You are on page 1of 229

EAST COAST RAILWAY

CONSTRUCTION ORGANISATION

Annexed Document
to
E-Tender Document
For
Design, Supply, Erection, Testing, and
commissioning of Traction Substation (
Augmentation = 01 No., ), shunt capacitor bank- 1
No., Sectioning and Paralleling Post (SP)= New 01
No., Sub-Sectioning and Paralleling Post (SSP)
(New=01 No., ) in connection with Doubling works
between Ambagaon-Jagdalpur on KK Line of
Waltair Division of East Coast Railway.

Signature Not
Verified
Digitally signed by
KAMESWARA RAO
CHERUKUPALLI
Date: 2018.06.14
15:07:53 IST
Reason: IREPS-CRIS
Location: New Delhi
PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 2
PSI works between Ambagaon-Jagdalpur on KK line

INDEX
Sl. Chapter Description Page
No.
From To
1 1 Top Sheet 5 5
2 2 Instructions to the Tenderer(s) 7 11
3 3 Eligibility Criteria 13 14
4 4 Excerpts of General Conditions of 15 20
Contract
5 5 Special Conditions of Contract 21 52
Annexure-1 to Chapter-5 53 54
6 6 Additional Special Conditions of 55 139
Contract i.e. Technical Conditions
Section- A Technical Conditions of Contract 57 64
Section- B Standard Drawings and 65 105
Specification
Section- C Taxes and Duties, Royalties and 107 108
Completion Period etc.
Section- D Safety & Security Rules 109 118
Section- E Drafting of Vehicles, Working 119 119
Hours
Section- F Rate Quoted/Accepted 121 122
Section- G Price Variation Clause 123 123
Section- H Felling of Trees, Safe Working 125 126
Methods, Procurement of
Machinery by Contractor
Section- I Personnel 127 127
Section- J Brief Description of Work 129 132
Section- K Scope of Work 133 133
Section- L Inspection of PSI Equipment 135 135
Section- M Plan for Commissioning 137 137
Section- N Quality Assurance Plan 139 139
7 7 Guidelines for Participation of JV 141 141
Firms, MOU for JV Participation &
JV Agreement
8 8 Contractor’s Familiarisation 143 143
9 9 Annexures A to O 145 175
10 10 Specimen format for Letter of 177 178
Acceptance
11 11 Schedule Wise 179 229
Instructions/Explanatory Notes to
Tender Schedule

VSKP-EL-C-RT-111E Page 3
PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 4
PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-1
TOP SHEET
1. Tender Notice No. VSKP-EL-C-RT-111E
2. Bidding System. Single Packet System.
3. Name of Work: Design, Supply, Erection, Testing, and
commissioning of Traction Substation (
Augmentation = 01 No., ), shunt capacitor
bank- 1 No., Sectioning and Paralleling
Post (SP)= New 01 No., Sub-Sectioning
and Paralleling Post (SSP) (New=01 No.,
) in connection with Doubling works
between Ambagaon-Jagdalpur on KK
Line of Waltair Division of East Coast
Railway.
4. Dy. Chief Engineer (Con) Dy. Chief Electrical Engineer/ Con /
Unit Visakhapatnam
5. Chief Engineer (Con) Unit Chief Electrical Engineer (con)/
Bhubaneswar
6. Permissibility of Not Permitted.
Participation of Joint
Venture Firms
7. Applicability of Price Not Applicable.
Variation Clause
8. Measurement of Works by Measurement of Works by Railway.
Railway / Measurement of
Works by Contractor.
9. Estimate No. & Allocation C/11/2015 (KRPU-JDB)
No. Allocations=NMDC Escrow A/C

10. Location of work Bastar District of Chhattisgarh state.


(Dist/State)
11. Special Instructions, if any NIL

VSKP-EL-C-RT-111E Page 5
PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 6
PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-2
INSTRUCTIONS TO THE TENDERER(S)
1. All mandatory fields marked with (*) have to be filled in by the bidders.

2. The E-Tender document shall consist of: -


a) Annexed Document to the Tender Document which includes (i) Top Sheet
(Chapter-1), (ii) Instructions to the Tenderer(s) (Chapter-2), (iii) Eligibility
Criteria (Chapter-3), (iv) General Conditions of Contract (Chapter-4), (v)
Special Conditions of Contract (Chapter-5), (vi) Addl. Special Conditions of
Contract i.e. Technical Conditions (Chapter-6), (vii) Guidelines for
participation of JV Firms, MOU for JV Participation & JV Agreement (Chapter-
7), (viii) Contractor’s Familiarisation (Chapter-8), (ix) Annexures A to O
(Chapter-9),(x) Specimen format for Letter of Acceptance (Chapter-10) and
(xi) Schedule wise Instructions/Explanatory Notes (Chapter-11).
b) Indian Railways Standard General Conditions of Contract 2014 with
correction slips up to the date of closing of tender.
c) USSOR of E. Co. Railway-2010 with correction slips up to the date of closing
of tender.
d) Techno- Commercial Offer Form.
e) Financial Offer Form.

3. Before submitting the offer, please read carefully complete E-tender document
including Annexed Document which contains Instructions to Tenderers, Indian
Railways Standard General Conditions of Contract-2014, General Conditions of
Contract, Special Conditions of Contract, Additional Special Conditions of
Contract i.e. Technical Conditions etc. as available on the page of East Coast
Railway (Construction) on the web site www.ireps.gov.in.

4. Your digital signature on the E-Tender form will be considered as your


confirmation that you have read and accepted all the conditions laid down in the
documents referred in para 3.0 above as well as schedule of tender consisting
of techno-commercial offer form (including special conditions attached to E-
Tender) and Financial offer form, unless specific deviation is quoted in the
techno-commercial offer form.

5. Tenderers can participate in the E-Tender duly paying the tender document cost
and Earnest Money Deposit through Net Banking or payment gateway only for
the requisite amount. No other mode of payment is acceptable.
5.1 The cost of tender document shall not be clubbed with the Earnest Money
Deposit. The E- bid submitted without requisite cost of tender document
and Earnest Money Deposit in appropriate form is to be summarily
rejected.
5.2 Offers without payment of requisite tender cost and Earnest Money Deposit
online shall be liable to be ignored.
6. The prospective tenderers are advised to revisit the website 15 (fifteen)
days before the date of closing of tender to note any changes/corrigenda
issued for this tender. Website: www.ireps.gov.in.

VSKP-EL-C-RT-111E Page 7
PSI works between Ambagaon-Jagdalpur on KK line

7. No Manual Offers sent by Post/FAX or in person shall be accepted against


such e-tenders, even if these are submitted on the firm’s letter head and
received in time. The manual offer uploaded as attached document shall
not be considered also. All such manual offers shall be considered as in-
valid offers and shall be rejected summarily without any consideration.

8. E-tender is not transferable and the same is to be submitted with digital signature
by the pre-authorized personnel of the tenderer, already registered with the site.

9. If the required information asked for in the tender document is not furnished, the
tender will be otherwise treated incomplete and hence will not be considered.

10. The on-line bidding doesn’t permit submission of offer after stipulated date and
time of the e-tender. Hence there is no scope for late/ delayed tenders.

11. In case of Two Packet System of bidding, after scrutinising the Techno-
Commercial Offer and short listing the tenderers, the Financial Bid shall be
opened on a subsequent date only for those tenderers who will be qualifying
Techno-Commercial Offers as per eligibility/qualifying criteria laid down. The
date of opening of Financial Bid will be advised online. The Railway’s decision in
this regard will be final.

12. Tender To Be Digitally Signed By Authorised Person:-


a) If the tender is submitted on behalf of a partnership concern, each page of copy
of the partnership deed should be submitted by the tenderer duly self
attested/digitally signed by the tenderer or authorized representative of the
tendering firm. Self-attestation shall include signature, stamp and date (on each
page).

b) The tenderer whether sole proprietor, a limited company or a partnership firm if


they want to act through agent or individual partner(s) should submit along with
the tender or at a later stage, a power of attorney duly stamped and
authenticated by a Notary Public or by Magistrate in favour of the specific
person whether he/they be partner(s) of the firm or any other person specifically
authorizing him/them to submit the tender, sign the agreement, receive money,
co-ordinate measurements through contractor’s authorised engineer, witness
measurements, sign measurement books, compromise, settle, relinquish any
claim(s) preferred by the firm and sign “No claim Certificate” and refer all or any
disputes to arbitration. Each page of copy of the above document should be
submitted by the tenderer which shall be self attested/digitally signed by the
tenderer or authorized representative of the tendering firm. Self-attestation shall
include signature, stamp and date (on each page).
c) The Railway will not be bound by any Power of Attorney granted by the tenderer
or by changes in the composition of the firm made subsequent to the execution
of the Contract. It may, however, recognize such power of Attorney and
changes after obtaining proper legal advice of the satisfaction of the Railway,
the cost of which will be chargeable to the Contractor.

VSKP-EL-C-RT-111E Page 8
PSI works between Ambagaon-Jagdalpur on KK line

13. Tenderer(s) should upload a scanned attested BARCHART, activity-wise


detailed programme to complete the work.

14. No correspondence shall be entertained after opening of tender and any suo-
moto letters or submission in regard to tender, except specifically mentioned to
be submitted as per the terms of the tender or sought for by the Railway, shall be
treated as Null & Void.

15. In case of any problem with the portal is faced while filling the e-tender,
Tenderers are advised to contact with the Helpdesk of IREPS portal who will
render all help and assistance related with the website and portal except that
related with the details of the tender. Railway will not take any responsibility for
non-participation in the e-tender online for the reasons related to the website and
portal or server etc beyond the control of railways.

16. Railway and the IREPS website will not take the responsibility for any online
payment made by the tenderer and debited from his/their account towards the
tender cost or Earnest Money due to wrong or mismanipulation of the menus or
any reasons related with the IT or found unsuitable for the tender etc. Railway and
IREPS website will not entertain any claim in this regard or refund the paid
amount.

17. The tenderer(s) must fulfil/satisfy the following mandatory requirements


failing which their offers shall be summarily rejected:
MANDATORY REQUIREMENTS:
a) Earnest Money shall be deposited through Net Banking or Payment Gateway
only available on IREPS Portal. No other mode of payment is acceptable.
b) Cost of the Tender document shall be deposited through Net Banking or
Payment Gateway only available on IREPS Portal. No other mode of payment
is acceptable.
c) The tenderer shall submit along with the tender document, documents in
support of his/their claim to fulfil the eligibility criteria as mention in the tender
document. Each page of documents/certificates in support of credentials,
submitted by the tenderer, shall be self-attested/digitally signed by the tenderer
or authorized representative of the tendering firm. Self-attestation shall include
signature, stamp and date (on each page). Only those documents which are
declared explicitly by the tenderer as “documents supporting the claim of
qualifying the laid down eligibility criteria” will be considered for evaluating
his/their tender.

d) Copies of documents in support of formation/ registration of the


company/firm/legal authorization of the person to deal with the
tender/notarized/registered copies of the documents/JV related documents
wherever required as per tender conditions are to be uploaded along with offer.
Each page of copy of the above document should be submitted by the tenderer
duly self attested/digitally signed by the tenderer or authorized representative

VSKP-EL-C-RT-111E Page 9
PSI works between Ambagaon-Jagdalpur on KK line

of the tendering firm. Self-attestation shall include signature, stamp and date
(on each page).

e) The tenderers shall submit a notarized affidavit on a non-judicial stamp paper


stating that they are not liable to be disqualified and all their
statements/documents submitted along with bid are true and factual. Standard
format of the affidavit to be submitted by the bidder is enclosed as Annexure-
N. Non-submission of an affidavit by the bidder shall result in summary
rejection of his/their bid. And it shall be mandatorily incumbent upon the
tenderer to identify, state and submit the supporting documents duly self
attested by which they/he is qualifying the Qualifying Criteria mentioned in the
Tender Document. It will not be obligatory on the part of Tender Committee to
scrutinize beyond the submitted document of tenderer as far as his
qualification for the tender is concerned.
f) Regarding electrical contractor license, scanned copies of Electrical contractor
license for voltage HT (33KV or above) are to be uploaded along with their
offer.

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

18(b) Submission of wrong information: In case of any wrong information


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

19. Tenderers are advised to be conversant with the USSOR specification and
USSOR rate of E.Co.Railway 2010 issued by GM/Engg, E.Co.Railway, BBS as
these are applicable in most of the works/items.

20. In tenders of special nature like in-situ flash butt welding, fabrication & launching
of steel girder, box pushing, epoxy grouting in distressing bridges, sinking of tube
well etc. Contractors are quoting special conditions. Contractors may be quoting
their own condition and in such cases, the contractor’s offer should not be
summarily rejected because of quoting conditions/clarification by the tenderers
along with the tender. However, this should be properly evaluated and
considered with the extent possible provisions of Railway and such conditions
should not be considered as “Conditional tender”.

VSKP-EL-C-RT-111E Page 10
PSI works between Ambagaon-Jagdalpur on KK line

21. The tenderers for carrying out any construction work must get themselves
registered from the Registering Officer under Section-7 of the Building and
other Construction workers Act, 1996 and rules made there to by the
concerned state Govt. and submit certificate of Registration issued from
the Registering Officer of the concerned state Govt.(Labour Dept). As per
this Act, the tenderer shall be levied a cess @1% of cost of construction
work, which would be deducted from each bill. Cost of material, when
supplied under a separate schedule item, shall be outside the purview of
cess.

22. Special Conditions:


22.1 The copies of the various letters/documentary proof/statement etc. must be
uploaded with e-Tender and shall be properly indexed by indicating the
Annexure Nos. like Annexure-I, Annexure-II etc. on the right hand side top
corner of the same and this Annexure No. shall also be indicated in relevant
column of the Annexure-A to Annexure-O supplied to the tenderer with the
Technical & Commercial Offers.
22.2 The bidders are expected to obtain, on their own responsibility and expenses,
all information which will be necessary for submitting the bid. Intending bidders
may obtain clarification, if any, with regard to the tenders from the office of the
concerned Chief Elect. Engineer (Construction), East Coast Railway,
Bhubaneswar (as mentioned in the Top Sheet) on any working day during the
working hours. For any further information in regard to site conditions, facilities
available at the work spot etc., the bidder may contact the office of concerned
Deputy Chief Elect. Engineer (Con), East Coast Railway (as mentioned in
the Top Sheet), on any working day during the working hours.
22.3 In addition to the information given in the prescribed form of the Technical &
Commercial Offer, the tenderer may also submit any additional relevant
information connected with this tender if considered necessary, uploading
copies of the documents relied upon.
22.4 Submission of Tender does not bind the Railway Authority for any claim of any
nature whatsoever.
23. Opening of E-Tender:
23.1 The e-tenders will be opened online using the IREPS portal. No representative is
required to be present for opening of tender and details of rates quoted and
ranking of all the bidders etc shall be available to the bidders in the website after
the opening of the tender.
23.2 In case the date of closing mentioned in the NIT Header of e-tender
document is declared a holiday / bandh / strike etc. on any account, the
date of closing tender online will not be changed as the application in the
website of IREPS does not permit submission of any offer after closing
date and time of the tender. However, opening of tenders online will be on
the following working day after the closing date/time of tenders.

VSKP-EL-C-RT-111E Page 11
PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 12
PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-3
ELIGIBILITY CRITERIA
1.0 Contractors who have adequate experience and resources to adhere to the
specifications and completion schedule should participate in this tender.
2.0. Eligibility criteria for participation in the Tender :- Tenderer(s) must fulfil/satisfy
the following eligibility criteria for participating in this tender and consideration of
their offers.
2.1 The tenderer(s) should have physically completed within qualifying period i.e. three
previous financial years and current financial year (even though the work might have
commenced before the qualifying period) at least one similar single work for a
minimum value of 35% of advertised tender value in Railways or any other
Govt/Semi-Govt Organisation in one single contract agreement.
2.1.1 The definition of the similar nature of work for this work is given below.
Similar nature of work:
Execution of “Railway Traction sub-station works or 132 KV and
above grid sub- station work” in state or Central Government or
their PSUs.

2.1.2 The total value of similar nature of work completed during the qualifying period and
not the payments received within qualifying period alone, shall be considered.
In case, the final bill of similar nature of work has not been passed and final
measurements have not been recorded, the paid amount including statutory
deduction shall be considered. If final measurements have been recorded and work
has been completed with negative variation, then also the paid amount including
statutory deduction shall be considered.
However, if final measurements have been recorded and work has been completed
with positive variation but variation has not been sanctioned, original agreement
value or last sanctioned agreement value whichever is lower shall be considered for
judging eligibility.
2.1.3 In case of composite works involving combination of different works, even separate
completed works of required value shall be considered while evaluating the eligibility
criteria. For example, in a tender for bridge works where similar nature of work has
been defined as bridge works with pile foundation and PSC superstructure, a
tenderer, who has completed one bridge work with pile foundation of value at least
equal to 35% of tender value and also has completed one bridge work with PSC
superstructure of value at least equal to 35% of the tender value, shall be
considered as having fulfilled the eligibility criterion of having completed single
similar nature of work.
2.2 The total contractual payments received by the tenderer(s) during three previous
financial years and the current financial year should be minimum 150% of
advertised tender value. In support of this the tenderer(s) should submit audited
balance sheet duly certified by the Chartered Accountant.
NB:-
(A) Current financial year means, the financial year in which the tender is
opened. Financial year means on and from 1st April to 31st March.
(B) The “tenderer(s)” mentioned in para 2.1 and 2.2 above means – In the
“name and style”, the tenderer(s) who are submitting their offers in the
capacity of individual/proprietary/partnership firms etc.
(C) Normally, the credentials (technical and financial) should be in the “name
and style” of the tenderer(s) who are submitting their offer as a tenderer(s).

VSKP-EL-C-RT-111E Page 13
PSI works between Ambagaon-Jagdalpur on KK line

(D) The tenderer(s) who have acquired necessary credentials (technical and
financial) as a constituent in the partnership/Joint Venture firm, such
apportioned credentials (technical and financial) will also be considered.
(Documents shall be furnished).
(E) The credentials (technical and financial) with regard to execution and
physical completion of single similar work and contractual receipts should
pertain to the qualifying period i.e. within the current financial year and
three previous financial years.
(F) Permissibility of Joint Venture/MOU/Consortium in this tender. (As
mentioned in Top Sheet)
(G) Copy of the authentic documents should be uploaded by the tenderer(s)
along with their offer to fulfil the eligibility criteria otherwise their offers will
not be considered and summarily rejected. Certificates submitted to meet
Eligibility Criteria should confirm to the requirement without any ambiguity
or needing any further clarification. Certificate which does not contain items
of requirement clearly will not be considered.
3.0. The tenderer should also upload copy of the following documents along with the
tender.
3.1 List of personnel, organization available on hand and proposed to be engaged for
the subject work.
3.2 List of Plant & Machinery available on hand (own) and proposed to be inducted (own
and hired to be given separately) for the subject work.
3.3 List of works physically completed in the last 03(three) financial years under
Govt./Semi Govt. organizations giving description of work, organization for whom
executed, approximate value of contract at the time of award, date of award and
date of scheduled completion of work. Date of actual start, actual completion and
final value of contract should also be given.
3.4 List of works on hand indicating description of work, contract value, approximate
value of balance work yet to be done and date of award.
NOTE: In case of items 3.3 & 3.4 above, supportive documents/ certificates from the
organizations with whom they worked/are working should be uploaded.
Certificates from private individuals for whom such works are
executed/being executed shall not be accepted.
4.0 The copy of the credential certificates as per para 2.1 above to be uploaded by the
tenderers which should contain the basic information such as (i) Contract Agreement
No., (ii) Detailed nature of work executed, (iii) Date of physical completion of work,
(iv) Total amount received, (v) Name & Style in whose favour the credential
certificate is issued.
5.0 The tenderers shall submit a notarized affidavit on a non-judicial stamp paper
stating that they are not liable to be disqualified and all their statements/documents
submitted along with bid are true and factual. Standard format of the affidavit to be
submitted by the bidder is enclosed as Annexure-N. Non-submission of an affidavit
by the bidder shall result in summary rejection of his/their bid. And it shall be
mandatorily incumbent upon the tenderer to identify, state and submit the supporting
documents duly self attested by which they/he is qualifying the Qualifying Criteria
mentioned in the Tender Document. It will not be obligatory on the part of Tender
Committee to scrutinize beyond the submitted document of tenderer as far as his
qualification for the tender is concerned.
*******

VSKP-EL-C-RT-111E Page 14
PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-4

EXCERPTS OF GENERAL CONDITIONS OF CONTRACT


1. GENERAL
1.1 The tenderer(s) should not put any unusual condition from their side contradicting
terms and conditions in the e-tender. Such unusual/contradictory conditions may
not be considered.
1.2 COPY OF THE PROGRAMME IN THE FORM OF BAR CHART FOR
COMPLETION OF WORK, MACHINERY DEPLOYMENT FOR ACHIEVING THE
PROGRAMMED PROGRESS MUST BE UPLOADED ALONG WITH THE
TENDER.
1.3 PLEASE FILL IN REQUIRED INFORMATION ASKED FOR IN THE SPECIFIED
SPACE IN THE E-TENDER. TENDER WILL BE OTHER WISE TREATED
INCOMPLETE AND HENCE WILL BE LIABLE FOR REJECTION.
1.4 THE QUANTITY SHOWN IN THE SCHEDULES ARE APPROXIMATE AND ARE
LIKELY TO VARY ON EITHER SIDE (+/-) AS PER CLAUSE-2 OF SPECIAL
CONDITIONS OF CONTRACT.
1.5 NO MOBILISATION, MACHINERY OR ANY OTHER ADVANCES WILL BE
ALLOWED FOR THIS WORK UNLESS OTHERWISE SPECIFIED.
2. TENDER DOCUMENT
2.1 Tenderers are required to submit their offer through e-tender on website
www.ireps.gov.in and the tenderer/tenderers shall quote his/their rates therein as
required.
2.2 The authorized person of the tenderer(s) shall only submit the e-tender along with
the enclosures.
2.3 COMPANY PROFILE
2.3.1 Tenderer(s) should specifically and fully disclose in his/their respective tender,
their respective constitutions and submit along with each tender scanned attested
copies of documents like partnership deed, Articles and Memorandum of
Association, Certificate of Incorporation etc., if any, in support of such disclosures.
If Tenderer(s) is/are a firm i.e. partnership business, it should be stated whether
the same is Registered under the Indian Partnership Act, and the name and
address of all the partners of the firm should be fully disclosed. The Railway
Administration shall always have the liberty to demand production of the original
partnership deed of the said documents and also to make such further and other
inquiries regarding the constitution of the Tenderer(s) as may be considered
necessary.
2.3.2 The tenderer shall clearly specify whether the tender is submitted on his own or on
behalf of a partnership concern. If the tender is submitted on behalf of a
partnership concern, he should submit the scanned copy of the certified copy of
partnership deed along with the tender and authorization to sign the tender
documents on behalf of partnership firm. If these documents are not enclosed
along with tender documents, the tender will be treated as having been submitted
by individual signing the tender documents.

VSKP-EL-C-RT-111E Page 15
PSI works between Ambagaon-Jagdalpur on KK line

The Railway will not be bound by any power of attorney granted by the tenderer or
by changes in the composition of the firm made subsequent to the execution of the
contract. It may, however recognize such power of attorney and changes after
obtaining proper legal advice, the cost of which will be chargeable to the
contractor.
2.3.3 The tenderer whether sole proprietor, a limited company or a partnership firm if
they want to act through agent or individual partner(s) should submit alongwith the
tender or at a later stage, a power of attorney duly stamped and authenticated by a
Notary Public or by Magistrate in favour of the specific person whether he/they be
partner(s) of the firm or any other person specifically authorising him/them to
submit the tender, sign the agreement, receive money, witness measurements,
sign measurement books, compromise, settle, relinquish any claim(s) preferred by
the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.
2.4 PROGRAMME OF COMPLETION OF WORK
2.4.1 The Tenderer(s) shall attach scanned copy of a comprehensive list of plant and
machinery which he/they propose(s) to use in the execution of work.
2.4.2 Tenderer(s) shall attach along with tender scanned copy of an attested
BARCHART, Activity wise detailed programme of how he/they plan to complete
the work in the time frame stipulated in the tender along with details of machinery
proposed to be deployed to achieve the same.
2.5 REFERENCE TO RULE BOOK AND DRAWINGS
2.5.1 The drawings for the works as available can be seen in the office of the concerned
Chief Electrical Engineer/Con/E Co Railway, Chandrasekharpur, Bhubaneswar or
in the office of the concerned Dy. Chief Electrical Engineer/Con as the case may
be at any time during office hours.
2.5.2 The terms “Correction Slip” as referred to in this tender document includes the
following terms also.
Addendum Slip(s)
Corrigendum slip(s)
Addendum slip(s) and Corrigendum slip(s) which are issued in consecutive serials.
2.6 USSOR 2010 with “Indian Railways Unified Standard Specifications” (Vol-I & II)
2010 with up to date correction slips can be seen at above mentioned offices.
Indian Railway Standard General Conditions of Contract-2014 can be downloaded
from the IREPS website. Copies of the same can also be had on payment of an
amount specified for copy of each Volume on any working day during office hours
from the office of General Manager (Engg), E Co Railway, Chandrasekharpur,
Bhubaneswar subject to availability.
3. EARNEST MONEY DEPOSIT (EMD)
3.1 The Tender must be accompanied by a sum equivalent to the following which shall
be rounded to the nearest’. 10/-.
Value of the Work EMD
(Tender value)
For works estimated to 2% of the estimated cost of the work.
cost upto Rs.1crore.

VSKP-EL-C-RT-111E Page 16
PSI works between Ambagaon-Jagdalpur on KK line

For works estimated to Rs.2 Lakhs plus ½%(Half percentage)of the excess
cost more than Rs.1crore. of the estimated cost of the work beyond Rs. 1
crore.
3.2 The Tender must be submitted accompanied by a sum equivalent to the amount
mentioned in the tender.
i) Payment of the Earnest Money Deposit of requisite amount through Net
Banking or Payment Gateway only as available on IREPS portal shall be
accepted.
ii) Earnest Money in shape of Bank Guarantee bond, Pay Orders, FDR etc will
not be accepted.
3.3 In case the requisite Earnest Money is not deposited through Net Banking or
Payment Gateway only, the Tender will be rejected.
3.4 Tender without requisite Earnest Money Deposit will not be considered and the
tender will be summarily rejected.
3.5 The Tenderer(s) shall hold the offer open for a minimum period of days as
mentioned in the NIT HEADER of the TENDER DOCUMENT from the scheduled
date of closing of Tender. It is understood that the Tenderer(s) is/are being
permitted to tender in consideration of stipulation on his/their part that after
submitting his/their offer, he/they will not resile from his/their offer or modify the
terms and conditions thereof in a manner not acceptable to the Chief
Administrative Officer(C)/Chief Electrical Engineer(C)/Dy CEE/Con of the
E. Co. Railway. Should the Tenderer(s) fails to observe or comply with the
foregoing stipulations, the amount deposited as Earnest Money for the due
performance of the above stipulation shall be forfeited by the railway. If the Tender
is accepted, the amount of Earnest Money will be retained towards part of Security
Deposit for the due and faithful fulfilment of the contract.
3.6 The Earnest Money of the Unsuccessful Tenderer(s) as here in before provided
will be returned to the Unsuccessful Tenderer(s) but the Railway shall not be
responsible for any loss or depreciation that may happen to the Earnest Money for
the due performance of the stipulation to keep the offer open for the period
specified in the offer or to the Earnest Money while in their possession, nor be
liable to pay interest thereof.
3.7 The Earnest Money deposited by the successful Tenderer(s) will be retained
towards the part of Security Deposit for the due and faithful fulfilment of the
Contract but shall be forfeited if fails to submit the performance guarantee of
stipulated amount within 30 (thirty) days [or extended further up to 60 (Sixty) days
with stipulated interest thereon] after issue of letter of acceptance to that effect, or
fails to commence the work within 15(fifteen) days from issue of letter of
acceptance.
3.8 It is the responsibility of the contractor while submitting FDR along with the
tender as PG to ensure that FDR obtained from the issuing bank are with
automatic renewal facility so that when the FDRs become due for renewal
there will be no need to part with those FDR lodged for safe custody.
Railway administration will not be responsible for loss of interest to the
contractor if he fails to-comply this while submitting FDR along with tender.
4. CARE IN SUBMISSION OF TENDERS:

VSKP-EL-C-RT-111E Page 17
PSI works between Ambagaon-Jagdalpur on KK line

(a)(i) Before submitting a tender, the tenderer will be deemed to have satisfied
himself by actual inspection of the site and locality of the works, that all conditions
liable to be encountered during the execution of the works are taken into account
and that the rates he enters in the tender forms are adequate and all inclusive to
accord with the provisions in Clause-37 of the Standard General Conditions of
Contract for the completion of works to the entire satisfaction of the Engineer.
(ii) Tenderers will examine the various provisions of The Central Goods and
Services Tax Act, 2017(CGST)/Integrated Goods and Services Tax Act,
2017(IGST)/Union Territory Goods and Services Tax Act, 2017(UTGST)/
respective state’s State Goods and Services Tax Act(SGST) also, as notified
by Central/State Govt & as amended from time to time and applicable taxes
before bidding. Tenderers will ensure that full benefit of Input Tax Credit
(ITC) likely to be availed by them is duly considered while quoting rates.
(iii) The successful tenderer who is liable to be registered under
CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details
required under CGST/IGST/UTGST/SGST Act to railway immediately after
the award of contract, without which no payment shall be released to the
contractor. The contractor shall be responsible for deposition of applicable
GST to the concerned authority.
(iv) In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST
from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority.
(b) When work is tendered for by a firm or company of contractors, the tender
shall be signed by the individual legally authorised to enter into commitments on
their behalf.
(c) The Railway will not be bound by any power of attorney granted by the
tenderer or by changes in the composition of the firm made subsequent to the
execution of the contract. It may, however, recognise such power of attorney and
changes after obtaining proper legal advice, the cost of which will be chargeable
to the contractor.
5. DOCUMENTS AND OTHER CONDITIONS
5.1 The submission of offer in the e-tender by a tenderer(s) shall be deemed to imply
and taken as indicating that he has read, understood and abide by the conditions
stated therein and the USSOR 2010 with “Indian Railways Unified Standard
Specifications” (Vol-I & II) 2010 and Indian Railway Standard General Condition of
Contract-2014 including correction slips issued up to the date of closing of tender.
5.2 A certificate may be uploaded along with the offer that the Tenderer(s) has/have
gone through all the conditions of contract and rates, specifications, etc. embodied
in USSOR 2010 with “Indian Railways Unified Standard Specifications” (Vol-I & II)
2010 and Indian Railway Standard General Condition of Contract-2014 with
correction Slips up to the date of closing of the tender.
5.3 The certificates of completion of work and work under progress in support of the
execution of similar type of work mentioned in the tender must be uploaded along
with the offer issued by the concerned authority of any Government/Semi
Government organization under whom the work executed. The certificate should

VSKP-EL-C-RT-111E Page 18
PSI works between Ambagaon-Jagdalpur on KK line

contain name of work, agreement/work order No, value of the work, date of award,
date of completion, total amount paid.
5.4 When work is tendered for by a firm or company of contractors, the tender shall be
signed by the individual legally authorized to enter into commitments on their
behalf.
5.5 If the Tenderer(s) expires after the submission of his/their Tender or after the
acceptance of his/their Tender, the Railway shall deem such Tender
cancelled. If a partner of a Firm expires after submission of their Tender or
after the acceptance of their tender, the Railway shall deem such Tender as
cancelled unless the Firm retains its character legally acceptable.
5.6 If the Tenderer(s) deliberately gives/give wrong information in his/their Tender or
creates/create circumstances for the acceptance of his/their Tender, Railway
reserves the right to reject such tender at any stage.
5.7 The copies of the following documents should be uploaded along with the offer.
(a) List of personnel, organization available on hand and proposed to be
engaged for the subject work.
(b) List of Plant & Machinery available on hand (own) and proposed to be
inducted (own and hired to be given separately) for the subject work.
5.8 The authority for the acceptance of the Tender will rest with the Railway. It shall
not be obligatory on the said authority to accept the lowest tender or any other
tender and no tenderer(s) shall demand any explanation for the cause of rejection
of his/their tender nor the Railway undertake to assign reasons for declining to
consider or reject any particular tender or tenders. The Railways reserve the right
to accept the Tender either for the full quantity of work or part thereof or divide the
works amongst more than one Tender without assigning any reasons for any such
actions.
5.9 Should a Tenderer(s) find discrepancies in or omission from the drawings or any of
the Tender Forms, or should be in doubt as to their meanings, he/they should at
once, notify the authority inviting the Tender who may send a written instructions to
all Tenderer(s). It should be understood that every endeavour has been made to
avoid any error which can naturally effect the basis of the Tender and the
successful Tenderer(s) shall take upon himself/themselves and provide for the risk
of any error which may subsequently be discovered and shall make no subsequent
claim on account thereof.
5.10 The documents submitted by Tenderer(s) online and generated/downloaded by
Railway Authority shall become the property of the Railway and the Railway shall
have no obligation to return the same to the Tenderer(s).
(a) Before submitting a Tender, the Tenderer(s) will be deemed to have
satisfied himself/ themselves by actual inspection of the site and locality of
the work that all conditions liable to be encountered during the execution of
the works are taken into account and that the rates he/they enters/enter in
the Tender Forms are adequate and all inclusive, in accordance to the
provisions in Clause–37 (Pt-II) of the Indian Railway Standard General
Conditions of Contract-2014 as amended and corrected from time to time for
the completion of works to the entire satisfaction of the Engineer-in-charge.
(b) When work is tendered for by a firm or company of contractors, the tender
shall be signed by the individual legally authorized to enter into
commitments on their behalf.

VSKP-EL-C-RT-111E Page 19
PSI works between Ambagaon-Jagdalpur on KK line

(c) The Railway will not be bound by any power of attorney granted by the
tenderer or by changes in the composition of the firm made subsequent to
the execution of the contract. It may, however, recognize such power of
attorney and changes after obtaining proper legal advice, the cost of which
will be chargeable to the contractor.
5.11 The successful Tenderer(s) shall be required to execute an Agreement with the
President of India acting through the East Coast Railway for carrying out the work
according to General Conditions of Contract, Special Conditions/Specifications
annexed to the tender and specifications for work and materials as laid down in
Indian Railways Unified Standard Specifications (volume-I & II)-2010 as
amended/corrected up to the date of closing of tender.
5.12 The Tenderer(s) whose tender is accepted shall appear at the office of the General
Manager/Chief Administrative Officer (Con)/Chief Electrical Engineer
(Con)/Dy. Chief Electrical Engineer (Con), E Co Railway, as the case may be in
person or in case of a Firm or Corporation, a duly authorized representative
thereof shall so appear to execute the Contract documents within 7 days after
receipt of notice issued by Railway that such documents are ready. Failure to do
so shall constitute breach of the Agreement effected by the acceptance of the
Tender in which case the earnest money accompanying the tender shall be
forfeited by the Railway without prejudice to any other rights or remedies.
5.13 In the event of any tenderer whose tender is accepted shall refuse to execute/does
not execute the contract documents as here in before provided, the Railway may
determine that such tenderer(s) has/have abandoned the contract and there upon
his/their tender and acceptance letter thereof shall be treated as cancelled and the
Railway shall be entitled to forfeit the full amount of earnest money and to recover
the damages for such default as per Clause No. 62(pt-II) of Indian Railway
Standard General Conditions of Contract-2014 corrected/amended up to the date
of closing of tenders.
5.14 In case of non-acceptance of a tender by the Railway Administration for any
reason whatsoever, the Tenderer(s) cannot claim for any expenses incurred by
him/them in submitting the Tender for the work or for any other account.
5.15 Where there is any conflict between the instructions to Tenderers, Special
Conditions with stipulation and Conditions in these tender particulars in one hand,
Indian Railway Standard General Conditions of Contract-2014 and Indian Railway
Unified Standard Specifications (Vol-I & II)-2010 with corrections slips issued up to
the date of closing of tender on the other hand, the former shall prevail. Further,
any note appearing under a particular schedule shall prevail over the instruction to
tenderer, special condition, additional special condition and a note under particular
item shall PREVAIL OVER ALL.
5.16 All the works included in the tender/contract shall be completed in all respect
within the time specified in tender document.
5.17 Unusual terms and conditions in offers are liable to be ignored.
5.18 These instructions to the Tenderer(s) shall be deemed to form a part of the tender
document.

*******

VSKP-EL-C-RT-111E Page 20
PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-5

SPECIAL CONDITIONS OF CONTRACT


1. GENERAL:
1.1 Principal items of works to be carried out by the tenderer/contractor are as
noted in the tender document.
1.2 The quantities of works to be carried out by the tenderer/contractor will be as
mentioned in the work order/Agreement.
1.3 The approximate value of the work is specified in the Tender
Notice/Agreement.
1.4 Plans for the works as may be available, may be inspected in the Office of
the concerned Chief Electrical Engineer(Con)/E.Co.Railway/
Chandrasekharpur/ Bhubaneswar or in the office of the concerned Dy. Chief
Electrical Engineer(C)/VSKP.
1.5 (i) The successful tenderer/contractor will have to maintain all works
excepting earth work, supply of ballast and turfing for a period of 12 (Twelve)
Calendar months unless otherwise specified from the certified date of
completion without any extra cost to the Railway.
(ii) In case of P.Way works, the contractor shall maintain the same till six
months from completion of the work or till allowing regular train services on
the track whichever is earlier.
1.6 No Mobilisation, Machinery or any other advances will be allowed for this
work.
1.7 All the works included in the tender/contract shall be completed within the
time specified in the tender/agreement.
1.8 The additional special conditions dealt in the document, Instructions to
Tenderer(s) and the stipulations made in the Schedules of items of works
shall govern the works under this contract, in addition to and/or in part super
session of the USSOR 2010 with “Indian Railways Unified Standard
Specifications” (Vol-I & II) 2010 and Indian Railway Standard General
Conditions of Contract-2014 corrected up to date of closing of tender.
1.9 Where there is any conflict between the Instructions to Tenderer(s),
Additional Special Conditions of Contract and the stipulations contained in the
Schedules of Items quantities and rates on the one hand and the USSOR
2010 with “Indian Railways Unified Standard Specifications” (Vol-I & II)2010
and Indian Railway Standard General Conditions of Contract-2014 corrected
up to date of closing of tender on the other, the former shall prevail.
1.10 Any notes appearing in the Schedule of Quantities and Rates will take
precedence over Additional Special Conditions of Contract and also
GENERAL CONDITIONS OF CONTRACT and STANDARD
SPECIFICATIONS. The Railway will take for granted that Tenderer(s)
has/have acquainted himself/themselves with all terms and words used
in the tender before submitting the tender.

VSKP-EL-C-RT-111E Page 21
PSI works between Ambagaon-Jagdalpur on KK line

1.11 Any specifications/conditions stated by the Tenderer(s) in offer submitted by


him/them along with the tender shall be deemed to be a part of the contract
only to such an extent as has been expressly accepted by the Railway.
1.12 All measurements, methods of measurements, meaning and item of
specifications and interpretation of Special Conditions of Contract given and
made by the Railway or by the Engineer on behalf of the Railway shall be
final and binding and shall be considered as “excepted matters” in terms of
Clause 63 of INDIAN RAILWAY STANDARD GENERAL CONDITIONS OF
CONTRACT-2014 corrected up to date of closing of tender.
1.13 Any change in the address of the contractor shall be forthwith intimated in
writing to the Railways. The Railway will not be responsible for any loss or
inconvenience suffered by the contractor on account of his failure to comply
with this.
1.14 The Railway Administration reserves the right to alter the detailed plans and
sections and to carry out minor alterations in the plans resulting in the
corresponding increase/decrease in the quantity of work without being liable
to pay enhanced rates for the work and to allow extra time for completion of
the work.
2. VARIATION IN CONTRACT QUANTITIES:
The procedure detailed below shall be adopted for dealing with variations in
quantities during execution of works contracts:-
2.1 Individual NS items in contracts shall be operated with variation of plus or
minus 25% and payment would be made as per the agreement rate. For this
no finance concurrence would be required.
2.2 In case of increase in quantity of an individual item by more than 25% of the
agreement quantity is considered unavoidable, the same shall be got
executed by floating a fresh tender. If floating a fresh tender for operating that
item is considered not practicable, quantity of that item may be operated in
excess of 125% of the agreement quantity subject to the following conditions.
(a) Operation of an item by more than 125% but up to 150% of the agreement
quantity needs the approval of an officer of the rank not less than S.A.Grade
or Higher Grade without finance concurrence. (Ref: Rly. Board’s Lr. No.
2007/CE-I/CT/18/Pt. XII dtd. 08.07.2016)
(i) Quantities operated in excess of 125% but upto 140% of the
agreement quantity of the concerned item, shall be paid at 98% of the
rate awarded for that item in that particular tender.
(ii) Quantities operated in excess of 140% but up to 150% of the
agreement quantity of the concerned item shall be paid at 96% of the
rate awarded for that item in that particular tender.
(iii) Variation in quantities of individual items beyond 150% will be
prohibited and would be permitted only in exceptional unavoidable
circumstances with the concurrence of associate finance and shall be
paid at 96% of the rate awarded for that item in that particular tender.
(b) The variation in quantities as per the above formula will apply only to the
individual items of the contract and not on the overall contract value.

VSKP-EL-C-RT-111E Page 22
PSI works between Ambagaon-Jagdalpur on KK line

(c) Execution of quantities beyond 150% of the overall agreemental value should
not be permitted and, if found necessary should be only through fresh tenders
or by negotiating with existing contractor, with prior personal concurrence of
FA&CAO/FA&CAO(C) and approval of General Manager.
2.3 In cases where decrease is involved during execution of contract:
a) The contract signing authority can decrease the items upto 25% of
individual item without finance concurrence.
b) For decrease beyond 25% for individual items or 25% of contract
agreement value, the approval of an officer not less than rank of
S.A.Grade may be taken, after obtaining ‘No Claim Certificate’ from the
contractor and with prior finance concurrence giving detailed reasons for
each such decrease in the quantities.
c) It should be certified that the work proposed to be reduced will not be
required in the same work.
2.4 The limit for varying quantities for minor value items shall be 100% (as
against 25% prescribed for other items). A minor value item for this purpose
is defined as an item whose original agreement value is less than 1% of the
total original agreement value.
2.5 No such quantity variation limit shall apply for foundation items.
2.6 As far as SOR items are concerned, the limit of 25% would apply to the value
of SOR schedule as a whole and not on individual SOR items. However, in
case of NS items, the limit of 25% would apply on the individual items
irrespective of the manner of quoting the rates (single percentage rate or
individual item rate).
2.7 For the tenders accepted at Zonal Railways level, variations in the quantities
will be approved by the authority in whose powers revised value of the
agreement lies.
2.8 For tenders accepted by General Manager, variation up to 125% of the
original agreement value may be accepted by General Manager.
2.9 For tenders accepted by Board Members and Railway Ministers variations up
to 110% of the original agreement value may be accepted by General
Manager.
2.10 The aspect of vitiation of tender with respect to variation in quantities should
be checked and avoided. As a result of variations, a contract value shall be
considered “vitiated” only when, the following percentage variation in contract
value between tenderers are noticed to have been exceeded.
SN Value of contract Percentage difference between
present Contractor and new L-1 as a
result of variation (percentage shall be
calculated with base as the revised
contract quantities multiplied by the
rates of the present contractor)
1 Small value contracts (Tender 10
Value less than Rs. 50 lakh)
2 Other than small value 5
contracts (Tender Value equal

VSKP-EL-C-RT-111E Page 23
PSI works between Ambagaon-Jagdalpur on KK line

to or more than Rs. 50 lakh)

2.10.1 When the percentage difference between present contractor and new L-1 is
noticed as becoming beyond the values specified above, the following action
shall be taken.

The Railway administration should immediately examine whether it is


practicable to bring in a new agency to carry out the extra quantity of work
keeping in view the progress of the work in accordance with the original
contract and the nature and lay-out of the work. If it is found that there will be
no serious practical difficulty in meeting the additional quantity of work done
by another agency, then fresh tenders for the extra quantity may be invited
otherwise negotiating the rate with the existing contractor for arriving at a
reasonable rate for the additional quantities of work, may be adopted.

2.10.2 The above shall be regulated as under:-

a) The case shall be decided by the tender accepting authority (competent for
the revised quantity) and shall not be treated as a case of single tender. The
provisions of Railway Board letter No.2007/CE-I/CT/18/Pt.XII Dt.31.12.2010
hereby gets supersede.

b) These instructions will be similarly applicable to earning contracts with H-


1: H-2 substituted for L-1, L-2 and so on.

c) Executives while executing the work shall make all efforts to ensure that
no vitiation takes place in normal circumstances. Vitiation should be an
exception rather than a routine affair. Efforts should be made to invite bids
on the basis of percentage above/below/at par.

d) Vitiation should always be computed with respect to the items, rates,


quantities and conditions as available at the time of Tender Opening and
subsequent changes additions by way of new items will not be counted for
computing vitiation.

2.11 Qualifying/Eligibility criteria of eligible tenderers has to be deliberated


for comparison of the cost of work during variation for checking of
vitiation.
3 AGREEMENT:
3.1 All expenses in drawing up the agreement and the cost of stamp duty, if any,
shall be borne by the Railway Administration.
3.2 Should the successful Tenderer/Contractor on the list of approved contractor
have a relative or relatives or in the case of firm or company or contractors
one or more of its shareholders or a relatives of the shareholder(s) employed
in the gazetted capacity in the Engineering Department of the East Coast
Railway, the authority executing the contract shall be informed of the fact at

VSKP-EL-C-RT-111E Page 24
PSI works between Ambagaon-Jagdalpur on KK line

the time of execution of the contract, failing which the contractor may be dis-
qualified, or such facts subsequently comes to light, the contract may be
rescinded in accordance with the provisions in Clause-62 of the Indian
Railway Standard General Conditions of Contract-2014 corrected up to date
of closing of tender.
3.3 Should the successful Tenderer/Contractor find that his relative has/have
obtained an employment in gazetted capacity in the Engineering Department
of the East Coast Railway, subsequent to the execution of the agreement or
in the case of a firm or company of contractors, one or more of its
shareholders or relative or relatives of the shareholder(s) got employed in the
gazetted capacity in the Engineering Department of the East Coast Railway,
subsequent to the execution of the agreement, the successful
tenderer/contractor shall inform the authority executing the contract of this
fact, failing which the successful tenderer/contractor may be dis-qualified or if
such fact subsequently come to light, the contract may be rescinded in
accordance with the provision in Clause-62 of the Indian Railway Standard
General Conditions of Contract-2014 corrected up to date of closing of
tender.
3.4 (a) Should a Tenderer/Contractor be a retired Engineer of the Gazetted Rank
or any other Gazetted Officer working before his retirement, whether in the
executive or administrative capacity, or whether holding a pensionable post
or not, in the Engineering Department of any of the Railways owned and
administrated by the President of India for the time being, or should a
tenderer/contractor being partnership firm have as one of its partners retired
Engineer or retired Gazetted Officer as aforesaid, or should a
tenderer/contractor being an incorporated company have any such retired
Engineer or retired Officer as one of its Directors, or should a
tenderer/contractor have in his employment any retired Engineer or retired
Gazetted Officer as aforesaid, the full information as to the date of retirement
of such Engineer or Gazetted Officer from the said service and in case where
such Engineer or officer had not retired from Government service at least
2years prior to the date of submission of the tender as to whether permission
for taking such contract, or if the contractor be a partnership firm or an
incorporated company, to become a partner or Director as the case may be,
or to take the employment under the contractor, has been obtained by the
tenderer or the Engineer or Officer, as the case may be from the President of
India or any officer, duly authorised by him in this behalf, shall be clearly
stated in writing at the time of submitting the tender. Tenders without the
information above referred to or a statement to the effect that no such retired
Engineer or retired Gazetted Officer is so associated with the tenderer, as the
case may be, shall be rejected.
(b) Should a tenderer or contractor being an individual on the list of approved
Contractors, have a relative(s) or in the case of partnership firm or company
of contractors one or more of his shareholder(s) or a relative(s) of the
shareholder(s) employed in gazetted capacity in the Engineering department
of the East Coast Railway, the authority inviting tenders shall be informed of
the fact at the time of submission of tender, failing which the tender may be
disqualified/rejected or if such fact subsequently comes to light, the contract
may be rescinded in accordance with the provision in clause 62 of the Indian

VSKP-EL-C-RT-111E Page 25
PSI works between Ambagaon-Jagdalpur on KK line

Railway Standard General Conditions of Contract-2014 corrected up to date


of closing of tender.
3.5 If it is detected at any stage during the currency of contract/Agreement that
any document produced by the contractor during submission of his/ their
tender related to finalisation of his/their tender and/or during execution of
work is/are found wrong/false, the contract will be terminated with forfeiture of
Earnest Money deposit/Security deposit (as the case may be) without any
further correspondence with the contractor(s).
4. PASSES
4.1 No free Railway passes shall be issued by the Rly. to the contractor or any of
his employee/worker.
5 Partnership deeds, Power of Attorney Etc:
5.1 The tenderer shall clearly specify whether the tender is submitted on his own
or on behalf of a partnership concern. If the tender is submitted on behalf of a
partnership concern, he should submit the certified copy of partnership deed
along with the tender and authorisation to sign the tender documents on
behalf of partnership firm. If these documents are not enclosed alongwith
tender documents, the tender will be treated as having been submitted by
individual signing the tender documents. The Railway will not be bound by
any power of attorney granted by the tenderer or by changes in the
composition of the firm made subsequent to the execution of the contract. It
may, however recognise such power of attorney and changes after obtaining
proper legal advice, the cost of which will be chargeable to the contractor.
5.2 The tenderer whether sole proprietor, a limited company or a partnership firm
if they want to act through agent or individual partner(s) should submit along
with the tender or at a later stage, a power of attorney duly stamped and
authenticated by a Notary Public or by Magistrate in favour of the specific
person whether he/they be partner(s) of the firm or any other person
specifically authorizing him/them to submit the tender, sign the agreement,
receive money, co-ordinate measurements through contractor’s authorised
engineer, witness measurements, sign measurement books, compromise,
settle, relinquish any claim(s) preferred by the firm and sign “No claim
Certificate” and refer all or any disputes to arbitration.
6. DISSOLUTION OF CONTRACTOR’S FIRM:
6.1 If the contractor’s firm is dissolved due to death or retirement of any partner
or for any reasons whatsoever before fully completing the whole work or any
part of it undertaken by the Principal agreement, the partners shall remain
jointly, severally and personally liable to complete the whole work to the
satisfaction of the Railway and to pay compensation for loss sustained, if any,
by the Railway due to such dissolution. The amount of such compensation
shall be decided by the General Manager of the Railway and his decision in
the matter shall be final and binding on the contractor(s).
7. DEPLOYMENT OF PLANT AND MACHINERY:
7.1 The deployment of plant and machinery including moving machines shall be
such as not to infringe or cause damage to Railway track or any other
Government or private properties. Operation of such equipment involving

VSKP-EL-C-RT-111E Page 26
PSI works between Ambagaon-Jagdalpur on KK line

infringement to moving dimensions prescribed in the Hand book of the


Schedule of Dimensions of the Railway shall not be undertaken without the
prior approval of the Engineer-in-charge. For any loss or damage resulting
from violation of this clause the contractor(s) shall be wholly responsible.
7.2 It should clearly be understood that it is entirely the successful
tenderer(s)/contractor(s) responsibility and liability to find, procure and use all
machinery, tools and plants and their spare parts that are required for
efficient and methodical execution of the work. Delay in procurement of such
items due to their non-availability or import difficulties or any other cause
whatsoever, will not be taken as an excuse for slow progress or non-
performance of the work.
8. HIRING OF RAILWAYS PLANT & MACHINERY:
8.1 The Railway Administration may have at their disposals for hire to successful
tenderers / contractors a certain number of such plant as concrete mixtures,
compressors and portable engines for use during execution of the work, but it
does not guarantee hiring of any such machines or will any claim or
compensation be entertained due to Railway Administration’s inability to
supply the machinery and plant or the conditions of the machinery and/or
plant supplied by the Railway Administration shall not be taken as an excuse
for slow progress or for non-performance of the work.
8.2 The Railway Administration shall charge the successful tenderer/contractor
for hire of machinery and plant supplied to him/them. The rate of hire
charges for the plant and machinery given by the Railway will be calculated
on the following basis:-
(a) The cost of plant and machinery for the purpose of calculating the
hire charges shall be its present day market value as on 1st April of
the financial year in which the plant is given on hire plus 5% freight
and 2% incidental charges to which supervision charges at 12.1/2 %
on the total cost will be added.
(b) The hire charge per annum will be calculated at the following rates on
the cost of the plant and machinery as per (a) above:
I) Interest at the ruling rate of dividend payable by the Railway to the
Central Government.
II) Ordinary repairs and maintenance charges @ 5%.
III) Special repairs and maintenance charges @ 10%.
IV) Depreciation charges at the rates mentioned in para 3505 of the
I.R.W. & W. Manual (i.e. 16% for light, 10% for heavy and 6% for
special type plant and machinery as classified in para 3502 of
I.R.W.W.M.
V) An additional 10% on the total of (I) to (IV) above to meet the
contingencies.
(c) The hire charges per day shall be arrived at by dividing the annual
hire charges vide (b) above by 250. These hire charges will be
payable from the day the plant is handed over to the hirer, to the day,
it is returned by him to the Railway’s representative. If the plant
remains out of order for reasons, beyond the control of the hirer or is
sent for periodical overhaul such periods will not be counted for levy

VSKP-EL-C-RT-111E Page 27
PSI works between Ambagaon-Jagdalpur on KK line

of hire charges, provided a certificate to the effect is given by the


Engineer.
The plant will be delivered from the Railway’s godown/stores depot
and the contractor is to make his own arrangement for transporting
the same at work site free of charges and will return at the same
Railway’s godown/stores depot at his expenses.
(d) In case the contract is spread over a period of more than one year,
the hire charges of the plant and machinery as arrived at on the
above basis shall be operative during the currency of the contract.
8.3 The Railway shall reserve to itself the right to recall any plant/machinery
without assigning any reasons by giving or at any time without notice in the
event of its being required by the Railway for an unforeseen emergency. In
either case, the Railway shall not be liable to pay any compensation to hirer
for the loss that may be caused by the withdrawal of the plant.
8.4 While the machine(s) is/are in the possession of the contractor(s), he/they
shall be responsible for seeing that any inspection certificate of license
required under any Government Act is obtained in due time. The contractor
shall also be responsible for seeing that all required precautions are observed
in using the plants as well, and he shall be responsible for any accident which
may occur from the use of the plant.
8.5 In case of lifting heavy consignments by cranes in connection with the work,
charges for Railway cranes used will be levied against the successful
Tenderer/Contractor as per the extant rules of the Railways.
8.6 The materials of the successful Tenderer/Contractor required for the
execution of the work will have to be carried at the public rate of Railway
freight and no concessional rate of Railway freight will be applicable. If called
upon to do so the successful Tenderer/Contractor will be bound to state the
source of supply of the materials to be used by him on the works. No. R.M.C.
Notes or priority certificates will be issued for the carriage of tools, plant or
any other materials belonging to the successful Tenderer/Contractor.
9. ISSUE OF MATERIALS:
9.1 If materials outside the contract are supplied for use on a work on the
application of a contractor, the Engineer-in-charge of the work should specify
in each case the rate to be charged, which should be the market rate
prevailing at the time of supply or the issue rate whichever is higher,. Plus
departmental charges which shall be computed as below:-Market rate or
issue rate whichever is higher, plus freight 5%, incidental charges 2% and
12.1/2 % departmental charges to cover the cost of Supervision, Storage and
interest on outlay.
9.2 (I): In case, cement and/or steel and/or other materials stipulated as per
agreement are issued to the contractor(s) either free of cost or on cost to be
recovered for use on the work, the supply thereof shall be made in stages
limited to the quantity/ qualities computed by the Railway according to the
prescribed specifications and approved drawing as per the agreement. The
cement and/or Steel and/or other materials issued in excess of the
requirement(s) as above, shall be returned in perfectly good condition by the

VSKP-EL-C-RT-111E Page 28
PSI works between Ambagaon-Jagdalpur on KK line

contractor to the Railway immediately after completion or determination of the


contract. If the contractor fails to return the said stores, then the cost of
cement and/or steel and/or other materials issued in excess of the
requirement as computed by the Railway according to the specifications and
approved drawings, will be recovered from the contractor(s) at twice the
prevailing procurement cost at the time of last issued, viz. 2X (purchase price
+ 5% freight only).
If it is discovered that the quantity of cement and/or Steel and/or other
materials used is less than the quantity ascertained as herein before
provided, the cost of the cement and/or Steel and/or other materials not so
used shall be recovered from the contractor(s) on the basis of the above
stipulated formula.
The contractor shall not be entitled to cartage and incidental charges for
returning the surplus materials issued as per contract or outside the contract
on application, from and to the Stores where from they are issued. No lead
will be paid for returning the empty cement bags.
(II): The provisions of the fore-going sub-clause shall in addition to cement
and other materials apply in the case of steel reinforcement or structural steel
section, except that the theoretical quantity of steel shall be taken as the
quantity required as per design or as authorised by the Engineer-in-Charge
including authorised laps.
9.3 The materials issued to contractor but remaining unused and in perfectly
good condition at the time of completion or determination of the contract shall
be returned to the Engineer-in-Charge at a place where directed by him.
9.4 In case the contractor fails to return the unused or excess materials supplied
outside the contract as per para 9.1 above, over the requirement as
calculated, the cost as arrived at in para 9.1 above, increased by 100% will
be charged and recovered from the contractor’s dues without prejudice the
provision of the relevant conditions regarding return of materials governing
the contract.
10. STORAGE OF RAILWAY MATERIALS:
10.1 The Contractor shall make his own arrangements at the site of work for the
safe storage and custody of Railway material issued to him. Such Railway
materials issued to the Contractor and stored at the site of work shall be
opened for inspection by the Engineer-in-charge or his representative at any
time.
10.2 Contractor’s sheds, stores, camp office, yard etc., for stacking Railway
materials shall be located in the Railway premises only at the locations
approved by the Engineer-in-charge. The land available will be given on
standard charge fixed by the Railway for the period of construction only. On
completion of work, he shall leave the site free of all structures, debris etc.
non-compliance of same the Engineer-at-site will decide the amount to be
deducted from payment due to the contractor(s) and this shall be final &
binding on the contractor(s).
11. OCCUPATION AND USE OF LAND:

VSKP-EL-C-RT-111E Page 29
PSI works between Ambagaon-Jagdalpur on KK line

No land belonging to or in the possession of the Railway shall be occupied by


the Contractor without the permission of the Railway. The Contractor shall not
use, or allow to be used, the site for any purposes other than that of
executing the works. Whenever Non-Railway bodies/persons are permitted to
use Railway premises with competent authority’s approval. Conservancy
charges as applicable from time to time may be levied.
12. FORCE MAJEURE CLAUSE:
Applicable as per Clause 17 of Part-II of Indian Railway Standard General
Conditions of Contract-2014 corrected up to date of closing of tender.
13. NIGHT WORK:
13.1 No work shall be carried out between sunset and sunrise without previous
permission of Engineer-in-charge.
13.2 If the Engineer-in-charge is satisfied that the work is not likely to be
completed in time except by resorting to night work, he may order the
Contractor(s) to carry out the works even at night without conferring any right
on the contractor for claiming any extra payment for the same. All
arrangements in this connection shall be made by the Contractor at his own
cost.
14. SERVICE ROADS:
14.1 No new facilities such as roads, level crossing, etc. other than those already
in existence will be made available to the tenderer(s)/Contractor(s).
14.2 The successful tenderer(s)/Contractor(s) shall make his own arrangements at
his own cost for the construction of service roads within the Railway land for
the transport of materials. No separate payment shall be admissible to the
Successful Tenderer(s)/Contractor(s) for the construction of such road or its
repairs and maintenance. The Successful Tenderer(s)/Contractor(s) shall
make his own arrangement at his own cost for the construction of any Service
Roads outside the Railway land or for the use of any of the existing roads
outside the Railway land, required for the transport of materials for the
construction of such roads, its repair or maintenance and the successful
tenderer(s)/Contractor(s) shall be responsible for payment of road taxes, toll
charges, octroi duty, etc. if any. The Railway will have right to use the service
roads at all times without any payment to the successful
Tenderer(s)/Contractor(s).
14.3 Existing roads or water courses shall not be blocked, cut through, altered,
diverted or obstructed in any way by the Contractor, except with the
permission of the Engineer, All compensations claimed for any unauthorised
closure, cutting through, alteration, diversion or obstruction to such roads or
water courses by the Contractor or his agent or his staff shall be recoverable
from the Contractor by deduction from any sums which may become due to
him in terms of contract, or otherwise according to law.
15. WATER SUPPLY:
15.1 Water required for all the works shall be arranged by the contractor at his
own cost. No arrangements will be made by the Railway Administration for
supplying water to the Contractor either for drinking purpose or execution of
work free of cost. Rate quoted shall include the cost of arranging water

VSKP-EL-C-RT-111E Page 30
PSI works between Ambagaon-Jagdalpur on KK line

supply and no separate payment will be made to the contractor on account of


water charges.
15.2 The Railway may supply if any surplus water available from its own sources
to the Contractor part or whole of the quantity of the water required for the
execution of works from the Railway’s existing water supply system at or near
the site of works on specified terms and conditions and at such charges as
shall be determined by the Railway and payable by the Contractor, provided
that the Contractor shall arrange, at his own expense, to effect the
connections and lay additional pipe lines and accessories on the site and that
the Contractor shall not be entitled to any compensation for interruption or
failure of the water supply.
16. ELECTRICITY:
16.1 Any electric supply required at site for whatsoever purpose shall be arranged
by the Contractor/s. The contractor/s shall be responsible for the
arrangements for obtaining electric supply at his/their own cost and rates
quoted shall include the cost of providing electric supply arrangements
required for the work.
16.2 The Railway may supply to the Contractor part or whole of the electric power
wherever available and possible, required for execution of works from the
Railway’s existing electric supply systems at or near the site of works on
specified terms and conditions and such charges as shall be determined by
the Railway and payable by the Contractor provided the cost of arranging
necessary connections to the Railway’s Electric Supply systems, and laying
of underground/overhead conductor, circuit protection, electric power meters,
transmission structure, shall be borne by the Contractor and that the
Contractor shall not be entitled to any compensation for interruption or failure
of the Electric supply system.
16.3 If required by Contractor/s, the Railway administration may give required
assistance in recommending to State Electricity Board for giving necessary
electric connection to the Contractor for execution of works.
17. LOSS OF WORK ORDERS:
17.1 If the original work order issued to the contractor is lost by him for any reason
whatsoever and the Contractor demands for supply of a duplicate of the
same, a penal levy of Rs. 10/- (ten only) for each work order shall be imposed
on him for the issue of a duplicate copy.
18. ROYALTY FOR MATERIALS COLLECTED FROM UNDER RAILWAY
LAND:
18.1 If and when the contractor quarries and/or collects materials from or from
under Railway land for the purpose of supply of materials and or of work
under an agreement based on special rates obtained for various items of
work or supplies, he shall be liable to pay to the Railway a royalty at the flat
rates hereinafter set out. Such royalty shall be recovered by deduction from
the contractor’s bill for the supply of materials and or work done under this
agreement or from any other sums due to him from the Railway, at the rate
prescribed by the State Government authorities and in force during the period
the contract is current.

VSKP-EL-C-RT-111E Page 31
PSI works between Ambagaon-Jagdalpur on KK line

18.2 In case of contracts entered into at specified percentage on Schedule of


Rates 1992/USS0R-2010, Volume-I, the royalty rate as fixed in the preceding
para for materials extracted from Railway land will be subjected to tender
increase or decrease and will be calculated as under:
Gross value payable as per Schedule of Rates 1992/USSR-2010: X
Royalty leviable as per above :Y
Tender premium :Z
Net payment : (X-Y) + (X-Y) Z
18.3 Stores and other materials obtained from the dismantling of any structures
within the Railway land and used as building stone pitching or breaking into
ballast and stone chips etc., may be used by the successful
Tenderer/Contractor on payment of appropriate rate as per Schedule of
Rates increased/decreased by the Tender percentage accepted for
miscellaneous works, treating the materials as belonging to the Railway.
19. Employment of Graduate Engineers/Diploma Holders by Contractor:
The contractor shall be responsible to ensure compliance with the provision
of the Apprentices Act, 1961 and the Rules and Orders issued from time to
time in respect of Apprentices directly or through petty Contractors or Sub-
Contractors employed by him for the purpose of carrying out the Contract. If
the Contractor directly or through Petty Contractors or Sub-Contractors fails
to do so, his failure will be a breach of the Contract and the Railway may in its
discretion, rescind the contract. The Contractor shall also be liable for any
pecuniary liability arising on account of any violation of the provision of the
Act.
NOTE: The Contractors are required to engage apprentices when the
work(s) is/are undertaken by them last for a period of one year or more
and/or the cost of work is Rs. One lakh or more.
Provision of Efficient and Competent Staff at work sites by the
Contractor as per Clause 26 of IRSGCC-2014.
19.1 The Contractor shall place and keep on the works at all times efficient and
competent staff to give the necessary directions to his workmen and to see
that they execute their work in sound and proper manner and shall employ
only such supervisors, workmen and labourers in or about the execution of
any of these works as are careful and skilled in the various trades.
19.2 The Contractor shall at once remove from the works any agents, permitted
sub-contractor, supervisor, workman or labourer who shall be objected to by
the Engineer and if and whenever required by the Engineer, he shall submit a
correct return showing the names of all staff and workmen employed by him.
19.3 In the event of the Engineer being of the opinion that the Contractor is not
employing on the works a sufficient number of staff and workmen as is
necessary for the proper completion of the works within the time prescribed,
the Contractor shall forthwith on receiving intimation to this effect deploy the
additional number of staff and labour specified by the Engineer within seven
days of being so required and failure on the part of the Contractor to comply

VSKP-EL-C-RT-111E Page 32
PSI works between Ambagaon-Jagdalpur on KK line

with such instructions will entitle the Railway to rescind the contract under
Clause 62 of these conditions.
19A Deployment of Qualified Engineers at work sites by the Contractor as
per Clause 26A of IRSGCC-2014.
19A.1 The contractor shall also employ Qualified Graduate Engineer or Qualified
Diploma Holder Engineer, based on value of contract, as may be prescribed
by the Ministry of Railways through separate instructions from time to time.
19A.2 In case the contractor fails to employ the Engineer, as aforesaid in Para
19A.1, he shall be liable to pay penalty at the rates, as may be prescribed by
the Ministry of Railways through separate instructions from time to time for
the default period for the provisions, as contained in Para 19A.1.
19A.3 No. of qualified engineers required to be deployed by the Contractor for
various activities contained in the works contract shall be specified in the
tender documents as ‘special condition of contract’ by the tender inviting
authority.
NOTE:
1. Contractor shall also employ following Qualified Engineers during execution
of the allotted work :
(a) One Qualified Graduate Engineer when cost of work to be executed is
Rs.200 lakh/Rs.2.0 Crore and above, and
(b) One Qualified Diploma Holder Engineer when cost of work to be
executed is more than Rs.25 lakh, but less than Rs.200 lakh/Rs.2.0
Crore.
2. Further, in case the contractor fails to employ the Qualified Engineer, as
aforesaid in para 1 above, he, in terms of provisions of Clause 19A.2 (i.e
26A.2 to the Indian Railway Standard General Conditions of Contract), shall
be liable to pay an amount of Rs.40, 000 and Rs.25, 000 for each month
or part thereof for the default period for the provisions, as contained in Para
1(a) and 1(b) of NOTE above respectively.
3. Provision for deployment of Qualified Engineers (Graduate Engineer or
Diploma Holder Engineer) shall be for the values as prescribed above.
However, for the works contract tenders, if it is considered appropriate by the
tender inviting authority, not to have the services of qualified engineer, the
same shall be so mentioned in the tender documents by the concerned
Executive with the approval of Officer not below the level of SAG Officer, for
reasons to be recorded in writing.

4. For track related contractual works of values as specified above individuals


having Diploma in Railway Engineering awarded by IPWE (India) shall also
be considered as qualified Diploma Holder Engineers and Contractors for
track contract works can employ such individuals at their work site on Indian
Railways. (Ref: Railway Board letter No. 2012/CE-I/CT/0/20 dtd. 12.07.2013).

20. EMPLOYMENT OF RAILWAY’S SURPLUS LABOUR BY CONTRACTOR:


20.1 The contractor may be required to engage surplus / retrenched casual labour
of the E. Co.Rly if found suitable up to the extent of twenty persons for each
lakh or part of the value of the contract during the currency of contract. The

VSKP-EL-C-RT-111E Page 33
PSI works between Ambagaon-Jagdalpur on KK line

terms of the employment between such labour and the contractor may be on
mutual agreed forms, subject to the statutory provisions contained in the
labour regulations and enactments. The contractor shall indemnify the
Railway against any claims arising out of employment of such labour and the
Railway shall not be a party to any disputes etc., arising out of the
employment of such labour by the contractor.
20.2 The contractor shall engage local labour for unskilled work as far as possible
and practicable. The Bonded Labour System (Abolition) ordinance 1975 and
modifications there in from time to time apply to the present contract. The
contractor shall duly observe the provision there of.
21. COMPLIANCE TO THE PROVISIONS OF DIFFERENT ACTS:
The contractor shall comply with the provision of
i) Minimum Wages Act 1948.
ii) Apprentices Act 1961.
iii) Payment and Wages Act 1936.
iv) Contract Labour (Regulation and Abolition) Act 1970.
v) Contract Labour (Regulation and Abolition) Central Rules 1971.
vi) Provisions of Employees Provident Fund & Miscellaneous
Provisions Act, 1952.
vii) Workmen’s Compensation Act.
viii) Mines Act-1952.
ix) The building and other construction workers Act -1996.
x) The building and other construction workers welfare con Act-1996.
And the rules and orders issued from time to time for all the above acts.
22. PRICE VARIATION CLAUSE (PVC)
Applicability of Price Variation Clause is as mentioned in Top Sheet.

23. DAMAGES BY ACCIDENTS/FLOODS/RAINS/CYCLONES, ETC.


23.1 The Contractor(s) shall take all precautions against damages from accidents,
floods or tides etc. No compensation shall be allowed to the contractor for his
tools, plants, materials, machines and other equipments lost or damaged by
any cause whatsoever. The Contractor(s) shall make good the damages to
any structure, plant or materials of every description belonging to the Railway
Administration, lost or damaged by any cause during the course of
construction work.
23.2 The Railway Administration will not be liable to pay the contractor any
charges for rectification or repairs which may have occurred from any cause
whatsoever, to any part of the new structures during currency of contract.
24. SETTING OUT OF WORKS:
24.1 The contractor shall be responsible for the correct setting out of all works in
relation to original points, lines and levels of reference at his cost. The
Contractor shall execute the work true to alignment, grade, levels and
dimensions as shown in the drawing and as directed by the Engineer’s

VSKP-EL-C-RT-111E Page 34
PSI works between Ambagaon-Jagdalpur on KK line

representative and shall check these at frequent intervals. The Contractor


shall provide all facilities like labour and instruments and shall cooperate with
the Engineer’s representative to check all alignments, grades, levels and
dimensions. If, at any time, during the progress of the works any error shall
appear or arise in any part of the work, the Contractor, on being required so
to do by the Engineer’s representative shall, at his own cost rectify such
errors, to the satisfaction of the Engineer’s representative. Such checking
shall not absolve the Contractor of his own responsibility of maintaining
accuracy in the work. The Contractor shall carefully protect and preserve all
bench marks, sight rails, pegs and other things used in setting out the work.
25. MAINTENANCE PERIOD:
25.1 The maintenance period in terms of Clause 47 & 48 of the INDIAN RAILWAY
STANDARD GENERAL CONDITIONS OF CONTRACT-2014 corrected up to
date of closing of tender shall be Twelve months from the date of issue of
completion certificate for all works except earth work and supply of ballast.
26. ANTILARVAL WORK:
26.1 During execution of the works against this contract the Contractor(s) shall be
responsible for antilarval work at his/their own cost.
27. NON-ITEMIZED WORKS:
27.1 Where item not covered by the schedules are to be executed, the rates for
such non-itemised works shall be negotiated before commencement of such
work or to be got executed through any other agency by the Railway at the
discretion of the Railway Administration.
28. TIME IS THE ESSENCE OF CONTRACT:
28.1 Time is the essence of contract. All the works are required to be completed
in all respects as stipulated by the Railway within the completion date.
Progress shall be maintained strictly in accordance with the programme given
by the Contractor and accepted by the Engineer-in-charge from time to time
as per the programme chart as per (BAR/CE/PERT chart) as will be finalised.
28.2 Failure on the part of the contractor to complete the works in the date
stipulated in the Agreement for completion of respective works will entitle the
Railway Administration to impose penalty on the contractor in terms of Indian
Railway Standard General Conditions of Contract-2014, as given in Part-I & II
together with its correction slips issued up to the date of opening of tender.
28.3 If the work is terminated during execution of the work, in accordance with the
prescribed conditions of Clause-61 and/or 62 of General Conditions and any
other relevant Clause appearing in the Indian Railway Standard General
Conditions of Contract-2014 with the correction slips issued upto the date of
closing of tender, the Railway Administration reserves the right to invite fresh
tenders for the whole or any portion of the work.
29. INCENTIVE BONUS PAYMENT CLAUSE FOR WORKS RELATING TO
THROUGHPUT ENHANCEMENT WORKS COMING UNDER PLAN HEADS
“DOUBLING” and “TRAFFIC FACILITIES”.
(i) The incentive bonus payable shall not be more than 1% of the initial
contract value or revised contract value whichever is less for every one

VSKP-EL-C-RT-111E Page 35
PSI works between Ambagaon-Jagdalpur on KK line

month of early completion ahead of the original completion period or revised


completion period whichever is less.
(ii) The maximum incentive payable shall not be more than 6% of the original
contract value or revised contract value whichever is less.
(iii) This incentive scheme shall not apply if extension to the original
completion period is given irrespective of on whose account (Railway’s
account or contractor’s account).
(iv) Period less than a month will not be reckoned for the incentive bonus
calculation.
30. LEAD & LIFT ON CONTRACTOR’S MATERIALS:
30.1 No lead and lift for the contractors materials is payable for the works
executed under this contract or for the materials issued by the Railway mainly
cement, steel, hume pipes, E.W. pipes, etc. unless otherwise specified.
31. ISSUE OF RAILWAY MATERIALS:
31.1 Only cement, steel or any other materials which if the Railway Administration
is under obligation to supply for the specific items as considered necessary
by the Railway Administration for the execution of works will be supplied by
the Railway Administration free of cost. This material will be delivered from
the nearest Railway store depot as directed by the engineer-in-charge and
the contractor is required to make his own arrangements at his own cost for
the carriage of the same to the site of work. This is, however, not applicable
to works being carried out under USSOR 2010 with “Indian Railways Unified
Standard Specifications.” Cement will normally be supplied in bags of
nominal weight of 50 kg the volume of which shall be taken as 1.23 cft for all
calculation purposes.
31.2 In case of free supply of cement in bags by the Railway, the Contractor(s)
is/are required to carry from Railway Depots as stated in Clause-31.1 above
at his/their own cost. The cost of the empty cement bags will be recovered at
the rates fixed by Railway from time to time. Railway reserves the right to
take back empty cement bags if will be required for use.
31.3 For the works carried out under the East coast Railway Unified Standard
Schedule of Rates -2010, the cost of the transportation and handling of
Railway’s materials will be paid to the contractor in accordance with the
actual leads from the Railway’s godown at which the materials are supplied to
the site of work at the appropriate rate of the schedule of rates increased or
decreased by the percentage quoted by the contractor as per terms of SOR.
31.4 The materials referred to above shall be issued to the contractor as per actual
requirements. The contractor/s has/have to return excess materials if any
issued, to the Railway’s store depot in perfectly good condition to the railway
at his/their own cost failing which the cost thereof shall be recovered from
him/them at issue rates plus Railway’s freight, handling, loading, supervision
and other incidental charges at rates fixed by the Railways. To this will have
to be added an increase of 100%.
31.5 If during the course of execution of the work, the District engineer/Dy. Chief
Engineer, in charge of the works consider it necessary to issue Railway
materials in the interest of the Railway work i.e. to supply certain unforeseen

VSKP-EL-C-RT-111E Page 36
PSI works between Ambagaon-Jagdalpur on KK line

materials not readily available in the market, the contractor will be paid at
labour and materials rate and the cost of such materials will be recovered
from the contractor at the market rate or Railway’s issue rate whichever is
higher plus 30.37%.
31.6 The contractor shall arrange GI binding wire for all reinforcement work at his
own cost and the rate quoted by him shall be inclusive of this.
32. CUTTING/UPROOTING OF TREES.
32.1 No extra rate shall be paid for cutting or uprooting trees, grubbing root of
trees or jungle clearance involved in any work under this contract.
32.2 The trees cut by contractor shall be property of the Railway.
32.3 If the section passes through forest land, the contractor or his labour is
prohibited to cut the trees for the purpose of fire wood or for any other
purpose. Cutting of trees as required under the items of works indicated in
the tender schedules may be carried out strictly as directed by the Engineer-
in-Charge of the work. Unauthorised cutting of trees will result in prosecution
and imprisonment. It is the contractor’s responsibility to cause no damage to
the forest growth and any fuel required by the Contractor for his own use or
for the use by his labourers, or for the work shall be arranged by the
Contractor at his own cost. The Contractor shall take this aspect into
consideration while quoting the rates against the tender.
33. BLASTING.
33.1 The contractor has to make his own arrangements to get the necessary
license/permits for storing and use of explosive. The contractor has to make
his own arrangements for procurement of explosive and detonators required
for the work. Wherever a cutting passes through or near OHE Transmission
Line or near the villages, only controlled blasting is to be resorted to as per
schedule. The guidelines for blasting as provided in Indian Railways Unified
Standard Specifications (Works & Materials) Volume –I & II to be followed.
34. SECURITY DEPOSIT:
34.1 The Earnest Money deposited by the successful tenderer/contractor to be
retained towards security deposit for the due fulfilment of the contract in
terms of Clause-16 of the Indian Railway Standard General Conditions of
Contract-2014 but shall be forfeited, if the contractor fails to execute the
agreement within 30 (thirty) days after issue of letter of acceptance to that
effect [or extended further up to 60 (Sixty) days with stipulated interest
thereon] after issue of Acceptance letter to that effect or commence the work
within 15(fifteen) days from the issue of the Acceptance Letter.
34.2 In the event of any tenderer whose tender is accepted shall refuse to
execute/dose not execute the contract documents as here in before provided,
the Railway may determine that such tenderer has abandoned the contract
and there upon his tender and the acceptance there of shall be treated as
cancelled and the Railway shall be entitled to forfeit the full amount of the
earnest money and to recover the damages for such default as per Clause
No. 62 of Indian Railway Standard General Conditions of Contract-2014
corrected upto the date of opening of tender.

VSKP-EL-C-RT-111E Page 37
PSI works between Ambagaon-Jagdalpur on KK line

34.3 Unless otherwise specified in the Special Conditions, if any, the amount of
Security Deposit, rate of recovery, mode of recovery shall be as under.
(a) Security Deposit shall be 5% of the contract value. The Contractor may
deposit the amount in cash with the FA & CAO (Con), E. Co. Railway,
Chandrasekharpur, Bhubaneswar or recovery @ 10% may be made from
running bills of the contract.
(b) The rate of recovery shall be at the rate of 10% of the bill amount till the
full security deposit is recovered.
(c) Security Deposits will be recovered only from the running bills of the
contract and no other mode of collecting SD such as SD in the form of
instruments like BG, FD etc. shall be accepted towards Security Deposit.
(d) In case of contracts of value Rs. 50 crore and above, irrevocable Bank
Guarantee shall also be accepted as a mode of obtaining security deposit.
34.4 (i) Security Deposit shall be returned to the contractor after the expiry of the
maintenance period and after passing the final bill based on “No Claim
Certificate” from the contractor, based on the certificate of the Competent
Authority. The certificate, inter-alia, should mention that the work has been
completed in all respects and that all the contractual obligations have been
fulfilled by the contractor(s) and that there is no due from the contractor to
Railways against the contract concerned. Before releasing the Security
Deposit, an unconditional and an unequivocal No Claim Certificate from the
contractor concerned should be obtained.
(ii) After the work is physically completed, security deposit recovered from the
running bills of a contractor shall be returned to him if he so desires, in lieu of
FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by
him.
34.5 No interest will be paid on the said Earnest Money and the Security Deposit
or amounts payable to the contractor under the contract.
35. RENEWAL OF DEPOSITS BY CONTRACTORS:
35.1 In the case of tenderer(s)/Contractor(s) depositing Earnest Money in the
shape of deposit receipt, it shall be the responsibility of the
Tenderer(s)/contractor(s) for renewal and revalidation of the currency period
of the deposit receipt as required before the expiry of the currency periods. If
the Tenderer(s)/Contractor(s) fails to do so, the loss of interest on the deposit
receipt, if any, shall be solely on the Tenderer(s)/Contractor’s account and
the Railway shall not in any way be liable and responsible for the loss of
interest suffered by the Tenderer(s)/Contractor(s).
36. Performance Guarantee
The procedure for obtaining Performance Guarantee is outlined below:-
a) The successful bidder shall have to submit a Performance Guarantee (PG)
within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA).
Extension of time for submission of PG beyond 30 (thirty) days and upto the
date of submission of PG from the date of issue of LOA may be given by the
Authority who is competent to sign the contract agreement. However, a penal
interest of 15% per annum shall be charged for the delay beyond 30 (thirty)

VSKP-EL-C-RT-111E Page 38
PSI works between Ambagaon-Jagdalpur on KK line

days, i.e. from 31st day after the date of issue of LOA. In case the contractor
fails to submit the requisite PG after 60 days from the date of issue of LOA, a
notice shall be served to the contractor to deposit the PG immediately
(however not exceeding 90 days from the date of issue of LOA). In case the
contractor fails to submit the requisite PG even after 90 days from the date of
issue of LOA, the contract shall be terminated duly forfeiting EMD and other
dues, if any payable against that contract. The failed contractor shall be
debarred from participating in re-tender for that work.
b) The successful bidder shall submit the Performance Guarantee (PG) in any of
the following forms, amounting to 5% of the contract value.
(i) A deposit of Cash,
(ii) Irrevocable Bank Guarantee,
(iii) Government Securities including State Loan Bonds at 5 % below the
market value,
(iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds.
These forms of Performance Guarantee could be either of the State Bank
of India or any of the Nationalised Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by all
Scheduled Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) (viii)Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds; and
(xi) Unit Trust Certificates at 5 % below market value or at the face value
whichever is less.
Also FDR in favour of FA&CAO(Con), East Coast Railway, Bhubaneswar,
(free from any encumbrance) may be accepted.
Note: The instruments as listed above will also be acceptable for Guarantees
in case of Mobilization Advance.
(c) The Performance Guarantee shall be submitted by the successful bidder after
the Letter of Acceptance has been issued, but before signing of the contract
agreement. This P.G. shall be initially valid upto the stipulated date of
completion plus 60 days beyond that. In case, the time for completion of work
gets extended, the contractor shall get the validity of P.G. extended to cover
such extended time for completion of work plus 60 days.
(d) The value of PG to be submitted by the contractor will not change for variation
up to 25% (either increase or decrease). In case during the course of
execution, value of the contract increases by more than 25% of the original
contract value, an additional Performance Guarantee amounting to 5% (five
percent) for the excess value over the original contract value shall be
deposited by the contractor.
On the other hand, if the value of contract decreases by more than 25% of
the original contract value, Performance Guarantee amounting to 5% (five
percent) of the decrease in the contract value shall be returned to the
contractor. The PG amount in excess of required PG for decreased contract
value, available with Railways shall be returned to contractor as per the

VSKP-EL-C-RT-111E Page 39
PSI works between Ambagaon-Jagdalpur on KK line

request duly safe guarding the interest of Railways. (Ref: Rly. Board’s Lr. No.
2016/CE-I/CT/1/PG dt. 27.06.2016)
(e) The Performance Guarantee (PG) shall be released after the physical
completion of the work based on the ‘Completion Certificate’ issued by the
competent authority stating that the contractor has completed the work in all
respects satisfactorily. The Security Deposit shall, however, be released only
after expiry of the maintenance period and after passing the final bill based
on ‘No Claim Certificate’ from the contractor.
(f) Wherever the contract is rescinded, the Security Deposit shall be forfeited and
the Performance Guarantee shall be encashed. The balance work shall be
got done independently without risk and cost of the failed contractor. The
failed contractor shall be debarred from participating in the tender for
executing the balance work. If the failed contractor is a JV or a partnership
firm, then every member/partner of such a firm shall be debarred from
participating in the tender for the balance work in his/her individual capacity
or as a partner of any other JV/partnership firm.
(g) The engineer shall not make a claim under the Performance Guarantee except
for amounts to which the President of India is entitled under the contract (not
withstanding and/or without prejudice to any other provisions in the contract
agreement) in the event of:
(i) Failure by the contractor to extend the validity of the Performance
Guarantee as described herein above, in which event the Engineer
may claim the full amount of the Performance Guarantee.
(ii) Failure by the contractor to pay President of India any amount due,
either as agreed by the contractor or determined under any of the
Clauses/Conditions of the agreement, within 30 days of the service of
notice to this effect by Engineer.
(iii) The contract being determined or rescinded under provision of the
IRSGCC the Performance Guarantee shall be forfeited in full and shall
be absolutely at the disposal of the President of India.
(h) Specimen copy of standard BG format is given in the annexed
document.
(i) “Bank Guarantee (BGs) to be submitted by suppliers/contractors should
be sent directly to the concerned authorities by the issuing bank under
Registered post with AD.
37. UTILIZATION OF RAILWAY STONES:
37.1 Notwithstanding the inclusion of some of the rates in the schedules with
contractor’s stones/aggregate, the Contractor(s) shall utilize the Railway’s
usable surplus stones, if available for use as such or by converting them into
aggregate of sizes required. The cost of boulder shall be recovered for one
cubic metre net of such stones as per the prevailing rate of the area or @
Rs. 375/- per cum or as may be decided by the Railway (after deducting 30%
for voids). The Contractor(s) shall collect the boulders from locations within
the limit of contract section wherever they are offered to him within the
section limits. The rate per cubic metre net includes royalty, collection as
required. The rate also includes loading, transportation of cut spoils which

VSKP-EL-C-RT-111E Page 40
PSI works between Ambagaon-Jagdalpur on KK line

has to be done by the Contractors at his/their own risk and cost and the rate
is towards the cost of cut stone available on “as is and where is basis”. The
boulder issued to the Contractor(s) for the above purpose will be used only
for the works of the agreement and shall neither be disposed off nor be used
for any other agreement.
38. REGISTRATION WITH LABOUR DEPARTMENT OF STATE GOVT:
The tenderer for carrying out any construction work in Odisha/Andhra
Pradesh/Chhattisgarh must get themselves registered from the
Registering Officer under Section-7 of the building and other
construction workers (Regulation of Employment and Conditions of
Service) Act 1996 and Rules made thereto. The tenderer shall be
required to submit certificate of Registration issued from the
Registering Officer of the Govt. of Odisha/Andhra Pradesh/Chhattisgarh
(Labour Department). For enactment of this Act, the tenderer shall be
required to pay cess @ 1`% of cost of construction work to be deducted
from each bill. Cost of materials shall be outside the purview of cess,
when supplied under a separate schedule item.
Accountal of Recovery:-
(I) The contractor bill amount shall be debited to concerned work and the
recoverable amount of BOCW Cess @ 1% shall be credited under
Suspense Head-Deposit Misc (BOCW Cess) before arranging
payment to the contractor.
(II) Suspense Head-Deposit misc (BOCW Cess) shall be cleared/debited
at the time of payment to respective BOCW Fund/Board by credit to
the Suspense Head-Cheques & Bills.
39. ASSESSMENT OF ROCK REQUIRING BLASTING:
39.1 Assessment of quantities of rock requiring blasting shall be based on cross
sectional measurements. Where such measurement is found to be difficult,
as in the case of isolated boulder, payment shall be based on stack
measurement of blasted rocks/boulders subject to deduction of 25% volume
towards voids. The classification of soil and certification thereto only to be
done by Dy. Chief Engineer or higher Engineering officials in charge of the
work.
40. APPROVAL OF SAMPLES OF MATERIALS
All materials to be used in the work by the contractor shall be subject to the
prior approval of the Engineer-in-charge of the work. Before using in the
works, the contractor(s) shall submit samples of materials and arrange for the
supplies, for the work only, if the same are approved.
41. IS CODES/IRS’s SPECIFICATIONS.
41.1 Whenever any reference to Code, Specification, Act, etc. is made in the
documents, it shall be taken as a reference to the latest version thereof,
including all amendments and corrections thereto or otherwise specified.
41.2 The Contractor shall not be entitled to any extra payment on any account for
compliance with the various provision of I.S. Specifications and Additional
Special Conditions. The rate indicated in the Schedule shall be deemed to
include all works required to be done in compliance with the specifications.

VSKP-EL-C-RT-111E Page 41
PSI works between Ambagaon-Jagdalpur on KK line

42. PRE-CAUTION TO BE TAKEN WHILE PLYING OF VEHICLES ADJACENT


TO RUNNING LINES TO PREVENT ACCIDENT TO TRAINS.
42.1 Vulnerable locations where construction work adjacent to running line can
cause accident should be protected by suitable strong barrier which should
be included as a paid item in contract schedule. These locations should be
decided by Executive In-charge of the work at the beginning of construction
and intimated to contractor in writing.
42.2 The barrier should be painted by retro-reflective paint at suitable interval to
give warning at night.
42.3 No work adjacent to running track should be carried out at night without
express written authority from the Engineer In-charge of the work. In fact, no
contractor should do any kind of night working unless the Executive Engineer
In-charge of the work gives the specified spots according to priority of work
where night working has to be done. These spots should be well lit at night. In
addition, the work should always; be done under supervision of Railway
supervisors in addition to Contractor’s supervisors. Suitable Railway
personnel should be posted at site with safety equipment’s like banner flags,
hand signal flags, hand signal lamps and detonators to arrange protection of
trains. The Railway supervisors in charge of such work should also give
suitable message to adjacent stations as well as through control for issuing
caution orders to the trains approaching the work site. For this purpose, he
should be equipped with field telephone/walkie talkie set.
42.4 The Contractor shall not allow any road vehicle belonging to him or his
suppliers etc., to ply in railway land next to the running line. If for execution of
certain works viz, earthwork for parallel Railway Line and supply of ballast for
new or existing rail line gauge conversion etc., road vehicles are necessary to
be used in Railway land next to the railway line, the Contractor shall apply to
the Engineer-in –Charge for permission giving the type & No. of individual
vehicles, names and License particulars of the drivers, location, duration &
timings for such work/movement. The Engineer in Charge or his authorised
representative will personally counsel, examine & certify, the road vehicle
drivers, Contractor’s flagmen & supervisor and will give written permission
giving names of road vehicle drivers, Contractor’s flagmen and supervisor to
be deployed on the work, location, period and timing of the work. This
permission will be subject to the following obligatory conditions.
(i) The road vehicles will ply only between sunrise & sunset.
(ii) Nominated vehicles & drivers will be utilised for work in the presence
of at least one flagman & one supervisor certified for such work.
(iii) The vehicles shall ply 6m clear of track. Any movement/work at less
than 6m and up to minimum 3.5m clear of track centre shall be done
only in the presence of railway employee authorised by the Engineer-
in-Charge. No part of the road vehicle will be allowed at less than 3.5m
from track centre. Cost of such railway employee shall be borne by the
Railway.
(iv) The Contractor shall remain fully responsible for ensuring safety & in
case of any accident, shall bear cost of all damages to this equipment
and new and also damages to railway & its passengers.

VSKP-EL-C-RT-111E Page 42
PSI works between Ambagaon-Jagdalpur on KK line

(v) The Contractor shall also be bound by the provisions of this agreement
to ply the road Vehicle only with adequate margin of safety, well clear
of the fixed structure profile of infringement, as stipulated in the rules
made under the Indian Railway’s Act and to seek and be guided by the
Signals and other directions of any look-out men or other personnel
retained for the purpose of ensuring safety, and to ensure extra care
and vigilance while turning, reversing or moving the road Vehicles in
any other manner at an inclination to the running Railway Track or the
siding as the case may be. The Contractor shall employ necessary
look-out; men also at his own cost, irrespective of any other
arrangement that Railway may make in this regard.
(vi) Any breach of these conditions by the Contractor and/or his agents
affecting the safety of movement of Trains, Engines, or other rolling
stock of the Railway shall constitute a breach of Contract by the
Contractor entailing liability with termination of contract for default on
the part of the Contractor.
43. Employee Provident Fund and Miscellaneous Provisions: The contractor
shall comply with the provisions of Para 30 & 36-B of the employees
Provident Fund Scheme, 1952; Para 3 & 4 of employees Pension Scheme,
1995 and Para 7 & 8 of Employees Deposit Linked Incurrence Scheme,
1976; as modified from time to time through enactment of Employees
Provident Fund & Miscellaneous Provisions Act, 1952, wherever applicable
and shall also indemnify the Railway from and against any claims under the
aforesaid Act and the rules.
44. Tenderers are advised not to put their own special conditions
particularly related to specification and nature of work.
However, in tenders of special nature like in-situ flash butt welding, Fusion
welding of by Alumino Thermic process, fabrication & launching of steel
girder, box pushing, epoxy grouting in distressing bridges, sinking of tube well
etc., the condition quoted/clarification sought by the tenderers along with their
offer should not be considered as “Conditional tender/offer”. However, the
same shall be evaluated and considered by the Railway as per the extent
provisions.
45. Use of Patented Items:
i) In case, the agency supplying the patented item is not the contractor to whom
the work is assigned and these items are being procured by the Contractor,
the concerned contractor will obtain prior approval from the Engineer –in-
charge of the work (Min. JA Grade Officer), who will ensure that all design
and safety aspects are taken care of. For any specific requirement
concerning execution, warranty etc., an agreement/MOU is to be entered
between the main contractor and the party supplying the patented items,
clearly bringing out the responsibility of party supplying such patented items.
A copy of such MOU will be furnished to the Engineer-in-charge by the main
contractor to whom work has been assigned by the railway and after the
approval of Engineer-in-charge; such item can be used in work.

VSKP-EL-C-RT-111E Page 43
PSI works between Ambagaon-Jagdalpur on KK line

ii) The agency supplying the patented item shall provide complete
details/specifications/drawings of the items including the manner in which it is
to be used.

iii) During the installation of such patented items, authorized representative of


the firm supplying such patented/propriety items shall be present and after
the execution of work, a certificate to be issued by the firm supplying the
patented item indicating its proper installation. Such certificate will have to be
kept in record by the concerned Engineer-in-charge executing the contract,
before releasing payment for the work done.

46.0 Mode of Payment Through Letter of Credit (LC) as option in works


contract having value of Rs. 10 lakhs and above:-.
46.1. In all works tenders (including all service and maintenance contracts), having
estimated value of Rs. 10 Lakhs and above, the tenderers shall give an
option to take payment from Railways through a letter of Credit (LC)
arrangement. This would be subject to the following:

(i) The tenderer, at the time of bidding itself, shall exercise an option in
writing, in favour of taking payment due against the said tender, through
LC arrangement.
(ii) The option so exercised, shall be an integral part of the tenderer’s offer.
Option once exercised shall be final and no change shall be permitted,
thereafter, during the course of execution of contract.
(iii) The incidental cost towards issue of LC and operation thereof (LC
operating charges, including bank charges for opening of LC) shall be
borne by the contractor.
(iv) The above arrangement should be made a part of the Tender conditions
and contract conditions.
(v) The LC will be a sight LC.
46.2. The Banker for Railways for the ensuing one year, for opening domestic letters
of credit shall be State Bank of India through its branches. The arrangement
would cover all such contracts finalized against tender issued in the said year
and shall extend till final execution of these contracts.
46.3. The schedule of payment liability arising in the contract shall be established by
the Railways based on the prescribed delivery schedule/stages of supply/work,
in consultation with supplier/contractor. The Railway’s Banker should also be
involved in the process to assess value of LC and terms and conditions of LC.
46.4. The LC condition of Railways shall inter-alia provide that Railways will issue a
Document of Authorisation (format enclosed as Annexure-O) on claims
preferred by supplier/contractor, for completed Work/Supply to enable them to
claim the authorized amount from their Banker. The Document of
Authorisation will be issued against each Bill submitted for payment by
supplier/contractor, after exercising laid down checks as per Railways’
Codes and Manuals, in executive and accounts branches. The Accounts

VSKP-EL-C-RT-111E Page 44
PSI works between Ambagaon-Jagdalpur on KK line

Officer responsible for passing the claim will issue the Document of
Authorisation. Issue of Document of Authorisation will be captured in IPAS and
IREPS to ensure that there is no duplicate payment against the said Bill and
also to enable the supplier/contractor to view status of the claim. The Letter of
Credit signed between the bank and Railway should specifically mention that
any excess/wrong payment made by the bank and later detected by the
Railways, will be recovered from the bank.
46.5. The Railways will ensure that Document of Authorisation is generated well
within the time prescribed in para (iv) Railway Board’s letter No. 2017/AC II
(CC)/37/16 dated 27.10.2017 (RBA No. 155/2017). Non issue of Document of
Authorisation must be communicated, with reasons thereof, to concerned
supplier/contractor electronically as envisaged in para v of RBA 155/2017.
46.6. The contractor will present the Document of Authorisation to his/her Banker for
necessary payments as per LC terms and condition. After release of payment
to the contractor, the banker of the contractor will send this Document to the
Railways’ Banker for release of payment to them (Contractor’s Banker). The
Railway’s Banker will reimburse, claim made by Banker of contractor, against
original Document of Authorisation after verifying signatures of authorized
signatory of Railways and Bill of Exchange issued by contractor/supplier.
46.7. The LC charges paid by the Railways for opening and operation of LC shall be
charged to the relevant expenditure head:

Misc.Advance (LC charges paid to bank) Dr.


Misc.Adv GST (IGST/CGST/SGST) Dr.
Cheques & Bills Cr.
The amount of GST paid shall be available for set off against output liability.
46.8. On issue of Document of Authorisation, following accounting entries shall be
made:-
Relevant Expenditure head Dr.
Misc. Adv. Cr
(Clearance of LC charges paid to bank from LC operating charges collected
from party-GST on incidental charges shall be paid by the party on reverse
charge basis)
Sundry Other Earnings. Cr.
(Amount recovered over and above LC charges paid to Bank)
Demands Payable/Misc.Advance Cap.* Cr.
(As the case may be-as per letter of authorization-* Demands payable for
Revenue and Misc. Advance Cap for capital transaction).
An invoice shall be issued against party for collecting the incidental charges
at the time of issue of Document of Authorisation.

46.9. The reimbursement procedure in case of accredited banks selected as


Railways’ banker will be directly debiting the amount to the government

VSKP-EL-C-RT-111E Page 45
PSI works between Ambagaon-Jagdalpur on KK line

account through scrolls. In case of non-accredited banks, the Accounts


Officer concerned while authorizing a non-accredited bank to open LC will
send copy of their letter to RBI/Public Accounts Department/Mumbai and after
verification/checks regarding authorization, RBI/PAD will forward the papers
to RBI/CAS/Nagpur with appropriate instructions for debiting Govt. account
and make reimbursement to the paying bank on demand. After making the
payment, the non-accredited bank authorized to open LC will send
documents and also Accounts Officer’s letter in original to RBI/CAS/Nagpur
for debiting Govt. account and getting reimbursement. After making payment
to the party, the paying bank will also send a copy of the scrolls/documents to
the PAO who issued the authorization for opening of LC (Authority: Ministry of
Finance’s Letter No. 1(13)(6)/2000/TA/338 dated 17.06.2004 circulated vide
Board’s letter no. 2003/AC-II/9/3/ Pt. dated 12.08.2004). A copy of the scroll
will also be sent to Focal Point Branch of the bank for settlement and
reporting as per extant system in vogue. The scroll should contain LCDA no.
on scroll to facilitate reconciliation. Daily MIS thereof shall also be sent to
CRIS.
46.10. On receipt of debit scrolls/documents, the Accounts Office will conduct
necessary checks and debit Demands Payable/Misc. Advance (Cap) by credit
to suspense head 8660-PSB Suspense. This suspense will be cleared by the
Accounts Officer on receipt of the clearance memo from CAS/Nagpur.
46.11. The Railways will get confirmation from their Banker once the payment is
released to contractor’s Banker. Acknowledgement will be placed in Purchase
Order/Contract file and Contractors Ledger and works Register/Purchase
Suspense Ledger will be updated accordingly.
47. Public Procurement (Preference to Make in India), Order-2017:-
Whereas it is the policy of the Government of India to encourage ‘Make in
India’ and promote manufacturing and production of goods and services in
India with a view to enhancing income and employment, and
Whereas procurement by the Government is substantial in amount and can
contribute towards this policy objective, and
Whereas local content can be increased through partnerships, cooperation
with local companies, establishing production units in India or Joint Ventures
(JV) with Indian suppliers, increasing the participation of local employees in
services and training them.
Now therefore the following Order is issued:
47.1. This Order is issued pursuant to Rule 153(iii) of the General
Financial Rules 2017.
47.2. Definitions: For the purposes of this Order:
‘Local Content’ means the amount of value added in India which shall, unless
otherwise prescribed by the Nodal Ministry, be the total value of the item
procured(excluding net domestic indirect taxes) minus the value of imported
content in the item(including all customs duties) as a proportion of the total
value, in percent.

VSKP-EL-C-RT-111E Page 46
PSI works between Ambagaon-Jagdalpur on KK line

‘Local Supplier’ means a supplier or service provider whose product or


service offered for procurement meets the minimum local content as
prescribed under this Order or by the competent Ministries/Departments in
pursuance of this Order.
‘L 1’ means the lowest tender or lowest bid of the lowest quotation received in
a tender, bidding process or other procurement solicitation as adjudged in the
evaluation process as per the tender or other procurement solicitation.
‘margin of purchase preference’ means the maximum extent to which the
price quoted by a local supplier may be above the L 1 for the purpose of
purchase preference.
‘Nodal Ministry’ means the Ministry or Department identified pursuant to this
order in respect of a particular item of goods or services.
‘Procuring entity’ means a Ministry or department or attached or subordinate
office of or autonomous body controlled by, the Government of India and
includes Government companies as defined in the Companies Act.
47.3. Requirement of Purchase Preference: Subject to the provisions of this
Order and to any specific instructions issued by the Nodal Ministry or in
pursuance of this Order, purchase preference shall be given to local suppliers
in all procurements undertaken by procuring entities in the manner specified
hereunder:
a. In procurement of goods in respect of which the Nodal Ministry has
communicated that there is sufficient local capacity and local competition, and
where the estimated value of procurement is Rs. 50 Lakhs or less, only local
suppliers shall be eligible. If the estimated value of procurement of such
goods is more than Rs. 50 Lakhs, the provisions of sub-paragraph b or c, as
the case may be, shall apply.
b. In the procurement of goods which are not covered by paragraph 47-(3a)
and which are divisible in nature, the following procedure shall be followed.
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from
a local supplier, the contract for full quantity will be awarded to L1.
ii. If L1 bid is not from a local supplier, 50% of the order quantity shall be
awarded to L1. Thereafter, the lowest bidder among the local suppliers, will
be invited to match the L1 price for the remaining 50% quantity subject to the
local supplier’s quoted price falling within the margin of purchase preference,
and contract for that quantity shall be awarded to such local supplier subject
to matching the L1 price. In case such lowest eligible local supplier fails to
match the L1 price or accepts less than the offered quantity, the next higher
local supplier within the margin of purchase preference shall be invited to
match the L1 price for remaining quantity and so on, and contract shall be
awarded accordingly. In case some quantity is still left uncovered on local
suppliers, then such balance quantity may also be ordered on the L1 bidder.
c. In procurements of goods not covered by sub-paragraph 47-(3a) and which
are not divisible, and in procurement of services where the bid is evaluated
on price alone, the following procedure shall be followed.
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from
a local supplier, the contract will be awarded to L1.

VSKP-EL-C-RT-111E Page 47
PSI works between Ambagaon-Jagdalpur on KK line

ii. If L1 is not from a local supplier, the lowest bidder among the local
suppliers, will be invited to match the L1 price subject to local supplier’s
quoted price falling within the margin of purchase preference, and the
contract shall be awarded to such local supplier subject to matching the L1
price.
iii. In case such lowest eligible local supplier fails to match the L1 price, the
local supplier with the next higher bid within the margin of purchase
preference shall be invited to match the L1 price and so on and contract shall
be awarded accordingly. In case none of the local suppliers within the margin
of purchase preference matches the L1 price, then the contract may be
awarded to the L1 bidder.
47.4. Exemption of small purchases: Notwithstanding anything contained in
paragraph 47.3. procurements where the estimated value to be procured is
less than Rs. 5 lakhs shall be exempt from this Order. However, it shall be
ensured by procuring entities that procurement is not split for the purpose of
avoiding the provisions of this Order.
47.5. Minimum local content: The minimum local content shall ordinarily be 50%.
The Nodal Ministry may prescribe a higher or lower percentage in respect of
any particular item and may also prescribe the manner of calculation of local
content.
47.6. Margin of Purchase Preference: The margin of purchase preference shall
be 20%.
47.7. Requirement for specification in advance: The minimum local content, the
margin of purchase preference and the procedure for preference to Make in
India shall be specified in the notice inviting tenders or other form of
procurement solicitation and shall not be varied during a particular
procurement transaction.
47.8. Government E-market place: In respect of procurement through the
Government E-market place (GeM) shall, as far as possible, specifically mark
the items which meet the minimum local content while registering the item for
display, and shall, wherever feasible, make provision for automated
comparison with purchase preference and without purchase preference and
for obtaining consent of the local supplier in those cases where purchase
preference is to be exercised.
47.9. Verification of local content:
a. The local supplier at the time of tender, bidding or solicitation shall be
required to provide self-certification that the item offered meets the minimum
local content and shall give details of the location(s) at which the local value
addition is made.
b. In cases of procurement for a value in excess of Rs. 10 crores, the
local supplier shall be required to provide a certificate from the
statutory auditor or cost auditor of the company (in the case of
companies) or from a practicing cost accountant or practicing chartered
accountant (in respect of suppliers other than companies) giving the
percentage of local content.

VSKP-EL-C-RT-111E Page 48
PSI works between Ambagaon-Jagdalpur on KK line

c. Decisions on complaints relating to implementation of this Order shall be


taken by the competent authority which is empowered to look into
procurement-related complaints relating to the procuring entity.
d. Nodal Ministries may constitute committees with internal and external
experts for independent verification of self-declarations and
auditor’s/accountant’s certificates on random basis and in the case of
complaints.
e. Nodal Ministries and procuring entities may prescribe fees for such
complaints.
f. False declarations will be in breach of the Code of Integrity under Rule
175(1)(i)(h) of this General Financial Rules for which a bidder or its
successors can be debarred for up to two years as per Rule 151(iii) of the
General Financial Rules along with such other actions as may be permissible
under law.
g. A supplier who has been debarred by any procuring entity for violation of
this Order shall not be eligible for preference under this Order for
procurement by any other procuring entity for the duration of the debarment.
The debarment for such other procuring entities shall take effect prospectively
from the date on which it comes to the notice of other procurement entities, in
the manner prescribed under paragraph 47.9h below.
h. The Department of Expenditure shall issue suitable instructions for the
effective and smooth operation of this process, so that:
i. The fact and duration of debarment for violation of this Order by any
procuring entity are promptly brought to the notice of the Member-Convenor
of the Standing Committee and the Department of Expenditure through the
concerned Ministry/Department or in some other manner.
ii. On a periodical basis such cases are consolidated and a centralized list or
decentralized lists of such suppliers with the period of debarment is
maintained and displayed on website(s);
iii. in respect of procuring entities other than the one which has carried out
the debarment, the debarment takes effect prospectively from the date of
uploading on the website(s) in the such a manner that ongoing procurements
are not disrupted.
47.10. Specifications in Tenders and other procurement solicitations:
a. Every procuring entity shall ensure that the eligibility conditions in respect
of previous experience fixed in any tender or solicitation do not require proof
of supply in other countries or proof of exports.
b. Procuring entities shall endeavour to see that eligibility conditions,
including on matters like turnover, production capability and financial strength
do not result in unreasonable exclusion of local suppliers who would
otherwise be eligible, beyond what is essential for ensuring quality of
creditworthiness of the supplier.
c. Procuring entities shall, within 2 months of the issue of this Order review all
existing eligibility norms and conditions with reference to sub-paragraphs ‘a’
and ‘b’ above.

VSKP-EL-C-RT-111E Page 49
PSI works between Ambagaon-Jagdalpur on KK line

d. If a Nodal Ministry is satisfied that Indian suppliers of an item are not


allowed to participate and/ or compete in procurement by any foreign
government, it may, if it deems appropriate, restrict or exclude bidders from
that country from eligibility for procurement of that item and/or other items
relating to that Nodal Ministry. A copy of every instruction or decision taken in
this regard shall be sent to the Chairman of the Standing Committee.
e. For the purpose of sub-paragraph 47.10 d above, a supplier or bidder shall
be considered to be from a country if (i) the entity is incorporated in that
country, or (ii) a majority of its shareholding or effective control of the entity is
exercised from that country; or (iii) more that 50% of the value of the item
being supplied has been added in that country. Indian suppliers shall mean
those entities which meet any of these tests with respect to India”.
48. Measurement of Works:-
48 (i)Measurement of Works by Railway: The Contractor shall be paid for the
works at the rates in the accepted schedule of Rates and for extra works at
rates determined under Clause 39 of General Conditions of Contract-2014 on
the measurements taken by the Engineer or the Engineer’s representative in
accordance with the rules prescribed for the purpose by the Railway. The
quantities for items the unit of which in the accepted Schedule of Rates is 100
or 1000 shall be calculated to the nearest whole number, any fraction below
half being dropped and half and above being taken as one; for items the unit
of which in the accepted Schedule of Rates is single, the quantities shall be
calculated to two places of decimals. Such measurements will be taken of the
work in progress from time to time and at such intervals as in the opinion of
the Engineer shall be proper having regard to the progress of works. The date
and time on which ‘on account’ or ‘final’ measurements are to be made shall
be communicated to the contractor who shall be present at the site and shall
sign the results of the measurements(which shall also be signed by the
Engineer or the Engineer’s representative) recorded in the official
measurements book as an acknowledgement of his acceptance of the
accuracy of the measurements, Failing the Contractor’s attendance, the work
may be measured up in his absence and such measurements shall,
notwithstanding such absence, be binding upon the Contractor whether or not
he shall have signed the measurement books provided always that any
objection made by him to measurement shall be duly investigated and
considered in the manner set out below:
(a). It shall be open to the Contractor to take specific objection to any recorded
measurements or Classification on any ground within seven days of the date
of such measurements. Any re-measurement taken by the Engineer or the
Engineer’s representative in the presence of the Contractor or in his absence
after due notice has been given to him in consequence of objection made by
the Contractor shall be final and binding on the Contractor and no claim
whatsoever shall thereafter be entertained regarding the accuracy and
classification of the measurements.
(b). If an objection raised by the Contractor is found by the Engineer to be
incorrect the Contractor shall be liable to pay the actual expenses incurred in
measurements.

VSKP-EL-C-RT-111E Page 50
PSI works between Ambagaon-Jagdalpur on KK line

48(ii). Measurement of Works by Contractor’s Authorised Representative (in


case the contract provides for the same):
(a). The Contractor shall be paid for the works at the rates in the accepted
Schedule of Rates and for extra works at rates determined under Clause 39
of General Conditions of Contract-2014 on the measurements taken by the
contractor’s authorized engineer in accordance with the rules prescribed for
the purpose by the Railway. The quantities for items the unit of which in the
accepted Schedule of Rates is 100 or 1000 shall be calculated to the nearest
whole number, any fraction below half being dropped and half and above
being taken as one; for items the unit of which in the accepted schedule of
Rates is single, the quantities shall be calculated to two places of decimals.
Such measurements will be taken of the work in progress from time to time.
The date and time on which ‘on account’ or ‘final’ measurements are to be
made shall be communicated to the Engineer.
The date and time of test checks shall be communicated to the contractor
who shall be present at the site and shall witness the test checks, failing the
contractor’s attendance the test checks may be conducted in his absence and
such test checks shall not withstanding such absence be binding upon
contractor provided always that any objection made by contractor to test
check shall be duly investigated and considered in the manner set out below:
(i) It shall be open to the contractor to take specific objection to test checks of
any recorded measurement within 7 days of date of such test checks. Any re-
test check done by the concerned Railway’s authority in the presence of the
Contractor or in his absence after due notice given to him in consequent of
objection made by the Contractor shall be final and binding on the Contractor
and no claim whatsoever shall thereafter be entertained regarding the
accuracy and classification of the measurements.
(ii) If an objection raised by the Contractor is found by the Engineer to be
incorrect the contractor shall be liable to pay the actual expenses incurred in
measurements.
(b). Incorrect measurement, actions to be taken:
If in case during test check or otherwise, it is detected by the Engineer that
agency has claimed any exaggerated measurement or has claimed any false
measurement for the works which have not been executed; amounting to
variation of 5% or more of claimed gross bill amount, action shall be taken as
following:
(i) On first occasion of noticing exaggerated/false measurement, Engineer
shall impose a penalty of 10% of claimed gross bill value.
(ii) On any next occasion of noticing any exaggerated/false measurement,
railway shall impose penalty of 15% of claimed gross bill value. In addition the
facility of recording of measurements by contractor as well as release of
provisional payment shall be withdrawn. Once withdrawn, measurements
shall be done by railway as per clause 48(i) above.
49 (1) “On-Account” payments: The contractor shall be entitled to be paid from
time to time by way of “On-Account” payment only for such works as in the
opinion of the Engineer he has executed in terms of the contract. All

VSKP-EL-C-RT-111E Page 51
PSI works between Ambagaon-Jagdalpur on KK line

payments due on the Engineer’s/Engineer’s Representative’s certificates of


measurements or Engineer’s certified “contractor’s authorized engineer’s
measurements” shall be subject to any deductions which may be made under
these presents and shall further be subject to, unless otherwise required by
Clause 16 of General Conditions of Contract-2014, a retention of ten percent
by way of Security Deposits, until the amount of Security Deposit by way of
retained earnest money and such retentions shall amount to 10% of the total
value of the contract provided always that the Engineer may by any certificate
make any correction or modification in any previous certificate which shall
have been issued by him and that the Engineer may withhold any certificate,
if the works or any part thereof are not being carried out to his satisfaction.
49(2). On Account Payments Not Prejudicial to Final Settlement: “On-
Account” payments made to the Contractor shall be without prejudice to the
final making up of the accounts (except where measurements are specifically
noted in the Measurement Book as “Final Measurements” and as such have
been signed by the Contractor and Engineer’s/Engineer’s Representative)
and shall in no respect be considered or used as evidence of any facts stated
in or to be inferred from such accounts nor of any particular quantity of work
having been executed nor of the manner of its execution being satisfactory.
50. Final Payment: On the Engineer’s certificate of completion in respect of the
works, adjustment shall be made and the balance of account based ‘on the
Engineer’s/Engineer’s representative’s certified measurements or Engineer’s
certified “contractor’s authorized engineer’s measurements” of the total
quantity of work executed by the Contractor upto the date of completion and
on the accepted schedule or rates and for extra works on rates determined
under clause 39 of General Conditions of Contract-2014 shall be paid to the
Contractor subject always to any deduction which may be made under these
presents and further subject to the Contractor having delivered to the
Engineer either a full account in details of all claims he may have on the
Railway in respect of the works or having delivered “No Claim Certificate” and
the Engineer having after the receipt of such account given a certificate in
writing that such claims are correct, that the whole of the works to be done
under the provisions of the Contracts have been completed, that they have
been inspected by him since their completion and found to be in good and
substantial order, that all properties, works and things, removed, disturbed or
injured in consequence of the works have been properly replaced and made
good and all expenses and demands incurred by or made upon the Railway
for or in the respect of damage or loss by from or in consequence of the
works, have been satisfied agreeably and in conformity with the contract.

*******

VSKP-EL-C-RT-111E Page 52
PSI works between Ambagaon-Jagdalpur on KK line

Annexure-1 to Chapter-5
SPECIMEN FORMAT OF BANK GUARANTEE BOND

In consideration of the President of India (herein after called the Government )


having agreed to exempt (indicate name and address of tenderer) (hereinafter called the said
Contractor(s)” from the demand, under the terms and conditions of an Agreement
(indicate acceptance letter no. and date) made between (indicate Dy.CEE/Con or CEE/Con. ,East coast
Railway as applicable) and (indicate name and address of tenderer) for (indicate the name of work as
mentioned in tender) (hereinafter called “the said Agreement”), of security deposit for the
due fulfilment by the said Contractor(s) of the terms and conditions contained in the
said Agreement, on production of a bank Guarantee for Rs. _________
(Rupees_______________only).

1. We, (indicate the name and address of the bank) (hereinafter referred to as “the Bank”) at
the request of (indicate name and address of tenderer) (contractor’s) do hereby undertake
to pay to the Government an amount not exceeding Rs. ___________ against any
loss or damage caused to or suffered or would be caused to or suffered by the
Government by reason of any breach by the said Contractor(s) of any of the terms or
conditions contained in the said Agreement.

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

3. We undertake to pay to the Government any money so demanded not withstanding


any dispute or disputes raised by the Contractor(s)/supplier(s) in any suite or
proceeding pending before any court or Tribunal relating thereto our liability under
this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability
for payment there under and the contractor(s) /supplier(s) shall have no claim
against us for making such payment.

4. We, (indicate the name and address of the bank) further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken
for the performance/of the said Agreement and that it shall continue to be
enforceable till all the dues of the Government under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till (indicate
Dy.CEE/Con or CEE/Con. ,East coast Railway as applicable) Office/ Department) Ministry of
Railway certifies that the terms and conditions of the said Agreement have been fully
and properly carried out by the said Contractor(s) and accordingly discharges this
guarantee. Unless a demand or claim under this guarantee is made on us in writing
on or before the ____________ we shall be discharged from all liability under this
guarantee thereafter.

5. We (indicate the name and address of the bank) further agree with the government that the
Government shall have the fullest liberty without our consent and without affecting
in any manner our obligations hereunder to vary any of the terms and conditions of
the said Agreement or to extend time of performance by the said Contractor(s) from
time to time or to postpone for any time or from time to time any of the powers
exercisable by the Government against the said Contractor(s) and forbear or enforce

VSKP-EL-C-RT-111E Page 53
PSI works between Ambagaon-Jagdalpur on KK line

any of the terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reason of any such variation, or extension being
granted to the said Contractor(s) or for any forbearance, act or omission on the part
of the Government or any indulgence by the Government to the said Contractor(s)
or any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor(s)/Supplier(s).

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

Dated the ____ _____ day of _________2018.

For (indicate the name and address of the bank)

VSKP-EL-C-RT-111E Page 54
PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-6

ADDITIONAL SPECIAL CONDITIONS OF CONTRACT

Section – A: Technical conditions of Contract

Section – B: Standard Drawings & specifications.

Section – C: Taxes and duties, royalties and completion period etc.

Section – D : SAFETY RULES

Section – E: Drafting of vehicles, working hours.

Section – F: Rate quoted/accepted.

Section – G: Price Variation Clause.

Section – H: Felling of trees, safe working methods Procurement of


Machinery by Contractor

Section – I: Personnel

Section –J: Brief Description of Work

Section –K: Scope of Work

Section - L : Inspection of PSI Equipment

Section – M : Tentative Desired Plan for Commissioning of OHE

Section – N : Quality Assurance Plan

VSKP-EL-C-RT-111E Page 55
PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 56
PSI works between Ambagaon-Jagdalpur on KK line

Section-A

TECHNICALCONDITIONS OF CONTRACT

1. SITE INSPECTION:

The tenderers must inspect the site thoroughly and acquaint with the conditions
& circumstances before quoting. Later on, no claim shall be accepted.

2. STAFF DETAILS:

The contractor should submit the name, qualification and experience of the
engineers, supervisors and skilled staff having license & competency certificate
to be employed by them along with their identity card to Dy.CEE/Con and/or
EEE/Con or AEEE/Con and record in site register-cum order book. Only after the
approval of competent authority the above personnel will be allowed to execute
the work at site. Any changes in personnel employed at any site have to be duly
got approved from the Railways by contractor. The delay caused in execution will
be on contractors account.

3. SITE OFFICE/STORES:

The contractor is further responsible to built their own Office/stores at the vicinity
of the work. The Railway is not responsible for providing any site for
Office/Stores for the contractor to execute the work. No land/accommodation
required for the work will be arranged by the Railway.

4. LIST OF CONSIGNEE:

On behalf of the Railway’s Jurisdiction of the work, the following is the list of
officer/consignee.

i. Dy. Chief Electrical Engineer (Con)/Visakhapatnam is the officer having


Administrative charge of this work.
ii. Dy. Chief Electrical Engineer(Con)/Visakhapatnam means the
administrative officer who will administer the contract including approval of
drawing and specification and shall mean and include successors of the
post of Dy. Chief Electrical Engineer(Con)’s office at Visakhapatnam.
iii. The Executive Electrical Engineer (Con)/ Assistant Executive Electrical
Engineer (Con) are the Engineer in charge for execution of work at site.
iv. The consignee for the work shall be concerned Sr. Section Engineer
(Elect) (Con)/ Section Engineer (Elect) (Con) or Junior Engineer (Elect)
(Con) under Dy. Chief Electrical Engineer(C)/ Visakhapatnam. The above
mentioned officials shall mean Engineer-in-charge/Assistant Executive
Engineer/Executive Engineer as well as such officer in executive charge
of the work who is responsible for ensuring that all the work covered
under this contract are carried out in accordance with the approved design

VSKP-EL-C-RT-111E Page 57
PSI works between Ambagaon-Jagdalpur on KK line

drawing and specification as agreed to and who is responsible for


arranging payment to the contractor as per the accepted schedule of
prices and terms of payment.

5. Technical Specification.

5.1 The technical data/specification/description of the materials not covered by the


enclosed list may be collected from the office of CEE/Con or Dy. CEE/Con/
Visakhapatnam. Other technical data/ Specification which also is suitable shall
be approved by Dy.CEE/Con/Visakhapatnam before supply of the materials.
The manufacturer’s/ supplier’s list of the materials not covered by the above list
may be collected and approved from the Dy. Chief Electrical Engineer/Con/
Visakhapatnam before supply of the materials. All the works shall be carried
out as per latest Indian Standard specification/Indian Electricity (ISS/IE) Rules,
materials supplied as per relevant Indian Standard Specification (ISS) or Latest
and approved drawing. Work should be carried out neatly.

5.2 For all the items in the schedule, RDSO/CORE or CEE/ECoR or IS


specifications will be followed as indicated unless/otherwise specified in the
schedule/ Explanatory notes.

6. Drawing:

6.1 Drawings which have been mentioned in the Tender documents and that have
been supplied along with the tender documents are only for guidance.
Variations or discrepancy between the approved drawings and specifications if
any, the approved drawings shall prevail in preference to
specifications/drawings. The Railway will not provide any drawings,
specifications etc. required in connection with the execution of work as
mentioned in the tender document. The contractor has to arrange all drawings
and documents at his own cost from the office of CORE/RDSO or CEE on
payment.

6.2.1 The successful tenderer shall have to submit the detailed drawing for the
concerned items of work covered under this contract.
6.2.2 The detailed drawing, lay out plans, cross sectional diagrams, structural
erection diagram etc. should be submitted for approval of
Dy.CEE/Con/VSKP within 30 days of the issue of Letter of Acceptance.
6.2.3 Approval of the contractor drawings will be indicated by the Railway on the
drawing/Blue print supplied by the contractor with a remark "APPROVED
IN PRINCIPLE FOR ERECTION"/Execution and will be signed by the
official of the Rly. Along with his office stamp.
6.2.4 The duly approved drawings or drawings with observations will be returned
by Railways within 10 days of submission of the same to the contractor.(In
case of observations, the drawings should be immediately resubmitted for
approval after complying the observations)
6.2.5 The contractor will commence/execution of the works as per the approved
drawings only.

VSKP-EL-C-RT-111E Page 58
PSI works between Ambagaon-Jagdalpur on KK line

6.2.6 Thereafter, the contractor shall supply 8 nos. of ferro copies along with
tracing of the drawings for distribution to various offices for execution of
the work. The drawings shall be submitted in the CD.
6.2.7 Payment towards the drawings under the schedule will be made only after
all drawings have been submitted duly approved.
6.2.8 The drawings for LT panel, D/Boards, cable route etc. shall be offered by
the tenderer for approval to the Dy.CEE (Con)/ EEE (Con). Manufacturing
of these items can be taken on hand only after the approval of the drawing
by Dy.CEE (Con)/ EEE (Con). The tenderer shall also supply three copies
of approved drawing.
N.B.:- All standard drawings mentioned in the tender schedule can be
obtained from CEE/Con/BBS’s office for reference.

7. Inspection:

7.1 The makes of all materials to be supplied by the contractor under contract are
to have prior approval of CEE/CON/BBS or Dy.CEE/CON/VSKP before taking
procurement action. Approval should be obtained immediately after receipt of
LOA. In no condition the materials procured without approval of CEE/C/BBS or
Dy. CEE/CON/VSKP will be allowed to be used at site. The materials should be
procured from OEM or his authorized dealer approved by RDSO/CORE and
documentary evidence in this regard has to be submitted to Railway in this
regard.

7.2 All materials to be supplied by the contractor have to be inspected by RITES or


Railway Officials as nominated by the CEE (Con) BBS/ Dy.CEE (Con) VSKP.
The contractor will bear the inspection charges if any.

7.3 The Railways authorized representative shall be free to visit the manufacturer’s
work/s at all reasonable times to witness and inspect the testing of equipments.
The equipments to be supplied are to be tested as per relevant IS/BS
specification. The contractor shall furnish three copies of manufacturer’s test
certificate for the routine and type tests conducted for equipments offered. If
necessary the contractor shall arrange to conduct all the routine tests at the
manufacturer’s premises in presence of Railways’ Engineer /representative.
NOTE: L.T Panels, Distribution Board etc. shall be inspected at manufacturer’s
premises. The materials which are erected in high structures like towers,
poles, panel Boards etc. are to be inspected at site by the authorized
Railway representative before erection even though the same has been
inspected earlier. On receipt of the equipment/materials at site the contractor
shall offer these equipment/materials for inspection of Engineer-in-charge
and under no circumstances the materials shall be erected / commissioned
without the approval of Engineer-in-charge.
8. Transportation:

All materials issued by Railway (Railway supplied materials) from nearest


depot and materials supplied by contractor have to be transported by the
contractor with his own arrangements at his own cost. Railway will provide

VSKP-EL-C-RT-111E Page 59
PSI works between Ambagaon-Jagdalpur on KK line

neither any assistance towards transportation of materials nor any cost


towards transportation of materials required in connection with the execution
of work. Erection charges for items of the schedule will be inclusive of
transportation of the materials to site.

9. Execution

9.1 All works are to be carried out as per Indian Electricity Rule with latest
amendments and relevant RDSO/CORE or IS or CEE specifications and/or
drawings.

9.2 The Railway has right to supply any item without any limits even though it is
covered under the scope of supply by the contractor. The quantities to that
effect will be reduced from the scope of supply accordingly.

9.3 The materials to be supplied by the Contractor should be taken in custody of


Railways with proper accounting and entry in the ledger. The materials shall
be handed over to the contractor for execution of the work when the work is
to be actually executed with proper acknowledgement from the contractor as
per the procedure.

9.4 Any work falling under power block will be determined by the Railway
Engineer-in-charge and the power block will be arranged by the Railway
Engineer. The contractor has to work with minimum power block with
adequate arrangements of manpower, tools & plants and material as decided
by the Railway and penalty can be imposed to the contractor for exceeding of
the arranged power block in a particular type of work or for not arranging
adequate manpower, tools & plants and materials. Any dispute in this regard
can only be decided by CEE (C) / Dy. CEE (C) and his decision will be final
and binding on the contractor.

9.5 While drilling holes on the Web of the Non-Track circuited Rails for providing
all types of Traction Bonds, Gas Cutter shall not be used under any
circumstances. Hand/Electric driven Ratchet with suitable Drill bit shall only
be used for drilling holes on the rails.

9.6 The cost incurred in carrying out ‘Cube test’ for concrete foundation sample
shall be borne by the contractor.

9.7 The contractor shall dress up/repair the site as per the existing surrounding
ground/floor/ walls/road. If any minor alteration is necessary, the contractor
shall do the same without any extra cost.

9.8 The contract will be governed by Indian Electricity Act 1961 & IE Rule-2003.

VSKP-EL-C-RT-111E Page 60
PSI works between Ambagaon-Jagdalpur on KK line

10. PRE-COMMISSIONING INSPECTION ON EQUIPMENTS:

The pre-commissioning inspection of various equipment like L.T panels,


copper wires, piano type/modular switches, socket etc. including wiring
materials such as PVC pipe, boxes and switch Boards, ceiling rose,
Angle/batten holder, kit kat fuse/MCB shall be carried out jointly by the
contractor with Railways’ representative and under no circumstances the
above items can be energized without approval of Railways’ Engineer. A site
register to be maintained by the contractor for recording these
tests/inspections duly signed by authorized contractor’s supervisor and
Railway representative.

11. TESTING OF INSTALLATIONS

After successful completion of the entire work/installation a certificate should


be furnished by the contractor that the whole work have been carried out as
per tender specification. The entire installations are to be tested in
accordance with the requirement as laid down in the technical
specification in Section-B, Chapter-6 of the tender papers and latest
manuals/guidelines issued by Railway Board/ RDSO/ CORE/ CEE. The
details and data of testing of installations are to be recorded in a register
duly signed jointly by the competent representative of contractor and
consignee and to be kept at site camp office.

12. GUARANTEE:

The Tenderers shall give guarantee for the equipment supplied & erected for
satisfactory performance for a period of 12 months from the date of
commissioning/ handing over the installation to the Railways against defects
arising out of faulty design, materials and workmanship. The tenderer should
make good all the defects free of cost during the guarantee period and
replace or repair the defective equipment/parts free of cost promptly and
satisfactorily. Due to delay in repair/replacement of warranty failure, beyond
the stipulated period resulting in to loss, Railway will arrange the work by
other agencies and these inconvenience and financial loss caused to the
Railway will be recovered from the contractor as per terms and Condition of
Contract. The equipment/parts so replaced by the contractor, shall be further
guaranteed for a period of 12 months for satisfactory service from the date of
such replacement.

13 .TERMS OF PAYMENT:

a) Subject to payment conditions mentioned elsewhere in this document on


account payment for the supply to the extent of 80% on the total unit price of
such supply items included in the schedule of work and supplied as per
conditions of the contract will be made only for those items for which CEE
(Con) or DY.CEE (Con)/ VSKP consider it appropriate and acceptable to

VSKP-EL-C-RT-111E Page 61
PSI works between Ambagaon-Jagdalpur on KK line

make on-account payment. All invoices shall be accompanied by the


followings.

i) Supplier’s challan for supply of items.


ii) Inspection certificate of the authorized inspecting authority.
(No payment will be made unless the inspection certificate has been
submitted along with supplier’s original challans or as mentioned
elsewhere in the tender document).
iii) Execution of indemnity bond on stamp paper in case of materials,
supplied by the Railway.
iv) Certificate of current statutory taxes and duties.
v) Detailed entries made in the Measurement Book
vi) Manufacture’s Test Certificates in 3 copies.
vii) Contractor’s test Certificates.
viii) Any other Paper required for obtaining EIG Sanction.
ix) Certificate from authorized Dealer or OEM regarding procurement of
material.

b) On Account payment up-to 90% will be paid in the total unit prices on
erection/ installation of the particular work against supply and erection.

c) Balance 10% payment will be made through the final bill only after
satisfactory completion of the entire contractual work, satisfactory operation
and handing over of the assets to the Railway duly tested and commissioned
subject to compliance of the followings.

i) On supply of Catalogue and operation manual/instruction books etc.


ii) On supply of as erected drawing of the equipment/installation.
iii) Issue of ‘NO CLAIM CERTIFICATE’ by contractor in favour of Railway.
iv) Stocking of adequate spares at site for expediting replacement during the
guarantee period duly certified by the Railways’ representative. (List of
spares to be enclosed).

14. USE OF CONTRACTOR’S ASSETS & COMPENSATION THEREOF:

14.1 The Railway shall reserve the right to draft any of the vehicles and/or
equipment mobilized by the contractor at the site of work along with its
operator employed by the contractor to assist in rescue and restoration
operation in case of any accidents/natural calamities involving human lives.
The contractor shall be responsible to arrange mobilization of his operator/
equipment/ vehicle so drafted with shortest possible delay.

14.2 The Railway shall arrange to duly compensate the contractor, whose vehicle /
equipment / operator are so drafted by operation of suitable Non-Schedule
(NS) item(s) as per Railway’s existing norms.

15. WORKING HOURS:

VSKP-EL-C-RT-111E Page 62
PSI works between Ambagaon-Jagdalpur on KK line

The working hours as per given in the schedule.

16 ITEMS BEYOND SCC AND ‘TERMS & CONDITIONS OF TENDER’

16.1. If there is any item which is not covered by the special conditions of contract
(SCC) or by the terms and conditions mentioned elsewhere in the tender, the
terms and conditions mentioned in the General conditions of contract
applicable to Works Contract of E. Co. Railway shall apply.

16.2 In case, there is any contradiction between special conditions and General
conditions of contract, the special conditions of contract shall prevail.

17. MODE OF PAYMENT

The firm/agency having their bank accounts on any of the city centres where
reserve bank of India’s EFT (Electronic Fund Transfer)and or IFSC facilities
exists, will receive their payments through EFT/IFSC scheme, in case being
awarded with the work/supply order. For that they (the Agency) will have to
furnish the mandate form of EFT and/ or IFSC as per proforma given along
with tender document (Annexure-M).

18. ELECTRICAL CONTRACTOR’s LICENSE

Contractor should have valid Electrical Contractor’s license of


appropriate voltage concern issued by any State Government.

19. SAFETY PRECAUTION AT WORK SITE IN PROXIMITY TO RUNNING


TRACK
Some important aspects of safety precautions and rules to be followed at
work site in proximity to running track in addition to detail safety rules & safety
precautions mentioned elsewhere in the tender document are:
19.1 The work should always be done under supervision of Railway supervisor/s in
addition to Contractor’s supervisor/s.
19.2 All temporary arrangements required to be made during execution of work
shall be made in such a manner that moving dimensions are not infringed.
Necessary checks shall be exercised by site in charge from time to time.
19.3 In case work has been planned to be done within 6 m from center of track but
more than 3.5 m, it shall be ensured that:
i) Necessary precautions for protection of track have been taken and caution
orders issued to trains.
ii) Lookout man has been posted along the track at a distance of 800 m from
the location of work with red flag and whistle to warn approaching trains.
19.4 In case, work is planned to be done within 3.5 m from center line of running
track, it shall be ensured that the work is done only under block protection
and necessary safety precautions for protection of track as per Para No.806
& 807 of IRPWM are taken.
19.5 Mobile phones or Walkie Talkie sets, where necessary, should be provided at
work sites.
19.6 Precautions required to be taken during execution of work requiring traffic
block.

VSKP-EL-C-RT-111E Page 63
PSI works between Ambagaon-Jagdalpur on KK line

19.7 Any work which infringes the moving dimensions shall be started only after
the traffic block is obtained and the track is protected.
19.8 At locations where night working is unavoidable proper lighting arrangement
should be made. No work adjacent to running track should be carried out at
night without express written authority from the Executive Electrical Engineer-
in- Charge of the work. In fact, no contractor should do any kind of night
working unless the Executive Electrical Engineer-in- Charge of the work gives
the specified spots according to priority of work where night working has to be
done. These spots should be well lit at night. In addition, the work should
always be done under supervision of Railway supervisors in addition to
Contractor’s supervisors. Suitable Railway personnel should be posted at
site with safety equipments like banner flags, hand signal flags, hand signal
lamps and detonators to arrange protection of trains. The Railway
supervisors in charge of such work should also give suitable message to
adjacent stations as well as through control for issuing caution orders to the
trains approaching the work site. For this purpose, he should be equipped
with field telephone/walkie talkie set.

19.9 After completion of work, the released sleepers and fittings should be
properly stacked away from the track to be kept clear of moving dimensions.

19.10 Block shall be cancelled only when all the temporary arrangements, tools,
plants etc have been kept clear of standard moving dimensions.

******

VSKP-EL-C-RT-111E Page 64
PSI works between Ambagaon-Jagdalpur on KK line

Section – B
Standard Drawings & Specifications

LIST OF STANDARD DRAWINGS AND SPECIFICATIONS TO BE FOLLOWED


FOR 25kV OHE/PSI WORKS

This Annexure contains reference to drawing numbers, charts, schedules,


specifications and other data referred to in various paragraphs of this Tender Paper.

All references to drawings, charts, schedules or specifications given in this


Annexure shall be taken to be the latest versions of such drawings, charts and
schedules of specifications as issued by the Railways.

A) List of Standard Technical Drawings/Specifications for Traction Sub


stations/ Feeding Posts
S.No Brief Description Drawing Mod.
Series Number No.
1 2 3 4 5
1. Typical location plan and general TI/DRG/PSI/T 006 E
arrangement for a feeding station SSLO/RDSO/
2. Typical earthing layout of a feeding -do 203 B
station
3. Typical layout of 132 /27kv Traction TI/DRG/PSI/T 00001/01 0
sub-station (Type-I) SSLO/RDSO/
4. Typical layout of 132 /27kv Traction TI/DRG/PSI/T 00002/01 0
sub-station (Type-II) SSLO/RDSO/
5. Typical layout of 132 /27kv Traction TI/DRG/PSI/T 00003/02 0
sub-station (Type-III) SSLO/RDSO/

6. Typical layout of 132/27kv Traction TI/DRG/PSI/T 00004/02 0


Sub-station (Type IV) (with outgoing SSLO/RDSO/
feeders and metering Facilities)
7. Typical layout of 132/27kv Traction TI/DRG/PSI/T 00005/02 0
Sub-station (Type V) SSLO/
RDSO/
8. Typical layout of 132/27kV traction TI/DRG/PSI/T 00006/02 0
sub-station (Type VI) SSLO/RDSO/
9. Typical layout of 132/27kV traction TI/DRG/PSI/T 00007/02 0
sub-station (Type VII) SSLO/RDSO/
10. Typical layout of 132/27kV traction TI/DRG/PSI/T 00008/02 0
sub-station (Type-VIII) SSLO/RDSO/

VSKP-EL-C-RT-111E Page 65
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
11. Typical layout of 132/27kV traction TI/DRG/PSI/T 00009/02 0
substation with single transformer SSLO/RDSO/
(Type -IX)
12. Typical layout of 132/27kv Traction TI/DRG/PSI/T 00010/02 0
Sub-station with 132kv Switching SSLO/
Station (Type x) RDSO/
13. Typical layout of 220/27kV traction ETI/PSI 0240-1 Nil
substation (Type -I)
14. Mounting arrangement of 100KVA ETI/PSI 0312 B
25kv/240V LT supply transformer at
TSS
15. Typical schematic diagram of ETI/PSI 024-1 Nil
protection for double Transformer
traction sub station
16. Typical layout for 25kv Shunt ETI/PSI 223 E
capacitor with series reactor to be
installed at 132/25kv TSS
17. High speed auto reclosing scheme ETI/PSI 0231-1 A
for feeder circuit breaker at 25kV
A.C TSS
18. Structural layout of 132/25 KV ETI/C 0200, H
traction sub-stations SH.No.-1
19. Structural layouts of 132/25kv ETI/C 0200, D
traction sub-stations SH.No.-2
20. Line Diagram of Structural layouts of ETI/C 222 Nil
220/25kV Traction sub-station

21. Typical schematic diagram of ETI/PSI 0228-1 Nil


protection for single transformer
traction sub-station
22. Scheme of Interlocking arrangement ETI/PSI 5214 B
for 25kV circuit breakers at Traction
Sub-Station
23. Structural layout of 220/27kV ETI/C 0222-1 Nil
traction sub-station (Type-I)
24. Typical general arrangement of ETI/PSI 0225 C
earth screen wire termination at
Traction substation

VSKP-EL-C-RT-111E Page 66
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
25. Typical termination arrangement ETI/PSI 0226 B
for strung bus "Spider" (AAC)
conductor at TSS.
26. General arrangement & terminal ETI/PSI 0227 A
connection for 25kV PT Type-II
at TSS
27. General arrangement and ETI/PSI 0227-1 Nil
terminal connection for 25kV
Potential Transformer at TSS
(220kV)
28. Typical return current ETI/PSI 0242 A
connection to buried rail at
220/25kV TSS.
29. Typical termination arrangement ETI/PSI 0243 A
for strung bus (ZEBRA ACSR)
conductor at TSS (220kV)
30. Typical general arrangement of ETI/PSI 0244 Nil
earth screen wire termination at
220/25kV traction sub-station.
31. Bimetallic terminal connector to ETI/PSI/P 11010 C
suit 'ZEBRA' ACSR conductor
and 30 dia Cu stud of
CT/CB/traction power
transformer.
32. 220kV system bimetallic ETI/PSI/P 11030 C
terminal connector to suit
'ZEBRA' (28.58 Dia) ACSR
conductor & Al./Cu. pad of
Isolator /CT/CB.
33. 220kV system tee connector to ETI/PSI/P 11040 C
suit 'ZEBRA' (28.58 dia) ACSR
conductor on both ways.
34. 220kV system rigid connector ETI/PSI/P 11050 C
on SI to suit ZEBRA (28.58 dia)
ACSR conductor
35. Detail of rigid type bimetallic ETI/PSI/P 11070 B
terminal connector suitable for
50 dia Al. tubular bus bar to 30
dia Cu. Stud of 25kV CT.

VSKP-EL-C-RT-111E Page 67
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
36. Rigid bimetallic terminal ETI/PSI/P 11090 C
connector suitable for 50 dia Al.
tubular bus bar to terminal pad
of 25kv Isolator/ CT
37. Rigid through connector to suit ETI/PSI/P 11110 C
50 dia Al. Tubular bus bar and
‘SPIDER’ AAC conductor for
25kv PT Type-II
38. 25kv system tee connector to ETI/PSI/P 11140 B
suit 50 O/D Al. Tube and
'SPIDER' 'AAC' conductor
39. 25 K.V system Tee connector to ETI/PSI/P 11150 B
suit 50. O/D AL. tubular bus bar
to 50. O/D AL. tubular bus bar
40. 25Kv System Rigid bus splice ETI/PSI/P 11180 B
connector to suit 50 O/D Al. tube
on both ways
41. 25 kV System Sliding clamp for ETI/PSI/P 11190 C
50mm O/D Aluminium Bus bar
42. 25Kv System Rigid connector ETI/PSI/P 11200 C
on S.I to suit 50 mm O/D Al. Bus
bar
43. 25kv system expansion bus ETI/PSI/P 11210 D
coupler on SI to suit 50 O/D Al.
tube.
44. Details of structure for 132kv ETI/C 310 G
double pole Isolator
45. Details of structure for 132kv ETI/C 320 E
support insulators
46. Details of structure for 132kv ETI/C 330 F
Current transformer
47. Details of structure for 120kv ETI/C 340 F
Lightning Arrestor

48. Details of structure for 25kv ETI/C 360 F


Current transformer
49. Typical return current ETI/PSI 0212-1 NA /Nil
connection to buried rail at 132
kV/25 kV Traction Sub-Station.

VSKP-EL-C-RT-111E Page 68
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
50. General scheme of supply for 25 ETI/PSI 702-1 D/E
kV 50 Hz Single Phase AC
Traction System
51. Part Plan for Details of position ETI/PSI/SK 272 NA /Nil
of feeder Bus coupling
interrupter at TSS
52. Terminal connector for 220kV ETI/PSI/SK 324 NA/Nil
equipments (Typical drawing)
53. Expansion type terminal ETI/PSI/P 11220 D
connector for 25 kV, 60mm dia
terminal for traction power
transformer.
54. Details of Beam B/1 for 132/25 ETI/C 201 D
KV TSS
55. Details of beam B/2 and column ETI/C 208 E
C/1 for 132/25kV traction sub-
station.
56. Details of baffle wall at ETI/C 213 D
TSS(WP-112.5kg/sq.m) and WP
(75kg/sq.m)
57. Details of RCC baffle Wall at ETI/C 214 B
TSS(WP-150kg/sq.m)

58. Details of structure and ETI/SK/C 0180 B/C


foundation for 25kV DP Isolator
at TSS
59. Transformer oil drainage ETI/C 216 B
arrangement at sub-stations

60. Drilling schedule for S-1 mast ETI/C 0030 F


61. Drilling schedule for S-2 mast -do 0031 D
62. Drilling schedule for S-3 mast -do 0180 C
(length 11. 4 m)
63. Drilling schedule for 8” x 6” x 35 -do 0036 E
1bs. RSJ mast 8.0 m long for
booster transformer station Type
S-4
64. Drilling schedule for S-5 mast -do 0042 E
(11.4m long)

VSKP-EL-C-RT-111E Page 69
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
65. Drilling schedule for S-6 mast -do 0181 C
(length 12.4m)
66. Drilling schedule for S-7 mast -do 0182 C
(length 12.4m)
67. Drilling schedule for S-8 mast -do 0183 C
(length 12.4m)
68. Drilling schedule for S-9 mast -do 0184 C
(length 12.4m)
69. Typical cable run layout of a -do 303 B
feeding station
70. Typical details of cable run at a ETI/PSI 325 Nil
two transformer TSS with Shunt
Capacitor
71. Typical details of cable run at ETI/PSI 326 Nil
two transformers Traction Sub-
station with Shunt capacitor
(220kV)
72. Typical details of cable run at a ETI/PSI 323 E
two transformer TSS
73. Typical cable trench and ETI/C 210 F
foundation lay out of 132/25kv
TSS
74. Typical earthing, cable trench & ETI/PSI 224 E
foundation layout of 132/25kv
TSS
75. Typical earthing cable trench ETI/PSI 229 Nil
and foundation layout of
132/25kV traction sub-station
with Shunt Capacitor bay
76. Details of foundation for fencing -do 0032 B
upright
77. Typical fencing layout at traction ETI/PSI 121 F
Sub-station (Details of fencing
panel, door, anti climbing device
etc.)
78. Typical fencing , door and anti CORE/ALD/P 1 D
climbing device details of SI
traction sub-station
79. Typical earthing arrangement for ETI/PSI 228 A
equipment/structure at TSS

VSKP-EL-C-RT-111E Page 70
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
80. Typical arrangement of an earth ETI/PSI 222-1 Nil
electrode.
81. Typical number plate for circuit ETI/PSI/P 7523 Nil
breaker
82. Typical number plate for ETI/PSI/P 7525 Nil
Auxiliary Transformer
83. Typical number plate for Power ETI/PSI/P 7526 Nil
transformer at TSS
84. Typical number plate for PT at ETI/PSI/P 7527 A
TSS
85. Typical number plate for CT at ETI/PSI/P 7528 A
TSS
86. Typical number plate for ETI/PSI/P 7529 A
Isolators at TSS
87. Typical number plate for -do 7520 NA/B
interrupter and double pole
isolator
88. Typical number plate for -do 7521 B
potential transformer Type
89. Gill sans Letters and Figures RE/33 527 A
90. Typical number plate for ETI/PSI/P 7525 -
Auxiliary Transformer
91. Remote Control Cubicle at Stn, -do 0067 B
Foundation, RCC slab, Building
plant & Steel door
92. Typical layout of Control Room TI/DRG/PSI/ 00001/01 0
at traction sub-station. CPROOM/RD
S O/
93. Standard plan of control room at RE/Civil/ S-144 6
traction sub-station (General
arrangement and RCC details)
94. Control Room for Traction ETI/C 0225 Nil
substation Sheet-1
95. Control Room for Traction Sub- ETI/C 0225 Nil
station(RCC details) Sheet-2
96. Typical details of pressed steel RE/Civil/S 129/ 2001 R2
door, window and ventilator
97. Typical layout of control room at TI/DRG/PSI/ 00001/01 0
TSS CPROOM/
RDSO

VSKP-EL-C-RT-111E Page 71
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
98. Details of Tower T 1 for 132/25 ETI/C 202 H
KV TSS
99. Details of Tower T 2 for 132/25 ETI/C 203 G
KV TSS
100. Details of small part steel for ETI/C 0034 Sh.1 K
switching station

101. Typical general arrangement of ETI/PSI 004 F


a three interrupter switching
station
102. Typical location & schematic ETI/PSI 003 C
connection diagram for a three
interrupter switching station
103. Typical earthing layout of sub- -do 201 B
sectioning and paralleling
station
104. Details of pre-cast cable trench -do 0038 E
for switching station

105. Typical cable run layout of a -do 301 C


sub-sectioning & paralleling
station
106. Typical cable run layout of a -do 302 C
sectioning and paralleling
station

107. General arrangement & details -do 0186 Sh.1 E


of fencing panels & gate for
switching station

108. Details of fencing uprights and -do 0186 Sh.2 E


anti-climbing device for
switching station
109. Typical fencing and anti- ETI/PSI 104 E
climbing arrangement at
switching stations
110. Typical location plan & general -do 005 F
arrangement for sectioning &
paralleling station
111. Typical earthing layout of a -do 202 B
sectioning and paralleling
station

VSKP-EL-C-RT-111E Page 72
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
112. Typical drawing for a terminal -do 501 C
board
113. 36 mm Aluminum Bus terminal ETI/PSI/P 6480 C
for 25kv Isolator (Rigid type)
114. 36 mm Aluminum Bus splices -do 6490 B
115. 36 mm Aluminum Bus Tee -do 6500 C
connector
116. 36 mm Aluminum Bus Tee -do 6510 D
terminal

117. 36/15 mm Top connector -do 6520 B


118. 36mm Aluminum flexible bus -do 6550 B
splice
119. 36 mm Aluminum bus splice -do 6560 B
cum tee connector
120. 25kv D.O. Fuse switch ETI/PSI 032 D
assembly
121. Details of Rigid terminal ETI/PSI/P 11120 C
connector suitable for 20 dia Al.
Conductor to terminal pad of
25kv PT Type I & II
122. 25 kV drop out fuse switch ETI/PSI 038 C
details
123. Operating pole for 25kV drop ETI/PSI 039 B
out fuse switch
124. Flexible connector for 25 kV ETI/PSI/P 6570 F
circuit breaker 25kV Interrupter&
25 kV side of 13.5/20 MVA
traction transformer.
125. Earthing details for interrupter -do 204 C
L.T. supply transformer 25 KV
Lightning Arrestors P.T. Type-I
(S-100 masts, S-101 mast,
fencing upright and main mast)
126. Details of anchor beam of SP, -do 0033 D
SSP, & FP
127. S-100 fabricated mast for -do 0043 B
mounting LT supply transformer
and drop out fuse switch at
switching station

VSKP-EL-C-RT-111E Page 73
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
128. S-101 details of mast for ETI/C 0044 A
supporting Isolator inside
switching station
129. S-100 Fabricated Mast for ETI/C 0043 B
mounting LT supply transformer
and DO fuse switch at switching
station
130. Standard Post Insulator for ETI/OHE/P 6090-1 C
clean area (Creepage path
850mm min)
131. Details of structure for 42kv ETI/C 0370 E/J
,10KA LA & 25kv support Sheet-1
insulator
132. Black Weight of Structure for ETI/C 0370 Nil
42kv, 10KA LA & 25kv support Sheet-2
insulator.
133. Details of structure for 25kv ETI/C 0380 F
Single Pole isolator
134. Details of structure for 25kv ETI/C 0390 E
Potential transformer
135. Typical schematic diagram for TI/DRG/PSI/3 00001/07 1
TSS, FP, SSP and SP with 21.6 L-TSS/RDSO
MVA or 30 MVA transformers
for three lines.
136. Typical layout of Remote ETI/PSI 0010 E
Control cubicle at a switching
station
137. Typical layout of remote control ETI/PSI 0010 E
cubicle at switching stations.
138. Schematic inter connection ETI/PSI 644 C
diagram for remote control of
power gear & supervision
equipments at TSS.
139. Schematic inter connection ETI/PSI 645 C
diagram for remote control of
power gear and supervision
equipments at controlled station
(SP & SSP)

VSKP-EL-C-RT-111E Page 74
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
1 2 3 4 5
140. High speed Auto reclosing ETI/PSI 0231-I A
Scheme for feeder Circuit
Breaker at 25 kV a.c. Traction
Sub-Station.
141. Control desk arrangement for 2 ETI/PSI/SK 337 NA/Nil
work stations of SCADA system.

B) LIST OF STANDARD RDSO’s SPECIFICATIONS FOR PSI & SCADA

S.No DESCRIPTION SPECIFICATION NO. LAST


REV.
1 Battery charger for 110 volt battery, ETI/PSI/1(6/81)
40 Ah.
2 25 kV Dropout fuse switch ETI/PSI/14(1/86) with 1
A&C slip no 1 of (4/87)
3 25kV/240 V Auxiliary Transformer, ETI/PSI/15(08/2003) -
5kVA, 10kVA, 25kVA & 50 kVA
4 25kV/240 V Auxiliary Transformers ETI/PSI/14(1/86) with 1
100 VA. A&C slip no 1 of (4/87)
5 Battery charger for 110V battery ETI/PSI/24(6/81) -
200Ah.
6 Standards for drawings for power ETI/PSI/31(5/76) -
7 Current transformer, 132 kV ( type-II) ETI/PSI/36(5/75) -
8 Control & distribution panel for TI/SPC/PSI/CLS/0020(12/ 4
colour light signaling supply in 25 kV 02) with A&C slip No. 1, 2
ac traction systems. &3 of 03/07
9 Standards for electrical distribution ETI/PSI/44(12/73) -
system in stations & yards where 25
kV ac traction is to be introduced.
10 Control and relay panel for 25 kV ac TI/SPC/PSI/PROTCT/607 -
TSS including specification for 0(9/08) with A&C slip
numerical type protection relays for No.1
traction transformer, 25 kV shunt
capacitor bank and transmission line
for 25 kV Ac TSS on Indian
Railways.
11 Shunt Capacitor equipment for TI/SPC/PSI/FC&SR/0100 -
Railway traction sub-stations. (01/10)
12 Hollow porcelain insulators & ETI/PSI/70 (11/84) -
Bushing.

VSKP-EL-C-RT-111E Page 75
PSI works between Ambagaon-Jagdalpur on KK line

S.No DESCRIPTION SPECIFICATION NO. LAST


REV.
13 Metal oxide gapless type lightning TI/SPC/PSI/MOGTLA/010 -
arrester for use on 25 kV. Side of 0(07/10)
Railway traction sub-stations and
switching stations.
14 Electric power connectors for AC ETI/PSI/72 (9/85) -
Traction power system.
15 25 kV, 50 Hz single phase series ETI/PSI/75(10/97) -
Compensation Equipment.
16 25 kV ac 50 Hz single phase oil filled ETI/PSI/90 (6/95) with 8
current transformers with ratio of (i) A&C Slip No.1,
1000-500/5 A, (for general purposes, 2,3,4,5,6,7 (08/2007) & 8
(ii) 1500-750/5 (for heavy duty). (April 2009).
17 100 KVA, And 150 KVA 25 kV single ETI/PSI/98(8/92) 3
phase 50 Hz, oil filled booster
transformer.
18 Tri vector meter and maximum ETI/PSI/99(4/89) -
demand Indicator for Railway ac
Traction.
19 Specification for 25 kV AC Single TI/SPC/PSI/ISOLTR/1060 -
pole and Double pole motorized (08/06)
isolators for Railway Electric traction
20 Dynamic reactive power TI/SPC/PSI/DRPC/0050( -
compensation equipment for 08/05)
Railway traction sub-stations (for
development of prototype only).
21 Gas Chromatograph for use in ETI/PSI/105(7/93) -
analysis of dissolved gases of
transformer oil.
22 Capacitance bridge and dissipation ETI/PSI/106 (10/87) -
factor bridge for the measurement of
solid insulation of insulating oil.
23 Current transformer I) 220 kV, 200- ETI/PSI/117 (7/88) with 9
100/5 ii) 132 kV, 400-200/5 iii) 110 A&C Slip No.1 (11/88), 2
kV, 400-200/5 iv) 66 kV, 800-400/5 (3/89), 3 (12/89), 4 (4/90),
5 (6/90), 6 (9/92), 7
(8/05), 8 (08/2007) & 9
(July 2008).
24 Power transformer 21.6 MVA, single ETI/PSI/118 (10/93) with 10
phase 50 Hz, 220/132/110/66/27 kV A&C Slip No.1 to 10
for traction substation. (08/12) or latest
25 Code of practice for earthing of ETI/PSI/120 (2/91) with 1
power supply installation for 25 kV. A/c Slip No1 (10/93)
AC. 50 Hz single phase traction
system.

VSKP-EL-C-RT-111E Page 76
PSI works between Ambagaon-Jagdalpur on KK line

S.No DESCRIPTION SPECIFICATION NO. LAST


REV.
26 Specification for 245/145/123/72.5 ETI/PSI/122 (3/89) with 1
kV double ple and triple pole A&C Slip No.1(4/90)
isolators.
27 21.6 MVA, 220/132/110/66 kV/2x27 ETI/PSI/123(9/93) 1
kV, single phase, 50 Hz traction
power transformer for AT feeding
system
28 54 MVA, 220/2x27 kV Scott- ETI/PSI/124(7/95) -
connected power transformer for 2 x
27 kV ‘AT’ feeding system.
29 8 or 5 MVA, 2x 27 kV 50 Hz, auto ETI/PSI/125(7/97) -
transformer for 2x27 kV ‘AT’ feeding
system.
30 25 kV shunt capacitor equipment for ETI/PSI/126(8/89) 2
2x25 kV ‘AT’ feeding system.
31 Series capacitor equipment for 225 ETI/PSI/127(8/89) 1
kV ’AT’ feeding system.
32 Resonance suppressing C-R device ETI/PSI/128(8/89) 3
for 2x25 kV ’AT’ feeding system.
33 Control & relay panel including TI/SPC/PSI/PROTCT/71 -
Numerical type protection relays for 00(07/201 2)
scott connected single phase
traction transformers, OHE
protection & shunt capacitor bank
protection for 2x25 kV traction sub-
station.
34 25 kV ac double pole isolators for 2x ETI/PSI/133(8/89) 2
25 kV ’AT’ feeding system.
35 ‘AT’ Boost up current ratio type fault ETI/PSI/135(8/89) 1
locator for OHE for 2x 25 kV ‘AT’
feeding system.
36 Metal oxide gapless type lightning ETI/PSI/137 (8/89) with 7
arresters for use of 220/132/110/66 A&C Slip No.1 (1/90),
kV side of railway ac traction 2(2/91), 3(12/91), 4(8/94)
substation. 5 & 6 (9/05) & 7(07/2007)
37 Technical specification for leakage TI/SPC/PSI/LCMLA/0030 1
current monitor for lightning arrester (04/03)
38 25 kV ac double pole outdoor Sf6 ETI/PSI/139 (12/89) 4
interrupters for 2 x 25 kV ‘AT’
feeding system.

VSKP-EL-C-RT-111E Page 77
PSI works between Ambagaon-Jagdalpur on KK line

S.No DESCRIPTION SPECIFICATION NO. LAST


REV.
39 Technical specification for TI/SPC/PSI/PROTCT/50 -
Microprocessor based Numerical 70(05/07)
integrated feeder Protection Module
comprising DPR, INST, OCR, PTFE,
& Auto Reclosure Relay for 25 kV.
AC single phase 50 Hz traction Sub-
station.
40 Supervisory control and data ETI/PSI/144(12/91) -
acquisition (SCADA) system for 2x2
5 kV ‘AT’ Traction Power Supply.
41 Specification for 11 kV current ETI/PSI/145(3/92) 1
transformer with ratio 500/5 for 2x 25
kV ‘AT’ feeding system.
42 Specification for 25 kV current ETI/PSI/147(3/92) 1
transformer with CT ratio 100-50/5
for shunt capacitor banks in 2x 25
kV ‘AT’ feeding system.
43 Specification for SF6 gas leakage ETI/PSI/148(4/92) -
detector.
44 25 kV ac 50 Hz single pole outdoor ETI/PSI/159 (10/94) 1
pole mounted vacuum interrupter.
45 21.6 MVA, 100/27 kV OR 22/27 kV ETI/PSI/163 (4/97) 3
single phase, 50 Hz, ONAN traction
power transformer
46 25 kV, 50 Hz single pole outdoor TI/SPC/PSI/LVCBIN/012 2
interrupter for Railway Traction 0
switching station.
47 Magnetic actuator type 25 kV. AC 50 TI/SPC/PSI/VACINT/004 -
Hz single pole outdoor vacuum 0(05/05)
interrupter for railway traction
switching station.
48 Specification for DELTA I type high TI/SPC/PSI/PROTCT/19 -
resistive fault selective relay for 25 82(12/03)
kV AC single phase 50 HZ traction
system
49 Specification for panto flashover TI/SPC/PSI/PROTCT/29 -
protection relay for 25 kV ac traction 83(09/01)
system.
50 Control and relay panel for TI/SPC/PSI/PROTCT/40 -
protection system of Mumbai area 50(11/05)
for 50 Hz Ac traction power supply
system including parallel operation
on 25 kV side.

VSKP-EL-C-RT-111E Page 78
PSI works between Ambagaon-Jagdalpur on KK line

S.No DESCRIPTION SPECIFICATION NO. LAST


REV.
51 Specification for SCADA, 25 kV TI/SPC/RCC/SCADA/013 1
single phase 50 Hz ac traction 0(04/2014)
power supply (not for general use as
validation is yet to be done.)
52 Specification for 220 kV, Or 132 kV, TI/SPC/PSI/PTS/0990 5
or 110 kV, or 66 kV or 25 kV with A&C Slip
potential transformer. No.1,2,3,4,& 5
53 Outdoor circuit breaker for 25 kV, AC TI/SPC/PSI/HVGB/0120 5
traction sub-station.
54 30 MVA, 22/27 kV single phase TI/SPC/PSI/30TRN/0030 -
traction power transformer. (06/03)
55 30 MVA, 110 /27 kV single phase TI/SPC/PSI/30TRN/1050 -
traction power transformer with on (12/05)
load tap changer ( for use in Mumbai
sub-urban area)
56 30 MVA, 220/27 kV, 110/27 kV, & TI/SPC/PSI/30TRN/2070 -
66/27 kV single phase traction (10/07)
power transformer ONAN/ONAF with
on load tap changer (for use in TSSs
other than Mumbai area).
57 25 Core Armoured Optic Fibre cable TI/SPC/PSI/OFC/0050(1 -
for use in Indian Railways traction 0/05)
installation systems.
58 Technical specification for power TI/SPC/PSI/PQAR/0080( -
quality analyzer and Recorder with 09/08)
Remote display.
59 Technical specification for TI/SPC/RCC/SCADA/108 -
Supervisory control and data 0(9/08) with Amendment
acquisition system (SCADA) for 25 No.1
kV single phase 50 Hz ac traction
power supply for Mumbai area.
60 Relay testing kit for testing of Static/ TI/SPC/PSI/TESTKIT/10 -
Electromagnetic / Micro-processor 80(12/08)
based numerical protection relays
used for 25 kV ac, 50 Hz, single
phase traction system of Indian
Railways.
61 Manufacture and supply of 132 kV TI/SPC/PSI/CABLE/0090 -
XLPE underground cable and (02/09)
accessories.

VSKP-EL-C-RT-111E Page 79
PSI works between Ambagaon-Jagdalpur on KK line

S.No DESCRIPTION SPECIFICATION NO. LAST


REV.
62 Technical specification for 50/75/150 TI/SPC/PSI/AUTOTR/00 -
MVA, ONAN/ONAF/OFAR 220/132 90
kV, 3-Phase oil immersed type Auto
transformer.

C) LIST OF STANDARD DRAWINGS


S.No Brief Description Drawing Mod.
Series Number No.
1 Extra allowance for setting of ETI/OHE/G 00111 Sh.1 B
structures on curves (1676 mm
Broad gauge)
2 Standard setting of structure in ETI/OHE/G 00112 C
the vicinity of signals (broad
gauge)
3 Typical design of bearing ETI/OHE/G 00131 -
foundation.
4 Deleted -
5 Typical design of cantilever mast. RF/33/G 00141 Sh.3 -
6 Standard drilling schedule of ETI/OHE/G 00144 Sh.3 C
OHE masts 9.5 m long RSJ and
BFB respectively.
7 Span and stagger chart for ETI/OHE/G 00202 -
(conventional) OHE, Cad. CU
catenary & Cu cont. wire) wind
pressure 75,112.5 &150 kgf/sq.m
8 Employment schedule for ETI/OHE/G 00153 Sh.1 E
Cantilever mast Regulated OHE
cat. 65/Cu and Cont 107/Cu WP
112.5 kgf/sqm without EW &
without RC.
9 Employment schedule for ETI/OHE/G 00153 E
cantilever mast regulated OHE
cat. 65/Cu & cont. 107/GC, WP
112.5 kgf/sq.m with EW & without
RC.
10 Employment schedule for ETI/OHE/G 00153 Sh.3 E
cantilever mast regulated OHE
Cat. 65/Cu &cont 107/Cu, WP
112.2 kgf/sq. m with EW & with
RC
11 Employment schedule for ETI/OHE/G 00153 Sh.4 D
cantilever mast regulated OHE
Cat 65/Cu &cont 107/Cu, WP
112.2 kgf/sq.m with EW & with
RC

VSKP-EL-C-RT-111E Page 80
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
12 Employment schedule for ETI/OHE/G 00154 D
cantilever mast unregulated OHE
Cat 65/Cu &cont 107/Cu, WP
112.2 kgf/sq.m at 35 deg. C and
with 28 kgf/sq.mat 4deg. C
without EW & with RC
13 Employment schedule of bracket ETI/OHE/G 00158 Sh.1
tubes regulated pressure (for wind
Conventional OHE (Cd Catenary pressure
& Cu Contact wire 1000 kgf 75kgf/sq.m)
tension each) ETI/OHE/G Sh.2
(for wind
pressure
112.5
ETI/OHE/G kgf/sq.m
Sh.3
(for wind
pressure 150
kgf/sqm.
14 Dropper schedule for – un ETI/OHE/G 00169 A
insulated, overlap spans
15 Dropper schedule for insulated ETI/OHE/G 00170 A
overlap spans
16 Dropper schedule for ETI/OHE/G 00177 A
conventional regulated OHE with
Zero pre sag (1400/1400)
17 Adjustment chart of Regulating ETI/OHE/G 00195 A
equipment 3-pulley type 3:1 ratio
18 Schematic arrangement of ETI/OHE/G 02101 A
regulated OHE
19 Schematic arrangement of un- ETI/OHE/G 02121 Sh-4 A
insulated overlap (3&4 span
overlaps)
20 Schematic arrangement of ETI/OHE/G 02131 Sh.3
insulated overlap
21 Termination arrangement of OHE ETI/OHE/G 01212 B
with 3 pulley type regulating
equipment (3:1 ratio)
22 General distribution of droppers. ETI/OHE/G 0101 A
23 Outline of pantograph (broad RE/33/G 00181 A
gauge and meter gauge).
24 General formation of single track RE/33/G 01101 Sh.1 A
embankments and cutting (broad
gauge).

VSKP-EL-C-RT-111E Page 81
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
25 General formation of double track RE/33/G 01102 Sh.1 A
in embankments and cutting
(broad gauge)
26 General formation of multiple RE/33/G 01103 Sh.1 A
tracks (1675 mm gauge)
27 Standard anchor arrangement RE/33/G 01401 E
28 Anchor arrangement with dwarf ETI/OHE/G 01402 B
mast.
29 Schedule of anchor block for BG ETI/OHE/G 01403 D
track. Sh. 1
30 Double guy rod arrangement with ETI/OHE/G 01403 C
anchor block for BG track. Sh 2
31 Schedule of anchor block for BG ETI/OHE/G 01403 Sh.3 B
track (black cotton soil)
32 Standard guide tube ETI/OHE/G 01505 -
arrangement on a mast and
structures.
33 Trapezoidal counter weight ETI/OHE/G 01502 -
arrangement on OHE structures.
34 Arrangement of 3 kV & 25 kV ETI/OHE/G 01601
pedestal insulator supports on
OHE masts and portals
35 Standard arrangements for ETI/OHE/G 01701 A
mounting of number plate on
OHE structures
36. Schematic arrangement of ETI/OHE/G 02101 A
regulated overhead equipment.
37. Typical arrangements of OHE on ETI/OHE/G 2102
cantilever masts for double track
section
38 Typical arrangement for fixing of ETI/OHE/G 02102 Sh.1
bracket assembly on 9.5 m mast
and structure to set raising of
tracks (in future)
39 Mast on platforms (1676mm ETI/OHE/G 02104 Sh.2 A
gauge).
40 Details of bracket arrangement ETI/OHE/G 02106 Sh.1 A
on tangent and curved tracks
41 Details of bracket arrangement ETI/OHE/G 02106 Sh.3 C
for OHE (High speed).
42 Single bracket assembly on RE/33/G 02107 D
structures and dropped arms.
43 Box type cantilever Arrangement. ETI/OHE/G 02108 A
44 Arrangement at anti-creep. ETI/OHE/G 02111 A
45. Standard cantilever arrangement ETI/OHE/G 02113
for boom anchor anti-creep
location.

VSKP-EL-C-RT-111E Page 82
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
46 Schematic arrangement of un- ETI/OHE/G 02121 sh.1 F
insulated over lap (type-1) 3&4
span overlaps.
47 Schematic arrangement of ETI/OHE/G 02131 sh.1 A
insulated overlap.
48 General arrangement of ETI/OHE/G 02141 C
regulated OHE at turn-outs
(overlap&crossed type).
49 General arrangement of ETI/OHE/G 02151 -
regulated OHE at cross over
(overlap &crossed type)
50 Arrangement of neutral section ETI/OHE/G 02161 Sh.1
of 2
51 Arrangement of neutral section ETI/OHE/G 02162
assembly (PTFE Type) at SWS.
52 Arrangement of short neutral ETI/OHE/G 02161 Sh.2 -
section. of 2
53 Schematic arrangement of ETI/OHE/G 03101 -
unregulated overhead
equipment.
54 Standard termination of OHE ETI/OHE/G 03121 E
(regulated & un regulated)
55 General arrangement of ETI/OHE/G 03151 -
unregulated OHE at turnouts
(crossed & overlap type).
56 General arrangement of ETI/OHE/G 03152 Sh.1 -
unregulated OHE cross overs
and diamond crossings (overlap
and crossed type).
57 General arrangement of ETI/OHE/G 03152 Sh.2 -
unregulated OHE at diamond
crossing
58 General arrangement of pull off ETI/OHE/G 03301 A
59 General arrangement of head ETI/OHE/G 03201 -
span
60 In span jumper connection ETI/OHE/G 05101 -
between catenary & contact wire.
61 Continuity jumper connection at ETI/OHE/G 05102 C
un insulated overlap
62 Arrangement of anti-theft jumper ETI/OHE/G 05107 A
63 Connection at turn outs ETI/OHE/G 05103 B
64 Potential equalizer connection at ETI/OHE/G 05104 -
insulated overlap and neutral
section
65 Connections at diamond ETI/OHE/G 05106 A
crossing.

VSKP-EL-C-RT-111E Page 83
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
66 General arrangement of ETI/OHE/G 05121 Sh.1 C
connections to OHE by copper
cross feeder (150).
67 General arrangement of ETI/OHE/G 05122 Sh.1 C
connections at switching station
on double track section by
copper cross feeder (150).
68 General arrangement of ETI/OHE/G 05123 Sh.1 C
connections at switching station
on multiple track section by
copper cross feeder (150).
69 Suspension of 25 kV feeder ETI/OHE/G 05143 B
(spider on OHE masts.
70 Termination of feeder, return RE/33/G 05145 Sh.1 A
conductor & return feeder
(copper & aluminium)
71 Arrangement of suspension of RE/33/G 05152 C
double spider 25 kV feeder and
return feeder between substation
and feeding station
72 Assembly of section insulators RE/33/G 05181 C
73 General arrangement of earth ETI/OHE/G 05201 A
wire on OHE mast.
74 General arrangement of earth ETI/OHE/G 05201-1 -
wire on OHE mast
75 Arrangement of transverse bonds ETI/OHE/G 05251 A
76 Connection of return conductor to ETI/OHE/G 05306 F
track
77 Suspension arrangement of ETI/OHE/G 05307 B
aluminium return conductor
(spider) on traction Structures.
78 Suspension of return conductor ETI/OHE/G 05312 A
(spider) from boom of structures
(with clevis type disc insulators)
79 Connections between OHE and ETI/OHE/G 05413 B
aluminium return conductor at
booster stations
80 Mounting of 25 kV Isolators on ETI/OHE/G 05513 Sh.1 A
OHE structures (General
arrangement )
81 Details of small part steel work ETI/OHE/G 05513 Sh.2 A
for supporting 25 kV Isolator on
new TCC boom
82 Connection from isolator to OHE ETI/OHE/G 05516 A
83 Characteristics of ETI/OHE/G 05600 A
conductors/bus-bar for 25 kV Ac
traction

VSKP-EL-C-RT-111E Page 84
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
84 Arrangement of mounting 25 ETI/OHE/G 05522 -
kV/240, 10 kVA LT supply
transformer.
85 Employment Schedule for ETI/C 0702(OHE A
Cantilever Mast regulated OHE only) (Sh.1)
Cat 65 Cu Cad, 107 /Cu WP 75 ETI/C OHE+EW. A
kG/sq.m (Sh. 2)
ETI/C OHE+RC), A
Sh.3)
ETI/C OHE+EW/ A
RC,Sh.4
86 Employment Schedule for ETI/C 0704 A
Tramway type regulated OHE
(WP 75 kgf/sqm) without Ex. &
without RC.
87 Employment Schedule for 8” x 8” ETI/C 0708 A
x 35lbs FBB (9.5 M. long) WP
112.5 kgf/sq.m Cat. 65/Cu &
Cont. 107/Cu.
88 Employment Schedule for OHE ETI/C 0709 A
mast overlap central location with
3.0 m implantation. Cat. 65/Cu &
Cont. 107/Cu.WP 75 kgf/sqm
89 Employment schedule for OHE ETI/C 0710 A
mast overlap center location with
3.0M implantation, Cat. 65/Cu &
cont. 107/Cu. WP 112.5 kgf/sq.m
90 Employment schedule for OHE ETI/C 0711 A
mast overlap center location with
3.0M implantation, Cat. 65/Cu &
cont. 107/Cu. WP 112.5 kgf/sq.m
91 Employment schedule for OHE ETI/C 0712 A
mast overlap center location with
3.0M implantation, Cat. 65/Cu &
cont. 107/Cu. WP 112.5 kgf/sq.m
92 Employment schedule for 9.5 m ETI/C 0713 A
long OHE mast overlap center
location with 3.0M implantation,
Cat. 65/Cu & cont. 107/Cu. WP
75 kgf/sq.m
93 Employment schedule for 9.5 m ETI/C 0714 A
long 200x200x44.9 kg mast Cat.
65/Cu & cont. 107/Cu. WP 112.5
kgf/sq.m

VSKP-EL-C-RT-111E Page 85
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
94 Employment schedule for OHE ETI/C 0715 A
mast overlap anchor location with
3.0M implantation, Cat. 65/Cu &
cont. 107/Cu. WP 75 kgf/sq.m
95 Employment schedule for OHE ETI/C 0716 A
mast overlap center location with
3.0M implantation, Cat. 65/Cu &
cont. 107/Cu. WP 112.5 kgf/sq.m
96 Employment schedule 0721 for ETI/C 0721 (OHE -
regulated OHE mast(9.5 m) wind only)
pressure 75kgf sq.m for (Sh.1)
composite OHE(1000+1000) kgf
tension
97 Employment schedule for ETI/C 0722 -
regulated OHE mast (9.5m) wind
pressure 75 kgf/sqm. For
composite OHE with extra setting
distance overlap anchor location.
98 Employment Schedule for ETI/C 0723 -
regulated OHE mast (9.5m) wind
pressure 75 kgf/sqm for
composite OHE with extra setting
distance. Overlap centre location.
99 Employment Schedule for ETI/C 0724 -
regulated OHE mast (9.5m) wind
pressure 75 kgf/sqm for
composite OHE with extra setting
distance. Overlap inter location.
100 Employment schedule for pre- ETI/C 0725 A
stressed concrete mast (PC 42)
9.5 long. For conventional OHE,
Normal Location (WP 150, 112.5
and 75 kgf/sqm.07253
101 Standard portal (NO, PRG & ETI/C 0064 -
Double FBF type)
102 Special BSF portal for 5 tracks ETI/C 0026 sh1 C
(general C arrangement)
103 Protective screen at foot-over ETI/C 0068 H
bridge and road over-bridge.
104 Chart for portal foundation ETI/C 0005/68 -

104A Details of foundation in hard rock ETI/C 0080 A


for portals
105 Muff for OHE structures ETI/C 0007/68 E
106 Structures muff for sand core ETI/C 0012/69 E
foundations

VSKP-EL-C-RT-111E Page 86
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
107 9.5 m standard traction mast ETI/C 0018-2 D
(fabricated ‘K’ series)
108 Remote Control Cubicle at ETI/C 0067 B
switching station, foundation,
RCC slab Building plan & steel
door.
109 9.5 m standard traction mast ETI/C 0071 E
fabricated with batten plates ‘B’
series)
109A 9.5 m long standard traction mast ETI/C 0078 Sh. I -
(fabricated with batten plate)-
“TM” series.
109B 9.5 m long standard traction mast ETI/C 0078 Sh. 2
(fabricated with batten plate)-
“TM” series (Weight scheduled).
109C 10.85 m long standard traction TI/DRG/CI 00001/0 8/0
mast (fabricated with batten V/B-
plate)-“B” series. MAST/RDS
O
110 Details of OHE foundation in soft ETI/C 0059 C
rock (bearing capacity 45,000
kgf/sq. m)
110A Details of OHE foundation in ETI/C 0060 D
Hard rock (bearing capacity
90,000 kgf/sq. m)
111 Details of foundation for fencing ETI/C 0032 B
upright
112 Employment schedule for ETI/C 0185 B
switching and booster station
main masts
113 Drilling schedule for S-1 mast ETI/C 0030 F
114 Drilling schedule for S-2 mast ETI/C 0031 D
115 Drilling schedule for S-3 mast ETI/C 0180 C
(length 11.4m)
116 Drilling Schedule for 8” x 6” x 35 ETI/C 0036 E
lbs. RSJ mast 8.0 m long for
booster transformer station Type
S-4.
117 Drilling schedule for S-5 mast ETI/C 0042 E
(114 m long)
118 Drilling schedule for S-6 mast ETI/C 0181 C
(length 12.4 m)
119 Drilling schedule for S -7 mast ETI/C 0182 C
(length 12.4 m long)
120 Drilling schedule for S -8 mast ETI/C 0183 C
(length 12.4 m long)

VSKP-EL-C-RT-111E Page 87
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
121 Drilling schedule for S -9 mast ETI/C 0184 C
(length 9.4 m long)
122 General arrangement & details of ETI/C 0186 sh.1 E
fencing panels & gate for
switching station
123 Details of fencing upright and ETI/C 0186 sh.2 E
anti-climbing device for switching
station
124 S-100 fabricated mast for ETI/C 0043 B
mounting LT supply transformer
and drop out fuse switch at
switching station.
125 S-101 details of mast for ETI/C 0044 A
supporting isolator inside
switching station
126 Details of anchor beam on SP, ETI/C 0033 D
SSP, & FP
127 Details of small part steel for ETI/C 0034 Sh.1 K
switching station
128 Details of bracing for switching ETI/C 0034 sh.2 B
&BT masts.
129 Details of small parts steel of out ETI/C 0037 C
rigger for switching stations and
booster transformer stations.
130 Details of small parts steel for ETI/C 0040 E
booster transformer stations.
131 Details of pre-cast cable trench ETI/C 0038 E
for switching station
132 Standard ’R’ type portal rod laced ETI/C 0011/69 C
general arrangement Sh.1
133 Standard ’G’ type portal special ETI/C 0066 C
upright and end piece.
134 Short bored pile foundation for ETI/C 0062 B
traction mast (permissible BM &
volume)
135 Chart for portal foundations in dry ETI/C 0063 C
black cotton soil safe bearing
capacity 16500 kg/sqm.
135A Details of foundation for 132 kV ETI/C 0209 C
traction substation structures.
136 Dwarf mast foundation on wet & RE/ALD/OH 02 -
dry black cotton soil E/SK/C
137 Typical design of new pure ETI/SK/C 131 A
gravity foundation.
138 Typical design of side gravity ETI/SK/C 142 A
foundation.
139 Rock Anchor for BG Track. ETI/SK/C 208 -

VSKP-EL-C-RT-111E Page 88
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
140 Bracket fitting for PSC Masts ETI/SK/C 214 sh.2 A
capacity 4200 kgm.
141 SPS details for earth wire clamp ETI/SK/C 214 Sh.2 A
on PSC mast. of 2
142 Special arrangement of OHE ETI/OHE/S K 529 D
under over line structure
143 Earthing and bonding of PSC ETI/OHE/S K 537Sh.1 of A
mast. 2
144 Typical Earthing arrangement in ETI/OHE/S K 537 Sh.1 D
spun D PSC mast with 18mm dia of 2
rod.
145 Arrangement of antitheft jumper ETI/OHE/S K 566 -
at overlap
146 Catenary dropper assembly ETI/OHE/P 1190 B
147 Parallel clamp (20/20) ETI/OHE/P 1550 E
148 Standard guide Tube assembly. ETI/OHE/P 5060-2 C
149 Standard anti-wind clamp ETI/OHE/P 2550-1/2 L
150 Multiple cantilever cross arm RE/33/P 3224 H
assembly
151 Anchor fitting Assembly on rolled ETI/OHE/P 3230 C
sections
152 Anchor fitting Assembly on ‘K’ ETI/OHE/P 3240 D
series TCC mast and P type
portal upright.
153 Anchor assembly on ‘N’ and ‘O’ ETI/OHE/P 3250 D
type portal spans.
154 Structure bonds ETI/OHE/P 7000 E
155 Earthing station ETI/OHE/P 7020 B
155A Earth Electrode ETI/OHE/P 7021 A
156 Longitudinal rail bond ETI/OHE/P 7030 F
157 Short super mast assembly ETI/C/P 7020 B
158 Long super mast assembly ETI/OHE/P 8010 G
159 Bracket attachment assembly on ETI/OHE/P 8030 B
portal upright (NORPG& BFB
type )
160 Super mast assembly on portals ETI/OHE/P 8050 C
161 Medium super mast assembly ETI/OHE/P 8060 C
162 Compensating plate ETI/OHE/P 5191-1/2 D
163 Suspension clamp RE/33/P 1160 J
164 Double suspension clamp ETI/OHE/P 1170 K
165 Double suspension lock plate. ETI/OHE/P 1172 C
166 Catenary splice(65) ETI/OHE/P 1090 -
167 Typical location & schematic ETI/PSI 003 C
connection diagram for a three
interrupter switching station.

VSKP-EL-C-RT-111E Page 89
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
168 Typical general arrangement of a ETI/PSI 004 F
three interrupter switching station
169 Typical location plan & general ETI/PSI 005 F
arrangement for-sectioning &
paralleling station
170 Typical location plan and ETI/PSI E
arrangement for a feeding station
171 Typical general arrangement at a ETI/PSI 013 B
booster transformer stn. (with 4
cross feeder) type III
172 Typical general arrangement of ETI/PSI 018 A
280 kVA Booster transformer stn.
(with 4 cross feeder) type III
173 Typical general arrangement at a ETI/PSI 011 C
booster transformer stn. (without
cross feeder) type I
174 Typical number plate for auxiliary ETI/PSI/P 7525 -
transformer
175 Typical fencing and anti-climbing ETI/PSI 104 E
arrangement at switching station
176 Typical earthing layout of sub- ETI/PSI 201 B
sectioning and paralleling station
177 Typical earthing layout of a ETI/PSI 202 B
sectioning and paralleling station.
178 Typical earthing layout of a ETI/PSI 203 B
feeding station
179 Earthing details for interrupter LT ETI/PSI 204 C
supply transformer 25 kV
lightning arrestors PT type-I ( S-
100 masts, S-101 mast, fencing
upright and main mast)
180 Typical earthing layout at a ETI/PSI 211-1 A
booster transformer stations
(without cross feeder ) for Type-I
and II
181 Typical cable run layout of a sub- ETI/PSI 301 C
sectioning & paralleling station.
182 Typical cable run layout of a ETI/PSI 302 C
sectioning & paralleling station
183 Typical cable run layout of a ETI/PSI 303 B
feeding station
184 Typical earthing layout of a ETI/PSI 212 B
booster transformer station (with
4 cross feeder for type III, IV and
V)
185 Typical drawing for a terminal ETI/PSI 501 C
board

VSKP-EL-C-RT-111E Page 90
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
186 36 mm Aluminium Bus terminal ETI/PSI/P 6480 C
187 36 mm Aluminium Bus splices ETI/PSI/P 6490 B
188 36 mm Aluminium Bus Tee ETI/PSI/P 6500 C
connector
189 36 mm Aluminium Tee terminal ETI/PSI/P 6510 D
190 36 /15 Tap connector ETI/PSI/P 6520 B
191 36 mm Aluminium flexible bus ETI/PSI/P 6550 B
splice
192 36 mm Aluminium bus splice cum ETI/PSI/P 6560 B
tee connector
193 Typical number plate for ETI/PSI/P 7520 B
interrupter and double pole
isolator
194 Typical number plate for potential ETI/PSI/P 7521 B
transformer Type-I
195 Typical number plate for booster ETI/PSI/P 7522 B
transformer
196 Standard plan Remote Control RE/Civil/BS - -
cubicle at a switching station 11/95
197 Typical details of pressed steel RE/Civil/S- R1
door, window and ventilator 115/95
198 Bolted base connection for ETI/C 0010 C
portals located in drains.
199 Details of base plate for mast on ETI/C 0002 A
drains in station yards.

(D) LIST OF STANDARD DRAWINGS FOR TRAMWAY TYPE OHE (REGULATED)

S.No Brief Description Drawing Mod.


Series Number No.
200 Span and stagger chart for ETI/OHE/G 04201 -
Tramway type OHE (regulated)
201 Drilling schedule of OHE mast ETI/OHE/G 04202 C
8.5m & 9 m long RSJ) and BFB Sh.1& 2
respectively.
202 Schematic arrangement of ETI/OHE/G 04203 C
(regulated) tramway type OHE
203 Arrangement of bracket assembly ETI/OHE/G 04204 B
for Tramway Type OHE
(Regulated)
204 Arrangement for anti-creep for ETI/OHE/G 04205 B
Tramway Type OHE ( Regulated)

VSKP-EL-C-RT-111E Page 91
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
205 Arrangement of anti-creep for ETI/OHE/G 04206 B
Tramway OHE (regulated
alternative arrangement )
206 Arrangement of section Insulator ETI/OHE/G 04207 B
for Tramway Type OHE Sh.1
(regulated)
207 Small parts steel for supporting ETI/OHE/G 04207 B
section insulator assembly for Sh.2
regulated tramway type OHE.
208 General arrangement of turnouts ETI/OHE/G 04208 B
for Tramway type OHE(regulated)
209 Adjustment chart for Tramway ETI/OHE/G 04209
type OHE (regulated)
210 Bridle wire clamp (6 mm) ETI/OHE/P 1070-1 B
211 Large suspension clamp 20 mm ETI/OHE/P 1580 Sh-2 -
(with armour rod)
212 Hook bracket ETI/OHE/P 2380 C
213 BFB steady arm assembly for ETI/OHE/P 2540-1 -
Tramway OHE (Regulated)
214 Anti wind clamp for tramway OHE ETI/OHE/P 2550-3 E
(regulated)
215 Counterweight assembly (light) ETI/OHE/P 5090-3 F
216 Counter weight assembly with ETI/OHE/P 5090-6 B
pulley type regulating equipment
(3:1 ratio)
217 Employment schedule for ETI/C 0705 A
tramway type regulated OHE
without RC and EW(WP 112.5
kgf/sqm)
218 Protective screen at FOB/ROBs. ETI/C 0068 H
219 i) Standard plan –height gauge TI/DRG/CI 00001/0 -
for level crossing (for clear V/HGAUGE 5/0
span up to 7.3m) details of /RDSO
structure & foundation.
ii) Standard plan –height gauge TI/DRG/CI 00002/0
for level crossing (for clear V/HGAUGE 5/0
span above 7.3m up to 12.2 /RDSO 38-04
m) details of structure & (Mod R1)
foundation.
iii) Span length 7.3m for Class-II CORE dwg 140/000 8
to IV roads and TVU<1 Lakh No: RE/CIV (Mod-R1)
IL/S1
iv) Span length 7.3mto 10.0 m for CORE dwg
Class-II to IV roads and No- 00001/1
TVU<1 Lakh RE/CIVIL/S- 4/0
TI/DRG/CI
V/HGAUGE
/RDSO

VSKP-EL-C-RT-111E Page 92
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
220 Anchor arrangement with dwarf ETI/OHE/H 01402 -
mast for conventional and High R/G
rise OHE
221 Employment schedule of bracket ETI/OHE/G 00158 Sh- -
tube regulated conventional OHE 3
(Cd-Cu catenary and Cu contact
wire (1000 kgf tension each) for
wind pressure 150 kgf/ sq. m at
10degC
222 Employment schedule of bracket ETI/OHE/G 00159 -
tubes unregulated unconventional Sheet 3
OHE (Cd.CU-catenary) and CU-
contact wire.
234 Standard arrangement of ETI/C 0076 C
supporting cantilevers on the
boom of portals and TTC (to
avoid Bird’s nesting)
235 Volume charts and equivalent TI/CIV/FN 00001/1 -
chart of foundation (side bearing, D/RDSO 2/0 sheet-
side gravity & WBC) 1
236 Volume chart and equivalent TI/CIV/FN 00001/ -
chart of foundations(NG type) D/RDSO 12/0 sheet
-2
237 Volume and equivalent chart of TI/CIV/FN 00001/ -
foundations for dry black cotton D/RDSO 12/0 sheet
soil only (NBC type) -3
238 Volume chart & equivalent chart TI/CIV/FN 00001/
of new pure gravity foundations D/RDSO 12/0 sheet
(500 mm exposed) -4
239 Volume & equivalent chart of TI/CIV/FN 00001/
foundations for dry black cotton D/RDSO 12/0 sheet
soil only (8000 kg/sq. m) NBC -5
type 2.5 m depth
240 Volume charts and equivalent TI/DRG/CI 00001/
chart of foundations (side V/FND/RD SO 04/0
bearing, side gravity &WBC) sheet-1
241 Volume charts and equivalent TI/DRG/CI 00001/
chart of foundations(NG type) V/FND/RD SO 04/0
sheet-2
242 Volume and equivalent chart of TI/DRG/CI 00001/
foundations for Dry black cotton V/FND/RD SO 04/0
soil (NBC type) for 16500 &11000 sheet-3
kgf/ sq m, 3.0 m depth
243 Volume chart and equivalent TI/DRG/CI 00001/0
chart of new pure gravity V/FND/RD SO 4/0 sheet-
foundations (500 mm exposed). 4

VSKP-EL-C-RT-111E Page 93
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
244 Volume and equivalent chart of TI/DRG/CI 00001/0
foundations for Dry black cotton V/FND/RD SO 4/0 sheet-
soil only (8000 kg/ sq m) NBC 5
type 2.5 depth
245 Employment schedule for OHE ETI/C 0726 -
mast (9.5 m) for wind pressure Sheet 1
150 kgf/ sq m copper OHE
246 Employment schedule for OHE ETI/C 0726 -
mast (9.5 m) for wind pressure Sheet-2
150 kgf/ sq m copper OHE & EW
247 Employment schedule for OHE ETI/C 0726 -
mast (9.5 m) for wind pressure Sheet-3
150 kgf/ sq m copper OHE &RC
248 Employment schedule for OHE ETI/C 0726 -
mast (9.5 m) for wind pressure Sheet-4
150 kgf/ sq m copper
OHE,RC&EW
249 Employment schedule for OHE ETI/C 0727 -
mast (9.5 m) for wind pressure
150 kgf/ sq m copper OHE, with
higher implantation overlap
anchor location
250 Employment schedule for OHE ETI/C 0728 -
mast (9.5 m) for wind pressure
150 kgf/ sq m copper OHE with
higher implantation overlap inter
location
251 Employment schedule for ETI/C 0706 A
tramway type regulated OHE WP
150 kgf/ sq m without RC &EW
252 Raised register arm clamps ETI/OHE/P E
/1360-1
253 Parallel clamp (90/50) ETI/OHE/P 1040-3 B
254 Contact wire parallel clamp(Part ETI/OHE/P 1041-2 D
small)
255 Parallel clamp (150/160) ETI/OHE/P 1050-3 A
256 Parallel clamp Part (150/105-150) ETI/OHE/P 1051-2 C
257 Parallel clamp (105/240) ETI/OHE/P 1530-1 C
258 Steady Arm hook BFB (forged) TI/DRG/OH 00003/ 0
E/FTGFE/R 0/0
DSO
259 Tabular stay sleeve (forged) TI/DRG/OH 00004/
E/FTGFE/R 03/0
DSO
260 Register Arm Eye piece 25 mm TI/DRG/OH 00002/
(Forged) E/FTGFE/R 00/0
DSO

VSKP-EL-C-RT-111E Page 94
PSI works between Ambagaon-Jagdalpur on KK line

S.No Brief Description Drawing Mod.


Series Number No.
261 Mast fittings for hook insulator TI/DRG/OH 00005/
(forged) E/FTGFE/R 04/0
DSO
262 Modified BFB steady arm TI/DRG/OH 00006/
assembly with 25 mm drop E/FTGFE/R 05/0
bracket ( ID-2306) DSO
263 Terminal clamp (15 mm) – TI/DRG/OH 00001/
compression type E/FTGNF/R 02/1
DSO
264 Terminal clamps( 19mm) TI/DRG/OH 00002/
compression type E/FTGNF/R 02/1
DSO
265 Feeder splice ( 150) TI/DRG/OH 00003/
E/FTGNF/R 03/0
DSO
266 Feeder splice sleeve TI/DRG/OH 00004/
E/FTGNF/R 03/0
DSO
267 Feeder joint socket left TI/DRG/OH 00005/
E/FTGNF/R 03/0
DSO
268 19 mm bus terminal clamp TI/DRG/OH 00006/
(compression type) E/FTGNF/R 03/0
DSO
269 Parallel clamp ( dia 20 mm/ TI/DRG/OH 00006/
18.75mm) E/FTGNF/R 03/0
DSO
270 18mm single clevis assembly TI/DRG/OH 00001/
modified E/FTGFE/R 00/0
DSO
271 Signals at neutral sections TI/DRG/OHE 00001
/NS/RDSO /00/01
272 Schedule anchor block for BG TI/DRG/OH 00001/
track E/GUYROD 07/0
/RDSO
273 Double guy rod arrangement with TI/DRG/OH 00002
anchor block for BG track. E/GUYROD /07/0
/RDSO
274 Schedule of anchor block for BG TI/DRG/OH 00003/
track black cotton soil E/GUYROD 07/0
/RDSO
275 Guy rod dia 25 mm TI/DRG/OH 00004/
E/GUYROD 07/0
/RDSO

VSKP-EL-C-RT-111E Page 95
PSI works between Ambagaon-Jagdalpur on KK line

(E)LIST OF STANDARD RDSO’s SPECIFICATIONS FOR OHE

S.No. DESCRIPTION SPECIFICATION NO. LAST


REV.
1. Technical Specification for ETI/OHE/3(2/94) with A&C 1
annealed stranded copper slip No.1of (4/95)
conductors for jumper wire for
Electric Traction
2. Specification for Copper bus bar. RE/30/OHE/5 (11/60) -

3. Specification for Steel tubes. ETI/OHE/11 (5/89) -


4. Specification for Hot dip zinc ETI/OHE/13(4/84) with A&C 3
galvanization of steel masts slip No. 1of (5/86),2 of (4/90)
(Rolled & fabricated). Tubes and & 3 of (4/90)
fittings used on 25 kV ac OH
5. Specification for Stainless steel TI/SPC/OHE/WR/1060 with 2
wire ropes. A&C slip No 1 of (11/06) & 2
of (05/07) OR
ETI/OHE/14(9/94) with A&C
slip No.1 of 9/95,2 of
1/97,3(8/99)4 of(12/99) & 5
of (10/2001).
6. Specification for solid core TI/SPC/OHE/INS/0070 -
porcelain insulators for 25 kV ac (04/2007) OR
50 Hz single phase overhead ETI/OHE/15(9/91) with A&C
traction lines. slip No.1 (5/99), No.2 of
(2/2000) and 3 of (2/2000).
7. Specification for 25 kV ac single ETI/OHE/16(1/94) with A&C 2
pole and double pole isolators for slip No.1 of (06/2000) & 2 of
Railway Electrification. (3/2004)
8. Specification for steel and TI/SPC/OHE/Fasteners/ -
stainless steel bolts, nuts. 0120 OR ETI/OHE/18(4/84)
with A&C slip latest.
9. Aluminum alloy section and ETI/OHE/21(9/74) -
tubes for 25 kV Traction
Overhead Equipment.
10. Specification for Dynamometers. RE/OHE/22(9/61) -
11. Specification for Light weight TI/SPC/OHE/LWTSI/0060( -
Section insulator assembly. 08/06)
12. Specification for Enameled steel ETI/OHE/33(8/85) -
plates.
13. Specification for retro-reflective ETI/OHE/33A(12/97) with 8
structure Number plates. A&C slip 1 to 8
14. Performances specification for TI/ SPC/OHE/MCS/080 -
modular cantilever assembly.
15. Specification for Galvanized steel ETI/OHE/36(12/73) with 1
wire rope. A&C Slip No.1 of (5/98)

VSKP-EL-C-RT-111E Page 96
PSI works between Ambagaon-Jagdalpur on KK line

S.No. DESCRIPTION SPECIFICATION NO. LAST


REV.
16. Specification for Hard drawn ETI/OHE/37(12/73) -
copper catenary.
17. Technical specification for hard ETI/OHE/42(6/97) -
drawn grooved contact wire for
electric traction (jointed/welded
contact wire).
18. Specification for three pulley type TI/SPC/OHE/ATD/0060 with 3
regulating equipment with A&C slip 1 to 3
modified Pulley group (3:1 Ratio)
19. Technical specification for TI/SPC/OHE/Exothrmbond/ -
exothermic welding connection 0100(04/10)
for bonding, earthing/drilling
20. Technical specification for ETI/OHE/49(9/95) with A&C 5
Fittings for 25 kV ac OHE Slip No 1 of (3/97) and
CORE's A&C slip No. 2 of
(4/2000), 3 of (08/01) 4 of
(03/2002) & 5 of (10/2010).
21. Technical Specification for ETI/OHE/50(6/97) with A & 3
cadmium copper conductors for C Slip No 1 to 3
overhead Railway traction.
22. Technical Specification for TI/SPC/OHE/HDCSCF/003 -
37/2.25mm Hard Drawn 0(06/03)
Stranded copper conductor
23. Specification for ETI/OHE/51(9/87) 1
Discharge/earthing pole
assembly for 25 kV ac traction.
24. Specification for interlocks for ac ETI/OHE/52(10/84) -
traction switchgears.
25. Principles for OHE layout plans ETI/OHE/53(6/88) with A&C 5
and sectioning diagrams for 25 slip no.1 of (6/88), 2 of
kV ac traction. (6/88), 3 of (6/90), 4 of
(8/92) & 5 of (11/2006)
26 Specification for 19/2.79 mm all ETI/OHE/54(2/85) with A&C 2
aluminum alloy. Stranded slip No. 1 of (11/89) &2 of
(10/92)
27 Specification for Bimetallic ETI/OHE/55(4/90) -
(aluminium-copper) strip.
28 Technical specification for 4 TI/SPC/OHE/4WDHTW/00 -
wheeler overhead equipment 70 (06/07)
inspection car 1676 mm gauge
29 Specification for hand operated ETI/OHE/58/1(1/95) -
lifting and swiveling platform.
30 Technical specification for 8 TI/SPC/OHE/8WDEIC/0090 1
wheeler OHE inspection car (2/09)
1676 mm gauge
31 Specification for Short Neutral TI/SPC/OHE/SNS/0000 of -
Section Assembly (phase Break) (2/2000)

VSKP-EL-C-RT-111E Page 97
PSI works between Ambagaon-Jagdalpur on KK line

S.No. DESCRIPTION SPECIFICATION NO. LAST


REV.
32 Specification for solid core ETI/OHE 64(10/88) 1
cylindrical post insulators for
systems with nominal voltages of
220 kV, 132 kV, 110 kV & 66 kV
33 Specification for continuous cast ETI/OHE/65(8/87) with A & 3
copper wire rods. C Slip No 1 to 3
34 Technical Specification for hard ETI/OHE/76(6/97) with A & 4
drawn grooved contact wire for C Slip No 1,3,4 & 5
electric traction draw3n out of
continuous cast copper (CCC)
wire rods.
35 Gearless hand operated pulling TI/SPC/OHE/TOOLPL/0990 1
and lifting machines (TIRFOR)
36 Galvanized steel stranded wire TI/SPC/OHE/GSSW/0090 -
(GSSW) for Anchoring of (10/2009)
Traction Mast
37 Rachet lever Hoist ( Pull-lifts) TI/SPC/OHE/TOOLPL/1990 -
38 Specification for Insulated TI/SPC/OHE/INSCAT/0000 -
Cadmium Copper Catenary (04/00) with A & C Slip No 1
19/2.1 mm Dia meter for
provision under over line
structures in the 25 kV ac
Electric traction
39 Technical specification for TI/SPC/OHE/TIPS/0010(03 -
infrared imaging system for /01)
handheld application.
40 Technical specification for TI/SPC/OHE/TIPS/1030(06 -
infrared imaging system for /05) Rev. 1
stationary Installation.
41 Specification for Loco mounted TI/SPC/OHE/TIPS/2030(08 -
analysis system /03)
42 Technical specification for TI/SPC/OHE/GALSTB/004 1
galvanized steel stranded wire 0(09/04)
for traction bonds for 25 kV ac
Electric traction system
43 Technical specification for TI/SPC/OHE/INSCOM/107 -
Silicone composite insulators for 0(01/07)
25 kV ac 50 Hz single phase
overhead traction lines.
44 Specification for Retro-Reflective TI/SPC/OHE/FRPNP/0060 -
structure number plate on FRP
base
45 Technical specification for on TI/SPC/OHE/CW/WEAR/00 -
Board Equipment for line 80(02/80)
scanning for thickness of contact
wire used in 25 kV ac traction.

VSKP-EL-C-RT-111E Page 98
PSI works between Ambagaon-Jagdalpur on KK line

S.No. DESCRIPTION SPECIFICATION NO. LAST


REV.
46 Technical specification for Gas TI/SPC/OHE/GATD/0080(9 -
Auto tensioning device. /08)
47 Specification for Testing load TI/SPC/OHE/INSTEST/009 -
testing Machine 25 kV Porcelain & 0(02/09)
Composite insulator before
installation.
48 Specification for Solid core TI/SPC/OHE/POST/0100(0 -
Porcelain cylindrical Post 1/10)
Insulators with nominal Voltage of
66 kV, 110 kV, 132 kV & 220 kV
49 Technical specification for TI/SPC/OHE/AUGER/0090 -
propelled Auger vehicle for digging ( 02/09)
of foundations of over-head lines
50 Technical specification for TI/SPC/OHE/RRV/ -
propelled road Rail vehicle for 0090(05/09)
maintenance of overhead lines.
51 Technical specification for self- TI/SPC/OHE/MEMV/ -
propelled mast Erection machine 0090(03/09)
vehicle for running on (1676)mm)
Routes of Indian railways.
52 Technical specification for TI/SPC/OHE/GSSW/0090( -
galvanized steel stranded wire for 10/2009)
traction mast
53 Technical specification for roof TI/SPC/OHE/ITIC/0100(02/ -
mounted infrared thermal imaging 2010)
system for on live line scanning of
ac OHE system.
54 Technical Specification for self- TI/SPC/OHE/8WDEITC/00 -
propelled intelligent OHE 12(07/2012)
parameter recording cum
Inspection Car (Dhanwantari)
55 Technical specification for self- TI/SPC/OHE/WIRING/0090 -
propelled wiring train for paying of (02/2013)
contact & catenry wire of overhead
lines on BG ( 1676 mm )
56 Technical specification for 8- TI/SPC/OHE/8WDETC/009 1
Wheeler Diesel Electric Tower 0 (02/2009 )
Wagon (Under Slung)
57 Technical Specification for spun ETI/ C/2(8/94) -
pre stressed cement concrete
(PSC) OHE traction mast.
58 Indian Railway standard ETI/C/3(5/83) -
specification for spraying zinc
coating on the OHE mast.
59 Draft Indian Railway Standard ETI/C/4(8/90) -
specification for cold roll formed
mast for Railway electrification.

VSKP-EL-C-RT-111E Page 99
PSI works between Ambagaon-Jagdalpur on KK line

S.No. DESCRIPTION SPECIFICATION NO. LAST


REV.
60 Specification for Flo-Coat Tube. ETI/C/5(5/88) 1
61 Corrosion Resistant Paint System TI/SPC/CIV/POR/0080(08/ -
for outdoor structures of Traction 2008)
Distribution and traction rolling
stock.
RAILWAY BOARD/RDSO INSTRUCTIONS TO BE FOLLOWED IN RAILWAY
ELECTRIFICATION WORKS (REF. RB letter D.O. NO. 2013/RE/161/9FTS-74851 DATED
09.04.2013).
(F) MISCELLANEOUS INSTRUCTIONS

S.No. General Deficiencies in RE Works Rly. Board/RDSO Guidelines


1. Availability of 120 mts distance Railway Board’s letter BNo.
between stop signal and central line 2010/l3c(G)/ 148/5 dated
of insulated overlap/ section 11.6.12 para 30.2 ACTM vol. II
insulators. part.II
2. Comprehensive policy regarding Railway Board letter No.
insulators for 25 kV ac traction on 2002/Elec.(G)/161/21 Vol. II Pt.
IRs ( vandal/ Pollution prone area)- dated 04.07.12
regarding use of composite
insulators
3. Railway Board letter No.
Trimming/ cutting of trees in
2008/Elect. (G)/161/8 Pt. dated
electrified sections
05.09.12.
4. To avoid provision of splice in large Railway Board letter No. 2008/
span wires. Elec.(G)/161/8 Pt. Vol. II Pt.
dated 26.09.12.
5. Insulated catenary to be provided TI/MI/0036(09/99) Rev. 0
under all ROBs/FOBs
6. Provision of pipe on hex-Tie rod at TI/MI/0035(09/01) Rev. 1.
cross overs and short tension length
ATDs.
7. Testing of 25 kV porcelain and TI/MI/0042(12/2008) Rev.0
composite insulators before
installation.
8. Modified protection scheme to be ETI/C/0068(07/09) Rev. H
provided at all FOB/ROB.
9. Increasing data transfer speed of TI/IN/002(02/10) Rev.0 or latest
traction scada system from 600/1200 TI/SPS/RCC/SCADA/0130
bps to minimum 9600 bps 04/2014
10 Provision of long cross type G – As per RDSO Drg.
jumpers on parallel run side instead
of crossover/turnout site.
Separate DJ close boards for Required for MEMU/EMU
11.
MEMU/EMU operation

VSKP-EL-C-RT-111E Page 100


PSI works between Ambagaon-Jagdalpur on KK line

S.No. General Deficiencies in RE Works Rly. Board/RDSO Guidelines


12. Ensuring projection of RT at pull of RDSO Drg. No.
i.e. negative stagger location to be ETI/OHE/G/02106 Rev.C
beyond the vertical plane of contact
wire.
13. Fixing arrangement for mast anchor RDSO Drg. No.
fitting for anti-falling device for three TI/DRG/OHE/ATD/RDSO/0000/
pulley modified ATD 05/0
14. Caternary wire in place of GI wire at RDSO Drg. No.
ACC locations in polluted area. TI/DRG/OHE/GENL/RDSO/000
001/12/0 Rev.0 ref.
ETI/OHE/G/02111 Rev. A dated
23.10.2012.
15. Gap between mast fitting for hook Drg. No. RE/33/G/000141
insulators and top of the mast
16. Measurement of contact resistance As per ACTM para 20908 Vo. II,
and opening/closing time of Part I and OEM’s this is to be
CBs/BMs during commissioning of done in the preconditioning test.
TSS/switching posts.
17. Provision of double eye distance rod. TI/MI/00008 Rev. 0
18. Soft copy of LOP, Power supply For better accessibility and
diagrams and other relevant reproductively.
drawings in Auto -CAD software.
(F)SMIs & MIs for TRD issue by RDSO
1. List of Maintenance Instructions:
S.No SMI No. Rev Regarding Description of the item
1 TI/MI/0001 0 OHE, Failure of 25 kV pedestal
Insulators insulator and to use only solid
core support insulator.
2 TI/MI/0007 0 OHE, Use of disk insulator in place of
Insulators 9-T solid core insulators of 25 kV
ac OHE.
3 TI/MI/0008 0 OHE, Failure of 9-t insulator due to non
Insulators provision of double eye distance
rod at BWA location.
4 TI/MI/0018 3 OHE, ATD Winch type regulating equipment.
5 TI/MI/0026 2 Capacitor Bank Periodical maintenance
instruction & trouble shooting
guidelines for capacitor bank.
6 TI/MI/0027 0 OHE, Development of 107 mm2 silver
Conductor bearing copper contact wire
(silver contents 0.1%).
7 TI/MI/0028 2 OHE, Panto Overhead equipments (OHE) on
entanglement turn out/cross over to avoid panto
entanglements.
8 TI/MI/0029 3 OHE, ATD 3:1 Ratio, 3 Pulley type
regulating equipment.

VSKP-EL-C-RT-111E Page 101


PSI works between Ambagaon-Jagdalpur on KK line

S.No SMI No. Rev Regarding Description of the item


9 TI/MI/0034 0 OHE, OOR Contact wire in out of run OHE.

10 TI/MI/0035 1 OHE, ATD Provision of pipe on HEX Tie


Rod of auto Tensioning Device
(ATD).
11 TI/MI/0036 0 Insulated cad. Provision of insulated cadmium
Cupper Copper catenary wire under over
Catenary line structure on 25kV ac traction
system.
12 TI/MI/0037 2 Contact wire- Maintenance instruction for OHE
OHE fittings contact wire and associated
fittings.
13 TI/MI/0038 2 Traction Inspection test schedule for
Transformer traction power transformer.
14 TI/MI/0039 1 Traction Schedule of periodic overhauling
Transformer of traction transformer.
15 TI/MI/0040 0 Pollution Maintenance instructions for
measurement, measuring the severity of
Insulator pollution by brush wash method.
16 TI/MI/0041 0 Lightning Maintenance instructions for
arrester lightning arresters.
17 TI/MI/0042 0 OHE, Testing of 25 kV porcelain &
Insulators composite insulators before
installation.
18 TI/MI/0043 0 8 wheeler Instruction for 8-wheeler tower
tower wagon wagons covering instructions for
DETC & DHTC.
19 TI/MI/0044 0 4 wheeler Special Maintenance Instruction
tower wagon for 4-wheeler tower car.
20 TI/MI/0044 0 Siding Guidelines for overhead
electrification hopper/chute/crane
loading/unloading of rakes in
electrified sidings.
21 TI/MI/0045 0 OHE, ATD Maintenance instructions for Gas
Auto tensioning device.
22 TI/MI/0047 0 Insulated Special maintenance instructions
catenary for precautions while splicing
insulated Cadmium-Cupper
catenary wire.
23 TI/MI/0048 08/ Dis connector Special maintenance instructions
13 in lightning for provision of dis connector
arresters assembly to the lightning
arresters provided over 25 kV
side traction system on Indian
Railways.

VSKP-EL-C-RT-111E Page 102


PSI works between Ambagaon-Jagdalpur on KK line

2. List of Other Instructions

S.No SMI No. Rev. Regarding Description of the item

1 TI/IN/0001 0 PSI, Control Instruction for Booster


voltage Transformer & return conductors
in 25 kV AC traction systems.
2 TI/IN/0002 0 Shunt Guidelines for design of fixed
capacitor compensation for improving
power factor at 25 kV, 50 Hz
Traction sub-station.
3 TI/IN/0008 0 Copper cross Instruction for use of cupper
feeder cross feeders at switching
station.
4 TI/IN/0009 0 OHE, Spider Instruction for splicing of 19/3.99
mm Aluminium conductor
(spider).
5 TI/IN/0011 0 TSS Guidelines operating procedures
of TSS in Mumbai area.
6 TI/IN/0012 0 Insulators Instruction for action to be taken
for failure prone insulators,
insulators suspected to be failure
prone and those to retained in
service.
7 TI/IN/0013 0 Composite Action to be taken by Divn/OHE
insulators depots for handling of composite
insulators.
8 TI/IN/0014 0 Use of DRPC Instructions for use of DRPC on
Indian Railways.
9 TI/IN/0015 0 SS Rope Application of lubrication on wire
lubrication rope used with ATD.
10 TI/IN/0016 0 Transformer Guidelines for parallel operation
of traction transformer on IR.
11 TI/IN/0017 0 Protection on Guidelines on protection scheme
parallel with parallel operation of 2x21.6
operation of MVA traction transformer.
transformer
12 TI/IN/0018 0 Panto flash Application of existing panto flash
over relay over relay at TSS for single line
section on IR.
13 TI/IN/0019 0 Harmonics Instruction for load profile,
measurement current & voltage harmonics
measurement & recording in 25
kV AC traction sub-station.
14 TI/IN/0020 0 Replacement Instruction for timely
of computers replacement &up gradation of
at RCC computers at RCC of traction
SCADA system on IR.

VSKP-EL-C-RT-111E Page 103


PSI works between Ambagaon-Jagdalpur on KK line

S.No SMI No. Rev. Regarding Description of the item

15 TI/IN/0021 01/1 Data transfer Instruction for increasing data


0 speed of transfer sped of the traction
SCADA SCADA system on IR from
600/1200 bps to min. 9600 bps.
16 TI/IN/0022 02/1 Relay setting Setting guidelines for traction
0 guide lines transformer & 25 kV shunt
capacitor bank protection relay
developed as per RDSO
specification no. TI/SPC/ PSI/
PROTCT/6070(09/08) for 25 kV
AC TSS.
17 TI/IN/0023 02/1 Operating RTU Instructions for operating RTUs
0 for SCADA with power supply of 110 V DC
(in place of 240 V AC) for
existing traction SCADA system
on IR.
18 TI/IN/0024 06/1 Feeder CB Instruction for monitoring &
0 tripping for 25 analysis of Feeder Circuit
kV Traction Breaker Tripping for 25 kV AC
Traction systems.
19 TI/IN/0025 08/1 SCADA Technical Instructions for
0 improving reliability of traction
SCADA systems on IR.
20 TI/IN/0026 09/1 Relay setting Protection scheme and relay
0 guidelines setting guidelines for 25 kV AC
traction sub-station provided with
30 MVA traction transformers.
21 TI/IN/0027 10/1 Numerical Technical instructions on
0 relay maintenance practices to be
maintenance adopted for numerical type
practice microprocessor based protection
relay modules for 25 kV AC
traction systems on Indian
Railways.
22 TI/IN/P&S/ 12/1 Feeder circuit Implementation of feeder circuit
0028 0 breaker breaker backup feature in
different makes/types of feeder
protection modules provided in C
& R panels as per old RDSO
Spec. No. ETI/PSI/65 (01/97).
23 TI/IN/0029 Vectorial Technical instructions on
Delta-I important aspects of relay
settings of Vectorial Delta-I
relays as per RDSO Specification
No. TI/SPC/PSI/PROTCT/1982.

VSKP-EL-C-RT-111E Page 104


PSI works between Ambagaon-Jagdalpur on KK line

24 TI/IN/0030 05/1 Lightning Technical instructions related to


1 arresters the installation and
commissioning of the 42 kV
metal oxide gapless lightning
arresters provided on traction
systems on Indian Railways.
25 TI/IN/0031 04/1 Setting up Special maintenance instruction
3 earthing for setting up earthing station at
station switching posts (SSP & SP).
26 TI/IN/0032 Rev Setting up Special maintenance instruction
1 earthing for setting up earthing station at
station switching posts (SSP & SP).

VSKP-EL-C-RT-111E Page 105


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 106


PSI works between Ambagaon-Jagdalpur on KK line

Section – C

TAXES AND DUTIES, ROYALTIES, AND COMPLETION PERIOD ETC.


1. Name of work: Design, Supply, Erection, Testing, and commissioning of
Traction Substation ( Augmentation = 01 No., ), shunt capacitor bank- 1 No.,
Sectioning and Paralleling Post (SP)= New 01 No., Sub-Sectioning and
Paralleling Post (SSP) (New=01 No., ) in connection with Doubling works
between Ambagaon-Jagdalpur on KK Line of Waltair Division of East Coast
Railway.
2. Completion Period: All works under this contract are required to be completed
within 12(Twelve) months from the date of issue of acceptance letter i.e.,
Section/Switching Station wise Completion period are applicable.

3. Subsequent to the enactment of GST Act, the following paras are


applicable:-
(i) Tenderers will examine the various provisions of The Central Goods and
Services Tax Act, 2017(CGST)/Integrated Goods and Services Tax Act,
2017(IGST)/Union Territory Goods and Services Tax Act, 2017(UTGST)/
respective state’s State Goods and Services Tax Act(SGST) also, as notified
by Central/State Govt & as amended from time to time and applicable taxes
before bidding. Tenderers will ensure that full benefit of Input Tax Credit
(ITC) likely to be availed by them is duly considered while quoting rates.
(ii) The successful tenderer who is liable to be registered under
CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details
required under CGST/IGST/UTGST/SGST Act to railway immediately after
the award of contract, without which no payment shall be released to the
contractor. The contractor shall be responsible for deposition of applicable
GST to the concerned authority.
(iii) In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST
from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority.
3(a). i) The tenderer shall quote the rate by taking into account all the statutory
duties/GST/taxes/cess/royalty etc. applicable to the work up to the date of
opening of tender.
ii) Any new impost or revision in the duties/GST/taxes/cess during the original
currency of the contract will be to the Railway’s account subject to
production of Govt. Notification and documentary evidence. This will also
be applicable for the work done during the extended period, if such
extension is on Railways account.
iii) However, if the extension of contract period is on account of failure of
contractor, no compensation shall be made towards upward revision or
imposition of any new taxes.

VSKP-EL-C-RT-111E Page 107


PSI works between Ambagaon-Jagdalpur on KK line

iv) Any benefit on account of downward revision of duty/GST/taxes/cess either


in original contract period or during the extended contract shall be passed
on by the contractor to the Railways.
v) The contractor should get the measurement recorded in M.B within 7 days of
effective date of new impost or revision in the duties/taxes/cess to
segregate the work done before change and after change. In the event of
failure to do so, Railway’s decision shall be final and conclusive.

4. Income Tax @ 2.266% shall be deducted from all the bills of the contractor.
However, the rate of income tax deduction at source may vary depending on
notification by Income Tax Deptt, Govt. Of India from time to time.

5. Any other taxes/duties like Royalty etc. shall be on contractors accounts.

6. The indicative rates of the recovery of the royalty charges are as under :
Srl. Name of minor minerals Rate of royalty
No per Cubic Metre
1 Ordinary Sand Rs.50/-
2 Ordinary clay, silt, rehtti, brick-earth, ordinary Rs.30/-
earth, moorum
3 Sandstone, laetrile and slate in shape of slabs Rs.103/-
and tiles
4 Ordinary boulders used for road and civil Rs.103/-
constructions
5 Road metals including ballast and chips Rs.75/-
6 Bajri and crusher fines Rs.20/-

The revised rates if any will be recovered as per the directions of the State
Govt. of Chattisgarh & Government of India from time to time.

7. The tenderers for carrying out any construction work must get themselves
registered from the Registering Officer under Section-7 of the Building and Other
Construction Workers Act, 1996 and rules made thereto by the concerned State
Govt. and submit certificate of Registration issued from the Registering Officer of
the concerned State Govt. (Labour Dept.). As per this Act, the tenderer shall be
levied a cess @1% of cost of construction work, which would be deducted from
each bill, Cost of Material, when supplied under a separate schedule item, shall
be outside the purview of cess.

*********

VSKP-EL-C-RT-111E Page 108


PSI works between Ambagaon-Jagdalpur on KK line

Section – D

1. SAFETY RULES
1.1 Suitable scaffolds should be provided for workmen for all works that cannot
be safely done from the ground or from solid construction except for such
short periods work as can be done safely from ladders. When a ladder is used
an extra labour shall be engaged for holding the ladder and if the ladder is
used for carrying materials as well, suitable foot holds and hand holds shall be
given an inclination not steeper than 1 to 4 (1 Horizontal to 4 Vertical).
1.2 Scaffolding or staging more than 3.5 metres above the ground or floor, swung
or suspended from an overhead support or erected with stationery support
shall have a guard rail properly attached, bolted, bracketed and otherwise
secured at least 1 metre high above the floor or platform of such scaffolding or
staging and extending along the entire length thereof with only such opening
as may be necessary for the delivery of materials. Such scaffolding or staging
shall be fastened as to prevent it from swaying from the building or structure.
1.3 Working platform gangways and stairways should be so constructed that they
should not sway unduly or unequally and where the height of the platform or
the gangway or the stairway is more than 3.5 metres above ground level or
floor level they should be closely boarded, should have adequate width and
should be suitably fastened as described in the para above.

1.4 Safe means of access shall be provided to all working platform and other
working places. Every ladder shall be securely fixed. No portable single
ladder shall be over 10 metres in length while the width between side rails in
swung ladder shall in no case be less than 300 mm. For ladder up to and
including 3.5 metres in length.
1.4.1 For longer ladders this width should be increased by at least 20 mm each
additional metre of length. Uniform steps spacing shall not exceed 300 mm.
Adequate precautions shall be taken to prevent danger from electrical
equipment. No materials on any of the sites of work shall be so stacked or
placed so as to cause danger or inconvenience to any persons or the public.
The Contractor shall provide all necessary fencing and lights to protect the
public from accident and shall be bound to bear the expenses of defences of
every suit, action or other proceedings at law that may be brought by any
persons for injury sustained owing to neglect of the above precautions and to
pay any damages and cost which may be awarded in any such suit, action or
proceedings to any such person shall be paid by the Contractor to
compromise any claim by any such person. In case the Contractor fails to
settle such problems, the Railway Administration will make payments arising
on account of the conditions given above to the concerned parties and
recover the same from Contractor’s dues without any delay. Contractor will

VSKP-EL-C-RT-111E Page 109


PSI works between Ambagaon-Jagdalpur on KK line

not have any claim on this account at any stage.


1.5 Demolition: Before any demolition work is commenced and also during the
process of work.
a) All roads and open area adjacent to the work site shall either be closed
or suitably protected.
b) No electric cable or apparatus which is liable to be a source of danger
over a cable or apparatus used by the operator shall remain electrically
charged.
c) All practical steps shall be taken to prevent danger to persons employed
from risk of fire or explosives or flooding. No floor, roof or other part of
the building shall be so over loaded with debris or materials as to render
it unsafe.
1.6 All necessary personal safety equipment as considered adequate by the
Engineer-in-charge should be kept available for the use of the persons
employed in the site and maintained in a condition suitable for immediate use
and the contractor should take adequate steps to ensure proper use of
equipment by these concerned.
a) Workers employed on mixing asphalt materials cement and mortar shall
be provided with protective goggles.
b) Those engaged in white washing and mixing or stacking of cement bags
or any materials which are injurious to the eye shall be provided with
protective goggles.
c) Those engaged in welding works shall be provided with welder’s
protective eye sight lids.
d) Stone breakers shall be provided with protective goggles and protective
clothing and seated at sufficiently safe intervals.
1.7 When the work is done near any place where there is risk of drowning, all
necessary equipment should be provided and kept ready for use and all
necessary steps taken for prompt rescue of any persons in danger and
adequate provision should be made for prompt first all aid treatment of all
injuries like to be sustained during the course of the work.
1.8 Use of hoisting machines and tackles including their attachment anchorage
and supports shall confirm to the following standards of condition.
(a)(i) These shall be of good mechanical construction, sound materials and
adequate strength and free from patent defects and shall be kept in
good repair and in good working order.
(ii) Every rope used in hoisting or lowering materials or as a means of
suspension shall be of durable quality and adequate strength and free
from patent defects.

VSKP-EL-C-RT-111E Page 110


PSI works between Ambagaon-Jagdalpur on KK line

b) Every crane driver or hoisting appliances operator shall be properly


qualified and no person under the age of 21 years should be in-charge
of any hoisting machine including any scaffolding.
c) In case of every hoisting machine and every cable ring, hook, shackle,
swivel and pulley block used in hoisting or as means of suspension safe
working load shall be ascertained by adequate means. Every hoisting
machine and all gear referred to above shall be plainly marked with the
safe working load. In case of hoisting machine having a variable safe
working load of the conditions under which it is applicable shall be
clearly indicated. No part of any machinery or any gear referred to
above in this paragraph shall be loaded beyond the safe working load
except for the purpose of testing.
d) In case of departmental machine, the safe working load shall be notified
by the Technological Engineer-in-Charge. As regards Contractor’s
machines, the contractors shall notify the safe working load of machine
to the Engineer-in-charge whenever he brings any machinery to site of
work, get it verified by the Engineer concerned.
1.9 Motors, gearing, transmission, electric wiring and other dangerous parts of
hoisting appliances should be provided with efficient safe guards. Hoisting
appliances should be provided with such means as will reduce to the
minimum the risk of accidental decent of the load; adequate precautions
should be taken to reduce the minimum the risk of any part of a suspended
load becoming accidentally displaced. When workers are employed on
Electrical installations which are already energized, insulating mats wearing
apparel, such as gloves, sleeves and both as may be necessary should be
provided. The workers should not wear any rings, watches and carry keys or
other materials which are good conductors of electricity.
1.10 All scaffolds, ladders and other safety devices mentioned or described herein
shall be maintained in safe condition and no scaffold, ladder or equipment
shall be altered or removed while it is in use. Adequate warning facilities
should be provided at or near places of work.

1.11 These safety provisions should be brought to the notice of all concerned by
display on a notice board, at a prominent place at the work spot. The persons
responsible for compliance of the safety code shall be named therein by the
Contractor.

1.12 To ensure effective endorsement of the rules and regulations relating to safety
precautions, the arrangements made by the contractor shall be open to
inspection by the Labour Officer, Engineer-in-charge of the Department or
their representative.

1.13 Not withstanding the above clause from 6.1 to 6.12, there is nothing in these

VSKP-EL-C-RT-111E Page 111


PSI works between Ambagaon-Jagdalpur on KK line

to exempt the contractor from the operations of any other act or rule in force in
the Republic of India.

1.14 PRECAUTION TO BE TAKEN WHILE PLYING OF VEHICLES ADJACENT


TO BUILDING LINES TO PREVENT ACCIDENT TO TRAINS

Whenever a Lorry or any other Form of Road transport is required to ply along
or in the vicinity of a running line or any other Railway track where Railway
Engines or Trains are liable to move, the Contractor shall inform the Engineer
in writing, of such requirement specify in the locations and duration of time
over which such specified Road Vehicles have to operate in the area (for
loading, leading or unloading of earth, ballast or any other materials, or plants
or equipments) without any obstruction or dislocation to the running Trains.

1.14.2 The Contractor shall also furnish the particulars of Vehicles and the names
and Photographs of Driver and attendant retained for each Vehicle to
enable the Engineer to issue necessary permits allowing the holder to
operate the Vehicles, with such restrictions regarding duration and /or
location as are considered necessary. Such permit shall be returned to
the Engineer as soon as the work for which it is issued is over.

1.14.2 The Engineer-In-Charge or his Authorized Representative will personally


counsel, examine and certify the road Vehicle Drivers, Contractor’s Flag
Man and Supervisor and will give written permission giving names of

Road Vehicle Drivers, Contractor’s Flag Man and Supervisor to be


deployed on the work , location, period and timing of the work. This
permission will be subject to the following obligatory conditions:

(a) The Road Vehicles will ply only between sunrise and sunset.
(b) Nominated Vehicles and Drivers will be utilized for the work in
presence of at least one Flag Man and on Supervisor certified for such
work.
(c) The Vehicle shall ply 6 mtr. Clear of track. Any movement / work at
less than 6 mtr, and up to minimum 3.5 mtrs. Clear of track centre,
shall be done only in presence of Rly. Employee authorized by the
Engineer-In-Charge. No part of the Road Vehicle will be allowed at
less than 3.5 mtrs from track centre, Cost of such Rly. Employee shall
be the Rly.
(d) The Contractor shall remain fully responsible for ensuring safety and in
case of any accident shall bear the cost of all damages to this
equipment and crew and also damages to Rly. And its Passengers.
Engineer-In-Charge may impose any other condition necessary for a
particular work of site. Such permit shall be returned to the Engineer,
as soon as the work for which it is issued is over.
1.14.3 The Contractor shall execute a Bond undertaking to ply the Road Vehicles

VSKP-EL-C-RT-111E Page 112


PSI works between Ambagaon-Jagdalpur on KK line

in a safe and satisfactory manner and strictly in accordance with the


stipulation and other conditions specified by the Engineer and to engage
and retain only the permit Holder to be the Contractor’s Agent In-Charge of
the Vehicle and the attendance shall at all time, be vigilant and on the
lookout for signals from the Look Out Man, Flag Man or other personnel
available at Site with a view to stop or late the road movement so as to
ensure adequate margin of safety for the timely passage of an
approaching Train or a Rly. Engine, without any delay or detention.
1.14.4 The Contractor shall also be bound by the provisions of this Agreement to
ply the Road Vehicles only with adequate margin of safety, well clear of
the fixed structure profile of infringement, as stipulated in the rules laid
under the Indian Rly.’s Act and to seek and be guided by the signals and
other directions of any Look Out Man or other personnel retained for the
purpose of ensuring safety, and to ensure extra care and vigilance while
turning, reversing or moving the Road Vehicles in any other manner at an
inclination to the running Rly. Track or the siding as the case may be. The
Contractor shall employ necessary Look Out Man also at his own cost,
irrespective of any other arrangements that Railway may make in this
regard.
1.14.5 The Contractor also undertakes to make good at his cost, any
inconvenience, loss, damage or other expenses, because incurred by the
Rly. Administration and to pay such amount as are determined by the
Engineer to be recoverable from Contractor as penalty or damages from
any omission, negligence, carelessness, over sight or accident on the part
of any Contractor’s Agent, Drivers or Attendant or any other person to
whom the services of the Holder of the permit (issued by the Engineer) has
been lent or otherwise made accessible available.
1.14.6 Any breach of these conditions by the Contractor and his Agents affecting
the safety of movement of Trains, Engines, or other rolling stock of the
Rly., shall constitute a breach of contract by the Contractor entitling liability
termination of contract for the fault on the part of the contract.
1.14.7 In exceptionally vulnerable locations, physical barrier in the form of
barricades a height of 1.5 mtr. of trenches on ground shall be provided by
the Contractor at his own cost so as to indicate the limit up to which the
Vehicle can be approached the running line. The locations or
circumstances under which such barriers have to be put will be decided
personally by the Engineer-In-Charge.
1.14.8 Suitable gates/barriers should be installed across the new embankment,
preferably adjoining the manned/unmanned level crossings. The entry for
the vehicles shall be regulated by an authorized representative of the
Engineer- in –charge during the working hours.

VSKP-EL-C-RT-111E Page 113


PSI works between Ambagaon-Jagdalpur on KK line

2. Safety and Security

2.1 The works included in this contract are to be carried out close to the
running tracks and public utilities, therefore, safety of running trains and the
public is paramount. Therefore, all activities undertaken by the
Contractor/his Sub-contractors shall ensure safety at all times. The
contractor shall comply with the instructions issued by the Railway/
Engineer/Employer from time to time to ensure safe running of trains while
carrying out works. The rates quoted by the Contractor shall be deemed to
include all expenditure incurred in compliance with the same.

2.2 Before starting any excavation work adjacent to existing track, the
contractor shall ensure that necessary permissions has been obtained and
required precautions have been taken for doing such work in terms Joint
Procedure Order reproduced below:

“JOINT PROCEDURE ORDER FOR UNDERTAKING DIGGING WORK IN


THE VICINITY OF UNDERGROUND SIGNALING, ELECTRICAL AND
TELECOMMUNICATION CABLES”

A. A number of Engineering works in connection with gauge


conversion/doubling/third line are in progress on various railways, which
require extensive digging work near the running track, in close vicinity of
the working S&T cables carrying vital safety circuits as well as electrical
cables feeding the power supply to cabins. ASM room, RRI Cabin,
Intermediate Block Huts (IBH) etc. Similarly, S&T signaling under open line
or construction units under CAO/C, are executing various Signaling and
Telecom works requiring digging of earth for laying of cables or casting of
foundations for the erection of signal posts etc. Rail Tel is also executing
the work of laying of quad cable and OFC on various Railways as a part of
sanctioned works for exclusive use of Railways for carrying voice and data
i.e. administrative and control communication, PRS, FOIS etc. or shared by
Rail Tel Corporation of India Ltd. On certain sections digging is also
required for laying of electrical cable and casting of foundation for the
erection of OHE masts by Electrical Deptt. Generally, these works are
executed by contractors employed by these signaling.
B However, while carrying out these works in the vicinity of working signaling,
telecommunication and electrical cables, at times, cable cuts take place
due to JCB machines working along the track or during the digging work
being done by contractors carrying out the Civil Engineering Works.
Similarly, such cable cuts are also resulting due to works undertaken by
S&T or Electrical departments. Such cable faults results in the failure of
vital signaling and telecommunication circuits & electrical installations.
C Henceforth, the following joint procedure shall be followed by Engineering,

VSKP-EL-C-RT-111E Page 114


PSI works between Ambagaon-Jagdalpur on KK line

Electrical and S&T (and RailTel signaling, wherever such works are being
done by them) officers of the respective divisions and by the construction
signaling, while carrying out any digging work near to existing signaling &
telecommunication and electrical cables, so that the instances of cable cut
due to execution of works, can be controlled and minimized.
1. S&T Department (and RailTel, where they have laid the cables) and
Electrical department shall provide a detailed cable route plan showing
exact location of cable at an interval of 200m or wherever there is
change in alignment so that the same is located easily by the
Engineering official/contractor. In addition, S&T department and
Electrical department shall also provide cable markers along the
alignment of the cable. These cable route plans shall be made
available to the Sr.DEN/DEN or Dy.CE/C, as the case may be, by Sr.
DSTE/DSTE or Sr. DEE/DEE of the divisions or Dy.CSTE/C or
Dy.CEE/C within 15 days in duplicate. Sr.DEN/DEN or Dy.CE/C will
send copies to their field unit i.e. AEN/SE/P.Way& Works.
2. Before taking up any digging activity on a particular work by any
agency, Sr.DSTE/DSTE or Sr.DEE/DEE of the section shall be
approached in writing by the concerned Engg. or S&T or Electrical
officer for permitting to undertake the work. Sr.DSTE/DSTE or
Sr.DEE/DEE, after ensuring that the concerned executing agencies
including the contractor have fully understood the S&T and Electrical
cable route plan shall permit the work in writing within 7 days of the
request by concerned department.
3. After getting the permission from S&T or Electrical department as the
case may be, the relevant portion of the cable route plan shall be
attached to the letter through which permission is issued to the
contractor by concerned Engg. Official for commencement or work and
ensuring that the contractors have fully understood the cable route plan
and precautions to be taken to prevent damage to the underground
cables. The contractor shall be asked to study the cable plan and
follow it meticulously to ensure that the safety of the cable is not
endangered. Such a provision, including any penalty for default,
should form part of agreement also. It is advisable that a suitable post
of SE/Sig or SE/Tele or SE/Electrical (TRD or G) shall be created
chargeable to the estimates of doubling/gauge conversion, who can
help Engg. Agencies in the execution of the work. However basic
responsibility will be of the department executing the work and the
Contractor. Creation of posts is not mandatory.
4. The SE/P.Way or SE/Works shall pass on the information to the
concerned SE/Sig SE/Tele or SE/Electrical (TRD or G) about the works
being taken up by the contractors in their sections at least 3 days in
advance of the day of the work. In addition Engineering control shall
also be informed by SE/P.Way or SE/Works, who in turn shall pass on

VSKP-EL-C-RT-111E Page 115


PSI works between Ambagaon-Jagdalpur on KK line

the information to the test room/network operation centre of


RailTel/TPC/Electrical control.
5. On receiving the above information, SE/Sig or SE/Tele or SE/Electrical
(TRD or G) shall visit the site on or before the date of taking up the
work and issue permission to the contractor to commence the work
after checking that adequate precautions have been taken to avoid the
damage to the cables. The permission shall be granted within 3 days of
submission of such requests.
6. The name of the contractor, his contact telephone number, the nature
of the work shall be notified in the Engineering control as soon as the
concerned Engineering officials issue the letter authorizing
commencement of work to the contractor. Test room shall be given
copies. Test room shall collect any further details from the Engineering
Control and shall pass it on to S&T/RailTel& Electrical officials
regularly. In case the supervisors of concerned departments do not
turn up on the day as advised in terms of para 4 and 5 above, the
works of contractor should not be stopped on this account.
7. In case of works being taken up by the State Government, National
Highway Authority etc., the details of the permission given i.e. the
nature the work, signalling etc.,be given to the Engineering control
including the contact person’s number so that the work can be done in
a planned manner. The permission letter shall indicate the contact
numbers of Test room/network Operating Centre of RailTel/TPC/Elect.
Control.
8. Where the nature of the work taken up by the Engineering department
is such that the OFC or other S&T cables or Electrical cables is to be
shifted and relocated, notice of minimum one week shall be given so
that the Division/RailTel/Construction can plan the works properly for
shifting. Such shifting works shall in addition, for security and integrity
of the cables, be supervised by S&T supervisors/RailTel
supervisors/Electrical Supervisors.
9. The concerned SE/P.Way/SE/Works/SE/Sig/SE/Tele/SE/Electrical
(TRD or G) or RailTel supervisors supervising the work of the
contractor shall ensure that the existing emergency sockets are not
damaged in view of their importance in providing communication during
accident/emergency.
10. In case of minor nature of works where shifting of cable is not required,
in order to prevent damage to the cable, the Engineering contractor
shall take out the S&T or optical fibre cable or Electrical cable carefully
from the trench and place it properly alongside at a safe location before
starting the earthwork under the supervision of SE/Sig or SE/Tele or
SE/Electrical(TRD or G). The cable shall be reburied soon after
completion of excavation with proper care including placement of the
brick over the cable under the supervision of S&T or Electrical

VSKP-EL-C-RT-111E Page 116


PSI works between Ambagaon-Jagdalpur on KK line

supervisors. However, the work will be charged to the concerned


engineering works. The responsibility for ensuring availability of SE
(Signal), SE (Electrical) as per para 4 and 5 above lies with the
respective department. The contractor will go ahead with the shifting of
cables as per the program decided and he will not be held responsible
for any cable cut.
11. In all the sections where major project are to be taken up/going on
RailTel/S&T department shall deploy their official to take
preventive/corrective action at site of work. As regards Electrical
Department, the official may be deputed on need basis.
12. No new OFC or quad cable shall be laid close to existing track. It shall
be laid close to the Railway boundary on one side of the Railway track
to the extent possible to avoid any interference with the future works
(doubling etc.). It shall be ensured in the new works of cable laying that
the cable route is properly identified with electronic or concrete
markers. Wherever multiple cables are laid in a trench, RFID markers
may be provided for easy identification of the cable. Henceforth,
wherever cable laying is planned, before undertaking the cable laying
work, the cable route plan of the same shall be prepared by the
Dy.CSTE/C or Dy.CEE/C and shall be got approved from the
concerned Sr. DSTE/DSTE or Sr.DEE/DEE and also from the
concerned Dy. CE/C for new lines and from the concerned Sr.DEN for
all other projects including GC etc., to avoid possible damages in
future. Such approvals shall be granted within 15 days of the
submission of the request.
13. The works of excavating the trench and laying of the cable should
proceed in quick succession, leaving a minimum time between the two
activities.
14. In case damage caused to OFC/Quad cable or Electrical cable during
execution of the work, the contractor is liable to pay a penalty for
damaging the cable. Penalty shall not be levied in case of the
following:-
(i) Detailed cable route plan as per clause C-1 not provided
by concerned department or cable is not protected as per
laid down procedures.
(ii) The alignment of the cable does not tally with the
information provided to the contractor.
(iii) The cable depth is found to be less than 800 mm from
normal ground level.
(iv) No representative of S&T department/RailTel was
available at site guarding the cables on the fixed pre
determined date and time.

15. Penalty to be imposed for damages to cable shall be as under:-

VSKP-EL-C-RT-111E Page 117


PSI works between Ambagaon-Jagdalpur on KK line

Cable damaged Penalty per location

Only Quad cable or Signalling Rs.1.0 Lakh


cable
Only OFC Rs.1.25 Lakh
Both OFC & Quad Rs.1.5 Lakh
Electrical Cable Rs.1.0 Lakh

Necessary debit in this regard shall be raised on the department


undertaking the work who shall in turn levy the penalty on the
defaulting contractor. S&T department shall raise the debits in case
of damage to OFC or Quad or Signalling cable and Electrical
department shall raise the debits in case of damage to Electrical
cable.
16. Railways will not lodge FIR with RPF in case of works being
executed by authorized contractors of Railways who have been duly
permitted to execute the works in accordance with this JPO. Joint
note by the supervisors of the concerned department shall be
prepared and the responsibility of the cable cut should be decided
without involving RPF. The joint note deciding the fact whether the
contactor should be penalized shall be completed in a day’s time
from the occurrence of cable cut.
In all other cases, when the cable is cut by an agency that was not
permitted to execute any work, FIR should be lodged with RPF.
17. While giving permission for taking up the works, concerned
departments may note that earthwork by engineering contractors
will normally be done by machines except in a few isolated locations
where the quantity of earth work is very less.
18. In case of damages to OFC, RailTel should be paid 5/6th of the
penalty recovered. RailTel shall raise demands on the S&T
department in this regard.
19. All types of Signalling & OHE bonds i.e. rail bond, cross bond and
structure bond shall be restored by the contractor with a view to
keep rail voltage low to ensure safety of personnel.
20. Above joint circular shall be applicable for construction as well as
open line organization of Engineering, S&T and Electrical.
21. S&T cable and electrical cable route plan should be prepared by the
concerned S&T and Electrical officers respectively and got
approved as stipulated in para C-12 before undertaking the work.
The completion cable route plan should be finalized block section by
block section as soon as the work is completed.
22. All cable laying works shall be executed as per laid down technical
specifications, such as protection measures/protective cover,
compaction of refilled material etc.
*****

VSKP-EL-C-RT-111E Page 118


PSI works between Ambagaon-Jagdalpur on KK line

Section – E

Drafting of Vehicles & Working Hours

1.0 Drafting of vehicles:

1.1 The Railway shall reserve the right to draft any of the vehicles and/or
equipments mobilised by the contractor at the site of the work along with its
operator employed by the contractor to assist in rescue and restoration
operation in case of any accidents/natural calamities involving human lives.
The contractor shall be responsible to arrange mobilisation of his
operator/equipment/vehicle so drafted with shortest possible delay.

1.2 The Railway shall arrange to duly compensate the contractor. Whose
vehicle/equipment/operator or so drafted by the operation of suitable non-
scheduled (N.S) items as per Railway’s existing norms.

1.3 The working hours of labourers in summer months of April and May will be
from 6 Hrs to 11 Hrs and 16.00 Hrs to 19.00 Hrs.

VSKP-EL-C-RT-111E Page 119


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 120


PSI works between Ambagaon-Jagdalpur on KK line

Section – F

Rates Quoted/Accepted

Unless specifically provided for in item, the rates quoted for all items of
Schedule shall include the cost of:-

1. (a) Earth work in cutting.

The classification of soils referred to in the Schedule cover all type of soil /
mineral ore of any content. The contract should take this aspect into
consideration while quoting the rates against the tender. No claim
whatsoever on this account shall be entertained by the Railway.

(b) Transportation of material to site:-

All transport, lead, lift, ascent, descent, crossing tracks, observing traffic
regulations etc. for bringing materials equipments, tools and plants, labour to
the site of work as required to complete the work in all respects,

(c) Rock requiring control blasting:-

(i) The control blasting must be done very carefully taking all the measures to
prevent any untoward incident. The Contractor must keep a competent
blasting Foreman to available as and when required at site.

(ii) Any damage to the overhead electric/telephone wire or property or life due
to blasting operation is the sole responsibility of the Contractor. Any
compensation thereof likely to be paid towards any damage will be borne by
the Contractor.

2. All taxes, State, Central or Local.

3. All labour, skilled, unskilled, supervisory, specialized as required.

4. All temporary arrangements like shuttering, scaffolding, staging, supports,


shoring, making templates etc. inclusive of all labour and materials required
for providing, erection use, dismantling of such arrangement after completion
of permanent work and removing from site including submission of detailed
drawings/designs for such temporary arrangements and getting the same
approved by Railway if and as required by the Engineer-in-charge at site.

5. All such equipment, tools, jacks, cranes, drilling equipment, grouting


equipments, plant and machinery etc. as may be required for executing the
work in a modern and workman like manner as per specifications, inclusive of
cost of such equipment, bringing to site, labour and fuel for operation,
maintenance etc. complete.

VSKP-EL-C-RT-111E Page 121


PSI works between Ambagaon-Jagdalpur on KK line

6. All works being executed as per specification of these tender documents,


G.C.C. relevant IS/IRS Codes MORT & H specifications as applicable to best
quality and finish.

7. Executing the work as per items of schedule, complete in all respect and any
other incidental charges other than those listed in these notes, as may be
necessary. All the works shall be carried out in accordance with the approved
drawings.

8. Carrying out the work at any height/depth, above/below the ground, at any
location at the work site.

9. Taking all safety precautions for keeping the working spaces free from
obstructions without endangering the Railway property and personnel.

10. All jungle clearance, cutting and uprooting of trees, crossing one or more
Railway lines making service dag-bel’s and reference pillars, bailing out
water with contractor’s pumps, removal of slush where encountered, dressing
of spoil heaps, banks and cuttings to final dimensions.

******

VSKP-EL-C-RT-111E Page 122


PSI works between Ambagaon-Jagdalpur on KK line

Section – G

PRICE VARIATION CLAUSE

Not Applicable

******

VSKP-EL-C-RT-111E Page 123


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 124


PSI works between Ambagaon-Jagdalpur on KK line

Section –H

(Felling of trees, safe working methods Procurement of Machinery by


Contractor)

1.0 Felling of Forest Trees:

The section generally passes through forest land. Trees coming on the
proposed formation are only to be cut as directed by the Engineer-in-charge
and under no circumstances trees failing outside the scope of proposed
formation should be cut/up rooted. The Contractor or his labours are
prohibited to cut the trees for the purpose of fire wood or for any other
purpose. Cutting of trees as required under the items of works indicated in
the tender schedules may be carried out strictly as directed by the Engineer-
in-charge of the work. Unauthorized felling of trees will result in prosecution
and imprisonment. so it is the contractor’s responsibility to cause no damage
to the forest growth and any fuel required by the contractor for his own use or
for the use by his labours, should be arranged by the contractor at his own
cost. The contractor should take this aspect into consideration while quoting
the rates against the tender.

2.0 Safe Working Methods:

The Contractor shall, at all times, adopt such safe methods of work as well
ensure safety of structure, equipment and labour. If at any time, the Railway
finds the safety arrangements inadequate or unsafe, the contractor shall take
immediate corrective action as directed by Railway’s representative at site.
Any direction in the matter shall in no way absolve the contractor of his sole
responsibility to adopt safe working methods. It shall be noted by the
contractor that the work involves working in close proximity to the existing
track. The contractor shall ensure that no damage, injury or loss is caused
or likely to be caused to any person or property the rates quoted shall be
inclusive of all leads, lift, re-handling if any due to crossing of track and also
shall cover risk to track, life and property during execution of work. The
contractor shall adopt all precautionary measures to safeguard track, life,
property, structure while execution of work and the rates shall include all
measures.

3.0 Procurement of Machinery by Contractor:

In case arrangement by hire is proposed through collaboration proper legal


documents to the effect should be furnished in sufficient detail. The Railway
shall not be responsible/ liable to pay any dues by the tenderer/contractor in
case the plant & machinery is taken on hire from a third party by the
tenderer/contractor. In other words, it shall mean that the contract is only

VSKP-EL-C-RT-111E Page 125


PSI works between Ambagaon-Jagdalpur on KK line

between the tenderer/contractor and the President of India acting through


Ministry of Railways.

******

VSKP-EL-C-RT-111E Page 126


PSI works between Ambagaon-Jagdalpur on KK line

Section – I
Personnel

The following requirement of qualified engineers is specified as


mentioned in para 19A.3 of Special Conditions of Contract, Chapter-5.

The contractor shall deploy one qualified Graduate engineer during execution
of the allotted work.

VSKP-EL-C-RT-111E Page 127


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 128


PSI works between Ambagaon-Jagdalpur on KK line

Section – J
Brief Description of Work

1. The scope includes Design, Supply, Erection, Testing, and commissioning


of Traction Substation ( Augmentation = 01 No., ), shunt capacitor bank-
1 No., Sectioning and Paralleling Post (SP)= New 01 No., Sub-Sectioning
and Paralleling Post (SSP) (New=01 No., ) in connection with Doubling
works between Ambagaon-Jagdalpur on KK Line of Waltair Division of
East Coast Railway. Site is clear for immediate execution of work.
2. Ambagaon-Jagdalpur section on KK line which is a single line (BG) section
covering following stations as mentioned below.

Sl.No Station STATE Division Railway

1 Ambagaon Chhatthisgarh Waltair ECoR

2 Ambagura Chhatthisgarh Waltair ECoR

3 Nakthi Semra Chhatthisgarh Waltair ECoR

4 Jagdalpur Chhatthisgarh Waltair ECoR

3 This section falls in the basic wind speed of 39 m/s classification given in IS
875- 1987. Accordingly, the basic wind pressure of 105 kgf/m2 is to be
adopted. This conforms to the wind pressure adopted by State Electricity
Boards for the design of their EHT transmission lines.

4 Electric Locomotives with chimney height not exceeding 4.232m (WAP with
their pantographs in the locked down position) and diesel Locomotives with a
height of 4.42m (14 ft. 6 inch) would run on this section.

5 The maximum height of Over Dimensional Consignment which will pass on


this section is 4.80m (15ft. 9inch) with power off (movement restricted to
specified block sections).

6 The work is to be executed as per the latest instructions and drawings issued
by RDSO / Railway Board and CEE/Zonal Railways.
7 The scope of work includes dismantling the existing PSI equipments either in
part or in full wherever required, as well as the structures of OHE that may be
required for laying the track.
8 The contractor shall furnish the details of soil test report for designs.
9 Porcelain and Composite insulators shall be tested as per latest RDSO
instructions.

VSKP-EL-C-RT-111E Page 129


PSI works between Ambagaon-Jagdalpur on KK line

10 Any calculations, designs, drawings, schedules information, data, progress


charts etc. required by the Engineer in connection with the contract, shall be
furnished by the contractor at his own expenses. The contractor will not be
required to furnish drawings, designs and calculations etc. for basic designs
and employment schedule in case no modification/deviation is proposed by
the contractor for particular basic design/employment schedule. In case of
new developments in designs, comments on Research Designs and
Standards Organization (hereinafter called RDSO) basic drawings/ designs/
employment schedules, will be submitted by the contractor to the Engineer. If
the RDSO’s/CORE drawings/ designs/ equipments are not revised, contractor
need not submit drawings/designs/employment schedules to the Engineer. In
the event of the contractor suggesting any alternation/deviation in standard
drawing, he shall submit the retraced drawings with full clarifications and
justifications of the change to the Engineer. The Engineer, if convinced of the
need of the alteration, shall approach RDSO/ CEE, ECoR for necessary
approval.
11 The contractor shall be solely responsible for the correctness of the
positions, levels and dimensions of the works according to approved
drawings, notwithstanding that he may have been assisted by the Engineer or
his men in setting out the same.
12 If any dimension figured upon a drawing differs from that obtained by scaling
the drawings the figured dimension should be normally taken as correct
unless it is prima facie a mistake. But all such cases shall be brought to the
notice of the Engineer and the discrepancy set right before execution.
13 All designs and drawings submitted by the contractor shall be based on a
thorough study and shall be such that the contractor is satisfied about their
suitability. The Engineer’s approval will be based on these considerations.
Notwithstanding approval communicated by the Engineer, during the
progress of the contract for designs and drawings prototype samples of
components, materials, and equipment after inspection of materials, after
erection and adjustments to installations, the ultimate responsibility for correct
design and execution of work shall rest with the contractor or unless the
Engineer insists on adoption of his own designs in spite of the contractor not
being agreeable to it.
14 The contractor shall be responsible for and shall bear, and pay the costs for
any alteration or works arising from any discrepancies, errors or omissions in
the designs and drawings supplied by him, whether such designs and
drawings have been approved by the Engineer or not.
15 The contractor is forbidden to use any patents or registered drawings,
process or patterns in fulfilling his contract without the previous consent in
writing of the owner of such patent, drawing, pattern or trade mark, except
where these are specified by the Engineer himself. Royalty, where payable,
for the use of the patented processes, registered drawings or patterns shall
be borne exclusively by the contractor. The contractor shall advise the
Engineer of any proprietary rights that may exist on such processes drawings
or patterns, which he may use of his own accord.
16 In the case of patents taken by the contractor of the drawings or patterns
registered by him, or of those patents, drawings, or patterns for which he

VSKP-EL-C-RT-111E Page 130


PSI works between Ambagaon-Jagdalpur on KK line

holds a license, the signing of the contract automatically gives the Engineer
the right to repair by himself the purchased articles covered by the patent or
by any person or body chosen by him and to obtain from any sources he
desires the component parts required by him in carrying out the repair work.
In the event of infringement of any patent rights due to above action of the
Engineer, he shall be entitled to claim damages from the contractor on the
grounds of any loss of any nature, which he may suffer e.g. in the case of
attachment because of counterfeiting.
17 Indemnification by contractor: In the event of any claim of demand being
made or action being brought against the Engineer for infringement of patent
in respect of any equipment, machine, plant, work or thing used or supplied
by the contractor under this contract or in respect of any method of using or
working by the Engineer of such equipment machine, plant, work or thing, the
contractor shall indemnify the Engineer and keep him indemnified and
harmless against all claims, costs, charges and expenses arising from or
incurred by reason of such claim provided that the Engineer shall notify the
contractor immediately and claim is made and that the contractor shall be at
liberty, if he so desired with the assistance of the Engineer if required but at
the contractor’s expense, to conduct all negotiations for the settlement of the
same or any litigation that may arise therefore and PROVIDED THAT no
such equipment, machine, plant, work or thing, shall be used by the Engineer
for any purpose or in any manner other than that for which they have been
supplied by the contractor and specified under this contract.

18 Soft copies along with Hard copies of all drawings shall be submitted.
19 The contractor will have to establish field-construction office at convenient
and approved locations for co-ordination and progressing of field works.
20 In addition to the establishment of an office, the contractor shall set up at
least one depot for receiving and storing steel work and other materials and
establish a workshop for small fabrication and assembly work, if necessary.
The location of contractor’s depot will be mutually agreed upon by the
Engineer and the contractor. The depot shall as far as possible be located
such as to be accessible by road. Subject to availability, the Employer shall
offer open space for storage of materials, inside the railway premises at the
site. In case the Employer is not in a position to provide the space, the
contractor has to make his own arrangement at his cost.
21 In case the depot is provided by the Employer, the Contractor shall hand over
the same, cleared of all contractors’ stores or refuge, within a period of 28
days from completion of work, unless otherwise agreed to by the Engineer.
22 The contractor shall not be allowed to dig any wells on the railway/employer
land without specific permission in writing.

23 If for reasons of urgency the work has to be executed at night contractor shall
make his own arrangement for illuminating the site. Nothing extra will be paid
for doing work at night. He will have to make his own arrangements for
arranging electricity if the same is required for illumination purposes or for
running of any plant or machinery.

VSKP-EL-C-RT-111E Page 131


PSI works between Ambagaon-Jagdalpur on KK line

24 The contractor shall arrange at his own cost all tools, plant and facilities
required for execution of works.

******

VSKP-EL-C-RT-111E Page 132


PSI works between Ambagaon-Jagdalpur on KK line

Section – K

Scope of Work
The brief scope of work is “Design, Supply, Erection, Testing, and
commissioning of Traction Substation ( Augmentation = 01 No., ), shunt
capacitor bank- 1 No., Sectioning and Paralleling Post (SP)= New 01 No., Sub-
Sectioning and Paralleling Post (SSP) (New=01 No., ) in connection with
Doubling works between Ambagaon-Jagdalpur on KK Line of Waltair Division
of East Coast Railway.”

Note: The tentative locations post wise with regard to new or augmentation are
indicative as per the following details but may change prior to commencement
of actual execution.

Brief scope of PSI works for section between Ambagaon-Jagdalpur

TSS SSP SP
Total
NEW AUG NEW AUG NEW AUG
0 1 1 0 1 0 3
Amagura Nakthi Semra Ambagaon

*******

VSKP-EL-C-RT-111E Page 133


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 134


PSI works between Ambagaon-Jagdalpur on KK line

Section – L

Inspection of PSI Equipment:

1. Procurement action for purchasing material shall be initiated only with prior
approval of Dy.CEE/C/VSKP.

2. All items required for this work will be procured from RDSO/CORE/ CEE
(ECoR) approved vendors will be inspected by RITES or Consignee for
which contractor will be required to obtain prior approval from CEE/C/BBS
or Dy.CEE/C/VSKP. In case there is no RDSO/CORE/ CEE (ECoR)
approved vendor for a particular item, prior approval for procurement of
item shall be obtained from Dy.CEE/Con/Visakhapatnam or CEE/Con/BBS.

VSKP-EL-C-RT-111E Page 135


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 136


PSI works between Ambagaon-Jagdalpur on KK line

Section – M

Plan for Commissioning:

1. Name of work: Design, Supply, Erection, Testing, and commissioning of


Traction Substation ( Augmentation = 01 No., ), shunt capacitor bank- 1 No.,
Sectioning and Paralleling Post (SP)= New 01 No., Sub-Sectioning and
Paralleling Post (SSP) (New=01 No., ) in connection with Doubling works
between Ambagaon-Jagdalpur on KK Line of Waltair Division of East Coast
Railway.
2. Completion Period:

All works under this contract are required to be completed (12 months) as
detailed from the date of issue of acceptance letter

3. Rectification of defects observed on PSI –Progressively within One month of


energisation of the section.

VSKP-EL-C-RT-111E Page 137


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 138


PSI works between Ambagaon-Jagdalpur on KK line

Section- N

Quality Assurance Plan

The Contractor shall submit quality assurance plan for each activity of PSI
work within 15 (fifteen) days from date of issue of LOA and prior to commencing the
activities of the work.

VSKP-EL-C-RT-111E Page 139


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 140


PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-7
GUIDELINES FOR PARTICIPATION OF JOINT VENTURE FIRMS IN
WORKS TENDER

-- Not Applicable for this tender --

VSKP-EL-C-RT-111E Page 141


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 142


PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-8

CONTRACTOR’S FAMILARIZATION
I/We hereby solemnly declare that I/we have visited the site of above work
and have familiarized myself/ourselves of the working conditions there in all
respects and in particular the following:
 Topography of the area and existing Road network (high ways & Village,
Pucca & Kacha) and availability of Service Roads,
 Soil Conditions at the site of the work.
 Sources and availability of construction material.
 Rates for Construction materials.
 Availability of local labour, both skilled and unskilled and the prevailing
labour rates.
 Availability of Water and Electricity.
 Availability of space for putting up labour camps, offices Store Godowns
Engineering yards etc.

VSKP-EL-C-RT-111E Page 143


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 144


PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-9

ANNEXURES –A to O

S.No. Annexure Name


1 A History Sheet of the Tenderer
2 B Compliance of Eligibility criteria by the
tenderer regarding execution of similar
single work
3 C Compliance of Eligibility criteria by the
Tenderer regarding contractual payments
received
4 D Details of Construction Machineries, Tools
& Plants, Vehicles etc.
5 E Details of Technical and Other Personnels
Available on Hand & Proposed to be
Engaged for this Work.
6 F Details of Works Completed During Last
Three Financial Years & Current Year by
the Tenderer(s).
7 G Details of Works on Hand by the
Tenderer(s)
8 H Declaration Regarding Association of
Railway Officer(S) with Tenderer(s).
9 I List of Court Cases During Last Three
Years
10 J List of Arbitration Cases During Last
Three Years
11 K Broad Plan of Execution of this Work
Within the Stipulated Completion Period
12 L Details of Other Credentials/Facilities
Available with the Firm/Contractor
13 M Mandate Form of EFT
14 N Format for affidavit to be uploaded by
tenderer alongwith the tender documents
15 O Document of Authorization

VSKP-EL-C-RT-111E Page 145


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 146


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE –A
HISTORY SHEET OF THE TENDERER
i) Name of the Company :

ii) Address of Registered Office :

Phone:
Fax:

iii) Constitution of the Company :

a) Ownership particulars whether Private Ltd., :


Public Ltd., or partnership firm or any other
type duly supported by the documents such
as partnership deed and articles of
constitution etc. as applicable.

b) Name and address of collaborator(s) :

c) Nature of participation by collaborator(s) in :


share holding of the Company

d) Extent and nature of proposed participation :


by collaborator(s) in execution of this work

VSKP-EL-C-RT-111E Page 147


PSI works between Ambagaon-Jagdalpur on KK line

iv) Number of years the firm has been in :


operation in India under its present

v) Any Other information

Signature of tenderer
Along with Seal

VSKP-EL-C-RT-111E Page 148


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE – B
Compliance of Eligibility criteria by the tenderer regarding execution of
similar single work to the extent of 35% of advertised tender value.
1. Name and style of the contractor with address (Present tenderer)
2. Name and scope of the work executed
3. Authority who have awarded the contract.
4. Full address of the authority under whom the contract was executed.
5. Whether it is a Govt/Railway/Semi Govt organization.
6. Contractual Agreement No. & date.
7. Value of the contract.
(a) Original value of the contract.
(b) Value of works executed and payment received (should be minimum of
35% of the advertised tender value)
(c) Last sanctioned agreemental value in Rs……. (should be minimum of 35%
of advertised tender value).
8. (a) Date of award of contract.
(b) Date of actual physical completion of work.
9. Details of copy of documents attached in support of completion of above
similar single work.
(a) Certificate No. and date.
(b) Authority issued.
10. Declaration by the tenderer: I hereby declare that the information given
above are true and the copy of the certificate enclosed is genuine. If any of
the information given above is found to be wrong at any time, my tender will
liable to be rejected and such liability will be compensated by me.

Name & signature of Tenderer


along with Seal.
N.B. (1) Certificates containing the above information will only be considered.
In complete certificates/copy of bills/letter of acceptance will not be
considered.
(2) Current financial year means, the financial year in which the tender is
opened. Financial year means on and from 1st April to 31st March.

VSKP-EL-C-RT-111E Page 149


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 150


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE – C

Compliance of Eligibility criteria by the Tenderer regarding contractual


payments received during the qualifying period i.e during the current financial
year plus previous three financial years.
1. Name and style of the Tenderer with address (present tenderer)
2. Amount of contractual payment received as per the audited balance sheet of
the contractor (Tenderer).
Year Amount of contractual payments received Page Ref of Audited
Balance Sheet
Current financial year Rs. F/……….
rd
3 Previous financial year Rs. F/……….
nd
2 Previous financial year Rs. F/……….
st
1 Previous financial year Rs. F/……….
Total Rs.
3. (i) Name :-
(ii) address:-
(iii) Phone No:-
(iv) Fax No:-
(v) e-mail ID:-
(of the Chartered Accountant who have audited the balance sheet.)
4. Declaration by the tenderer: I hereby declare that the information given above
are true and copy of the certificate enclosed is also genuine. If any of the
information given above is found to be wrong at any time, my tender will liable
to be rejected.
Name & signature of Tenderer
along with Seal.
N.B. :-
1. Scanned copy of Chartered Accountant certificate along with copy of
balance sheet of the contractors should be furnished.
2. The value of total contractual payments received within the current
financial year plus three previous financial years should be minimum of
150% of the advertised tender value.
3. Contractual payment should not be construed as “Turn Over “which
includes contractual payments received, works in progress, stock on
hand etc.
4. Current financial year means, the financial year in which the tender is
opened. Financial year means on and from 1st April to 31st March.
********

VSKP-EL-C-RT-111E Page 151


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 152


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE – D

DETAILS OF CONSTRUCTION MACHINERIES, TOOLS & PLANTS, VEHICLES


ETC. AVAILABLE ON HAND AND PROPOSED TO BE UTILIZED IN WORK

Where the equipment can


Description of equipments

Date of manufacture

(i. e) Petrol/Diesel
Number available

Date of purchase

the equipment
(Owned/hired)

inspected
Condition of
How driven

/electrical
S. No

Make

be
1 2 3 4 5 6 7 8 9

Signature of tenderer
Along with Seal

VSKP-EL-C-RT-111E Page 153


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 154


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE – E

DETAILS OF TECHNICAL AND OTHER PERSONNELS AVAILABLE ON HAND


& PROPOSED TO BE ENGAGED IN WORK

qualification(s)

ent of present
Commencem
Position with

Emoluments
employment
the tenderer

experience
Technical
Name
S.No

Total
Age

1 2 3 4 5 6 7 8

Signature of tenderer
Along with Seal

VSKP-EL-C-RT-111E Page 155


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 156


1
S.No

Name of the work with value of

2
contract

VSKP-EL-C-RT-111E
Full address of the authority under
whom the work has been

3
executed with Telephone No. &
Fax No.

Date of Award & Original

4
completion period

Actual Date commencement &


5 Actual Date of completion

Final value of contract in Rs.


6

Documentary proof of completion


YEARS & CURRENT YEAR BY THE TENDERER(s).

of work (enclose copies


7

separately for each work and


indicate Annexure No. in this
column)
PSI works between Ambagaon-Jagdalpur on KK line

DETAILS OF WORKS COMPLETED DURING PREVIOUS THREE FINANCIAL

Signature of Tenderer

Page 157
Along with Seal
ANNEXURE – F
PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 158


1
S.No

2
Name of work

3
Total cost of contact value in Rs/-

VSKP-EL-C-RT-111E
4
Month and year of commencement

5
Date of award & Completion period

6
Financial
Present progress
7
Physical

Full address of the authority under


whom the work is being executed
DETAILS OF WORKS ON HAND OF THE TENDERER(s)

Documentary proof (enclose copies of


acceptance letter & proof regarding
9

present progress etc. & indicate


Annexure No. in this column)
PSI works between Ambagaon-Jagdalpur on KK line

Along with seal


Signature of tenderer

Page 159
ANNEXURE – G
PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 160


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE – H

DECLARATION REGARDING ASSOCIATION OF RAILWAY OFFICER(S) WITH


TENDERER(S)

S.No Name Status If working If retired on the date of tendering


with the in Rly on
tenderer the date of Date of Status at Particulars of
tendering, retirement retirement permission
designation taken for
& place of associating
posting with the
tenderer

1 2 3 4 5 6 7

Signature of Tenderer
Along with Seal.

VSKP-EL-C-RT-111E Page 161


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 162


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE – I

LIST OF COURT CASES DURING PREVIOUS THREE FINANCIAL YEARS

Name of the Court

Relief sought from


Date of institution
Name of Client

Brief reason of

position of the
Name of work

Value of work

Final/Present
of case

dispute
Deptt.

Court
S.No

case
1 2 3 4 5 6 7 8 9

Signature of tenderer
Along with Seal

VSKP-EL-C-RT-111E Page 163


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 164


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE – J

LIST OF ARBITRATION CASES DURING PREVIOUS THREE FINANCIAL


YEARS.

S.No Name of Value Name of Amount Claim Brief Final/Present


work of Client and date of reasons position of
work Deptt. of claim Deptt. of the case
preferred if any disputes

1 2 3 4 5 6 7 8

Signature of Tenderer
Along with Seal

VSKP-EL-C-RT-111E Page 165


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 166


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE –K

BROAD PLAN OF EXECUTION OF THIS WORK WITHIN THE STIPULATED


COMPLETION PERIOD

S.No Activity Period of completion in


months

Signature of Tenderer
Along with Seal

VSKP-EL-C-RT-111E Page 167


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 168


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE – L

OTHER CREDENTIALS/FACILITIES OF THE FIRM/CONTRACTOR (WHICH ARE


NOT COVERED IN ANNEXURE-A TO ANNEXURE – K)

Signature of Tenderer
Along with Seal.

VSKP-EL-C-RT-111E Page 169


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 170


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE – M

The Contractor/supplier having their bank accounts on any of the city centres
where reserve bank of India’s EFT (Electronic Fund Transfer) facility exists will
receive their payments through EFT scheme in case of being awarded with the
work/supply order. For that they (the agency) will have to furnish the mandate
form of EFT(As per proforma given below)) along with the tender document.

Electronic clearing service (Credit clearing) Model Mandate form

(Investor/Customer’s Option to receive payments through Credit Clearing


Mechanism).

Name of the scheme and the periodicity of payment


No.
1) Contractor/supplier’s Name
2) Particulars of their Bank Account
a) Name of Bank:
b) Name of the Branch
Address
Telephone No.
c) 9 Digit Code Number of the bank and branch
Appearing on the MICR cheque issued by the bank.
d) Type of the Account (S.B. Current or cash Credit)
With IFS Code
e) Ledger and ledger folio Number.
f) Account number (as appearing on the cheque book)

(In lieu of the bank certificate to be obtained as under, please attach a


bank cancelled cheque or photocopy of a cheque issued by your bank for
verification of the above particulars)

3) Date of effect

I hereby declare that the particulars given above are correct and complete. If
the transaction is delayed or not effected at all for reasons of incomplete or
incorrect information, I would not hold the user institution responsible. I have
read the option invitation letter and agree to discharge the responsibility
expected of me as a participant under the scheme.

Signature of the Contractor/Supplier.


Date: __________
----------------------------------------------------------------------------------
Certified that the particulars furnished above are correct as per our records
Bank’s stamp.

Date: ______ Signature of the Authorized Official of the Bank.

VSKP-EL-C-RT-111E Page 171


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 172


PSI works between Ambagaon-Jagdalpur on KK line

ANNEXURE-N

FORMAT FOR AFFIDAVIT TO BE UPLOADED BY TENDERER ALONGWITH


THE TENDER DOCUMENTS

(To be executed in presence of Public Notary on non-judicial stamp paper of the


value of Rs. 100/-. The stamp paper has to be in the name of the Tenderer)**

I............................. (Name and designation)** appointed as the attorney/authorised


signatory of the tenderer(including its constituents),
M/s _________________________(hereinafter called the tenderer) for the
purpose of the Tender documents for the work of ______________________ as
per the tender No.________________of East Cost Railway, do hereby solemnly
affirm and state on the behalf of the tenderer including its constituents as under:

1. I/we the tenderer(s), am/are signing this document after carefully


reading the contents.

2. I/we the tenderer(s) also accept all the conditions of the tender and have
signed all the pages in confirmation thereof.

3. I/we hereby declare that I/we have downloaded the tender documents
from Indian Railway website www.ireps.gov.in. I/we have verified the
content of the document from the website and there is no addition, no
deletion or no alteration to the content of the tender document. In case
of any discrepancy noticed at any stage i.e. evaluation of tenders,
execution of work or final payment of the contract, the master copy
available with the Railway Administration shall be final and binding upon
me/us.

4. I/we declare and certify that I/we have not made any misleading or false
representation in the forms, statements and attachments in proof of the
qualification requirements.

5. I/we also understand that my/our offer will be evaluated based on


the documents/credentials submitted alongwith the offer and same
shall be binding upon me/us.

6. I/We declare that the information and documents submitted along


with the tender by me/us are correct and I/we are fully responsible
for the correctness of the information and documents, submitted
by us.

7. I/We understand that if the certificates regarding eligibility criteria


submitted by us are found to be forged/false or incorrect at any time
during process for evaluation of tenders, it shall lead to forfeiture of the
tender EMD besides banning of business for five year on entire IR.
Further, I/we (insert name of the tenderer)** ___________ and all
my/our constituents understand that my/our offer shall be summarily
rejected.

VSKP-EL-C-RT-111E Page 173


PSI works between Ambagaon-Jagdalpur on KK line

8. I/We also understand that if the certificates submitted by us are found to


be false/forged or incorrect at any time after the award of the contract, it
will lead to termination of the contract, alongwith forfeiture of EMD/SD
and Performance Guarantee besides any other action provided in the
contract including banning of business for five year on entire IR.

DEPONENT
SEAL AND SIGNATURE
OF THE TENDER
VERIFICATION

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

DEPONENT
SEAL AND SIGNATURE
OF THE TENDER

Place:
Dated:

**The contents in italics are only for guidance purpose. Details as


appropriate, are to be filled in suitably by tenderer. Attestation before
Magistrate/Notary Public

VSKP-EL-C-RT-111E Page 174


PSI works between Ambagaon-Jagdalpur on KK line

Annexure-O
LC/DA No.___________/1*___

Dated ________________

DOCUMENT OF AUTHORISATION

1. It is certified that work job assigned in Contract No………………………..

dated……………………… under Inland Letter of Credit

No…………………………………dated………………………………………..

Or

Goods received/Works order completed Stage-Phase 1/2/3/4/5.

2. The beneficiary of letter of Credit M/s ………………………………………………………..is

entitled to receive payment aggregating INR……………….…………….. out of a total LC

amount of INR…………………………………against the first/second* commercial Invoice No.

........................... dated ...........................for INR raised against the above contract on the

strength of this Certificate.

3. PAYMENTYS ALREADY MADE:

1. Invoice No.

2. Invoice No.

& so on

Total

4. THIS PAYMENT:

5. LC BALANCE AFTER THIS PAYMENT:

Signature & Seal of Applicant.

(Railway Authority)

*As applicable.

VSKP-EL-C-RT-111E Page 175


PSI works between Ambagaon-Jagdalpur on KK line

VSKP-EL-C-RT-111E Page 176


PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-10

SPECIMEN FORMAT FOR LETTER OF ACCEPTANCE

Without Prejudice
By Regd. Post with A.D
By Special Man
EAST COAST RAILWAY
Office of the
Chief Electrical Engineer (Con)
Bhubaneswar-23
No: VSKP/EL/C/T/ Dtd:
To
---------
---------
Dear Sir(s),
Sub :- (Name of work).
Ref:- a) Your offer submitted on ------
b) Tender Notice No. ----------- Dtd:.
********
01. With references to above, your offer has been accepted by the Railway
Administration at a total value of Rs. ------/- (Rupees ----------- only) with
Contract Period of -- months from the date of issue of this Acceptance Letter
at the following rates shown against each item under Schedules-A,B,C--- as
enclosed to this letter.
Schedule-‘A ’ : ----- % accepted rate in Above/below/at par
Schedule-‘B ’ : ------% accepted rate in Above/below/at par
Schedule-‘C ’ : ------% accepted rate in Above/below/at par
---------- : --------
Other terms and conditions as incorporated in the tender documents issued for
the work will be included in a formal agreement to be executed by you for
carrying out the work.
02. An amount of Rs ----/- (Rupees ---- only) is to be deposited towards Security
Deposit.
The EMD submitted alongwith tender in the shape of DD/BC/CR/--- No: ----- for
Rs. -----/-(Rupees ------- only) issued by the -----bank, ----- Branch in favour of
FA & CAO/C/E.Co.Rly /VSKP is adjusted towards Security Deposit. Balance
amount of Security Deposit i.e., Rs. -------/-(Rupees --------------------- only) is to
be deposited in cash with FA & CAO (Con) E. Co. Railway/Bhubaneswar or
otherwise if you so desire amount of balance Security Deposit will be recovered
at the rate of 10% from your running bills of the contract.
03. You are requested to give a performance guarantee in any acceptable form as
mentioned in the tender document, for an amount of Rs ---------- (------------------)
before signing of the agreement and it should be valid upto the stipulated date
of completion plus 60 days. If the performance guarantee is in the form of B.G
then it should be as per standard B.G format (enclosed). ”Bank Guarantees
(BGs) to be submitted by suppliers/contractors should be sent directly to
the concerned authorities by the issuing bank under Registered post with
A.D.

VSKP-EL-C-RT-111E Page 177


PSI works between Ambagaon-Jagdalpur on KK line

04. Until a formal Agreement is prepared and executed, acceptance of this Tender
shall constitute a binding contract. As such you are requested to submit a
Performance Guarantee (PG) within 30 (thirty) days from the date of issue of
Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30
(thirty) days and up to 60 days from the date of issue of LOA maybe given by
the Authority who is competent to sign the contract agreement. However, a
penal interest of 15% per annum shall be charged for the delay beyond 30
(thirty) days, i.e. from 31st day after the date of issue of LOA. In case the
contractor fails to submit the requisite PG even after 60 days from the date of
issue of LOA, the contract shall be terminated duly forfeiting EMD and other
dues, if any payable against that contract. The failed contractor shall be
debarred from participating in re-tender for that work.
05. Please contact Dy. Chief Electrical Engineer (Con) E. Co. Rly./------
immediately with your execution programme for further instructions to start the
work on the authority of this Acceptance Letter.
06. You are also requested to submit the EFT mandate form duly filled with details
of bank account for receiving payment through EFT system.
07. Please acknowledge receipt of this letter of Acceptance and confirm that you
are taking action as stated above.
Encl: E-Tender Document & Chapter-11 of Annexed Document.

Yours faithfully,

Dy. Chief Elect. Engineer(Con),


E. Co. Railway/ Visakhapatnam
For & on behalf of President of India.
No: VSKP/EL/C/T/ Dtd.
.
Copy with copy of enclosures forwarded for information to :-
1. Sr.AFA/C/----- (Expenditure Section) along with TDR/DR/PO/---- No: ---- for
Rs. -----/-(Rupees ------- only) issued by the -----bank, ----- Branch in favour
of FA & CAO/C/E.Co.Rly /VSKP for adjustment towards security deposit.
2. Sr.AFA/C/------ (Finance Section).
3. Principal Director of Audit (Con)/E.Co.Rly./Bhubaneswar.
4. Dy.Chief Electrical Engineer (Con)/E.Co.Rly/--------. No work order should be
issued to the contractor. The contractor should start the work straightway on
the basis of this Acceptance Letter for the items and specifications covered
therein. Before starting the work, the execution programme should be signed
by AEEE/EEE/Dy.CEE and Contractor.
5. Regional employment Exchange/VSKP/Orissa.
6. Central Industrial Machinery, C/o. Ministry of Labour, 686, Swastik Bhawan,
Saheed Nagar, Bhubaneswar.
7. Dy.Chief Vigilance Officer/E.Co.Rly/VSKP.
8. Regional Labour Commissioner (Central), ----------------.
9. Labour Enforcement Officer (Central), --------------.
10. CE/C/I, II, ----/VSKP.
Encl: E-Tender Document & Chapter-11 of Annexed Document .

Dy. Chief Electrical Engineer (Con),


E. Co. Railway/Visakhapatnam.

VSKP-EL-C-RT-111E Page 178


PSI works between Ambagaon-Jagdalpur on KK line

CHAPTER-11
Explanatory Notes to Tender Schedule

General Note:

Wherever an item of work covers supply of materials and / or erection such item
shall include all bolts, nuts, lock nuts and washers etc., to complete the item of work.

Erection of any item of equipments, whether supplied by the purchaser will include
testing, commissioning and bringing the equipment into operation to the entire
satisfaction of the purchaser.

The basic quantity of components and materials required to make up the unit of
work for the selected items are indicated for guidance. In estimating the price for
various items of works provision of loss and wastage in transit and during erection
including cost of freight handling, taxes, duties, insurance if any etc., shall be quoted
for the works mentioned in the schedule.

All OHE/PSI components to be supplied by the Contractor must be procured from


approved make by CORE/ ALD or RDSO or CEE/E.Co.Rly whether specifically
mentioned or not. However CEE/CON may alter the mode of inspection in case of
any urgency or as deemed fit to avoid delay in completion of work. Inspection
charges in case of RITES will be borne by the contractor. However in case of
urgency the same can be inspected by the nominated Railway officials. In such a
situation the inspection charges as per RITES norms are also be borne by the
contractor and to be recovered from the payment.

All works shall be carried out as per standard code of practice (I.E. Rule) &
Specifications and Drawings approved by the Railways, CORE & RDSO.

Railway will provide Tower Wagon at free of cost for checking at the time of testing
& commissioning of OHE if necessary, but not for carrying any materials of the
contractor either supplied by them/Railways.

Railway will supply the materials at various Stores/ Depot. At VSKP and JDB where
it is specifically mentioned “Railway Supplied”, which will be transported by the
contractor at his own cost to work site for execution of the same.

All dismantled or surplus materials should be handed over to the Railway on


completion of all the works at site duly stacked at one place. The contractor has to
make his own arrangements for safe guarding the said dismantled or surplus
materials till such time all the work completed and handover to Railways
Stores/Depot.

VSKP-EL-C-RT-111E Page 179


PSI works between Ambagaon-Jagdalpur on KK line

I) GENERAL:-

ITEM No.1: PREPARATION OF DESIGNS AND DRAWINGS

1) Survey, Design and Drawing for construction of a complete double


Transformer 132/27 KV Traction sub-station / Augmentation of existing
Traction sub-station including Feeding post, Capacitor bank and Earth mat
system.

The price shall cover on a flat rate basis per substation for survey, investigation of
soil bearing pressure and soil resistivity, preparation of cross section drawings,
preparation of general arrangement drawings, detailed layout of equipment, busbar
connections and insulators, layout of outdoor and inside the control room, layout of
earthing system and earthing and bonding connections, layout of earth screen wire,
layouts of cable runs, design of supporting structures for 132kV/27kV equipments,
detailed drawings for steel work and structural support, suitable concrete pedestals,
plinths, foundations and cable trenches, for equipment and structural support and
drawings / designs for equipments, components, fittings and materials. The price
shall also include the detailed circuit diagram of Control Circuit, Protection Panel etc.
All the required drawings shall be developed in such a way showing existing
equipments / details as per site and proposed modifications required in detail. It
should be kept in mind that in all layout plans and drawings, existing system should
be incorporated with the proposed one wherever it is applicable and necessary.
Before starting execution of works, all the relevant drawings are to be submitted to
the Railways for approval of the competent authority. After completion of works in all
respect, the contractor has to supply the required / relevant Completion Drawings of
the Complete Double Transformer Traction Sub-station. The price shall inclusive of
requisite number of copies of all working drawing, including completion drawings to
the purchaser. All the Drawings of Traction Sub-station shall confirm to latest RDSO
Drawings. The price shall also cover preparation of designs and drawings for feeder
from FP to Neutral section/coasting overlap.

The prices shall also cover on a flat rate basis for preparation of all designs and
drawings required in connection with Shunt Capacitor bank, series reactor and
associated equipments at the traction sub-stations. The price shall cover on a flat
rate basis cost of site survey, investigation of soil bearing pressure and soil
resistivity, preparation of cross section drawings, general arrangement drawings,
detailed layout of equipments, bus bar connections and insulators, layout of cable
trenches out door and inside the control room, earthing system and earth connection
layout, and design of supporting structures.

The price shall inclusive of 8 Nos. of copies of all working drawings, including
completion drawings to the purchaser and submit the original drawings in tracings
and RTF. One Soft Copy of each drawing (in Autocad) will be supplied on CD. The
price shall inclusive of Preparation and supply of 35 nos “Appendix G” for SWR

VSKP-EL-C-RT-111E Page 180


PSI works between Ambagaon-Jagdalpur on KK line

along with 35 copies of Station Working Rule Diagram in each booklet for each
station involved due to the modification if necessary.

The price shall also cover supply of associated maintenance/record registers of


appropriate size in printed pro-forma etc as directed by Engineer in charge of the
work.

NOTE: The design for Oil Soak pit and drain water sump will also be got approved
from Railways.

(2) Survey, Design and Drawing for Construction of 25 KV sectioning posts,


sub sectioning posts and feeding posts.

The price shall cover on a flat rate basis for survey and design of the sectioning, sub
sectioning Post and feeding posts for preparation of general layout plan, detailed
layout of equipment bus bar connections, insulators, earthing and bonding system,
supporting structures, foundation details etc. The price shall also include the
detailed circuit diagram of control circuit, protection panel, etc. It should be kept in
mind that in all layout plans and drawings, the existing system should be
incorporated with the proposed ones wherever it is applicable and necessary.
Before starting the execution of works all the relevant drawings are to be submitted
to the Railways for approval of the Competent Authority. The price shall also cover
investigation of soil bearing pressure and soil resistivity, preparation of cross section
drawings, layout of outdoor and inside the control room, layouts of cable runs,
detailed drawings for steel work and structural support, suitable concrete pedestals,
plinths, foundations and cable trenches, for equipment and structural support and
drawings / designs for equipments, components, fittings and materials. After
completion of works in all respect, the contractor has to supply the relevant
completion Drawings of SP/SSP/FP. The price shall inclusive of requisite number. of
copies of all working drawing, including completion drawings to the purchaser and
submit the original drawings in tracings and RTFs .All the Drawings of sectioning
posts, Sub Sectioning Post shall confirm to latest RDSO Drawings.

II) FOUNDATIONS & CABLE TRENCH

ITEM No.2: CONCRETE

ITEM NO.2(1): CONCRETE FOR FOUNDATION & TRENCH IN HARD SOIL.

ITEM NO.2(2): CONCRETE FOR FOUNDATION & TRENCH IN ROCK.

FOR ITEM NO.- 2(1) & 2(2)

The price shall cover excavation, supply and handling of all materials and
accessories, temporary arrangements for excavation in hard soil/ rocky soil requiring
chiselling/blasting and concrete/ masonry drains/ walls. Shoring wherever

VSKP-EL-C-RT-111E Page 181


PSI works between Ambagaon-Jagdalpur on KK line

necessary, casting concrete including frame work where necessary, tamping of


concrete, grouting of masts and finishing the top of concrete foundation or anchor
blocks.

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

The Engineer in charge shall certify where use of chisel and hammer or blasting has
been necessary. The contractor shall arrange for supply of explosives and all tools
and plants for blasting operations at his own cost. The price shall also include the
cost of supply of cement.

Notes for measurement


1. The payable volume of the foundations under the above item shall be the
designed one as shown in the drawings for which the hole has been blasted,
irrespective of the actual configuration assumed by the latter due to the blasting.

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

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

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

5. If half or more of the volume of excavation is in hard soil or rocky soil, entire
foundations shall be paid against hard soil or rocky soil respectively.

6. For purposes of computation of volume of concrete the volume of steel work


embedded in the foundation block shall be ignored.

7. For the purpose of computation of volume of concrete, the volume of concrete


shall include the volume of sand and bitumen in sand cored foundation.
However, for the purpose of computation of quantity of cement utilised in sand
core foundations, the volume of the sand and bitumen used in core hole should
be deducted from the total volume of the foundation.

8. For purposes of computation of volume of concrete, the volume of each muff for
all masts shall be taken as 0.02 cu.m. except for masts with balance weights and
for each column of portal, each head span mast, 2 or 3 track cantilever masts,

VSKP-EL-C-RT-111E Page 182


PSI works between Ambagaon-Jagdalpur on KK line

and special fabricated masts for which the volume of muff shall be taken as 0.08
cum irrespective of the size and shape of muff, on a flat basis.

9. The price under this item shall also include in cost of concrete at the switching
stations as well as embedded of drain pipes, wherever required.

10. The prices shall also cover the cost of diversion of masonry/earth drain wherever
necessary for casting of foundations.

11. a) RDSO guidelines shall be followed for grade of concrete, type of foundations
etc. Generally Concrete for foundation shall be nominal mix of Grade-M-10
and for grouting, muffing, embedding of structure in foundation concrete of M-
15 Grade as per latest RDSO guidelines shall be used.
b) In Soft/Hard rock, Foundation in contact/Buried under Non-aggressive
soil/ground water:
Foundation concrete shall be of M-15 grade and core concrete shall be of M-
20 grade.
c) In Soft/Hard rock Foundation in coastal area: Foundation as well as core
concrete shall be of M-20 grade.

12. No extra payment shall be made for foundation casted with steel reinforcement
as per RDSO drawing. Similarly, no extra payment shall be made for foundations
casted as per 11(b), (c)

ITEM NO.2(3): CONCRETE FOR FOUNDATION & TRENCH IN OTHER THAN


HARD SOIL & ROCKY SOIL.

The price shall cover excavation, supply and handling of all materials and
accessories, temporary arrangements for excavation in all types of soils and soft
rock, concrete/masonry drains/walls, shoring wherever necessary, casting concrete
including frame work wherever necessary, tamping of concrete, grouting of masts
and finishing the top of concrete foundation or anchor blocks. The price also
includes dismantling of all connected temporary arrangements, back filling with
excavated earth and compacting the same to the required height and width as per
drawing to ensure safety of foundation, confining the exposed height of foundation
block to within 10 cm., and removal of spoil. The price shall also include the cost of
supply of cement.

Note for measurement


1. The payable volume of the foundations under the above item shall be the
designed one as shown in the drawings for which the hole has been made,
irrespective of the actual configuration.

VSKP-EL-C-RT-111E Page 183


PSI works between Ambagaon-Jagdalpur on KK line

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

3. The prices shall be calculated for the individual volume of concrete, fraction of a
cubic metre beyond the third decimal shall be rounded off to the next nearest
third decimal.

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

5. For purposes of computation of volume of concrete, the volume of steel work


embedded in the foundation block shall be ignored.

6. For the purpose of computation of volume of concrete, the volume of concrete


shall include the volume of sand and bitumen in sand cored foundation.
However, for the purpose of computation of quantity of cement utilised in sand
core foundations, the volume of the sand and bitumen used in core hole should
be deducted from the total volume of the foundation.

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

8. The item shall also be applicable to include the concrete of equipments, at the
switching stations/traction sub-station (except building foundations) as well as
embedded drain pipes, wherever required.

9. The prices shall also cover the cost of diversion of masonry/earth drain wherever
necessary for casting of foundations.

10. (a) RDSO guidelines shall be followed for grade of concrete, type of foundations
etc. Generally concrete for foundation shall be nominal mix of Grade-M-10
and for grouting, muffing, embedding of structure in foundation concrete of
M-15 Grade as per latest RDSO guidelines shall be used.
(b) In Soft/Hard rock, Foundation in contact/Buried under Non-aggressive
soil/ground water:
Foundation concrete shall be of M-15 grade and core concrete shall be of M-
20 grade.
(c) In Soft/Hard rock Foundation in coastal area: Foundation as well as core
concrete shall be of M-20 grade.

VSKP-EL-C-RT-111E Page 184


PSI works between Ambagaon-Jagdalpur on KK line

11. No extra payment shall be made for OHE foundation casted with steel
reinforcement as per RDSO drawing. Similarly, no extra payment shall be made
for foundations casted as per 10(b), (c) for nominal steel reinforcement.

2(4) REINFORCED CONCRETE FOR FOUNDATION & TRENCH

The price shall cover excavation and all reinforced concrete work for foundations
including supply of steel for reinforcement and other materials including
bending/binding, laying reinforcement, shoring and shuttering where necessary,
casting concrete including frame work where necessary, grouting and finishing the
tops of foundation blocks with the required slope/muff. The price shall include
dismantling of all connected temporary arrangements, back filling as required and
removal of soil. The price shall also cover all concrete work for cast-in-situ piles and
pedestals/columns for mounting equipment. The volume of cast-in-situ piles and
pedestals columns shall be added to the volume of foundation block for purposes of
payment. Dowel bars will not be considered as reinforcement for purpose of this
item. The price shall include the cost of cement also. Cement will not be supplied
by Railways.

Notes for measurement


1. The Concrete for cable trenches/pier/column/pile shall be nominal mix of
1:2:4(M-15 grade)
2. The prices shall be same for any shape or size of concrete blocks. In
calculating the individual volume of concrete, fraction of a cubic metre beyond
the third decimal shall be rounded off to the next nearest third decimal.
3. The prices shall apply for concreting of all foundations for mast, gantries,
portals, anchor blocks for guy rods, and fencing uprights.
4. For purposes of computation of volume of concrete the volume of steel work
embedded in the foundation block shall be ignored.
5. The price under this item shall also include the cost of concrete cable
trenches and trench covers at the switching stations/traction sub-station as
well as embodiment of drain pipe, where required.
6. The prices shall also cover the cost of diversion of masonry/earth drain
wherever necessary for casting of concrete.
7. No extra payment shall be made for required steel reinforcement.

2(5) CABLE TRENCH COVERS

The price shall cover casting cable trench covers in reinforced concrete as per
approved drawing. The cable trench covers will be casted in an angle iron frame of
angle size 40mmx40mmx5mm. The price shall include the supply of steel for
reinforcement angle iron for the frame work fabrication of angle iron frame etc. The
price shall include positioning and dressing up of the trench covers, if required. The
price shall include the cost of cement also. Cement will not be supplied by
Railways. Concrete shall be M-15 grade.

VSKP-EL-C-RT-111E Page 185


PSI works between Ambagaon-Jagdalpur on KK line

2(6) REINFORCED BRICK WORK FOR BAFFLE WALL

The price shall cover excavation and construction of reinforced brick work laid in
cement mortar 1:3 mix for the baffle wall. The price shall include supply of steel
reinforcement and other materials. The price shall also include bending/binding and
laying of reinforcement, shoring, shuttering and scoff-folding arrangement, required
for the construction of brick wall and its curing. The price shall also include
dismantling of all connected temporary arrangements, back filling required and
removal soil. The price shall include the cost of cement also. Cement will not be
supplied by Railways.

2(7)PLASTERING OF BRICK WORK FOR BAFFLE WALL

The price shall cover supply and handling of all materials, scaffolding arrangements,
raking out joints, curing and finishing of plaster (12mm thickness with cement mortar
1:4 mix) on the Baffle wall. The price shall also include dismantling of all connected
temporary arrangements and removal of soil. The price shall include the cost of
cement also. Cement will not be supplied by Railways.

Note for Item No. – 2(6) & 2(7)

1. The prices under this item shall be the same for any shape or size of brick wall.
In calculating the individual volume of brick wall fraction of a cubic meter
beyond the third decimal shall be rounded off to the nearest third decimal.

2. The prices shall include cost of embedded drain pipes, conduits for cable or
earthing flats wherever necessary.

3. At each Traction substation one number Oil soak pit for main transformer and
one drain water sump for the cable trenches will be done and paid under this
item.
2(8) CHIPPING OF FOUNDATION/TRENCH FOR BAFFLE WALL

The price shall cover the required tools, plants and machinery which are required for
chipping of foundation/trench including electrical power.

NOTE: FOR ITEM NO. 2

CONCRETE:

Concrete for foundation shall be normal mix of grade M 10 obtained by mixing of


Cement, coarse aggregate, fine aggregate and water in accordance with proportion
given vide Table 9 of IS: 456-2000 including ramming by vibrator. For grouting,
Muffing, embedding of structure in foundation and for cable Trenches at Switching
station, normal mix concrete M 15 obtained by mixing materials in proportion as
indicated in Table 9 of IS: 456-2000 shall be used.

VSKP-EL-C-RT-111E Page 186


PSI works between Ambagaon-Jagdalpur on KK line

(a) Concrete for foundations shall be nominal mix of following grade:

Foundation Grouting and Muff


concrete grade concrete grade
1 In normal soil-where concrete is M-10 M-15
(a) in contact or buried under non-
aggressive soil/ground water
2 (b) exposed to coastal M-15 M-20
environment
3 Soft rock with bearing capacity M-15 M-20
45000 kg per sqm and Hard rock
with bearing capacity 90000 kg
per sqm where concrete is (a)
buried under non aggressive
soil/ground water
4 (b) exposed to coastal M-20 M-20
environment

(b) For cable trenches at switching stations/TSS, M-15 grade concrete shall be
used.

Main Provisions of IS: 456-2000 or Latest

TABLE -9: PROPORTIONS FOR NOMINAL MIX CONCRETE (CLAUSE 9.3 AND
9.3.1)
Grade of Total Quantity of dry aggregate Proportion of Quantity of
water by mass per 50 kg. of cement, fine/coarse water per 50
concrete to be taken as the sum of the aggregate (by kg. of
individual masses of the fine mass) cement max.
and coarse aggregates kg max.
1 2 3 4
Kg Generally 1:2 Liters
M5 800 but subject to 60
M7.5 625 an upper limit 45
M10 480 of 1:1.5 and a 34
M15 330 lower limit of 32
M20 250 1:2.5 30
NOTE: The proportions of the fine to coarse aggregate should be adjusted from
upper limit to lower limit progressively as the grading of the fine aggregates
becomes finer and the maximum size of coarse aggregate becomes larger. Graded
coarse aggregate shall be used.

VSKP-EL-C-RT-111E Page 187


PSI works between Ambagaon-Jagdalpur on KK line

Example:
For an average grading of the fine aggregate (that is zone II of Table 4 of IS: 383-
1970* or latest) the proportions shall be 1:1.5, 1:2 and 1:2.5 for maximum size of
aggregate 10mm, 20mm and 40 mm respectively.

* Specification for coarse and fine aggregates from natural sources for concrete
(second revision).

“Volume Batching may be allowed only where weight batching is not practicable and
provided accurate bulk densities of materials to be actually used in concrete have
earlier been established. The quantities of fine and coarse aggregate (not cement)
may be determined by volume. If the fine aggregate is moist and volume batching is
adopted. Allowance shall be made for bulking in accordance with IS: 2386 (Part-III-
1963 or latest) the mass volume relationship should be checked as frequently as
necessary, the frequency for the given job being determined by Engineer to ensure
that the grading is maintained”.

In judging the acceptability of the materials, quality of concrete and the method of
work, the Engineer will generally observe the provisions of the “ Indian Standard
Code of Practice for Plain and Reinforced Concrete, IS: 456-2000 or latest. The
crushing strength of concrete shall not be less than the limits given below (as per
IS:456-2000 or latest Table-2 Grade of Concrete):

Specified Characteristic Compressive Strength of 15 cm Cubes at 28 days

NOTE: (a) Test specimen of works tests shall be taken at the site of work
from mixture of concrete ready for pouring into the foundation
hole. All tests shall be carried out in accordance with IS: 516-
1959 or its latest version. The sample of concrete from which test
specimens are made shall be representative of the entire batch.
Crushing strength of 15cm cubes (or cube test) should be done
as per IS: 516-1959 or its latest version at 7days & 28days for
each 100cum interval.
(b) Age is reckoned from the day of casting.

SPECIFIED CHARACTERISTIC COMPRESSIVE STENGTH OF 15cm CUBES AT 28


DAYS

The indicative Compressive Strength of 15 cm Cubes at 7 days shall


normally be 67% of same value at 28 days.

SIZE AND GRADING OF AGGREGATES

VSKP-EL-C-RT-111E Page 188


PSI works between Ambagaon-Jagdalpur on KK line

The graded coarse aggregate 40 mm nominal size (table 2 of IS: 383-1970)


shall be used for foundation. A coarse aggregate for grouting, muffs, cable
trenches and embedding shall be of 20mm graded nominal size as per table
of IS: 383-1970 ( specification for coarse and fine aggregate from natural
sources for concrete).

Fine aggregate shall be graded from 10 mm downwards. The maximum size


of aggregate for under reamed pile foundation shall be 20 mm graded
nominal size. In case river sand is not available easily and nearby, quarry
dust of appropriate grading may be used without affecting strength of the
concrete and with prior approval of competent authority.

CEMENT

The cement to be used in the construction of foundations, RCC structures


shall be ordinary Portland cement of 53 grades (conforming to IS-12269) as
approved by Railway based on requirement and availability.

Cement for use in the works should be procured by the contractor from the
main producers/their authorized dealers/authorized stock yards which should
conform to BIS specifications.

Cement bags preferable in paper bag packing should bear the following
information in legible markings.
I) Manufacturer’s name.
II) Registered trade mark of manufacturer, if any,
III) Type of Cement.
IV) Weight of each bag in KGs or No. of bags/Ton
V) Date of manufacture, generally marked as week of the
year/year of manufacture, e.g. 30/08 which means 30th week of
2008.
To ensure quality control, test certificate from the manufacturers should be produced
by the contractors, which should conform to the relevant specifications (latest may
be incorporated).

III) STEEL & FIXTURES

Item no.3: Galvanized Steel Masts / Gantries / Portals / Supporting Structures


and small parts steel work.

1) SUPPLY

The price shall cover the cost of supply of individual finished traction mast fabricated
from rolled mild steel beam (BFB) 152 mm x 152mm @37.1Kg/m. designated SC-
150, table 3.1 of IS-808/1989 duly drilled as per RDSO’s Specification No.

VSKP-EL-C-RT-111E Page 189


PSI works between Ambagaon-Jagdalpur on KK line

ETI/OHE/C/00144 Mod- B or latest and galvanized as per speciation No.


ETI/OHE/13(4/84) with A&C slip No. 1 to 3 or latest. The length of mast will be 9.5 or
8.5 meter as required.
The price shall also cover the cost of supply of individual traction masts and main
masts of switching stations including those for head spans of traction mast, main
mast of switching stations fabricated from Rolled Mild Steel Joist (RSJ) 203
mmX152 mm @52.0 Kg/m designation WB-200, Table 2.2 of IS- 808/1989 duly
drilled as per RDSO drawing nos. given below for various type of masts and
galvanized as per specification No. ETI/OHE/13(4/84) with A & C slip No.1 to 3 or
latest. The price shall also cover the cost of supply of any other structures fabricated
out of RSJ beam.
Drg. Nos. (i) ETI/OHE/C/0000144 Mod- 09.5 M long
(ii) ETI/C/0030 Mod-F 11.4 m (S1)
(iii) ETI/C/0031 Mod-D 11.4 m (S2)
(iv) ETI/C/0036 Mod-E 08.0 m (S4)
(v) ETI/C/0181 Mod-C 12.4 m (S6)
(vi) ETI/C/0184 Mod-B 09.4 m (S9)

The price shall also cover the cost of supply of O, N and R type portals with
necessary components as per following RDSO Drawing Nos. The prices shall also
include supply of galvanized bolts, nuts washers etc. wherever required as per
approved designs and drawings.

The structures shall be fabricated and galvanized from steel conforming to IS-2062
or ‘A’ as per concerned specification i.e. IS:2062/1984, IS-808/1989 and RDSO
specification No. ETI/OHE/13 (4/84) with A&C slip Nos 1 to 3 or latest.
(i) ETI/C/0008 Sheet No. 2 to 6 latest Mod for ‘N’ type
(ii) ETI/C/0017 Sheet No. 2 to 6 latest Mod for ‘O’ type
(iii) ETI/C/0011/69 Sheet No. 2 to 6 latest Mod for ‘R’ type

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

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

VSKP-EL-C-RT-111E Page 190


PSI works between Ambagaon-Jagdalpur on KK line

PAYABLE UNIT WEIGHTS FOR STANDARD MASTS


S. No. Type of masts Weight in Kg per meter
including galvanization
1 2 3
1 6"x6" BFB 38.03
2 162x154 BFB 38.00
3 200x200 BFB 51.20
4 8"x6" RSJ 53.39
5 S1 53.30
6 S3 76.40
7 S4 53.39
8 S5 111.53
9 S6 53.39
10 S7 76.40
11 S8 111.53
12 K 100 23.70
13 K 125 30.30
14 K150 38.18
15 K175 43.72
16 K200 49.87
17 K225 57.50
18 K250 66.72
19 B100 27.71
20 B125 32.47
21 B150 39.07
22 B175 44.61
23 B200 50.76
24 B225 61.50
25 B250 70.72
26 S 100 23.72
27 S101 19.98
28 Other Sections As & when issued by
RDSO/market survey etc

The price shall also cover the cost of supply of special fabricated and galvanized
steel structures (other than BFB/RSJ/’B’ Series Masts and Portals). The structure to
be supplied under this item TTC, ‘G’ Type, BFB Type portals, Bridge masts,
Emergency masts and Double/Fabricated ‘S’ Series masts such as S-3, S-5, S-7, S-

VSKP-EL-C-RT-111E Page 191


PSI works between Ambagaon-Jagdalpur on KK line

8, T-150 etc., Any other similar structure required during the execution of work shall
also be supplied under this item.

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

S. Description Drawing No Mod.


No
1 2 3 4
1 TTC with 5.5/8.0 mtrs boom ETI/C/0009 ‘B’
Sheet 2 to 5
2 ‘G’ type Portal Up right and End Pieces ETI/C/0056 ‘C’
3 BFB Portal ETI/C/0026 ‘A’
Sheet 2
4 S-7, 12.4 MTRS Length ETI/C/0182 ‘C’
5 S-8, 12.4 Mtrs Length ETI/C/0183 ‘C’
6 S-100, for LT Transformer at SWS ETI/C/0043 ‘B’
7 S-101, for Isolators inside SWS ETI/C/0180 ‘A’
8 S-3, 11.4 Mtrs ETI/C/0180 ‘C’
9 S-5, 11.4 Mtrs ETI/C/0042 ‘E’
10 T-150, for LT Supply Transformer ETI/PSI/037 ‘C’

The price shall cover cost of supply of gantries, including tower / steel tower / steel
work for feeders for traction sub-station, drop arms, standard super masts and
suspension brackets for feeders and return conductors. Dwarf masts of stub masts
for anchoring, complete with anchor plates drilled and welded in position multiple
cantilever cross arm, chairs and all other small part steel works, the erection of
which is carried out by the contractor irrespective of whether they are supplied by
purchaser/contractor. The prices shall also include supply and erection of
galvanized bolts, nuts washers etc., wherever required as per approved designs and
drawings.

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


IS-209/1992 or latest.

The price shall also cover the cost of supply of all fabricated steel work excluding
fasteners which are required to be supplied by the Contractor.

For standard fabricated steel work for which RDSO's approved drawings are
available, the weight of steel work as specified in RDSO's drawings shall be

VSKP-EL-C-RT-111E Page 192


PSI works between Ambagaon-Jagdalpur on KK line

considered for payment. However, in case the unit sectional weight of any member
indicated in RDSO's drawing is not in conformity with the unit sectional weight as per
the latest IS specification, the weight of the fabricated steel work shall be calculated
on the basis of latest IS specification and the same will be considered for payment.
For the non-standard fabricated steel work, the calculated weight to be considered
for payment under this item shall be included in the relevant drawing based on,
latest IS sectional weight at the time of submitting the designs.

NOTES :

For the purpose of payment against items, weight of structures or fabricated steel
work will be calculated according to the weight of black steel given in section books
for the lengths of various members shown in the approved drawings. There will be
no addition for increased weight due to galvanizing or painting or weld material or
reduction for holes or skew cuts.
2) & 3) ERECTION

The price shall cover the cost of erection, alignment and setting before grouting of
individual finished traction mast fabricated from rolled mild steel beam (BFB) 152
mm x 152mm @37.1Kg/m. designated SC-150, table 3.1 of IS-808/1989., individual
traction masts and main masts of switching stations including those for head spans
of traction mast, main mast of switching stations fabricated from Rolled Mild Steel
Joist (RSJ) 203 mmX152 mm @52.0 Kg/m designation WB-200, Table 2.2 of IS-
808/1989., O, N and R type portals with necessary components as per following
RDSO Drawing Nos., B-Series traction mast 9.5 m long i.e. B-150, B-175 and B-200
etc., any other size of B-series or K-Series mast required, special fabricated and
galvanized steel structures (other than BFB/RSJ/’B’ Series Masts and Portals), TTC,
‘G’ Type, BFB Type portals, Bridge masts, Emergency masts and Double/Fabricated
‘S’ Series masts such as S-3, S-5, S-7, S-8, T-150 etc, gantries, including tower /
steel tower / steel work for feeders for traction sub-station, drop arms, standard
super masts and suspension brackets for feeders and return conductors, Dwarf
masts of stub masts for anchoring, complete with anchor plates drilled and welded in
position multiple cantilever cross arm, chairs and all other small part steel works,

The price shall also cover the cost of erection of any other structures fabricated out
of RSJ beam, portals assembly of boom components.

The price shall cover assembling, adjustment and erection of all types of booms
including TTC booms and any special structures across the track, not covered under
this item.

The prices shall also include erection of galvanized bolts, nuts washers etc.
wherever required as per approved designs and drawings.

VSKP-EL-C-RT-111E Page 193


PSI works between Ambagaon-Jagdalpur on KK line

The price shall also cover the cost of erection of all fabricated steel work excluding
fasteners which are required to be supplied by the Contractor.

The price shall also include the cost of repairing of platform shelters in case the
shelter is dismantled/ removed/ modified/ damaged during the course of erection of
a mast / portal at platforms.

Note:
(i) The prices for the items shall also include the cost of stenciling of location
number with enamel paint on masts/portal uprights in the manner as
directed by the Purchaser.
(ii) The price shall also include straightening of masts/portals uprights
wherever required by the purchaser and cutting of mast/portals/ upright to
suit the site condition.
(iii) The payment shall be made on the basis of the final lengths/weight of the
structures, in case the same are cut or modified as indicated above before
erection.

For standard fabricated steel work for which RDSO's approved drawings are
available, the weight of steel work as specified in RDSO's drawings shall be
considered for payment. However, in case the unit sectional weight of any member
indicated in RDSO's drawing is not in conformity with the unit sectional weight as per
the latest IS specification, the weight of the fabricated steel work shall be calculated
on the basis of latest IS specification and the same will be considered for payment.
For the non-standard fabricated steel work, the calculated weight to be considered
for payment under this item shall be included in the relevant drawing based on,
latest IS sectional weight at the time of submitting the designs.
NOTES :
1 For the purpose of payment against items, weight of structures or fabricated
steel work will be calculated according to the weight of black steel given in
section books for the lengths of various members shown in the approved
drawings. There will be no addition for increased weight due to galvanizing or
painting or weld material or reduction for holes or skew cuts.
2. For the purpose of payment, the weights of individual traction mast and
masts of head span shall be determined for each type on the basis of the
payable weight per meter length for standard types, For special types, the
payable weight per meter length will be indicated by the Engineer in charge
of the work at the time of approval of designs.
3. The rates against item shall be applicable to the erection of small part steel
works which are not covered under the various other items of work.

ITEM NO.4: FENCING PANELS 2.50 MTR. HEIGHT (ETI/PSI/121)

ITEM NO.5: FENCING UPRIGHTS

VSKP-EL-C-RT-111E Page 194


PSI works between Ambagaon-Jagdalpur on KK line

ITEM NO.6: GATES

ITEM NO.7: ANTI-CLIMBING DEVICE FOR SP/SSP/TSS.

FOR ITEM NO.- 4, 5, 6 & 7

1) SUPPLY

The price shall include supply of fencing panels and gate painted with two coats of
red oxide zinc chromate primer to IS: 2074 and finished with two coats of aluminium
paint. The prices shall also include supply of fencing upright painted with two coats
of red oxide zinc chromate primer to IS: 2074 and finished with two coats of
aluminium paint, anti-climbing devices including the cost of fasteners and the price
shall be for a meter length of the fencing panels 2.5 m height measured in the plan
view of the appropriate approved drawings.
The prices shall be on the basis of black weight of the steel with no deduction for
holes or skew cuts or no increase for weld materials.
The price shall also cover supply of an anti-climbing device consisting of galvanized
steel fixtures mounted on the fencing panels and barbered wire as per approved
design. Barbered wire provided in anti-climbing device. The price shall be per meter
length of the panel.
Fencing Panel and gate shall be manufactured with 8 SWG GI wire as per CORE
drawing no CORE/ALD/PSI/001 Mod ‘B’.
2) ERECTION

The price shall include erection of fencing panels and gate. The prices shall also
include erection of fencing upright and the price shall be for a meter length of the
fencing panels 2.5 m height measured in the plan view of the appropriate approved
drawings.
The prices shall be on the basis of black weight of the steel with no deduction for
holes or skew cuts or no increase for weld materials.
The price shall also cover erection of an anti-climbing device consisting of
galvanized steel fixtures mounted on the fencing panels and barbered wire as per
approved design. Barbered wire provided in anti-climbing device. The price shall be
per meter length of the panel.
ITEM NO.8: PAINTING OF EXISTING FENCING PANNEL, UPRIGHT & GATE.

The price shall include painting of the fixtures with two coats of red oxide zinc
chromate primer as per IS: 2074 and two finishing coats of aluminium paint as per
IS: 2339.

VSKP-EL-C-RT-111E Page 195


PSI works between Ambagaon-Jagdalpur on KK line

IV) EQUIPMENTS

ITEM NO.9: 132 KV/145KV AC, 1250AMP DOUBLE POLE ISOLATORS


(MANUALLY OPERATED) AS PER RDSO SPECIFICATION NO.
ETI/PSI/122 (3/89) REV.1 (APRIL 90) OR LATEST.

1) SUPPLY

The price shall cover supply of a 132 kV Double Pole Isolator with a manually
operated mechanism complete with mounting base and all accessories required for
its operation including terminal connectors. The price shall include supply of an
enamelled number plate and padlock (Godrej Navtal 7 lever long head). The prices
shall also include the cost of supply of 132 kV solid core post insulator, operating
rod etc. for 132 kV Isolators.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing, commissioning of a 132 kV Double Pole
Isolator with a manually operated mechanism complete with mounting base and all
accessories required for its operation including terminal connectors. The price shall
include erection of an enamelled number plate and padlock (Godrej Navtal 7 lever
long head). The price shall include mounting of the Isolator and the operating rod in
position and their alignment for smooth and trouble free operation. The prices shall
also include the cost of erection of 132 kV solid core post insulator, operating rod
etc. for 132 kV Isolators.

ITEM NO.10: EARTHING BLADE ASSEMBLY FOR 132 KV/145KV AC, 1250AMP
DOUBLE POLE ISOLATORS (MANUALLY OPERATED) AS PER
RDSO SPECIFICATION NO. ETI/PSI/122 (3/89) REV.1 (APRIL 90)
OR LATEST.

1) SUPPLY

The price shall cover supply of earthing blade assembly for 132 kV Isolators. The price
shall be extra on Item 9 and applicable individually for each isolator. The earthing
blade assembly shall conform to latest RDSO/CORE Specification and shall be
purchased from RDSO/CORE valid approved source only.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of earthing blade
assembly for 132 kV Isolators. The price shall be extra on Item 9 and applicable
individually for each isolator.

VSKP-EL-C-RT-111E Page 196


PSI works between Ambagaon-Jagdalpur on KK line

ITEM NO.11: 132 KV CURRENT TRANSFORMER 1200-800-400/5-5-5 AMP.


CLASS 5P/0.2/PS AS PER RDSO SPECIFICATION NO.
ETI/PSI/117 (7/88) WITH A&C SLIP NO. 1 TO 9 OR LATEST.

1) SUPPLY

The price shall cover supply of a 132 kV Current Transformer (1200-800-400/5-5-


5A) as per RDSO’s specification ETI/PSI/117 (7/88) with A&C Slip no 1 to 9
complete with all fittings and accessories including terminal connectors. It shall also
include the supply of an enamelled number plate as per the drawing
ETI/PSI/P/7528.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of a 132 kV Current
Transformer (1200-800-400/5-5-5A) as per RDSO’s specification ETI/PSI/117 (7/88)
with A&C Slip no 1 to 9 complete with all fittings and accessories including terminal
connectors. It shall also include mounting of the transformer in position, and erection
of an enamelled number plate as per the drawing ETI/PSI/P/7528.

ITEM No.12: Erection, Testing and Commissioning of Railway supplied 132 KV


Double Pole SF-6 Gas Circuit Breaker.

The price shall cover erection, testing and commissioning of 132 kV double pole SF-
6 Gas Circuit Breakers, complete with operating mechanism, all fittings and
accessories including terminal connectors. The price shall cover grouting the
supporting frame and Mechanism box on the foundation block and mounting of other
accessories in their respective places. It shall also cover the testing and
commissioning of the Circuit Breaker. The price shall also cover the erection of an
enamelled number plate. The Contractor shall make his own arrangement for filling
of the SF-6 gas and power supply required for testing purpose. All necessary tools,
equipments, instruments required for carrying out necessary checks, tests and
commissioning shall be arranged by the Contractor.

The price shall cover erection of an Interlocking Mechanism on an Isolator to permit


working of an Isolator and or earthing blade assembly in a desired sequence. The
price shall include erection of interlock for Circuit Breaker.

The 132 KV Double Pole SF-6 Gas Circuit Breaker shall confirm to RDSO
Specification No. TI/SPC/PSI/HVCB/0120 (JUNE 2014) REV.0 with A&C slip no.-
1&2 (Oct’2016) or latest.

VSKP-EL-C-RT-111E Page 197


PSI works between Ambagaon-Jagdalpur on KK line

ITEM NO.13: 120 KV METAL OXIDE GAPLESS LIGHTNING ARRESTOR WITH


SURGE COUNTER AS PER RDSO SPECIFICATION NO.
ETI/PSI/137 (8/89) WITH A&C SLIP NO. 1 TO 7 OR LATEST.

1) SUPPLY

The price shall cover supply of 120kV Lightning arrestor, surge counter with leakage
current monitor complete with all fittings and accessories including terminal
connector. It shall also include supply of enamelled number plate. The 120 KV
Lightning Arrestor shall be of manufactured by any of CORE Approved Suppliers as
per RDSO Specification No. ETI/PSI/137 (8/89) with A&C slip no. 1 to 7 or with
latest amendments.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of 120kV Lightning
arrestor, surge counter with leakage current monitor complete with all fittings and
accessories including terminal connector. It shall also include mounting of the
Lightning arrestor in position and erection of enamelled number plate.

ITEM NO. 14: 132 KV SUPPORT/POST INSULATOR AS PER RDSO


SPECIFICATION NO.TI/SPC/ OHE/POST/0100 (01/2010) WITH
A&C SLIP NO.-1 OR LATEST.

1) SUPPLY

The price shall cover supply of 132 kV support insulators complete with fixing bolts,
nuts and studs, Busbar jumpers, clamps for clamping the busbar and SPS, if
required. The 132 KV Support Insulator shall be of manufactured by any of RDSO
Approved Suppliers and as per RDSO Specification No. TI/SPC/ OHE/POST/0100
(01/2010) with A&C Slip No.-1 or latest

2) ERECTION

The price shall cover erection of 132 kV support insulators complete with fixing
bolts, nuts and studs, Busbar jumpers, clamps for clamping the busbar and SPS, if
required.

ITEM NO. 15: 132 KV TERMINATION WITH DISC INSULATOR WITH ADJUSTER
AS PER RDSO DRAWING NO. ETI/PSI/0226-I OR LATEST.

1) SUPPLY

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

VSKP-EL-C-RT-111E Page 198


PSI works between Ambagaon-Jagdalpur on KK line

11500 kgf. The Disc Insulator shall be of manufactured by any of valid RDSO /
CORE Approved Suppliers as per IS: 731-1971. The other required materials shall
also confirm to the specification and shall be bought from valid approved suppliers
only.

2) ERECTION

The price shall cover erection of all materials for the termination of a single ACSR
conductor (61/3.18 mm ZEBRA) strung between gantries/portals, including anchor
fittings, single clevis assembly, adjuster, anchor double straps, string of 12 nos. of
280mm (11”) Disc Insulators, strain clamps and arcing rings and other fittings to
complete the assembly.

ITEM NO. 16: 132 KV TERMINATION WITH DISC INSULATOR WITHOUT


ADJUSTER AS PER RDSO DRAWING NO. ETI/PSI/0226-I OR
LATEST.

1) SUPPLY

The price shall cover supply of all materials for the termination of a single ACSR
conductor (61/3.18 mm ZEBRA) strung between gantries/portals, including anchor
fittings, single clevis assembly, anchor double straps, string of 12 nos. of 280mm
(11”) Disc Insulators, strain clamps and arcing ring and other fittings to complete the
assembly. The assembly shall be of breaking strength of not less than 11500 kgf.
The Disc Insulator shall be of manufactured by any of valid RDSO / CORE
Approved Suppliers as per IS: 731-1971. The other required materials shall also
confirm to the specification and shall be bought from valid approved suppliers only.

2) ERECTION

The price shall cover erection of all materials for the termination of a single ACSR
conductor (61/3.18 mm ZEBRA) strung between gantries/portals, including anchor
fittings, single clevis assembly, anchor double straps, string of 12 nos. of 280mm
(11”) Disc Insulators, strain clamps and arcing rings and other fittings to complete
the assembly.

Item No.17: Erection, Testing and Commissioning of RAILWAY SUPPLIED


132/27 KV 21.6 /30.24MVA single phase ONAN/ONAF type traction power
transformer.

The Traction Power Transformer complete with all accessories including oil (which
may be in separate drums/containers) will be handed over by the purchaser at the
sub-station premises. The contractor shall bring the transformer on to its correct
position on the foundation and erect all the accessories, check up the alignment and
make connections of HV and LV terminals to the 132 KV and 27 KV busbars. The
contractor shall carry out oil filtration and pre-commissioning tests as approved by
the purchaser and commission the transformers strictly in accordance with the

VSKP-EL-C-RT-111E Page 199


PSI works between Ambagaon-Jagdalpur on KK line

instructions of the transformer manufacturer or his commissioning engineer at site to


the complete satisfaction of the purchaser. The contractor shall be held responsible
to ensure that the work is carried out to the highest standards, in accordance with
the relevant codes of practice and any special conditions/guidelines/requirements as
laid down by the manufacturer of the transformer are properly complied with
contractor shall notify the manufacturer regarding likely date of commissioning, one
month in advance, so that the manufacturer can depute his representative if so
desired by him at his own cost, for warranty obligation purposes. Notwithstanding
availability of manufacturer's representative or otherwise, it shall be contractor's
responsibility to ensure that the equipment is commissioned as per laid down
procedure. However, in case of any extra cost being incurred in this regard, due to
delay on part of the contractor the same shall be recovered from the contractor. The
contractor shall make his own arrangements for oil filtration equipment as well as
power supply required for the same. All necessary tools, equipment, instruments
required for carrying out necessary checks and tests and commissioning of the
transformer shall be arranged by the contractor.

ITEM NO.18: 42 KV METAL OXIDE GAPLESS LIGHTNING ARRESTOR WITH


SURGE COUNTER AS PER RDSO SPECIFICATION NO.
TI/SPC/PSI/MOGTLA/ 0101 (2/2015) OR LATEST.

1) SUPPLY

The price shall cover supply of 42 kV lightning arrestor complete with all fittings and
accessories as per relevant latest specification including terminal connectors. The
price shall also include supply of surge counter with leakage current monitor along
with cable (unarmored PVC insulated copper cable size 35 Sq. mm 1100 volts
grade) and all accessories. It shall include supply of enameled number plate.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of 42 kV lightning arrestor
complete with all fittings and accessories as per relevant latest specification
including terminal connectors. The cost of erection shall include proper alignment of
the lightning arrestor in position. The price shall also include erection of surge
counter with leakage current monitor along with cable (unarmored PVC insulated
copper cable size 35 Sq. mm 1100 volts grade). The surge counter shall be
mounted on the structure at a convenient height as per. Specification No.
ETI/PSI/71 revision-1(1/87), A&C slip No.1 to 7 or latest.

ITEM No.19 : Erection, Testing and Commissioning of Railway supplied 25 KV


Single Pole Vacuum Circuit Breaker (Railway Supplied).

The price shall cover erection, testing and commissioning of 25 kV Vacuum Circuit
Breaker complete with operating mechanism, all fittings, and accessories including
terminal connectors. The price shall cover grouting the supporting frame and

VSKP-EL-C-RT-111E Page 200


PSI works between Ambagaon-Jagdalpur on KK line

mechanism box on foundation block and mounting of other accessories in their


respective places. It shall also cover, testing and commissioning of the circuit
breaker. The price shall also cover the erection of an enamelled number plate. The
Contractor shall make his own arrangement for power supply required for testing
purpose. All necessary tools, equipments, instruments required for carrying out
necessary checks and tests and commissioning shall be arranged by the contractor.
The price shall also include erection of interlocks and shall be applicable individually
for each Circuit Breaker. The vacuum circuit breaker shall be as per RDSO
specification No. TI/SPC/PSI/LVCBIN/ 0120 (Dec.'2013) VER.0 with A&C Slip No.-1
(Oct’2016) or latest.

ITEM NO.20: 25 KV CURRENT TRANSFORMER 1500-750/5A AS PER RDSO


SPECIFICATION NO.ETI/PSI/90 (6/95) WITH A&C SLIP NO. 1 TO 8
OR LATEST.

1) SUPPLY

The price shall cover supply of 25 kV Current Transformer (ratio 1500-750/5A)


complete with all fittings and accessories including terminal connectors. It shall
include supply of an enamelled number plate.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of 25 kV Current


Transformer (ratio 1500-750/5A) complete with all fittings and accessories including
terminal connectors. It shall include mounting of the transformer in position and
erection of an enamelled number plate.

ITEM NO.21: 25 KV CURRENT TRANSFORMER 200-100/5 AMP. AS PER RDSO


SPECIFICATION NO.ETI/PSI/90 (6/95) WITH A&C SLIP NO. 1 TO 8
OR LATEST.

1) SUPPLY

The price shall cover supply of 25 kV Current Transformer (ratio 200-100/5A)


complete with all fittings and accessories including terminal connectors. It shall
include supply of an enamelled number plate.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection, testing and commissioning of 25 kV Current


Transformer (ratio 200-100/5A) complete with all fittings and accessories including
terminal connectors. It shall include mounting of the transformer in position and
erection of an enamelled number plate.

ITEM NO.22: 25 KV NEUTRAL CURRENT TRANSFORMERS RATIO (2/1A &


5/1A) AS PER RDSO SPECIFICATION NO. ETI/PSI/90 (6/95) WITH
A&C SLIP NO. 1 TO 8 OR LATEST.

VSKP-EL-C-RT-111E Page 201


PSI works between Ambagaon-Jagdalpur on KK line

1) SUPPLY

The prices shall cover supply of 25kV neutral current transformer for protection of
the capacitor bank.

2) ERECTION, TESTING & COMMISSIONING

The prices shall cover erection, testing and commissioning of 25kV neutral current
transformer for protection of the capacitor bank. The price shall also cover
connecting of the neutral current transformer with capacitor bank and control and
relay panel. It shall also cover mounting of the neutral current transformer on the
supporting frame.

ITEM NO.23: 25 KV SINGLE POLE ISOLATOR 1600 AMP WITH INSULATORS


AS PER RDSO SPECIFICATION NO. ETI/OHE/16 (1/94), REV.2,
(MAR-04) AND RDSO LETTER NO. TI/PSI/25/ISOL/POLICY/ 99,
DT.03.06.99 OR LATEST.

1) SUPPLY

The price shall cover the supply 25 kV Single Pole Isolator (1600Amp capacity)
complete with mounting base, operating rod, operating mechanism and all
accessories required for its smooth and trouble free operation. The price including
supply of solid core Post Insulator, operating rod insulator etc. Price shall also cover
supply of an enameled number plate, integral lock and a pad lock (Godrej Navtal - 7
levers long head) for each Isolator. Price shall not cover supply of Bus bar connector
required for making connection to Isolator terminal pad.

2) ERECTION UNDER NON-POWER BLOCK


3) ERECTION UNDER POWER BLOCK

The price shall cover the erection, testing, commissioning, alignment and connecting
up 25 kV Single Pole Isolator (1600Amp capacity) complete with mounting base,
operating rod, operating mechanism and all accessories required for its smooth and
trouble free operation. The price including erection of solid core Post Insulator,
operating rod insulator etc. Price shall also cover erection of an enameled number
plate, integral lock and a pad lock (Godrej Navtal - 7 levers long head) for each
Isolator. Price shall not cover erection of Bus bar connector required for making
connection to Isolator terminal pad.

ITEM NO.24: 25 KV DOUBLE POLE ISOLATOR 1600 AMP WITH INSULATORS


AS PER RDSO SPECIFICATION NO. ETI/OHE/16 (1/94), REV.2,
(MAR-04) AND RDSO LETTER NO. TI/PSI/25/ISOL/POLICY/99,
DT.03.06.99 OR LATEST.

1) SUPPLY

The price shall cover the supply 25 kV Double Pole Isolator (1600 Amp capacity)

VSKP-EL-C-RT-111E Page 202


PSI works between Ambagaon-Jagdalpur on KK line

complete with mounting base, operating rod, operating mechanism, interlock


arrangement and all accessories required for its smooth and trouble free operation.
The price including supply of solid core Post Insulator, operating rod insulator etc.
Price shall also cover supply of an enameled number plate, integral lock and a pad
lock (Godrej Navtal - 7 levers long head) for each Isolator. Price shall not cover
supply of Bus bar connector required for making connection to Isolator terminal pad.

2) ERECTION

The price shall cover the erection, testing, commissioning, alignment and connecting
of 25 kV Double Pole Isolator (1600 Amp capacity) complete with mounting base,
operating rod, operating mechanism, interlock arrangement and all accessories
required for its smooth and trouble free operation. The price including erection of
solid core Post Insulator, operating rod insulator etc. Price shall also cover erection
of an enameled number plate, integral lock and a pad lock (Godrej Navtal - 7 levers
long head) for each Isolator. Price shall not cover erection of Bus bar connector
required for making connection to Isolator terminal pad.

ITEM NO.25: Erection, Testing and Commissioning of Railway supplied 25 KV


Vacuum Interrupter.

The price shall cover erection, testing and commissioning of kV AC 50 Hz Single


Pole, Outdoor type 1600 Amp rating vacuum interrupter (with spring-spring
mechanism) complete with operating mechanism, all fittings, and accessories
including terminal connectors. The price shall cover grouting the supporting frame
and mechanism box on foundation block and mounting of other accessories in their
respective places. It shall also cover, testing and commissioning of the interrupter.
The price shall also cover the erection of an enamelled number plates. The
Contractor shall make his own arrangement for all necessary tools, equipments,
instruments, including power supply required for carrying out necessary checks,
tests and commissioning. The price shall also include erection of interlocks and shall
be applicable individually for each interrupter. The vacuum interrupter shall be as
per RDSO specification No. TI/SPC/PSI/LVCBIN/0120 (Dec.'2013) VER.0 with A&C
Slip No.-1 (Oct.’2016) or latest.

ITEM NO.26: 25 KV POTENTIAL TRANSFORMER (TYPE-I) AS PER RDSO


SPECIFICATION NO. TI/SPC/PSI/PTS/0990 WITH A & C SLIP NO.
1 TO 5 OR LATEST.

1) SUPPLY

The price shall cover the supply of 25 kV Potential transformer Type-I complete with
all fittings and accessories as per relevant latest specification, including terminal
connectors and fixing bolts. The price shall also cover the supply of an enameled
number plate and fixing bolts. The price shall not include the supply cost of any
small parts steel work. The 25 KV Potential Transformer (Type-1) shall be of

VSKP-EL-C-RT-111E Page 203


PSI works between Ambagaon-Jagdalpur on KK line

manufactured by any of RDSO Approved Suppliers and as per RDSO Specification


No. TI/SPC/PSI/PTS/0990 with A & C slip no. 1 to 5 or latest.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover the erection, testing and commissioning of 25 kV Potential
transformer Type-I complete with all fittings and accessories as per relevant latest
specification, including terminal connectors and fixing bolts. The price shall include
proper alignment of the transformer in position. The price shall also cover the
erection of an enameled number plate and fixing bolts. The price shall not include
the erection cost of any small parts steel work.

ITEM NO.27: 25 KV POTENTIAL TRANSFORMERS (TYPE-II) AS PER RDSO


SPECIFICATION NO. TI/SPC/PSI/PTS/0990 WITH A & C SLIP NO.
1 TO 5 OR LATEST.

1) SUPPLY

The price shall cover the supply of 25 kV Potential transformer Type-II complete with
all fittings and accessories as per relevant latest specification, including terminal
connectors and fixing bolts. The price shall also cover the supply of an enameled
number plate and fixing bolts. The price shall not include the supply cost of any
small parts steel work. The 25 KV Potential Transformer (Type-II) shall be of
manufactured by any of RDSO Approved Suppliers and as per RDSO Specification
No. TI/SPC/PSI/PTS/0990 with A & C slip no. 1 to 5 or latest.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover the erection, testing and commissioning of 25 kV Potential
transformer Type-II complete with all fittings and accessories as per relevant latest
specification, including terminal connectors and fixing bolts. The price shall include
proper alignment of the transformer in position. The price shall also cover the
erection of an enameled number plate and fixing bolts. The price shall not include
the erection cost of any small parts steel work.

ITEM No.28: Supply, Erection, Testing and commissioning of Numerical


control & Relay Panel incorporating numerical type protective relays suitable
for Double Transformer Traction Sub-station of 132/25 KV as per RDSO
Specification TI/SPC/PSI/PROTCT/6071 or latest duly dismantling of existing
static Control & Replay Panel including supply & erection of necessary
cables, taxes and duties and transportation.

The price shall include Supply, Erection, testing and commissioning of Control and
relay panel suitable for double transformer traction substation of 132/25 KV as per
RDSO specification No. TI/SPC/PSI/PROTCT/6071, or latest including all correction
slips in force, comprising of DC supply monitoring relay, vectorial Delta I and panto

VSKP-EL-C-RT-111E Page 204


PSI works between Ambagaon-Jagdalpur on KK line

flashover relay suitable for TSS IOL protection. The price shall include dismantling
of existing old static type control and relay panel.

The control & Relay panels should be provided with numerical relays suitable for
transformers and feeder protection, and parallel operation of transformers as per
RDSO Guidelines on protection scheme for parallel operation of transformers vide
RDSO instruction No. TI/IN/0017 (JuIy 2008). The control and relay panels should
also have all auxiliary relays required for Alarm, Nitrogen injection fire preventive
system & Trip indication / functions as specified in the guiding specification as given
below.

Provision of separate electromechanical type auxiliary relay for transformer auxiliary


trip contact multiplication.

Increase the character of LCD and provision of event log for at least 5000 latest
event.

Disturbance record of latest 100 trip events in place of 10 events.

Addition of tests to improve reliability and safety.

Provision of digital type smart energy meter on HV side.

It should also indicate Transformer Tap position and should be capable for operation
of tap changers for raising and lowering of tap.

The panel should have semaphore indicator for all circuit breakers and interrupters,
with distinct open/close status LED indicators.

It should have IocaI/ remote selector switch for all CBs/ Interrupters. It should have
control switch for opening/closing of all CBs/interrupters.

The price shall also cover the supply of portable DATA logger/Notebook/Laptop of
standard specification with suitable printer (black/white laser type of standard
specification) for monitoring of different electrical parameters.

The control and relay panel should be provided with annunciator window, indicating
various alarms trip and status of equipment, the Control and relay panel shouId be
provided with metering arrangement for indicating voltage, Transformer current and
feeders current of both the bays (Dual bays) .

The control and relay panel should be of RDSO approved make only.

The price shall also includes supply & erection of necessary cables required to
commission the new panel. The work also includes dismantlement and
disconnection of existing control and relay panel and the same should be handed
over to the SSE/PSI at respective Traction sub-stations.

VSKP-EL-C-RT-111E Page 205


PSI works between Ambagaon-Jagdalpur on KK line

The responsibility of Railways in this work is only to make available a bay of TSS for
7 days for carrying out this work. All other everything, every item, T&P, testing
requirement, labour etc., are in the view of the successful tenderer to make the TSS
bay in operation again to the satisfaction of Railway Engineer.

ITEM No.29 (1, 2) : Supply, erection, testing and commissioning of Shunt


Capacitor bank of 7700 KVAR at 40 KV.

The price shall cover supply, erection testing and commissioning of 7700 KVAR at
40 KV shunt capacitor bank at Traction sub-stations, complete with capacitor unit,
internal fuses, discharge devices, rack insulator assembly, inter-connector between
units, insulators, suitable earthing lugs including terminal connectors and other
material and hardware required for satisfactory operation of the unit. It shall also
include mounting of the capacitor bank on the supporting structures and its
connecting upto other equipments. The contractor shall carryout pre-commissioning
tests as approved by the purchaser and commission the shunt capacitor bank
strictly in accordance with the instructions of the shunt capacitor bank manufacturer
or his commissioning engineer at site to the complete satisfaction of the purchaser.
The contractor shall be held responsible to ensure that the work is carried out to the
highest standards, in accordance with relevant codes of practice and any special
conditions/guidelines/requirements as laid down by the manufacturer of the shunt
capacitor bank are properly complied with. The contractor shall notify the
manufacturer regarding likely date of commissioning, one month in advance so that
the manufacturer can depute his representative, if so desired by him, at his own
cost, for warranty obligation purposes. Notwithstanding availability of manufacturer's
representative or otherwise, it shall be contractor's responsibility to ensure that the
equipment is commissioned as per laid down procedure. All necessary tools,
equipments, instruments required for carrying out necessary checks and
commissioning of the shunt capacitor bank shall be arranged by the contractor.
25kV Shunt Capacitor bank shall conform to RDSO specification No. TI/SPC/PSI/FC
& SR/0100(01/10) with latest amendments.

ITEM No.29 (3,4): Supply, Erection, Testing and Commissioning of Standard


Control & Relay Panel for Shunt Capacitor Bank along with recording facility
equipment of parameters viz., KVAH, KVARH, KWH, PF etc., including
protective relays as per latest RDSO specifications.

The price shall cover supply, erection and commissioning of control and relay panel
board with static type protective and auxiliary relays for operation of circuit breakers
to protect transformer and capacitor bank etc. The control and relay panel shall
confirm RDSO Specification TI/ SPC/ PROTCT/ 6070(9/08) or latest and procured
from RDSO/CORE approved suppliers.
It shall also include cost of wiring terminal blocks required for erection & shall
include alignment and grouting of the panel in position and all necessary
connections to bring the control board to position. It shall also include the cost of

VSKP-EL-C-RT-111E Page 206


PSI works between Ambagaon-Jagdalpur on KK line

connecting the frame of control panel to the earth bus inside the control room. The
price shall also cover supply and connection & commissioning of recording & data
log system i.e. Energy meter with communication module and wiring with software
(HPL – SOCOMEC Meter A-40) for data collection, and storing of various
parameters such as KVAH, KVARH, KWH, KVA (MD), Power Factor and for making
graphic representations, analytical statements. The above data should be visible on
the control panel by simply pressing the push buttons on the Energy meter. For
retrieving the recorded data on the Energy meter and to have print out of various
stored parameters, a hand held data logging equipment such as Laptop/Notebook of
appropriate standard specification should be supplied along with laser printer
consisting of copying, scanning, fax, and printing, by the firm complying to the latest
configuration as advised by the purchaser. Firm should also supply the latest
software like original operating system, and other application software for monitoring
of above parameters in CD/DVD format.

Item No. 30: Supply, erection, testing and commissioning of Low loss Series
Reactor suitable for 25KV shunt capacitor bank of 7700KVAR at 40KV (Losses
limited to 5KW +/-10%)

The prices shall cover supply, erection and connecting up of series reactor suitable
for 7700 KVAR at 40 KV shunt capacitor bank complete with all fittings and
accessories including connectors. It shall include mounting of the series reactor in
position. 25KV Shunt Capacitor bank equipment shall conform to RDSO
specification No.TI/SPC/PSI/FC & SR/0100(01/10) with latest amendments if any as
on date of approval for placing purchase order.

Item No.31: Auxiliary Transformer

1) Erection, Testing and Commissioning of Railway supplied 10 KVA Auxiliary


Transformer.

2) Erection, Testing and Commissioning of Railway supplied 25 KVA Auxiliary


Transformer

The price shall cover erection, testing and commissioning of 25KV/240V 25 KVA or
10 KVA L.T. Supply Transformer complete with all fittings and accessories as per
the RDSO’s latest specification and its erection complete with terminal connectors
on a mast or gantry. The price shall include erection of 5 SWG copper jumper wire
required for connecting and also include mounting of the transformer on its
supporting structure and erection of an enameled number plate. The price shall also
cover oil filtration, testing and commissioning of the transformer. The contractor
shall make his own arrangement for oil filtration plant as well as power supply for the
same.

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

VSKP-EL-C-RT-111E Page 207


PSI works between Ambagaon-Jagdalpur on KK line

ITEM No. 32: 25 KV DROP OUT FUSE ASSEMBLY INCLUDING INSULATORS,


OPERATING POLE & FUSE LINK AS PER RDSO SPECIFICATION NO.
ETI/PSI/14 (1/86) REV.1. (APR-87) OR LATEST.

Supply: The price shall also cover supply of a DO fuse switch assembly (including
fuse carrier) complete with all mounting accessories, post/pedestal insulator for DO
fuse switch assembly. The price shall also cover supply of Operating Pole for 25kV
DO Fuse.

Erection: The price shall also cover erection, testing and commissioning of a DO
fuse switch assembly (including fuse carrier) complete with all mounting
accessories, post/pedestal insulator for DO fuse switch assembly.

ITEM NO. 33: SHORT NEUTRAL SECTION ASSEMBLY (PHASE BREAK).


1) SUPPLY

The price shall cover supply of Short Neutral Section Assembly (Phase Break)
complete, as per RDSO specification No. TI/SPC/OHE/SNS/0000. Rev-1 with A&C
slip no.-1 or latest amdt. if any. The price shall cover supply of all required materials
for erection of short neutral section assembly.

2) ERECTION (IN NPB)

3) ERECTION (IN PB)

The price shall cover erection of Short Neutral Section Assembly through proper
tools, its adjustment and commissioning for traffic.

ITEM NO. 34: 110V, 200 AH-LM (LOW MAINTENANCE) LEAD ACID BATTERIES
AS PER RDSO SPECIFICATION NO. RDSO/ PE/SPEC/TL/0040-
2003 (REV-0) WITH AMENDMENT NO.1 OR LATEST.

ITEM NO. 36: 110V, 40 AH-LM (LOW MAINTENANCE) LEAD ACID BATTERIES
AS PER RDSO SPECIFICATION NO. RDSO/ PE/SPEC/TL/0040-
2003 (REV-0) WITH AMENDMENT NO.1 OR LATEST.

FOR ITEM NO.- 34 & 36

1) SUPPLY

The price shall cover supply of 110v, 200Ah-LM/40Ah-LM lead acid battery
complete with stand and accessories as mentioned in relevant specification and a
tool board. The battery shall conform to RDSO Specification No.
RDSO/PE/SPEC/TL/0040-2003 (Rev.0) with Amendment No.1 or latest. The
battery with accessories shall be procured from RDSO Approved Sources.

2) ERECTION, TESTING & COMMISSIONING

VSKP-EL-C-RT-111E Page 208


PSI works between Ambagaon-Jagdalpur on KK line

The price shall cover erection of 110v, 200Ah-LM/40Ah-LM lead acid battery
complete with stand and accessories as mentioned in relevant specification and a
tool board. The price for erection shall include installation, connecting up, initial
charging and commissioning of the battery.

ITEM NO. 35: CHARGER FOR 110V, 200AH-LM (LOW MAINTENANCE) LEAD
ACID BATTERIES AS PER RDSO SPECIFICATION NO.
ETI/PSI/24 (6/81) OR LATEST.

ITEM NO. 37: CHARGER FOR 110V, 40AH-LM (LOW MAINTENANCE) LEAD
ACID BATTERIES AS PER RDSO SPECIFICATION NO. ETI/PSI/1
(6/81) OR LATEST.

FOR ITEM NO.- 35 & 37

1) SUPPLY

The price shall cover supply of charger suitable for 110V, 200Ah-LM/40Ah-LM lead
acid batteries with plug for connection to 230V AC supply to the battery charger. The
price shall not include supply of any cable for connecting the charger to the 110 V
batteries. The battery charger shall be procured from RDSO/CORE approved
Source and shall be as per latest RDSO/CORE Specification.

2) ERECTION, TESTING & COMMISSIONING

The price shall cover erection of charger suitable for 110V, 200Ah-LM/40Ah-LM lead
acid batteries with plug for connection to 230V AC supply to the battery charger. The
price for erection shall include mounting of the charger in position and connecting it
up to 230V AC distribution board, which will be provided by the purchaser in the
control cubicles including the cost of connection of cables with testing and
commissioning. The price shall not include erection of any cable for connecting the
charger to the 110 V batteries.

ITEM NO. 38: 25 KV PEDASTIAL INSULATOR AS PER RDSO SPECIFICATION


NO.TI/SPC/OHE/INS/0070 (04/2007) WITH A&C SLIP NO.-1 & 2
OR LATEST.

1) SUPPLY OF POST INSULATOR

2) SUPPLY OF COMPONENT

The price shall cover the supply of a 25 kV solid core post insulator and its
component to support Aluminum bus bars. It shall include supply of fixing bolts,
nuts, locknuts, washers and studs etc. Busbar clamps/jumper clamps for clamping
the busbars/jumpers shall be paid under relevant Item

VSKP-EL-C-RT-111E Page 209


PSI works between Ambagaon-Jagdalpur on KK line

The 25 kV Post Insulator shall be manufactured by any of RDSO Approved Sources


and shall be as per RDSO Specification No. TI/SPC/OHE/INS/0070 (04/2007) with
A&C Slip No.-1 & 2 or latest amendment.

3) ERECTION UNDER NON-POWER BLOCK

4) ERECTION UNDER POWER BLOCK

The price shall cover the erection of a 25 kV solid core post insulator and its
component to support Aluminum bus bars. It shall also cover-erection of all
components required for the assembly including post insulator, Bus bar jumper,
clamps for clamping the bus bar and SPS, if required

ITEM NO. 39: SUPPLY OF PORCELAIN 9-TONNE INSULATORS (RI 6020-1)


(1050 MM CD) AS PER RDSO SPECIFICATION NO.
TI/SPC/OHE/INS/ 0070 (04/2007) WITH A&C SLIP NO.-1 & 2 OR
LATEST.

The price shall include supply of Porcelain 9 Ton Insulator (CD-1050mm) as per
RDSO specification no. TI/SPC/OHE/INS/ 0070 (04/2007) with A&C Slip No.-1 & 2
or latest amendment duly inspected by RITES/Railway representative deputed by
CEE/CON or Dy.CEE/CON.

Note: Before placing order for above mentioned insulators, the contractor should
obtain particulars of Insulators and necessary Inspecting agency from the
purchaser.

ITEM NO. 40: 230V AC DISTRIBUTION PANNEL AS PER RDSO


SPECIFICATION NO. ETI/PSI/29 (12/79) REV.1 (FEB-93) OR
LATEST.

1) SUPPLY

The price shall cover supply of a 230V AC distribution board in the control room.
The DB shall be of manufactured by any of CORE Approved Suppliers as per RDSO
Specification No. ETI/PSI/29 (12/79) Rev.1 (Feb’93) or with latest amendment.

2) ERECTION

The price shall cover erection of a 230V AC distribution board in the control room. It
shall include the grouting of the framework of the distribution board in position or
mounting it on the wall and necessary connections.

ITEM NO. 41: 110V DC DISTRIBUTION PANNEL AS PER RDSO


SPECIFICATION NO. ETI/PSI/29 (12/79) REV.1 (FEB-93) OR
LATEST.

1) SUPPLY

VSKP-EL-C-RT-111E Page 210


PSI works between Ambagaon-Jagdalpur on KK line

The price shall also cover supply of a 110 V DC distribution board in the control
room. The DB shall be of manufactured by any of CORE Approved Suppliers as per
RDSO Specification No. ETI/PSI/29 (12/79) Rev.1 (Feb’93) or with latest
amendment.

2) ERECTION

The price shall also cover erection of a 110 V DC distribution board in the control
room. The price shall include the grouting of the frame work of the distribution board
in position or mounting it on the wall and necessary connections.

ITEM No. 42: MATERIALS FOR TERMINATION OF ALL ALUMINIUM 25KV


FEEDER/ RETURN CONDUCTOR (SINGLE SPIDER)

1) COMPONENT

The price shall cover the supply of all materials required for the termination of an
aluminium 25 KV feeder / return conductor (spider) including appropriate mast
anchor fittings, adjuster, double strap, strain clamp, fitting and other components as
necessary but excluding 9-Ton insulator assembly. All termination materials shall
conform to the relevant valid RDSO/CORE Specification and shall be bought from
RDSO/CORE Approved Suppliers only.

2) ERECTION UNDER NON-POWER BLOCK

3) ERECTION UNDER POWER BLOCK

The price shall cover the erection of all materials required for termination of an
aluminium 25 KV feeder / return conductor (spider) including appropriate mast
anchor fittings, adjuster, double strap, strain clamp, fitting and other components as
necessary. The price shall also cover the erection of all materials including 9-Ton
insulator assembly and necessary adjustments.

ITEM NO. 43: MATERIALS FOR TERMINATION OF 150 SQ. MM. HARD DRAWN
STRANDED COPPER CROSS FEEDER WIRE AS PER RDSO
DRAWING NO. ETI/OHE/G/05145-1 OR LATEST.

1) COMPONENT

The price shall cover the supply of all materials required for termination of copper
cross feeder wire (37/2.25 mm HDBC) including appropriate mast anchor fitting
(3231), 18 mm Single clevis (5040), 9-Tone adjuster (5020-2), Feeder ending
clamp (1130), double clevis (3010) and other components as necessary but
excluding 9-Ton insulator assembly. Fittings/components required for termination of
one cross feeder at both ends constitute one no.

2) ERECTION UNDER NON-POWER BLOCK

VSKP-EL-C-RT-111E Page 211


PSI works between Ambagaon-Jagdalpur on KK line

3) ERECTION UNDER POWER BLOCK

The price shall cover the erection of all materials required for termination of copper
cross feeder wire (37/2.25 mm HDBC) including appropriate mast anchor fitting
(3231), 18 mm Single clevis (5040), 9-Tone adjuster (5020-2), Feeder ending
clamp (1130), double clevis (3010) and other components as necessary. The
price shall also cover the erection of all materials including 9-Ton insulator assembly
and termination of cross feeder at either ends. Fittings/components required for
termination of one cross feeder at both ends constitute one no.

ITEM No. 44: TUBULAR AL. BUSBAR 50MM X 39MM DIA CONFIRM TO ALLOY
63401 TO IS: 5082-1998 OR LATEST AND IS: 6051-1970, IS: 2673-
2002 OR LATEST.
SUPPLY: The price shall cover supply of Aluminium tube per metre length of 50mm
X 39 mm dia to serve as bus bar or equipment to equipment bus bar
connection in the traction sub-station, wherever required. The bus bar
shall conform to Specification IS: 5082-1998, IS: 6051-1970 & IS: 2673-
2002 or latest. The other materials shall also conform to relevant IS
Specification and all the materials shall be bought from valid railway
approved suppliers only.

ERECTION: The price shall cover erection of Aluminum tube to serve as bus bar or
equipment to equipment bus bar connection in the traction sub-station,
wherever required. The price shall include bending, shaping and
connecting /clamping of the Aluminium tube to the equipment
terminals/ bus bar supports as required.

ITEM No. 45: TUBULAR AL. BUSBAR 36MM X 30.4MM DIA CONFIRM TO
ALLOY 63401 TO IS: 5082-1998 OR LATEST AND IS: 6051-1970,
IS: 2673-2002 OR LATEST.

SUPPLY: The price shall cover supply of Aluminium tube per metre length of 36mm
X 30.4 mm dia to serve as bus bar or equipment to equipment bus bar
connection in the traction sub-station, wherever required. The bus bar
shall conform to Specification IS: 5082-1998, IS: 6051-1970 & IS: 2673-
2002 or latest. The other materials shall also conform to relevant IS
Specification and all the materials shall be bought from valid railway
approved suppliers only.

ERECTION: The price shall cover erection of Aluminum tube to serve as bus bar or
equipment to equipment bus bar connection in the traction sub-station,
wherever required. The price shall include bending, shaping and
connecting /clamping of the Aluminium tube to the equipment
terminals/ bus bar supports as required.
Note for Item no.44 & 45: For purpose of payment for these items fraction of a

VSKP-EL-C-RT-111E Page 212


PSI works between Ambagaon-Jagdalpur on KK line

meter in the total length used at a sub-station shall be rounded off to the nearest
meter (0.5 m and below being ignored).
ITEM NO. 46: 61/3.18 MM (28.62 MM DIA) ZEBRA ACSR CONDUCTOR
CONFORM TO IS: 398/PT. II/1996.

1) SUPPLY

The price shall cover supply per meter length of 61/3.18 mm (ZEBRA ACSR)
conductor to serve as bus bar or equipment to equipment bus bar connection in the
traction sub-station, wherever required. The ‘ZEBRA’ ACSR Conductor shall confirm
to the latest Railway Approved Specification and shall be bought from valid
approved suppliers only.

2) ERECTION

The price shall cover erection per meter length of 61/3.18 mm (ZEBRA ACSR)
conductor to serve as bus bar or equipment to equipment bus bar connection in the
traction sub-station, wherever required. The price shall include straightening,
shaping and connecting / clamping of the conductor to the equipment terminals /bus
bar supports as required.

NOTE: For purpose of payment, the length of aluminum conductor strung shall be
taken as horizontal distance between the interfaces of the gantries. The total
length used at a sub-station shall be rounded off to the nearest meter (0.5 m
and below being ignored).

ITEM NO. 47: 150 SQ. MM. HARD DRAWN STRANDED COPPER CROSS
FEEDER WIRE AS PER RDSO SPECIFICATION NO.
TI/SPC/OHE/HDCSCF/0030 OR LATEST.

1) SUPPLY

The price shall cover supply per meter length of 150 sq.mm. Cadmium Copper
Conductor to serve as Cross Feeder to connect the Catenary Wire of OHE with the
aid of Copper Jumper or wherever required. The 150 sq. mm. Copper Cross Feeder
Conductor as per RDSO Specification No. TI/SPC/OHE/ HDCSCF/ 0030 and shall
be bought from valid approved suppliers.

2) ERECTION UNDER NON-POWER BLOCK

3) ERECTION UNDER POWER BLOCK

The price shall cover erection per meter length of 150 sq.mm. Cadmium Copper
Conductor to serve as Cross Feeder to connect the Catenary Wire of OHE with the
aid of Copper Jumper or wherever required. The price shall include straightening,
shaping and connecting / clamping of the conductor to the equipment terminals /
gantry supports / masts as required. The 150 sq. mm. Copper Cross Feeder

VSKP-EL-C-RT-111E Page 213


PSI works between Ambagaon-Jagdalpur on KK line

Conductor as per RDSO Specification No. TI/SPC/OHE/ HDCSCF/0030 and shall


be bought from valid approved suppliers.

ITEM NO. 48-66: Supply & erection of busbar junctions & connectors

1) SUPPLY

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

For (66) the price shall cover supply of Bus Bar Connector not specified above,
including bolts, nuts, lock nuts, washers etc. required at the junction of bus bars.
The price shall also include supply of 'Al-Cu' strip if required to be provided at the
junction.

All the Bus bar Junctions & Connectors shall confirm to relevant RI No. and shall be
bought from valid approved suppliers only.

2) ERECTION

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

For (66) the price shall cover erection of Bus Bar Connector not specified above,
including bolts, nuts, lock nuts, washers etc. required at the junction of bus bars.
The price shall also include erection of 'Al-Cu' strip if required to be provided at the
junction.

ITEM NO. 67: COPPER JUMPER (50/65/105/160 SQ MM).

1) SUPPLY

The price shall cover the supply of 50sq.mm/65 sq.mm./105 sq.mm./160 sq.mm.
Cadmium Copper Jumper as per site requirement, the supply of all components and
fittings required for providing a flexible copper jumper connection, including supply
of parallel clamps, bi-metallic and Aluminium Copper (Al-Cu) strips, wherever
required and bolted type terminal connector where ever required. Length of jumper
shall be decided as per site requirement with approval of Engineer in charge of the
work.

The price shall also cover supply of all materials required for connection of OHE with
cross feeder (150 sq.mm.) with the aid of copper jumper of 105 sq. mm. or 160
sq.mm.

VSKP-EL-C-RT-111E Page 214


PSI works between Ambagaon-Jagdalpur on KK line

All the materials shall confirm to relevant latest specification and shall be bought
from valid approved suppliers only.

2) ERECTION UNDER NON-POWER BLOCK


3) ERECTION UNDER POWER BLOCK

The price shall also cover the erection of the complete jumper assembly including
jumper wire. The price shall be applicable for jumper connections required for
lightening arresters, isolators etc. The price shall also cover erection of all materials
required for connection of OHE with cross feeder (150 sq.mm.) with the aid of
copper jumper of 105 sq. mm. or 160 sq.mm.

Note: - Payment for supply quantity against above item shall be made only
after erection of supplied quantity (Supplied quantity shall not be more
than erection quantity).

ITEM NO. 68: ALUMINIUM JUMPER.

1) SUPPLY

The price shall cover on a flat rate basis for the supply of an aluminium jumper
complete (Size- 19/7/1.4mm bare ¾ hard generally confirming to IS:8130:1984 or
latest) as per site requirement, with all components and fittings required for
providing jumper connection, including parallel clamps, bimetallic Al-Cu strips
wherever required, and terminal or tee clamps at either end. All the materials shall
confirm to relevant specification and shall be bought from valid approved suppliers
only. Length of jumper shall be decided as per site requirement with approval of
Engineer in charge of the work.

2) ERECTION

The price shall cover on a flat rate basis for the erection of an aluminium jumper
complete with all components and fittings required for providing jumper connection,
including parallel clamps, bimetallic Al-Cu strips wherever required, and terminal or
tee clamps at either end. The price shall be applicable for any aluminium jumper /
connections in any combination between feeders return conductors, overhead
equipment, isolators and outgoing bus bars or switching stations and booster
stations. Jumper connections for 25 kV feeders at angle tower traction sub-station
or at feeding stations will also be paid under this item.

Note: - Payment for supply quantity against above item shall be made only
after erection of supplied quantity (Supplied quantity shall not be more
than erection quantity).

ITEM NO. 69: MILD STEEL FLAT OF SIZE 75MM X 8MM

1) SUPPLY

VSKP-EL-C-RT-111E Page 215


PSI works between Ambagaon-Jagdalpur on KK line

The price shall cover supply per meter length of 75mmx8mm mild steel flat.

2) LAID BELOW GROUND LEVEL.


3) LAID EXPOSED.

The price shall cover laid per meter length of 75mmx8mm mild steel flat, buried at a
depth of 60 cm below ground level, painted all around with two coats of painting with
red oxide and two coats of colour grass green shade-218 of IS:5 passing through
cable trench or exposed above ground level. The price shall also cover connections
of the steel flats to the earth electrodes to constitute the main earth ring and to the
earthed terminals of the various equipments as required.

ITEM NO. 70: MILD STEEL FLAT OF SIZE 50MM X 6MM

1) SUPPLY

The price shall cover supply per meter length of 50mmX6mm mild steel flat.

2) LAID BELOW GROUND LEVEL.


3) LAID EXPOSED.

The price shall cover laid per meter length of 50mmX6mm mild steel flat, buried at a
depth of 60 cm below ground level, painted all around with two coats of painting with
red oxide and two coats of colour grass green shade-218 of IS:5 passing through
cable trench or exposed above ground level. The price shall also cover connections
of the steel flats to the earth electrodes to constitute the main earth ring and to the
steel structures and metallic frame work/terminals of various outdoor equipments as
required.

ITEM No. 71: SUPPLY & INSTALLATION OF EARTH PIT COVERS

The price shall cover supply and placing of protective concrete box with removable
cover for existing earth electrodes as per RDSO Drawing No. ETI/PSI/222 (Mod.’A’)
and with latest amendment. The price shall include painting the earth value
particulars on the box.

ITEM NO. 72: EARTH ELECTRODE AS PER RDSO DRAWING NO. ETI/PSI/222
REV-A OR LATEST

1) SUPPLY

The price shall cover supply of an earth electrode as per RDSO Drawing No.
ETI/PSI/222 Rev-A and with latest amendment. The earth electrode shall be bought
from valid approve suppliers only. The price shall be inclusive of supply of concrete
box with cover for this item.

2) ERECTION

VSKP-EL-C-RT-111E Page 216


PSI works between Ambagaon-Jagdalpur on KK line

The price shall cover erection of an earth electrode as per RDSO Drawing No.
ETI/PSI/222 Rev-A and with latest amendment. The price shall cover the erection of
a protective concrete box with removable cover as shown in the drawing. The price
also includes filing with charcoal and salt layers in the embedded portion as per the
standard drawing No. ETI/PSI/222 Rev-A and specifications. The price shall also
include the testing of earth value and painting the particulars on the box.

ITEM NO. 73: 25MM X 3MM COPPER STRIPS FOR EQUIPMENT EARTHING
CONFORM TO IS: 1897/ 1983 OR LATEST.

1) SUPPLY

The price shall cover supply of 25mm x 3mm copper strips to connect the earth
terminals of equipment like potential transformers, lightning arrestor, and LT supply
transformers to the main masts of the gantries on which they are mounted. The
materials shall conform to the relevant specifications and shall be bought from valid
approved suppliers only.
2) ERECTION

The price shall cover erection of 25mm x 3mm copper strips to connect the earth
terminals of equipment like potential transformers, lightning arrestor, and LT supply
transformers to the main masts of the gantries on which they are mounted. The
price shall also cover all fastenings required for fixing the copper strip along any
structure member of the gantry.
ITEM NO. 74: SUPPLY & ERECTION OF 8 SWG G.I WIRE FOR EARTHING.

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

TEM NO. 75: 32MM DIAMETER ROUND MS RODS CONFIRMING TO IS NO.


2062[2011] 7TH REV. AMENDMENT NO.1 OR LATEST, GRADE E-
250, QUALITY-A FOR EARTH MAT.

1) SUPPLY

The price shall cover supply per meter length of bare mild steel rod of dia 32mm to
be buried at a depth of 60cm, below the ground level to form the earthing grid &
connected to earth electrodes.

2) ERECTION

The price shall cover erection per meter length of bare mild steel rod of dia 32mm to
be buried at a depth of 60cm, below the ground level to form the earthing grid &
connected to earth electrodes. The price shall also cover jointing of the MS. rods to
form earthing grid and connection to MS flats for system earthing.

VSKP-EL-C-RT-111E Page 217


PSI works between Ambagaon-Jagdalpur on KK line

NOTE FOR ITEM No.- 69,70, 73, 74 and 75:

For the purposes of payment, fraction of a meter in the total length of earth lead of
each type used at a substation shall be rounded off to the nearest metre (0.5m and
below being ignored). Payment for supply quantity against above item shall be
made only after erection of supplied quantity (Supplied quantity shall not be
more than erection quantity).

ITEM NO. 76: SUPPLY AND ERECTION OF 19/2.5 MM GALVANIZED STEEL


STRANDED EARTH SCREEN WIRES AS PER RDSO
SPECIFICATION NO. ETI/OHE/ 36 (12/73) WITH A&C SLIP NO.-1
OR LATEST INCLUDING TERMINATING MATERIALS AS PER
RDSO DRAWING NO. ETI/ PSI/0225.

The price shall cover supply & Erection of per meter length of 19/2.5mm (70
Kg/mm2) galvanized steel stranded wire. It shall include the supply & erection of
suitable terminations using strain clamps adjuster etc. It shall also include
connecting by means of suitable terminal spades, the end of the earth screen wire to
the main members of the columns of portals gantries across which these wires are
strung or to 50mmx6mm MS. flat earth leads. For purposes of payment the clear
span between the structures on which earth wire is run shall be adopted. The clear
span will be rounded off to the nearest meter (0.5m and below being ignored).

ITEM No. 77: 2.5 sq.mm 13 Core copper cable for Circuit Breakers and
Interrupter Control & Indication Circuit

1) SUPPLY

The price shall cover supply per meter length of a PVC 1100 V grade 2.5 sq. mm.
(copper conductor) 13 core cable (confirm to IS: 1554/pt.I/1988 or latest) from each
circuit breaker and interrupter to the control and relay board.

2) LAYING

The price shall cover laying per meter length of a PVC 1100 V grade 2.5 sq. mm.
(copper conductor) 13 core cable (confirm to IS: 1554/pt.I/1988 or latest) from each
circuit breaker and interrupter to the control and relay board.

ITEM NO. 78: 2.5 SQ MM 10 CORE COPPER CABLES CONFORM TO IS:


1554/PT.I/1988.

1) SUPPLY

The price shall cover supply per meter length of a PVC 1100 V grade 2.5 sq. mm.
(copper conductor) 10 core cable(confirm to IS: 1554/pt.I/1988 or latest) from the
Marshalling Box of each 132/25 kV Traction Transformer to the Control and Relay
Board for Transformer alarm/ trip circuits and tap changer control/ Interrupter
Control & Indication / Circuit Breaker Control & Indication etc.

VSKP-EL-C-RT-111E Page 218


PSI works between Ambagaon-Jagdalpur on KK line

2) LAYING

The price shall cover laying per meter length of a PVC 1100 V grade 2.5 sq. mm.
(copper conductor) 10 core cable from the Marshalling Box of each 132/25 kV
Traction Transformer to the Control and Relay Board for Transformer alarm/ trip
circuits and tap changer control/ Interrupter Control & Indication / Circuit Breaker
Control & Indication etc.

ITEM NO.79: 4 SQ MM 4 CORE COPPER CABLES CONFORM TO IS:


1554/PT.I/1988.

1) SUPPLY

The Price shall cover supply per metre length of PVC 1100 V grade 4 sq. mm.
(copper conductor) 4 core cable (confirm to IS: 1554/pt.I/1988 or latest) from each
132/25 KV transformer to the control and relay board and from battery charger and
battery to DC distribution board for transformer bushing C.T. Circuits and 110V DC
Circuits etc.

2) LAYING

The Price shall cover laying per metre length of PVC 1100 V grade 4 sq.mm.
(copper conductor) 4 core cable from each 132/25 KV transformer to the control and
relay board and from battery charger and battery to DC distribution board for
transformer bushing C.T. Circuits and 110V DC Circuits etc.

ITEM NO. 80: 4 SQ MM 2 CORE COPPER CABLES CONFORM TO IS:


1554/PT.I/1988.

1) SUPPLY

The price shall cover supply per meter length of PVC 1100 V grade 4 sq. mm.
(copper conductor) 2 core cable(confirm to IS: 1554/pt.I/1988 or latest) from each
current transformer to the control and relay board, from 110 V DC distribution board
to the control and Relay Board and from 240 V A.C. LT distribution board to Battery
Charger for Current Transformer Circuits, 110V DC and 240V AC Supply Circuits
etc.

2) LAYING

The price shall cover laying per meter length of PVC 1100 V grade 4 sq. mm.
(copper conductor) 2 core cable from each current transformer to the control and
relay board, from 110 V DC distribution board to the control and Relay Board and
from 240 V A.C. LT distribution board to Battery Charger for Current Transformer
Circuits, 110V DC and 240V AC Supply Circuits etc.

ITEM NO. 81: 2.5 SQ MM 2 CORE COPPER CABLES CONFORM TO IS:


1554/PT.I/1988.

VSKP-EL-C-RT-111E Page 219


PSI works between Ambagaon-Jagdalpur on KK line

1) SUPPLY

The price shall cover supply per meter length of PVC 1100 V grade 2.5 sq. mm.
(Copper conductor) 2 core cable (confirm to IS: 1554/pt.I/1988 or latest) from each
potential transformer to the control and Relay Board, and from 240 V AC LT
distribution board to control and relay board for Potential Transformer Circuits, 240V
AC Supply Circuits etc.

2) LAYING

The price shall cover laying per meter length of PVC 1100 V grade 2.5 sq. mm.
(Copper conductor) 2 core cable from each potential transformer to the control and
Relay Board, and from 240 V AC LT distribution board to control and relay board for
Potential Transformer Circuits, 240V AC Supply Circuits etc.

ITEM NO. 82: 4 SQ MM 2 CORE ALUMINIUM CABLES CONFORM TO IS:


1554/PT.I/1988.

1) SUPPLY

The price shall cover supply per meter length of 1100 V grade PVC insulated heavy
duty 2 core 4 sq.mm. aluminium conductor cable(confirm to IS: 1554/pt.I/1988 or
latest) for space heater provided in control cabinets of various equipments and
control panel / control board, for 240V Heater Circuits etc.

2) LAYING

The price shall cover laying per meter length of 1100 V grade PVC insulated heavy
duty 2 core 4 sq.mm. aluminium conductor cable for space heater provided in
control cabinets of various equipments and control panel / control board, for 240V
Heater Circuits etc.

ITEM NO. 83: 70 SQ MM 2 CORE XLPE INSULATED PVC SHEATHED,


ALUMINIUM CONDUCTOR ARMOURED ELECTRIC POWER
CABLE WORKING VOLTAGE UP TO AND INCLUDING 1100
VOLTS CONFORM TO IS: 7098/PT.I/ 1988.

1) SUPPLY

The price shall cover supply per meter length of an 1100 V grade XLPE 70 sq.mm.
aluminium conductor 2 core armoured cable from LT supply transformer to the LT
AC distribution board.

2) LAYING

The price shall cover laying per meter length of an 1100 V grade XLPE 70 sq.mm.
aluminium conductor 2 core armoured cable from LT supply transformer to the LT
AC distribution board.

VSKP-EL-C-RT-111E Page 220


PSI works between Ambagaon-Jagdalpur on KK line

NOTES FOR ITEM No.77 TO 83,111 & 112:

1. All the PVC Power & Control Cables shall be bought from any of CORE/RDSO
approved suppliers.
2. The price for erection of cables shall include cable boxes, metallic glands,
identification labels, terminal connectors, copper lugs and leading inducts or
pipes as required.
3. The price for erection shall include connecting of the cable at either end. It shall
also include clamping of the cable on steel supports fixed in the trenches, on the
structures, on the frame work of the equipment or on the wall of the control room
as required.
4. For purposes of payment, fraction of a meter in total length of cables of each
type used in a sub-station shall be rounded off to the nearest meter (0.5 m or
below being ignored).
5. Payment for supply quantity against above item shall be made only after
erection of supplied quantity (Supplied quantity shall not be more than
erection quantity).

ITEM No. 84: SUPPLY & ERECTION OF FUSE BOX FOR HEATER CABLE 4
WAY

The price shall cover supply and erection of a 15 A, 230 V AC iron clad fuse box on
the wall inside the remote control cubicle, for heater supply of interrupters. The fuse
box shall contain four fuse carriers and bases. The fuse box shall be earthed with
the help of 8 SWG GI Wire. The materials shall conform to the relevant
specifications and shall be bought from valid approved suppliers only.

ITEM No. 85: SUPPLY & ERECTION OF 15A 2 WAY FUSE BOX

The price shall cover supply and erection of a 15 A, 230 V AC iron clad two-way
fuse box on the wall inside the remote control cubicle. The fuse box shall contain
with two fuse carriers and bases. The fuse box shall be earthed with the help of 8
SWG GI Wire. The materials shall conform to the relevant specifications and shall
be bought from valid approved suppliers only.

ITEM No. 86: SUPPLY & ERECTION OF MAIN SWITCH TWO CUTOUTS AND
IRON CLAD BOX 63 A.

The price shall covers supply and installation of distribution board with suitable
cutouts and iron clad box of 63 A. The main switch is of approved quality ISI make
63 A capacities. The material shall be manufactured after the approval of
Dy.CEE/C/VSKP

VSKP-EL-C-RT-111E Page 221


PSI works between Ambagaon-Jagdalpur on KK line

ITEM NO. 87: TERMINAL BOARD IN CONTROL CUBICLE AS PER RDSO


DRAWING NO. ETI/PSI/501, MOD-C OR LATEST.

1) SUPPLY

The price shall cover supply of a wall mounted terminal board made up of teak wood
containing six numbers or more of two way terminal blocks as required for
connecting cables from the outdoor equipments of a Sectioning Post/Sub sectioning
post as per RDSO drawing NO. ETI/PSI/501, Mod-C or latest. The materials shall
conform to the relevant specifications.

2) ERECTION

The price shall cover erection of a wall mounted terminal board made up of teak
wood containing six numbers or more of two way terminal blocks as required for
connecting cables from the outdoor equipments of a Sectioning Post/Sub sectioning
post as per approved drawings.

ITEM No. 88: NAME BOARD

1) SUPPLY

The price shall cover supply of name board required for fixing at TSSs/SPs/SSPs.
The name board shall be made with 3 mm thick sheet steel. The minimum
dimensions of board shall be 1500 mm x 750 mm duly painted with two coats of red
oxide paint followed by approved colour of enamel paint of two coats. The colour,
size and text of the board shall be as per the approved RDSO Specification no.
ETI/OHE/33(8/85) or latest.

2) ERECTION

The price shall cover erection of name board for fixing at TSSs/SPs/SSPs along with
supply of required fasteners.

ITEM NO. 89: SCHEMATIC/ SECTIONING DIAGRAM BOARD.

1) SUPPLY

The price shall cover supply of sectioning diagram board as per approved design
along with fasteners for erection as per requirement at Station, Depot, SP, SSP,
TSS, TPC and Section Controller. The board shall be of thickness of 12 mm ply with
sunmica top having proper dimension for clear visibility. The wooden board shall
surround with aluminium beading and provision for fixing on the wall. The drawing
should be of computerized printing pasted on self-adhesive vinyl.

2) ERECTION

The price shall cover erection of sectioning diagram board along with fasteners as
per requirement at Station, Depot, SP, SSP, TSS, TPC and Section Controller.

VSKP-EL-C-RT-111E Page 222


PSI works between Ambagaon-Jagdalpur on KK line

ITEM NO. 90: STANDARD FIRST AID BOX WITH MEDICAL KITS

1) SUPPLY

The price shall cover supply of First Aid box made of Aluminum sheet of size
350mmx200mmx150mm size and 20 gauge thick sheet filled with all required First
Aid medicine and a Register / Dairy and locking arrangement. However, the first aid
medicine to be kept in the box shall be certified by the Railway Doctor.

2) ERECTION

The price also includes erection of First Aid box with required fasteners at the
locations specified by the Engineer in charge of the work.
ITEM NO. 91: SHOCK TREATMENT CHART

1) SUPPLY

The price shall cover supply of shock treatment chart of size 900mmx 600mmx 8mm
made of colour photo paper printed with chemical lamination as per relevant
specification duly written instruction in English, Hindi and local language with all
columns filled in. The price shall cover supply of the required fixture/ fasteners for
mounting on wall at the control cubicle/ station wherever required as directed by the
Engineer in charge of the work.

2) ERECTION

The price shall cover erection of shock treatment chart along with required fixture/
fasteners for mounting on wall at the control cubicle/ station wherever required as
directed by the Engineer in charge of the work.

ITEM NO. 92: FIRE BUCKET STAND WITH 4 OR 6 NOS. FIRE BUCKETS AS
PER REQUIREMENT AND LOCKING ARRANGEMENT.

1) SUPPLY

The price shall cover supply of fire bucket stand of approved specification. The price
also covers supply of 4 or 6 Nos. of fire buckets as per requirement (Generally in
TSS – 6 Nos. & in SP/SSP – 4 Nos.) confirming to IS:2546/1979 or latest. The fire
bucket stand and buckets shall have provision of locking arrangement. All the
materials shall be as per relevant IS Specification.

2) ERECTION

The price shall cover erection of fire bucket stand of approved specification. The
price also includes erection of fire bucket stand and positioning of fire buckets along
with first filling of sand. The price also covers casting of foundation for erection of

VSKP-EL-C-RT-111E Page 223


PSI works between Ambagaon-Jagdalpur on KK line

fire bucket stand. The fire buckets stand and buckets shall be duly coloured with two
coats of red oxide primer paint followed by two coats of red enamel paint.

ITEM NO. 93: PUBLIC CAUTION BOARDS/STAFF CAUTION BOARDS

1) SUPPLY

The price shall include supply of Public caution boards/staff caution Boards of
approved design in Hindi, Local language and English for erection at station
platforms, FOBs and other locations specified by the Engineer in charge of the work.
The price shall also cover supply of fasteners for erection of Public caution
boards/staff caution Boards as per the requirement of the Engineer in charge of the
work. The materials shall conform to the relevant specifications and shall be bought
from valid approved suppliers only.

2) ERECTION

The price shall include erection of Public caution boards/staff caution Boards along
with required fasteners at station platforms, FOBs and other locations specified by
the Engineer in charge of the work.

ITEM NO. 94: 25KV DANGER BOARDS/132KV DANGER BOARDS

1) SUPPLY

The price shall cover supply of 25kV Danger Boards/132kV Danger Boards in Hindi,
English and Local language to be mounted on OHE structure or wall or fencing, with
necessary fasteners etc. The price shall cover supply of necessary fasteners for
erection of Danger Board as per the instruction of the Engineer in charge of the
work. The materials shall conform to the relevant specifications and shall be bought
from valid approved suppliers only.

2) ERECTION

The price shall cover erection of danger Board to be mounted on OHE structure or
wall or fencing, with necessary fasteners etc.

ITEM NO. 95: PROTECTED AREA BOARDS

1) SUPPLY

The price shall cover supply of Protected Area Board in Hindi, English and local
language to be mounted on OHE structure or wall or fencing, with necessary
fasteners etc. as per the approved Drawing. The Protected Area Board shall be
made with 3 mm thick steel sheet painted with two coats of red oxide paint followed
by approved colour of enamel paint of two coats. The colour, size and text of the
board shall be as per the relevant specifications. The materials shall conform to the
relevant specifications and shall be bought from valid approved suppliers only.

VSKP-EL-C-RT-111E Page 224


PSI works between Ambagaon-Jagdalpur on KK line

2) ERECTION

The price shall cover erection of Protected Area Board with necessary fittings and
fasteners as per the instruction of the Engineer in charge of the work.

ITEM NO.96: RETRO REFLECTIVE WARNING BOARD FOR NEUTRAL


SECTION (500 M / 250 M / DJ OPEN / DJ CLOSE) INCLUDING
FIXING ARRANGEMENT.

1) SUPPLY

The price shall cover supply of caution board for neutral section (500 M / 250 M / DJ
OPEN / DJ CLOSE) with necessary fittings and fasteners to be fixed on OHE
structure / mast as per the approved drawing. The materials shall conform to the
relevant specifications and shall be bought from valid approved suppliers only.
2) ERECTION

The price shall cover erection of caution board for neutral section (500 M / 250 M /
DJ OPEN / DJ CLOSE) with necessary fasteners on OHE mast/structures as per the
instructions of the Engineer in charge.

ITEM NO. 97: NUMBER PLATE FOR EQUIPMENTS

1) SUPPLY

The price shall include supply of enamelled number plates of equipments of TSS
/SP/SSP, AT & Isolators of size as per latest RDSO Drawing. The price will also
include the cost of clamp & fasteners and drilling work required for fixation of the
number plate at required location.

2) ERECTION

The price shall include erection of enamelled number plates of equipments of TSS
/SP/SSP, AT & Isolators.

ITEM NO. 98: SUPPLY & ERECTION OF KEY BOX WOODEN WITH
SUNMICA TOP HANGING AND PROVISION OF LOCKING,
SIZE 15"X10"X4½", 12MM THICK PLY, 6MM PLY ON FRONT
AND 9"X6"X4 MM SIZE GLASS ON FRONT.

The price shall include supply and erection of Key box wooden with sunmica top
hanging and provision of locking, size 15"X10"X4½", 12mm thick ply, 6mm ply on
front and 9"X6"X4 mm size glass on front at the required location.

ITEM NO. 99: SUPPLY & ERECTION OF KEY BOX WOODEN WITH
SUNMICA TOP HANGING AND PROVISION OF LOCKING,

VSKP-EL-C-RT-111E Page 225


PSI works between Ambagaon-Jagdalpur on KK line

SIZE 18"X16"X4½", 12MM THICK PLY, 6MM PLY ON FRONT


AND 14"X11"X4 MM SIZE GLASS ON FRONT.

The price shall include supply and erection of Key box wooden with sunmica top
hanging and provision of locking, size 18"X16"X4½", 12mm thick ply, 6mm ply on
front and 14"X11"X4 mm size glass on front at the required location.

ITEM No. 100: Supply & erection of Powder with ammonium phosphate as per
IS 13849, discharge time 20-25 second, jet length 4-5m, complete mounted
bracket & nylon branded Hose Pipe.

The price shall include supply and erection i.e. mounting of Powder with ammonium
phosphate as per IS 13849, discharge time 20-25 second, jet length 4-5m, complete
mounted bracket & nylon branded Hose Pipe at the required location.

ITEM No.101: Supply & testing of Rubber insulated gloves seamless type, for
test voltage 25000V five fingers size 355mm as per latest IS-4770-1991. Test
certificate to be provided (gloves must be marked test voltage 25000 V
working Voltage 17000V manufacture name, month & year of manufacture.

The price shall include supply & testing of Rubber insulated gloves seamless type,
for test voltage 25000V five fingers size 355mm as per latest IS-4770-1991. Test
certificate to be provided (gloves must be marked test voltage 25000 V working
Voltage 17000V manufacture name, month & year of manufacture should be
indicated).

ITEM NO. 102: BALLAST/GRAVEL.

1) SUPPLY

The price shall be per cu. m. rate and shall cover supply of uniformly graded
gravel/ballast of size 20/25 mm in the outdoor switch yard. The gravel/ballast shall
be of good quality and free from any dust and dirt. Prior approval for ballast shall be
taken from the purchaser for the gravel samples. Payment will be made to the
volume of ballast measured before spreading.

2) SPREADING

The price shall be per cu. m. rate and shall cover spreading in the outdoor switch
yard after completing all the works and levelling the switch yard area, but before
commissioning of the sub-station. The gravel/ballast shall be spread out uniformly
on the existing ballast layer already available at switch yard of TSS or in the
Proposed Switch Yard of SP/SSP, to a total depth of 10 cm over the area indicated
by the engineer at site.

ITEM NO. 103: SUPPLY AND INSTALLATION OF RDSO APPROVED HIGH


PRODUCTIVITY FASTENERS (RAIL CONTACT SYSTEM) FOR
FIXING OF OHE BONDS COMPRISING OF FOLLOWING

VSKP-EL-C-RT-111E Page 226


PSI works between Ambagaon-Jagdalpur on KK line

1)M-12 STAINLESS STEEL BOLT


2)M-12 STAINLESS STEEL PLAIN & LOCK WASHER (SPRING STEEL)
3)M-12 STAINLESS STEEL NUT
The price shall cover supply and installation of RDSO approved high productivity
fasteners as per SMI No. TI/SMI/0032 Rev-1, to provide separate earthing stations
at TSS/SP/SSPs. The work shall be executed in accordance with RDSO SMI No.
TI/SMI/0032 Rev-1 and letter No. TI/PSI/Earthing/Policy/14 Dt: 01-04-2014. One
set comprises of

1) M-12 Stainless steel bolt – 4 Nos.


2) M-12 stainless steel Plain & Lock Washer (Spring Steel) – 4 Nos. Each
3) M-12 Stainless steel nut – 4 Nos.

ITEM No.104 : SUPPLY AND ERECTION OF GALVANIZED NUT - BOLT


WASHER (PLAIN & SPRING TYPE WITH CHECK NUT ETC.)

The price shall cover supply and erection of galvanized nut - bolt washer including
drilling of requisite size of holes (plain & spring type with check nut etc.). The
material and sizes has to be as per SMI No. TI/SMI/0032 Rev-1.

ITEM NO. 105: EXCAVATION AND REFILLING OF SOIL FOR BURRIED RAIL
CONNECTION.

The price shall cover excavation of 0.6 Mtr X 15 Mtr X 1 Mtr (WxLxD) size pit for
providing buried rail for earthing system. Two separate buried rails shall be
provided for UP & DN lines at each SP/SSP. The soil around buried rail will be
treated by providing charcoal & salt. The work shall be executed in accordance with
SMI No. TI/SMI/0032 Ref-1.

ITEM NO. 106: TRANSPORTATION & ERECTION OF 13M LONG BURRIED


RAIL.

The price shall cover loading, unloading & transportation of released rails (Railway
Supplied) from nearest available location for execution of work to work site. The
price shall also cover arrangement of vehicle, manpower, tools & tackles for loading,
unloading & transportation of released rails. The price shall cover erection of 13 Mtr.
(52/60Kg.) buried rail. The buried rail erection will be as per Drg. No. ETI/PSI/0212-1
or latest.
ITEM NO. 107: SUPPLY AND ERECTION OF GALVANIZED IRON FLAT
75MMX8MM SIZE.

The price shall cover supply & erection of 75 mm X 8 mm GI flat required for
earthing. The price shall also cover erection of GI flat laid in the ground at depth of
one metre/ exposed as per requirement, including fabrication, cutting, bending,
welding & drilling etc. The erection will be as per Drg. No. ETI/PSI/0212-1 and SMI
No. TI/SMI/0032 Rev-1.

VSKP-EL-C-RT-111E Page 227


PSI works between Ambagaon-Jagdalpur on KK line

ITEM NO. 108: SUPPLY AND ERECTION OF 20MM DIA COPPER RIVETS.

The price shall cover supply & erection of 20mm dia Copper rivet for connection of
75mmx8mm flat to buried rail. The price shall also cover drilling of 19mm dia hole in
the buried rail & pressing of rivet in rail with help of suitable bond press machine.

ITEM NO. 109: SUPPLY AND INSTALLATION OF HIGHER PRODUCTIVITY


FASTENERS (RAIL CONTACT SYSTEM WITH TIN PLATED
COPPER BUSH ATTACHMENT) FOR FIXING OF TRACTION
BOND AS PER RDSO SPECIFICATION NO.
TI/PSI/PROTECT/FAILURE/12.

The price shall cover supply and installation of higher productivity fasteners (rail
contact system with tin plated copper bush attachment) for fixing of traction bond as
per RDSO specification no. TI/PSI/ PROTECT/ FAILURE/12. The price shall also
cover drilling of holes for fixing of the above fasteners.

Note : All tools & tackles required for execution of work shall be arranged by
the Contractors at his own cost.

ITEM NO. 110: DISMANTLING OF EXISTING EQUIPMENT/ INSTALLATION


(UNDER NON-POWER BLOCK / POWER BLOCK) AND THEIR
TRANSPORTATION TO RAILWAY DEPOT.

The price shall cover dismantling of the existing equipments along with accessories
under Non-Power Block or Power Block as the case may be, as per the site
conditions, under the Item Nos. 110(1) to 110(25). The price is inclusive of
transporting all the equipments / released materials with accessories. If any loss /
damage are occurred to the equipments during dismantling, loading, transportation
& unloading, the same shall be borne by the contractor. All the dismantled
equipment / materials shall be handed over to the purchaser’s stores depot and or
any other depot as per the advice of the Railway’s Engineer-in-charge. The price
shall also cover includes the labour charges, tools and plants required for
dismantling works.

For 110(22) the price shall cover all the cost of dismantling of complete old traction
power transformer of any capacity with oil including its associated items like HV and
LV bushing, radiator, cooling fans etc and shifting them at desired vacant place in
the substation in correct position as directed by Engineer in charge at site. The cost
including provision of track up to required length if required at site (Rail, Sleeper,
clips will be supplied by Railway). Price includes required tools, tackles and road
crane required for the work etc.

ITEM NO. 111: 2.5 SQ MM 7 CORE COPPER CABLES CONFORM TO IS:


1554/PT.I/1988.

1) SUPPLY

VSKP-EL-C-RT-111E Page 228


PSI works between Ambagaon-Jagdalpur on KK line

The price shall cover supply per meter length of a PVC 1100 V grade 2.5 sq. mm.
(copper conductor) 7 core cable(confirm to IS: 1554/pt.I/1988 or latest) from
Interrupter/ Circuit Breaker to the Control and Relay Board for control/ Interrupter
Control & Indication / Circuit Breaker Control & Indication etc.

2) LAYING

The price shall cover laying per meter length of a PVC 1100 V grade 2.5 sq. mm.
(copper conductor) 7 core cable from Interrupter/ Circuit Breaker to the Control and
Relay Board for control/ Interrupter Control & Indication / Circuit Breaker Control &
Indication etc.

ITEM NO. 112: 185 SQ MM 2 CORE XLPE INSULATED PVC SHEATHED,


ALUMINIUM CONDUCTOR ARMOURED ELECTRIC POWER
CABLE WORKING VOLTAGE UP TO AND INCLUDING 1100
VOLTS CONFORM TO IS: 7098/PT.I/ 1988.

1) SUPPLY

The price shall cover supply per meter length of an 1100 V grade XLPE 185 sq.mm.
aluminium conductor 2 core armoured cable from LT supply transformer to the LT
AC distribution board and from there to 132/25 kV Traction Transformer for
extending LT supply to blower fans.

2) LAYING

The price shall cover laying per meter length of an 1100 V grade XLPE 185 sq.mm.
aluminium conductor 2 core armoured cable from LT supply transformer to the LT
AC distribution board and from there to 132/25 kV Traction Transformer for
extending LT supply to blower fans.

Abbreviation
PB - Power Block.
NPB - Non Power Block.

**********

VSKP-EL-C-RT-111E Page 229

You might also like