You are on page 1of 461

Design, Engineering, Procurement,

Construction, Completion, Testing and


Commissioning of Electric Loco
manufacturing unit, Offices and
Administration Building with other
infrastructure at Dahod workshop, Gujarat
in the WR Railway

Bid/Package No. DYCE-C-II-RTM-EPC-DHD-


01 Dated 22.11.2022

Signature Not
Verified
Digitally signed by
JITENDRA YADAV
Date: 2022.11.22
19:41:32 IST
Reason: IREPS-CRIS
Location: New Delhi
Contents

PART I
Preliminary 1
Recital
1 Definitions and Interpretation 4
1.1 Definitions 4
1.2 Interpretation 6
1.3 Measurements and arithmetic conventions 7
1.4 Priority of agreements and errors/discrepancies 7
1.5 Joint and several liability 7
PART II
Scope of the Project
2 Scope of the Project 9
2.1 Scope of the Project 10
3 Obligations of the Contractor 11
3.1 Obligations of the Contractor 11
3.2 Obligations relating to sub-Contracts and any other agreements 12
3.3 Employment of foreign nationals 13
3.4 Contractor’s personnel 14
3.5 Advertisement on Railway Project 14
3.6 Contractor’s care of the Works 14
3.7 Electricity, water and other services 14
3.8 Unforeseeable difficulties 14
3.9 Training of Authority personnel 15
3.10 Safety at work site 15
4 Obligations of the Authority 16
4.1 Obligations of the Authority 16
4.2 Maintenance and operation of the existing facilities 17
4.3 Environmental and Forest Clearances 17
4.4 Machinery and equipment 18
4.5 Electricity transmission lines 19
4.6 Disconnection for modification of existing signalling and telecommunication works 19

4.7 Provision of Power Blocks and Traffic Blocks 19

i
5 Representations and Warranties 21
5.1 Representations and warranties of the Contractor 21
5.2 Representations and warranties of the Authority 22
5.3 Disclosure 23
6 Disclaimer 24
6.1 Disclaimer 24
PART III
Construction
7 Performance Security 25
7.1 Performance Security 26
7.2 Extension of Performance Security 26
7.3 Appropriation of Performance Security 27
7.4 Release of Performance Security 27
7.5 Retention Money 27
8 Right of Way 29
8.1 The Site 29
8.2 Handing over of the Project Site 29
8.3 Damages for delay in handing over the Site 30
8.4 Site to be free from Encumbrances 31
8.5 Protection of Site from encroachments 31
8.6 Special/temporary Right of Way 32
8.7 Access to the Authority and the Authority Engineer 32
8.8 Geological and archaeological finds 32
9 Utilities and Trees 33
9.1 Existing utilities and roads 33
9.2 Shifting of obstructing utilities 33
9.3 New utilities 33
9.4 Felling of trees 34
10 Design and Construction of the Railway Project 35
10.1 Obligations prior to commencement of Works 35
10.2 Design and Drawings 36
10.3 Construction of the Railway Project 39
10.4 Extension of time for completion 41
10.5 Incomplete Works 42
10.6 Equipment specific Maintenance Manual 42
11 Quality Assurance, Monitzoring and Supervision 43
11.1 Quality of Materials and workmanship 43
ii
11.2 Quality control system 43
11.3 Methodology 44
11.4 Inspection and technical audit by the Authority 44
11.5 External technical audit 44
11.6 Inspection of construction records 44
11.7 Monthly progress reports 44
11.8 Inspection 45
11.9 Samples 45
11.10 Tests 45
11.11 Examination of work before covering up 46
11.12 Rejection 46
11.13 Remedial work 47
11.14 Delays during construction 47
11.15 Quality control records and Documents 47
11.16 Video recording 47
11.17 Suspension of unsafe Construction Works 48
12 Completion Certificate 49
12.1 Tests on completion 49
12.2 Provisional Certificate 49
12.3 Completion of Part-2 Punch List items 50
12.4 Completion Certificate 51
12.5 Rescheduling of Tests 51
12.6 Delayed authorisation 51
13 Change of Scope 52
13.1 Change of Scope 52
13.2 Procedure for Change of Scope 52
13.3 Payment for Change of Scope 54
13.4 Restrictions on Change of Scope 54
13.5 Power of the Authority to undertake works 54
14 Traffic Regulation 55
14.1 Traffic regulation by the Contractor 55
15 Defects Liability 56
15.1 Defects Liability Period 56
15.2 Remedy and rectification of Defects and deficiencies 56
15.3 Cost of remedying Defects 57
15.4 Contractor’s failure to rectify Defects 57
15.5 Contractor to search cause 57
iii
15.6 Extension of Defects Liability Period 58
16 Authority Engineer 59
16.1 Appointment of the Authority Engineer 59
16.2 Duties and functions of the Authority Engineer 59
16.3 Authorised signatories 60
16.4 Instructions of the Authority Engineer 60
16.5 Determination by the Authority Engineer 60
16.6 Remuneration of the Authority Engineer 61
16.7 Replacement of the Authority Engineer 61
16.8 Interim arrangement 61
PART IV
Financial Covenants
17 Payments 63
17.1 Contract Price 63
17.2 Advance Payment 63
17.3 Procedure for estimating the payment for the Works 64
17.4 Stage Payment Statement for Works 65
17.5 Stage Payment for Works 65
17.6 Payment of Damages 66
17.7 Time of payment and interest 66
17.8 Price adjustment for the Works 67
17.9 Restrictions on price adjustment 93
17.10 Final Payment Statement 94
17.11 Discharge 94
17.12 Final Payment Certificate 95
17.13 Change in law 95
17.14 Correction of Interim Payment Certificates 95
17.15 Authority claims 95
17.16 Bonus for early completion 96
18 Insurance 97
18.1 Insurance for Works 97
18.2 Notices to the Authority 98
18.3 Evidence of Insurance Cover 98
18.4 Remedy for failure to insure 98
18.5 Waiver of subrogation 99
18.6 Contractor’s waiver 99
18.7 Cross liabilities 99
iv
18.8 Accident or injury to workmen 99
18.9 Insurance against accident to workmen 99
18.10 Application of insurance proceeds 100
18.11 Compliance with policy conditions 100
Part V
Force Majeure and Termination
19 Force Majeure 101
19.1 Force Majeure 102
19.2 Non-Political Event 102
19.3 Indirect Political Event 103
19.4 Political Event 103
19.5 Duty to report Force Majeure Event 104
19.6 Effect of Force Majeure Event on the Agreement 104
19.7 Termination Notice for Force Majeure Event 105
19.8 Termination Payment for Force Majeure Event 106
19.9 Dispute resolution 106
19.10 Excuse from performance of obligations 106
20 Suspension of Contractor’s Rights 108
20.1 Suspension upon Contractor Default 108
20.2 Authority to act on behalf of Contractor 108
20.3 Revocation of Suspension 108
20.4 Termination 109
21 Termination 110
21.1 Termination for Contractor Default 110
21.2 Termination for Authority Default 112
21.3 Right of the Authority to Determine the Contract 113
21.4 Requirements after Termination 113
21.5 Valuation of Unpaid Works 113
21.6 Termination Payment 114
21.7 Other rights and obligations of the Parties 115
21.8 Survival of rights 115
PART VI
Other Provisions
22 Assignment and Charges 117
22.1 Restrictions on assignment and charges 117
22.2 Hypothecation of Materials or Plant 117

v
23 Liability and Indemnity 118
23.1 General indemnity 118
23.2 Indemnity by the Contractor 118
23.3 Notice and contest of claims 119
23.4 Defence of claims 119
23.5 No consequential claims 120
23.6 Survival on Termination 120
24 Dispute Resolution 121
24.1 Conciliation of Disputes 121
24.2 Dispute Adjudication Board 121
24.3 Standing Arbitral Tribunal 123
25 Miscellaneous 126
25.1 Governing law and jurisdiction 126
25.2 Waiver of immunity 126
25.3 Delayed payments 126
25.4 Waiver 127
25.5 Liability for review of Documents and Drawings 127
25.6 Exclusion of implied warranties etc. 127
25.7 Survival 128
25.8 Entire Agreement 128
25.9 Severability 128
25.10 No partnership 128
25.11 Third Parties 129
25.12 Successors and assigns 129
25.13 Notices 129
25.14 Language 130
25.15 Counterparts 130
25.16 Confidentiality 130
25.17 Copyright and Intellectual Property rights 130
25.18 Limitation of Liability 131
26 Definitions 132
26.1 Definitions 132
Schedules
A Site of the Project 142
1 The Site 142
Annex-I: Site 143
Annex-II: Dates for providing Right of Way 162
vi
Annex-III: Plan and Profile 163
Annex-IV: Environmental and Forest Clearances 164

B Development of the Railway Project 165


Annex-I: Description of the Railway Project 166

C Project Facilities 186


1 Project Facilities 186
2 Description of Project Facilities 186

D Specifications and Standards 193


1 Construction 193
2 Design Standards 193
3 Latest Version 194
4 Terms used in Manuals 194
5 Absence of specific provisions 194
6 Alternative Specifications and Standards 194
Annex-I: Specifications and Standards for Construction 195
Annex-II: Time Schedule for review of drawings by the Authority 373

E Applicable Permits 374


1 Applicable Permits 374

F Form of Bank Guarantee 375


Annex-I: Form of Guarantee for Performance Security 375
Annex-II: Form of Guarantee for Withdrawal of Retention Money 379
Annex-III: Form of Guarantee for Advance payment 382

G Contract Price Weightages 385

H Drawings 426
1 Drawings 426
2 Additional drawings 426
Annex I: List of Drawings 427

I Project Completion Schedule 429


vii
1 Project Completion Schedule 429
2 Project Milestone-I 429
3 Project Milestone-II 429
4 Project Milestone-III 429
5 Scheduled Completion Date 429
6 Extension of time 429

J Tests on Completion 430


1 Schedule for Tests 430
2 Tests 430
3 Agency for conducting Tests 430
4 Completion Certificate 431

K Provisional Certificate/ Completion Certificate 432


1 Provisional Certificate 432
2 Completion Certificate 433

L Selection of Authority Engineer 434


1 Selection of Authority Engineer 434
2 Terms of Reference 434
Annex-I: Duties and Responsibilities for Authority Engineer I 435

M Forms of Payment Statements 440


1 Stage Payment Statement for Works 440
2 Contractor’s Claim for Damages 440

N Insurance 441
1 Insurance during Construction Period 441
2 Insurance for Contractor’s Defects Liability 441
3 Insurance against injury to persons and damage to property 441
4 Insurance to be in joint names 442
O Provision of Traffic Blocks and Power Blocks 443

P Machinery and equipment 444

viii
Appendices
I List of bid specific clauses 447
A. Clauses with non-numerical footnotes. 447
B. Clauses with curly brackets 447
C. Clauses with blank spaces 447
II List of bid specific clauses 449
A. Clauses with serially numbered footnotes. 449
B. Clauses with square parenthesis. 449

Not used in the document Appendices and list of bid specific clauses.

ix
Western Railway

Part I
Preliminary
Western Railway

ENGINEERING, PROCUREMENT AND CONSTRUCTION


AGREEMENT
THIS AGREEMENT1 is entered into on this the ……….. day of ………, 20…..

BETWEEN

1 [The President of India, represented by ***, *** Railway, [Delhi], and having its
principal offices at ******, [Delhi 110001]] (hereinafter referred to as the
“Authority” which expression shall, unless repugnant to the context or meaning
thereof, include its administrators, successors and assigns) of One Part;

AND

2 {……………………}2, means the selected bidder3 having its registered office at


……………, (hereinafter referred to as the “Contractor” which expression shall,
unless repugnant to the context or meaning thereof, include its successors and
permitted assigns) of the Other Part.

WHEREAS:

(A) The Authority has the responsibility to develop, operate and maintain the Indian
Railways in the territorial jurisdiction of the ****4 Railway zone5.

(B) The Authority had resolved to Design, Engineering, Procurement, Construction,


Completion, Testing and Commissioning of Electric Loco manufacturing unit,
Offices and Administration Building with other infrastructure at Dahod
workshop, Gujarat on Engineering, Procurement, Construction (“EPC”) basis in
accordance with the terms and conditions to be set forth in an agreement to be
entered into.

(C) The Authority had prescribed the Technical and Financial terms and conditions, and
invited Request for Participation (RFP) No. -----------dated --------------from the
bidders for undertaking the Project.

1 Serially numbered footnotes in this Agreement are for guidance of the Authorityand should be omitted from
the draft EPC Agreement forming part of Bid Documents. Footnotes marked $ shall be retained in the draft
Agreement.
2 All provisions enclosed in curly parenthesis shall be retained in the Bid Documents and shall be modified as
required after the selected bidder has been identified.
3 Refers to the single entity or the lead member of the Consortium/Joint venture, which is the selected bidder
4All asterisks in this Agreement should be substituted by project-specific particulars in the draft Agreement
forming part of the Bid Documents.
5All project-specific provisions in this Standardl EPC Agreement have been enclosed in square parenthesis and

may be modified, as necessary, before issuing the draft EPC Agreement forming part of Bid Documents.

2
Western Railway

(D) After evaluation of the bids received, the Authority had accepted the bid of the
selected bidder and issued its Letter of Acceptance No. *** dated *** (hereinafter
called the “LOA”) to the selected bidder for construction of the above railway line at
the Contract Price specified hereinafter, requiring the selected bidder to inter alia:

(i) deliver to the Authority a legal opinion from the legal counsel of the selected
bidder with respect to the authority of the selected bidder to enter into this
Agreement and the enforceability of the provisions thereof, within 10 (ten)
days of the date of issue of LOA; and

(ii) execute this Agreement within 60 (Sixty) days of the date of issue of LOA.

(E) The Contractor has fulfilled the requirements specified in Recital (D) above;

Now, therefore, in consideration of the foregoing and the respective covenants and
agreements set forth in this Agreement, the sufficiency and adequacy of which is hereby
acknowledged, the Authority hereby covenants to pay the Contractor, in consideration of the
obligations specified herein, the Contract Price or such other sum as may become payable
under the provisions of the Agreement at the times and in the manner specified by the
Agreement and intending to be legally bound hereby, the Parties agree as follows:

3
Western Railway

ARTICLE 1

DEFINITIONS AND INTERPRETATION

1.1 Definitions

The words and expressions beginning with capital letters and defined in this
Agreement (including those in Article 26) shall, unless the context otherwise
requires, have the meaning ascribed thereto herein, and the words and expressions
defined in the Schedules and used therein shall have the meaning ascribed thereto in
the Schedules.

1.2 Interpretation

1.2.1 In this Agreement, unless the context otherwise requires,

(a) references to any legislation or any provision thereof shall include amendment
or re-enactment or consolidation of such legislation or any provision thereof
so far as such amendment or re-enactment or consolidation applies or is
capable of applying to any transaction entered into hereunder;

(b) references to laws of India or Indian law or regulation having the force of law
shall include the laws, acts, ordinances, rules, regulations, bye laws or
notifications which have the force of law in the territory of India and as from
time to time may be amended, modified, supplemented, extended or re-
enacted;

(c) references to a “person” and words denoting a natural person shall be


construed as a reference to any individual, firm, company, corporation,
society, trust, government, state or agency of a state or any association or
partnership (whether or not having separate legal personality) of two or more
of the above and shall include successors and assigns;

(d) the table of contents, headings or sub-headings in this Agreement are for
convenience of reference only and shall not be used in, and shall not affect,
the construction or interpretation of this Agreement;

(e) the words “include” and “including” are to be construed without limitation
and shall be deemed to be followed by “without limitation” or “but not
limited to” whether or not they are followed by such phrases;

(f) references to “construction” or “building” include, unless the context


otherwise requires, survey and investigation, design, developing, engineering,
procurement, supply of plant, materials, equipment, labour, delivery,
transportation, installation, processing, fabrication, testing, and
commissioning of the Railway Project, including maintenance during the
Construction Period, removing of defects, if any, and other activities
incidental to the construction and “construct” or “build” shall be construed
accordingly;

4
Western Railway

(g) references to “development” include, unless the context otherwise requires,


construction, renovation, refurbishing, augmentation, up-gradation and other
activities incidental thereto during the Construction Period, and “develop”
shall be construed accordingly;

(h) any reference to any period of time shall mean a reference to that according to
Indian standard time;

(i) any reference to day shall mean a reference to a calendar day;

(j) reference to a “business day” shall be construed as reference to a day (other


than a Sunday) on which banks in the State are generally open for business;

(k) any reference to month shall mean a reference to a calendar month as per the
Gregorian calendar;

(l) references to any date, period or Project Milestone shall mean and include
such date, period or Project Milestone as may be extended pursuant to this
Agreement;

(m) any reference to any period commencing “from” a specified day or date and
“till” or “until” a specified day or date shall include both such days or dates;
provided that if the last day of any period computed under this Agreement is
not a business day, then the period shall run until the end of the next business
day;

(n) the words importing singular shall include plural and vice versa;

(o) references to any gender shall include the other and the neutral gender;

(p) “lakh” means a hundred thousand (100,000) and “crore” means ten million
(10,000,000);

(q) “indebtedness” shall be construed so as to include any obligation (whether


incurred as principal or surety) for the payment or repayment of money,
whether present or future, actual or contingent;

(r) references to the “winding-up”, “dissolution”, “insolvency”, or


“reorganisation” of a company or corporation shall be construed so as to
include any equivalent or analogous proceedings under the law of the
jurisdiction in which such company or corporation is incorporated or any
jurisdiction in which such company or corporation carries on business
including the seeking of liquidation, winding-up, reorganisation, dissolution,
arrangement, protection or relief of debtors;

(s) save and except as otherwise provided in this Agreement, any reference, at
any time, to any agreement, deed, instrument, licence or document of any
description shall be construed as reference to that agreement, deed,
instrument, licence or other document as amended, varied, supplemented,
modified or suspended at the time of such reference; provided that this Sub-
clause(s) shall not operate so as to increase liabilities or obligations of the
Authority hereunder or pursuant hereto in any manner whatsoever;

5
Western Railway

(t) any agreement, consent, approval, authorisation, notice, communication,


information or report required under or pursuant to this Agreement from or by
any Party or the Authority Engineer shall be valid and effective only if it is in
writing under the hand of a duly authorised representative of such Party or the
Authority Engineer, as the case may be, in this behalf and not otherwise;

(u) the Schedules and Recitals to this Agreement form an integral part of this
Agreement and will be in full force and effect as though they were expressly
set out in the body of this Agreement;

(v) references to Recitals, Articles, Clauses, Sub-clauses, Provisos or Schedules


in this Agreement shall, except where the context otherwise requires, mean
references to Recitals, Articles, Clauses, Sub-clauses, Provisos and Schedules
of or to this Agreement; reference to an Annex shall, subject to anything to
the contrary specified therein, be construed as a reference to an Annex to the
Schedule in which such reference occurs; and reference to a Paragraph shall,
subject to anything to the contrary specified therein, be construed as a
reference to a Paragraph of the Schedule or Annex, as the case may be, in
which such reference appears;

(w) the damages payable by either Party to the other of them, as set forth in this
Agreement, whether on per diem basis or otherwise, are mutually agreed
genuine pre-estimated loss and damage likely to be suffered and incurred by
the Party entitled to receive the same and are not by way of penalty (the
“Damages”); and

(x) time shall be of the essence in the performance of the Parties’ respective
obligations. If any time period specified herein is extended for the reasons
specified in the Agreement, such extended time shall also be of the essence.

1.2.2 Unless expressly provided otherwise in this Agreement, any Documentation required
to be provided or furnished by the Contractor to the Authority shall be provided free
of cost and in three copies, and if the Authority is required to return any such
Documentation with its comments and/or approval, it shall be entitled to retain two
copies thereof.

1.2.3 The rule of construction, if any, that a contract should be interpreted against the
parties responsible for the drafting and preparation thereof, shall not apply.

1.2.4 Any word or expression used in this Agreement shall, unless otherwise defined or
construed in this Agreement, bear its ordinary English meaning and, for these
purposes, the General Clauses Act, 1897 shall not apply.

1.3 Measurements and arithmetic conventions

All measurements and calculations shall be in the metric system and calculations
done to 2 (two) decimal places, with the third digit of 5 (five) or above being rounded
up and below 5 (five) being rounded down.

6
Western Railway

1.4 Priority of agreements and errors/discrepancies

1.4.1 This Agreement, and all other agreements and documents forming part of or referred
to in this Agreement are to be taken as mutually explanatory and, unless otherwise
expressly provided elsewhere in this Agreement, the priority of this Agreement and
other documents and agreements forming part hereof or referred to herein shall, in the
event of any conflict between them, be in the following order:

(a) this EPC Agreement; and

(b) all other agreements and documents forming part hereof or referred to herein,

i.e. this Agreement at (a) above shall prevail over the agreements and documents at
(b).

1.4.2 Subject to the provisions of Clause 1.4.1, in case of ambiguities or discrepancies


within this Agreement, the following shall apply:

(a) between two or more Clauses of this Agreement, the provisions of a specific
Clause relevant to the issue under consideration shall prevail over those in
other Clauses;

(b) between the Clauses of this Agreement and the Schedules, the Clauses shall
prevail and between Schedules and Annexes, the Schedules shall prevail;

(c) between any two Schedules, the Schedule relevant to the issue shall prevail;

(d) between the written description on the Drawings and the Specifications and
Standards, the latter shall prevail;

(e) between the dimension scaled from the Drawing and its specific written
dimension, the latter shall prevail; and

(f) between any value written in numerals and that in words, the latter shall
prevail.

{1.5 Joint and several liability

1.5.1 If the Contractor has formed a Consortium/Joint Venture of two or more persons for
implementing the Project:

(a) these persons shall, without prejudice to the provisions of this Agreement, be
deemed to be jointly and severally liable to the Authority for the performance
of the Agreement; and

(b) the Contractor shall ensure that no change in the composition of the
Consortium/Joint Venture is effected without the prior consent of the
Authority.

1.5.2 Without prejudice to the joint and several liability of all the members of the
Consortium/Joint Venture, the Lead Member shall represent all the members of the
Consortium/Joint Venture and shall at all times be liable and responsible for

7
Western Railway

discharging the functions and obligations of the Contractor. The Contractor shall
ensure that each member of the Consortium/Joint Venture shall be bound by any
decision, communication, notice, action or inaction of the Lead Member on any
matter related to this Agreement and the Authority shall be entitled to rely upon any
such action, decision or communication of the Lead Member. The Authority shall
have the right to release payments solely to the Lead Member and shall not in any
manner be responsible or liable for the inter se allocation of payments among
members of the {Consortium/Joint Venture}}.

8
Western Railway

Part II
Scope of the Project

9
Western Railway

ARTICLE 2
SCOPE OF THE PROJECT

2.1 Scope of the Project

Under this Agreement, the scope of the Project (the “Scope of the Project”) shall
mean and include:

(a) Construction of the Railway Project on the Site set forth in Schedule-A and as
specified in Schedule-B together with provision of Project Facilities as
specified in Schedule-C, and in conformity with the Specifications and
Standards set forth in Schedule-D, Contractor’s own Material Supplies
including all types of Sleepers, SEJs, Turnout, Switches and crossings with
all matching fastenings component Glued joints, Fishplates, welding
portions etc all Signalling, Telecom and OHE/PSI/Electrification/Lighting
materials as per laid down specifications.

(b) Rails, except those covered in Clause 2.1(a) above shall be supplied by the
Authority free of cost.

(c) Performance and fulfilment of all other obligations of the Contractor in


accordance with the provisions of this Agreement and matters incidental thereto
or necessary for the performance of any or all of the obligations of the Contractor
under this Agreement.

10
Western Railway

ARTICLE 3

OBLIGATIONS OF THE CONTRACTOR

3.1 Obligations of the Contractor

3.1.1 Subject to and on the terms and conditions of this Agreement, the Contractor shall
undertake the survey, investigation, design, engineering, procurement, and
construction of the Railway Project and observe, fulfil, comply with and perform all
its obligations set out in this Agreement or arising hereunder.

3.1.2 The Contractor shall comply with all Applicable Laws and Applicable Permits
(including renewals as required) in the performance of its obligations under this
Agreement.

3.1.3 Save and except as otherwise provided in this Agreement or Applicable Laws, as the
case may be, the Contractor shall, in discharge of all its obligations under this
Agreement, conform with and adhere to Good Industry Practice at all times.

3.1.4 The Contractor shall remedy any and all loss or damage to the Railway Project,
occurring on or after the Appointed Date and until the date of Provisional Certificate,
with respect to the Works completed prior to the issuance of the Provisional
Certificate and/or Completion Certificate, with respect to the Works referred to in the
Punch List, at its own cost, save and except to the extent that any such loss or damage
shall have arisen from any default of the Authority or on account of a Force Majeure
Event in which case the provisions of Article 19 shall apply.

3.1.5 The Contractor shall remedy any and all loss or damage to the Railway Project during
the Defects Liability Period at its own cost, to the extent that such loss or damage
shall have arisen out of the reasons specified in Clause 15.3.

3.1.6 The Contractor shall, at its own cost and expense, in addition to and not in derogation
of its obligations elsewhere set out in this Agreement:

(a) make, or cause to be made, necessary applications to the relevant Government


Instrumentalities with such particulars and details as may be required for
obtaining Applicable Permits set forth in Schedule-E and obtain and keep in
force and effect such Applicable Permits in conformity with Applicable Laws;

(b) procure, as required, the appropriate proprietary rights, licences, agreements


and permissions for Materials, methods, processes, know-how and systems
used or incorporated into the Railway Project;

(c) make reasonable efforts to maintain harmony and good industrial relations
among the personnel employed by it or its Sub-contractors in connection with
the performance of its obligations under this Agreement;

(d) ensure that its Sub-contractors comply with all Applicable Permits and
Applicable Laws in the performance by them of any of the Contractor’s
obligations under this Agreement;

11
Western Railway

(e) always act in a manner consistent with the provisions of this Agreement and
not cause or fail to do any act, deed or thing, whether intentionally or
otherwise, which may in any manner be in violation of any of the provisions
of this Agreement;

(f) support, cooperate with and facilitate the Authority in the implementation and
operation of the Project in accordance with the provisions of this Agreement;

(g) ensure that the Contractor and its Sub-contractors comply with the safety and
welfare measures for labour in accordance with Applicable Laws and Good
Industry Practice;

(h) keep, on the Site, a copy of this Agreement, publications named in this
Agreement, the Drawings, Documents relating to the Project, Change of
Scope Orders and other communications sent under this Agreement, and
provide access to all these documents at all reasonable times to the Authority
Engineer and its authorised personnel;

(i) cooperate with other contractors employed by the Authority and with
personnel of any other public authority; and

(j) not interfere unnecessarily or improperly with the convenience of the public,
or the access to and use and occupation of all the existing facilities within the
Right of Way, irrespective of whether they are public or in the possession of
the Authority or of others.

(k) to provide reasoned comments on any information relating to the contractor’s


activities under or pursuant to the agreement, which the Authority may
publish.

3.1.7 The Contractor shall undertake all necessary superintendence to plan, arrange, direct,
manage, inspect and test the Works.

3.2 Obligations relating to sub-contracts and any other agreements

3.2.1 The Contractor shall not sub-contract the Works comprising more than 70% (seventy
per cent) of the Contract Price and shall carry out Works for at least 30% (thirty per
cent) of the total Contract Price directly under its own supervision and through its
own personnel. The Parties expressly agree that for the purposes of computing the
value of sub-contracts under this Clause 3.2.1, the Contract Price shall exclude any
sub-contract for the procurement of goods and equipment like [rails, sleepers and
track fittings, signalling and telecommunication & Power supply equipments]. The
Parties agree that all obligations and liabilities under this Agreement for the entire
Railway Project shall at all time remain with the Contractor. {The Parties agree that
the obligations of the Contractor to carry out Works equal to at least 30% (thirty per
cent) of the Contract Price shall be discharged solely by the Lead Member.}$

$ May be deleted if the Contractor is not a Consortium/Joint Venture.

12
Western Railway

3.2.2 In the event any sub-contract for Works, or the aggregate of such sub-contracts with
any Sub-contractor, exceeds 5% (five percent) of the Contract Price, the Contractor
shall communicate the name and particulars, including the relevant experience of the
sub-contractor, to the Authority prior to entering into any such sub-contract.
Provided, however, that in any event the Contractor shall communicate the name and
particulars to the Authority for any sub-contract including the relevant experience
prior to entering into any such sub-contract. The Authority shall examine the
particulars of the sub-contractor from the national security and public interest
perspective and may require the Contractor, no later than 15 (fifteen) business days
from the date of receiving the communication from the Contractor, not to proceed
with the sub-contract, and the Contractor shall comply therewith and shall have no
claim whatsoever on this account.

3.2.3 Without prejudice to the provisions of Clause 3.2.2, in the event any sub-contract
referred to in Clause 3.2.2 relates to a sub-contractor who has, over the preceding 3
(three) financial years and the current financial year , not undertaken at least one
work of a similar nature with a contract value exceeding 40% (forty per cent) of the
value of the sub-contract to be awarded hereunder and received payments in respect
thereof for an amount equal to at least 80% (eighty per cent) of such contract, the
Authority may, no later than 15 (fifteen) business days from the date of receiving the
communication from the Contractor, require the Contractor not to proceed with such
sub-contract, and the Contractor shall comply therewith.

3.2.4 It is expressly agreed that the Contractor shall, at all times, be responsible and liable
for all its obligations under this Agreement notwithstanding anything contained in the
agreements with its Sub-contractors or any other agreement that may be entered into
by the Contractor, and no default under any such agreement shall excuse the
Contractor from its obligations or liability hereunder.

3.2.5 Notwithstanding anything to the contrary contained in this Agreement, the Contractor
agrees and acknowledges that it will not assign any work to any contractor/sub-
contractor from a country which shares a land border with India unless such
contractor/sub-contractor is registered with the competent Authority. Contractor will
ensure that such Contractor/sub-contractor fulfils all requirements in this regard and is
eligible to be considered (evidence of valid registration by the competent authority is
enclosed). The Competent Authority for registration will be the Registration Committee
constituted by the Department for Promotion of Industry and Internal Trade (DPIIT),
India.

3.3 Employment of foreign nationals

The Contractor acknowledges, agrees and undertakes that employment of foreign


personnel by the Contractor and/or its Sub-contractors and their sub-contractors shall
be subject to grant of requisite regulatory permits and approvals including
employment/residential visas and work permits, if any required, and the obligation to
apply for and obtain the same shall and will always be of the Contractor.
Notwithstanding anything to the contrary contained in this Agreement, refusal of or
inability to obtain any such permits and approvals by the Contractor or any of its
Sub-contractors or their sub-contractors shall not constitute Force Majeure Event, and
shall not in any manner excuse the Contractor from the performance and discharge of
its obligations and liabilities under this Agreement.

13
Western Railway

3.4 Contractor’s personnel

3.4.1 The Contractor shall ensure and procure that the personnel engaged by it or by its
Sub-contractors for performance of its obligations under this Agreement are at all
times appropriately qualified, skilled and experienced in their respective functions
including in conformity with Applicable Laws including the Indian Railway
General and Subsidiary Rules, [the Indian Electricity Rules], and Good Industry
Practice.

3.4.2 The Authority Engineer may, for reasons to be specified in writing, direct the
Contractor to remove any member of the Contractor’s or Sub-contractor’s personnel
from the Railway Project. Provided, any such direction issued by the Authority
Engineer shall specify the reasons for the removal of such person.

3.4.3 The Contractor shall, on receiving a direction from the Authority Engineer under
the provisions of Clause 3.4.2, ensure and procure the removal of such person or
persons from the Railway Project with immediate effect. The Contractor shall
further ensure that such persons have no further connection with the Railway
Project.
3.4.4 The Contractor shall be responsible for the Security of the Work Site and for
keeping the unauthorized persons off the Site.

3.5 Advertisement on Railway Project

The Contractor shall not use the Railway Project or any part thereof in any manner
for branding or advertising purposes including for advertising any commercial
product or services or companies.

3.6 Contractor's care of the Works

The Contractor shall bear full risk in and take full responsibility for the care of
Works, and of Materials, goods and equipment for incorporation therein, on and from
the Appointed Date and until the date of Provisional Certificate, with respect to the
Works completed prior to the issuance of the Provisional Certificate and/or
Completion Certificate, with respect to the Works referred to in the Punch List, save
and except to the extent that any such loss or damage shall have arisen from any
default or neglect of the Authority.

3.7 Electricity, water and other services

The Contractor shall be responsible for procuring of all power, water and other
services that it may require for the Railway Project.

3.8 Unforeseeable difficulties

Except as otherwise specified in the Agreement:

(a) the Contractor accepts complete responsibility for having foreseen all
difficulties and costs of successfully completing the Works;

14
Western Railway

(b) the Contract Price shall not be adjusted to take account of any unforeseen
difficulties or costs; and

(c) the Scheduled Completion Date shall not be adjusted to take account of any
unforeseen difficulties or costs.

For the purposes of this Clause, unforeseeable difficulties include physical conditions
like man-made or natural physical conditions including sub-surface and hydrological
conditions which the Contractor encounters at the Site during execution of the
Works.

[3.9 Training of Authority’s personnel

3.9.1 The Contractor shall provide and complete the training to the personnel of the
Authority in diagnostic, trouble shooting, repairing, operation and maintenance of the
signalling and telecommunication equipment. The number of persons to be trained
shall not exceed [6 (six)] and the period of training shall be for a period of [** (**)]
weeks. The training shall be completed before the issuance of the Provisional
Certificate/ Completion Certificate. Before the issue of any handing-over certificate,
the final O & M Manuals, wherever required, shall be submitted by the contractor to
the Authority Engineer.

[3.9.2 The Contractor shall provide training to the personnel of the Authority in SCADA.
The number of persons to be trained shall not exceed [6 (six)] and the period of
training shall be at least [** (**)] weeks. The training shall be completed before the
issuance of the Provisional Certificate/ Completion Certificate.] 6

3.10 Safety at work site

The Contractor and its sub-contractors shall follow the safety instructions and take all
safety measures for workmen and vehicles plying in the work area in accordance with
Applicable Laws, Good Industry Practice and the provisions of this Agreement.

6Delete it if not applicable.

15
Western Railway

ARTICLE 4

OBLIGATIONS OF THE AUTHORITY

4.1 Obligations of the Authority

4.1.1 The Authority shall, at its own cost and expense, undertake, comply with and perform
all its obligations set out in this Agreement or arising hereunder.

4.1.2 The Authority shall be responsible for the correctness of the Scope of the Project,
Project Facilities, Specifications and Standards and the criteria for Testing of the
completed Works.

4.1.3 The Authority shall, upon receiving the Performance Security under Clause 7.1.1,
provide to the Contractor:

(a) the Right of Way in accordance with the provisions of Clauses 8.2 and 8.3 on
no less than 95% (ninety five per cent) of core land length and 90% (ninety
percent) of non-core land length of the total length of the Railway Project
before appointed date;

(b) all environmental and forest clearances as required under Clause 4.37 before
appointed date; and

[(c) approval of the general arrangement drawings (the “GAD”) from concerned
authorities to enable the Contractor to construct road over-bridges, under-
bridges and canal crossings on the Railway Project in accordance with the
Scope, Specifications and Standards, and subject to the terms and conditions
specified in such approval, within a period of 60 (sixty) days from the
Appointed Date.]8

4.1.4 In the event that (i) the Authority does not procure fulfilment of any or all of the
obligations set forth in Clause 4.1.3 within the period specified in respect thereof, and
(ii) the delay has not occurred as a result of breach of this Agreement by the
Contractor or due to Force Majeure, the Authority shall pay to the Contractor
Damages in a sum calculated in accordance with the provisions of Clause 8.3 of this
Agreement and grant Time Extension in accordance with the provisions of Clause
10.4.

[For the avoidance of doubt, the Parties agree that the Damages for delay in approval
of GAD by the road authorities for a particular railway over-bridge or a railway
under-bridge or a canal crossing shall be deemed to be equivalent to the Damages
payable under the provisions of Clause 8.3 for delay in providing Right of Way for a
length of 1 (one) kilometre for each such railway over-bridge or railway line under-
bridge or canal crossings, as the case may be.]
7Clause 4.1.3(b) may be suitably modified in the event that all the environmental clearances for the Project
Railway have been received or are not required. It should be clearly stated that all the environmental clearances
for the Project Railway have been received; or such environmental clearances for the Project Railway are not
required.
8Clause (c) may be omitted if the Project does not include a road over-bridge/under-bridge.

16
Western Railway

4.1.5 Notwithstanding anything to the contrary contained in this Agreement, the Parties
expressly agree that the aggregate Damages payable by the Authority under Clauses
4.1.4, 4.4.3, 8.3 and 9.2 shall not exceed 5% (five per cent) of the Contract Price. For
the avoidance of doubt, the Damages payable by the Authority under the aforesaid
Clauses shall not be additive if they arise concurrently from more than one cause but
relate to the same part of the Railway Project.

4.1.6 The Authority agrees to provide support to the Contractor and undertakes to observe,
comply with and perform, subject to and in accordance with the provisions of this
Agreement and Applicable Laws, the following:

(a) upon written request from the Contractor, and subject to the Contractor
complying with Applicable Laws, provide reasonable support to the
Contractor in procuring Applicable Permits required from any Government
Instrumentality for implementation of the Project;

(b) upon written request from the Contractor, provide reasonable assistance to the
Contractor in obtaining access to all necessary infrastructure facilities and
utilities, including water and electricity at rates and on terms no less
favourable than those generally available to commercial customers receiving
substantially equivalent services;

(c) procure that no barriers that would have a material adverse effect on Works
are erected or placed on or about the Railway Project by any Government
Instrumentality or persons claiming through or under it, except for reasons of
Emergency, national security or law and order;

(d) not do or omit to do any act, deed or thing which may in any manner is in
violation of any of the provisions of this Agreement;

(e) support, cooperate with and facilitate the Contractor in the implementation of
the Project in accordance with the provisions of this Agreement; and

(f) upon written request from the Contractor and subject to the provisions of
Clause 3.3, provide reasonable assistance to the Contractor and any expatriate
personnel of the Contractor or its Sub-contractors to obtain applicable visas
and work permits for the purposes of discharge by the Contractor or its Sub-
contractors of their obligations under this Agreement and the agreements with
the Sub-contractors.

4.2 Maintenance and operation of the existing facilities

The Authority shall undertake the maintenance of the facilities existing prior to the
Appointed Date including railway lines, bridges, structures, electrical, signaling and
communications works within the Right of Way.

4.3 Environmental and Forest Clearances

The Authority represents and warrants that the environmental and forest clearances of
Land mentioned in clause 4.1.3 (a) will be obtained before Appointed Date. In the
event of any delay, the Contractor shall be entitled to Time Extension for the period

17
Western Railway

of such delay in accordance with the provisions of Clause 10.4 of this Agreement and
shall also be entitled to Damages calculated as if the Right of Way for and in respect
of such sections of the Railway Project has not been provided in accordance with the
provisions of Clause 8.2 and as a consequence thereof, the Contractor shall be
entitled to Damages under and in accordance with the provisions of Clause 8.3. For
the avoidance of doubt, the present status of environmental and forest clearances is
specified in Schedule-A.9

4.4 Machinery and equipment

4.4.1 The Authority shall upon receiving a request from the Contractor, provide the
machinery and equipment specified in Schedule P on payment of hire charges at the
monthly rates specified therein. The Parties agree that the monthly rate for each
machine or equipment shall be inclusive of fuel and all other operating charges,
which shall be converted into daily rates taking a month comprising 25 (twenty five)
working days. The Parties further agree that for each machinery or equipment:

(a) The charges shall be payable for a day even if a machine or equipment is used for
less than 8 (eight) hours, so long as it has been placed at the disposal of the
Contractor and has not been withdrawn;

(b) the daily rates shall be computed for a shift of 8 (eight) hours taken as one day.
By way of illustration, if the machinery or equipment is used for 16 (sixteen)
hours on any day, the charges payable shall be equal to twice the daily rate; and

[(c) for any machinery or equipment which can be used only during the period of a
Power Block or Traffic Block, no payment shall be due or payable for the day on
which such block is not provided to the Contractor.]

4.4.2 The Contractor shall by notice of at least three weeks convey to the Authority the
particulars of the machinery and equipment required for each day of the following
one month.

4.4.3 In the event that the Authority does not provide any machinery and equipment at the
designated time in pursuance of the provisions of Clause 4.4.1, the Contractor shall
be entitled to Damages in an amount equal twice the rates specified in Schedule-P.
Provided further that the Contractor shall be entitled to Time Extension in accordance
with the provisions of Clause 10.4 if the number of days for which the machinery has
not been provided continuously exceeds 7 (seven) and/ or the total number of days of
not providing the machinery exceed 15 (fifteen) days in a period of 03 months. 10

9 Clause 4.3 may be suitably modified in the event that all the environmental/forest clearances for the Project
Railway have been received or are not required. It should be clearly stated that all the environmental/forest
clearances for the Railway Project has been received; or such environmental/forest clearances for the Railway
Project are not required.

10Delete if not applicable.

18
Western Railway

[4.5 Electricity transmission lines


The Authority shall procure the Applicable Permits and right of way for the erection,
installation, and energisation of the transmission lines required for operating the
Railway Project.]11
4.6 Disconnection for modification of existing signalling and telecommunication
works
The Contractor shall on requirement of disconnection of a particular subsystem for
modification in the existing signalling and telecommunication system at railway
stations, level crossing gates and interlocked sections, inform the Authority Engineer
by notice of at least one week of its readiness for commissioning and the Authority
Engineer shall obtain the requisite approvals from the Authority for the required
disconnections. All such work requiring disconnection of existing signalling systems
shall be executed under supervision of Authority Engineer or his representative. The
Parties expressly agree that in the event of any default in providing such
disconnection, the Authority shall pay to the Contractor Damages at the rate of
Rs.1,000 (Rupees one thousand) per day.The Contractor shall ensure that there is no
interruption/ disturbance to operational circuits in such cases of modification of
signalling and telecom systems.
[4.7 Provision of Power Blocks and Traffic Blocks
4.7.1 The Authority shall provide Power Block or Traffic Block or both to enable the
Contractor to undertake the construction of overhead equipment, or such other work
as may be determined by the Authority Engineer.
4.7.2 The Contractor shall, in consultation with the Authority Engineer, submit a weekly
programme of Blocks, commencing from Monday, with a notice of at least 1 (one)
week and the Authority Engineer shall convey the approved weekly programme to
the Contractor no less than 3 (three) days prior to the start of such week.
4.7.3 The minimum period for which a Power Block or Traffic Block shall be provided to
the Contractor shall not be less than two hours, period being counted from the time
the track is placed at the disposal of the Contractor and until it is cleared by the
Contractor. Provided, however, that a Power Block or Traffic Block, as the case may
be, of shorter duration may be provided with mutual consent of the Parties.

4.7.4 The aggregate period of Power Block and Traffic Block to be provided to the
Contractor during the Construction Period is specified in Schedule-O. The
Contractor shall organise its work so as to complete all Construction Works within
such aggregate period. However, this aggregate period may be increased by the
Authority Engineeer on Contractor’s request, if the same is considered justified and
reasonable under the prevailing circumstances.

4.7.5 In the event of any change in the schedule of Power Block or Traffic Block or both,
as the case may be, the Authority shall inform the Contractor by a notice of not less
than 24 (twenty four) hours. Provided, however, that no such notice shall be required
in case of a breakdown, accident, law and order disturbance, natural calamity or any
other unusual occurrence or Emergency.

11Delete if not applicable.

19
Western Railway

4.7.6 In the event a Power Block or Traffic Block, as the case may be, is not provided for
any day in accordance with the confirmed programme, the Contractor shall be
compensated by providing an additional Power Block or Traffic Block of equal time
during the same week or the following week. The Parties expressly agree that in the
event of any default in providing such additional blocks for compensating the
Contractor, the Authority shall pay to the Contractor Damages at the rate of Rs.1,000
(Rupees one thousand) per day for each hour which has not been provided as required
hereunder and until such hour is provided during any of the 6 (six) following weeks.

4.7.7 The Contractor shall be entitled to undertake the Construction Works within the
aggregate period specified in Schedule-O. Provided, however, that in the event the
aggregate period utilised by the Contractor exceeds the period specified in Schedule-
O and the extra time granted thereto under clause 4.7.4 if any, the Contractor shall
pay to the Authority hourly charges at the rate specified therein.]

20
Western Railway

ARTICLE 5
REPRESENTATIONS AND WARRANTIES

5.1 Representations and warranties of the Contractor

The Contractor represents and warrants to the Authority that:

(a) it is duly organised and validly existing under the laws of India, and has full
power and authority to execute and perform its obligations under this
Agreement and to carry out the transactions contemplated hereby;

(b) it has taken all necessary corporate and other actions under Applicable Laws
to authorise the execution and delivery of this Agreement and to validly
exercise its rights and perform its obligations under this Agreement;

(c) this Agreement constitutes its legal, valid and binding obligation, enforceable
against it in accordance with the terms hereof, and its obligations under this
Agreement will be legally valid, binding and enforceable obligations against
it in accordance with the terms hereof;

(d) it is subject to the laws of India, and hereby expressly and irrevocably waives
any immunity in any jurisdiction in respect of this Agreement or matters
arising there under including any obligation, liability or responsibility
hereunder;

(e) the information furnished in the Bid and as updated on or before the date of
this Agreement is true and accurate in all respects as on the date of this
Agreement;

(f) the execution, delivery and performance of this Agreement will not conflict
with, result in the breach of, constitute a default under, or accelerate
performance required by any of the terms of its memorandum and articles of
association or any Applicable Laws or any covenant, contract, agreement,
arrangement, understanding, decree or order to which it is a party or by which
it or any of its properties or assets is bound or affected;

(g) there are no actions, suits, proceedings, or investigations pending or, to its
knowledge, threatened against it at law or in equity before any court or before
any other judicial, quasi-judicial or other authority, the outcome of which may
result in the breach of this Agreement or which individually or in the
aggregate may result in any material impairment of its ability to perform any
of its obligations under this Agreement;

(h) it has no knowledge of any violation or default with respect to any order, writ,
injunction or decree of any court or any legally binding order of any
Government Instrumentality which may result in any material adverse effect
on its ability to perform its obligations under this Agreement and no fact or
circumstance exists which may give rise to such proceedings that would
adversely affect the performance of its obligations under this Agreement;

21
Western Railway

(i) it has complied with Applicable Laws in all material respects and has not
been subject to any fines, penalties, injunctive relief or any other civil or
criminal liabilities which in the aggregate have or may have a material
adverse effect on its ability to perform its obligations under this Agreement;

(j) no representation or warranty by it contained herein or in any other document


furnished by it to the Authority or to any Government Instrumentality in
relation to Applicable Permits contains or will contain any untrue or
misleading statement of material fact or omits or will omit to state a material
fact necessary to make such representation or warranty not misleading;

(k) no sums, in cash or kind, have been paid or will be paid, by it or on its behalf,
to any person by way of fees, commission or otherwise for securing the
contract or entering into this Agreement or for influencing or attempting to
influence any officer or employee of the Authority in connection therewith;

(l) all information provided by the {selected bidder/ members of the


Consortium/Joint Venture} in response to the RFP or otherwise, is to the best
of its knowledge and belief, true and accurate in all material respects; and

(m) nothing contained in this Agreement shall create any contractual relationship
or obligation between the Authority and any Sub-contractors, designers,
consultants or agents of the Contractor.

5.2 Representations and warranties of the Authority

The Authority represents and warrants to the Contractor that:

(a) it has full power and authority to execute, deliver and perform its obligations
under this Agreement and to carry out the transactions contemplated herein
and that it has taken all actions necessary to execute this Agreement, exercise
its rights and perform its obligations, under this Agreement;

(b) it has taken all necessary actions under Applicable Laws to authorise the
execution, delivery and performance of this Agreement;

(c) it has the financial standing and capacity to perform its obligations under this
Agreement;

(d) this Agreement constitutes a legal, valid and binding obligation enforceable
against it in accordance with the terms hereof;

(e) it has no knowledge of any violation or default with respect to any order, writ,
injunction or any decree of any court or any legally binding order of any
Government Instrumentality which may result in any material adverse effect
on the Authority’s ability to perform its obligations under this Agreement;

(f) it has complied with Applicable Laws in all material respects;

(g) it has good and valid right to the Site and has the power and authority to grant
the Right of Way in respect thereof to the Contractor; and

22
Western Railway

(h) it shall have procured, as on the Appointed Date, Right of Way and
environment clearances such that the Contractor can commence construction
forthwith on 95% (ninety five per cent) of the core land length and 90% of
non-core land length of the Railway Project.

5.3 Disclosure

In the event that any occurrence or circumstance comes to the attention of either
Party that renders any of its aforesaid representations or warranties untrue or
incorrect, such Party shall immediately notify the other Party of the same. Such
notification shall not have the effect of remedying any breach of the representation or
warranty that has been found to be untrue or incorrect nor shall it adversely affect or
waive any obligation of either Party under this Agreement.

23
Western Railway

ARTICLE 6
DISCLAIMER

6.1 Disclaimer

6.1.1 The Contractor acknowledges that prior to the execution of this Agreement, the
Contractor has, after a complete and careful examination, made an independent
evaluation of the Request for Proposal (RFP), Scope of the Project, Specifications
and Standards, Site, local conditions, physical qualities of ground, subsoil and
geology, traffic volumes, suitability and availability of access routes to the Site and
all information provided by the Authority or obtained, procured or gathered
otherwise, and has determined to its satisfaction the accuracy or otherwise thereof
and the nature and extent of difficulties, risks and hazards as are likely to arise or
may be faced by it in the course of performance of its obligations hereunder. Save as
provided in Clause 4.1.2 and Clause 5.2, the Authority makes no representation
whatsoever, express, implicit or otherwise, regarding the accuracy, adequacy,
correctness, reliability and/or completeness of any assessment, assumptions,
statement or information provided by it and the Contractor confirms that it shall have
no claim whatsoever against the Authority in this regard.

6.1.2 The Contractor acknowledges and hereby accepts to have satisfied itself as to the
correctness and sufficiency of the Contract Price.

6.1.3 The Contractor acknowledges and hereby accepts the risk of inadequacy, mistake or
error in or relating to any of the matters set forth in Clause 6.1.1 above and hereby
acknowledges and agrees that the Authority shall not be liable for the same in any
manner whatsoever to the Contractor, or any person claiming through or under any of
them, and shall not lead to any adjustment of Contract Price or Scheduled
Completion Date.

6.1.4 The Parties agree that any mistake or error in or relating to any of the matters set
forth in Clause 6.1.1 above shall not vitiate this Agreement, or render it voidable.

6.1.5 In the event that either Party becomes aware of any mistake or error relating to any of
the matters set forth in Clause 6.1.1 above, that Party shall immediately notify the
other Party, specifying the mistake or error.

6.1.6 Except as otherwise provided in this Agreement, all risks relating to the Project shall
be borne by the Contractor; and the Authority shall not be liable in any manner for
such risks or the consequences thereof.

24
Western Railway

Part III
Construction

25
Western Railway

ARTICLE 7
PERFORMANCE SECURITY
7.1 Performance Security

7.1.1 The Contractor shall, for the performance of its obligations hereunder, provide to the
Authority, within 30(Thirty) days of issue of LOA, an irrevocable and unconditional
Bank Guarantee (the “Performance Security”), for an amount equal to [3% or 5%
(three/five per cent) whichever is applicable], of the Contract Price from a Bank in
the form set forth in Annex-I of Schedule-F.

The Performance Security shall be valid until 60 (sixty) days of the expiry of the
Defects Liability Period specified in Clause 15.1.1. Until such time the Performance
Security is furnished by the Contractor pursuant hereto and the same comes into
effect, the ‘Bid Security’ shall remain in force and effect, and upon such furnishing of
the Performance Security, the Authority shall release the Bid Security to the
Contractor. For the avoidance of doubt, the Parties expressly agree that the
Contractor shall provide, no later than 30 (thirty) days prior to the expiry of the
Performance Security for the Defects Liability Period specified in Clause 15.1.1, a
Performance Security in respect of the extended Defects Liability Period, as specified
in Clause 15.1.2, for an amount equal to [3% or 5% (three/five per cent) whichever is
applicable] of the estimated cost of the Structures, Important Bridges, if any,
comprising a new technology not currently in use in the Railways and the
interlocking and telecom switching equipment as specified in Schedule B.
7.1.2 Notwithstanding anything to the contrary contained in this Agreement, the Parties
agree that in the event of failure of the Contractor to provide the Performance
Security in accordance with the provisions of Clause 7.1.1 and within the time
specified therein or such extended period as may be provided by the Authority, in
accordance with the provisions of Clause 7.1.3, the Authority shall encash the Bid
Security and appropriate the proceeds thereof as part-Damages, and thereupon all
rights, privileges, claims and entitlements of the Contractor under or arising out of
this Agreement shall be deemed to have been waived by, and to have ceased with the
concurrence of the Contractor, and this Agreement shall be deemed to have been
terminated by mutual agreement of the Parties along with further levy of the
Liquidated Damages equivalent to the stipulated ‘Performance Security’, which shall
be recoverable from contractor’s pending/future dues with IR in any of the
ongoing/future contracts.
7.1.3 In the event the Contractor fails to provide the Performance Security within 30
(Thirty) days of the issue of LOA as provided in Clause 7.1.1 above, the
Contractor may seek extension of time for a period not exceeding a further 30
(Thirty) days on payment of damages for such extended period equivalent to a sum
calculated at the rate of 0.002% (zero point zero zero two percent) of the Contract
Price for each day of delay until the Performance Security is provided.
7.2 Extension of Performance Security
The Contractor may initially provide the Performance Security for a period

12 It is different from Retention Money.

26
Western Railway

of [2 (two) years]; provided that it shall procure the extension of the validity of the
Performance Security, as necessary, at least 2 (two) months prior to the date of expiry
thereof. Upon the Contractor providing an extended Performance Security, the
previous Performance Security shall be deemed to be released and the Authority shall
return the same to the Contractor within a period of 7 (seven) business days from the
date of submission of the extended Performance Security.
7.3 Appropriation of Performance Security
7.3.1 Upon occurrence of a Contractor Default, the Authority shall, without prejudice to its
other rights and remedies hereunder or in law, be entitled to encash and appropriate
from the Performance Security the amounts due to it as Damages for the Contractor
Default.
7.3.2 Upon such encashment and appropriation from the Performance Security, the
Contractor shall, within 30 (thirty) days thereof, replenish, in case of partial
appropriation, to its original level the Performance Security, and in case of
appropriation of the entire Performance Security provide a fresh Performance
Security, as the case may be, and the Contractor shall, within the time so granted,
replenish or furnish fresh Performance Security as aforesaid failing which the
Authority shall be entitled to terminate the Agreement in accordance with Article 21.
Upon such replenishment or furnishing of a fresh Performance Security, as the case
may be, the Contractor shall be entitled to an additional Cure Period of 30 (thirty)
days for remedying the Contractor Default, and in the event of the Contractor not
curing its default within such Cure Period, the Authority shall be entitled to encash
and appropriate such Performance Security as Damages, and to terminate this
Agreement in accordance with Article 21.
7.4 Release of Performance Security
The Authority shall release the Performance Security within 60 (sixty) days of the
expiry of the Defects Liability Period or the extended Defects Liability Period, as the
case may be, under this Agreement. Notwithstanding the aforesaid, the Parties agree
that the Authority shall not be obliged to release the Performance Security until all
Defects identified during the Defects Liability Period or the extended Defects
Liability Period, as the case may be, have been rectified.
7.5 Retention Money13
7.5.1 From every payment for Works due to the Contractor in accordance with the
provisions of Clause 17.5, the Authority shall deduct 6% (six per cent) thereof as
guarantee money for performance of the obligations of the Contractor during the
Construction Period (the “Retention Money”) subject to the condition that the
maximum amount of Retention Money shall not exceed 5% (five per cent) of the
Contract Price.
7.5.2 Upon occurrence of a Contractor’s Default, the Authority shall, without prejudice to
its other rights and remedies hereunder or in law, be entitled to appropriate the
relevant amounts from the Retention Money as Damages for such Contractor’s
Default.

13
This is different from Performance Security

27
Western Railway

7.5.3 The Contractor may, upon furnishing an irrevocable and unconditional bank
guarantee substantially in the form provided at Annex-II of Schedule-F, require the
Authority to refund the Retention Money deducted by the Authority under the
provisions of Clause 7.5.1. Provided that the refund hereunder shall be made in
tranches of not less than 0.5% (zero point five percent) of the Contract Price. Further,
the Retention money may be deposited as Bank Guarantee, issued by Scheduled
commercial Bank after signing of Contract Agreement, but before payment of first
payment bill. Provided further that validity of Bank Guarantee shall be extended
from time to time depending upon extension of Contract granted.

7.5.4 Within 15 (fifteen) days of the date of issue of the Completion Certificate, the
Authority shall discharge the bank guarantees, if any, furnished by the Contractor
under the provisions of Clause 7.5.3 and refund the balance of Retention Money
remaining with the Authority after adjusting the amounts appropriated under the
provisions of Clause 7.5.2 and the amounts refunded under the provisions of Clause
7.5.3.

7.5.5 The Parties agree that in the event of Termination of this Agreement, the Retention
Money and the bank guarantees specified in this Clause 7.5 shall be treated as if they
are Performance Security and shall be reckoned as such for the purposes of
Termination Payment under Clause 21.6.

28
Western Railway

ARTICLE 8
RIGHT OF WAY

8.1 The Site

The site of the Railway Project (the “Site”) shall comprise the site described in
Schedule-A in respect of which the Right of Way shall be provided by the Authority
to the Contractor. The Authority shall be responsible for:

(a) acquiring and providing Right of Way on the Site in accordance with the
[alignment plan, Longitudinal section, Yard Plans/ESP and electrification
sectioning diagram] finalised by the Authority and attached with this
document, free from all encroachments and encumbrances, and free access
thereto for the execution of this Agreement;

[This Right of Way will not include completely free access to locations where
working may affect safety of train traffic (i.e. relay room, locations boxes etc). In
such cases, right of work will be arranged by the Authority Engineer on written
request made by contractor at least 7 days in advance, if such request is
reasonable.]

(b) obtaining environmental clearance and forest clearance for the Railway Project.

8.2 Handing over of the Project Site

8.2.1 The Authority Representative and the Contractor shall, within 15 (fifteen) days of
providing the Performance Security by the Contractor in accordance with the
provisions of Clause 7.1, jointly inspect the Site and prepare a joint memorandum
containing an inventory of the Site including the vacant and unencumbered land,
buildings, structures, road/ railway works, trees and any other immovable property on
or attached to the Site. Subject to the provisions of Clause 8.2.3, such memorandum
shall have appended thereto an Appendix (the “Appendix”) specifying in reasonable
detail those parts of the Site to which vacant access and Right of Way has not been
given to the Contractor. Signing of the memorandum, in 2 (two) counterparts (each of
which shall constitute an original), by the authorised representatives of the Parties
shall be deemed to constitute a valid evidence of handing over of the Right of Way to
the Contractor for discharging its obligations under and in accordance with the
provisions of this Agreement and for no other purpose whatsoever.

For the avoidance of doubt, the Parties agree that subject to the provisions of Clauses
8.2.2 and 8.2.3, whenever the Authority is ready to provide Right of Way for any part
or parts of the Site included in the “Appendix”, it shall by notice inform the
Contractor, of the proposed date and time when the Authority Representative and the
Contractor shall inspect the specified parts of the Site, and prepare a memorandum
which shall be deemed to constitute a valid evidence of handing over of such Right of
Way to the Contractor in accordance with the provisions of this Clause 8.2.1.

8.2.2 Notwithstanding anything to the contrary contained in this Clause 8.2, the Authority
shall specify the parts of the Site, if any, for which Right of Way shall be provided to

29
Western Railway

the Contractor on the dates specified in Schedule-A. Such parts shall also be included
in the Appendix prepared in pursuance of Clause 8.2.1. For the avoidance of doubt,
the Parties expressly agree that the Appendix shall in no event contain Sections of the
Railway Project the cumulative length of which exceeds 5% (Five per cent) of the
core land length and 10% (Ten percent ) of the non-core land length of the Railway
Project.

8.2.3 The Authority shall provide the Right of Way to the Contractor, in respect of the land
included in the Appendix, by the date specified in Schedule-A for each part of the
Site referred to therein, but in no case later than 180 (one hundred and eighty) days of
the Appointed Date, and in the event of delay for any reason other than Force
Majeure or breach of this Agreement by the Contractor, it shall pay to the Contractor,
Damages in a sum calculated in accordance with Clause 8.3.

8.3 Damages for delay in handing over the Site

8.3.1 In the event the Right of Way to any part of the Site is not provided by the Authority
on or before the date(s) specified in Clause 8.2 for any reason other than Force
Majeure or breach of this Agreement by the Contractor, the Authority shall pay
Damages to the Contractor in a sum calculated in accordance with the following
formula for and in respect of those parts of the core land to which the Right of Way
has not been provided:

Amount of Damages in Rs. per day per km = 0.001% of Contract Price

In the event that any Damages are due and payable to the Contractor under the
provisions of this Clause 8.3.1 for delay in providing the Right of Way, the
Contractor shall, subject to the provisions of Clause 10.4, be entitled to Time
Extension equal to the period for which the Damages have become due and payable
under this Clause 8.3.1, save and except that:

(a) if any delays involve time overlaps, the overlaps shall not be additive; and

(b) such Time Extension shall be restricted only to the Works which are affected
by the delay in providing the Right of Way.

For the avoidance of doubt, the Parties expressly agree that the Damages specified
hereunder and the Time Extension specified in Clause 10.4 shall be restricted only to
failure of the Authority to provide the Right of Way for and in respect of the width of
the Site required for Works in accordance with the Good Industry Practice.

8.3.2 Notwithstanding anything to the contrary contained in this Agreement, the Contractor
expressly agrees that Works on all parts of the Site for which Right of Way is granted
within 180 (one hundred and eighty) days of the Appointed Date, or with respect to
the parts of the Site provided in Schedule-A, no later than the date(s) specified
therein, as the case may be, shall be completed before the Scheduled Completion
Date and shall not qualify for any Time Extension under the provisions of Clause
8.3.1.

8.3.3 Notwithstanding anything to the contrary contained in this Agreement, the Authority
may at any time withdraw any part of the Right of Way and the Works forming part

30
Western Railway

of this Agreement, subject to such Works not exceeding an aggregate value, such
value to be determined in accordance with Schedule-G, equal to 5% (five per cent) of
the Contract Price.

Provided that if Right of Way has not been provided within 240 (two hundred and
forty) days of the Appointed Date, for commencing construction on any part of the
Site included in the Appendix, the affected Works shall be deemed to be withdrawn
under the provisions of this Clause 8.3.3 unless the Parties agree to the contrary, and
such Works shall not be computed for the purposes of the aforesaid ceiling of 5%
(five per cent) of the Contract Price hereunder. For the avoidance of doubt, the
Parties agree that such deemed withdrawal of Works hereunder shall be without
prejudice to the Contractor’s entitlement to Damages under Clauses 4.1.4, 8.3 and
9.2.

8.3.4 In the event of withdrawal of Works under Clause 8.3.3, including deemed
withdrawal of Works, the Contract Price shall be reduced by an amount equal to 95%
(ninety five per cent) of the value of the Works withdrawn and the Contractor shall
not be entitled to any other compensation or Damages for the withdrawal of Works,
including their deemed withdrawal, save and except for Damages as provided under
Clause 4.3.

Provided that if any Works are withdrawn after commencement of the Construction
of such Works, the Authority shall pay to the Contractor 100% (one hundred) of the
fair value of the work done, as assessed by the Authority Engineer:

8.4 Site to be free from Eencumbrances

Subject to the provisions of Clause 8.2, the Site shall be made available by the
Authority to the Contractor pursuant hereto free from all Encumbrances and
occupations and without the Contractor being required to make any payment to the
Authority on account of any costs, compensation, expenses and charges for the
acquisition and use of such Site for the duration of the Project Completion Schedule.
For the avoidance of doubt, it is agreed that the existing rights of way, easements,
privileges, liberties and appurtenances to the Site shall not be deemed to be
Encumbrances. It is further agreed that, unless otherwise specified in this Agreement,
the Contractor accepts and undertakes to bear any and all risks arising out of the
inadequacy or physical condition of the Site.

8.5 Protection of Site from encroachments

On and after signing the memorandum and/or subsequent memorandum referred to in


Clause 8.2.1, and until the issue of the Provisional Certificate, the Contractor shall
maintain a round-the-clock vigil over the Site and shall ensure and procure that no
encroachment thereon takes place. During the Construction Period, the Contractor
shall protect the Site from any and all occupations, encroachments or Encumbrances,
and shall not place or create nor permit any Sub-contractor or other person claiming
through or under the Agreement to place or create any Encumbrance or security
interest over all or any part of the Site or the Project Assets, or on any rights of the
Contractor therein or under this Agreement, save and except as otherwise expressly
set forth in this Agreement. In the event of any encroachment or occupation on any

31
Western Railway

part of the Site, the Contractor shall report such encroachment or occupation
forthwith to the Authority and undertake its removal at its own cost and expenses.

8.6 Special/temporary Right of Way

The Contractor shall bear all costs and charges for any special or temporary right of
way required by it in connection with access to the Site. The Contractor shall obtain
at its cost such facilities on or outside the Site as may be required by it for the
purposes of the Railway Project and the performance of its obligations under this
Agreement.

8.7 Access to the Authority and the Authority Engineer

8.7.1 The Right of Way given to the Contractor hereunder shall always be subject to the
right of access of the Authority and the Authority Engineer and their employees and
agents for inspection, viewing and exercise of their rights and performance of their
obligations under this Agreement.

8.7.2 The Contractor shall ensure, subject to all relevant safety procedures, that the
Authority has unrestricted access to the Site during any Emergency.

8.8 Geological and archaeological finds

It is expressly agreed that mining, geological or archaeological rights do not form


part of this Agreement with the Contractor for the Works, and the Contractor hereby
acknowledges that it shall not have any mining rights or interest in the underlying
minerals, fossils, antiquities, structures or other remnants or things either of particular
geological or archaeological interest and that such rights, interest and property on or
under the Site shall vest in and belong to the Authority or the concerned Government
Instrumentality. The Contractor shall take all reasonable precautions to prevent its
workmen or any other person from removing or damaging such interest or property
and shall inform the Authority forthwith of the discovery thereof and comply with
such instructions as the Authority or the concerned Government Instrumentality may
reasonably give for the removal of such property. For the avoidance of doubt, it is
agreed that any reasonable expenses incurred by the Contractor hereunder shall be
reimbursed by the Authority. It is also agreed that the Authority shall procure that the
instructions hereunder are issued by the concerned Government Instrumentality
within a reasonable period.

32
Western Railway

ARTICLE 9
UTILITIES AND TREES

9.1 Existing utilities and roads

Notwithstanding anything to the contrary contained herein, the Contractor shall


ensure that the respective entities owning the existing roads, right of way, level
crossings, structures, or utilities on, under or above the Site are enabled by it to keep
them in continuous satisfactory use, if necessary, by providing suitable temporary
diversions with the authority of the controlling body of that road, right of way or
utility.

9.2 Shifting of obstructing utilities

9.2.1 The Contractor shall, in accordance with Applicable Laws and with the proactive
support & assistance of the Authority, cause shifting of any utility (including electric
lines, water pipes and telephone cables) to an appropriate location or alignment, if
such utility or obstruction adversely affects/ infringes the execution of Works in
accordance with this Agreement. The actual cost of shifting/relocation of such
utilities, as approved and communicated/demanded by the entity owning such utility,
shall be paid by the Authority directly to the entity. In the event of any delay in such
shifting by the entity owning the utility beyond a period of 180 (one hundred and
eighty) days from the date of notice by the Contractor to the entity owning the utility
and to the Authority, the Contractor shall be entitled to Damages in a sum calculated
in accordance with the formula specified in Clause 8.3.1 for the period of delay, and
to Time Extension in accordance with Clause 10.4 for and in respect of the part(s) of
the Works affected by such delay; provided that if the delays involve any time
overlaps, the overlaps shall not be additive.

9.2.2 For the existing utilities owned by Railways, where the shifting thereof can take place
only after certain works for enabling its shifting have been completed by the
Contractor, the Authority shall, undertake and complete its shifting within 180 (one
hundred and eighty) days after the Contractor has notified the Authority of the
completion of the enabling works. In the event of delay in shifting the utility, beyond
the aforesaid period of 180 (one hundred and eighty) days, the Contractor shall be
entitled to Damages for the period of delay in accordance with the provisions of this
Clause 9.2.1.

9.3 New utilities

9.3.1 The Contractor shall allow, subject to such conditions as the Authority may specify,
access to, and use of the Site for laying telephone lines, water pipes, electric cables or
other public utilities. Where such access or use causes any financial loss to the
Contractor, it may require the user of the Site to pay compensation or damages as per
Applicable Laws. For the avoidance of doubt, it is agreed that use of the Site under
this Clause 9.3 shall not in any manner relieve the Contractor of its obligation to
construct and maintain the Railway Project in accordance with this Agreement and
any damage caused by such use shall be restored forthwith at the cost of the
Authority.

33
Western Railway

9.3.2 In the event the construction of any Works is affected by a new utility or works
undertaken in accordance with this Clause 9.3, the Contractor shall be entitled to a
reasonable Time Extension in accordance with Clause 10.4 for and in respect of the
part(s) of the Works affected by such delay; provided that if the delays involve any
time overlaps, the overlaps shall not be additive.

9.4 Felling of trees

The Contractor shall obtain the Applicable Permits for felling of trees to be identified
by the Contractor and Authority for this purpose if and only if such trees cause a
Material Adverse Effect on the construction of the Railway Project. The cost of such
felling and of the compensatory plantation of trees, if any, shall be borne by the
Contractor. The roots of trees and saplings shall be removed to a depth of 60 cm
below ground level or 30 cm below formation level or 15 cm below subgrade level,
whichever is lower. Trees, shrubs, poles, fences, signs, monuments, pipelines, cable,
etc. adjacent to the area which are not required to be disturbed during site clearance
shall be properly protected by the Contractor at his own cost and nothing extra shall
be payable. In case any damage to the pipelines, cables, etc. is done due to
negligence on part of the Contractor the necessary damage charges will be recovered
accordingly. Any trees cut down shall be stacked by the Contractor within the
distance of 100 metres or outside the periphery of the area under site clearance as per
instructions of the Authority. The contractor shall have no claim to the trees or other
material removed during site clearance and the same shall be the property of the
Authority.

For the avoidance of doubt, the Parties agree that if any felling of trees hereunder is
in a forest area, the Applicable Permit thereof shall be procured by the Contractor
within the time specified in the Agreement.

34
Western Railway

ARTICLE 10
DESIGN AND CONSTRUCTION OF THE RAILWAY PROJECT

10.1 Obligations prior to commencement of Works

10.1.1 Within 20 (twenty) days of the Appointed Date, the Contractor shall:

(a) appoint its representative, duly authorised to deal with the Authority in
respect of all matters under or arising out of or relating to this Agreement;

(b) appoint a design director (the “Design Director”) who will head the
Contractor’s design unit and shall be responsible for surveys, investigations,
collection of data, and preparation of preliminary and detailed designs;

(c) undertake and perform all such acts, deeds and things as may be necessary or
required before commencement of Works under and in accordance with this
Agreement, Applicable Laws and Applicable Permits; and

(d) make its own arrangements for quarrying and procurement of materials
needed for the Railway Project under and in accordance with Applicable
Laws and Applicable Permits.

10.1.2 The Authority shall, within 15 (fifteen) days of the date of this Agreement, appoint an
engineer (the “Authority Engineer”) to discharge the functions and duties specified
in this Agreement, and shall notify to the Contractor the name, address and the date
of appointment of the Authority Engineer forthwith.

10.1.3 Within 30 (thirty) days of the Appointed Date, the Contractor shall submit to the
Authority and the Authority Engineer a programme/CPM Charts & Bar Charts (the
“Programme”) for construction of Works, developed using networking techniques
and giving the following details:

Part I Contractor’s organisation for the Project, the project execution plan indicating
arrangements for design and construction i.e. engagement of design
consultants, project phasing and sub-contracting etc., environmental
management plan, Quality Assurance Plan including design quality plan,
traffic management and safety plan covering safety of users and workers
during construction, Contractor’s key personnel, and equipment.

Part II Programme for completion of all stages of construction given in Schedule-G


and Project Milestones of the Works as specified in Project Completion
Schedule set forth in Schedule-I. The Programme shall include:

(a) the order in which the Contractor intends to carry out the Works,
including the anticipated timing of design and stages of Works;

(b) the periods for reviews under Clause 10.2; and

(c) the sequence and timing of inspections and tests specified in this
Agreement.

35
Western Railway

The Contractor shall submit a revised programme whenever the previous programme
is inconsistent with the actual progress or with the Contractor’s obligations.

Part III Monthly cash flow forecast for the Project

Provided, however, that the Authority may, within a period of 15 (fifteen) days of
receipt of the Programme, convey its comments to the Contractor stating the
modifications, if any, required for compliance with the provisions of this Agreement,
and the Contractor shall carry out such modifications, to the extent required for
conforming with the provisions of this Agreement.

10.1.4 The Contractor shall plan the project work by keeping Schedule-G into consideration
in order to maximise the cash flow and progress. However the Authority Engineer
may modify/break up any of the the stage payment schedule (payment milestones)
during execution if the same is considered essential to speed up the progress or if the
contractor is not able to achieve a particular payment milestone due to the
reasons/delays attributable to the Authority or due to the factors beyond the control of
Contractor or to any unforeseen circumstances.

10.1.5 Procurement of items should be planned by the Contractor in consultation with the
Authority Engineer. Procurement plan should be prepared in such a manner that those
materials which have limited shelf life may be procured in a staggered manner so that
materials are utilised/consumed well before its expiry. If the material/product does
not remain of required specifications at the time of its actual use, the same will be
replaced by the Contractor with materials confirming to Specifications at his own
cost.

10.2 Design and Drawings

10.2.1 Design and Drawings shall be developed in conformity with the Specifications and
Standards set forth in Schedule-D. In the event, the Contractor requires any relaxation
in design standards due to restricted Right of Way in any section or unforeseen
issues, the alternative design criteria for such section shall be provided for
review/approval of the Authority Engineer.

10.2.2 The Contractor shall appoint a proof checking consultant at its cost (the “Proof
Consultant”) after proposing to the Authority a panel of 3 (three) names of qualified,
reputed and experienced firms and Authority will select one Proof Consultant from
the above panel, provided, however, that if none of the name proposed in the panel is
acceptable to the Authority and the reasons for the same are furnished to the
Contractor, the Contactor shall propose to the Authority a revised panel of 3 (three)
more names for obtaining the consent of the Authority. The Contractor shall also
obtain the consent of the Authority for two key personnel of the Proof Consultant
who shall have adequate experience and qualifications with respect to the main
components of the Railway Project. The Authority shall, within 30 (thirty) days of
receiving a panel from the Contractor, either convey its decision with reasons, to the
Contractor, and if no such decision is conveyed within the said period, the Contractor
may proceed with engaging of the Proof Consultant of its own choice. For the
avoidance of doubt, the Parties agree that no firm or person having any conflict of
interest shall be engaged for this purpose. The Parties further agree that any

36
Western Railway

assignments completed at least three years prior to the appointment hereunder shall
not be reckoned for the purposes of conflict of interest.

10.2.3 The Proof Consultant shall:

(a) evolve a systems approach with the Design Director so as to minimise the
time required for approval of final designs and construction drawings; and

(b) examine the designs expeditiously and wherever necessary raise


observations/ seek clarifications etc. as deemed appropriate and refer back
the drawings within 15 days for rectifications/clarifications, and finally
proof check and endorse/counter-sign the detailed calculations, drawings
and designs, which have been approved by the Design Director.

10.2.4 In respect of the route control chart, the following shall apply:

(a) route control chart

(i) The Contractor shall prepare and submit to the Authoritys Engineer all
route control charts conforming to the ESP/SIPs, within a period of 3
(three) months from the Appointed Date;

(ii) The Authority Engineer shall review the route control chart within two
weeks and submit it with its comments to the Authority for its
approval; and

(iii) The Authority shall communicate the route control chart as approved
by it within a period not exceeding 2(two) months from the date of
submission of the route control chart by the Contractor. Such period of
two months shall exclude any time that is taken by the Contractor in
providing clarifications or modifications in response to any
communication from the Authority.

10.2.5 In the event of delay by the Contractor in submitting route control chart, as the case
may be, within the period specified in Clause 10.2.4 for any reason other than Force
Majeure or the delay attributable to the Authority, the Contractor shall pay Damages
to the Authority in a sum equal to 0.001% (zero point zero zero one percent) of the
Contract Price for each day of delay.

10.2.6 In the event of delay by the Authority in providing to the Contractor the approved
route control chart, within the period specified in Clause 10.2.4 for any reason other
than Force Majeure or breach of this Agreement by the Contractor, the Authority
shall pay Damages to the Contractor in a sum equal to 0.001% (zero point zero zero
one percent) of the Contract Price for each day of delay, and shall also grant Time
Extension in accordance with the provisions of Clause 10.4.

10.2.7 In regard to Contractor’s obligations with respect to the design and Drawings of the
Railway Project as set forth in Schedule-H, the following shall apply:

(a) The Contractor shall prepare and submit, with reasonable promptness and in
such sequence as is consistent with the Project Completion Schedule, 3 (three)
copies each of the design and necessary Drawings, duly approved/signed by

37
Western Railway

the Design Director and certified/signed by the Proof Consultant, to the


Authority Engineer for review. Provided, however, that in respect of Important
Bridges, Major Bridges, Structures, railway stations and yards, the Authority
Engineer may require additional drawings for its review in accordance with
Good Industry Practice;

(b) by submitting the Drawings for review to the Authority Engineer, the
Contractor shall be deemed to have represented that it has determined and
verified that the design and Drawings are in conformity with stipulated
Specifications and Standards, the Applicable Laws, statutory stipulations and
Good Industry Practice;

(c) within 21 (twenty one) days of the receipt of the Drawings, the Authority
Engineer shall review the same and convey its observations to the Contractor
with particular reference to their conformity or otherwise with the Scope of the
Project and the Specifications and Standards. Beyond the said period of 21
(twenty one) days, the Contractor shall not be obliged to await the
observations of the Authority Engineer on the Drawings submitted pursuant
hereto and may begin or continue Works at its own discretion and risk;
Provided, however, that in case of Important Bridges, Major Bridges,
Structures, interlocking and telecom switching equipment and any other
specified item the aforesaid period of 21 (twenty one) days may be extended as
per the time limit as indicated in Annexure-II of Schedule-D;

(d) if the aforesaid observations of the Authority Engineer indicate that the
Drawings are not in conformity with the Scope of the Project or the
Specifications and Standards, such Drawings shall be revised by the Contractor
in conformity with the provisions of this Agreement and resubmitted to the
Authority Engineer for review. The Authority Engineer shall give its
observations, if any, within 10 (ten) days of receipt of the revised Drawings. In
the event the Contractor fails to revise and resubmit such Drawings to the
Authority Engineer for review as aforesaid, the Authority Engineer may cause
the payment for the affected works to be withheld under and in accordance
with the provisions of Clause 17.5.4. If the Contractor disputes any decision,
direction or determination of the Authority Engineer hereunder, the Dispute
shall be resolved in accordance with the Dispute Resolution Procedure;

(e) no review and/or observation of the Authority Engineer and/or its failure to
review and/or convey its observations on any Drawings shall relieve the
Contractor of its obligations and liabilities under this Agreement in any manner
nor shall the Authority Engineer or the Authority be liable for the same in any
manner; and if errors, omissions, ambiguities, inconsistencies, inadequacies or
other Defects are found in the Drawings, they shall, along with the affected
Works, be corrected at the Contractor's cost, notwithstanding any review under
this Article 10;

(f) the Contractor shall be responsible for delays in submitting the Drawings, as set
forth in Schedule-H, caused by reason of delays in surveys and field
investigations, and shall not be entitled to seek any relief in respect thereof
from the Authority; and

38
Western Railway

(g) the Contractor warrants that its designers, including any third parties engaged
by it, shall have the required experience and capability in accordance with
Good Industry Practice and it shall indemnify the Authority against any
damage, expense, liability, loss or claim, which the Authority might incur,
sustain or be subject to arising from any breach of the Contractor’s design
responsibility and/or warranty as set out in this Clause.

10.2.8 Any cost or delay in construction arising from the review by the Authority Engineer
shall be borne by the Contractor.

10.2.9 Works shall be executed in accordance with the Drawings provided by the Contractor
in accordance with the provisions of this Clause 10.2 and the observations of the
Authority Engineer thereon as communicated pursuant to the provisions of Clause
10.2.7. Such Drawings shall not be amended or altered without prior written notice to
the Authority Engineer. If a Party becomes aware of an error or defect of a technical
nature in the design or Drawings, that Party shall promptly give notice to the other
Party of such error or defect.

10.2.10 Within 90 (ninety) days of the Project Completion Date, the Contractor shall furnish
to the Authority and the Authority Engineer a complete set of as-built Drawings, in 2
(two) hard copies and in its editable digital format or in such other medium or
manner as may be acceptable to the Authority, including an as-built survey
illustrating the layout of the Railway Project and setback lines, if any, of the
buildings and structures forming part of Project Facilities,and shall hand them over to
the Authority against receipt thereof.

10.2.11 The Contractor shall also appoint a safety consultant (the “Safety Consultant”)
after proposing to the Authority a panel of 3 (three) names of qualified and
experienced consultants having minimum 10 years experience in ensuring safety at
work site from whom the Authority may choose 1 (one) to be the Safety Consultant.
Provided, however, that if the panel is not acceptable to the Authority and the reasons
for the same are furnished to the Contractor, the Contractor shall propose to the
Authority a revised panel of 3 (three) names for obtaining the consent of the
Authority. The Contractor shall also obtain the consent of the Authority for additional
two key personnel of the Safety Consultant who shall have at least 5 years
experience in ensuring safety at work site. The Authority shall, within 15 (fifteen)
days of receiving a proposal from the Contractor hereunder, convey its decision, with
reasons, to the Contractor, and if no such decision is conveyed within the said period,
the Contractor may proceed with engaging of the Safety Consultant. The Safety
Consultant shall:

(a) evolve a system approach for undertaking a safety audit of the Railway
Project during construction phase ; and

(b) proof check the detailed safety plan covering all aspects of including safety of
Users, workers and equipment.

10.3 Construction of the Railway Project

10.3.1 The Contractor shall construct the Railway Project as specified in Schedule-B and
Schedule-C, and in conformity with the Specifications and Standards set forth in

39
Western Railway

Schedule-D. The Contractor shall be responsible for the correct positioning of all
parts of the Works, and shall rectify any error in the positions, levels, dimensions or
alignment of the Works. For works involving existing yards, the non-interlocking
programme for each yard shall be drawn by the Authority Engineer and provided to
the Contractor. The Contractor and the Authority Engineer, within a period of 30
days, will discuss the same and issue a jointly agreed NI programme. The execution
of work during the non-interlocking period will be the responsibility of the
Contractor. The work during non-interlocking period in yards will be executed
directly under the supervision of Railways, however, the timely completion of NI
working will be the responsibility of the Contractor. The [900th (nine hundredth) day]
from the Appointed Date shall be the scheduled completion date (the “Scheduled
Completion Date”) and the Contractor agrees and undertakes that the construction
shall be completed on or before the Scheduled Completion Date, including any
extension thereof, in which case the Scheduled Completion Date will be the extended
date as per the time extension granted.

10.3.2 The Contractor shall construct the Railway Project in accordance with the Project
Completion Schedule set forth in Schedule-I. In the event that the Contractor fails to
achieve any Project Milestone or the Scheduled Completion Date within a period of
30 (thirty) days from the date set forth in Schedule-I, unless such failure has occurred
due to Force Majeure or for reasons attributable to the Authority, it shall pay
Damages to the Authority in a sum calculated at the rate of 0.05% (zero point zero
five per cent) of the Contract Price for delay of each day reckoned from the date
specified in Schedule - I and until such Project Milestone is achieved or the Works
are completed; provided that if the period for any or all Project Milestones or the
Scheduled Completion Date is extended in accordance with the provisions of this
Agreement, the dates set forth in Schedule-I shall be deemed to be modified
accordingly and the provisions of this Agreement shall apply as if Schedule-I has
been amended as above; provided further that in the event the Works are completed
within or before the Scheduled Completion Date including any Time Extension, the
Damages paid under this Clause 10.3.2 shall be refunded by the Authority to the
Contractor, but without any interest thereon. For the avoidance of doubt, it is agreed
that recovery of Damages under this Clause 10.3.2 shall be without prejudice to the
rights of the Authority under this Agreement including the right of Termination
thereof. The Parties further agree that Time Extension hereunder shall only be
reckoned for and in respect of the affected Works as specified in Clause 10.4.2.

10.3.3 The Authority shall notify the Contractor of its decision to impose Damages in
pursuance of the provisions of this Clause 10.3. Provided, however, that no deduction
on account of Damages shall be effected by the Authority without taking into
consideration the representation, if any, made by the Contractor within 20 (twenty)
days of such notice. The Parties expressly agree that the total amount of Damages
under Clause 10.3.2 shall not exceed 10% (ten percent) of the Contract Price.

10.3.4 Certain works, which are executed in the vicinity of running track, may require prior
sanction of Commissioner of Railway Safety (CRS) before execution of such works
are taken up by the Contractor. Authority Engineer will advise such works to the
Contractor. The Contractor shall be responsible to prepare and submit applications to
Authority Engineer for obtaining sanction of CRS at least 60 (sixty) days in advance
of commencing a work that requires prior sanction of CRS.

40
Western Railway

10.4 Extension of time for completion

10.4.1 Without prejudice to any other provision of this Agreement for and in respect of
extension of time, the Contractor shall be entitled to extension of time in the Project
Completion Schedule (the “Time Extension”) to the extent that completion of any
Project Milestone is or will be delayed by any of the following, namely:
(a) delay in providing the Right of Way, [approval of GAD by road / canal
authorities,] environmental/ forest clearances, or [signalling interlocking plan]
and route control chart in accordance with the provisions of this Agreement;
(b) Change of Scope, unless an adjustment to the Scheduled Completion Date has
been agreed under Article 13;
(c) occurrence of a Force Majeure Event;
(d) any delay, impediment or prevention caused by or attributable to the
Authority, the Authority’s personnel or the Authority’s other contractors on
the Site; and
(e) any other cause or delay which entitles the Contractor to Time Extension in
accordance with the provisions of this Agreement.
10.4.2 The Contractor shall, no later than 30 (thirty) business days from the occurrence of an
event or circumstance specified in Clause 10.4.1, inform the Authority Engineer by
notice in writing, with a copy to the Authority, stating in reasonable detail with
supporting particulars, the event or circumstances giving rise to the claim for Time
Extension in accordance with the provisions of this Agreement. Provided that the
period of 15 (fifteen) business days shall be calculated from the date on which the
Contractor became aware, or should have become aware, of the occurrence of such
an event or circumstance.

Provided further that notwithstanding anything to the contrary contained in this


Agreement, Time Extension shall be due and applicable only for the Works which are
affected by the aforesaid events or circumstances and shall not in any manner affect
the Project Completion Schedule for and in respect of the Works which are not
affected thereby.

10.4.3 In the event of the failure of the Contractor to issue to the Authority Engineer a notice
in accordance with the provisions of Clause 10.4.2 within the time specified therein,
the Contractor shall not be entitled to any Time Extension and shall forfeit its right
for any such claims in future. For the avoidance of doubt, in the event of failure of
the Contractor to issue notice as specified in this Clause 10.4.3, the Authority shall be
discharged from all liability in connection with the claim.

10.4.4 The Authority Engineer shall, on receipt of a claim in accordance with the provisions
of Clause 10.4.2, examine the claim expeditiously within the time frame specified
herein. In the event the Authority Engineer requires any clarifications to examine the
claim, the Authority Engineer shall seek the same within 15 (fifteen) days from the
date of receiving the claim. The Contractor shall, on the receipt of the communication
of the Authority Engineer requesting for clarification, furnish the same to the
Authority Engineer within 10 (ten) days thereof. The Authority Engineer shall, within
a period of 30 (thirty) days from the date of receipt of such clarifications, forward in
writing to the Contractor its determination of Time Extension. For the avoidance of

41
Western Railway

doubt, the Parties agree that the Authority Engineer shall, in accordance with the
provisions of this Agreement, notify the Contractor of the aforesaid Time Extension
no later than 30 (thirty) days from the date of receipt of the Contractor’s claim for
Time Extension or the date of receipt of the clarification from the Contractor, as the
case may be.

Provided that when determining each extension of time under this Clause 10.4, the
Authority Engineer shall review previous determinations and may increase, but shall
not decrease, the total Time Extension.

10.4.5 If the event or circumstance giving rise to the notice has a continuing effect:

(a) the detailed claim shall be considered as interim;

(b) the Contractor shall, no later than 10 (ten) days after the close of each month,
send further interim claims specifying the accumulated delay, the extension of
time claimed, and such further particulars as the Authority Engineer may
reasonably require; and

(c) the Contractor shall send a final claim within 30 (thirty) days after the effect
of the event or the circumstance ceases.

Upon receipt of the claim hereunder, the Authority Engineer shall examine and
determine the same in accordance with the provisions of Clause 10.4.4 within a
period of 30 (thirty) days of the receipt thereof.

10.5 Incomplete Works


In the event the Contractor fails to complete the Works in accordance with the Project
Completion Schedule, including any Time Extension granted under this Agreement,
the Contractor shall endeavour to complete the balance work expeditiously and shall
pay Damages to the Authority in accordance with the provisions of Clause 10.3.2 for
delay of each day until the Works are completed in accordance with the provisions of
this Agreement. Recovery of Damages under this Clause shall be without prejudice to
the rights of the Authority under this Agreement including the right to termination
under Clause 21.1.
10.6 Equipment specific Maintenance Manual
No later than 90 (ninety) days prior to the Project Completion Date, the Contractor
shall, in consultation with the Authority Engineer, evolve an equipment specific
maintenance manual for equipment based on a new technology not currently in use in
the Railways (the “Maintenance Manual”) for the regular operation and
maintenance of such equipment in conformity with safety requirements, Good
Industry Practice and manufacturer’s manuals and instructions and shall provide 10
(ten) hard copies and 2 (two) compact discs thereof to the Authority Engineer.

42
Western Railway

ARTICLE 11
QUALITY ASSURANCE, MONITORING AND SUPERVISION

11.1 Quality of Materials and workmanship

11.1.1 The Contractor shall ensure that the Construction, Materials and workmanship are in
accordance with the requirements specified in this Agreement, Specifications and
Standards and Good Industry Practice.

11.1.2 The Contractor warrants that all Materials shall be new, unused, not reconditioned and
in conformity with Specification and Standards, Applicable Laws and Good Industry
Practice, and that the Contractor shall not use any materials which are generally
recognised as being deleterious under Good Industry Practice.

11.2 Quality control system

11.2.1 The Contractor shall establish a Quality ControlMechanism, Quality Assurance Plan
(the “Quality Assurance Plan”or“QAP”), Material Testing Plan (the “Material
Testing Plan”or“MTP”) and Method Statements for execution of works (the
“Method Statements ”or“MS”) in consultation of Authority Engineer.

11.2.2 The Contractor shall, within 30 (thirty) days of the Appointed Date, submit to the
Authority Engineer its Quality Control Mechanism, QAP, MTP and MS which shall
include the following:

(a) organisation, duties and responsibilities, procedures, inspections and


documentation;

(b) quality control mechanism including sampling and testing of Materials, tests
required during the execution of works and frequencies by Contractor and
Authority Engineer, standards, acceptance criteria, testing facilities, reporting,
recording and interpretation of test results, approvals, check list for site
activities, and proforma for testing and calibration in accordance with the
Specifications and Standards and Good Industry Practice; and

(c) internal quality audit system. The Contractor shall carry out internal audits of
the Quality management System regulary, and at least once every 6 months.
The Contractor shall submit to the Engineer a report listing the results of each
internal audit within 7 days of completion. Each report shall include, where
appropriate, the proposed measures to improve and/or rectify the Quality
Management System and/or its implementation.

The Authority Engineer shall convey its comments to the Contractor within a period
of 21 (twenty-one) days of receipt of the QAP stating the modifications, if any,
required, and the Contractor shall incorporate those in the QAP to the extent required
for conforming with the provisions of this Clause 11.2.

43
Western Railway

11.2.3 The Contractor shall procure all documents, apparatus and instruments, fuel,
consumables, water, electricity, labour, Materials, samples, and qualified personnel
as are necessary for examining and testing the Project Assets, Materials and
workmanship in accordance with the Quality Assurance Plan.

11.2.4 The cost of testing of Construction, Materials and workmanship under this Article 11
shall be borne by the Contractor.

11.3 Methodology

The Contractor shall, at least 15 (fifteen) days prior to the commencement of any
construction activity, submit to the Authority Engineer for review the Method
Statement proposed to be adopted for executing the Work, giving details of
inspection checklist, quality parameters, equipment to be deployed, traffic
management and measures for ensuring safety. The Authority Engineer shall
complete the review and convey its comments, if any, to the Contractor within a
period of 10 (ten) days from the date of receipt of the proposed method statement
from the Contractor. The Contractor shall revise the method statements by
incorporating these comments or else will advise the Authority Engineer reasons for
not/partially including the same.

11.4 Inspection and technical audit by the Authority

The Authority or any representative authorised by the Authority in this behalf may
inspect and review the progress and quality of the construction of Works and issue
appropriate directions to the Authority Engineer and the Contractor for taking
remedial action in the event the Works are not in accordance with the provisions of
this Agreement.

11.5 External technical audit

At any time during construction, the Authority may appoint an external technical
auditor to conduct an audit of the quality of the Works. The findings of the audit, to
the extent accepted by the Authority, shall be notified to the Contractor and the
Authority Engineer for taking remedial action in accordance with this Agreement.
The Contractor shall provide all assistance as may be required by the auditor in the
conduct of its audit hereunder. Notwithstanding anything contained in this Clause
11.5, the external technical audit shall not affect any obligations of the Contractor or
the Authority Engineer under this Agreement.

11.6 Inspection of construction records

The Authority shall have the right to inspect the records of the Contractor relating to
the Works.

11.7 Monthly progress reports

During the Construction Period, the Contractor shall, no later than 10 (ten) days after
the close of each month, furnish to the Authority and the Authority Engineer a
monthly report on the progress of Works and shall promptly give such other relevant

44
Western Railway

information as may be required by the Authority Engineer along with all resources
deployed and all problems faced during work.

11.8 Inspection

11.8.1 The Authority Engineer and its authorised representative shall at all times:

(a) have full access to all parts of the Site and to all places from which natural
Materials are being obtained for use in the Works; and

(b) during production, manufacture and construction at the Site and at the place
of production, be entitled to examine, inspect, measure and test the Materials
and workmanship, and to check the progress of manufacture of Materials.

11.8.2 The Contractor shall give the Authority Engineer and its authorised agents access,
facilities and safety equipment for carrying out their obligations under this
Agreement.

11.8.3 The Authority Engineer shall submit a monthly inspection report (the “Inspection
Report”) to the Authority and the Contractor bringing out the results of inspections
and the remedial action taken by the Contractor in respect of Defects or deficiencies.
For the avoidance of doubt, such inspection or submission of Inspection Report by
the Authority Engineer shall not relieve or absolve the Contractor of its obligations
and liabilities under this Agreement in any manner whatsoever.

11.9 Samples

The Contractor shall submit the following samples of Materials and relevant
information to the Authority Engineer for review:

(a) manufacturer’s test reports and standard samples of manufactured Materials;


and

(b) samples of such other Materials as the Authority Engineer may require.

11.10 Tests

11.10.1For determining that the Works conform to the Specifications and Standards, the
Authority Engineer shall require the Contractor to carry out or cause to be carried out
tests, at such time and frequency and in such manner as specified in this Agreement,
and in accordance with Good Industry Practice for quality assurance. The Contractor
shall submit the schedule for performing such tests to the Authority Engineer well in
adavance and not less than 7 days prior to conducting such tests. The Contractor
shall, with due diligence, carry out all the tests in accordance with the Agreement and
furnish the results thereof to the Authority Engineer. Of the total tests for each
category or type to be undertaken by the Contractor under the provisions of this
Agreement and Good Industry Practice, the Authority Engineer or his authorised
representative may witness or participate in such tests conducted or cause to be
conducted by the Contractor. Documentation of test records to be maintained by
Contractor and Authority Engineer or his authorised representative shall scrutinize
100% Testing records of all tests conducted as per existing guidelines of Indian

45
Western Railway

Railways and Indian Road Congress. A copy of suc tests records shall be provided to
the Authority Engineer.

11.10.2In the event that results of any tests conducted under this Clause 11.10 establish any
Defects or deficiencies in the Works, the Contractor shall carry out remedial
measures and furnish a report to the Authority Engineer in this behalf. The Authority
Engineer shall require the Contractor to carry out or cause to be carried out tests to
determine that such remedial measures have brought the Works into compliance with
the Specifications and Standards, and the procedure shall be repeated until such
Works conform to the Specifications and Standards. For the avoidance of doubt, the
cost of such tests and the remedial measures in pursuance thereof shall be solely
borne by the Contractor.

11.11 Examination of work before covering up

In respect of the work which the Authority Engineer is entitled to examine, inspect,
measure or test before it is covered up or put out of view or any part of the work is
placed thereon, the Contractor shall give notice to the Authority Engineer whenever
any such work is ready and before it is covered up. The Authority Engineer shall then
either carry out the examination, inspection or testing without unreasonable delay, or
promptly give notice to the Contractor that the Authority Engineer does not require to
do so. Provided, however, that if any work is of a continuous nature where it is not
possible or prudent to keep it uncovered or incomplete, the Contractor shall notify the
schedule of carrying out such work to give sufficient opportunity, not being less than
3 (three) business days’ notice, to the Authority Engineer to conduct its inspection,
measurement or test while the work is continuing. Provided further that in the event
the Contractor receives no response from the Authority Engineer within a period of 3
(three) business days from the date on which the Contractor’s notice hereunder is
delivered to the Authority Engineer, the Contractor shall be entitled to assume that
the Authority Engineer would not undertake the said inspection.

11.12 Rejection

11.12.1 If, as a result of an examination, inspection, measurement or testing, any Plant,


Material, design or workmanship is found to be defective or otherwise not in
accordance with the provisions of this Agreement, the Authority Engineer may reject
such Plant, Material, design or workmanship by giving notice to the Contractor, with
reasons. The Contractor shall then promptly make good the Defect and ensure that
the rejected item complies with the requirements of this Agreement.

11.12.2If the Authority Engineer requires the Plant, Material, design or workmanship to be
retested, the tests shall be repeated on the same terms and conditions, as applicable in
each case. If the rejection and retesting cause the Authority to incur any additional
costs, such costs shall be recoverable by the Authority from the Contractor and may
be deducted by the Authority from any monies due to be paid to the Contractor.

11.12.3 The Contractor shall not be entitled to any extension of time on account of rectifying
any Defect or retesting as specified in this Clause 11.12.

11.12.4 No examination, inspection, measurement or testing of any Plant, Material, design or


workmanship by the Authority Engineer or its failure to convey its observations or to

46
Western Railway

examine, inspect, measure or test shall relieve the Contractorof its obligations and
liabilities under this Agreement in any manner nor shall the Authority be liable for
the same in any manner.

11.13 Remedial work

11.13.1 Notwithstanding any previous test or certification, the Authority Engineer may
instruct the Contractor to:

(a) remove from the Site and replace any Plant or Materials which are not in
accordance with the provisions of this Agreement;

(b) remove and re-execute any work which is not in accordance with the
provisions of this Agreement and the Specification and Standards; and

(c) execute any work which is urgently required for the safety of the Railway
Project, whether because of an accident, unforeseeable event or otherwise;
provided that in case of any work which is required on account of a Force
Majeure Event, the provisions of Clause 19.6 shall apply.

11.13.2 If the Contractor fails to comply with the instructions issued by the Authority
Engineer under Clause 11.13.1, within the time specified in the Authority Engineer’s
notice or as mutually agreed, the Authority Engineer may advise the Authority to
have the work executed by another agency. The cost so incurred by the Authority for
undertaking such work shall, without prejudice to the rights of the Authority to
recover Damages in accordance with the provisions of this Agreement, be
recoverable from the Contractor and may be deducted by the Authority from any
monies due to be paid to the Contractor.

11.14 Delays during construction

Without prejudice to the provisions of Clause 10.3.2, in the event the Contractor does
not achieve any of the Project Milestones within the time period stipulated in
Schedule - I or the Authority Engineer shall have reasonably determined that the rate
of progress of Works is such that Completion of the Railway Project is not likely to
be achieved by the end of the Scheduled Completion Date, it may notify the same to
the Contractor, and the Contractor shall, within 15 (fifteen) days of such notice, by a
communication inform the Authority Engineer in reasonable detail about the steps it
proposes to take to expedite progress and the period within which it shall achieve the
Project Completion Date.

11.15 Quality control records and Documents

The Contractor shall hand over to the Authority Engineer a copy of all its quality
control records and documents before the Completion Certificate is issued pursuant
to Clause 12.2.

11.16 Video recording

During the Construction Period, the Contractor shall provide to the Authority for
every calendar quarter, a video recording, which will be compiled into a 3 (three)
hour digital video disc or any substitute thereof, covering the status and progress of

47
Western Railway

Works in that quarter. The video recording shall be provided to the Authority no later
than 15 (fifteen) days after the close of each quarter after the Appointed Date.

11.17 Suspension of unsafe Construction Works

11.17.1 Upon recommendation of the Authority Engineer to this effect, or on its own volition
in cases of emergency or urgency, the Authority may by notice require the Contractor
to suspend forthwith the whole or any part of the Works if, in the reasonable opinion
of the Authority Engineer or the Authority, as the case may be, such work threatens
the safety of the Users and or other persons on or about the Railway Project.

11.17.2 The Contractor shall, pursuant to the notice under Clause 11.17.1, suspend the
Works or any part thereof for such time and in such manner as may be specified by
the Authority and thereupon carry out remedial measures to secure the safety of
suspended works, the Users, other persons and vehicles on or about the Railway
Project including pedestrians. The Contractor may by notice require the Authority
Engineer to inspect such remedial measures forthwith and make a report to the
Authority recommending whether or not the suspension hereunder may be revoked.
Upon receiving the recommendations of the Authority Engineer, the Authority shall
either revoke such suspension or instruct the Contractor to carry out such other and
further remedial measures as may be necessary in the reasonable opinion of the
Authority, and the procedure set forth in this Clause 11.17 shall be repeated until the
suspension hereunder is revoked.

11.17.3 Subject to the provisions of Clause 19.6, all reasonable costs incurred for
maintaining and protecting the Works or part thereof during the period of suspension
(the “Preservation Costs”), shall be borne by the Contractor; provided that if the
suspension has occurred as a result of any breach of this Agreement by the Authority,
the Preservation Costs shall be borne by the Authority.

11.17.4 If suspension of Works is for reasons not attributable to the Contractor, the Authority
Engineer shall determine any Time Extension to which the Contractor is reasonably
entitled.

48
Western Railway

ARTICLE 12
COMPLETION CERTIFICATE

12.1 Tests on completion

12.1.1 No later than 30 (thirty) days prior to the likely completion of the Railway Project or
a part thereof, the Contractor shall prepare and submit to the Authority Engineer the
documents required for seeking approval of the Commissioner of Railway Safety in
accordance with the provisions of the Railways Opening for Public Carriage of
Passenger Rules, the Indian Railway Permanent Way Manual, the Indian Railways
Manual of A.C. Traction, Indian Railways Signal Engineering Manual, Indian
Railways Telecom Manual as the case may be, and notify the Authority Engineer of
its intent to subject the Railway Project to Tests. After ensuring and procuring that
the documents required to be submitted to the Commissioner for Railway Safety meet
the requirements of Applicable Laws, the Authority Engineer shall, in consultation
with the Contractor, determine the date and time of each of the Tests, and inform the
Authority who may designate its representative to witness the Tests. The Contractor
shall provide such assistance as the Authority Engineer may reasonably require for
conducting the Tests. For avoidance of doubts, the parties agree that in the event of
the Contractor and the Authority Engineer failing to mutually agree on the dates for
conducting the Tests, the Contractor shall fix the dates by giving not less than 10
(ten) days’ notice to the Authority Engineer.Authority will carry out tests on
completion within 30 days of receiving request from contractor. And if Authority
Engineer fails to carry out test within 30 days, the Authority will pay damage to
Contractor @ 0.02% of the payment pending for want of test per day.

12.1.2 All Tests shall be conducted in accordance with Schedule-J at the cost and expense of
the Contractor; provided,however, that the trial running on railway track shall be
undertaken at the cost and expense of the Authority. The Authority Engineer shall
observe, monitor and review the results of the Tests to determine compliance of the
Railway Project with Specifications and Standards and if it is reasonably anticipated
or determined by the Authority Engineer during the course of any Test that the
performance of the Railway Project or Section or any part thereof, does not meet the
Specifications and Standards, it shall have the right to suspend or delay such Test and
require the Contractor to remedy and rectify any Defect or deficiency. Upon
completion of each Test, the Authority Engineer shall provide to the Contractor and
the Authority copies of all Test data including detailed Test results. For the avoidance
of doubt, the Parties expressly agree that the Authority Engineer may require the
Contractor to carry out or cause to be carried out additional Tests, in accordance with
Good Industry Practice, for determining the compliance of the Railway Project
thereof with the Specifications and Standards.

12.2 Provisional Certificate

12.2.1 Upon completion of Tests, the Authority Engineer shall satisfy itself that the Tests
have been successful and the Railway Project is fit for opening to traffic. A list of
outstanding items signed jointly by the Authority Engineer and the Contractor
(called the “Punch List”) shall be prepared in two parts. The part -1 showing the
critical/safety items and the part-2 showing non-critical/non-safety items. The
Authority Engineer may issue a Provisional Certificate to the Contractor and the

49
Western Railway

Authority in the form set forth in Schedule-K (the “Provisional Certificate”),


provided the items figuring in the Punch List of critical/safety items (part-1) have
been fully completed/attended to. The items figuring in the Punch List (part-2) of
non-critical/non-safety should be completed by contractor in a time frame as
stipulated in Clause 12.3.

12.2.2 Upon issuance of the “Provisional Certificate”, the Authority Engineer shall forward
to the Authority (i) copies of all Test data including Test results, and (ii) the
documents submitted by the Contractor for seeking approval of the Commissioner of
Railway Safety in accordance with the provisions of the Railways Opening for Public
Carriage of Passenger Rules, the Indian Railway Permanent Way Manual/ or the
Indian Railways Manual of A.C. Traction, Indian Railways Signal Engineering
Manual, Indian Railways Telecom Manual as the case may be, for obtaining
authorisation from the Commissioner for Railway Safety.

12.2.3 The Contractor shall assist the Authority during inspection and tests to be conducted
by the Commissioner of Railway Safety for determining compliance of the Railway
Project with Applicable Laws and the provisions of this Agreement.

12.2.4 The Defects Liability Period for the Railway Project shall commence from the date of
issue of the Provisional Certificates.

12.2.5 The Parties hereto expressly agree that the Authority Engineer may also issue a
“part Provisional Certificate” for part of the Railway Project ready for
commissioning/opening subject to the provisions of Clauses 12.1 and 12.2
applying mutatis mutandis. The issuance of the part-provisional certificate will
however not absolve the contractor in any manner of its obligations to complete the
remaining part of Railway Project.

12.2.6 The risk of loss or damage to any Materials, Plant or Works in the Railway Project or
part thereof, as the case may be, and the care and custody thereof shall pass from the
Contractor to the Authority upon issuance of Provisional Certificate for the Railway
Project or part thereof.

12.3 Completion of Part-2 Punch List items

All items figuring in the part-2 of Punch List shall be completed by the Contractor
within 90 (ninety) days of the date of issuance of the Provisional Certificate for
that part and for any delay thereafter, other than for reasons solely attributable to
the Authority or due to Force Majeure, the Authority shall be entitled to recover
Damages from the Contractor to be calculated and paid for each day of delay until
all items are completed, at the rate of 0.2% (zero point two per cent) of the cost of
completing such items as estimated by the Authority Engineer. Subject to payment
of such Damages, the Contractor shall be entitled to a further period not exceeding
120 (one hundred and twenty) days for completion of the part-2 Punch List items.
For the avoidance of doubt, it is agreed that if completion of any item in the part-2
of Punch List is delayed for reasons attributable to the Authority or due to Force
Majeure, the completion date thereof shall be determined by the Authority
Engineer in accordance with Good Industry Practice, and such completion date
shall be deemed to be the date of issue of the Provisional Certificate for the
purposes of Damages, if any, payable for such item under this Clause 12.3.

50
Western Railway

12.4 Completion Certificate

12.4.1 Upon completion of all items in the Punch List (part-1 as well as part-2) and
issuance of authorisation by the Commissioner of Railway Safety and compliance
of all CRS observations pertaining to Contractor if any, the Authority Engineer
shall issue forthwith to the Contractor and the Authority; a completion certificate
substantially in the form set forth in Schedule-K (the “Completion Certificate”)
separately in respect of each Provisional Certificate issued. For Avoidance of
doubt, Completion Certificate may also be issued for part-commissioing of Project.

12.4.2 Upon receiving the Completion Certificate, the Contractor shall remove its
equipment, materials, debris and temporary works from the Site, which are not
required any more for the Project, within a period of 15 (fifteen) days thereof, failing
which the Authority may remove or cause to be removed, such equipment, materials,
debris and temporary works and recover from the Contractor an amount equal to
120% (one hundred and twenty per cent) of the actual cost of removal incurred by the
Authority.

12.5 Rescheduling of Tests

If the Authority Engineer certifies to the Authority and the Contractor that it is unable
to issue the Completion Certificate or Provisional Certificate, as the case may be,
because of events or circumstances on account of which the Tests could not be held
or had to be suspended, the Contractor shall be entitled to re-schedule the Tests and
hold the same as soon as reasonably practicable.

12.6 Delayed authorisation

In the event of delay in issuance of authorisation by the Commissioner of Railway


Safety beyond a period of 60 (sixty) days from the date of completioion of all
safety/critical items of punch list, the Contractor shall be entitled to interest for the
period of delay at a rate equal to 3% (three percent) above the Bank Rate on the
payment due for integrated testing and commissioning as specified in Schedule-G.

51
Western Railway

ARTICLE 13
CHANGE OF SCOPE

13.1 Change of Scope

13.1.1 The Authority may, notwithstanding anything to the contrary contained in this
Agreement, require the Contractor to make modifications or alterations to the Works
(“Change of Scope”) before the issue of the Completion Certificate either by giving
an instruction or by requesting the Contractor to submit a proposal for Change of
Scope involving additional cost or reduction in cost. Any such Change of Scope shall
be made and valued in accordance with the provisions of this Article 13.

13.1.2 Change of Scope shall mean:

(a) change in specifications of any item of Works;

(b) omission of any work from the Scope of the Project except under Clause
8.3.3; provided that, subject to Clause 13.5, the Authority shall not omit any
work under this Clause in order to get it executed by any other entity; or

(c) any additional work, Plant, Materials or services which are not included in the
Scope of the Project, including any associated Tests on completion of
construction.

(d) Variation in the quantities of certain items (positive or negative) necessitated


due to any change(s) in the L-Section/Alignment/ESPs of the Project with
respect to those attached with this document

13.1.3 If the Contractor determines at any time that a Change of Scope will, if adopted,
(i) accelerate completion, (ii) reduce the cost to the Authority of executing,
maintaining or operating the Railway Project, (iii) improve the efficiency or value to
the Authority of the completed Railway Project, or (iv) otherwise be of benefit to the
Authority, it shall prepare a proposal with relevant details at its own cost. The
Contractor shall submit such proposal, supported with the relevant details including
the amount of reduction in the Contract Price, if any, to the Authority to consider
such Change of Scope. The Authority shall, within 15 (fifteen) days of receipt of such
proposal, either accept such Change of Scope with modifications, if any, and initiate
proceedings therefor in accordance with this Article 13 or reject the proposal and
inform the Contractor of its decision. For the avoidance of doubt, the Parties agree
that the Contractor shall not undertake any Change of Scope without a Change of
Scope Order being issued by the Authority, save and except any Works necessary for
meeting any Emergency.

13.2 Procedure for Change of Scope

13.2.1 In the event of the Authority determining that a Change of Scope is necessary, it may
direct the Authority Engineer to issue to the Contractor a notice specifying in
reasonable detail the works and services contemplated thereunder (the “Change of
Scope Notice”).

52
Western Railway

13.2.2 Upon receipt of a Change of Scope Notice from Authority Engineer, the Contractor
shall, with due diligence, provide to the Authority Engineer such information as is
necessary, together with preliminary documentation in support of:

(a) the impact of the Change of Scope on the Project Completion Schedule, if the
works or services are required to be carried out during the Construction
Period; and

(b) the options for implementing the proposed Change of Scope and the effect, if
any, each such option would have on the costs and time thereof; including the
following details:

(i) breakup of the quantities, unit rates and cost for different items of
work;

(ii) proposed design for the Change of Scope; and

(iii) proposed modifications, if any, to the Project Completion Schedule of


the Railway Project.

For the avoidance of doubt, the Parties expressly agree that, subject to the provisions
of Clause 13.4.2, the Contract Price shall be increased or decreased, as the case may
be, on account of Change of Scope.

13.2.3 The Contractor’s quotation of rates/costs for the Change of Scope shall be determined
on the following principles:

(A) The rate for various items to be executed through change of scope order shall be
estimated on the basis of analysis of rates (AOR) of [Zonal Railway, CORE, which
ever is applicable] for item other than building works and as per CPWD’s AOR for
building works and by applying the prevailing market rates of various input
construction materials, labour, machinery and T & P.

(B) In case AOR of any items is not available in [Zonal Railway’s or CORE’s AOR]
then such rates shall be determined as per prevailing market rates in accordance with
Good Industry Practice by the Authority Engineer.

13.2.4 Upon reaching an agreement, the Authority shall issue an order (the “Change of
Scope Order”) requiring the Contractor to proceed with the performance thereof. In
the event that the Parties are unable to agree, the Authority may:

(a) issue a Change of Scope Order requiring the Contractor to proceed with the
performance thereof at the rates and conditions approved by the Authority till
the matter is resolved in accordance with Article 24; or

(b) proceed in accordance with Clause 13.5.

53
Western Railway

13.2.5 The provisions of this Agreement, insofar as they relate to Works and Tests, shall
apply mutatis mutandis to the works undertaken by the Contractor under this Article
13.

13.3 Payment for Change of Scope

Payment for Change of Scope shall be made in accordance with the payment
schedule specified in the Change of Scope Order.

13.4 Restrictions on Change of Scope

13.4.1 No Change of Scope shall be executed unless the Authority has issued the Change of
Scope Order save and except any Works necessary for meeting any Emergency.

13.4.2 Unless the Parties mutually agree to the contrary, the total value of all Change of
Scope Orders shall not exceed 25% (twenty five per cent) of the Contract Price.

13.4.3 Notwithstanding anything to the contrary in this Article 13, no change arising from
any default of the Contractor in the performance of its obligations under this
Agreement shall be deemed to be Change of Scope, and shall not result in any
adjustment of the Contract Price or the Project Completion Schedule.

13.5 Power of the Authority to undertake works

13.5.1 In the event the Parties are unable to agree to the proposed Change of Scope Orders
in accordance with Clause 13.2, the Authority may, after giving notice to the
Contractor and considering its reply thereto, award such works or services to any
person on the basis of open competitive bidding from amongst bidders who are pre-
qualified for undertaking the additional work; provided that the Contractor shall have
the option of matching the first ranked bid in terms of the selection criteria, subject to
payment of 2% (two per cent) of the bid amount to the Authority$, and thereupon
securing the award of such works or services. For the avoidance of doubt, it is agreed
that the Contractor shall be entitled to exercise such option only if it has participated
in the bidding process and its bid does not exceed the first ranked bid by more than
10% (ten percent) thereof. It is also agreed that the Contractor shall provide
assistance and cooperation to the person who undertakes the works or services
hereunder, but shall not be responsible for rectification of any Defects and/or
maintenance of works carried out by other agencies.

13.5.2 The works undertaken in accordance with this Clause 13.5 shall conform to the
Specifications and Standards and shall be carried out in a manner that it should not
cause any disruption to the Project and also minimise adverse effect to main
contractor. The provisions of this Agreement, insofar as they relate to Works and
Tests, shall apply mutatis mutandis to the works carried out under this Clause 13.5.

$
The Authority shall transfer 75% (seventy five percent) of the amount so received to the first ranked bidder
whose bid shall have been matched by the Contractor.

54
Western Railway

ARTICLE 14
TRAFFIC REGULATION

14.1 Traffic regulation by the Contractor

14.1.1 The Contractor shall take all the required measures and make arrangements for the
safety of any persons and vehicles on or about the Site during the construction of the
Railway Project or a Section thereof in accordance with Good Industry Practice, and
Applicable Laws. It shall provide, erect and maintain all such barricades, signs,
markings, flags, and lights as may be required by Good Industry Practice for the
safety of the traffic using any public roads or access along or across the Section under
construction.

14.1.2 All works shall be carried out in a manner creating least interference to traffic passing
along or across the Railway Project or a Section thereof. The Contractor shall ensure
that proper passage is provided for the traffic. Where it is not possible or safe to
allow traffic on the existing road or passage, a temporary diversion of proper
specifications shall be constructed by the Contractor at its own cost. The Contractor
shall take prior approval of the Authority Engineer for any proposed arrangement for
traffic regulation during Construction, which approval shall not be unreasonably
withheld.

14.1.3 In the event any construction work is required to be executed in close proximity of an
existing operating system of Railways, the Contractor shall make arrangements for
the safety of such system in accordance with the provisions of the ‘Compendium of
Instructions on Safety at work Sites’ issued by the Authority and Good Industry
Practice.

55
Western Railway

ARTICLE 15
DEFECTS LIABILITY

15.1 Defects Liability Period

15.1.1 The Contractor shall be responsible for all the Defects and deficiencies, except usual
wear and tear in the Railway Project or any part thereof, till the expiry of a period of
2 (two) years commencing from the date of Provisional Certificate or expiry of a
period 18 (eighteen) months from the date of Completion Certificate, whichever is
later(the “Defects Liability Period”).

[15.1.2 Without prejudice to the provisions of Clause 15.1.1, the Defects Liability Period for
and in respect of any Structure or Important Bridge specified in Schedule B, or
interlocking and telecom switching equipment comprising a new technology shall be
deemed to be extended by a further period of 2 (two) year after the expiry of the
Defects Liability Period specified in Clause 15.1.1.]Defect Liability Period shall also
cover the extensions covered under clause 15.6]

[15.1.3 Without prejudice to the provisions of Clause 15.1.1, the Contractor shall be
responsible for making arrangement for signing of agreement for AMC of SCADA as
per clause 3.9 of Annexure - I (Schedule-B) between OEM/Approved SCADA
vendor and concerned Railway/Division 6 months prior to defects liability period as
defined in 15.1.1. In the event that the Contractor fails to make above Arrangement,
the Authority shall be entitled to remedy the defects and deficiency of the Contractor
in Accordance with the clause 15.4 or may extend the Defects Liability Period in
accordance with clause 15.6.1].

[15.1.4 Without prejudice to the provisions of Clause 15.1.1, the Contractor shall be
responsible for making arrangement for signing of agreement for AMC of EI system
/Axle Counters/ Automatic Train protection system between OEM/Approved vendor
and concerned Railway/Division 6 months prior to defects liability period as defined
in 15.1.1. for duaration of Defect liability period including extended defect liability
period. In the event that the Contractor fails to make above Arrangement, the
Authority shall be entitled to remedy the defects and deficiency of the Contractor in
Accordance with the clause 15.4 or may extend the Defects Liability Period in
accordance with clause 15.6.1].

15.2 Remedy and rectification of Defects and deficiencies

15.2.1 Without prejudice to the provisions of Clause 15.2.2, the Contractor shall repair or
rectify all Defects and deficiencies observed by the Authority Engineer during the
Defects Liability Period within a period of 15 (fifteen) days from the date of notice
issued by the Authority Engineer, or within such reasonable period as may be
determined by the Authority Engineer at the request of the Contractor, in accordance
with Good Industry Practice. For the purpose of this clause, the time period of 15
days shall be applicable only to those Defects and Deficencies which are not
affecting train operations of safety. For any defect noticed affecting train operation of
train safety, the Contrator shall arrange to rectify it within such reasonable period as
may be determined by the Authority Engineer. If the Contrator is not able to rectify

56
Western Railway

any fault as decided by the Authority Engineer, the Authority will be at full liberty to
make its own efforts to get such defects rectified at Contractor’s cost.

15.2.2 During a period of 2 (two) months from the date of issuance of Completion
Certificate, the Contractor shall retain sufficient staff and spares at Project for
procuring prompt replacement, installation or re-installation of any defective parts of
(a) the SCADA system; (b) traction sub-stations and switching posts and (c) EI
system /Axle Counters/ Automatic Train protection system. The spares for the
purpose of this clause, shall be separate from any spares supplied within the scope of
the Project.

15.3 Cost of remedying Defects

For the avoidance of doubt, any repair or rectification undertaken in accordance with
the provisions of Clause 15.2, including any additional tests, shall be carried out by
the Contractor at its own risk and cost, to the extent that such rectification or repair is
attributable to:

(a) the design of the Project;

(b) Works, Plant, Materials or workmanship not being in accordance with this
Agreement and the Specifications and Standards;

(c) improper maintenance during construction of the Railway Project by the


Contractor; or

(d) failure by the Contractor to comply with any other obligation under this
Agreement.

15.4 Contractor’s failure to rectify Defects

In the event that the Contractor fails to repair or rectify such Defect or deficiency
within the period specified in Clause 15.2, the Authority shall be entitled to get the
same repaired, rectified or remedied at the Contractor’s cost so as to make the
Railway Project conform to the Specifications and Standards and the provisions of
this Agreement. All costs consequent thereon shall, after due consultation with the
Authority and the Contractor, be determined by the Authority Engineer. The cost so
determined, and an amount equal to 20% (twenty percent) of such cost as Damages,
shall be recoverable by the Authority from the Contractor and may be deducted by
the Authority from any monies due to the Contractor.

15.5 Contractor to search cause

15.5.1 The Authority Engineer may instruct the Contractor to examine the cause of any
Defect in the Works or part thereof before the expiry of the Defects Liability Period.

15.5.2 In the event any Defect identified under Clause 15.5.1 is attributable to the
Contractor, the Contractor shall rectify such Defect within the period specified by the
Authority Engineer, and shall bear the cost of the examination and rectification of
such Defect.

57
Western Railway

15.5.3 In the event such Defect is not attributable to the Contractor, the Authority Engineer
shall, after due consultation with the Authority and the Contractor, determine the
costs incurred by the Contractor on such examination and notify the same to the
Contractor, with a copy to the Authority, and the Contractor shall be entitled to
payment of such costs by the Authority.

15.6. Extension of Defects Liability Period

15.6.1 The Defects Liability Period shall be deemed to be extended till the identified
Defects under Clause 15.2 have been remedied.

15.6.2 Any Materials or Works with Defects identified under Clause 15.2 and replaced or
repaired during the Defects Liability Period or the extended Defects Liability Period,
as the case may be, would be further warranted for a period of twelve (12) months
from the date of completion of such repair or replacement.

15.6.3 The Contractor shall upon termination or expiry of this Agreement or upon expiry of
the Defects Liability Period, assign any outstanding benefit in respect of any
subcontract or any warranty, to the Authority or to such other person as the Authority
may direct.

58
Western Railway

ARTICLE 16
AUTHORITY ENGINEER

16.1 Appointment of the Authority Engineer

16.1.1 The Authority shall appoint a railway engineer / Project Management Consultancy
(PMC), to be the engineer under this Agreement (the “Authority Engineer”).

16.1.2 The appointment of the Authority Engineer shall be made no later than 30 (Thirty)
days from the date of this Agreement. The Authority shall notify the appointment or
replacement of the Authority Engineer to the Contractor.

16.1.3 The staff of the Authority Engineer shall include suitably qualified engineers and
other professionals who are competent to assist the Authority Engineer to carry out
its duties.

16.2 Duties and functions of the Authority Engineer

16.2.1 The Authority Engineer shall perform its duties and discharge its functions in
accordance with the provisions of this Agreement, and substantially in accordance
with the duties and responsibilities set forth in Annex 1 of Schedule L, but subject to
obtaining prior written approval of the Authority before determining:

(a) any Time Extension;

(b) any additional cost to be paid by the Authority to the Contractor;

(c) the Termination Payment;

(d) providing Power Block or Traffic Block or necessary disconnections to the


Contractor;

(e) approval of signalling & interlocking plan and route control chart; and
alterations in ESP if essentially required;

(f) approval of disconnections for modification of signalling and telecom works,


or

(g) any other matter which is not specified in (a) to (f)above and which creates an
obligation or liability on either Party for a sum exceeding Rs.5,000,000
(Rupees fifty lakh).

16.2.2 No decision or communication of the Authority Engineer shall be effective or valid


unless it is accompanied by an attested true copy of the approval of the Authority for
and in respect of any matter specified in Clause 16.2.1.

16.2.3 The Authority Engineer shall submit regular periodic reports, at least once every
month, to the Authority in respect of its duties and functions assigned to him for the
project. Such reports shall be submitted by the Authority Engineer within 10 (ten)
days of the beginning of every month.

59
Western Railway

16.2.4 A true copy of all communications sent by the Authority to the Authority Engineer
and by the Authority Engineer to the Authority shall be sent forthwith by the
Authority Engineer to the Contractor.

16.2.5 A true copy of all communications sent by the Authority Engineer to the Contractor
and by the Contractor to the Authority Engineer shall be sent forthwith by the
Authority Engineer to the Authority.

16.3 Authorised signatories

The Authority Engineer will designate and notify to the Contractor up to 2 (two)
persons under him to sign for and on behalf of the Authority Engineer, and any
communication or document required to be signed by the Authority Engineer shall be
valid and effective only if signed by any of the designated persons; provided that the
Authority Engineer may, by notice in writing, substitute any of the designated
persons by any of its employees.

16.4 Instructions of the Authority Engineer

16.4.1 The Authority Engineer may issue to the Contractor instructions for remedying any
Defect. The Contractor shall take such instructions from the Authority Engineer only.

16.4.2 The instructions issued by the Authority Engineer shall be in writing. However, if the
Authority Engineer issues any oral instructions to the Contractor, it shall confirm in
writing the oral instructions within 2 (two) working days of issuing them.

16.4.3 In case the Contractor does not receive the confirmation of the oral instructions
within the time specified in Clause 16.4.2, the Contractor shall seek the written
confirmation of the oral instructions from the Authority Engineer and shall obtain
acknowledgement from the Authority Engineer of the communication seeking written
confirmation. In case of failure of the Authority Engineer to reply to the Contractor
within 2 (two) days of the receipt of the communication from the Contractor, the
Contractor may not carry out the instruction.

16.5 Determination by the Authority Engineer

16.5.1 The Authority Engineer shall consult with each Party in an endeavour to reach
agreement wherever this Agreement provides for the determination of any matter by
the Authority Engineer. If such agreement is not achieved, the Authority Engineer
shall make a fair determination in accordance with this Agreement having due regard
to all relevant circumstances. The Authority Engineer shall give notice to both the
Parties of each such agreement or determination, with supporting particulars.

16.5.2 Each Party shall give effect to each agreement or determination made by the
Authority Engineer in accordance with the provisions of this Agreement. Provided,
however, that if any Party disputes any instruction, decision, direction or
determination of the Authority Engineer, the Dispute shall be resolved in accordance
with the Dispute Resolution Procedure as per article 24.

60
Western Railway

16.6 Remuneration of the Authority Engineer

The remuneration, cost and expenses of the Authority Engineer shall be borne by the
Authority.

16.7 Replacement of the Authority Engineer

16.7.1 The Authority may, in its discretion, replace the Authority Engineer at any time, but
only upon appointment of another Authority Engineer in accordance with Clause
16.1.

16.7.2 If the Contractor has reasons to believe that the Authority Engineer is not discharging
its duties and functions in accordance with the provisions of this Agreement, it may
make a written representation to the Authority and seek replacement of the Authority
Engineer. Upon receipt of such representation, the Authority shall hold a tripartite
meeting with the Contractor and Authority Engineer and make best efforts for an
amicable resolution of the Dispute. After due consideration, The Authority will
decide about the replacement of Authority Engineer or otherwise. However , if
Contractor is not satisfied with decision of Authority, the Dispute shall be resolved in
accordance with Depute Resolution Procedure as per article 24.In the event that the
Authority Engineer is to be replaced, the Authority shall appoint forthwith another
Authority Engineer in accordance with Clause 16.1.

16.8 Interim Arrangement

In the event that the Authority has not appointed an Authority Engineer, or the
Authority Engineer so appointed has relinquished its functions, the Authority may, in
the interim, designate and authorise any person to discharge the functions of the
Authority Engineer in accordance with the provisions of this Agreement, save and
except that such person shall not exercise any functions relating to review, comment,
approval or inspection as specified in this Agreement for and in respect of the
Authority Engineer, and such functions shall be discharged as and when an Authority
Engineer is appointed in accordance with the provisions of this Agreement. Provided,
however, that nothing contained in this Clause 16.8 shall in any manner restrict the
rights of the Authority to enforce compliance of the provisions of this Agreement.

61
Western Railway

Part IV
Financial Covenants

62
Western Railway

ARTICLE 17
PAYMENTS

17.1 Contract Price

17.1.1 The Authority shall make payments to the Contractor for the Works on the basis of
the lump sum price accepted by the Authority in consideration of the obligations
specified in this Agreement for an amount of Rs. ***** (Rs. ****) (the “Contract
Price”), which shall be subject to adjustments in accordance with the provisions of
this Agreement. The Parties further agree that save and except as provided in this
Agreement, the Contract Price shall be valid and effective until issue of Completion
Certificate.

17.1.2 The Contract Price includes all duties, taxes, royalty, and fees that may be levied in
accordance with the laws and regulations in force as on the Base Date on the
Contractor’s equipment, Plant, Materials and supplies acquired for the purpose of this
Agreement and on the on the Works undertaken under this Agreement. Nothing in
this Agreement shall relieve the Contractor from its responsibility to pay any tax
including any tax that may be levied in India on profits made by it in respect of this
Agreement.

17.1.3 The Contract Price shall not be adjusted for any change in duties, taxes etc. specified
in Clause 17.1.2 above, save and except as specified in Clauses 17.8 and 17.13.

17.1.4 The Contract Price shall not be adjusted to take account of any unforeseen difficulties
or costs, unless otherwise provided for in this Agreement.

17.1.5 Unless otherwise specified in this Agreement, the Contract Price covers all the
Contractor’s obligations for the Works under this Agreement and all things necessary
for the Construction thereof and for the rectification of any Defects in the Railway
Project.

17.1.6 All payments under this Agreement shall be made in Indian Rupees.

17.2 Advance Payment

17.2.1 Upon receiving request from Contractor, the Authority shall make an advance
payment (the “Advance Payment”), upto 10% (ten percent)14 of the Contract Price,
for mobilisation expenses and for acquisition of equipment, which shall carry simple
interest at the rate of Bank Rate plus 4% per annum and shall be made in two
instalments of upto maximum 5% (five per cent) of the contract price each.

17.2.2 The Contractor may apply to the Authority for the first instalment of the Advance
Payment at any time after the Appointed Date, along with an irrevocable and
unconditional guarantee from a Bank for an amount equivalent to 110% (one hundred

14For large value and complex projects, the Advance Payment may be increased from 10% (ten per cent) to
upto 15% (fifteen per cent) of the Contract Price.

63
Western Railway

and ten per cent) of such instalment, substantially in the form provided at Annex-III
of Schedule-F, to remain effective till the complete and full repayment thereof.

17.2.3 At any time, after 60 (sixty) days from the Appointed Date, the Contractor may apply
to the Authority for the second instalment of the Advance Payment along with an
irrevocable and unconditional guarantee from a Bank for an amount equivalent to
110% (one hundred and ten per cent) of such instalment, substantially in the form
provided at Annex-III of Schedule-F, to remain effective till the complete and full
repayment thereof along with proof of utilization of 1st instalment.

17.2.4 The instalments of Advance Payment shall generally be paid by the Authority to the
Contractor within 15 (fifteen) days of the receipt of its respective requests in
accordance with the provisions of this Clause 17.2.

17.2.5 The Advance Payment shall be recovered through proportionate deductions to be


made in the Interim Payments Certificates issued in accordance with the provisions of
Clause 17.5.2. Deductions of Advance Payment shall commence from the Interim
Payment Certificate in which the cumulative interim payments certified shall have
reached 50% (fifty percent) of the Contract Price. The total amount recovered in each
Interim Payment Certificate shall be equal to 30% (thirty per cent) of the amount of
interim payment due and payable under such Interim Payment Certificate, and
interest on the amount being recovered to be calculated from the date of disbursement
of the Advance Payment to the date of recovery until the entire Advance Payment
together with interest is recovered. For the avoidance of doubt, the Parties agree that
in the event the total payment specified in any Interim Payment Certificate exceeds
the limit of 50% (fifty per cent) of the Contract Price, the proportionate of recovery
hereunder shall be restricted to the amount exceeding 50% (fifty per cent) of the
Contract Price. By way of illustration, the Parties agree that if the first recovery of
say, Rupees ‘x’ is made after 20 (twenty) months from the date of 1st (first)
instalment of the Advance Payment, the interest will be recovered on Rupees ‘x’ for a
period of 20 (twenty) months; and when the next recovery is made in the following
month for say, Rupees ‘y’, interest on Rupees ‘y’ will be computed for a period of 21
(twenty one) months.The Parties further agree that no payments in excess of 90%
(ninety per cent) of the Contract Price shall be released until the Advance Payment,
including interest thereon, has been fully recovered.

17.2.6 If the Advance Payment has not been fully repaid prior to Termination under Clause
19.7 or Article 21, as the case may be, the whole of the balance then outstanding shall
immediately become due and payable by the Contractor to the Authority. In the event
of Termination due to Contractor’s Default, the Advance Payment shall be deemed to
carry interest at an annual rate of 4% (four per cent) above the Bank Rate from the
date of Advance Payment to the date of recovery by encashment of bank guarantee
for the Advance Payment. For the avoidance of doubt, the aforesaid interest shall be
payable on each instalment of the Advance Payment, regardless of whether the
instalment or any part thereof has been repaid to the Authority prior to Termination.

17.3 Procedure for estimating the payment for the Works

17.3.1 The Authority shall make interim payments to the Contractor, as certified by the
Authority Engineer on completion of a Stage, for a length, number or area as

64
Western Railway

specified, and valued in accordance with the proportion of the Contract Price
assigned to each item and its stage and payment procedure in Schedule-G.

17.3.2 The Contractor shall base its claim for interim payment for the stages completed till
the end of the month for which the payment is claimed, valued in accordance with
Clause 17.3.1, supported with necessary particulars and documents in accordance
with this Agreement.

17.3.3 Any reduction in the Contract Price arising out of Change of Scope or the Works
withdrawn under Clause 8.3, as the case may be, shall not affect the amounts payable
for the items or stage payments thereof which are not affected by such Change of
Scope or withdrawal. For the avoidance of doubt and by way of illustration, the
Parties agree that if the amount assigned to Important Bridges and/or Major Bridges
is reduced from Rs.100 crore to Rs. 80 crore owing to Change of Scope or
withdrawal of Works, as the case may be, the reduction in payment shall be restricted
to the relevant payments for Important Bridges and/or Major Bridges and the
payment due in respect of all other stage payments under the item Important Bridges
and/or Major Bridges shall not be affected in any manner. The Parties further agree
that the adjustments arising out of the aforesaid modifications shall be carried out in a
manner that the impact of such modifications is restricted to the said Change of
Scope or withdrawal, as the case may be, and does not alter the payments due for and
in respect of items or stage payments which do not form part of such Change of
Scope or withdrawal.

17.4 Stage Payment Statement for Works

The Contractor shall submit a statement (the “Stage Payment Statement”), in 3


copies, by the 7th (seventh) day of a month to the Authority Engineer in the form set
forth in Schedule-M, showing the amount calculated in accordance with Clause 17.3
to which the Contractor considers itself entitled for the completed stage(s) of Works.
The Stage Payment Statement shall be accompanied with the progress reports and
any other supporting documents. The Contractor shall not submit any claim for
payment of incomplete stages of work. In the event that there is no claim for a month
in accordance with the provisions of this Clause 17.4, the Contractor shall submit a
nil claim to the Authority Engineer.

17.5 Stage Payment for Works

17.5.1 Within 10 (ten) days of receipt of the Stage Payment Statement from the Contractor
pursuant to Clause 17.4, the Authority Engineer shall broadly determine the amount
due to the Contractor and recommend the release of 80 (eighty) percent of the amount
so determined as part payment against the Stage Payment Statement, pending issue of
the Interim Payment Certificate (IPC) by the Authority Engineer. Within 5 (five)
days of the receipt of recommendation of the Authority Engineer as above, the
Authority shall make electronic payment directly to the Contractor’s bank account.

17.5.2 Within 20 (twenty) days of the receipt of the Stage Payment Statement referred to in
Clause 17.4, the Authority Engineer shall determine and shall deliver to the Authority
and the Contractor an IPC certifying the amount due and payable to the Contractor,
after adjusting the payments already released to the Contractor against the said
statement. For the avoidance of doubt, the Parties agree that the IPC shall specify all

65
Western Railway

the amounts that have been deducted from the Stage Payment Statement and the
reasons therefor.

17.5.3 In cases where there is a difference of opinion as to the value of any stage, the
opinion of the Authority Engineer shall prevail and interim payments shall be made
to the Contractor on this basis; provided that the foregoing shall be without prejudice
to the Contractor’s right to raise a Dispute.
17.5.4 The Authority Engineer may, for reasons to be recorded, withhold from payment:
(a) the estimated value of work or obligation that the Contractor has failed to
perform in accordance with this Agreement and in respect of which the
Authority Engineer had notified the Contractor; and
(b) the estimated cost of rectification of any Works which have not been
constructed in accordance with this Agreement.

17.5.5 Payment by the Authority shall not be deemed to indicate the Authority acceptance,
approval, consent or satisfaction with the work done.

17.5.6 In the event the amounts released by the Authority under Clause 17.5.1 exceed the
amount finally determined by the Authority Engineer pursuant to Clauses 17.5.2 to
17.5.4, the difference thereof shall be accounted for in the next IPC.

17.6 Payment of Damages

17.6.1 The Contractor as well as the Authority may claim Damages due and payable to it in
accordance with the provisions of this Agreement.

17.6.2 The Authority Engineer shall verify and check the claim and issue the IPC within 20
(twenty) days of the receipt of the claim under Clause 17.6.1, after making
adjustments in accordance with the provisions of this Agreement. The Authority shall
pay to the Contractor the amount due under such IPC within a period of 30 (thirty)
days from the date of the submission of the claim under this Clause 17.6. In the
event of the failure of the Authority to make payment to the Contractor within the
specified time, the Authority shall be liable to pay to the Contractor interest thereon
and the provisions of Clause 17.7 shall apply mutatis mutandis thereto.

17.7 Time of payment and interest

17.7.1 The Authority shall pay to the Contractor any amount due under any payment
certificate issued by the Authority Engineer in accordance with the provisions of this
Article 17, or in accordance with any other clause of this Agreement as follows:

(a) Payment shall be made no later than 30 (thirty) days from the date of
submission of the Stage Payment Statement by the Contractor to the
Authority Engineer for certification in accordance with the provisions of
Clause 17.4 for an IPC; provided, however, that in the event the IPC is not
issued by the Authority Engineer within the aforesaid period of 30 (thirty)
days, the Authority shall pay the amount shown in the Contractor’s Stage
Payment Statement and any discrepancy therein shall be adjusted in the next
payment certificate; and

66
Western Railway

(b) payment shall be made no later than 30 (thirty) days from the date of
submission of the Final Payment Certificate for Works along with the
discharge submitted to the Authority Engineer for certification in accordance
with the provisions of Clause 17.12.

17.7.2 In the event of failure of the Authority to make payment to the Contractor within the
time period specified in this Clause 17.7, the Authority shall be liable to pay to the
Contractor interest at a rate equal to the Bank Rate plus 3%, calculated at quarterly
rests, on all sums remaining unpaid from the date by which the same should have
been paid, calculated in accordance with the provisions of Clause 17.7.1 (a) and (b)
and till the date of actual payment.

17.8 Price adjustment for Works


17.8.1 The amounts payable to the Contractor for Works shall be adjusted in accordance
with the provisions of this Clause 17.8.
17.8.2 Subject to the provisions of Clause 17.8.3, the amounts payable to the Contractor for
Works shall be adjusted in the IPC issued by the Authority Engineer for the increase
or decrease in the index cost of inputs for the works, by the addition or subtraction of
the amounts determined by the formulae specified in Clause 17.8.4.
17.8.3 To the extent that any compensation or reimbursement for increase or decrease in
costs to the Contractor is not covered by the provisions of this or other Clauses in this
Agreement, the costs and prices payable under this Agreement shall be deemed to
include the amounts required to cover the contingency of such other increase or
decrease of costs and prices.

17.8.4 The Contract Price shall be adjusted for increase or decrease in rates and prices of
labour, Materials, fuel and lubricants, equipment, Machinery, Plant and other
Materials or inputs in accordance with the principles, procedures andformulae
specified below:15

(a) Price adjustment shall be applied on completion of the specified stage of the
respective item of work in accordance with Schedule-G. The 1st Quarter will
start from Bid Due date month;

(b) Adjustment for each item of work/stage shall be made separately;

15Thefollowing changes may be made for project specific cases:


(a) For project which includes both (i) civil and track works, and (ii) signalling and telecommunication
works, retain paragraphs (c), (d), (e), (f), (g) and (h); and delete paragraphs (i), (j) and (k) relating to
electrification works.
(b) For project for signalling and telecommunication works only, delete paragraphs (c), (d), (e) relating to
civil works and track works, renumber paragraphs (f), (g) and (h) as (c), (d) and (e) respectively; and
change reference to sub-paragraph (h) to sub-paragraph (e) in the renumbered paragraphs; and delete
paragraphs (i), (j) and (k) relating to electrification works.
(c) For electrification works only, delete paragraphs (c), (d), (e) relating to civil works and track work,
delete paragraphs (f), (g) and (h) relating to signalling and telecom works; renumber paragraphs (i), (j)
and (k) relating to electrification works as (c), (d) and (e) respectively; and also change reference to
sub-paragraph (k) to sub-paragraph (e) in the renumbered paragraphs.

67
Western Railway

(c) The following expressions and meanings are assigned to the value of the work
done for civil and track work:

EW = Value of work done for the completion of a stage under the item
earthwork;

BRIMP = Value of work done for the completion of a stage under the item
Important Bridges;

BR = Value of work done for the completion of a stage under the items Major
Bridges, Minor Bridges, RCC box/pipe culverts, Flyovers, RUB, and ROB in
accordance with Schedule-G;

TRK = Value of work done for the completion of a stage under the itemTrack
Works;

TUNL = Value of work done for the completion of a stage under the items
Tunnel;

OEW = Value of work done for the completion of a stage under the item
Other Engineering Works;

INVCIV = Value of work done for under the item inventory;

INTGTESTCIV = Value of work done for the item integrated testing and
commissioning of the Railway Project.

(d) Price adjustment for change in costs of civil and track work shall be paid in
accordance with the following formula:

(i) VEW= 0.85 EW x [PLB x (LBi – LBo)/LBo + PC x (Ci – Co)/Co +


PF x (Fi –Fo)/Fo + PMACH x (MACHi – MACHo)/MACHo + POTH
x (OTHi - OTHo)/OTHo];

(ii) VBRIMP = 0.85 BRIMP x [PLB x (LBi – LBo)/LBo + PC x (Ci –


Co)/Co + PS x (Si – So)/So + PF x (Fi –Fo)/Fo + PMACH x (MACHi
– MACHo)/MACHo + POTH x (OTHi - OTHo)/OTHo];

(iii) VBR = 0.85 BR x [PLB x (LBi – LBo)/LBo + PC x (Ci – Co)/Co + PS


x (Si – So)/So + PF x (Fi – Fo)/Fo + PMACH x (MACHi –
MACHo)/MACHo + POTH x (OTHi - OTHo)/OTHo];

(iv) VTRK = 0.85 TRK x [PLB x (LBi – LBo)/LBo + PC x (Ci – Co)/Co +


PS x(Si – So)/So + PF x (Fi –Fo)/Fo + PMACH x (MACHi –
MACHo)/MACHo + POTH x (OTHi – OTHo)/OTHo + PR x (Ri -
Ro)/Ro];

(v) VTUNL = 0.85 TUNL x [PLB x (LBi – LBo)/LBo + PC x (Ci –


Co)/Co + PS x (Si – So)/So + PF x (Fi – Fo)/Fo + PMACH x (MACHi
– MACHo)/MACHo + POTH x (OTHi - OTHo)/OTHo + PXLP x
(XLPi – XLPo)/XLPo];
68
Western Railway

(vi) VOEW = 0.85 OEW x [PLB x (LBi – LBo)/LBo + PC x (Ci – Co)/Co


+ PS x(Si – So)/So + PF x (Fi – Fo)/Fo + PMACH x ((MACHi –
MACHo)/MACHo + POTH x (OTHi - OTHo)/OTHo];

(vii) VINVCIV = 0.85 INVCIV x [PR x (Ri – Ro)/Ro + POTH x (OTHi -


OTHo)/OTHo]; and

(viii) VINTGTESTCIV = 0.85 INTGTESTCIV x [PLB x (LBi – LBo)/LBo


= POTH x (OTHi - OTHo)/OTHo];

Where

VEW = Increase or decrease in the cost of earthwork during the period under
consideration due to changes in the rates for relevant components as
specifiedin sub-paragraph (e);

VBRIMP = Increase or decrease in the cost of Important Bridgesduring the


period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (e);

VBR = Increase or decrease in the cost of Major Bridges, Minor Bridges,


Flyovers, RCC box/pipe culverts ROB/RUB) during the period under
consideration due to changes in the rates for relevant components as specified
in sub-paragraph (e);

VTRK = Increase or decrease in the cost of track works during the period
under consideration due to changes in the rates for relevant components as
specified in sub-paragraph (e);

VTUNL = Increase or decrease in the cost of tunnels during the period under
consideration due to changes in the rates for relevant components as specified
in sub-paragraph (e);

VOEW = Increase or decrease in the cost of Other Engineering Works during


the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (e);

VINVCIV = Increase or decrease in the cost of inventory during the period


under consideration due to changes in the rates for relevant components as
specified in sub-paragraph (e);

VINTGTESTCIV = Increase or decrease in the cost of integrated testing and


commissioning during the period under consideration due to changes in the
rates for relevant components as specified in sub-paragraph (e);

PC, PF, PLB, PMACH, POTH, PR, PS and PXLP are the percentages of cement, fuel
and lubricants, labour, Plant Machinery and tools, other materials, rails, steel/
components (including strands and steel cables), and explosives respectively for the
relevant item as specified in sub-paragraph (e);

69
Western Railway

Co = The wholesale price index as published by the Ministry of Commerce and


Industry, Government of India (hereinafter called “WPI”) for sub-group Cement,
Lime & Plaster for the month of the Base Month;

Ci = The WPI for sub-group Cement, Lime & Plaster for the average price index of
the 3 months of the quarter under consideration;

Fo = The wholesale price index as published by the Ministry of Commerce and


Industry, Government of India (hereinafter called “WPI”) for group Fuel & Power
for the month of the Base Month

Fi = The WPI for group Fuel & Power for the average price index of the 3 months of
the quarter under consideration

LBo = The consumer price index for industrial workers – All India, published by
Labour Bureau, Ministry of Labour, Government of India, (hereinafter called “CPI”)
for the month of the Base Month;

LBi = The CPI for industrial workers – All India for the average price index of the 3
months of the quarter under consideration;

MACHo = The wholesale price index as published by the Ministry of Commerce and
Industry, Government of India (hereinafter called “WPI”) for category- k
“Manufacturing of Machinery for Mining, quarrying and construction’ under (R)
Manufacturing of Machinery and Equipment for the month of the Base Month;

MACHi = The WPI for category- k “Manufacturing of Machinery for Mining,


quarrying and construction’ under (R) Manufacturing of Machinery and Equipment
for the average price index of the 3 months of the quarter under consideration;

OTHo = The wholesale price index as published by the Ministry of Commerce and
Industry, Government of India (hereinafter called “WPI”) for all commodities for the
month of the Base Month;

OTHi = The WPI for all commodities for the average price index of the 3 months of
the quarter under consideration;

Ro = The Price for Rails (60kg) published by the Bhilai Plant of the Steel Authority
of India for the month of the Base Date;

Ri = The Price for Rails (60kg) published by the Bhilai Plant of the Steel Authority
of India for the month which is three months prior to the month to which the IPC
relates;

So = Rate of RINL for Rebar 8 mm (coil) as published on their website for the
month of the Base Month;

Si = Average rate of RINL for Rebar 8 mm (coil) as published on their website for
the 3 months of the quarter under consideration;

70
Western Railway

XLPo = The wholesale price index as published by the Ministry of Commerce and
Industry, Government of India (hereinafter called “WPI”) for explosives for the
month of the Base Month; and

XLPi = The WPI for explosives for the average price index of the 3 months of the
quarter under consideration.

71
Western Railway

(e) The following percentages shall govern the price adjustment of the Contract Price:

Component Major Bridges/ Integrated

engineering
flyovers/ Minor testing and
Earthwork

Important

Inventory
Track
works
Bridges, CC commissioning

Tunnels
Bridges

works
Other
box/pipe culverts,
ROB/RUB
(1) (2) (3) (4) (5) (6) (7) (8)
Cement (PC) ***% ***% ***% ***% ***% ***% - -
Explosives - - - - ***% - - -
(PXLP)
Fuel and ***% ***% ***% ***% ***% ***% - -
lubricants (PF)
Labour (PLB) ***% ***% ***% ***% ***% ***% - ***%
Machinery ***% ***% ***% ***% ***% ***% -
and Plants
(PMACH)
Other ***% ***% ***% ***% ***% ***% ***% ***%
Materials
(POTH)
Rail (PR) - - - ***% - - ***% -
Steel - ***% ***% ***% ***% ***% - -
(PS)
Total 100% 100% 100% 100% 100% 100% 100% 100%
Western Railway

(f) The following expressions and meanings are assigned to the value of the
work done for signalling and telecommunication works:

SIGWK = Value of signalling works for a stage payment of the item


signalling works;

INVSIG = Value of inventory for signalling works for a stage payment of the
item inventory for signalling works;

INTGTESTSIG = Value of integrated testing and commission for signalling


works of the Railway Project;

COMWK= Value of telecommunication works for a stage payment of the


item telecommunication works;

INVCOM = Value of inventory for telecommunication works for a stage


payment of the item inventory for telecommunication works; and

INTGTESTCOM = Value of integrated testing and commission for


telecommunication works of the Railway Project.

(g) Price adjustment for changes in cost of signalling works and


telecommunication works shall be paid in accordance with the following
formula:

(i) VSIGWK = 0.85 SIGWK x [PELEX x (ELEXi – ELEXo)/ ELEXo +


POFC x (OFCi – OFCo)/OFCo + PLB x (LBi – LBo)/LBo + POTH x
(OTHi - OTHo)/OTHo + S30C x (P30Ci – P30Co)/ P30Co + S24C x
(P24Ci – P24Co)/ P24Co + S19C x (P19Ci – P19Co)/ P19Co + S12C x
(P12Ci – P12Co)/ P120Co + S9C x (P9Ci – P9Co)/ P9Co + S6C x
(P6Ci – P6Co)/ P6Co + S4C x (P4Ci – P4Co)/ P4Co + S2C x (P2Ci –
P2Co)/ P2Co + S12C2.5 x (P12C2.5i – P12C2.5o)/ P12C2.5o + S2C2.5
x (P2C2.5i – P2C2.5o)/ P2C2.5o + S2C25 x (P2C25i – P2C25o)/
P2C25o + QC x (PQCi – PQCo)/ PQCo ;

(ii) VINVSIG = 0.85 SIGWK x [PELEX x (ELEXi – ELEXo)/ ELEXo +


POTH x (OTHi - OTHo)/OTHo];

(iii) VINTGTESTSIG = 0.85 INTGTESTSIG x [PLB x (LBi – LBo)/LBo


+ POTH x (OTHi - OTHo)/OTHo];

(iv) VCOMWK = 0.85 COMWK x [PELEX x (ELEXi – ELEXo)/


ELEXo + POFC x (OFCi – OFCo)/OFCo + PLB x (LBi – LBo)/LBo
+ POTH x (OTHi - OTHo)/OTHo + S30C x (P30Ci – P30Co)/ P30Co
+ S24C x (P24Ci – P24Co)/ P24Co + S19C x (P19Ci – P19Co)/ P19Co
+ S12C x (P12Ci – P12Co)/ P120Co + S9C x (P9Ci – P9Co)/ P9Co +
S6C x (P6Ci – P6Co)/ P6Co + S4C x (P4Ci – P4Co)/ P4Co + S2C x
(P2Ci – P2Co)/ P2Co + S12C2.5 x (P12C2.5i – P12C2.5o)/ P12C2.5o
+ S2C2.5 x (P2C2.5i – P2C2.5o)/ P2C2.5o + S2C25 x (P2C25i –
Western Railway

P2C25o)/ P2C25o + QC x (PQCi – PQCo)/ PQCo+ PCEQP x (CEQPi


– CEQPo)/CEQPo];

(v) VINVCOM = 0.85 SIGWK x [PELEX x (ELEXi – ELEXo)/ ELEXo


+ PCEQP x (CEQPi – CEQPo)/CEQPo + POTH x (OTHi -
OTHo)/OTHo]; and

(vi) VINTGTESTCOM = 0.85 INTGTESTCOM x [PLB x (LBi –


LBo)/LBo + POTH x (OTHi - OTHo)/OTHo].

Where

VSIGWK = Increase or decrease in the cost of signalling works during the


period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (h);

VINVSIG = Increase or decrease in the cost of inventory for signalling


during the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (h);

VINTGTESTSIG = Increase or decrease in the cost of integrated testing and


commissioning of signalling works of the Railway Project during the period
under consideration due to changes in the rates for relevant components as
specified in sub-paragraph (h);

VCOMWK = Increase or decrease in the cost of communication works


during the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (h);

VINVCOM = Increase or decrease in the cost of inventory for


telecommunications works during the period under consideration due to
changes in the rates for relevant components as specified in sub-paragraph
(h);

VINTGTESTCOM = Increase or decrease in the cost of integrated testing


and commissioning of telecommunication works of the Railway Project
during the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (h);

PCEQP, PELEX, PIC, PLB, POFC, and POTH are the percentages of
communication equipment, electronics, PVC insulated cables, labour, optical
fibre cables, and other materials respectively;

CEQPo = The wholesale price index as published by the Ministry of


Commerce and Industry, Government of India (hereinafter called “WPI”) for
communication equipmentfor the month of the Base Month ;

CEQPi = The WPI for communication equipment for the average price index
of the 3 months of the quarter under consideration;

ELEXo = The WPI for electronics for the month of the Base Month;

74
Western Railway

ELEXi = The WPI for electronics for the average price index of the 3
months of the quarter under consideration;

P30Ci = Price payable per Km as adjusted in accordance with price variation


Clause for size 30C x 1.5 sq mm signalling cable
P30Co = Price per Km of cable as per purchase order/ Contract agreement.
S30C = Percentage of size 30C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P24Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 24C x 1.5 sq mm signalling cable
P24Co = Price per Km of cable as per purchase order/ Contract agreement.
S24C = Percentage of size 24C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P19Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 19C x 1.5 sq mm signalling cable
P19Co = Price per Km of cable as per purchase order/ Contract agreement.
S19C = Percentage of size 19C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P12Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 12C x 1.5 sq mm signalling cable
P12Co = Price per Km of cable as per purchase order/ Contract agreement.
S12C = Percentage of size 12C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P9Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 9C x 1.5 sq mm signalling cable
P9Co = Price per Km of cable as per purchase order/ Contract agreement.
S9C = Percentage of size 9C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P6Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 6C x 1.5 sq mm signalling cable
P6Co = Price per Km of cable as per purchase order/ Contract agreement.
S6C = Percentage of size 6C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P4Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 4C x 1.5 sq mm signalling cable
P4Co = Price per Km of cable as per purchase order/ Contract agreement.
S4C = Percentage of size 4C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.

75
Western Railway

P2Ci = Price payable per Km as adjusted in accordance with price variation


Clause for size 2C x 1.5 sq mm signalling cable
P2Co = Price per Km of cable as per purchase order/ Contract agreement.
S2C = Percentage of size 2C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P12C2.5i = Price payable per Km as adjusted in accordance with price
variation Clause for size 12C x 2.5 sq mm signalling cable
P12C2.5o = Price per Km of cable as per purchase order/ Contract agreement.
S12C2.5 = Percentage of size 12C x 2.5 sq mm signalling cable shall govern
the price adjustment of the contract price for signalling and
telecommunication works.
P2C2.5i = Price payable per Km as adjusted in accordance with price
variation Clause for size 2C x 2.5 sq mm signalling cable
P2C2.5o = Price per Km of cable as per purchase order/ Contract agreement.
S2C2.5 = Percentage of size 2C x 2.5 sq mm signalling cable shall govern
the price adjustment of the contract price for signalling and
telecommunication works.
P2C25i = Price payable per Km as adjusted in accordance with price
variation Clause for size 2C x 25 sq mm signalling cable
P2C25o = Price per Km of cable as per purchase order/ Contract agreement.
S2C25 = Percentage of size 2C x 25 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
PQCi = Price payable per Km as adjusted in accordance with price variation
Clause for size 0.9mm dia, 6 Quad cable.
PQCo = Price per Km of cable as per purchase order/ Contract agreement.
QC = Percentage of size 0.9mm dia, 6 Quad cable shall govern the price.

LBo = The consumer price index for industrial workers – All India,
published by Labour Bureau, Ministry of Labour, Government of India,
(hereinafter called “CPI”) for the month of the Base Month;

LBi = The CPI for industrial workers – All India for the average price index
of the 3 months of the quarter under consideration;

OFCo = The WPI for fibre cables for the month of the Base Month;

OFCi = The WPI for fibre cables for the average price index of the 3 months
of the quarter under consideration;

OTHo = The WPI for all commodities for the month of the Base Month; and

OTHi = The WPI for all commodities for the average price index of the 3
months of the quarter under consideration.

(h) The following percentages shall govern the price adjustment of the Contract
Price for signalling and telecommunication works: Not applicable as per

76
Western Railway

CSTE office letter no SG/32/0/C dated 12.07.2016

Component Signalling Telecommunication

Signalling inventory

Telecomm inventory
Telecommunication
and Commissioning

and Commissioning
Integrated testing

Integrated testing
Signalling Works

Works
Electronics
***% ***% _ ***% ***% _
(PELEX)
Communication
Equipment _ _ _ ***% ***% _
(PCEQP)
Optical Fibre
***% _ _ ***% _ _
Cable (POFC)
30C x 1.5 sq
mm signalling ***% _ _ ***% _ _
cable(S30C)
24C x 1.5 sq
mm signalling ***% _ _ ***% _ _
cable (S24C)
19Cx 1.5 sq mm
signalling cable ***% _ _ ***% _ _
(S19C)
12C x 1.5 sq
mm signalling ***% _ _ ***% _ _
cable (S12C)
9C x 1.5 sq mm
signalling cable ***% _ _ ***% _ _
(S9C)
6C x 1.5 sq mm
signalling cable ***% _ _ ***% _ _
(S6C)
4C x 1.5 sq mm
signalling cable ***% _ _ ***% _ _
(S4C)
2C x 1.5 sq mm
signalling cable ***% _ _ ***% _ _
(S2C)
12C x 2.5 sq
mm signalling ***% _ _ ***% _ _
cable (S12C2.5)
2C x 2.5 sq mm
***% _ _ ***% _ _
signalling cable

77
Western Railway

(S2C2.5)

2C x 25 sq mm
signalling cable ***% _ _ ***% _ _
(S2C25)
0.9 mm dia,
6Quad cable ***% _ _ ***% _ _
(QC)
Labour (PLB) ***% _ ***% ***% ***% ***%
Other materials ***% ***% ***% ***% ***% ***%
Total 100% 100% 100% 100% 100% 100%

(a) PRICE VARIATION FORMULA FOR SIGNALING & TELECOM


CABLE

The price payable for signalling cables is variable as per Price Variation
Formula given below:
For Signalling Copper Cables:
Pi= Po+CuF (Cu-Cuo) + CCFcu(CC-CCo) + FeF (Fe-Feo)

For Telecom Copper Cables For Jelly Filled, 0.9 mm dia, 6 quad
cable
Pi= Po+CuF (Cu-Cuo) + AlFcu(Al-Alo) + CCFcu (CC-Cco) + FeF
(Fe-Feo)

For Aluminium Power Cables:


Pi= Po+AlF (Al-Alo) + CCFAl(CC-CCo) + FeF (Fe-Feo)

Where,
Pi= Price payable per KM as adjusted in accordance with Price variation
clause.
Po= Price per KM of cable as per Purchase order.
CuF= Variation factor for Copper
Cuo= Price of copper Rod in Rs. Per MT
CCFCu= Variation factor for PVC Compound for Copper Signalling &
Telecom cable
CCo= Price of PVC Compound in Rs. Per MT
AlF= Variation factor for Aluminium
Alo= Price of EC grade LME Aluminium rods (Properzi rods) in Rs. Per
MT.
CCFAl = Variation factor for PVC Compound for Aluminium power
cable
FeF= Variation factor for Steel
Feo= Price of Steel for Armour (Flat strip 4 mm. x 0.8mm/ Round
1.4mm dia) in Rs. Per MT
(Prices per MT for Cuo, CCo, Feo, Alo as applicable on the 1st
working day of the month, one month prior to the deadline for

78
Western Railway

submission of bids. The above prices and indices are as published by


IEEMA vide circular reference no. IEEMA (PVC) /CABLE --/--/--
one month prior to the deadline for submission of bids.)

Cu= Price of Copper Rod in Rs. Per MT.


CC= Price of PVC Compound in Rs. Per MT.
Fe= Price of Steel for Armouring (Flat strip 4mm x 0.8 mm/ Round
1.4mm dia) in Rs. Per MT.
Al = Price of EC grade LME Aluminium rods (Properzi rods) in Rs. Per
MT.
(Prices per MT for Cu, CC, Fe, Al as prevailing on 1stworking day of
the calendar month covering the date One month prior to the date of
inspection call letter will be applicable for the calculation of updated
price. The above prices and indices are as published by IEEMA vide
circular reference no. IEEMA (PVC) /CABLE --/--/-- one month
prior to the date of inspection.)
The value of variation factors for copper, steel and PVC Compound are
different for different sizes of signalling cables. Accordingly, the PVC
formula for some of the types of signalling cable is as given under:-
Underground Railway Signalling Cable unscreened and armoured copper
conductor
(i) Size 30 C x 1.5 sq.mm.
P30Ci=P30Co+0.391(Cu-Cuo)+0.557(CC-CCo)+0.425(Fe-Feo)
For armouring, price of steel flat strip of size 4mmx0.8mm is to be taken
into consideration.
(ii) Size 24C x 1.5 sq.mm
P24Ci= P24Co+0.313(Cu-Cuo)+ 0.481 (CC-CCo)+0.398(Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be
taken into consideration.
(iii) Size 19C x 1.5 sq.mm
P19Ci= P19Co+0.248(Cu-Cuo) + 0.395(CC-CCo)+0.343(Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be
taken into consideration.
(iv) Size 12C x 1.5 sq.mm
P12Ci=P12Co+0.157(Cu-Cuo) + 0.277(CC-CCu)+0.289(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(v) Size 9C x 1.5 sq.mm
P9Ci= P9Co+0.117(Cu-Cuo)+0.241(CC-CCu)+0.383(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(vi) Size 6Cx 1.5 sq.mm
P6Ci= P6Co+0.078(Cu-Cuo)+0.199(CC-CCu)+0.329(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(vii) Size 4Cx1.5 sq.mm
P4Ci=P4Co+0.052(Cu-Cuo)+0.152(CC-CCo)+0.277(Fe-Feo)

79
Western Railway

For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(viii) Size 2C x 4 sq.mm(multistrand)
P2Ci= P2Co+0.073(Cu-Cuo)+0.156(CC-CCo)+0.3(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(ix) Size 12C x 2.5 sq.mm
P12C2.5i= P12C2.5o+0.282 (Cu-Cuo)+0.371 (CC-CCo)+0.342 (Fe-
Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be
taken into consideration.
(x) Size 2C x 2.5 sq.mm
P2C2.5i= P2C2.5o+0.047 (Cu-Cuo)+0.139 (CC-CCo)+0.277 (Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(xi) Size 2C x 25 sq.mm PVC insulated, armoured, Aluminium power cable
P2C25i= P2C25o+0.146 (Al-Alo)+0.303 (CC-CCo)+0.306 (Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be
taken into consideration.
(xii) For Jelly filled, 0.9mm dia, 6 quad cable
PQCi = PQCo + 0.135 (Al-Alo) + 0.139 (Cu-Cuo) + 0.515 (CC-Cco)
+ 0.693 (Fe-Feo).
For PVC Compound Grade CW-22, is to be taken into consideration.

(i) The following expressions and meanings are assigned to the value of the
work done for electrification works:

OHE = Value of work done for the completion of a stage under the item
Overhead Equipment Work;
SP = Value of work done for the completion of a stage under the item
Switching Posts;
TRANSBOO = Value of work done for the completion of a stage under the
item Booster Transformer;
TRANSAUX = Value of work done for the completion of a stage under the
item Auxiliary Transformer;
TSS = Value of work done for the completion of a stage under the item
Traction Sub Station;
TLOH = Value of work done for the completion of a stage under the item
High Voltage Transmission Line Overhead including monopole;
TLUG = Value of work done for the completion of a stage under the item
Underground High Tension Cable Transmission Line;
BAY = Value of work done for the completion of a stage under the item Bay
Augmentation work at Grid Sub-Station/Terminal arrangement at TSS;

80
Western Railway

SCADA = Value of work done for the completion of a stage under the item
SCADA;
ELEGWK = Value of work done for the completion of a stage under the item
various electrical general services works;
MODHTPWRLINE = Value of work done for the completion of a stage
under the item modification of HT power lines and crossings (raising of
height);
MODHTLTOUG = Value of work done for the completion of a stage under
the item modification of HT power lines and crossings to underground
(replacement by underground cabling);
MODLTLTOUG = Value of work done for the completion of a stage under
the item modification of LT power lines and crossings to under ground
(replacement by underground cabling);
EXTNLTPWRSPLY = Value of work done for the completion of a stage
under the item extension/augmentation of power supply for CLS work;
EXTNPWRSUPLY = Value of work done for the completion of a stage
under the item extension/augmentation of general power supply;
MODELETRICAL = Value of work done for the completion of a stage
under the item modification to existing electrical works;
INVELECTRICAL = Value of work done for the completion of a stage
under the item inventory electrical;
SIGMOD = Value of work done for the completion of a stage under the item
Signalling System Modification;
INVSIG = Value of work done for the completion of a stage under the item
signalling inventory;
TESTSIG = Value of work done for the completion of a stage under the item
integrated testing and commissioning;
COMMOD = Value of work done for the completion of a stage under the
item Telecommunications modifications;
INVCOM = Value of work done for the completion of a stage under the item
telecommunication inventory;
TESTCOM = Value of work done for the completion of a stage under the
item integrated testing and commissioning; and
CIVENG = Value of work done for the completion of a stage under the item
Civil Engineering works.
(j) Price adjustment for changes in cost for electrification works shall be paid in
accordance with the following formula:
(i) VOHE = 0.85 OHE x [PLB x (LBi – LBo)/LBo + PC x (Ci – Co)/Co
+ PSST x (SSTi – SSTo)/SSTo + PCU x (CUi – CUo)/CUo + PINS x
(INSi – INSo)/ INSo];
(ii) VSP = 0.85 SP x [PLB x (LBi – LBo)/LBo + PC x (Ci – Co)/ Co +
PSWGR x (SWGRi – SWGRo)/SWGRo];

81
Western Railway

(iii) VTRANSBOO = 0.85 TRANSBOO x [PLB x (LBi – LBo)/LBo +


PSST x (SSTi – SSTo)/SSTo + PTR x (TRi – TRo)/TRo];
(iv) VTRANSAUX = 0.85 TRANSAUX x [PLB x (LBi – LBo)/LBo +
PSST x (SSTi – SSTo)/SSTo + PTR x (TRi – TRo)/TRo];
(v) VTSS = 0.85 TSS x [PLB x (LBi – LBo)/LBo + PTR (TRi –
TRo)/TRo + PC x (Ci – Co)/ Co + PSST x (SSTi – SSTo)/SSTo +
PSWGR x (SWGRi – SWGRo)/SWGRo];
(vi) VTLOH = 0.85 TLOH x [PLB x (LBi – LBo)/LBo + PSST x (SSTi –
SSTo)/SSTo + PCOND x (CONDi – CONDo)/CONDo + PC x (Ci –
Co)/ Co + PINS x (INSi – INSo)/ INSo + POTH x (OTHi –
OTHo)OTHo];
(vii) VTLUG = 0.85 TLUG x [PLB x (LBi – LBo)/LBo + PPC x (PCi –
PCo)/PCo];
(viii) VBAY = 0.85 BAY x [PLB x (LBi – LBo)/LBo + PSST x (SSTi –
SSTo)/SSTo + PC x (Ci – Co)/ Co + PCU x (CUi – CUo)/CUo];
(ix) VSCADA = 0.85 SCADA x [PLB x (LBi – LBo)/LBo + PELEX x
(ELEXi – ELEXo)/ELEXo];
(x) VELEGWK = 0.85 ELEGW x [PLB x (LBi – LBo)/LBo + POTH x
(OTHi – OTHo)OTHo];
(xi) VMODHTPWRLINE = 0.85 MODHTPWRLINE x [PLB x (LBi –
LBo)/LBo +PSST x (SSTi – SSTo)/SSTo + POTH x (OTHi –
OTHo)/OTHo];
(xii) VMODHTLTOUG = x0.85 MODHTLTOUG x [PLB x (LBi –
LBo)/LBo + PPC x (PCi – PCo)/PCo + POTH x (OTHi –
OTHo)/OTHo];
(xiii) VMODLTLTOUG = 0.85 MODLTLTOUG x [PLB x (LBi –
LBo)/LBo + PPC x (PCi – PCo)/PCo + POTH x (OTHi –
OTHo)/OTHo];
(xiv) VEXTNLTPWRSPLY = 0.85 EXTNLTPWRSPLY x [PLB x (LBi –
LBo)/LBo + POTH x (OTHi – OTHo)/OTHo];
(xv) VEXTNPWRSUPLY = 0.85 EXTNPWRSUPLY x [PLB x (LBi –
LBo)/LBo + POTH x (OTHi – OTHo)OTHo];
(xvi) VMODELETRICAL = 0.85 MODELETRICAL x [PLB x (LBi –
LBo)/LBo + POTH x (OTHi – OTHo)/OTHo];
(xvii) INVELECTRICAL = 0.85 INVELECTRICAL x [POTH x (OTHi –
OTHo)/OTHo];
(xviii) VSIGMOD = 0.85 SIGMOD x [PLB x (LBi – LBo)/LBo + PELEX x
(ELEXi – ELEXo)/ELEXo + PPC x (PCi – PCo)/PCo +POTH x
(OTHi – OTHo)/OTHo];
(xix) VINVSIG = 0.85 INVSIG x [POTH x (OTHi – OTHo)/OTHo];
(xx) VTESTSIG = 0.85 TESTSIG x [PLB x (LBi – LBo)/LBo + POTH x
(OTHi – OTHo)/OTHo];

82
Western Railway

(xxi) VCOMMOD = 0.85 COMMOD x [PLB x (LBi – LBo)/LBo +


PELEX x (ELEXi – ELEXo)/ELEXo + POFC x (OFCi –
OFCo)/OFCo];
(xxii) VINVCOM = 0.85 INVCOM x [POTH x (OTHi – OTHo)/OTHo];
(xxiii) VTESTCOM = 0.85 TESTCOM x [PLB x (LBi – LBo)/LBo + POTH
x (OTHi – OTHo)/OTHo]; and
(xxiv) VCIVENG = 0.85 x VCIVENG x [PLB x (LBi – LBo)/LBo + PS x
(Si – So)/So + PC x (Ci – Co)/ Co + POTH x (OTHi – OTHo)/
OTHo].
Where
VOHE = Increase or decrease in the cost of Over Head Equipment and other
related works during the period under consideration due to changes in the
rates for relevant components as specified in sub-paragraph (k);
VSP = Increase or decrease in the cost of Switch Post and other related
works during the period under consideration due to changes in the rates for
relevant components as specified in sub-paragraph (k);
VTRANSBOO = Increase or decrease in the cost of booster transformer and
other related works during the period under consideration due to changes in
the rates for relevant components as specified in sub-paragraph (k);
VTRANSAUX = Increase or decrease in the cost of auxiliary transformer
and other related works during the period under consideration due to changes
in the rates for relevant components as specified in sub-paragraph (k);
VTSS = Increase or decrease in the cost of Traction Sub-Station and other
related works during the period under consideration due to changes in the
rates for relevant components as specified in sub-paragraph (k);
VTLOH = Increase or decrease in the cost of overhead transmission line and
related works during the period under consideration due to changes in the
rates for relevant components as specified in sub-paragraph (k);
VTLUG = Increase or decrease in the cost of underground high voltage
transmission line and related works during the period under consideration
due to changes in the rates for relevant components as specified in sub-
paragraph (k);
VBAY = Increase or decrease in the cost of bay augmentation work at grid
sub-station/ terminal arrangement at TSS and related works during the period
under consideration due to changes in the rates for relevant components as
specified in sub-paragraph (k);
VSCADA = Increase or decrease in the cost of SCADA and related works
during the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (k);
VELEGWK = Increase or decrease in the cost of various electrical general
services works and related works during the period under consideration due
to changes in the rates for relevant components as specified in sub-paragraph
(k);

83
Western Railway

VMODHTPWRLINE = Increase or decrease in the cost of modification of


HT power lines and crossings (raising of height) and related works during
the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (k);
VMODHTLTOUG = Increase or decrease in the cost of modification of HT
power lines and crossings to under ground (replacement by underground
cabling) and related works during the period under consideration due to
changes in the rates for relevant components as specified in sub-paragraph
(k);
VMODLTLTOUG = Increase or decrease in the cost of modification of LT
power lines and crossings to under ground (replacement by underground
cabling) and related works during the period under consideration due to
changes in the rates for relevant components as specified in sub-paragraph
(k);
VEXTNLTPWRSPLY = Increase or decrease in the cost of
extension/augmentation of power supply for CLS work and related works
during the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (k);
VEXTNPWRSUPLY = Increase or decrease in the cost of
extension/augmentation of general power supply and related works during
the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (k);
VMODELETRICAL = Increase or decrease in the cost of modification to
existing electrical works and related works during the period under
consideration due to changes in the rates for relevant components as
specified in sub-paragraph (k);
VINVELECTRICAL = Increase or decrease in the cost of inventory
electrical during the period under consideration due to changes in the rates
for relevant components as specified in sub-paragraph (k);
VSIGMOD = Increase or decrease in the cost of signalling system
modification and related works during the period under consideration due to
changes in the rates for relevant components as specified in sub-paragraph
(k);
VINVSIG = Increase or decrease in the cost of signalling inventory during
the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (k);
VTESTSIG = Increase or decrease in the cost of SCADE and related works
during the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (k);
VCOMMOD = Increase or decrease in the cost of communication and
related works during the period under consideration due to changes in the
rates for relevant components as specified in sub-paragraph (k);
VINVCOM = Increase or decrease in the cost of telecommunication
inventory during the period under consideration due to changes in the rates
for relevant components as specified in sub-paragraph (k);

84
Western Railway

VTESTCOM = Increase or decrease in the cost of integrated testing and


commissioning and related works during the period under consideration due
to changes in the rates for relevant components as specified in sub-paragraph
(k);
VCIVENG = Increase or decrease in the cost of civil engineering and related
works during the period under consideration due to changes in the rates for
relevant components as specified in sub-paragraph (k);
PC, PCOND, PCU, PELEX, PINS, PLB, POFC, PSWGR, , PPC, and PSST
are the percentages of cement, conductor, copper wire, electronic items,
insulators, labour, fibre optic cables, electrical switch gears, PVC insulated
cable and structural steelrespectively for the relevant item as specified in
sub-paragraph (k);
Co = The wholesale price index as published by the Ministry of Commerce
& Industry, Government of India (hereinafter called “WPI”) for cement,
lime, plasterfor the month of the Base Month;
Ci = The WPI for cement, lime, plaster for the average price index of the 3
months of the quarter under consideration;
CONDo = Aluminium LME SELLER Settlement Price including
Premium for AL Ingots and Customs duty published by IEEMA for the
month of the Base Month;
CONDi = Aluminium LME SELLER Settlement Price including
Premium for AL Ingots and Customs duty published by IEEMA for the
average price index of the 3 months of the quarter under consideration;
CUo = Copper: (Cu) Price of copper wire rod published by IEEMA for
the month of the Base Month;
CUi= Copper: (Cu) Price of copper wire rod published by IEEMA for
the average price index of the 3 months of the quarter under consideration;
ELEXo = The WPI for Manufacture OF Electronic Components for the
month of the Base Month;
ELEXi = The WPI for Manufacture OF Electronic Components for the
average price index of the 3 months of the quarter under consideration;
INSo = The WPI for insulators for the month of the Base Month;
INSi = The WPI for insulators for the average price index of the 3 months of
the quarter under consideration;

LBo = The consumer price index for industrial workers – All India,
published by Labour Bureau, Ministry of Labour, Government of India,
(hereinafter called “CPI”) for the month of the Base Month;

LBi = The CPI for industrial workers – All India for the average price index
of the 3 months of the quarter under consideration
OFCo = The WPI for optical fibre cables for the month of the Base Month;
OFCi = The WPI for optical fibre cables for the average price index of the 3
months of the quarter under consideration;

85
Western Railway

OTHo = The WPI for all commodities for the month of the Base Month;
OTHi = The WPI for all commodities for the average price index of the 3
months of the quarter under consideration;
PCo = The WPI for PVC insulated cable for the month of the Base Month;
PCi = The WPI for PVC insulated cable for the average price index of the 3
months of the quarter under consideration;
So = The WPI for steel (rods) for the month of the Base Month;
Si = The WPI for steel (rods) for the average price index of the 3 months of
the quarter under consideration;
SSTo = Price for BLOOMS-Retail (SBLR) 150mmx150mm published by
IEEMA for the month of the Base Month;
SSTi = Price for BLOOMS-Retail (SBLR) 150mmx150mm published by
IEEMA for the average price index of the 3 months of the quarter under
consideration;
SWGRo = The WPI for MANUFACTURE OF ELECTRICAL
EQUIPMENT for the month of the Base Month;
SWGRi = The WPI for MANUFACTURE OF ELECTRICAL
EQUIPMENT for the average price index of the 3 months of the quarter
under consideration;
TRo = The WPI for transformers for the month of the Base Month; and
TRi = The WPI for transformers for the average price index of the 3 months
of the quarter under consideration.

P30Ci = Price payable per Km as adjusted in accordance with price variation


Clause for size 30C x 1.5 sq mm signalling cable
P30Co = Price per Km of cable as per purchase order/ Contract agreement.
S30C = Percentage of size 30C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P24Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 24C x 1.5 sq mm signalling cable
P24Co = Price per Km of cable as per purchase order/ Contract agreement.
S24C = Percentage of size 24C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P19Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 19C x 1.5 sq mm signalling cable
P19Co = Price per Km of cable as per purchase order/ Contract agreement.
S19C = Percentage of size 19C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.

86
Western Railway

P12Ci = Price payable per Km as adjusted in accordance with price variation


Clause for size 12C x 1.5 sq mm signalling cable
P12Co = Price per Km of cable as per purchase order/ Contract agreement.
S12C = Percentage of size 12C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P9Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 9C x 1.5 sq mm signalling cable
P9Co = Price per Km of cable as per purchase order/ Contract agreement.
S9C = Percentage of size 9C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P6Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 6C x 1.5 sq mm signalling cable
P6Co = Price per Km of cable as per purchase order/ Contract agreement.
S6C = Percentage of size 6C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P4Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 4C x 1.5 sq mm signalling cable
P4Co = Price per Km of cable as per purchase order/ Contract agreement.
S4C = Percentage of size 4C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P2Ci = Price payable per Km as adjusted in accordance with price variation
Clause for size 2C x 1.5 sq mm signalling cable
P2Co = Price per Km of cable as per purchase order/ Contract agreement.
S2C = Percentage of size 2C x 1.5 sq mm signalling cable shall govern the
price adjustment of the contract price for signalling and telecommunication
works.
P12C2.5i = Price payable per Km as adjusted in accordance with price
variation Clause for size 12C x 2.5 sq mm signalling cable
P12C2.5o = Price per Km of cable as per purchase order/ Contract agreement.
S12C2.5 = Percentage of size 12C x 2.5 sq mm signalling cable shall govern
the price adjustment of the contract price for signalling and
telecommunication works.
P2C2.5i = Price payable per Km as adjusted in accordance with price
variation Clause for size 2C x 2.5 sq mm signalling cable
P2C2.5o = Price per Km of cable as per purchase order/ Contract agreement.
S2C2.5 = Percentage of size 2C x 2.5 sq mm signalling cable shall govern
the price adjustment of the contract price for signalling and
telecommunication works.
P2C25i = Price payable per Km as adjusted in accordance with price
variation Clause for size 2C x 25 sq mm signalling cable
P2C25o = Price per Km of cable as per purchase order/ Contract agreement.

87
Western Railway

S2C25 = Percentage of size 2C x 25 sq mm signalling cable shall govern the


price adjustment of the contract price for signalling and telecommunication
works.
PQCi = Price payable per Km as adjusted in accordance with price variation
Clause for size 0.9mm dia, 6 Quad cable.
PQCo = Price per Km of cable as per purchase order/ Contract agreement.
QC = Percentage of size 0.9mm dia, 6 Quad cable shall govern the price

88
Western Railway

(k) The following percentages shall govern the price adjustment of the Contract Price for electrification works:

(i) For OHE, TSS, SP, Booster Transformer stations, Auxiliary transformer stations:

Component Over Head Equipment except Switch Posts Booster Tracking sub stations except Auxiliary OHE other works,
other work except Transformer Commissioning and charging transformer commissioning and
commissionin Station stations charging of TSS, SP,
Foundation, mast Stringing of g and Transformers All works Booster
erection, bracket, catenary charging, except trans- Transformer
erection, and contact formers stations, auxiliary
insulators wire transformer stations

Labour (PLB) ***% ***% ***% ***% ***% ***% ***% 100%

Cement (PC) ***% - ***% - - ***% - -

Structural ***% - - ***% - ***% ***% -


steel (PSST)

Insulators ***% - - - - - - -
(PINS)

Copper wire - ***% - - - - - -


(PCU)

Transformer _ - - ***% ***% ***% -


(PTR)

Electrical - - ***% - - ***% - -


Switch Gear
(PSWGR)

Total 100% 100% 100% 100% 100% 100% 100% 100%


Western Railway

(ii) For transmission lines overhead, underground high tension cable transmission line, bay augmentation work at Grid Sub-station etc., various
electrical general services works and modification of HT power lines and crossings (raising of height):

Component Transmission lines Underground high Bay augmentation Various Modification of Commissioning of
overhead including tension cable work at grid sub- electrical HT power lines transmission lines overhead,
monopole except transmission line station/ terminal underground high tension
commissioning except arrangement at
general and crossings cable transmission line, bay
commissioning TSS services (raising of augmentation work.
works height)
Labour (PLB) ***% ***% ***% ***% ***% 100%

Structural steel ***% - ***% - ***% -

Cement (PC) ***% - ***% - - -

Conductor ***% - -
(PCOND)

PVC Insulated - ***% - - - -


Cable (PIC)

Copper wire - - ***% - - -


(PCU)

Insulators ***% - - - - -
(PINS)

Other items ***% - - ***% ***% -


(POTH)

Total 100% 100% 100% 100% 100% 100%

90
Western Railway

(iii) For SCADA, modification of HT power lines and crossings to under ground (replacement by underground cabling), modification of LT
power lines and crossings to under ground (replacement by underground cabling except commissioning, Extension/augmentation of power
supply for CLS work, extension/augmentation of general power supply, modification to existing electrical works:

Component SCADA except Modification of HT Modification of LT Extension/ Extension/ Modification to Commissioning of


com-missioning for power lines and power lines and augmentation of augmentation of existing electrical SCADA,
the Division crossings to under crossings to under power supply for general power works Modification of HT
ground ground CLS work except supply power lines,
(replacement by (replacement by commissioning Modification of LT
underground underground power lines, and
cabling) except cabling except Extension/
commissioning commissioning augmentation of
power supply for
CLS work

Labour (PLB) ***% ***% ***% ***% ***% ***% 100%

Electronics **% - - - - - -
(PELEX)

PVC Insulated - ***% ***% * * * -


Cable (PIC)

Fibre Cable - - - - - - -
(POFC)

All other ***% ***% ***% ***% ***% ***% -


commodities
(POTH)

Total 100% 100% 100% 100% 100% 100% 100%

91
Western Railway

(iv) For modification of signalling works, modification of telecommunications


works, inventory for electrification. Signalling and telecommunication works; and
integrated testing and commissioning of the electrification, signalling and
telecommunication works:
Component Modification Modification of Inventory for Integrated testing
of signalling telecommunications electrification. and
works works signalling and commissioning of
telecommunication electrification.
works signalling and
telecommunication
works
Labour ***% ***% - ***%
(PLB)
Electronics ***% ***% - -
(PELEX)
30C x 1.5 - -
sq mm
***% ***%
signalling
cable(S30C)
24C x 1.5 - -
sq mm
signalling ***% ***%
cable
(S24C)
19Cx 1.5 sq - -
mm
signalling ***% ***%
cable
(S19C)
12C x 1.5 - -
sq mm
signalling ***% ***%
cable
(S12C)
9C x 1.5 sq - -
mm
***% ***%
signalling
cable (S9C)
6C x 1.5 sq - -
mm
***% ***%
signalling
cable (S6C)
4C x 1.5 sq - -
mm
***% ***%
signalling
cable (S4C)
2C x 1.5 sq - -
mm
***% ***%
signalling
cable (S2C)
92
Western Railway

12C x 2.5 - -
sq mm
signalling ***% ***%
cable
(S12C2.5)
2C x 2.5 sq - -
mm
signalling ***% ***%
cable
(S2C2.5)
2C x 25 sq - -
mm
signalling ***% ***%
cable
(S2C25)
0.9 mm dia, - -
6Quad ***% ***%
cable (QC)
Fibre Cable - ***% - -
(POFC)
All other ***% ***% ***% ***%
commodities
(POTH)

Total 100% 100% 100% 100%

(v) For Civil Engineering Works:

Component Civil Engineering Works

Labour (PLB) ***%

Steel (PS) ***%

Cement (PC) ***%

All other commodities ***%


(POTH)

Total 100%

17.8.5 In case an IPC relates to a month which is within 3 (three) months from the
Base Date, no price adjustment shall be applicable.

17.9 Restrictions on price adjustment

Price adjustment shall be due and payable only in respect of the stages of
Works for which the Stage Payment Statement has been submitted by the
Contractor no later than 30 (thirty) days from the date of the applicable
Project Milestone or the Scheduled Completion Date, as the case may be,

93
Western Railway

including any Time Extension granted therefor in accordance with the


provisions of this Agreement. For the avoidance of doubt, in the event of
submission of any Stage Payment Statement after the period specified herein,
price adjustment shall be applicable only until the date of the respective
Project Milestone or the Scheduled Completion Date, as the case may be.

17.10 Final Payment Statement

17.10.1 Within 60 (sixty) days of receiving the Completion Certificate under Clause
12.4, the Contractor shall submit to the Authority Engineer six copies of a
final payment statement (the “Final Payment Statement”), with supporting
documents, in the form prescribed by the Authority Engineer:

(a) the summary of Contractor’s Stage Payment Statements for Works as


submitted in accordance with Clause 17.4;

(b) the amounts received from the Authority against each claim; and

(c) any further sums which the Contractor considers due to it from the
Authority.

If the Authority Engineer disagrees with or cannot verify any part of the
Final Payment Statement, the Contractor shall submit such further
information as the Authority Engineer may reasonably require.The Authority
Engineer shall deliver to the Authority:

(i) an IPC for those parts of the Final Payment Statement which are not
in dispute, along with a list of disputed items which shall then be
settled in accordance with the provisions of Article 24; or

(ii) a Final Payment Certificate in accordance with Clause 17.15, if there


are no disputed items.

17.10.2If the Authority Engineer does not prescribe the form referred to in Clause
17.10.1 within 7 (Seven) days of the date of issue of the Completion
Certificate, the Contractor shall submit the statement in such form as it
deems fit.

17.11 Discharge

Upon submission of the Final Payment Statement under Clause 17.10, the
Contractor shall give to the Authority, with a copy to the Authority Engineer,
a written discharge confirming that the total of the Final Payment Statement
represents full and final settlement of all monies due to the Contractor in
respect of this Agreement for all the Works arising out of this Agreement,
except for any monies due to either Party on account of any Defect. Provided
that such discharge shall become effective only after the payment due has
been made in accordance with the Final Payment Certificate issued pursuant
to Clause 17.12.

94
Western Railway

17.12 Final Payment Certificate

17.12.1Within 30 (thirty) days after receipt of the Final Payment Statement under
Clause 17.10, and the written discharge under Clause 17.11, and there being
no disputed items of claim, the Authority Engineer shall deliver to the
Authority, with a copy to the Contractor, a final payment certificate (the
“Final Payment Certificate”) stating the amount which, in the opinion of
the Authority Engineer, is finally due under this Agreement or otherwise. For
the avoidance of doubt, before issuing the Final Payment Certificate, the
Authority Engineer shall ascertain from the Authority all amounts previously
paid by the Authority, all sums due to the Authority, and the balance, if any,
due from the Authority to the Contractor or from the Contractor to the
Authority, as the case may be.

17.12.2The Authority shall, in accordance with the provisions of Clause 17.7, pay to
the Contractor the amount which is specified as being finally due in the Final
Payment Certificate.

17.13 Change in law

17.13.1If as a result of Change in Law, the Contractor suffers any additional costs in
the execution of the Works or in relation to the performance of its other
obligations under this Agreement, the Contractor shall, within 15 (fifteen)
days from the date it becomes reasonably aware of such addition in costs,
notify the Authority with a copy to the Authority Engineer of such additional
costs due to Change in Law.

17.13.2If as a result of Change in Law, the Contractor benefits from any reduction in
costs for the execution of this Agreement or in accordance with the
provisions of this Agreement, either Party shall, within 15 (fifteen) days
from the date it becomes reasonably aware of such reduction in costs, notify
the other Party with a copy to the Authority Engineer of such reduction in
costs due to Change in Law.

17.13.3The Authority Engineer shall, within15 (fifteen) days from the date of receipt
of notice from the Contractor or the Authority, as the case may be, determine
any addition or reduction to the Contract Price, as the case may be, due to the
Change in Law.

17.14 Correction of Interim Payment Certificates

The Authority Engineer may by an Interim Payment Certificate make any


correction or modification in any previous Interim Payment Certificate
issued by the Authority Engineer.

17.15 Authority’s claims

If the Authority considers itself to be entitled to any payment from the


Contractor under any Clause of this Agreement, it shall give notice and

95
Western Railway

particulars to the Contractor 20 (twenty) days before making the recovery


from any amount due to the Contractor, and shall take into consideration the
representation, if any, made by the Contractor in this behalf, before making
such recovery.

17.16 Bonus for early completion

In the event that the Project Completion Date occurs prior to the Scheduled
Completion Date, the Contractor shall be entitled to receive a payment of
bonus equivalent to 0.03% (zero point zero three per cent) of the Contract
Price for each day by which the Project Completion Date precedes the
Scheduled Completion Date, but subject to a maximum of 5% (five per cent)
of the Contract Price. Provided, however, that the payment of bonus, if any,
shall be made only after the issue of the Completion Certificate. For the
avoidance of doubt, the Parties agree that for the purpose of determining the
bonus payable hereunder, the Contract Price shall always be deemed to be
the amount specified in Clause 17.1.1, and shall exclude any revision thereof
for any reason.

96
Western Railway

ARTICLE 18
INSURANCE

18.1 Insurance for Works

18.1.1 The Contractor shall effect and maintain at its own cost the insurances
specified in Schedule-N and as per the requirements of Applicable Laws.

18.1.2 Subject to the provisions of Clause 19.6, the Contractor shall, in accordance
with the provisions of this Agreement, be liable to bear the cost of any loss
or damage that does not fall within the scope of this Article 18 or cannot be
recovered from the insurers.

18.1.3 Subject to the exceptions specified in Clause 18.1.4 below, the Contractor
shall fully indemnify, hold harmless and defend the Authority from and
against any and all losses, damages, costs, charges and/or claims with respect
to:

(a) the death of or injury to any person; or

(b) the loss of or damage to any property;

that may arise out of or in consequence of any breach by the Contractor of


this Agreement during the execution of the Works or the remedying of any
Defects therein.

18.1.4 Notwithstanding anything stated above in Clause 18.1.3, the Authority shall
fully indemnify the Contractor from and against any and all losses, damages,
costs, charges, proceedings and/or claims arising out of or with respect to

(a) the use or occupation of land or any part thereof by the Authority;

(b) the damage to property which is the unavoidable result of the


execution and completion of the Works, or the remedying of any
Defects therein, in accordance with this Agreement; and

(c) the death of or injury to persons or loss of or damage to property


resulting from any act or neglect of the Authority, its agents, servants
or other contractors, not being employed by the Contractor.

Provided, that in the event of any injury or damage as a result of the


contributory negligence of the Contractor, the Authority shall be liable to
indemnify the Contractor from and against any and all losses, damages,
costs, charges, proceedings and/or claims to the extent proportionate to the
liability of the Authority, its servants or agents or other contractors not
associated with the Contractor in such injury or damage.

18.1.5 Without prejudice to the obligations of the parties as specified under Clauses
18.1.3 and 18.1.4, the Contractor shall maintain or effect such third party
insurances as may be required under Applicable Laws.
97
Western Railway

18.1.6 The Contractor shall provide to the Authority, within 30 days of the
Appointed Date, evidence of professional liability insurance maintained by
its Design Director and/or consultants to cover the risk of professional
negligence in the design of Works. The professional liability cover shall be
for a sum of not less than [3% (three per cent)] of the Contract Price and
shall be maintained until the end of the Defects Liability Period.

18.2 Notice to the Authority

No later than 15 (fifteen) days after the date of this Agreement, the
Contractor shall by notice furnish to the Authority, in reasonable detail,
information in respect of the insurances that it proposes to effect and
maintain in accordance with this Article 18. Within 15 (fifteen) days of
receipt of such notice, the Authority may require the Contractor to effect and
maintain such other insurances as may be necessary pursuant hereto, and in
the event of any difference or disagreement relating to any such insurance,
the Dispute Resolution Procedure shall apply.

18.3 Evidence of Insurance Cover

18.3.1 All insurances obtained by the Contractor in accordance with this Article 18
shall be maintained with insurers on terms consistent with Good Industry
Practice. Within 10(ten) days of obtaining any insurance cover, the
Contractor shall furnish to the Authority notarised true copies of the
certificate(s) of insurance, copies of insurance policies and premia payment
receipts in respect of such insurance, and no such insurance shall be
cancelled, modified, or allowed to expire or lapse until the expiration of at
least 45 (forty-five) days after notice of such proposed cancellation,
modification or non-renewal has been delivered by the Contractor to the
Authority. The Contractor shall act in accordance with the directions of the
Authority.

18.3.2 The Contractor shall procure and ensure the adequacy of the insurances at all
times in accordance with the provisions of this Agreement.

18.4 Remedy for failure to insure

If the Contractor shall fail to effect and keep in force all insurances for which
it is responsible pursuant hereto, the Authority shall have the option to either
keep in force any such insurances, and pay such premia and recover the costs
thereof from the Contractor, or in the event of computation of a Termination
Payment, treat an amount equal to the Insurance Cover as deemed to have
been received by the Contractor. If either the Contractor or the Authority
fails to comply with any condition of the the insurances effected under the
contract, the Party so failing to comply shall indemnify the other Party
against all direct losses and claims (including legal fees and expenses)
arising from such failure.

98
Western Railway

18.5 Waiver of subrogation

All insurance policies in respect of the insurance obtained by the Contractor


pursuant to this Article 18 shall include a waiver of any and all rights of
subrogation or recovery of the insurers thereunder against, inter alia, the
Authority, and its assigns, successors, undertakings and their subsidiaries,
Affiliates, employees, insurers and underwriters, and of any right of the
insurers to any set-off or counterclaim or any other deduction, whether by
attachment or otherwise, in respect of any liability of any such person
insured under any such policy or in any way connected with any loss,
liability or obligation covered by such policies of insurance.

18.6 Contractor’s waiver

The Contractor hereby further releases, assigns and waives any and all rights
of subrogation or recovery against, inter alia, the Authority and its assigns,
undertakings and their subsidiaries, Affiliates, employees, successors,
insurers and underwriters, which the Contractor may otherwise have or
acquire in or from or in any way connected with any loss, liability or
obligation covered by policies of insurance maintained or required to be
maintained by the Contractor pursuant to this Agreement (other than third
party liability insurance policies) or because of deductible clauses in or
inadequacy of limits of any such policies of insurance.

18.7 Cross liabilities

Any such insurance maintained or effected in pursuance of this Article 18


shall include a cross liability clause such that the insurance shall apply to the
Contractor and to the Authority as separately insured.

18.8 Accident or injury to workmen

Notwithstanding anything contained in this Agreement, it is hereby expressly


agreed between the Parties that the Authority shall not be liable for or in
respect of any damages or compensation payable to any workman or other
person in the employment of the Contractor or Sub-contractor, save and
except as for death or injury resulting from any act, omission or default of
the Authority, its agents or servants. The Contractor shall indemnify and
keep indemnified the Authority from and against all such claims,
proceedings, damages, costs, charges, and expenses whatsoever in respect of
the above save and except for those acts, omissions or defaults for which the
Authority shall be liable.

18.9 Insurance against accident to workmen

The Contractor shall effect and maintain during the Agreement such
insurances as may be required to insure the Contractor’s personnel and any
other persons employed by it on the Railway Project from and against any
liability incurred in pursuance of this Article 18 Provided that for the
purposes of this Clause 18.9, the Contractor’s personnel/any person
employed by the Contractor shall include the Sub-contractor and its

99
Western Railway

personnel. Provided further that in respect of any persons employed by any


Sub-contractor, the Contractor's obligations to insure as aforesaid under this
Clause 18.9 shall be discharged if the Sub-contractor shall have insured
against any liability in respect of such persons in such manner that the
Authority is indemnified under the policy. The Contractor shall require such
Sub-contractor to produce before the Authority, when required, such policy
of insurance and the receipt for payment of the current premium within 10
(ten) days of such demand being made by the Authority.

18.10 Application of insurance proceeds

The proceeds from all insurance claims, except for life and injury, shall be
applied for any necessary repair, reconstruction, reinstatement, replacement,
improvement, delivery or installation of the Railway Project and the
provisions of this Agreement in respect of construction of Works shall apply
mutatis mutandis to the Works undertaken out of the proceeds of insurance.

18.11 Compliance with policy conditions

The Contractor expressly acknowledges and undertakes to fully indemnify


the Authority from and against all losses and claims arising from the
Contractor’s failure to comply with conditions imposed by the insurance
policies effected in accordance with this Agreement.

100
Western Railway

Part V
Force Majeure and Termination

101
Western Railway

ARTICLE 19
FORCE MAJEURE

19.1 Force Majeure

As used in this Agreement, the expression “Force Majeure” or “Force


Majeure Event” shallmean occurrence in India of any or all of Non-Political
Event, Indirect Political Event and Political Event, as defined in Clauses
19.2, 19.3 and 19.4 respectively, if it affects the performance by the Party
claiming the benefit of Force Majeure (the “Affected Party”) of its
obligations under this Agreement and which act or event (a) is beyond the
reasonable control of the Affected Party, and (b) the Affected Party could not
have prevented or overcome by exercise of due diligence and following
Good Industry Practice, and (c) has Material Adverse Effect on the Affected
Party.

19.2 Non-Political Event

A Non-Political Event shall mean one or more of the following acts or


events:

(a) act of God, epidemic, extremely adverse weather conditions,


lightning, earthquake, landslide, cyclone, flood, volcanic eruption,
chemical or radioactive contamination or ionising radiation, fire or
explosion (to the extent of contamination or radiation or fire or
explosion originating from a source external to the Site);

(b) strikes or boycotts (other than those involving the Contractor, Sub-
contractors or their respective employees/representatives, or
attributable to any act or omission of any of them) interrupting
supplies and services to the Railway Project for a continuous period
of 24 (twenty-four) hours and an aggregate period exceeding 10 (ten)
days in an Accounting Year, and not being an Indirect Political Event
set forth in Clause 19.3;

(c) any failure or delay of a Sub-contractor but only to the extent caused
by another Non-Political Event;

(d) any judgement or order of any court of competent jurisdiction or


statutory authority made against the Contractor in any proceedings
for reasons other than (i) failure of the Contractor to comply with any
Applicable Law or Applicable Permit, or (ii) on account of breach of
any Applicable Law or Applicable Permit or of any contract, or (iii)
enforcement of this Agreement, or (iv) exercise of any of its rights
under this Agreement by the Authority;or (v) breach of its obligations
by the Contractor under its sub-contracts;

(e) the discovery of geological conditions, toxic contamination or


archaeological remains on the Site that could not reasonably have
been expected to be discovered through a site inspection; or

102
Western Railway

(f) any event or circumstances of a nature analogous to any of the


foregoing.

19.3 Indirect Political Event

An Indirect Political Event shall mean one or more of the following acts or
events:

(a) an act of war (whether declared or undeclared), invasion, armed


conflict or act of foreign enemy, blockade, embargo, riot,
insurrection, terrorist or military action, civil commotion or
politically motivated sabotage;

(b) industry-wide or State-wide strikes or industrial action for a


continuous period of 24 (twenty-four) hours and exceeding an
aggregate period of 10 (ten) days in an Accounting Year;

(c) any civil commotion, boycott or political agitation which prevents


construction of the Railway Project by the Contractor for an
aggregate period exceeding 10 (ten) days in an Accounting Year;

(d) failure of the Authority to permit the Contractor to continue with its
Construction Works, with or without modifications, in the event of
stoppage of such work after discovery of any geological or
archaeological finds;

(e) any failure or delay of a Sub-contractor to the extent caused by any


Indirect Political Event;

(f) any Indirect Political Event that causes a Non-Political Event; or

(g) any event or circumstances of a nature analogous to any of the


foregoing.

19.4 Political Event

A Political Event shall mean one or more of the following acts or events by
or on account of any Government Instrumentality:

(a) Change in Law, only if consequences thereof cannot be dealt with


under and in accordance with the provisions of Clause 17.13;

(b) compulsory acquisition in national interest or expropriation of any


Project Assets or rights of the Contractor or of the Sub-Contractors;

(c) unlawful or unauthorised or without jurisdiction revocation of, or


refusal to renew or grant without valid cause, any clearance, licence,
permit, authorisation, no objection certificate, consent, approval or
exemption required by the Contractor or any of the Sub-contractors to
perform their respective obligations under this Agreement; provided
that such delay, modification, denial, refusal or revocation did not
result from the Contractor’s or any Sub-contractor’s inability or

103
Western Railway

failure to comply with any condition relating to grant, maintenance or


renewal of such clearance, licence, authorisation, no objection
certificate, exemption, consent, approval or permit;

(d) any failure or delay of a Sub-contractor but only to the extent caused
by another Political Event; or

(e) any event or circumstances of a nature analogous to any of the


foregoing.

19.5 Duty to report Force Majeure Event

19.5.1 Upon occurrence of a Force Majeure Event, the Affected Party shall by
notice report such occurrence to the other Party forthwith. Any notice
pursuant hereto shall include full particulars of:

(a) the nature and extent of each Force Majeure Event which is the
subject of any claim for relief under this Article 19 with evidence in
support thereof;

(b) the estimated duration and the effect or probable effect which such
Force Majeure Event is having or will have on the Affected Party’s
performance of its obligations under this Agreement;

(c) the measures which the Affected Party is taking or proposes to take
for alleviating the impact of such Force Majeure Event; and

(d) any other information relevant to the Affected Party’s claim.

19.5.2 The Affected Party shall not be entitled to any relief for or in respect of a
Force Majeure Event unless it shall have notified the other Party of the
occurrence of the Force Majeure Event as soon as reasonably practicable,
and in any event no later than 10 (ten) days after the Affected Party knew, or
ought reasonably to have known, of its occurrence, and shall have given
particulars of the probable material effect that the Force Majeure Event is
likely to have on the performance of its obligations under this Agreement.

19.5.3 For so long as the Affected Party continues to claim to be affected by such
Force Majeure Event, it shall provide the other Party with regular (and not
less than weekly) reports containing information as required by Clause
19.5.1, and such other information as the other Party may reasonably request
the Affected Party to provide.

19.6 Effect of Force Majeure Event on the Agreement

19.6.1 Upon the occurrence of any Force Majeure

(a) prior to the Appointed Date, both Parties shall bear their respective
Force Majeure costs.

104
Western Railway

(b) after the Appointed Date, the costs incurred and attributable to such
event and directly relating to this Agreement (the “Force Majeure
costs”) shall be allocated and paid as follows:

(i) upon occurrence of a Non-Political Event, the Parties shall


bear their respective Force Majeure costs and neither Party shall be
required to pay to the other Party any costs thereof;

(ii) upon occurrence of an Indirect Political Event, all Force


Majeure costs attributable to such Indirect Political Event, and not
exceeding the Insurance Cover for such Indirect Political Event,
shall be borne by the Contractor, and to the extent Force Majeure
costs exceed such Insurance Cover, one half of such excess amount
shall be reimbursed by the Authority to the Contractor for the Force
Majeure events; and

(iii) upon occurrence of a Political Event, all Force Majeure costs


attributable to such Political Event shall be reimbursed by the
Authority to the Contractor.

For the avoidance of doubt, Force Majeure costs may include costs directly
attributable to the Force Majeure Event, but shall not include debt repayment
obligations, if any, of the Contractor.

19.6.2 Save and except as expressly provided in this Article 19, neither Party shall
be liable in any manner whatsoever to the other Party in respect of any loss,
damage, cost, expense, claims, demands and proceedings relating to or
arising out of occurrence or existence of any Force Majeure Event or
exercise of any right pursuant hereto.

19.6.3 Upon the occurrence of any Force Majeure Event during the Construction
Period, the Project Completion Schedule for and in respect of the affected
Works shall be extended on a day for day basis for such period as
performance of the Contractor’s obligations is affected on account of the
Force Majeure Event or its subsisting effects, as may be determined by the
Authority Engineer.

19.6.4 Force Majeure costs for any event which results in any offsetting
compensation being payable to the Contractor by or on behalf of its sub-
contractors shall be reduced by such amounts that are payable to the
Contractor by its Sub-contractors.

19.7 Termination Notice for Force Majeure Event

If a Force Majeure Event subsists for a period of 60 (sixty) days or more


within a continuous period of 120 (one hundred and twenty) days, either
Party may in its discretion terminate this Agreement by issuing a
Termination Notice to the other Party without being liable in any manner
whatsoever, save as provided in this Article 19, and upon issue of such
Termination Notice, this Agreement shall, notwithstanding anything to the
contrary contained herein, stand terminated forthwith; provided that before

105
Western Railway

issuing such Termination Notice, the Party intending to issue the


Termination Notice shall inform the other Party of such intention and grant
15 (fifteen) days time to make a representation, and may after the expiry of
such 15 (fifteen) days period, whether or not it is in receipt of such
representation, in its sole discretion issue the Termination Notice.

19.8 Termination Payment for Force Majeure Event

19.8.1 In the event of this Agreement being terminated on account of a Non-


Political Event, the Termination Payment shall be an amount equal to the
sum payable under Clause 21.5.

19.8.2 If Termination is on account of an Indirect Political Event, the Termination


Payment shall include:

(a) any sums due and payable under Clause 21.5; and

(b) the reasonable cost, as determined by the Authority Engineer, of the


Plant and Materialsprocured by the Contractor and transferred to the
Authority for use in Construction, only if such Plant and Materials
are in conformity with the Specifications and Standards;

19.8.3 If Termination is on account of a Political Event, the Authority shall make a


Termination Payment to the Contractor in an amount that would be payable
under Clause 21.6.2 as if it were an Authority Default.

19.9 Dispute resolution

In the event that the Parties are unable to agree in good faith about the
occurrence or existence of a Force Majeure Event, such Dispute shall be
finally settled in accordance with the Dispute Resolution Procedure;
provided that the burden of proof as to the occurrence or existence of such
Force Majeure Event shall be upon the Party claiming relief and/or excuse on
account of such Force Majeure Event.

19.10 Excuse from performance of obligations

If the Affected Party is rendered wholly or partially unable to perform its


obligations under this Agreement because of a Force Majeure Event, it shall
be excused from performance of such of its obligations to the extent it is
unable to perform on account of such Force Majeure Event; provided that:

(a) the suspension of performance shall be of no greater scope and of no


longer duration than is reasonably required by the Force Majeure
Event;

(b) the Affected Party shall make all reasonable efforts to mitigate or
limit damage to the other Party arising out of or as a result of the
existence or occurrence of such Force Majeure Event and to cure the
same with due diligence; and

106
Western Railway

(c) when the Affected Party is able to resume performance of its


obligations under this Agreement, it shall give to the other Party
notice to that effect and shall promptly resume performance of its
obligations hereunder.

107
Western Railway

ARTICLE 20
SUSPENSION OF CONTRACTOR’S RIGHTS

20.1 Suspension upon Contractor Default

Upon occurrence of a Contractor Default, the Authority shall be entitled,


without prejudice to its other rights and remedies under this Agreement
including its rights of Termination hereunder, to (a) suspend carrying out of
the Works or any part thereof, and (b) carry out such Works itself or
authorise any other person to exercise or perform the same on its behalf
during such suspension (the “Suspension”). Suspension hereunder shall be
effective forthwith upon issue of notice by the Authority to the Contractor
and may extend up to a period not exceeding 90 (ninety) days from the date
of issue of such notice.

20.2 Authority to act on behalf of Contractor

During the period of Suspension hereunder, all rights and liabilitiesvested in


the Contractor in accordance with the provisions of this Agreement shall
continue to vest in the Contractor and all things done or actions taken,
including expenditure incurred by the Authority for discharging the
obligations of the Contractor under and in accordance with this Agreement
shall be deemed to have been done or taken for and on behalf of the
Contractor and the Contractor undertakes to indemnify the Authority for all
costs incurred during such period.The Contractor hereby licences and sub-
licences respectively, the Authority or any other person authorised by it
under Clause 20.1 to use during Suspension, all Intellectual Property
belonging to or licenced to the Contractor with respect to the Railway Project
and its design, engineering, construction and maintenance, and which is used
or created by the Contractor in performing its obligations under the
Agreement.

20.3 Revocation of Suspension

20.3.1 In the event that the Authority shall have rectified or removed the cause of
Suspensionwithin a period not exceeding 60 (sixty) days from the date of
Suspension, it shall revoke the Suspension forthwith and restore all rights of
the Contractor under this Agreement. For the avoidance of doubt, the Parties
expressly agree that the Authority may, in its discretion, revoke the
Suspension at any time, whether or not the cause of Suspension has been
rectified or removed hereunder.

20.3.2 Upon the Contractor having cured the Contractor Default within a period not
exceeding 60 (sixty) days from the date of Suspension, the Authority shall
revoke the Suspension forthwith and restore all rights of the Contractor under
this Agreement.

108
Western Railway

20.4 Termination

20.4.1 At any time during the period of Suspension under this Article 20, the
Contractor may by notice require the Authority to revoke the Suspension and
issue a Termination Notice. The Authority shall, within 15 (fifteen) days of
receipt of such notice, terminate this Agreement under and in accordance
with Article 21 as if it is a Contractor Default under Clause 21.1.

20.4.2 Notwithstanding anything to the contrary contained in this Agreement, in the


event that Suspension is not revoked within 90 (ninety) days from the date of
Suspension hereunder, the Agreement shall, upon expiry of the aforesaid
period, be deemed to have been terminated by mutual agreement of the
Parties and all the provisions of this Agreement shall apply, mutatis
mutandis, to such Termination as if a Termination Notice had been issued by
the Authority upon occurrence of a Contractor Default.

109
Western Railway

ARTICLE 21
TERMINATION

21.1 Termination for Contractor Default

21.1.1 Save as otherwise provided in this Agreement, in the event that any of the
defaults specified below shall have occurred, and the Contractor fails to cure
the default within the Cure Period set forth below, or where no Cure Period
is specified, then within a Cure Period of 60 (sixty) days, the Contractor shall
be deemed to be in default of this Agreement (the “Contractor Default”),
unless the default has occurred as a result of any breach of this Agreement by
the Authority or due to Force Majeure. The defaults referred to herein shall
include:

(a) The Contractor fails to provide, extendor replenish, as the case may
be, the Performance Security in accordance with this Agreement;
(b) subsequent to the replenishment or furnishing of fresh Performance
Security in accordance with Clause 7.3, the Contractor fails to cure,
within a Cure Period of 30 (thirty) days, the Contractor Default for
which the whole or part of the Performance Security was
appropriated;
(c) the Contractor does not achieve the latest outstanding Project
Milestone due in accordance with the provisions of Schedule-I,
subject to any Time Extension, and continues to be in default for 45
(forty five) days;
(d) the Contractor abandons or manifests intention to abandon the
construction of the Railway Project without the prior written consent
of the Authority;
(e) the Contractor fails to proceed with the Works in accordance with the
provisions of Clause 10.1 or stops Works for 30 (thirty) days without
reflecting the same in the current programme and such stoppage has
not been authorised by the Authority Engineer;
(f) the Project Completion Date does not occur within the period
specified in Schedule-I for the Scheduled Completion Date, or any
extension thereof;
(g) failure to complete the Punch List items within the periods stipulated
therefor in Clause 12.3;
(h) the Contractor fails to rectify any Defect, the non rectification of
which shall have a Material Adverse Effect on the Project, within the
time specified in this Agreement or as directed by the Authority
Engineer;
(i) the Contractor subcontracts the Works or any part thereof in violation
of this Agreement or assigns any part of the Works without the prior
approval of the Authority;

(j) the Contractor creates any Encumbrance in breach of this Agreement;

110
Western Railway

(k) an execution levied on any of the assets of the Contractor has caused
a Material Adverse Effect ;
(l) the Contractor is adjudged bankrupt or insolvent, or if a trustee or
receiver is appointed for the Contractor or for the whole or material
part of its assets that has a material bearing on the Project;
(m) the Contractor has been, or is in the process of being liquidated,
dissolved, wound-up, amalgamated or reconstituted in a manner that
would cause, in the reasonable opinion of the Authority, a Material
Adverse Effect;
(n) a resolution for winding up of the Contractor is passed, or any
petition for winding up of the Contractor is admitted by a court of
competent jurisdiction and a provisional liquidator or receiver is
appointed and such order has not been set aside within 90 (ninety)
days of the date thereof or the Contractor is ordered to be wound up
by a court except for the purpose of amalgamation or reconstruction;
provided that, as part of such amalgamation or reconstruction, the
entire property, assets and undertaking of the Contractor are
transferred to the amalgamated or reconstructed entity and that the
amalgamated or reconstructed entity has unconditionally assumed the
obligations of the Contractor under this Agreement; and provided
that:
(i) the amalgamated or reconstructed entity has the capability and
experience necessary for the performance of its obligations
under this Agreement; and
(ii) the amalgamated or reconstructed entity has the financial
standing to perform its obligations under this Agreement and
has a credit worthiness at least as good as that of the
Contractor as at the Appointed Date;
(o) any representation or warranty of the Contractor herein contained
which is, as of the date hereof, found to be materially false or the
Contractor is at any time hereafter found to be in breach thereof;
(p) the Contractor submits to the Authority any statement, notice or other
document, in written or electronic form, which has a material effect
on the Authority’s rights, obligations or interests and which is false in
material particulars;
(q) the Contractor has failed to fulfil any obligation, for which failure
Termination has been specified in this Agreement;
(r) the Contractor has failed to make any payment to the Authority
within the period specified in this Agreement; or

(s) the Contractor commits a default in complying with any other


provision of this Agreement if such a default causes a Material
Adverse Effect on the Project or on the Authority.

21.1.2 Without prejudice to any other rights or remedies which the Authority may
have under this Agreement, upon occurrence of a Contractor Default, the

111
Western Railway

Authority shall be entitled to terminate this Agreement by issuing a


Termination Notice to the Contractor; provided that before issuing the
Termination Notice, the Authority shall by a notice inform the Contractor of
its intention to issue such Termination Notice and grant 15 (fifteen) days to
the Contractor to make a representation, and may after the expiry of such 15
(fifteen) days, whether or not it is in receipt of such representation, issue the
Termination Notice.

21.1.3 After termination of this Agreement for Contractor Default, the Authority
may complete the Works and/or procure its completion through any other
entity. The Authority and such entity may, for this purpose, use any
Materials, Plant and equipment, Contractor’s documents and other design
documents made by or on behalf of the Contractor.

21.2 Termination for Authority Default

21.2.1 In the event that any of the defaults specified below shall have occurred, and
the Authority fails to cure such default within a Cure Period of 90 (ninety)
days or such longer period as has been expressly provided in this Agreement,
the Authority shall be deemed to be in default of this Agreement (the
“Authority Default”) unless the default has occurred as a result of any
breach of this Agreement by the Contractor or due to Force Majeure. The
defaults referred to herein shall include:

(a) the Authority commits a material default in complying with any of


the provisions of this Agreement and such default has a Material
Adverse Effect on the Contractor;
(b) the Authority has failed to make payment of any amount due and
payable to the Contractor within the period specified in this
Agreement;
(c) the Authority has failed to provide, within a period of 180 (one
hundred and eighty) days from the Appointed Date, the
environmental clearances and forest clearancesrequired for
construction of the Railway Project;
(d) the Authority repudiates this Agreement or otherwise takes any action
that amounts to or manifests an irrevocable intention not to be bound
by this Agreement; or
(e) the Authority Engineer fails to issue the relevant Interim Payment
Certificate within 60 (sixty) days after receiving a statement and
supporting documents.

21.2.2 Without prejudice to any other right or remedy which the Contractor may
have under this Agreement, upon occurrence of an Authority Default, the
Contractor shall be entitled to terminate this Agreement by issuing a
Termination Notice to the Authority; provided that before issuing the
Termination Notice, the Contractor shall by a notice inform the Authority of
its intention to issue the Termination Notice and grant 15 (fifteen) days to the
Authority to make a representation, and may after the expiry of such 15

112
Western Railway

(fifteen) days, whether or not it is in receipt of such representation, issue the


Termination Notice.

21.3 Right of Authority to Determine the Contract

Notwithstanding anything hereinabove, the Authority shall be entitled to


determine and terminate the contract at any time should, in the Authority’s
opinion, the cessation of work becomes necessary owing to paucity of funds
or from any other cause whatever, in which case it shall be treated as
Authority Default and Termination Payment shall be made as per clause 21.6
below. Notice in writing from the Authority of such determination and the
reasons therefor shall be conclusive evidence thereof. The termination shall
take effect 30 (thirty) days from the date of notice hereunder.

21.4 Requirements after Termination

Upon Termination of this Agreement in accordance with the provisions of


this Article 21, the Contractor shall comply with and conform to the
following:

(a) deliver to the Authority all Plant and Materials which shall have
become the property of the Authority under this Article 21;
(b) deliver all relevant records, reports, Intellectual Property and other
licences pertaining to the Works, other design documents and in case
of Termination occurring after the Provisional Certificate has been
issued, the “as built”Drawings for the Works;
(c) transfer and/or deliver all Applicable Permits to the Authority to the
extent permissible under Applicable Laws; and
(d) vacate the Site within 15 (fifteen) days.

21.5 Valuation of Unpaid Works

21.5.1 Within a period of 45 (forty-five) days after Termination under Clause 21.1,
21.2 or 21.3, as the case may be, has taken effect, the Authority Engineer
shall proceed in accordance with Clause 16.5 to determine as follows the
valuation of unpaid Works (the “Valuation of Unpaid Works”):

(a) value of the completed stage of the Works, less payments already
made; and
(b) reasonable value of the partially completed stages of works as on the
date of Termination, only if such works conform with the
Specifications and Standards.

and shall adjust from the sum thereof (i) any other amounts payable or
recoverable, as the case may be, in accordance with the provisions of this
Agreement; and (ii) all taxes due to be deducted at source.

21.5.2 The Valuation of Unpaid Works shall be communicated to the Authority,


with a copy to the Contractor, within a period of 45 (forty five) days from the
date of Termination.

113
Western Railway

21.6 Termination Payment

21.6.1 Upon Termination on account of Contractor Default under Clause 21.1, the
Authority shall:
(a) encash and appropriate the Performance Security and Retention
Money and in the event the Contractor has failed to replenish or
extend the Performance Security, claim the amount stipulated in
Clause 7.1.1, as agreed pre-determined compensation to the Authority
for any losses, delays andcost of completing the Works, if any;
(b) encash and appropriate the bank guarantee, if any, to the extent of the
outstanding Advance Payment and interest thereon; and
(c) pay to the Contractor, by way of Termination Payment, an amount
equivalent to the Valuation of Unpaid Works after adjusting any other
sums payable or recoverable, as the case may be, in accordance with
the provisions of this Agreement, and all taxes due to be deducted at
source.

21.6.2 Upon Termination on account of an Authority Default under Clause 21.2 or


under Clause 21.3, the Authority shall:

(a) return the Performance Security and Retention Money forthwith;


(b) encash and appropriate the bank guarantee, if any, to the extent of the
outstanding Advance Payment, including interest thereon; and
(c) pay to the Contractor, by way of Termination Payment, an amount
equal to:
(i) Valuation of Unpaid Works;
(ii) the reasonable cost, as determined by the Authority Engineer,
of the Plant and Materials procured by the Contractor and
transferred to the Authority for its use, only if such Plant and
Materials are in conformity with the Specifications and
Standards;
(iii) the reasonable cost of temporary works, as determined by the
Authority Engineer; and

shall adjust from the sum thereof (i) any other amounts payable or
recoverable, as the case may be, in accordance with the provisions of this
Agreement, and (ii) all taxes due to be deducted at source.

21.6.3 Termination Payment shall become due and payable to the Contractor within
30 (thirty) days of a demand being made by the Contractor to the Authority
with the necessary particulars, after the Valuation of Unpaid Works has been
communicated by the Authority Engineer, and in the event of any delay, the
Authority shall pay interest at the Bank Rate plus 3% (three percent),
calculated at quarterly rests, on the amount of Termination Payment
remaining unpaid; provided that such delay shall not exceed 90 (ninety)
days. For the avoidance of doubt, it is expressly agreed that Termination

114
Western Railway

Payment shall constitute full discharge by the Authority of its payment


obligations in respect thereof hereunder.

21.6.4 The Contractor expressly agrees that Termination Payment under this
Article 21 shall constitute a full and final settlement of all claims of the
Contractor on account of Termination of this Agreement and that it shall not
have any further right or claim under any law, treaty, convention, contract or
otherwise.

21.7 Other rights and obligations of the Parties

Upon Termination for any reason whatsoever

(a) property and ownership in all Materials, Plant and Works and the
Railway Project shall, as between the Contractor and the Authority,
vest in the Authority in whole, free from any and all Encumbrances;
provided that the foregoing shall be without prejudice to Clause 21.6;
(b) risk of loss or damage to any Materials, Plant or Works and the care
and custody thereof shall pass from the Contractor to the Authority;
and
(c) the Authority shall be entitled to restrain the Contractor and any
person claiming through or under the Agreement from entering upon
the Site or any part of the Project except for taking possession of
materials, stores, implements, construction plants and equipment of
the Contractor, which have not been vested in the Authority in
accordance with the provisions of this Agreement.

21.8 Survival of rights

Notwithstanding anything to the contrary contained in this Agreement any


Termination pursuant to the provisions of this Agreement shall be without
prejudice to the accrued rights of either Party including its right to claim and
recover money damages, insurance proceeds, security deposits, and other
rights and remedies, which it may have in law or Agreement. All rights and
obligations of either Party under this Agreement, including Termination
Payments, shall survive the Termination to the extent such survival is
necessary for giving effect to such rights and obligations.

115
Western Railway

Part VI
Other Provisions

116
Western Railway

ARTICLE 22

ASSIGNMENT AND CHARGES

22.1 Restrictions on assignment and charges

This Agreement shall not be assigned by the Contractor to any person, save
and except with the prior consent in writing of the Authority, which consent
the Authority shall be entitled to decline without assigning any reason.

22.2 Hypothecation of Materials or Plant

Notwithstanding the provisions of Clause 22.1, the Contractor may pledge or


hypothecate to its lenders, any Materials or Plant prior to their incorporation
in the Works. Further, the Contractor may, by written notice to the Authority,
assign its right to receive payments under this Agreement either absolutely or
by way of charge, to any person providing financing to the Contractor in
connection with the performance of the Contractor’s obligations under this
Agreement. The Contractor acknowledges that any such assignment by the
Contractor shall not relieve the Contractor from any obligations, duty or
responsibility under this Agreement. For the avoidance of doubt, all
Materials and Plants shall, upon their incorporation into Works, be free from
any and all Encumbrances without the Authority being required to make any
payment to any person on account of any costs, compensation, expenses and
charges for such Materials, Plants and Works.

117
Western Railway

ARTICLE 23
LIABILITY AND INDEMNITY

23.1 General indemnity

The Contractor will indemnify, defend, save and hold harmless the Authority
and its officers, servants, agents, Government Instrumentalities and
Government owned and/or controlled entities/enterprises, (the “Authority
Indemnified Persons”) against any and all suits, proceedings, actions,
demands and third party claims for any loss, damage, cost and expense of
whatever kind and nature, whether arising out of any breach by the
Contractor of any of its obligations under this Agreement or from any
negligence under the Agreement, including any errors or deficiencies in the
design documents, or tort or on any other ground whatsoever, except to the
extent that any such suits, proceedings, actions, demands and claims have
arisen due to any negligent act or omission, or breach or default of this
Agreement on the part of the Authority Indemnified Persons.

23.2 Indemnity by the Contractor

23.2.1 Without limiting the generality of Clause 23.1, the Contractor shall fully
indemnify, hold harmless and defend the Authority and the Authority
Indemnified Persons from and against any and all loss and/or damages
arising out of or with respect to:

(a) failure of the Contractor to comply with Applicable Laws and


Applicable Permits;

(b) payment of taxes required to be made by the Contractor in respect of


the income or other taxes of the Sub-contractors, suppliers and
representatives; or

(c) non-payment of amounts due as a result of Materials or services


furnished to the Contractor or any of its Sub-contractors which are
payable by the Contractor or any of its Sub-contractors.

23.2.2 Without limiting the generality of the provisions of this Article 23, the
Contractor shall fully indemnify, hold harmless and defend the Authority
Indemnified Persons from and against any and all suits, proceedings, actions,
claims, demands, liabilities and damages which the Authority Indemnified
Persons may hereafter suffer, or pay by reason of any demands, claims, suits
or proceedings arising out of claims of infringement of any domestic or
foreign patent rights, copyrights or other Intellectual Property, proprietary or
confidentiality rights with respect to any materials, information, design or
process used by the Contractor or by the Sub-contractors in performing the
Contractor’s obligations or in any way incorporated in or related to the
Project. If in any such suit, action, claim or proceedings, a temporary
restraint order or preliminary injunction is granted, the Contractor shall make
every reasonable effort, by giving a satisfactory bond or otherwise, to secure

118
Western Railway

the revocation or suspension of the injunction or restraint order. If, in any


such suit, action, claim or proceedings, the Railway Project, or any part
thereof or comprised therein, is held to constitute an infringement and its use
is permanently enjoined, the Contractor shall promptly make every
reasonable effort to secure for the Authority a licence, at no cost to the
Authority, authorising continued use of the infringing work. If the Contractor
is unable to secure such licence within a reasonable time, the Contractor
shall, at its own expense, and without impairing the Specifications and
Standards, either replace the affected work, or part, or process thereof with
non-infringing work or part or process, or modify the same so that it
becomes non-infringing.

23.3 Notice and contest of claims

In the event that either Party receives a claim or demand from a third party in
respect of which it is entitled to the benefit of an indemnity under this
Agreement (the “Indemnified Party”) it shall notify the other Party (the
“Indemnifying Party”) within 15 (fifteen) days of receipt of the claim or
demand and shall not settle or pay the claim without the prior approval of the
Indemnifying Party, which approval shall not be unreasonably withheld or
delayed. In the event that the Indemnifying Party wishes to contest or dispute
the claim or demand, it may conduct the proceedings in the name of the
Indemnified Party, subject to the Indemnified Party being secured against
any costs involved, to its reasonable satisfaction.

23.4 Defence of claims

23.4.1 The Indemnified Party shall have the right, but not the obligation, to contest,
defend and litigate any claim, action, suit or proceeding by any third party
alleged or asserted against such Party in respect of, resulting from, related to
or arising out of any matter for which it is entitled to be indemnified
hereunder, and reasonable costs and expenses thereof shall be indemnified by
the Indemnifying Party. If the Indemnifying Party acknowledges in writing
its obligation to indemnify the Indemnified Party in respect of loss to the full
extent provided by this Agreement, the Indemnifying Party shall be entitled,
at its option, to assume and control the defence of such claim, action, suit or
proceeding, liabilities, payments and obligations at its expense and through
the counsel of its choice; provided it gives prompt notice of its intention to
do so to the Indemnified Party and reimburses the Indemnified Party for the
reasonable cost and expenses incurred by the Indemnified Party prior to the
assumption by the Indemnifying Party of such defence. The Indemnifying
Party shall not be entitled to settle or compromise any claim, demand, action,
suit or proceeding without the prior written consent of the Indemnified Party,
unless the Indemnifying Party provides such security to the Indemnified
Party as shall be reasonably required by the Indemnified Party to secure the
loss to be indemnified hereunder to the extent so compromised or settled.

23.4.2 If the Indemnifying Party has exercised its rights under Clause 23.3, the
Indemnified Party shall not be entitled to settle or compromise any claim,
action, suit or proceeding without the prior written consent of the

119
Western Railway

Indemnifying Party (which consent shall not be unreasonably withheld or


delayed).

23.4.3 If the Indemnifying Party exercises its rights under Clause 23.3, the
Indemnified Party shall nevertheless have the right to employ its own
counsel, and such counsel may participate in such action, but the fees and
expenses of such counsel shall be at the expense of the Indemnified Party,
when and as incurred, unless:

(a) the employment of counsel by such party has been authorised in


writing by the Indemnifying Party; or

(b) the Indemnified Party shall have reasonably concluded that there may
be a conflict of interest between the Indemnifying Party and the
Indemnified Party in the conduct of the defence of such action; or

(c) the Indemnifying Party shall not, in fact, have employed independent
counsel reasonably satisfactory to the Indemnified Party, to assume
the defence of such action and shall have been so notified by the
Indemnified Party; or

(d) the Indemnified Party shall have reasonably concluded and


specifically notified the Indemnifying Party either:

(i) that there may be specific defences available to it which are


different from or additional to those available to the
Indemnifying Party; or

(ii) that such claim, action, suit or proceeding involves or could


have a material adverse effect upon it beyond the scope of this
Agreement:

Provided that if Sub-clauses (b), (c) or (d) of this Clause 23.4.3 shall be
applicable, the counsel for the Indemnified Party shall have the right to direct
the defence of such claim, demand, action, suit or proceeding on behalf of
the Indemnified Party, and the reasonable fees and disbursements of such
counsel shall constitute legal or other expenses hereunder.

23.5 No consequential claims

Notwithstanding anything to the contrary contained in this Article 23, the


indemnities herein provided shall not include any claim or recovery in
respect of any cost, expense, loss or damage of an indirect, incidental or
consequential nature, including loss of profit, except as expressly provided in
this Agreement.

23.6 Survival on Termination

The provisions of this Article 23shall survive Termination.

120
Western Railway

ARTICLE 24

DISPUTE RESOLUTION
24.1 Conciliation of Disputes

24.1.1 All disputes and differences of any kind whatsoever arising out of or in
connection with the contract, whether during the progress of the work or
after its completion and whether before or after the determination of the
contract, shall be referred by the Contractor to the "Authority" through
“Notice of Dispute” provided that no such notice shall be served later than
30 days after the date of issue of Completion Certificate by the Authority
Engineer. Authority shall, within 30 days after receipt of the Contractor’s
“Notice of Dispute”, notify the name of conciliator(s) to the Contractor. In
case Authority fails to fix Conciliator within 30 days, Contractor shall be
free to approach Dispute Adjudication Board (DAB) for adjudication of
Dispute.
24.1.2 The Conciliator(s) shall assist the parties to reach an amicable settlement in
an independent and impartial manner within the terms of contract. If the
parties reach agreement on a settlement of the dispute, they shall draw up
and sign a written settlement agreement duly signed by Authority Engineer,
Contractor and conciliator(s). When the settlement agreement is signed, it
shall be final and binding on the parties. The conciliators shall be paid fee
as fixed by Ministry of Railways time to time, which shall be shared
equally by the parties.
24.1.3 The parties shall not initiate, during the conciliation proceedings, any
reference to DAB or arbitral or judicial proceedings in respect of a dispute
that is the subject matter of the conciliation proceedings.
24.1.4 The conciliation shall be carried out as per ‘The Arbitration and
Conciliation Act, 1996’ and the proceedings may be terminated as per
Section 76 of the above Act.

24.2 Dispute Adjudication Board (DAB)

24.2.1 A dispute/s if not settled through conciliation, shall be referred to DAB.


The DAB shall consist of a panel of three Retired Railway Officers not
below senior administrative grade (SAG). The DAB shall be formed within
90 days of signing of Contract Agreement. For this purpose, the Authority
will maintain a panel of DAB members. The complete panel, which shall
not be less than five members, shall be sent by Authority to the Contractor
to nominate one member of the DAB from the panel as Contractor’s
nominee within two weeks of receipt of the panel. On receipt of
Contractor’s nominee, the Authority shall nominate one member from the
same panel as Authority’s nominee for the DAB. Both above nominees
shall jointly select presiding member of the DAB from the same panel.

121
Western Railway

24.2.2 The appointment of DAB shall be effectuated by way of a tri-partite


agreement among the Authority, Contractor and the respective DAB
members. The terms of the remuneration of each member shall be as fixed
by Ministry of Railways from time to time. Each party shall be responsible
for paying one-half of this remuneration.
24.2.3 If one or more of the members appointed refuses to act as DAB member, or
is unable or unwilling to perform his functions as DAB member for any
reason whatsoever or dies or in the opinion of the Authority fails to act
without undue delay, the parties shall terminate the mandate of such DAB
member and thereupon new DAB member shall be appointed in the same
manner, as the outgoing DAB member had been appointed.
24.2.4 The appointment of any member may be terminated by mutual agreement
of both Parties, but not by the Authority or the Contractor acting alone.
Unless otherwise agreed by both the Parties, the appointment of the DAB
(including each member) shall expire upon expiry of this Contract
Agreement.
24.2.5 Before start of DAB proceedings, each DAB member shall give the
following certificate to the Authority and the Contractor:
“I have no any past or present relationship in relation to the subject matter
in dispute, whether financial, business, professional or other kind. Further,
I have no any past or present relationship with or interest in any of the
parties whether financial, business, professional or other kind, which is
likely to give rise to justifiable doubts as to my independence or
impartiality.”
24.2.6 DAB proceedings shall be conducted as decided by the DAB. The DAB shall
give its decision within 90 days of a Dispute referred to it by any of the
Parties, duly recording the reasons before arriving at the decision. The DAB
shall decide the issue within terms and conditions of the contract. This time
limit shall be extendable subject to the Parties mutual agreement.
24.2.7 The DAB decision shall not be binding on both the Parties. In case any party
is not satisfied by the decision of DAB, then the aggrieved party may
approach Standing Arbitral Tribunal for arbitration proceedings. However,
even if the aggrieved party had proceeded for Arbitration as per provisions of
this agreement, 75% of award amount, pending adjudication by Standing
Arbitral Tribunal/Court of Law, shall be made by party to other party. In
case payment is to be made by Authority to Contractor, the terms &
conditions as incorporated in the Ministry of Railways letter No.
2016/CE(I)/CT/ARB/3(NITI Aayog)/Pt. dated 08th Mar,2017 as amended
time to time shall be followed. However, in case Contractor has to pay to
the Authority, then 75% of the award amount shall be deducted by the
Authority from the running bills or other dues of the Contractor, pending
adjudication by Standing Arbitral Tribunal/Court of Law.
24.2.8 No dispute shall be referred to Standing Arbitral Tribunal unless the same
has been referred to DAB for adjudication. However, in case DAB is not
formed due to any reason, the disputes can be directly referred to Standing
Arbitral Tribunal to adjudicate the dispute.

122
Western Railway

24.2.9 In the specific cases of any misconduct by any of the members of the DAB,
the parties shall have the right to specifically bring it to the notice of the
DAB such conduct, through a statement filed with necessary documents in
proof of such misconduct and the DAB, after taking NOTICE of such
conduct initiate the replacement of the member concerned, in the same
manner the member to be replaced was appointed.
24.2.10 Once the decision is given by DAB, DAB cannot review the decision at its
own or on the request of one party, unless both parties agree for review of
decision by DAB.
24.2.11 In case DAB decision is not challenged by either party within 180 days of
receipt of decision of DAB, the decision shall be considered as final and
parties would be barred for referring the same to Standing Arbitral Tribunal
for adjudication.
24.2.12 The obligation of the Authority and the Contactor shall not be altered by
reasons of issue being or under reference to DAB.
24.2.13 The DAB shall conduct the proceedings at [Delhi] or any other convenient
venue which shall be decided by DAB in consultations with parties.
24.2.14 It is a term of this contract that the Parties shall not approach any Court of
Law for settlement of such disputes or differences unless an attempt has
first been made by the parties to settle such disputes or differences through
DAB and Standing Arbitral Tribunal.

24.3 Standing Arbitral Tribunal

24.3.1 The arbitration proceedings shall be conducted as per ‘The Arbitration and
Conciliation Act, 1996’. The Arbitral Tribunal shall consist of a panel of
three Retired Railway Officers not below senior administrative grade
(SAG). The Standing Arbitral Tribunal shall be formed within 90 days of
signing of Contract document. For this purpose, the Authority shall
maintain a panel of arbitrators. The complete panel, which shall not be less
than five members, shall be sent by Authority to the Contractor to nominate
one arbitrator from the panel as Contractor’s nominee within two weeks of
receipt of the panel. On receipt of Contractor’s nominee, the Authority shall
appoint above contractor’s nominee as well as another from the same panel
as Authority’s nominee as arbitrators. Both above arbitrators shall jointly
select presiding arbitrator from the same panel.
24.3.2 If the Contractor fails to select the contractor’s nominee from the panel
within two weeks of the receipt of the said panel, the Authority shall, after
giving one more opportunity to contractor to nominate one as contractor’s
nominee within next two weeks, appoint two arbitrators from the same
panel. Both above arbitrators shall jointly select presiding arbitrator from
the same panel.
24.3.3 If one or more of the Arbitrators appointed refuses to act as Arbitrator,
withdraws from his office as Arbitrator, or vacates his office or is unable or
unwilling to perform his functions as Arbitrator for any reason whatsoever
or dies or in the opinion of the Authority fails to act without undue delay,

123
Western Railway

the parties shall terminate the mandate of such arbitrator and thereupon new
arbitrator shall be appointed in the same manner, as the outgoing arbitrator
had been appointed.
24.3.4 Before start of arbitration proceedings, each appointed arbitrator shall give
the following certificate to the Authority and the Contractor:
“I have no any past or present relationship in relation to the subject matter
in dispute, whether financial, business, professional or other kind. Further,
I have no any past or present relationship with or interest in any of the
parties whether financial, business, professional or other kind, which is
likely to give rise to justifiable doubts as to my independence or
impartiality in terms of The Arbitration and Conciliation Act, 1996.”
24.3.5 In the specific cases of any misconduct by any of the members of the
TRIBUNAL, the parties shall have the right to specifically bring it to the
notice of the TRIBUNAL such conduct, through a statement filed with
necessary documents in proof of such misconduct and the TRIBUNAL,
after taking NOTICE of such conduct initiate the replacement of the
member concerned, in the same manner the member to be replaced was
appointed.
24.3.6 Each party has to prepare and furnish to Standing Arbitral Tribunal and
other party, once in a every six months, an account giving full and detailed
particulars of all claims, which even after decision of DAB are unsettled, to
which the parties may consider themselves entitled to during the last
preceding six months. If any dispute has arisen as regards execution of the
works under the contract, while submitting the said half yearly claims, the
parties shall give full particulars of such dispute in the said submission.
After signing Contract agreement, within 6 months, the parties shall submit
all the claims from date of award of contract in first submission of claims.
24.3.7 The said communication will be the reference of the dispute to the
ARBITRAL TRIBUNAL appointed under the present agreement.
24.3.8 The parties shall submit all the relevant documents in support of their
claims and the reasons for raising the dispute to the TRIBUNAL.
24.3.9 The said claims of the parties so referred to ARBITRAL TRIBUNAL so far
it relates to the disputed claims, shall be treated as Statement of Claims of
the parties and the ARBITRAL TRIBUNAL shall call upon the other party
to submit its reply. The ARBITRAL TRIBUNAL after giving an
opportunity of being heard to both the parties, decide the dispute within a
period of Four months from the date of communication of the dispute under
clause 24.3.6 above. The Arbitral Tribunal will pass a reasoned award in
writing, while deciding the Dispute. Once the award is declared, the
Arbitral Tribunal cannot review the same except what is permissible in
terms of provisions contained in Arbitration and Conciliation Act. The
parties shall be entitled to the remedies under the Arbitration and
Conciliation Act 1996 or any amendment thereof.
24.3.10 The parties agree that all the claims of any nature whatsoever, which the
parties may have in respect of the work of the preceding six months, should
be made in the said Statements of half yearly claims. If the parties do not
raise the claim, if any, arising from the work done in the preceding six
124
Western Railway

months in the statement of half yearly claim, to Standing Arbitral Tribunal,


the parties shall be deemed to have waived and given up the claims. The
ARBITRAL TRIBUNAL shall not entertain such disputes, which have not
been raised in the statement of half yearly Claim before the Standing
Arbitral Tribunal and such claims will stand excluded from the scope of
arbitration and beyond the terms of reference to the ARBITRAL
TRIBUNAL.
24.3.11 The parties agree that where the Arbitral award is for payment of money,
no interest shall be payable on the whole or any part of the money for any
period till the date on which the award is made.
24.3.12 The obligation of the Authority and the Contactor shall not be altered by
reasons of arbitration being conducted during the progress of work. Neither
party shall be suspended the work on account of arbitration and payments
to the contractor shall continue to be made in terms of the contract and /or
as awarded (except when Award is challenged in the Court in which case
the payments would be as per the court's orders )
24.3.13 The ARBITRAL TRIBUNAL shall remain in force during the entire period
the PRINCIPAL CONTRACT is in force and until the closure of the
PRINCIPAL CONTRACT with the final no claim certificate, which will be
filed with ARBITRAL TRIBUNAL.
24.3.14 The Arbitral Tribunal shall conduct the Arbitration proceedings at [Delhi]
or any other convenient venue which shall be decided by Tribunal in
consultation with both parties.
24.3.15 The cost of arbitration shall be borne equally by the respective parties. The
cost shall inter-alia include fee of the arbitrators as per the rates fixed by the
Indian Railways from time to time.
24.3.16 It is a term of this contract that the Contractor shall not approach any Court
of Law for settlement of such disputes or differences unless an attempt has
first been made by the parties to settle such disputes or differences through
conciliation, DAB and Standing Arbitral Tribunal.
24.3.17 Even in case arbitration award is challenged by a party in the Court of Law,
75% of award amount, pending adjudication by Court of Law, shall be
made by party to other party. In case payment is to be made by Authority to
Contractor, the terms & conditions as incorporated in the Ministry of
Railways letter No. 2016/CE(I)/CT/ARB/3(NITI Aayog)/Pt. dated 08th
Mar,2017 as amended time to time shall be followed. However, in case
Contractor has to pay to the Authority, then 75% of the award amount shall
be deducted by the Authority from the running bills or other dues of the
Contractor, pending adjudication by Court of Law.
24.3.18 The contract shall be governed by the law for the time being in force in the
Republic of India. In case of any disputes/differences resulting in court
cases between Contractor & Authority, the jurisdiction shall be of Courts at
[Delhi] only.

125
Western Railway

ARTICLE 25
MISCELLANEOUS

25.1 Governing law and jurisdiction

This Agreement shall be construed and interpreted in accordance with and


governed by the laws of India, and the courts at [Delhi] shall have exclusive
jurisdiction over matters arising out of or relating to this Agreement.

25.2 Waiver of immunity

Each Party unconditionally and irrevocably:

(a) agrees that the execution, delivery and performance by it of this


Agreement constitute commercial acts done and performed for
commercial purpose;

(b) agrees that, should any proceedings be brought against it or its assets,
property or revenues in any jurisdiction in relation to this Agreement
or any transaction contemplated by this Agreement, no immunity
(whether by reason of sovereignty or otherwise) from such
proceedings shall be claimed by or on behalf of the Party with respect
to its assets;

(c) waives any right of immunity which it or its assets, property or


revenues now has, may acquire in the future or which may be
attributed to it in any jurisdiction; and

(d) consents generally in respect of the enforcement of any judgement or


award against it in any such proceedings to the giving of any relief or
the issue of any process in any jurisdiction in connection with such
proceedings (including the making, enforcement or execution against
it or in respect of any assets, property or revenues whatsoever
irrespective of their use or intended use of any order or judgement
that may be made or given in connection therewith).

25.3 Delayed payments

The Parties hereto agree that payments due from one Party to the other Party
under the provisions of this Agreement shall be made within the period set
forth therein, and if no such period is specified, within 30 (thirty) days of
receiving a demand along with the necessary particulars. In the event of
delay beyond such period, the defaulting Party shall pay interest for the
period of delay calculated at a rate equal to Bank Rate plus 3% (three
percent), save and except asotherwise specified in this Agreement. All
interest payment under this Agreement shall, save and except as otherwise
specified, be calculated at quarterly rests, and recovery thereof shall be
without prejudice to the rights of the Parties under this Agreement including
Termination thereof.

126
Western Railway

25.4 Waiver

25.4.1 Waiver, including partial or conditional waiver, by either Party of any default
by the other Party in the observance and performance of any provision of or
obligations under this Agreement:

(a) shall not operate or be construed as a waiver of any other or


subsequent default hereof or of other provisions of or obligations
under this Agreement;

(b) shall not be effective unless it is in writing and executed by a duly


authorised representative of the Party; and

(c) shall not affect the validity or enforceability of this Agreement in any
manner.

25.4.2 Neither the failure by either Party to insist on any occasion upon the
performance of the terms, conditions and provisions of this Agreement or
any obligation thereunder nor time or other indulgence granted by a Party to
the other Party shall be treated or deemed as waiver of such breach or
acceptance of any variation or the relinquishment of any such right
hereunder.

25.5 Liability for review of Documents and Drawings

Except to the extent expressly provided in this Agreement:

(a) no review, comment or approval by the Authority or the Authority


Engineer of any Document or Drawing submitted by the Contractor
nor any observation or inspection of the construction of the Railway
Project nor the failure to review, approve, comment, observe or
inspect hereunder shall relieve or absolve the Contractor from its
obligations, duties and liabilities under this Agreement, Applicable
Laws and Applicable Permits; and

(b) the Authority shall not be liable to the Contractor by reason of any
review, comment, approval, observation or inspection referred to in
Sub-clause (a) above.

25.6 Exclusion of implied warranties etc.

This Agreement expressly excludes any warranty, condition or other


undertaking implied at law or by custom or otherwise arising out of any other
agreement between the Parties or any representation by either Party not
contained in a binding legal agreement executed by both Parties.

127
Western Railway

25.7 Survival

25.7.1 Termination shall:

(a) not relieve the Contractor or the Authority, as the case may be, of any
obligations hereunder which expressly or by implication survive
Termination hereof; and

(b) except as otherwise provided in any provision of this Agreement


expressly limiting the liability of either Party, not relieve either Party
of any obligations or liabilities for loss or damage to the other Party
arising out of, or caused by, acts or omissions of such Party prior to
the effectiveness of such Termination or arising out of such
Termination.

25.7.2 All obligations surviving Termination shall only survive for a period of 3
(three) years following the date of such Termination.

25.8 Entire Agreement

This Agreement and the Schedules together constitute a complete and


exclusive statement of the terms of the agreement between the Parties on the
subject hereof, and no amendment or modification hereto shall be valid and
effective unless such modification or amendment is agreed to in writing by
the Parties and duly executed by persons especially empowered in this behalf
by the respective Parties. All prior written or oral understandings, offers or
other communications of every kind pertaining to this Agreement are
abrogated and withdrawn. For the avoidance of doubt, the Parties hereto
agree that any obligations of the Contractor arising from the Request for
Proposal and bid submissions, as the case may be, shall be deemed to form
part of this Agreement and treated as such.

25.9 Severability

If for any reason whatsoever, any provision of this Agreement is or becomes


invalid, illegal or unenforceable or is declared by any court of competent
jurisdiction or any other instrumentality to be invalid, illegal or
unenforceable, the validity, legality or enforceability of the remaining
provisions shall not be affected in any manner, and the Parties will negotiate
in good faith with a view to agreeing to one or more provisions which may
be substituted for such invalid, unenforceable or illegal provisions, as nearly
as is practicable to such invalid, illegal or unenforceable provision. Failure to
agree upon any such provisions shall not be subject to the Dispute Resolution
Procedure set forth under this Agreement or otherwise.

25.10 No partnership

This Agreement shall not be interpreted or construed to create an association,


joint venture or partnership between the Parties, or to impose any partnership
obligation or liability upon either Party, and neither Party shall have any
right, power or authority to enter into any agreement or undertaking for, or

128
Western Railway

act on behalf of, or to act as or be an agent or representative of, or to


otherwise bind, the other Party.

25.11 Third parties

This Agreement is intended solely for the benefit of the Parties, and their
respective successors and permitted assigns, and nothing in this Agreement
shall be construed to create any duty to, standard of care with reference to, or
any liability to, any person not a Party to this Agreement.

25.12 Successors and assigns

This Agreement shall be binding upon, and inure to the benefit of the Parties
and their respective successors and permitted assigns.

25.13 Notices

Any notice or other communication to be given by any Party to the other


Party under or in connection with the matters contemplated by this
Agreement shall be in writing and shall:

(a) in the case of the Contractor, be given by facsimile or e-mail and by


letter delivered by hand to the address given and marked for attention
of the person set out below or to such other person as the Contractor
may from time to time designate by notice to the Authority; provided
that notices or other communications to be given to an address
outside [Delhi] may, if they are subsequently confirmed by sending a
copy thereof by registered acknowledgement due, air mail or by
courier, be sent by facsimile or e-mail to the person as the Contractor
may from time to time designate by notice to the Authority;
[*****]

(b) in the case of the Authority, be given by facsimile or e-mail and by


letter delivered by hand and be addressed to the [Head of the
Authority] with a copy delivered to the Authority Representative or
such other person as the Authority may from time to time designate
by notice to the Contractor; provided that if the Contractor does not
have an office in [Delhi] , it may send such notice by facsimile or e-
mail and by registered acknowledgement due, air mail or by courier;
and

(c) any notice or communication by a Party to the other Party, given in


accordance herewith, shall be deemed to have been delivered when in
the normal course of post it ought to have been delivered and in all
other cases, it shall be deemed to have been delivered on the actual
date and time of delivery; provided that in the case of facsimile or e-
mail, it shall be deemed to have been delivered on the working day
following the date of its delivery.

129
Western Railway

25.14 Language

All notices required to be given by one Party to the other Party and all other
communications, Documentation and proceedings which are in any way
relevant to this Agreement shall be in writing and in English language.

25.15 Counterparts

This Agreement may be executed in two counterparts, each of which, when


executed and delivered, shall constitute an original of this Agreement.

25.16 Confidentiality

The Parties shall treat the details of this Agreement as private and
confidential, except to the extent necessary to carry out obligations under it
or to comply with Applicable Laws. The Contractor shall not publish, permit
to be published, or disclose any particulars of the Works in any trade or
technical paper or elsewhere without the previous consent of the Authority.

25.17 Copyright and Intellectual Property rights

25.17.1As between the Parties, the Contractor shall retain the copyright and other
Intellectual Property rights in the Contractor’s Documents and other design
documents made by (or on behalf of) the Contractor. The Contractor shall be
deemed (by signing this Agreement) to give to the Authority a non-
terminable transferable non-exclusive royalty-free licence to copy, use and
communicate the Contractor’s Documents, including making and using
modifications of them. This licence shall:

(a) apply throughout the actual or intended working life (whichever is


longer) of the relevant parts of the Works,

(b) entitle any person in proper possession of the relevant part of the
Works to copy, use and communicate the Contractor’s Documents for
the purposes of completing, operating, maintaining, altering,
adjusting, repairing and demolishing the Works, and

(c) in the case of Contractor’s Documents which are in the form of


computer programs and other software, permit their use on any
computer on the Site and other places as envisaged by this
Agreement, including replacements of any computers supplied by the
Contractor:

25.17.2The Contractor’s Documents and other design documents made by (or on


behalf of) the Contractor shall not, without the Contractor’s consent, be
used, copied or communicated to a third party by (or on behalf of) the
Authority for purposes other than those permitted under this Clause 25.17.

25.17.3As between the Parties, the Authority shall retain the copyright and other
Intellectual Property rights in this Agreement and other documents made
by (or on behalf of) the Authority. The Contractor may, at its cost, copy,

130
Western Railway

use, and obtain communication of these documents for the purposes of this
Agreement. They shall not, without the Authority’s consent, be copied,
used or communicated to a third party by the Contractor, except as
necessary for the purposes of the contract.

25.18 Limitation of Liability

25.18.1 Neither Party shall be liable to the other Party for loss of use of any Works,
loss of profit, loss of any contract or for any indirect or consequential loss or
damage which may be suffered by the other Party in connection with this
Agreement.

25.18.2 The total liability of one Party to the other Party under and in accordance
with the provisions of this Agreement, save and except as provided in
Articles 21 and 23, shall not exceed the Contract Price. For the avoidance of
doubt, this Clause shall not limit the liability in any case of fraud, deliberate
default or reckless misconduct by the defaulting Party.

131
Western Railway

ARTICLE 26
DEFINITIONS

26.1 Definitions

In this Agreement, the following words and expressions shall, unless repugnant to
the context or meaning thereof, have the meaning hereinafter respectively assigned
to them:

“Accounting Year” means the financial year commencing from the first day of
April of any calendar year and ending on the thirty-first day of March of the next
calendar year;

“Advance Payment” shall have the meaning as set forth in Clause 17.2.1;

“Affected Party”shallhave the meaning as set forth in Clause 19.1;

“Affiliate” means, in relation to either Party {and/or Members}, a person who


controls, is controlled by, or is under the common control with such Party {or
Member} (as used in this definition, the expression “control” means, with respect to
a person which is a company or corporation, the ownership, directly or indirectly, of
more than 50% (fifty per cent) of the voting shares of such person, and with respect
to a person which is not a company or corporation, the power to direct the
management and policies of such person, whether by operation of law or by contract
or otherwise);

“Agreement” means this Agreement, its Recitals, the Schedules hereto and any
amendments thereto made in accordance with the provisions contained in this
Agreement;

“Applicable Laws” means all laws, brought into force and effect by GOI or the
State Government(s) including rules, regulations and notifications made thereunder,
and judgements, decrees, injunctions, writs and orders of any court of record,
applicable to this Agreement and the exercise, performance and discharge of the
respective rights and obligations of the Parties hereunder, as may be in force and
effect during the subsistence of this Agreement;

“Applicable Permits” means all clearances, licences, permits, authorisations, no


objection certificates, consents, approvals and exemptions required to be obtained or
maintained under Applicable Laws in connection with the construction of the
Railway Project during the subsistence of this Agreement;

“Appointed Date” means that date which is later of:

(a) the 15th day from the date of signing of this Agreement,

(b) the 30th day from the date on which the Contractor has delivered the
Performance Security in accordance with the provisions of Article 7;

(c) the date on which the Authority has provided the Right of Way and
environmental and forest clearances of at least 95% (ninety five per cent)

132
Western Railway

of the core land length and 90% (ninety percent ) of the non core land
length of the Railway Project in conformity with the provisions of Clause
4.3 and 8.2;

“Arbitration Act”means the Arbitration and Conciliation Act, 1996 and shall
include modifications to or any re-enactment thereof, as in force from time to time;

“Authority”shall have the meaning attributed thereto in the array of Parties


hereinabove as set forth in the Recitals;

“Authority Default”shall have the meaning as set forth in Clause 21.2;

“Authority Engineer” shall have the meaning as set forth in Clause 16.1;

“Authority Representative” means such person or persons as may be authorised in


writing by the Authority to act on its behalf under this Agreement and shall include
any person or persons having authority to exercise any rights or perform and fulfil
any obligations of the Authority under this Agreement;

“Bank” means a Nationalised bank incorporated in India when a Bank Guarantee


for Advance Payment (Clause 17.2) is to be submitted and a Scheduled Commercial
Bank incorporated in India for all other purposes, or any other bank acceptable to the
Authority;

“Bank Rate” means the rate of interest specified by the Reserve Bank of India from
time to time in pursuance of section 49 of the Reserve Bank of India Act, 1934 or
any replacement of such Bank Rate for the time being in effect;

“Base Month” means the month just prior to Bid Due Date month. The Quarter for
applicability of price adjustment shall be commence from next month after Base
Month;

“Bid” means the documents in their entirety comprised in the bid submitted by the
selected bidder/Consortium in response to the Request for Proposalin accordance
with the provisions thereof;

[“Bid Security” means the bid security provided by the Contractor to the Authority
in accordance with the Request for Proposal, and which is to remain in force until
substituted by the Performance Security;]

“Change in Law” means the occurrence of any of the following after the Base
Month:

(a) the enactment of any new Indian law;


(b) the repeal, modification or re-enactment of any existing Indian law;
(c) the commencement of any Indian law which has not entered into effect until
the Base Month;
(d) a change in the interpretation or application of any Indian law by a
judgement of a court of record which has become final, conclusive and

133
Western Railway

binding, as compared to such interpretation or application by a court of


record prior to the Base Month; or
(e) any change in the rates of any of the Taxes or royalties that have a direct
effect on the Project;

“Change of Scope”shall have the meaning as set forth in Article 13;

“Change of Scope Notice” shall have the meaning asset forth in Clause 13.2.1;

“Change of Scope Order”shall have the meaning asset forth in Clause 13.2.4;

“Completion Certificate” shall have the meaning as set forth in Clause 12.4;

{“Consortium/Joint Venture” means the Consortium/Joint Venture of entities


which have formed a consortium/joint venture for implementation of this Project;}$

“Construction” shall have the meaning as set forth in Clause 1.2.1 (f);

“Construction Period”means the period commencing from the Appointed Date and
ending on the date of the Completion Certificate;

“Contract Price” means the amount as specified in Clause 17.1.1;

“Contractor” shall have the meaning attributed thereto in the array of Parties
hereinabove as set forth in the Recitals;

“Contractor Default” shall have the meaning as set forth in Clause 21.1;

“Core Land” means the part of Land essentially needed to open & operationalize
the mainline for traffic including the Land required for laying the mainline tracks
and its Signalling/ Telecom/ Overhead Electrification/ Power Supply Installations,
Operational Buildings(station building, huts, gumties etc), as shown in item No.
3(a) of Annexure-I of Schedule-A;

“Cure Period” means the period specified in this Agreement for curing any breach
or default of any provision of this Agreement by the Party responsible for such
breach or default and shall:

(a) commence from the date on which a notice is delivered by one Party to the
other Party asking the latter to cure the breach or default specified in such
notice;

(b) not relieve any Party from liability to pay Damages or compensation under
the provisions of this Agreement; and

$
This definition may be omitted if the Contractor is not a Consortium/Joint Venture.

134
Western Railway

(c) not in any way be extended by any period of Suspension under this
Agreement; provided that if the cure of any breach by the Contractor requires
any reasonable action by the Contractor that must be approved by the
Authority or the Authority Engineer hereunder, the applicable Cure Period
shall be extended by the period taken by the Authority or the Authority
Engineer to accord their approval;

“Damages” shall have the meaning as set forth in paragraph (w) of Clause 1.2.1;

“Defect” means any defect or deficiency in Construction of the Works or any part
thereof, which does not conform with the Specifications and Standards;

“Defects Liability Period” shall have the meaning as set forthin Clause 15.1;

“Dispute” shall have the meaning as set forth in Clause 24.1.1;

“Dispute Resolution Procedure” means the procedure for resolution of Disputes as


set forth in Article 24;

“Drawings” means all of the drawings, calculations and documents pertaining to the
Railway Project as set forth in Schedule-H, and shall include ‘as built’ drawings of
the Railway Project;

“Document” or “Documentation” means documentation in printed or written form,


or in tapes, discs, drawings, computer programmes, writings, reports, photographs,
films, cassettes, or expressed in any other written, electronic, audio or visual form;

“Emergency” means a condition or situation that is likely to endanger the safety or


security of the individuals on or about the Railway Project, including Users thereof,
or which poses an immediate threat of material damage to the Works or any of the
Project Assets;

“Encumbrances” means, in relation to the Railway Project, any encumbrances such


as mortgage, charge, pledge, lien, hypothecation, security interest, assignment,
privilege or priority of any kind having the effect of security or other such
obligations, and shall include any designation of loss payees or beneficiaries or any
similar arrangement under any insurance policy pertaining to the Railway Project,
where applicable herein but excluding utilities referred to in Clause 9.1;

“EPC”means engineering, procurement and construction;

“Final Payment Certificate” shall have the meaning as set forth in Clause 17.12.1;

“Final Payment Statement”shall have the meaning as set forth in Clause 17.10.1;

“Force Majeure” or “Force Majeure Event” shall have the meaning ascribed to it
in Clause 19.1;

[“GAD” or “General Arrangement Drawings” shall have the meaning as set forth
in Clause 4.1.3 (c);]

“GOI” or “Government” means the Government of India;

135
Western Railway

“Good Industry Practice” means the practices, methods, techniques, designs,


standards, skills, diligence, efficiency, reliability and prudence which are generally
and reasonably expected from a reasonably skilled and experienced contractor
engaged in the same type of undertaking as envisaged under this Agreement and
which would be expected to result in the performance of its obligations by the
Contractor in accordance with this Agreement, Applicable Laws and Applicable
Permits in reliable, safe, economical and efficient manner;

“Government Instrumentality” means any department, division or sub-division of


the Government or the State Government and includes any commission, board,
authority, agency or municipal and other local authority or statutory body, including
panchayat, under the control of the Government or the State Government, as the case
may be, and having jurisdiction over all or any part of the Railway Project or the
performance of all or any of the services or obligations of the Contractor under or
pursuant to this Agreement;

“IEEMA” means Indian Electrical and Electronics Manufactures Association

“Important Bridge” means a bridge having a linear waterway of 300 metres or a


total water way of 1000 sqm or more;

“Indemnified Party”means the Party entitled to the benefit of an indemnity


pursuant to Article 23 ;

“Indemnifying Party”means the Party obligated to indemnify the other Party


pursuant to Article 23;

“Indirect Political Event” shall have the meaning as set forth in Clause 19.3;

“Insurance Cover” means the aggregate of the maximum sums insured under the
insurances taken out by the Contractor pursuant to Article18, and includes all
insurances required to be taken out by the Contractor under Clauses 18.1 and 18.9
but not actually taken, and when used in the context of any act or event, it shall
mean the aggregate of the maximum sums insured and payable or deemed to be
insured and payable in relation to such act or event;

“Intellectual Property” means all patents, trade marks, service marks, logos, get-
up, trade names, internet domain names, rights in designs, blue prints, programmes
and manuals, drawings, copyright (including rights in computer software), database
rights, semi-conductor, topography rights, utility models, rights in know-how and
other intellectual property rights, in each case whether registered or unregistered and
including applications for registration, and all rights or forms of protection having
equivalent or similar effect anywhere in the world;

“Interim Payment Certificate” or “IPC” means the interim payment certificate


issued by the Authority Engineer for payment to the Contractor in respect of
Contractor’s claims for payment raised in accordance with the provisions of this
Agreement;

{“Lead Member”shall, in the case of a Consortium/Joint Venture, mean the


member of such Consortium/Joint Venture who shall have the authority to bind the

136
Western Railway

contractor and each member of the Consortium/Joint Venture; and shall be deemed
to be the Contractor for the purposes of this Agreement;}$

“LOA” or “Letter of Acceptance” means the letter of acceptance referred to in


Recital (D);

“Maintenance Manual” shall have the meaning ascribed to it in Clause 10.6;

“Major Bridge”means a bridge having a linear waterway of 18 metres or more or


which has a clear opening of 12 metres or more in spans;

“Manuals” shall mean the manuals specified in Schedule-D;

“Material Adverse Effect” means a material adverse effect of any act or event on
the ability of either Party to perform any of its obligations under and in accordance
with the provisions of this Agreement and which act or event causes a material
financial burden or loss to either Party;

“Materials”are all the supplies used by the Contractor for incorporation in the
Works or for the maintenance of the Railway Project;

“Minor Bridge”means a bridge having a linear waterway of less than 18 metres or


which has a clear opening of less than 12 metres or in spans;

“Non-Core Land” means the Land required for the project line other than the
Core-Land, as shown in item No. 3(b) of Annexure-I of Schedule-A;

“Non-Political Event” shall have the meaning as set forth in Clause 19.2;

“Parties”means the parties to this Agreement collectively and “Party” shall mean
any of the parties to this Agreement individually;

“Performance Security”shall have the meaning as set forth in Clause 7.1;

“Plant” means the apparatus and machinery intended to form or forming part of the
Works;

“Political Event” shall have the meaning as set forth in Clause 19.4;

“Power Block” means the length of the railway line between two railway stations,
on which the overhead equipment (OHE) is de-energised and earthed to enable the
Contractor to execute construction or maintenance works;

“Programme” shall have the meaning as set forth in Clause 10.1.3;

“Project” means the construction and maintenance of the Railway Project in


accordance with the provisions of this Agreement, and includes all works, services
and equipment relating to or in respect of the Scope of the Project;

$
This definition may be omitted if the Contractor is not a Consortium/Joint Venture.

137
Western Railway

“Project Assets” means all physical and other assets relating to (a) tangible assets
such as civil works and equipment including [foundations, embankments,
pavements, road surface, interchanges, bridges, culverts, road over-bridges, drainage
works, traffic signals, sign boards, kilometre-stones, electrical systems,
communication systems, rest areas, relief centres, maintenance depots and
administrative offices]; and (b) Project Facilities situated on the Site;

“Project Completion Date” means the date on which the last Completion
Certificate is issued;

“Project Completion Schedule” means the progressive Project Milestones set forth
in Schedule-I for completion of the Railway Project on or before the Scheduled
Completion Date;

“Project Facilities” means all the amenities and facilities to be constructed on the
Site, as described in Schedule-C;

“Project Milestone” means the project milestone set forth in Schedule-I and
includes the Scheduled Completion Date;

“Proof Consultant” shall have the meaning as set forth in Clause 10.2.2;

“Provisional Certificate” shall have the meaning as set forth in Clause 12.2;

“Punch List”shall have the meaning as set forth in Clause 12.2.1;

“Quality Assurance Plan”or“QAP”shall have the meaning as set forth in Clause


11.2.1;

“Railway Project” means the Works specified in this Agreement onthe railway line
from *** to *** having a length of *** kms in *** Zone;

“Re.”, “Rs.”or“Rupees”or“Indian Rupees” means the lawful currency of the


Republic of India;

“Request for Proposals” or“RFP”shall have the meaning as set forth inRecital ‘C’;
“Retention Money” shall have the meaning set forth in Clause 7.5.1;

“Right of Way”means the constructive possession of the Site free from


encroachments and encumbrances, together with all way leaves, easements,
unrestricted access and other rights of way, howsoever described, necessary for
construction of the Railway Project in accordance with this Agreement;

“RINL” means Rashtriya Ispat Nigam Limited

“Safety Consultant” shall have the meaning as set forth in clause 10.2.11

“Scheduled Completion Date” shall be the date as set forth in Clause 10.3.1;

“Scope of the Project” shall have the meaning as set forth in Clause 2.1;

“Section” means the portion of the railway line between two block stations;

138
Western Railway

“Site” shall have the meaning as set forth in Clause 8.1;

“Specifications and Standards” means the specifications and standards relating to


the quality, quantity, capacity and other requirements for the Railway Project, as set
forth in Schedule-D, and any modifications thereof, or additions thereto, as included
in the design and engineering for the Railway Project submitted by the Contractor
to, and expressly approved by, the Authority;

“Stage Payment Statement” shall have the meaning as set forth in Clause 17.4;

“Structures” means an elevated railway line or a flyover, as the case may be;

“Sub-contractor”means any person or persons to whom a part of the Works has


been subcontracted by the Contractor and the permitted legal successors in title to
such person, but not an assignee to such person;

“Suspension”shall have the meaning as set forth in Article 20;

“Taxes”means any Indian taxes including excise duties, customs duties, value added
tax, sales tax, local taxes, cess and any impost or surcharge of like nature (whether
Central, State or local) on the goods, Materials, equipment and services incorporated
in and forming part of the Railway Project charged, levied or imposedby any
Government Instrumentality, but excluding any interest, penalties and other sums in
relation thereto imposed on any account whatsoever. For the avoidance of doubt,
Taxes shall not include taxes on corporate income;

“Termination” means the expiry or termination of this Agreement;

“Termination Notice” means the communication issued in accordance with this


Agreement by one Party to the other Party terminating this Agreement;

“Termination Payment” means the amount payable by either Party to the other
upon Termination in accordance with Article 21;

“Terms of Reference” or “TOR” shall have the meaning as set forth in Clause
16.2.1;

“Tests”means the tests set forth in Schedule-J to determine the completion of Works
in accordance with the provisions of this Agreement;

“Time Extension”shall havethe meaning as set forth in Clause 10.4.1;

“Traffic Block” means the length of railway line between two railway stations, on
which traffic is blockedwith or without OHE being de-energised to enable
construction or maintenance works to be undertaken.

“User” means a person who travels or intends to travel on the Railway Project or
any part thereof on any train or vehicle;

“Valuation of Unpaid works” shall have the meaning as set forth in Clause 21.5.1;

139
Western Railway

“Works” means all works including survey and investigation, design, engineering,
procurement, construction, Plant, Materials, temporary works and other things
necessary to complete the Railway Project in accordance with this Agreement; and

“WPI” means the wholesale price index for various commodities as published by
the Ministry of Commerce and Industry, GOI and shall include any index which
substitutes the WPI, and any reference to WPI shall, unless the context otherwise
requires, be construed as a reference to the WPI published for the period ending with
the preceding month.

IN WITNESS WHEREOF THE PARTIES HAVE EXECUTED AND


DELIVERED THIS AGREEMENT AS OF THE DAY, MONTH AND YEAR
FIRST ABOVE WRITTEN.

SIGNED, SEALED AND SIGNED, SEALED AND

DELIVERED DELIVERED

For and on behalf of For and on behalf of

[...***, *** Railway] by: THE CONTRACTOR by:

(Signature) (Signature)

(Name) (Name)

(Designation) (Designation)

In the presence of:

1.

2.

{COUNTERSIGNED and accepted by:

Name and particulars of other members of the Consortium/Joint Venture}

140
Western Railway

Schedules

141
Western Railway

SCHEDULE-A
(See Clauses 2.1and 8.1)

SITE OF THE PROJECT

1 The Site

1.1 Site of the Railway Project shall include the land, buildings, structures track works
and Signalling& Telecommunication Infrastructure as described in Annex-I of this
Schedule-A.

1.2 The dates of handing over Right of Way to the Contractor are specified in Annex-II
of this Schedule-A.

1.3 An inventory of the Site including the land, buildings, structures, track works, trees
and any other immovable property on, or attached to, the Site shall be prepared jointly
by the Authority Representative and the Contractor, and such inventory shall form
part of the memorandum referred to in Clause 8.2.1of this Agreement.

1.4 The alignment plans of the Railway Project are specified in Annex-III.

1.5 The status of the environment clearances and forest clearances obtained or awaited is
given in Annex-IV.

142
Western Railway

Annex –I
(Schedule-A)

1. PROJECT DESCRIPTION

Western Railways desires to set up a State-of-the Art infrastructure for facilities for 9000
HP Electric locomotives manufacturing at Dahod, Gujarat state. The Project shall
consists of major Factory /Industrial area and Township / Residential Area with attached
utilities, amenities, infrastructure and Railway track works.

The Factory/ Industrial area shall consists of, but not limited to, a Production Block, a
Procurement and Logistics center, Testing Units, Admin Block, Security Blocks, Canteen,
Compressor Room, Creche, Change room, DTZ Control room with facilities, Water
Tanks & sumps, Pump Rooms, Effluent Treatment Plant (ETP), 2 & 4 wheeler parking,
Truck Parking, and Scrap Yards and other infrastructural facilities along with
Landscaping etc. to make it fully functional( detailed information can be obtained from
the site layout drawing attached).

The access proposed factory area shall be through 7.5 meter wide road connecting external
main roads of allocated plot area.

Scope of work of EPC contractor involves appropriate integration of services as per Scope
of works of the site with the external infrastructure being provided, so that the site is able to
have seamless operation when commissioned. Western Railway is in the process of getting
Soil filling and other utility shifting works, executed through other Contractor, EPC
Contractor at his scope to check for appropriateness of the compacted soil and to satisfy
himself before starting the construction works.

2. LOCALIZATION OF THE PROJECT

The Entire Facility is coming up at Dahod, Gujarat. Western Railway proposed for this
project a site out of approximate 25 acre land with Railways for development and
construction of the Factory and its associated units.

The Site is currently vacant land plot of railways adjacent to existing Rolling Stock Workshop at
Dahod. The Factory plot area land development and utility shifting work is in progress and shall
be ready before the factory construction work begins. The information in this document are
indicative, these are for the benefit of EPC Contractor's understanding the nature of the project
and shall be verified by the Contractor while formulating the Design.

143
Western Railway

2.1. Field location

The project is located near to the railway station of Dahod. GPS coordinates of the proposed site
are as:

LATTITUDE: 22°50'24" N
LONGITUDE: 74°14'30" E

2.2. Site Environmental conditions

a) Geographical Situation:

The land is located in the town of Dahod city as shown in the map.

b) Climate

The climate of the Dahod city is sub-tropical with moderately low humidity.

c) Temperatures and Precipitations

The average temperature in Dahod in June for a typical day ranges from a high of 40°C and
a low of 26°C. Some would describe it as very warm and breezy. For comparison, the hottest
month in Dahod, May, has days with highs of 42°C and low of 26°C.

The coldest month is January, with an average high-temperature of 28°C and an average
low-temperature of 15°C.

Average rainfall is 793 mm.

144
Western Railway

d) Seismic zone

The factory is in a Seismic zone of level 3. All the structures and infrastructures have to be
design according the local requirement with these seismic risks.

e) Wind conditions

To be assessed by the Contractor during formulating the Design.


f) Flood zone

As rainfall at Dahod is under moderate category and site can be flooded only under very
heavy rainfall. Disaster plans has to be prepared in case flood and all necessary precautionary
measures to be taken care in EPC Contractor's design.

3. PLANT DESTINATION

The site will be mainly a manufacturing site of Electric locomotives using


industrial processes. The site consists of largely four parts:

1. Production facilities.
2. Logistic Procurement center ( mainly for warehousing)
3. Township consisting of Residential houses.
4. External infrastructure such as roads, Drains and Test Tracks, etc. which are
required to make the facility functionally operational.

Details of the scope of each of the above facilities are captured in the
schedules documents in this Tender.

Characteristics of Locomotive, intended to be manufactured/assembled by


Western Railway in this facility are briefly described below:

3.1. Presentation of the manufactured products: Not available


3.2. Product data: Not available
EPC Contractor shall understand the necessary functional characteristics of
the Locomotive from Western Railway and representative of Western Railway
in order to design and execute the project in appropriate manner.

EPC Contractor's brief scope of works:

This is a Turnkey contract and Scope of Works of EPC Contractor includes:

 Understanding the Western Railway requirements.


 Transferring Western Railway/ Technological partner of Railways
requirements into Engineering Design briefs, preliminary conceptual
Drawings, Detailed Design works, Good for construction Drawings, Shop
drawings as applicable, As built drawings and necessary supporting
documentations as per our Engineering management plan.
145
Western Railway

 Do appropriate value engineering to the Technical scope being provided


for optimization of Quality, cost and timeline.
 Manage the Procurement scope of the project so that the project
execution is delivered within Quality, Cost and Time lines defined in a
safe manner

 Execute the project management in highest standards mitigating the risks,


Details of the Project management levels expected are covered in schedule-
Band other document/appendices.
 Commission the project at Given timelines respecting the Quality and
compliance requirements mentioned in various schedules of this Tender.

3.3. Details of the scope of works


Western Railway proposes to have following facilities

1. Production Block
a. Fitting line 1 & 2.
b. Car body shell line 1, 2 & 3.
c. Shot blasting, preparation room and Painting sheds.
d. EOT cranes.
e. Necessary production office infrastructure adjoining the Industrial
Buildings and inside the Industrial buildings, Locker rooms.
f. Transborder area.
g. Traverses
h. Weighing and water test area.
i. LV Test bays.
j. Coupling and HV test bays.
k. End of the cycle Retrofit
l. Tracks connecting the Car body shells, movement of the
Locomotives between various facilities, and Stabling lines.
m. Compound wall and fencing
n. Other buildings and utilities' supporting infrastructure like roads,
drains etc. as mentioned in layout and Building characteristics
file required to make the production facility fully and legally
operational

2. Warehouse
a. CBS warehouse
b. Fitting warehouse
c. Waste Storage area /Scrap yard
d. Warehouse Office and Locker rooms
146
Western Railway

e. Fencing and compound wall


f. Other buildings and utilities / supporting infrastructure like roads,
drains etc. as mentioned in layout and Building characteristics file
required to make warehouse fully and legally operational.

3. Admin office/parking/changing room /security

After the completion of the construction, Warehouse may operate as an


independent legal entity than that of the Production buildings. Hence LPC
shall be fully fenced having dedicated Entry and exit points and Gates,
where all the material entry between inward and outward can be tracked
/monitored and accounted . Further LPC to have independent Electrical,
water Metering system etc. so that it is able to pay and discharge its
obligations to the Government as an independent entity at a later point in
time.

4. Other infrastructure

a. Connecting road from the Boundary of the production unit plot


to the Production facilities and as per layout plan.

b. Track connectivity from Production facilities to traverses.

c. HV power connections from the 132/33 KV and 132/25 KV


substations.

d. Storm water drains for safe and appropriate discharge of water


from site to appropriate connection /external discharge points.

e. Car and two wheeler parking.

f. Control room

g. Security posts

h. Sump and overhead tanks.

i. ETP

j. Water harvesting

k. Electrical substations

l. TRD switching station

m. Landscaping

n. Any other Provisions required to make the facilities operational

147
Western Railway

3.4. Phasing of the Project

In order for WESTERN RAILWAY to meet its commitment in delivery of


Locomotives to its Client in time, WESTERN RAILWAY proposes to
commission the Project in two phases as per drawing attached.

Phase 1
1. Comprising of main assembly shop of loco and Bogie and wheel
assembly shop, with its internal shop floor offices.

2. Fitting warehouse.

3. Weighment and water test bay

4. End of the cycle Retrofit bay

5. Track connectivity from Production facilities to traverses.

6. Electrical sub stations

7. TRD switching station

8. Testing offices

9. Sump and overhead tank

10. ETP

11. HSD yard

12. Goliath crane

13. External roads

14. All necessary utilities (electricity, water, etc.), road, drains etc required to
make the above facilities functional and operational and WESTERN
RAILWAY able to start the production as per the laws and statutory
requirements.

148
Western Railway

Description - Ministry of Railways has decided to undertake manufacturing of 1200


Nos. 9000 HP, Co-Co configuration, Electric Locomotives at Rolling Stock Workshop,
Dahod for a period of 11 years and Maintenance of these locomotives at IR depots.
Hon’ble Prime Minister of India, has laid foundation stone for up gradation of Dahod
workshop to Manufacturing unit for production of 9000 HP locomotives on 20.04.2022.
This manufacturing unit will be Gujarat’s First and India’s fourth production unit of
Railways to Manufacturing locomotives. This unit will further Prime Minister’s vision for
promoting self-reliance in railway manufacturing and technology up gradation of
Railways.

Scope of Civil work-


1) Construction of New Shed for main assembly shop of Elect. Loco ( Size 200M X
25M)
2) Construction of New shed for Bogie and wheel assembly shop ( Size 200M X 25M)
3) Construction of fitting ware house ( Size 150M X 50M)
4) Construction of general gantry ( Size 200M X 25M)
5) Construction of loco General Yard ( Size 170M X 23M)
6) Construction of Loco Testing shed ( Size 70M X 50M)
7) Construction of paint shed, Paint Lab, Compressor Room, Testing and Inspection
Office (Size 1582 Sqm)
8) Construction of Scrap Yard (Size 60M X 15M)
9) Construction of Hazardous Waste shed/Store (Size 15M X 10M)
10) Construction of Material Stacking Shed (Size 60M X 30M)
11) Construction of Admin Building for working of staff/supervisors & officers (Size
4500 Sqm)
12) Construction of Canteen and Recreation hall ( Size 540 sqm)
13) Construction of Garden.
14) Construction of offices for shop. (Size 2700 Sqm)
15) Provision of hardonate flooring.
16) Provision of Drainage system etc.
17) Provision of Electric sub stations – 04 Nos.
18) Provision of Staff Quarters- (01 No. Type V quarters, 08 Unit Type – IV quarters, 20
Unit Type- III quarters.
19) Provision of Hostel (1000 sqm ).
20) Dismantling of old buildings.

149
Western Railway

Scope of Mechanical work-


1) Procurement of EOT Cranes of different capacities for lifting of heavy materials.
2) Procurement of Industrial vehicles for material handling.
3) Procurement of wheel press Cap-500 ton.
4) Procurement of Electric driven compressor of different capacities.
5) Procurement of computerization facilities.
6) Procurement of CCTV surveillance system & Industry 4.0.
7) Procurement of office Equipment’s.
8) Procurement of Miscellaneous items.

Scope of Electrical work-


1) Supply, erection, testing & commissioning of Transformer.
2) Power supply arrangement for CCTV.
3) Earthing work.
4) Electrical cabling work associated with power provision.
5) Electrical panels, insulator, isolator etc.
6) 4 Nos. High Mast 20 Mtrs.
7) Provision of solar, Staff Quarter wiring & Hostel wiring.

Scope of S&T work-


1) Provision of Rail net/internet with Wi-Fi of 20 Mbps internet speed and auto
telephones in connection for developing this production unit.

Scope of TRD work-


1) OHE provision is required at various locations of new manufacturing unit.

150
Western Railway

Phase 2:

Description - The manufacturing of 9000HP locomotive at Dahod is a very ambitious


project of Indian Railways and of India. The timely manufacturing of 9000HP locomotives
every year as per above plan is very important.

To achieve the above target it is important for IR to have its' own infrastructure facility for
manufacturing car body shells (CBS) for the 9000HP locomotives at Dahod.

Car body shell (CBS) is a bigger part (approx. 22 meter length) of the 9000HP locomotive.
Presently same is not manufactured nearby area of Dahod and in Gujarat state. The
transportation from other state/ far distance is a very challenging job and also huge amount
of freight is involved. Moreover it is difficult to ensure timely delivery of the CBS from
faraway places. Also it may be a herculean task to bring car body shell (CBS) from other
places to the proposed manufacturing unit at Dahod.

By not creating infrastructure facility for CBS manufacturing, in case of timely supply of
CBS from other places failed the production target may get affected.

There are unused Railway land available at Dahod. The cost proposed for CBS
infrastructure facility at 169 Crores to be created in Phase II is not huge looking into the
overall requirement of this ambitious project under Make in India and Make for the World.

After 11th year the infrastructure created shall be of Indian Railways and can be used for
manufacturing CBS for not only Dahod but also for whole IR and will be beneficial in long
term basis and will also not only create job for locals at Dahod but also add in the
development of this area as Dahod is under Smart City project.

Hence it is proposed for “Provision of infrastructure for CBS at Rolling stock workshop
Dahod” in Phase II of the project 9000HP Electric Locomotive Manufacturing facility at
Dahod.

Scope of Civil work-


1) Construction of CBS area shed (Size 15000 Sqm)
2) Construction of preparation room, shot blasting with provision of Blowers. (Size
3350 Sqm)

151
Western Railway

Scope of Mechanical work-


1) Procurement of Surface Traverser Cap. 180 Ton (Multi Track)- 01 No.
2) Procurement of Surface Traverser Cap. 80 Ton (Multi Track)- 01 No.
3) Procurement of EOT Crane Cap. 30/5 Ton – 04 No.
4) Procurement of EOT Crane Cap. 10/3 Ton – 08 No.
5) Procurement of Goliath Crane Cap. 35 ton- 02 Nos.

Scope of Electrical work-

1) Supply, erection, testing & commissioning of Transformer.


2) Earthing work.
3) Electrical cabling work associated with power provision.
4) Electrical panels, insulator, isolator etc.
5) Nos. High Mast 16 Mtrs.

EPC Contractor shall plan and prepare all necessary documentation / work execution plan
such a manner that it becomes feasible to obtain the consent to operate for phases and phase
2 (Which is total scope of the project) so that WESTERN RAILWAY is in a position to
start its Production activities in phased manner.

EPC Contractor shall ensure that at the time of handing over of phase 1, Necessary hard
barricading at good and safe levels are provided in order to segregate the production area
including all the truck movement, people circulation from the remaining part of the
construction ongoing for phase 2 Between fitting line 1 and 2 - Temporary Hard
barricading with Galvalume sheets up to 2.5 meters is required and in outside areas
barricading up to 3 meters with robust support structure is being expected and
this should be maintained until final completion and handing over of phase 2.

Note: Phase 1 indicated as red color in layout plan shall be completed within
365 days from date of issue of LOA and Phase 2 indicated as blue color in layout
plan shall be completed within 1.5 Years from date of issue of LOA.

3.5. Technological partner of Indian Railway supplied equipment


List of equipment given below are being ordered directly by technological partner of
Indian Railways to vendors whose scope shall only be supply, install, test and
commission these equipment. The Scope of EPC contractor is to provide all
necessary coordination with the Suppliers, in terms of unloading, safe storage at
site, construct foundations/civil, electrical pneumatic connections, any other
provision for successful commissioning and unskilled manpower support during
testing and commissioning (including provision of services but not limited to
Power and Water etc. for Testing and Commissioning) of these systems and
internal logistic support for these equipment’s.
152
Western Railway

Railway Board is in the process of finalizing the technological partner for


manufacturing of 9000 HP electric locomotives. Sufficient amount of details
required for the EPC Contractor to execute his scope of works shall be provided to
the successful bidder during the detailed design stage.

List of Equipment’s are as


 Lifting Jacks
 Transborder
 Load bench
 Wheel press
 Loco Weighment system ( load cells on a piece of Track )
 Loco Water Leak test gantry arrangement etc.
 Fitting and Testing platforms etc.
 Shelves in LPC

In the Base line program, the EPC Contractor shall include dates for technological
partner of Indian Railways supplied equipment’s requirements on site, installation
details and testing and commissioning.

3.6. Green Building concept:

WESTERN RAILWAY desires to have this project as IGBC — Green building


with Silver certification, but requires to know the additional cost implication it may
have to incur to achieve this requirement.

Hence, EPC contractor may provide cost required to be integrated for Green building
concept for factory Production block, admin building and LPC separately as optional
price.

3.7. Spirit of the Design brief, Technical Specifications and BOM provided in the
Tender
Detailed design briefs, and Technical specifications provided by WESTERN
RAILWAY in the Tender document is to provide the detailed insight and
understanding to the bidder about the Employers minimum expectation as
guideline, and in order to facilitate the bidders to meet the Tender deadlines in efficient
manner. Bidder can propose Improvements to the Technical scope in his Technical
bid submission. However the Bidder is responsible the full scope of works for
completeness and correctness at his scope to deliver a fully operational building to
WESTERN RAILWAY.

153
Western Railway

4. LAYOUT:

Overall Plant Layout: attached separately.

5. SPECIFICATIONS

Following Technical information are provided to describe the Employers


requirements and to provide insight to the bidders as required to submit a competitive
bid.

 The technical specifications of infrastructure.


 The technical specifications of some equipment.
 The layout of the site, of the different buildings, of the process inside.
 The product data specifications.

 General documents relative to the project management, Engineering and


Procurement management.

6. PLANT LAYOUT

These layouts are made as close as possible to our requirement. Dimensions and area
close as possible to reality. We considered these layouts as a good guide or as
technologic drawing of the requirement. However the layouts may further be
developed /fine-tuned as required as per the statutory norms required together with
the EPC Contractor at the time of design brief and basis of design finalization post
award of contract.

7. BUILDING CHARACTERISTICS and Brief of Key Employers requirements

The Bidder shall find in Schedule- B the building characteristics the summary of
building requirement. All buildings and items related to the scope of supply will be
detailed below and in specific drawing or specifications.
 High Ethical standards amongst all project stake holders.
 Wellbeing, health and safety of all the staffs, workmen involved in the project
execution to be of the highest order of priority.
 Industrially safe site, considering that people need to work in areas with 25 KV
catenaries.
 Road crossings with cross movement of Loco, Transborder, Loco Tractor,
Trucks etc.
 All buildings /structures/ facilities to be designed considering the site Flood
risks, filled up soil and Ground Water table, wind speed, earth quake
zone, soil characteristics etc. mitigating the risks of site conditions.
 Appropriate connection provisions to the stabling line Tracks considering the
level differences
 Appropriate safety considerations in designing Offices and the fact people
working inside the shop floor under the EOT cranes -safety, Health and wellbeing
154
Western Railway

of the people working within the premises/ doing maintenance of the


facilities/supply chain activities etc.
 No deviations to the statutory norms applicable.
 Social protection from external environment both the industrial site and the
township having special focus on the compound walls, security cabins, space for
frisking of people and baggage's etc. at the entrances..
 Adherence of Quality of materials and skill sets in achieving the deliverables.
 Special focus on the design and execution of Leak proof buildings and no water
entry into the pits.
 Quick discharge of water from the site and safe connection of storm water to
appropriate discharge point.
 Safe people VS truck cross movement with necessary signage's and
protection.
 Environment friendly and energy efficient buildings.
 Good ambience and Quality of Building finishes at appropriate levels taking
care of joints, full avoidance of cracks in civil structures etc.
 Ease of maintenance of Embedded tracks, Ballasted tracks, services, Electrical
and Mechanical services embedded at floor/below floor levels.
 Focus on ventilation and comfort levels of People working inside the shop floor
considering the building shapes and sizes and environment/ climatic conditions.
 Buildings reflecting the values and culture of Western Railway, (Standards of
INDIAN RAILWAY reference documents to be considered for Bench
marking and references).
 Project management standards /practices to be benchmarked at Global levels.
 Detailing and Quality of Design documents at appropriate levels where site
construction staffs are able to execute works avoiding mistakes /errors and clear
Quantity survey possible through GFC drawings.
 Transparent way of sharing the test certificates, royalty certificates for soil filling and
robust Quality Assurance Test Laboratory with special focus on ensuring no
compromise on the Quality of Materials being supplied.

8. APPLICABLE DEVELOPMENT CONTROLS AND REGULATIONS

8.1. Law, Regulations and Standards

The Entire Facility shall be completed with all applicable Indian Laws & Regulations
or Standards, Local regulations Indian railways standards, IGBC Standards (Indian
Green Building Council) and in particular with:

 Fire detection & protection,


 Environment and the protection of nature (noise, water, visual, etc.)
 Health and safety,
155
Western Railway

 Reduced mobility people regulations.

8.2. Climatic conditions

The factory including all its installations shall be suitable to the climatic conditions
corresponding to the site, in particular concerning the outside temperature.
Discussions shall be made with WESTERN RAILWAY representative to assess
the necessity to go for forced ventilation or natural ventilation in Industrial
buildings at the time of design brief. The offices will be equipped with air
conditioning.

8.3. Complete enclosure of the site & main gate entrance

The allotted land for proposed facility shall be fenced with RCC boundary wall by
Railways. The existing fencing to be carefully removed from affected length and
reused inside the new facility as fence for Dynamic Test Track or LPC.

The enclosure of the site will be composed of:


1. Security gates with barrier and turnstile with badge control system shall be
provided at each entry to facility.
2. Dedicated separate entrance for Employee and for factory truck in and out.

8.4 Green Area

As per IGBC standards and local regulations minimum green areas shall be provided
within the facility. Contractor shall design good Landscape design for the Facility.
Those green areas will be defined during the detailed design of the factory.
The Irrigation water distribution points shall be installed at site to irrigate green /
landscape areas with sprinklers, hose pipes, drip irrigation system making use of
Rain water harvesting water and STP treated water. Facility shall be designed and
executed with an object to security, IGBC — Silver rating certification of scope of
Contract. The Maintenance of the Green areas and landscaping during the defects
Liability period shall be undertaken by the Contractor including provision of
watering, power, fertilizers etc.

8.5. Roads

Road vehicles movements will be secured by different technical static solution such
as ground marking, traffic signs, and road-humps where required or as directed by
WESTERN RAILWAY, light signs. Road layout on the site will be optimized to
avoid road crossing by rail. Where it is not possible, this crossing will be secured
by a "Stop" sign.
Where road will be located, excavation and road basement preparation will be done
according to usage defined in main site layout:

156
Western Railway

 Truck circulation & parking


 Light vehicle circulation & parking
The material used will be complete with Railway standard, condition
(summer/winter), and localization (inside/outside).

8.6 Parking and other Asphalt areas

Suitable parking space for cars, two wheelers and busses, Trucks, Trailers shall be
developed by EPC contractor as per layout plan with asphalted surface.

8.7. Main Building


Buildings are described through Tender documents specifically

The factory is composed by:


 Truck unloading areas, some will include a dock
 Truck will be used for CBS, bogie frame, kitting and big elements from
Logistic Platform.
 Different storage areas are present on site
 Car body shell storage
 Covered with crane to unload
 Allowing truck unloading inside the building
 After unloading CBS on dummy bogies, they are pushed outside for
outdoor storage on External Tracks.
 Main storage areas
 Will stores kits coming from logistic platform (LPC), directly on the ground
floor.
 A sheet metal work area
 3 equipment will be localized in this area (laser/plasma/bending machine)
 A maintenance and tooling area
 This area will be designed for the maintenance of the site, and the equipment.
 It will be used also for the execution, improvement or repair of jigs & tools
used in the operation
 Some equipment will be installed, as well as some shelves for parts storage.
 A training centre for assembly activity will be located here with a class room and
practice area with some work benches
 2 fitting lines,
 Each fitting line includes 4 workstations,
 First 2 workstation will include a platform on both side.
157
Western Railway

 Station 3 will includes fences for electrical safety reason,


 Station 4 will have a Pit and 4 lifting jacks capable to lift the locomotive
without his bogies (total weight : 6oT)
 Sub assembly lines
 Motors
 Bogies
 Looming’s
 Test buildings composed of:
 5 LV/HV working stations inside a pool, with pits and platforms for cabin
access.
 1 working station for water tightness and weighing for locomotive.
 2 working station for end of cycle testing for locomotive.
 Test offices.
 Dynamic test zone
 All technical rooms, including power generator, substation, compressor, pump.
 all offices and social areas.

All areas will be located in the layout drawing in details for understanding of
the bidder.

In our Building characteristics file, we've identified different kind of


buildings, for the different activities:

 Indust rial buildings


 Heav y office
 Li ght of fi ce
 Shelter

The different activities will be located on the general site layout with areas
numbers. Those areas numbers will be used in the buildings characteristics to
give all the infrastructures details of each area.

8.8 Industrial buildings

Industrial buildings will be used for all industrial activities. They may be
composed of metal or concrete structure.
They are fully equipped and ready to use
 Steel structure covered with cladding.
 Roof and wall with the maximum natural light.

158
Western Railway

 Ventil ation.
 Cranes
 Pits on the floors
 Tacks on the floor
 No pai nt on the floor, fl oor surface to be with quartz finishin g.
Paint wil l be done on walkways, line for mat erial sto rage.
 Network : IT/ water / electricity I pneumatic 7 bars/ gas
 Autom atic doors
 Power connection on the floor if needed
 All main circuit controlled board
 Above given are only brief descriptive .However Details as per
respective the Design briefs and Drawings

8.9 Heavy office


Heavy office are building built outside. Those building will be used for main
office and social areas (canteen, lockers etc.).
As general description:
 Structure
 Floor
 Network : IT / electrical / water
 Maximum natural light with windows on all the length of the office.
 Including sanitary.
 Above given are only brief descriptive .However Details as per
respective the Design briefs and Drawings

8.10 Light office


Light office are building situated inside industrial building like pre-fabricated
office for production management for ex.
As general description:
 Office inside the industrial building
 Prefabricated structure : easy to modify/move
 Air conditioning
 Network : IT / electrical / water
 Maximum natural light with windows on all the length of the office.

159
Western Railway

 Above given are only brief descriptive .However Details as per


respective the Design briefs and Drawings.
Shelter/Awning

Shelters are just composed of some pillars and a roof (part of PEBI Steel
Fabricated structure). The purpose is to obtain a protection against the bad
weather.

9. MISCELLANEOUS

9.1 Civil works: for transborder, rotating table, water test area.

In this RFO, the civil work of these specific activities must be taken into account.
An interface document will be delivered by the supplier of these means
(transborder, turning table, water test station, Load Bench, Wheel Press)

 For the transborder: it includes the entire floor with concrete, Tracks
embedded on the concrete.
 For the water test station EPC contractor scope includes concrete, rail,
gutter, and works to install the tank with appropriate water filtration and
recirculation facilities.

9.2 IT Particularities

 IT n etwork
 Server room

9.3. Water

EPC Contractor shall conduct due diligence for water resources required and
design it for the entire Factory and Residential area.

9.4. Water for fire fighting

The various equipment’s will be dimensioned and put in place in accordance to


local regulation. The system (including water tank, pump, water connection, etc.)
will be designed to fit fire fitting requirement defined by design office. Work will
consist on create the network of water, including excavation, piping and connection
to complete firefighting system for the project.

9.5. Gas Banks Network


To be suitably designed as per the statutory rules and regulations.
For industrial applications, oxygen and acetylene cylinders shall be stored as per
standard industrial norms and for Kitchen applications, LPG Gas bank provisions
160
Western Railway

shall be made respecting the guidelines and Fire safety norms.

9.6. Low Voltage Distribution System


The site requires four substations to cater the required electrical power.

9.7. High Voltage Distribution System.

Indian Railway is providing 132 KV / 33KV and 132 KV / 25 KV Substation which


is 1000 M. approximately away from the proposed site. From this Substation we
need to tap the Traction 25KV incoming supply, factory area incomer supply and
residential area incomer supply.

9.8. Canteen
A canteen will be put in place on the site. It will be composed by:
 A dining room
 A preparation of meal area
 A storage area for various type of food (vegetables)
 A hand wash and toilet.
 A dish wash area.
The canteen will be design according to local rules and have a full-fledged cooking
kitchen.

1. Scope Exclusions of EPC contractor:

List of Scope Exclusions are

 Movable furniture like Sofas, Dining Tables, chairs — However facilities like
Workstations are within the scope of the EPC contractor.

 Equipment's like Servers, access control, Telecom Equipment, Audio visual


equipment, WAN/ Internet/ Tower, Switches, Printers, WIFI, Telephony,
Projectors, Hub room equipment ( but scope of providing all necessary networking
cables and infrastructure facilities of civil, interior fit out and MEP along with the
civil structure construction for the above equipment's to become operational are
in the scope of EPC contractor)

 LPC storage racks, Production and testing platforms — However the supporting
civil and other services works are within the scope of the EPC contractor.

161
Western Railway

Annex-II
(Schedule-A)

Dates for providing Right of Way

Complete project site will be handed over to the contractor as mentioned in Contract Data, after
signing of the agreement or the date of receiving the performance security from the contractor.

The contractor will be permitted to set up batching plant, site office, casting yard, stores,
laboratory, work shop etc.. for purpose of construction of Wagon Repair Workshop, within the
project site boundary, free of cost, with the approval of the employer. The contractor shall clear
the site after completion of the project. However, if needed, the contractor shall take lease of
private land for installation of contractor’s facilities like batching plant, casting yard, stores etc..
The bidders are advised to make detailed study and cater for such expenditure in the bid.

162
Western Railway

Annex-III
(Schedule-A)

Plan & Profile

Detailed layout plan of the project is provided in Schedule-R. This is based on survey conducted
by the Employer. The Contractor can’t modify the plan and profile of the layout.

163
Western Railway

Annex—IV
(Schedule-A)

Environment Clearances and Forest Clearances

1 Environment clearances:- Not required.

2 Forest clearances :- Not required.

3 Wild Life clearances:- Not Required.

4 Monument Act clearances:- Not Required.

164
Western Railway

SCHEDULE—B
(SeeClause2.1)

Development of the Railway Project

1. Development of the Railway Project Development of the Railway Project shall include
engineering/ design and construction of the Railway Project as described in Annex 1 to
this Schedule-B and in Schedule-C.

2. Specifications and Standards The Railway Project shall be designed and constructed in
conformity with the Specifications and Standards specified in Schedule

165
Western Railway

Annex— I
(Schedule-B)

Description of Railway Project

The Bid covers Design, Engineering, Procurement, Construction, Completion, Testing


and Commissioning of Electric Loco manufacturing unit, Offices and Administration
Building with other infrastructure at Dahod workshop,. The contractor shall employ/
engage qualified manpower, consultants, experts and deploy construction equipment,
materials and items required to complete all works required for the project, detailed
hereunder, and commission the project within the scheduled timelines. Scope covers
engineering/ design, supply, construction/ erection and commissioning of all works, detailed
hereunder, including all items, materials, components required to construct buildings/ sheds/
utilities etc.., complete in all respects, including civil, electrical, mechanical and
telecommunication works.

1. Scope of civil and track works

1.1. Earthwork and formation works Earth work shall be done by the contractor with
contractor’s own earth/ excavated earth from site, of good quality and desired compaction
and specifications. Generally, contractor is permitted to use earth excavated from site within
the premises/ land boundary, with the approval of employer, based on the approved layout
plan, contour levels of the site etc.. Contractor can use good quality excavated earth released
during construction of foundation etc.. Outside earth may be used by the contractor for filling
if excavated good earth is not available at site. All legally payable royalty and taxes are to be
paid by the contractor to the concerned authorities. Scope of earth work includes the
following:

1) Track area: Earth work in formation for track works up to blanketing level with desired
slope, compaction, specification etc.. The scope includes earthwork in filling in lower layer
and top layer of subgrade in single layer/ two layer system respectively of formation
including guide bunds, around buried type abutments, bridge approaches, using contractor's
earth of approved quality as per comprehensive guidelines and specifications for railway
formation issued vide specification no. RDSO/2020/GE:IRS-0004 in September 2020,
procured from outside railway land or from within site boundary including site clearances,
setting out and demarcation, benching, initial compaction of subsoil after levelling the
surface after site clearance, spreading loose earth in layers of maximum 30 thickness using
grader up to extra width of 0.5 m beyond designed profile, compaction using vibratory
compactors, top and side dressing and removal of extra earth from sides to provide final
formation as per designed profile as per RDSO Guidelines. The minimum Ev2 Criteria as
mentioned in the guidelines and specification shall be applicable. Earthwork in excavation
by all means (manual, mechanical) with side drains, yard drains, catch water drains, etc..

166
Western Railway

including usable cut spoils for making formation in filling, site clearances, setting out and
demarcation, disposing off surplus unusable cut spoils as per directions of the employer, and
top and side dressing and compaction of cutting formation to provide final formation as per
designed profile. The scope includes compaction of cutting formation and initial compaction
of sub-soil where cut-spoils are used in filling. The scope includes cutting of trees of all
girths and uprooting of roots, making good the pockets and depressions left in soil during
clearing and uprooting of jungle/trees at site and initial compaction of sub-soil thereafter.
The payment for any pucca drains shall be made under storm water drainage head.
Mechanical compaction of earth and blanket materials in layers of about 30 CM (or more or
less) in loose state using vibratory compactor (of adequate capacity) so as to achieve
compaction as per RDSO Guidelines and Specification for Design of Formation for Heavy
Axle Load– Nov 2009. Minimum EV2 Criteria as mentioned in the guidelines is not
applicable. The scope includes cost of all field and laboratory tests including those required
for subsoil and determination of EV2 such as CBR tests, Plate Load Test etc.. as required
and in direction of employer.

2) Other than track area- Area grading of the land within site boundary: The scope of
work includes earth work in excavation up to desired level and slope for shed’s floors, road
works, Platforms, landscaping etc.., transporting within the site boundary, levelling and
compacting, also removal and disposal of bushes, uprooting of trees and stacking of surplus
earth at location decided by the Employer. Earth work in formation required for shed floor,
concrete road worksite up to GSB level with desired slope, compaction, specification etc..
Earth work required for all buildings in plinth, floors, parking areas, plinth protection etc..
Cost of earthwork for buildings in included in the cost of buildings. Earth work required in
other areas, not listed above but required for the project to maintain slope of drain etc.., with
desired slope, compaction, specification etc..

3) Blanketing: Providing and compacting blanketing layers by mechanical compaction in


layers of about 30 CM (or more or less) in loose state using vibratory compactor (of adequate
capacity) so as to achieve compaction as per RDSO Guidelines and Specification as per
specification No. RDSO/2020/GE: IRS-0004.

4) Granular Sub Base: Providing, laying and compacting well-graded material on prepared
subgrade in accordance with requirements of MORTH’s specifications. The material shall
be laid in one or more layers as sub-base or lower sub-base and upper sub-base as necessary
according to lines, grades and cross-sections on the drawings or as directed by employer. The
material to be used for the work shall be natural sand, crushed gravel, crushed stone, crushed
slag, or combination thereof depending upon the grading required. The material shall be free
from deleterious constituents and shall conform to the grading given in Table400-1 and
physical requirement in table 400-2. Grading III and IV shall preferably be used in lower
sub-base. Grading V and VI shall be used as a sub-base- cum drainage layer. Where the sub-
base is laid in two layers as upper sub-base and lower sub- base, the thickness of each layer
shall not be less than 150mm. The work shall be complete in all respect as per MORTH’s
specification up to DLC level in road works, PCC level in flooring works etc..

167
Western Railway

1.2. Track works: The track layout shall be based on the provisions contained in the Indian
Railways Permanent Way Manual, IR Manual for AT Fusion Welding, USFD manual and
other related manuals and latest specifications, correction slips and guide lines and codes and
manuals specified in schedule D. The final designs of the track layouts, including horizontal
and vertical alignment etc.. shall be reviewed by employer in accordance with the provisions
of the Agreement. The alignment of the project shall be as per the alignment plans given in
Schedule A, Annex III. The Contractor is required to review and revalidate it with respect to
his own design. Contractor is permitted to modify the plan and profile so as to get the best
fit designed alignment of the track works within the Right of Way boundaries set by the
Employer.

a) Geometric design, gradients, curves and all other general features for track works of the
project shall be in accordance with provisions of the Indian Railway Permanent Way Manual.
General layout plan of track is given in Schedule-R. However, the contractor shall prepare
the final track plan, alignment, L section, 8 in 1/2 turnouts, hand lever operated points,
formation level at various chainages along the alignment etc.. so that the final alignment
design is in conformity with the Specifications and Standards specified in the Permanent
Way Manual for track works for sidings/ workshops with permissible speed up to 10 Kmph.

b) Recommended rail section is 60 kg/m (IU); ‘Industrial Use’ Rails (IU rails) –Rails shall be
provided by Railways.

c) PSC sleepers manufactured to RDSO specification No IRS: T39 (Plain Track); minimum
sleeper density shall be 1340 no per km; fastenings on PSC sleepers: only approved types of
fittings and elastic fastenings shall be used with concrete sleepers. All PSC SPECIAL
sleepers, shall be procured by the EPC Contractor from Railway sleeper plants or other
approved source duly certified by the concerned Railway officials. Contractor shall arrange
to lift these sleepers from sleeper manufacturer, transport to site and stack the sleepers at site
without any damage and without claiming any extra cost for this purpose as the cost for the
same is provided in cost of laying track. Special type sleepers i.e. L- Xing PSC sleepers,
Bridge sleepers, Curve sleepers, SEJ sleepers, P-Xing sleepers, etc.. shall be procured by the
Contractor from RDSO approved firms and the cost of the same is included in scope of work.

d) The minimum depth of the ballast cushion below the bottom of the sleepers at the rail seat
for BG should be 300 mm; Ballast Specifications: Crushed Stone ballast to be used on all
lines including points and crossings shall be conforming to RDSO specifications for Track
Ballast No. IRS -GE -1, June 2016 with latest amendments. All ballast shall be procured
from the quarries approved by the Employer. When transported by road vehicle all ballast
shall be dampened prior to leaving the quarry.

e) The P.Way materials and fittings shall be procured from RDSO approved firms only and
testing, checks and approval as prescribed by RDSO/ Railways. The contractor should assess
and procure the actual requirement as per survey and approved drawings after the work is
started.

f) The gradient on the siding line is 1 in 1200. The alignment shall be designed by the
168
Western Railway

Contractor to avoid frequent changes of gradient. No gradient is permissible in shop lines.


No change of gradient is permissible within a turnout.

g) The scope includes dismantling and shifting of existing ballast siding line of railway and
laying of track complete in all respect as per drawing and approval of employer.

1.3. PEB Sheds and structures

a) The scope covers engineering/ design, fabrication, inspection, supply, erection and
commissioning of Pre-Engineered Building (PEB) sheds and structures, complete in all as
per GADs of sheds/ structures provided in Schedule-R, from reputed PEB manufacturers,
like, M/s Kirby Building System, M/s Zamil Steel Building, M/s Interarch Building, M/s
PebsPennar, M/s Tata Bluescope. General design parameters for PEB sheds and structures,
provided in clause 1.1 (h) of Annex-I of Schedule-D, for scope of works of PEB sheds and
structures, covers Main Shop, Paint Shop, Store Ward, Pump house/ STP shed and four
parking sheds. Scope covers execution of complete PEB sheds/ structures as per GAD and
specifications detailed in Bid Document and comprising items mentioned hereunder.
However, the list is not exhaustive and may require some more items, which are not included
in the list but are essentially required for completion of the work.

1. Rigid frame structural for column, rafters with end plates, purlin, girt, bracing preferably
piped bracing

2. Roof and wall cladding sheet, day light panel, flashing, trim, gutter, downspout

3. Structural hardware, sheeting fastener, end lap sealant

4. Anchor bolts and template

5. Crane girders/ beams, bracket, catwalk with hand rails at gantry level and staircase/ladder
to gantry.

6. Framed opening, sliding doors, gravent, louver, turbo vent, motorized rolling shutters in
framed structures

7. Roof walkway with electro forged gratings as per relevant IS codes for maintenance access
of solar panels.

b) Cost is inclusive of complete design, drawing and proof checking and no separate payment
will be made on this account. Cost is inclusive of all materials including wastages, all
consumables, fasteners, both temporary and permanent stages of work, all temporary stays,
labour, temporary works including staging, scaffolding, tools, plant and equipment, and
costs of all incidentals and necessary testing of material, workmanship etc.. including cost
of sand blasting, all primers painting as per specifications and as per instruction of the
employer. Structure cost is inclusive of supply, fabrication, transportation, painting, erection
and commissioning of all structural steel works and items required for completion PEB
169
Western Railway

sheds/ structures including purlins, rafters, crane gantry, catwalk, stairs, frames, fasteners,
anchor bolts, brackets, hand rails, staircase, ladder, framed opening, sliding doors/
motorized rolling shutters in framed structures, roof walkway etc.. as per proof checked
design and fabrication/ erection drawings. Cost include supply, fastening, cutting, drilling,
handling, riveting/ welding with supply of electrode, rivet, bolts and nuts, bituminous
washer, supply of all labour, materials, tools and plants, scaffolding, staging complete in all
respects. Sheeting and turbo vents cost is inclusive of supply, fitting and fixing of sheeting
including fasteners, sealant tapes as per approved design and drawing and as per
specification. Cost include supply, fastening, cutting, drilling, handling, riveting/ welding
with supply of electrode, rivet, bolts and nuts, bituminous washer, supply of all labour,
materials, tools and plants, scaffolding, staging complete in all respect.

c) Documents Submission of documents, detailed hereunder, for approval of the employer

1. GAD/ architectural drawings of sheds/ structures including plan, elevation and sections;
Design Basis Report as per specification.

2. Submission of QAP including source of materials for fabrication and erection of PEB sheds/
structures for fabrication and execution. For assurance of quality of PEB structure most of
the fabrication will be done in contractor's workshop/factory premises located other than
work site.

3. Submission of erection methodology with list of equipment and machinery prior to start of
the work at site. Standard code of practice and recommended installation methodology of
erection should be adopted during execution at site along with necessary tackles and tools
like torque wrench, power drill/ screwdriver etc.., proper scaffolding, man lift, road mobile
crane etc..

4. Submission of proof checked design and drawings of PEB sheds/ structures including
foundation design from reputed Government Engineering College within key dates
mentioned in Bid Document. Submission of proof checked civil design and drawings of
foundation, ties, pedestals etc.. as per soil data and design loads of PEB shed. Anchor bolts
should be set strictly as per approved setting plan unless otherwise specified.

5. Submission of detailed fabrication / erection drawings containing part marks and BoM
detailing quantity for payment purpose- kg weight of structural members, sq m of sheeting
plan area- galvalume/ zincalume and polycarbonate, quantity of turbo vents etc.

6. Submission of test reports of necessary tests, as per QAP, conducted in-house/ in approved
NABL recognized test centres.

1.4. Building Works The scope covers engineering/ design, construction and commissioning of
buildings complete in all respects as per GAD of buildings provided in Schedule-R. Scope
covers all items, materials, components required to construct buildings complete in all
respects including civil, electrical, plumbing and telecommunication works. The electrical
and telecommunication works shall be paid under respective heads. General design and

170
Western Railway

technical parameters for buildings provided, in clause 1.1 (g) of Annex-I of Schedule-D, for
scope of works of buildings covers administrative building, canteen, security block, five
toilet blocks, guard room/ track gate goomty, ESS and Metering Room of DISCOM. The
works shall executed as per Western Railway works specifications or as approved by
employer.

1.5. Other civil works

1. Masonry boundary wall, track gate, factory gate, height gauge, gates and other
fabricated works complete in all respect, as per drawings provided in Schedule-R including
foundation, cutting/ filling/ levelling of earth and, supplying, fabricating, fixing/ installing
and other necessary work required to complete the works as per approval of Employer.
Masonry boundary wall of 8 ft height with 230 mm thick flyash brick masonry in sub
structure and RR masonry in foundations & up to plinth level including excavation of as per
design and drawing approved by Employer. Track/ factory gate, height gauge, gates and
other fabricated works- supply, Fabrication, erecting and fixing in positions of gates and
other structures made of MS/ Steel/ Hollow-section etc.. and covered with ACP/ MS sheet
etc.. including foundation works and necessary fixtures etc.. in complete as per approved
design and drawing by Employer.

2. Civil works for sheds and structures, complete in all respect, including cutting/ filling of
earthwork, PCC, RCC, VDF, supplying and fixing of bright bar for track works inside shed,
necessary scaffolding, staging, pedestals fixed with anchor bolts, plinth beam, masonry work,
supply and fixing of UPVC doors and window and false etc.. All plain and reinforced
concrete work to be done in foundation, plinth/tie beam and flooring shall be as per IS: 456
Code of Practice. Design mix concrete as approved by Engineer shall only be used. The
minimum grade for PCC shall be M10. Nominal mix can be permitted by the Engineer only
in exceptional circumstances. The foundation, cement concrete flooring, and other RCC/
concrete structures are to be levelled and compacted with vibrator of suitable size and
specification. Reinforcement The scope includes supplying, decoiling, straightening, cutting,
bending, placing in position, binding with 1MM dia GI binding wire of TMT bars of grade
Fe-500/Fe-500D (for seismic zone III, IV & V, only TMT Fe-500D steel shall be used)
conforming to latest standards and specification. The wastages, overlaps, coupling, welded
joints, space bars, chairs and binding wire are deemed to be included in the scope of work.
Cement The scope includes supply including all lead lift, labour, loading unloading, ascent,
descent, crossing of Railway lines(s), royalty, taxes, transport (contractor's own), tools and
plant in complete of Portland Pozzolana Cement (PPC) conforming to specifications and
standards with latest amendments and using the same in the works as per approved mix
design. Proof Checked Design The scope includes submission of proof checked civil design
and drawings of foundation, pedestals , beams etc.. as per soil data and design loads of PEB
shed. Setting of Anchor Bolts Anchor bolts should be set strictly as per approved setting plan
unless otherwise specified.

a) Civil works in sheds and structures up to plinth level The scope includes excavating earth
below area grade level for foundation, laying of PCC, RCC , backfilling, setting Anchor Bolts

171
Western Railway

and constructing beam up to plinth level including plinth protection complete in all respects.
Flooring, Machine foundation and slab-on-ground works typical cross section of industrial
flooring in sheds is provided in Schedule-R. The floor shall be designed for a live load of 5T-
6T/sqm and as per machine/ equipment load conforming to relevant specifications and
standards including providing and placing in position 25mm synthetic Expansion Joint filler
board (Dura Board HD 100 or equivalent for construction/ expansion joint of RCC floor and
other structure. For floor of STP pump house, the design and construction shall include
provision for pumps foundation and other equipment load etc.. complete in all respects. The
scope includes extending the RCC floor towards the traversers, and extending the RCC in
flooring of Main Shop floor towards incoming tracks as per approved drawing complete in
all respects. Main shop RCC flooring grid 1 shall extend 12m towards track side, cover up to
paint booth including traverser, canopy extensions, road connectivity from main shop/ paint
shop, utility areas, canopy areas etc.. Vacuum dewatered flooring Top layer shall be of
vacuum dewatered cement concrete of minimum 100mm thick of minimum M25 grade
finished with screed board vibrator, vacuum dewatering process and finally finished by
floating, brooming with wire brush etc.. including making groove 5-6 mm wide x 20-25 mm
depth in concrete heavy duty flooring by mechanical diamond cutter true to the line for
expansion and contraction of floor, filling the groove with the paste of polysulphide based
sealant up to depth of 15mm from top level complete in all respect as approved by employer.
VDF layer is only for shop area, compressor area, store and utility areas. Epoxy flooring The
scope includes providing and applying Nitoflor SI 2000 or similar over a prepared surface, 2
mm thick epoxy resin based floor topping high strength self- smooth underlay conforming to
BS 6319 for a compressive strength not less than 40N/mm2, flexural strength 25N/mm2 and
tensile strength 12N/mm2 in 7 days. Colour code of epoxy layer will be given by the employer
as per layout plan finalized by contractor. Normally, epoxy floor will be required in Main
Shop, Store ward and Paint shop etc.. covering 30% of VDF area. Machine Foundation and
Inspection pits scope include designing machine foundation and inspection pits as per load
provided by the OEM of equipment including provision for sump with pump and necessary
wiring and light fixtures etc.. (Pumps and electrical panels, cables etc.. are part of electrical
scope of works). Scope including providing anti-vibration rubber pad around the machine
foundation to protect machine’s vibrations passing to floor system. Traverser scope includes
design and construction of the foundation for the load of loaded traverser along with suitable
drainage to avoid stagnation of rain water complete in all respect as approved by employer.
Grouting Mixing and pouring of non shrinkgrout material such as Fosroc-GP2 including
shuttering etc.. complete in all respect as approved by employer.

b) Civil works in PEB shed and structures above plinth level scope includes all RCC in
structure above plinth level, brickwork, plastering and painting and providing walls with
doors/ windows/ ventilators/ iron grills with gates/ rolling shutters, false ceiling panel,
plumbing, cooling/ heating etc.. as per approved GAD of shed and shall be done in accordance
with required specifications and standards. The scope includes filling of masonry gaps with
silicone sealant and painting of wall includes surface preparation. Rolling shutters should
normally be motor operated with provision for manual operation. Skirting Providing 100mm
height and 20mm thick cement plaster skirting on all internal walls of sheds complete in all
respect. False Ceiling Providing and fixing false ceiling in office areas and air-conditioned
172
Western Railway

areas in sheds or as per layout drawings, including providing and fixing of frame work made
of special sections, power pressed from MS sheets and galvanized with zinc coating of 120
gm/sqm (both side inclusive) as per IS: 277 and consisting of angle cleats of size 25 mm wide
x 1.6 mm thick with flanges of 27 mm and 37 mm, at 1200 mm centre to centre, one flange
fixed to the ceiling with dash fastener 12.5 mm dia x 50 mm long with 6mm dia bolts other
flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts and
bolts of required size and other end of angle hanger fixed with intermediate G.I. channels
45x15x0.9 mm running at the rate of 1200 mm centre to centre to which the ceiling section
0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of
10.5 mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I.
intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire
at every junction, including fixing perimeter channels 0.5 mm thick 27 mm high having
flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the
help of raw plugs at 450 mm centre, with 25mm long drywall screws @ 230 mm interval,
including fixing of gypsum board to ceiling section and perimeter channel with the help of
drywall screws of size 3.5x25 mm at 230 mm c/c, including jointing and finishing to a flush
finish of tapered and square edges of the board with recommended jointing compound,
jointing tapes, finishing with jointing compound in 3 layers covering up to 150 mm or both
sides of joint and two coats of primer suitable for board, all as per manufacturer’s
specification and also including the cost of making openings for light fittings, grills, diffusers,
cut-outs made with frame of perimeter channels suitably fixed, all complete as per drawings,
specification and approval of the employer. UPVC Doors and Windows Door Shutter without
Glass Providing and fixing 37 mm thick factory made PVC Door shutter, styles and rails
made of PVC hollow extruded printed and laminated section having overall dimension 115
mm x 37 mm with wall thickness 2 mm (± 0.2 mm) with inbuilt beading on one side, the
styles and rails mitred cut and joint at corners by inserting 2 nos PVC profile reinforcement
of size 75 mm x 200 mm long with cross section size of 28 mm x 30 mm having wall thickness
2 mm (± 0.2 mm). Styles, rails and reinforcements to be fusion welded together. Only hinge
side vertical style to be reinforced with PVC profile reinforcement in full length. Printed and
laminated PVC lock rail of size 110 mm x 37 mm having wall thickness 2 mm (± 0.2 mm) to
be welded horizontally with the vertical styles after inserting PVC profile reinforcement as
in styles and rails, panes and inserting 2 nos 6 mm dia bright steel rod horizontally with both
side threaded and tightened with check nuts and washers complete, all as per manufacturer's
specification and direction of employer. Door Shutter 35 mm thick factory made Solid panel
PVC Door shutter, made out of single piece extruded solid PVC profiles, 5 mm (± 0.2 mm)
thick, having styles & rails (except lock rail) of size 95 mmx 35 mm x 5 mm, out of which
75 mm shall be flat and 20 mm shall be tapered (on both side), having one side thickness of
15 mm integrally extruded on the hinge side of the profile for better screw holding power,
including reinforcing with MS tube of size 40 mm X 20 mm x 1 mm, joints of styles & rails
to be metered cut & joint with the help of PVC solvent cement, self-driven self-tapping screws
& M.S. rectangular pipes bracket of size 190 mm X 100 mm of cross section size 35 mm x
17 mm x 1 mm at each corner. Single piece extruded 5 mm thick solid PVC Lock rail of size
115 mm x 35 mm, out of which 75 mm to be flat and 20 mm to be tapered at both ends,
having 15 mm solid core in middle of rail section integrally extruded, fixing the styles & rails

173
Western Railway

with the help of solvent and self-driven self-tapping screws of 125 mm x 11 mm, including
providing 5 mm Single piece solid PVC extruded sheet inserted in the door as panel, all
complete as per manufacturer's specification and direction of Employer. Non decorative
finish (matt finish) Door Frame Providing and Fixing factory made PVC door frame made of
PVC extruded sections of size 75 mm x 53 mm, having wall thickness 2.0 mm (± 0.2 mm).
Both verticals sides of the frame reinforced with PVC profile of cross section size 28 mm x
30 mm x 2 mm thickness (± 0.2 mm) and 75 mm x 200 mm long, including reinforcing both
ends of the top frame with PVC profile. PVC Door Frame and PVC reinforcement profile to
be mitred cut, jointed and fusion welded together, including providing and fixing 3 nos of
125 mm long stainless steel hinges to frame, fixing the frame with jamb with required nos &
sizes of anchor dash fastener, all complete as per manufacturer's specification and direction
of engineer-in- charge. Windows and Ventilator Providing and fixing factory made UPVC
white colour sliding glazed window up to 1.50 m in height dimension comprising of UPVC
multi-chambered frame with inbuilt roller track and sash extruded profiles duly reinforced
with 1.60 ± 0.2 mm thick galvanized mild steel section made from roll forming process of
required length (shape & size according to UPVC profile), appropriate dimension of UPVC
extruded glazing beads and UPVC extruded interlocks, EPDM gasket, wool pile, zinc alloy
(white powder coated) touch locks with hook, zinc alloy body with single nylon rollers
(weight bearing capacity to be 40 kg), G.I fasteners 100 x 8 mm size for fixing frame to
finished wall and necessary stainless steel screws etc.. Profile of frame & sash shall be mitred
cut and fusion welded at all corners, including drilling of holes for fixing hardware's and
drainage of water etc.. After fixing frame the gap between frame and adjacent finished wall
shall be filled with weather proof silicon sealant over backer rod of required size and of
approved quality, all complete as per approved drawing & direction of Employer. Three track
three panels sliding window with fly proof
S.S wire mesh (Two nos. glazed & one no. wire mesh panels) made of (big series) frame 116
x 45 mm & sash 46 x 62 mm both having wall thickness of 2.3 ± 0.2 mm and single glazing
bead / double glazing bead of appropriate dimension. (Area of window above 1.75 sqm)
Bright bar The scope includes supplying and fixing of bright bar (rectangular bar of 70mm x
40mm) including holding in position, grouting etc.. complete in all respect as per
specifications and standards and approval of Employer.

3. Ballast less Track works scope includes construction of RCC ballast less tracks including
fixing of rail, constructing concrete apron complete in all respect as per approved layout and
drawings by Employer.

4. Road works scope includes designing and constructing cement concrete roads connecting
all service and utility buildings, sheds, scrap bins etc., complete in all respect. The design
and construction shall conform to MORTH specifications and other relevant specifications
and standards considering roads as low traffic volume road. The scope includes treatment of
all joints such as construction, expansion, transverse, longitudinal etc.. complete in all
respects as approved by Employer. RCC Hume pipes The scope includes providing and
laying 200-600 mm dia NP4 class R.C.C. hume pipes under roads for passing utilities as per
specification and standards including collars, jointing with 1:2 Cement and ordinary sand
mortar including testing of joints including earth work with all labour and material as a
174
Western Railway

complete job. hume pipes.

5. Fire protection system works The contractor shall submit a comprehensive fire protection
plan/ report covering all buildings/ sheds/ utilities etc. inside the workshop premises
including complete fire hydrant system, fire hoses with cabinet/ enclosure, hose reels etc.,
fire brigade inlet connection, sprinkler system, fire detection system, fire extinguishers etc.
duly adhering to relevant applicable codes/ norms/ rules/ regulations of the local/ state
government, fire department/ regulatory authorities, to the employer for approval. In this
regard, contractor shall obtain necessary “no objection certificate” from the competent local/
state authority. The contractor shall execute all activities and commission fire protection
system as per approved plan/ design. Paint booth will have its own sprinkler system supplied
by OEM. However, necessary hydrant connection to be provided to the sprinkler system of
paint booth. Sprinkler system may be provided in the stores area of paint shop and other
shops. Fire protection system shall be as per National Building Code of India 2016 (Volume-
1, Part IV)/ applicable codes/ norms/ rules/ regulations of the local/ state government, fire
department/ regulatory authorities. Type of building is Industrial building/ engineering
workshop; category of the Building is Industrial Building Group G1/G2; fire water reserve
storage tank should not be less than 150 KLD. Water required at desired pressure and volume
for fire system will be provided by suitable capacity fire pumps - diesel engine driven pump,
electric pump, jockey pump, connected to a common header with isolation valves in the
pump house. (Pumps and electrical panels, cables etc. are part of electrical scope of works).
Total quantity of water required for fire system will be stored in 3 to 4 ROSTFREI make
galvalume/ zincalume ground level tanks or better and will be filled with treated water from
STP, collected water rain water pond and fresh water from bore well/ municipality.
Individual tanks will have a ladder, top fill arrangement, level indicator, and outlet to fire
header with isolation valve, cleaning / flushing outlet with isolation valves. (Fire protection
system, storage tanks with pipeline, valves etc. are part of civil scope of works).

6. Water supply and distribution works scope includes planning, Design and construction of
GLR, bore wells, pump house, overhead tanks etc.. Water supply system should have a
domestic water storage tank (GLR with pump house) capacity minimum 3 days requirement
but not less than 300 KLD fed from municipality supply and from bore wells at suitable
location. (Pumps and electrical panels, cables etc. are part of electrical scope of works).
Tanks shall have minimum two compartments to facilitate cleaning and uninterrupted supply.
Stored and disinfected water from domestic water storage tank will be pumped to various
user points through hydro pneumatic water supply system with working and standby pumps
with VFD (packaged system requiring only inlet and outlet connection) installed in pump
house. Water distribution headed line will run outside the building below ground level and
supply to overhead tanks above terrace, minimum 2000 l tank capacity for administrative
building and canteen and minimum 1000 l tank capacity for other buildings, like, toilets,
security gate etc.

7. Sewerage system works The contractor shall submit a comprehensive sewerage plan/ report
covering sewerage discharge from toilets in all buildings/ sheds/ utilities etc.., canteen wash
discharge etc.. duly adhering to relevant applicable codes/ norms/ rules/ regulations of the
175
Western Railway

local/ state government/ regulatory authorities, to the employer for approval. If needed, the
contractor shall obtain necessary “No Objection Certificate” from the competent local/ state
authority. The contractor shall execute all activities and commission the sewerage system as
per approved plan/ design and relevant specifications and standards. Sewage from various
sources will be led to sewage treatment plant (STP), if it is not feasible to connect, septic
tanks are to be provided. The mains and laterals of external system shall be HDPE pipe make
of appropriate grade and diameter conforming to specifications and standards. The
anticipated/ expected influent and effluent quality is as under but may change in accordance
with Engineer-in-charge. Pumps and electrical panels, cables etc.. are part of electrical scope
of work. The treated effluent shall be suitable for use in horticulture water for plants and fire
fighting water but should also conform to local pollution board norms in the state of
Telangana. Design of Drainage system: In designing a drainage system for building(s), the
aim shall be to provide self-cleansing conduits for the conveyance of soil, waste, surface or
subsurface waters, and the removal of such wastes speedily and efficiently to a sewer or other
outlet, without risk of nuisance and hazard to health. Gradient and discharge: The discharge
of water through a domestic drain is intermittent and limited in quantity and therefore, small
accumulations of solid matter are liable to form in the drains between the building and the
public sewer. There is usually a gradual shifting of these deposits as discharges take place.
Gradients shall be sufficient to prevent these temporary accumulations building up and
blocking the drains. Self-cleaning velocity: Normally, the sewer shall be designed for
discharging three times the dry weather flow flowing half- full with a minimum self-
cleansing velocity of 0.75 metre per second. The approximate gradients which give this
velocity for the sizes of pipes likely to be used in building drainage, and the corresponding
discharges when flowing half-full. The sizes and slopes shall conform to Local Municipal
Bye Laws. Minimum velocity of flow: In cases, where it is practically not possible to
conform to the minimum gradients, a flatter gradient may be used but the minimum velocity
in such cases shall on no account be less than 0.61 metres per second. Maximum velocity of
flow: On the other hand, it is undesirable to employ gradients giving velocity of flow greater
than 2.4 metres per second. Where it is unavoidable, cast iron pipes shall be used. The
approximate gradients which give velocity of 2.4metres per second for the various sizes of
pipes and the corresponding discharge. Design of pipes: Subject to the minimum size of
100mm, the sizes of pipes, shall be decided in relation to the estimated quantity of flow and
the available gradient. Wherever municipal sewer connections are not available, Septic
Tanks are to be provided. Soil pipes: The minimum internal diameter for soil pipes shall not
be less than 100mm. Soil pipes shall be situated outside the building or in a suitably designed
open shaft. The work of the soil pipe shall be carried down truly vertical, but where
unavoidable, they may be laid at an inclination of not less than 22 ½o to Horizontal. Soil
pipes below ground shall be cast iron. Above ground asbestos cement soil pipes may also be
used in exceptional case. Vent pipes: The soil or waste pipe above the highest inlet
connection shall be continued upwards either to the full diameter or to a reduced diameter of
not less than 80mm for water closets, and 50 mm for other fixtures to serve as a ventilating
pipe. The vent pipe shall be carried to a height of at least 60 cm above the outer covering of
roof (near the cover) of the building. In the case of flat roof with access provided the height
shall be at least 120 cm above the parapet, and 2 meters above the roof level. The top of the

176
Western Railway

pipe shall also not be less than 2 m above the head of any window within a horizontal distance
of 3 metres from it. The top of the vent pipe shall be fitted with a hard cast iron/ GI or copper
wire dome. Waste pipes: Waste Pipes shall be fixed and jointed in the same manner as soil
pipes. Branch waste pipes from fittings to the main waste stack shall ordinarily be of lead
and these shall be connected to the fittings through an efficient syphon Trap. Discharge: All
soil pipes, after passing vertically below ground level shall be led by an easy bend into the
adjoining home service manhole if provided or be connected direct to a sewer pipe. No soil
pipe shall discharge into a gully trap or open drain. All waste pipes shall discharge into open
gully traps, provided with square C.I. gratings. A waste pipe shall not be connected directly
to a manhole or soil pipe or sewer. Pump house cum sewage/ waste water treatment and
recirculating plant (STP) works The contractor shall submit a comprehensive STP cum pump
house plan/ report duly adhering to relevant applicable codes/norms/ rules/ regulations of the
local/ state government/ regulatory authorities, to the employer for approval. If needed, the
contractor shall obtain necessary no objection certificate from the competent local/ state
authority. STP equipment, collection/ treatment tanks are part of mechanical scope of works.
Treated water from STP will be collected in ROSTFREI make galvalume/ zincalume tanks.
The contractor shall execute all activities and commission the sewerage system and STP as
per approved plan/ design

8. Drainage system/ storm water works The contractor shall submit a comprehensive
drainage plan/ report covering water discharge from all buildings/ sheds/ utilities etc., duly
adhering to relevant applicable codes/ norms/ rules/ regulations of the local/ state
government/ regulatory authorities, to the employer for approval. If needed, the contractor
shall obtain necessary No Objection Certificate from the competent local/ state authority.
The contractor shall execute all activities and commission the drainage system as per
approved plan/ design. Drainage system will mainly function in rainy season and direct rain
water from garland drains of sheds, buildings etc.. to a collection tank with filtration
arrangement. Overflow from collection tank will be directed to nearby water body. Collected
water will be pumped to pump house storage facility. Retention pond scope includes
designing and constructing an underground storage tank of capacity 2000 kL net with
suitable filtering arrangement. The filtered storm water from will be connected to storage
tank for use in fire fighting/ horticulture. Pumps and electrical panels, cables etc.. are part of
electrical scope of work. Efficient drainage system for disposal of water from the buildings
and for drainage of the area shall be provided. Drainage system including surface and
subsurface drains for the Railway Project shall be provided. For Details IS 1742 -1988 Code
of Practice for Building Drainage may be referred. Rain Water Drain Pipe: If a separate
underground drainage system is provided for surface water rainwater down pipes shall
discharge in the open air over un trapped gullies. Otherwise they shall discharge in the open
air into surface drains. (Pumps and electrical panels, cables etc.. are part of electrical scope
of works)

9. Landscaping, horticulture, afforestation/ tree plantation, drip irrigation and


beautification works scope includes design and construction as per this document but not
limited to, and including design, plan and construction of drip irrigation system, planters,
landscaping on open land area, providing paved path, footpaths and other related works such
177
Western Railway

as filling of good earth, fertilizers/ chemicals, ground covering vegetation’s, grassing, tree
plantation etc.. complete as per approved design and drawing, and specification and direction
of Employer. Tree plantation scope includes supply and planting of about 5,000 trees in
workshop area such as Shisham, Neem, Pilkhan and other indigenous varieties suitable to
local area by digging holes 1 m deep of diameter as per approved girth of trees in the ground,
mixing the soil with decayed farm yard/ sludge manure, planting the saplings, back filling
the trench, watering including cost of labour and materials as per direction of employer. The
afforestation and tree plantation shall conform to rules and regulations in force in respective
state government. The scope includes designing and developing soft landscape such as
shrubs planting etc. around green area of sheds, canteen and administrative block as per
approved layout by employer and relevant specifications and standards. Turfing/ planting
Turfing with sods laid edge to edge as per specifications including all lead and lift, and
watering as required until properly rooted, with. Drip irrigation system scope includes
designing and laying of CPVC piping for watering the trees around buildings, sheds and
along the road. Water demand for horticulture shall be met from treated water/ collected rain
water through pumping. One working and one stand-by fixed speed pump of adequate
capacity shall be installed in Pump house. These pumps will be controlled manually. (Pumps
and electrical panels, cables etc. are part of electrical scope of works) Hard landscape-
footpaths/ paver blocks in parking areas, around buildings etc.- scope includes providing and
laying Interlocking pavement blocks of approved thickness and design laid over sand bed of
minimum 75mm including edge restraints for confining the blocks as per approved drawings
by employer. The footpaths shall be minimum 150 mm above the finished road levels shall
be constructed with interlocking pavers as per approved drawings by employer. Kutcha road
works scope includes designing and constructing kutcha road for inspection purposes etc. in
the periphery areas of boundary wall and its approaches, complete in all respect conforming
to MORTH specifications, and other relevant specifications and standards considering roads
as low traffic volume roads.

10. Signage’s, information boards/posts and artwork scope covers supplying and installing
of about 400 nos of signage boards/ name boards/ caution boards/ industrial safety boards
(12”x12”)/ speed limit boards, category boards and direction boards with contractor's
material, including transportation to the site of work and as per approved plan. Some boards
like direction/ speed limit boards have to be fixed on steel posts. Artwork scope includes
supplying and installing of glass mosaic mural artwork as per approved drawing at the wing
walls of security gate including surface preparation, displaying project name, railway logo
etc. complete in all respect as approved by employer.

178
Western Railway

Conditions for Pile Foundation

The Pile foundation work under the contract is to be executed as per relevant IS
specifications, IRS specifications and as contained in Indian Railways Unified
Standard Specifications (Vol-I&II) 2010.

1.1 The Pile Foundations shall be constructed in accordance with the drawings approved by
Railways. The depth of piles in the drawing is tentative and can vary as per the site
conditions and as ordered by the Engineer-in-charge.

1.2 The scope of work included in schedules is for the provision and testing of bored cast in situ
end bearing/skin friction RCC pile foundation (Direct mud circulation method with
Bentonite solution) for the substructure together with the pile cap.

1.3 The schedule of quantities is based on cast-in-situ pile of required capacities.

1.4 The execution of pile foundation shall confirm to IS-2911 (Pt.I/Sec.II)-2010 with latest
amendments and IRC Specification. All the piles shall be of the same type and shall be built
to carry the heaviest load.

1.5 The specifications for safe allowable load, test load, total settlement, total deformations and
net settlementswouldbeasperIS-2911(Pt.I/Sec.IV)-2010.

1.6 The piles will have to be founded on hard rock as per the directions of Engineer-in-charge.
Minimum anchorage in hard rock should be 1.00 mtr. Where hard rock is not met with, the
Engineer may at his sole discretion order that piles can be terminated, taken into coarse sand
strata or any other strata as may be decided upon. No recovery will be made for not having
provided 1.00 mtr minimum encourage into hard rock in such cases. The top level of the
pile cap will be decided by the Engineer-in-charge. The spoils, arising out of boring shall be
disposed off as directed by the Engineer-in-charge. The accepted rate is inclusive of all the
above activities.

1.7 A minimum three meter length temporary M.S. Liner (casing pipe) shall be inserted in each
bored pile unless otherwise specially desired at contractor’s cost.

1.8 When the bore has reached its final depth, it shall be cleaned from any foreign matter before
placing of the reinforcement cage. The reinforcement for the pile shall be carefully placed
in position and then only concreting shall started after thoroughly flushing the file. The
slump should be maintained between 150-180 mm for easy flow of concreting.

1.9 The consistency of Bentonite suspension shall be as per IS-2911 (Pt.I/Sec.II)-2010. The
contractor cannot claim any extra cost on account of the use of Bentonite for piling.

1.10 Removal of obstruction if any met with during pile driving or boring shall also be done by
the contractor. No extra payment will be made for this work.

1.11 The pile shall be bored, cast-in-situ RCC pile of mix M-35 Grade.
179
Western Railway

2.0 The quantity of concrete executed for the particular pile shall be calculated on the spot and
checked with the actual quantity of concrete used. The quantity of concrete used in each pile
should also be recorded and signed by the contractor immediately after concreting. The
concrete will be machine mixed.

2.1 The minimum cement should be 400 kg/cum of concrete. Under water, concreting shall be
done as per IS 456. Concrete is to be placed in the pile only by tremie method/Any other
method approved by Engineer ensuring that tip of tremieis at least 500mm below the top of
concrete at any time. The top of concrete in a pile shall be brought above the cut-off level
to permit removal of all laitance and weak concrete before capping and to ensure good
concrete at the cut-off level for proper embedment into pile cap. No payment will be made
for providing over flow concrete or scum concrete, beyond cut-off level. The length of
over flow will be decided by the Engineer-in-charge.

When concrete is placed by Tremie method, concrete shall be cast to the piling platform
level to permit overflow of concrete for visual inspection or to a minimum of one meter
above cut off level. No payment will be made for providing extra height of concrete
above cutoff level.

No extra payment will be made for peeling the top of concrete (i.e. extra height of concrete
or overflow concrete/scum concrete above cut off level) of the piles and for interlacing the
reinforcements of the piles into the pile cap. While inserting the reinforcement cage, care
shall be taken to provide extra length so as to enable interlacing in to the capping slabs.

[2.2The control of alignment of piles should be as per Para 7 of IS: 2911 (Pt.I/Sec.II)-2010
with the latest amendments.

3.0 In a group of two or more piles, piles of same diameter/size and same load carrying capacity
shall be installed. The distance between centre to centre of such piles shall be governed by
IS:2911(Pt.I/Sec.III)-2010.

3.1 Level marks shall be put accurately on each pile immediately after it is installed. If any pile
shows subsequently a tendency to heave up due to installation of other piles layer or due to
any other reason, the same shall be reinstalled firmly without having heaving tendency in a
suitable manner by the contractor as approved by the Engineer -in-charge without any extra
cost.

3.2 If any pile during driving or boring has deviated from the designed position or from the
verticality or if the same allowable load of the pile is not obtainable as per the design all
these fact shall be reported promptly to the Engineer -in-charge during the execution of work
with suggestion from the contractor regarding adequate corrective measures. Engineer-in-
charge shall consider the suggestions of the contractor and shall give necessary directions
that will be executed by the contractor at his/their own cost and risk. However, if certain
piles are rejected by the Engineer-in-charge on account of their improper location, the
contractor shall pull out the rejected piles and reinstall the pile with proper workmanship
and materials to the satisfaction of the Engineer-in-charge without any extra cost. The
Engineer-in-charge may allow the rejected piles to be left in their places and additional piles
180
Western Railway

may be installed to take up the safe working load of the rejected piles, without any extra
cost, if he considers it feasible and correct. If any such changes involve additional
expenditure due to increased size of pile cap etc.., the same will also be borne by the
contractor including the recovery involved in the usage of the quantity of cement and steel
used in such changes.

3.3 In the event of rejection of pile on contractor’s account, recovery for steel supplied by
Railways shall be made and no payment for boring and casting of the pile, placing of MS
Liners in the pile and cost of MS liners will be made.

3.4 In the finishing of pile needs, the clearance of the reinforcement in the pile cap and the
keying of the pile head into the pile shall be as given in IS:2911(Pt.I/Sec.II)-2010 with latest
amendments.

4.0 Load testing

4.1 Vertical load testing of piles shall be carried out as per procedure laid down in IS Code of
practice for Design and construction of pile foundation IS2911 (Pt.lV). Only static test is
envisaged.

4.2. Payment for the test of the pile or group of piles shall be made to the contractor only
when the test is found to be satisfactory. For tests which are found unsatisfactory or which
are not completed due to any reason whatsoever no payment shall be made to the
contractor. Additional tests required by the department shall be carried out at the same
quoted rates.

4.3 The test shall be considered satisfactory if the same has been carried out as per the laid down
procedure in accordance to IS code and to the satisfaction of the Engineer-in-Charge. In this
regard whether the testing has been carried out satisfactorily or not, the decision of Engineer-
in-charge is final.

4.4 If the pile or the pile group does not satisfy the above conditions for accepting the same as
satisfactory the corrective measures shall be carried out as directed by the Engineer-in-
charge. These corrective measures may include provision of additional piles. If in the
opinion of the Engineer-in-charge, it is necessary to reject the pile and provide entirely
additional piles as corrective measures, the contractor shall do so. If the Engineer-in-charge
considers it necessary to extract any rejected piles, the same shall be extracted and fresh pile
reinstalled in the place.

4.5 The rates for tests include Kent ledge, RS joists, sand bags, etc.., required for loading the
platform for successful testing of the pile or group of piles. The rates for tests also include
removing everything from the site of work after the test is completed and also for clearing
the site to the satisfaction of the Engineer -in-charge. No additional payment shall be made
on this account.

4.6 The contractor shall indemnify the Railway Administration against any claim or obligations
arising out of any damage to structure or out of any injury to any person/persons due to
181
Western Railway

piling work done by him.

2. Scope of Mechanical works

The scope of mechanical works covers engineering/ design, supply, erection, installation,
testing and commissioning of machines/ equipment/ items, listed hereunder, at site as per
general conditions and specifications, enclosed at clause 1.4 (a) and (b) of Annex-I of
Schedule-D. The contractor shall perform all activities necessary in connection with
execution of mechanical works and shall deem to be responsible for design, manufacture,
fabrication, supply, painting, packing, forwarding, insurance, freight, handling, loading,
unloading, unpacking, safe custody and storage, erection, testing, commissioning,
performance test till final handing over of machines/ equipment/ items to railways. The
contractor shall be responsible for short shipment and any damage including transit, custody,
handling, installation, erection and testing damages prior to successful commissioning and
handing over of machines/ equipment/ items to the employer/ railways. The contractor shall
be responsible for proper and secure packing of machines/ equipment/ items to ensure that
stores are not damaged during transit, handling and storage. Consignment should be insured
by Contractor at his own cost.

Sr. No. Description Quantity


1. Wheel Press Cap-500 Ton 1 Nos
2. CNC Surface Wheel Lathe 1 Nos
3. CNC Axle Turning Lathe 1 Nos
4. CNC Vertical Turning Lathe 1 Nos
Seal PE Ring extracting machine with intelligent micro
5. controller based electronic control, Portable to carry 2 Nos
suitable for dismounting seal PE rings Cap-25 KW
6. Induction Heater Cap-12 KVA 2 Nos
7. Induction Heater Cap-40 KVA 2 Nos
8. Hydraulic Bearing Mounting & Dismounting machine 2 Nos
EOT Crane Cap-50 ton with shrouded type DSL,
Pendent with Electro frequency control and Load
9. 6 Nos
indication system
(For Bay A & Bay B = 3+3= 6 Nos.)
EOT Crane Cap-30 ton with shrouded type DSL,
Pendent with Electro frequency control and Load
10. 1 Nos
indication system
(For fitting ware house - 01)
EOT Crane Cap-15 ton with shrouded type DSL,
11. Pendent with Electro frequency control and Load 1 Nos
indication system
182
Western Railway

(For fitting warehouse =1 No.)


EOT Crane Cap-10 ton with shrouded type DSL,
Pendent with Electro frequency control and Load
12. 2 Nos
indication system
(For fitting Bay A & Bay B= 1+1=2 Nos.)
EOT Crane Cap-5 ton with shrouded type DSL, Pendent
with Electro frequency control and Load indication
13. 1 Nos
system
(For fitting Bay A = 1 No.)
Electric Lifting Jacks Electrically operated (Set of 5
14. 2 Nos
Jacks) Cap-65 ton
15. Semi Gantry Crane Cap-5 ton 2 Nos
16. Semi Gantry Crane Cap-10 ton 1 Nos
17. Semi Gantry Crane Cap-15 ton 1 Nos
Manual lifting Jacks/Adjustable trustle (Set of 5 Jacks)
18. 2 Nos
Cap-65 ton, Height adjustable -600 mm
Surface Traverser Cap-180 ton (Multi Track) with
19. 2 Nos
shrouded type DSL
20. Diesel Hydraulic Rail Cum Road Shunting vehicle 2 Nos
21. Loco Tractor 2 Nos
22. Battery operated Four wheeler Tugger Cap-10 ton 2 Nos
23. Bogie Load Testing Machine Cap-50 ton 1 Nos
Provision of material stackers in store(Size-
60x60x14m3) with
1)m Material Stacker Reach Truck Heavy duty Cap-1.5
ton - 02 Nos.
24. 1 set
2) Long span Racking Storage system
3) Wire Mesh Pallets, Size 1000X800X850mm
(minimum)
4) Hydraulic dock level system-03 nos.
Dummy movement Hydraulic Trolley set (1 set consist
25. 18 Nos
2 Nos.)
26. Battery operated Forklift Truck Cap-05 ton 1 Nos
Battery operated Forklift 2.28Truck Cap-03 ton, Lifting
27. 3 Nos
Height 3.6 m
Battery operated Forklift Truck Cap-02 ton (Articulated
28. 3 Nos
type)
29. Battery Operated Platform Truck Cap-3 ton 6 Nos
30. Road Tractor with Hydraulic Trolley 3 Nos
31. Road Truck 3 Nos
32. Road Mobile Crane Cap-17 ton 1Nos
33. Electric Utility Van 2 Nos
183
Western Railway

Electric Driven Rotary Screw Air Compressor Cap-500


34. CFM/7.5Kg/cm2 with Air Dryer 3 Nos
(refrigerated type) & with inlet Air duct Provision.
Electric Driven Rotary Screw Air Compressor Cap-500
35. 2 Nos
CFM/10 Kg/cm2 with Air Dryer & refrigerated type
Development of CCTV Surveillance facility inclusive
36. 1 Set
all charges.
Provision of industry 4.0 for 03 Nos. CNC machines
37. 1 Set
inclusive all charges.
Testing facilities for WAG -9 Locos, 9000 HP including
Rain water testing facility, Loco Gauge checking
38. 1 Set
facility, pneumatic testing, Weighing facility &
Blowers etc..
Surface Traverser Cap-80 ton (Multi Track) with
39. 1 Nos
shrouded type DSL
EOT Crane Cap-30/5 ton with shrouded type DSL,
40. Pendent as well as Electro frequency control and Load 4 Nos
indication system
EOT Crane Cap-10/3 ton with shrouded type DSL,
41. Pendent as well as Electro frequency control and Load 8 Nos
indication system
Goliath Crane Cap-35 ton with shrouded type DSL
42. pendant as well as Electro frequency control (Both 2 Nos
arrangement) & load indicating

3. Scope of Electrical works

1. General scope covers complete engineering/ design, submission of design and drawings for
approval of employer, supply of materials as per the approved design and specification,
erection, testing and commissioning of electric power supply, distribution arrangement and
utilities, general electrical works for the project. All activities of works, essential for
satisfactory completion and commissioning of civil, mechanical, electrical,
telecommunication works, shall be deemed to be included in the scope of works and shall
be executed by the contractor within the accepted cost. All works shall be handed over in a
full functional manner complete in all respect.

The chapter deals with the details of scope and specifications of the equipment, components
and materials to Electrical Works in connection with setting up of production unit at Dahod
for manufacturing of 9000HP Loco. In general, based on the specifications issued by
various bodies, such as Bureau of Indian Standards, British Standard Institution etc.
Specifications have been issued by the Purchaser. Such specification may be brought

184
Western Railway

separately from the office of the Purchaser.

SCOPE OF THE WORK:


The scope of the works covers electrification with necessary parts of all the buildings i.e.,
sheds, canteen, offices, parking, gardens etc. including (but not limited to):
 Internal wiring with copper cables/ conductor with necessary parts of all the
buildings,
 Provision of H.V. air-conditioning, heating, ventilation systems,
 Power Distribution Substation and Distribution arrangement,
 Lightning and Earthing arrangement (Indoor and Outdoor),
 Provision of DG sets,
 Solar Photovoltaic System arrangement wherever applicable,
 Solar tubular skylight system for lighting in day hours, etc.

Scope of S&T work-


1) Provision of Rail net/internet with Wi-Fi of 20 Mbps internet speed and auto
telephones in connection for developing this production unit.

Scope of TRD work-


1) OHE provision is required at various locations of new manufacturing unit.

185
Western Railway

SCHEDULE- C
(SeeClause2.1)
PROJECT
FACILITIES

1 Project Facilities: SITE FACILITIES FOR THE EMPLOYER AND THE


ENGINEER
The Contractor shall construct the Project Facilities in accordance with the provisions
of this Agreement. Such Project Facilities shall include:

1.1 GENERAL

The Contractor shall provide for the use of the Employer / Engineer office
accommodation, equipment, communication & drawing facilities throughout the course
of the work and for such period of time during the defects liability period as the employer
& Engineer may require, The details of the accommodation & the other facilities are
detailed below: All the facilities under this clause will continue to be maintained by the
Contractor free of cost till the defect liability period is over. Thereafter the Contractor
shall dismantle the building and take away all the materials, office furniture, &
equipment etc.. which will be the property of the Contractor. The provisions of the site
facilities will be paid for separately.

1.2 SITE OFFICES

1.2.1 Accommodation for the Employer/Engineer shall consist of one site office to be
constructed by the Contractor at a place decided by the Employer, within Two months
from the date of commencement of the works. In case of delay beyond Two months in
provision of the accommodation either through construction or hire, penalty @₹10000/-
Per week or part thereof will be imposed.

1.2.2 The site office should remain open for 24 hours a day and 7 days a week i.e. round the
clock till the defect liability period is over.

186
Western Railway

1.2.3 Each Site Office will provide for the following rooms:

Area
SITE OFFICE for Engineer/Employer to be constructed by Contractor required
(Sq.m)
Authority Engineer of WR 20
Other Officers of WR i.e.. IOW & AXEN @10sqm 20
Other Officials of WR @ 5 sqm 10
Project Manager of PMC 15
Resident Engineers @ 10 sqm 10
Experts @ 5 sqm 20
Conference/Visitor Room Computer/Drawing Office Pantry & 40
Kitchen area 20
File and Documents & Instruments Storage 10
Toilets 15

Total“A” 180 M2

Common Area/Verandah 20 M2

GRAND TOTAL 200 M2

1.2.4 Materials used for the construction of the offices shall be new and of good quality.
Materials shall be chosen such that the buildings when erected shall give good
ventilation, heat and sound insulation.

1.2.5 All buildings shall be supplied with continuous (24 hour) running potable cold water
tothe kitchens and wash rooms. The toilets may use raw water for flushing. The
Contractor shall also arrange for the constant and hygienic disposal of all effluent,
sewage and rubbish from the buildings.

1.2.6 All buildings shall be supplied with electricity, AC 240 Voltage 50 Hz that shall be
distributed to each room in accordance with the Regulations. Lighting and electrical
power points shall be provided in each room. The disposition and location of light
andpower points will be as directed by the Engineer. 24 hours power supplyis to be
arranged by contractor to meet full power load. Fans and coolers etc.. will be provided
as decided by the engineer. All room and conference office shall be provided with Air
Conditioners of appropriate capacity.

1.2.7 Fire fighting equipment shall be provided in accordance with the local recommendations.

2 FURNITURE AND OTHER OFFICE EQUIPMENT

2.1 The Contractor shall supply and maintain the following new furniture and equipment to
the Engineer’s offices within two months of the date of commencement of the works
until the defect liability period is over:

187
Western Railway

DescriptionofItem Nos.
Conference table (4000mm x 1500mm) 2
Conference chairs 16
Glass-fronted lockable book case 4
1500mm x 900mm double pedestal desk 2
1200mm x 900mm single pedestal desks 8
Swivel office chair with arm rests 12
Swivel office chair without arm rests 4
Typist chair 2
Visitors chair 16
4-drawer filing cabinet 4
Planchest (A0size) 1
1500mm x 900mm tables 15

Steel lockable cupboard 6ft high with internal shelves 4

Heavy Duty Paper Shredders 1

Tele-facsimile transmission/reception facility connected to a 1sets


dedicated line with STD facility

Telephone switchboard connected to 2 external Lines at 10


each office with STD facility, and with independent phones
Internal communication Facilities with conference lines
facilities.
First aid kits for up to 36 persons 2
Safety helmets 15
Safety harness 20
Day-glow waist coat 20
Pairs industrial safety goggles 6 pairs
5L kettles 1
2L kettles 2
Potable water dispenser with hot/cold Taps 1
Cups and plates 20

Fire extinguisher (As required confirming


to the stipulations of
Local authorities).
Silent DG set of minimum power of 10KVA 1

Note: In case of failure to provide the equipment within Two months, penalty
@₹5000/-Per week or part thereof will be imposed.

188
Western Railway

3 TRANSPORT

3.1 General: The Contractor shall provide road transport (for the use of the Employerand
the Engineer within one month from the date of commencement of the works) and the
Payment for the same shall be covered in relevant schedule of theBOQ submitted by the
contractor.

3.2 Road Transport


3.2.1 Road Vehicle (4 wheeler)
a) The vehicles shall be new and delivered and maintained by the Contractor in good
roadworthy condition including daily cleaning. The vehicle shallbe replaced with
a new vehicle after a maximum run of 75000 Km or three years whichever is earlier.
b) The Contractor shall employ and make available competent drivers fully licensed
to operate the vehicles as and when required by the Engineer/Employer. The
Contractor shall replace drivers at the request of the Engineer/Employer.
c) The vehicles shall be registered and insured for use on the public roads and shall
have comprehensive insurance cover for any qualified driver authorised by the
Engineer together with any authorised passengers and the carriage of goods or
samples.
d) The Contractor shall provide fuel, oil for running of each vehicle for 4000 kms
monthly and ensure maintenance in conformity with the vehicle manufacturer’s
recommendations and all relevant toll and parking chargesincurred in connection
with the Works. The vehicle shall be provided day and night as required by the
Engineer/Employer. If any vehicle is allowed, with the prior approval of Project
Director, to run beyond 4000 Kms in a month the charges for running of the
additional kilometres shall be paid separately under item 9003(c), 9003(d) of
schedule.
e) A suitable replacement shall be provided by the contractor for any vehicle out of
service for more than 24 hours. If the contractor at any time fails to provide
vehicle(s) or substitute vehicle(s) as specified, an amount of Rs.1500 per day for
each vehicle (that the Contractor failed to provide) shall be recovered from the
Contractor.
3.2.2 Motor Bike: NA
3.2.3 Number of Vehicles (4 wheelers) and Motor Bikes

3.2.3.1 The Contractor shall provide the following type of vehicles as per requirement
indicated by the Project Director within one month of the date of commencement.

189
Western Railway

Type Numbers

INOVA, MAHINDRA XUV 500 or similar (1 No. to be mentioned


considering requirement of
CPM/GM,AGM & Project
Manager of PMC.)

BOLERO/SCORPIO/ERTIGA/MARAZZO or similar (1 No. to be mentioned


considering requirement of
JGM/DGM, Manager/AM&
RE/Experts of PMC.)

3.2.3.2 The vehicle requirement given in para 3.4.3.1 above is the maximum requirement of
the vehicles at a time. However requirement in a particular period will be intimated by
the project director to the contractor on programme basis at least 7 days before the
actual date of requirement after approval of the distribution by the Project Director.
The Contractor shallwithdraw particular vehicle(s) if the same is not further required
by the Engineer/Employer if so directed by the Project Director. In such cases the
instructions shall be given in writing 7 days in advance. The requirement during the
Defect Liability Period will be quite less than the maximum requirement mentioned
above.

3.2.3.3 Duration of Transport Requirements: Transport for the Engineer / Employershall


be provided so as to cover the entire completion period(s) and defect liability period(s).
The transport so provided, as per Para 3.4.2 & 3.4.3, shall continue to be the property
of the Contractor.

4 OFFICE MAINTENANCE

4.1 The contractor is required to maintain the offices throughout the contract period and provide
the following, but not limited to:
i. Pay all electricity charges.
ii. Reimburse telephone bills for the use of telephone, upto ₹3000/-per month for
each external landline connection
iii. Pay all water charges.
iv. Carryout necessary repairs to office and equipment as and when required.
v. Day to Day cleaning and maintenance and watch & ward etc..

190
Western Railway

4.2 The contractor shall provide within Two months from the Date of Commencement following
personnel in the office as required for watch and ward of the site office.

Watchmen/Security (3 shifts of 2 men in a shift, till the defect Liability period is over)
Note: In case of delay beyond Two-month, penalty @ ₹ 10000/- Per week or part thereof
will be imposed.

5 EQUIPMENT FOR USE OF THE ENGINEER

The Contractor shall provide new equipment and software as listed below and maintain them
for the exclusive use of the Employer and the Engineer. The Contractor shall provide and
maintain the following equipment for the use of the Engineer and the Employer within one
month from the date of commencement of the works until the defect liability period is over.
No payment shall be made by Railways. On completion of defect liability period, the
equipment shall be property of the Contractor.

With minimum specification of Intel Core i7, 3.4 GHz, 3MB


(a) Desktop Computer two
Cache, 4 GB DDR3 RAM, 500 GB Hard Disk Drive, DVD
nos.
Writer, 18.5” colour TFT monitor, 10/100 LAN Card, Modem
Card,

Operating System - Windows 8 Professional or higher


preloaded with media and documentation and certificate of
authenticity and Microsoft Security Essentials preloaded
antivirus software.

With minimum specification of Intel Core i5, 4 GB RAM, 500


(b) Laptop rugged – two
GB Hard Disk Drive, 11.6” colour display, 2xUSB-2.0,
Nos.
standard key board

Weight - not more than 2.5 kg,

Battery backup- minimum 4hrs

Operating System - Windows 10 or higher preloaded with


media and documentation and certificate of authenticity and
Microsoft Security Essentials preloaded antivirus software.

A laptop bag and Adapter/Battery charger shall also be


provided with the laptop.

The A4 size printer shall be all in one office jet having features
(c) Printers – 2 nos.
of Fax, Scanner and Printer, A3 size printer shall be Colour
(A4 size – 1 No. and Office jet with a print speed of up to 8 pages at 800 dpi or
A3 size – 1 No.) More.

191
Western Railway

36 inch colour plotter: Model -HP T830 Design jet


(d) LARGE FORMAT
Multifunction plotter or similar/ better
PLOTTER – Two Nos

(e) Application software (i) Microsoft office latest release.

(ii) AUTOCAD 3D 2019

(iii) M S Project/ Sure Track.

(iv) PDF Converter/Professional

A3 size
(f) Colour scanner- 1 no.

Xerox Machine- 2 Nos. for paper prints capable of reduction and copying A3 &A4 size
(g)
paper with automatic document feeder capability and sorter. (Canon IR 2020 or
similar/better)

UPS system with sufficient power backup (with minimum backup time of 30 minute) to
(h)
meet the sufficient power load in case of power disruption.

Surge Protection Devices (one for each computer and printer as given above)
(i)

Power supply for the systems is to be AC 240 volts, 50 Hz from normal building wiring
(j)
circuit mains, power regulator, stabilizer or transformer should be supplied by the
Contractor for the computer systems such that the systems can function efficiently.

2MBPS internet connection with Wi-Fi facility so that multiple device scan be
(k)
connected.

50MBPS Wi-Fi Hot Spot/USBD with 4GB data connection and minimum monthly
(l)
download limit of 50GB for use with laptops–two nos.

Note: In case of failure to provide the equipment including original software & internet
connectivity within one month, penalty @ ₹ 5000/- Per week or part thereof will be imposed.

6 DOCUMENTATION:
A complete set of documentation will be supplied with each System. The documentation should
be self-tutorial in nature and be readily understood by non-computer personnel. The following
manuals will be supplied with the system:
a. Manual on how to operate the equipment; and
b. Manual on how to use the facilities and software provided by the supplier (including
languages and utilities).

192
Western Railway

SCHEDULE-D
(SeeClause2.1)

SPECIFICATIONS AND STANDARDS

1 Construction The Contractor shall comply with the Specifications and Standards set forth
in Annex-I of this Schedule-D for construction of the Railway Project. The time limit for
the review and clearances by the Employer for design and drawings submitted by the
Contractor shall be as indicated in Annexure.

2 Design Standards The Railway Project including Project Facilities shall conform to
design requirements set out in the following documents:

(a) Indian Railways Permanent Way Manual,

(b) Indian Railway Bridge Manual,

(c) Indian Railway Schedule of Dimensions & relevant IRS Specifications referred in the
Manual,

(d) Comprehensive Guidelines for railway Formation RDSO/2020/GE:IRS-0004 in


September 2020

(e) Bridge Rules

(f) Concrete Bridge Code

(g) Fabrication Guideline of steel girders for Construction Field Employer BS-110R

(h) Fabrication Specification B1

(i) FBW Flash Butt Welding Manual

(j) Code Of Practice For The Design Of Sub-Structures And Foundations Of Bridges.

(k) Guidelines for use of HSFG bolts on Bridges BS111.

(l) Indian Railway Works Manual

(m) Specifications for Track Ballast

(n) Indian Railways Unified Standard Specifications (Vol-I&II) 2010.

(o) Specifications of CPWD-DSR.

(p) Indian Railway Telecom Manual & relevant IRS/RDSO Specifications referred in the
Manual,

(q) AC Traction Manual, CORE/Zonal Railway/Standard Specifications of Western Railway

193
Western Railway

for Electrical Works and

(r) Rules for Opening Railways Contractor shall be bound to use RDSO Standard Drawings
and Designs for superstructures of Major and Important Bridges, unless the site conditions
does not permit adoptions of such spans.

(s) Specifications of COFMOW for M&P.

3 Latest Version: Latest version of the Manuals, Specifications and Standards including
the amendments notified/ published by the Base Date shall be considered applicable.

4 Terms used in Manuals The terms [‘Inspector’, ‘AEE’, ‘DE’] used in the Manuals shall
be deemed to be substituted by the term “Employer”; to the extent it is consistent with th
provisions of the Agreement.

5 Absence of specific provision: In the absence of any specific provision on any particular
issue in the aforesaid Manuals, Specifications, or Standards, the following standards shall
apply in order of priority

1) Bureau of Indian Standards (BIS)

2) Euro Codes or British Standards or American Standards

3) Any other specifications /standards proposed by the Contractor and reviewed by the
Employer.

6 Alternative Specifications and Standards:

6.1 The requirements specified in the Manuals are the minimum. The Contractor shall,
however, be free to adopt international practices, alternative specifications, materials and
standards to bring in innovation in the design and construction provided they are better or
comparable with the standards prescribed in the Manuals. The specifications and
techniques which are not included in the Indian Railway Manuals/ RDSO specifications
shall be supported with authentic specifications and standards specified in paragraph
5above. Such a proposal shall be submitted by the Contractor to the Employer. In case,
the Employer is of the opinion that the proposal submitted by the Contractor is not in
conformity with any of the international standards or codes, then he shall record his
reasons and convey the same to the Contractor for compliance.

194
Western Railway

Annex- I
(Schedule-D)

Specifications and Standards for Construction

1 Specifications and Standards: All Materials, works and construction operations shall
conform to the WR’s Specifications in case the required specification is not available in
the following manuals/ documents:

1.1 For civil and track works

(a) Indian Railways Permanent Way Manual

(b) Indian Railway Bridge Manual

(c) Indian Railway Schedule of Dimensions

(d) The relevant IRS Specifications referred to in the above documents listed at (i), (ii) and
(iii)

(e) Latest RDSO specifications/ RDSO Technical Advisory Notes.

(f) Specifications of Works of WR

(g) Technical parameters for civil works for buildings

1) Documents: Contractor shall submit detailed architectural plans and Design Basis Report
of the buildings for approval of the employer followed by proof checked design of the
buildings including foundation design.

2) Plinth level: of buildings will be 600 mm above the adjacent road level. Plinth protection
If not mentioned otherwise in the detailed drawings, plinth protection of 1 m width all
around the building shall be provided as per para 2902 of WR Standard Specifications for
materials and works.

3) Earth work: in filling in plinth and floors areas including for plinth protection etc. shall be
done by contractor with contractor’s own earth/excavated earth from site, of good quality.

4) Concrete work (RCC): All plain and reinforced concrete work to be done as per IS:456
Code of Practice. Design mix concrete as approved by Employer shall be used. Nominal
mix can be permitted by the Employer only in exceptional circumstances. The cement
concrete flooring, roof and other RCC/Concrete structures are to be levelled and
compacted with vibrator of suitable size and specification.

5) Anti-termite treatment: shall be provided as per WR Standard Specifications for materials


and works, cost of which is deemed to be included in plinth area rates. The chemical shall
be approved by the authority engineer and used as per the manufacturer’s
195
Western Railway

instructions/specifications. Anti-termite treatment shall be guaranteed for 10 years by the


contractor.

6) Masonry work: The providing and constructing well burnt clay bricks of class designation
as approved by the authority engineer. All outer and load bearing walls shall be of
minimum 230 mm thickness or more as per design, in cement mortar 1:6, all partition
walls shall be 115 mm thick in cement mortar 1:4. Fly ash bricks or cement concrete
blocks (hollow/ solid) confirming to the BIS or stone masonry can be used against relevant
items as mentioned in the architecture drawings. Hoop reinforcement shall be provided in
115mm thick walls & rate is deemed to be included item of brick work only.

7) Plaster: 15-19 mm thick in cement mortar 1:4 on all outer and inner walls also in ceiling.
Inner walls shall be finally finished with POP. Underside of the slabs shall be rendered
smooth wherever required and finished with POP. Fibre mesh shall be provided on
junction of RCC and brick work rate are deemed to include in the plaster work.

8) Painting: Two coats of synthetic enamel paint of 1st quality over a priming coat of Asian,
Berger, Nerolac or equivalent brand and shade as approved by the Authority Engineer, on
all exposed steel and wooden surfaces.

9) Interior finish: Two coats of 1st quality oil bound distemper of approved shade over POP
coating to make the surface smooth. 3rd coat may be done before handing over of assets.

10) Exterior finish: Two coats of 1st quality cement paint of approved shade over synthetic
wall putty to make the surface smooth. 3rd coat shall be done before handing over of
assets.

11) Flooring: 1st quality 600 x 600 mm vitrified floor tiles conforming to IS 13630-1993 of
Kajaria/ Norton/ CERA/ NITCO or similar make and shade as approved by Authority
Engineer laid over minimum 20 mm thick bed of cement and sand mortar 1:4 with neat
cement slurry mixed with pigment to match the shades of tiles between joints and over the
base in floors over 100mm thick CC 1:4:8 over 100 mm thick sand filling on well rammed
and consolidated earth filling. On subsequent floors tiles shall be laid directly on mortar
bed. 6 to 8 mm thick glazed tiles of suitable size confirming to IS 13630-1993 of Kajaria/
Norton/ CERA/ NITCO or similar make, quality and shade as approved by employer to
be provided on walls in dado up to 2100 mm height from floor finish level or lintel level.
All the tiles to be laid with zero gap between them. Rate to include making holes for floor
jali etc..

12) Stair Case: 16 to 18 mm thick Polished granite slabs of best quality as per approved sample
in flooring, skirting, dado, pedestals, rises and treads of steps etc.., of approved colour, of
suitable size and design laid over a bed of cement mortar 1:3, 40mm average thick and
jointing with neat cement slurry at 4.4kg cement per sqm mixed with pigment if required
to match the shade of the granite slabs including rubbing if required and making the
surface even to lay the skirting/ dado with Contractor's OP cement and all other materials,
labour, tools, plant, all lead and lifts etc.. complete as per specifications and as directed by
196
Western Railway

the Employer. Granite stone shall be applied on staircase, entrance steps, ramp, wash basin
slab top in toilet areas and lift entrance lobby as per architecture drawings. Staircase
Railing shall of stainless steel of grade SS- 304. Rate to include edge molding, make holes
for taps, wash basin, floor trap etc..

13) Toilets: Finished floor to be kept 25mm below the normal floor of the building. Approved
size of ceramic floor tiles conforming to IS 13630-1993 of Kajaria/ Norton/ CERA/
NITCO or similar make and shade as approved by Authority Engineer laid over 20 mm
thick bed of cement and sand mortar 1:4 with neat cement slurry mixed with pigment to
match the shade of tiles between joints and over the base in floors laid over 100 mm thick
CC 1:4:8 over 100 mm thick sand filling on well rammed and consolidated earth filling. 6
to 8 mm thick glazed tiles of approved size conforming to IS 13630- 1993 of Kajaria/
Norton/ CERA/ NITCO or similar make, quality and shade as approved by the Authority
Engineer to be provided on walls for full height up to ceilings over 13 mm thick cement
mortar 1:2. Tiles shall be laid with zero gaps between them. Toilet sunken waterproofing-
Surface to be cleaned thoroughly and all undulations & gaps to be repaired by epoxy putty.
Apply two coats of tapecrete P-151 & cover with 20 mm thick protecting plaster1:4.

14) Railings: In Corridor Parapet/ Above Entrance Porch/ Entrance Ramp – Glass Railing
shall be adopted above entrance porch or Open Terrace. And in corridor shall be
combination of masonry work and Stain less steel grade SS- 304 as per architecture
drawings.

15) Door Windows & Ventilator:

16) Door Shutter with Glass for Administrative block: Providing and fixing 37 mm thick
factory made PVC Door shutter, styles and rails made of PVC hollow extruded printed
and laminated section having overall dimension 115 mm x 37 mm with wall thickness
2mm (± 0.2 mm) with inbuilt beading on one side, the styles and rails mitred cut and joint
at corners by inserting 2 nos PVC profile reinforcement of size 75 mm x 200 mm long
with cross section size of 28 mm x 30 mm having wall thickness 2 mm (± 0.2 mm). Styles,
rails and reinforcements to be fusion welded together. Only hinge side vertical style to be
reinforced with PVC profile reinforcement in full length. Printed and laminated PVC lock
rail of size 110 mm x 37 mm having wall thickness 2 mm (± 0.2mm) to be welded
horizontally with the vertical styles after inserting PVC profile reinforcement as in styles
and rails, providing 8 mm thick toughened glass panes and inserting 2 nos 6mm dia bright
steel rod horizontally with both side threaded and tightened with check nuts and washers
complete, all as per manufacturer's specification and direction of Authority Engineer.

17) Door Shutter without Glass: Providing and fixing 37 mm thick factory made PVC Door
shutter, styles and rails made of PVC hollow extruded printed and laminated section
having overall dimension 115 mm x 37 mm with wall thickness 2 mm (± 0.2 mm) within
built beading on one side, the styles and rail smitred cut and joint at corners by inserting
2 nos PVC profile reinforcement of size 75 mm x 200 mm long with cross-section size of
28 mm x 30 mm having wall thickness 2 mm (± 0.2 mm). Styles, rails and reinforcements
to be fusion welded together. Only hinge side vertical style to be reinforced with PVC
197
Western Railway

profile reinforcement in full length. Printed and laminated PVC lockrail of size 110 mm x
37 mm having wall thickness 2 mm (± 0.2 mm) to be welded horizontally with the vertical
styles after inserting PVC profile reinforcement as in styles and rails, panes and inserting
2 nos 6 mm dia bright steel rod horizontally with both side threaded and tightened with
check nuts and washers complete, all as per manufacturer's specification and direction of
Authority Engineer.

18) Door Shutter: 35 mm thick factory made Solid panel PVC Door shutter, made out of single
piece extruded solid PVC profiles, 5 mm (± 0.2 mm) thick, having styles & rails (except
lock rail) of size 95mm x 35mm x 5mm, out of which 75mm shall be flat and 20 mm shall
be tapered (on both side), having one side thickness of 15 mm integrally extruded on the
hinge side of the profile for better screw holding power, including reinforcing with MS
tube of size 40 mm X 20 mm x 1 mm, joints of styles & rails to be metered cut & joint
with the help of PVC solvent cement, self-driven self-tapping screws & M.S. rectangular
pipes bracket of size 190 mm X 100 mm of cross section size 35 mmx 17 mm x 1 mm at
each corner. Single piece extruded 5 mm thick solid PVC Lock rail of size 115 mm x 35
mm, out of which 75 mm to be flat and 20 mm to be tapered at both ends, having 15mm
solid core in middle of rail section integrally extruded, fixing the styles &rails with the
help of solvent and self-driven self-tapping screws of 125 mm x11 mm, including
providing 5 mm Single piece solid PVC extruded sheet inserted in the door as panel, all
complete as per manufacturer's specification and direction of Authority Engineer. Non
decorative finish (matt finish)

19) Door Frame Providing and Fixing factory made PVC door frame made of PVC extruded
sections of size 75 mm x 53 mm, having wall thickness 2.0 mm (± 0.2 mm). Both verticals
sides of the frame reinforced with PVC profile of cross section size 28 mm x 30mm x2
mm thickness (± 0.2mm) and75 mm x200 mm long, including reinforcing both ends of
the top frame with PVC profile. PVC Door Frame and PVC reinforcement profile to be
mitred cut, jointed and fusion welded together, including providing and fixing 3 nos of
125 mm long stainless steel hinges to frame, fixing the frame with jamb with required nos
& sizes of anchor dash fastener, all complete as per manufacturer's specification and
direction of Authority Engineer.

20) Windows and Ventilator Providing and fixing factory made UPVC white colour sliding
glazed window up to 1.50 m in height dimension comprising of UPVC multi-chambered
frame with in-built roller track and sash extruded profiles duly reinforced with 1.60 ±
0.2mm thick galvanized mild steel section made from roll forming process of required
length (shape & size according to UPVC profile), appropriate dimension of UPVC
extruded glazing beads and UPVC extruded interlocks, EPDM gasket, wool pile, zinc
alloy (white powder coated) touch locks with hook, zinc alloy body with single nylon
rollers (weight bearing capacity to be 40 kg), G.I fasteners 100 x 8 mm size for fixing
frame to finished wall and necessary stainless steel screws etc.. Profile of frame & sash
shall be mitred cut and fusion welded at all corners, including drilling of holes for fixing
hardware's and drainage of water etc.. After fixing frame the gap between frame and
adjacent finished wall shall be filled with weather proof silicon sealant over backer rod of
198
Western Railway

required size and of approved quality, all complete as per approved drawing & direction
of Authority Engineer. Three track three panels sliding window with fly proof S.S wire
mesh (Two nos. glazed & one no. wire mesh panels) made of (big series) frame 116 x
45mm & sash 46 x 62 mm both having wall thickness of 2.3 ± 0.2 mm and single glazing
bead / double glazing bead of appropriate dimension. (Area of window above 1.75 sqm).

21) Terrace Flooring & Waterproofing RCC slab shall be thoroughly cleaned and junction of
slab & wall to be rounded by using cement concrete. 2mm thick APP membrane to be laid
by proper side & end laps using approved bitumen average 75mm thick cement concrete
screed to be laid in slope and finally 300x300mm thick anti skied ceramics tiles to be laid
with tiles spaces include 300mm height on walls. Otherwise Terracing details as per site
Employer In-charge or as per architecture drawings.

22) Coping and Drip Course as per architecture detailed drawings.

23) Overhead tank PVC overhead tanks shall be of approved make. The scope includes
making 300mm high platform with brick work & cement concrete, inlets outlets & clean
out to be provided and rate is to be included in cost of tanks only.

24) Lintel Projection (Chajja) A minimum 450 mm wide as per architecture drawings.

25) Drip courses of approved design has to be provided wherever required as per architectural
drawings.

26) False Ceiling: Providing and fixing false ceiling with 600 x 600mm with firm faced ceiling
tiles of 12mm thickness and using powder coated standard aluminium sections hanging
the same with RCC slab using 10mm dia fasteners and GI hangers complete.

27) Rainwater pipes: Adequate number of rainwater pipes of min 110mm dia, 6kg/cm PVC of
approved quality and make as approved by the Authority Engineer to be provided. Inlet
of the rainwater pipe to be provided with shoe and CI gratings and at the outlets necessary
protection to be done to prevent erosion of soil.

28) Manholes and junction chambers to be constructed by Contractor as per the design by the
Contractor & approved by the Authority Engineer and to be connected with RCC pipes of
150/200mm dia. with each other and to septic tank or to existing sewerage arrangement
(up to 15m from extreme outer wall of building in the direction of source to be connected,
including obtaining necessary clearance from concerned authorities required for the same.
In case sewerage system is not to be connected to trunk sewer as stipulated, contractor
will furnish appropriate design of septic tank to be approved by Employer and will
construct the septic tank accordingly.

29) Soil and vent pipes: PVC pipes of min 110 mm dia and 6 Kg/cm2 pressure handling
capacity to be provided for soil and vent pipes including all branches of required degree,
access door and other accessories as necessary for laying the pipes of approved quality
and make as approved by the Employer to be provided. Before embedding the pipes under
the floor the same will have to be tested against any leakage. Necessary floor traps, gully
199
Western Railway

traps as essential will be provided. Storm water drain of suitable size to be provided as
approved by the Authority Engineer.

30) Wash Basins and Sink Wash basins (Ceramic) of approved size, colour and make to be
provided in ladies and gents toilet with shelf, looking glass and towel rails (CP Brass).
Urinals/ Squatting pans (ceramic) of approved size and make to be provided with ceramic
flushing systems as per requirement. Stainless steel/Ceramic sinks of approved size and
makes to be provided in Admin Building toilet areas, Kitchen of Canteen or toilet block.
All water services and sinks will be connected through bottle traps to concealed outlet
pipe. All necessary CP fittings of approved make and design as per architectural drawings.

31) Water supply: Necessary layout for water supply distribution in the Kitchen, toilets &
baths to be designed by the Contractor and submitted for approval of Authority Engineer
and to be connected with CPVC pipe of designed dia from the existing main water line
(up to 15m from extreme outer wall of building in the direction of source to be connected,
including obtaining necessary clearance from concerned authorities required for the same.
All internal pipes will be laid concealed in walls and tested for leakages for minimum 12m
head of water. All necessary taps, stop valve etc.. of approved size and make to be
provided by Contractor to make the toilets and kitchens functional including provision of
water tank of designed capacity Moulded Polyethylene overhead tank Sintex make or
equivalent in accordance with IS 12701– 1996. This will include provision of float valve,
copper/ brass rod and plastic ball with inlet, outlet, overflow, washout connections etc..
for the overhead tank complete in all respect. Taps in platform toilets will be self-closing
type.

32) Sewerage system shall be connected to the external system, with necessary manholes,
traps, etc..

200
Western Railway

TECHNICAL SPECIFICATION FOR CONSTRUCTION OF


ADMINISTRATIVE OFFICE BUILDING

1.0 Technical Specifications

1.1 Technical specifications for various activities involved in the work shall generally be
in accordance with Western Railway Standard Specifications for materials & works
as amended up to date. In case specification for any activity necessary for completion
of building is not available in Western Railway Standard Specifications for materials
& works, relevant BIS codes of practices shall be applicable. In case of any
contradicting instructions in the specifications, Authority Engineer decision will be
final and binding.

1.2 General Arrangement Drawings (GAD) provided in the bidding documents are
sample drawings for the guidance of bidders and are indicative of type of buildings
to be constructed.

1.3 Suitable economical structural and architectural design for foundation and
superstructure consisting of brick masonry walls, reinforced columns/ beams/ slabs
shall be done by the Contractor as per site conditions for the service building and
others structures including all detailed designs of RCC works i.e. columns, beams
stair case, balcony, slabs etc.. keeping in view the relevant seismic zone & making
the building earthquake resistant Working drawings will have to be prepared by the
contractor for each activity of work, giving details of reinforcement, water
arrangements, drainage, sewerage, floorings, fittings etc.. and got approved from the
Authority. The construction will be done with approved drawings.

1.4 The rates for construction of buildings includes cost of all design, drawings,
materials, labour, tools & plants, equipment, taxes, ascent, descent, lead and lift,
cement and steel etc.. Building has to be handed over complete in all respect in order
to occupy and use including provision of ducts, trenches, ramps etc.. complete in all
respect required to make it functional. This also includes cost of all architectural
features and preparation of detailed drawings and designs thereof.

1.5 If any activity of the work is essential for completion of the building but is not
mentioned specifically in these specifications or elsewhere in the bidding documents,
the same shall be deemed to be included in the rates and shall be executed by the
Contractor as per specifications decided by the Engineer and the building shall be
handed over in functional manner, complete in all respects.

1.6 Water & electricity shall be arranged by the Contractor at his own cost for execution
of works.

1.7 EPC Contractor has to make arrangements for approach to site, stacking of materials
and all temporary works necessary for the execution of work at his own cost.

1.8 EPC Contractor will have to make arrangements for required tests (as directed by the
Engineer) for testing the soundness of the work or any of the materials at their own
cost.
201
Western Railway

1.9 Sampling and testing of work/material at site/laboratory shall be as per the Western
Railway Standard Specification for materials and works and relevant Indian Standard
Specifications, with up to date corrections.

1.10 If any work is found unsatisfactory or under specification the same will have to be
redone by the EPC Contractor at their own cost. In case, the Contractor fails to do so,
the same will be got done by Authority Engineer at the Contractor's cost.

1.11 The Engineer will be at liberty to get any work or material dismantled/removed by
any other means at Contractor's cost if it is found unsatisfactory or under
specification, and the contractor fails to rectify the same within specified time.

1.12 The site shall be cleared of all debris etc.. before commissioning of work. The rate
includes the same.

1.13 The contractor shall take all necessary safety precautions during casting of RCC slabs
etc.. He shall also ensure safety of railway track if the work is required to be done
near the track or above railway tracks.

1.14 In case there is any damage to road, drain or other structure during construction of
the work by the contractor, the damages will have to be rectified by the contractor at
their own cost. Administrative Office building is to be executed for G+1 Floors.
However, building is to be designed to cater for one additional floor.

1.15 Earthwork: Earthwork in filling in plinth and floors including for plinth protection, if
required shall be done by contractor with Contractor's own earth of good quality. No
earth is to be taken from the Railway premises except surplus earth from excavation
for the building. The cost of such earth work is included in the rates.

1.16 Concrete work: All plain and reinforced concrete work to be done as per IS: 456 Code
of Practice. Design mix concrete as approved by Authority Engineer shall only be
used. The cement concrete flooring, roof and other RCC/Concrete structures are to
be levelled and compacted with vibrator of suitable size and specification.

1.17 Anti-termite treatment: Anti-termite treatment shall be provided as per Western


Railway Standard Specifications for materials & works, cost of which is deemed to
be included in plinth area rates. The chemical shall be approved by the Authority
Engineer and used as per the manufacturer's instructions/specifications.

1.18 Plinth protection - If not mentioned otherwise in the detailed drawings, plinth
protection of one meter width all around the building shall be provided as per Western
Railway Standard Specifications for materials & works.

1.19 Damp Proof Course (DPC) - Unless otherwise mentioned in the drawings, DPC will
consist of 50mm thick 1:2:4 (20 mm below size) PCC with two coats of bitumen over
it.

1.20 Masonry work – Masonry work has to be in well burnt clay Bricks of class
designation 75 / Fly ash bricks of suitable size as decided by the Authority Engineer
in charge are to be used. The building structure is a framed structure with RCC
columns and footings. All outer and inner walls shall be of minimum 200mm/230
mm thickness as per design, in cement mortar 1:4, all partition walls shall be 100mm
202
Western Railway

/115 mm thick in cement mortar 1:4 as per the design approved.

1.21 Plastering: 15-19 mm thick in cement mortar 1:4 on all outer and inner walls. Ceiling
plastering need not be done where false ceiling is provided. Inner & outer walls and
false ceilings shall be finally finished with Wall care putty.

1.22 Sanitary fittings/ sewerage system:

1.22.1 Manholes and junction chambers to be constructed by Contractor as per the design
by the Contractor & approved by the Authority Engineer and to be connected with
CPVC pipes of 150/200 mm dia. with each other and to septic tank or to existing
sewerage arrangement (up to 15m from extreme outer wall of building in the
direction of source) to be connected, including obtaining necessary clearance from
concerned authorities required for the same. In case sewerage system is not to be
connected to trunk sewer as stipulated, contractor will furnish appropriate design of
septic tank to be approved by Authority Engineer and will construct the septic tank
accordingly.

1.22.2 Rainwater pipes: Adequate number of rainwater pipes of min 100mm dia, PVC of
approved quality and make as approved by the Authority Engineer to be provided.
Inlet of the rainwater pipe to be provided with shoe and Cl gratings and at the outlets
necessary protection to be done to prevent erosion of soil.

1.22.3 Soil and vent pipes: CPVC pipes of min 150mm dia. To be provided for soil and vent
pipes including all branches of required degree, access door and other accessories
as necessary for laying the pipes of approved quality and make as approved by the
Authority Engineer to be provided. Before embedding the pipes under the floor, the
same will have to be tested against any leakage. Necessary floor traps, gully traps as
essential will be provided.

1.23 Wash Basins and Sink: Wash basins (Ceramic) of approved size, colour and make to
be provided in all the toilets with looking glass mirror and towel rails (CP Brass). All
water services and sinks will be connected through bottle traps to concealed outlet
pipe.

1.24 Water supply: Necessary layout for water supply distribution in the Kitchen/Pantry,
toilets to be designed by the Contractor and submitted for approval of Engineer and
to be connected with GI / UPVC pipe of designed dia as per the approved design, to
the existing main water grid. All internal pipes GI / UPVC as per the design will be
laid concealed in walls and tested for leakages for minimum 15m head of water. All
necessary taps, stop valve etc.. of approved size and make to be provided by
Contractor to make the toilets and kitchens/ pantry functional including provision of
water tank of designed capacity GRP tanks of approved brand / make as overhead
tank This will include provision of float valve, copper/ brass rod and plastic ball with
inlet, outlet, overflow, and washout connections etc.. for the overhead tank complete
in all respects.

1.25 Waterproofing on roofs: Roof grading shall be done using Waterproofing Compound
and Cement Mortar.

1.26 Drip courses- Drip course / groove of approved design has to be provided for all

203
Western Railway

chajjas (sunshades) and RCC projections around the building.

2.0 The building will be constructed as per zonal Railways standard plans duly approved
for adoption by Western Railway for the specific project.

2.1. Interior finish: All walls & ceiling to be treated with interior wall care putty of
approved brand( JK/Birla or equivalent brand and make wall care putty) and painted
with low VOC plastic emulsion paints of approved brand and shades
(Asian/Nerolac/Dulux or equivalent make). Synthetic enamel paint on all wood
works and steel works. (Asian/Nerolac/Dulux or equivalent make).

2.2. Exterior finish - All walls are to be finished with exterior wall care putty of
approved brand and make (JK/Birla or equivalent brand and make) & Premium
Acrylic smooth waterproof exterior finish with weatherproof paints of approved
brands (Asian/Nerolac/Dulux or equivalent make).

2.3. Flooring

2.3.1 Flooring to be done with 1st quality double charged Vitrified tiles of size 800 x 800
mm (or any approved size) of approved make, quality and shade, laid over average
20 mm thick base of cement and sand mortar 1:4 and jointed with matching grout
over 100 mm thick CC 1:3:6 over 100 mm thick sand filling on well rammed and
consolidated earth filling. (Approved brands: Kajaria/ Norton/ CERA/ NITCO or
similar make, quality and shade as approved by the Authority Engineer)

2.3.2 Toilets/WC: Finished floor to be kept 25 mm below the normal floor of the building.
400 x 400mm (or any approved size) vitrified anti-skid floor tiles confirming to IS
13630-1993 of approved make quality and shade, laid over 20 mm thick bed of
cement and sand mortar 1:4 with neat cement slurry mixed with pigment to match
the shade of tiles between joints and over the base in floors laid over 100 mm thick
CC 1:3:6 over 100mm thick sand filling on well rammed and consolidated earth
filling on ground floor. (Approved brands: Kajaria/ Norton/ CERA/ NITCO or similar
make, quality and shade as approved by the Authority Engineer)

Toilets /WC dado: Vitrified tiles of size 300mm x 450mm or any approved size,
confirming to IS 13630-1993 of approved make, quality and shade as approved by
the Authority Engineer to be provided up to full height over 13 mm thick cement
mortar 1:2. All the tiles to be laid with zero gaps between them. (Approved brands:
Kajaria/ Norton/ CERA/ NITCO or similar make, quality and shade as approved by the
Authority Engineer)

2.3.3 Kitchen/ Pantry: Anti-skid vitrified tiles of size 800mm x 800 mm (or any approved
size) of approved make, quality and shade with water absorption less than 0.08%
laid seamless with joints finished with matching grout. (Approved brands: Kajaria/
Norton/ CERA/ NITCO or similar make, quality and shade as approved by the
Authority Engineer)

2.3.4 Sitouts: 40mm thick pre-polished granite of approved colour and shade.

2.3.5 Steps & Skirting: All steps and risers with 40 mm thick pre-polished granite of
204
Western Railway

approved colour and shade and skirting of 100 to 150 mm high, matching the floor
material. In all the rooms, and sitouts. Granite Step edges should be half rounded.

2.4.0 Door Frames: All jambs and tops of Door openings are to be lined with 40 mm thick
Granite of approved quality and colour shade with half rounding of edges. The door
frames and door shutters shall be of UPVC of suitable section designed as per the
size of opening. Adjacent to the frames and all round, 150 mm wide wooden
panelling to be done using suitable thickness plywood and lamination concealing the
joints and for good appearance.

2.4.1 Door Shutters: UPVC Doors using glass of Saint Gobain or better make, of 6mm
thick toughened glass for single Glazing. Doors provided in outer walls are to be
provided with double shutters – including one door with mosquito proof SS wire netting.
Doors to be provided with 2400 mm height and sizes ranging from 750 mm wide
to1800 mm wide. Main entrance door is to be provided as per the approved plan &
Design. All Door fittings & hardware used like screws, tower bolts, hinges, handles
and Latches should be of SS/Powder coated and should be of suitable sizes as
approved by the Authority Engineer.

2.4.2 Windows/Ventilator Shutters: UPVC sliding type window shall be with glass panes
5mm thick. Sliding type Mosquito proof SS wire netting shutters to be provided in
the inner side of window openings. i.e. Double shutters to be provided in the
windows. Inside shutters shall be fixed with SS wire netting and outside shutters to
be fully glazed. The heights of windows range from 1300 mm to 2650mm. The
widths will be ranging from 1200mm to 2000 mm. Hence, the frames and the shutters
are to be suitably designed based on the size of openings. DGUs (6mm glass+12mm
Gap+ 6 mm glass) are to be provided wherever required as per the approved plan
and design.

All Window fittings & hardware used like screws, tower bolts, hinges, handles and
Latches should be of SS/Powder coated and should be of suitable sizes as approved
by the Authority Engineer.

2.4.3 All Windows and ventilators openings in Ground floor are to be provided with MS
Grill of approved design and painted in enamel of approved brand and colour.

2.4.4 Water Supply and Sewerage System:

2.4.5 Plan duly approved by Western Railway shall be followed for all water supply and
sewerage system. However, contractor will submit layout plan of sewerage and water
supply system using medium quality of GI pipes from source to tank and all other
internal pipes should be with CPVC pipes, duly making provision for scale of
amenities as indicated and the work to be executed after approval of the Authority
engineer.

2.4.6 Water supply and sewerage system shall be connected to the external system/source
up to 15m beyond the outermost wall in the direction of the source. Necessary
manholes, traps within 15m of the outer wall of the building will be constructed by
the contractor. The discharge from kitchen and bath room shall be separately taken
to outer drains.

205
Western Railway

3.0 Amenities to be provided:

3.1 Kitchen/ Pantry:

1) Granite/Italian marble cooking platform top

2) SS sink with drain board of 510 X 1040mm with bowl depth 250 mm & 2 nos of
swan neck type taps to be provided – one for raw water and one for drinking water
supply. (Jaquar or equivalent make as approved by the Authority Engineer)

3) Covered cupboards above lintel level over cooking platform with pre-laminated
decorative board suiting to the modular kitchen theme.

3.2 All Windowsill and jambs to be lined with 40 mm thick Granite of approved quality
and colours with half rounding of edges.

3.3 All toilets:

3.3.1. European type ceramic - Floor mounted/Wall hung WC with seat, lid and low-level
flushing cistern (Approved make Hindware, Parryware, Cera or equivalent make in
each toilet as approved by Authority Engineer).

3.3.2. Health faucet in each toilet of approved make (Jaquar or equivalent make as
approved by Authority Engineer).

3.3.3. Countertop Ceramic Wash basin (Approved make Hind ware, Parryware, Ceraor
equivalent make) with CP brass mixture type for hot & cold water with single lever
with quarter turns ceramic cartridges (Jaquar or equivalent make), 1 in each toilet
and one for Dining area as per design. Countertop platform should be with 40 mm
thick polished granite of approved color and half rounded edges.

3.3.4. Tap (Toilet, bath & W.C.): In toilets, C.P. Brass bib cock provided with quarter turn
ceramic cartridges (Jaquar or equivalent make as approved by Authority Engineer)

3.3.5. Towel rail CP. Brass (2feet length) of approved make: One in each toilet.

3.3.6. Mirrors of suitable size of approved brand and finish with each wash basin.

3.3.7. SS soap dish: One in each toilet of approved brand and make.

3.3.8. Liquid soap dispensers one in each toilet of approved brand and make.

3.3.9. Water storage tanks made of GRP of approved brand and make of min.10000 Lit
capacity as overhead tanks to be provided as per the design.

3.3.10. Plumbing for water purifier in Kitchen/Pantry

3.3.11. CP toilet paper holder with each European WC.

3.3.12. Waste coupling in wash basins and grating over the floor trap shall be of PTMT. Double
shutters to be provided in the windows. Inside shutters shall be fixed with SS wire
netting and outside shutters to be fully glazed with glazing.

206
Western Railway

Parapet Wall: 230mm thick & 900mm height brick wall (Parapet) in cement mortar
1:4 to be provided.

Handrail: SS (304 grade) Hand Railing to be provided all-round the corridors and
Staircases as per the approved plan and design.

Fire fighting: Building is to be designed and provided with Fire fighting equipment
like monitoring equipment, Fire sensors, Fire alarms, smoke detectors, Sprinklers
etc.., The elevation of the building should be designed and executed with all external
architectural features as per the approved Plan and design.

The Open space (Courtyard) shown in the GAD is to be designed and executed with
a polycarbonate sheet covering on MS structure grid.

***

207
Western Railway

Annexure
UPVC Doors and Windows for reference

Main Door

Double Door

208
Western Railway

Single Door

WINDOW

209
Western Railway

(a) Design parameters for PEB sheds and structures

1) Design loads (live/ wind) Building should be designed and analysed for all possible
combinations of live load, dead loads, gravity loads, earthquake loads, crane loads if
any, wind loads etc.. for mean probable life of structure for 50 years.

0.75 kN/m2 as per IS 875-2-1987 Code of practice for


1 Live load design loads (other than earthquake) for buildings and
structures, Part 2: imposed loads
Basic wind speed as per IS 875-3-1987 Code of practice for
design loads (other than earthquake) for buildings and
structures, Part 3: wind loads Probability factor k1 as per
2 Wind load codal provision
Terrain, height & structure size factor k2 as per codal
provision Topography
Factor k3 as per codal provision.
3 Seismic Zone As per IS 1893-2002(or latest)

Capacities of cranes are mentioned in Bid Document and


drawings. Effect of cranes working under full load in
different combination, i.e., same, adjacent and different bays
should be considered for vertical loads, lateral surge, tractive
4 Crane load effort etc.. Two cranes may work between two adjacent
columns in same grid. While considering crane load the
number of EOT cranes in each bay should be taken as given
in bid document plus one to take care of future augmentation
in capacity.
All possible weight of building components, electrical
cables, pneumatic pipelines, gas pipelines, water
5 Dead load
pipelines, machinery, equipment, fittings, solar panels
etc.. should be considered.
All possible load combinations should be considered, i.e.,
Load dead load, imposed load, wind load, seismic load,
6
combination temperature load etc.. as per relevant
IS codes.

2) Deflections Main frame As per IS 800-2007 (or latest); Vertical L/180 as per IS 800-
2007 (or latest); Lateral L/150 as per IS 800-2007 (or latest); Purlins L/180 as per IS
800-2007 (or latest)
3) Column design should be such that crane gantry load is vertically transferred directly
to ground. Design of gantry girder on brackets fixed on column is not permitted for

210
Western Railway

EOT crane capacity more than 05T.


4) Applicable codes Relevant BIS Codes with latest revision should be used. Wherever
other than BIS codes/ manuals are mentioned equivalent BIS Codes may also be used.

1. IS 875-1987 (or latest) Design loads (other than earthquake) for buildings and
structures.

2. IS 1893-2002 (or latest): Criteria for earthquake resistant design of structures

3. IS 800-2007 (or latest) General construction in steel

4. IS 801-1975 (or latest) Cold formed light gauge steel structure members in
general Building construction

5. IS 12843-1989 (or latest) Tolerances for erection of steel structures


th
6. Manual of Steel Construction, 9 Edition, American Institute of Steel
Construction (AISC)

7. Cold-formed Steel Design manual, 1996 Edition, American Iron and steel
Institute (AISI)

8. American Welding Society (AWSD 1.1.2020), Structural Welding Code–


Steel
5) Standard material specifications Relevant BIS Codes latest revision should be used.
Wherever other than BIS codes/ manuals are mentioned equivalent BIS Codes may
also be used.

1. Structural Built-up sections should be fabricated from hot rolled plates


conforming to ASTM A572 Gr50 (345MPa)/IS 2062 E350 MPa steel. Sections
should be fabricated from plates joined by continuous automatic submerged arc
welding process. Hot rolled sections except beams should be mill sections
complying with IS 2062 (240 MPa) steel. ERW pipes, sections and crane beams
should be mill formed sections conforming IS 2062 (240MPa) steel. Pre
galvanized (275 GSM) Z/ C Purlin/ Girts as per ASTM A653M of thickness
1.6mm, 2mm and 2.5 mm of Gr 50 (345 MPa) steel should be used. Bracing rods
and sag rods should be made of steel bars conforming to IS 2062 (240MPa).

2. Fasteners Primary structural connections should be made with electro galvanized


(silver) high strength bolts Gr8.8 steel conforming to IS 3757. Purlins and girts
should be connected to supporting members by machine bolts Gr4.6 steel
conforming to IS 1363 electro-galvanized (yellow). Anchor bolts should be made
from rods conforming to ASTM F1554 with a minimum yield strength of 250
MPa. Roof and wall panels should be fastened by No12 carbon steel self-drilling
screws hot-dip galvanized with polymer- coated finish with an integral washer
head to which an EDPM elastomer layer is bonded

211
Western Railway

3. Painting of structural members, primary steel should be shot blasted SAE 2.5 and
cleaned thoroughly before applying primer coat. One primer coat of red oxide zinc
Chromate/ Phosphate as per IS 2074 should be applied in shop after fabrication
with an average dry film thickness (DFT) of 35 microns. Painting covers one shop
primer coat and two coats of synthetic enamel /Alkyd based DTM paint RAL 7000
of total DFT thickness of 100 microns on all structural members. Scope covers
touch up painting of structural members, during and after erection at site.

4. Sheeting 0.60 mm thick zincalume/ galvalume steel trapezoidal sheeting from


reputed manufacturer with nominal 28-30 mm deep ribs and pitch of about 250
mm. End ribs should be designed for anti-capillary action to avoid seepage of
water through lateral overlap. Feed material of profiled sheet should be zincalume/
galvalume steel with base metal thickness (BMT) of 0.55 mm and total coated
thickness of 0.60 mm. Base metal should be high strength steel of 550 MPa yield
strength with hot dip metallic coating of aluminium zinc alloy (55% Al, 43.4% Zn
& 1.6% Si) as per ASTM A792M/ AS 1397 &AZ 150 of 150 gm/m2 total on both
sides with super durable polyester quality paint coat conforming to AS/ NZS 2728
Type-4. Painting should have total coating thickness of nominal 35 micron
comprising nominal primer coat of 5 microns on both surfaces, external coat of
nominal 20 microns on top surface RAL 7001 and reverse coat of nominal
5microns on back surface RAL 9002. Colour shade for roof and wall cladding
sheets should be selected from standard colour shade with approval of the
Authority Engineer. Paint for exposed coat should be super durable polyester with
inorganic pigment and free of lead. Conversion coating should be applied on both
surfaces of metallic coating before application of paint as per AS 2728/IS 15965.
Sheets should have marking details on backside of sheet at regular intervals
indicating steel manufacturers name and product details. Sheeting should be
fastened with nominal 40 micron zinc coated or nominal 25micron zinc-tin alloy
coated Hex head self-drilling screw as per AS35662002 Class-3 fasteners of
approved make with EDPM washer as per requirement considering profile shape
an design load. Fastener size should be selected as per design/manufacturers
recommendations.

5. Day light panel UV protected polycarbonate day light panel minimum 2 mm thick,
one side embossed conforming to classification 14443 PC1SP LH49 2521 as
per IS 14443 1997 with all flashings, trim closures, caps etc.. from reputed
manufacturer through continuous extrusion. Profile of day light panel should
match roof and wall sheeting panel. Closure strips should match sheeting profile.

6. Louvers as per GAD of shed with fixed louver blades and border flashings
manufactured from same sheeting material with outer side RAL 9002 and inner
side RAL7001 as per colour scheme approved by the Authority Engineer.

7. Turbo vent gravity flow ridge type turbo roof vents with 600 mm throat diameter
and manufactured from same sheeting material. Turbo vents should be light weight

212
Western Railway

wind driven turbine-based roof vents manufactured from light weight, rust
resistant aluminium alloy suitable to wind speed up to minimum 120 km/hr. Light
weight roof vent structure should also assist in producing a low starting torque to
initiate ventilation function. Double row ball bearings should be sealed and pre
packed for maintenance free operation. The installation base should be FRP/
aluminium alloy matching with colour of roof sheeting (RAL 7001). Turbo roof
vent should be covered under ten years’ warranty for ventilator turbine to spin
when subjected to direct wind under normal conditions.

8. Roof extension Sidewalk roof extension should be 900 mm cantilevered roof


members located at eave and sloped at same pitch as main structure roof slope.
End wall roof extension should be 900 mm cantilevered C and Z sections which
are continuous span extensions of main building end bay purlins and eave struts.
Roof extension structural members (except rafters) should be concealed
completely when soffit panel is specified.

9. Structural canopy Sidewall canopy should be 3000/ 4000 mm cantilevered rafter


attached at eave or any point below eave supporting 200-250 mm deep Z purlins.
Soffit panel should conceal canopy purlins leaving rafters exposed unless otherwise
specified.

10. Fascia and parapet Vertical and curve line fascia should be bracket mounted type.
Vertical fascia should consist of hot rolled I section or cold formed C section fascia
post supported by hot rolled section bracket that is cantilevered from rigid frames
columns at side walls and from end well posts at end walls with cold formed 200-
250 mm deep Z and C sections as top and bottom grits respectively. An intermediate
C grit oriented vertically should support valley gutter when required. Vertical fascia
should project 600 mm from steel line. Height of fascia shall vary depending on
actual requirement. Fascia cladding should be 0.60 mm thick TCT pre-painted Hi-
Rib panels. Soffit panels and backside panels should be provided, if required. Curve
line fascia is of same construction as vertical fascia but supplied with curved steel
panel having same corrugation profile as Hi-Rib panel. Parapet should be made
from same construction as vertical fascia but without cantilever. Wall sheeting
should continue to top of parapet.

11. Accessories (TRIMS, FLASHINGS, GUTTER, DOWNSPOUTS, RIDGE,


CAPPING AND LINER PANEL) Scope covers supply and fixing of accessories
like louver blades, flashings, gutters, down take pipes, trims, ridges, capping, liner
panels etc.. fabricated from same sheeting material used for roof and wall cladding
application. Accessories should be fixed properly with roof and wall sheeting to
ensure weather tight PEB shed. Down-take pipes/ downspout should be fabricated
in square section (equivalent to 6” diameter pipe) from same sheeting material.
Gutter and down-take pipe system should ensure no water accumulation and
stagnation at gutter level. colour on outer side of accessories should be RAL 9002.

213
Western Railway

(i) In case of any contradiction in the various codal provisions, the order of
precedence shall be as follows:-

a) Provisions of this Annex.

b) IRS Codal provisions.

c) IRC Codal provisions

d) IS (BIS) Codal provisions

1.2 For Tele communication works

Specification for Telecom-


1. Failure Analysis system
(i) The Minimum Specifications and Requirements for the failure Analysis
system are as under, however, the actual should be confirmed before the
supply from Officer in Charge.
A The Failure analysis system shall be an Industrial grade computer.
B The system shall have a minimum 8 GB RAM upgradable up to 16 GB.
C The system shall have a minimum 500 GB HDD.
D The system shall be supplied with a minimum 21” LED monitor.
The system shall be supplied with an Optical mouse and keyboard along with
E USB connections.
F The system shall have minimum of 4 USB ports.
G The system shall have minimum of 2 PCI express slots.
H The system should have DVD read/write features.
I The system should have an Ethernet port of minimum of 10/100/1000 Mbps.
J The system shall be supplied with licensed windows 11 or the latest as
decided by the
Officer in charge.
The system should also have loaded licensed antivirus valid for minimum
K 36 months from the date of installation.
L The system shall be supplied with licensed MS office 2010 or the latest as
decided by the
Officer in charge.
M The system should be supplied with a standard computer table with the chair
of Godrej make.
Specifications and Requirements for the Printers:
(ii) Following are the minimum specifications, however, actual should be
confirmed before the supply from Officer in Charge.
A The printer shall be a heavy-duty printer with laser Black and White
printing.
B The printer shall have USB connections.
(iii) Specifications and Requirements for the Servers: (NOT APPLICABLE)
A The server shall be supplied in 100 % HOT STANDBY configuration.
B The servers shall be Rack Mounted servers.
Each server of the configuration should have a minimum 0f 16GB RAM,
C extendible up to 32GB.
D Each server of the configuration should have a minimum of 1 TB HDD with
RAID 0-5.
E The monitors supplied should be a minimum 19” LCD monitor.
F The servers should be supplied along with a mouse and keyboards with USB
connectivity.
G The system should have DVD read/write features.

214
Western Railway

H The system shall have a minimum of 4 USB ports.


I The system should have an Ethernet port of a minimum 10/100/1000 Mbps.
J The system shall be supplied with licensed windows 8 or the latest as
decided by the
Officer in charge.
The system should also have loaded licensed antivirus valid for minimum
K 36 months from the date of installation.
The system shall be supplied with licensed MS office 2010 or the latest as
L decided by the Officer in charge.
(iv) Specifications and Requirements for the UPS:
A The UPS system for the servers and Failure analysis system should be online
UPS of
reputed make.
B The UPS system for the servers and Failure analysis system should be able
to supply aminimum 1 hr. backup.
(v) FAULT DIAGNOSIS SOFTWARE as per the requirement of the site.

2. Cable Laying-
a) Cable entry in the cabin and other buildings shall be as per Drawing Number
RDSO/TCDO/COP-18.
b) The duct shall conform to the latest Specification of TEC/ RDSO/SPN/TC/45/2013,
Revision 2.0
c) Trench for laying duct for optic fiber cable (typical RDSO/ TCDO/COP-6(a)).
d) Trench for laying duct for optic fiber cable with 6 quad cables and PIJF cable in the
same trench (typical RDSO/TCDO/COP-8(a)).
e) Trench on the embankment for duct for optic fiber cable (RDSO/TCDO/COP-9(a)).
f) The trenching in the rocky area for duct for optic fiber cable (typically
RDSO/TCDO/COP-10).
g) The excavation for trenching may be made either manually or by mechanical means.
The depth of the trench may be measured by a rule made of pipes as per RDSO/TCDO/COP-
11(a).
h) The drawing for track crossing, and road crossing platform shall be as per Drawing
No. RDSO/TCDO/COP-19(a).
i) Arrangement of the RCC/DWC duct under the metalled road shall be as per
RDSO/TCDO/COP-20(a)
j) RRC Circular joint encloser RDSO/TCDO/COP-21(a)
k) RCC Cable route Marker RDSO/TCDO/COP-22(a)

3. Cable Route Tracer-


Cable route locator/tracer set suitable for detecting underground armored OFC and
Telecom cables with LCD Graphic, Display active/passive modes and depth range. Model
RD-8200 of Radio Detection Ltd. HSN code -9030800 /Latest. The tracer should have a
rechargeable Li-ion battery arrangement cum charger for both the transmitter and
receiver.
4. Skilled manpower-
Skilled manpower to be provided by the contractor for Engg. JCBs working to provide
marking & supervisory work for the S&T cables during digging work by JCBs and
repairing /restoring/ jointing of cables as per tender schedule. White Chuna marking will
be done by his/her. Chuna & necessary metering Tapes will be provided by the contractor.
(The CV to be got approved by Railway). Note: material like Cables & Joints will be

215
Western Railway

provided by the railway.

5. Earthing Arrangement-
RDSO Spec. RDSO/SPN/197/2008, Construction of Unit Earth Pit (drawing no.
SDO/RDSO/E&B/001), RDSO/SPN/TC/75/2008/latest

a). Earth Electrode-


The earth electrode shall be made of high tensile, low carbon, steel circular rods,
molecularly bonded with copper on the outer surface to meet the requirements of
Underwriters Laboratories (UL) 467-2007 or the latest. The such copper-bonded steel rod
is preferred due to their overall combination of strength, corrosion resistance, low
resistance path to earth, and cost-effectiveness. (b) The earth electrode shall be UL listed
and of minimum 17.0mm diameter and minimum 3.0mtrs. long. (c) The minimum copper
bonding thickness shall be 250 microns. (d) Marking: UL marking, Manufacturer’s name
or trade name, length, diameter, and catalog number must be punched on every earth
electrode. (e) Earth electrodes can be visually inspected and checked for dimensions and
thickness of copper coating using a micron gauge. The supplier shall arrange for such
inspection at the time of supply if so desired.

b). Earth Enhancement Material-


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

6. Cable Termination Boxes-


AS per-IRS: TC 1875 Ver. 1.0 Or RDSO/ SPN/ TC/97/2012, Rev. 1/latest

7. Thermo shrink jointing kits for jointing underground cable-


As per IRS: TC 77-2012, Revision 3 or RDSO/SPN/TC/57/2015, Rev.1 /latest

8. SMPS-based power plant for telecom equipment-


As per RDSO/SPN/TL/23/99 VERSION 4.0/latest

9. Fiber Distribution Management System-

216
Western Railway

As per RDSO/SPN/TC/37/2020 Revision 4.0/latest

10. Joint enclosure for Armored optical fiber cable-


As per RDSO/SPN/TC/68/2014, Rev 1.0/latest

11. Patch cord and pigtails-


As per RDSO/SPN/TC/69/2007, Rev .0/latest

13. LAN switch of Make Cisco, D Link or Net gear-


As per RDSO/SPN/TC/83/2020, Rev 2.1/latest, the Sample shall be approved from
Consignee/ Engineer In charge before supply.

24 Port Layer 3 managed Switch,20 Nos.10GESFP+and 04


Device type Nos.10GEcombo Ports,
Rack-Mountable
20x10GESFP+slots,4x10GBASE-
Interface T/SFP+combo,1xGEOOBport,1xconsole,
RJ45,1xRPSport
Compliant 802.3,802.3u,802.3z,802.1D,802.1Q,802.3ab,802.3ae,802.3an,802.1p,
IEEE standards 802.3x,802.3ad(LACP),802.1w,802.1x,802.1s,802.3az
Switching
480Gbps
capacity
Forwarding
performance(64- 357.12Mpps
bytepackets)
MAC address
64,000entries
table size
Capacity(active
4000
VLANS)
Routing
RIPv2, VRRP,PBR, static IPv4/Ipv6 routing
protocol
Remote SNMPv1, RMON1, RMON2, RMON3, RMON9, Telnet,
management SNMPv3, SNMPv2c, HTTP, HTTPS, SSH, CLI
protocol
Stacking, flow control, Layer 2 switching, Layer 3 switching,
VLAN support, Ipv6 support, Spanning Tree Protocol (STP) support,
Rapid Spanning Tree Protocol (RSTP) support, Multiple Spanning
Features Tree Protocol (MSTP) support, access control list (ACL) support,
quality of service (QoS), reset button, LACP support, Energy
Efficient Ethernet, dynamic VLAN support (GVRP), advanced threat
protection, Ipv6 first-hop security, static routing, dynamic routing,
policy based routing, sFlow, RSPAN, hardware redundancy

14. Surge protective devices-


As per RDSO/ SPN/ TC/98/2011 Revision 0, Amendment -1.0/latest

15. Firewall-

217
Western Railway

Specifications of UTM Firewall for 5000 users

Sl.No Details of Specifications


.
1 General Requirements
Integrated Security Appliance should capable of supporting Firewall, IPSEC/SSL
1.1 VPN, IPS, Web filtering, Botnet Filtering and Geo-IP protection, Gateway Antivirus,
GatewayAnti Spyware, ATP.
It should be IPv6 ready (Both phase 1 and Phase2), and should have multi-core
1.2
architecture / ASIC based architecture.
It should support authentication using XAUTH/RADIUS, Active Directory,
1.3
TACACS+,SSO, LDAP, Internal user database, terminal Services, Citrix etc.
It Should have Layer 2 bridge or transparent mode, Wire mode, Sniffer mode /Tap
1.4
mode.
Dual WAN/ISP Support: Should support automatic ISP failover as well as ISP load
1.5
balancing for outbound traffic.
Vendor & OEM should support the appliance with all necessary upgrade for at least
1.6
3years from the date of purchase installation
OEM should have Support centre in India and should be available 24*7*365 via
1.7 email,phone and remote assistance. In case of hardware failure replacement needs to
be advance hardware replacement.
1.8 The UTM should have capacity to support minimum of 5000 users.
2 Hardware & Throughput Requirements
NGFW appliance should have minimum preinstalled 8 Gig copper ports and 4 Gig
2.1
FiberSFP ports. Flexible to use any port as LAN, WAN, & DMZ ports.
2.2 It should have redundant power supply and hot swappable arrangements.

The Solution should have minimum of 240 GB SSD internal storage for logging and
2.3 reporting purpose. In absence of local storage, vendor can suggest external logging
solution with storage capacity of 1 TB and above.
Due to intense load of network traffic we would require minimum of 16 GB of
2.4 RAM orhigher to perform during peak traffic volumes to the Internet or Inter-VLAN
communication.
It must have minimum of 24 Gbps Firewall throughput to handle intensive network
2.5 traffic during peak time. Must also support VLAN interfaces as Inter-VLAN routing
might be handled by this firewall.

It should have minimum of 4 Gbps Firewall VPN throughput.


2.6
It should have minimum of 5 Gbps IPS (Intrusion Prevention System) throughput.
2.7
It should have minimum of 4 Gbps Threat Protection/Anti I Virus/Anti malware
2.8
throughput.

218
Western Railway

2.9 It should have minimum of 4 Gbps Application inspection/NGFW throughput


2.1 0 It should handle concurrent connections up to 500,000.
2.11 It should handle new connections/sec: 100,000.
3 Base OS Functionality
Proposed solution should give clarity on total number of firewall rules which are
3.1 activeor inactive, newly modified & disabled, using on appliance feature or third
party integrated solution, this would help us auditing firewall rules on regular basis.
3.2 NGFW Should be managed from Centralized management solution.
It must act like AAA server or should have features to integrate with external AAA
3.3 servers because outbound ACLs will be Identity based.
3.4 Granular traffic shaping features should be available which can be applied on Web
traffic, Application traffic, Firewall rule and User/Group based.
3.5 It should support multiple WAN link load balancing with auto-link health check &
failover. Failover to be determined after probing 3 different destinations.
3.6 It must support application based routing to specific set of user groups through a
specificISP along with failover criteria settings.
Multiple Inbound ACLs with port forwarding will have restricted access from
3.7 specific country. Proposed product must support such functionality within single
firewall rule.
3.8 It should support routing: static, default, multicast (PIM-SM) and dynamic (RIP,
BGP,OSPF)
3.9 It should support Upstream proxy support for future requirements.
3.10 It must be port agnostic and inspect on all outgoing ports.
3.11 It must support TLS 1.3 Decryption and Encryption capabilities.
3.12 It must also allow restriction on specific SSL/TLS protocols versions, cipher suites
forenhanced secure connections.
It should act as a Wireless Controller. Central monitor and manage all APs and
3.13 wireless clients through the built-in wireless controller, Support for IEEE 802.1X
(RADIUS authentication), Wireless bridging meshed network mode with supported
APs
4 NGFW Intrusion Protection System (IPS) Requirements
IPS shall be able to detect incidents that originate from inside the network perimeter
4.1 aswell as from outside the network perimeter and shall be able to take action on the
basisof configured policies.
4.2 It should support Country Based Blocking, FQDN support and should support MIX
mode deployment
It should perform well with IPS deep packet inspection engine by enabling selective
4.3 IPSpatterns for maximum performance and protection
It should have Advanced Threat Protection engine to detect and block network
4.4 traffic attempting to contact command and control & Botnet servers using multi-
layered DNS,AFC, and firewall technology.
4.5 Should support against DoS and DDoS attacks and ports can blocking.
4.6 It must support Smart Filters that enable dynamic policies which automatically
update asnew patterns are added.
4.7 It should Protect users against pharming and other domain name poisoning attacks
byrepeating DNS lookups.
4.8 It should have all security functionality inbuilt and activated on single appliance.

219
Western Railway

Signatures should have a severity level defined to it so that it helps the administrator
4.9 to understand and decide which signatures to enable for what traffic (eg. For severity
level:high, medium, low)
4.10 It should be able to generate graphical reports on top attacks, source for attack etc.
4.11 It should have the option to schedule reports for automatic generation & email it to
admin.
The OEM should have regular update of its attack signature database and the same
4.12 should be configurable to update the signatures automatically without manual
intervention.
4.13 The new attack signatures and new major software releases should be available in
OEMwebsite for free download.
4.14 Should not buffer traffic before scanning for IPS.
4.15 Should be integrated solution with appliance based firewall on a single chassis with
multicore processor.
4.16 It must support inbound and outbound IPS scanning
5 Web Content Filtering and Application Protection Security Functionality
5.1 Granular configurable actions within Web Security profiles to allow a User to a
specificURL/Category by enforcing rest of the Web Security profile to group.
Web Protection must perform at enterprise-grade with top to bottom execution and
5.2 flexible to apply on user/group based policy definitions, customizable actions
block/allow/warn. Support for overriding blocked webpages using token set by
privileged users.
5.3 Web Security solution must support SSL DPI & exemption of certain
URL/Categoryfrom SSL Inspection as per Privacy/Compliance rules.
5.4 Should have provision to limit on surfing quota & surfing time, based on per user &
group.
Must support enhanced traffic shaping (QoS) options by web category or
5.5 application tolimit or guarantee upload/download or total traffic priority and bitrate
individually or shared.
5.6 Must automatically identifying risky users based on recent browsing behavior and
ATPtriggers.
Proposed solution must be able to detect application/s, User & provide controls like
5.7 block or restrict bandwidth on Cloud based applications (CASB) like O365, Drop
boxetc.
5.8 Should have Policy test simulator tool to identify firewall rule and web policy by
user,IP and time of day.
5.9 URL database should be updates regularly by the OEM automatically.
5.10 It should be able to block different categories / sites based on users/groups.
5.11 It should have facility to configurable policy options to block web sites based on
bannedwords.

It should have Malware scanning techniques to block all forms of viruses, web
5.12 malware,Trojans and spyware on HTTP/S, FTP and Email traffic POP3/s, SMTP/s,
IMAP/s.
Should enforce Safe Search on the search engine portals and should enforce to block
illicit images using any available technology.
5.13 The solution should be able to block spywares/adware etc.
5.14 It should support following action on each category in a policy like allow, block,
passphrase, consent, Bandwidth management

220
Western Railway

6 VPN Requirements
It should support Site-to-site VPN, Remote access VPN using pre-shared key &
6.1 Certificate based, L2TP VPN, PPTP VPN, SSL VPN, IPsec on multiple operating
system platforms with base license on firewall ie., without the need additional licenses
for VPN client or firewall firmware image.
6.2 It should support split-tunneling to optimize network bandwidth for remote access
VPNusers.
Should support clientless VPN using HTML5 & self-service portal supporting RDP,
6.3 HTTP, HTTPS, SSH, Telnet and VNC for Clientless VPN users.
6.4 It should support at least 1000 IPSec Site-to-Site VPN tunnels.
6.5 It should support at least 350 concurrent VPN users for remote access.
7 Anti-Virus Requirements
7.1 Antivirus should provide real-time detection of viruses and malicious code at the
gateway for SMTP, POP3, HTTP, FTP etc internet traffic.
7.2 The proposed solution should be licensed per unit as against per user.
7.3 The device should be featured with Gateway Antivirus and DPI SSl Scanning.
7.4 Automatic Frequent updates of virus pattern files should be available from the
vendorwithout manual intervention.
7.5 It should not buffer traffic before scanning for virus.
7.6 It should have facility to block files based file extensions.
7.7 It should be an unlimited user based appliance.
7.8 There should not be any file size limitation to be scanned at GAV level.
7.9 It must support inbound and outbound Antimalware/Antispyware scanning.
7.10 It should support Transparent (Single Sign On), proxy authentication (NTLM &
Kerberos) or client authentication.
It should support Authentication via remote authentication servers like Active
7.11 Directory, RADIUS, LDAP and TACACS+. Should also include options for Client
authentication agents for Windows, Mac OS X.
8 Logging and Reporting:
It should support on-box /Off-Box reporting as cost effective solution using it's
8.1 locallyavailable storage, with minimum firewall resource utilized (CPU & Memory)
during logging & reporting.
It should have pre-defined/customizable report configuration. Supported report
8.2 formats should be in PDF, HTML & XLS format. Should Forward generated reports
to multiplerecipients by report group with flexible frequency options.
If required, Off-Box reporting should preferably support on Cloud or virtual
8.3 appliancelike VMware, Microsoft Hyper-V, Xen, and KVM or Software on any Intel
based x86hardware server which can be converted into reporting appliance with an
ISO image.
8.4 It should have option for customized log retention by log categories, ex: delete
trafficlogs but retain web usage logs.
8.5 It should have the ability to configure email alerts for events based on various
priority.
9 SSL Encryption /Decryption
9.1 Should have the ability to select/deselect the UTM feature on which SSL decryption
/encryption will be performed
9.2 Must perform SSL inspection on NON standard ports.
9.3 Should have category based URL exclusion/Inclusion for SSL inspection

221
Western Railway

10 High Availability
10.1 It should work in Hardware redundancy.
10.2 It should work in Active-Passive / Active - Active mode.
10.3 It should failover in case of an primary hardware failure without session loss and
manualintervention.
11 Routing
11.1 It should support static and dynamic routing
11.2 It should support Policy based routing.
11.3 It should support application based on layer 7 signature routing.
It should support Equal Cost Multi Path routing with support up to 4 gateways for
11.4 loadsharing and failover
15 Certification
15.1 Certificates such as FCC Class A / NSS / CE/ C-Tick/ BSMI/ ICSA/ EAL4+/ CB.

16. 42U 19” Rack-


The Rack shall be the stand-alone type of good quality 42 U Rack and of D-Link, Val rack
or WQ or APW make.
a) Floor Standing Rack shall be of Size- 42 U
b) The 19” Rack structure should be made of 1.6 mm thick Mild Steel.
c) Rack should have 1-No Front- Glass- Door of 4 mm thick covering entire length of the
rack that should be fitted / pasted to Front –Door- Frame by using silicon sealant. The
material thickness of the Front & Rear -Door Frame should not be less than 0.9 mm with
a capability of opening up to 180 degree approximately with locking arrangement,
detachable & interchangeable hinges. Front & Rear Door should have Poly Urithane
Gasketing. Rack should have Locks on all sides, which can be unlocked and open by
single key.
d) The thickness of Top-Cover & Bottom- Base material should be at least 1.2 mm. The Top
Cover should have Cable –Entry holes of size 40 mm in diameter with Rubber Rings and
suitable Gland Closure Plates.
e) The Side Panels of the Rack should be detachable having ventilated fines flush fitted with
Air filters up to 1/3 rd height to avoid of dust entry.
f) The Power Distribution Channel (AC) should have 7 Nos. Sockets in 42U with switch of
5 Pin Type and 5 Amps capacity with common Fuse and Indicator. All the Sockets must
be Industrial quality either LEGUARD or CRABTREE or ANCHOR or ZODIAC Make.
Suitable capacity Mains 3 Core Cable of 3 Mts. Length with 15 Amp Mains Plug must
be given with this box. Total quantity for this item is 2 -Nos. per Rack. The Socket should
be mounted vertically on PVC base at back side of the Rack.
g) Rack should have Heavy Duty Castors consisting of 2 -Nos. with Brake and 2- Nos.
without Brake. The castors are to be mounted on a separate Plate.
h) Rack should have 4- Nos. Cooling Fans of Hicool Make or superior of 230 V AC Mains
Rating with supply Cable and Plug, fitted directly inside the Top Cover.
i) PVC Cable Channel of size 45 (H) X 800(W) mm of full rack length, 2- Nos per Rack to
be supplied vertically at the Rear Side of the Rack in 42U. One No of 19” Cable Manager
with 5- Hooks for Power Cable is required with each Rack. Cable Guides, Cable Ties,
ties Holders cable Markers should be supplied for easy identification and lacing of Cable.
j) 1- No Copper Earthing- Bar/Strip(Copper) of Cross Section 1” X ¼” to be provided
horizontally on rear side of the rack full length of 19” Width with suitable tapping to be
supplied with each Rack with min 10 Nos. of Copper Nut & Bolt.
k) The Rack structure should be fully Powder Coated with combination of Dark & Light
Grey shade. Doors-Frames should be in light Grey shade.
l) Front Panel Mounting Hardware (One set consisting of 1 No Cup Washer, 1- No Cage

222
Western Railway

Nut, and 1- No M6 Screw) set.


m) The Rack should have three numbers of shelves.
n) Installation of the rack is to be done as per instructions of the Engineer & Supervisor in
charge.

17. WI-FI ACCESS POINT-


Supply of Wi-Fi access point & its standard installation as per specification. WI-FI routers
should be of good quality and reputed Make. Wi-Fi router must configure in Standalone
Mode.
Throughput Upto 2.5Gbps
Wi-Fi Standard Support 802.11 a/ b/g/n/ac/ac Wave 2
Dual concurrent 2.4 GHz and 5 GHz (with extended
No. of Radios
5 GHz channel support, country-specific restrictions
apply)
MU-MIMO 4x4:4
2.4GHz-upto 27dBm and 5GHz-upto 27dBm
Max Transmit Power

Antenna Type Integrated Omni-directional antennas


Antenna Gain 4 dBi for 2.4GHz and 4.5 dBi for 5GHz
Concurrent User Support Minimum 100
Channel Bandwidth 20,40,80,80+80 & 160MHz
Modulation Upto 256QAM
WPA-Personal, WPA2-Personal, WPA2-Enterprise,
EAPType (EAP-TLS, EAP-TTLS/MSC HAPv2,
Wireless Security PEAPvO/ EAP-MSCHAPv2
,PEAPvl / EAP-GTC, EAP-SIM,EAP-AKA,EAP-
AKA Prime, EAP-
FAST), Protected Management Frames
WAN Protocols Static 1Pv4/ 1Pv6, DHCP clientv4/v6
Mesh Support Self-creating, Self-healing Mesh
Maximum number of SSID (per radio) Minimum 4
1 X 10/100/1000 BASE-T Ethernet,
Ethernet support/ Ports/ Interface 1 XcomboPort(1 X 1000 Base X Optical Ethernet
SFP or 10/100/1000 BASE-T Ethernet), DC Power
Jack
Receiver Sensitivity -97 dBm or better
IEEE 802.3at PoE/ PoE+
Power Supply or Power Adaptor
Wireless QoS WMM (802.11e)
WPA-Personal, WPA2-Personal, WPA2-Enterprise,
EAP Type (EAP-TLS, EAP-TTLS/MSCHAPv2,
Encryption Supported
PEAPv0/EAP-MSCHAPv2, PEAPv1/EAP-GTC,
EAP-SIM, EAP-AKA, EAP-AKA Prime, EAP-
FAST), Protected Management Frames

18. WI-FI CONTROLLER:

223
Western Railway

Management Standalone (via GUI) or through appliance- based


WLC and EMS or cloud-based Controller

FCC Class B, CE, Passpoint 2.0, WPC, IEC 60215,


Certifications and Compliance
IEC- 60950-1
Support for Beam forming
Support for load balancing between 2.4GHz and 5GHz & Should be Enough provision to
cover entire Workshop premises.
Supply, installation & Commissioning of Wi-Fi Controller as per specification. WIFI
Controller must Access Network and Control all SNMP devices In Network & should manage
control AP,s installed in Network. WIFI controller must have 1000 concurrent user. Inclusive
any required licence for life time.

IEEE 802.3 10BASE-T, IEEE 802.3u 100BASE-TX specification,


Standards
1000BASE-T, and IEEE 802.1Q VLAN tagging
6 Ethernet Ports (RJ-45) – 10/100/1000 base Intel chipset and processor
Console port 2 USB Ports
Interfaces
Processor: Intel(R)Core(TM) i5 or better RAM: 16 GB DDR3-1333 or better
SDD: 120GB External Storage: 1TB for logs
Should be able to use as wired/wireless gatewayShould provide customized
captive portal Should have Built-in RADIUS/AAA
Should provide Load Balancing and Auto-FailoverShould provide On-board
user management
Network Should have internal DHCP server & support for external DHCP server Should
Access support multiple Networks on the same controller
Controller Should support both local and external authentication mode Should support
802.1x Authentication
Should support LDAP /AD/O Auth / External user databaseShould support
VPN Concentrator
Should support Dynamic VLAN

Should provide time-based access control


Should have dynamic speed allocation based on loadShould have auto sensing
Policy
Management unfair usage practices Should provide contention ratio allocation
Should have group based policy enforcement

224
Western Railway

Should be mobile friendly and fully customized captive portalsShould support


all access methods
Branded
Captive Portal Should support LDAP/AD integration Should support SMS/OTP
Authentication
Should have On-board or external portal hosting
Should support 500 concurrent users Should support Unlimited offlineusers
Should Support Automated User Provisioning Should Support Per-User Rate
Limits
Users
Management Should Support MAC-based Authentication Should Support Approval- based
Registrations
Should Support User Groups
Should Support LDAP/AD/GSuite Integration
Should support SNAC based BYOD implementation
Should support binding username with registered device‟s MAC address
BYOD Should have automatic MAC login Should provide approval system or audit of
registered BYOD Should support group based routing should provide guest
traffic isolation
Should generate per user usage reports
Should be able to show graphical summary of bandwidth usageShould provide
Network Monitoring Report
Should provide summary reports of system health Should generate user
Reporting Accounting reports
Should generate user Activity logs
Should have automated reports
Should provide per user rate limiting
Should have group based bandwidth limiting capabilities
Should be able to set daily upload & download quota for each user Should
Bandwidth implement fair usage enforcement
Control Should have session restrictions Should do automatic bandwidth shaping
Should support WAN Aggregation and load balancing
Should have group based content filtering
Must have user KYC mechanism as per DoT & TRAI Should have web
logging and tracking
Compliance
Should be able to do errant user isolation
Should Integrate with remote syslog server
Should Auto discover access points
Should provide centralised configuration management Should provide 24x7
AP Monitoring
Should send outage alerts to adminShould support MAC Filtering
AP Should be able to generate heat maps Should provide online user details per
Management
AP

225
Western Railway

Should provide seamless access throughout campus network

Should support Static & Dynamic RoutingShould have internal DHCP Server
Should support Layer 2 isolation
Should support VLAN Tagging Should have SNMP v2c support
Should have NTP (RFC 1305) support
Networking

Should be WISP Compliant


Should prioritize packet based on traffic rules Should isolate guest traffic from
Miscellaneous private network Should support intuitive self-service portals for users Should
providevariable speed to user based on current load
Must have locally hosted captive portalauthentication for guests
Should support Two-factor (SMS) Authentication Should support two-
factor/SMS/OTP login
Should support automated email templates
Should provide Username and Password Authentication Should support
unlimited prepaid voucher code
Create User API
Third PartyAPI Get login and user Session information APIGet the URL browsing history for
Integration
Support users Get user signup details API
External captive portal API
Notice Should support Portal Page Notice Multimedia Content broadcasting.
/content Should Support HA mode.
broadcasting Active -Active
platform Active -Passive recurring except AMC.
High
Vendor should have 24/7 Support
Availability
Support and Hardware should have minimum 36 month warranty
warranty and Product should have life time any licensing required by product.
licensing

19. VOIP server:-


1) The IP telephony system should use asterisk an open source technology.
2) The offered system should be 19 inch rack-mountable solution
3) The voice network architecture and call control function shall be SIP based.
4) The system must be capable of supporting Analog, IP Telephones, and SIP based video
desk phones.
5) The IP telephony system must support unified communication (UC) server & gateways
architecture for SIP, PRI, NGN and Analog trunks connectivity.

226
Western Railway

6) The offered system must support gateways architecture for Analog Extensions & inter
connectivity to existing railways exchange (PRI Gateway or the case may be
applicable).
7) The offered system should record all incoming and outgoing voice calls on same
hardware and no external hardware should be used for voice recording. The offered
system should support audio conference bridge with GUI for meet me and dial out
conference
8) The offered system should provide call details report.
9) The offered system should support smart phone as extension with wi-fi client.
10) The offered system should support 9 by 9 level of IVR System.
11) The offered system should support web-based receptionist console.
12) Voice Solution shall be converged with support of Unified Communication - IP
Telephony, Video Telephony & Analogue Stations. It shall be possible to make Video
calls without adding any modules or licenses.
13) The IP telephony system shall have SIP based architecture and provide support for
integrated telephony solution for Analogue and IP phones, PSTN Gateways over IP
architecture.
14) The system shall use open standards for its operating system, call processing,
signaling, networking etc for easy integration/ interoperability with third party
applications.
15) The offered system should have the facility to integrate with train control
communication system, voice recording server, network management system server in
future.
16) The offered system should have the facility to integrate with Email & SMS.
17) The offered system should have the compatibility of optical fiber connectivity.
18) The offered system should support call center applications, CTI, VoIP, Telephony over
IP and IP trunk facilities, to address future requirements.
19) The offered system should have an inbuilt LAN port, which can be connected to the
LAN. It should be possible to access the system from any node of the LAN for
maintenance purpose. The maintenance software should be browser based.
20) The communication servers must work in an Active/Active redundancy mode. It
should be possible to define servers load balancing mode.
21) All servers must be provided in a cluster mode. If one cluster server fails, one of the
other cluster servers in the network must be able to take the complete load of the calls
automatically (without any manual intervention). All servers should have same
database.
22) The telephony system must be able to register IP phones/SIP video phones.
23) System should have Distributed Architecture.
24) Should support N+1 redundancy Architecture as well as 1+1 redundancy Architecture.
25) Should support Remote Survival Nodes.

227
Western Railway

26) In case of failure of one server, the SIP Phones, SIP Gateways should register with
second server automatically
27) Telephony system should use Linux Operating System. The local administrative
should have access for administrative tasks.
28) It should be possible to take system translation as well as operating system backups on
an external removable medium or backup over the LAN into an FTP server.
29) It should be possible to add more sites and users without the need to change the
software and existing configuration
30) Each server must support up to 1000 endpoints
31) The telephony platform must consist of one or many servers where each server in the
cluster provides complete 100% application functionality.
32) The UC platform must have distributed architecture and centralized control for all the
sites in the network.
33) The redundant server must have separate hardware, not sharing elements like hard
drives and RAM etc. to avoid a single point of failure.
34) The server should have AC power supply.
35) The system must be based on server gateway architecture with external appliance
servers
36) Certification Requirements:
1. The OEM must comply with ISO 9001 certification
2. The OEM Proposed product should be TEC Certified.
37) The system should support SIP Client on smart phone.
38) SIP Endpoints All SIP phones must support the standard SIP protocol. No proprietary
protocols are allowed to be used.
Minimum hardware requirement:
Sr. No. Parameter Specification
1 Server Based on Intel hardware and Intel xeon
processor
2 Cores 4
3 Frequency 2.1 GHz or higher
4 Cache 8 Mb
5 No. of processor 1
6 Memory 16 GB DDR3 or higher
7 OS Linux
8 LAN Gigabit Ethernet (2X1GE RJ45)
9 Hard disk 1 TB HDD 2 Nos
10 Raid controller SAS raid controller with Raid 1
configuration

228
Western Railway

11 USB,PS,Mouse,Keyboard, Required
Monitor
12 Power supply Redundant hot swappable power supply
230v
13 Fan configuration Redundant hot swappable Fan
14 Chassis type 4U/2U/1U 19 inch rack mountable

20. OPTICAL POWER METER:


It shall be good quality of reputed make like Exfo,viavi e.t.c compatible to FC,SC & LC.

Detector type InGaAs


Optical interface/connectors Universal 2.5 mm/1.25 mm1
Wavelength range 780 to 1650 nm
Wavelength settings 780 to 1650 nm, in 1 nm steps
Programmable wavelengths 5 presets (customized)
Calibrated wavelengths 850, 980, 1300, 1310, 1490, 1550,
1625 nm
Power range -70 to +10 dBm
Display range –60 to +10 dBm
Max. input power +16 dBm
Measurement units dB/dBm/W
Absolute uncertainty2 ± 0.2 dB (±5%)
Linearity3 ± 0.06 dB (–50 to +5 dBm)
Tone detection 270 Hz, 1 kHz, 2 kHz
Data storage 100 results
Data download capability micro USB interface for PC transfer

21. OTDR:

1 Laser safety class (21 CFR) Class 1


2 Number of data points Up to 256,000 data points
3 Display range 0.1 km to 260 km or above.
4 Sampling resolution 4 cm
5 Distance accuracy (±1 m) ± (sampling resolution) ±(1.10–5 x
distance), excluding group index uncertainties
6 Attenuation resolution 0.001 dB
7 Attenuation linearity ±0.04 dB/dB
8 Central wavelength2 1310/1550/1650 nm ±20 nm
9 RMS dynamic range3 41/40 dB
10 Pulse widths 5 ns to 20 µs
11 Event dead zone4 1.35 m
12 Attenuation dead zone5 4m
13 Output power level6 –3.5 dBm
14 Stability long term (8 hr)7 ±0.05 dB

229
Western Railway

15 Operating mode 270, 330, 1 kHz, 2 kHz, and TWINTest


16 Power level range 0 to –55 dBm
17 Calibrated wavelengths 1310, 1490, 1550, 1625, and 1650 nm
18 Measurement accuracy8 ±0.5 dB
19 VFL Facility & at Least 2
GB internal memory, USB,
compatible to FC, SC & LC.
etc.

OTDR shall be compatible with single-mode optical fiber, it shall be of good quality of
make- EXFO or JDSU or VIAVI.

1. 22. 19” 9 U RACK:


a. It shall be of good quality and of reputed make (APW, D-link, Valrack or WQ )
b. It shall be loaded with all standard accessories like 2 nos. cooling fans, Front glass
door, 2 shelves, 1 modules of 6 Nos. of 230VAC sockets of 5 Amps, Earthing strip
with standard nut-bolts, Door locks for front and side covers and cable managers.
c. Installation of the rack is to be done as per instructions of the Engineer & Supervisor
in charge.

2. 23. IP BASED TELEPHONE EXCHANGE


FXS Gateway should be of 32 Ports for analog extension connectivity-

a. Capacity: up to 112 Ports


b. Voice & FAX: G.711A/U law, G.723.1, G.729A/B, G.726, AMR, iLBC, Comfort
Noise Generation(CNG), Voice Activity Detection(VAD), Echo
Cancellation(G.168), with up to 128ms Adaptive (Dynamic) Jitter Buffer, Hook
Flash, Programmable Gain Control, T.38/Pass-through Modem/POS, VLAN
802.1P/802.1Q, Layer3 QoS and DiffServ
c. DTMF mode: Signal/RFC2833/INBAND
d. VoIP Protocol: SIP v2.0 (UDP/TCP),RFC3261, SDP,RTP(RFC2833), RFC3262,
3263, 3264, 3265, 3515, ETC (3GPP TS 24.629, RFC 3515, RFC 3891, RFC 3892),
SIP TLS/ SRTP, RTP/RTCP, RFC2198, 1889, RFC4028 Session Timer, RFC3266
IPv6 in SDP, RFC2806 TEL URI, RFC3581 NAT, NAT: STUN, Static/Dynamic
NAT Power Supply: 100-240VAC, 50-60 Hz@DC12V 2A
e. Each IP telephone exchange Gateway supplied should be consist of following:
f. 32 port FXS Gateway
g. 6U/ 9U Racks if required for installation to be supplied by contractor as per site
h. requirement. Any accessories like connector, cables etc. should be supplied by the
i. contractor.

24. Splicing Machine:


Automatic fusion splicer fully automatic RTC microprocessor controlled (Arc fusion type)
splicer with video display, warm image processing, heat oven, fiber fixture, battery backup,

230
Western Railway

high precision fiber cleaver, stripping tool and other accessories of fuzikura 90s+ or fuzikura
88R or latest along with sufficient no. of splice protection sleeves and isopropyl alcohol to be
supplied for test splice as per TEC specification No. TEC GR/TX/OSM-001/04 Sept., 2012
or latest with all accessories.

25. Specification of Server

Specification Description
Processors One 2nd Gen AMD EPYC™ Processor with up to 64 cores
Cache Up to 30MB
Memory DIMM Speed
Up to 3200MT/s
Memory Type
RDIMM
LDIMM
Memory Module Slots
16 DDR4 RDIMM/LRDIMM slots
Maximum RAM
RDIMM 1TB
LRDIMM 2TB
RAM Min 32 GB shall be provided with each Server
Slots PCIe
Up to 4:
2 x Gen3 slots (1 x8; 1 x16)
2 x Gen4 slots (2 x16)
Storage Controllers Internal Controllers
PERC HBA330, H330, H730P, H740P
External Controllers (RAID)
H840, 12Gbps SAS HBA
Internal Dual SD Module Yes
Internal Boot Boot Optimized Storage Subsystem (BOSS):
HWRAID 2 x M.2 SATA SSDs
Bezel Optional LCD bezel or security bezel
Storage Front Bays
Up to 8 x 3.5” hot plug SATA/SAS (HDD)
Up to 12 x 3.5” hot plug SAS/SATA (HDD)
Up to 24 x 2.5” hot plug SATA/SAS/NVMe
Rear Bays
Up to 2 x 3.5” hot plug SAS/SATA (HDD)
Additional Storage SAS HDD Min 300 GB Four numbers
Network Options
Ports 2 x 1GbE
2 x 10GbE BT
2 x 10GbE SFP+
2 x 25GbE SFP28
Front Ports
1 x Dedicated iDRAC direct micro-USB
2 x USB 2.0
1 x Video

231
Western Railway

Rear Ports
2 x 1GbE
1 x Dedicated iDRAC network port
1 x Serial
2 x USB 3.0
1 x Video

Embedded / At-the-Server
Management iDRAC9
iDRAC RESTful API with Redfish
iDRAC Direct
Quick Sync 2 BLE/wireless module
Consoles Open Manage Enterprise
Open Manage Enterprise Power Manager
Mobility OpenManage Mobile

Open Manage Integrations BMC Truesight


Microsoft® System Center
RedHat® Ansible® Modules
Vmware vCenter
Operating software Microsoft Windows- Server 2019 latest version with
License copy
Also support ubuntu (Both Windows & Ubuntu)
Open Manage Connections IBM Tivoli® Netcool/ OMNIbus
IBM Tivoli® Network Manager IP Edition
Micro Focus® Operations Manager I
Nagios® Core
Nagios® XI
Cryptographically signed firmware
Security Secure Boot
Secure Erase
Silicon Root of Trust
System Lockdown
TPM 1.2/2.0, TCM 2.0 optional
AMD Secure Memory Encryption (SME)
AMD Secure Encrypted Virtualization (SEV)
Redundant power supply
Power Supply
3 years on site warranty
Warranty
Note: Both the servers shall work in redundant mode. In both server license copy of
VMware workstation should be installed. In both server Web and proxy (using
ubuntu) should be installed as per current running Railnet configuration. VMware
client software shall also be installed at admin PC.

232
Western Railway

Note:-
1.Tenderers are requested to inspect the site before quoting the rates.
2.For Drawing & RDSO specifications refer to the latest issue.
3.The cost of supply of minor materials and accessories other than specification &
condition but necessary for Installation, should be included while quoting the rates.
4.Rates quoted by the Tender should include all Taxes/GST & duties.
5.If any deviation is noticed in the certificate endorsed below, Railway decision shall
be final.
6.Railway reserves the right to accept or alter/delete the quantity under schedule items.
7.The tenderer should submit certified copies of documents along with tender in
support of his credential so as to ascertain the ability to carry out the work.
8.In case of any ambiguity/unspecified the latest policy/circular/board letter/RDSO
specification or the case may be applicable will be final.
9.Inspection authority will be RDSO/RITES/Consignee.

1.3 For electrical works

COMPLIANCE WITH STANDARD SPECIFICATION


In the technical specifications of equipment’s, components and materials, reference
is made to the following standard specifications:
(i) International electro Technical Commission (abbreviated as IEC) publications.
(ii) British Standards (abbreviated as BS)
(iii) Bureau of Indian Standards (abbreviated as IS)

Tenderers may, however, offer equipment in accordance with the appropriate national
standard specifications of the country of manufacture, but such offers will be treated as
deviations and should be quoted in prescribed proforma; English rendering of the text and
illustrations of the national standard specifications and explanatory notes on the specific
deviations from IEC, British Bureau of Indian Standard in question, shall also be
submitted. In case of doubt, the Purchaser shall decide the clause and specification
applicable and the contents of the specification and standard mentioned above shall guide
such decisions.

ELECTRICAL WIRING

General remarks for wiring.


i. Relevant code of practice for electrical wiring as per IS: 732/1989 or latest to be followed
along with the following.
ii. All lamps shall be hung at a height of not less than 2.5 m above the floor level.
iii. Switch boards shall be provided at 1.5 mtrs above the ground level.
iv. Live wires of the points (half/phase) must be controlled by switches.
v. Wiring shall be done by looping system. Phase/live conductors shall be looped at the
switch box. For point wiring neutral/earth first looping shall be done in switchboard and
subsequent loop shall be made at each point outlet. No joints shall be allowed in the
wiring inside the PVC conduit/casing.

233
Western Railway

vi. The contractor shall have to maintain the standard colour code for circuit such as phase–
red, neutral- black, earth - green /gray. For 3-phase colour coding shall be Red, Yellow
& Blue for Phases, Black for neutral and green/grey for earth.
vii. Wiring shall be suitable for 240V AC between phase & neutral and 415 V AC between
two phases.
viii. All wiring shall be free from short - circuit/earth fault and shall be tested for these
defects prior to being connected to the circuit.
ix. There shall be a spacing of at least 125 mm between live parts and the mounting plane
of the fixture.
x. The clearance between the bottom most point of the ceiling fan and the floor shall be
not less than 2.4 m. The minimum clearance between the ceiling and the plane of the
blades shall be not less than 300 mm.
xi. Light & Fan may be wired on common circuit. Such sub circuit shall not have more
than a total of ten points of light, fan and 5A socket outlets. The load of such circuit
shall be restricted to 800 watts.
xii. 6/16Amp socket outlets shall be installed at the following positions, unless otherwise
specified.
a) Non-residential building-23cm above floor level.
b) Kitchen - 23cm above working platform and away from the likely position of stove
and sink.
c) Bathroom - no socket outlet is permitted for connecting portable appliances,
thereto. MCB/IC switch may be provided 2m from fixed appliances, and at least
1m away from shower.
d) Rooms in residence – 23 cm above floor level or any other level in special cases
with the approval of site engineer.
xiii. Connection for electrical fitting shall be done with 3 core flexible copper wire ISI mark
to from ceiling rose. Provided Chrome plated screw, nut, bolts, washer shall be used for
electrical connection.
xiv. Wires used for wiring shall be multi-strand single core FRLS-PVC insulated 1.1kv grade
Copper conductor with ISI mark. If any manufacturer discontinued FRLS wires, in such
circumstances higher version FRLSH wires can be accepted. Make- As per List
enclosed
xv. PVC casing capping and accessories shall be as per IS14927 of minimum thickness of
1.2 mm, Casing capping/PVC conduit pipe shall be of MMS IS : 9537 (Part - 3)/1983
and of Ivory/white colour only , Wall crossing of wiring should be done through PVC
Conduit pipe , make- As per List enclosed.
xvi. Hardware, nut, bolts, washers, clamps etc. used for fixing shall be of G.I.
xvii. Modular Switch, modular Socket and other accessories shall be of ISI mark.
xviii. All Electrical wiring work shall comply national building code of India 2016, Volume-
2, Part-8 building services, section-2 Electrical and allied installations, Para-6 Wiring.

Testing Of Installation

Before a completed installation is put into service, the following tests shall be complied:
i. INSULATION RESISTANCE
The insulation resistance shall be measured by applying 500 volt megger with all fuses
in places, circuit breaker and all switches closed.The insulation resistance in mega-
ohms of an installation, measured shall not be less than 50 mega-ohms divided by the
number of points on the circuit.

234
Western Railway

The insulation resistance shall be measured between


(a) EARTH TO PHASE, (b) EARTH TO NEUTRAL, (c) PHASE TO NEURAL, (d)
PHASE TO PHASE.

ii. EARTH CONTINUITY PATH


The earth continuity conductors shall be tested for electrical continuity and the
electrical resistance of the same along with the earthing lead but excluding any added
resistance or earth leakage circuit-breaker, measured from the connection, with the
earth electrode to any point in the earth continuity conductor in the completed
installation and shall not exceed one ohm.

iii. POLARITY OF SINGLE POLE SWITCHES


A test shall be made to verify that every single pole switch is connected to one of the
phase of the supply system.

OCTAGONAL POLES

Description:
Supply & erection including cement concrete foundation of suitable sizes as per
manufacturer’s Drawing & at the site complete with foundation bolt etc. of galvanized
octagonal steel pole, 5/7 meter long, as per schedule with single arm. The pole shall
be hot dipped galvanized external and internal by single dipping method in accordance
with IS 2629 or equivalent up to 70 microns DFT and should have on longitudinal
weld and should be in one section designed for basic wind speed of 169 KMPH with
mounting bracket type as per following specification.

TECHNICAL SPECIFICATIONS OF GALVANIZED OCTAGONALPOLES


Design:- The Octagonal Poles shall be designed to withstand the maximum wind speed as
per IS 875. The top loading i.e. area and the weight of fixtures are to be considered to
calculate maximum deflection of the pole and the same shall meet the requirement of
BSEN 40-3-3:2003.
Pole Shaft:-The pole shaft shall have octagonal cross section and shall be continuously
tapered with single longitudinal welding. There shall not be any circumferential
welding. The welding of pole shaft shall be done by Submerged Arc Welding (SAW)
process. All octagonal pole shafts shall be provided with the rigid flange plate of
suitable thickness with provision for fixing 4 foundation bolts. This base plate shall be
fillet welded to the pole shaft both inside and outside. The welding shall be done as
per qualified GMAW process approved by Third Party Inspection agency.
Door opening:- The octagonal Poles shall have door of approximate 500 mm length at the
elevation of 500 mm from the Base plate. The door shall be vandal resistance and shall
be weather proof to ensure safety of inside connections. The door shall be flush with
the exterior surface and shall have suitable locking arrangement. There shall also be
suitable arrangement for the purpose of earthing. The pole shall be adequately
strengthened at the location of the door to compensate for the loss in section.
Material:- Octagonal Poles HT Steel Conforming to grade S355. Base Plate Fe 410
conforming to IS 2062 Foundation Bolts EN 8 grade Bracket ERW tubes as per IS
1161

235
Western Railway

Welding:- The welding shall be carried out confirming to approved procedures duly
qualified by third party inspection agency. The welders shall also be qualified for
welding the octagonal shafts.
Pole sections:- The Octagonal Poles shall be in single section (5/7 mtr). There shall not be
any circumferential weld joint.
Bracket Arm:- The bracket will have a sleeve as cap of suitable diameter fitted with
pinching bolts. The length of bracket shall be as per illumination design.
Galvanization:-The poles shall be hot dip galvanized in single dipping as per BSEN ISO
1461 standards with average coating thickness of 70 micron.
Fixing Type:- The Octagonal Poles shall be bolted on a pre-cast foundation with four
foundation bolts for greater rigidity.
Top Mountings:- The galvanized mounting bracket shall be supplied along with the
Octagonal Poles for installation of the luminaries.
Manufacturing:- The pole manufacturing & galvanizing unit shall be ISO 9001:2000, ISO
14001 & 18001 OSHAS certified to ensure consistent quality & environmental
protection.
Pole Testing Facility:- The manufacturing unit shall have in-house pole testing facility for
validation of structural design data. The pole testing facility shall conform to BS EN
40-3-2-2000 part 3-2.

Foundation Bolt
Top Botto Base Plate
Sheet Bolt Pitch
Pole Heig Dia. m Dimension Bolt Projected
Thick Size Circle
Type ht (A/F Dia. s Lengt Bolt
ness (no. x Dia.(P
) (A/F) (L x B x T) h Length
dia.) CD)
(mm
Mtr. (mm) (mm) (mm) (mm) (mm) (mm) (mm)
)
BOP- 200x200 4x16
5 70 130 3 200 600 80
5030 x12 dia
BOP- 220x220x 4x20
7 70 130 3 205 750 100
7030 12 Dia

Galvanized octagonal steel pole Make shall be as per make list.

Foundation: Construction of suitable shallow foundation with 1:2:4 concrete for the
Octagonal pole 1 meter ±10% depth with all materials and labour with 7 days curing.

Ceiling,Fans (BLDC Type), bracket & Exaust fans.

Ceiling Fan BLDC type : All ceiling fans should be BLDC type.
(Specifications in accordance with the WR Letter no. EL/111/3(GENERAL POWER) dtd
08.06.2022)
Brushless DC (BLDC) Motor Ceiling Fan, ISI marked, Sweep size : 1200 /1400 mm,
Minimum Air delivery - 210 Cubic Meter/Min, total harmonic distortion 10% [max], Rated
Voltage: 230 V, 50Hz, Single phase AC, Copper Winding, Power factor not less than 0.9,
Speed control with electronic regulator (step type with minimum 5 running positions), Nos of
Blades : 03, Blade material : Aluminium, Bearing : Double ball bearings, Down rod size
(without shackle) : 300mm, Shank & Shackle kit, canopy : 2 nos., colour standard: white,
Service Value > 7, BEE rating : 5 star or above, Class of Insulation B, insulation resistance >

236
Western Railway

2 Mega ohm, temperature rise 75 degree C, Rated power: up to 30 watt, all remaining
accessories including safety pin, nut bolts, washers, earthing, etc. to be covered. Guarantee:
on-site Guarantee of (Min.) 2 years or as per OEM’s manufacturer guarantee or guarantee
according to specification whichever is higher.

Bracket fans: Industrial grade.


These fans shall be provided in shed area.
In workshop cover shed area industrial grade Wall mounted Air circulator Fan 600mm sweep,
1440 RPM, oscillating type, energy efficient without regulator with proper fixing arrangement
to be provided on alternate shed piers in both sides. Air delivery 270 m3 /min. or above.ISI
marked. Nos of Blades : 03, Blade, material : Aluminium, Bearing : Double ball bearings.
Warranty : Min. 2 Years.

Exhaust fan : Sizes 250mm/ 300mm/ 350mm for toilets/ kitchen/ lavatories etc.Energy
efficient ,ISI marked,air delivery 20 m3 /min. or above. Min. 2 Years.

Industrial category roof mounted motorized ventilation fans having IP:67 or above.Size 32
inch,fan speed 960 RPM,CFM=10000 or above. Motor 3 HP make as per list attached
.Warranty : Min. 2 Years.

All Fans i.e. exhaust / ventilation/ceiling/bracket shall fulfil air change per hour
recommendations of national building code 2016, vol-2, part-8.

Solar Photovoltaic Power Plant

Supply, Installation, Testing and Commissioning of ongrid Solar Photovoltaic Power Plant
conforming to MNRE specifications as amended, consisting of Mono/Poly Crystalline silicon
solar cells, net metering facility, necessary protections, earthing, mounted on Aluminium/GI
structure of suitable strength with following components complete as required:-

a) Solar Photovoltaic Module of capacity 330 Wp or above, manufactured in India,


conforming to IS 14286/IEC 61215, IS/IEC 61730-Part-1, IS/IEC 61730-Part-2. Solar
Photovoltaic Module conversion efficiency shall not be less than 16.5%. PV modules
used in solar power plants/ systems must be warranted for their output peak watt
capacity, which should not be less than 90% at the end of 10 years and 80% at the end
of 25 years.
b) Power Conditioning Unit (PCU) of 350-800 V DC Input voltage range and 400 V AC,
three phase, 4 wire, 50Hz +/- 2.5 Hz, output voltage suitable to generate AC Power
with efficiency not less than 97%, total harmonic distortion less than 3% and suitable
for ambient temperature from 0 to 50 degree C. The PCU shall adjust the voltage and
frequency level to suit the Grid Voltage Frequency.
c) Data Monitoring System complete with accessories.
d) Fixing of Array junction box & Main junction box with IP 65 protection and
termination arrangement for incoming and outgoing cable along with glands, lugs and
other accessories etc. as required.
e) Lightning and surge voltage protection.
f) Connections & Interconnections by supplying & fixing required size XLPE insulated
copper conductor 1.1 kV grade armoured power and control cables between solar

237
Western Railway

modules, main power cable to grid supply PCU unit along with supplying & fixing of
necessary channel/conduit lugs and other accessories etc. as required.
g) Guarantee : on-site guarantee of (min.) 2 years or as per OEM’s manufacturer
guarantee or guarantee according to specification whichever is higher.

Technical specifications for DG Set:

The DG set with Alternator and other arrangements is to be provided as per the CPWD’s
GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS Part VII (DG Sets)-2013,
wherever applicable. Specification attached at Annexure A.
Guarantee : on-site guarantee of (Min.) 2 years or as per OEM’s manufacturer guarantee or
guarantee according to specification, whichever is higher.

DISTRIBUTION BOARDS

This chapter deals with distribution of electrical supply and shall comply national building
code of India 2016, Volume-2, Part-8 building services, section-2 Electrical and allied
installations, Para-5 distribution of supply and cabling. Distribution boards (DBs) are
provided with electrolytic, high conductivity, TPN copper bus-bars (with full sized Neutral
bus bar) gland plates at both ends, blanking plates, dust and vermin proof (IP43), and shall be
fabricated out of CRCA sheet steel, 1.6mm thick, with stove enamelled paint finish.
Distribution boards (DBs) are proposed with TPN/SPN/DP MCB along with ELCBs which
are totally enclosed, prewired and hinged doors. MCB's used in the distribution board are
classified as per the tripping characteristics curve for various applications as follows:
 Lighting & Raw Power DB MCB's : 'C' Curve
 UPS DB MCB's : 'D' Curve
MCB Distribution Board with Earth leakage protection is proposed for lighting and raw
Power.
Internal wiring will be provided with PVC insulated multistrand FRLS Copper conductors.
Surface/Open wiring is proposed with "GI conduits" above the false ceiling and Concealed
wiring is proposed with "PVC conduits" in walls I slab /beam of non-false ceiling areas.
In office, Service building, Security building, Toilets areas Internal Distribution between
Power Panel/ Lighting Panel/UPS Panel to Lighting DBs, Raw Power DBs and UPS DBs
(Distribution Board), DB to switch box and its cabling/wiring system will be followed as
mentioned in the Table below:
S. No From To Size of Cu Wires Size of Conduit
4C x /16 sq.mm XLPE
1 Lighting Panel Lighting MCB insulated AI. cable NA
DB (3P+N) with 2R- 8 SWG
Cu wires (2E) according
to the connected load.
3.5C x 50 & 4C x/16
2 Assembly line Power sq.mm XLPE insulated NA
Panel Distribution

238
Western Railway

board AI. cable (3P+N)


with 2R- 8 SWG Gl wires
(2E). According to the
connected load
2R-2.5 sq. mm & 1 R-1.5
3 Lighting MCB Lighting switch sq.mm 25mm dia #
DB boxes in the (P, N &E) FRLS Cu. wire
circuit PVC insulated
4 Lighting MCB Light points / 3 Core x2.5sqmm NA
DB Fan directly armoured copper PVC
controlled by cable
MCBs
5 Lighting switch Light /Fan points 3R-1.5 sq. mm (P, N &E) 25mm dia #
box
2R- 2.5 sq. mm + 1R 1.5
6 Power MCB I 6A sockets in the sq. mm 25mm dia #
UPS MCB DB Circuit (P, N &E) FRLS Cu. wire
PVC insulated
2R- 2.5 sq. mm + 1R 1.5
7 Power MCB I 16A sockets in sq. mm (P, N &E) FRLS 25mm dia #
UPS MCB DB the Circuit Cu. wire PVC insulated
#indicates Gl conduits for surface mounted wiring and PVC conduits for concealed wiring.
POWER SOCKETS FOR VARIOUS AREAS
 Each work station Computer points shall be modular type 3 nos.13A Multi pin
Universal UPS socket controlled by one no.16A switch for each computer and 1 No
6/16A, Multi Pin -Raw power sockets controlled by 16A switch.
 Access control, Fire alarm panel and CCTV points shall be modular type 2nos.6A
3pin- UPS sockets controlled by one no.10A switch.

 Water cooler points & other general purpose socket shall be modular type sockets
16A, 3pin -Raw power sockets controlled by 16A switch.
 Kitchen area socket shall be Three phase& Single phase industrial socket with IP 65
protection with interlock switched socket with ELCB 30mA and plug top& 6/16A
Power socket with 16A Switch IP65. Power socket to be as per the Kitchen equipment
layout.
 Industrial Power socket with MCB shall be provided for motorized Rolling shutters.
 Power socket shall be provided for battery charger in Two wheeler & Four Wheeler
Parking area.
 Guarantee for the complete system including peripherals: on-site guarantee of (Min.)
2 years or as per OEM’s manufacturer guarantee or guarantee according to
specification whichever is higher.

239
Western Railway

LIGHTING DESIGN:

 In order to satisfy the illumination levels required and to provide comfort of various
functional areas the Illumination level is designed with standard light fixtures in
accordance with National building code (NBC) -2010 & IS 3646 (Part 1 ): 1992
recommendation.
 Lighting is normally done depending upon sufficient illumination level with different
Ambience. The illumination design is done as per the Lux level required. The lighting
is done by providing luminaries suitable for required illumination level in regular array
arrangement.
 Flame proof light fixture shall be provided in Gas Bank, Chemical storage, HSD yard
& scrap yard.
 For Road Lighting, Gl Octagonal poles with suitable LED Light fixtures to be used.
 Factory compound wall lighting shall be suitable LED fittings mounted on 9metre Gl
octagonal pole. The distance between the poles shall be maximum 60metres
 For Gate Light, medium level Post top lantern with LED fixtures to be used.
 The external lighting will be automatically controlled using Timer and contactor
which are located in the external lighting panel itself.
 Street lighting and security lighting will be provided along the road side using LED
fittings suitably mounted on octagonal Gl poles and spaced at 25 Metres distance. In
order to meet the IGBC guide line, Hybrid Solar lighting may also be partly (30%)
planned in the road lighting.
 Lighting design shall comply National building code of India-2016, Volume-2, Part-
8, section-1, Para-4 with latest amendments. Standards fulfils as per list mentioned in
NBC-2016.
 Electrical work has conformity with the Electricity act, 2003 and central Electricity
authority (Measures relating to safety and electric supply) Regulations, 2010 as
amended up to date. (Ref. NBC-2016, Volume-2, Part-8, section 2, Para-3).
The following table shows the Standard Lux levels maintained in the various areas of the
building:
Lux Level Considered:

S. No. Area Description LUX Level(min.)


1 Office Area 300
2 Logistics Procurement Centre/ Warehouse 300
3 Locomotive Assembly area 300
4 Bogie and Motor fitting shop 300
5 Testing and paint shop 300

240
Western Railway

6 Kitchen / Dining 150-200


7 External areas 10-15
8 Service Building 150-200
9 Pits 300
10 Platform 300

EMERGENCY LIGHTING SYSTEM


Emergency lighting system means the specified nos. of luminaries in the following areas will
continuously be in online i.e. when grid power is available from the main L T panel, these
luminaries will be "ON" with grid power. When the grid power is not available, these
luminaries will continue to be in operation with the help of an Inverter with 15 minutes backup
source which will continue until the DG set is "ON" and energize the main LT panel. On-site
guarantee of (Min.) 2 years or as per OEM’s manufacturer guarantee or guarantee according
to specification, whichever is higher to be ensured.

7% of general lighting will serve as emergency lighting in Plant, LPC, office, Canteen other
building.

Emergency Lighting Distribution Boards (ELDBs) are proposed for emergency lighting
systems alone.
LED Specifications:
As per Railways Specification no. WR/CCG/SPECIFICATION/P/001(REV-01)-2018,
Specification for Energy Efficient LED Based Luminaire for Outdoor and Indoor Application
(General Services), attached as Annexure B. Guarantee: on-site guarantee as per the above
specification or as per OEM’s manufacturer guarantee whichever is higher.

UPS AND INVERTER SYSTEM

Three phase UPS systems are proposed with IGBT Static Switches and Microprocessor based
control of battery charging and discharging methods are being used for the three phase UPS
system.

UPS will be suitable for True online parallel operation consisting of rectifier/charger, inverter,
static bypass transfer switch, manual bypass switch, battery bank, SMF lead acid batteries
with manual bye-pass switch.

 To be provided Online Centralized UPS with SMF batteries (N+1) with 15 minutes
back up for admin Office Computers, Plant office computer, Server, CCTV & Access
control will be located in Admin block UPS Room.
 LPC Building should provide separate UPS System for Computers and emergency
lighting
 Guarantee: on-site guarantee of (Min.) 2 years or as per OEM’s manufacturer
guarantee or uarantee according to specification, whichever is higher.

241
Western Railway

LIGHTNING PROTECTION SYSTEM

Lightning protection system is designed to protect a structure from damage due to lightning.
strikes by intercepting such strikes and safely passing their extremely high voltage currents to
"ground".

Conventional lightning protection system is proposed for the Locomotive assembly Plant,
Logistics Procurement Centre, Admin Block & Paint shop building against lightning strokes.
As per IEC 62305-3 and IS Standard. The lightning conductor air terminal will be located in
Each Corner of the building. A down conductor is connected to the ground through flash
counter, Test clamps and Earth Pits.

Lightning protection belt is laid along parapet walls around the roof of buildings, steel
roofing(D0.5mm) is adopted to prevent direct lightning strike and inner steel bars or steel
Pillars Are adopted as leading wire. Inner steel bars of foundation are equipped with Ground
Connection devices.

SAFETY REQUIREMENT

To be provided with ELCB (Earth leakage Circuit Breaker) along with miniature circuit
breaker (MCB) for each lighting and power circuits which will protect the human body against
over load (O/L) , short circuits (S/C) and earth leakage (E / L) inside the apartment.

Basic grounding will be designed in accordance with the provisions under prevailing State
Electricity Law.

The basic grounding resistance shall not exceed 1 Ohm.

Grounding conductors will be laid all along Electrical and data raceways apart from installing
efficient earthing in Power distribution board.

Lockout & Tag out (LOTO) Safety system to be considered in testing area.

EARTHING SYSTEM
This chapter deals with earthing system and protection, earthing work shall be complied to
national building code of India 2016, Volume-2, Part-8 building services, section-2 Electrical
and allied installations, Para-8 Earthing. Earthing system shall be in accordance with IS 3043-
1987, designed to achieve an overall earth resistance of 1 ohm. The size of earthing conductor
considered is as follows:
 TN -s type grounding system will be adopted with solidly earthed neutral and separate
Neutral & ground wires running all along the installation.
 Each earth pit / Electrode will be connected to the earth grid and will have a test link
to allow isolation and testing of that earth pit.
 All grounding electrodes across the installations will be interconnected below ground
to ensure potential equalization (wherever possible).

242
Western Railway

Transformer Neutral 2Runs 75mm X 10mm Cu


Flat
Transformer Body 2Runs 75mm X 10mm GI
Flat
DG Neutral 2Runs 50mm X 6mm Cu
Flat
DG Body 2Runs 40mm X 6mm GI
Flat
LT Bus duct 2Runs 50mm X 6mm GI
Flat
Main LV I Sub panel 2Runs 50mm X 6mm Gl
Flat
UPS Neutral Earthing 2Runs 25mm X 6mm Cu
Flat
UPS body Earthing 2Runs 25 mm X 6 mm Gl
Flat
Lighting/Power/UPS MCB DB 2Runs 6/10 Sq.mm Cu wire
or 8 SWG G.l. Wire
20A I 16A power sockets 4/2.5 Sq.mm Cu wire
Light points /6A sockets 1.5/2.5 Sq.mm Cu wire
Motors Bodys7.5kW (10HP) 8 SWG Copper. Wire
Motors Body>7.5kW (10HP) 25mm X 3 mm Gl Flat
Gl Cable Tray earthing 2Runs 50 x6 mm Gl Flat
Lightning Arrestor 2Runs 25 x3 Cu Flat

 100mm dia, 3m long C.l pipe electrode to be provided for all electrical Transformer,
DG and equipment body earthing.
 600x600x3.15mm copper plate with 1 OOmm 3m long C.l pipe electrode is proposed
for the neutral earthing of DG set, Transformer and UPS.
 Green conductor for equipment earthing part of EPC scope

TECHNICAL SPECIFICATIONS FOR TRANSFORMERS


A sub-station installation is a combination of a number of major equipment’s like
Transformers, High Voltage Panel, Medium Voltage (MV) Panels, Inter-connecting Cables,
Bus Ducts, Protection and Metering etc. individually engineered in each case depending upon
the requirements, size and capacity of sub-station and in coordination with the licensee of the

243
Western Railway

area concerned. Technical specifications for Transformers (wherever required) is to be as per


the CPWD’s “General Specifications for Electrical Works Part-IV (Substations)-2013” with
latest amendments, attached at Annexure C.
Guarantee : on-site guarantee as per the above specification or as per OEM’s manufacturer
guarantee or guarantee according to specification, whichever is higher.(min. 2 years)

AIR CONDITION AND VENTILATION SYSTEM:

Air conditioning to be done in Admin building, canteen and shop/floor offices. technical
specifications for HVAC and Ventilation system are to be as per the CPWD’s “General
Specifications for Heating, Ventilation & Air-Conditioning (HVAC)-2017” with latest
amendments, attached at Annexure D.

Chiller type air conditioning system of 200TR capacity in admin building.

VRV/VRF Cassette type air conditioner system of 50TR capacity in canteen.

Split type air conditioners in shop/ floor office to be provided.

Guarantee : on-site Guarantee as per the above specification or as per OEM’s manufacturer
Guarantee or Guarantee according to specification, whichever is higher(min. 2 years).

ELECTRO-TECHNICAL VOCABULARY

Fundamental definition IS 1885 (Part-I) : 1961


Secondary cells and batteries IS 1885 (Part-VIII) : 1986IS 1147
: (Superceding 1957)
Electrical power system protection IS 1885 (Part-X) : 1993
Electrical Measurement IS 1885 (Part-XI) : 1966
Switchgear and control gear IS 1885 (Part-XVII) : 1979 (First
revision)
Overhead transmission and distribution of electrical IS 1885 (Part-XXX) : 1971
energy
Cables, conductor and accessories for Electrical IS 1885 (Part-XXXII) : 1993
supply (Superseding IS 1591 : 1960)
Transformers (First revision) IS 1885 (Part-XXXVIII) : 1993

I : GRAPHICAL SYMBOLS USED IN ELECTRO TECHNOLOGY

Guide for preparation of diagrams, charts & tables IS 8270 (Part I) : 1976
for electro technology. Definitions and classification [Superseding IS 2032 (Part I) :

244
Western Railway

1962]

Item designation IS 8270 (Part II) : 1976


General requirements for diagrams IS 8270 (Part III) : 1977
Circuit diagrams IS 8270 (Part IV) : 1977
Inter connection diagrams and table IS 8270 (Part V) : 1976

II : CONDUCTOR AND POWER CABLES

PVC insulated cable for working voltages and IS 694 : 1990 (Second revision)
including 1100 volts [Superceding IS 3035 (Part I) :
1965]

(i) PVC insulated (Heavy duty) working dielectric IS 1554 (Part-I) : 1988(Second
cables for voltage upto & i/c. 1100 volts revision)

(ii) For working voltage from 3.3 KV upto and IS: 1554 (Part II) : 1988
including 11 KV
Recommended current ratings for cables:
(i) Paper insulated lead sheathed cables. IS 3961 (Part I) : 1967
(ii) PVC insulated and PVC sheathed heavy duty IS 3961 (Part II) :1967
cables
Application guide for non-linear resistor type Surge IS 15086 (Part-5) First revision
arrester for alternating current system
Recommended short circuit ratings of high voltage IS 5819 : 1970
PVC cable

Conductors for insulated electric cables and flexible IS 8130 : 1984


cords
Busbar trunking system (Air insulated & sandwitch, IS 8623 Part I & II : 1993
insulated IEC 60439 Part I & II
type)

III : ELECTRICAL INSTALLATION CODE OF PRACTICES


IS 10028 (Part - II & III)
Installation and maintenance of transformers
Insulation oil in service, maintenance and IS 1866 : 2000
supervision

code of practice for Earthing IS 3043 : 1987


Guide for short circuit calculations IS 13234
Electrical wiring installation (system voltage not IS 732 : 1989

245
Western Railway

exceeding 650 volts)


Paper insulated power cables (Upto and including IS 1255 : 1983 (first revision)
33 KV

IV: SWITCH GEAR AND CONTROL GEAR

Degree of protection provided by the (enclosure for IS 13947 (Part-I)


low voltage switchgear and control gear)
cartridge fuse links upto 650 volts. IS 9224 (Part-II)
IS 13947 (Part -II)
Circuit breaker AC requirements & tests for voltages not
exceeding 1000 Volts a.c or 1200 volts d.c.
General and definition. Section 2-Voltages above 1000 IS 13118 : 1991
volt a.c.
tests & Routine test for voltage above 1000 Volt a.c. IS 13118 : 1991

Heavy duty air break switches and composite units of air IS 4064
break switches & fuses for voltages not exceeding
1000 volts.
General requirements for switch gear, control gear for IS 13947 (Part-I)
voltage not exceeding 1000 volts.
(i) Factory built assemblies of switch gear and control gear IS 8623 : 1993
for voltages upto & including 1000 V AC or 1200V
DC.

(ii) Particular requirements for bus bar trunking system IS 8623 (Part II) : 1993
(Bus ways)
High Voltage alternating current circuit breakers IS 13118 : 1991
IEC 60056
Voltage Switches –Part I : Switches for Rated IS 9920 : 2002
Voltages Above I Kv and less than 52 KV
Metal Enclosed Switchgear and Control gear for IS 3427 : 1997
Rated Voltages Above I KV and up to and
Including 52 KV

Electrical Measuring Instruments and their Accessories IS 1248

V : TRANSFORMERS AND REACTORS

Dry type power transformer IS 11171 : 1985

Power Transformer

(i) General IS 2026 (Part-I) : 1977

246
Western Railway

(ii) Temperature rise IS 2026 (Part-II) : 1977


(iii) Insulation level and di-electric tests IS 2026 (Part-III) : 1981
Distribution transformers IS 1180 : 1989
Gas operated relays IS 3637 : 1966
Power transformers fittings and accessories IS 3639 : 1966
Guide for loading of oil immersed transformers IS 6600 : 1972
(i) Current transformers Part I to III IS 2705 : 1992
(ii) Voltage transformers Part I to III IS 3156 : 1992
Outdoor type three-phase distribution IS 2099 : 1986
transformers

VI : CHEMICALS

Colours for ready mixed paints and enamels IS 5 : 1994 (Third revision)

Ready mixed paint brushing zinc chrome priming IS 104 : 1979 (IInd revision)
Enamel, synthetic exterior (a) under coating (b)
finishing IS 2932 : 2003 (Ist revision)

VII : INSULATING LIQUIDS


Specific resistance (resistivity) or electrical
insulating liquids, methods of tests IS 6103 : 1971
determination of Electric strength of insulating
oils IS 6792 : 1992
New insulation oils for transformers and
switchgears IS 335 : 1993 (2nd revision)
Insulating Mats
IS 15625 : 2006

VIII: SAFETY EQUIPMENTS


CO2 based Fire Extinguisher IS 2878 : 1976
Chemical based Fire Extinguishers IS 2171 : 1976
HCFC Blend- A Extinguishing System IS 15505 : 2004
Insulating Mats IS 15625 : 2006

OTHER RELEVANT IS STANDARDS


The following standards with latest/Revision edition till date and Indian Electricity
Rules/Fire Insurance Regulations and rules shall be applicable:

247
Western Railway

IS No. Items
IS : 1646/1997 Code of practice for fire safety of buildings (General) Electrical
installation
IS : 9537 (Part - 3)/1983 Rigid non-metallic conduits for electrical wiring.
IS : 4648/1968 Guide for electrical layout in residential buildings.
IS 4615/1968 Switch socket out lets
IS 3419/1988 PVC Conduit accessories
IS 694:1990 Cables-LT PVC insulated multi-stranded single & multi-core
IS 3854/1997 Switches
IS 1293/2005 Plugs & sockets
IS 371/1999 ceiling rose
IS 1258/2005 Pendent holder, batten holder
IS 8828/1996 MCB
IS 13947-2/1993 MCCB
IS 12640 (Pt.I) 2000 RCCB
IS 732/1989 Code of practice for electrical wiring installation
IS 3043/1987 Earthing
IS 13032:1991 AC MCB board for voltage not exceeding 1000V-specification.

IS 13779 ISI marked Electronic energy meter


clause-1 /1999

SOLAR TUBULAR SKY LIGHT SYSTEM

This is to be provided in covered sheds (CBS, Assembly shops, warehouse). sufficient


quantity to be provided so that energy requirement in these sheds for lighting during daytime
should be zero. Technical specification for solar tubular skylight system:
Size (Dia) 410 mm or above. Covers area min. 35 Sq. meter.
Equivalent to 150w light. Lumens: Min 7000
IP 67 or above. Warranty min 2 years.
Parts of solar tube:
 Light collector
 Redirects low-angle sunlight for maximum light capture.
 Provides Consists daylighting throughout the day.
 Rejects overpowering summer midday sunlight.
 Blocks UV Radiation.
 Light diffuser
 Distribute Uniform Light.
 Glare Free.
 Human Comfort.
 Dome shape wider distribution
 Reflective system
 Delivers 99.7% or above specular reflectivity for maximum sunlight
transfer.
 High continuous Reflective system.
 Provides the purest colour rendition.

Cabling.

248
Western Railway

 11KV XLPE armoured HT cable of suitable size aluminium conductor from 33KV
sub-station to all 11KV sub-stations including provision of spare cables to be provided
of adequate sizes. Cable shall be provided in proper cable trench/ GI tray/ HDPE pipes
at adequate depth with proper size lugs, clamps and cable route markers etc.
 All LT cables shall be XLPE/ PVC sheathed and armoured having aluminium
conductor and latest IS specification. Cable must be as per latest ISI specification.
Cable to be laid in proper size cable trench/ perforated GI cable tray/ HDPE/ DWC
pipes.
 HDPE pipes shall be as per IS 4984 PE 100 PN6 or latest.
 Adequate size of HT/ LT cable to be provided to achieve voltage regulations and
sustaining fault current without any damage in system.
 All HT/LT cables to be provided in a manner so that load can be switch from one
feeder to another feeders and system will remains highly reliable.

 Electrical cabling work has conformity with the Electricity act, 2003 and central
Electricity authority (Measures relating to safety and electric supply) Regulations,
2010 as amended up to date. (Ref. NBC-2016, Volume-2, Part-8, section 2, Para-5).

249
Western Railway

11KV HT sub-station.

 11KV sub-station shall be indoor type with spare transformers.


 All 11KV sub-station must have appropriate size Incoming & outgoing VCB,s
including bus coupler VCB including protective relays, control and relays panels.
 Main LT outgoing of sub-station must having indoor ACB’s for overload/ earth faults
protection with proper size protective relays in control & relay panel.
 Main LT distribution must have adequate size MCB/ MCCB/ RCBO etc. to protect
the system against failures.
 Power transformers shall be copper wound, oil immersed ONAN/ ONAF type and
shall be installed on PCC platform.
 Electrical sub-stations equipment and accessories shall has conformity with the
Electricity act, 2003 and central Electricity authority (Measures relating to safety and
electric supply) Regulations, 2010 as amended up to date. (Ref. NBC-2016, Volume-
2, Part-8, section 2, Para-5).

Water Coolers.
 150 Litre capacity water coolers with RO facility to be provided at suitable locations
in each building/ floor with 2 years AMC. Water cooler shall be energy efficient/
BEE highest star rated and as per make list.

250
Western Railway

MAKE – LIST
Approved Make of Various Electrical Items (Power/General Service)
Ref: - As per CEE/C/CCG’s letter no. EL-93/11/3/C Vol. VIII Dtd. 22/01/2018

Areva, ABB, Emco, Crompton, BHEL, Volt Amp. ,


Kirloskar, Bharat Bijlee, NGEF, Voltas, GEC, Tesla,
01 Transformer
Siemens, Western Electric, IMP , Vivekanand, RTS,
National
Cummins, Kirlosker Green, Caterpiliar, Greaves-Cotton ,
02 DG set Silent
Ashok Leyland, Mahindra, TATA, Panta Volvo.
Hitachi, LG, Samsung, Voltas, Blue star, Carrier, Fedders
03 A.C. Unit (Window/Split) lioyad, Videocon, Godrej, Onida, Toshiba. Panasonic,
Haier,'O'General, Daikin.
Crompton, Usha, GEC, Almonard, Khaitan, Bajaj, Havells,
04 All types of Fans
Orient , Anchor, Polar, Alfa, Inova, Unique.
Venus, Bajaj, Recold, Voltas, Ditz, Crompton, Usha,
05 Water Heaters/Gyser
Havells, Spherehot.
06 Water Cooler Blue Star, Voltas, Usha, Fedder Llyod.
Kirloskar, Crompton, Siemens, NGEF, KSB, Taxmo, ABB,
07 Motor & Pump sets Jhonson, Jyoti, shakti, Beacon, Calama, Amrut, Sriram,
Lubi, KDS
L&T, GE, Siemens, Indo Asian, Havells, ABB, Crompton,
Electrical Switch gear &
08 Schneider, C&S, HPL, Beicco Lawrie, Voltas, BHEL,
Relays
AREVA, Legrand, BCH, Standard, Bentec, MEI, Jyoti
GI Octagonal pole/ High Bajaj, PHILIPS, CROMPTON, BPP,UTKARSH,
09
Mast TRANSRAIL
As per CEE/WR spec. WR/CCG/Specification/P/001 (Rev-
01) - 2018 of Dt. 28-02-2018. (Ref. RDSO specification
10 LED Luminaries
nO. RDSO/PE/SPEC/PS/0123 (Rev-0)-2009 with
amendment-1.
Amar Raja, Excide, CSB, Hitachi, Okaya, Panasonic,
11 Lead Acid Battery
Luminous, Amron
Modular Switches/Fan Anchor/Roma, Cona, Leader, Crabtree, Legrand, C&S,
12 regulators/socket and HPL , Indo Asian, Havells, Standard, Bentec, Elleys,
accessories Precision
LT/HT Joints & End Raychem, Denson, M-Seal , 3M, CCI, Mahindra &
13
Termination Mahindra
Copper wire/PVC casing ISI Mark confirming to relevant IS with approval of officer
14
caping/ PVC Conduit in charge
For all other items not included specifically in above list, contractor shall supply material
as per relevant Standard as indicated in the tender with approval of Officer-in-charge.

251
Western Railway

1.4 For Mechanical works


a) General conditions for mechanical works
1. Sourcing condition The contractor shall offer machines/ equipment/ items covered under
this schedule from reputed firms, who have successfully supplied and commissioned
similar machines/ equipment/ items of capacity/ capability in past five years. Contractor
shall ensure that necessary facilities are available with Contractor/ OEM/ or his
authorized agent for providing adequate after sales service during warranty and post
warranty periods. Contractor shall provide details of service organization, which shall be
responsible for after sales service at the time of commissioning/ handing over of
machines/ equipment/ items. Contractor shall offer machines/ equipment/ items covered
under this schedule as per Technical Specifications detailed in the Bid Document.
Successful Contractor should take prior approval from the employer, regarding vendor/
OEM from whom machines/ equipment/ items is likely to be supplied, well in advance
so that scheduled time lines of commissioning of machines/ equipment/ items can be
adhered to by the Contractor. For obtaining approval of vendor/ OEM, successful
Contractor should submit requisite documentary evidence in support of above to the
employer.
2. Foundation (WHERE APPLICABLE): Contractor shall provide and construct
necessary foundation for machines as per drawings supplied by OEM using expansion
type bolts and buffer pads for vibration free operation of machine and cost of the same
(bolts, pads, rails/ square bars, fittings, angles, channels, chequered plates, etc..) shall be
included in the cost of machine. Cost of construction of civil foundation, including steel
columns for rail support etc. is included in the cost and shall not be paid separately.
3. Power supply (WHERE APPLICABLE): Machine shall be suitable for operation on
415V, 3 phase, 50 cycles AC, 3 wire or 4 wire system with neutral solidly earthed and
shall accept supply voltage variation up to +10% and frequency variation up to +3%.
However, rated power of the motor shall be available at nominal voltage. Contractor shall
provide necessary power supply arrangement from distribution panel in the shed to
machine/ equipment and the cost of necessary copper cable and cable laying is included
in the cost of machine/ equipment.
4. Power supply with voltage stabilizer and Isolation Transformer-Contractor shall
provide voltage stabilizer , isolation transformer for machines at SN 2.1.1,2.1.2, 2.1.3,
2.1.5, 2.1.6, 2.1.8, 2.1.12, 2.1.14, 2.4.1,2.6.1 as detailed hereunder:
1) In case of machine not equipped with NC, CNC and Thyristor controlled devices a
suitable servo controlled voltage stabilizer of adequate capacity to cater for entire
electrical load of machine having electrical motor load requirement exceeding 30 kW
shall be offered along with machine. Voltage stabilizer shall be from reputed sources.
Voltage stabilizer shall conform to: (i) Input voltage 320-460 V 3 phase 4 wire
unbalanced supply (ii) Output voltage 415V (iii) Regulation +1% from No load to Full
load (iv) Rate of correction 20 V per second per phase (v) Wave from distortion Nil (vi)
Efficiency not less than 97% (vii) Winding and class of insulation copper wire wound

252
Western Railway

with B class of insulation or better.


2) In case of machine equipped with NC, CNC, Thyristor controlled devices and other
sophisticated electronic gadgets including microprocessors etc.., which are susceptible to
power line spikes and surges, a suitable voltage stabilizer and ultra-isolation transformer
of adequate capacity to cover for entire electrical load of machine shall be offered
conforming to specification for voltage stabilizer as mentioned above and isolation
transformer to parameters (i) Transformer ratio 1:1 (ii) Winding copper wire wound with
B-class insulation or better (iii) Protection to arrest spikes and surges to the order of 3 kV
for 200-400 micro seconds duration (iv) Common mode noise rejection 120 dB (v)
Isolation Capacitance 005 Pf resistance greater than 1000 mega Ohm.
3) Voltage stabilizer shall be equipped with a protective relay to trip AC power supply to
machine instantaneously with audio and visual indication to operator. Settings of
protective relay for low and high voltage shall be 320 V and 460 V respectively.
5. Spares, tools & tackles and consumables
1) Commissioning spares The contractor shall supply necessary commissioning spares as
may be required during erection, start up, initial operation of machine, trial until
successful commissioning and performance guarantee/ proving tests. Cost of
commissioning spares is included in the cost of machine/ equipment.
2) Operating & maintenance spares The contractor shall supply normal perishable and non-
perishable maintenance spares along with machine for normal operation and maintenance
of machine, covering complete range of mechanical, hydraulic and electrical equipment
including controls and covering warranty period working on two shift basis (eight
working hours per shift). Cost of spares is included in the cost of machine. Contractor
shall ensure proper identification of operating and maintenance spares. Spares mentioned
in technical specification are minimum spares. Contractor should provide and include
cost of additional items/ spares as recommended by OEM over and above the spares
provided in technical specification.
3) Tools & tackles The contractor shall supply necessary tools, tackles, instruments and
appliances for erection, testing, commissioning, operation and maintenance of machine.
Cost of the same is included in the cost of machine. Contractor shall provide specification
including names of suppliers giving sufficient details to enable railways to procure at a
later date when necessary such special tools, tackles, instruments and appliances.
4) Consumables The contractor shall supply equipment and process related consumables,
including lubricants, refractories, hydraulic oils, chemicals, grinding wheels, cutting
tools, inserts, welding electrodes, usual stores, materials, shots (for shot blasting plant)
paints (for painting of wagons in paint booth etc.) and industrial gases (filled cylinders of
CO2, Argon, O2, dissolved acetylene etc. in gas manifold system) and other consumables
required for flushing/ initial fill/ fitment in machine, till successful commissioning,
proving out and taking over of machine by the employer/ railways. Cost of the same is
included in the cost of equipment. Contractor should supply adequate quantities to cover

253
Western Railway

wastage/ breakage during transportation, storage, handling, erection and commissioning


until taking over. Contractor shall also furnish optimal consumption rates of consumables
along with estimated annual requirement, ordering specification and sources of supply to
enable railways to procure these for uninterrupted operation of machine. Contractor shall
furnish such information at the time of commissioning of equipment.
6. Inspection and test certificates
1) Inspection agency The scope covers supply of all items covered under this schedule duly
inspected, tested and certified by authorized representative of the employer or any other
inspection agency nominated by the employer. Inspection charges of inspection agency
shall be borne by the employer. However, cost of testing shall be borne by Contractor.
For inspection of equipment, Contractor shall provide likely delivery and inspection
schedule of items to the employer at least 60 days in advance of actual date of inspection
for the employer to nominate the inspection agency. Contractor shall be responsible for
any delay in inspection and supply of equipment arising out of delayed submission of
inspection and delivery schedule of equipment to the employer. The employer shall have
the right of inspecting and testing equipment at any time during manufacture or before
dispatch. Contractor shall carry out such tests in appropriate manner in presence of
authorized representative of the employer or any inspection agency nominated by the
employer. Inspection, examination or testing carried out by the employer/ inspection
agency shall not relieve the Contractor from any of his obligations under this contract.
2) OEM’S Test Certificates The scope covers supply of electrical and mechanical equipment
duly tested in accordance with appropriate Indian Standard and as per technical
specification specified in this schedule at Contractor/ OEM premises. Contractor should
provide relevant test certificates to the employer. The employer may authorize the
Contractor to dispatch item in case it is not possible to carry out inspection as stated
above. In such cases, after obtaining written permission of the employer, Contractor shall
ensure that items are supplied duly inspected, tested and certified by original equipment
manufacturer (OEM) along with Contractor's/ manufacturer's test and guarantee
certificates.
3) Special tests Where special tests, in addition to agreed tests are required by the employer,
Contractor shall bear the cost of testing only if such special test proves that equipment is
not in accordance with specifications.
4) Proof load test certificate The scope covers supply of wire ropes, hooks, chains, slings,
lifting tackles etc.. along with necessary test certificates, from government recognized
test house, for having tested the item in accordance with relevant IS standards. Proof load
test as per IS Specification should be conducted, either in-house or from a recognized test
house.
5) Inspection certificate When tests have been satisfactorily completed at Contractor/ OEM's
premises, authorized representative of the employer or inspection agency nominated by
the employer shall forthwith issue a certificate to that effect. Issuance of certificate by
authorized representative of the employer or inspection agency shall not discharge the

254
Western Railway

Contractor of his liability should the equipment on further inspection/ test during or after
erection found not to comply with requirement of contract.
6) Joint check at site Contractor or his authorized representative should carry out a joint
check of machine/ equipment/ materials supplied at site along with authorized
representative of the employer after unpacking is done.
7. Installation & commissioning
1) Installation The scope covers installation, erection and commissioning of machine/
equipment/ items under supervision of adequate number of technical experts/ technical
advice from OEM (original equipment manufacturer). Contractor should ensure that
earthing of equipment is tested as per Indian Electricity Rules. Contractor should ensure
that machine has been properly erected and installed and there is no misalignment,
slackness, skewness, vibration and unusual noise in equipment.
2) Commissioning Contractor shall commission the machine within 30 days from the date
of intimation by the employer. Contractor shall carry out startup and trial operation tests
(commissioning test) on receipt of authorization from the employer. On completion of
erection of plant and equipment, tests should be by Contractor to prove that unit has been
supplied as per contract and after erection is fit for startup and commissioning. Tests shall
be performed on individual subassembly of unit wherever necessary and shall be designed
to conduct systematic check of components and functional operation thereof.
3) Trials should be carried out under no load and rated load conditions. During trial
operation, all necessary adjustments shall be made to ensure compliance with operating
characteristics for complete equipment as stipulated in technical specifications.
Contractor should demonstrate machine performance for a period of two shifts of eight
hours each at site. Railways shall associate his operating personnel as may be available
for normal operation for purpose of startup and commissioning under guidance of
Contractor/ OEM.
4) Commissioning certificate Test results should be jointly recorded by Contractor and
authorized representative of the employer/ railways. Contractor shall rectify defects
observed during commissioning. On completion of tests and liquidation of defects
observed, the employer shall issue a commissioning certificate within 7 days when the
Contractor has:
a. Submitted all documents in compliance with provisions of this contract as per
clause # (i)2.
b. Supplied all accessories/ items/ spares as per specification as per clause # (f)
above

255
Western Railway

c. Resolved to the satisfaction of the employer/ railways all objections/


observations, if any.
5) Final acceptance certificate The employer/ railways shall take over machine/ equipment/
item physically after issue of commissioning certificate. After successful commissioning
of machine at site, machine performance shall be watched by railways for a period of one
month (each working day having two shifts of 8 hours) before final acceptance certificate
is issued. Final acceptance certificate shall be issued by the employer/ railways when:
a. Contractor has rectified in a definitive manner all defects/ objections/
observations mentioned in commissioning certificate.
b. Contractor has submitted final documentation incorporating latest
modifications.
c. Contractor has met any and all other obligations under this contract.
8. Documentation The scope covers submission of necessary documentation as detailed
hereunder. Cost of documentation should be included in the cost of equipment.
1) During joint check Contractor shall submit documents detailed hereunder to the authorized
representative of the employer at the time of joint check of equipment after unpacking.
a. Original inspection/ test/ warranty/ guarantee certificates of equipment as per
clause #(g) above
b. Packing list
c. Copy of purchase order detailing specifications only.
2) During commissioning Contractor shall submit documents detailed hereunder (one soft
copy and three hard copies in English for each type of machine/ equipment) to the
authorized representative of the employer/ railways at the time of commissioning of
equipment.
a. Foundation and layout drawings of machine and accessories used in
installation and commissioning of machine (where applicable).
b. Operating instructions and maintenance manuals including electrical circuitry
and wiring, electronic control, safety features and circuitry, hydraulic,
lubrication and pneumatic systems. Manual should also cover guidelines for
trouble shooting of machine (where applicable).
c. Catalogue giving part list number of each component and assembly drawings
(where applicable).
d. Complete machine spares part details indicating part no/ ordering specification
and drawings along with list of suppliers to enable railways to procure
operating and maintenance spares post warranty period (where applicable).

256
Western Railway

e. Consumption rates of consumables along with estimated annual requirement,


ordering specification and sources of supply to enable railways to procure these
for uninterrupted operation of unit (where applicable).
f. Details of service organization (contact person, address, phone, fax, e-mail),
which shall be responsible for after sales service.
g. For CNC machines following additional documentations are to be supplied:
Operators guide and Programming guide for CNC control system; Diagnostic
and troubleshooting guide of CNC control system; Machine software listing
9. Training
1) At site The scope covers necessary training by Contractor/ OEM in operation and
maintenance of machine for railway personnel at site premises after machine has been
installed and successfully commissioned. Period of training should be adequate and cover
all aspects to make nominated staff of railways to carry out operation, schedule attention,
trouble shooting and repairs to these machines as and when required. Training should
cover preventive maintenance including electrical and electronic circuit (card/ module
replacement), hydraulics etc.. Training should be imparted in English/ Hindi. Cost of
training should be included in the cost of equipment.
2) At OEM’s premises The scope also covers training of a group of about eight officials of
railways/ employer for a period of around eight working days in design, operation and
maintenance at OEM’s premises for machines, which may be imported from abroad by
Contractor. Boarding, lodging and travel expenses of officials nominated for training will
be borne by railways/ employer. Contractor shall bear cost of imparting training including
training materials and will provide local transport. While the training program will be
drawn in advance through mutual consultations, Contractor will have no financial liability
if no nomination is made for such training or nominated officials are not able to proceed
for training.
10. Warranty/ Guarantee
1) Duration The scope covers warranty/ guarantee of performance of machine/ equipment/
items against faulty/ inadequate design, construction and workmanship, manufacturing
and material defect by Contractor detailed hereunder. Warranty shall expire as mentioned
aforesaid, except in respect of complaints, defects and/ or claims notified to Contractor
before expiry of warranty period. During warranty period Contractor shall be liable to
replace any parts that may fail or show signs of defects under conditions as per contract
and under proper use and arising from faulty designs, materials, workmanship, or erection
or from any act of omission of Contractor.

Item No Warranty period as number of months


after date of successful commissioning of
machine/ equipment
Machine groups at SN 2.1,2.2, 24 months
2.4, 2.6 and 2.7
SN 2.3 and 2.5 12 months

257
Western Railway

2) Replacements

2.1 All such replacements of defective parts mentioned above shall be made free of
cost at site by Contractor and return of defective parts to Contractor’s premises
shall be the Contractor’s responsibility and shall be made at his expense. The
employer/ railways shall, however, render such assistance in this matter as shall
expedite the same.
2.2 Replacement made on parts which become defective due to negligence/
omission or commission of railway will be paid only for cost of part /spare
being replaced at rates mentioned in price list of OEM/ authorized
representative, however, services shall be free, i.e., no service charges like
cost towards manpower, transport, stay etc.. will bepaid.
2.3 Items replaced during warranty period shall have warranty coverage for
fresh 12/ 24 months as applicable for machine concerned.
2.4 If an assembly/ sub-assembly are required to be taken back to OEM’s
premises for repairs/ replacement either before commissioning or during
warranty, Contractor should submit an indemnity bond. In case entire
machine has to be taken back, a bank guarantee should be submitted.
Indemnity bond/ bank guarantee should be of adequate value to cover cost
of assembly/ sub-assembly/ paid up cost of machine.
2.5 All replacement and repairs that the employer/ railways shall call upon the
Contractor to deliver or perform under this warranty shall be delivered and
performed by Contractor immediately. The total period taken for attention
shall be counted for extension towarranty period.
11. General design

1) General characteristics Machines, equipment, plant, tools & instruments covered in this
Schedule should be designed for high reliability and ease of maintenance. Equipment
should be compact, dependable and reliable in operation and should fully meet functional
requirement under severe conditions. Machine should be capable of operating in severe
workshop conditions of temperatures 0 - 50 °C and for relative humidity of up to 98%
and dusty atmosphere. Machine shall be robust, rigid and sturdy construction. Machine
shall be vibration free even when working at full capacity. Change in ambient temperature
should not affect performance of machine. Machine performance should not change either
on switching on machine or after continuous running. Machine should not have resonant
vibrations throughout working range of machine at all load levels. Machine castings shall
be made of close-grained high-grade cast iron like MEEHANITE or equivalent materials
meeting IS210 standards to ensure durability and rigidity. Casting shall be stress relieved
to ensure stability and continued accuracy. Machine fabrications of critical load bearing
assemblies like beds, columns etc. should be adequately strengthened and stress relieved.

258
Western Railway

2) Machine maintainability Machine should be designed to ensure minimum possible


maintenance and to give trouble free service. Assemblies/ parts of machine should
be easily accessible for maintenance. Machine should not require major disassembly for
checking and replacement of a particular part, especially for parts requiring periodical
check-up and replacement. Manufacturer must provide means of access, e.g., stairs,
ladders, cat walks etc. to allow access to all areas used for production, adjustments and
maintenance operations. Original built in accuracy of machine should be maintained
conveniently and economically by suitable adjustments for taking up wear on slides,
bearings and load screws.

3) Lighting Integral lighting suitable for operations in night and where lack of light is likely
to cause a risk despite availability of ambient lighting in daytime, should be provided.
Manufacturer must ensure that there is no area of shadow, which is likely to cause
nuisance; that there is no irritating dazzle and that there are no dangerous stroboscopic
effects due to lighting provided by manufacturer. Internal parts and areas requiring
frequent inspection, adjustment and maintenance should be provided with appropriate
lighting. Machine lighting should be low voltage to prevent any hazard to operator.

4) Operational controls All controls should be governed by push button/ touch controls
for all possible operations and should be conveniently located on fixed panel of
equipment. Basic rules for direction of operation of controls and corresponding direction
of movements of machine tools shall be as per IS 2987-1985. Control devices should be
clearly visible and identifiable, ergonomically positioned for safe operation without
hesitating or loss of time, and without ambiguity. CNC controls (where applicable) shall
meet the general requirements of CNC controls.

5) Coolant system (WHERE APPLICABLE): Suitable coolant system with pump, motor,
tank, filter etc. shall be provided. Coolant pump shall be as per IS 2161-1962. Filter shall
be reusable/ cartridge type and indigenously available. Supply of coolant shall be in ample
volume. Provision to re- circulate coolant shall be available. A chip and coolant tray shall
be provided. Volume ofcoolant flow shall be adjustable. An enclosure shall be provided
to prevent coolant from splashing outside machining zone.

6) Lubrication system (WHERE APPLICABLE): Machine shall be provided with an


automatic lubricating system for ensuring delivery of adequate quantity of lubricant to
areas requiring continuous lubrication. Suitable arrangements must be provided for
indication of failure of lubricating system. System shall be provided with interlock to
prevent machine operating/ starting in case of lubrication system failure. Reusable/
cartridge type filter capable of filtering chips, dust particles etc. shall be provided.
Indicators for showing clogged condition of filters shall be available. Lubrication and
filter cleaning chart shall be provided at conspicuous location on machine indicating (a)
Specific location of points on machine to be oiled lubricated/ greased (b) Periodicity of
lubrication of these points (c) Filter to be cleaned (d) Periodicity of cleaning filters (e)
Periodicity of replenishing lubricating oil for centralized system (f) Any other similar
relevant information. Points where manual lubrication is needed shall be separately

259
Western Railway

indicated with frequency of lubrication.

7) Pneumatic system (WHERE APPLICABLE): Suitable filter/ moisture trap shall be


provided in system of pneumatic air intake. Filter shall be reusable/ cartridge type. Air
pressure regulator, if necessary, shall be provided.Pneumatic control equipment shall be
of reputed make.

8) Hydraulic system (WHERE APPLICABLE): Hydraulic circuit must be equipped with


following safety and inspection equipment: pressure gauges where pressure has to be set
up or inspected; safety valves for hydraulic circuit if relief valve does not fulfill this
function; equipment for checking of temperature in circuit/ pump wherever necessary;
arrangement to show if filters (including those in pump set) are choked and need cleaning
(filters shall be of reusable/ cartridge type); Alarm for low oil level; Sump aggregate shall
have following: oil level sight gauges or any other equipment showing minimum and
maximum oil levels in sump; drain plug at lowest portion of tank and it shall be possible
to drain oil from tank without disconnecting any pipes or other fittings. Temperature of
oil in hydraulic circuits shall not exceed 60 0C in any case. Suitable arrangement should
be incorporated to ensure that oil is not overheated under local weather conditions at
continuous normal working of machine. Facilities for bleeding of air in case of air lock
should be provided. Hydraulic reservoir, pump and allied equipment should be suitably
segregated from machine in order to remove major source of heat. Hydraulic oils used on
machine shall be available in India. Hydraulic system elements shall be from reputed
manufacturers.

9) Safety controls Machine shall incorporate safety devices to provide protection to operator
and machine against all possible operational and machinery failures. Suitable interlock
shall be provided to prevent machine operations in case of faulty sequence of operation,
fluctuation in supply voltage, resumption of power supply after power failure, non-
positioning of safety guards, failure of hydraulic system (where applicable), failure of
lubricating system (in case of automatic including drop in pressure lubrication). A fault
or damage in control circuit or interruption re- establishment after an interruption of
fluctuation in whatever manner in power supply to machine must not lead to dangerous
situations in particular. Machine should not start without command. Machine should not
be prevented to stop if command has already been given. No moving part of machinery
or piece held by machinery shall fall or be ejected. Protection devices must remain
effective. Machine shall be fitted with an emergency stop device to enable actual or
impending danger to be averted. This device must be conveniently located, clearly
identifiable and stop machine as quickly as possible without causing additional hazards.
Emergency stop must remain engaged. It should be possible to disengage it only by
appropriate operation. Disengaging control must not restart machinery but only permit
restarting. Safety features shall also include safety device against overload for mechanical
and electric items to extent possible and safety stops against over-running of slides. Guard
and protection devices shall protect exposed persons against risks related to moving
transmission parts (such as pulleys, belts, gears, rack and pinion, shafts etc.) and moving

260
Western Railway

parts directly involved in process to extent possible and shall meet requirements of robust
construction, not give rise to additional risk, not easy to by-pass or render non-
operational, located at adequate distance from danger zone, minimum obstruction to
the view of production process, rigidly connected and not prone to rattling and
enable essential work to be carriedout without guard or protection device having to
be dismantled

10)Painting Steel surfaces should be thoroughly cleaned by disc grinding/ sanding/


shot blasting/ sand blasting and painted (except mating surfaces) with two coats of
red oxide, zinc chromate primer IS-2074. Painted surface of bought out items should
not be disturbed. Welded joints should be cleared from slag and spatters before
painting. Fixed machine/ equipment/ support structures should be painted with
two coats of synthetic enamel paint/ powder coated in apple green colour shade
#281 IS5-1978. Total dry film thickness on steel surfaces including primer should
be about 50 microns. Moving machine/ equipment like crane, traverser, turn table,
forklift, trolley etc. should be painted with two coats of synthetic enamel paint/
powder coated in colour shade RAL 2005, handrails in RAL 3026 and electric panels
in RAL 7035. Total dry film thickness on steel surfaces including primer should be
about 50 microns.

11) Standards Equipment and materials shall comply with appropriate Indian Standards
(latest). The following standards shall be applicable in particular:
1) IS325-1979 (latest)- Three phase induction motors (corresponding to IEC Pub-34-1)
(Latest)
2) IS1248 (latest)- Direct acting indicating analogue electrical measuring instruments and
their accessories (corresponding to IEC Pub-51) (Latest)
3) IS1231-1974 (latest)- Dimensions for three phase induction motors (corresponding to
IECPub 72-1) (Latest)
4) IS1271-1985 (latest)- Classification of insulation material for electrical machinery and
apparatus in relation to their thermal stability in service (corresponding to IEC-Pub-85)
(Latest)
5) IS6875 (latest)- Push buttons and related control switches (corresponding to IEC Pub/73)
(Latest)
6) IS375-1963 (latest)- Marking and arrangement of switch gear, bus-bars, main
connections and auxiliary wiring
7) IS996-1979 (latest)- Single phase small AC and universal electrical motors
8) IS1356 (latest)- Electrical equipment of machine tools
9) IS2516 (latest)- Circuit breakers (corresponding to IEC Pub-56) (Latest)
10) IS7752-1975 (Pt-I)- Guide for the improvement of power factor in consumer’s installation

261
Western Railway

12. Electrical equipment shall comply with requirements of Indian Electricity Act and Rules.
All instruments shall be of industrial grade A (IS 1248) switch board type. Range of
instrument shall be such that maximum load expected in circuit shall produce a deflection
60% to 80% of full scale. For main motor, F-class insulation shall be provided. Motors
shall be designed to withstand frequent starts, stops, and reversals as demanded in operation
of machine. Two earthing terminals shall be provided on all electric motors including
control gear. Control equipment shall be mounted in separate drip proof enclosures.
Control enclosures and compartments are designed to give adequate protection against
ingress of dust, oil, coolant or chips and rodent bite. Control devices like contractors etc.
shall be front mounted on a rigidly fabricated metal panel for ease of operation. All other
electrics shall be so installed that they are readily accessible when doors and covers are
opened. Hinged covers shall be interlocked with machine tool control to prevent
operation of machine when cover is open. Motor shall be energyefficient TEFC type
(totally enclosed with or without fan-cooled frame). Screen protected drip proof type motor
if used shall be mounted inside protective enclosures. Control gear for AC/ DC motors
should incorporate following protection devices:
1) No voltage protection: No voltage protection shall be provided so that machine shall not
start up again by itself when, following an interruption supply is restored. This is achieved
by incorporating contactor in control circuit, which goes off when supply interruption
occurs. This contactor can be made ON only by pressing push button.
2) Short circuit protection: To protect against short circuits due to insulation failure or faulty
connection HRC type fuses shall be provided for each motor. Rating of fuse shall be such
as to take care of over current due to motor starting.
3) Over load protection: To prevent motors from overloading, overload protection shall be
provided separately for each motor. Three phase motors shall be protected by overload
tripping devices on each phase. For achieving above function, integrated motor protection
relay with suitable contactor can be used.
4) Single phasing protection: A separate current sensitive delayed action single phasing
preventer shall be provided for each motor separately. Overload protection shall not be
treated as single phasing preventer.
13. Deviation The Contractor shall ensure that the equipment offered under this schedule fully
meets the broad technical specification detailed in the bid document. Technical
specification comprises various design features and functional requirements of the
machine including accessories and maintenance spares required for trouble free operation
during warranty period. No deviation from the broad specification is permitted.

262
Western Railway

14. Annual maintenance contract (AMC) The Contractor shall submit an offer from OEM or
its authorized agent for comprehensive Annual Maintenance Contract as given hereunder
for a period of five years (post warranty period) for the machinery and plant indicated
in Bill No 13A. The OEM or its authorized agent must confirm willingness to offerAMC
services at the premises of the railway (at site) without any preconditions. The AMC
contract shall be inclusive of all spares, materials, labour and consumables except diesel,
fuel, lubricating oil and coolant. The duties and taxes as applicable shall be indicated
separately. AMC agreement for each machinery and plant will be signed between the
railways and the OEM or its authorized agent. However, decision for entering AMC
contract or not at the end of warranty period shall be at the sole discretion of Railway. The
OEM/ authorized agent must confirm to supply spares of the machine forthe entire life
of the machine as and when railway wants to purchase the spares even if railway decides
not to enter into AMC with OEM /authorized agent after the warranty period or decides to
maintain machine itself after 5/ few years of AMC with the firm. The Contractor shall
produce an undertaking from the firm agreeing to above conditions before supply of the
machine. The detailedterms and conditions of AMC shall be as given hereunder.
1) The duration of AMC shall be for a period of five years from the date of expiry of
warranty. Rates for AMC shall be quoted on yearly basis which will remain applicable
during the duration of AMC and not subject to any variation except any statutory changes
in taxes and duties as compared to offered rates. Railway reserves the right to negotiate
the rates of AMC quoted by OEM based on similar LAR of Railways for similar machines.
2) The railway must communicate their option to enter AMC according to these terms and
conditions at least 30 days prior to expiry of warranty. The AMC agreement must be
signed within 6 months from the date of expiry of warranty. In case the AMC agreement
is not finalized within 6 months from the date of expiry of warranty, the OEM or its
authorized agent may charge one-time initial inspection charges of up to 20% of quarterly
AMC charges in addition to the rates quoted for AMC.
3) In case, a diesel engine is used as the prime mover for machine under AMC, the OEM or
its authorized agent may carry out an initial inspection of the engine prior to
commencement of AMC. Repair of any defects noticed during the inspection will be a
responsibility of the consignee. The details of preventive maintenance services to be
provided under AMC shall be provided by the OEM in the following format.
SN Type of Periodicity Items Items of Expecte
preventive tobe replaceme dplant
schedule checked ntt down time

263
Western Railway

4) Preventive maintenance schedules shall be carried out as per standard maintenance


practices for the machine. Preventive maintenance shall be conducted on weekends through
mutual agreement with the consignee. The preventive maintenance regime offered must be
aimed at achieving minimum 90% uptime of the plant excluding the plant down time for
preventive maintenance schedules.
5) The OEM or its authorized agent shall ensure that in case a failure is reported by railway
qualified service employers shall visit the site within 3 days from the date of complaint on
calendar days’ basis. This period of 3 days after the failure report shall be treated as grace
period, which will not count towards plant down time for up to one failure per quarter and
a maximum of 4 failures per annum. In case the number of failures exceed one during any
quarter or four during any year of AMC, grace period of only 2 days will be permissible
for such additional failures. Complaints shall be lodged by the railways by fax, e-mail or
per bearer at address given by the OEM or its authorized agent. The responsibility to keep
the failure reporting address details current will rest with the OEM or its authorized agent.
6) In case preventive maintenance is carried out along with breakdown maintenance
schedule, preventive maintenance time will be deducted from breakdown time of the plant.
7) Penalty Clause: Penalty shall be levied on the OEM or its authorized agent for maintaining
plant up time below the limit of 90% calculated on working days’ basis, after discounting
for grace period and preventive maintenance period. Penalty shall be calculated as %age
of quarterly payment and will be deducted from the respective quarterly payments. Penalty
calculation will be done over quarterly payment period.
SN Availability Applicable penalty
slab
1 90% to 80% 0.5% for every 1% (or part thereof) reduction in availability of
plant below 90%
2 Below 80% 1% for every 1% (or part thereof) reduction in availability of
plantbelow 80%

264
Western Railway

8) A Bank Guarantee equal to annual value of AMC will be submitted by the OEM or its
authorized agent at the commencement of AMC, which will be returned on completion of
AMC period. In case the OEM or its authorized agent fails to provide AMC services
successfully, the AMC BG will be forfeited. This will be in addition to penalty as per clause
above.
9) Plant up time of less than 60% for two consecutive quarters will constitute complete failure
of the OEM or its authorized agent to provide the AMC services successfully, the AMC
BG will be forfeited. This will be in addition to penalty clause above for the period of actual
performance.
10) Spares provided by the Contractor will be kept by the railways, which may be used by the
OEM or its authorized agent for performing repair & maintenance under warranty/ AMC.
However, all spares/ items borrowed by the OEM or its authorized agent for warranty/
AMC shall be returned conveniently but not later than the last date of warranty period/
end of next quarterly period of AMC respectively. Cost of outstanding spares may be
deducted from pending bills/ Bank Guarantee by the railways. (a) In all cases of plant
failure except as mentioned in clause (b), any other spare part or material necessary to
restore the plant to proper working order will be arranged by the OEM or its authorized
agent as a part of AMC. (b) In case of damage to the machine on account of any external
factor, viz., floods, earthquake, fire, arson or sabotage, entire cost of spare parts and
material necessary for repair of the plant shall be borne by the railways. However, the OEM
or its authorized agent shall provide services of their employers free of cost as a partof
AMC to restore the plant to working order. (c) In case of damage to the plant as mentioned
in clause (b), any spare parts and material necessary to restore the plant to proper working
order shall be arranged by the OEM or its authorized agent and chargedon actual basis
duly certified by authorized railway official in the next quarterly bills. The rates charged
for such spare parts shall be based upon the current OEM’s published spare part rate list or
current DGS&D rate list for spare parts of the OEM or spare part rates accepted by railways
in their latest AT for a similar machine. The OEM or its authorized agent shall furnish one
of these documents to support the rates charged for spares used for repair under clause (b).
11) Normally quarterly payment under AMC will be made to the OEM or its authorized agent
within 30 days from the end of that quarter subject to submission of the following
documents by the OEM or its authorized agent to the paying authority assigned by the
railways:
1) Railway’s certificate for work done as per Proforma-A given below with
calculation of downtime and penalty applicable.
2) A certificate by railways that no spare part is due with the OEM or its authorized
agent as per clause above.
3) Bills submitted by the OEM or its authorized agent & accepted by railways.
4) Attested photocopy of the AMC BG.

12) The contract shall be determined in following ways:


1) Notice in writing by either party, giving 3 months’ clear notice period. Dues,
ifany, will be settled in accordance with the conditions of this agreement.

265
Western Railway

2) Railways may terminate the contract in the event of failure of OEM or its
authorizedagent to provide AMC services in terms of above clauses of the AMC
Agreement.
13) Proforma-A: Railways Certificate for Quarterly Work Done Under AMC

1. Name of machinery & plant:


2. Railway’s consignee
3. Name of the OEM or its authorized agent:
4. Quarterly charges for AMC (Standard): INR as per AMC Agreement No. dated
5. Quarter for which bills are preferred: from to
6. No. of Breakdown during the quarter:
7. Calculation of Penalty and Net AMC charges payable to the Contractor for the quarter:
i. Total Plant Down Time (in days):
ii. Standard down days for preventive maintenance (in days/quarter):
iii. Total grace period for breakdown:
iv. Net down time for the plant [= (i)-{(ii)+(iii)}]:
v. 100% Availability for the quarter (in days):
vi. Actual availability [= (v)-(iv)] :
Actual availability in %age [= {(vi) / (v)}x 100]:
vii. Calculation of penalty:
a) %age availability below 90% to 80%:
b) %age availability below 80%:
c) Penalty = [{(vii a) x 0.005 + (vii b) x 0.01}]: x AMC Charge (d)
viii. Net amount payable as AMC charges to [=(d) - (vii c)]
It is certified that all spares borrowed by the OEM or its authorized agent for the previous
quarter have been returned in good condition.

(a) Specifications for Machinery and plant

1.1 Technical specification of wheel press machine cap-500 ton (Qty-01 No.)
A) Description
A Hydraulic Wheel Press cap.- 500 T(for BG) as per specification no. COFMOW/IR/M-
HWP/2019 (with AMC) for doing mounting and dismounting operations of wheel
set/wheel disc & axle related work.

The machine should have following configuration:


● Mounting of wheel centers, wheel discs, brake disc, gear units and collars of diesel
& electric locomotives, diesel and electric multiple units, coaches and wagons
with both sides without reversing the axle.
● Dismounting wheel discs, brake disc, gear units, suspension tubes and collars of
wheel sets.
● Controlling the ram stroke within + 0.1mm (or better) to interrupt the mounting
process.
● Achieving a positioning accuracy of + 0.2 mm with respect to the centre of the
axle, for each component to be mounted on the axle. Thus, the total tolerance on
wheel gauge (measured as the distance between inner faces of wheel flanges) after
pressing of wheel discs should not be more than 0.8 mm.

266
Western Railway

● Stopping immediately the mounting operation when the pre-set position for a
component is reached.
● Finding the axle center and displaying the distance of wheel disc with respect to
the center of the axle.
● Developing actual pressing force at ram face at least SOOT and ram stroke of at
least 600 mm.
● Working in normal Indian Railway workshop environment with ambient
temperature up to 48° C and relative humidity up to 98%.
● The maximum noise should not exceed 85 dB when measured at a distance of
1 meter from the machine in the free field conditions as per IS: 4758-1968 and
ISO test code 230 part-5.

B) Leading Parameters

Major Parameters
1.1 Ram force 500 Ton
(minimum)
1.2 Piston stroke 600 mm
(minimum)
1.3 Ram speed
1.3.1 Approach 30mm/sec
(minimum)
1.3.2 Return 40mm/sec
(minimum)
1.3.3 Mounting (infinitely variable) 0 to 3 mm/sec
1.4 Job Parameters
1.4.1 Wheel tread diameter 300 to 1250
mm
1.4.2 Axle length 1500 to 3000
mm
Other Parameters
2.1 Handling system speeds (approx.)
2.1.1 Hoisting speed
2.1.1.1 Coarse 5
meter/minute
2.1.1.2 Fine 0.5
meter/minute
2.2 Cross traverse speed
2.2.1 Coarse 15
meter/minute
2.2.2 Fine 1.5
meter/minute
2.3 Handling system
2.3.1 Left & right hoists 1500 Kg each
(minimum)
2.3.2 Central hoist 5000 kg each
(minimum)
2.4 Power supply 415 V +10%-
20%,50

267
Western Railway

Hz±3%

C) Performance Standards
The machine should conform to following standards in addition to the accuracy
desired in this specification.
● The machine should conform to IS: 4758-1968 and ISO test code 230 part-5 for
maximum noise , 85 dB, when measured at a distance of 1 meter from the machine
in the free field conditions.
● Cold bent, solid drawn, seamless steel tubes should conform to DIN 2391/C, used
in the hydraulic circuit.
● The crane girders should conform to IS-807 and crane design should generally
conform to IS-3177 or equivalent international standards

D) Scope Of Supply

The scope of supply should include design, manufacturing, supply, installation,


testing, commissioning and proving of machine on turnkey basis. It includes all the
concomitant accessories/ equipment’s as detailed in the specification and other
concomitant accessories/ equipment, which the manufacturer considers essential to
make the machine fully operational, when installed and commissioned. It should also
include installation and commissioning of related equipment, training of personnel
in operation and maintenance of machine and supply of technical documentation.

E) Concomitant Accessories
The machine should be accompanied with the following concomitant accessories.
The cost of each of the listed concomitant accessory should be quoted separately.

1 First fill of hydraulic fluid and lubricants


Quantity of each item should be indicated in the bid. First fill

2 Electrical cables to connect machine terminal box 10


and control console. meter

3 Maintenance tools one set

4 Tooling’s/fixtures for mounting and dismounting of one set


each type of wheel centers and wheel discs as per
drawing No. given in the Annexure F
5 Computer based system for recording ram force one set

6 Handling system one set

7 60 degree and 90 degree retractable hydraulic one set


centers (as spare in addition to those fitted on the each
machine)
8 An independent motorized/pneumatic operated high one set
pressure oil pump with pressure gauge, safety
valves, oil tank and other requisite accessories for
injecting oil in the wheel bore through the oil nipple
during pressing off operations. The pump should be

268
Western Railway

capable of generating pressure up to 3000 Kg

9 Servo controlled voltage stabilizer suitable for the 01 No.


plant as per
specifications
10 Ultra isolation transformer suitable for the plant as 01 No.
per specifications
11 Any other accessory considered essential for the operation of the
plant to meet the purpose and capability

F) Optional Accessories.

1 An independent manual operated high pressure oil pump with


pressure gauge, safety valves, oil tank and other requisite
accessories for injecting oil in the wheel bore through the oil
nipple during pressing off operations. The pump should be capable
of generating pressure up to 3000 Kg./cm2.- 1 no.
2 Any other accessory which can improve accuracy and reliability
of the machine may be quoted separately as optional accessories
clearly bringing out its advantages. Its price should not be
included in the basic price of the machine for purpose of
commercial evaluation.

Note :-
1. Any other accessory which can improve the productivity, performance,
reliability, efficiency, or enhance the capability of the machine as a whole or
part thereof, should be quoted as optional accessory.
2. The machine should be equipped with all tooling’s & accessories related to
press in and press out operations of all components of loco wheels, wagon
wheels, coach wheels, tower wagon wheels & MEMU/DEMU wheels.
3. All safety features should be incorporated in machine as per factory act.
4. GA drawing must be approved by Dahod workshop/Project agency before
supply of machine
5. The machine should be capable of press in and Press out operations of all
components of loco wheels, wagon wheels, coach wheels, tower wagon wheels
& MEMU/DEMU wheels
6. Analogue and digital pressure gauges both are required on machine for cross
verification of hydraulic pressure.
1.2 Technical specification of CNC surface wheel lathe (Qty-01 No.)
A) Description:
Broad Gauge CNC Surface Wheel Lathe as per Specification No.COFMOW/CNC
SWL/BG/2021 (with AMC) Rev.
The machine should have following capability:
● Re-profiling of wheel sets as per drawings mentioned in Annexures — F, having
work hardened spots of up to 450 BHN. The tensile strength of the wheel material
under normal conditions may be up to 125 Kg/mm2.
● Simultaneous machining of both the wheels within the specified accuracy below.

269
Western Railway

● Machining inner and outer faces of wheels.


● Undertaking cuts of depth up to 8mm, i.e. a reduction of 16mm on the diameter,
without undue vibrations. It should be free from chattering and vibrations while
one or both wheels of a wheel set are being re-profiled.
● For wheel sets which do not permit loading by machine jack or in the event of
jack being out of order, it should be possible to load the wheel sets using shop
overhead crane.
● The machine should meet the requirements specified in clause 2.2 below of these
specifications.
● The offered system should be capable of handling wheel sets, which are likely to
have a fair amount of dust, grease, grime, etc. on them.
B) Leading parameters
Major Parameters
Sr No. Parameter Values
1 Track gauge 1676 mm
2 Capacity of lifting mechanism 3000 kg (min.)
3 Cutting speed (continuously variable) 25-80 m/min
4 Feed rate (continuously variable) 0.1-4.0 mm/rev
5 Rapid traverse of tool slide 4000 mm/min
6 Accuracy
6a Difference in tread diameter of two Less than or equal to 0.3
wheels mm on the same axle.
6b Inaccuracies in machined machining Less than or equal to
0.2mm when checked
with a standard profile
gauge
6c Surface finish after machining 20 microns Ra or better
6d Run out on tread diameter should not 0.2 mm
exceed
7 Job parameters
7a Wheel diameter 700 mm-1250mm
7b Axle length 1850mm-2750mm
7c Tyre/Wheel width 125-145 mm
8 Method of wheel set clamping and driving 4 jaw axial clamping
grippers
Other parameters
1 Power supply 415 V +10%-20%,50
Hz±3%

C) Performance Standards
● The machine should confirm to IS: 210 for Grey iron castings, IS: 1030 for Carbon
steel castings, IS: 2062 or equivalent International standards for machine frame
and other associated structure such as table.
D) Scope of Supply:
The scope of supply should include design, manufacture, supply, installation, testing,
commissioning and proving of machine on turnkey basis. It includes all the
concomitant accessories/ equipment’s as detailed in the specification and other
concomitant accessories/ equipment, which the manufacturer considers essential
to make the machine fully operational, when installed and commissioned. It
should also include installation and commissioning of related equipment, training of

270
Western Railway

personnel in operation and maintenance of machine and supply of technical


documentation.

E) CONCOMITANT ACCESSORIES
A The machine should be accompanied with the
following concomitant accessories
1 Tool holders and tool inserts to cover all operations 05 nos. Of
tool holders
and 100 nos.
of tool inserts
of each type.
2 Checking gauges for all wheel profiles mentioned in One set
the drawings as per Annexures-F
3 Maintenance tools One set
4 60 degree and 90 degree centers of barrels Two nos.
Each
5 Electrical cables for connecting control cabinet to 10m
machine terminal box
6 Automatic conveyor chip disposal system One set
7 Electrostatic oil filtration equipment One no.
8 Wheel set handling system One set
Track length and foundation=10mtrs
9 Automatic turn table One no.
10 Compatible voltage stabilizer One no.
11 Compatible ultra-isolation transformer One no.
12 Brake disc machining arrangement for LHB wheels One set
13 Chip crusher One no.
14 Linkage of track As required
15 Any other accessory/equipment which the manufacturer considers
essential to make the machine to make fully operational when
installed and commissioned connected to power source and give
the specified output/productivity

Note :-
1. Any other accessory which can improve the productivity, performance,
reliability, efficiency, or enhance the capability of the machine as a whole or
part thereof, should be quoted as optional accessory.
2. All safety features should be incorporated in machine as per factory act.
3. GA drawing must be approved by Dahod workshop before supply of machine
4. The machine should be capable of wheel set profiling operations of all type of
loco wheel set, wagon wheel set, coach wheel set, tower wagon wheel set &
MEMU/DEMU wheel set.

271
Western Railway

Sr. No. Drawing No. Component Re-mark Marked


Name Operation To
be carried
Out
1. Disc Drawing No. 1209-01- Wheel for WAG- Wheel set As per
111-003. Alt 4,Axle Drawing 9 and WAP-7 assembly be drawing/Profile
No. 1209-01-011-002 loaded on the Turning
machine. Profile is
thick profile Drg
No. CSL-3040 Alt
2
2. (Complete Wheels) Wheel for WAG- Profile is thick As per
IA-011-00134 5 profile Drg No. drawing/Profile
Disc Dr No.1210-01-111-003 CSL-3040 Alt 2 Turning
Alt4
Axle Drawing No. ABB
Dr.1210-01-011-002
3. WAP/WA/W-1 Box; N’ Wheel Profile 20 to 29 As per
mm drawing/Profile
Turning
4. CONTR-9404-5/13 BLC wheel Profile 20 to 29 As per
mm drawing/Profile
Turning
5. EMU/M-0-1-027 Memu motor Profile 29 mm As per
coach wheel drawing/Profile
Turning
6. EMU-0-2-006 Memu Trailer Profile 25 to 29 As per
coach wheel mm drawing/Profile
Turning
7. WAP/SK/MA-324 Demu Trailer Profile 25 to 29 As per
coach wheel mm drawing/Profile
Turning
8. Disc Drawing D/WL5038 WAP-4 Wheel Profile is thick As per
AXLE DRAWING profile Drg No. drawing/Profile
03/02/11/47 CSL-3040 Alt 2 Turning
9. Wheel and Axle complete Tower wagon Profile is thick As per
powered FIGURE-14901- profile Drg No. drawing/Profile
81003 CSL-3040 Alt 2 Turning
10. EMD Drawing No-40077314 Wheel for WDG- Wear adopted As per
wheel 4WDG-5 & profile drawing/Profile
Drawing No.-40076350 WDP-4 Turning
11. Disc Drawing D/WL5038 WAG-7 Wheel Profile is wear As per
Axle Drawing 06/02/11/3 adopted profile as drawing/Profile
Assy. Drawing 03/02/11/47 per drawing no. 54 Turning
DL-2561 Alt 8
12. Disc Drawing D/WL5038 WAG-5 Wheel Profile is wear As per
WR/CCG/EL/2-WL-009 adopted profile as drawing/Profile
per drawing no. 54 Turning
DL-2561 Alt 8

272
Western Railway

1.3 Technical specification of CNC Axle turning Lathe (Qty-01 No.)


Description :-
CNC Axle Turning Lathe as per COFMOW Specification No. COFMOW/IR/CNC
ATL/Ra-0.8/2017 for finish of turning Railway Axles described .

● The machine should have following configuration :-


● The machine bed should have slant bed of a robust design.
● Head stock should be torsion ally rigid and of thermally symmetric design. It should
be provided with ribbing for better heat dissipation. The spindle should be short and
rigid.
● The machine should be equipped with self-centering hydraulic chuck for work
pieces.
● The machine should be provided with a heavy duty programmable tail stock.
● The machine should be equipped with AC servo motors to precisely drive the slides.
The feed drive should be through precision, recirculating ball screws.
● The machine should consist of measuring system for the slide displacement,
hydraulic system, coolant & lubricating oil system CNC system, carriage, turret &
tooling system, swarf removal system and steady rest etc.
B) Leading Parameters :
A) Major Parameters

Sr. No. Description Remarks

1. Turning Diameter 400 mm (minimum)

2. Swing over carriers 600 mm (minimum)

3. Turning Length (between centers) 3000 mm (minimum)

4. Positional accuracy (as per VDI/DGQ-3441):

4.1 X-Axis 0.008 mm/100mm

4.2 Z-Axis 0.012 mm/100mm

5. Repeatability (as per VDI/DGQ-3441):

5.1 X-Axis 0.002 mm

5.2 Z-Axis 0.003 mm

6. Accuracy on test piece:

6.1 Cylindricality 0.025 mm/300mm


length

6.2 Ovality 0.005mm

273
Western Railway

6.3 Surface finish

6.3.1 Turning (minimum) 0.8 micron Ra (N6)

6.3.2 Burnishing 0.2 micron Ra (N6)

7. Other test/inspection parameters :

7.1 Runout on the spindle 0.005 mm

7.2 Straightness of Z-Axis ± 0.008 mm w.r.t


spindle axis

7.3 Parallelism of spindle axis to turret movement ± 0.006 mm

B) Other Parameters

8. Tail stock Programmable

9. Tail stock sleeve dia 160 mm

10. Tail stock spindle taper MT6

11 Tool turret Twin Turret Type

11.1. Turret indexing position 12 Position

11.2 Turning tool shank size 32mm x 32mm

12. Spindle speeds 30-2500 RPM


(infinitely variable
below 30 RPM)

13. Feed Drive range 1-8000 mm per min

14. Rapid Traverse rate (minimum) :

14.1. X-Axis 10000 mm/min

14.2 Z-Axis 10000 mm/min

15. Chip Conveyor Programmable &


manual operation

16. Steady test High precision


Roller type
hydraulically
operated self
centering steady rest
clamping range

274
Western Railway

between 100-300
mm with controlled
lubrications and
programmable as
well as manual
positioning and arm
control.

C) Performance standards :
1) Axle turning lathes should be capable of finish turning of Railway axles forged from
material having tensile strength up to 70kg/mm 2 . It should be capable of achieving
surface finish and machining accuracies as indicated in leading parameters over many
years of intensive service. Axle lengths and diameters should be as per drawings given
in Annexure-F.

2) The machine should be capable of working in a non-air conditioned normal workshop


environment with an ambient temperature from 0°C to 50°C and relative humidity up
to 98%.

3) The firm is also required to provide CNC Part Program for machining the Axles as
required by consignee for the axle drawings listed in Annexure-F during
commissioning.
4) Machine should be capable of machining ferrous, involving turning, external taper,
radius, profile operation. Jobs are required to be carried out on chuck between centers
(shaft work).
5) The machine should be supplied fully tooled-up with all tools. It should be
capable of machining all components listed in Annexure-F to their finished sizes and
tolerances.
6) Geometric and Performance Standards- The machine should conform to ISO 1708
(89) or DIN 8605/equivalent JIS Standard for Geometric and performance test in
addition to the accuracy desired in this specification and required for machining of
components listed in Annexure-F.

D) SCOPE OF SUPPLY:
The scope of supply should include design, supply, installation, testing,
commissioning and proving of machine on turnkey basis. It includes all the
concomitant accessories/ equipment’s as detailed in the specification and other
concomitant accessories/ equipment, which the manufacturer considers essential to
make the machine fully operational, when installed and commissioned. It should also
include installation and commissioning of related equipment, training of personnel in
operation and maintenance of machine and supply of technical documentation.

275
Western Railway

E) CONCOMITANT ACCESSORIES:
The machine should be accompanied with the following concomitant accessories:
Sr. No. Accessories Quantity
1. Hydraulic self-centering compensation three 01 Set
jaw
chucks with actuating cylinder suitable for
items indicated in Annexure-F
2. Machine centers– 90 and 60 deg 04 Nos. each
3. Tail stock center of quill dia 160 mm or suitable 01 Set
size
and MT6 taper
4. Hard jaws required for machining of 04 sets
components listed in Annexure-F
5. Soft jaws required for machining of components 06 sets
listed in Annexure-F
6. Tooling’s & Fixturing :
7. 12 station VDI Turret Tool Holders. The break
up of 12 tool holders are under:

8. Turning /facing tool holders 06 nos.

9. Other Tooling items (Shank and Cutting Tools)

a. Indexable type turning/facing tool/shank, etc. 03 Nos. of each type


required for the machining of various
operations on each component listed in
Annexure-F
b. Indexable titanium Nitride coated inserts for 500 inserts of each type
each type of tool/shank

10. Probing system for tool datumning 01 No.


11. Probe system for part measurement 01 No.
12. Servo Voltage stabilizer 01 No.
13. Ultra isolation transformer 01 No.
14. Service tools required for operator's toolkit 01 Set
a. Mechanical maintenance tool kit 01 Set
b. Tool kit/ tools for checking the alignment 01 Set
of
machine.
15. Hydraulic self-centering programmable steady 01 No.
rest
16. Steady rest rollers for each type of steady rests 01 No.
17. First fill of lubricating, cutting oil and As per requirement
hydraulic oil

18. Chip conveyor motorised to remove the 01 No.


swarf generated by the machine to be delivered
outside the machine area

276
Western Railway

19. Job loading and unloading system of capacity 01 No.


2 ton
20. Air conditioning system for control cabinet 01 Unit
21. Any other accessory/ equipment, which the
manufacturer considers essential to make the
machine fully operational, when installed and
commissioned connected to power source and
give the specified output/productivity

F) OPTIONAL ACCESSORIES:

Following optional accessories should be quoted by the tenderer. Cost of optional


accessories should be quoted separately and may not be included in the basic price of
the machine. Cost of optional accessories may not be taken for commercial evaluation
of the firms.

01. A suitable burnishing roller attachment / tool 01 Set


to improve surface finish, which can be
mounted on the machine/ turret. The attachment
should be capable of burnishing the axles as shown
on drawings mentioned in Annexure-F of
leading parameters.

02. Maintenance Spares as per following table


2.1 Z- axis - Bellows 01 No.
2.2 X- axis - Bellows 01 No.
2.3 Coolant Pump 01 No.
2.4 Pneumatic cylinder 01 No. each type
2.5 Hydraulic valves 01 No. each type
2.6 Hydraulic motors 01 No. each type
2.7 Seal set for turret 01 Set
2.8 Wipers for rails 02 Sets
2.9 Rotary seals for coolant pump 01 Set
2.10 Solenoid coils for valves 01 Set
2.11 Pressure switch 01 each type
2.12 Hydraulic pump 01 No.
2.13 Filter all types 02 Nos. each type
2.14 Lap top 01 No.
2.15 Lubrication pump 02 Nos.
2.16 Belts 01 set each type
2.17 Telescopic cover 01 No.
2.18 Rollers for sliding doors 01 set
2.19 X-axis control board, LT module & 01 No.
absolute linear scale
2.20 Z-axis control board, LT module & 01 No.
absolute linear scale

277
Western Railway

2.21 Program-loaded hard disc/flash drive 01 No.

2.22 ER Module 01 No.


2.23 NCU Board 01 No.
2.24 Turret Resolve/Encoder 01 No.

Note :-
1. Any other accessory which can improve the productivity, performance, reliability,
efficiency, or enhance the capability of the machine as a whole or part thereof, should
be quoted as optional accessory.
2. All safety features should be incorporated in machine as per factory act.
3. GA drawing must be approved by Dahod workshop/project agency before supply of
machine
4. The machine should be capable of axle turning operations of all type of axles related
to locos, Wagons, coaches, tower wagons & MEMU/DEMUs.

Annexure for Details of Axle:

Sr Description of Axle Rough Turned Axle Finish Turned Axles


No.
1. Axle for WAG(5) Hitachi loco SKEL-4516 WR/CCG/EL-2-WL-009

2. Axle for WAG (5) Loco SKEL-4516 D/WL 5026/X


(Conventional)
3. Axle for WCAM 1&2 Loco SKEL-4516 D/WL5025/X

4. Axle for WAP-1 Loco SKEL-4516 03/2/11/2


(Conventional)
5. Axle for WAP-4 Hitachi Loco D/WL-4973/R/SKEL- 03/2/11/48
4516
6. Axle for WAG (5) Loco SKEL-4516 SKEL-4511
(Taochi)
7. Axle for WAG (1) Loco SKEL-4516 SKEL-4735
(Taochi)
8. Axle for WAG (7) Loco 06/2/11/2 06/2/11/3

9. Axle for WCAM-2 Loco SKEL-4516 WR/CCG/EL-2-BG-126


(Taochi)
10. Axle for WDM-2 Loco (MSU) SKEL-4516 TPL-2556

11. Axle for WDM-3 Loco D/WL-5058/R D/WL5058/X

12. Axle for WDG-3 Loco (MSU) TPL-6292 TPL-6293

13. Axle for WDM-3 B&D TPL-5868 TPL-6269


Loco(MSU)

278
Western Railway

14. Axle for WDG-4 Loco EMD PART NO. EMD PART NO.
40077315 40076350
15. Axle for WDP-4 Loco EMD PART NO. EMD PART NO.
40088369 40088126
16. Axle for Motor Coach SBoil AC/DC EMU/B-2-002 EMU/M-0-1-027-6293

17. Axle for BOX’N’ WD-92039/S-1 WD-89025/S-2

18. Axle for Trailer Coach WTAC3-0-2-301 WATAC3-0-2-301

19. Axle for WAP5 Loco 1210-01-011-002 ABB Drg. No. IAOH-
00118
20. Axle for MEMU (MSU) AC/DC-EMU/B-2-002 DMU/DPC5-0-2-505

21. Axle for 3 phase MEMU NA NA


(MEDHA and BOMBARDIER)
22. Axle for WDG-5 DLW Part No. DLW Part No. 40173912
40173937
23. Axle for WAG-7 06/02/11/02 06/02/11/03

1.4 Technical specification of CNC Vertical Turning Lathe (Qty-01 No.)

A) Description: CNC VERTICAL TURNING LATHE as per Specification


No. COFMOW/CNC-VTL/1400/2021 Rev 0.

1) The machine should have following configuration:


● CNC VERTICAL TURNING LATHE should be capable of both
rough and finish .
● The machine should be supplied Tooled up with all tools capable of
machining of solid.
● The machine should be supplied along with CNC Part programs for
machining of solid.
● The machine should be capable of carrying out following machining
operations (as Applicable) on various type of wheel discs specified in
Annexure.
● Flange facing, Hub facing, rough boring, finish boring, radius on top face.
● Hub facing and radius on bottom face.
● Grooving & chamfering.
● Grooving for indication of “limit diameter.
● Capable of Oil grooving.

Fixture Requirement:
Fixture for wheels: Preferably common fixture to hold the wheels of each types
from outside diameter for hub boring in the first set-up and another common
fixture for operations listed in Annexure

279
Western Railway

● Fixture should preferably be made from case hardened or nitrided material


such as 20MnCr5/16MnCr5/ 90MnCrV8 (conforming to DIN standard or
equivalent ISO standard) depending upon the requirement. Wherever
required jig boring operation should be done to ensure the accuracy. The
value of hardness of locating/resting surfaces should be in the range of 60
+/- 2 HRC.
● The firm should guarantee the rigidity and accuracy of fixture throughout the
working life of the machine. Design features and manufacturing details
to achieve this objective should be clearly highlighted in offer.
● The schematic fixture design should be indicated in the offer. The final
layout with detailed drawings should be submitted to the consignee along
with GA drg. for approval within time period, as specified in time schedule.
● Operating Environment: The machine is required to work in tropical
conditions i.e.
Maximum ambient temperature would be ranging from 0-50° C.
Rate of temperature variation may be 2 to 4° per hour.
Humidity - Maximum humidity may reach up to 98% during monsoon
season.

B) Leading Parameters :
A) Major Parameters

Sr. No. Description Remarks

1. Table Diameter 1400 mm (minimum)

2. Turning Diameter 1500 mm (minimum)

3. Turning height above top of table 800 mm (minimum)

4. Range of table speed (infinitely variable) 10 to 300 rpm

5. Range of feed (infinitely variable) 0.05 to 10 mm/revolution

6. Horizontal traverse of Ram Head (X-Axis) 50/800 mm (left/right from


table centre)

7. Vertical travel of Ram head (Z-Axis) 600 mm (minimum)

8. Rapid traverse of Ram head 5000 mm/minute


(minimum)

9. Machine performance and accuracy

9.1. Accuracy of X & Z-Axis as per VDI/DGQ 0.012 mm over complete


3441 or latest travel

280
Western Railway

9.2. Repeatability of X & Z-Axis as per VDI/DGQ 0.007 mm


3441 or latest

9.3. Ovality on the machined bore Less than 0.015 mm

9.4. Taper on the machined bore Less than 0.015 mm

9.5 Minimum surface finish requirement for wheels

9.5.1 For turning Ra 2.5 micron

9.5.2 For facing Ra 1.6 micron

9.5.3 For boring Ra 0.8 micron

9.6 Accuracies

a) Straightness of table surface As per ISO 3655


b) Run out of table surface Or IN 8609
c) Run out of table side
d) Parallelism of cross rail
e) Straightness of up & down movement of
rail head to table
f) Perpendicularity of Ram head movement
to table top
g) Parallelism of table centre line to up/down
movement of tool bar (L&R direction)

10 Other parameters

10.1 Power supply 415V+10 % -20%, 50Hz


+3%

10.2 Table loading capacity 1500 Kg (minimum)

C) Performance standards :
● Geometric and Performance Standards- The machine should conform to
following standards in addition to the accuracy desired in this specification.
● The maximum noise should not exceed 85 dB when measured at a distance
of 7 meters from the machine in the free field conditions as per IS: 4758-
1968 and ISO test code 230 part-5.
● The machine should conform to ISO 3655 of 1986 or DIN 8609 or
equivalent JIS Standard for Geometric and work piece accuracy test in
addition to the accuracy desired in this specification and required for
machining of wheels as listed in Annexure

281
Western Railway

D) SCOPE OF SUPPLY:
The scope of supply should include design, supply, installation, testing,
commissioning and proving of machine on turnkey basis. It includes all the
concomitant accessories/equipment’s as detailed in the specification and other
concomitant accessories/equipment, which the manufacturer considers essential
to make the machine fully operational, when installed and commissioned. It
should also include installation and commissioning of related equipment, training
of personnel in operation and maintenance of machine and supply of technical
documentation

E) CONCOMITANT ACCESSORIES:
The machine should be accompanied with the following concomitant accessories:
Sr. No. Accessories Quantity
1. Three-jaw hydraulically Three set of hard jaw and
operated self-centering chuck one set of soft jaw with
following
features/requirement
Note-
i. Three-jaw self-centering
chuck with sliding range
minimum 50 mm is required.
ii. Wheel resting pad to be
robust with Top face of resting
diameter should be of 170 mm.
2. Work holding fixture
a. Fixture(s) for holding all types 01 set
of wheels for first set up
b. Fixture(s) for holding all types 01 set
of wheels
for second set up
3. ATC with 12 tool magazine 01 set
(minimum). :
4. Tooling Items
4.1. Adopter, tool holders, boring 02 set
bars and
tools.
4.2 Coated Inserts for each 100 inserts each
type of tool/shank.
4.3 Any other cutting tool 01 set
essential for machining of
wheel sets mentioned in
Annexure-F
5 The details of toolings should be furnished in the bid.
5.1 First fill of grease, lubricating Quantity, Grade and Brand
oil, coolant Name should be clearly
and hydraulic fluid. indicated.
5.2 Air conditioning system with 01 No.
eco-friendly

282
Western Railway

type of refrigerant for control


cabinet. The
tenderer should furnish details
i.e. make,
cooling capacity, type of
refrigerant used
etc along with the bid
5.3 Chip conveyor system to 01 set
remove
swarf/chip generated by the
machine out-
side the machine area
5.4 Refrigerant based cooling 01 set.
system for
hydraulic system. The tenderer
should
furnish details i.e. make, cooling
capacity,
type of Refrigerant used etc
along with the
bid.
Refrigerant used should be
environment
friendly
5.5 Foundation and levelling 01 Set
bolts/grip
expansion bolts.
5.6 Coolant system for cutting 01 Set
tools
5.7 A separate set of service tools One set of Service Tools
for each for
according to the need, for each department and one
Electrical, steel cupboard of suitable
Millwright and Production size to store manuals, records
departments in and spare tools.
a portable tool box with locking
facility and
one steel cupboard of suitable
size for
storing machine manuals and
records
pertaining to the machine
should be
supplied. List for Electrical
department
should include electronic service
kit such as
multi-meter, portable soldering
iron of 15
watts of reputed make

283
Western Railway

tweezers in
addition to electrical toolkit.
5.8. Any other accessory
essential for machining of
wheels for operations
indicated in Annexure-F
5.9. Solid state voltage stabilizer 01 No.
with inbuilt
/separate isolation transformer
of suitable
capacity should be provided. In
case of separate Isolation
transformer, Ultra isolation
transformer suitable for the
plant as per
specifications
5.10. Portable Programmer to 01 No.
upload/download
CNC/PLC Program, Data, part
programs
and for offline Diagnostic
features.
(Hardware and necessary
software)
5.11. Chip conveyor motorised to 01 No.
remove the swarf
generated by the machine to be
delivered out side the machine
area
5.12 Axle wheel seat measuring 01 No.
station
5.13 Probing system for 01 Unit
wheel bore measurement
5.14 The machine should be equipped 01 set
with pillar jib hoist
capable of 2 Ton load & wheel
disc lifting device
5.15 Any other accessory/ equipment, which the manufacturer
considers essential to
make the machine fully operational, when installed and
commissioned connected to
power source and give the specified output/productivity.

F) OPTIONAL ACCESSORIES:
Following optional accessories should be quoted by the tenderer. Cost of optional
accessories should be quoted separately and may not be included in the basic price
of the machine. Cost of optional accessories may not be taken for commercial
evaluation of the firms.

284
Western Railway

01. Any other accessory which can improve the 01 Set


productivity, performance, reliability, -efficiency, or
enhance the capability of the machine as a whole or
part thereof, should be quoted as optional accessory
2.24 Turret Resolve/Encoder 01 No.
Note :-
1) Any other accessory which can improve the productivity, performance, reliability,
efficiency, or enhance the capability of the machine as a whole or part thereof, should
be quoted as optional accessory.
2) All safety features should be incorporated in machine as per factory act.
3) GA drawing must be approved by Dahod workshop/project agency before supply of
machine
4) The machine should be capable of boring & facing operations of all type wheel discs
related to locos, wagons, coaches, tower wagons & MEMU/DEMUs.

Annexure

List of wheel Disc

Sr No. Components Name Drawing No. Marked operations to be


RDSO’s Drawing carried out
No.
1 BOX’N’ wheel disc W/WL-4764/R Wheel Hub Boring
Facing & Rim Facing
And grooving for limit dia
2 BLC- wheel disc CONTR-9404-S/13 Wheel Hub Boring
Facing & Rim Facing
And grooving for limit dia
3 MEMU wheel disc K-4004 Wheel Hub Boring
(Forged wheel) Facing
And grooving for limit dia
+grooving for oil
4 BG Loco wheel disc D/WL-5060/R Wheel Hub Boring
Facing & Rim Facing
Groove in Bore 7x2mm
deep & condemning +
grooving for oil
5 DL-MG wheel disc D/WL-4955/X Size marking on Wheel
Rim +
grooving for oil
6 BG Loco wheel D/WL-5064/R Wheel Hub Boring
Facing & Rim Facing
And grooving for limit dia
+grooving for oil
7 WAP7/WAG9 Wheel 1209-01-111-003 Wheel Hub Boring
disc Alt-4 Facing & Rim Facing
ABB Drg No. IB- And grooving for limit dia
011-00171 (Rev9) +grooving for oil
8 WDP4 Wheel disc RDSO Drg.No. Wheel Hub Boring
D/WL-5067/R Alt4 Facing & Rim Facing

285
Western Railway

+grooving for oil


9 WAP-5 Wheel disc 1210-01-111-003 Wheel Hub Boring
Alt4 Facing & Rim Facing
And grooving for limit dia
10 DEMU T/C disc 1)W/WL-1660/R Wheel Hub Boring
(Forged wheel) Facing & Rim Facing
2) RWF/SKM-343 And grooving for limit dia
(Casted wheel)

11 MEMU Disc (Casted RWF-W-111 Wheel Hub Boring


wheel) Facing & Rim Facing
And grooving for limit dia
12 WDG-5 Loco disc D/WL-40173805 Wheel Hub Boring
Facing & Rim Facing
And grooving for limit dia
+grooving for oil

1.5 Tech. Specification of Seal PE rings extracting machine with intelligent micro
controller based electronic control, Portable to carry suitable for dismounting seal
PE rings, Make: GM or Precision

POWER REQUIREMENT
Voltage 440V, 50HZ+ 10%
Load on supply line Equal balanced load on 3 phase
Power consumption (maximum) 25 KW
Cosine 0.90
Working Frequency 10-30 KHZ
Component size range Standard Seal PE Control
Control Function
Time control 0-10 min
Temperature control 0-250°C
Accuracy Temperature control 3°C
Maximum Temperature 250°C
Blanket Yes
Hand Gloves Yes
Infrared remote Yes
Sensor & cable Yes
Memory backup 999 programs
Rewritable programmer Yes
Cooling of main unit Air cooled

Standard Accessories
1. Infrared Remote 01 No.
2.Sensor & Cable & socket 01 No.
3.Blanket 01 No.
4.Pair of Hand Gloves 01 No.
5.Operating & maintenance manual 01 No.

286
Western Railway

Note :- The above machine should be suitable to extracts inner races of different
bearings of wheel shop/DHD & LRS shop of Dahod workshop.

1.6 TECHNICAL SPECIFICATION OF INDUCTION HEATER CAP 12 KVA (Qty-


02 Nos.)

Description :- Induction Heater Cap. 12 KVA for Mounting of Bearings, Pinions & Inner
Races on Traction/Auxiliary Motor & Wheel Set of Elect. Loco EMU's DEMU MEMU.
{ Make-Invention/Precision Or equivalent}. Total Qty.:-02 Nos.

1. APPLICATION:-
This Induction Heater is required for Mounting of Rolling Bearings on
Traction/Auxiliary Motor & Pinions & Inner Races Wheel Set of Elct. Loco EMU's
DEMU, MEMU {Indian Railways} by expanding the bearings through induction
heating and shrunk fit on the shaft.
2. GENERAL REQUIRMENT:-
● Induction Heater is required to heat up bearings so that they can be mounted
on the shaft without hammer blows to avoid damage.
● Induction Heater should be made on strong, scratch resistance body of fiber-
glass.
● The Horizontal Yoke and the bearing to be heated are placed across Vertical
supports. Contact surfaces of Horizontal Yoke & Vertical supports are
ground machined to keep energy losses very low.
● During Induction Heater, the Steel Components become magnetic. Thus
induction heater must have an automatic inbuilt demagnetizing cycle.
● Induction Heater must be fully safe in use.
● Induction Heater must incorporate an auto remapping cycle to avoid current
surface due to Suffern switching of full power. These must be an audio alarm
after heating and demagnetizing cycle is completely over with auto cut off
facility.
● Induction Heater must be quick and must equipped with energy saving
device.
● The Induction Heater should be supplied with suitable power factor
improvement system.
● Induction Heater must be suitable for all types of Roller Bearing {Also for
sealed and greased bearings} used in Railways, { B. G. System} Elect. Locos.
● Induction Heater must be totally safe from fire and there must not be risk of
fire.
● Induction Heater must be capable to control the heating of bearings
uniformly.
● The operation modes viz. Temperature mode and time mode must be
controlled through separate knobs on the control panel. The controls must be
microprocessor electronic based.

287
Western Railway


Control must give digital read out of the bearing temperature when used in
temperature mode and time mode must display the time in count - down
manner so that heating can be monitored closely.
● If the Induction Heater is left unattended, bearing heated must maintained the
desired temperature.
● Control must be connected by a 20 meter long cable to the unit and hence can
be operated from a convenient location.
● Whole Induction Heater must be light in weight and can be carried to the site
of operation.
● The whole Induction Heater must be placed on trolley so that heater can be
shifted easily.
● The outer casing body of induction heater should be made from impact
resistant FRP and should be coated with special heat resistant PU coating.
4.TECHNICAL DATAS:-

4.1 Supply Votage. 440V,50Hz+/-10%.


4.2 Power. 12 KVA.
4.3 Current Maximum. 36 Amps
4.4 Temperature Maximum. 400 C
4.5 Residual magnetism. <1A/Cm after demagnetization.
4.6 Time Control. Adjustable to 1 degree & accuracy +/-5 degree C.
0-95 Minutes, adjustable i steps 0.1 minutes.
4.7 Limiting Dimensions of bearing used.

{a} Maximum outer diameter of bearing 315 mm.


{b} Minimum inner diameter of bearing 35 mm.
{c} Maximum width of inner race. 105 mm.
{d}Maximum width of outer race. 105 mm.
{e} Maximum weight of bearing Approx. 54 Kgs.
{f} Pinion 23T, ID= 130/116 (Taper) OD=310
mm, weight= Aprox 60 kg.

(g) / 1 List of some bearing used by SSE-LRS-DAHOD.


(i) LRS Requirement of Induction Heater.(Qty.=02 Nos.)

Sr.No Bearing No Inner Race Dia which is to be


heat up
01 SKF-NU-328. 176 mm
02 SKF-NH-318. 124 mm
03 SKF-NU-330. 193 mm
04 SKF-NJ-324. 168 mm
05 SKF-NU-326. 165 mm
06 SKF-NU-318. 125 mm

(ii) Wheel Shop Requirement of Induction Heater (Qty. = 01 No.)


{a} Maximum diameter of bearing 360 mm.
{b} Minimum inner diameter of bearing 60 mm.

288
Western Railway

{c} Maximum length of Drum 250 mm.


5) The heater should be supplied along with all standard accessories so that same can be put
in Commission directly on receipt. 02 Nos.
● Induction Coils-Right hand and left hand 01 No.
● Timer with Demagnetizing Device Unit 20 Meters Minimum Plug and
connector’s etc. to connect the equipment with main power supply line.
● Flexible Electric Lead wire with fuse
● Temperature Sensor Cable (Magnetic Type Thermocouple) - 03.Nos.
● (A) Bearing lifting device for unloading the Heated bearing and transferring
it, to the assembly site. -One Set.
● (B) Pinion lifting device suitable for 23 T pinion =01 No.
6) Optional Accessories.
● Horizontal Yoke Sizes- {a} 20x20x340 mm -02 Nos.
{b} 40x40x340 mm -02 Nos.
{c}65x65x340 mm -02 Nos.
{d} 100x100x340mm -02 Nos.

● Riser Block (Pair) - Suitable sizes.


● Any accessory which, in the opinion of supplier can be contribute to higher
production rates should be clearly indicated and quoted separately, indicating
their cost. The utility of such accessories shall be explained in details.
● The machine should be equipped with all standard indications & over load &
over temperature as well as no core condition tripping protection.
7) The performance of the heater should be guaranteed at least for Two years after the date
of satisfactory commissioning of the same.
8) The Tenderer should agree to depute their representative Free of cost to commission the
M/C. and give satisfactory demonstration at consignee's work.
9) The supplier should furnish 3 sets of the relevant literature like operating Manual,
Maintenance Manual, Troubleshooting guide Spare parts Manual/Lubrication and Electric
Circuit Diagram etc. along with the machine.
10) Spares Mech. & Elect required for at least two years Normal Maintenance on double shift
working basis of the machine should also be supplied.
11) A complete Catalogue giving the part list No. and Price of each component of
recommended spares with assembly Drawing Electrical & Electronic Circuit Should also
be provided with the M/C. without these M/C will not be acceptable.
12) The Tenderer shall comment and confirm each para of specification, and indicate the
deviation if any.
13) The firm shall ensure to give prompt service, if any required by consignee during
Warrantee period and shall confirm for availability of spares, required if any after post
warrantee period.
14) 29. Necessary operating & Maintenance Training minimum 3 days is required at Dahod
Work shop premises.
15) Other Terms & condition will be applicable as per extent rule of Railways.

NOTE:-
1. The machine should be supplied with complete accessories as above.
2. 03 Nos. Operating & Maintenance Manual should be supplied with the Induction
heater.

289
Western Railway

3. The performance of the induction heater set should be guaranteed at least for Two
years.
4. Delivery of Supply of above machines is required at Dahod workshop.(W.Rly)

1.7 Technical specification of Induction Heater Capacity 40 KVA


Item Description:- Induction Heater Cap. 40 KVA suitable to extracts inner races of
different bearings.

1. Power Supply Voltage: 440 Volts. +/- 10%, 50 Hz.


Nominal current: 90 Amps.
2. Output Voltage and current Voltage: 25-40 volt 1000 Amps Max.
3. Capacity 40 KVA
4. Rating 100 % Continuous
5. Cooling a) Forced air cooling for the main
transformer and the coolant.
b) Forced feed cooling of the
induction coil.

6. Coil insulation Fibreglass reinforced (class H).


7. Extraction Built in spring loaded lever operated
Pulls
8. Heating mode Temperature and time
9. Temperature control 0-200oC Max. Using microprocessor
based controls adjustable in steps of 1
deg C Sensing accuracy +/- 5oC.

Para No. Item/Parameter Description & Special features


1. A Induction coils of the Induction coils should be custom designed
Induction heater to suit the sizes of inner races of Cylindrical
roller bearings fitted of the axle and traction
motors of Electric locomotives (1 No. Coil
to suit each size of bearing rings.)
1. B Features of Induction i) The low Voltage coils should be resin
Coils impregnated and porous and soft resin cast
and hence safe for the operator.
ii) Long life non-magnetic Stainless Steel, dry
type quick coupling should be included for
connecting the coils to the control panel.
iii) Rugged START STOP Push button station
designed for rough industrial, use (instead
of fragile coil mounted switches) should be
included.
iv) Cee-core design for producing higher
extraction clearance and higher turnout for
a lower mains current.

290
Western Railway

v) No ring-monitoring device is contact-less


laser type and free from wear and tear.

We required non- ferrous spring-loaded locking


levers, which should be convenient to the
operators in the workshop.
vi) Forced cooling to ensure 100% continuous
rating.
vii) Thermocouple probe should be standards
supplied, mounted on each coil.

2. Control Panel A) Control Panel has the following features:-


I) Microprocessor based control having
following features
a) Ten nos. non volatile memories for storing
the recipes of different types of races, the
operators errors should be Totally
eliminated by this feature.
b) Auto ramping No Surge in line.
c) Auto damage cycle after every heating
cycle to keep Residual magnetism well
below 2 Amps/cm
d) Feather touch key board for setting
operating parameters along with 7 segment
display to show the set and Operating
parameters.
e) Independent displays of temperature and
the time in countdown mode.
II) Cooling and illumination
a) Cooling should be done by forced air
circulation with suction filter forced
cooling with redundant cooling loop
required.
b) Illuminated jumbo led lamps to see ongoing
process and alarms.
c) 0-500 Volt A V voltmeter and CT driven
current meters should be included.
d) High current contactor should be provided
for controlling and Tripping
III) Safety Devices

The equipment should have safety devices such


as:-

291
Western Railway

a) Slap type Emergency switch should be


provided on the Control Panel for quick and
care free operation.
b) MCB for overload protection device for the
control circuit and high current MCCB for
the overload protection of the power circuit.
c) Auto shut off in case of coolant failure.
d) Thermal cut off against lost coolant along
with level indicator.

(B) Control Cabinet is of modular construction


housing the following.
1. Main Transformer.
2. Micro-Processor bases electric controls for
continuous monitoring of critical
parameters and safety devices.
3. Electrical Switch Gears.
4. Ana log meters and LED display of set and
operational parameters.
5. Integral forced feed/fluid cooling system.
6. Feather touch keyboard for setting operating
parameters.

Following coils are required with above Induction Heater Machine For Wheel
shop/DHD.
1. For extractor/removing the NBC Lip & Plain Racer [L 6204 & L 6205] and OD-178
mm Bore-150 mm, Width-80mm.
2. For extractor/removing the NBC/FAG Labringht ring/thrower FAG Drg. (901-17-
104) for WAG-7 loco.
3. For extractor/removing the NBC/FAG Labyringht ring/Thrower for WAG-4/WAG-
5.
4. For extractor/removing the FAG Lip & Plain Racer (OD-178 mm,Bore- 150 mm,
Width – 86 mm)
5. For extractor/removing the Tube of WDG-4/WDP-4 Loco.
(G.M. part No. -40076189 Size OD- 9.5” * ID 8.692” * Width 9.16”)

B) LRS Shop/DHD.

1. Driving End Bearing NO. SKF 2236.


2. Non driving End Bearing No. SKF 320.
3. Conversational Loco ( Hitchi ) Bearing No. SKF 330.
4. Commutater End Bearing No. SKF 324.
5. MEMU Pinion End Bearing No. SKF 326.
6. MEMU Pinion End SKF 328.

292
Western Railway

Note:-
1. Provision for suitable spares covering PCB’s Contractors Timers Two No. each
etc. for Two year normal maintenance should be include in supply.
2. Suitable training for operation & maintenance of Induction Heater at
consignee/Supplier and should be included in scope of work.
3. Installation / commissioning of equipment at DAHOD workshop should be
arranged through supplier.
4. For Induction Heater suitable capacity and should be included in the scope of
work to maintain the machine at 0.90 power factor.
5. Suitable power supply cable to be included in the supply to operate the machine
form 12 meter distance.
6. The performance of machine should be guaranteed for Two years.
7. Safety measures should be incorporated both for the machine and operator.
8. The machine should be supplied with complete accessories as above.
9. 03 Nos. operating & maintenance manual should be supplied with this machine .
10.The performance of the machine should be guaranteed.
11.Payment terms – 80% payment of receipt of machines / material, 20% payment
after successful commissioning within a month & submission of 10% Bank
Guarantee /FDR certificate of Nationalized Bank for warranty period.
12.Installation & commissioning of this machine is required at Dahod workshop.
13.Proper operating & maintenance training of machines is required at Dahod
workshop.

1.8 Technical Specification for Hydraulic Bearing Mounting & Dismounting Machine
for CRU150 Bearings
Description – Supply Installation & Commissioning of Hydraulic Bearing Mounting &
Dismounting Machine (Qty. 01 No.) for CRU150 Bearing . Pulling force of 100 Ton &
installing force of 70 ton for Mounting & Dismounting of CRU 150 Bearing with auto
cut off at set pressure in ton & digital display load gauge solenoid control valve & remote
operated.

CRU150 Puller CUM Installer Technical Specification

1. Stroke Horizontal : 400 mm (+/- 10 mm).


2. Capacity : i) Full 100 T
: ii) Installation 70T
3. Speed : i) Advance 800 mm /min (+10%)
: ii) Pull 70mm/min (+10%)
: iii) Installation 10mm/min(+10%)
4. Type of Cylinder : Hydraulic double acting.
5. Hydraulic Pressure : 700 bars (Working capacity ).
6. Hydraulic Pump : Pump Electrically operated two stages 4 ways
position valve for actuation of hydraulic
cylinder.
7. Delivery of Pump : 1500 cubic cm of oil at full pressure (i.e. 700
bars +5%) 12000 cubic cm of oil at low pressure
(i.e. 50-60 bars +5%)

293
Western Railway

8. Height form floor to Centre of : 380 mm lower & lift height 870 mm
minimum. installing tube

9. Distance between front wheel : 810 mm(+/- 10 mm).


10. Overall length : 1550 mm(+/- 10 mm) compact and
solenoid operated.
11. Floor Space : 1750 mm x 840 mm(+/- 10 mm).
12. Electric power supply : i) Three phase 440 volts/50 Hz
ii) 4 HP /5 HP motor.
13. THE HYDRAULIC MOUNTING AND DISMOUNTING MACHINE is completed
portable for easy and convenient positioning out of the way storage & can be
conveniently operated by one operator .
14. Jack height is adjustable to suit wheel diameters.
15. For CRU150 Installing : 70 Ton (Auto cut at set pressure …+5
Ton) with a buzzer sound. The pressure will cut
off to release.
16. Load Gauge : Digital display for mounting & max. pressure
100 Ton.
Each set of tools as standard accessories -
a. Guide tube : 01 No.
b. Guide tube adopter : 01 No.
c. Pressure pad ` : 01 No.
d. Auxiliary shoe (Pulling shoe in set) : 01 No.
e. Tie Bolt with distance bush : 01 No.
f. Support frame : 01 No.
g. Installing tube : 01 No.
h. Installing tube adopter ring : 01 No.
i. Locking pin : 01 No.
j. High Tensile socket head screw (as : 03 Nos.
thread size of the axle face.)
k. Et of single & double ended spanners: 01 Set.

CONSUMABLE SPARE PARTS

1. Tie Bolt Part No. JGM/PIA/PPIR/TB36 01 Nos. Including with


2. Locking Pin Part NO.PAI/PPIR/IP32 02 Nos. machine.
3. High Tensile Socket Head Screw (As per 03 Nos.
Axle Face ) Part No.
JGM/PIA/PPIR/SC/2.5
4. Jack Cylinder Seal 01 Set

294
Western Railway

1.9 Technical Specification of EOT Crane Cap 50/10 Ton (Qty.06 Nos.) of Dahod work
shop (W.Rly)
COFMOW Specification No. COFMOW/IR/EOTC/2020 Rev-0
Leading Parameters :-
Sr. Item No. Details
No.
01 Consignee Dahod workshop
02 No. of Cranes required 6 Nos. (Six Nos.)
03 Crane Nos. To be filled by
COFMOW
04 Location (Sub Shop Name with Bay No) Fitting Bay 1 & Bay 2
(3+3)
05 Type Conventional Double
Girder
06 Capacity 50/10 Ton
6.1 Main Hoist (Tonnes) 50 Ton
6.2 Auxiliary Hoist (Tonnes) 10 Ton
07 Class of Duty IV (Four)
08 Crane Controls From Cabin as well as
Remote control
operated (both).
09 Speeds {Meter/ Minute}
9.1 Main Hoist 3.0 Meter/Min.
9.2 Auxiliary Hoist 8.5 Meter/Min.
9.3 Long Travel 40.0 Meter/Min.
9.4 Cross Travel 31.5 Meter/ Min.
9.5 VVVF Drive (Stepless speed for all motion) Required
required
9.6 Creep Speed of MH (Meter/Min) 0.63 Meter/Min.
10 Structural details {Refer COFMOW Sketch No. Double Girder
COFMOW/IR/EOTC/X/Y/Z/86 (Double
Girder),
COFMOW/IR/EOTC/SG/91 (Single Girder),
COFMOW/IR/EOTC/X/Y/Z/92-1(Under slung
Girder)
10.1 Weight/Unit Length of rail -----
10.2 Rail Head Width (B) Approx 58.75 mm
10.3a Span (Center to Center of Gantry Rail) (S) Approx 25000 mm
10.3b Gauge (Inner face to Inner face of rail) W= Approx 24941.25 mm
(S-B)
10.4 Top of Gantry Rail (Or Bottom Flange of I- Approx 4 metre/ As per
Beam) to lowest overhead obstruction proposed site related to
(C) 9000 HP Elect. Locos
project work of Dahod
workshop
10.5 Top of Gantry Rail (Or Bottom Flange of I- Approx 9.35 metre/ As
Beam) to floor level (L+J=D) per proposed site related
to 9000 HP Elect. Locos
project work of Dahod

295
Western Railway

workshop
10.6 Lift of Hook above floor level {MH} Approx 8 metre/As per
H1(MH) proposed site related to
9000 HP Elect. Locos
project work of Dahod
workshop
10.7 Drop of Hook below floor level {MH} Approx 2 metre/ As per
H2(MH) proposed site related to
9000 HP Elect. Locos
project work of Dahod
workshop
10.8 Lift of Hook above floor level (AH) Approx 8 metre/ As per
H1(AH) proposed site related to
9000 HP Elect. Locos
project work of Dahod
workshop
10.9 Drop of Hook below floor (AH) Approx 2 metre/ As per
H2(AH) proposed site related to
9000 HP Elect. Locos
project work of Dahod
workshop
10.10 Center distance between Hooks MH & AH (R) Standard as per
design/As per proposed
site related to 9000 HP
Elect. Locos project
work of Dahod
workshop
10.11 Side clearance from center line of Gantry Rail/I- Standard clearance as
Beam to nearest side obstruction {A-1} per design with pathway
and railing, As per
proposed site related to
9000 HP Elect. Locos
project work of Dahod
workshop
10.12 Side clearance from center line of Gantry rail/I- Standard clearance as
Beam to nearest side obstruction {A-2} per design with pathway
and railing, As per
proposed site related to
9000 HP Elect. Locos
project work of Dahod
workshop
10.13 Vertical clearance from floor level to lowest As per proposed site
structural member of Crane{K} related to 9000 HP
Elect. Locos project
work of Dahod
workshop
10.14 Vertical clearance from floor to bottom of cabin As per proposed site
{L} related to 9000 HP
Elect. Locos project
work of Dahod

296
Western Railway

workshop
10.15 Runway I-Beam section (For under slung single ---------
girder crane only, not required for other cranes)
11 Bay Length & DSL 200 metre
11.1 Length of Gantry on which crane is to operate 200 metre
meters
11.2 Type of DSL required (Meters) Shrouded type DSL
required
11.3 Length of DSL required (Meters) 200 metre
11.4 Type of existing DSL to be indicated N/A. As this is
proposed for new site.
12 Type of control station Operator Cabin as well
as Remote control
operated with electro
frequency control
13 Crane has to work in Indoor
14 Working environment General workshop
15 Other requirements ---
15.1 Type of Hook required MH-Ramshorn Type,
AH-“C” type

Note :-
1. Safety platform with railing is required for EOT maintenance staff along with
provision of ladders having monkey cage, vertical and horizontal lifeline system
etc. as per factory act.
2. Side clearance dimensions (A1 & A2) are to be kept inclusive safety platform
with railing plus adequate distance (305mm) for EOT crane movement with
respect to columns must be ensured.

297
Western Railway

1.11 Technical Specification of EOT Crane Cap 15/5 Ton (Qty.01 No.) of Dahod work
shop (W.Rly)
COFMOW Specification No. COFMOW/IR/EOTC/2020 Rev-0
Leading Parameters :-
Sr. Item No. Details
No.
01 Consignee Dahod workshop
02 No. of Cranes required 1 No. (One No.)
03 Crane Nos. To be filled by COFMOW
04 Location (Sub Shop Name with Bay Fitting warehouse/RSW DHD
No)
05 Type Conventional Double Girder
06 Capacity 15/5 Ton
6.1 Main Hoist (Tonnes) 15 Ton
6.2 Auxiliary Hoist (Tonnes) 5 Ton
07 Class of Duty IV (Four)
08 Crane Controls From Cabin as well as Remote control
operated (both).
09 Speeds {Meter/ Minute}
9.1 Main Hoist 6.3 Meter/Min.
9.2 Auxiliary Hoist 8.5 Meter/Min.
9.3 Long Travel 40.0 Meter/Min.
9.4 Cross Travel 31.5 Meter/ Min.
9.5 VVVF Drive (Stepless speed for all Required
motion) required
9.6 Creep Speed of MH (Meter/Min) 0.63 Meter/Min.
10 Structural details {Refer COFMOW Double Girder
Sketch No.
COFMOW/IR/EOTC/X/Y/Z/86
(Double Girder),
COFMOW/IR/EOTC/SG/91
(Single Girder),
COFMOW/IR/EOTC/X/Y/Z/92-
1(Under slung Girder)
10.1 Weight/Unit Length of rail -----
10.2 Rail Head Width (B) Approx. 58.75 mm
10.3a Span (Center to Center of Gantry Approx. 25000mm
Rail) (S)
10.3b Gauge (Inner face to Inner face of Approx. 24941.25 mm
rail) W= (S-B)
10.4 Top of Gantry Rail (Or Bottom Approx 4 metre/ As per proposed site
Flange of I-Beam) to lowest related to 9000 HP Elect. Locos project
overhead obstruction work of Dahod workshop
(C)
10.5 Top of Gantry Rail (Or Bottom Approx 9.35 metre/ As per proposed
Flange of I-Beam) to floor level site related to 9000 HP Elect. Locos
(L+J=D) project work of Dahod workshop
10.6 Lift of Hook above floor level Approx 8 metre/As per proposed site
{MH} H1(MH) related to 9000 HP Elect. Locos project

298
Western Railway

work of Dahod workshop


10.7 Drop of Hook below floor level Approx 2 metre/ As per proposed site
{MH} H2(MH) related to 9000 HP Elect. Locos project
work of Dahod workshop
10.8 Lift of Hook above floor level (AH) Approx 8 metre/ As per proposed site
H1(AH) related to 9000 HP Elect. Locos project
work of Dahod workshop
10.9 Drop of Hook below floor (AH) Approx 2 metre/ As per proposed site
H2(AH) related to 9000 HP Elect. Locos project
work of Dahod workshop
10.10 Center distance between Hooks MH Standard as per design/As per proposed
& AH (R) site related to 9000 HP Elect. Locos
project work of Dahod
10.11 Side clearance from center line of Standard clearance as per design with
Gantry Rail/I-Beam to nearest side pathway and railing, As per proposed
obstruction {A-1} site related to 9000 HP Elect. Locos
project work of Dahod workshop
10.12 Side clearance from center line of Standard clearance as per design with
Gantry rail/I-Beam to nearest side pathway and railing, As per proposed
obstruction {A-2} site related to 9000 HP Elect. Locos
project work of Dahod workshop
10.13 Vertical clearance from floor level As per proposed site related to 9000 HP
to lowest structural member of Elect. Locos project work of Dahod
Crane{K} workshop
10.14 Vertical clearance from floor to As per proposed site related to 9000 HP
bottom of cabin {L} Elect. Locos project work of Dahod
workshop
10.15 Runway I-Beam section (For under ---------
slung single girder crane only, not
required for other cranes)
11 Bay Length & DSL 120 mtr
11.1 Length of Gantry on which crane is 120 mtr
to operate meters
11.2 Type of DSL required (Meters) Shrouded type DSL required
11.3 Length of DSL required (Meters) 120 mtr
11.4 Type of existing DSL to be N/A. As this is proposed for new site
indicated
12 Type of control station Operator Cabin as well as Remote
control operated with electro frequency
control
13 Crane has to work in Indoor
14 Working environment General workshop
15 Other requirements ---
15.1 Type of Hook required MH-Ramshorn Type, AH-“C” type

299
Western Railway

Note :-
1. Safety platform with railing is required for EOT maintenance staff along with
provision of ladders having monkey cage, vertical and horizontal lifeline system
etc. as per factory act.
2. Side clearance dimensions (A1 & A2) are to be kept inclusive safety platform
with railing plus adequate distance (305mm) for EOT crane movement with
respect to columns must be ensured.

1.12 Technical Specification of EOT Crane Cap 10/3 Ton (Qty.01 No.) of Dahod work
shop (W.Rly)
COFMOW Specification No. COFMOW/IR/EOTC/2020 Rev-0
Leading Parameters :-

Sr. Item No. Details


No.
01 Consignee Dahod workshop
02 No. of Cranes required 2 No. (Two No.)
03 Crane Nos. To be filled by COFMOW
04 Location (Sub Shop Name with Bay Fitting Bay 1 & Bay 2 (1+1)
No)
05 Type Conventional Double Girder
06 Capacity 10/3 Ton
6.1 Main Hoist (Tonnes) 10 Ton
6.2 Auxiliary Hoist (Tonnes) 3 Ton
07 Class of Duty IV (Four)
08 Crane Controls From Cabin as well as Remote control
operated (both).
09 Speeds {Meter/ Minute}
9.1 Main Hoist 6.3 Meter/Min.
9.2 Auxiliary Hoist 8.5 Meter/Min.
9.3 Long Travel 40 Meter/Min.
9.4 Cross Travel 31.5 Meter/ Min.
9.5 VVVF Drive (Stepless speed for all Required
motion) required
9.6 Creep Speed of MH (Meter/Min) 0.63 Meter/Min.
10 Structural details {Refer COFMOW Double Girder
Sketch No.
COFMOW/IR/EOTC/X/Y/Z/86
(Double Girder),
COFMOW/IR/EOTC/SG/91 (Single
Girder),
COFMOW/IR/EOTC/X/Y/Z/92-
1(Under slung Girder)
10.1 Weight/Unit Length of rail -----
10.2 Rail Head Width (B) Approx. 58.75 mm
10.3a Span (Center to Center of Gantry Approx. 25000 mm
Rail) (S)

300
Western Railway

10.3b Gauge (Inner face to Inner face of Approx. 24941.25 mm


rail) W= (S-B)
10.4 Top of Gantry Rail (Or Bottom As per proposed infrastructure
Flange of I-Beam) to lowest related to 9000 HP Elect. Locos
overhead obstruction (C) project work of Dahod workshop
10.5 Top of Gantry Rail (Or Bottom As per proposed infrastructure
Flange of I-Beam) to floor level related to 9000 HP Elect. Locos
(L+J=D) project work of Dahod workshop
10.6 Lift of Hook above floor level {MH} As per proposed infrastructure
H1(MH) related to 9000 HP Elect. Locos
project work of Dahod workshop
10.7 Drop of Hook below floor level As per proposed infrastructure
{MH} H2(MH) related to 9000 HP Elect. Locos
project work of Dahod workshop
10.8 Lift of Hook above floor level (AH) As per proposed infrastructure
H1(AH) related to 9000 HP Elect. Locos
project work of Dahod workshop
10.9 Drop of Hook below floor (AH) As per proposed infrastructure
H2(AH) related to 9000 HP Elect. Locos
project work of Dahod workshop
10.10 Center distance between Hooks MH As per proposed infrastructure
& AH (R) related to 9000 HP Elect. Locos
project work of Dahod workshop
10.11 Side clearance from center line of As per proposed infrastructure
Gantry Rail/I-Beam to nearest side related to 9000 HP Elect. Locos
obstruction {A-1} project work of Dahod workshop
10.12 Side clearance from center line of As per proposed infrastructure
Gantry rail/I-Beam to nearest side related to 9000 HP Elect. Locos
obstruction {A-2} project work of Dahod workshop
10.13 Vertical clearance from floor level to As per proposed infrastructure
lowest structural member of related to 9000 HP Elect. Locos
Crane{K} project work of Dahod workshop
10.14 Vertical clearance from floor to As per proposed infrastructure
bottom of cabin {L} related to 9000 HP Elect. Locos
project work of Dahod workshop
10.15 Runway I-Beam section (For under ---------
slung single girder crane only, not
required for other cranes)
11 Bay Length & DSL 200 m
11.1 Length of Gantry on which crane is 200 Mtr
to operate meters
11.2 Type of DSL required (Meters) Shrouded type DSL required both
side in each bay.
11.3 Length of DSL required (Meters) 200 Mtr
11.4 Type of existing DSL to be indicated This is proposed for new site.
12 Type of control station Operator Cabin as well as Remote
control operated with electro
frequency control
13 Crane has to work in Indoor

301
Western Railway

14 Working environment General workshop


15 Other requirements ---
15.1 Type of Hook required MH-Ramshorn Type, AH-“C” type

Note :-
1. Safety platform with railing is required for EOT maintenance staff along with
provision of ladders having monkey cage, vertical and horizontal lifeline
system etc. as per factory act.
2. Side clearance dimensions (A1 & A2) are to be kept inclusive safety platform
with railing plus adequate distance (305mm) for EOT crane movement with
respect to columns must be ensured.

1.13 Technical specification of Electrically operated Electric lifting jacks (Set of 5 jacks)
synchronised type

Sr. No. Description Remarks/Dimension


(Approx)
1. Capacity of each jacks 65 ton
2. Maximum claw height from ground level 2500 mm
3. Minimum claw height from ground level 900 mm
4. Size of lifting head 300x200 mm2
5. Ground clearance when resisting on wheels 20-25 mm
(adjustable)
6. Claw projection from front of column 450 mm
7. Foot projection from front of column 525 mm
8. Motor power 15 HP
9. Total lift of claw 1600 mm
10. Hoisting speed 150 mm/minute

Note :-
1) Scope covers design. Manufacturing, supply, installation & commissioning of
machine at Dahod.
2) All safety features should be incorporated in the machine as per factory act.
3) GA drawing must be approved by Dahod workshop/project agency before
supply of machine.

302
Western Railway

1.14 Technical Specification of Semi Gantry Crane Cap 05 Ton (Qty.02 Nos.) of Dahod
work shop (W.Rly)
Leading Parameters :-
Sr. Item No. Details
No.
01 Consignee Dahod workshop
02 No. of Cranes required 2 Nos. (Two Nos.)
03 Crane Nos. To be filled by
COFMOW
04 Location (Sub Shop Name with Bay No) Fitting Bay/RSW DHD
05 Type Conventional Double
Girder
06 Capacity 05 Ton
6.1 Main Hoist (Tonnes) 05 Ton
6.2 Auxiliary Hoist (Tonnes) ---
07 Class of Duty IV (Four)
08 Crane Controls From Remote control operated.
09 Speeds {Meter/ Minute}
9.1 Main Hoist Approx 8 Meter/Min.
9.2 Auxiliary Hoist ----
9.3 Long Travel Approx 40 Meter/Min.
9.4 Cross Travel Approx 31.5 Meter/ Min.
9.5 VVVF Drive (Stepless speed for all motion) Required
required
9.6 Creep Speed of MH (Meter/Min) ---
10 Structural details {Refer COFMOW Sketch No. Double Girder
COFMOW/IR/EOTC/X/Y/Z/86 (Double
Girder),
COFMOW/IR/EOTC/SG/91 (Single Girder),
COFMOW/IR/EOTC/X/Y/Z/92-1(Under slung
Girder)
10.1 Weight/Unit Length of rail -----
10.2 Rail Head Width (B) Approx 58.75 mm
10.3a Span (Center to Center of Gantry Rail) (S) Approx 14000 mm
10.3b Gauge (Inner face to Inner face of rail) W= Approx 13941.25 mm
(S-B)
10.4 Top of Gantry Rail (Or Bottom Flange of I- As per proposed site
Beam) to lowest overhead obstruction related to 9000 HP Elect.
(C) Locos project work of
Dahod workshop
10.5 Top of Gantry Rail (Or Bottom Flange of I- As per proposed site
Beam) to floor level (L+J=D) related to 9000 HP Elect.
Locos project work of
Dahod workshop
10.6 Lift of Hook above floor level {MH} Approx 5.5 metre/As per
H1(MH) proposed site related to
9000 HP Elect. Locos
project work of Dahod
workshop

303
Western Railway

10.7 Drop of Hook below floor level {MH} ---


H2(MH)
10.8 Lift of Hook above floor level (AH) ---
H1(AH)
10.9 Drop of Hook below floor (AH) ---
H2(AH)
10.10 Center distance between Hooks MH & AH (R) ---
10.11 Side clearance from center line of Gantry Rail/I- ---
Beam to nearest side obstruction {A-1}
10.12 Side clearance from center line of Gantry rail/I- ---
Beam to nearest side obstruction {A-2}
10.13 Vertical clearance from floor level to lowest ---
structural member of Crane{K}
10.14 Vertical clearance from floor to bottom of cabin ---
{L}
10.15 Runway I-Beam section (For under slung single ---
girder crane only, not required for other cranes)
11 Bay Length & DSL Approx 150 mtr
11.1 Length of Gantry on which crane is to operate Approx 150 Mtr
meters
11.2 Type of DSL required (Meters) ---
11.3 Length of DSL required (Meters) Approx 150 m
11.4 Type of existing DSL to be indicated This is proposed for new
site.
12 Type of control station Remote control operated
with electro frequency
control
13 Crane has to work in Indoor
14 Working environment General workshop
15 Other requirements ---
15.1 Type of Hook required MH-Ramshorn Type,
AH-“C” type

1.15 Technical Specification of Semi Gantry Crane Cap 10 Ton (Qty.01 No.) of Dahod
work shop (W.Rly)
Leading Parameters :-

Sr. Item No. Details


No.
01 Consignee Dahod workshop
02 No. of Cranes required 1 No. (One No.)
03 Crane Nos. To be filled by
COFMOW
04 Location (Sub Shop Name with Bay No) Fitting Bay/RSW DHD
05 Type Conventional Double
Girder
06 Capacity 10 Ton
6.1 Main Hoist (Tonnes) 10 Ton

304
Western Railway

6.2 Auxiliary Hoist (Tonnes) ---


07 Class of Duty IV (Four)
08 Crane Controls From Remote control operated.
09 Speeds {Meter/ Minute}
9.1 Main Hoist Approx 8 Meter/Min.
9.2 Auxiliary Hoist ----
9.3 Long Travel Approx 40 Meter/Min.
9.4 Cross Travel Approx 31.5 Meter/ Min.
9.5 VVVF Drive (Stepless speed for all motion) Required
required
9.6 Creep Speed of MH (Meter/Min) ---
10 Structural details {Refer COFMOW Sketch No. Double Girder
COFMOW/IR/EOTC/X/Y/Z/86 (Double
Girder),
COFMOW/IR/EOTC/SG/91 (Single Girder),
COFMOW/IR/EOTC/X/Y/Z/92-1(Under slung
Girder)
10.1 Weight/Unit Length of rail -----
10.2 Rail Head Width (B) Approx 58.75 mm
10.3a Span (Center to Center of Gantry Rail) (S) Approx 14000 mm
10.3b Gauge (Inner face to Inner face of rail) W= Approx 13941.25 mm
(S-B)
10.4 Top of Gantry Rail (Or Bottom Flange of I- As per proposed site
Beam) to lowest overhead obstruction related to 9000 HP Elect.
(C) Locos project work of
Dahod workshop
10.5 Top of Gantry Rail (Or Bottom Flange of I- As per proposed site
Beam) to floor level (L+J=D) related to 9000 HP Elect.
Locos project work of
Dahod workshop
10.6 Lift of Hook above floor level {MH} Approx 5.5 metre/As per
H1(MH) proposed site related to
9000 HP Elect. Locos
project work of Dahod
workshop
10.7 Drop of Hook below floor level {MH} ---
H2(MH)
10.8 Lift of Hook above floor level (AH) ---
H1(AH)
10.9 Drop of Hook below floor (AH) ---
H2(AH)
10.10 Center distance between Hooks MH & AH (R) ---
10.11 Side clearance from center line of Gantry Rail/I- ---
Beam to nearest side obstruction {A-1}
10.12 Side clearance from center line of Gantry rail/I- ---
Beam to nearest side obstruction {A-2}
10.13 Vertical clearance from floor level to lowest ---
structural member of Crane{K}
10.14 Vertical clearance from floor to bottom of cabin ---

305
Western Railway

{L}
10.15 Runway I-Beam section (For under slung single ---
girder crane only, not required for other cranes)
11 Bay Length & DSL Approx 150 mtr
11.1 Length of Gantry on which crane is to operate Approx 150 Mtr
meters
11.2 Type of DSL required (Meters) ---
11.3 Length of DSL required (Meters) Approx 150 m
11.4 Type of existing DSL to be indicated This is proposed for new
site.
12 Type of control station Remote control operated
with electro frequency
control
13 Crane has to work in Indoor
14 Working environment General workshop
15 Other requirements ---
15.1 Type of Hook required MH-Ramshorn Type,
AH-“C” type

1.16 Technical Specification of Semi Gantry Crane Cap 15 Ton (Qty.01 No.) of Dahod
work shop (W.Rly)
Leading Parameters :-

Sr. Item No. Details


No.
01 Consignee Dahod workshop
02 No. of Cranes required 1 No. (One No.)
03 Crane Nos. To be filled by
COFMOW
04 Location (Sub Shop Name with Bay No) Fitting Bay/RSW DHD
05 Type Conventional Double
Girder
06 Capacity 15 Ton
6.1 Main Hoist (Tonnes) 15 Ton
6.2 Auxiliary Hoist (Tonnes) ---
07 Class of Duty IV (Four)
08 Crane Controls From Remote control operated.
09 Speeds {Meter/ Minute}
9.1 Main Hoist Approx 8 Meter/Min.
9.2 Auxiliary Hoist ----
9.3 Long Travel Approx 40 Meter/Min.
9.4 Cross Travel Approx 31.5 Meter/ Min.
9.5 VVVF Drive (Stepless speed for all motion) Required
required
9.6 Creep Speed of MH (Meter/Min) ---
10 Structural details {Refer COFMOW Sketch No. Double Girder
COFMOW/IR/EOTC/X/Y/Z/86 (Double
Girder),
COFMOW/IR/EOTC/SG/91 (Single Girder),

306
Western Railway

COFMOW/IR/EOTC/X/Y/Z/92-1(Under slung
Girder)
10.1 Weight/Unit Length of rail -----
10.2 Rail Head Width (B) Approx 58.75 mm
10.3a Span (Center to Center of Gantry Rail) (S) Approx 14000 mm
10.3b Gauge (Inner face to Inner face of rail) W= Approx 13941.25 mm
(S-B)
10.4 Top of Gantry Rail (Or Bottom Flange of I- As per proposed site
Beam) to lowest overhead obstruction related to 9000 HP Elect.
(C) Locos project work of
Dahod workshop
10.5 Top of Gantry Rail (Or Bottom Flange of I- As per proposed site
Beam) to floor level (L+J=D) related to 9000 HP Elect.
Locos project work of
Dahod workshop
10.6 Lift of Hook above floor level {MH} Approx 5.5 metre/As per
H1(MH) proposed site related to
9000 HP Elect. Locos
project work of Dahod
workshop
10.7 Drop of Hook below floor level {MH} ---
H2(MH)
10.8 Lift of Hook above floor level (AH) ---
H1(AH)
10.9 Drop of Hook below floor (AH) ---
H2(AH)
10.10 Center distance between Hooks MH & AH (R) ---
10.11 Side clearance from center line of Gantry Rail/I- ---
Beam to nearest side obstruction {A-1}
10.12 Side clearance from center line of Gantry rail/I- ---
Beam to nearest side obstruction {A-2}
10.13 Vertical clearance from floor level to lowest ---
structural member of Crane{K}
10.14 Vertical clearance from floor to bottom of cabin ---
{L}
10.15 Runway I-Beam section (For under slung single ---
girder crane only, not required for other cranes)
11 Bay Length & DSL Approx 150 mtr
11.1 Length of Gantry on which crane is to operate Approx 150 Mtr
meters
11.2 Type of DSL required (Meters) ---
11.3 Length of DSL required (Meters) Approx 150 m
11.4 Type of existing DSL to be indicated This is proposed for new
site.
12 Type of control station Remote control operated
with electro frequency
control
13 Crane has to work in Indoor
14 Working environment General workshop

307
Western Railway

15 Other requirements ---


15.1 Type of Hook required MH-Ramshorn Type,
AH-“C” type

1.17 Technical specification of Manual lifting jacks/Adjustable trustle (Set of 5 jacks)

Sr. No. Description Remarks/Dimension


(Approx)
1. Capacity of each jacks 65 ton
2. Closed Height 900 mm
3. Lift 600 mm
4. Diameter of screw 95 mm
5. Base Size 600 x 600 mm2
6. Material MS steel fabricated
structure with bronze
nut and screw of
alloy steel

Note :- 1) Scope covers design. Manufacturing, supply, installation & commissioning of


machine at Dahod.
2) All safety features should be incorporated in the machine as per factory act.
3) GA drawing must be approved by Dahod workshop/project agency before supply
of machine.

1.18 Technical Specification of Surface Traverser Cap-180 ton (Qty.02 Nos.) of Dahod
workshop(W.Rly)
COFMOW Specification No. COFMOW/IR/MH/TRAV/2020 Rev-0
Leading Parameters :-

Sr. Item No. Details


No.
01 Place at which to be installed Dahod workshop
02 No. of traversers indented with leading parameter 2 Nos. (Two Nos.)
03 Leading Parameter
3.1 Carrying Capacity 180 Ton
3.2 Class of duty Class-III
3.3 Details of Locomotives to be handled WAG-9 Locos
3.4 Type of traverse required (Surface/Pit)
(a) Surface type or Pit type Pit type (Outdoor)
(b) Two track or Multi track Multi track
(Minimum
4/maximum 6) as
per design of
supplier.
(c) VVVF Drive (Stepless speed for all motion) required VVVF Required
3.5 Effective length of traverse i.e. length of traverse rail 26 metre
(excluding the length of tongue rails) Size of platform
3.6 For Pit type Yes

308
Western Railway

(a) Clear width of pit As per proposed site


related to 9000 HP
Elect. Locos project
work of Dahod
workshop
(b) Construction depth of pit As per proposed site
related to 9000 HP
Elect. Locos project
work of Dahod
workshop
3.7 Details of runway track if new traverse requires new Approx 125 metre
runway rails
(i) Number of runway rails 4/6 numbers as per
requirement of 9000
HP Elect. Locos
project work of
Dahod workshop
(ii) Centre to centre distance between runway rails As per proposed site
related to 9000 HP
Elect. Locos project
work of Dahod
workshop
(iii) Specification of runway rails to be used As per proposed site
(Weight & Section) related to 9000 HP
Elect. Locos project
work of Dahod
workshop
3.8 Details of runway rails if new traverse is to be utilized Not applicable
on existing rails of old traverser
(i) Number of runway rails -----
(ii) Centre to centre distance between runway rails -----
(iii) Specification of runway rails to be used -----
(Weight & Section)
3.9 Difference in height between approach rails either As per proposed site
existing or proposed in case of new track (mm) related to 9000 HP
Elect. Locos project
work of Dahod
workshop
3.10 Minimum clearance from top of traverse rails to the As per proposed site
lowest rolling stock component above track (mm) related to 9000 HP
Elect. Locos project
work of Dahod
workshop

3.11 Travel speed (metre/minute) 50 metre/min.


3.12 Maximum rope speed (meters/minute) ---
3.13 Length of wire rope ---

309
Western Railway

3.14 Traction force required on the winch ---


4. Details of Down shop lead :
(i) Length and type of existing DSL if any, with cross Approx 125 m
sectional particulars
(ii) Whether it is proposed to use existing DSL for new Approx 125 m
traverser. If yes reason may be given
(iii) Length & Type of new DSL required with new Shrouded type DSL
traverse (Meters) required
(iv) Whether mast along with foundation and masonry Approx 125 m
work required for fixing new DSL
If yes, number of masts along

1.19 Technical Specification of Surface Traverser Cap-180 ton (Qty.02 Nos.) of Dahod
workshop(W.Rly)
COFMOW Specification No. COFMOW/IR/MH/TRAV/2020 Rev-0
Leading Parameters :-

Sr. Item No. Details


No.
01 Place at which to be installed Dahod workshop
02 No. of traversers indented with leading parameter 2 Nos. (Two Nos.)
03 Leading Parameter
3.1 Carrying Capacity 180 Ton
3.2 Class of duty Class-III
3.3 Details of Locomotives to be handled WAG-9 Locos
3.4 Type of traverse required (Surface/Pit)
(a) Surface type or Pit type Pit type (Outdoor)
(b) Two track or Multi track Multi track
(Minimum
4/maximum 6) as
per design of
supplier.
(c) VVVF Drive (Stepless speed for all motion) required VVVF Required
3.5 Effective length of traverse i.e. length of traverse rail 26 metre
(excluding the length of tongue rails) Size of platform
3.6 For Pit type Yes
(a) Clear width of pit As per proposed site
related to 9000 HP
Elect. Locos project
work of Dahod
workshop
(b) Construction depth of pit As per proposed site
related to 9000 HP
Elect. Locos project
work of Dahod
workshop
3.7 Details of runway track if new traverse requires new Approx 125 metre

310
Western Railway

runway rails
(i) Number of runway rails 4/6 numbers as per
requirement of 9000
HP Elect. Locos
project work of
Dahod workshop
(ii) Centre to center distance between runway rails As per proposed site
related to 9000 HP
Elect. Locos project
work of Dahod
workshop
(iii) Specification of runway rails to be used As per proposed site
(Weight & Section) related to 9000 HP
Elect. Locos project
work of Dahod
workshop
3.8 Details of runway rails if new traverse is to be utilized Not applicable
on existing rails of old traverser
(i) Number of runway rails -----
(ii) Centre to center distance between runway rails -----
(iii) Specification of runway rails to be used -----
(Weight & Section)
3.9 Difference in height between approach rails either As per proposed site
existing or proposed in case of new track (mm) related to 9000 HP
Elect. Locos project
work of Dahod
workshop
3.10 Minimum clearance from top of traverse rails to the As per proposed site
lowest rolling stock component above track (mm) related to 9000 HP
Elect. Locos project
work of Dahod
workshop

3.11 Travel speed (meter/minute) 50 meter/min.


3.12 Maximum rope speed (meters/minute) ---
3.13 Length of wire rope ---
3.14 Traction force required on the winch ---
4. Details of Down shop lead :
(i) Length and type of existing DSL if any, with cross Approx. 125 m
sectional particulars
(ii) Whether it is proposed to use existing DSL for new Approx. 125 m
traverser. If yes reason may be given
(iii) Length & Type of new DSL required with new Shrouded type DSL
traverse (Meters) required
(iv) Whether mast along with foundation and masonry Approx 125 m
work required for fixing new DSL
If yes, number of masts along

311
Western Railway

1.20 Technical Specification Diesel Hydraulic Rail Cum Road Shunting vehicle Cap-
600 ton (Qty-02 Nos.)
SCHEDULE-I
(SPECIFICATION NO : COFMOW/IR/RRV/600 T /2015 Ver-3.0)

Leading Parameters.
1. Major Parameters
1.1 Rail cum Road Vehicle
Capacity : 600 Tonne (minimum). Trailing Load (On Rails)

1.1.1 Brake based hauling capacity:

a) With wagon/coach brake : 600 Tonne (minimum) trailing load on rail


b) Without wagon/coach brake : 100 Tonne (minimum) trailing load on rail

1.2 Type of Railway rolling : BG coaches/ wagons of Indian Railways.


stock which will be used
as trailing loads on rails

2.0 Other parameters:


2.1 Maximum Speed
On rail : Minimum 50 km/hr.
On road : 80 km/hr.
Shunting speed on rail : 08 to 10 km./hr.
(with trailing load)

2.2 Gauge of Rail : 1676 mm

2.3 Maximum curve Range : 10 deg. to 12 deg.

2.4 Type of rail : 90R, 52 kg., 60 kg. UIC

2.4.1 Pneumatic tyres size : 10.80-20-16 PR

2.5 Sleepers : Concrete sleeper used in Indian Railways.

2.6 Points & crossing : 1 in 12 & 1 in 8-1/2 used in Indian Railways

2.7 Track condition : Workshop Yard line standard

2.8 Schedule of Moving : The vehicle must be within the most restrictive
Dimension
schedule of moving Dimension applicable.
2.9 Super Elevation of track : 15 to 50 mm

2.10 Ground Clearance :


To cater the workshop shunting demand of
rolling stock
Note: (i) The vehicle should be able to run satisfactorily on Indian track condition
which should be fully ascertained by supplier before quoting in the

312
Western Railway

tender.
(ii) The vehicle offered should be reliable for latest conditions.
(iii) The vehicle should be suitable for workshop shunting conditions.

Following essential spares are required for RRV. Cap 600-Ton

Sr. No. Spares description Qty


01 Engine Repair Kit 01
02 Hyd. Repair Kit 01
03 Pn. Repair Kit 01
04 Pn. and Hyd. Filter 02 Sets
05 Lub. Oil Filter 04 Sets
06 Bearing (Arm) 02
07 Rubber Belt 01
08 Main Hyd. Pr. Pipe 04
09 All Hydraulic Hoses 01 set
10 Brake system repair kit 01
11 Helical Spring 01
12 Guide wheel 08
13 Head Mtg. Guide wheel 02
14 Axle Arm 02
15 Centre member 02
16 Roller support (Brg) 02
17 Brake disc 04
18 Brake pad 01
19. Brake caliper 01
20. Brake master cylinder 01
21. Clutch cylinder (Upper & Lower) 01
22. 4 way circuit protection valve R/Kit 01
23. Seal kit lift & turning assy. 01
24 Seal kit guide wheel 01
25. Repair kit main pump 01
26 Repair kit steering pump 01
27 Wind screen 01
28. Air filter 02
29 T.Q. Filter 04 Sets
30 Air Deydrator with pressure regulator 02 sets
31 All Bulbs & fuses 01 set
32. Gear shift control unit 01
33. Gear control interfacing 01
34 Basic control interfacing 01
35. Travel Sensors 02
36. RPM/Rotary Speed Encoder Sensors 01
37. Gear Sensor 02
38. Control Relays 06
39. Control Fuses 04 sets

313
Western Railway

Note :- 1) All safety features should be incorporated in the machine as per factory act.
2) GA drawing must be approved by Dahod workshop before supply of machine.

1.21 Technical Specification Of Loco Tractor

Sl. Part No. Description Qty. Un.


No.
1.0 017282 E-MAXI XL VARIO track gauge 1 No.
1676mm

Base frame: welded self-supporting steel


construction
- Chassis with 4 separately driven wheels
with Vulkollan tyres
(wheel diameter: 457 mm) for operation on
road and rails
- Step-less control of the electrically driven
wheels: 2 drive motors of 80 V/7,5 KW
each
- Two steering modes: circular driving /
diagonal driving
- Braking system on vehicle: electrical
braking system applying on all wheels
- Parking brake:
electromagnetic brake, applied
automatically in case of power failure and
standstill
- Hydraulic track guiding system
track guiding wheels for rail operation can
be raised and lowered hydraulically
- Emergency stop button at remote control
as well as on the four sides of the machine
- Radio remote control
(receiver and transmitter; receiver installed
in the machine)
- Labeling: Symbols
- Place of action: India
- Flashlight
- Signal horn
- Driving direction indicator LED lamps
round red/white
- 2 speed modes selectable via key switch
- Speed without trailing load: max. 0 - 6
km/h
- Speed with trailing load: max. 0 - 3 km/h
- Track guiding equipment for track gauge
of 1435mm
- AR dimension is needed: ……….mm

314
Western Railway

Inside the Rail wheel between the flange


- Push/pull capacity: approx. 300 t -1000 t
(if no gradient)
- Steel track guiding wheels Ø275 with
Profile 70° H4020 flange
- Weight: approx. 10.000 kg
- Colour: blue RAL 5017
A Factory Acceptance Test has to be
performed by the
customer at ZAGRO side before delivery
2.0 025998 Material price surcharge 1 No.
Up to now it has only been possible to keep
our delivery capacity above the current
market level with great efforts, such as
acquisitions on the market at significantly
higher prices and forward-looking measures.
We see ourselves forced to pass on the
surcharges imposed on us in the areas of
material to you.
We will continuously reassess the situation
and pass on adjustments.
In the current situation, this measure is
unavoidable and we count on your
understanding at this point in order to
continue to ensure our ability to deliver as
far as possible for your company.

3.0 47 Special rail wheels 4 No.


Rail wheel profile to be provided by
customer.
4.0 204965 Battery 875Ah E-MAXI VARIO 1 No.
1 set of batteries: 2 batteries 30 V/875 AH
with Aquamatic each 1 battery 20 V / 875
AH
- Capacity 875 AH
5.0 500225 On-board battery charger 1 No.
for battery capacity up to 1000 AH
- Mains voltage: 340 - 460 Volt

315
Western Railway

- Frequency: 47 - 62 Hz
- Output voltage: 80 V
- Charging amperage 120 A
- Connection power: 12.8 kW
- Charge time: 7.5 - 9 hours

Weight 9 Kg
Dimensions 550x270x120

The battery charger is supplied with CEE


plug 32 A / 400 V.
- customer. Electricity supply 400 V / 15 A
3~
- The ordered should inspect the goods
immediately upon receipt for
completeness and correctness; any
obvious defects are to be reported to
ZAGRO without delay

NOTE: If necessary the specific


country plug has to be
connected to the cable at site by
the customer.

6.0 501810 Extension cable 10m CEE 16A 1 No.

7.0 502266 Camera system for in-railing

8.0 500881 Warning 1 No.


buzzer for
drive operation
with automatic
sound level
adapter
The solid state electronics automatically
adjust to at least 5 dB
(A) above the sound pressure level of the
environment.

9.0 403678 Driver 1 No.


cabin
E-
MAXI
VARIO
Basic
configu
ration 2
Incl.
Self-supporting base plate
A and B pillars
made of one piece

316
Western Railway

Jansen profile
Skylight small
with double
installation
function Ground
alu checker plate
2 seat boxes each with a Gramer B12
Windscreen wiper system with
parallel wiper and wiper water
tank front and back
2 full glass
doors with
sliding
windows
Holder for
remote
control
control cabinet
Steering wheel
with steering
column switch
Emergency stop
front and rear
1 control panel and
accelerator pedal in 1st
direction of travel Front and
rear console for receiving the
Wiper system
and control
unit
Kinemotion
Emergency
stop switch
Access handle on both sides of
the A-pillar in the direction of
travel Headliner covered with
synthetic leather
Door opener by gas pressure springs
10.0 015444 Shifting device 1 No.

11.0 403681 Additional brake and accelerator pedal 1 No.


- one brake and one accelerator pedal in
the second direction of travel
- A control panel in 2nd direction of travel
12.0 205524 Additional display installed in driver cabin 1 No.
E-MAXI VARIO

13.0 205526 Lighting driver cabin E-MAXI VARIO 1 No.


incl. 2 x flashlight, 4 x work light
installed on driver cabin

317
Western Railway

14.0 207196 Height adjustable coupling device – 2 Nos.


Manual Type

15.0 Couplers with coupling rod length 500mm 1 Set.


1. AAR Type – 01 no.
2. Semi-Permanent – 01 no.

16.0 800253 Docu E-MAXI in English


- Operating and maintenance instructions
- Electric diagram
- Display
- Hydraulic diagram
- Drawings + Spare parts list
- Radio remote control
- Batteries
- Battery charger
- Certificate of conformity

1 printed version and 1 version on USB-


stick

Note :- 1) All safety features should be incorporated in the machine as per factory act.
2) GA drawing must be approved by Dahod workshop before supply of machine.

1.22 TECHNICAL SPECIFICATION OF Battery operated four wheeler Tugger


capacity 10 ton
Sr.No Description Unit Capacity/Details
1 Drive type ----- Battery
2 Rated traction weight (60 minutes W kg 10000
rated)
3 Steering type N/kg Manual
4 Max. traction (5 minutes rated) N/kg 5000/500
5 Draw bar centre height h1/h2(mm) 280/350
6 Tyre size, front-solid tye mm 660 X 178
7 Tyre size, rear-solid tyre mm 457 X 150
8 Seat height mm 910
9 Overall length L mm 2450
10 Overall width B mm 1200
11 Overall height H7 mm 2150
12 Ground Clearance - Chassis G mm 152
13 Wheel base Y mm 1360
14 Wheel Track Steering/Drive mm 890/1000
15 Min. turning radius mm 2450
16 Towing Hook Height H4/H5 mm 435/635
17 Travel speed, laden km/h 9

318
Western Railway

18 Travel speed, unladen km/h 11


19 Gradebility ----- 01:08
20 Battery volts/Cap v/ah 72/340
21 Drive Motor-Brushless Kw 11
22 Brakes on rear wheels ----- Hydraulic
23 Speed controller Type Step-Less

1.23 Technical specification of Bogie Load Testing machine Cap-50 ton


A) Description :-
The bogie load testing machine as per COFMOW Specification No. COFMOW/BLT-
50T/2021
(Rev-00) is required to static bogie load testing machines for testing of bogies of Indian
railways broad guage WAG-9 locos with parameters as per the requirements of
schedule-I.

● The machine should have following configuration :-


● Main Frame
● Ram Cylinder Assembly
● Hydraulic system
● Measuring system
● Controls
● Machine Cycle
● Track Rails
B) Leading Parameters : The bogie load testing machine should confirm to following
major & other parameters.

A) Major Parameters

Sr. No. Description Remarks

1. Capacity 50T (Single Ram)

2. Productivity 10 bogies per 8 hrs


shift

3. Min. Lateral clearance between the bogie 500 mm


frame and the structural columns of the testing
machine (to enable manual measurement of
bogie dimensions)

4. Motor Power 7.5 HP (Min.)

B) Other Parameters

8. Height from rail level to bottom of ram 1800 mm


position (in retracted position)

9. Ram stroke 1100 mm

319
Western Railway

10. Hydraulic working pressure 150 Kg/cm2

11 Operation Vertical

11.1. Least count of digital load indication <50Kg

11.2 Accuracy of load indication ±0.5%

12. Range of adjustable pressure pads 800 to 2800 mm

13. Power supply 415V+10%, -20,


50Hz±3%

C) Performance standards :

1) Static load testing of bogies of Indian Railways given in Annexure-F &


conforming to leading Parameters in Schedule - I.
2) Checking deflection of springs and clearances under load. It should be possible to
obtain load Vs deflection plot for the coil spring of bogies.
3) Applying specified load on each side bearer of bogies (as per drawings
indicated Annexure ) through single ram with the help of appropriate fixtures.
4) Testing of bogies assembly mounted on wheels.
5) Withstanding normal Indian Railway workshop environment with ambient
temperature up to 50 degrees Celsius and relative humidity up to 98% (demonstration
not necessary).
6) It should also be possible to load test of bogies on the machine and the machine
should be capable of:
(i) Apply any specified constant load up to the maximum limit.
(ii)It should be possible to obtain load Vs deflection plots.
7) The machine should be capable of working regular 08 hrs. for Double shift working
6 days a week with machine availability of 85%.

D) SCOPE OF SUPPLY:
The scope of supply should include design, supply, and installation, testing,
commissioning and proving of Machine ON TURNKEY BASIS . It includes all
the concomitant accessories/ equipment’s as detailed in the specification and
other concomitant accessories/ equipment, which the manufacturer considers
essential to make the machine fully operational, when installed and
commissioned. It should also include installation and commissioning of related
equipment, training of personnel in operation and maintenance of machine and
supply of technical documentation. The Preventive Maintenance &
Comprehensive Annual Maintenance Contract of the machine should be indicated in
the offer.

320
Western Railway

E) Concomitant accessories :-

Sr. No. Concomitant accessories Qty


01 First fill of hydraulic oil and lubricants 01 Set
Quantity of each item should be indicated in the
bid.
02. Electrical cables to connect machine and 10 meter
control cabinet (Rate per meter meter beyond
this be indicate separately and should be payable
on actual measurement at site)

03. All fasteners required for installation of the 01 Set


machine.
04. A set of maintenance tools 02 Set
05. Set of Testing pressure pads (each set comprising 01 set
of a pair of testing pressure pads for testing 3
types of bogies.

06. Proving ring of 50 T capacity with calibration 01 No.


certificate from NPL
07. A pair of track rails for testing bogies 3.5 m (each)
08. Any other accessory/ equipment, which the manufacturer
considers essential to make the machine fully operational, when
installed and commissioned connected to power source and give
the specified output/productivity.

F) Optional accessories :-
Sr. No. Concomitant accessories Qty
1. Electrical winch system for bogie handling, 01 No.
capacity 10T
2. Any other accessory, which can improve the productivity,
performance, reliability,
efficiency, or enhance the capability of the machine as a whole or part
thereof, should
be quoted as optional accessory.

Note :-
1) Any other accessory which can improve the productivity, performance, reliability,
efficiency, or enhance the capability of the machine as a whole or part thereof,
should be quoted as optional accessory.
2) All safety features should be incorporated in machine as per factory act.
3) GA drawing must be approved by Dahod workshop before supply of machine.

321
Western Railway

1.24 TECHNICAL SPECTIFICATION FOR PROVISION OF MATERIAL


STACKERS IN GENERAL STORE

Store Shed Size-60x60x14 𝑚 & other details are as under


Sr.No Description Qty Unit
1 Material Stacker Reach Truck 02 Nos.
Heavy Duty
Cap-1.5 Ton
2 Long Span Racking Storage As per accommodation in Set.
System 60x60x14 𝑚 shed
3 Wire mesh pallets, size 100 Nos
1000x800x850 mm (minimum)
4 Hydraulic docking Level system 03 Nos

Note :- The offer will suit to our requirement and Material location & quantity of stock
status (WMS) should be automated computerized generated for easy handling of the
material.

1.25 Dummy movement hydraulic trolley set for WAG-9 loco (1 set consist 2 nos.)
(Qty-18 Nos)

● Set consist of 2 Dummy bogie


● Each dummy bogie WT carrying capacity 75 ton
● Wheel span 1524 mm
● Overall height 1700 mm from wheel base to rest pad.
● Wheel type casting wheel - 4 nos
● Resting contact area Teflon 40 mm
● Resting steering type for curve track.

1.26 Technical Specification Battery Operated Forklift Cap-5 ton (Qty-03 Nos.)
A) DESCRIPTION:
Battery Operated Fork Lift Truck Capacity 05 ton fitted with adjustable cushioned
driver seat, electric horn, parking brake & all safety devices etc and as per technical
specification mentioned below :-
B) Major Parameters:
Sr. Description Remarks/Dimension (Approx)
No.
01. Quantity required 02 Nos.
02. Load Capacity 5000Kg@load centre of 500 mm
03. Mast Type of mast HVT 3 stage
Overall mast 2200 mm
height
Maximum fork 4250 mm
height
Free Fork 1400 mm
height

322
Western Railway

Tilt angle 6/6


(Forward/Bac
kward)
04. Major Dimensions Length to face 3450 mm
of fork
Overall width 2100 mm
Turning radius 3250 mm
Canopy height 2200 mm
Ground 200 mm (minimum)
Clearance at
centre of wheel
base
05. Forks LengthxWidth 1800 x 150x 65 mm
xthickness
Fork spread 330-1530
06. Performance Travelling 18 Kmph
speed
Hoisting speed 0.35 to 04 m/s
Lowering 0.40 to 0.35 m/s
speed
Greadibility 17/20
07. Transmission Automatic transmission
08. Steering Hydrostatic power
09. Battery Battery and 80 V and 756 AH Battery of
Battery Luminious/Exide/Microtex
Charger make with test certificate and
battery charger
10. Other specification Colour As per manufacture’s standard
Driver seat Horizontal adjustment
Drive motors AC motors with manufacture’s
test certificate
Tyre type Solid cushioned type
Wheel 2 in front/2 in rear 28x9-
number, 15,18x7-8
front/rear
Brake system Hydraulic
Motor type AC motor
C) CONCOMITANT ACCESSORIES:
Each machine should be accompanied with the following concomitant accessories.
Sr. No. Description
01 Yellow Flasher Light on the top.

02 For Cold starting one heater to be provided in inlet manifold of


engine.
03 Hour Meter, temperature Gauge, Ampere meter, Engine oil
Pressure gauge, Fuel Gauge
04 Canopy – Tarpaulin covering for driver’s overhead guard.
05 Head & Tail Light (2-Front/2-Rear), Signal Light(2-Front/2-
Rear), Spot light (Reverse).

323
Western Railway

06 Oxy catalyst exhaust Gas purifier

07 Rear View Mirror.

08 Rear tow hook.


09 A Tool box containing all tools required for maintenance for
the Fork Lift Truck (Including Transmission repair tools)
10 Towing coupler
11 Load Back Rest
12 Reverse Alarm
13 Safety Seat Belt
14 Overhead Guard with steel reinforcement at the top
15 Suitable battery charger for traction batteries
16 Horn
17 Battery Discharger indicator with lift lockout

D) List of tools for battery operated forklift truck Cap-03 ton


Sr. No. Description Qty per each
forklift
01 Fixed Spanner set (10 Nos.) 01 Set
02 Adjustable screw spanner 10” 01 No.
03 Box spanner (24mm, 27mm & 30mm) 01 each
04 Screw Driver 6” 01 No.
05 Cutting Plier 6” 01 No.
06 Allen Key (5mm, 6mm, 8mm, 10mm, 12mm and 01 Each
3/16”)
07 Sliding bar 01 No.
08 Philips HD Screw Driver 01 No.

E) Rigidity Control safety :-


1) The battery operated forklift cap-05 ton make should be designed to meet heavy duty
demands of Transporting & stacking of railway material of different shapes & sizes
under severe workshop condition.
2) The battery operated forklift cap-05 ton should be incorporated all safety
devices/service as per factory act so as to provide complete protection to the operator
and the machine all possible failures.
3) The control panel should be well equipped with switch key for starting, battery
discharge indicator with lift lockout etc.
4) Neutral interlock, Anti roll back, concealed hydraulic system hoses, jerk free system
etc. should be available in forklift.

324
Western Railway

1.27 Technical Specification Battery Operated Forklift Cap-3 ton (Qty-03 Nos.)

A) DESCRIPTION:
Battery Operated Fork Lift Truck Capacity 03 ton fitted with adjustable cushioned
driver seat, electric horn, parking brake & all safety devices etc and as per technical
specification mentioned below :-
B) Major Parameters:

Sr. No. Description Remarks/Dimension (Approx.)


01. Quantity required 02 Nos.
02. Load Capacity 3000Kg@load centre of 500 mm
03. Power Source Battery operated/Electric with
Power Steering.
04. Max. Fork/lift height 5500 mm
05. Forklift Greadibility with load 15% (min.)
(laden)
06. Ground clearance at centre of Approx. 200 mm (minimum)
wheel base.
07. Fork spread Adjustable upto 1000 mm
08. Mast tilt angle 5/10 or better
(Forward/backward)
09. Battery and Battery Charger 72 V and 323 AH Battery of
Luminious/Exide/Microtex make
with test certificate and battery
charger
10. Type of Mast 03 stage.
11. Outer turning radius 2500 mm or better
12. Forks-length x width (approx.) 1000 X 100 mm2
13. Type of fork As per ISO : 2328 or latest
14. Ground clearance under mast 100 mm (minimum)
(laden)
15. Colour As per manufacture’s standard
16. Driver seat Horizontal adjustment
17. Drive motors AC motors with manufacture’s
test certificate
18. Tyre type Solid cushioned type
19. Wheel number, front/rear 2 in front/2 in rear 28x9-15,18x7-
8
20. Brake system Hydraulic
21. Motor type AC motor

C) CONCOMITANT ACCESSORIES:
Each machine should be accompanied with the following concomitant accessories.
Sr. No. Description
01 Yellow Flasher Light on the top.

02 For Cold starting one heater to be provided in inlet manifold of


engine.
03 Hour Meter, temperature Gauge, Ampere meter, Engine oil

325
Western Railway

Pressure gauge, Fuel Gauge


04 Canopy – Tarpaulin covering for driver’s overhead guard.
05 Head & Tail Light (2-Front/2-Rear), Signal Light(2-Front/2-
Rear), Spot light (Reverse).
06 Oxy catalyst exhaust Gas purifier

Sr. No. Description


07 Rear View Mirror.

08 Rear tow hook.


09 A Tool box containing all tools required for maintenance for
the Fork Lift Truck (Including Transmission repair tools)
10 Towing coupler
11 Load Back Rest
12 Reverse Alarm
13 Safety Seat Belt
14 Overhead Guard with steel reinforcement at the top
15 Suitable battery charger for traction batteries
16 Horn
17 Battery Discharger indicator with lift lockout

D) List of tools for battery operated forklift truck Cap-03 ton


Sr. No. Description Qty per each
forklift
01 Fixed Spanner set (10 Nos.) 01 Set
02 Adjustable screw spanner 10” 01 No.
03 Box spanner (24mm, 27mm & 30mm) 01 each
04 Screw Driver 6” 01 No.
05 Cutting Plier 6” 01 No.
06 Allen Key (5mm, 6mm, 8mm, 10mm, 12mm and 01 Each
3/16”)
07 Sliding bar 01 No.
08 Philips HD Screw Driver 01 No.

E) Rigidity Control safety :-


1) The battery operated forklift cap-03 ton make should be designed to meet heavy duty
demands of Transporting & stacking of railway material of different shapes & sizes
under severe workshop condition.
2) 2) The battery operated forklift cap-03 ton should be incorporated all safety
devices/service as per factory act so as to provide complete protection to the operator
and the machine all possible failures.
3) 3) The control panel should be well equipped with switch key for starting, battery
discharge indicator with lift lockout etc.
4) 4) Neutral interlock, Anti roll back, concealed hydraulic system hoses, jerk free
system etc should be available in forklift.

326
Western Railway

1.28 Technical Specification Battery Operated Forklift (Articulated type) Cap-2 ton
(Qty-03 Nos.)

A) DESCRIPTION:
Battery Operated Fork Lift Truck (Articulated type) Capacity 02 ton fitted with
adjustable cushioned driver seat, electric horn, parking brake & all safety devices
etc and as per technical specification mentioned below :-

B) Major Parameters:
Sr. No. Description Remarks/Dimension (Approx.)
01. Quantity required 02 Nos.
02. Load Capacity 2000Kg@load centre of 500 mm
03. Power Source Battery operated/Electric with
Power Steering.
04. Service weight (without mast 5340 kg
& battery)
05. Travel speed (adjustable) 12/12.5 Kmph
(Laden/unladen)
06. Lift speed (Laden/Unladen) 0.30/0.50 m/s
07. Lower speed 0.5/0.19 m/s
(Laden/Unladen)
08. Tilt Range 1/3
09. Overhead guard height 2260 mm
10. Seat Height 1220 mm
11. Cab floor height 700 mm
12. Minimum ground clearance 150 mm
(rear)
13. Minimum ground clearance 75 mm
(front)
14. Lost load centre 270 mm
15. Fork dimensions (LxBxH) 950/1150x100x40 mm
16. Overall length to face of 2800 mm
forks
17. Wheel base 1840 mm
18. Chassis width 1320 mm
19. Maximum Gradient 15%
20. Front chassis articulation ±104
angle
21. Rotation angle 208 degree
22. Lift motor rating 12 kw
23. Drive motor rating 6x2 kw
24. Wheel size (dia x width), 308x150/460x200
(front/rear)
25. Battery type 48V and 720 AH Battery of
Luminious/Exide/Microtex make
with test certificate and battery
charger
26. Minimum battery weight 1369 kg
27. Control type MOSFET control with AC induction

327
Western Railway

motor
28. Type of fork As per ISO : 2328 or latest
29. Colour As per manufacture’s standard
30. Driver seat Horizontal adjustment
31. Drive motors AC motors with manufacture’s test
certificate
32. Tyre type Solid cushioned type
20. Brake system Hydraulic
21. Motor type AC motor

C) CONCOMITANT ACCESSORIES:
Each machine should be accompanied with the following concomitant accessories.
Sr. No. Description
01 Yellow Flasher Light on the top.

02 For Cold starting one heater to be provided in inlet manifold of


engine.
03 Hour Meter, temperature Gauge, Ampere meter, Engine oil
Pressure gauge, Fuel Gauge
04 Canopy – Tarpaulin covering for driver’s overhead guard.
05 Head & Tail Light (2-Front/2-Rear), Signal Light(2-Front/2-
Rear), Spot light (Reverse).
06 Oxy catalyst exhaust Gas purifier

07 Rear View Mirror.

08 Rear tow hook.


09 A Tool box containing all tools required for maintenance for
the Fork Lift Truck (Including Transmission repair tools)
10 Towing coupler
11 Load Back Rest
12 Reverse Alarm
13 Safety Seat Belt
14 Overhead Guard with steel reinforcement at the top
15 Suitable battery charger for traction batteries
16 Horn
17 Battery Discharger indicator with lift lockout

D) List of tools for battery operated forklift truck Cap-03 ton


Sr. No. Description Qty per each
forklift
01 Fixed Spanner set (10 Nos.) 01 Set
02 Adjustable screw spanner 10” 01 No.
03 Box spanner (24mm, 27mm & 30mm) 01 each
04 Screw Driver 6” 01 No.
05 Cutting Plier 6” 01 No.
06 Allen Key (5mm, 6mm, 8mm, 10mm, 12mm and 01 Each
3/16”)

328
Western Railway

07 Sliding bar 01 No.


08 Philips HD Screw Driver 01 No.

E) Rigidity Control safety :-


1) The battery operated forklift (articulated type) cap-02 ton make should be designed to
meet heavy duty demands of Transporting & stacking of railway material of different
shapes & sizes under severe workshop condition.
2) 2The battery operated forklift (articulated type) cap-02 ton should be incorporated all
safety devices/service as per factory act so as to provide complete protection to the
operator and the machine all possible failures.
3) The control panel should be well equipped with switch key for starting, battery
discharge indicator with lift lockout etc.
4) Neutral interlock, Anti roll back, concealed hydraulic system hoses, jerk free system
etc should be available in forklift.

1.29 Description: Battery Plate Form Truck Cap-3 Tons- Four Wheelers (Qty - 06 Nos.).
Technical Details of Battery Platform Truck Cap-3 Tons Four Wheelers is as under.
Sr. No. Description Remarks.
1. Make. Jaldoot OR Jost Make Equivalent.
2. Type: Fixed. Fixed Four Wheelers Plate Form Truck
with Suspension and suitable battery
charger.
3. Rated Capacity that truck 3000 Kgs. (Minimum)
can transport (Kgs).
4. Plate Form Size : Approx 3200x 1000 mmx1700 (L X
WXH) with chequered plate on top.
a) Over all Height. Approx 1400 mm to 1600 mm.

b) Over all Length. Approx 3195 Mm to 3250 mm.

c) Max. Plate Form Approx 650 to 750 mm.


Height

d) Wheel base. Approx 1930 mm or standard.

e) Wheel Track. Approx 880 mm or standard.

f) Tyre Size : Approx. 535 x 150 (02 Nos.) (both


front and rear)
5. Type of Tyres for front Solid non – skid rubber.
& rear wheels i.e.

6. Travel Speed.
i) Laden. i) 7-9 KMPH Approx.
ii) Un Laden. ii) 10 to 12 KMPH Approx.

7. Gradeability.
i) 1:15

329
Western Railway

i) Laden. ii) 1:8


ii) Un Laden.

8. Turning Radius.
i) Out Side. i) 3600 mm +/- 100 mm.
ii) Wheel to ii) 3290 mm +/- 100 mm.
Wheel.

9. Speed Controller.
i) No. of Speeds i) 3 Steps.
forwarded. ii) 3 Steps.
ii) No. of Speeds
Reverse.

10. Type of Brakes whether Service Brakes Foot Operated


service brakes as well Hydraulic, Parking Brakes Hand
as on gradient surface. Operated Mechanical.

11. Battery Give Details as under Confirms to IS:5154:1980 reaffirmed


2003 or latest
i) Voltage. {First Revision}
ii) Capacity (Amp i) 36 Volts.
Hrs.) ii) 290/300 Ah.
iii) Rate of Discharge iii) 5 Hrs.

12. Battery charger Suitable for battery fitted in plate form


truck and supply available 240V, 50HZ
AC supply and above battery.
13. i) Tow Hook Front i) 1 No.
ii) Tow Hook Rear. ii) 1 No.
iii) Lifting iii) 4 Nos.
Hooks/Eyes.

14. Drive (AC/DC) DC drive.

Following Spare parts required with each Platform Truck:-


1) Steering Ball joints Qty. 02 Nos.
2) Reverse Power Coil in Spare Qty. 02 Nos.
3) Rear Wheel Shaft Qty. 01 No.
4) Break Cylinder kit, Master Cylinder kit & Wheel Cylinder kit- 01 Each.
5) Spare Wheel 02 Nos. is required with each platform Truck.

Note:-
1) Set of spares for 2 years normal maintenance is required with each plate form
truck { As per recommendation of firm}.
2) Voltage audio alarm is required with plate form truck.
3) Emergency power cut of switch is required with plate form trucks.

330
Western Railway

4) Tools for maintenance is required with each plate form trucks.


5) 03 Sets of operation & maintenance manual covering technical details, Part
No. etc. is required.
6) The performance of plate form trucks should be guaranteed.
7) Spare wheel 02 Nos. is required with each platform Truck.

1.30 Technical Specification Road Tractor with hydraulic trolley (Qty-03 Nos.)

Sr. No. Generic Parameters Remarks/Dimensio


n (Approx.)
01 Tractor Engine Capacity (CC) 3054 CC
02 Type of fuel Diesel
03 Vehicle Emission Compliance Bharat (TREM IIIA)
Stage-VI
04 Colour of the tractor RED
05 Fuel Consumption during module board 3.43
ploughing
06 Fuel Consumption during Pudding 4.25
07 Fuel Consumption during Rotavation 4.47
08 Fuel Consumption at rated engine speed 9.73 Ltr/Hour
(RPM), Max (Ltr/Hour)
09 Fuel Consumption at rated standard PTO 9 Ltr/Hour
speed (RPM) (Ltr/Hour)
10 Engine BHP@rpm, Max (hp@rpm) 49.33
11 Engine Torque @rpm, Max (N-m@rpm) 177.9
12 Power Take off (PTO)Type Live
13 PTO@rpm, Max (hp@rpm) 44.97
14 Engine Aspiration system Natural
15 Engine Cooling Water cooled
16 Fuel Injection Inline
17 Fuel tank capacity (Ltrs) 66 litre
18 Length of tractor Body (mm) 3470 mm
19 Width of tractor body (mm) 1945 mm
20 Ground clearance (mm) 390mm
21 Wheel base (mm) 2125 mm
22 Size of front tyre with ply rating (mm) 6.0 X 16
23 Size of rear tyre with ply rating (mm) 14.9 X28
24 Track width Front (mm) 1330 mm
25 Track width Rear (mm) 1540 mm
26 Tractor Emission system Partial Constant
Mesh
27 No. of forward gears 8
28 Type of wheel drive Two wheel drive
29 Drive Axle Rear
30 Type of steering Power operated
31 Tractor brake Oil Immersed Disc
Brake

331
Western Railway

32 Type of clutch Dual


33 Lifting Capacity at Hitch Joint (kg) 2031.27
34 Turning Radius 3820 mm

Note :- 1) One no. Hydraulic Trolley of suitable capacity incorporated with Road Tractor.
2) Working of Road tractor should be suit to Dahod workshop working condition.

1.31 TECHNICAL SPECIFICATION OF ROAD TRUCK CAPACITY 10 TON


Sr.No Description Unit Capacity/Deta
ils
1 Emission Norms ----- BS IV & above
2 Carrying Capacity Ton 10 Ton &
Above
3 Engine Capacity CC 3600 CC &
Above
4 Transmission ----- Geared
5 Steering ----- Hydraulic
Powered
6 Clutch ----- Single Plate
Type
7 Wheels ----- Min 6+1
8 Top Speed KMPH 80 KMPH
9 Frame ----- All Steel
Ladder Type
with bolted
construction
10 Body Size mm 6000 mm X
2100 mm X
1100 mm or
larger
11 Fuel Tank lts 160 Lts. or
more
12 Fuel Type ----- HSD
13 Battery ----- 12 V, 100 Ah
or more
14 Make ----- TATA Motors
or Ashok
Leyland or
Mahindra &
Mahindra

332
Western Railway

1.32 Technical specification of Road Mobile Crane Cap-17 ton (Articulated type)

Description :- Road Mobile Crane Cap-17 ton as per COFMOW specification no.
COFMOW/IR/RMC-ART-RC/2022, Rev-0

Sr. No. Item Description Value


1. Type of Crane (as per IS : 4573) Diesel Hydraulic
Road Mobile
Crane
2. Capacity 17 ton
3. Mobility Self propelled
4. Articulation Range (degree on either side) 45°(minimum)
5. Type of Operator’s cabin Fixed/Movable
6. Lifting Capacity (85% of tipping load) 17 T at 1.5m
from centre of
front axle
7. Hoisting speed Single line (Unladen) (in m/min) 30 m/min
8. Maximum travel speed (in kmph) 25 Kmph
(minimum)
9. Lift above ground level (to be measured from 15m (minimum)
hook lifting point) (in meters)
10. Maximum turning radius (in meters) 7.5 meter
11. Self compensated hook block Required

Note :-
1) All safety features should be incorporated in the machine as per factory act.
2) The specification covers design, supply, testing & commissioning of Diesel
Hydraulic Road Mobile Crane Cap-17 ton (Articulated type).
3) The Road Mobile Crane should be capable of hoisting i.e. lifting and lowering of
all loads up to the maximum specified working load at different specified speeds &
radii.

1.33 TECHNICAL SPECIFICATION OF ELECTRIC UTILITY VAN


Sr.No Description Unit Capacity/Details
1 Overall Length (mm) 4323
2 Height (mm) 1649 (With Roof
Rails)
3 Width Excluding Mirrors (mm) 1809
4 Wheel Base (mm) 2581
5 Electric Motor Type ----- Permanent Magnet
Synchronous Motor
6 Max. Power (PS) 176.75
7 Max. Torque (Nm) 280
8 Battery Capacity (kWh) 50.3
9 Charger Connection Type 7.4 kW Type 2 plus CCS
10 Estimated 7.4 kW Charge hours 8.5 to 9 hours
Time (0-100%)
11 Estimated 50kW CCS Charge minutes 60 minutes

333
Western Railway

Time (0-80%)
12 Range In Single Charge (km) 461
13 Transmission ----- Automatic
14 Driven wheels ----- Front Wheel Drive
15 Tyre & Wheel ----- 215/55 R17 Alloy
Wheel
16 Spare Wheel ----- 215/55 R17
17 Front & Rear Brakes ----- Disc
18 SUSPENSION Front ----- MacPherson Strut
19 SUSPENSION Rear ----- Torsion Beam
20 CO2 - WLTP combined g/km 0
21 Gross vehicle weight kg 2070
22 Maximum tow ball weight kg 50

1.34 Technical specification of Electric Driven Rotary screw Air Compressor Cap-500
CFM/7.5 Kg/m2
A) Description :-
Electrically driven, rotary screw, air-cooled, microprocessor based stationary air
compressors as per specification No. COFMOW/IR/EDAC/2019 (Rev-01) having
parameters as per Schedule-I. The air compressors are basically energy
conversion devices for transforming electrical/ fossil fuel energy to compressed air
form. They are used in the Railways, primarily for running pneumatic tool, heavy
machinery & plant, air testing of rolling stock, painting application etc.
B) Leading Parameters : The Air Compressor should conform to the following major
& other parameters. Motors for all compressors must be IE3 standard and having B/F
class insulation. This should supersede the motor specification specified elsewhere.
Schedule-I

A) Major Parameters

Sr. No. Description Remarks

1. Free Air Delivery 500 CFM±30 CFM

2. Working Air Pressure (Min) 7.5 Kg/cm2

B) Other Parameters

1. Input Power 415V±10%,3ø,


50Hz±3%

2. Noise Level (Max.) 85±5 dB at as distance


of 7 m in free field
condition.

3. Air Dryer (refrigerated type) & with inlet air duct provision

334
Western Railway

Note :-
1) (Free air delivery, working pressure, power and specific energy consumption
should be as per ISO:1217 (i.e. taking into account all losses) at the point
of discharge of after cooler and moisture separator.
2) The FAD should be measured at the discharge terminal point of the
compressor package in accordance with the CAG/PNEUROP PN2CPTC2
Test Code (Annex C to ISO 1217).
3) The FAD is to be given in terms of ACFM where ACFM is actual cubic feet
per minute at inlet conditions.
4) Formula for calculation of input power calculation of the motor Input power
of the motor = √3 x Voltage x Full load current x Power factor
5) The bidder should give the detailed calculations of power consumption
for each schedule. Due consideration and details of efficiency of air
compressor should also be provided.

C) PERFORMANCE STANDARDS:
1) The compressor should be capable of working in normal Indian Railways
workshop environment with maximum ambient temperature up to 48 o C and
maximum relative humidity up to 98%.
2) The compressor should be capable to perform as per the requirements of ISO: 1217
(latest) for packaged compressors.

D) SCOPE OF SUPPLY: The scope of supply and services should be as under:


Design, manufacture & supply of electrically driven rotary screw,
microprocessor based stationary air compressor as per parameters in Schedule-
I with air-cooled oil cooler, air-cooled after cooler and moisture separator/
dehumidifier along with automatic drainage trap as well as manual drainage trap. It
includes all the concomitant accessories/ equipment’s as detailed in the
specification and other concomitant accessories/equipment, which the
manufacturer considers essential to make the machine fully operational, when
installed and commissioned. It should also include installation and commissioning
of related equipment, training of personnel in operation and maintenance of machine
and supply of technical documentation. For basic design features & general
characteristics.

E) Concomitant accessories :-
Sr. No. Concomitant accessories Qty
01 Vertical Air receiver of 3 M 3 capacity conforming 01 No.
to IS: 2825 and IS: 7938 with all mountings
02. Seamless air piping of suitable bore between 50 meter
compressor and air receiver including sockets, NRV,
Tee/elbow joints, isolating valves etc.
03. First Fill of oils and lubricants First fill
(quantity of each item to be indicated in the bid)
04. Maintenance tool kit 01 Set
05. Electrical cables to connect compressor panel to 50 meter
supply distribution board
06. Set of maintenance spares/consumables (including 01 Set
filters, separators, etc. but excluding oils and
lubricants required for scheduled maintenance

335
Western Railway

during warranty
08. Compatible Servo Controlled voltage stabilizer 01 No.
Note: i. Servo Controlled voltage stabilizer should
be preferably from indigenous make such as
SERVOMAX/CONSUL/APLAB/Unity.
ii. Firm should give break up of electrical load of
the air compressor and peripheries and clearly bring
out the capacity of voltage stabilizer.
09. Compatible Refrigerated Air drier for air 01 No.
compressors
10. The scope of supply should include design, supply, installation, testing,
commissioning and proving of machine on turnkey basis. It should also
include installation and commissioning of related equipment, training of
personnel in operation and maintenance of machine and supply of
technical documentation.
08. Any other equipment required to make the compressor fully functional at
site should be listed under concomitant accessories and quoted
separately.

F) Optional accessories :-

1) 05 years comprehensive AMC (after warranty).


2) Any other attachment/accessory, which in the opinion of the tenderer should
enhance the capability of the air compressor, should be quoted separately
bringing out the advantages thereof.

Note :-
1) Any other accessory which can improve the productivity, performance, reliability,
efficiency, or enhance the capability of the machine as a whole or part thereof,
should be quoted as optional accessory.
2) All safety features should be incorporated in machine as per factory act.
3) GA drawing must be approved by Dahod workshop before supply of machine.

1.35 Technical specification of Electric Driven Rotary screw Air Compressor Cap-500
CFM/10 Kg/m2
A) Description :-
Electrically driven, rotary screw, air-cooled, microprocessor based stationary air
compressors as per specification No. COFMOW/IR/EDAC/2019 (Rev-01) having
parameters as per Schedule-I. The air compressors are basically energy conversion
devices for transforming electrical/ fossil fuel energy to compressed air form. They are
used in the Railways, primarily for running pneumatic tool, heavy machinery & plant,
air testing of rolling stock, painting application etc.
B) Leading Parameters : The Air Compressor should conform to the following major &
other parameters. Motors for all compressors must be IE3 standard and having B/F class
insulation. This should supersede the motor specification specified elsewhere.

336
Western Railway

Schedule-I

A) Major Parameters

Sr. No. Description Remarks

1. Free Air Delivery 500 CFM±30 CFM

2. Working Air Pressure (Min) 10.0 to 10.5 Kg/cm2

B) Other Parameters

1. Input Power 415V±10%,3ø,


50Hz±3%

2. Noise Level (Max.) 85±5 dB at as distance


of 7 m in free field
condition.

3. Air Dryer (refrigerated type) & with inlet air duct provision

Note :-
1) Free air delivery, working pressure, power and specific energy consumption
should be as per ISO:1217 (i.e. taking into account all losses) at the point
of discharge of after cooler and moisture separator.
2) The FAD should be measured at the discharge terminal point of the
compressor package in accordance with the CAG/PNEUROP PN2CPTC2
Test Code (Annex C to ISO 1217).
3) The FAD is to be given in terms of ACFM where ACFM is actual cubic feet
per minute at inlet conditions.
4) Formula for calculation of input power calculation of the motor Input power
of the motor = √3 x Voltage x Full load current x Power factor
5) The bidder should give the detailed calculations of power consumption
for each schedule. Due consideration and details of efficiency of air
compressor should also be provided.

C) PERFORMANCE STANDARDS:
1) The compressor should be capable of working in normal Indian Railways
workshop environment with maximum ambient temperature up to 48 o C and
maximum relative humidity up to 98%.
2) The compressor should be capable to perform as per the requirements of ISO: 1217
(latest) for packaged compressors.

D) SCOPE OF SUPPLY: The scope of supply and services should be as under:


Design, manufacture & supply of electrically driven rotary screw, microprocessor
based stationary air compressor as per parameters in Schedule-I with air-cooled
oil cooler, air-cooled after cooler and moisture separator/ dehumidifier along with
automatic drainage trap as well as manual drainage trap. It includes all the concomitant
accessories/ equipment’s as detailed in the specification and other concomitant

337
Western Railway

accessories/equipment, which the manufacturer considers essential to make the machine


fully operational, when installed and commissioned. It should also include installation
and commissioning of related equipment, training of personnel in operation and
maintenance of machine and supply of technical documentation. For basic design
features & general characteristics.

E) Concomitant accessories :-
Sr. No. Concomitant accessories Qty
01 Vertical Air receiver of 3 M 3 capacity conforming 01 No.
to IS: 2825 and IS: 7938 with all mountings
02. Seamless air piping of suitable bore between 50 meter
compressor and air receiver including sockets, NRV,
Tee/elbow joints, isolating valves etc.
03. First Fill of oils and lubricants First fill
(quantity of each item to be indicated in the bid)
04. Maintenance tool kit 01 Set
05. Electrical cables to connect compressor panel to 50 meter
supply distribution board
06. Set of maintenance spares/consumables (including 01 Set
filters, separators, etc. but excluding oils and
lubricants required for scheduled maintenance
during warranty
08. Compatible Servo Controlled voltage stabilizer 01 No.
Note: i. Servo Controlled voltage stabilizer should
be preferably from indigenous make such as
SERVOMAX/CONSUL/APLAB/Unity.
ii. Firm should give break up of electrical load of
the air compressor and peripheries and clearly bring
out the capacity of voltage stabilizer.
09. Compatible Refrigerated Air drier for air 01 No.
compressors
10. The scope of supply should include design, supply, installation, testing,
commissioning and proving of machine on turnkey basis. It should also
include installation and commissioning of related equipment, training of
personnel in operation and maintenance of machine and supply of
technical documentation.
08. Any other equipment required to make the compressor fully functional at
site should be listed under concomitant accessories and quoted
separately.

F) Optional accessories :-
1) 05 years comprehensive AMC (after warranty).
2) Any other attachment/accessory, which in the opinion of the tenderer should enhance
the capability of the air compressor, should be quoted separately bringing out the
advantages thereof.

338
Western Railway

Note :-
1) Any other accessory which can improve the productivity, performance, reliability,
efficiency, or enhance the capability of the machine as a whole or part thereof, should
be quoted as optional accessory.
2) All safety features should be incorporated in machine as per factory act.
3) GA drawing must be approved by Dahod workshop before supply of machine.

1.36 Tech. Specification of Development of CCTV Surveillance Facilities

1.1 Name of Work: Development of CCTV surveillance facilities at Dahod (W.Rly)


QTY - One Set
1.2 Scope of Work: The scope of work for CCTV surveillance facility at Dahod
Workshop (W.R.) includes as:
a. Supply, installation, testing and commissioning of LAN networked high definition
CCTV surveillance cameras system in Dahod (W. Rly.).
b. Integration of new system with existing CCTV camera system installed at Dahod
(W. R.).
c. Supply, installation, testing and commissioning of CISCO Codec System at
Manthan Hall of Dahod (W.R.)
d. Comprehensive five (5) years Annual Maintenance contract (AMC) for LAN
networked high definition CCTV surveillance cameras system in Dahod (W. Rly).
1.3 Supply, installation, testing and commissioning of LAN networked high
definition CCTV surveillance cameras system and CISCO Codec System at
Dahod (W.R.) and integration of new system with existing CCTV camera
system installed at Dahod (W. R.)
1.3.1 The scope of work involves the supply, installation, testing and commissioning of
LAN networked high definition CCTV surveillance cameras system.
1.3.2 All products/items must meet the minimum specification as per RDSO
specification “RDSO/SPN/TC/65/2021 Version 6.0” or latest, as and where
applicable.
1.3.3 The work requires to supply the following products as per desired
specifications/make/quantity along with installation, testing and commissioning
there of:
SR.
Product Name Description Name of Make Qty Unit
No.
Supply,
installation,
Network Video testing and MATRIX,
1 Recorder commissioning Honeywell, 3 Nos
(NVR) of 64 Channel Hikvision, Dahua
NVR with 4K
Support and

339
Western Railway

8HDD Slots with


minimum
specification as
per
RDSO/SPN/TC/
65/2021 Version
6.0 or latest
Supply,
installation,
testing and
commissioning
2 10 TB WD of 10 TB WD, Seagate, Sony 16 Nos
capacity 3.5-inch
internal hard
drive 64MB
buffer size
Supply,
installation,
testing and
commissioning
of 2MP
MATRIX,
Varifocal IR
2 MP Bullet Honeywell,
3 Bullet Camera 115 Nos
Camera Hikvision, Dahua,
with minimum
Sony, Panasonic
specification as
per
RDSO/SPN/TC/
65/2021 Version
6.0 or latest

Supply,
installation,
testing and
commissioning
of The Full HD
PTZ (Pan, Tilt,
2MP IR Dome MATRIX,
Zoom) IP Colour
PTZ Honeywell,
4 Camera should 5 Nos
with 33X Hikvision, Dahua,
have meet the
Zoom Sony, Penasonic
minimum
specifications as
per
RDSO/SPN/TC/
65/2021 Version
6.0 or latest
Supply,
installation, STD, Cisco and D-
5 PVC Box 115 Nos
testing and Link
commissioning

340
Western Railway

of Waterproof
Junction Box,
Material: Plastic,
Features:
Durable, Dust-
proof,
Waterproof,
Weatherproof,
Dimension: 4 X
4
Supply,
installation,
testing and
commissioning
L3 Network of CORE
Switch (CORE SWITCH should
NETGEAR, D-
6 Switch/ have meet the 4 Nos
Link, HP, Cisco
Main Control minimum
Switch) specifications as
per
RDSO/SPN/TC/
65/2021 Version
6.0 or latest
Supply,
installation,
testing and
commissioning
of Layer2 Switch
Layer 2
24 port POE
Switches (24 NETGEAR, D-
7 should have meet 4 Nos
Port POE Link, HP, Cisco
the minimum
Switch)
specifications as
per
RDSO/SPN/TC/
65/2021 Version
6.0 or latest
Supply,
installation,
testing and
commissioning
of Field switches
Layer 02 –
(08 Ports) should
Switches (08 NETGEAR, D-
8 have meet the 16 Nos
Port POE Link, HP, Cisco
minimum
Switch)
specifications as
per
RDSO/SPN/TC/
65/2021 Version
6.0 or latest

341
Western Railway

Supply,
installation,
testing and
Network Rack- commissioning
9 D-link, CP plus 1 Nos
12U of 9U Rack for
Network
components and
CCTV Devices
Supply,
installation,
testing and
Network Rack- commissioning
10 D-link, CP plus 23 Nos
6U of 6U Rack for
Network
components and
CCTV Devices
Supply &
drawing of 24
Core OFC Cable
should have meet
24 Core OFC the minimum D-link, Polycab,
11 3000 Meter
Cable specifications as CCFC
per
RDSO/SPN/TC/
65/2021 Version
6.0 or latest
Supply,
installation,
testing and
commissioning
of 24 port LIU
loaded, for Fixed
Optical Fiber
24 Port LIU-
12 Interconnection D-link 24 Nos
Loaded
Units used in
interconnecting,
cross-connecting
or splicing
applications in
LAN’s at a
premise location
Supply,
installation,
testing and
commissioning
Pigtail
13 of Fiber Optic D-link 576 Nos
Adapters
Cable Adapter
Coupler SC-SC
Simplex Single
mode

342
Western Railway

Supply,
installation,
testing and
OFC Patch
14 commissioning D-link 48 Nos
Cord
of Fiber Patch
Cable Single
Mode Duplex
Supply,
installation,
testing and
commissioning
of a small
transceiver that
plugs into the
OFC SFP SFP port of a
15 D-link 48 Nos
Modules network switch
and connects to
Fibre Channel
and Gigabit
Ethernet (GbE)
optical fiber
cables at the
other end.
Splicing OFC Splicing
16 NA 1104 Job
charges Charges
Supply and
drawing of
CAT6 Cable
should have meet
the minimum
17 CAT6 Cable D-link 6000 Meter
specifications as
per
RDSO/SPN/TC/
65/2021 Version
6.0 or latest
Supply and
drawing of Core
Power cable
should have meet
2 Core Power the minimum RR KABEL,
18 1500 Meter
Cable specifications as Polycab, Havells
per
RDSO/SPN/TC/
65/2021 Version
6.0 or latest
Supply,
installation,
ANCHOR, Bajaj,
19 Power Socket testing and 30 Nos
Havells
commissioning
of Power Socket

343
Western Railway

with Switch
Supply,
installation,
testing and
Professional commissioning
Sony, SAMSUNG,
20 Commercial of 65 Inch 5 Nos
LG
Display Professional
Commercial
Display (Smart
TV)
Road Cutting
with Filling
21 Road Cutting NA 600 Meter
along with Metal
Pipe Laying
Integration of
Existing CCTV
22 Existing Camera NA 1 Job
Camera Work
in the new Set up
Supply and
mounting of
MAST for
23 Galvanised NA 1 No
CCTV
MAST for
CCTV
24 LAN TESTER LAN TESTER D-link 1 No
All in one
Computer Desktop
25 Lenovo, HP, Dell 5 No
System computer

Provision of
minimum Microtek,
26 UPS 5 No
600VA UPS for Luminous
computer system
● Office
Tables with
both side
drawer. Size of
Office Tables + Nilkamal, Alder,
27 table - 5x3 feet. 6 No
Chairs PARIN
● Office
chair with mid
high back and
both side arms
Supply,
installation,
testing and
28 LED signage Standard 1 No
commissioning
of LED signage
board
29 CISCO Supply, CISCO 1 No

344
Western Railway

CODEC installation,
SYSTEM testing and
commissioning
of CISCO
MAKE VIDEO
CONFERECE
DEVICE full set
for Manthan
Hall.
Supply of One
aluminium
30 Ladder STD 1 No
folding ladder of
8 feet.
Man Power
Deployment for
Man Power working hours
31 NA 1 Year
Deployment for CCTV
Monitoring and
Maintenance
Comprehensive
AMC for the
above work for 5
Comprehensive
32 years after NA 1 No
AMC
completion of
warranty period
of 1 year.

1.3.4 The detailed scope of work is as follows:


1) Proposed system should have the minimum specifications as per RDSO/SPN/TC
/65/2021 Version 6.0, easy to maintain system and ONVIF (Open Network Video
Interface Forum) compliant for camera as well as for software (VMS).
2) Installation of new CCTV Cameras and Integration of all-ready installed CCTV
Cameras at Dahod Workshop at different locations of DAHOD (Western Railway).
3) Installation system must start from RPF Gate to other location as shown in
drawing no. WR/DHD/DRG/2-P/8173 dated 21.12.2021.
4) The system should send and receive data smoothly to and from every end where
devices (Including CCTV Cameras and all peripherals) installed to MIS Cell-
Dahod.
5) Network Video Recorder (NVR)
a) Sever/NVR and other related equipment should be installed in MIS Cell-
Dahod.
b) The data like CCTV footage must collect at MIS Cell-Dahod in provided
system (NVR at MIS Cell-Dahod).
c) The NVR should make continuous recording of all cameras for 24x7 hours.
Hardware should have adequate storage for a period of 60 days. Contractor
should provide 03 Nos. Wireless Key board and mouse for viewing &
managing 03Nos NVR each.

345
Western Railway

d) Contractor has to supply the system cabinet for housing the Server/PC with
CCTV monitoring and configuration software, Ethernet switch and other
network components. The cabinet should be supplied in completely assembled
condition with all the components installed and wired inside the cabinet ready
for site installation. Contractor should provide cabinet base frame details
during detail engineering. The vendor should provide electric safety devices
for each camera unit, NVR and Server etc.
1.4 CCTV camera
a) Contractor has to supply the IP/IP type CCTV camera with suitable mounting
brackets (with ex-proof conduit), nuts & bolts as per the site requirement.
Cameras should be designed to be compatible with environment conditions as
per RDSO/SPN/TC/65/2021 Version 6.0 or latest. Necessary mounting
arrangement should be prepared to suit the conditions at site and supplied along
with the camera. Suitable canopies/sun-shade should be supplied for the
camera.
b) As per RDSO/SPN/TC/65/2021 Version 6.0 or latest, the CCTV camera should
be Direct IP type without requirement of any external encoders or converters,
PTZ type suitable for field mounting as per area classification. It should have
integral Ex-proof housing for both camera and PTZ assembly along with
mounting accessories for the installation of the same. Separate housing by
others is not acceptable.
c) All PTZ cameras should be programmed in continuous tour for monitoring the
plant area.
d) All devices which are hanging on wall or on pole etc. must be assured by
contractor that they will not fall down its self. Proper arrangement should be
done while fitting.
1.5 Network switches/switches/OFC cables/CAT6 cables/Power cables
a) Connections/wiring between PC and network switches/converters, KVM
extender, display monitor and inside the field junction box for network
components should be in Contractor’s scope along with the supply of required
quantity of various types of cables and connectors.
b) Contractor has to supply the interconnecting cables and cable glands between
the camera and the field junction boxes. To the extent possible all
interconnecting cable between camera and field JB should be armoured, in case
if same is not OEM standard, vendor should supply area classified conduits and
glands for laying these cables. Contractor should indicate the different types of
cables between the cameras and field junction boxes in their offer along with
the network architecture drawing.
c) Supply of separate flameproof type field junction boxes as per area
classification with FRP canopies for the power supply distribution and for
housing the network components.
d) Railway should provide Power supply to the field power supply junction
box(JB) and inside the control room system cabinet for each unit. Further

346
Western Railway

conversion and distribution of the power supply within the system cabinet and
field JB should be carried out by the vendor.
e) Contractor should utilize power supply cable and 24 core Fibre Optic Cable
(OFC) as per RDSO specification RDSO/SPN /TC /65/2021 Version 6.0 or
latest. The specification of these cables is enclosed in the aforesaid RDSO
specification. Contractor should provide the load calculation and total power
supply requirement and confirm the size of the power cable. Contractor should
confirm the acceptability of these cables for the above application.
f) All FO (Fiber Optic) cable splicing and termination along with OTDR should
be carried out by the Contractor. All the tools/tackles and connectors required
for this activity should be in writing Contractor’s scope.
1.6 Professional Commercial Display
a) Professional Commercial Display Should meet the minimum specification as
per Para 9.0 of RDSO/SPN/TC/65/2021 Version 6.0 or latest.
1.7 Road Cutting
a) For excavation work prior written permission is must be taken from the
authority i.e. AEN(W), AEE(E), CWM, RPF to start the work.
b) If the excavation work is done by the successful contractor for lying the cable,
then that place will have to be filled to the original condition as soon as possible
after the work is done.
c) The excavation work should be done with proper care so that no harm should
be made to underlying cables/pipeline etc. otherwise necessary penalty will be
imposed.
1.8 Existing CCTV camera work
a) This is demand for new manufacturing unit of 9000 HP Electric Locos .
b) The contractor has to be successfully combined/connect/synchronised with the
existing CCTV setup with the newly proposed 120 CCTV camera system.
1.9 MAST
a) 01 (One) No. MAST installed for CCTV camera at North gate of Dahod
Workshop should be galvanized so that there is no adverse effect of weather on
the MAST.
1.10 Computer System
CPU/Processor Min 10th Gen Intel Core i3-10110U | Speed: 2.1 GHz
(Base) - 4.1 GHz (Max) | 8 Cores | 4MB Cache
OS Pre-Loaded Genuine Windows 10 Pro or higher with
Lifetime License Key
Pre-Installed MSO Home and Student 2019
Memory and Storage 4GB DDR4-2666 RAM | Storage: Min. 500GB HDD
Graphics Integrated Intel UHD Graphics
Display 21.5-inch Full HD (1920x1080) or more
Ports 2 Nos. USB 3.1, 2 Nos. USB 2.0, Headphone/Mic
combo jack (3.5mm), Ethernet (RJ-45), HDMI, Media
card reader | With CD/DVD-Drive

347
Western Railway

Connectivity Latest Bluetooth 4.0 or more and WI-FI Connectivity


All required standard accessories, Keyboard and mouse, adapter and Cables
1.11 UPS

Rating in KVA 600 VA


(KVA)
Technology IGBT-PWM without inbuilt isolation transformer
Input Power single phase 160V - 260V sinewave,50Hz
Output power Single phase 230V +/-1% sine wave, 50 Hz
Backup time 60
(Minutes)
Minimum VAH 1872
(VAH)
Movable trolley for Without trolley but with rack
Batteries
1.12 LED Signage board
a) The LED Signage board should be minimum of standard size i. e., 1 Sq. meter.
1.13 CISCO CODEC SYSTEM for Video conferencing (as per
RDSO/SPN/TC/100/2020 Rev. 1.0 or latest):
a) CISCO CODEC SYSTEM for Video conferencing at Manthan Hall of Dahod
Workshop should contain following components :
(i) SX20 Codec
(ii) Camera options A: Precision HD 1080p 12X B: Precision 40
(iii) Table Microphone 20 (1 default and 1 optional)
(iv) User interface: --TRC6 remote control with two AAA batteries, or --Touch
10 controller
(v) HDMI cable for monitor (1 default)
(vi) Camera cable
(vii) Ethernet cable for LAN
(viii) Presentation cable: --VGA to DVI-A cable, or --HDMI to DVI-D cable
(ix) Power supply and power cable
(x) Codec wall mounting kit
(xi) Camera mounting bracket
(xii) Microphone extension cable
(xiii)Monitor or projector (55 inch or larger)
(xiv) Speaker system
b) Original Equipment Manufacturer (OEM) of video conferencing system should
have office in India. OEM or its authorized representative should have service
facility in India.
c) Manufactured products should have quality system compliance and should be
UL or EN and FCC or CE certified.
d) All core components of video conferencing system like camera, codec,
MCU, Gateway, Gatekeeper and embedded software should be from
same manufacturer.

348
Western Railway

e) Video Conferencing system should be capable of getting connected over


Ethernet network provided by Railways.
f) The power supply available at the locations should be 230 V / 50 Hz AC ±
10%. All modules of the video conferencing system should work using this
power supply only. A suitable UPS may be used for power backup for
video conferencing equipment. UPS of suitable size should be provided by the
purchaser.
g) It should be possible to dial-in any Video Conferencing (VC) site from the
Divisional, Zonal Headquarters or any other locations or when ever desired
with no extra hardware & software and contractor has to make the system as
per above requirement. LAN/WAN Connectivity for same should be provided
by Railways.
h) All the cameras and other modules of video conferencing system should be
modular in construction. In case of up gradation of such modules in
future, it should be possible to upgrade them without replacing the entire
system.
i) The system should have diagnostics facility for serial, video & network
interfaces.
j) System logging should be possible either to a remote IP address or console port
or on the system.
k) The quality plan describing the quality assurance system followed by the
manufacturer should be submitted or should have meet the minimum
specifications as per RDSO/SPN/TC/100/2020 Rev. 1.0 or latest.
l) MCU Port size should be of 10 or 15 or 20 ports. Size of MCU should be
specified by the purchaser at the time of procurement based on the site
requirement.
m) All software and firmware upgrades should be free of cost for a period of five
years.
1.14 Office table: Office tables supervisor size-5x3 top sunmica, dico polish with one
side drawer Plus one box and side two box drawers with computer slab.
1.15 Office Chair: Office chair Model : Godrej Ally M/BB (or) Equivalent
1.16 Ladder: Ladder must be of 8 feet foldable aluminum alloy.
1.17 All required material and accessories should be standard and specified brand as and
where mentioned.
1.18 During fitment, precautions are to be taken by the contractor to protect the existing
wiring system of workshop.
1.19 Cameras will be fitted at suitable places firmly with a provision of suitable
guards to protect them from rain, direct sun light etc.
1.20 Live streaming of all the cameras should be available all the time as per requirement
of Railway administration.
1.21 Cabling should be fastened at suitable height with hooks.

349
Western Railway

1.22 Contractor should provide the warrantee till the end of AMC period for each
parts/item/product which is supplied/changed/ installed/commissioned till the end
date of successful completion of Comprehensive five (5) year’s Annual Maintenance
contract (AMC). If any part/item/product is broken/damaged/not working /faulty by
any means, he has to repair/replace that parts/item/product free-of-cost within desired
time limit whether the product warrantee has expired.

1.37 Technical Specification Industry 4.0

A) Name of work:
Supply, installation & configuration of required hardware, necessary cables, ports etc
to set up the communication channel for identified 03 Nos. CNC machines at Dahod
workshop with existing system having zyfra MDC+ software installed in server (at
lower parel workshop) connected through Railnet connection.

Scope of work :
1) The contract should covers supply Supply, installation & configuration of
required hardware, with pre-installed Zyfra MDC+ software in a server (at
Lower Parel workshop) & to set up the communication channel for identified
03 Nos. CNC machines to fetch & monitor real time data & generate MIS
reports for better quality control & monitoring the process.
2) The required hardware should be compatible with Zyfra MDC + software.
3) The firm should submit manufacture’s sale & service authorization certificates
for quotated system.
4) The hardware should be compatible with existing LAN connectivity available
in the workshop.3
5) Connecting CAT 6 cable from machine to nearest LAN port available. Suitable
infrastructure to put the cable from the machine to server/computer of
appropriate length to be provided by firm.
6) The supply of necessary hardware/materials to connect the machine to the
server should be in the scope of supplier.
7) The supplier/contractor should be the OEM of the software being supplied.
8) The supplier should furnish test certificate of the hardware supplied.
9) The system should be accessible as web based application and necessary user
name/passwords has to be provided for accessing the system/data.
10) The system should be capable to interface with other CNC machine (apart from
Fanuc & Siemens), Robots and PLCs.
11) Any additional software/hardware kits required to connect the machine for
successful integration is included in the scope of the supplier.
12) The integration should be incremental on ad hoc basis, i.e. in future (based on
Railways needs) to connect additional machines & the above system should
also be able to fetch & integarate the same.
13) No casing/panelling facility for the hardware should be provided by the
railway. All wirings should needs to be secured with fasteners/any other

350
Western Railway

suitable means and proper protective equipment.


14) Any damage to Railway property that has been provided to the supplier to
achieve the integration should be recoverable from the supplier.
15) Contract should covers integrate the above system with server at Lower Parel
workshop, Mumbai, Western railway. In addition to above include all other
additional features, generation of MIS reports available in server installed at
Lower Parel workshop should be in the scope of supplier. The compatibility
test should be carried out during commissioning and all the requisite
hardware/software/material should be in the scope of supplier without any
additional charges.

1.38 Technical specification

Name of work - Testing facilities for WAG -9 locos, 9000 HP including Rain water testing
facility, Loco guage checking facility, pneumatic testing, weighing facility & blowers etc

TECHNICAL SPECTIFICATION FOR DEVELOPMENT OF COMPUTERISATION


FACILITIES IN SHOPS & OFFICES

Sr.No Description Qty Unit


1 Desktop computers All in one 250 Nos.
LATEST VERSION
(HP/DELL/Lenovo/Canon make)
2 Laser Printer cum scanner -Black 100 Nos.
& white
LATEST VERSION
(HP/DELL/Lenovo/Canon make)
3 Laser Printer cum scanner – 50 Nos
Colour
LATEST VERSION
(HP/DELL/Lenovo/Canon make)
4 UPS 800V or higher LATEST 250 Nos
VERSION

TECHNICAL SPECTIFICATION FOR DEVELOPMENT OF OFFICE


EQUIPMENTS INCLUSIVE DRAWINGS PRINTERS

Sr.No Description Qty Unit


1 Visitor Chair 250 Nos.
(Godrej/Nilkamal/Cello make)
2 Revolving chair 150 Nos.
3 Almirah 100 Nos
(Godrej/Nilkamal/Cello make)

351
Western Railway

4 Industrial lockers,6 doors 100 Nos


5 Executive chair 50 Nos.
Plotter Printer Size-A0 to A4 1 No.

Miscellaneous T&P items


(1) TECHNICAL SPECIFICATION OF Haulotte Diesel NA >=230kg Self Propelled
Articulated Boom Lift & load lifting height 14m

Sr.No Description Unit Capacity/Details


1 No. of steeing controlled wheels ----- 4
2 Working area of Platform sqft >=15.75 sqft
3 Platform height meter 1 meter
4 Weight kilogram 6650 kilogram
5 No Of Wheels ----- 4

6 Width (Meter) meter 2.3 meter


7 Gradability percent 40 percent
8 Ground Clearance - Center (Meter) meter 0.38 meter
9 Storage Length (Meter) meter 5.05 meter
10 Storage Height (Meter) meter 2.3 meter
11 Platform width meter 0.8 meter
12 Fuel tank capacity liter 62 liter
13 Platform length meter 1.83 meter
14 Maximum horizontal outreach meter >=8.3m

15 Turntable Tailswing meter 0.1 meter


16 Turntable Rotation deg 360 deg continuous
17 Maximum Up And Over Clearance meter >=7.65m
18 Moves ----- Self-propelled Articulated
19 Lift Capacity (Kg) kilogram >=230kg
20 Maximum length stowed meter >=6.75m
21 Turning Radius - Inside meter 1.45 meter
22 Maximum width stowed meter >=2.3m
23 Speed controller ----- Step-Less
24 Maximum height stowed meter >=2.3m
25 Maximum attainable platform meter >=14 m
height
26 Turning Radius - Outside meter 3.75 meter
27 Power Source ----- Diesel
28 Main Battery unit rating votage ----- NA
29 Auxiliary Power Unit supply V 12V DC
voltage

352
Western Railway

(2) Technical Specification of Hydraulic Pallet Truck Cap-2 ton (Qty-20 Nos.)

Sr.No Description Capacity/Details


1 Type Manual
2 Capacity 2000 kg
3 Fork width 160 mm
4 Width between forks 220 mm to 225mm
5 Overall fork width 540 to 550mm

6 Overall length 1490mm to 1540mm


7 Fork length 1100mm to 1220mm
8 Minimum height of forks 80mm to 90mm
9 Maximum height of fork 200mm
10 Steering wheel Polyurethane/Nylon
Size Diameter 180mm
12 Front wheel Polyurethane/Nylon
Size Diameter 80 mm
13 Net weight 70kg to 90kg (approx.)
14 Make Vanjax/Vandec/Nilkamal/Zmartech or
similar

(3) Tech SPECIFICATION FOR BOGIE FRAME MANIPULATOR


1. Description:
Design, manufacture, supply, installation and commissioning of Bogie frame manipulator
fixed column type for rotating the Electro Electric Locomotives/ALCO /HHP Bogie frame
to 360° to any direction for its repair, inspection and assembling easily, safely, efficiently
to avoid any damage as well as saving of time. On turn-Key basis with all accessories with
safety equipment. As per layout drawing No PHE/06/100066 or its equivalent.
2. Scope of Supply:
The scope of supply should include design, supply, installation, testing, commissioning
and proving of Bogie frame manipulator fixed column type for rotating the Electric
Locomotives/ALCO/HHP Bogie Frame ON TURNKEY BASIS (inclusive of foundation
related civil work, if applicable). It includes all the accessories/equipment’s as detailed in
the specification, which the manufacturer considers essential to make the machine fully
operational when installed and commissioned. It should also include installation and
commissioning of related equipment, training of personnel in operation and maintenance
of machine and supply of technical documentation.
- Technical specification:
The basic concept for the rotating of Bogie frame: The complete Loco bogie clamped
between the frame head gear box/Drive end, and Frame head centering end and well
clamped with clamping device with adjusting arrangement on centering end. Then start the
electric motor by control panel board having alarm switch indicating ON/OFF, extra safety
feature by electromagnetic braking system to prevent any overshoot and electromagnetic
locking system for locking of manipulator at required position to avoid any accident.
i. Manipulator frame: The complete manipulator having two Nos of Frame bead column
one for Gear box end and 2nd for centering end. Both columns design is robust to sustain
12 Tons load at centre distance of 6000 mm (Max) (Electric loco Bogie frame length
5500mm approx.) easily. The complete Loco Bogie frame assembly Coupled/fixed with

353
Western Railway

coupling device on Bogie frame simultaneously both end with sliding arrangement limit
up to 700mm (With Bolt-Nut).Complete assembly made from structural steel section like
Beam. "U" Chanel, Equal angle, plate (20mm, 25mm, & 32mm) etc fabricated with good
quality of welding electrode.
ii. Bogie Rotation: The 360° rotary motions of manipulator speed is reduced by Multiple
Speed reducing Gear Box assembly coupled by Speed reducing Right angle transmission
Gear Box (Worm and worm wheel) derived by Electric Motor with electromagnetic brake.
Extra safety feature with electromagnetic locking system to prevent any overshoot. The
manipulator rotating speed 0.5 to 1 RPM. It is completely remote control by panel box at
suitable distance.
iii. Drive Motor: Electric Motor 05HP-750RPM, 440Volt 30, 50 C/s TEFC Squirrel
induction Motor (Heavy duty) with suitable Starter (Make:
Kirloskar/Crompton/1.&T/SIEMENS/HEAVELS/ABB).
iv. Electromagnetic brake/locking system: Braking device to prevent overshoot the
complete rotating motion during ON-OFF the motor switch and Locking device to prevent
any rotating motion at ideal position (Make: Self design with electrical components from
L&T/ SIEMENS / YULE or other reputed brand)
v. Multiple Speed reducing Gear Box assembly: The Multiple Speed reducing Gear Box
assembly having helical gear made from alloy steel and heat treated/case harden geared
are from "REDICON" "SANTI PADMA" or similar make. The Speed reducing Right
angle transmission Gear Box (Worm and worm wheel) having Worm made by PB and
Worm wheel made from alloy steel(BS 070/En-24) and best treated are from "REDICON
SANTI PADMA" or similar make.
vi. Bogie fixing arrangement: Loco frame fixing Flange from Steel plate and coupling
(Gear box end and Catering end)) made from alloy steel conforming to BS-970/En- and
heat treated, Nut Bolt are from UNBRAKO TVS
vii. Drive shaft: Drive shaft (Geared Drive end and centering end) made from alloy steel
conforming to BS-970/En-8 and heat treated, The Bearing from SKF/NORMA/NBC
viii. Remote control panel box: Operating panel Box, consist stator switch with single
phase preventer, Voltmeter (440V), Ampere meter, Main switch. Power indicator, MCB,
Fuse, Alarm (ON when rotation start) and safety device and suitable Electric Wire. All the
accessories are from L&T/SIEMENS YULE/HAGERS/Bharat Cutler/Heavels
ix. Loading/Unloading time: Loading Unloading time of Bogie frame normally 45 to 60
Minutes
x. Load limit/ Testing: Complete fixture tested up to 12 Tons of Load on its center. (Center
distance Length of Loco bogie frame + 500mm).
xi Painting: Bogie frame manipulator fully painted with one coat zinc oxide chromatic
and two coat epoxy paints before dispatch.
xii. Civil Work: Foundation work of Bogie frame manipulator should be executed by the
firm at site The design and construction of the foundation made with the instruction and
site selection of the consignee. The design and construction of the RCC works as per
consignee requirement. Good quality of material like cement (ACC/LAFARGED)
Concrete and sand should be used and inspected by the consignee before use.
xiii. Extra material for maintenance (Tool Kit): Extra material like, Electric fuse,
Clamp, Bolt- Nut, washer, Spanner, screw driver, slide wrench etc should be provided by
the firm.
4. Technical Compliance:
i Tenderer should submit clear compliance statement for the tendered specification clause
by clause.
Deviations should be clearly brought out and commented. Offers without compliance

354
Western Railway

statement will be ignored.


ii. Tenderer should enclose latest Technical literature/catalogue duly highlighting the
model No catalogue No/Product code offered.
5. Installation & Commissioning:
i. The firm should be required to carry out a joint check at the consignees end along with
consignee before unpacking is done to avoid subsequent complaints regarding short
shipment transit damages. It is necessary that this joint inspection be done immediately on
receipt of the material by consignee to avoid commissioning delays due to shortage/ transit
damages.
ii. The installation and commissioning including all the civil, electrical works if any should
have to be done by the firm under the supervision of adequate number of technical experts
immediately after joint inspection of the items or receipt of call for commissioning.
iii. If an assembly sub-assembly is required to be taken back to the manufacturer's premises
for repairs/replacement either before commissioning or during warranty, the manufacturer
or his agent would be required to submit an indemnity bond. In case the entire machine has
to be taken back, a Bank guarantee would have to be submitted Indemnity Bond for Bank
guarantee should be of adequate value so as to cover the cost of the assembly/sub-
assembly/Paid up cost of the machine.
6. Proving Test:
Machine performance should be monitored for a period of one month. After one month the
machine will be tested for a period of two shifts of 8 hrs and after satisfactory results
proving test certificate will be issued.
7. Warranty:
Twenty Four (24) months from the date of commissioning and proving out of M&P. All
replacement and repairs that the purchase should call upon the contractor to deliver or
perform under this warranty should be delivered and performed by the contractor within
(one) weeks, promptly and satisfactorily. The warranty period will be extended by the
number of days the machine remains under breakdown during the warranty period and the
warranty Bank Guarantee would be returned at the end of such extended warranty period
for the full machine.
8. Training:
i. Necessary training in the operation and maintenance of the machine should be imparted
for Railway personnel by the supplier at the Railway premises after the machine is installed
and successfully commissioned.
ii. The firm has to train Railway staff in the areas of Preventive Maintenance for ensuring
proper periodical maintenance schedules.

iii. Further, training should also be given to the staff along with the detailed circuits of
electrical for further maintenance
9. Technical Literature
i. Four copies of Operating Instructions & Maintenance manual along with the detailed
drawings and schematic diagram covering the mechanical & electrical portion (electrical
circuit and wiring diagram) of the machine should be supplied free of cost along with the
equipment.
ii. Manual and catalogue giving part list number of each component and assembly drawings
should also be provided with the machine in quadruplicate free of cost. The manufacturer
or supplier will clearly indicate the guideline for trouble shooting of the machine.
10. Service after sales: The firm has to provide Sales service at site time to time within
warranty period and after warranty period within nominal cost.

355
Western Railway

4) Technical Specification 100 Amp Contact Resistance Meter, (Qty-01 No.)

Sr. Parameters Remarks/Dimension (Approx.)


No.
Output current
A)
01 DC test current 10A, 20A, 50A & 100A
02 Accuracy 5%
03 Open Circuit Voltage 5V DC
B) Resistance measurement
04 Resistance 200 micro 2mili ohm 20 mili ohm
Ranges ohm
05 Resolution 0.1 micro 1 micro ohm 10 micro ohm
ohm
06 Accuracy ±(0.5% + 5 digits)
C) Operation time
07 Continuous Operation upto 50A
08 4 minutes ON and 10 minutes OFF for 100A
09 Display 3 ½ digit large LCD display
10 PC interface USB for data transfer
11 Warning Audio Visual Indication for Test ON
operation
Indication on Mains ON operation
Blinking display for over range
operation
12 Power supply 230V, 50Hz±10%
D) Environment
13 Operating Temperature 0°C to 55°C
14 Storage temperature -10°C to 55°C
15 Humidity <90%RH, Non considering
16 Dimensions (DxWxH in mm) 365x426x178
17 Weight 12 kg

E) Standard Accessories :-
1) Output lead set 4 X10 m
2) Main Cord
3) Mains Protection fuse 5A
4) User manual
5) Calibration certificate
6) Carrying case

F) Optional accessories :-
1) Software CD
2) USB Cord

356
Western Railway

(5)Technical Specification for Fiber optic cable Test Equipment LWG/FS1 Plug
Technical Specification for Power meter
a) Power meter
i. Model Model 550XL of GREENLEY or Model 5558
of TEXT TEMPO, INCLUSA) or RIFCOS
ii. Sensor Indium-gallium arsenide photo detectors

iii. Power range +3to-50dBm


iv. Calibration wave length 850/1300/1550nm
v. Internal resolution +.01dB
vi. Functions dBm Absolute power)DB (Relative power)X
(select cal wave length plus functions
allowing user can set default/power up real
wave length from front panel
CAL(Calibration Unit)
vii. Calibration Data Data stored in non volatile memory unit.
viii. Recalibration Unit can be recalibrated by user, following
published procedure and controlled via CAL
over ride switch accessible from battery
compartment. The supplier will supply all the
necessary gadgets for self-calibration of
power meter using standard length of fiber
optic cable.
ix. Connector interface FC,SC or ST SOC adopter arrangement for
communication and Data transfer to Window
PC and Laptop
x. Power Requires 2 AA size 1,5 Alkaline batteries for
approximate 100 hours continuous operation)
xi. Environmental Conditions Operating temperature-15°C to 50°C
Storage temperature-35°C to 70°C

xii. Qty- 2Nos.


b) LED Source
i. Make Model 570XL of GREENLEE or TEXT
TEMPO,INC(USA) or RIFCOS
ii. Nominal Range 840-880NM
iii. Max Spectral width 55NM
iv. Stability (1Hr) ± 0.05 db for 1Hr.
v. Power output uncertainly ± 0.5 db
FUNCTIONS
vi. MOD Modulated out put
vii. CW Continuous wave, DC output mode
viii. FREQ Modulated frequency selection switch
accessible from battery compartment settable
to270Hzs. 1KHz and 2KHz
ix. Connector interface Universal connector interface with board line
of UCI adopters available for FC PC, ST PC,
Bionic, D4, DIN,SMA,HMS-O, HMS 10/HP,
HMS-10A

357
Western Railway

x. Power Requires 2 AA size 1.5 Alkaline batteries for


approximate 20 hours life)
xi. Environmental Conditions Operating temperature-15°C to 50°C
Storage temperature-35°C to 70°C
Humidity-00-95%

(6) Technical specification of Supply Installation Testing & Commissioning of Power


Convertor lifting and lowering tackle (Qty. -01 No.)
Converter Lifting Tackle Capacity 3.5 Ton (As per Bhusawal Drawing
No,ELW/BS/PH/01/001)
1) BASIC MATERIAL Cold drawn seamless Carbon Steel Alloy with
Thickness 8.0 mm ±0.5 mm Tensile Strength 8
Tube should be dent free. Scratch Free and with
even surface & size
2) PIPE Seamless pipe ID 25 mm. OD 55.0 mm. Tensile
Strength- 8.8
3) LIFTING ACCESSORIES Standard Plastic Tray for Bolt
Chain Master Link, Four Sling legs
Turn Buckles & D Ring: Forged Alloy steel and Suitable for 7.5 to 10 Ton
Capacity

Special Screw/Bolt to provide for above equipment.


(This special type M 16 threaded Bolt Zine plated blue according to DIN 975. BN5269
Specifications with Tensile Strength 8.8 equivalent to LPS Brossard, Switzerland)

FABRICATION/MACHINING/FINISHING/ASSEMBLY:
Fully confirming to relevant Drawing and few details are as under:
1) Equipment made with Parallel & right angled all the sides & the overall general
tolerance should be adhere as per Drawing NO. ELW/BSL3PH/1/001
2) Lifting Accessories Plastic standard Tray for Bolt. Four leg chain
consisting of master link Four sling legs,
mechanical connector with each leg, turn buckle
22 mm dia &D Ring size 22 mm which should be
fitted on base of the main Tackle Total length of
the individual sing @ 1.5 metre, all above material
should be forge alloy steel & suitable for 7.5 Ton
to 10 Ton capacity.
3) Welding detail All welding should be done with arc welding
7018, it should be heavy duty & used in structure
welding
4) Color & Finishing Color should be golden yellow. Equipment should
be scratch free smooth finish with all details of the
company serial Number. Year of Manufacturing &
other required details on lifting sling in original
color

TEST CERTIFICATE: Raw Material Test Certificate should be furnished from any Govt.
approved Lab / Test House

358
Western Railway

LOAD TESTING CERTIFICATES: Load Testing for safe Load should be arranged and
Test
certificate should be produced from a Govt approved Laboratory.

INSPECTION: Inspection by Consignee.

Tech. Specification for Semi Electrical Stacker with Straddle Legs and Adjustable
Fork

Capacity 1500 Kgs


Load center Distance 600 (mm)
Load distance, center of drive axle to fork 800 (mm)
Lowered Fork Height 70 (mm)
Max Lift Height 3000 (mm)
Height, mast lowered 2145 (mm)
Height, mast Extended 3552 (mm)
Fork Dimensions (T x W x L) 30 x 100 x 1150 (mm)
Over all width 1132 (mm)
Width overall forks 200 (mm)
Aisle width for pallets 800 x 1200 lengthways 2142 (mm)
Tuming radius 1340(mm)
Lift speed, laden/unladen 0.08/0.1 m/s
Lowering Speed laden/unladen 0.15/0.12 m/s
Battery Voltage normal capacity K5 12/200/Ah

Technical Speciation of Vacuum Circuit Breaker Analyzer Kit for Testing of Single &
Double Bottle VCB of AC Locomotive.
1.0 Capacity
(a) The VCB Analyzer kit shall be easy to operate and maintain.
(b) It Shall be suitable for testing of single and double bottle type VCB of various make
i.e. M/s. AAL, Shneider, Areva (Alsthom), BT etc.
(c) It shall be suitable for measure record and print graphically in word and in figure
timings.
Contact mechanism speed/travel, coil current rise and fail all types of loco VCBs
(Single and double bottle ) i.e. M/S. AAL, Schneider, Areva (Alsthom), BT etc. The
kit shall be operate with desktop PC/Laptop and it shall be supplied complete with
Laptop (With configuration of intel core 17, full HD resolution , window ultimate
edition , 6GB RAM, 2TB HDD) with total antivirus security like of Quick Heal,
Quantum for life time, Lazer Jet Printer, necessary Travel Transducers with mounting
fixture and other accessories.
2.0 The test kit shall meet the following requirement.

2.1 The kit shall be able to perform close , close- open-open-close, open-close-open
operating on VCB under test with facility to introduce time delays between multiple
operation, For this kit shall have solid state “NO” contract rated 30A/250V AC/DC
for issuing commands to the VCB inbuilt over current protection shall be available.
The switching off these contacts shall occur within a few seconds.

359
Western Railway

2.2 It shall to be measure record and display VCB contact VCB contact closing and
opening trimming during close, trip , close open , open close & open close open
operation.
2.3 It shall measure contact opening and closing timings minimum two contact
simultaneously (as required in double bottle VCB ). The accuracy shall be valued +/-
0.05% resolution.
2.4 To calculate sampling speed of SKC or above and corresponding timing 0.2m sec. It
shall be possible to record transient phenomenon for duration of up to 800 m sec. at
5KC sampling speed.
2.5. It shall be able to calculate , display in monitor and print all the contact opening and
closing timing along with bounce timings in a tabular format for PC/ Laptop.
2.6 It shall facilitate the measurement of pole discrepancy timings.
2.7 Current : I shall have current measuring channels to measure and record the current
rise and fall of holding and energizing coils. The max value of current shall be
displayed in graph and printed. Signal condition shall be inbuilt and automatic gain
selection for maximum amplification shall be available. Accuracy valve shall be +/-
0.50% resolution for maximum current range.
2.8 Travel speed : It shall be able to measure the speed /travel of VCB mechanism /
contacts of both be contacts simultaneously channels ( in case of single and double
VCBs) with suitable transducers. The setting of the travel transducer shall be possible
directly with respect to be amplitude expected on the test results. It shall also measure
gap/ snatch gap and over travel of VCB. Single conditioning shall be inbuilt ,
automatic gain / of set selection for maximum amplification shall be available.
Excitation source for up to two transducer shall be inbuilt (5VDC). The resolution
shall be 12.5mV and accuracy shall be valued +/-1% resolution.
2.9 It shall be able to calculate closing and tripping velocity at selected point for both the
contacts Post operation calculations of mechanism velocity between user defined
points shall be directly shown on PC/Laptop. It shall have necessary facilities for
interfacing with a deducted PC/ Laptop.
2.10 It shall have the facilities to conduct drop out and continuation test in coil of VCB
varying the excitation voltage of coil.
2.11 Window base control and analysis software shall be able to operate the kit, store the
results in user defined directory structure and analyze and test results. The generated
report shall be tamper proof and shall take values only through the test program , thus
preventive manipulation of results, the user interface shall have powerful command
buttons for frequently performed tasks.
2.12 It shall generate comprehensive test report giving values of all performed
parameters.
2.13 It shall be suitable for working on power supply of 230V AC +/- 5% and to supplied
with 800 VA UPS.
2.14 It shall be capable to work under the range from 0-50 degree C and relative humidity
up to 95% (non- condensing)
2.15The kit shall have special port or necessary facility for facilitating transfer of data to
other PC.

360
Western Railway

2.16 Printing of test report shall be possible on any printer with its driver loaded in
windows.
2.17 The software have facility to display graphical test results previously taken at
different time by way of lading.
2.18 Trend analysis - Software should have facilities of trend analysis based on previous
test data stored for a particular VCB. It shall be able to predict future behavior of VCB
based on previous test data.
2.19 The software have facility to move cursor on the graph and display dynamic value
of the parameter.
2 .20 The software have facility to zoom the graph for higher resolution.
2.21 Complete set of test leads of suitable insulation grade along with proper termination
and connecter should be supplied with the kit.
2.22 All the test leads provide with the kit shall be of sufficient length to test in the
loco/EMUs VCBs.
2.23 Transducers:
(a) Travel transducer and mounting fixture needed for travel measurement of VCB of
different make i.e. M/S. AAL, Areva (Alsthom), BT etc. shall have following
parameter.
Stroke : 25 mm : Resolution : 0.1 mm : Core Dia : 05mm : Operating voltage :
From interface card output : compliable to interface unit and CPU.
(b) Complete set of test leads of suitable insulation grade along with proper
termination and connector shall be provided.
3.0 Demonstration of operation of the VCB testing Kit on single and double type VCBs
of all make AAL, Schneider, Areva (Alsthom), BT etc. shall be done at ELKP/KGP.
4.0 03 sets of operation and maintenance manual along with detailed literature of major
components should be provided.
5.0 The equipment shall be warranted for a period of 05 year fro the date of successful
commissioning of the equipment at DLS/ KGP with every year calibration with
certificate.
6.0 Accessories : The following minimum accessories shall be supplied be the firm along
with the equipment .
(i) Laptop PC/Note Book computer , make like HP/IBM/Dell (Latest Version )
(ii) Liner transducer cum fixture suitable for Autometer & Bombordier make 25 KV
single bottle locos VCB.
(iii) Liner transducer cum fixture suitable for Schneider/ Areva make 25KV single
bottle loco VCB.
(iv) Liner transducer cum fixture suitable for Alstom make double bottle loco VCB.
(v) Transducer & fixture suitable for biecola wire make VCB.

Tech. Specification for FPO/MAX Crate with steel stands (Qty-01 No.)
Description :- FPO/Max Crate with steel stands (storage industrial bin rake) with 100 Nos.
of basket with size outer dimension 232(L) X 150 (B) X 126 (H) mm capacity 13 kgs Make
– Nilkam/Cello/RTL or similar

Tech. Specification for Industrial Composite aluminium stool (Qty-01 No.)


Description :- Industrial composite aluminium fabricated low base workman stool for
carrying out loco insection activities. A handle to carry and anti skid rubber pad on legs.
Dimension : 12 inch x 10 inch x 12 inch. Rivetted all over for better and enhanced grip.
Make : KEC or Niami Alcom or NIC or SS or Similar.

361
Western Railway

1.39TECHNICAL SPECIFICATION OF SURFACE TRAVERSER CAP-80 TON


(QTY.01 NO.)

COFMOW Specification No. COFMOW/IR/MH/TRAV/2020 Rev-0


Leading Parameters :-

Sr. No. Item No. Details


01 Place at which to be installed Dahod workshop
02 No. of traversers indented with 01 No. (One No.)
leading parameter
03 Leading Parameter
3.1 Carrying Capacity 80 Ton
3.2 Class of duty Class-III
3.3 Details of Locomotives to be handled WAG-9 Locos
3.4 Type of traverse required (Surface/Pit)
(a) Surface type or Pit type Pit type (Outdoor)
(b) Two track or Multi track Multi track (Minimum
4/maximum 6) as per design
of supplier.
(c) VVVF Drive (Stepless speed for all VVVF Drive Required
motion) required
3.5 Effective length of traverse i.e. length Approx. 27 meter
of traverse rail (excluding the length of
tongue rails) Size of platform
3.6 For Pit type Yes
(a) Clear width of pit As per proposed site related
to 9000 HP Elect. Locos
project work of Dahod
workshop
(b) Construction depth of pit As per proposed site related
to 9000 HP Elect. Locos
project work of Dahod
workshop
3.7 Details of runway track if new traverse Approx. 111 meter
requires new runway rails
(i) Number of runway rails 4/6 numbers as per
requirement of 9000 HP
Elect. Locos project work of
Dahod workshop
(ii) Centre to center distance between As per proposed site related
runway rails to 9000 HP Elect. Locos
project work of Dahod
workshop
(iii) Specification of runway rails to be used As per proposed site related
(Weight & Section) to 9000 HP Elect. Locos
project work of Dahod
workshop
3.8 Details of runway rails if new traverse Not applicable being new
is to be utilized on existing rails of old work

362
Western Railway

traverser
(i) Number of runway rails -----
(ii) Centre to center distance between -----
runway rails
(iii) Specification of runway rails to be used -----
(Weight & Section)
3.9 Difference in height between approach As per proposed site related
rails either existing or proposed in case to 9000 HP Elect. Locos
of new track (mm) project work of Dahod
workshop
3.10 Minimum clearance from top of traverse As per proposed site related
rails to the lowest rolling stock to 9000 HP Elect. Locos
component above track (mm) project work of Dahod
workshop

3.10 Minimum clearance from top of traverse As per proposed site related
rails to the lowest rolling stock to 9000 HP Elect. Locos
component above track (mm) project work of Dahod
workshop

3.11 Travel speed (meter/minute) 50 meter/min with variable


speed.
3.12 Maximum rope speed (meters/minute) ---
3.13 Length of wire rope ---
3.14 Traction force required on the winch ---
4. Details of Down shop lead :
(i) Length and type of existing DSL if any, Approx. 111 m
with cross sectional particulars
(ii) Whether it is proposed to use existing Approx. 111 meter
DSL for new traverser. If yes reason
may be given
(iii) Length & Type of new DSL required Shrouded type DSL approx.
with new traverse (Meters) 111 m required
(iv) Whether mast along with foundation Mast along with foundation
and masonry work required for fixing and masonry work required
new DSL as per design suitable for site
If yes, number of masts along condition.

Note :-
1. GA drawing is required approval of Dahod workshop before supply of Surface
traverse Cap-80 ton.
2. All safety features should be incorporated in machine.
3. Provision of Hooters, buffers, lights etc are to be incorporated in the machine.
4. Proper lighting arrangement in traverse working area is to be made.

363
Western Railway

1.40Technical Specification of EOT Crane Cap 30/5 Ton (Qty.04 Nos.)


COFMOW Specification No. COFMOW/IR/EOTC/2020 Rev-0
Leading Parameters :-
Sr. No. Item No. Details
1 Consignee CWM-Dahod workshop
2 No. of Cranes required 4 Nos. (Four Nos.)
3 Crane Nos. To be filled by COFMOW
4 Location (Sub Shop Name with CBS Bay 1 & CBS Bay 2 (2+2)
Bay No)
5 Type Conventional Double Girder
6 Capacity 30/5 Ton
6.1 Main Hoist (Tonnes) 30 Ton
6.2 Auxiliary Hoist (Tonnes) 5 Ton
7 Class of Duty IV (Four)
8 Crane Controls From Cabin as well as Remote control
operated (both).
9 Speeds {Meter/ Minute}
9.1 Main Hoist Approx. 6.3 Meter/Min.
9.2 Auxiliary Hoist Approx. 8.5 Meter/Min.
9.3 Long Travel Approx. 40 Meter/Min.
9.4 Cross Travel Approx. 31.5 Meter/ Min.
9.5 VVVF Drive (Stepless speed for Required
all motion) required
9.6 Creep Speed of MH (Meter/Min) 0.63 Meter/Min.
10 Structural details {Refer Double Girder
COFMOW Sketch No.
COFMOW/IR/EOTC/X/Y/Z/86
(Double Girder),
COFMOW/IR/EOTC/SG/91
(Single Girder),

COFMOW/IR/EOTC/X/Y/Z/92-
1(Under slung Girder)
10.1 Weight/Unit Length of rail -----
10.2 Rail Head Width (B) Approx. 58.75 mm
10.3a Span (Center to Center of Gantry Approx. 25000 mm
Rail) (S)
10.3b Gauge (Inner face to Inner face of Approx. 24941.25 mm
rail) W= (S-B)
10.4 Top of Gantry Rail (Or Bottom Approx.4 meter/As per proposed
Flange of I-Beam) to lowest infrastructure related to 9000 HP Elect.
overhead obstruction Locos project work of Dahod workshop
(C)
10.5 Top of Gantry Rail (Or Bottom Approx.9.35meter/As per proposed
Flange of I-Beam) to floor level infrastructure related to 9000 HP Elect.
(L+J=D) Locos project work of Dahod workshop
10.6 Lift of Hook above floor level Approx. 8.5 meter/As per proposed
{MH} H1(MH) infrastructure related to 9000 HP Elect.

364
Western Railway

Locos project work of Dahod workshop


10.7 Drop of Hook below floor level Approx. 2meter/As per proposed
{MH} H2(MH) infrastructure related to 9000 HP Elect.
Locos project work of Dahod workshop
10.8 Lift of Hook above floor level Approx. 8.5 meter/As per proposed
(AH) H1(AH) infrastructure related to 9000 HP Elect.
Locos project work of Dahod workshop
10.9 Drop of Hook below floor (AH) Approx. 2meter/As per proposed
H2(AH) infrastructure related to 9000 HP Elect.
Locos project work of Dahod workshop
10.10 Center distance between Hooks Standard clearance as per design with
MH & AH (R) pathway and railing. As per proposed
infrastructure related to 9000 HP Elect.
Locos project work of Dahod workshop
10.11 Side clearance from center line Standard clearance as per design with
of Gantry Rail/I-Beam to nearest pathway and railing/As per proposed
side obstruction {A-1} infrastructure related to 9000 HP Elect.
Locos project work of Dahod workshop
10.12 Side clearance from center line Standard clearance as per design with
of Gantry rail/I-Beam to nearest pathway and railing. As per proposed
side obstruction {A-2} infrastructure related to 9000 HP Elect.
Locos project work of Dahod workshop
10.13 Vertical clearance from floor As per proposed infrastructure related to
level to lowest structural member 9000 HP Elect. Locos project work of
of Crane{K} Dahod workshop
10.14 Vertical clearance from floor to As per proposed infrastructure related to
bottom of cabin {L} 9000 HP Elect. Locos project work of
Dahod workshop
10.15 Runway I-Beam section (For ---------
under slung single girder crane
only, not required for other
cranes)
11 Bay Length & DSL 175 m
11.1 Length of Gantry on which crane 175 Mtr
is to operate meters
11.2 Type of DSL required (Meters) Shrouded type DSL required both side in
each bay.
11.3 Length of DSL required (Meters) 175 Mtr
11.4 Type of existing DSL to be This is proposed for new site.
indicated
12 Type of control station Operator Cabin as well as Remote
control operated with electro frequency
control
13 Crane has to work in Indoor
14 Working environment General workshop
15 Other requirements ---
15.1 Type of Hook required MH-Ramshorn Type, AH-“C” type

365
Western Railway

Note :-
1. Safety platform with railing is required for EOT maintenance staff along with
provision of ladders having monkey cage, vertical and horizontal lifeline system
etc. as per factory act.
2. Side clearance dimensions (A1 & A2) are to be kept inclusive safety platform
with railing plus adequate distance (305mm) for EOT crane movement with
respect to columns must be ensured.
3. GA drawing is required approval of Dahod workshop before supply of crane.
4. All safety features such as anti-collision device, load indication system, limit
switches, SPP, overload, gravity switch etc. should be incorporated in machine.
E- chain provision with cross trolley, LED span lights provisions are to be made.
5. Provision of Hooters, buffers, lights etc. are to be incorporated in the machine.
6. Proper lighting arrangement in EOT crane working area is to be made.

1.41Technical Specification of EOT Crane Cap 10/3 Ton (Qty.08Nos.)


A) EOT Cranes Cap 10/3 ton required at CBS Bay 1, CBS Bay 2 & CBS Bay 3
COFMOW Specification No. COFMOW/IR/EOTC/2020 Rev-0
Leading Parameters :-

Sr. No. Item No. Details


01 Consignee Dahod workshop
02 No. of Cranes required Eight Nos. (08 Nos.)
03 Crane Nos. To be filled by COFMOW
04 Location (Sub Shop Name with Bay CBS Bay 1, CBS Bay2 & CBS
No) Bay 3
(2+2+3 Nos. respectively)
05 Type Conventional Double Girder
06 Capacity 10/3 Ton
6.1 Main Hoist (Tonnes) 10 Ton
6.2 Auxiliary Hoist (Tonnes) 3 Ton
07 Class of Duty IV (Four)
08 Crane Controls From Cabin as well as Remote control
operated (both).
09 Speeds {Meter/ Minute}
9.1 Main Hoist Approx. 6.3 Meter/Min.
9.2 Auxiliary Hoist Approx.8.5 Meter/Min.
9.3 Long Travel Approx.40 Meter/Min.
9.4 Cross Travel Approx.31.5 Meter/ Min.
9.5 VVVF Drive (Stepless speed for all Required
motion) required
9.6 Creep Speed of MH (Meter/Min) 0.63 Meter/Min.
10 Structural details {Refer COFMOW Double Girder
Sketch No.
COFMOW/IR/EOTC/X/Y/Z/86
(Double Girder),

366
Western Railway

COFMOW/IR/EOTC/SG/91 (Single
Girder),
COFMOW/IR/EOTC/X/Y/Z/92-
1(Under slung Girder)
10.1 Weight/Unit Length of rail -----
10.2 Rail Head Width (B) Approx. 58.75 mm
10.3a Span (Center to Center of Gantry Rail) Approx. 25000 mm
(S)
10.3b Gauge (Inner face to Inner face of rail) Approx. 24941.25 mm
W= (S-B)
10.4 Top of Gantry Rail (Or Bottom Flange Approx. 4 meter/As per proposed
of I-Beam) to lowest overhead infrastructure related to 9000 HP
obstruction (C) Elect. Locos project work of
Dahod workshop
10.5 Top of Gantry Rail (Or Bottom Flange Approx. 9.35 meter/As per
of I-Beam) to floor level (L+J=D) proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.6 Lift of Hook above floor level {MH} Approx. 8.5 meter/As per
H1(MH) proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.7 Drop of Hook below floor level {MH} Approx. 2 meter/As per proposed
H2(MH) infrastructure related to 9000 HP
Elect. Locos project work of
Dahod workshop
10.8 Lift of Hook above floor level (AH) Approx. 8.5 meter/As per
H1(AH) proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.9 Drop of Hook below floor (AH) Approx. 2metre/As per proposed
H2(AH) infrastructure related to 9000 HP
Elect. Locos project work of
Dahod workshop
10.10 Center distance between Hooks MH & Standard clearance as per design
AH (R) with pathway and railing. As per
proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.11 Side clearance from center line of Standard clearance as per design
Gantry Rail/I-Beam to nearest side with pathway and railing/As per
obstruction {A-1} proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.12 Side clearance from center line of Standard clearance as per design
Gantry rail/I-Beam to nearest side with pathway and railing. As per
obstruction {A-2} proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop

367
Western Railway

10.13 Vertical clearance from floor level to As per proposed infrastructure


lowest structural member of Crane{K} related to 9000 HP Elect. Locos
project work of Dahod workshop
10.14 Vertical clearance from floor to As per proposed infrastructure
bottom of cabin {L} related to 9000 HP Elect. Locos
project work of Dahod workshop
10.15 Runway I-Beam section (For under ---------
slung single girder crane only, not
required for other cranes)
11 Bay Length & DSL Approx. 175 m
11.1 Length of Gantry on which crane is to Approx. 175 Mtr.
operate meters
11.2 Type of DSL required (Meters) Shrouded type DSL required both
side in each bay.
11.3 Length of DSL required (Meters) 175 Mtr.
11.4 Type of existing DSL to be indicated This is proposed for new site.
12 Type of control station Operator Cabin as well as Remote
control operated with electro
frequency control
13 Crane has to work in Indoor
14 Working environment General workshop
15 Other requirements ---
15.1 Type of Hook required MH-Ramshorn Type, AH-“C”
type
Note :-
1. Safety platform with railing is required for EOT maintenance staff along with
provision of ladders having monkey cage, vertical and horizontal lifeline
system etc. as per factory act.
2. Side clearance dimensions (A1 & A2) are to be kept inclusive safety platform
with railing plus adequate distance (305mm) for EOT crane movement with
respect to columns must be ensured.
3. GA drawing is required approval of Dahod workshop before supply of crane.
4. All safety features such as anti-collision device, load indication system, limit
switches, SPP, overload, gravity switch etc. should be incorporated in
machine. E- chain provision with cross trolley, LED span lights provisions are
to be made.
5. Provision of Hooters, buffers, lights etc. are to be incorporated in the machine.
6. Proper lighting arrangement in EOT crane working area is to be made.

B) EOT Cranes Cap 10/3 ton required at CBS Ware House


COFMOW Specification No. COFMOW/IR/EOTC/2020 Rev-0
Leading Parameters :-

Sr. No. Item No. Details


01 Consignee Dahod workshop
02 No. of Cranes required Eight Nos. (08 Nos.)
03 Crane Nos. To be filled by COFMOW

368
Western Railway

04 Location (Sub Shop Name with Bay CBS Ware House


No)
05 Type Conventional Double Girder
06 Capacity 10/3 Ton
6.1 Main Hoist (Tonnes) 10 Ton
6.2 Auxiliary Hoist (Tonnes) 3 Ton
07 Class of Duty IV (Four)
08 Crane Controls From Cabin as well as Remote control
operated (both).
09 Speeds {Meter/ Minute}
9.1 Main Hoist Approx. 6.3 Meter/Min.
9.2 Auxiliary Hoist Approx.8.5 Meter/Min.
9.3 Long Travel Approx.40 Meter/Min.
9.4 Cross Travel Approx.31.5 Meter/ Min.
9.5 VVVF Drive (Stepless speed for all Required
motion) required
9.6 Creep Speed of MH (Meter/Min) 0.63 Meter/Min.
10 Structural details {Refer COFMOW Double Girder
Sketch No.
COFMOW/IR/EOTC/X/Y/Z/86
(Double Girder),
COFMOW/IR/EOTC/SG/91 (Single
Girder),
COFMOW/IR/EOTC/X/Y/Z/92-
1(Under slung Girder)
10.1 Weight/Unit Length of rail -----
10.2 Rail Head Width (B) Approx. 58.75 mm
10.3a Span (Center to Center of Gantry Rail) Approx. 25000 mm
(S)
10.3b Gauge (Inner face to Inner face of rail) Approx. 24941.25 mm
W= (S-B)
10.4 Top of Gantry Rail (Or Bottom Flange Approx. 4 meter/As per proposed
of I-Beam) to lowest overhead infrastructure related to 9000 HP
obstruction (C) Elect. Locos project work of
Dahod workshop
10.5 Top of Gantry Rail (Or Bottom Flange Approx. 9.35 meter/As per
of I-Beam) to floor level (L+J=D) proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.6 Lift of Hook above floor level {MH} Approx. 8.5 meter/As per
H1(MH) proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.7 Drop of Hook below floor level {MH} Approx. 2 meter/As per proposed
H2(MH) infrastructure related to 9000 HP
Elect. Locos project work of
Dahod workshop
10.8 Lift of Hook above floor level (AH) Approx. 8.5 meter/As per
H1(AH) proposed infrastructure related to

369
Western Railway

9000 HP Elect. Locos project work


of Dahod workshop
10.9 Drop of Hook below floor (AH) Approx. 2metre/As per proposed
H2(AH) infrastructure related to 9000 HP
Elect. Locos project work of
Dahod workshop
10.10 Center distance between Hooks MH & Standard clearance as per design
AH (R) with pathway and railing. As per
proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.11 Side clearance from center line of Standard clearance as per design
Gantry Rail/I-Beam to nearest side with pathway and railing/As per
obstruction {A-1} proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.12 Side clearance from center line of Standard clearance as per design
Gantry rail/I-Beam to nearest side with pathway and railing. As per
obstruction {A-2} proposed infrastructure related to
9000 HP Elect. Locos project work
of Dahod workshop
10.13 Vertical clearance from floor level to As per proposed infrastructure
lowest structural member of Crane{K} related to 9000 HP Elect. Locos
project work of Dahod workshop
10.14 Vertical clearance from floor to As per proposed infrastructure
bottom of cabin {L} related to 9000 HP Elect. Locos
project work of Dahod workshop
10.15 Runway I-Beam section (For under ---------
slung single girder crane only, not
required for other cranes)
11 Bay Length & DSL Approx. 140 m
11.1 Length of Gantry on which crane is to Approx. 140 Mtr.
operate meters
11.2 Type of DSL required (Meters) Shrouded type DSL required both
side in each bay.
11.3 Length of DSL required (Meters) 140 Mtr.
11.4 Type of existing DSL to be indicated This is proposed for new site.
12 Type of control station Operator Cabin as well as Remote
control operated with electro
frequency control
13 Crane has to work in Indoor
14 Working environment General workshop
15 Other requirements ---
15.1 Type of Hook required MH-Ramshorn Type, AH-“C”
type

370
Western Railway

Note :-
1. Safety platform with railing is required for EOT maintenance staff along with
provision of ladders having monkey cage, vertical and horizontal lifeline
system etc. as per factory act.
2. Side clearance dimensions (A1 & A2) are to be kept inclusive safety platform
with railing plus adequate distance (305mm) for EOT crane movement with
respect to columns must be ensured.
3. GA drawing is required approval of Dahod workshop before supply of crane.
4. All safety features such as anti-collision device, load indication system, limit
switches, SPP, overload, gravity switch etc. should be incorporated in
machine. E- chain provision with cross trolley, LED span lights provisions are
to be made.
5. Provision of Hooters, buffers, lights etc. are to be incorporated in the machine.
6. Proper lighting arrangement in EOT crane working area is to be made.

1.42Technical Specification of Goliath Crane Cap 35 Ton (Qty.02 Nos.)


Leading Parameters :-

Sr. No. Item No. Details


1 Consignee CWM-Dahod workshop
2 No. of Cranes required 02 Nos. (Two Nos.)
3 Crane Nos. To be filled by
COFMOW
4 Location (Sub Shop Name with Bay No) Outside Bay/RSW DHD
5 Type ------
6 Capacity 35 Ton
6.1 Main Hoist (Tonnes) 35 Ton
6.2 Auxiliary Hoist (Tonnes) ---
7 Class of Duty IV (Four)
8 Crane Controls From Remote control operated.
9 Speeds {Meter/ Minute}
9.1 Main Hoist Approx. 8 Meter/Min.
9.2 Auxiliary Hoist ----
9.3 Long Travel Approx. 40 Meter/Min.
9.4 Cross Travel Approx. 31.5 Meter/ Min.
9.5 Span Approx. 25 mtr.
11 Bay Length & DSL Approx. 175 mtr
11.1 Length of Gantry on which crane is to operate Approx. 175 Mtr
meters
11.2 Type of DSL required (Meters) ---
11.3 Length of DSL required (Meters) Approx. 175 m
11.4 Type of existing DSL to be indicated This is proposed for new
site.
12 Type of control station Remote control operated
with electro frequency

371
Western Railway

control
13 Crane has to work in Indoor
14 Working environment General workshop
(Outdoor)
15 Other requirements ---
15.1 Type of Hook required MH-Ramshorn Type,
AH-“C” type

Note :-
1. Safety platform with railing is required for EOT maintenance staff along with
provision of ladders having monkey cage, vertical and horizontal lifeline
system etc. as per factory act.
2. Side clearance dimensions (A1 & A2) are to be kept inclusive safety platform
with railing plus adequate distance (305mm) for EOT crane movement with
respect to columns must be ensured.
3. GA drawing is required approval of Dahod workshop before supply of crane.
4. All safety features such as load indication system, limit switches, SPP,
overload, gravity switch etc. should be incorporated in machine. E- chain
provision with cross trolley is to be made.
5. Provision of Hooters, buffers, lights etc. are to be incorporated in the machine.
6. Proper lighting arrangement in Goliath crane working area is to be made.

TECHNICAL SPECTIFICATION FOR MISCELLANEOUS T&P ITEMS

Sr.No Description Qty Unit


1 Visitor Chair 15 Nos.
(Godrej/Nilkamal/Cello make)
2 Revolving chair 11 Nos.
3 Almirah 7 Nos
(Godrej/Nilkamal/Cello make)
4 Industrial lockers,6 doors 5 Nos
5 Executive chair 10 Nos.
6. Acer intel Core i3 10100 1 No.
4GB/1000 GB HDD/Windows 10
Home

372
Western Railway

Annex - II
(Schedule-D)
(See Clause 10.2.7(c)

Time Schedule for preparation/ submission of drawings/ plans/ documents/ reports by


contractor as per Annexure-I of Schedule-H and review by the Employer:

1. Preliminary drawings, documents and design basis reports by the Contractor within
60 days from the Appointed Date and review by the employer within 15 days of receipt
of the documents

2. DBR & GAD by the Contractor within 90 days from the Appointed Date and review
by the employer within 15 days of receipt of the documents

3. Structural drawings, documents and design basis reports by the Contractor within
120 days from the Appointed Date and review by the employer within 15 days of
receipt of the documents

4. Architectural drawings by the Contractor within 120 days from the Appointed Date
and review by the employer within 15 days of receipt of the documents

5. Electrical drawings, documents and design basis reports by the Contractor within 90
days from the Appointed Date and review by the employer within 15 days of receipt
of the documents

6. Telecommunication drawings, documents and design basis reports by the Contractor


within 120 days from the Appointed Date and review by the employer within 15 days
of receipt of the documents

7. F-Master layout plan by the Contractor every month incorporating revisions and
review by the employer within 15 days of receipt of the documents

8. H-As built drawings by the Contractor within 30 days from the Completion Date and
review by the employer within 15 days of receipt of the documents

The contractor shall engage/ employ qualified and experienced personnel, engineer, expert,
consultant for preparation and submission of above drawings, plans, documents and design
basis reports, within the prescribed time limit, in legible hard copy. In order to avoid delay
in approval of drawings etc. and consequent delay in construction, the contractor shall
actively engage with employer in discussion along with necessary supporting documents
and shall submit the documents within 7 days for approval after incorporating necessary
corrections/ additions/ deletions.

373
Western Railway

SCHEDULE - E
(See Clause 3.1.6(a)
APPLICABLE PERMITS

1 Applicable Permits
1.1 The Contractor shall obtain, as required under Applicable Laws, the following
Applicable Permits:
a) Permission of the State Government for extraction of boulders from quarry;
b) Permission of Village Panchayats and Pollution Control Board for
installation of crushers;
c) Licence for use of explosives;
d) Permission of the State Government for drawing water from river/ reservoir;
e) Licence from inspector of factories or other competent Employer for setting
up batching plant;
f) Clearance of Pollution Control Board for setting up batching plant;
g) Clearance of Village Panchayats and Pollution Control Board for setting up
asphalt plant;
h) Permission of Village Panchayats and State Government for borrow earth;
and
i) Any other permits or clearances required under Applicable Laws.

1.2 Applicable Permits, as required, relating to environmental protection and conservation


shall have been or shall be procured by the Employer in accordance with the provisions
of this Agreement.
1.3 Statutory clearances
The contractor shall employ/ engage qualified personnel/ liaison officer/ consultants/
experts for obtaining statutory clearances and other necessary clearances/ permissions,
detailed hereunder, required for execution/ completion of the project. Contractor, on
behalf of employer/ railways, shall prepare necessary documents and submit, on line/
off line, to the concerned local authorities in the state government. Employer/
Railways will nominate the nodal officers to sign the documents. However, necessary
statutory fees/ deposit money shall be paid directly by employer to the concerned
authorities in the state government.

a) Forest clearance for cutting trees from site


b) Shifting of utilities, if any, from site.
c) License to establish/ workshop layout plan approval from Directorate of
Industries, Health & Safety.
d) Power supply 33 kV 3 phase from state electricity board/ DISCOM
e) NOC from pollution control Board, Consent for Establishment and Consent
for Operation.
f) NOC from fire department/ inspector of factories
g) EIG from Chief Electrical Engineer of SCR
h) Factory Layout Approval, License to operate the workshop/ registration from
Directorate of Industries, Health & Safety

374
Western Railway

SCHEDULE - F

(See Clauses 7.1.1, 7.5.3 and 17.2)


FORM OF BANK GUARANTEE

Annex-I
(See Clause 7.1.1)
Performance Security

FA & CAO/C,

Western Railway

Mumbai - 400020

WHEREAS:

(A) ……………………………………(insert name and address of the


contractor) (hereinafter called the “Contractor") and (insert name and
address of the project authority), (hereinafter called the“Authority”) have
entered into an agreement (hereinafter called the “Agreement”) for the
construction of the new railway line between ……..-…….. in the
……..…….. Railway zone on Engineering, Procurement and Construction
(the “EPC”) basis, subject to and in accordance with the provisions of the
Agreement
(B) The Agreement requires the Contractor to furnish a Performance Security for
due and faithful performance of its obligations, under and in accordance with
the Agreement, during the {Construction Period/ Defects Liability Period }
(as defined in the Agreement) in a sum of Rs….. cr. (Rupees ………..…..
crore) (the “Guarantee Amount”).

(C) We, ………………….. through our branch at …………………. (the


“Bank”) have agreed to furnish this bank guarantee (hereinafter called
the“Guarantee”) by way of Performance Security.

NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably,


guarantees and affirms as follows:

1. The Bank hereby unconditionally and irrevocably guarantees the dueand


faithful performance of the Contractor’s obligations during the {Construction
Period/ Defects Liability Period}under and in accordance with the
Agreement, and agrees and undertakes to pay to the [mention Finance of
Authority], upon its mere first written demand, and without any demur,
reservation, recourse, contest or protest, and without any reference to the
Contractor, such sum or sums up to an aggregate sum of the Guarantee
Amount as the Authority shall claim, without the Authority being required to
prove or to show grounds or reasons for its demand and/or for the sum
specified therein.

375
Western Railway

2. A letter from the Authority, under the hand of an officer not below the rank
of [***in the ***]Railway, that the Contractor has committed default in the
due and faithful performance of all or any of its obligations under and in
accordance with the Agreement shall be conclusive, final and binding on the
Bank. The Bank further agrees that the Authority shall be the sole judge as to
whether the Contractor is in default in due and faithful performance of its
obligations during and under the Agreement and its decision that the
Contractor is in default shall be final and binding on the Bank,
notwithstanding any differences between the Authority and the Contractor,
or any dispute between them pending before any court, tribunal, arbitrators
or any other authority or body, or by the discharge of the Contractor for any
reason whatsoever.

3. In order to give effect to this Guarantee, the Authority shall be entitled to act
as if the Bank were the principal debtor and any change in the constitution of
the Contractor and/or the Bank, whether by their absorption with any other
body or corporation or otherwise, shall not in any way or manner affect the
liability or obligation of the Bank under this Guarantee.

4. It shall not be necessary, and the Bank hereby waives any necessity, for the
Authority to proceed against the Contractor before presenting to the Bank its
demand under this Guarantee.

5. The Authority shall have the liberty, without affecting in any manner the
liability of the Bank under this Guarantee, to vary at any time, the terms and
conditions of the Agreement or to extend the time or period for the
compliance with, fulfilment and/ or performance of all or any of the
obligations of the Contractor contained in the Agreement or to postpone for
any time, and from time to time, any of the rights and powers exercisable by
the Authority against the Contractor, and either to enforce or forbear from
enforcing any of the terms and conditions contained in the Agreement and/or
the securities available to the Authority, and the Bank shall not be released
from its liability and obligation under these presents by any exercise by the
Authority of the liberty with reference to the matters aforesaid or by reason
of time being given to the Contractor or any other forbearance, indulgence,
act or omission on the part of the Authority or of any other matter or thing
whatsoever which under any law relating to sureties and guarantors would
but for this provision have the effect of releasing the Bank from its liability
and obligation under this Guarantee and the Bank hereby waives all of its
rights under any such law.

6. This Guarantee is in addition to and not in substitution of any other


guarantee or security now or which may hereafter be held by the Authority in
respect of or relating to the Agreement or for the fulfilment, compliance
and/or performance of all or any of the obligations of the Contractor under
the Agreement.

7. Notwithstanding anything contained hereinbefore, the liability of the Bank


under this Guarantee is restricted to the Guarantee Amount and this
Guarantee will remain in force for the period specified in paragraph 8 below
and unless a demand or claim in writing is made by the Authority on the

376
Western Railway

Bank under this Guarantee all rights of the Authority under this Guarantee
shall be forfeited and the Bank shall be relieved from its liabilities hereunder.

8. The Guarantee shall cease to be in force and effect on ****$. Unless a


demand or claim under this Guarantee is made in writing before expiry of the
Guarantee, the Bank shall be discharged from its liabilities hereunder.

9. The Bank undertakes not to revoke this Guarantee during its currency, except
with the previous express consent of the Authority in writing, and declares
and warrants that it has the power to issue this Guarantee and the
undersigned has full powers to do so on behalf of the Bank.

10. Any notice by way of request, demand or otherwise hereunder may be sent
by post addressed to the Bank at its above referred branch, which shall be
deemed to have been duly authorised to receive such notice and to effect
payment thereof forthwith, and if sent by post it shall be deemed to have
been given at the time when it ought to have been delivered in due course of
post and in proving such notice, when given by post, it shall be sufficient to
prove that the envelope containing the notice was posted and a certificate
signed by an officer of the Authority that the envelope was so posted shall be
conclusive.

11. This Guarantee shall come into force with immediate effect and shall remain
in force and effect for up to the date specified in paragraph 8 above or until it
is released earlier by the Authority pursuant to the provisions of the
Agreement.

Signed and sealed this ………. day of ……….., 20……… at ………..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:

(Signature)
(Name)
(Designation)
(Code Number)
(Address)

NOTES:

(i) The bank guarantee should contain the name, designation and code number
of the officer(s) signing the guarantee.

$
Insert date being 2 (two) years from the date of issuance of this Guarantee (in accordance with
Clause 7.2 of the Agreement).

377
Western Railway

(ii) The address, telephone number and other details of the head office of the
Bank as well as of issuing branch should be mentioned on the covering letter of
issuing branch.

378
Western Railway

Annex – II
(Schedule - F)
(See Clause 7.5.3)
Form of Guarantee for Withdrawal of Retention Money

FA & CAO/C,

Western Railway

Mumbai – 400020

WHEREAS:

(A) [insert name and address of the contractor] (hereinafter called the
“Contractor") has executed an agreement (hereinafter called the
“Agreement”) with the [name and address of the project authority),
(hereinafter called the “Authority”) for the construction of the new railway
line between ****-**** in the **** Railway zone on Engineering,
Procurement and Construction (the “EPC”) basis, subject to and in
accordance with the provisions of the Agreement.

(B) In accordance with Clause 7.5.3 of the Agreement, the Contractor may
withdraw the retention money (hereinafter called the “Retention Money”)
after furnishing to the Authority a bank guarantee for an amount equal to the
proposed withdrawal.

(C) We, ………………….. through our branch at …………………. (the


“Bank”) have agreed to furnish this bank guarantee (hereinafter called the
“Guarantee”) for the amount of Rs. ………… cr. (Rupees…………crore)
(the “Guarantee Amount”).

NOW, THEREFORE, the Bank hereby unconditionally and irrevocably guarantees


and affirms as follows:

1. The Bank hereby unconditionally and irrevocably undertakes to pay to the


Authority, upon its mere first written demand, and without any demur,
reservation, recourse, contest or protest, and without any reference to the
Contractor, such sum or sums up to an aggregate sum of the Guarantee
Amount as the Authority shall claim, without the Authority being required to
prove or to show grounds or reasons for its demand and/or for the sum
specified therein.

2. A letter from the Authority, under the hand of an officer not below the rank
of [*** in the ***Railway], that the Contractor has committed default in the
due and faithful performance of all or any of its obligations for under and in
accordance with the Agreement shall be conclusive, final and binding on the
Bank. The Bank further agrees that the Authority shall be the sole judge as to
whether the Contractor is in default in due and faithful performance of its
obligations during and under the Agreement and its decision that the
Contractor is in default shall be final, and binding on the Bank,

379
Western Railway

notwithstanding any differences between the Authority and the Contractor,


or any dispute between them pending before any court, tribunal, arbitrators
or any other authority or body, or by the discharge of the Contractor for any
reason whatsoever.

3. In order to give effect to this Guarantee, the Authority shall be entitled to act
as if the Bank were the principal debtor and any change in the constitution of
the Contractor and/or the Bank, whether by their absorption with any other
body or corporation or otherwise, shall not in any way or manner affect the
liability or obligation of the Bank under this Guarantee.

4. It shall not be necessary, and the Bank hereby waives any necessity, for the
Authority to proceed against the Contractor before presenting to the Bank its
demand under this Guarantee.

5. The Authority shall have the liberty, without affecting in any manner the
liability of the Bank under this Guarantee, to vary at any time, the terms and
conditions of the Retention Money and any of the rights and powers
exercisable by the Authority against the Contractor, and either to enforce or
forbear from enforcing any of the terms and conditions contained in the
Agreement and/or the securities available to the Authority, and the Bank
shall not be released from its liability and obligation under these presents by
any exercise by the Authority of the liberty with reference to the matters
aforesaid or by reason of time being given to the Contractor or any other
forbearance, indulgence, act or omission on the part of the Authority or of
any other matter or thing whatsoever which under any law relating to sureties
and guarantors would but for this provision have the effect of releasing the
Bank from its liability and obligation under this Guarantee and the Bank
hereby waives all of its rights under any such law.

6. This Guarantee is in addition to and not in substitution of any other


guarantee or security now or which may hereafter be held by the Authority in
respect of or relating to the Retention Money.

7. Notwithstanding anything contained hereinbefore, the liability of the Bank


under this Guarantee is restricted to the Guarantee Amount and this
Guarantee will remain in force for the period specified in paragraph 8 below
and unless a demand or claim in writing is made by the Authority on the
Bank under this Guarantee all rights of the Authority under this Guarantee
shall be forfeited and the Bank shall be relieved from its liabilities hereunder.

8. The Guarantee shall cease to be in force and effect 15 (fifteen) days after the
date of the Completion Certificate specified in Clause 12.4 of the Agreement.

9. The Bank undertakes not to revoke this Guarantee during its currency, except
with the previous express consent of the Authority in writing, and declares
and warrants that it has the power to issue this Guarantee and the
undersigned has full powers to do so on behalf of the Bank.

10. Any notice by way of request, demand or otherwise hereunder may be sent
by post addressed to the Bank at its above referred branch, which shall be

380
Western Railway

deemed to have been duly authorised to receive such notice and to effect
payment thereof forthwith, and if sent by post it shall be deemed to have
been given at the time when it ought to have been delivered in due course of
post and in proving such notice, when given by post, it shall be sufficient to
prove that the envelope containing the notice was posted and a certificate
signed by an officer of the Authority that the envelope was so posted shall be
conclusive.

11. This Guarantee shall come into force with immediate effect and shall remain
in force and effect up to the date specified in paragraph 8 above or until it is
released earlier by the Authority pursuant to the provisions of the
Agreement.

Signed and sealed this ………. day of ……….., 20……… at ………..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:

(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES:

(i) The bank guarantee should contain the name, designation and code number
of the officer(s) signing the guarantee.

(ii) The address, telephone number and other details of the head office of the
Bank as well as of issuing branch should be mentioned on the covering letter of
issuing branch.

381
Western Railway

Annex – III
(Schedule - F)
(See Clause 17.2)
Form of Guarantee for Advance Payment

FA & CAO/C,

Western Railway

Mumbai – 400020

WHEREAS:

(A) [name and address of the contractor] (hereinafter called the “Contractor”)
has executed an agreement (hereinafter called the “Agreement”) with the
[name and address of the project authority], (hereinafter called the
“Authority”) for the construction of the new railway line between ***in the
***Railway zone on Engineering, Procurement and Construction (the
“EPC”) basis, subject to and in accordance with the provisions of the
Agreement.
(B) In accordance with Clause 17.2 of the Agreement, the Authority shall make
to the Contractor advance payment (herein after called “Advance Payment”)
equal to 10% (ten per cent) of the Contract Price; and that the Advance
Payment shall be made in two installments subject to the Contractor
furnishing an irrevocable and unconditional guarantee by a Bank for an
amount equivalent to 110% (one hundred and ten percent) of such
installment to remain effective till the complete and full repayment of the
installment of the Advance Payment as security for compliance with its
obligations in accordance with the Agreement. The amount of {first/second}
installment of the Advance Payment is Rs. ……cr. (Rupees ……crore)
andthe amount of this Guarantee is Rs. …… cr. (Rupees ……
crore)(the“Guarantee Amount”)$.

(C) We, ………………….. through our branch at …………………. (the


“Bank”) have agreed to furnish this bank guarantee (hereinafter called
the“Guarantee”) for the Guarantee Amount.

NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees


and affirms as follows:

1. The Bank hereby unconditionally and irrevocably guarantees the due and
faithful repayment on time of the aforesaid instalment of the Advance
Payment under and in accordance with the Agreement, and agrees and
undertakes to pay to the Authority, upon its mere first written demand, and
without any demur, reservation, recourse, contest or protest, and without any
reference to the Contractor, such sum or sums up to an aggregate sum of the

$
The Guarantee Amount should be equivalent to 110% of the value of the applicable installment.

382
Western Railway

Guarantee Amount as the Authority shall claim, without the Authority being
required to prove or to show grounds or reasons for its demand and/or for the
sum specified therein.

2. A letter from the Authority, under the hand of an officer not below the rank
of [***in the ***Railway], that the Contractor has committed default in the
due and faithful performance of all or any of its obligations for the
repayment of the instalment of the Advance Payment under and in
accordance with the Agreement shall be conclusive, final and binding on the
Bank. The Bank further agrees that the Authority shall be the sole judge as to
whether the Contractor is in default in due and faithful performance of its
obligations during and under the Agreement and its decision that the
Contractor is in default shall be final and binding on the Bank,
notwithstanding any differences between the Authority and the Contractor,
or any dispute between them pending before any court, tribunal, arbitrators
or any other authority or body, or by the discharge of the Contractor for any
reason whatsoever.

3. In order to give effect to this Guarantee, the Authority shall be entitled to act
as if the Bank were the principal debtor and any change in the constitution of
the Contractor and/or the Bank, whether by their absorption with any other
body or corporation or otherwise, shall not in any way or manner affect the
liability or obligation of the Bank under this Guarantee.

4. It shall not be necessary, and the Bank hereby waives any necessity, for the
Authority to proceed against the Contractor before presenting to the Bank its
demand under this Guarantee.

5. The Authority shall have the liberty, without affecting in any manner the
liability of the Bank under this Guarantee, to vary at any time, the terms and
conditions of the Advance Payment or to extend the time or period of its
repayment or to postpone for any time, and from time to time, any of the
rights and powers exercisable by the Authority against the Contractor, and
either to enforce or forbear from enforcing any of the terms and conditions
contained in the Agreement and/or the securities available to the Authority,
and the Bank shall not be released from its liability and obligation under
these presents by any exercise by the Authority of the liberty with reference
to the matters aforesaid or by reason of time being given to the Contractor or
any other forbearance, indulgence, act or omission on the part of the
Authority or of any other matter or thing whatsoever which under any law
relating to sureties and guarantors would but for this provision have the
effect of releasing the Bank from its liability and obligation under this
Guarantee and the Bank hereby waives all of its rights under any such law.

6. This Guarantee is in addition to and not in substitution of any other


guarantee or security now or which may hereafter be held by the Authority in
respect of or relating to the Advance Payment.

7. Notwithstanding anything contained hereinbefore, the liability of the Bank


under this Guarantee is restricted to the Guarantee Amount and this
Guarantee will remain in force for the period specified in paragraph 8 below

383
Western Railway

and unless a demand or claim in writing is made by the Authority on the


Bank under this Guarantee all rights of the Authority under this Guarantee
shall be forfeited and the Bank shall be relieved from its liabilities hereunder.

8. The Guarantee shall cease to be in force and effect on ****.$ Unless a


demand or claim under this Guarantee is made in writing on or before the
aforesaid date, the Bank shall be discharged from its liabilities hereunder.

9. The Bank undertakes not to revoke this Guarantee during its currency, except
with the previous express consent of the Authority in writing, and declares
and warrants that it has the power to issue this Guarantee and the
undersigned has full powers to do so on behalf of the Bank.

10. Any notice by way of request, demand or otherwise hereunder may be sent
by post addressed to the Bank at its above referred branch, which shall be
deemed to have been duly authorised to receive such notice and to effect
payment thereof forthwith, and if sent by post it shall be deemed to have
been given at the time when it ought to have been delivered in due course of
post and in proving such notice, when given by post, it shall be sufficient to
prove that the envelope containing the notice was posted and a certificate
signed by an officer of the Authority that the envelope was so posted shall be
conclusive.

11. This Guarantee shall come into force with immediate effect and shall remain
in force and effect up to the date specified in paragraph 8 above or until it is
released earlier by the Authority pursuant to the provisions of the
Agreement.

Signed and sealed this ………. day of …….. 20……… at ………..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:


(Signature)
(Name)
(Designation)
(Code Number)
(Address)
NOTES:

(i) The bank guarantee should contain the name, designation and code number
of the officer(s) signing the guarantee.

(ii) The address, telephone number and other details of the head office of the
Bank as well as of issuing branch should be mentioned on the covering letter of
issuing branch.

$
Insert a date being 90 (ninety) days after the end of one year from the date of payment of the
Advance payment to the Contractor (in accordance with Clause 17.2 of the Agreement).

384
Western Railway
SCHEDULE-G
(See Clauses 10.1.4 and 17.3)

Contract Price Weightages

1.1 The Contract Price for this Agreement is Rs. 482,71,45,000 (Rs Four Eighty Two Crores Seventy One Lakhs, Fourty Five
Thousand Only)

1.2 Proportions of the Contract Price for different stages of Construction of the Railway Project shall be as specified below:

Weightage in
percentage to Percentage
Item Stage for Payment Payment Procedure
Contract weightage
Price
1 2 3 4 5
Engineering Department Items

1.1 0.542% Earth work in filling by SQ3 soil, 100% 1. Earth work in filling by SQ3 soil to be carried
Earth work compacting, leveling, etc. with out as per the gradients, slopes and levels
desired level, compacting, as per specified in the relevant Drawings or as per
relevant specification. Filling of requirement after detailed designing of various
earthwork below 1.5 m of proposed structures.
rail levels of shops shall be provided 2. Unit of measurement is area in Sqm. The
by railways. finished area will be measured for the purpose
of payment.
3. Payment shall be made on pro rata basis on
completion in all respects including final
finishing as specified in the relevant Drawings.
4. For the purpose of sampling & quality checks,
the earth work quantities in the filling are to be
arrived by preparing cross sections and to be
submitted.

385
Western Railway
5. Payments will be made after passing the
required tests and submission of such test
reports.
6. The total area where filling is involved i.e. for
tracks, shop area and roads etc. is assumed to be
90000 Sqm for the purpose of assessment of
contract price.

1.2 6.235% 1. Laying PCC, RCC and pile 26.75% 1. Unit of measurement is Sqm of Shop area.
Car Body foundations including making 2. Payments will be made on pro rata basis. The
Shell shed foundations for machines. work should be carried out as per Drawing
and and standard specifications.
infrastructur 3. Total area of PEB sheds is assumed to be
e 13,125 Sqm for the purpose of assessment of
Contract price.
4. For the purpose of sampling & quality
checks, the quantities of item of works are to
be arrived and to be submitted. Quality
checks to be conducted on Cement,
reinforcement steel, Concrete and other
construction materials by the AE as per the
frequencies mentioned in the Railways
standard specifications / IRS Concrete code
and test reports are to be submitted.
5. Payments will be made after passing the
required tests and submission of such test
reports.
10.197% 2. Supply, Fabrication & erection 43.75% 1. Unit of measurement is in SQM of PEB
of Structural steel work for sheds.
2. The work should be carried out as per
drawings.
3. Total area of PEB sheds is assumed to be
13,125 Sqm for the purpose of assessment of
Contract price.

386
Western Railway
PEB sheds including purlins, 4. Stage payments will be made on pro rata
rafters, crane gantry, catwalk, basis
stairs, frames, fasteners, anchor (a) 60% on receipt of steel material at site.
bolts, brackets, hand rails, (b) 30% on fabrication, painting and
staircase, ladder, framed erection and.
opening, sliding doors/ (c) 10% on completion of structural works
motorized rolling shutters in complete in all respects including final/
framed structures, roof touch up.
walkway etc as per proof 5. For the purpose of sampling & quality
checked design and fabrication/ checks, the quantities of item of works are to
erection drawings. Cost include be arrived and to be submitted. Quality
supply, fastening, cutting, checks to be conducted on structural steel
drilling, handling, riveting/ and other construction materials by the AE as
welding with supply of per the frequencies mentioned in the
electrode, rivet, bolts and nuts, Railway's standard specifications / relevant
bituminous washer, supply of IS codes and test reports are to be.
all labour, materials, tools and 6. Payments will be made after passing the
plants, scaffolding, staging, required tests and submission of such test
transportation, painting and reports.
commissioning of all structural
steel works complete in all
respects.
4.079% 3. Supply and Fixing of 17.50% 1. Unit of measurement is in SQM of composite
composite insulated Sheeting insulated Sheeting.
and area, gutter will be made 2. The work should be carried out as per
on basis of measurement of drawings.
plan area, down take drain/ 3. Total area of composite insulated Sheeting is
rain water pipe on basis of net assumed to be 13,125 Sqm for the purpose of
exposed circumferential area, assessment of Contract price.
louvers on the basis of 1.25 4. Stage payments will be made on pro rata
times of Plan area etc. turbo basis
ventilators: Cost is inclusive (a) 60% on receipt of composite insulated
of supply, fitting and fixing of Sheeting material at site.
roof sheeting including (b) 30% on erection and fixing composite
fasteners, sealant tapes as per insulated Sheeting material.
approved design and drawing (c) 10% on completion of roofing and drainage

387
Western Railway
and as per specification. Cost works.
include supply, fastening, 5. For the purpose of sampling & quality checks,
cutting, drilling, handling, the quantities of item of works are to be
riveting/ welding with supply arrived and to be submitted. Quality checks
of electrode, rivet, bolts and to be conducted on composite insulated
nuts, bituminous washer, Sheeting and other construction materials by
supply of all labour, materials, the AE as per the frequencies mentioned in
tools and plants, scaffolding, the Railway's standard specifications /
staging complete in all relevant IS codes and test reports are to be.
respect. Quantity calculation 6. Payments will be made after passing the
for the purpose of pro rata required tests and submission of such test
payment will be made on the reports.
basis of the net exposed area
and no payment will be made
for overlaps, roof sheeting on
the basis of measurement of
slant area, wall sheeting on the
basis of measurement of net
exposed vertical area. Rates of
gutter and down take drain/
rain water pipe are also
inclusive.
2.156% 4. Flooring with hardonite 9.25% 1. Unit of measurement is in SQM of hardonite
flooring, Flyash brick work in flooring area.
walls, plastering, under 2. The work should be carried out as per
ground drainage and painting, drawings.
colour washing etc. 3. Total area of hardonite flooring is assumed to
be 13,125 Sqm for the purpose of assessment
of Contract price.
4. Stage payments will be made on pro rata
basis
(a) 20% on completion of underground
drainage, side brick wall and plastering.
(b) 70% on completion of hardonite
flooring.
(c) 10% on completion paintings and color

388
Western Railway
washing.
5. Payments will be made after passing the
required tests and submission of such test
reports.
0.641% 5. Other miscellaneous works 2.750% 1. Unit of measurement is lumsump basis.
like windows, shutters, doors, 2. The work should be carried out as per
epoxy painting on flooring, drawings.
guiding strips, etc. 3. Payment will be made on completion of
miscellaneous works like windows, shutters,
doors, epoxy painting on flooring, guiding
strips, etc.

Total 23.308% 100%


1.3 0.484% 1. Laying PCC, RCC and pile 26.75% 1. Unit of measurement is Sqm of Shop area.
CBS foundations including making 2. Payments will be made on pro rata basis. The
Warehouse foundations for machines. work should be carried out as per Drawing
and and standard specifications.
infrastructur 3. Total area of PEB sheds is assumed to be
e 3,500 Sqm for the purpose of assessment of
Contract price.
4. For the purpose of sampling & quality
checks, the quantities of item of works are to
be arrived and to be submitted. Quality
checks to be conducted on Cement,
reinforcement steel, Concrete and other
construction materials by the AE as per the
frequencies mentioned in the Railways
standard specifications / IRS Concrete code
and test reports are to be submitted.
5. Payments will be made after passing the
required tests and submission of such test
reports.
0.791% 2. Supply, Fabrication & erection 43.75% 1. Unit of measurement is in SQM of PEB
of Structural steel work for PEB sheds.
2. The work should be carried out as per
drawings.

389
Western Railway
sheds including purlins, rafters, 3. Total area of PEB sheds is assumed to be
crane gantry, catwalk, stairs, 3,500 Sqm for the purpose of assessment of
frames, fasteners, anchor bolts, Contract price.
brackets, hand rails, staircase, 4. Stage payments will be made on pro rata
ladder, framed opening, sliding basis
doors/ motorized rolling shutters (a) 60% on receipt of steel material at site.
in framed structures, roof (b) 30% on fabrication, painting and erection
walkway etc as per proof and.
checked design and fabrication/ (c) 10% on completion of structural works
erection drawings. Cost include complete in all respects including final/
supply, fastening, cutting, touch up.
drilling, handling, riveting/ 5. For the purpose of sampling & quality
welding with supply of checks, the quantities of item of works are to
electrode, rivet, bolts and nuts, be arrived and to be submitted. Quality
bituminous washer, supply of all checks to be conducted on structural steel
labour, materials, tools and and other construction materials by the AE as
plants, scaffolding, staging, per the frequencies mentioned in the
transportation, painting and Railway's standard specifications / relevant
commissioning of all structural IS codes and test reports are to be.
steel works complete in all 6. Payments will be made after passing the
respects. required tests and submission of such test
reports.
0.317% 3. Supply and Fixing of composite 17.50% 1. Unit of measurement is in SQM of composite
insulated Sheeting and area, insulated Sheeting.
gutter will be made on basis of 2. The work should be carried out as per
measurement of plan area, down drawings.
take drain/ rain water pipe on 3. Total area of composite insulated Sheeting is
basis of net exposed assumed to be 3,500 Sqm for the purpose of
circumferential area, louvers on assessment of Contract price.
the basis of 1.25 times of Plan 4. Stage payments will be made on pro rata
area etc. turbo ventilators: Cost is basis
inclusive of supply, fitting and (a) 60% on receipt of composite insulated
fixing of roof sheeting including Sheeting material at site.
fasteners, sealant tapes as per (b) 30% on erection and fixing composite
approved design and drawing insulated Sheeting material.
and as per specification. Cost (c) 10% on completion of roofing and

390
Western Railway
include supply, fastening, drainage works.
cutting, drilling, handling, 5. For the purpose of sampling & quality checks,
riveting/ welding with supply of the quantities of item of works are to be
electrode, rivet, bolts and nuts, arrived and to be submitted. Quality checks
bituminous washer, supply of all to be conducted on composite insulated
labour, materials, tools and Sheeting and other construction materials by
plants, scaffolding, staging the AE as per the frequencies mentioned in
complete in all respect. Quantity the Railway's standard specifications /
calculation for the purpose of pro relevant IS codes and test reports are to be.
rata payment will be made on the 6. Payments will be made after passing the
basis of the net exposed area and required tests and submission of such test
no payment will be made for reports.
overlaps, roof sheeting on the
basis of measurement of slant
area, wall sheeting on the basis
of measurement of net exposed
vertical area. Rates of gutter and
down take drain/ rain water pipe
are also inclusive.
0.167% 3. Flooring with hardonite flooring, 9.25% 1. Unit of measurement is in SQM of hardonite
Flyash brick work in walls, flooring area.
plastering, underground drainage 2. The work should be carried out as per
and paintings, colour washing drawings.
etc. 3. Total area of hardonite flooring is assumed to
be 3,500 Sqm for the purpose of assessment
of Contract price.
4. Stage payments will be made on pro rata
basis
(a) 20% on completion of underground
drainage, side brick wall and plastering.
(b) 70% on completion of hardonite
flooring.
(c) 10% on completion paintings and color
washing.
5. Payments will be made after passing the
required tests and submission of such test

391
Western Railway
reports.
0.050% 4. Other miscellaneous works 2.750% 1. Unit of measurement is lumpsum basis.
like windows, shutters, doors, 2. The work should be carried out as per
epoxy painting on flooring, drawings.
guiding strips, etc. 3. Payment will be made on completion of
miscellaneous works like windows, shutters,
doors, epoxy painting on flooring, guiding
strips, etc.

Total 1.809 100%


1.4 4.75% 1. Laying PCC, RCC and pile 26.75% 1. Unit of measurement is Sqm of Shop area.
Fitting shop foundations including making 2. Payments will be made on pro rata basis. The
and foundations for machines. work should be carried out as per Drawing
infrastructur and standard specifications.
e 3. Total area of PEB sheds is assumed to be
10,000 Sqm for the purpose of assessment of
Contract price.
4. For the purpose of sampling & quality
checks, the quantities of item of works are to
be arrived and to be submitted. Quality
checks to be conducted on Cement,
reinforcement steel, Concrete and other
construction materials by the AE as per the
frequencies mentioned in the Railways
standard specification / IRS Concrete code
and test reports are to be submitted.
5. Payments will be made after passing the
required tests and submission of such test
reports.
7.769% 2. Supply, Fabrication & erection 43.75% 1. Unit of measurement is in SQM of PEB
of Structural steel work for PEB sheds.
2. The work should be carried out as per
drawings.
3. Total area of PEB sheds is assumed to be
10,000 Sqm for the purpose of assessment of
Contract price.

392
Western Railway
sheds including purlins, rafters, 4. Stage payments will be made on pro rata
crane gantry, catwalk, stairs, basis
frames, fasteners, anchor bolts, (a) 60% on receipt of steel material at site.
brackets, hand rails, staircase, (b) 30% on fabrication, painting and
ladder, framed opening, sliding erection and.
doors/ motorized rolling shutters (c) 10% on completion of structural works
in framed structures, roof complete in all respects including
walkway etc as per proof final/ touch up.
checked design and fabrication/ 5. For the purpose of sampling & quality
erection drawings. Cost include checks, the quantities of item of works are to
supply, fastening, cutting, be arrived and to be submitted. Quality
drilling, handling, riveting/ checks to be conducted on structural steel
welding with supply of and other construction materials by the AE as
electrode, rivet, bolts and nuts, per the frequencies mentioned in the
bituminous washer, supply of all Railway's standard specification / relevant IS
labour, materials, tools and codes and test reports are to be.
plants, scaffolding, staging, 6. Payments will be made after passing the
transportation, painting and required tests and submission of such test
commissioning of all structural reports.
steel works complete in all
respects.
3.108% 3. Supply and Fixing of composite 17.50% 1. Unit of measurement is in SQM of composite
insulated Sheeting and area, insulated Sheeting.
gutter will be made on basis of 2. The work should be carried out as per
measurement of plan area, down drawings.
take drain/ rain water pipe on 3. Total area of composite insulated Sheeting is
basis of net exposed assumed to be 10,000 Sqm for the purpose of
circumferential area, louvers on assessment of Contract price.
the basis of 1.25 times of Plan 4. Stage payments will be made on pro rata
area etc. turbo ventilators: Cost is basis
inclusive of supply, fitting and (a) 60% on receipt of composite insulated
fixing of roof sheeting including Sheeting material at site.
fasteners, sealant tapes as per (b) 30% on erection and fixing composite
approved design and drawing insulated Sheeting material.
and as per specification. Cost (c) 10% on completion of roofing and
include supply, fastening, drainage works.

393
Western Railway
cutting, drilling, handling, 5. For the purpose of sampling & quality checks,
riveting/ welding with supply of the quantities of item of works are to be
electrode, rivet, bolts and nuts, arrived and to be submitted. Quality checks
bituminous washer, supply of all to be conducted on composite insulated
labour, materials, tools and Sheeting and other construction materials by
plants, scaffolding, staging the AE as per the frequencies mentioned in
complete in all respect. Quantity the Railway's standard specification /
calculation for the purpose of pro relevant IS codes and test reports are to be.
rata payment will be made on the 6. Payments will be made after passing the
basis of the net exposed area and required tests and submission of such test
no payment will be made for reports.
overlaps, roof sheeting on the
basis of measurement of slant
area, wall sheeting on the basis
of measurement of net exposed
vertical area. Rates of gutter and
down take drain/ rain water pipe
are also inclusive.
1.643% 4. Flooring with hardonite flooring, 9.25% 1. Unit of measurement is in SQM of hardonite
Flyash brick work in walls, flooring area.
plastering, underground drainage 2. The work should be carried out as per
and painting, colour washing etc. drawings.
3. Total area of hardonite flooring is assumed to
be 10,000 Sqm for the purpose of assessment
of Contract price.
4. Stage payments will be made on pro rata
basis
(a) 20% on completion of underground
drainage, side brick wall and plastering.
(b) 70% on completion of hardonite
flooring.
(c) 10% on completion paintings and color
washing.
5. Payments will be made after passing the
required tests and submission of such test
reports.

394
Western Railway
0.488% 5. Other miscellaneous works 2.75% 1. Unit of measurement is lumpsum basis.
like windows, shutters, doors, 2. The work should be carried out as per
epoxy painting on flooring, drawings.
guiding strips, etc. 3. Payment will be made on completion of
miscellaneous works like windows,
shutters, doors, epoxy painting on flooring,
guiding strips, etc.

Total 17.758% 100%


1.5 1.037% 1. Laying PCC, RCC and pile 26.75% 1. Unit of measurement is Sqm of Shop area.
foundations including 2. Payments will be made on pro rata basis. The
Fitting Shop making foundations for work should be carried out as per Drawing
Warehouse machines. and standard specifications.
and 3. Total area of PEB sheds is assumed to be
infrastructur 7,500 Sqm for the purpose of assessment of
e Contract price.
4. For the purpose of sampling & quality
checks, the quantities of item of works are to
be arrived and to be submitted. Quality
checks to be conducted on Cement,
reinforcement steel, Concrete and other
construction materials by the AE as per the
frequencies mentioned in the Railways
standard specification / IRS Concrete code
and test reports are to be submitted.
5. Payments will be made after passing the
required tests and submission of such test
reports.
1.696% 2. Supply, Fabrication & erection 43.75% 1. Unit of measurement is in SQM of PEB
of Structural steel work for PEB sheds.
2. The work should be carried out as per
drawings.
3. Total area of PEB sheds is assumed to be
7,500 Sqm for the purpose of assessment of
Contract price.

395
Western Railway
sheds including purlins, rafters, 4. Stage payments will be made on pro rata
crane gantry, catwalk, stairs, basis
frames, fasteners, anchor bolts, (a) 60% on receipt of steel material at site.
brackets, hand rails, staircase, (b) 30% on fabrication, painting and
ladder, framed opening, sliding erection and.
doors/ motorized rolling shutters (c) 10% on completion of structural works
in framed structures, roof complete in all respects including final/
walkway etc as per proof touch up.
checked design and fabrication/ 5. For the purpose of sampling & quality
erection drawings. Cost include checks, the quantities of item of works are to
supply, fastening, cutting, be arrived and to be submitted. Quality
drilling, handling, riveting/ checks to be conducted on structural steel
welding with supply of and other construction materials by the AE as
electrode, rivet, bolts and nuts, per the frequencies mentioned in the
bituminous washer, supply of all Railway's standard specification / relevant IS
labour, materials, tools and codes and test reports are to be.
plants, scaffolding, staging, 6. Payments will be made after passing the
transportation, painting and required tests and submission of such test
commissioning of all structural reports.
steel works complete in all
respects.
0.678% 3. Supply and Fixing of composite 17.50% 1. Unit of measurement is in SQM of composite
insulated Sheeting and area, insulated Sheeting.
gutter will be made on basis of 2. The work should be carried out as per
measurement of plan area, down drawings.
take drain/ rain water pipe on 3. Total area of composite insulated Sheeting is
basis of net exposed assumed to be 7,500 Sqm for the purpose of
circumferential area, louvers on assessment of Contract price.
the basis of 1.25 times of Plan 4. Stage payments will be made on pro rata
area etc. turbo ventilators: Cost is basis
inclusive of supply, fitting and (a) 60% on receipt of composite insulated
fixing of roof sheeting including Sheeting material at site.
fasteners, sealant tapes as per (b) 30% on erection and fixing composite
approved design and drawing insulated Sheeting material.
and as per specification. Cost (c) 10% on completion of roofing and
include supply, fastening, drainage works.

396
Western Railway
cutting, drilling, handling, 5. For the purpose of sampling & quality checks,
riveting/ welding with supply of the quantities of item of works are to be
electrode, rivet, bolts and nuts, arrived and to be submitted. Quality checks
bituminous washer, supply of all to be conducted on composite insulated
labour, materials, tools and Sheeting and other construction materials by
plants, scaffolding, staging the AE as per the frequencies mentioned in
complete in all respect. Quantity the Railway's standard specification /
calculation for the purpose of pro relevant IS codes and test reports are to be.
rata payment will be made on the 6. Payments will be made after passing the
basis of the net exposed area and required tests and submission of such test
no payment will be made for reports.
overlaps, roof sheeting on the
basis of measurement of slant
area, wall sheeting on the basis
of measurement of net exposed
vertical area. Rates of gutter and
down take drain/ rain water pipe
are also inclusive.
0.359% 4. Flooring with hardonite flooring, 9.25% 1. Unit of measurement is in SQM of hardonite
Flyash brick work in walls, flooring area.
plastering, underground drainage 2. The work should be carried out as per
and painting, colour washing etc. drawings.
3. Total area of hardonite flooring is assumed to
be 7,500 Sqm for the purpose of assessment
of Contract price.
4. Stage payments will be made on pro rata
basis
(a) 20% on completion of underground
drainage, side brick wall and plastering.
(b) 70% on completion of hardonite
flooring.
(c) 10% on completion painting and color
washing.
5. Payments will be made after passing the
required tests and submission of such test
reports.

397
Western Railway
0.106% 5. Other miscellaneous works 2.75% 1. Unit of measurement is lumpsum basis.
like windows, shutters, doors, 2. The work should be carried out as per
epoxy painting on flooring, drawings.
guiding strips, etc. 3. Payment will be made on completion of
miscellaneous works like windows, shutters,
doors, epoxy painting on flooring, guiding
strips, etc.

Total 3.876% 100%


1.6 0.657% 1. Laying PCC, RCC and pile 26.75% 1. Unit of measurement is Sqm of Shop area.
foundations including 2. Payments will be made on pro rata basis. The
Preparation making foundations for work should be carried out as per Drawing
room, shot machines. and standard specifications.
blasting & 3. Total area of sheds is assumed to be 3,350
painting shed Sqm for the purpose of assessment of
and Contract price.
infrastructur 4. For the purpose of sampling & quality
e checks, the quantities of item of works are to
be arrived and to be submitted. Quality
checks to be conducted on Cement,
reinforcement steel, Concrete and other
construction materials by the AE as per the
frequencies mentioned in the Railways
standard specification / IRS Concrete code
and test reports are to be submitted.
5. Payments will be made after passing the
required tests and submission of such test
reports.
1.074% 2. Supply, Fabrication & erection 43.75% 1. Unit of measurement is in SQM of PEB
of Structural steel work for PEB sheds.
2. The work should be carried out as per
drawings.
3. Total area of PEB sheds is assumed to be
3,350 Sqm for the purpose of assessment of
Contract price.

398
Western Railway
sheds including purlins, rafters, 4. Stage payments will be made on pro rata
crane gantry, catwalk, stairs, basis
frames, fasteners, anchor bolts, (a) 60% on receipt of steel material at site.
brackets, hand rails, staircase, (b) 30% on fabrication, painting and
ladder, framed opening, sliding erection and.
doors/ motorized rolling shutters (c) 10% on completion of structural works
in framed structures, roof complete in all respects including final/
walkway etc as per proof touch up.
checked design and fabrication/ 5. For the purpose of sampling & quality
erection drawings. Cost include checks, the quantities of item of works are to
supply, fastening, cutting, be arrived and to be submitted. Quality
drilling, handling, riveting/ checks to be conducted on structural steel
welding with supply of and other construction materials by the AE as
electrode, rivet, bolts and nuts, per the frequencies mentioned in the
bituminous washer, supply of all Railway's standard specification / relevant IS
labour, materials, tools and codes and test reports are to be.
plants, scaffolding, staging, 6. Payments will be made after passing the
transportation, painting and required tests and submission of such test
commissioning of all structural reports.
steel works complete in all
respects.
0.430% 3. Supply and Fixing of composite 17.50% 1. Unit of measurement is in SQM of composite
insulated Sheeting and area, insulated Sheeting.
gutter will be made on basis of 2. The work should be carried out as per
measurement of plan area, down drawings.
take drain/ rain water pipe on 3. Total area of composite insulated Sheeting is
basis of net exposed assumed to be 3,350 Sqm for the purpose of
circumferential area, louvers on assessment of Contract price.
the basis of 1.25 times of Plan 4. Stage payments will be made on pro rata
area etc. turbo ventilators: Cost is basis
inclusive of supply, fitting and (a) 60% on receipt of composite insulated
fixing of roof sheeting including Sheeting material at site.
fasteners, sealant tapes as per (b) 30% on erection and fixing composite
approved design and drawing insulated Sheeting material.
and as per specification. Cost (c) 10% on completion of roofing and
include supply, fastening, drainage works.

399
Western Railway
cutting, drilling, handling, 5. For the purpose of sampling & quality checks,
riveting/ welding with supply of the quantities of item of works are to be
electrode, rivet, bolts and nuts, arrived and to be submitted. Quality checks
bituminous washer, supply of all to be conducted on composite insulated
labour, materials, tools and Sheeting and other construction materials by
plants, scaffolding, staging the AE as per the frequencies mentioned in
complete in all respect. Quantity the Railway's standard specification /
calculation for the purpose of pro relevant IS codes and test reports are to be.
rata payment will be made on the 6. Payments will be made after passing the
basis of the net exposed area and required tests and submission of such test
no payment will be made for reports.
overlaps, roof sheeting on the
basis of measurement of slant
area, wall sheeting on the basis
of measurement of net exposed
vertical area. Rates of gutter and
down take drain/ rain water pipe
are also inclusive.
0.227% 4. Flooring with hardonite flooring, 9.25% 1. Unit of measurement is in SQM of hardonite
Flyash brick work in walls, flooring area.
plastering, underground drainage 2. The work should be carried out as per
and painting, colour washing etc. drawings.
3. Total area of hardonite flooring is assumed to
be 3,350 Sqm for the purpose of assessment
of Contract price.
4. Stage payments will be made on pro rata
basis
(a) 20% on completion of underground
drainage, side brick wall and plastering.
(b) 70% on completion of hardonite
flooring.
(c) 10% on completion painting and colour
washing.
5. Payments will be made after passing the
required tests and submission of such test
reports.

400
Western Railway
0.067% 5. Other miscellaneous works 2.75% 1. Unit of measurement is lumpsum basis.
like windows, shutters, doors, 2. The work should be carried out as per
epoxy painting on flooring, drawings.
guiding strips, etc. 3. Payment will be made on completion of
miscellaneous works like windows, shutters,
doors, epoxy painting on flooring, guiding
strips, etc.

Total 2.455% 100%


1.7 0.586% 1. Laying PCC, RCC and pile 26.75% 1. Unit of measurement is Sqm of Shop area.
foundations including making 2. Payments will be made on pro rata basis. The
Testing shed foundations for machines. work should be carried out as per Drawing
and and standard specifications.
infrastructur 3. Total area of PEB sheds is assumed to be
e 3,010 Sqm for the purpose of assessment of
Contract price.
4. For the purpose of sampling & quality
checks, the quantities of item of works are to
be arrived and to be submitted. Quality
checks to be conducted on Cement,
reinforcement steel, Concrete and other
construction materials by the AE as per the
frequencies mentioned in the Railways
standard specification / IRS Concrete code
and test reports are to be submitted.
5. Payments will be made after passing the
required tests and submission of such test
reports.
0.958% 2. Supply, Fabrication & erection 43.75% 1. Unit of measurement is in SQM of PEB
of Structural steel work for PEB sheds.
2. The work should be carried out as per
drawings.
3. Total area of PEB sheds is assumed to be
3,010 Sqm for the purpose of assessment of
Contract price.

401
Western Railway
sheds including purlins, rafters, 4. Stage payments will be made on pro rata
crane gantry, catwalk, stairs, basis
frames, fasteners, anchor bolts, (a) 60% on receipt of steel material at site.
brackets, hand rails, staircase, (b) 30% on fabrication, painting and
ladder, framed opening, sliding erection and.
doors/ motorized rolling shutters (c) 10% on completion of structural works
in framed structures, roof complete in all respects including final/
walkway etc as per proof touch up.
checked design and fabrication/ 5. For the purpose of sampling & quality
erection drawings. Cost include checks, the quantities of item of works are to
supply, fastening, cutting, be arrived and to be submitted. Quality
drilling, handling, riveting/ checks to be conducted on structural steel
welding with supply of and other construction materials by the AE as
electrode, rivet, bolts and nuts, per the frequencies mentioned in the
bituminous washer, supply of all Railway's standard specification / relevant IS
labour, materials, tools and codes and test reports are to be.
plants, scaffolding, staging, 6. Payments will be made after passing the
transportation, painting and required tests and submission of such test
commissioning of all structural reports.
steel works complete in all
respects.
0.383% 3. Supply and Fixing of composite 17.50% 1. Unit of measurement is in SQM of composite
insulated Sheeting and area, insulated Sheeting.
gutter will be made on basis of 2. The work should be carried out as per
measurement of plan area, down drawings.
take drain/ rain water pipe on 3. Total area of composite insulated Sheeting is
basis of net exposed assumed to be 3,010 Sqm for the purpose of
circumferential area, louvers on assessment of Contract price.
the basis of 1.25 times of Plan 4. Stage payments will be made on pro rata
area etc. turbo ventilators: Cost is basis
inclusive of supply, fitting and (a) 60% on receipt of composite insulated
fixing of roof sheeting including Sheeting material at site.
fasteners, sealant tapes as per (b) 30% on erection and fixing composite
approved design and drawing insulated Sheeting material.
and as per specification. Cost (c) 10% on completion of roofing and
include supply, fastening, drainage works.

402
Western Railway
cutting, drilling, handling, 5. For the purpose of sampling & quality checks,
riveting/ welding with supply of the quantities of item of works are to be
electrode, rivet, bolts and nuts, arrived and to be submitted. Quality checks
bituminous washer, supply of all to be conducted on composite insulated
labour, materials, tools and Sheeting and other construction materials by
plants, scaffolding, staging the AE as per the frequencies mentioned in
complete in all respect. Quantity the Railway's standard specifications /
calculation for the purpose of pro relevant IS codes and test reports are to be.
rata payment will be made on the 6. Payments will be made after passing the
basis of the net exposed area and required tests and submission of such test
no payment will be made for reports.
overlaps, roof sheeting on the
basis of measurement of slant
area, wall sheeting on the basis
of measurement of net exposed
vertical area. Rates of gutter and
down take drain/ rain water pipe
are also inclusive.
0.202% 4. Flooring with hardonite flooring, 9.25% 1. Unit of measurement is in SQM of hardonite
Flyash brick work in walls, flooring area.
plastering, underground drainage 2. The work should be carried out as per
and painting, colour washing etc. drawings.
4. Total area of hardonite flooring is assumed to
be 3,010 Sqm for the purpose of assessment
of Contract price.
5. Stage payments will be made on pro rata
basis
(a) 20% on completion of underground
drainage, side brick wall and plastering.
(b) 70% on completion of hardonite
flooring.
(c) 10% on completion painting and color
washing.
6. Payments will be made after passing the
required tests and submission of such test
reports.

403
Western Railway
0.060% 5. Other miscellaneous works like 2.75% 1. Unit of measurement is lumpsum basis.
windows, shutters, doors, epoxy 2. The work should be carried out as per
painting on flooring, guiding drawings.
strips, etc. 3. Payment will be made on completion of
miscellaneous works like windows, shutters,
doors, epoxy painting on flooring, guiding
strips, etc.

Total 2.189% 100%


1.8 Road 2.118% 1. Concrete road works, complete in 38.854% 1. Unit of measurement is area in Sqm of road
Works all respects, including WMM, surface laid with Concrete.
DLC and PQC layers and joint 2. Payment shall be made on pro rata basis on
treatments etc. completion of all works complete.
3. Total area is assumed to be 14,500 Sqm for the
purpose of assessment of Contract price. The
work to be executed as per Dwg.
4. For the purpose of sampling & quality checks,
the quantities of item of works are to be arrived
and to be submitted. Quality checks to be
conducted on all construction materials by the
AE as per the frequencies mentioned in the
Railways standard specification / relevant IS
codes and test reports are to be submitted.
5. Payments will be made after passing the
required tests and submission of such test
reports.
3.332% 2. Bitumen road works, complete in 61.146% 1. Unit of measurement is area in Sqm of road
all respect, including Preparation surface laid with Bitumen.
of sub base, WMM and DBM. 2. Payment shall be made on pro rata basis on
completion of all works complete.
3. Total area is assumed to be 40250 Sqm for
the purpose of assessment of Contract price.
The work to be carried out as per Dwg.
4. For the purpose of sampling & quality
checks, the quantities of item of works are to
be arrived and to be submitted. Quality

404
Western Railway
checks to be conducted on all construction
materials by the EA as per the frequencies
mentioned in the Railway's standard
specifications / relevant IS codes and test
reports are to be submitted.
5. Payments will be made after passing the
required tests and submission of such test
reports.
5.450% 100%
1.9 2.932% Construction of Administrative 100% 1. Unit of measurement is plinth area in Sqm.
Admin building, complete in all respects, 2. For buildings having more than one storey, the
Building including foundation, earth filling, total area shall be adding the area of each storey.
structure, brick wall, doors, windows, Unit cost shall be determined on pro rata basis
ventilators, sanitary, water supply, with respect to total plinth area of all buildings.
sewerage, drainage, and all other Total area of buildings is assumed to be 4500
specified and incidental works as per Sqm for the purpose of assessment of Contract
the specifications and drawings for price.
minimum Gold rating green building 3. For the purpose of sampling & quality checks, the
requirements. quantities of item of works viz Concrete in
floorings, Masonry etc., are to be arrived and to
be submitted. Quality checks to be conducted on
Cement, Bricks, Concrete, reinforcement steel,
and other construction materials by the AE as per
the standard specifications / IRS Concrete code
and test reports are to be submitted.
4. Stage payments shall be made on pro rata basis
a. 10% payment shall be paid after completion
of plinth level,
b. 30% on completion of Slab and walls,
c. 50% on completion of works in all respects,
and
d. 10% on commissioning.
For subsequent floors
e. 30% payment will be done on completion of
slab and walls,
f. 60% on completion in all respects and

405
Western Railway
g. 10% on commissioning.
5. The structure should be designed and executed as
per the Dwg.
1.10 3.506 Construction of other service 100% 1. Unit of measurement is plinth area in Sqm.
Other buildings, complete in all respects, 2. For buildings having more than one storey, the
Buildings including foundation, earth filling, total area shall be adding the area of each storey.
structure, brick wall, doors, windows, Unit cost shall be determined on pro rata basis
ventilators, sanitary, water supply, with respect to total plinth area of all buildings.
sewerage, drainage, and all other Total area of buildings is assumed to be 4500
specified and incidental works. Sqm for the purpose of assessment of Contract
price.
3. For the purpose of sampling & quality checks, the
quantities of item of works viz Concrete in
floorings, Masonry etc., are to be arrived and to
be submitted. Quality checks to be conducted on
Cement, Bricks, Concrete, reinforcement steel,
and other construction materials by the AE as per
the standard specifications / IRS Concrete code
and test reports are to be submitted.
4. Stage payments shall be made on pro rata basis
h. 10% payment shall be paid after completion
of plinth level,
i. 30% on completion of Slab and walls,
j. 50% on completion of works in all respects,
and
k. 10% on commissioning.
For subsequent floors
l. 30% payment will be done on completion of
slab and walls,
m. 60% on completion in all respects and
n. 10% on commissioning.
5. The structure should be designed and executed as
per the Drg.
0.640% 1. Office block for CBS shops. 18.245% Total area of Office block for CBS shops is
assumed to be 992 Sqm for the purpose of
assessment of Contract price.

406
Western Railway

1.935% 2. Office block for fitting shop and 55.177% Total area of Office block for fitting shop and
canteen. canteen is assumed to be 3000 Sqm for the
purpose of assessment of Contract price.

0.319% 3. Dynamic track Testing Office. 9.104% Total area of Dynamic track Testing Office is
assumed to be 495 Sqm for the purpose of
assessment of Contract price
0.555% 4. Loco testing office and client 15.818% Total area of Loco testing office and client office is
office. assumed to be 860 Sqm for the purpose of
assessment of Contract price
0.058% 5. Security office 1.655% Total area of Security office is assumed to be 90 Sqm
for the purpose of assessment of Contract price.

1.11 10.177% Construction of civil works like pile / 100% 1. Unit of measurement is plinth area in Sqm.
Civil works open and raft foundations, linking and 2. Total area of traverses is assumed to be 8532 Sqm
for traverses fixing of tracks for traverses, side for the purpose of assessment of Contract price.
RCC wall, drainage arrangements, etc 3. For the purpose of sampling & quality checks, the
for all 3 nos traverses , and all other quantities of item of works viz Concrete in
specified and incidental works. floorings, Masonry etc., are to be arrived and to
Design capacities of traverses are as be submitted. Quality checks to be conducted on
under. Cement, Bricks, Concrete, reinforcement steel,
and other construction materials by the AE as per
the standard specifications / IRS Concrete code
and test reports are to be submitted.
4. The structure should be designed and executed as
per the Drg.
7.191% 1. Two nos 180 tonne capacity 70.658% Total area of traverses is assumed to be 5535 Sqm
traverses for the purpose of assessment of Contract price.

2.986% 2. One nos 80 tonne capacity 29.342% Total area of traverses is assumed to be 2997 Sqm
traverse. for the purpose of assessment of Contract price.

1.11 3.604% Construction of miscellaneous works 100% 1. Unit of measurement is plinth area in Sqm/RM.
Miscellaneous complete in all respects, including
Works foundation, earth filling, structure,

407
Western Railway
brick wall, doors, windows, 2. Unit cost shall be determined on pro rata basis
ventillators, sanitary, water supply, with respect to total plinth area/ Length of all
sewerage, drainage, and all other structures.
specified and incidental works. 3. For the purpose of sampling & quality checks, the
quantities of item of works viz Concrete in
floorings, Masonry etc., are to be arrived and to
be submitted. Quality checks to be conducted on
Cement, Bricks, Concrete, reinforcement steel,
and other construction materials by the AE as per
the standard specifications / IRS Concrete code
and test reports are to be submitted.
4. Stage payments shall be made on pro rata basis
a. 10% payment shall be paid after completion of
plinth level,
b. 30% on completion of Slab and walls,
c. 50% on completion of works in all respects,
and
d. 10% on commissioning.
5. The structure should be designed and executed as
per the Drg.
0.276% 1. Truck Parking. 7.667% Total area of Truck Parking is assumed to be
2400 Sqm for the purpose of assessment of
Contract price.

0.571% 2. Car / Two wheeler parking 15.830% Total area of Car / Two wheeler Parking is
assumed to be 4955 Sqm for the purpose of
assessment of Contract price.

0.063% 3. Security Post 1.747% Total area of Truck Parking is assumed to be 120
Sqm for the purpose of assessment of Contract
price.

0.044% 4. Watch tower 1.234% Total No. of watch tower is assumed to be 03 Nos
for the purpose of assessment of Contract price.

0.063% 5. Scrap yard 1.734% Total area of Scrap yard is assumed to be 200 Sqm

408
Western Railway
for the purpose of assessment of Contract price.

0.197% 6. Gas Filling station 5.460% Total area of Gas Filling station is assumed to be 300
Sqm for the purpose of assessment of Contract
price.

0.013% 7. Gas booking Room 0.364% Total area of gas booking room is assumed to be 20
Sqm for the purpose of assessment of Contract
price.

0.354% 8. Sump, Over Head Tank, ETP 9.821% Total ETP is one No of 6.0 lakh litre capacity per
day, 01 No. Over Head water tank capacity 2.25
Lakhs litre with 2.0 Lakhs litre underground
sump capacity is assumed for the purpose of
assessment of Contract price.

1.121% 9. Drainage, Landscaping, water 31.093% Total length of drainage is assumed to be 1750 RM,
harvesting Complete rain water harvesting system as per
design and Landscaping 1800 Sqm for the
purpose of assessment of Contract price.

0.238% 10. Sewage line 6.598% Total length of Sewage line is assumed to be 875
RM for the purpose of assessment of Contract
price.

0.039% 11. Control Room 1.076% Total area of Control Room is assumed to be 50 Sqm
for the purpose of assessment of Contract price.

0.627% 12. Boundary wall and fencing 17.376% Total Length of Boundary wall and fencing is
assumed to be 3000 RM for the purpose of
assessment of Contract price.

1.12 0.262% Construction of fire Hydrant system 100% 1. Unit of measurement is RM.
Fire Hydrant works in all respects, including 2. Total length of fire hydrant system is assumed to
system foundation, pipe line, valves, be 2625 RM for the purpose of assessment of
sprinkler for successful completion of Contract price.

409
Western Railway
work. 3. For the purpose of sampling & quality checks, the
quantities of item of works viz Concrete in
foundation, Masonry , G.I. Pipe, D.I. Pipe, Sluice
Valves, fire hydrant sprinkler etc., are to be
arrived and to be submitted. Quality checks to be
conducted on Cement, Bricks, Concrete, G.I.
pipe, D.I. pipe, and other construction materials
by the AE as per the standard specifications / IRS
Concrete code and test reports are to be
submitted.
4. Stage payments shall be made on pro rata basis
e. 30% payment shall be paid after completion of
Foundations,
f. 60% on completion of works in all respects, and
g. 10% on commissioning.

5. The fire hydrant system should be designed and


executed as per the Drg.
1.13 1.485% Construction of civil works complete 100% 1. Unit of measurement is plinth area in Sqm.
Civil works in all respects, including foundation, 2. Total No. of substation are 04 Nos and total area
for Elect Sub earth filling, structure, brick wall, of elect substation is assumed to be 1800 Sqm for
station doors, windows, ventilators, sanitary, the purpose of assessment of Contract price.
water supply, sewerage, drainage, and 3. For the purpose of sampling & quality checks, the
all other specified and incidental quantities of item of works viz Concrete in
works.. floorings, Masonry etc., are to be arrived and to
be submitted. Quality checks to be conducted on
Cement, Bricks, Concrete, reinforcement steel,
and other construction materials by the AE as per
the standard specifications / IRS Concrete code
and test reports are to be submitted.
4. The structure should be designed and executed as
per the Drg.
2.0 Mechanical Works
Description Quantity
2.1 0.681% 1. Wheel Press Cap-500 Ton 1 Nos 4.282%

410
Western Railway
2.2 1.688% 2. CNC Surface Wheel Lathe 1 Nos 10.643% 1. Unit of measurement for item is quantity in
number/ set. Payment for each item/ set shall
2.3 0.438% 3. CNC Axle Turning Lathe 1 Nos 2.760%
be made on pro rata basis.
2.4 0.462% 4. CNC Vertical Turning Lathe 1 Nos 2.916% 2. 10% of the cost, on completion of foundation
work Except traverses for which foundation
2.5 0.046% 5. Seal PE Ring extracting 2 Nos 0.290% covered in civil engineering works.
machine with intelligent 3. 70% of the cost, on receipt of material at site,
micro controller based submission of documents. (80% for
electronic control, Portable traverses).
to carry suitable for 4. 10% of the cost, on commissioning
dismounting seal PE rings certificate issued by the employer and
Cap-25 KW submission of documents and.
2.6 0.006% 6. Induction Heater Cap-12 2 Nos 0.035% 5. 10% of the cost, on Final Acceptance
KVA Certificate issued by the employer.
2.7 0.020% 7. Induction Heater Cap-40 2 Nos 0.129% 6. Machinery not required foundation work,
KVA then 80% of the cost released on receipt of
2.8 0.033% 8. Hydraulic Bearing 2 Nos 0.206% material at site and submission of documents.
Mounting & Dismounting
machine
2.9 1.212% 9. EOT Crane Cap-50 ton with 6 Nos 7.640%
shrouded type DSL, Pendent
with Electro frequency
control and Load indication
system
(For Bay A & Bay B = 3+3=
6 Nos.)
2.10 0.167% 10. EOT Crane Cap-30 ton 1 Nos 1.052%
with shrouded type DSL,
Pendent with Electro
frequency control and Load
indication system
(For fitting ware house - 01)
2.11 0.117% 11. EOT Crane Cap-15 ton 1 Nos 0.740%
with shrouded type DSL,
Pendent with Electro
frequency control and Load
indication system

411
Western Railway
(For fitting warehouse =1
No.)
2.12 0.197% 12. EOT Crane Cap-10 ton 2 Nos 1.245%
with shrouded type DSL,
Pendent with Electro
frequency control and Load
indication system
(For fitting Bay A & Bay B=
1+1=2 Nos.)
2.13 0.082% 13. EOT Crane Cap-5 ton 1 Nos 0.518%
with shrouded type DSL,
Pendent with Electro
frequency control and Load
indication system
(For fitting Bay A = 1 No.)
2.14 0.414% 14. Electric Lifting Jacks 2 Nos 2.612%
Electrically operated (Set of
5 Jacks) Cap-65 ton
2.15 0.104% 15. Semi Gantry Crane 2 Nos 0.655%
Cap-5 ton
2.16 0.066% 16. Semi Gantry Crane 1 Nos 0.417%
Cap-10 ton
2.17 0.177% 17. Semi Gantry Crane 1 Nos 1.114%
Cap-15 ton
2.18 0.017% 18. Manual lifting 2 Nos 0.108%
Jacks/Adjustable trustle (Set
of 5 Jacks) Cap-65 ton,
Height adjustable -600 mm
2.19 1.446% 19. Surface Traverser Cap- 2 Nos 9.114%
180 ton (Multi Track) with
shrouded type DSL
2.20 1.446% 20. Diesel Hydraulic Rail 2 Nos 9.114%
Cum Road Shunting vehicle
2.21 0.753% 21. Loco Tractor 2 Nos 4.749%

412
Western Railway
2.22 0.049% 22. Battery operated Four 2 Nos 0.312%
wheeler Tugger Cap-10 ton
2.23 0.093% 23. Bogie Load Testing 1 Nos 0.587%
Machine Cap-50 ton
2.24 0.516% 24. Provision of material 1 set 3.255%
stackers in store(Size-
60x60x14m3) with
1)m Material Stacker Reach
Truck Heavy duty Cap-1.5
ton - 02 Nos.
2) Long span Racking
Storage system
3) Wire Mesh Pallets, Size
1000X800X850mm
(minimum)
4) Hydraulic dock level
system-03 nos.
2.25 0.730% 25. Dummy movement 18 Nos 4.604%
Hydraulic Trolley set (1 set
consist 2 Nos.)
2.26 0.092% 26. Battery operated 1 Nos 0.583%
Forklift Truck Cap-05 ton
2.27 0.098% 27. Battery operated 3 Nos 0.618%
Forklift 2.28Truck Cap-03
ton, Lifting Height 3.6 m
2.28 0.274% 28. Battery operated 3 Nos 1.726%
Forklift Truck Cap-02 ton
(Articulated type)
2.29 0.070% 29. Battery Operated 6 Nos 0.441%
Platform Truck Cap-3 ton
2.30 0.065% 30. Road Tractor with 3 Nos 0.412%
Hydraulic Trolley
2.31 0.154% 31. Road Truck 3 Nos 0.970%
2.32 0.069% 32. Road Mobile Crane 1Nos 0.437%
Cap-17 ton

413
Western Railway
2.33 0.126% 33. Electric Utility Van 2 Nos 0.796%
2.34 0.156% 34. Electric Driven Rotary 3 Nos 0.984%
Screw Air Compressor Cap-
500 CFM/7.5Kg/cm2 with
Air Dryer
(refrigerated type) & with
inlet Air duct Provision.
2.35 0.112% 35. Electric Driven Rotary 2 Nos 0.703%
Screw Air Compressor Cap-
500 CFM/10 Kg/cm2 with
Air Dryer & refrigerated
type
2.36 0.217% 36. Development of CCTV 1 Set 1.367%
Surveillance facility
inclusive all charges.
2.37 0.010% 37. Provision of industry 1 Set 0.061%
4.0 for 03 Nos. CNC
machines inclusive all
charges.
2.38 0.929% 38. Testing facilities for 1 Set 5.859%
WAG -9 Locos, 9000 HP
including Rain water testing
facility, Loco Gauge
checking facility,
pneumatic testing,
Weighing facility &
Blowers etc.
2.39 0.372% 39. Surface Traverser Cap- 1 Nos 2.344%
80 ton (Multi Track) with
shrouded type DSL
2.40 0.667% 40. EOT Crane Cap-30/5 4 Nos 4.208%
ton with shrouded type DSL,
Pendent as well as Electro
frequency control and Load
indication system

414
Western Railway
2.41 0.790% 41. EOT Crane Cap-10/3 8 Nos 4.980%
ton with shrouded type DSL,
Pendent as well as Electro
frequency control and Load
indication system
2.42 0.702% 42. Goliath Crane Cap-35 2 Nos 4.414%
ton with shrouded type DSL
pendunt as well as Electro
frequency control (Both
arrangement) & load
indicating
Total 15.863% 100%
Electrical Works
1.2.1 Car 0.410% The work involve electrification 100 % 11. 50% payment will be made on SITC of
Body Shell and internal wiring work, HT and LT cabling work, distribution
shed and supply points for all machinery boards commissioning of 11KV/415V
infrastructur
including CCTV power supply electric sub-station, commissioning of
e
points, Earthing work, LED street lights, SITC of APFC panel, pit
(associated
lighting work, solar tubular sky lighting work.
Electrical
lighting, air circulator fans, 5 12. 50% payment will be made on
work)
star BLDC ceiling fans, exhaust completion of electrification and
fans, highbay lighting, LED internal wiring work, supply points for
street lights along with all machinery including CCTV power
octagonal poles, pit lights, air supply points providing high bay and
conditioning for office in- other LED lighting, LED street lights
charge cabins, providing ray roll along with octagonal poles, pit lights,
sockets, call bells, LED street fans, circulating fans, ceiling fans, air
lights along with octagonal conditioning of in-charge chambers,
poles, UPS for PCs, 01 no. highbay, tubular solar sky lighting for
11KV/415V electric sub-station day light, earthing work of CBS shed,
with APFC having 03 nos. air condition work, providing water
11KV/415V, 500KVA power coolers, Providing UPS for Office and

415
Western Railway

transformer (02 nos. in PCs and all balance work of CBS shed
operation and 01 no. as a associated with engineering scope of
standby) with necessary work described in para 1.2
changeover facility through
VCBbuscoupleralong with
HT/LT protective relays,
panels, SITC of HT cable from
11KV supply point/ESS and LT
cabling with distribution boards
for CBS shed work and water
coolers with RO of appropriate
capacity for CBS shed.
1.3.1 CBS 0.150% The work involves 100% 100% Payment will be made on completion
Warehouse electrification and internal and commissioning of electrification and
and wiring work, supply points for internal wiring work, supply points for all
infrastructur all machinery including CCTV machinery including CCTV power supply
e
power supply points, Earthing points, Earthing work, LED lighting work,
(associated work, LED lighting work, solar solar tubular sky lighting, air circulator fans,
Electrical tubular sky lighting, air 5 star BLDC ceiling fans, exhaust fans,
work) circulator fans, 5 star BLDC highbay lighting, air conditioning for office
ceiling fans, exhaust fans, in-charge cabins, providing ray roll sockets,
highbay lighting, air call bells, LED street lights along with
conditioning for office in- octagonal poles, UPS for PCs and LT
charge cabins, providing ray roll cabling with distribution boards for CBS
sockets, call bells, LED street ware house. shed work and water coolers
lights along with octagonal with RO of appropriate capacity for CBS
poles, UPS for PCs, along with warehouse.CBS warehouse work according
LT cabling boards for CBS ware to engineering work (Engg. ref. Para 1.3)
house. shed work and water
coolers with RO of appropriate
capacity for CBS warehouse.

416
Western Railway
1.4.1 Fitting 0.540 % The work involve electrification with 1. On SITC of HT and LT cabling work,
shop and and internal wiring work, supply distribution distribution boards commissioning of
infrastructur points for all machinery 100% 11KV/415V electric sub-station,
e
including CCTV power supply commissioning of street lights, SITC of
(associated points, Earthing work, LED APFC panel, pit lighting work 42%
Electrical lighting work, solar tubular sky payment will be made.
work) lighting, pit lights air circulator 2. On Completion of electrification and
fans, 5 star BLDC ceiling fans, internal wiring work, supply points for
exhaust fans, highbay lighting, all machinery including CCTV power
air conditioning for office in- supply points, providing high bay and
charge cabins, providing ray roll other LED lighting, pit lights fans,
sockets, call bells, LED street circulating fans, ceiling fans, air
lights along with octagonal conditioning of in-charge chambers,
poles, UPS for PCs, 01 no. tubular solar sky lighting, earthing work
11KV/415V electric sub-station of fitting shop, air condition work,
with APFC having 03 nos. providing water coolers, Providing UPS
11KV/415V, 500KVA power for Office and PCs and all balance work
transformer (02 nos. in of fitting shop associated work 58%
operation and 01 no. as a payment will be made (Engg. ref. Para
standby) with necessary 1.4)
changeover facility through
VCB buscoupleralong with
HT/LT protective relays, panels,
SITC of HT from 11KV supply
point/ ESS and LT cabling with
distribution boardsfor fitting
shop work and water coolers
with RO of appropriate capacity
for fitting shop.
1.5.1 0.100 % The work involves 100% 100% Payment will be made on completion
Fitting Shop electrification and internal and commissioning of electrification and

417
Western Railway
Warehouse wiring work, supply points for internal wiring work, supply points for all
and all machinery including CCTV machinery including CCTV power supply
infrastructur power supply points, Earthing points, Earthing work, LED lighting work,
e
work, LED lighting work, solar solar tubular sky lighting, air circulator fans,
(associated tubular sky lighting, air 5 star BLDC ceiling fans, exhaust fans,
Electrical circulator fans, 5 star BLDC highbay lighting, air conditioning for office
work) ceiling fans, exhaust fans, in-charge cabins, providing ray roll sockets,
highbay lighting, air call bells, LED street lights along with
conditioning for office in-charge octagonal poles, UPS for PCs, LT cabling
cabins, providing ray roll with distribution boards, water cooler with
sockets, call bells, LED street RO of appropriate capacity for fitting work
lights along with octagonal shop warehouse workFitting shop
poles, UPS for PCs, LT cabling warehouse work according to engineering
with distribution boards, water fitting shop ware house work and other
cooler with RO of appropriate electrical work according civil engineering
capacity for fitting work shop work scope covered in Para 1.5
warehouse work.
1.6.1 0.060 % The work involves 100% 100% Payment will be made on
Preparation electrification and internal completion and commissioning of
room, shot wiring work, supply points for Preparation room, shot blasting & painting
blasting & shed work according to engineering
all machinery including CCTV
painting Preparation room, shot blasting & painting
shed and
power supply points, Earthing
work, LED lighting work, solar shed and infrastructurework (Engg. ref.
infrastructur
e tubular sky lighting, air Para 1.6).
circulator fans, 5 star BLDC
ceiling fans, exhaust fans,
highbay lighting, air
conditioning for office in-charge
cabins, providing ray roll
sockets, call bells, LED street
lights along with octagonal

418
Western Railway

poles, LT cabling with


distribution boards & water
cooler with RO of appropriate
capacity for preparation room,
shot blasting & painting shed.
1.7.1 .014% The work involves 100% 100% Payment will be made on
Testing shed electrification and internal completion and commissioning of testing
and wiring work, supply points for shed work according to engineering
infrastructur
all machinery including CCTV testing shed and infrasture work scope.
e
power supply points, Earthing (Engg. ref. Para 1.7).
work, LED lighting work, solar
tubular sky lighting, air
circulator fans, 5 star BLDC
ceiling fans, exhaust fans,
highbay lighting, air
conditioning for office in-charge
cabins, providing ray roll
sockets, call bells, LED street
lights along with octagonal
poles, LT cabling with
distribution boards & water
cooler with RO of appropriate
capacity for testing shed.
1.8.1 0.011% The work involves LT cabling 100% Payment will be made on
Road work with distribution boards for road completion and commissioning of road
lighting inclusive octagonal pole street lights inside work shop premises.
with LED street lights, supply testing shed work according to
points for all machinery engineering testing shed and infrasture
including CCTV power supply work (Engg. ref. Para 1.8).
points, it also involves SITC of
street light ON/OFF timer.

419
Western Railway
1.9.1 1.008% The work involve electrification 100% i. 50% payment will be made on completion
Admin and internal wiring work, supply of electrification and internal wiring work,
building points for all machinery Earthing work, LED lighting work,
including CCTV power supply decorative garden lights, 5 star BLDC
points, Earthing work, LED ceiling fans, exhaust fans, providing ray
lighting work, decorative garden roll sockets, UPS of adequate capacity for
lights, UPS of adequate capacity PCs, call bells, LED street lights along
for PCs, 200TR capacity chiller with octagonal poles, 01 no. 11KV/415V
air conditioning plant with electric sub-station having 03 nos.
cassette type air conditioning 11KV/415V, 500KVA power transformer
system, 5 star BLDC ceiling (02 nos. in operation and 01 no. as a
fans, exhaust fans, providing ray standby) with necessary changeover
roll sockets, callbellls, LED facility through VCB bus coupler along
street lights along with with HT/LT protective relays, panels,
octagonal poles, 01 no. SITC of HT cables from 11KV supply
11KV/415V electric sub-station point and LT cabling with distribution
having 03 nos. 11KV/415V, boards for admin building and water
500KVA power transformer (02 coolers with RO of appropriate capacity
nos. in operation and 01 no. as a for Admin building according to
standby) with necessary engineering admin building work (Engg.
changeover facility through ref. Para 1.9).
VCB buscoupleralong with ii. 50% payments will be made on competion
HT/LT protective relays, panels, and commissioning of chiller type air
SITC of HT cables from 11KV conditioning plant with adequate nos. of
supply point and LT cabling cassattee units.according to engineering
with distribution boards for admin building work (Engg. ref. Para 1.9).
admin building and water
coolers with RO of appropriate
capacity for Admin building.
1.10.1 Other 0.170% The work involve electrification 100% 7. 63% payments will be made on completion
building and internal wiring work for of electrification and internal wiring work,

420
Western Railway
work Canteen, Secuirty post, watch Earthing work, LED lighting work,
tower and other buildings decorative lights, UPS of adequate
covered in engineering scope of capacity for PCs, 5 star BLDC ceiling
similar work, supply points for fans, exhaust fans, air circulating fans,
all machinery including CCTV providing ray roll sockets, call bells, LED
power supply points, Earthing street lights along with octagonal poles,
work, LED lighting work, LT cabling with distribution boards for
decorative garden lights, UPS of service and other building, canteen etc.,
adequate capacity for PCs, water coolers with RO of appropriate
50HP VRV/ VRF type air capacity for service & other buildings
conditioning plant with cassette according to engineering scope of other
type air conditioning system, building work (Engg. ref. Para 1.10).
split type AC’s where ever 8. 37% payment will made after completion
required, 5 star BLDC ceiling of VRV/ VRF air conditioning plant of
fans, exhaust fans, air 50HP capacity at canteen.
circulating fans, providing ray
roll sockets, call bells, LED
street lights along with
octagonal poles, LT cabling
with distribution boards for
service and other building,
canteen etc., water coolers with
RO of appropriate capacity for
service & other buildings.
1.11.1 0.540% The work involve electrification 1. On SITC of HT and LT cabling work,
Transverse and internal wiring work for distribution boards commissioning of
and other transverse and other misc. works 11KV/415V electric sub-station,
misc. work.
covered in engineering scope of commissioning of street lights, SITC of
similar work, supply points for APFC panel, pit lighting work 42%
all machinery including CCTV payment will be made.
power supply points, Earthing

421
Western Railway

work, LED lighting work, split 2. 58% payment will be made after
type AC’s for in-charge cabins, completion of electrification and internal
5 star BLDC ceiling fans, wiring work, Earthing work, LED lighting
exhaust fans, air circulating work, UPS of adequate capacity for PCs,
fans, providing ray roll sockets, Split type air conditioners, 5 star BLDC
call bells, LED street lights ceiling fans, exhaust fans, air circulating
along with octagonal poles, LT fans, providing ray roll sockets, call bells,
cabling with distribution boards LED street lights along with octagonal
for service and other building, poles, and LT cabling with distribution
canteen etc., water coolers with boards, SITC of 02 No. 500KVA and 02
RO of appropriate capacity for Nos. 250KVA DG sets with AMF panel,
service & other buildings , 01 water coolers with RO of appropriate
no. 11KV/415V electric sub- capacity required in work shop premises
station having 03 nos. and any balance work covered in civil
11KV/415V, 500KVA power engineering scope of work but not covered
transformer (02 nos. in in above mentioned electrical scope.
operation and 01 no. as a
standby) with necessary
changeover facility through
VCB bus coupler along with
HT/LT protective relays, panels,
SITC of HT cables from 11KV
supply point and LT cabling
with distribution boards, SITC
of 02 No. 500KVA and 02 Nos.
250KVA DG sets with AMF
panel for admin building and
water coolers with RO of
appropriate capacity required in
work shop premises.
1.12.1 Other 0.060% The work involve electrification 100% Payment will be made on

422
Western Railway
misc. work. and internal wiring work for completion of electrical work in
other misc. works covered in connection with civil engineering work
engineering scope of similar covered under scope ref. Para. 1.12.
work, supply points for all
machinery including CCTV
power supply points, Earthing
work, LED lighting work, split
type AC’s for in-charge cabins,
5 star BLDC ceiling fans,
exhaust fans, air circulating
fans, providing ray roll sockets,
call bells, LED street lights
along with octagonal poles, LT
cabling with distribution boards
for service and other building,
canteen etc., water coolers with
RO of appropriate capacity for
service & other buildings
1.13.1 Fire 0.100% The work involve electrification 100% Payment will be made on
hydrant and internal wiring work completion of electrical work required for
system. required for providing fire fire hydrant system work in connection
hydrant system and other works with civil engineering work covered under
covered in engineering scope of scope ref. Para. 1.13.
similar work, supply points for
all machinery including CCTV
power supply points, Earthing
work, LED lighting work, split
type AC’s for in-charge cabins,
5 star BLDC ceiling fans,
exhaust fans, air circulating
fans, providing ray roll sockets,

423
Western Railway

call bells, LED street lights


along with octagonal poles, LT
cabling with distribution boards
for service and other building,
canteen etc., water coolers with
RO of appropriate capacity for
service & other buildings
1.14.1 Solar 0.72% The work involves SITC of 500KWp 50% Payment will be made on receiving
power ongrid solar panel as per SEB norms the all material at site after inspection of
system, DG and providing 02 No. 500KVA & 02
Nos. capacity DG set with AMF
competent agency.
set for back
panel, it also involved necessary 50% payment will be made after
up.
work like wiring, cabling, Installation, testing and successful
connections, fuels etc. for successful commissioning.
commissioning the system.

4.0 Telecom Works


Weightage
in
Percentage
Item percentage Description Payment Procedure
weightage
to Contract
Price

Stage payments shall be made on pro rata basis-


4.1 iii. 80% payment shall be paid after supply of
MPLS Port VPN charges 300 MPLS
0.561% material.
+ GST (For 3 year), Provision of Wi 68.25 %
RCIL Work iv. 10% on completion of works in all respects.
Fi, MPLS charges, etc.
v. 10% on commissioning.

4.2 Supply of telecom tools, equipment


Supply & & material like FAS, DWC, GI Pipe, Stage payments shall be made on pro rata basis-
Execution of 0.182% CTR, OTDR, Splicing Machine, 22.14 % 1. 80% payment shall be paid after supply of
Telecom power meter, Jointing Kit (ofc, materials.
Equipment, quad), Telephone, VRLA cell, UPS 2. 10% on execution of works in all respects.

424
Western Railway
Tools & Switch (Layer-2 & 3), Telecom 3. 10% on commissioning.
Materials. cable, Rack 19”, PVC Pipe, HDPE
Duct, DP box, Pig tail etc.

4.3
Trenching, HDD, laying of Cable &
Execution of Stage payments shall be made on pro rata basis-
PVC (Indoor & outdoor),
Other 0.079% 9.61 % 1. 90% on completion of works in all respect.
installation, testing, Commissioning
telecom 2. 10% on commissioning.
of VOIP, firewall, FXS gateway etc.
Works.
Total 0.822% 100%

425
Western Railway

SCHEDULE - H
(See Clause 10.2.7)
DRAWINGS

1 Drawings

In compliance of the obligations set forth in Clause 10.2 of this Agreement, the Contractor
shall furnish to the Authority Engineer, free of cost, all Drawings listed in Annex-I of this
Schedule-H.

2 Additional Drawings

If the Authority Engineer determines that for discharging its duties and functions under
this Agreement, it requires any drawings other than those listed in Annex-I, it may by
notice require the Contractor to prepare and furnish such drawings forthwith. Upon
receiving a requisition to this effect, the Contractor shall promptly prepare and furnish
such drawings to the Authority Engineer, as if such drawings formed part of Annex-I of
this Schedule-H.

426
Western Railway

Annexure-I
(Schedule-H)

1) List of Drawings

List of Drawings and Documents to be furnished by the Contractor shall include, but
not belimited to:

SN Drawing/ Document/ Report


A Preliminary
1 Site survey plan
2 Site plot level/ contour plan
3 Detailed site layout plan
4 ESP for track layout
5 L section track layout
6 Layout plan incorporating Contractor’s facilities and Employer’s site facility

B DBR & GAD


1 Design basis report and GAD of RUB
2 Design basis report and GAD of buildings
3 Design basis report and GAD of sheds and structures
4 Design basis report on Concrete mix designs
5 Design basis report and GAD/ cross section/ plan for balance civil works,
like, GLR,pump house, concrete road, shed floor, factory gate, boundary wall,
track gate etc
6 Design basis report and plan for Fire protection system
7 Design basis report and plan for Water supply and distribution
8 Design basis report and plan for Drainage system
9 Design basis report and plan for Sewerage system
10 Design basis report and plan for Pump house/ STP
11 Design basis report and plan for landscaping, horticulture, afforestation, etc
12 Design basis report and plan for pneumatic system
13 Design basis report and plan for industrial gas system
14 M&P Layout plan for various shops

C Structural
1 Structural proof checke drawings document of RUB includin
drawings/ d / s g
foundation design
2 Structural drawings/ proof checked drawings/ documents of buildings
including
foundation design

427
Western Railway

3 Structural drawings/ proof checked drawings/ documents of sheds and


structures
including foundation design
4 Structural drawings/ proof checked drawings/ documents of balance civil works
, like,
GLR, pump house, concrete road, shed floor, factory gate, boundary wall, track
gateincluding foundation design
5 Machine foundation drawings

D Architectural
1 Architectural plans for RUB, buildings, sheds and structures, factory gate etc

E Electrical
1 SLD of electrical works and design basis report
2 Power supply and distribution scheme
3 Design basis report and plan for ESS layout
4 Design basis report and plan PSS layout
5 Design basis report and plan HT cable route plan
6 Design basis report and plan LT cable route Plan
7 Design basis report and plan Street lighting plan
8 Design basis report and plan High mast tower plan
9 Layout plan for buildings
10 Layout plan for sheds

F Master Plan
Master layout plan incorporation various utilities

G Telecommunication
1 Design basis report and plan for Telecommunication works
2 Design basis report and plan telecom cable route Plan
3 Design basis report and plan for surveillance system
4 Design basis report and plan for Data system

H As built drawings
1 As built drawings of buildings, sheds, structures, utilities and track works
2 As built drawings of master plan incorporating various utilities in layers

428
Western Railway

SCHEDULE - I
(See Clause 10.3.2)
PROJECT COMPLETION SCHEDULE

[1 Project Completion Schedule

During Construction period, the Contractor shall comply with the


requirements set forth in this Schedule-I for each of the Project Milestones and
the Scheduled Completion Date. Within 15 (fifteen) days of the date of each
Project Milestone, the Contractor shall notify the Authority of such
compliance along with necessary particulars thereof.

2 Project Milestone-I

2.1 Project Milestone-I shall occur on the date falling on the [365th (three hundred
and sixty fifth)] day from the Appointed Date (the “Project Milestone-I”).

2.2 Prior to the occurrence of Project Milestone-I, the Contractor shall have
commenced construction of the Railway Project and submitted to the
Authority duly and validly prepared Stage Payment Statements for an amount
not less than 30% (ten per cent) of the Contract Price.

3 Project Milestone-II

3.1 Project Milestone-II shall occur on the date falling on the [547th (Five hundred
forty seventh)] day from the Appointed Date (the “Project Milestone-II”).

3.2 Prior to the occurrence of Project Milestone-II, the Contractor shall have
continued with construction of the Railway Project and submitted to the
Authority duly and validly prepared Stage Payment Statements for an amount
not less than 70% (thirty five per cent) of the Contract Price.

4 Project Milestone-III – Not applicable

5 Scheduled Completion Date

5.1 The Scheduled Completion Date shall be the [547th (Five hundred forty
seventh)] day from the Appointed Date.

5.2 On or before the Scheduled Completion Date, the Contractor shall have
completed construction in accordance with this Agreement.

6 Extension of time

Upon extension of any or all of the aforesaid Project Milestones or the


Scheduled Completion Date, as the case may be, under and in accordance with
the provisions of this Agreement, the Project Completion Schedule shall be
deemed to have been amended accordingly.]

429
Western Railway

SCHEDULE - J

(See Clause 12.1.2)


Tests on Completion
1 Schedule for Tests

1.1 The Contractor shall, no later than 30 (thirty) days prior to the likely
completion of construction, notify the Authority Engineer and the Authority
of its intent to subject the Railway Project to Tests, and no later than 10 (ten)
days prior to the actual date of Tests, furnish to the Authority Engineer and the
Authority detailed inventory and particulars of all works and equipment
forming part of Works.

1.2 The Contractor shall notify the Authority Engineer of its readiness to subject
the Railway Project to Tests at any time after 10 (ten) days from the date of
such notice, and upon receipt of such notice, the Authority Engineer shall, in
consultation with the Contractor, determine the date and time for each Test
and notify the same to the Authority who may designate its representative to
witness the Tests. The Authority Engineer shall thereupon conduct the Tests
itself or cause any of the Tests to be conducted in accordance with Article 12
and this Schedule-J.

2 Tests

2.1 Visual and physical test: The Authority Engineer shall conduct a visual and
physical check of construction to determine that all works and equipment
forming part thereof conform to the provisions of this Agreement. The
physical tests shall include [***].

2.2 Integrated Testing of system followed by a period of trial running. The test
sequence may be as shown below:-

a) Tests on Equipment
b) Installation Test and sub-system individually
c) System Integrated Test
d) Final Acceptance Test
e) Trial Running
2.3 Other tests: The Authority Engineer may require the Contractor to carry out or
cause to be carried additional tests, in accordance with Good Industry Practice,
for determining the compliance of the Railway Project with Specifications and
Standards.

2.4 Environmental audit: The Authority Engineer shall carry out a check to
determine conformity of the Railway Project with the environmental
requirements set forth in Applicable Laws and Applicable Permits.

2.5 Safety Audit: The Authority Engineer shall carry out, or cause to be carried
out, a safety audit to determine conformity of the Railway Project with the
safety requirements and Good Industry Practice.

3 Agency for conducting Tests

430
Western Railway

All Tests set forth in this Schedule-J shall be conducted by the Authority
Engineer or such other agency or person as it may specify in consultation with
the Authority.

4 Completion Certificate

Upon successful completion of Tests, the Authority Engineer shall issue the
Provisional Certificate in accordance with the provisions of Article 12. For the
avoidance of doubt, the Completion Certificate shall not be issued by the
Authority Engineer unless authorisation of the Commissioner for Railway
Safety has been obtained.

431
Western Railway

SCHEDULE - K
(See Clause 12.2 and 12.4)
1. PROVISIONAL CERTIFICATE

1 I/We, …………………………. (Name of the Authority Engineer), acting as the


Authority Engineer, under and in accordance with the Agreement dated
……………. (the “Agreement”), for Design, Engineering, Procurement,
Construction, Completion, Testing and Commissioning of Electric Loco
manufacturing unit, Offices and Administration Building with other
infrastructure at Dahod workshop, in the State of Gujarat in Western
Railway (the “Railway Project”) on Engineering, Procurement and
Construction (EPC) basis through ………………………… (Name of
Contractor), hereby certify that the Tests in accordance with Article 12 of the
Agreement have been undertaken to determine compliance of the Railway
Project with the provisions of the Agreement.
2 Certain minor works are incomplete and these are not likely to cause material
in convenience to the Users of the Railway Project or affect their safety or the
movement of rail traffic in any manner. These works have been specified in
the Punch List appended hereto, and the Contractor has agreed and accepted that
it shall complete all such works in the time and manner set forth in the
Agreement.
3 In view of the foregoing, I/We am/are satisfied that the Railway Project from
km ........ to km ........ can be safely and reliably placed in service of the
Authority for railway freight and passenger traffic, subject to authorisation by
the Commissioner of Railway Safety in accordance with Applicable Laws. In
terms of the Agreement, the Railway Projectis hereby provisionally declared
fit for entry into operation on this the ………… day of ……….. 20…...

ACCEPTED, SIGNED, SEALED SIGNED, SEALED AND


AND DELIVERED DELIVERED
For and on behalf of For and on behalf of
CONTRACTOR by: AUTHORITY ENGINEER
by:

(Signature) (Signature)

432
Western Railway

2. COMPLETION CERTIFICATE

1 I/We, ……………………. (Name of the Authority Engineer), acting as the


Authority Engineer, under and in accordance with the Agreement dated ………… (the
“Agreement”), for Design, Engineering, Procurement, Construction,
Completion, Testing and Commissioning of Electric Loco manufacturing unit,
Offices and Administration Building with other infrastructure at Dahod
workshop, in the State of Gujarat in Western Railway (the “Railway Project”) on
Engineering, Procurement and Construction (EPC) basis through ………………….
(Name of Contractor), hereby certify that the Tests in accordance with Article 12 of
the Agreement have been successfully undertaken to determine compliance of the
Railway Project with the provisions of the Agreement, and the authorisation by the
Commissioner for Railway Safety under Applicable Laws has been obtained.

2 It is certified that, in terms of the aforesaid Agreement, all works forming part
of Railway Project have been completed, and the Railway Project is hereby declared
fit for entry into operation on this the ……… day of ……… 20…..

SIGNED, SEALED AND DELIVERED

For and on behalf of

the Authority Engineer by:

(Signature)

(Name)

(Designation)

(Address)

433
Western Railway

SCHEDULE - L
(See Clause 16.1.1)

SELECTION OF AUTHORITY ENGINEER

1 Selection of Authority Engineer

1.1 Generally, a railway officer of Selection Grade (SG)/Junior Administrative


Grade (JAG)/Project Management Consultant (PMC) shall be appointed as
Authority Engineer.

2 Terms of Reference

The Terms of Reference for the Authority Engineer (the “TOR”) shall
substantially conform with Annex 1 to this Schedule L.

434
Western Railway

Annex – I
(Schedule - L)

DUTIES & RESPONSIBILITIES FOR AUTHORITY ENGINEER

1 Scope

1.1 These Duties & Responsibilities (DR) shall apply to construction and
maintenance (wherever applicable) of the Railway Project.

2 Definitions and interpretation

2.1 The words and expressions beginning with or in capital letters and not defined
herein but defined in the Agreement shall have, unless repugnant to the
context, the meaning respectively assigned to them in the Agreement.

2.2 References to Articles, Clauses and Schedules in this DR shall, except where
the context otherwise requires, be deemed to be references to the Articles,
Clauses and Schedules of the Agreement, and references to Paragraphs shall
be deemed to be references to Paragraphs of this DR.

2.3 The rules of interpretation contained in Clauses 1.2, 1.3 and 1.4 of the
Agreement shall apply, mutatis mutandis, to this DR.

3. General

3.1 The Authority Engineer shall discharge its duties in a fair, impartial and
efficient manner, consistent with the highest standards of professional
integrity and Good Industry Practice.

3.2 The Authority Engineer shall perform the duties and exercise the authority in
accordance with the provisions of this Agreement, but subject to obtaining
prior written approval of the Authority (where Authority Engineer is
designated as the Authority, the compliance of these conditions have to be
ensured by him/her) before determining:

(a) any Time Extension;

(b) any additional cost to be paid by the Authority to the Contractor;

(c) the Termination Payment;

(d) providing Power Block or Traffic Blockto the Contractor;

(e) approval of signalling plan and signalling plan and route control chart;

(f) approval of disconnections for modification of signalling and telecom


works;

(g) any other matter which is not specified in (a) to (f) above and which
creates an obligation or liability on either Party for a sum exceeding
Rs.5,000,000/- (Rupees fifty lakh).

435
Western Railway

3.3 The Authority Engineer shall submit regular periodic reports, at least once
every month, to the Authority in respect of its duties and functions assigned to
him for the project. Such reports shall be submitted by the Authority Engineer
within 10 (ten) days of the beginning of every month.

3.4 The Authority Engineer shall aid and advise the Authority on any proposal for
Change of Scope under Article 13.

3.5 In the event of any disagreement regarding the meaning, scope and nature of
Good Industry Practice, as set forth in any provision of the Agreement, the
Authority Engineer shall specify such meaning, scope and nature by issuing a
reasoned written statement relying on Good Industry Practice and authentic
literature.

3.6 The Authority Engineer shall verify the as built drawings submitted by the
Contractor after completion of the works. These drawings will be signed by
the Authority Engineer after due verification.

4. Construction Period

4.1 During the Construction Period, the Authority Engineer shall review the
Drawings furnished by the Contractor along with supporting data, including
the geo-technical and hydrological investigations, characteristics of materials
from borrow areas and quarry sites and topographical surveys. The Authority
Engineer shall complete such review and send its observations to the Authority
and the Contractor within 15 (fifteen) days of receipt of such Drawings;
provided, however that in case of an Important Bridge, a Major Bridge or
Structure, and interlocking and telecom switching equipment the aforesaid
period of 15 (fifteen) days may be extended up to 30 (thirty) days. In particular,
such comments shall specify the conformity or otherwise of such Drawings
with the Scope of the Project and Specifications and Standards.

4.2 The Authority Engineer shall review any revised Drawings sent to it by the
Contractor and furnish its comments within 10 (ten) days of receiving such
Drawings.

4.3 The Authority Engineer shall review the Quality Assurance Plan submitted by
the Contractor and shall convey its comments to the Contractor within a period
of 21 (twenty-one) days stating the modifications, if any, required thereto.

4.4 The Authority Engineer shall complete the review of the methodology
proposed to be adopted by the Contractor for executing the Works, and convey
its comments to the Contractor within a period of 10 (ten) days from the date
of receipt of the proposed methodology from the Contractor. The Authority
Engineer shall draw the non-interlocking programme for works involving
existing yards and issue a jointly agreed NI programme for each such yard.

4.5 The Authority Engineer shall grant written approval to the Contractor, where
necessary, for interruption and diversion of the flow of traffic in the existing
lane(s) of the Railway Project for purposes of maintenance during the
Construction Period in.

436
Western Railway

4.6 The Authority Engineer shall review the monthly progress report furnished by
the Contractor and send its comments thereon to the Authority and the
Contractor within 7 (seven) days of receipt of such report.

4.7 The Authority Engineer shall inspect the Construction Works and the Railway
Project and shall submit a monthly Inspection Report bringing out the results
of inspections and the remedial action taken by the Contractor in respect of
Defects or deficiencies.

4.8 The Authority Engineer shall conduct the pre-construction review of


manufacturer's test reports and standard samples of manufactured Materials,
and such other Materials as the Authority Engineer may require.

4.9 For determining that the Works conform to Specifications and Standards, the
Authority Engineer shall require the Contractor to carry out, or cause to be
carried out, tests at such time and frequency and in such manner as specified
in the Agreement and in accordance with Good Industry Practice for quality
assurance. For purposes of this Paragraph 4.9, the tests specified in *****
Manuals or any modification/substitution thereof shall be deemed to be tests
conforming to Good Industry Practice for quality assurance.

4.10 The Authority Engineer shall test check prescribed in this agreement for each
category or type of test for quality control by the Contractor.

4.11 The timing of tests referred to in Paragraph 4.9, and the criteria for acceptance/
rejection of their results shall be determined by the Authority Engineer in
accordance with the Quality Control Manuals. The tests shall be undertaken
on a random sample basis and shall be in addition to, and independent of, the
tests that may be carried out by the Contractor for its own quality assurance in
accordance with Good Industry Practice.

4.12 In the event that results of any tests conducted under Clause 11.10 establish
any Defects or deficiencies in the Works, the Authority Engineer shall require
the Contractor to carry out remedial measures.

4.13 The Authority Engineer may instruct the Contractor to execute any work
which is urgently required for the safety of the Railway Project, whether
because of an accident, unforeseeable event or otherwise; provided that in case
of any work required on account of a Force Majeure Event, the provisions of
Clause 19.6 shall apply.

4.14 In the event that the Contractor fails to achieve any of the Project Milestones,
the Authority Engineer shall undertake a review of the progress of construction
and identify potential delays, if any. If the Authority Engineer shall determine
that completion of the Railway Project is not feasible within the time specified
in the Agreement, it shall require the Contractor to indicate within 15 (fifteen)
days the steps proposed to be taken to expedite progress, and the period within
which the Project Completion Date shall be achieved. Upon receipt of a report
from the Contractor, the Authority Engineer shall review the same and send
its comments to the Authority and the Contractor forthwith.

437
Western Railway

4.15 The Authority Engineer shall obtain from the Contractor a copy of all the
Contractor’s quality control records and documents before the Completion
Certificate is issued pursuant to Clause 12.4.

4.16 Authority Engineer may recommend to the Authority suspension of the whole
or part of the Works if the work threatens the safety of the public and
pedestrians. After the Contractor has carried out remedial measure, the
Authority Engineer shall inspect such remedial measures forthwith and make
a report to the Authority recommending whether or not the suspension
hereunder may be revoked.

4.17 In the event that the Contractor carries out any remedial measures to secure
the safety of suspended works and the public, and requires the Authority
Engineer to inspect such works, the Authority Engineer shall inspect the
suspended works within 3 (three) days of receiving such notice, and make a
report to the Authority forthwith, recommending whether or not such
suspension may be revoked by the Authority.

4.18 The Authority Engineer shall carry out, or cause to be carried out, all the Tests
specified in Schedule-J and issue a Completion Certificate or Provisional
Certificate, as the case may be. For carrying out its functions under this
Paragraph 4.18 and all matters incidental thereto, the Authority Engineer shall
act under and in accordance with the provisions of Article 12 and Schedule-J.

5. Determination of costs and time

5.1 The Authority Engineer shall determine the costs, and/or their reasonableness,
that are required to be determined by it under the Agreement.

5.2 The Authority Engineer shall determine the period of Time Extension that is
required to be determined by it under the Agreement.

5.3 The Authority Engineer shall consult each Party in every case of determination
in accordance with the provisions of Clause 16.5.

6. Payments

6.1 The Authority Engineer shall withhold payments for the affected works for
which the Contractor fails to revise and resubmit the Drawings to the Authority
Engineer in accordance with the provisions of Clause 10.2.7 (d).

6.2 Authority Engineer shall -

(a) within 10 (ten) days of receipt of the Stage Payment Statement from
the Contractor pursuant to Clause 17.4, determine the amount due to
the Contractor and recommend the release of 80 (eighty) percent of the
amount so determined as part payment, pending issue of the Interim
Payment Certificate; and

(b) within 20 (twenty) days of the receipt of the Stage Payment Statement
referred to in Clause 17.4, deliver to the Authority and the Contractor

438
Western Railway

an Interim Payment Certificate certifying the amount due and payable


to the Contractor.

7. Other duties and functions

The Authority Engineer shall perform all other duties and functions as
specified in the Agreement.

8. Miscellaneous

8.1 A copy of all communications, comments, instructions, Drawings or


Documents sent by the Authority Engineer to the Contractor pursuant to this
TOR, and a copy of all the test results with comments of the
Authority’sEngineer thereon, shall be furnished by the Authority’sEngineer to
the Authority forthwith.

8.2 The Authority Engineer shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as-built’ Drawings, and keep them in its
safe custody.

8.3 Within 90 (ninety) days of the Project Completion Date, the Authority
Engineer shall obtain a complete set of as-built Drawings, in 2 (two) hard
copies and in micro film form or in such other medium as may be acceptable
to the Authority, reflecting the Railway Project as actually designed,
engineered and constructed, including an as-built survey illustrating the layout
of the Railway Project and setback lines, if any, of the buildings and structures
forming part of Project Facilities; and shall hand them over to the Authority
against receipt thereof.

8.4 The Authority Engineer shall inform the Authority and the Contractor of any
event of Contractor’s Default within one week of its occurrence.

439
Western Railway

SCHEDULE - M
(See Clauses 17.4.1, 17.6.1, and 17.6.1)
Forms of Payment Statements

1. Stage Payment Statement for Works

The Stage Payment Statement for Works shall state:

(a) the estimated amount for the Works executed in accordance with
Clause 17.3.1 subsequent to the last claim;
(b) amounts reflecting adjustments in price for the aforesaid claim;
(c) the estimated amount of each Change of Scope Order executed
subsequent to the last claim;
(d) amounts reflecting adjustment in price, if any, for (c) above in
accordance with the provisions of Clause 13.2.3 (a);
(e) total of (a), (b), (c) and (d) above;
(f) Deductions:
(i) Any amount to be deducted in accordance with the provisions
of the Agreement except taxes;
(ii) Any amount payable by the Contractor to the Authority under
the provisions of the Agreement; and
(i) Any amount towards deduction of taxes at source under
Applicable Laws.
(ii) Total of (i) to (iii) above.
(g) Net claim: (e) – (f) (iv);
(h) The amounts received by the Contractor up to the last claim:
(i) For the Works executed (excluding Change of Scope orders);
(ii) For Change of Scope Orders, and
(iii) Taxes deducted at source under Applicable Laws

2. Contractor’s claim for Damages

Note: The Contractor shall submit its claims in a form acceptable to the Authority.

440
Western Railway

SCHEDULE - N
(See Clause 18.1)
INSURANCE

1. Insurance during Construction Period

1.1 The Contractor shall effect and maintain at its own cost, from the Appointed
Date till the date of issue of the Completion Certificate, the following
insurances for any loss or damage occurring on account of Non Political Event
of Force Majeure, malicious act, accidental damage, explosion, fire and
terrorism:

(a) insurance of Works, Plant and Materials and an additional sum of [15%
(fifteen per cent)] of such replacement cost to cover any additional costs of
and incidental to the rectification of loss or damage including professional fees
and the cost of demolishing and removing any part of the Works and of
removing debris of whatsoever nature; and

(b) insurance for the Contractor's equipment and Documents brought onto the Site
by the Contractor, for a sum sufficient to provide for their replacement at the
Site.

1.2 The insurance under paragraph 1.1 (a) and (b) above shall cover the Authority
and the Contractor against all loss or damage from any cause arising under
paragraph 1.1 other than risks which are not insurable at commercial terms.

2. Insurance for Contractor’s Defects Liability

The Contractor shall effect and maintain insurance cover for the Works from
the date of issue of the Completion Certificate until the end of the Defects
Liability Period for any loss or damage for which the Contractor is liable and
which arises from a cause occurring prior to the issue of the Completion
Certificate. The Contractor shall also maintain other insurances for maximum
sums as may be required under Applicable Laws and in accordance with Good
Industry Practice.

3. Insurance against injury to persons and damage to property

3.1 The Contractor shall insure against its liability for any loss, damage, death or bodily
injury, or damage to any property (except things insured under Paragraphs 1 and 2 of
this Schedule) or to any person (except persons insured under Clause 18.9), which
may arise out of the Contractor's performance of this Agreement. This insurance shall
be for a limit per occurrence of not less than the amount specified below with no limit
on the number of occurrences.
The insurance cover shall be not less than: Rs. 25 Lakhs.

3.2 The insurance shall be extended to cover liability for all loss and damage to
the Authority’s property arising out of the Contractor’s performance of this
Agreement excluding:

441
Western Railway

(a) the Authority's right to have the construction works executed on, over, under,
in or through any land, and to occupy this land for the Works; and

(b) damage which is an unavoidable result of the Contractor's obligations to


execute the Works.

4. Insurance to be in joint names


The insurance under paragraphs 1 to 3 above shall be in the joint names of the
Contractor and the Authority.

442
Western Railway

SCHEDULE - O
(See Clauses 4.6 & 4.7)
Provisionof Traffic Blocks and Power Blocks

1. The Contractor executing the works adjacent to the existing Railway track will
take care for avoiding any damage or cutting to the Signal &
Telecommunication (S & T) cables during the work. However, if any damage
occurs during execution of work, penalty to be imposed for damages to cable
shall be as under:

Cable damaged Penalty per location ( Rs.)


Only Quad cable or signaling cable 1.0 Lakh
Only OFC 1.25 Lakh
Both OFC & Quad 1.5 Lakh

(As per CCE letter No. 247-Sig/OFC Cut/Rail-Tel/Pt.II dated 08-01-2020.)

443
Western Railway

SCHEDULE - P
(See Clauses 4.4)
Machinery and equipment
(Not Applicable)

444
Western Railway

The End of Schedules.

445
Western Railway

Appendices

446
Western Railway

APPENDIX-I

LIST OF BID-SPECIFIC CLAUSES$

A. Clauses with non-numerical ($) footnotes:

1. Clause 3.2.1 : Obligation relating to sub-contracts and any other agreements

2. Clause 13.5.1 : Power of the Authority to undertake works

3. Article 26 : Definition of Consortium/Joint Venture

4. Schedule-F, Annexure-I : Item (C)-8

5. Schedule-F, Annexure-III : Item (B) and Item (C)-8

B. Clauses with curly { } brackets:

1. Recital : Para 2

2. Clause 1.5 : Joint and several liability

3. Clause 3.2.1 : Obligations relating sub-contracts and any other agreements

4. Clause 5.1 (l) : Representations and warranties of the Contractor

5. Article 26 : Definition of “Affiliate”, “Consortium/Joint Venture” and “Lead


Member”

6. Contract Agreement : ‘Signature’ page

7. Schedule-F, Annexure-I : Item (B) and Item (C) 1

8. Schedule-F, Annexure-III : Item (B)

C. Clauses with Blank Spaces (.....), (***)

1. First line of the Concession Agreement

2. Recital : Para 2

3. Recital : Item A, B, C and D

4. Clause 3.9 : Training of Authority’s Personnel

5. Clause 17.1.1 : Contract Price

6. Schedule-F, Annexure-I : Item A, B and C

447
Western Railway

7. Schedule-F, Annexure-I : Signing Date

8. Schedule-F, Annexure-II : Item A and C

9. Schedule-F, Annexure-II : Signing Date

10. Schedule-F, Annexure-III : Item A, B and C

11. Schedule-F, Annexure-III : Signing Date

12. Schedule-L, Annexure-I : Clause 1.1 : Scope

$
This Appendix-I contains a list of clauses that would need to be suitably modified for
reflecting bid-specific provisions after the contractor has been selected. This Appendix-I may
be included in the draft EPC Agreement forming part of the bid documents. It may, however,
be deleted when the Contract Agreement is to be executed.

448
Western Railway

APPENDIX-II

LIST OF PROJECT SPECIFIC CLAUSES20

A. Clauses with serially numbered footnotes

1. First line of Contract Agreement (footnote no.1)

2. Recital : Para 2 (footnote no.2 & 3)

3. Recital : Para 2 : Item A (footnote 4 & 5)

4. Clause 3.9.2 : Training of Authority’s Personnel (footnote no.6)

5. Clause 4.1.3(b) and (c) : Obligation of the Authority (footnote no. 7 & 8)

6. Clause 4.3 : Environmental and forest clearances (footnote no.9)

7. Clause 4.4.3 : Machinery and equipment (footnote no.10)

8. Clause 4.5 : Electricity transmission lines (footnote no.11)

9. Clause 7.1.1 : Performance Security (footnote no.12)

10. Clause 7.5 : Retention Money (footnote no.13)

11. Clause 17.2.1 : Advance Payment (footnote no.14)

12. Clause 17.8.4 : Price adjustment for the works (footnote no.15)

13. Schedule-A, Annexure-I : Site (footnote no.16)

14. Schedule-B, Annexure-I : Description of Railway Project (footnote no.17)

15. Schedule-C : Project facilities (footnote no.18)

16. Schedule-D, Annexure-I : Specifications and standards for construction


(footnote no.19)

B. Clauses with square [ ] parenthesis:

1. Recital : Para 1

2. Recital (B)

3. Clause 3.2.1 : Obligations relating to sub-contracts and any other agreements

4. Clause 3.4.1 : Contractor’s Personnel

5. Clause 3.9 : Training of Authority’s Personnel

449
Western Railway

6. Clause 4.1.3(c) : Obligations of the Authority

7. Clause 4.1.4 : Obligations of the Authority

8. Clause 4.4.1(c) : Machinery and equipment

9. Clause 4.5 : Electricity transmission lines

10. Clause 4.7 : Provision of power blocks and traffic blocks

11. Clause 8.1(a) : The Site

12. Clause 10.3.1 : Construction of Railway Project

13. Clause 10.4.1(a) : Extension of time for completion

14. Clause 12.2.1 : Provisional certificate

15. Clause 15.1.2 : Defects liability period

16. Clause 17.8.4 : Price adjustment for the works (formulae for price adjustment)

17. Clause 18.1.6 : Insurance for works

18. Clause 20.1 : Governing Law and Jurisdiction

19. Clause 25.13(a) and (b) : Notices

20. Article 26 : Definitions

“GAD” or “General Arrangement Drawings”

“Project Assets”

21. Signature of the Authority on the last page of the Agreement

22. Schedule-A, Annexure-I : Site

23. Schedule-A, Annexure-II : Date for providing Right of Way

24. Schedule-A, Annexure-III : Alignment Plans

25. Schedule-B, Annexure-I : Description of Railway Project

26. Schedule-C : Project Facilities

27. Schedule-D, Annexure-I : Specifications and Standards for Construction

28. Schedule-F, Annexure-I : Form of Bank Guarantee for Performance Security

29. Schedule-F, Annexure-II : Form of Guarantee for Withdrawal of Retention


Money

450
Western Railway

30. Schedule-F, Annexure-III : Form of Guarantee for Advance Payment

31. Schedule-G : Contract Price Weightages

32. Schedule-I : Project Completion Schedule

33. Schedule-J : Tests on Completion

34. Schedule-N : Insurance

35. Schedule-O : Provision of traffic blocks and power blocks

20
This Appendix-II contains a list of clauses that would need to be suitably modified prior to
issue of bid documents for reflecting project specific provisions. This Appendix-II should be
omitted before issuing the draft Concession Agreement, forming part of the bid documents.

451

You might also like