by
Engineer.
ITEM NO 33010(ii):Supply,erection, testing and commissioning of Recessed type LED luminaries
for 2x2 Grid ceiling 3300 lumens:
The item includes cost of 2'x2' grid type ceiling recessed LED type light fitting with output of at least
3300 lumens. The detailed requirement shall be as per Phillips cat. No. RC365B LED33-5000 PSU OD
WH. The item including cost of lamp of suitable wattage complete with all accessories of approved
make etc as approved by Engineer. The item price also includes labour& cost of all materials including
cost of FR PVC insulated multistranded single core copper conductor cable, earthing etc.

ITEM NO 33010 (iii),(iv-a,b & c),(v), (vi) & (vii) :The item price includessupply, erection, testing and
commissioning of cost of LED light fitting with luminary of suitable wattage complete with all
accessories as mentioned in description of different item numbersand of approved make etcor as
approved by Engineer. The item price also includes labour& cost of all materials including cost of FR
PVC insulated multistranded single core copper conductor cable, earthing etc.
ITEM NO 33011 (i), (ii),& (iii):Supplying, installation, testing and commissioning of Exhaust fan

The item price includes labour& cost of all materials including cost of Exhaust fan (ISI marked, as per
IS-2312), min 3 star energy rating issued by BEE(if available in Indian market), grouting bolts & nuts,
FR PVC insulated multistranded single core copper conductor cable, connection to earthing system and

64
RVNL/ADI/PNU-SIOB/2018/01
making opening in the wall/modifications as required, fixing of suitable plywood framing etc as
approved by engineer. The exhaust fan should be preferably with louvers if available in Indian market.
ITEM NO 33011(iv): Supply, installation, testing and commissioning of Air circulating fan
The item price includes labour& cost of all material including Supply, installation, connection of single
phase 230V, 50Hz air circulating fans of 700-750 mm sweep heavy duty, wall mounted including all
accessories with regulators similar to CGL model no. AC750WALL-1. Erection cost shall include cost
of GI clamps and fixtures as required for wall/structure mounting of fan and GI fasteners. as approved
by engineer.
ITEM NO 33011(v): Supply, installation, testing and commissioning of Air Curtains 1000mm
The item price includes labour& cost of all material including Supply, installation, connection of single
phase 230V, 50Hz, 1000 mm high velocity air curtains conforming to CG model no.
CGHV1M.(Make:CG/Havell's/Polar), wiring and connecting with earthing systemetc as approved by
engineer.
33011 (vi) Supply, installation, testing and commissioning of AC bracket fan 400 mm
The item price includes labour& cost of all materials including cost of AC bracket fan 400 mm (ISI
marked,), min 3 star energy rating issued by BEE(if available in Indian market), grouting bolts & nuts,
FR PVC insulated multistranded single core copper conductor cable, connection to earthing system and
as approved by Engineer.
ITEM NO 33012:Supply, installation, testing and commissioning of stationary vertical storage
type drinking water cooler complete with Supply and installation of Auto
Voltage Corrector.
The item price includes labour& cost ofself contained drinking water cooler 150 liters capacity (cooling
capacity 150 Lts. per hour)water cooler [conforming to IS-1475 (part-1)/2001, ISI marked, min 3 star
rated], suitable for operation on 230 volts+/-10%, 50Hz, AC supply system complete with all connected
standard fittings, accessories etc. and 5KVA , wall mounted, I.C. controlled electronic auto-voltage
corrector conforming to relevant IS (latest version), suitable for operation on single phase 180 to 260
volts, 50Hz incoming AC supply and output 200 to 230 volts A.C. supply, complete with time delay
relay, voltmeter, instant start provision with push button switch, connection to earthing system etc as
required.
ITEM NO 33013 (a), (b):Supplying, installation, testing and commissioning of LT Switch
Boardsdifferent capacities
The item price includes labour& cost of all materials including cost of LT switch board, connection of
cables for incoming and outgoing etc. LT switch board shall be cubical type, wall mounted, dust &
vermin proof, conforming to IS:8623 (latest version). LT switch board shall be suitable for operation on
3 phase, 4 wire, 415 volt, AC supply system, fabricated with 16 SWG M.S. sheet, powder coated and
complete with inter connections, instrument connections with copper conductor cable, copper bus bars
200/250 amps. (as per capacity of switch board 63/125A), CT's, voltmeter, ammeter, LED type
indication lights, cable glands, earthing studs etc.
ITEM NO.33014: DELETED
ITEM NO.33015(i),(ii) & (iii):Supply, installation, testing and commissioning of L.T. Feeder
pillars of different capacities
The item price includes labour& cost of all materials including cost of L.T. Feeder pillar, construction
of brick masonry platform450 mm high,inter connections, connection of cables for incoming and
outgoing etc. L.T. feeder pillar shall be weather proof (degree of protection not less than IP54),
fabricated with 2 mm thick CRCA sheet, conforming to IS:8623 (latest version), powder coated,
suitable for operation on 3 phase, 4 wire, 415 volt, AC supply system., copper bus bars of 200/250/400
amps (as per capacity of feeder pillar 63/125/250A), LED type indication lights, cable glands, earthing
studs etc.
ITEM NO.33016: DELETED
ITEM NO 33017 (i), (ii), (iii): Supply and erection of different length Tubular pole with Junction
65
RVNL/ADI/PNU-SIOB/2018/01
box etc.
The item price includes labour& cost of all materials including cost of swaged type steel Tubular pole
7/9 meters long conforming to IS-2713 /Part I to III/1980 (latest version) (designation 410 SP – 3/ 410
SP - 30), canopy type with suitable length and diameter brackets, Junction box, erection of pole, casting
of foundation, muffing and painting of pole, connection to the earthing system etc.
Entire Work shall be in conformity with IS2713/Part 1-3 and specifications of RVNL.
ITEM NO.33018: DELETED
ITEM NO.33019: Supply and erection of class‘B’ G.I.Pipe with bends, accessories etc.
The item price includes labour& cost of cost of G.I.Pipeclass' B', ISI marked with bends, accessories
etc.
ITEM NO.33020: Supply, installation, testing and commissioning of automatic changeover panel
complete.
The item price includes labour& cost of all materials including cost of automatic changeover panel
complete as per RDSO specification No.TI/SPC/PSI/CLS/0023 with amendment No.3 dated 21.03.07
or latest, connections as required.
Note: Make of panel shall be on the approved list of manufacturers issued by RDSO/Lucknow.

ITEM NO.33021: ELECTRIFICATIONOF FOB


The item price includes labour& cost of all materials required to electrify the FOB complete with
G.I.pipe pole with bracket of suitable length and diameter, luminary with lamp, suitable connection to
the earth with GI wire M.S. junction box, connection with 1.5 sq.mm, FR PVC insulated, single core,
copper conductor cable etc. Pole shall be clamped with FOB structure with clamps manufactured with
galvanized MS flat 50x50x6mm, Nut & bolts 16 mm dia at not less than two locations.
Junction box shall be Double door, weather proof (degree of protection not less than IP 54) complete
with MCB 6 amps, copper bus bars 100A for looping 4 core 3 nos. LT cables , as required. Payment
forEarthing shall be covered under relevant BOQ Item.
The price includes following scale of fittings:
SCALE OF FITTINGS
Details ‘B’class, ISI marked 50mm G.I.Flat clamp of STL Jn. box EE
dia ,3.5 meters long 50x50x6mm with
G.I.pipe pole complete with G.I.bolts& nuts etc
bracket
Quantity 1No. 2 Nos. 1No. 1No. 1No.
Abbreviations
STL 2X24W street light T5 luminary complete with T5 tube OR CFL fitting with CFL. Lum
powder coated die-cast aluminium housing, pot optics reflector with full glass cover, acces
CFL similar to Bajaj Cat Ref No BGEST 85 RF CFL FG E40 as required by Railway.

66
RVNL/ADI/PNU-SIOB/2018/01
Jn. Box M.S. junction box (1-phase 230 volts) complete with wiring including following:-
 MCB SP 6 A
 4 Nos. 100A copper bus bars for looping 3 cables
EE Connection to earthing system with GI wire
ITEM NO.33022:Supply, installation, testing and commissioning of 100/250/500 KVA Power
Distribution Transformer,fencing and foundation
The item price includes labour& cost of all materials including cost of Transformer, erection testing
and commissioning as per standard code of practice.
Extra payment shall be made for construction of foundation for transformer, providing fencing
enclosure and Iron Gate (if directed by the employer).
Requirements shall be as per details given here under:-
(i) Foundation
M10gradecement concrete foundation shall be constructed with 20 mm coarse aggregate The size of
foundation shall be as per approved drawing based on size of transformer but shall not be less than 2
x1.5mt (Length x breadth) and 600mm above ground level duly plastered and finished surface. Curing
shall be done as per code applicable. Excavation shall be done complying with Code of Safety as per
IS 3764/1992(Latest Version).
(ii) Fencing
Fabrication of enclosure for housing transformer shall be made in rectangular formation as required
with M.S. Angle iron 50x50x8mm spaced at about 2 meters and 12 SWG GI wire meshGI wire shall
be cut according to size and welded with the angle frame. MS strip not less than 15x3mm size shall be
provided and welded above GI wire along the angle frame to hold the GI wire mesh. Height of
enclosure shall be 2 meter above ground level. The portion of MS angle to be grouted in foundation
shall be 500mm.
The fencing panels shall be erected on foundation constructed of size 200mmx200mmx500mm deep
with cement, & concrete of M10 grade.

(iii ) Iron Gate


Iron gate shall be fabricated with 50mm x 50mm x 8mm MS angle iron frame with iron grill etc.as
approved. The size of the gate shall be 2mt (height) x 3.5mt (width ) and fabricated in two parts of 1.75
mt each.Gate shall be provided with sliding Lockable bolt with Pad lock.
Gate shall be fixed on channels of size not less than100x50mm, weighing 7.90 Kg per meter with bolts
& Nuts and welded. Channels shall be erected on foundation constructed of size
300mmx300mmx500mm deep with cement, concrete M10 grade
Complete enclosure including Gate and angles (except galvanized portion) shall be painted with
approved shade enamel paint over two coats of red oxide primer.
Installation shall be as per IS 10028 (Pt. II/1981) Latest Version.
Drawing of the enclosure with Iron Gate etc. shall be got approved from the Engineer.

ITEM NO.33023:Supply, installation, testing and commissioning of 3 pole 11 KV, 400 amps Gang
Operated Switch complete with drop out fuses etc.
The item price includes labour& cost of all materials including cost of 3 poles 11 KV, 400amps. Gang
Operated Switch complete with drop out fuses, operation system, clamps, connections with ACSR
conductor, sleeves, etc. as required.All the materials used for manufacturing Gang Operated Switch
shall conform to IS-2544, IS-5340 (Part-III) and IS-9921 (Part-I to V).
ITEM NO.33024: Supply, installation, testing and commissioning of 11 KV 3 Panel HT Vacuum
Circuit Breaker board and end termination etc.
The item price includes labour& cost of all material including cost of 11 KV 3 Panel (one incoming
and two outgoings) HT VCB board,conforming to IS:13118/1991 & IS:3427/97, erection, testing,
67
RVNL/ADI/PNU-SIOB/2018/01
commissioning as per RVNL specifications. VCB panel shall be 11kV, 350MVA, 630 Amps, draw out
type, manually operated, 3 panel HT VCB board comprising of 1 No. Incoming: 3 Pole, Vacuum
Circuit Breaker complete with PT, relays, electronic metering devices including ammeter, voltmeter,
frequency meter, power factor meter and trivector meter (with 30 minutes integration) for maximum
demand indicator of suitable range for unbalanced loads, clustered LED type indication lights, double
ratio copper wound current transformer (ratio 80/40/5A -- for 500KVA & 60/30/5A for 250 KVA) and
2 Nos. Outgoing: 3 Pole, Vacuum Circuit Breaker complete with relays, Digital Ammeter, LED type
Indication light, double ratio copper wound current transformer ( ratio 60/30/5A -- for 500KVA &
30/15/5A for 250 KVA) complete.
ITEM NO.33025& 33026:Supply, installation, testing and commissioning of LT Switch board.
The item price includes labour& cost of all material including cost of LT Switch board, erection,
connections of cables, testing, and commissioning etc.as per RVNL specifications. LT panel shall be
cubical type, floor mounted, dust & vermin proof, multi-tier construction, fabricated with 2mm thick
CRCA sheet with base MS channel 100x50x7.5mm (nominal size), and powder coated. The LT
switchboard shall conform to IS:8623 (latest version) and shall be suitable for operation on 3 phase, 4
wire, 415 volt, AC supply system. The switch board shall be complete with inter connections,
instrument connections with copper conductor cable, copper bus bars, front operated switchgears,
selector switches, ammeter, voltmeter etc. on each incoming and ammeter on each outgoing with LED
type indication lights, cable glands, earthing studs etc. Each panel shall be in segregated compartment.
ITEM NO.33027 : DELETED
ITEM NO.33028 : DELETED
ITEM NO.33029:Supply, installation, testing and commissioning of safety items in the substation.
The item price shall cover cost of fire extinguishing equipments (ISI marked), Rubber mat (ISI
marked), GI fire buckets filled with dry sand held on free standing steel stand, First aid box with
medicines (ISI marked) and associated materials, Shock treatment chart suitably laminated on
aluminium frame, schematic diagram of HT & LT installation & transformer data on white hylem sheet
with aluminium frame & fixing/providing in the sub-station area as directed by Engineer-in-charge of
the work at site.
Stand for holding of fire buckets shall be free standing, manufactured with MS angle frame
50x50x6mm with base angle frame, shade and hanging arrangements for buckets as per approved
drawing.
Details of items are as under:
i) Fire extinguisher, dry chemical powder type (ISI marked) suitable for electric fire,10kg capacity - 2 Nos

ii) Rubber mat (ISI marked) non-skid type suitable for 11kV AC supply of size 3600x1000x25mm - 2 nos

iii) 6 nos. GI fire buckets of 10 Ltrs. capacity (24 gauge) duly fitted on MS angle 50x50x6mm stand, shade a
with clean dry ordinary sand -1set
iv) First Aid Box (ISI marked) complete with medicines of approved make - 1 set
v) Electric shock treatment chart (large size) with aluminum frame and laminated as approved. - 2 Nos.

vi) 11kV/415 Volt danger plates conforming to relevant IS. - 8 Nos.


vii) Schematic diagram of HT/LT installation on white hylem sheet with aluminium frame of size 1200x
computer printed and suitably laminated - 1 No.
viii) Data of transformer on white hylum sheet with aluminum frame of size 900x600mm. - 2 Nos

ITEM NO. 33030: Supply, installation, testing & commissioning of DG set with acoustic enclosure
with all other accessories etc.
The item price includes labour& cost of all materials including cost of DG set with acoustic enclosure ,
68
RVNL/ADI/PNU-SIOB/2018/01
AMF panel and all other accessories, construction of plinth with materialsas per OEM
recommendations and approved drawing, first filling of lubricating oil, supply of High speed Diesel oil
required for testing, commissioning at siteetc as per details given in RVNL specifications. DG set shall
be complete with diesel engine, copper wound alternator, battery set, anti-vibration pads, fuel tank and
all other accessories/equipments/protective devices etc and AMF control panel conforming to relevant
IS, fabricated with CRCA, 16 SWG sheet, powder coated and comprising of incoming 4 pole, MCCB
50kA, copper bus-bars, 4 pole, heavy duty contactors, multifunction panel meter for display of current
and voltage on phases and lines, power factor, frequency, kWH, MD etc, LED indications lights
including connections with single core 1.1 kV grade LT XLPE insulated copper conductor control cable
between LT panel, AMF panel and alternator for auto and manual operation etc.
ITEM NO. 33031: Supply, installation, testing and commissioning of 125 KVAR APFC Panel.
The item price includes Supply, erection, testing & commissioning of 125 kVAR (10x12.5) Automatic
Power Factor Controller panel (capacitor bank) complete with low loss capacitors similar to MD-XL
type of L&T make, 250 amp MCCB incomer (Ics=100%Icu), with auto and manual option, suitable for
3 phase, 415 Volt, 50 Hz AC supply & switching ratio1:2:3:4, conforming to relevant IS (latest
version). APFC Panel shall be similar to L&T make cat.ref.A1256A10CMM. APFC panel shall be
connected with the main panel as per site requirement.
Cable for providing connections are payable under relevant BOQ item.
ITEM NO.33032: Earthing with 3 meter long, 50 mm dia G.I. Pipe class 'B' earthing electrode:
The item price includes labour& cost of all materials including cost of GI pipe, masonry enclosure,
cover plate with lifting handle, charcoal/coke and salt, etc.
Earthing shall be in conformity to IS 3043/1987 (Latest Version) and as per approved drawing.
Excavation shall be done complying with Code of Safety as per IS 3764/1992(Latest Version). Earth
resistance shall not be greater than 5 ohm in normal soil and 8 ohm in rocky area.
ITEM NO. 33033Earthing with 600mmx600mmx6mm thick G.I. earth plate
The item price includes labour& cost of all material including cost of supply of GI earth Plate, masonry
enclosure, cover plate with lifting handle, G. I. watering pipe, charcoal or coke and salt etc.The price
shall also cover erection including digging of earth pit in any kind of soil at the specified location. The
work shall also cover the earth treated to obtain earth resistance of less than 1 ohm. Connection of earth
electrode should be made by providing GI clamps nuts, bolts.
Work shall be in conformity to IS 3043/1987 (Latest Version) and as per approved drawing. Excavation
shall be done complying with Code of Safety as per IS 3764/1992. Earth resistance shall not be greater
than 1 ohm in normal soil and 2 ohm in rocky area.
Payment of G.I.strips to be laid for connections are payable under relevant BOQ item

ITEM NO. 33034 : Earthing with 600mmx600mmx3mm thick copper plate earth plate
The item price includes labour& cost of all material including cost of supply of copper earth Plate,
masonry enclosure, cover platewith lifting handle, G. I. watering pipe, charcoal or coke and salt
etc.The price shall also cover erection including digging of earth pit in any kind of soil at the specified
location. The work shall also cover the earth treated to obtain earth resistance of less than 1 ohm.
Connection of earth electrode should be made by providing cadmium plated brass bolts & nuts. Earth
resistance shall not be greater than 1 ohm in normal soil and 2 ohm in rocky area.
Work shall be in conformity to IS 3043/1987 (Latest Version) and as per approved drawing. Excavation
shall be done complying with Code of Safety as per IS 3764/1992
Payment of copper strips to be laid for connections are payable under relevant BOQ item.
ITEM NO. 33035(i&ii): Supply and laying of G.I. strip below ground or surface/in recess.
The item price includes labour& cost of all materials including cost of G.I. strip on surface or recess or
digging in ground/making chase in wall/floor and making good the damages, connections including
69
RVNL/ADI/PNU-SIOB/2018/01
soldering/riveting etc as required.
ITEM NO. 33035(iii): Supply and laying copper strip on surface or in recess or in 50 mm dia G.I.
pipe
The item price includes labour& cost of all materials including cost of copper strip on surface or recess
or digging in ground 0.50 meter below ground/ making suitable holding arrangements on transformer
/D.G. Set end, making good the damages, Connections of strip includingsoldering/riveting etc as
required.
Rates for G.I.pipe are payable separately under relevant BOQ item.
ITEM NO.33036: Supply, laying, testing and commissioning of LT cable.
The item price includes labour& cost of all material including cost of LT XLPE cable conforming to
IS:7098/Pt I (latest version), bricks, sand, cement, termination lugs/crimping socket,supplyand erection
of cable route markers of size not less than 200x150x5mm thick M.S.Plate and bolted to 40x40x6mm
M.S angle iron of suitable length to hold the laid cable including fixing. Inscription on the plate shall be
as specified in RVNL tech. spec. Cable markers shall be provided as instructed by Engineer at not more
than 50 m interval and at locations where cable route is changing or cable joint provided.
In substation area, laying of cable includes construction of suitable trench. Trench shall be filled with
dry sand up to 300 mm above the cable after it is laid. ‘U’ frame shall be manufactured with MS angle
50x50x6mm & grouted vertical in floor for holding cable on transformer end.Cable shall be held
vertical with clamps of MS flat 50x6mm at two places on frame on transformer and panel side. Painting
of U’ frame and clamps shall be done with approved shade paint. Cables shall be terminated with LT
panel & on the transformer side with aluminium crimping sockets & tested and commissioned as
required. Cables shall be measured in length for the types used in the works and the 2nd stage payment
for these Cables shall be as per actual length measured after laying. The unused cut pieces generated
during laying shall not be measured and cost of such cut pieces shall be deemed to be included in the
rates.
Rates for RCC/G.I/HDPEpipe are payable separately under relevant BOQ item.

ITEM NO.33037(i& ii) : Supply and erection of high mast system complete with accessories,
The item price includes labour& cost ofSupply, erection, testing & commissioning of hot dipped
galvanised (inside & outside), 16m high mast system (in two sections), complete with accessories,
foundation bolts with nuts, washers, anchor plates & templates etc. manufactured from special steel,
head frame, 2-point suspension system with steel wire rope 6mm dia (7/19 construction), double drum
winch, galvanised lantern carriage arrangement suitable for 9 luminaries symmetrically arranged &
control gear boxes and lighting finial etc. The mast shall have integral type power tool at the base
compartment for its raising and lowering operation, twin dome aviation obstruction lights with 100 watt
lamp, control panel etc. High mast shall be supplied complete with 2x400 watts MH luminaries (degree
of protection IP-65) with control gear boxes, MH lamps, multi core flexible copper conductor cable of
suitable rating, connection with earthing system etc. as required.
Control panel shall consist of:
(a) 1X63 A TPN MCB for incoming supply
(b) 3X32 A SPN MCB for outgoing (50% lighting, 100% lighting, motor)
(c) Automatic timer with contactor for controlling above lights of suitable capacity.
(d) 1 no multi plug socket 16A
High mast shall be provided with fencing panel of size 2Mx2Mx1.5M in square shape for protection of
erected high mast tower wherever required as directed by Engineer. The cost shall also include
construction of foundation as per recommendation of manufacturer and approved drawing and its fixing
arrangements etc.
Note: Pipe electrode earthing is payable extra under relevant SOR.
70
RVNL/ADI/PNU-SIOB/2018/01

ITEM NO33038 (i) to (iv): Supply, laying, testing and commissioning of 33 /11 KV XLPE (E)
insulated, armouredaluminium conductor cable.
The item priceincludes the cost of supply of cable conforming to IS:7098/Pt.II/85 and all other materials
including bricks, sand and cement. The item price also includes laying of cable, , miscellaneous works
such as digging of trench, provision of suitable clamps as per site requirements and testing &
commissioning. Laying of cable shall cover all type of pipes, horizontally or vertically, underground, on
wall or in air or under the Railway track/road. It also includes coordination for arranging shut down
from state Electricity authorities and returning/ transporting of released materials to state electricity
authorities.

In substation area, laying of cable includes construction of suitable trench. Trench shall be filled with
dry sand up to 300 mm above cable after laying. ‘U’ frame shall be manufactured with MS angle
50x50x6mm & grouted vertical in floor for holding cable on transformer and HT panel end. Cable shall
be held vertical with clamps of MS flat 50x6mm at two places on frame on transformer and panel side.
Painting of U’ frames and clamps shall be done with approved shade paint.
The cable shall be laid as per RVNL’s technical specifications.
The cost of GI/RCC/HDPE pipe and cable route markers is payable under separate BOQ items.Cables
shall be measured in length for the types used in the works and the 2nd stage payment for these Cables
shall be as per actual length measured after laying. The unused cut pieces generated during laying shall
not be measured and cost of such cut pieces shall be deemed to be included in the rates.

ITEM NO.33039 : DELETED


ITEM NO.33040: Supply, termination, testing & commissioning of 33 KV/11KV outdoor types,
heat shrinkable end termination kit.
The item price includes labour& cost of all materials including cost of 33KV/11KV outdoor type, heat
shrinkable end termination kit, making termination and connecting to the overhead lines.
ITEM NO.33041 : DELETED
ITEM NO 33042 (i) : Supplying and erection of pre-stressed, cement concrete (PSCC) double
pole structure 9-11 meters long complete with galvanized stay set, anti
climbing devices and fixing of Danger plates on the erected pole.
The item price includes coordination with SEB/concerned authorities, labour& cost of all materials
including cost of pre-stressed, cement concrete (PSCC)/RSJ (As per site requirement) double pole
structure(H-pole) 9-11 meters long, 4 nos. channel cross arms & 2 nos cross bracing angles, clamps,
bolts, nuts etc. including erection, casting of foundation , muffing etc. The item price also includes
supply and erection of galvanized stay set with 19/20 mm dia x1.8 meters long stay rod, anchor plate of
size 45cm.x45cm x 7.5mm thick, thimble, stay clamp of galvanised MS flat 50 x 6 mm, turn buckle
(20mmx600 mm), 7/4.00 mm dia G I stay wire conforming to IS 2141-1968, 11KV strain insulators
etc. including digging of pit, casting of foundation for poles & stays with cement, concrete M10 grade
and refilling, supply and erection of anti climbing devices, and danger plates on the erected poles.
Above items are for guidelines purpose. The entire work has to be done in coordination and as per
standards of concerned State Electricity Board.
ITEM NO 33042 (ii) : Supply of material, fabrication and erection of ‘H’ pole structure 9 to 11
meters long complete with galvanized stay set, anti climbing devices and fixing of Danger plates
on the erected pole.
The item price includes coordination with SEB/concerned authorities, labour& cost of all materials
including cost of fabrication & erection of 9 to 11 meters long ‘H’ pole fabricated from I section MS
Beam ISHB 150mm x 150mm (weight not less than 27.1 kg/meter, Tolerance as per Relevant IS
permitted). The ‘H’ poles shall be fabricated as directed by Engineer and drawing approved by RVNL,
71
RVNL/ADI/PNU-SIOB/2018/01
Railway and SEBs. Drawing shall be made by contractor and get it approved from concerned authorities
before taking up the work. The guiding details of the poles are:
Cross bracing of M.S. angle size 65x65x6mm (Total length of different pieces should be greater than
0.3 meter from length of pole), 4 nos. channel cross arms & 2 nos cross bracing angles, clamps, bolts,
nuts etc. including erection, casting of foundation , muffing etc. The item price also includes supply and
erection of galvanized stay set with 19/20 mm dia x1.8 meters long stay rod, anchor plate of size
45cm.x45cm x 7.5mm thick, thimble, stay clamp of galvanised MS flat 50 x 6 mm, turn buckle
(20mmx600 mm), 7/4.00 mm dia G I stay wire conforming to IS 2141-1968, 11KV strain insulators
etc. including digging of pit, casting of foundation for poles & stays with cement, M15 grade and
refilling, supply and erection of anti climbing devices, and danger plates on the erected poles. The
contractor shall have to erect the ‘H’ pole structure, terminate and connect the existing/new HT line and
commission complete in all respect.
Above items are for guidelines purpose. The entire work has to be done in coordination and as per
standards of concerned State Electricity Board ready for their final acceptance/handing over.
ITEM NO. 33043:Supply and erection of 11 KV Porcelain Disc insulators complete with
galvanized iron hardware etc. including terminating with 11KV/ 33 KV
overhead conductors as required.
The item price includes labour& cost of all materials including cost of 11 KV porcelain Disc insulators
complete with galvanized iron hardware, terminations with overhead with PG clamps, dismantling of
materials transporting and handing over to concerned authorities wherever required, etc.

ITEM NO. 33044: (i): Supply and laying of RCC Hume pipe under the Railway track /Road.
The item price includes labour& cost of all materials including cost of RCC Hume pipe, ISI marked,
NP-4 class, digging of trench, laying of pipe and back filling of trench with excavated earth etc.
Prior to start of excavation works under track/road, proper permission shall be obtained from the
concerned authorities.
ITEM NO. 33044 (ii): Supply and laying RCC Hume pipe under the Railway trackswith trench
less method.
The item price includes labour& cost of all material including cost of RCC Hume pipe ISI marked, NP-
4 class, making trench with trenchless method with suitable machines etc and making good the
damages..
Prior to start of works, proper permission shall be obtained from the concerned authorities.
Due care should be taken to avoid damage to tracks alignment, existing cables, pipes or other such
installations during Drilling/Boring. Horizontal distance of the proposed trench from the existing and
proposed electricmast shall not be less than 5.0 meters and shall be away from the track joints.

ITEM NO. 33044(iii): Supply and laying of DWC/Split DWC pipe under the Railway track /Road.
The item price includes labour& cost of all materials including cost of DWC pipe, conforming IS:
14930 (Part 2:2001), Non metallic, corrugated, multiwalled, normal duty, pliable, without protection
against chemical attack & non flame propagating in 6 M length of size 200 mm outer dia and 175 mm
inner dia ( permitted tolerance in dia = +/- 2mm), digging of trench, laying of pipe and back filling of
trench with excavated earth etc.
Prior to start of excavation works under track/road, proper permission shall be obtained from the
concerned authorities.

72
RVNL/ADI/PNU-SIOB/2018/01
ITEM NO. 33044(iv): Supply and laying of DWC/split DWC pipe under the Railway track /Road
with trench less method.
The item price includes labour& cost of all materials including cost of DWC pipe, conforming IS:
14930 (Part 2:2001), Non metallic, corrugated, multiwalled, normal duty, pliable, without protection
against chemical attack & non flame propagating in 6 M length of size 200 mm outer dia and 175 mm
inner dia ( permitted tolerance in dia = +/- 2mm), making trench with trench less method with suitable
machines etc and making good the damages.
Prior to start of works, proper permission shall be obtained from the concerned authorities.
Due care should be taken to avoid damage to tracks alignment, existing cables, pipes or other such
installations during Drilling/Boring. Horizontal distance of the proposed trench from the existing and
proposed electric mast shall not be less than 5.0 meters and shall be away from the track joints.

ITEM NO. 33045(i& ii):Supply, installation, testing & commissioning of Submersible pump set,
control panel etc
The item price includes labour& cost of all material including cost of Submersible pump set ISI marked
and min 3 star energy rating with control panel, cable etc suitable for supplying water at required head
and discharge as per site conditions and as directed by Engineer. The horse power of the motor is
approximate. Suitable motor has to be installed keeping in view the site conditions. However, all items
required for the safe and efficient operation whether stated or not, shall be deemed to be included.
Control panel shall be wall mounted cubicle type, dust & vermin proof, suitable for operation on 415
volts AC supply system, with degree of protection not less than IP 54, fabricated with 16SWG thick
CRCA sheet steel, duly powder coated.
Details of accessories etc are as under:-
1 Flat, water submersible, 3 core cable of size as recommended by the manufacturer
and of the required length.
2 Cable ties for clamping of flat cable to pipe at every 1 mtr interval through out the
length.
3 Two pairs of MS suspension clamps made of suitable size of MS flat - 1 set.
4 Full way valve of suitable size ISI mark - 1 No.
5 Pressure gauge of required capacity - 1 No.
6 Bore cover - 1 No.
7 GI bend of suitable size - as required
8 BCH/L&T make Cubicle type, weather proof control panel with degree of
protection not less than IP54, complete with the following :-
i) TPN MCB 32A 10kA - 1 No.
ii) Direct On Line starter (DOL) suitable to the above - 1 No.
iii) Suitable pump set measurement and protection system as approved by engineer -
1 set
iv) MINILEC current baseddry run protection - 1 No.
v) Suitable capacitors to improve PF to min 0.99.
ITEM NO. 33046:Co-ordination/Liaisoning and chasing with State Electricity Board authorities
for availing New Electric Connection / augmentation of load/modification of
crossings etc.
The item price includes cost for Co-ordination/Liasoning /chasing with State Electricity Board
authorities for various activities involved for availing new connections, augmentation of loads,
including collection of estimates for New connections, additional load & crossings modifications,
arranging payment from RVNL, depositing payment to SEB's authority, release of load & other
connected works etc.as required.
Note: Payments made for application forms will be reimbursed by RVNL on proof of documents.
73
RVNL/ADI/PNU-SIOB/2018/01
ITEM NO. 33047: Design and preparation of working & completion drawings of the installations.
The item price includes cost for design of electrical works and preparation of working & completion
drawings of the installations covered under general electrical services work of the complete project
including internal electrification of quarters, level crossings, station buildings, offices, buildings, Power
line crossings, Power supply distribution arrangements of stations with platform lightings, sub stations,
Electrification of Sub stations building, etc as required on Auto Cad & arranging approval from
competent authority.
On award of contract, survey of all the installations (Excluding Power line crossings which are covered
under other BOQ item)shall be carried out and drawings indicating existing & proposed works,
schematic layout /arrangements etc. shall be prepared on Auto Cad based on Zonal Railway’s and
SEB’s norms & requirements and shall begot approved from the competent authorities i.e.
RVNL/ZonalRailways/SEB’s etc. as required. All the drawings shall be speaking with conventional
signs and symbols.
After completion of entire work, as executed drawings shall be prepared and supplied while handing
over the completed works to the Zonal Railways.
Design andDrawings will be the property of Railways.
Following drawings shall be prepared and submitted.
WORKING DRAWINGS
1 Soft Copy One set of each drawing prepared on Autocad.
2 Hard Copy Three set of each drawing of not less than A-3 size on RTF (Re-producible
Tracing Film) and four sets on paper
COMPLETION DRAWINGS
1 Soft Copy One set of each drawing prepared on Autocad.
2 Hard Copy Threeset of each drawing of not less than A-3 size on RTF (Re-producible Traci
sets on paper.

NOTES:
1) Drawing for all HT installations are to be got approved from the Chief Electrical Engineer of the
zonal railway in his capacity as Electrical Inspector to Govt.of India.
2) Drawings for LT/11kV/33kV crossings of State Utility Company, that are being modified, are to be
got approved from the concerned Utility Company, prior to taking up the work.

ITEM NO. 33048:Conducting check survey for the existing LT, HT and EHT Power line
Electrical crossings on the section and measurements of clearances to identify
modification required/not required
The item price includes cost for conducting check survey of complete section for all the existing LT,
HT and EHT Power line Electrical crossings, power lines running parallel to track from the proposed
track route and requiring modification keeping in view Regulations for Electrical crossing of Railway
Track 1987 and IRSOD-2004 with latest amendments , measurements of horizontal distances of
structures (up to next two structures on each side) from the existing & proposed tracks etc, vertical
clearances of lowest conductors & guard wires from existing & proposed rail level, angle of crossings,
height and type of towers/poles, preparation of “list of crossings requiring modification” & “ list of
crossings not requiring modifications” etc.(Height/ clearances shall be accurate with zero tolerances)
Measurements shall be recorded on a format as approved and be submitted considering all aspects
including details required as indicated above. Proposal for modification arrangement of infringing
power line crossing shall also be submitted.

ITEM NO. 33049: Supply, erection, testing & commissioning of outdoor type, single side and
double side Glow sign board /Pictorial signage board with suspension/
74
RVNL/ADI/PNU-SIOB/2018/01
mounting arrangement.
The item price includes Supply, installation, testing & commissioning of outdoor type, single side,
/Double side Glow sign boards/Pictorial signage boards with suspension /side mounting/wall mounting
type arrangements as required, complete including internal wiring with 2x1.5sq mm FR PVC insulated,
multistrand, copper conductor single core cable on surface PVC conduit, earthing with 1.5 sq mm FR
PVC insulated multi strand copper conductor single core cable conforming to IS 694(latest version) etc,
acrylic sheet of thickness not less than 4mm on front side, G.I /Aluminium Sheet of 24 SWG on all 5 /
4 sides with louvers etc.as required. Depth of board shall not be less than 200mm. Erection
arrangement shall be as approved by Railways. Matter to be written / displayed on signboards shall be
got approved before manufacturing of board. Glow sign board shall have degree of protection not less
than IP 54.
Prewired 1x28 watts T-5 surface type Luminary complete with electronic ballast etc. shall be provided.
Provision of Nos. of luminary shall be based on one No.28 watts T-5, surface type luminary per 8 Sq. ft
area.
Note: 1. Boards of smaller dimensions/area which may not accommodate 28 watt luminary shall
be provided with 1x14 watt luminary per 4 sq.feet area.
2. Payment for Double sided glow sign board shall be made @ 150% of the total rate of
single sided glow sign boards.
Wiring shall conform to relevant IS and code of practice as applicable.
ITEM NO. 33050: Supply, installation, testing & commissioning of Silicon rectifier battery
charging set 200 Ampscapacity including connections.
The item price includes labour& cost of all materials including cost of battery charging set as per
RVNL tech specifications.Payment for L.T.cable shall be made under relevant BOQ item. .

ITEM NO. 33051: Supply, erection, testing and commissioning of weather proof, outdoor type,
dust and vermin, floor mounted, 110 volts battery charging point.
110 V DC battery charging points shall be manufactured as per RVNL technical specification OR as per
approved Drawing of Zonal Railway / RVNL.
The item price includes labour& cost of all material including cost of Fabrication, supply, installation,
testing and commissioning of cubicle type, weather proof, outdoor type, dust & vermin proof, 110 volts
Battery charging point conforming to IS 8623 (latest version) with degree of protection not less than
IP54. Battery Charging point shall be suitable for operation on 150 volts DC supply system and
fabricated with 14 SWG galvanised MS sheet, M.S. channel size 100x50mm (weight 7.914kg/metre)
1200mm long, powder coated, inter-connections with single core, PVC insulated, multi stranded,
copper conductor cable of size 10 sqmm, 3 nos. aluminum bus bar of size 25x10mm, complete with one
no. MCB DP 63 Amps (DC series) 10kA, including vertical grouting of channel 300mm deep in ground
for erection with cement concrete M10 grade as per standard drawing of zonal railway/as approved by
the Engineer. .

ITEM NO. 33052: Supply, erection, testing & commissioning of weather proof, dust & vermin
proof, Pre-
cooling point
The item price includes labour& cost of all material including cost of Fabrication, supply, installation,
testing and commissioning of cubicle type, weather proof, outdoor type, dust & vermin proof, pre-
cooling point conforming to IS 8623 (latest version) with degree of protection not less than IP54. Pre-
cooling point shall be manufactured with 3.15mm CRCA sheet with 4 pedestals (on corners) of M.S.
angle size 65x65x8mm (900mm long) with base frame of M.S. angle size 40x40x5mm, duly powder
75
RVNL/ADI/PNU-SIOB/2018/01
coated including vertical grouting of MS. angles 300mm deep in ground for erection with cement
concrete M10 grade as per standard
drawing of zonal railway/as approved by the Engineer. Pre-cooling point shall be complete including
following:.
i) One no. 100 A, 4 pole, MCCB 35 kA (Fixed type )
ii) One no. 63A industrial type, iron clad 5 pin (3P +N+E)415 V plug socket with spring
locked cover.
iii) One No. 32 A Industrial type iron clad 3 pin (P+N+E) 250 V plug socket with spring
locked cover.
iv) Batten Holder fixed on Bakelite sheet base plate with suitable lamp and controlled by 5
A piano type switch.
v) 300 A Aluminium bus bar for Phases & 200 A for Neutral, with epoxy coating/ PVC
colour coded sleeves.
vi) Cable entry glands of suitable size
vi) LED indication lights.

The connections from bus bars to MCCB and from MCCB to the feeding terminal (Iron Clad Sockets)
shall be done with single core, copper conductor cable of suitable rating with suitably sized galvanized
MS bolts, nuts and washers.
Fluorescent screen printed indication plates on the front shall be provided for clear indication of 415
Volts, AC pre-cooling point.
Pre cooling points shall be manufactured as per RVNL technical specification OR as per approved
Drawing of Zonal Railway / RVNL.
ITEM NO. 33053: Dismantling of wiring installations
The item price includes cost of labour for dismantling of complete electrical/solar and wiring
installations as per site conditions, stocking, accountal, transporting and handing over the released
material to electrical department. Buildings, offices, sheds, gate lodges etc. infringing the new works
may also require dismantling of Electrical installations.
The item covers dismantling of wiring installation, lamp /tube fittings, street light fittings, fans,
Distribution boards, mains, sub mains,L.T.Panel(s), solar panels and associated cables etc and other
such accessories of Railway station building/service building/sheds/gate lodges etc, removal from site,
transportation or shifting to new location and handing over of released materials to Electrical
department as instructed and if required making temporary arrangements as per instructions of the
engineer.

ITEM NO. 33054(i):Dismantling of erected pole and its associated overhead conductor, GI wire,
cross arms brackets, insulators, Stay, luminary.
The item price includes cost of labour for dismantling of erected pole and its associated overhead
conductor, GI wire, cross arms brackets, insulators, Stay, luminary etc as are at site including stocking ,
transporting and handing over released material to concerned official as instructed and if required
making temporary arrangements as per instructions of the engineer.
ITEM NO. 33054(ii):Dismantling of Sub Station Equipments.
Dismantling of Sub Station Equipments including Transformers, DG Sets, HT & LT Panels, cables, etc
as are at site including stocking , transporting and handing over to concerned official as instructed. Prior
to dismantling of work, it shall be ensured that the temporary power supply to the feeders shall be
arranged to meet the requirements as per instructions of the engineer.
ITEM NO. 33055(i&ii):Providing temporary wiring/cabling arrangements for lights & fans with
stand by D.G.Sets.
The item price includes labour& cost of all materials required for temporary arrangements in adequate
quantity distributed over entire station area as decided by the engineer including wiring, cabling,
76
RVNL/ADI/PNU-SIOB/2018/01
luminaries with lamps, Pedestal fans, cost of consumables for replacement, deployment of staff for
maintaining temporary arrangements during pre/post/during non - interlocking period as required,
arrangement of DG sets for Power supply to temporary installations including operation and Supply of
required Diesel oil, lube oil,, provision of earthing arrangement as required.
D.G. Setsincluding spare DG set should be of suitable capacity as decided by Engineer in charge to
meet the load required during non interlocking period.
Work of temporary wiring installation shall comply with latest code of practices and IE. Rules.
After completion of requirements of non interlocking work, installation shall be dismantled and material
shall be taken away from the site as directed by the Engineer.
NOTE: Normal power supply, if spare load is available, may be used up to sanctioned load with prior
approval free of cost.
Item No.33056 (a): Supply, installation, testing and commissioning of 2.0Tonne window type
A.C.unit (3 star rating) complete with Supply and installation of Auto
Voltage Corrector.
The item price includes labour& cost of Supply, installation, testing and commissioning of window type
A.C.Unit ISI marked and min 3 star energy rated conforming to IS-1391 Pt-I/1992 (amdt 1,2), complete
with LCD display cordless remote (for control of functions, on/off, timer, selecting fan speed (three
speeds) and setting up of temperature), rotary compressor, 3/3 speed cooling/fan, air ventilator, air
bacteria filter, condensor (type - GOLD), suitable for 1-phase 230 ± 10% voltage AC supply including
supply & installation of 5 KVA, wall mounted, I.C. controlled electronic auto voltage corrector
conforming to relevant IS (latest version), suitable for operation on single phase 180 to 260 volts, 50 Hz
incoming AC supply and output 200 to 230 volts A.C supply, with time delay relay, voltmeter, instant
start provision with push button switch, earthing etc as required.
NOTE: AC unit shall be fixed in the space available and shall be provided with the frame in approved
manner (polished hard wood or other material as approved).
Item No. 33056(b): Supply, installation, testing, & commissioning of Split type, 1.5 Tonne Cap.
AC unit (5star rating) complete with Supply and installation of Auto
Voltage Corrector.
The item price includes of Supply, installation, testing and commissioning of split type A.C.Unit ISI
marked and 5 star energy rated conforming to IS-1391 Pt-II/1992 (amdt 1), complete with LCD display,
cordless remote [for control of functions, on/off, timer, selecting fan speed (three speeds) and setting up
of temperature], rotary compressor, 3/3 speed cooling/fan, air ventilator, air bacteria filter,
condensor(type - GOLD), suitable for 1-phase 230 ± 10% voltage AC supply complete with stand (as
approved) for fixing outdoor unit, provision of rubber pads below the outdoor unit, heavy duty PVC
flexible pipe (ISI marked) for drain, interconnecting cable and refrigerant copper pipes with thermal
insulation, including supply & installation of 5 KVA, wall mounted, I.C. controlled electronic auto
voltage corrector conforming to relevant IS (latest version), suitable for operation on single phase 180
to 260 volts, 50 Hz incoming AC supply and output 200 to 230 volts A.C supply, with time delay relay,
voltmeter, instant start provision with push button switch, earthing etc as required.
The item price also includes labour& cost of extracopper refrigerant pipes with insulation as required
(in addition to standard length supplied with the unit), electric cable for connection etc as required

Item No.33057: SUPPLY & ERECTION OF G.I.OCTAGONAL POLE


Item price includes labour& cost of all materials including cost of G.I. octagonal pole, single/Double
arm bracket, foundation etc as per details given in RVNL tech specifications.

Item No.33058:Supply, installation, testing & commissioning of cubical type, Mast mounted, dust
& vermin proof, L.T control switch board for AT.
Item price includes supply, installation, testing & commissioning of L.T control switch boardfor AT.
Switch board shall be cubical type mast mouted, dust & vermin proof, conforming to IS:8623 (latest
77
RVNL/ADI/PNU-SIOB/2018/01
version), suitable for operation on single phase, 2 wire, 415 volt, AC supply system, fabricated with 16
SWG, CRCA sheet, powder coated and complete with inter connections with copper conductor cable,
copper bus bars in bus chamber, clustered LED type indication lights, cable glands for incoming and
outgoing clamping with mast with 50x50x6 mm MS flat clamps, earth studs etc., complete with TPN
MCCB, copper busbars etc. as per details given in RVNL tech specifications.
ITEM NO.33059: 15 W LED TYPE SOLAR STREET LIGHT
Item price includes supply, erection, testing & commissioning of 15 W LED solar street light system
complete with solar panels, battery, control gear, 6 m GI pole. The control gear shall include features
for automatic switching ON & OFF of street light according to day light. Battery shall have at least 3
days backup to cater for cloudy days. Battery shall be maintenance free type. As approved by engineer.
Make : Tata, Phillips, Bajaj, Havell’s, CGL
ITEM NO.33060: SOLAR WATER HEATING SYSTEM
Item price includes labour & cost of all materials/equipments including cost of heating system complete
with solar collector, Stainless Steel tank(insulated) , supporting stand, system piping etc. Cost also
includes water connections with GI Pipe with accessories etc upto utility points of the existing
arrangement/system and electric backup including electric connection for electric backup.
ITEM NO.33061: DESIGN,SUPPLY,ERECTION AND COMMISSIONING OF GRID
CONNECTED SOLAR POWER PLANT CONSISTING OF SOLAR PANELS,PCU
MOUNTING STRUCTURES AND ALL OTHER ASSOCIATED EQUIPMENTS AS PER
RDSO/PE/SPEC/PS/0092-2008(REV 0) WITH LATEST AMMENDMENT
The general scope under this contract includes design with site survey, manufacture, testing, inspection,
transportation, erection, carrying out preliminary tests at site, commissioning, performance testing and
handing over to Railway authority all the equipment installed for grid connected 400 KWP SPV Power
plant.
The solar plant under the scope shall conform to RDSO specification no. RDSO/ PE/SPEC/PS/0092-
2008 with latest amendment and revision at time of approvals. Specific requirement of the project are
detailed below, however, in case of discrepancy in this specification and RDSO specifications,
provisions of RDSO specifications shall prevail.
The items shall be supplied preferably RDSO approved list if available. Suppliers approved by MNRE
with sufficient experience of higher capacity installation can also be considered.
The solar array is proposed to be installed over station /service building and if adequate space is not
available then additionally roof of store ward will be used.

The solar PV modules have to be fixed over sheds /buildings in this project. The design of shed
and the mounting structures has to be suitably matched in consultation with OEM for proper
installations and ease of maintenance and repairs. Suitable approach to roof area with ladders shall be
provided for inspections and testing. Suitable water sprinklers for cleaning of surface shall also be
installed on roof, if recommended by OEM or site engineer for periodical cleaning of surface of PV
modules. The cost of ladder and water supply arrangements shall not be part of this item and will be
paid through relevant item of the schedule.
The space for indoor components PCU and data loggers etc. shall be provided under same shed /
nominated place and AC power shall be fed to nearest LT panel of adequate size.

The OEM and Sub-Vendor for site works shall be prior approved by RVNL and should have executed
project of similar or higher capacity running successfully for at least 3 years at time of approval.
1 System Details:
Sl. Brief Description Units Make
No.
1 SPV modules for a total capacity of 400 KWp as In Sets/per station TATA BP or equivalent
78
RVNL/ADI/PNU-SIOB/2018/01
per specifications approved by RDSO/MNRE
2 SPV module mounting structure suitable for As required
accommodating 400 KWp capacity SPV modules
including foundation as per specifications on
ground
3 PCUs as per specifications No./ Set as required ABB or equivalent with prior
approval

4 Array Junction Boxes Set as required Tyco / Hensel/ Spelberg


5 Main Junction Boxes Sets as required Tyco / Hensel/ Spelberg
6 Data Logging system with remote monitoring as Sets as required system as per specifications
per specification
7 DC Distribution units as per Sets as required Siemens / ABB /Schneider
specifications Electric/L&T /Havells/HPL or
equivalent
8 AC Distribution units as per Sets as required Siemens / ABB /Legrand/L&T
specifications
9 Cables requirement as per design As required Finolex / Polycab

10 Fire extinguisher in accordance with BIS codes for Sets as required


electrical short circuit
fires along with sand buckets

11 Lightning arrester complete set as per Sets as required


specification
12 Earthing complete set as per Sets as required
specification
13 Spares, tools and plant for 5 years operation and As per list
maintenance
14 Fuses, Transfer switches, Printed Circuit boards Sets as required
required for power plant
15 Providing training to engineers and site staff for 1 Item
operating Maintenance and trouble shooting skills
16 Engineering, electrical drawings and installations Sets as required
and O&M manuals
17 Any other equipment required to complete the
installation

2 SOLAR PHOTOVOLTAIC MODULES


2.1 The total solar PV array capacity should not be less than 400 KWp in sets and should
comprise of solar crystalline modules of minimum 200 Wp and above wattage. Module capacity
less than minimum 200 watts should not be supplied. The module type must be qualified as per
IEC 61215 latest edition for crystalline silicon. SPV module conversion efficiency should be
equal to or greater than 15% under STC. Modules must qualify to IEC 61730 Part I and II for
safety qualification testing. Certificate for module qualification from IEC or equivalent to be
submitted for approval before supply.
2.2 The PV module shall perform satisfactorily in humidity up to 100% with temperature between –
40oC to + 85oC. Since the modules would be used in a high voltage circuit, the high voltage
insulation test shall be carried out on each module and a test certificate to that effect provided.
79
RVNL/ADI/PNU-SIOB/2018/01
2.3 The predicted electrical degradation of power generated not exceeding 20% of the minimum rated
power over the 25 year period and not more than 10% after ten years period of the full rated
original output (As per MNRE Standards).
2.4 Other general requirement for the PV modules and subsystems:
a. Raw materials (solar Cells) and technology employed in the module production processes
shall have to be certified and a certificate giving details of major materials i.e. cells, Glass,
back sheet, their makes and data sheets to be submitted for the modules being supplied.
b. The rated output power of any supplied module shall have tolerance of +/- 3% as per MNRE
standard specifications.
c. The peak-power point voltage and the peak-power point current of any supplied module
and/or any module string (series connected modules) shall not vary more than 2 (two) per
cent from the respective arithmetic means for all modules and/or for all module strings, as
the case may be. The rated power of the module specified in “watt Peak” under STC may not
have any negative tolerance.
d. The front module surface shall consist of impact resistant, low-iron and high-transmission
toughened glass.
e. The module frame, if any, shall be made of a corrosion-resistant material which shall be
electrolytically compatible with the structural material used for mounting the modules.
f. The module shall be provided with a junction box with either provision of external screw
terminal connection or sealed type and with arrangement for provision of by-pass diode. The
box shall have hinged, weather proof lid with captive screws and cable gland entry points or
may be of sealed type and IP65 rated.
g. IV curves at STC and NOCT should be provided. The manufacturing process of the module
and Major components of the module – solar cell, front glass, backsheet, encapsulant,
sealant, their make and datasheet shall be submitted for approval before commencing supply.

3 ARRAY STRUCTURE
3.1 Wherever required, suitable number of PV panel structures shall be provided. Structures shall be of
flat-plate design either I or L sections.
3.2 Structural material shall be corrosion resistant and electrolytically compatible with the materials
used in the module frame, its fasteners, and nuts and bolts. Galvanizing should meet ASTM
A-123 hot dipped galvanizing or equivalent which provides at least spraying thickness of 70
microns on steel as per IS5905, if steel frame is used. Aluminum frame structures with
adequate strength and in accordance with relevant BIS/ international standards can also be
used.
3.3 Structures shall be supplied complete with all members to be compatible for allowing easy
installation at the site.
3.4 The structures shall be designed to allow easy replacement of any module & can be either designed
to transfer point loads on the roof top or UDL as per site conditions.
3.5 Each structure shall have a provision to manually adjust its angle of inclination to the horizontal as
per the site conditions.
3.6 Each panel frame structure be so fabricated as to be fixed on the ground. The structure should be
capable of withstanding a wind load of 200 km/hr after grouting & installation. All holding/fixing
fixtures of array to roof top shall be hot dip galvanized as specified for mounting structures.
3.7 The structures shall be designed for simple mechanical and electrical installation. There shall be no
requirement of welding or complex machinery at the installation site.
3.8 The supplier shall specify installation details of the PV modules and the support structures with
80
RVNL/ADI/PNU-SIOB/2018/01
appropriate diagrams and drawings. Such details shall include, but not limited to, the following;
a. Determination of true south at the site;
b. Array tilt angle to the horizontal, with permitted tolerance;
c. Details with drawings for fixing the modules;
d. Details with drawings of fixing the junction/terminal boxes;
e. Interconnection details inside the junction/terminal boxes;
f. Structure installation details and drawings;
g. Electrical grounding (Earthing);
h. Inter-panel/Inter-row distances with allowed tolerances; and
i. Safety precautions to be taken.

The array structure shall support SPV modules at a given orientation and absorb and transfer the
mechanical loads to the roof properly. All nuts and bolts shall be of very good quality stainless
steel.
3.9 The design of mounting structures with fixed tilt shall be provided. The array structure shall be so
designed that it occupies minimum space without sacrificing the output from SPV panels due to
shadowing, orientation or tilt at the same time.
4.0 POWER CONDITIONING UNIT (PCU)
The PCU shall consist adequate number of inverters with total equivalent capacity of 400 KWp are
required. Technical data sheet of the inverter proposed for the project indicating operating modes,
protection, efficiency etc. should be provided for prior approval.
Technical Specification:
Control Type : Voltage source, microprocessor assisted, output regulation
Output voltage : 3 phase, 415 V ac (+5 %)
Frequency : 50 Hz (+3 Hz, -3 Hz)
Continuous rating : 400 KVA (total) Hybrid inverter (Grid tied and off Grid)
DC link voltage range : 0 to 600 V
Nominal Power : 400 kVA (Total capacity)
Standard conformation : IEC 61683
Total Harmonic Distortion : less than 3%
Operating temperature Range : -250 to 600 C
Housing cabinet : PCU to be housed in suitable switch cabinet, with IP 54 degree
of ingress protection
PCU efficiency : 94 % and above at full load,
Power Control : MPPT

Other important Features/Protections required in the PCU:


• Mains (Grid) over-under voltage and frequency protection
• Protection against Islanding.
• Included authentic tracking of the solar array's maximum power operation voltage (MPPT).
• Array ground fault detection.
• LCD and piezoelectric keypad operator interface Menu driven
• Automatic fault conditions reset for all parameters like voltage, frequency and/or black out.
• MOV type surge arresters on AC and DC terminals for over voltage protection from lightning-
induced surges.
• PCU should be rated to operate at 0 -55 deg. Centigrade unless provision for air conditioning is
included in PCU
• All parameters should be accessible through an industrial standard communication link.
• Over load capacity (for 10 sec) should be 150% of continuous rating.

81
RVNL/ADI/PNU-SIOB/2018/01

4.1 The PCU shall be self-commuted and shall utilize a circuit topology and components
suitable for meeting the specifications listed above at high conversion efficiency and
with high reliability. The Hybrid PCU shall be self-commuted and shall utilize
microcontroller / DSP technology to meet the specifications listed above at high
conversion efficiency and with high reliability.
4.2 Since the PCU is to be used in solar photo voltaic energy system, it should have high
operational efficiency. The DC to AC conversion efficiency shall at least be 94
percent for output ranging from 20 percent of full load to full load. The idling
current –i.e. no load must not exceed 2 percent of the full-load current.
4.3 The PCU shall be capable of operating in parallel with the grid utility service and
shall be capable of interrupting line-to-line fault currents and line-to ground fault
currents.
4.4 The PCU shall include appropriate self-protective and self-diagnostic features to
protect itself and the PV array from damage in the event of PCU component failure
or from parameters beyond the PCU's safe operating range due to internal or
external causes. The self-protective features shall not allow signals from the PCU
front panel to cause the PCU to be operated in a manner which may be unsafe or
damaging. Faults due to malfunctioning within the PCU, including commutation
failure, shall be cleared by the PCU protective devices and not by the existing site
utility grid service circuit breaker.
4.5 The PCU shall go to the shutdown/ standby mode with its contacts open under the
following conditions before attempting and automatic restart after an appropriate
time delay in insufficient solar power output.
a) Utility-Grid Over or Under Voltage: The PCU shall restart after an over or under
voltage shutdown when the utility grid voltage has returned to within limits for a
minimum of two minutes.
b) Utility-Grid Over or Under Frequency: The PCU shall restart after an over or
under frequency shutdown when the utility grid voltage has returned to the within
limits for minimum of two minutes.
4.6 The PCU generated harmonics measures at the point of connection to the utility
services when operating at the rated power shall not exceed a total harmonic
current distortion of 4 percent, a single frequency current distortion of 4 percent
and single frequency voltage distortion of 1 percent when the first through the
fiftieth integer harmonics of 50 Hz are considered.
4.7 The PCU Power factor at the point of utility service connection shall be 0.95 lagging or leading
when operating at above 25 percent of the rated output, but may be less than 0.95 lagging
below 25 percent of the rated output.
4.8 The high voltage and power circuits of the PCU shall be separated from the low-voltage and control
circuits. The internal copper wiring of the PCU shall have flame resistant insulation. Use of
PVC is not acceptable. All conductors shall be made of standard copper.
4.9 The PCU shall withstand a high voltage test of 2000 V rms, between either the input or the output
terminals and the cabinet (chassis).
4.10 Full protection against accidental open circuit and reverse polarity at the input shall be provided.
4.11The PCU shall not produce Electromagnetic interference (EMI) which may cause malfunctioning of
electronic and electrical instruments including communication equipment, which are located
82
RVNL/ADI/PNU-SIOB/2018/01
within the facility in which the PCU is housed.
4.12 The PCU shall have an appropriate display on the front panel to display the instantaneous AC
power output and the DC voltage, current and power input. Each of these measurement displays
shall have an accuracy of 1 percent of full scale or better. The display shall be visible from outside
the PCU enclosure. Operational status of the PCU, alarms, trouble indicators and AC and DC
disconnect switch positions shall also be communicated by appropriate messages or indicator
lights on the front of the PCU enclosure.
4.13 Communication Modbus protocol with LAN/WAN options along with remote access facility and
SCADA package with latest monitoring systems. PCU shall have capability of remote monitoring
through data logger unit.
4.14 Electrical safety, earthing and protection
a. Internal Faults: In built protection for internal faults including excess temperature, commutation
failure, and overload and cooling fan failure (if fitted) is obligatory.
b. Galvanic Isolation: Galvanic Isolation is required to avoid any DC component being injected
into the grid and the potential for AC components appearing at the array.
c. Over Voltage Protection: Over Voltage Protection against atmospheric lightning discharge to
the PV array is required. Protection is to be provided against voltage fluctuations in the grid
itself and internal faults in the power conditioner, operational errors and switching transients.
d. Earth fault supervision: An integrated earth fault device shall have to be provided to detect
eventual earth fault on DC side and shall send message to the supervisory system.
e. Cabling practice: Cable connections must be made using PVC Cu cables, as per BIS standards.
All cable connections must be made using suitable terminations for effective contact. The PVC
Cu cables must be run in GL trays with covers for protection.
f. Fast acting semiconductor type current limiting fuses at the main busbar to protect from the grid
short circuit contribution.
4.15The PCU shall include an easily accessible emergency OFF button located at an appropriate
position on the unit.
4.16The PCU shall include ground lugs for equipment and PV array grounding.
4.17All exposed surfaces of ferrous parts shall be thoroughly cleaned, primed, and powder coat painted
or otherwise suitably protected to survive a nominal 30 years design life of the unit.
4.18The PCU enclosure shall be weatherproof and capable of surviving climatic changes and should
keep the PCU intact under all conditions in the room where it will be housed. The inverter shall
be located indoor and should be either wall / pad mounted. Moisture condensation and entry of
rodents and insects shall be prevented in the PCU enclosure.
4.19Components and circuit boards mounted inside the enclosures shall be clearly identified with
appropriate permanent designations, which shall also serve to identify the items on the supplied
drawings.
4.20All doors, covers, panels and cable exits shall be gasketted or otherwise designed to limit the entry
of dust and moisture. All doors shall be equipped with locks. All openings shall be provided
with grills or screens with openings no larger than 0.95 cm. (about 3x8 inch).
4.21In the design and fabrication of the PCU the site temperature (-5° to 55°C), incident sunlight and
the effect of ambient temperature on component life shall be considered carefully. Similar
consideration shall be given to the heat sinking and thermal for blocking diodes and similar
components.

4.22Factory Testing:
a. The PCU shall be tested to demonstrate operation of its control system and the ability to be
automatically synchronized and connected in parallel with a utility service, prior to its
shipment.
b. Operation of all controls, protective and instrumentation circuits shall be demonstrated by
83
RVNL/ADI/PNU-SIOB/2018/01
direct test if feasible or by simulation operation conditions for all parameters that cannot be
directly tested.
c Special attention shall be given to demonstration of utility service interface protection
circuits and functions, including calibration and functional trip tests of faults and isolation
protection equipment.
d. Operation of startup, disconnect and shutdown controls shall also be tested and demonstrate.
Stable operation of the PCU and response to control signals shall also be tested and
demonstrated.
e. Factory testing shall not only be limited to measurement of phase currents, efficiencies,
harmonic content and power factor, but shall also include all other necessary tests/simulation
required and requested by the inspecting Engineers. Tests may be performed at 25, 50, 75
and 100 percent of the rated nominal power.
f. A factory Test Report (FTR) shall be supplied with the unit after all tests. The FTR shall
include detailed description of all parameters tested qualified and warranted.
g. Factory testing of the PCU/ PCU, s should be carried out and witnessed by RVNL authorized
Engineers at the manufacturers premises.
4.23 Plant Metering/Data Logging
a) PV array energy production: Digital Meters to log the actual value of AC/DC Voltage, Current
& Energy generated by the PV system shall have to be provided. Two way LT 415V energy
meter (Import - Export metering) shall be incorporated in the system on the main LT AC Grid
supply.

b) Solar Irradiance an integrating pyranometer (Class II or better) should be provided with the
sensor mounted in the plane of the array. Readout should be integrated with data logging
system.
c) Wind Speed: An integrated wind speed measurement unit be provided.
d) Temperature Sensor: Integrated temp, sensors for measuring the module surface temp.,
invertor inside enclosure temp, and ambient temp to be provided complete with readouts
integrated with the data logging system.
e) A data logging system (Hardware and software) for plant control and monitoring shall be
provided with the following features:
Nos of suitable Desktop Computers /laptops: 2.7 GHz i core processors with 500 GB
HDD, 2GB RAM and other standard accessories, along with 1 KVA UPS.
f) GSM Modem / Wi Fi modem in case GSM connectivity is used or Wireless Router + modem
in case Ethernet connection is being used for remote access must be provided.
g) Remote Supervisory Control and data acquisition through SCADA software at the purchasers
location with latest software/hardware configuration and service connectivity for online / real
time data monitoring/control complete to be supplied and operation and maintenance/control to
be ensured by the supplier.

All major parameters should be available on the digital bus and logging facility for energy
auditing through the internal microprocessor and can be read on the digital front panel at any time
the current values, previous values for up to a month and the average values. The following
parameters should be accessible via the operating interface display and also through internet to
dedicated PC/laptop in Administrative building.
AC Voltage
AC Output current
84
RVNL/ADI/PNU-SIOB/2018/01
Output Power
DC Input Voltage
DC Input Current
Time Active
Time disabled
Time Idle
Temperatures (C)
Invertor Status
Battery Status
Irradiation
Battery temperature
Module temperature
Protective function limits (Viz – AC overload voltage, AC under voltage, Over frequency. Under
frequency, ground fault. PV starting voltage, PV stopping voltage, Over voltage delay, Under
voltage delay, over frequency, Ground fault delay, PV starting delay, PV stopping delay).

4.24 PCU/Array Size Ratio


The PCU continuous power rating shall be above 94% at full load.

4.25 Disconnection and Islanding


Disconnection of the PV generator in the event of loss of the main grid supply is to be achieved
by in built protection within the power conditioner. This may be achieved through rate of change
of current, phase angle, unbalanced voltage or reactive load variants.
Operation outside the limits of power quality as described in the technical data should cause the
power conditioner to disconnect from the grid. Additional parameters requiring automatic
disconnection are: Neutral voltage displacement, over current, Earth fault and reverse power. In
case of the above cases, tripping time should be less than 15 seconds. Response time in case of
grid failure due to switch off or failure based shut down should be well within 5 seconds. In case
of use of two PCUs, the capacity of suitable equipment for synchronizing with the AC output of
both the PCUs to the ACDB / Grid should be provided.
4.26 Automatic Reconnection after The Grid Failure is restored
PCU shall have the facility to automatically reconnect the PCU to the grid following restoration of
grid subsequent to grid failure condition. The PCU should wait for 5 seconds to attempt
reconnection.
5.0Array Junction Box, Main Junction Boxes:
The junction boxes are to be provided in the PV modules area for termination of connecting
cables. The J. Boxes shall be made of FRP/Powder Coated Aluminum with full dust, water &
vermin proof arrangement. All wires/cables must be terminated through cable lugs. The J.Bs shall
be such that input & output termination can be made through suitable cable glands. Copper bus
bars/terminal blocks shall be housed in the junction box with suitable termination threads It
should conform to IP65 standards and IEC 62208 Hinged door with EPDM rubber gasket to
prevent water entry. Each Junction Box shall have High quality Suitable capacity Metal Oxide
Varistors (MOVs) / surge arrestors, suitable Reverse Blocking Diodes. The Junction Boxes shall
have suitable arrangement monitoring and disconnection for each of the groups.

6.0Plant Control, Data Logger & Plant Monitoring Unit


85
RVNL/ADI/PNU-SIOB/2018/01
The following shall be achieved by the control and monitoring unit:
• Measurement and/or recording of energy parameters.
• Simple data logger or energy meter to record the energy data on a pre-determined interval basis.
• Measurement & continuous acquisition of ambient air temperature, wind speed, solar radiation,
PV module temperature, PCU output voltage and current, output frequency, currents in the
cables at aforementioned locations at the receiving ends.
• Operating state monitoring and failure indication.
• Representation of monitored data in graphics mode or in tabulation mode.
• Controlling & monitoring the entire power system through remote terminal.
• Necessary hardware & software shall have to be supplied. Both the software and hardware
required for interfacing the plant with office including CPUs, modems UPS are to be supplied
and installed by the contractor.
• Remote control/ Instrumentation: The microprocessor control unit should have the provision for
installation of RS – 232/485 communication link.
7 .0 DC Distribution Board
DC Distribution panel to receive the DC output from the respective array field with analog
measurement meter for voltage, current and power from different MJBs so as to check any failure
in the array field.
DC DPBs shall have sheet from enclosure of dust & vermin proof. The bus bars are to be made of
copper of desired size. Suitable capacity MCBs be provided for controlling the DC power output
to the PCU along with necessary surge arrestors.
8.0 AC Distribution Panel Board
8.1 AC Distribution Panel Board (DPB) shall control the AC power from PCU, and should have
necessary surge arrestors. Interconnection from ACDB to mains at LT Bus bar while in grid tied
mode (to evacuate generated power on Saturday, Sunday and holidays) and to distribution panel
of aforementioned five places when operating in off grid mode, be carried out and complete
equipment, sensors along with metering to be installed in the ACDB and switch room at each
locations where power is required to be fed. Requirement/specifications of DCDB and ACDB
may be changed as per site conditions. An ACDB to be provided at the cable terminating point
emanating from 100KVA PCU for interconnection control of dedicated electrical loads. The
ACDB must carry out phase swapping of conductors feeding passive off grid load to different
aforementioned locations to reduce unbalance within 30%.
8.2All switches and the circuit breakers, connectors should confirm to IEC 60947, part I, II and III.
8.3 The changeover switches, cabling work should be undertaken by the bidder as part of the project.
9.0 Cables & Wires
9.1 Cabling in the yard and control room: Cabling in the yard shall be carried out as per IE Rules. All
other cabling above ground should be suitably mounted on cable trays with proper covers.
9.2 Wires: Only FRLS copper wires of appropriate size and of reputed make shall have to be used.
9.3 Cables Ends: All connections are to be made through suitable cable/lug /terminals; crimped
properly & with use of Cable Glands.
9.4 Cable Marking: All cable/wires are to be marked in proper manner by good quality ferule or
by other means so that the cable can be easily identified.
Any change in cabling schedule/sizes if desired by the bidder/supplier be got approved after citing
appropriate reasons, All cable schedules/layout drawings have to be got approved prior to
installation. All cable tests and measurement methods should confirm to IEC 60189.

10.0 Fire Extinguishers:


The firefighting system for the proposed power plant for fire protection shall be consisting of:
• Portable fire extinguishers in the control room for fire caused by electrical short circuits.
• Sand buckets in the control room
86
RVNL/ADI/PNU-SIOB/2018/01
The installation of Fire Extinguishers should confirm to TAC regulations and BIS standards. The
fire extinguishers shall be provided in the control room housing the PCUs.

11.0 Lightning Protection:


There shall be the required number of suitable lightning arrestors installed in the array field.
Lightning protection shall be provided by the use of metal oxide varistors or lightening arrestors
and suitable earthing such that induced transients find an alternate route to earth. Protection shall
meet the safety rules as per Indian Electricity Act. The Lightning conductor shall be earthed
through flats and connected to earth pits as per applicable Indian Standards. Each Lightning
conductor shall be fitted with individual earth pit as required.

12.0 Earthing Protection


Each array structure of the PV yard should be grounded properly. The array structures shall be
connected to earth pits as per IS Standards. In addition the lightning arrester/masts should also be
provided inside the array field. Provision should be kept be provided inside the array field.
Provision should be kept for shorting and grounding of the PV array at the time of maintenance
work. All metal casing/shielding of the plant should be thoroughly grounded in accordance with
Indian electricity Act./IE Rules. Earth resistance should be tested in presence of the representative
of DTU after earthing by calibrated earth tester. PCU ACDB & DCDB should be earthed
properly.
13.0 Tools & Tackles and Spares:
After completion of installation & commissioning of the power plant, necessary tools & tackles
are to be provided free of cost by the bidder for maintenance purpose. List of tools and tackles to
be supplied by the bidder for approval of specifications and make from DTU.
A list of requisite spares in case of PCU comprising of a set of control logic cards, IGBT driver
cards etc. Junction Boxes. Fuses, MOVs / arrestors, MCCBs etc. along with spare set of PV
modules be indicated, which shall be supplied along with the equipment.
14.0 Danger Boards and Signage.
Danger boards should be provided as and where necessary as per IE Act./IE rules as amended up
to date. No of signage shall be provided one each at control room, solar array area and main entry
from administrative block.
15.0 Drawings & Manuals
Two copies of Engineering, electrical drawings and Installation and O&M manuals are to be
supplied. Bidders shall provide complete technical data sheets for each equipment giving details
of the specifications along with make/makes in their bid along with basic design of the power
plant and power evacuation, synchronization and distribution for lighting system along with
protection equipment.

ITEM NO.33062: SUPPLY & ERECTION OF PERFORATED CABLE TRAY SIZE


75X75X350MM, MANUFACTURED WITH 2MM THICK G.I. SHEET ,HOLDING ON G.I.
ANGLE 50X50X6MM FOR SUPPORT AS REQUIRED.
The item price includes Design, Supply, erection, labour & cost of all material including cost of the hot
dip galvanized perforated cable trays and their fittings shall conform to the Indian Standards or their
latest amended editions or equivalent International Standard. Entire work shall be done as per details
given in RVNL tech specifications.
Note: - Payment of suitable GI angle for fixing support will be done under BOQ item no.33022 (iv)

87
RVNL/ADI/PNU-SIOB/2018/01

ITEM NO.33063(i) : FURNITURE SET FOR SUBSTATION


Item includes cost of furniture, its transport to the site of use and its installation in the premises as per
directions of the engineer.
Furniture set shall consist of
i) Steel Almirah approx 6'x3'x22" – 1 no.
ii) Staff locker 8 door apprx 18"x18"– 1 no.
iii) Table: steel structure approx 5'x3'– 2 no.
iv) Steel chairs - 8 nos.

All furniture shall be of Godrej OR other reputed make as approved by RVNL


ITEM NO.33063(ii): LADDER SET
Item includes cost of ladder set, its transport to the site of use and its installation in the premises as per
directions of the engineer.
Aluminum extrusion ladders of following types are included:
i) Simple ladder wide steps 10' 2 nos.
ii) Simple extension ladder 24'/44'
iii) Tower Extension ladder 25/45'
Make: PAL EXTRUSION or Similar make as approved by RVNL

ITEM No N.S-1
The contractor shall have to supply installation testing & commissioning of telephone socket
with material and provide modular type single telephone socket with all accessories along with 5
pair/0.50 mm tinned copper telephone cable drawn through PVC casing /caping and size of PVC
casing/Caping shall not be less than 25mm. Telephone cable shall be drawn from nearest
telephone junction box provided outside of the building/qtrs nearer by power supply point.
Telephone socket & wires shall be ISI marked & got approved by RVNL authority.
ITEM No N.S-2
The contractor shall have to supply installation testing & commissioning of television socket
with material and provide modular type RG-6 television socket with all accessories and cable
drawn through PVC casing /caping and size of pvc casing/caping shall not be less than 25mm.
Television cable shall be drawn from nearest television junction box provided out side of the
building/qtrs .
Television socket & wires shall be ISI marked & got approved by RVNL authority.
ITEM No N.S-3
The contractor shall supply, installation and commissioning of HDPE ( High Density
Polyethylene ) pipe of 160 mm nominal dia. as per IS 4984-1995 With accessories
required for laying such as coupler, bend etc.
Make- Shall be got approved from AGM/Elect/RVNL/ADI before supply.
Material Description Nominal Wall thickness of pipes
grade and diameter (mm)
class (mm) Minimum Maximum
PE-100 HDPE ( High 160 6.2 7.1 mm
Density
Polyethylene ) pipe

The contractor shall lay the HDPE pipes in the ground under the tracks/Road by push

88
RVNL/ADI/PNU-SIOB/2018/01
through method or by open excavation method (digging of trench) at a depth indicated in
drawing supplied by RVNL below the formation level. The term “formation” level means
the earth surface just below the bedding of the ballast. If any hard /stony soil, Contractor
should adopt new technology method in push through method or digging of trench.
Each length of the pipes shall be joined together properly using proper size of socket
and aligned in a straight line, keeping an inclination to facilitate the draining of water.
Note- For digging of trench (by push through method or by open excavation method) rates
will be given separately as per schedule item. (BOQ item No 33044(i) & 33044(ii)).
ITEM No N.S-4(i)& 4(ii)-Mono Block Sub Pump 190LPM
Technical specification for Supply of Horizontal Monoblock submersible pumpset:
HORIZONTAL MONO BLOCK 3 PHASE , 5 HP SUBMERSIBLE PUMP;

The contractor shall have to supply, install, test and commission Horizontal mono block
submersible pump set complete with all accessories suitable for sump. The pump set shall be 5.0
HP, 415V, 3 phases; 50Hz AC. Suction and delivery size shall be of 50mm x 50 mm dia. Pump
head & delivery will be decided after getting data from Engg.deptt. All reducer & coupling etc.
shall be arranged by contractor. Delivery pipe connection shall be done by contractor.
Note- The pump shall be of reputedmake & governed with latest IS specifications shall be got
approved from AGM/Elect./RVNL/ ADI before supply.
ITEM No N.S-4(iii)3 CORE 4 sq mmcopper FLAT CABLE

The contractor shall have to supply and provide the submersible flat copper cable of size
4sqmm, three core, and multi strand with PVC insulated suitable for submersible pump.
All the accessories for termination of cable shall be provided by the contractor. The flat
cable shall be provided in casing from existing distribution board to starter& starter to
Motor/Pump. The cable make shall be of ISI mark & approved list of RVNL. This shall
be got approved from AGM/Elect/RVNL/ADI before supply.

ITEM No N.S-5
The contractor shall have to erect the 2mtrs long released rail pole piece /50 mm diaG.I Pipeto
mount the EFT Box in tower wagon shed/room. The foundation shall be provided by 1:3:4 ratio
concrete of 300 mm dia& the contractor shall arrange cement, sand, concrete & water. Terminal
connection of EFT from battery charger shall be provided with suitable size oftwo core cable
aluminium conductor as required.

89

You might also like