118
B/SG/CN/13/Po,Sat,Ndu Page 1 of 118 I N D E X Sl.No Item Page Nos 1 CHECK LIST 2 2 TOP SHEET 3 3 TENDER NOTICE 4-8 4 DECLARATION 9 5 AGREEMENT FORM 10 6 TENDER SCHEDULE A&B 11-54 7 ABSTRACT SUMMARY 55 8 REGULATIONS FOR TENDER - PART-I 56-66 9 SPECIAL CONDITIONS OF THE TENDER - PART-II 67-77 10 TECHNICAL SPECIFICATIONS - PART-III 78-107 11 INDEMNITY BOND - ANNEXURE – I 108 12 FORM OF BANK GUARANTEE – ANNEXURE – II 109-110 13 ANNEXURE – III 111 14 ANNEXURE – IV 112 15 ANNEXURE – V 113 16 ANNEXURE – VI 114 17 ANNEXURE – VII 115 18 ANNEXURE – VIII 116 19 ANNEXURE – IX 117-118

View Tend Doc

Embed Size (px)

Citation preview

Page 1: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 1 of 118

I N D E X

Sl.No Item Page Nos

1 CHECK LIST

2

2 TOP SHEET

3

3 TENDER NOTICE

4-8

4 DECLARATION

9

5 AGREEMENT FORM

10

6 TENDER SCHEDULE A&B

11-54

7 ABSTRACT SUMMARY

55

8 REGULATIONS FOR TENDER - PART-I

56-66

9 SPECIAL CONDITIONS OF THE TENDER

- PART-II

67-77

10 TECHNICAL SPECIFICATIONS - PART-III

78-107

11 INDEMNITY BOND - ANNEXURE – I

108

12 FORM OF BANK GUARANTEE –

ANNEXURE – II

109-110

13 ANNEXURE – III

111

14 ANNEXURE – IV

112

15 ANNEXURE – V

113

16 ANNEXURE – VI

114

17 ANNEXURE – VII

115

18 ANNEXURE – VIII

116

19 ANNEXURE – IX

117-118

Page 2: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 2 of 118

CHECK LIST

1 Tender form if down loaded is complete and signed on all the pages

2 EMD instrument in support of payment is enclosed.

3 DD/MR instrument in support of cost of tender form in case the tender form is

down loaded is enclosed.

4 Confirmation of technical and special conditions

5 List of deviations

6 Certificate of chartered accountant or employer indicating Turn-over as per

eligibility criteria.

7 Statement of tools and plants available

8

Statement of Engineering organization available

9 Experience certificate as per eligibility criteria.

10 Statement of engineers and diploma holders/retired railway employees on roll

for works valuing more than Rs 50 Lakhs

11 Method statement

12 Familiarization certificate

(a)EMD

Name of the bank with complete address:…………………………………….

Telephone No……………………….FAX No……………………………….

E-mail address……………………………………………………………….

(b)Cost of tender document

Name of the bank with complete address:…………………………………….

Telephone No……………………….FAX No……………………………….

E-mail address………………………………………………………

Page 3: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 3 of 118

SOUTH CENTRAL RAILWAY

OFFICE OF THE DEPUTY CHIEF SIGNAL & TELECOMMUNICATION ENGINEER

(CONSTRUCTION)

VIJAYAWADA-520071

TOP SHEET

NAME OF THE WORK: Provision of Panel Interlocking with MACLS at "POTLAPADU, SATYAVALLI & NUDURUPADU" stations - Permanent in connection with provision of new crossing stations on GNT-NDL

section of Guntur division of SCRly 1 Tender Notice No,- Item No and Date Tender Notice No.B/SG/CN/S&T/09-10/12-14

Dt.22.02.2010

2 Tender No. B.SG.C.13. Pot,Sat,Ndu.

3 Tender Value Rs. 2,00,01,651/-

4 a) Date and Time of Closing Sale of

tender documents By person: 01.04.2010

By post: 26.03.2010

b) Date and Time of Closing Tender

Box 15.00 hrs. on 05.04.2010

c) Date and Time of Tender Box

Opening 15.30 hrs. on 05.04.2010

5 Type of Tender Open Tender

6 EMD Rs. 2,50,010/-(Rupees Two lakhs fifty thousand

and ten only)

7 Cost of Tender Document 1. If Purchased from Office : Rs.10000/-

2. If sent by Post : Rs 10500/-

8 Completion Period 6 months

9 Warranty/ Maintenance Period One Year

*The payments should be made in favor of FA&CAO(Construction) SC Railway,

Secunderabad in the account of the tenderer.

Note: (1) The EMD should be paid in the form of DD or FDR of a Nationalized /Scheduled Bank

only or can be remitted with Divisional Cashier (Pay) at Vijayawada, Guntakal, Guntur,

Nanded or Secunderabad, as well in any other form as per Clause 6 of Part I of the tender

form.

(2) In case the tender form is down loaded from the internet, the cost of tender form amount

should be remitted in the form of DD of nationalized/Scheduled bank only or also can be

remitted with Divisional Cashier (Pay) at Vijayawada, Guntur,Nanded,Guntakal or

Secunderabad or to SM of any station in South Central Railway. Offers not accompanying the

above instruments will be summarily rejected.

Dy.CSTE/CN/BZA

Page 4: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 4 of 118

SOUTH CENTRAL RAILWAY

Tender Notice No.B/SG/CN/S&T/09-10/12-14 Dtd .22.02.2010

For and on behalf of the President of India, The Deputy Chief Signal & Tele-communication

Engineer (Construction), South Central Railway, Vijayawada invites sealed tenders (Open) for the

following works up to 1500 hours on 05-04-2010.

Cost of Tender form

(Rs)

S.

No

Tender No Description of the work Approximate

value

(Rs)

E.M.D.

(Rs)

Comple-

tion

period In person

1 BZA/CN/S

&T/ 12

/2010

dt.22.2.10

Provision of Panel Interlocking

with MACLS at `Nandipalli` -

Permanent in connection with

provision of new crossing

stations of Guntur division

63,76,835/-

1,27,540/-

6

Months

5,000/-

5,500/-

2 BZA/CN/S

&T/ 13

/2010 dt.22.2.10

Provision of Panel Interlocking

with MACLS at

"POTLAPADU,

SATYAVALLI &

NUDURPADU" stations -

Permanent in connection with

provision of new crossing

stations on GNT-NDL section

of Guntur division of SCRly

2,00,01,651/- 2,50,010/- 6

Months 10,000/- 10,500/-

3 BZA/CN/S

&T/ 14

/2010 dt.22.2.10

Laying, splicing of OFC &

jointing of 6 quad cables

between Mangapatnam-

Kondapuram stations.

Permanent diversion of track

between Muddanoor and

Kondapuram stations of GTL

Division of South Central

34,65,092/- 69,310/- 3

Months 3,000/- 3,500/-

Programme of the tenders as follows:

S.No Particulars Time Date

1 Last date of issue of tender documents in person 12:00 Hours 01.04.2010

2 Last date of issue of tender document by post 12:00 Hours 26.03.2010

3 Closing of Tender Box 15:00 hours 05.04.2010

4 Opening of tender Box 15:30 hours 05.04.2010

If the date of opening of tenders happens to be a declared holiday at a later date, the tenders

will be opened on the next working day at the stipulated time. For further tender conditions/details

(available in the tender documents) and for downloading of tender documents, please visit our

website www.tenders.gov.in.

Dy.Chief Signal & Telecom Engineer,

Construction, S.C.Railway, Vijayawada

Page 5: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 5 of 118

Detailed Instructions for tenderers

1.0 Tender forms are not transferable.

2.0 The cost of the tender form should be remitted to Divisional Cahier(Pay) south Central Railway at Vijayawada/Guntakal/Guntur/Nanded/Secunderabad or any Station Master on South Central Railway in favor of FA&CAO/Construction, South Central Railway, Secunderabad and the official receipt so obtained should be enclosed along with the tender form to be submitted by the tenderer. However, in case of the tender form down loaded from the web site, the cost of tender form should be made in the form of DD obtained from any Nationalized/Scheduled bank in favor of S r . A FA/ (Construction), South Central Railway, Vijayawada

3.0 In case the The tenderer wishes to obtain the tender form through post the requisite amount should be remitted Divisional Cahier(Pay) south Central Railway Vijayawada / Guntakal/ Guntur/Nanded/Secunderabad or any Station Master on South Central Railway in favor of S r . A FA/Construction/ South Central Railway, Vijayawada and the receipt so obtained along with a requisition shall be submitted in the office of the undersigned on or before dt 26.03.2010

4.0 Tenderers(s) who are submitting down loaded tender documents from website shall pay the cost of documents in the manner explained above or they may submit a demand draft issued by any Scheduled bank in favor of Sr.AFA/Construction/Vijayawada towards the cost of tender documents.

5.0 Proof of payment of cost of Tender forms shall invariably be enclosed with the Tender offers.

Offers not accompanied by the requisite tender fee as above shall summarily be rejected.

6.0 TENDER BOX CLOSING & OPENING

6.1 Tenders must be enclosed in a sealed cover, super scribed with the ‘name of the work’ and

‘Tender Notice No.’ as appearing on the top sheet and must be deposited in the box allotted for the

purpose in the o/o Dy.CSTE/CN/BZA DRM`s office compound, Vijayawada or Tender hall, o/o

Dy.CSTE/ Construction, South Central Railway, Secunderabad-500 071 or Office of Dy. CSTE/C/

Guntakal, DRM’s office compound, Guntakal.

6.2 Tenders which are not deposited in the prescribed box will summarily be rejected

6.3 Tender documents may also be sent by registered post to the address of the Dy. Chief Signal &

Telecom. Engineer, (Construction), South Central Railway, Vijayawada - 500 071, so as to reach this

office not latter than 15.00 hours on 05.04.2010.

6.4 The boxes will be concurrently sealed at 15.00 hours on 05.04.2010 and will be opened

concurrently at 15.30 hours on the same day at the places mentioned above in the presence of such

Tenderers or their representatives who are available.

6.5 In case the date mentioned above happens to be a holiday, the tenders will be Closed/Opened

on the next working day at the same time.

6.6 Railways is not responsible for Postal delays in transmission of Tender Booklets by Registered

post.

6.7 Railways Reserve the right to cancel the tender without assigning any reason thereto.

7.0 Earnest Money Deposit (EMD)

7.1 The tenderer shall be required to deposit Earnest Money with the tender for the due

performance with the stipulation to keep the offer open till such date as specified in the tender, under

the conditions of tender. EMD is paid by the contractor in confirmation of the earnestness in the

participation in this particular tender.

7.2 The Earnest Money is Rs 2,50,010/- and should be submitted in any of the ,following forms

Page 6: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 6 of 118

7.3 Deposit receipts, Pay Orders, Demand drafts. These forms of earnest money could be from any

scheduled banks.

7.4 .Earnest Money Deposit in the form of cash shall be remitted to the Divisional Cashier (Pay),

South Central Railway, Vijayawada, Guntakal, Guntur, Nanded and Secunderabad or any station

master on south central railway in favor of Sr.AFA/Construction, Vijayawada.

7.5 In case of FDRs and other Instruments (DD) , the same shall be drawn in favor of Sr.AFA

(Construction), Vijayawada with the on account name of the Tenderer.

7.6 .Any other form of EMD including Guarantee Bonds etc., is not acceptable.

7.7 .Tenders without prescribed EMD shall be summarily rejected.

7.8 Standing Earnest Money Deposit (SEMD), if any with the Railway will not be

considered for this tender.

8.0 Eligibility criteria

8.1 Minimum Technical eligibility Criteria required (As per Railway Board Policy Lr. No.

RB/CEI/5/2006.

(i) Should have completed in the

last three financial years (i.e.

current year and three previous

financial years)

At least one Similar single work, for a minimum value of

35% of advertised tender value of the work.

(ii) Total Contract amount received

during the last 3 financial years and

in the current financial year.

Should be a minimum of 150% of advertised tender value

of work.(An attested Certificate from employer/client.

audited balance sheet duly certified by the Charted

Accountant etc., should be submitted.)

Similar Nature of work for the above purpose shall be “Execution of panel interlocking with

MACLS indoor and outdoor work OR execution of any RRI ,work indoor and

outdoor together”

Please go through provisions of Paras given below and ensure submission of all required

certified credentials from Clients/Organizations and other documents to establish the eligibility

criteria.

8.2 Similar nature of works physically completed within the qualifying period, i.e. the last 3

financial years and current financial year should only be considered in evaluating the eligibility

criteria as explained in the Eligibility criteria para 8.1 and Note there to.

8.3 The total value of similar nature of works completed during the qualifying period, and not the

payments received within qualifying period alone, should be considered.

8.4 In case, final bill of similar nature of work has not been passed, paid amount including statutory

deductions is to be considered if final measurements have not been recorded OR if final

measurements have been recorded and work has been completed with negative variation. However, if

final measurements have been recorded and work has been completed with positive variation but

variation has not been sanctioned, original contractual value of work should be considered for judging

eligibility.

Page 7: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 7 of 118

8.5 In the case of composite works involving combination of different works,

even separate completed works of required value should 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 had completed one bridge

work with pile foundation of value at least equal to 35% of tender value and also had completed one

bridge work with PSC superstructure of value at least equal to 35% of tender value, should be

considered as having fulfilled the eligibility criteria of having completed similar nature of work.

9.0. Documents required to be attached in proof of Credentials

9.1 Tenderers should submit an attested copy of Credential Certificate obtained from Jr.

Administrative Grade Officer of any Engineering department of Railways/Superintendent Engineer

of State Government or equivalent grade officer in Quasi Government department/Public Sector

Undertakings in Central Government to establish the eligibility criteria. Certificate from private

Individuals for whom such works are executed shall not be considered.

9.2 Audited balance sheet indicating agreement wise payments received during the last 3

financial years, duly signed and certified by the Chartered Accountant should be enclosed.

9.3 The onus of establishing credentials lies with the tenderer. Railway shall evaluate the offer

only from the certificates/documents submitted along with the tender offer.

9.4 Submission of Credentials shall be only with the Tender Document and Post facto

submission of the same after Tender Opening is not admissible. Such credentials submitted after

Opening if any will not be taken into consideration for evaluation. This applies even for working

contractors of this unit.

9.5 In addition to above the following documents may also be submitted along with the Tender

9.5.1 List of personnel organization available on hand and proposed to be engaged for the subject

work. These two lists should be given separately and signed by Tenderer has to be submitted in the

pro forma given in the Annexure-‘III’. List of Plant & Machinery available on hand (own) and

proposed to be inducted (own and hired to be given separately) for the subject work has to be

submitted in the pro forma given in the Annexure – IV

9.5.2 List of works on hand as per annexure -VI

9.5.3 List of works completed in the last three Financial years as per annexure -VI

9.5.4 Method statement as given in annexure IX

10.0 If any certificates or details enclosed by tenderer are found to be fake/bogus/ tampered

such tenders will be rejected at any stage. Such of those agencies shall not be awarded any work in

S.C. Railway for a period of 5 years from the date of opening of tender in addition to losing the

EMD. Joint ventures or partnership firms or any other nature of firms in which such agencies are a

party shall also not be awarded any work for this period of 5(five) years.

11.0 Consortium agreements, joint venture and MOU’s shall not be considered for the purpose of

deciding Eligibility.

12.0 PARTNERSHIP FIRMS

12.1 Partnership deed is eligible if entered into and registered prior to the date of Tender Notice.

Tenderer should enclose/submit experience certificate in the same name and style as the tenderer

and their credentials shall be considered fully to the extent of work executed by the partnership

firm. (Experience of individual partners will not be considered).

Page 8: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 8 of 118

12.2 Any change or modification in the constitution of tendering firms for

whatever purpose or intimation of any disputes by any of the partners in the firm making tendering

firm ineligible, during consideration of Tender or after opening of the Tender, shall be deemed to

be backing out of the offer by the Tenderer.

13.0 SUBMISSION OF TENDER DOCUMENTS DOWN LOADED FROM WEBSITE

13.1 Tenderer(s) who are submitting down loaded tender documents (From website) must be enclosed

with the tender form a demand draft issued by any Nationalized/scheduled bank In favor of

“SrAFA/Construction, Vijayawada” towards the cost of Tender document. Tender offers not

accompanying with the requisite tender fee as above shall summarily be rejected.

13.2 Only the original computer print out of the Tender documents down loaded from the website

must be submitted. Photocopies are not acceptable. Tender submitted in photocopies of down loaded

documents is liable to be rejected. The tenderer shall ensure that all the pages of this document are

fully down loaded, legibly printed and submitted as a single booklet.

13.3 If during the process of tender finalization it is detected that tenderer has submitted Tender

documents after making any changes/addition/deletions in the Tender documents down loaded from

the website, his offer will be summarily rejected and the earnest money deposited by the tenderer

shall be forfeited.

13.4 The Tenderer is expected to keep track of any future amendments/corrections in the Tender

from time to time. The latest tender document/ corrigendum shall only form the basis for the

participation.

Dy. Chief Signal & Telecom Engineer

(Construction), S.C.Railway, Vijayawada

Page 9: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 9 of 118

DECLARATION

The President of India acting through

Dy. Chief Signal & Telecom. Engineer (Construction)

South Central Railway, Vijayawada.

I/We_____________________________________________________________ have read

the various conditions of tender attached hereto and hereby agreed to abide by the said conditions.

I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed

for opening the same and in default thereof, I/We will be liable for forfeiture of my/our Earnest

Money Deposit of Rs. /-

I/We offer to do the work " -----------------------------------------------------------”

At the rates quoted by me/us in the attached schedule and bind myself/ourselves to

complete the work in --------------- from the date of issue of letter of acceptance of this tender. I/We

also hereby agree to abide by the General and Special Conditions of Contract and to carry out the

works according to the specification of materials and works laid down by South Central Railway for

the present contract.

2. A sum of Rs.-------------- is herewith forwarded as earnest money deposit. The full value of the

earnest money shall stand forfeited without prejudice to any other rights or remedies if –

a) I/We do not execute the contract document within seven days after receipt of notice

issued by the Railway that such documents are ready: OR

b) I/We do not commence the work within ten days after receipt of orders to that effect.

3. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a

binding contract between us subject to modifications, as may be mutually agreed to between us and

indicated in the letter of acceptance of my/our offer for this work.

Signature of witnesses:

1.

2.

Signature of Tenderer (s) , Date & Address

THE TENDER HAS BEEN ACCEPTED AND I AGREE TO PAY THE RATES AS ENTERED IN

THE SCHEDULES.

Dy. Chief Signal & Telecom. Engineer

(Construction),S.C.Railway : Vijayawada.

for and on behalf of the President of India

AGREE

Signature of witnesses: 1. 2.

Page 10: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 10 of 118

AGREEMENT

1. Contract Agreement No.______________________ dt._____________, articles of agreements made this

day of ______________________________________ between the President of India acting through the

Deputy Chief Signal and Telecommunication Engineer (Construction), of South Central Railway

Administration, Secunderabad (hereinafter called the “RAILWAY” which expression shall, unless the

context does not so admit include his successors and assignees in office) of the one part and

___________________, (hereinafter called the “CONTRACTOR” which expression shall unless excluded

by the context includes his heirs, executors, administrators, successors and assignees) of the other part.

2. Whereas the contractor has agreed with the Railway for the performance of the work

“____________________________” as set forth in the schedules ‘A’and ‘B’ here to annexed upon the

General Conditions of contract and Special conditions of special specifications, if any, and in conformity

with the drawings here to annexed, if any. And where as the performance of the said works is an act in

which the public are interested.

3. The total Security Deposit for the above is Rs._____________/-, whereas the Contractor has submitted a

Performance Bank Guarantee No. ____________, dated ______ for Rs.________/- issued by

__________________, issued in fravour of FA & CAO/C/SC, valid upto ___________ and for the balance

amount Rs_________/- have been adjusted towards EMD submitted by the contractor along with their

tender vide __________________, dt. ________, issued by ______________, valid for _____ months. The

Security Deposit now fixed is as per rules in force, subject to alteration according to increase or decrease in

the value of the agreement as determined from time-to-time. The contractor has deposited Performance

Guarantee of 5% of Contract value vide FDR/BG __________ issued by ------------------------ Bank valid

upto ______________.-

4. Now this indenture witnesses that in consideration of the payment to be made by the Railway, the

contractor will duly perform the said works in the said schedules set forth and shall execute the same with

great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will

complete the same in accordance with the said specification and said drawings a said conditions of contract

on or before the ________________. They shall also guarantee the satisfactory working of the contract as

per Clause No.27.1 of the special conditions of the contract and observe , fulfill and keep all the conditions

therein mentioned (which shall be deemed and taken to the part of this contract as if the same had been fully

set forth herein). And the both hereby agree that if the contractor shall duly perform the said works in the

manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be

paid to the Contractor for the said works on the final completion there of, the amount due in respect there

of, at the rates specified in the Schedules hereto annexed.

5. It is hereby agreed and declared that all the provision of the said specifications, conditions, of contract

which have been carefully read and understood by the Contract and the schedule of rates, including the

Special and General Instructions contained in pages thereof shall be as binding upon the Contractor and

upon the Railway Administration as if the same had been repeated herein and shall be read as part of these

presents:

6. In witnesses whereof Dy. Chief Signal & Telecom. Engineer, (Construction), South Central Railway,

Secunderabad, for and on behalf of the President of the Union of India and _________________________,

have set their respective hands.

Deputy Chief Signal&Telecommunication Engineer,(Construction),

CONTRACTOR South Central Railway,Vijayawada,

For and On Behalf of the President of the Union of India

Page 11: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 11 o

f 118

Schedule-A (Supply portion)

NS

No

Description

Unit

POTLA

PADU

SATYA

VALLI

NUDU

R

PADU

Total

Rate in

fig.

Rate in

words

Amount

Rs

Inspecti

on

1

Supply

of Surf

ace

bas

e 140m

m d

ia. to

suit to

signal

posts of 4.5

mtrs an

d 3

.5 m

trs le

ngth

as

per

drg

.S.2

011/M

Nos

12

12

12

36

2202

Tw

o thousa

nd

two h

undre

d

and tw

o

79272

RIT

ES

2

Supply

of O

ffse

t bra

cket

to suit 1

40m

m d

ia.

CLS p

ost

with tw

o n

um

ber

s of U

bolts an

d n

uts

com

ple

te a

s per

drg

No. SA

24381/A

dv

Nos.

2

2

2

6

3367

Thre

e

thousa

nd

thre

e hundre

d

and six

ty

seven

20202

RIT

ES

3

Supply

of Cal

ling O

n sig

nal

unit c

om

ple

te w

ith

U b

olts to

dra

win

g n

o.S

A.2

4381 /A

dv

Nos.

3

3

3

9

2849

Tw

o thousa

nd

eight hundre

d

and forty n

ine

25641

RIT

ES

4

Supply

of

Posi

tion light

shunt

signal

gro

und

type

com

ple

te a

long w

ith s

urfac

e bas

e, h

oods,

tubula

r post

com

ple

te

to

Drg

.No.S

.23840/A

lt.1

/or Lat

est.

No.

3

3

3

9

3238

Thre

e

thousa

nd tw

o

hundre

d a

nd

thirty

eig

ht

29142

RIT

ES

5

Supply

of Ju

nct

ion type

route

indic

ator 1 w

ay to

dra

win

g n

o.S

A.2

3402 w

ith IRS - S

66/8

4 w

ith

amen

dm

ent-1 o

r la

test

No.

2

2

2

6

10184

Ten

thousa

nd

one

hundre

d

and e

ighty

four

61104

RIT

ES

6

Supply

of 'E

' type

lock

s W

ard N

o.3

2 o

r

spec

ifie

d b

y e

ngin

eer in

char

ge

along w

ith k

ey

and o

ther

as per

req

uirem

ent to

Drg

. N

o.

SA

.3376/M

/Lat

est an

d R

DSO

Spec

n. N

o. IR

S.

S.3

0/6

4.

Nos.

32

32

32

96

479

Four hundre

d

and sev

enty

nin

e

45984

RIT

ES

7

Supply

of re

lay fix

ing fra

me

for Full loca

tion

box, th

e fram

e sh

ould

be

(Pow

der

coat

ed) m

ade

out M

S a

ngle

of 25m

m X

25m

m X

5m

m a

nd

appro

xim

ate

size

of 940m

m X

150m

m w

ith

suitab

le h

ole

s to

fix

the

sam

e in

the

box

Nos.

6

6

6

18

472

Four hundre

d

and sev

enty

two

8496

Consi

gn

ee

Page 12: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 12 o

f 118

8

Supply

of hyla

m shee

t 6m

m thic

k o

f IS

I m

ark

(IS: 2036) an

d siz

e 2400m

mX

1200m

m o

f co

lor

appro

ved

by the

site

in c

har

ge

( to

suit F

TO

T

boar

d.).

Nos.

2

2

2

6

4070

Four th

ousa

nd

seventy

24420

Consi

gn

ee

9

Supply

of hyla

m shee

t 6m

m thic

k o

f IS

I m

ark

(IS: 2036) an

d siz

e 2400m

mX

600m

m o

f co

lour

appro

ved

by the

site

in c

har

ge.

Nos.

2

2

2

6

2000

Tw

o thousa

nd

12000

Consi

gn

ee

10

Supply

of hyla

m shee

t 3m

m thic

k o

f IS

I m

ark

(IS: 2036) an

d siz

e 2400m

mX

600m

m o

f co

lour

appro

ved

by site

in c

har

ge.

Nos.

2

2

2

6

1000

One

thousa

nd

6000

Consi

gn

ee

11

Fab

rica

tion &

supply

of M

.S. te

rmin

atio

n b

ox

for poin

t m

achin

es o

f si

ze 4

50m

m x

225m

m x

125m

m. The

term

inat

ion b

ox to b

e pro

vid

ed

with 2

nos of M

.S. an

gle

of si

ze 5

0x50x6m

m o

f

length

1000m

m e

ach a

nd G

I pip

e of 40 m

m d

ia

and len

gth

of 450m

m a

ppro

xim

atel

y. The

term

inat

ion b

ox is al

so p

rovid

ed w

ith tea

k w

ood

pla

nk o

f size

25m

m thic

knes

s fo

r fixin

g o

f

term

inal

s. N

eces

sary

bolts, n

uts

and scr

ews ar

e

to b

e pro

vid

ed for fa

brica

tion o

f te

rmin

atio

n

box. The

term

inat

ion b

ox is to

be

pai

nte

d d

ouble

coat

with a

ppro

ved

qual

ity o

f pai

nt bla

ck

enam

el o

n to the

outs

ide

and to b

e pai

nte

d w

ith

white

enam

el in the

insi

de

of th

e box (A

ll

mat

eria

ls a

re to b

e pro

cure

d b

y the

contrac

tor).c

lam

p m

ade

of 12m

mX

5m

m siz

e

MS F

lat w

ith tw

o b

olts sh

all be

supplied

alo

ng

with the

box.

Nos.

8

8

8

24

1684

One

thousa

nd

six h

undre

d

and e

ighty

four

40416

Consi

gn

ee

12

Supply

of gro

und c

onnec

tions fo

r th

e univ

ersa

l

type

poin

t m

achin

es a

s per

drg

.no. SA

9001

(AD

V)

Set

8

8

8

24

6216

Six

thousa

nd

two h

undre

d

and six

teen

149184

RIT

ES

Page 13: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 13 o

f 118

13

Supply

of in

sula

tions fo

r 'D

' cla

mp sw

itch

exte

nsi

on b

rack

et to suit to u

niv

ersa

l poin

t

mac

hin

e as

per

dra

win

g supplied

by the

Rai

lway

s. (O

ne

set co

nsists of 'D

' cla

mp

insu

lation - 2

Nos. N

ylo

n insu

lation b

ush

es 4

Nos., N

ylo

n insu

lation w

asher

s - 8 N

os.)

Set

s 8

8

8

24

225

Tw

o h

undre

d

and tw

enty

five

5400

Consi

gn

ee

14

Supply

of drive

lug insu

lation for univ

ersa

l

poin

t m

achin

e to

be

pro

cure

d fro

m R

DSO

appro

ved

firm

s. (O

ne

set co

nsist

s of one

num

ber

cen

tral

insu

lation p

late

, bush

es - 2

Nos.

and w

asher

s - 4 N

os.).

Set

s 6

6

6

18

95

Nin

ety fiv

e 1710

Consi

gn

ee

15

Supply

of Ele

ctrica

l det

ecto

r poin

t an

d lock

to

IRS: S 4

9/7

4

No.

1

1

1

3

12303

Tw

elve

thousa

nd

thre

e hundre

d

and thre

e

36909

RIT

ES

16

Supply

of

trac

k f

eed b

atte

ry c

har

ger

110V

/AC

input

to c

har

ge

1,2

,3 l

ead a

cid c

ells w

ith

5A

capac

ity as

per

Spec

N

o IR

S:

S.8

9/9

3 w

ith

amen

dm

ent no.1

or la

test

.

No

20

20

20

60

1738

One

thousa

nd

seven h

undre

d

and thirty

eight

104280

RD

SO

17

Supply

of Tra

ck lea

d junct

ion b

oxes

fib

er g

lass

as p

er D

rg.N

o.C

WM

-00597of F.R

.P m

ater

ial to

IRS.5

.23 sp

ecific

atio

n al

ong w

ith fixtu

res

i.e.

,

on M

S a

ngle

50x50x5m

m, 0.9

Met

ers

long tw

o

num

ber

s of

G.I.p

ipes

of

25m

m d

ia. al

ong w

ith

nuts

and b

olts

and 5

00m

m long

(this

incl

udes

gra

nite

bush

es,

60m

m A

RA

te

rmin

al).-2

Nos.

Box shal

l be

supplied

alo

ng w

ith a

bra

cket

mad

e

of

12m

mX

5m

m M

S f

lat w

ith 2

Nos

of

Nuts

&

bolts.

Nos.

60

60

60

180

907

Nin

e hundre

d

and sev

en

163260

RIT

ES

18

Supply

of

trac

k f

eed r

egula

ting r

esis

tance

dis

k

type

0 to 3

0 O

hm

s as

per

dra

win

g

no.S

A.2

01

61 /66/M

Nos.

20

20

20

60

224

Tw

o h

undre

d

and tw

enty

four

13440

Consi

gn

ee

Page 14: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 14 o

f 118

19

Sta

tionar

y lo

w m

ainte

nan

ce se

condar

y le

ad

acid

ce

lls

as per

RD

SO

sp

ecific

atio

n IR

S-S

-

88/2

004 o

r la

test

. T

his

incl

udes

supply

of in

ter

cell c

onnec

tors

, bolts

nuts

, ac

id lev

el indic

atin

g

float

s an

d v

ent p

lugs

a)

2 v

olts 40 A

H

Nos.

32

32

32

96

917

Nin

e hundre

d

and sev

ente

en

88032

RD

SO

b) 2 v

olts 200 A

H

60

60

60

180

2654

Tw

o thousa

nd

six h

undre

d

and fifty

four

477720

RD

SO

20

Supply

of H

ydro

met

er o

f ap

pro

ved

mak

e N

os

3

3

3

9

194

One

hundre

d

and n

inet

y

four

1746

Consi

gn

ee

21

Supply

of distilled

wat

er for to

ppin

g o

f

seco

ndar

y c

ells.( to b

e su

pplied

at site

.) a

s per

BIS

spec

ific

atio

n IS

1106

Ltr.

200

200

200

600

6.2

5

six

and p

aise

twenty

fiv

e

3750

Consi

gn

ee

22

Supply

of D

C m

inia

ture

plu

g-in type

neutral

tra

ck

rela

y for Rai

lway sig

nal

ing 9

ohm

s to

2F/2

B n

on-A

C

imm

uniz

ed Q

T2 c

om

ple

te w

ith p

lug b

oar

d a

nd

connec

tors

as per

BRS sp

ecific

atio

n B

RS.9

38A

,

IRS:S

34 &

23 (as

applica

ble

) The

inte

rlock

ing c

ode

for th

is u

nit shal

l be

DEFJX

.

Nos.

14

14

14

42

2098

Tw

o thousa

nd

nin

ety

eig

ht

88116

RD

SO

23

Supply

of Rel

ay p

lug in type

Sty

le "

Univ

ersa

l plu

g

in type

DC/A

C lam

p p

rovin

g rel

ay o

r LED

sig

nal

lam

p a

ll a

spec

ts w

ith b

uilt in

curr

ent tran

sform

er

type,

slo

w rel

ease

neutral

lin

e re

lay, 4F 4

B c

onta

cts

front an

d b

ack c

onta

cts m

etal

to c

arbon shal

l be

suitab

le for w

ork

ing in ser

ies w

ith 110 V

AC

/DC

LED

sig

nal

lam

p rat

ed a

t 15 W

, co

nfo

rmin

g to

RD

SO

Spec

ific

atio

n N

o. SE/R

elays/

AC L

it L

ED

signal

/09-2

002, B

RS 9

41A

, IR

S S

-34 a

nd IRS S

.23

(as ap

plica

ble

.).

Nos.

50

50

50

150

4142

Four th

ousa

nd

one

hundre

d

and forty tw

o

621300

RD

SO

24

Supply

of Fai

l sa

fe E

lect

ronic

fla

sher

12-2

4V

DC 1

0

am

ps, a

sper

RD

SO

Spec

n. N

o.

RD

SO

/SPN

/173/2

002.

Nos.

1

1

1

3

2607

Tw

o thousa

nd

six h

undre

d

and sev

en

7821

RD

SO

Page 15: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 15 o

f 118

25

Fai

l sa

fe e

lect

ronic

tim

e del

ay u

nit to o

per

ate

on 2

4V

DC, tim

e se

ttin

g 1

20 S

econds as

per

RD

SO

spec

ific

atio

n n

o.IRS.S

.61/2

000 a

mendm

ent no.1

or

late

st.

Nos.

4

4

4

12

2031

Tw

o thousa

nd

thirty

one

24372

RD

SO

26

Supply

of poin

t co

nta

ctor re

lay Q

BC

A-1

AC

imm

uniz

ed m

inia

ture

plu

g in type

DC b

iase

d

conta

ctor, tra

ctiv

e ar

mat

ure

24V

oits D

C w

ith

2H

F/4

B c

onta

cts, H

eavy d

uty

fro

nt co

nta

ct, m

etal

to

carb

on c

om

ple

te w

ith p

lug b

oar

d,ret

aing c

lips an

d

connec

tors

to spec

ific

atio

n.B

RS

943,IRS.S

.34,IRS.S

.23 a

s ap

plica

ble

No

6

6

6

18

5950

Fiv

e th

ousa

nd

nin

e hundre

d

and fifty

107100

RD

SO

27

Supply

of

Rel

ay

Non-A

C

imm

une,

plu

g-in-type

Sty

le 'Q

N1,

DC n

eutral

lin

e, 2

4V

, 8F/8

B c

onta

cts,

front

and b

ack c

onta

cts m

etal

to c

arbon w

ith p

lug

boar

d re

tain

ing cl

ip an

d co

nnec

tors

co

nfirm

ing to

BRS 930,

IRS-S

34,

IRS-S

23 (a

s ap

plica

ble

). The

inte

rlock

ing c

ode

for th

is u

nit shal

l be

AB

CD

F.

Nos

100

100

100

300

2636

Tw

o thousa

nd

six h

undre

d

and thirty

six

790800

RD

SO

28

Supply

of Rel

ay, N

on-A

C im

mune

plu

g in type,

sty

le

QN

1, D

C n

eutral

lin

e, 2

4V

, 12F/4

B c

onta

cts, f

ront

and b

ack c

onta

cts

met

al to c

arbon w

ith p

lug b

oar

d,

reta

inin

g c

lip &

connec

tors

confo

rmin

g to B

RS:9

30,

IRS:

S

34

&

IRS:S

23

(as

applica

ble

).

The

inte

rlock

ing c

ode

for th

is u

nit shal

l be

AB

CD

E.

Nos

200

200

200

600

2636

Tw

o thousa

nd

six h

undre

d

and thirty

six

1581600

RD

SO

29

Supply

of Rel

ay N

on-A

C im

mune,

plu

g-in-type

Sty

le 'Q

N1K

, D

C n

eutral

lin

e, 2

4V

, 1000 o

hm

s

6F/6

B front co

nta

cts m

eta

l to

car

bon a

nd b

ack

conta

cts m

etal

to m

etal / ca

rbon, co

mple

te w

ith p

lug

boar

d ret

ainin

g c

lip a

nd c

onnect

ors

confirm

ing to

BRS 9

30A

, IR

S S

34, IR

S S

23 o

r la

test a

s ap

plica

ble

Nos

6

6

6

18

2189

Tw

o thousa

nd

one

hundre

d

and e

ighty

nin

e

39402

RD

SO

30

Supply

of Rel

ay rac

k u

niv

ersa

l ty

pe

as p

er

drg

.no.S

&T/M

FT/2

91 w

ith sca

ffold

ing,

PO

WD

ER C

OA

TIN

G w

ith sta

inle

ss ste

el n

uts

and b

olts fo

r fixin

g the

rack

s. Supportin

g

angle

s, fra

me

mounting trian

gle

bas

e w

ith 'J

'

bolts an

d insu

lation o

f re

quired

num

ber

s

com

ple

te to suit Q

N1 / K

-50 p

re w

ired

tag

blo

cks w

ith suitab

le inner

fra

mes

Page 16: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 16 o

f 118

a)

1 w

ay

Nos.

3

3

3

9

5254

Fiv

e th

ousa

nd

two h

undre

d

and fifty

four

47286

Consi

gn

ee

b) 2 w

ay

Nos.

4

4

4

12

9873

Nin

e th

ousa

nd

eight hundre

d

and sev

enty

thre

e

118476

Consi

gn

ee

31

Supply

of

Cab

le

term

inat

ion

rack

s si

ze

880m

mX

2000m

m

mad

e out

of

50m

mx50m

mx6m

m

thic

k

MS

angle

w

ith

stai

nle

ss s

teel

nuts

and b

olts

for

fixin

g o

f th

e

rack

w

ith PO

WD

ER CO

ATIN

G an

d drillin

g

suitab

le hole

s to

su

it hyla

m sh

eet

and re

lay

fram

es c

om

ple

te a

s per

sta

ndar

d p

ract

ice

with

trip

od b

ases

and r

eel

insu

lato

rs (

for

K r

ack, P

rack

and p

ow

er r

ack)

and w

ith c

able

lad

der

of

wid

th 400m

m an

d le

ngth

of

2000m

m.

The

thic

knes

s of

angle

to

be

5m

m.

two an

gle

s of

40m

mX

40m

mX

5m

m to

be

supplied

at

both

ends an

d supportin

g fla

ts o

f 2

5m

m X

5m

m.

No.

2

2

2

6

4854

Four th

ousa

nd

eight hundre

d

and fifty

four

29124

Consi

gn

ee

32

Supply

of te

rmin

al b

lock

1 w

ay P

BT 6

0m

m a

s

per

RD

SO

Drg

.No. SA

.23745/A

lt.5

& IRS

S.7

5/2

006 w

ith lat

est am

endm

ent.

Nos.

125

125

125

375

56

Fifty

six

21000

RD

SO

33

Supply

of te

rmin

al b

lock

6 w

ay P

BT 2

5m

m a

s

per

RD

SO

D

rg.N

o.

SA

.23756/A

lt.3

&

IR

S

S.7

5/2

006 w

ith lat

est a

men

dm

ent .

Nos.

350

350

350

1050

261

Tw

o h

undre

d

and six

ty o

ne

274050

RD

SO

34

Supply

of

Mar

ker

s fo

r th

e W

AG

O ter

min

als

as

per

Model

No. 249-5

02 (Pla

in m

ask

er) - 100 N

os.

Set

50

50

50

150

39

Thirty

nin

e 5850

35

Supply

of N

on-d

eter

iora

ting type

of fu

se

hold

ers &

fuse

links – to S

pec

. N

o. IR

S S

.78/9

2

(IRS-S

-78/9

7 T

enta

tive)

.

Page 17: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 17 o

f 118

(a

) Fuse

hold

er 2

0A

cap

acity

Nos.

250

250

250

750

130

One

hundre

d

and thirty

97500

RD

SO

(b

) Fuse

lin

ks 16 A

mps.

Nos.

25

25

25

75

17

Sev

ente

en

1275

RD

SO

(c

) Fuse

lin

ks 10 A

mps.

Nos.

20

20

20

60

17

Sev

ente

en

1020

RD

SO

(d

) Fuse

lin

ks 2 A

mps.

Nos.

250

250

250

750

17

Sev

ente

en

12750

RD

SO

e)

fuse

lin

ks 20 A

mps

No's

50

50

50

150

17

Sev

ente

en

2550

RD

SO

36

Supply

of double

key locks

No

1

1

1

3

237

Tw

o h

undre

d

and thirty

seven

711

consi

gn

ee

37

Supply

of in

door ca

ble

60 c

ore

X 0

.6m

m a

s per

spec

IRS S

.76/8

9 a

men

d n

o.2

or la

test. M

ater

ial

to b

e pro

cure

d fro

m R

DSO

appro

val

sourc

es in

par

t-1.

Km

. 1

1

1

3

75000

Sev

enty

fiv

e

thousa

nd

225000

RD

SO

38

Supply

of

PV

C in

sula

ted w

ire

co

pper

conduct

or

16/0

.2m

m

to

A

TC

to

RD

SO

spec

ific

atio

n n

o.IRS.S

76/8

9w

ith a

mdt2

or la

test

.

Eac

h c

oil o

f 100 m

ts len

gth

as

per

colo

ur

code

spec

ifie

d b

y E

ngin

eer in

char

ge

Coil

200

200

200

600

770

seven h

undre

d

and sev

enty

462000

RD

SO

39

Supply

of P

VC in

sula

ted w

ire

multi-

stra

nd c

opper

conduct

or 1

0 Sq.m

m

140/0

.3m

m fle

xib

le to

RD

SO

Spec

.IRS.S

76/8

9.A

mdt.2 o

r la

test. Eac

h

coil

of

100

mts

le

ngth

as

per

co

lor

code

spec

ifie

d b

y e

ngin

eer in

char

ge.

Coil

8

8

8

24

7951

Sev

en

thousa

nd n

ine

hundre

d a

nd

fifty o

ne

190824

RD

SO

40

Supply

of

PV

C in

sula

ted w

ire,

m

ulti

stra

nd

flex

ible

co

pper

co

nduct

or,

28/0

.3

to

RD

SO

Spec

ific

atio

n I

RS. S. 76/8

9 w

ith a

men

dm

ent

2

or la

test a

s per

colo

r co

de

spec

ifie

d b

y e

ngin

eer

in c

har

ge

Coil

12

12

12

36

728

Sev

en

hundre

d a

nd

twenty

eig

ht

26208

RD

SO

41

Supply

of

fact

ory

as

sem

ble

d an

d per

form

ance

tested

D

G se

t se

lf star

t ai

r co

ole

d 10 K

VA

single

phas

e w

ith r

equired

BH

P die

sel

engin

e

with

faci

lity

to

star

t an

d

stop

oper

atio

n.

Engin

e/al

tern

ator

10K

VA

of

Kirlo

skar

mak

e or

Set

2

2

2

6

233699

Tw

o lak

hs

thirty

thre

e

thousa

nd six

hundre

d a

nd

nin

ety

nin

e

1402194

RIT

ES

Page 18: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 18 o

f 118

equiv

alen

t m

ounte

d on a

fabrica

ted iron bas

e

chan

nel

vib

ration f

ree

with a

ccoustic

encl

osu

re

with 7

5dB(A

) in

sertio

n loss

alo

ng w

ith b

atte

ry

for

self star

t of

stan

dar

d/A

MCO

/Exid

e m

ake.

All

mounting

type

pan

el

with

push

button

asse

mbly

. T

he

DG

set

shal

l co

mply

with C

PCB

norm

s notified

vid

e G

SR 3

71(E

) dt. 1

7/2

/05 a

nd

its

amen

dm

ents

(at

ser

ial N

o.9

4 p

aras

1&

3)

as

amen

ded

by G

SR 4

48(E

) dt. 1

2/7

/04 a

nd G

SR

520(E

) dtd

.12/8

/04. Fac

ility to c

har

ge

the

DG

bat

tery

in

D

G id

le co

nditio

n th

rough 230V

exte

rnal

loca

l su

pply

to b

e m

ade

avai

lable

in

the

DG

set

.

42

Supply

of SM

PS b

ased

DC d

istrib

ution syst

em

of su

itab

le for N

on-R

E a

rea,

the

configura

tion

of D

C/D

C c

onver

tor w

ith the

follow

ing, as

per

RD

SO

/SPN

165/2

004 (IP

S) A

md.5

or la

test

Par

a 4.5

to b

e pro

cure

d fro

m IPS a

ppro

ved

sourc

es b

y R

DSO

. W

ith the

follow

ing

configura

tion

Set

1

1

1

3

128240

One

lakh

twenty

eig

ht

thousa

nd tw

o

hundre

d a

nd

forty

384720

consi

gn

ee

1) 40-8

0V

/ 1

A D

C - D

C c

onver

ters

-04 N

os.

2) 24-3

2V

/ 5

A D

C - D

C c

onver

ters

- 1

6 N

os.

3) 12-2

8V

/ 5

A D

C - D

C c

onver

ters

- 6

Nos.

4) 2-1

2V

/ 5

A D

C - D

C c

onverter

s - 2 N

os.

5) 3-6

V / 0

.1A

DC - D

C c

onver

ters

- 2

Nos.

6) A

SM

pan

el M

onitoring -1 N

o.

7) Surg

e Pro

tect

ion D

evic

e w

ith c

lass

B&

cla

ss C

pro

tect

ion - 1

No.

8) 20A

fuse

bas

e - 1 N

o.

43

Supply

of se

lf reg

ula

ted bat

tery

char

ger

230V

AC / 12V

DC 1

0 A

mps. to R

DSO

Spec

n. N

o.

IRS S

.86/2

000 o

r la

test

No.

1

1

1

3

11395

Ele

lvle

n

thousa

nd

thre

e hundre

d

and nin

ety

five

34185

RD

SO

Page 19: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 19 o

f 118

44

Supply

of Bat

tery

char

ger

of 230V

olts A

C /

110V

DC 3

0 A

mps as

per

RD

SO

Spec

n. IR

S

S.8

6/2

000 o

r la

test.

No.

2

2

2

6

42834

Forty tw

o

thousa

nd

eight hundre

d

and thirty

four

257004

RD

SO

45

Supply

of A

uto

mat

ic V

oltage

Sta

biliz

er, in

put

voltag

e 150-2

70V

50 H

z. O

utp

ut voltage

230V

(+/-)

10%

, 2 K

VA

cap

acity F

erro

res

onan

t ty

pe,

RD

SO

Spec

ific

atio

n N

o. 74/8

9 w

ith A

mendm

ent 6 w

ith a

double

pole

sw

itch o

f 32 A

mps.

No.

1

1

1

3

13447

Thirte

en

thousa

nd four

hundre

d a

nd

forty seven

40341

RD

SO

46

Supply

of

Copper

ey

elet

s to

su

it 16/0

.2 w

ire

Dow

ell's

make

Nos

1200

1200

1200

3600

2

Tw

o

7200

Consi

gn

ee

47

Supply

of

Copper

eyel

ets

to s

uit 1

0.sqm

m w

ire

Dow

ell's

m

ake(

ring

type-

60,

fork

ty

pe-

20,

pin

type-

20)

No

80

80

80

240

3.5

Rupee

s th

ree

and p

aise

fifty

840

Consi

gn

ee

48

Supply

of D

om

ino type

oper

atio

n c

um

indic

atio

n p

anel

2/3

/ 4 road

with L

ED

indic

ators

for trac

ks, sig

nal

s, c

rank h

andle

s et

c., an

d k

nobs

for poin

ts a

nd sig

nal

oper

atio

n a

s per

the

pan

el

dia

gra

m supplied

by the

railw

ays. The

layout

shal

l be

pai

nte

d w

ith scr

een p

rinting. Follow

ing

spar

es to b

e su

pplied

with e

ach P

anel

N

os

1

1

1

3

100000

One

lakh

300000

Consi

gn

ee

1. K

nob sw

itches

-- 4 N

os.

2. D

om

ino w

ith c

ance

llat

ion b

utton -- 2 N

o.

3. Spar

e D

om

ino o

f diffe

rent ty

pe

-- 5

Nos.

4. 24V

Im

pulse

counte

r - 2 N

os.

5. Rem

inder

cap

s - 10 N

os.

N

OTE :- Prior to

tra

nsp

ortat

ion o

f pan

el to site,

the

sam

e sh

ould

be

supplied

with inte

rnal w

irin

g d

one

from

dom

inos to

ter

min

al b

lock

nea

tly b

unched

. The

pan

el w

irin

g p

articu

lars

should

be

subm

itte

d a

long

with p

anel

at fa

ctory

pre

mis

es for in

spec

tion. K

nobs

switch to b

e pro

cure

d fro

m a

ppro

ved

firm

s.

Page 20: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 20 o

f 118

49

Supply

of D

ata

Logger

w

ith 5

12 D

igital

inputs

and 3

2 A

nal

og inputs

for re

mote

monitoring

with n

etw

ork

fac

ility o

f signal

ing p

aram

eter

s

and p

ow

er supply

arran

gem

ents

to c

onfirm

ing

to S

pec

n. N

o. IR

S. S.9

9/2

006 w

ith 6

4 input

dig

ital

car

d a

s a

spar

e w

ith e

xte

rnal

modem

s

card

s fo

r net

work

ing.

Set

1

1

1

3

267300

Tw

o lak

hs

sixty

seven

thousa

nd

thre

e hundre

d

801900

RD

SO

50

Supply

of LED

hold

ers w

ith L

ED

's o

f si

ze 5

mm

with 0

.5 W

att re

sistan

ce, to

be

supplied

as

per

req

uirem

ent of site

in c

har

ge.

No

200

200

200

600

4

Four

2400

Consi

gn

ee

51

Supply

of Solid S

tate

Buzz

ers w

ith d

iffe

rent

freq

uen

cies

in m

etal

lic

casing w

ork

ing o

n 1

2V

-

24V

-60 V

olts.

Nos.

6

6

6

18

183

One

hundre

d

and e

ighty

thre

e

3294

Consi

gn

ee

52

Supply

of 2N

/2R M

icro

sw

itch

, L&

T o

r

Sie

men

s m

ake.

Nos.

6

6

6

18

291

Tw

o h

undre

d

and n

inet

y

one

5238

Consi

gn

ee

53

Supply

of 2

4 volts im

pulse

counte

r 6 d

igits.

(Kel

tron o

r G

ujral

mak

e)

Nos.

4

4

4

12

800

Eig

ht hundre

d

9600

Consi

gn

ee

54

Supply

of H

P / C

om

paq

/ IBM

mak

e Cen

tral

monitoring syst

em a

s per

tec

hnic

al

spec

ific

atio

ns en

close

d.- in

tel 2 q

uad

pro

cess

or

, 3.0

GH

z or hig

her

with 6

Mb L

2

casc

he,

1333M

hz

FSB In

tel 915 O

rigin

al

Moth

er B

oar

d c

hip

set

or hig

her

, 8G

B/1

066

MH

z RA

M. 320 G

B S

ATA

Har

d D

isk D

rive

from

Sea

gat

e/M

axto

r/Tosh

iba,

16X

DV

D

Write

r/Rea

der

with D

ual

+ &

- support, 19"

TFT M

onitor, H

igh res

olu

tion a

nd b

rightn

ess to

be

supported

, 3D

Gra

phic

s an

d w

ith N

VID

IA

5200 +

chip

set or A

ti R

adon 9

200 +

Chip

set,

100 M

bps Eth

ernet

NIC

car

d o

n b

oar

d/P

CI,

wirel

ess LA

N “

g”

card

in b

uilt, 4

USB p

orts,

one

serial

port a

nd o

ne

par

alle

l port M

ultim

edia

Key

Boar

d fro

m L

ogitec

h/M

icro

soft, H

igh

Set

1

1

2

4

60000

Six

ty

thousa

nd

240000

Consi

gn

ee

Page 21: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 21 o

f 118

reso

lution O

ptica

l M

ouse

fro

m

Logitec

h/M

icro

soft, H

igh q

ual

ity A

udio

on

boar

d, Cre

ativ

e 2.1

Insp

ire

Spea

ker

s, 5

6 K

bps

Modem

, G

enuin

e M

icro

soft W

indow

s X

P/v

ista

Pro

fess

ional

OS w

ith rec

over

y C

D, one

hea

d

phones

port, A

ntivirus lice

nse

d softw

are

with 1

yea

r val

idity fro

m N

orton A

ntivirus or M

cAfe

e

(lat

est). 2

KV

A b

ackup U

PS. T

ota

l sy

stem

would

hav

e 3 y

ears

on site

war

ranty

. O

ne

500

GB H

P p

ock

et m

edia

drive

exte

rnal

55

Supply

of U

niv

ersa

l lo

cks w

ith o

ne

key

for

ever

y ten

lock

s..

Nos

50

50

50

150

52

Fifty

tw

o

7800

Consi

gn

ee

56

Supply

of th

e fo

llow

ing

resistors

/conden

sors

/dio

des

. A

) Ele

ctro

lytic

conden

sors

50V

470 m

fd.- 20 n

os (B

)

Ele

ctro

lytic

conden

sors

50V

1000 m

fd - 2

0

nos.(C

) W

ire

wound res

ista

nce

s 100 o

hm

s 10

Wat

ts - 2

0 n

os. (D

) D

iodes

- B

Y 1

27 - 1

0 N

os &

(E) PV

C Insu

lation tap

es o

f 25 m

trs-

25 N

os.

.

set

1

1

1

3

2830

Tw

o thousa

nd

eight hundre

d

and thirty

8490

Consi

gn

ee

57

Supply

of Cem

ent Portla

nd / O

rdin

ary,

confirm

ing to ISS: 269/7

6.

M.T

on

2

2

2

6

3238

Thre

e

thousa

nd tw

o

hundre

d a

nd

thirty

eig

ht

19428

Consi

gn

ee

58

Supply

of Conden

sors

10000 M

fd/5

0 v

olts,

bra

nds Philip

s / K

eltron o

nly

No.

12

12

12

36

250

Tw

o h

undre

d

and fifty

9000

Consi

gn

ee

59

Supply

of el

ectric

tra

ck d

rillin

g m

achin

e sim

ilar

to m

odel

no W

DC-3

4,R

ALLI W

OLF M

ake

with suitab

le h

orizo

nta

l stan

d w

ith a

ttac

hm

ents

to d

rill h

ole

s of var

ious si

zes up to 7

mm

to

22m

m. M

achin

e has

to w

ork

with 1

10v. A

C.

No

1

1

1

3

13000

Thirte

en

thousa

nd

39000

Consi

gn

ee

60

Supply

of O

ffic

e ta

ble

with p

lyw

ood p

lank w

ith

thic

knes

s of 18m

m, te

akw

ood b

eadin

g w

ith

thre

e dra

ws of size

4' X

2’ hea

vy d

uty

. T

he

above

is o

f G

odre

j m

ake(

model

No T

9) as

Set

1

1

1

3

5439

Fiv

e th

ousa

nd

four hundre

d

and thirty

nin

e

16317

Consi

gn

ee

Page 22: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 22 o

f 118

appro

val

by e

ngin

eer in

char

ge.

61

Supply

of stee

l stools

18" hei

ght nea

tly fin

ished

and p

ainte

d.

Nos.

2

2

2

6

324

Thre

e

hundre

d a

nd

twenty

four

1944

Consi

gn

ee

62

Supply

of H

and p

um

p for ta

kin

g H

SD

oil fro

m

200 L

ts D

rum

Nos.

1

1

1

3

400

Four hundre

d

1200

Consi

gn

ee

63

Supply

of Je

rry c

an 2

0 Ltrs c

apac

ity w

hite

as

per

th

e re

quirem

ent of SI at

site.

Nos.

2

2

2

6

90

Nin

ety

540

Consi

gn

ee

64

Supply

of N

avta

l Lock

s godre

j m

ake

50m

m..

Nos.

4

4

4

12

324

Thre

e

hundre

d a

nd

twenty

four

3888

Consi

gn

ee

65

Supply

of key

chai

ns w

ith rin

g w

ith p

lastic

nam

e pla

te o

f 60m

mx20m

mx3m

m d

uly

engra

vin

g sta

tion n

ame

on o

ne

side

and k

ey

par

ticu

lars

on o

ne

side

as spec

ifie

d b

y the

site

in

char

ge.

Nos

30

30

30

90

20

Tw

enty

1800

Consi

gn

ee

66

Supply

of

Rubber

Mat

of

size

2000m

m X

500

mm

and 1

2 m

m thic

knes

s

Nos

8

8

8

24

675

Six

hundre

d

and sev

enty

five

16200

Consi

gn

ee

67

Supply

of A

lbum

type

bookle

t w

ith 'C

' siz

e 40

nos. o

f pla

stic

tra

nsp

aren

t co

ver

s of ap

pro

ved

qual

ity.

Nos.

10

10

10

30

590

Fiv

e hundre

d

and n

inet

y

17700

Consi

gn

ee

68

Supply

of un w

ired

Tag

Blo

ck 2

00 w

ay

confirm

ing to IRS:S

-77/9

1. The

mat

eria

l sh

all

be

pro

cure

d fro

m R

DSO

appro

ved

firm

s

only

with p

roof

Nos

4

4

4

12

1032

One

thousa

nd

thirty

tw

o

12384

Consi

gn

ee

69

Printing, Bin

din

g &

supply

of th

e fo

llow

ing

regis

ters

w

ith lat

est pro

form

a giv

en b

y in

char

ge

offic

er.

Per

Reg

r.

20

20

20

60

60

Six

ty

3600

Consi

gn

ee

a)

Bat

tery

histo

ry reg

iste

r 100 p

ages

- 02 N

os.

b) Tra

ck c

ircu

it h

isto

ry reg

iste

r 100 p

ages

- 01

Nos.

Page 23: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 23 o

f 118

c)

Tra

ck c

ircu

it m

ainte

nan

ce reg

iste

r 100 p

ages

- 0

1 N

os.

d) Cab

le m

egger

ing reg

iste

r 100 p

ages

- 0

2 N

os.

e)

Route

ca

nce

llat

ion re

giste

r 100 pag

es -

02

Nos.

f)

S&

T H

isto

ry reg

iste

rs - 0

1 N

os.

g) Cra

nk H

andle

reg

iste

r 100 p

ages

- 0

1 N

os.

h) Rel

ay room

Key

reg

iste

r 100 p

ages

-01 N

os.

i) G

ener

ator

star

ting Reg

iste

r 100 pag

es -0

1

Nos.

j) G

ener

ator

Rep

air

Reg

iste

r 100 pag

es -

01

Nos.

k) LED

lam

p R

egis

ter 100 p

ages

- 0

1 N

os.

l) C

alling o

n C

ance

llat

ion R

egis

ter - 100 p

ages

-

02 N

os.

m

) Poin

ts &

Cro

ssin

g insp

n. re

giste

r 100 p

ages

- 01 N

os.

n) H

SD

oil c

onsu

mption reg

iste

r - 100 p

ages

01

Nos.

o) Blo

ck instru

men

t key

reg

iste

r - 100 p

ages

01

Nos.

p)

Blo

ck

instru

men

t line

clea

r ca

nce

llat

ion

regis

ter - 1

00 p

ages

01 N

os.

70

Supply

of Ther

mosh

inkab

le join

ting k

it a

s per

Spec

.No. IR

S T

C. 77/2

000 for D

eriv

atio

n join

t

(without transf

orm

er) suitab

le for 6 Q

uad

Jel

ly fille

d

cable

of Spec

. IR

S.T

C. 30/9

7 (or la

test) (D

eriv

atio

n

to L

C G

ates)

etc

,.

Nos.

4

4

4

12

1800

One

thousa

nd

eight hundre

d

21600

Consi

gn

ee

Page 24: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 24 o

f 118

71

Supply

of 2 w

ire

DTM

F 1

2 w

ay sel

ective

callin

g tel

ephone

equip

men

t as

per

IRS

TC.8

0/2

000 o

r la

test c

onsistin

g o

f se

lect

ive

callin

g e

quip

men

t, D

TM

F tel

ephone

with p

ow

er

supply

arran

gem

ent co

nsi

stin

g o

f 12V

, 7 A

H

rech

argea

ble

bat

tery

and suitab

le flo

at c

har

ger

of 1 A

cap

acity. si

milar

to T

um

mal

a m

ake.

set

4

4

4

12

4995

Four th

ousa

nd

nin

e hundre

d

and n

inet

y

five

59940

Consi

gn

ee

72

Supply

of 4 w

ire

VF iso

lation tra

nsf

orm

er b

ay

to R

DSO

Drg

. N

o. TC.1

5201: T

his

should

hav

e

24 N

os. o

f V

F tra

nsf

orm

ers (1

120:1

120) to

RD

SO

Spec

. N

o. IR

S T

C. 22/7

6 in four sh

elves

with 4

Nos. o

f 'U

' lin

k p

anel

s fu

lly e

quip

ped

with p

lugs an

d w

ired

with p

rote

ctiv

e dev

ices

LD

s an

d p

oly

sw

itch

es R

X 0

10. To b

e pro

cure

d

from

RD

SO

appro

ved

firm

s.

Nos

1

1

1

3

18113

Eig

hte

en

thousa

nd o

ne

hundre

d a

nd

thirte

en

54339

Consi

gn

ee

73

Four W

ire

DTM

F w

ay sta

tion e

quip

men

t to

RD

SO

spec

. N

o. TC-6

0/9

3 (or la

test) w

ith

tele

phone

to R

DSO

spec

. N

o.T

C-3

8/9

7 (or

late

st) - si

milar

to T

um

mal

a m

ake.

To b

e

pro

cure

d fro

m R

DSO

appro

ved

firm

s,

consistin

g o

f 12V

, 7 A

H rec

har

gea

ble

bat

tery

and suitab

le flo

at c

har

ger

of 1 A

cap

acity

Sim

ilar

to T

um

mal

a m

ake.

.

Nos.

2

2

2

6

2805

Tw

o thousa

nd

eight hundre

d

and fiv

e

16830

Consi

gn

ee

74

Supply

of

Pow

er su

pply

unit 2 A

mps

as per

Spec

. N

o. IR

S. TC.7

2/9

7 w

ith A

men

dm

ent 1 o

r

late

st w

ith 1

2 v

olts / 7 A

H M

F b

atte

ry

2

2

2

6

2250

Tw

o thousa

nd

two h

undre

d

and fifty

13500

RD

SO

75

Supply

of Ele

ctric

Key

Tra

nsm

itte

rs sin

gle

com

ple

te to d

rg.n

o.S

A.2

2601/M

& IRS S

.21/6

4

to w

ard n

o. sp

ecifie

d b

y e

ngin

eer in

char

ge.

Nos.

3

3

3

9

4327

Four th

ousa

nd

thre

e hundre

d

and tw

enty

seven

38943

RD

SO

76

Supply

of

portab

le tru

e RM

S m

ulti m

eter

with

AC + D

C m

easu

rem

ents

RIS

H 18S-IR m

odel

with 4 3/4

dig

its

displa

y au

tom

atic

te

rmin

al

blo

ckin

g s

yst

em a

uto

pow

er o

ff a

uto

mat

ic d

ate

No.

1

1

1

3

12000

Tw

elve

thousa

nd

36000

Consi

gn

ee

Page 25: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 25 o

f 118

hold

true

RM

S

should

hav

e th

e fo

llow

ing

spec

ific

atio

ns.

A

C a

nd D

C v

oltag

e: U

p to 1

000 v

olts

A

C a

nd D

C c

urren

t: U

p to 1

0 A

mps

In

put im

ped

ance

: 1

0m

ohm

s (a

ppro

x.)

Res

ista

nce

: 30m

ohm

s (w

ith lea

d res

ista

nce

)

Fre

quen

cy: 1

00 k

Hz

ca

pac

itan

ce: 1

0000 m

icro

far

ad

M

easu

rem

ent ex

it c

ounting sto

p w

atch

fac

ility.

A

C+D

C m

easu

rem

ents

hig

h a

ccura

cy 1

sec

ond

resp

onse

/tim

e off b

eeper

, over

load

war

nin

g/low

voltag

e bat

tery

indic

ator, c

ontinuity tes

t fa

cility

with so

und si

gnal

ca

pab

le of

read

w

ith th

e

follow

ing spar

es.

Tes

t pro

be

set

instal

led d

ry b

atte

ries

- 2

Nos.

A1.5

v a

lkal

ine

bat

teries

instal

led fuse

5A

, 100V

RM

S c

opy o

f fo

r use

d m

anual

in E

nglish

, te

st

with nea

t ru

bber

holste

r w

ith tilt stan

d an

d

carrie

r stra

p, w

arra

nty

car

d, 1 set

of ex

tra

fuse

s.

77

Supply

of W

ire

rope

stee

l gal

van

ized

6/1

9, 27

SW

G for double

wire

Sig

nal

ing to S

pec

ific

atio

n

No.IRS.S

.11-6

2, am

endm

ent 2 o

r la

test

.

Pro

cure

d fro

m a

ppro

ved

firm

.

Kg.

233

233

233

699

67

Six

ty seven

46833

RIT

ES

78

Supply

of so

lar pan

el syst

em e

ach set

consistin

g

of

No.

1

1

1

3

905000

Nin

e la

khs

five

thousa

nd

2715000

RD

SO

a)

Sola

r m

odule

s -

12V

80W

p as

per

RD

SO

spec

ific

atio

n IRS S

84/9

2 a

men

d 2

or la

test - 5

4

nos.

Page 26: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 26 o

f 118

b). S

ola

r ch

arge

controller

- 1

10V

, 40 a

mp-

2

no’s

to R

DSO

/SPN

/187/2

004 o

r la

test

suitab

le

for

LM

LA

bat

teries

wal

l m

ounta

ble

. Should

be

supplied

w

ith sp

ares

as

m

entioned

in t

he

IRS

spec

ific

atio

n 1

87/2

004 o

r la

test.

c)

. so

lar

module

m

ounting st

ruct

ure

s as

per

dra

win

g to fix

54 n

o’s

of m

odule

s. S

truct

ure

s to

be

pow

der

co

ated

w

ith fa

cility

to

ch

ange

the

angle

of in

clin

atio

n.

d). A

rray

junct

ion b

ox - 1 n

o

e)

. Copper

cab

le-2

cX2.5

sq.m

m-

150m

tr,2

cX10sq

.mm

-60m

tr,1

cX25sq

.mm

-50

mtrs.

f)

Super

ear

thin

g k

it - 1

nos

g) Inst

alla

tion k

it - 1

no.

N

ote

: A

ll nuts

an

d bolts

to be

gal

van

ized

.

Should

be

supplied

with req

uired

man

ual

s.

79

Supply

of

bas

ic E

arth

kit -

1 s

et,

consistin

g o

f

the

follow

ing :

set

20

20

20

60

7575

Sev

en

thousa

nd fiv

e

hundre

d a

nd

seventy

fiv

e

454500

Consi

gn

ee

(a

) Ear

th E

lect

rodes

of Copper

cla

d N

ickel

Ste

el

allo

y o

f 6 fee

t lo

ng , 3

/4 inch

dia

and c

opper

clad

thic

knes

s sh

all be

min

imum

10 m

il-2

Nos

(b

) Thre

ad les

s co

mpre

ssed

type

couple

r of

Copper

cla

d N

ickel

Ste

el a

lloy w

ith c

opper

cla

d

thic

knes

s of m

inim

um

10 m

il--1 N

o.

( c

) RD

SO

appro

ved

Ear

th e

nhan

cing

com

pound in 1

0 K

g p

ack --2

Nos.

( d ) C

opper

tap

e of 25m

mX

6m

mX

150m

m w

ith

99.9

% p

urity

--2

Nos. to ter

min

ate

on e

arth

elec

trode

and a

noth

er o

f 25m

m x

6m

m x

300m

m.

Page 27: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 27 o

f 118

80

Supply

of in

sula

ted C

adm

ium

Bro

nze

cab

le o

f

3/1

6'' to

RD

SO

spec

.RD

SO

/SPN

/178/2

003 w

ith

late

st a

men

dm

ent to

connec

t m

aste

r ea

rth

elec

trode

in p

air of re

dundan

cy.

Mts.

300

300

300

900

195

One

hundre

d

and n

inet

y

five

175500

Consi

gn

ee

81

Supply

of D

.W. Pulley

SA

7396, 1 p

air

consistin

g tw

o p

ulley

s

No.

40

40

0

80

127

One

hundre

d

and tw

enty

seven

10160

Consi

gn

ee

82

Supply

of D

.W. Pully supportin

g b

rack

et, 2 w

ay

No.

40

40

0

80

121

One

hundre

d

and tw

enty

one

9680

Consi

gn

ee

83

Supply

of D

.W. Pulley

sta

ke

to R

DSO

Drg

.

no.S

. 3065 o

r la

test.

No.

40

40

0

80

69

Six

ty n

ine

5520

Consi

gn

ee

84

Supply

of D

iver

sion W

hee

l, D

.W., 1

pai

r to

RD

SO

Drg

. no.S

A. 6105 H

orizo

nta

l o

r la

test.

No.

32

32

0

64

153

One

hundre

d

and fifty

thre

e

9792

Consi

gn

ee

85

Supply

of V

ertica

l w

hee

l SW

to R

DSO

Drg

.

No. SA

.3008 o

r la

test

No.

16

16

0

32

153

One

hundre

d

and fifty

thre

e

4896

Consi

gn

ee

86

Supply

of D

W w

ire

adju

stin

g scr

ew long, 12m

m

dia

.

No.

24

24

0

48

48

Forty e

ight

2304

Consi

gn

ee

87

Supply

of 4 w

ay c

ircu

it c

ontroller

N

o.

1

1

0

2

3000

Thre

e

thousa

nd

6000

Consi

gn

ee

88

Supply

of A

– B

ases

N

o.

12

12

0

24

1528

One

thousa

nd

five

hundre

d

and tw

enty

eight

36672

Consi

gn

ee

89

Supply

of G

round lever

fra

me sin

gle

lever

N

o.

1

1

0

2

5044

Fiv

e th

ousa

nd

forty four

10088

Consi

gn

ee

90

Supply

of so

lid join

ts

No.

10

10

0

20

485

Four hundre

d

and e

ighty

five

9700

Consi

gn

ee

91

Supply

of ad

justab

le c

ranks

No.

3

3

0

6

2450

Tw

o thousa

nd

four hundre

d

and fifty

14700

Consi

gn

ee

92

Supply

of B

ottom

Roller

N

o.

20

20

0

40

100

Hundre

d

4000

Consi

gn

ee

93

Supply

of Pin

for Top R

oller

N

o.

20

20

0

40

28

Tw

enty

eig

ht

1120

Consi

gn

Page 28: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 28 o

f 118

ee

94

Supply

of Roller

Sta

nd

No.

20

20

0

40

160

One

hundre

d

and six

ty

6400

Consi

gn

ee

95

Supply

of trestle

s 2 W

ay

No.

20

20

0

40

465

Four hundre

d

and six

ty fiv

e

18600

Consi

gn

ee

96

Supply

of Top roller

N

o.

20

20

0

40

55

Fifty

fiv

e 2200

Consi

gn

ee

97

Supply

of B

oom

lock

ing a

rran

gem

ent

set

1

1

0

2

45000

Forty

five

thousa

nd

90000

Consi

gn

ee

98

Supply

and inst

alla

tion o

f H

P L

ASER Jet

3055 a

ll in

one

print fa

x sca

n c

opy u

pto

15ppm

mem

ory

32m

b

reso

lution 6

00dpi fo

r re

port g

ener

atio

n, printing a

nd

tran

smitting.

Nos

1

1

0

2

22400

Tw

enty

tw

o

thousa

nd fo

ur

hundre

d

44800

Consi

gn

ee

100

Printe

r 80 c

olu

mn D

OT m

atrix

24 p

in 3

00 c

ps

equiv

alent to

TV

S -E B

MP 2

40

Nos

1

1

1

3

9606

Nin

e th

ousa

nd

Six

hundre

d

and six

28818

Consi

gn

ee

101

supply

of C

hai

r re

volv

ing w

ith a

rms-

Godra

j/Zuri for

system

oper

ator.

Nos

1

1

1

3

1164

One

thousa

nd

one

hundre

d

and six

ty four

3492

Consi

gn

ee

102

Inver

ter 1.5

KV

A input 110V

DC o

utp

ut

230V

AC a

s per

Spec

n.N

o.R

DSO

/SPN

/165/2

004

with a

men

dm

ent5

or la

test. Both

the

inver

ter

should

be

mounte

d o

n a

sin

gle

rac

k a

s per

the

dra

win

g supplied

by rai

lway

s. B

oth

the

inver

ters

should

work

in h

ot stan

dby m

ode.

They

should

hav

e a

faci

lity

to c

han

ge

over

auto

mat

ical

ly to

Loca

l/A

T supply

in c

ase

both

the

inver

ters

fai

ls

Nos

2

2

2

6

42000

Forty tw

o

thousa

nd

252000

Consi

gn

ee

103

Fro

nt en

d p

roce

ssor as

per

Spec

n.N

o.IRS.S

.99/2

006

with c

har

ger

of 12 v

olts,4 a

mps an

d b

atte

ry o

f 12

volts 40 A

h sea

led m

ainte

nance

free

as per

Spec

n.N

o.IRS.S

.93/9

6A

for net

work

ing o

f D

ata

Logger

s.

Nos

1

0

0

1

54000

Fifty

four

thousa

nd

54000

RD

SO

Page 29: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 29 o

f 118

104

Supply

of 15U

rac

k w

all m

ount ra

ck o

f V

ERO

Pre

siden

t m

ake

or si

milar

with c

ooling fan

pow

er m

anag

er w

ith 5

sock

et o

ne

equip

men

t try

earth c

onta

ct k

it a

s per

instru

ctio

ns of su

per

visor

in c

har

ge

Nos

1

1

1

3

6240

Six

thousa

nd

two h

undre

d

and forty

18720

Consi

gn

ee

TOTAL FOR SCHDULE 'A'

14099097

Page 30: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 30 o

f 118

Schedule-B - (Labour Portion)

NS.

No

Description

Unit

POTLA

PADU

SATYAVALL

I NUDURPADU

Total QTY

Rate

in

figures

Rate In words

Amount

1

Fin

al loca

tion surv

ey o

f ca

ble

route

and

final

pre

par

atio

n o

f ca

ble

route

pla

n a

s

per

tec

hnic

al spec

ific

atio

n.

RK

M

5

5

5

15

850

Eig

ht hundre

d

and fifty

12750

2

Exca

vat

ion o

f tren

ch to a

dep

th o

f

1000m

m a

nd w

idth

of 300m

m a

t bottom

in a

ll types

of so

il(N

orm

al soil/soft

soil/san

dy soil) ex

cept in

bridges

, le

vel

cross

ings, tra

ck c

ross

ings, c

oil p

its,

Rock

y soil/rock

incl

udin

g m

arkin

g o

f

cable

alignm

ent, c

lear

ing o

f ju

ngle

,

bush

ses, trial

pits if req

uired

, re

fillin

g

with e

xca

vat

ed soil, ra

mm

ing a

nd

conso

lidat

ion a

fter

lay

ing o

f ca

ble

s

com

ple

te to the

furn

ished

ite

m o

f w

ork

as d

irec

ted b

y super

visor in

char

ge.

RM

T

5500

5500

5500

16500

29.9

4

twenty

nin

e and

pai

se n

inet

y four

494010

3

Tre

nch

ing in a

ll sorts of so

il a

s in

dic

ated

bel

ow

after

cuttin

g b

ush

es o

n the

mar

ked

route

, by rem

ovin

g roots o

f

veg

etat

ion, re

fillin

g a

nd ram

min

g o

f

earth a

fter

lay

ing c

able

a)

In h

ard / m

orr

um

/ rock

y soil

KM

0.5

0.5

0.5

1.5

47000

Forty seven

thousa

nd

70500

4

Dig

gin

g o

f ca

ble

tre

nch

to a

dep

th o

f not

less

than

30 c

ms in

rock

y ter

rain

,

Concr

etin

g the

tren

ch w

ith 1

50m

m thic

k

concr

ete

in the

ratio 1

:2:4

.and b

ack

RM

T

500

500

500

1500

108

One

hundre

d

and e

ight

162000

Page 31: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 31 o

f 118

fillin

g w

ith e

xca

vat

ed soil. (C

emen

t,

sand &

met

al a

re to b

e su

pplied

by the

contrac

tor).

5

Supply

and p

laci

ng o

f one

row

of fu

lly

burn

t co

untry b

rick

s (B

Cla

ss o

f si

ze

220m

m X

100m

m X

60m

m a

ppro

x.)

horizo

nta

lly b

read

th w

ise

above

the

cable

s in

0.3

m w

idth

tre

nch

. Siz

e of

brick

can

var

y subje

ct to a

ppro

val

of site

offic

er. Pro

portio

nat

e pay

men

t bel

ow

the

sched

ule

siz

e)

Mtrs.

2500

2500

2500

7500

42.4

0

forty tw

o a

nd

pai

se forty

318000

6

Exca

vat

ion o

f co

il p

it u

p to a

dep

th o

f 1

Mtr. X

1m

trX

1.5

Mtr. For pro

vid

ing c

oil

at loca

tion b

ox, poin

t, sig

nal

s et

c., T

his

incl

udes

bac

k filling a

nd ram

min

g o

f

tren

ch / p

it a

fter

lay

ing the

cable

and

conso

lidat

ion o

f so

il.

No.

20

20

20

60

124

One

hundre

d

and tw

enty

four

7440

7

Supply

and filling san

d in the

tren

ch a

s

per

the

tech

nic

al spec

ific

atio

ns

RM

T

5000

5000

5000

15000

17

Sev

ente

en

255000

8

Supply

& L

ayin

g o

f G

.I P

ipes

50m

m

dia

. m

ediu

m q

ual

ity to spec

ific

atio

n

IS.1

239 (par

t-I) 1

990 a

nd g

alvan

ised

to

spec

ific

atio

n IS.4

736-1

986 O

n b

ridges

,

culv

erts, tren

ch w

ith c

han

nel

ram

ps on

eith

er e

nd o

f th

e cu

lver

t/bridges

.

Cla

mpin

g a

rran

gem

ent w

ith M

S

bra

cket

s fo

r fixin

g o

f G

I pip

es o

n

bridges

/culv

erts, sm

all hole

s of 5m

m a

re

to b

e drilled

on the

pip

e bef

ore

lay

ing o

f

the

pip

es. G

i pip

es should

hav

e

suffic

ient co

uple

rs

RM

T

100

100

100

300

212

Tw

o h

undre

d

and tw

elv

e

63600

Page 32: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 32 o

f 118

9

Supply

& L

ayin

g o

f G

.I P

ipes

100m

m

dia

. m

ediu

m q

ual

ity to spec

ific

atio

n IS

1239 (Par

t-I) 1

990 a

nd g

alvan

ized

to

spec

ific

atio

n IS 4

736-1

986 O

n b

ridges

,

culv

erts, tren

ch w

ith c

han

nel

ram

ps on

eith

er e

nd o

f th

e cu

lver

t/bridges

.

Cla

mpin

g a

rran

gem

ent w

ith M

S

bra

cket

s fo

r fixin

g o

f G

I pip

es o

n

bridges

/culv

erts, sm

all hole

s of 5m

m a

re

to b

e drilled

on the

pip

e bef

ore

lay

ing o

f

the

pip

es. G

I pip

es should

hav

e

suffic

ient co

uple

rs

RM

T

100

100

100

300

312

Thre

e hundre

d

and tw

elv

e

93600

10

Supply

an

d lay

ing o

f D

WC p

ipe

mad

e

of poly

then

e of size

103.5

mm

inner

dia

and 1

20m

m o

ute

r dia

in 6

mtrs le

ngth

as

per

IS

14930 P

art –II a

long w

ith 1

couple

r per

pip

e a

s per

spec

ific

atio

n IP

67 g

rade

for ev

ery 6

mtrs.

Mtrs.

250

250

250

750

196

One

hundre

d

and n

inet

y six

147000

11

Bre

akin

g o

f m

etal

/ ta

r

road

/concr

ete/

pla

tform

s an

d e

xca

vat

ing

duct

of 3

00m

m w

ide

and 3

00m

m d

epth

and lay

ing o

f ca

ble

s/G

I Pip

es for

dra

win

g c

able

s an

d c

losi

ng ram

min

g a

nd

level

ing a

nd res

toring to o

rigin

al

position. G

I pip

e w

ill be

supplied

by

railw

ays

RM

T

20

20

20

60

120

One

hundre

d

and tw

enty

7200

12

Lay

ing d

iffe

rent ty

pes

of ca

ble

s in

the

tren

ch..

RM

T

30000

30000

30000

90000

4

Four

360000

Page 33: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 33 o

f 118

Tra

nsp

ortat

ion a

nd supply

and

instal

lation o

f Concr

ete(

RCC) Cab

le

route

indic

ators

at an

inte

rval

s of

100m

eter

s (a

ppro

x)a

s per

tec

hnic

al

spec

ific

atio

n. They

should

be

of

stan

dar

d R

CC w

ith let

ters

"SCR S

&T

cable

" as

per

type

of ca

ble

lai

d. The

mar

ker

s sh

all be

as p

er R

DSO

drg

No

No

80

80

80

240

200

Tw

o h

undre

d

48000

13

Concr

etin

g o

f fo

undat

ion,e

rection o

f

loca

tion b

oxes

.

a)

Exca

vat

ion of

a pit an

d co

ncr

etin

g

foundat

ion f

or

Full l

oca

tion b

ox a

s per

tech

nic

al sp

ecific

atio

n (A

ll m

ater

ials

shal

l be

supplied

by

the

contrac

tor

incl

udin

g c

emen

t &

anch

or bolts)

No.

14

14

14

42

1649

One

thousa

nd

six h

undre

d a

nd

forty n

ine

69258

b)E

rect

ion o

f Full loca

tion b

ox o

ver

the

foundat

ion a

lrea

dy c

ast, p

lum

bin

g fix

ing

E

type

lock

s as

per

te

chnic

al

spec

ific

atio

n

No.

14

14

14

42

518

Fiv

e hundre

d

and e

ighte

en

21756

c)

Exca

vat

ion of

a pit an

d co

ncr

etin

g

foundat

ion of

Hal

f &

Q

uar

ter

loca

tion

box a

s per

te

chnic

al s

pec

ific

atio

n

(All

mat

eria

ls

shal

l be

supplied

by

the

contrac

tor

incl

udin

g ce

men

t &

an

chor

bolts)

No.

18

18

18

54

967

Nin

e hundre

d

and six

ty sev

en

52218

d)E

rect

ion o

f H

alf lo

cation b

ox o

ver

the

foundat

ion a

lrea

dy c

ast, p

lum

bin

g fix

ing

E

type

lock

s as

per

te

chnic

al

spec

ific

atio

n

(Cost

of

pai

nting

is

separ

atel

y g

iven

)

No.

13

13

13

39

423

Four hundre

d

and tw

enty

thre

e

16497

Page 34: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 34 o

f 118

e)

Ere

ctio

n o

f Q

uar

ter lo

cation b

ox o

ver

the

foundat

ion al

read

y ca

st,

plu

mbin

g

fixin

g 'E

' ty

pe

lock

s as

per

te

chnic

al

spec

ific

atio

n

(Cost

of

pai

nting

is

separ

atel

y g

iven

)

No.

5

5

5

15

132

One

hundre

d

and thirty

tw

o

1980

N

ote

: fo

r th

e ab

ove

erec

tion o

f lo

cation

boxes

, f

oundat

ion b

olts, c

emen

t, m

etal

stone,

fin

e sa

nd r

equired

for

concr

ete

,

MS b

rack

ets

required

for

fixin

g E

type

lock

s , bolts

and n

uts

are

to b

e ar

ranged

by th

e co

ntrac

tor. O

nly

lo

cation boxes

and E

type

lock

s w

ill be

supplied

by the

Rai

lway

s.

14

Supply

and p

ainting the

S&

T g

adget

s

with sta

ndar

d q

ual

ity o

f diffe

rent co

lours

of en

amel

pai

nts

at var

ious lo

cations

viz

., loca

tion b

oxes

, poin

t m

achin

e,

TLD

s, g

round c

onnec

tions et

c., as

per

the

instru

ctio

ns of JE

/SE/S

SE in-c

har

ge

of site

.(A

sian

/Johnso

n &

nic

kls

on/B

erger

pai

nts o

nly

to b

e use

d)

Sq.M

300

300

300

900

78

Sev

enty

eig

ht

70200

15

Tes

t la

mp a

rran

gem

ent in

LBs as

per

instru

ctio

n o

f Engin

eer in

char

ge.

Per

loca

tion

15

15

15

45

102

One

hundre

d

and tw

o

4590

16

Supply

and fix

ing o

f te

ak w

ood rea

per

s

suitab

le for F

ull loca

tion B

ox w

ith 5

0

mm

wid

th x

20m

m thic

k a

nd len

gth

of

940m

m af

ter ap

ply

ing tw

o c

oat

s of

wood p

rim

er/p

olish

.

Per

reap

er

80

80

80

240

110

One

hundre

d

and ten

26400

17

Supply

and f

ixin

g o

f te

ak w

ood r

eaper

s

suitab

le fo

r H

alf

Box 50m

m w

idth

x

20m

m thic

k a

nd len

gth

of

470m

m a

fter

apply

ing

two

coat

s of

wood

prim

er/p

olish

.

Per

reap

er

50

50

50

150

71

Sev

enty

one

10650

Page 35: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 35 o

f 118

18

Supply

and f

ixin

g o

f te

ak w

ood r

eaper

s

suitab

le fo

r Full Box 75m

m w

idth

x

20m

m thic

k a

nd len

gth

of

940m

m a

fter

apply

ing tw

o c

oat

s of w

ood p

rim

er.

Per

reap

er

50

50

50

150

133

One

hundre

d

and thirty

thre

e

19950

19

Supply

and f

ixin

g o

f te

ak w

ood r

eaper

s

suitab

le fo

r hal

f Box 75m

m w

idth

x

20m

m thic

k a

nd len

gth

of

470m

m a

fter

apply

ing tw

o c

oat

s of w

ood p

rim

er.

Per

reap

er

20

20

20

60

83

Eig

hty

thre

e 4980

20

Supply

an

d fixin

g of

20m

m th

ick te

ak

wood p

lanks

for

Kee

pin

g E

quip

men

t in

the

Full B

ox

after

apply

ing tw

o c

oat

s

of w

ood p

rim

er. The

appro

xim

ate

size

of

the

pla

nk is 940m

mx20m

mx300m

m

Per

Pla

nk

28

28

28

84

410

Four hundre

d

and ten

34440

21

Supply

and f

ixin

g o

f te

ak w

ood r

eaper

s

of size

50m

m x

50m

m x

940m

m in Full

Box

afte

r ap

ply

ing t

wo c

oat

s of

wood

prim

er &

cla

mpin

g the

Cab

les.

Per

reap

er

14

14

14

42

179

One

hundre

d

and sev

enty

nin

e 7518

22

Supply

and f

ixin

g o

f te

ak w

ood r

eaper

s

of

size

50m

m x

50m

m x

470m

m in H

alf

Box

afte

r ap

ply

ing t

wo c

oat

s of

wood

prim

er &

cla

mpin

g the

Cab

les.

Per

reap

er

13

13

13

39

106

One

hundre

d

and six

4134

23

Supply

and fix

ing o

f H

.Wood p

lanks of

40m

m thic

k a

nd n

ot le

ss than

200 m

m

wid

th o

r as

direc

ted b

y e

ngin

eer

inch

arge

with sm

ooth

surf

ace,

pai

nting

(Har

dw

ood, pai

nts, fixin

g b

olts ar

e to

be

arra

nged

by c

ontrac

tor).

Cu. M

tr

0.3

0.3

0.3

0.9

15000

Fifte

en thousa

nd

13500

24

Supply

and f

ixin

g o

f H

ard w

ood p

lanks

suitab

le f

or

Hal

f lo

cation B

ox o

f si

ze

40m

m

x

450m

m

x

470m

m

appro

xim

atel

y a

fter

apply

ing t

wo c

oat

s

of bla

ck e

nam

el p

aint.

Per

Pla

nk

10

10

10

30

310

Thre

e hundre

d

and ten

9300

Page 36: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 36 o

f 118

25

Cab

le

term

inat

ion

incl

udin

g

fixin

g

term

inal

s, fu

ses, LD

s et

c,.

Meg

ger

ing

the

cable

s an

d rec

ord

ing the

read

ings.

Per

Conduct

or

8000

8000

8000

24000

6

Six

144000

26

Num

ber

ing loca

tion b

ox a

s per

sta

ndar

d

pra

ctic

e an

d

writing

all

term

inat

ion

par

ticu

lars

insi

de

the

loca

tion b

ox a

s per

det

ails. T

his

incl

udes

all m

ain a

nd t

ail

cable

par

ticu

lars

, w

riting

of

cable

num

ber

ing

of

cable

s,

polish

ing

teak

wood b

oar

ds

in t

wo c

oat

s an

d p

ainting

har

d w

ood s

hel

ves

in tw

o c

oat

s of bla

ck

enam

el.

No.

32

32

32

96

250

Tw

o h

undre

d

and fifty

24000

27

Fix

ing re

lay bas

es,

wirin

g in

lo

cation

boxes

, bunch

ing, fixin

g o

f re

lays

as p

er

circ

uit d

iagra

m. T

his

incl

udes

fix

ing o

f

conden

sers

, re

sistan

ce,

6 w

ay /

1 w

ay

term

inal

s/ W

AG

O, N

D type

fuse

s, L

ED

indic

ators

fo

r fu

ses

as per

ty

pe

fuse

s,

LED

indic

ators

for fu

ses.

Per

rela

y

10

10

10

30

125

One

hundre

d

and tw

enty

fiv

e

3750

28

Ear

thin

g a

nd sold

erin

g o

f ca

ble

arm

or

Per

cable

300

300

300

900

19

Nin

etee

n

17100

29

Inst

alla

tion o

f unit e

arth

consi

stin

g o

f

set

20

20

20

60

6230

Six

thousa

nd

two h

undre

d a

nd

thirty

373800

a)

D

iggin

g th

e ea

rth to

th

e re

quired

dep

th.

b) In

sertio

n o

f 2 N

os. e

lect

rodes

.

c)

Join

ing e

lect

rodes

using c

ouple

r.

d)

Filling

of

Ear

th

Enhan

cing

com

pound.

Page 37: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 37 o

f 118

e)

Pro

visio

n

of

Exoth

erm

ic

wel

d

connec

tion o

n c

opper

tap

e of 25m

m x

6

mm

x 150m

m to

th

e ea

rth el

ectrode

(wel

d m

ater

ial to

ols

& f

ixtu

res

required

for

the

wel

d to

jo

ints

ar

ranged

by th

e

contrac

tor) -1N

o.

f)

pro

vis

ion

of

Exoth

erm

ic

wel

d

connec

tions,

one

to

connec

t th

e

cadm

ium

bro

nze

cab

le to the

copper

tap

e

wel

ded

to

th

e ea

rth

elec

trode

and

anoth

er to

th

e co

pper

ta

pe

to be

fixed

inside

the

equip

men

t/re

lay

rack

appar

atus

room

(f

ixtu

res

for

mounting

the

copper

ta

pe

inside

the

rela

y ro

om

,

wel

d m

ater

ials

and t

ools

& f

ixtu

res

for

the

wel

d

shal

l be

arra

nged

by

the

contrac

tor).

g)

Ele

ctro

de

term

inat

ion in

a

concr

ete

sink a

nd r

outing t

he

cadm

ium

cab

le t

o

bus

bar

in

eq

uip

men

t ro

om

. A

fter

com

ple

tion

of

the

work

th

e ea

rth

resistan

ce

shal

l be

mea

sure

d

and

reco

rded

.

Sig

nal

rel

ated

ite

ms.

30

a) Exca

vat

ion of

a pit an

d co

ncr

etin

g

foundat

ion for 2/3

/4 a

spec

ts C

LS s

ignal

s

as

per

te

chnic

al

Spec

ific

atio

n

(A

ll

mat

eria

ls

shal

l be

supplied

by

the

contrac

tor

incl

udin

g ce

men

t &

an

chor

bolts)

Page 38: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 38 o

f 118

b)'Ere

ctio

n of

CLS U

nit w

ith LED

lit

aspec

t ( 2 / 3

/ 4

), Curr

ent re

gula

tor (o

r

fixin

g h

old

ers

and b

ulb

s) w

irin

g, te

stin

g

&

com

mis

sionin

g

as

per

det

aile

d

tech

nic

al spec

ific

atio

n.

No

10

10

10

30

3605

Thre

e th

ousa

nd

six h

undre

d a

nd

five

108150

N

ote

: Sig

nal

posts,

ladder

s,

ladder

foundat

ions,

surfac

e bas

e w

ill

be

supplied

by Rai

lway

s. Contrac

tor

has

to a

rran

ge

all fo

undat

ion bolts, c

emen

t,

Met

al

stone,

fine

sand

required

to

carryout th

e ab

ove

work

.

No.

10

10

10

30

864

Eig

ht hundre

d

and six

ty four

25920

c)

Ere

ctio

n,

fixin

g

of

LED

si

gnal

s,

wirin

g,

testin

g an

d co

mm

issi

onin

g of

shunt

signal

post

type

/gro

und

type/

Cal

ling o

n s

ignal

as

giv

en i

n t

echnic

al

spec

ific

atio

n

d)E

rect

ion,

fixin

g

of

LED

si

gnal

s,

wirin

g,

pai

nting,

testin

g

&

com

mis

sionin

g of

Junct

ion/S

tenci

l ty

pe

route

in

dic

ator

as

giv

en

in

tech

nic

al

spec

ific

atio

n

No.

5

5

5

15

216

Tw

o h

undre

d

and six

teen

3240

e)

Concr

etin

g

foundat

ion

for

shunt

signal

indep

enden

t ty

pe

as p

er tec

hnic

al

spec

ific

atio

n.

No.

10

10

10

30

276

Tw

o h

undre

d

and sev

enty

six

8280

N

ote

:

contrac

tor

has

to

ar

range

all

foundat

ion bolts, ce

men

t, m

etal

stone,

fine

sand req

uired

to c

arry

out th

e ab

ove

work

.

No.

3

3

3

9

1097

One

thousa

nd

nin

ety

sev

en

9873

31

Supply

, pai

nting a

nd fix

ing o

f m

arker

s

of G

/P/C

, N

um

ber

pla

tes on the

signal

posts w

ith c

lam

ps, b

olts &

nuts

as

required

Eac

h

4

4

4

12

250

Tw

o h

undre

d

and fifty

3000

Page 39: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 39 o

f 118

32

Supply

and f

ixin

g o

f w

ire

mes

h f

or

the

follow

ing

signal

s,

duly

pai

nte

d

with

bla

ck e

nam

el in tw

o c

oat

s.

(a

)Colo

ur Lig

ht Sig

nal

s ea

ch

No

26

26

26

78

63

Six

ty thre

e 4914

(b

)Route

Indic

ator Ju

nct

ion type

on e

ach

No

10

10

10

30

45

Forty fiv

e 1350

(c

)Cal

ling o

n sig

nal

N

o

2

2

2

6

45

Forty fiv

e 270

(d

)Box type

mes

h for gro

und type

shunt

signal

No

3

3

3

9

450

Four hundre

d

and fifty

4050

33

Stren

gth

enin

g o

f fo

undat

ions of si

gnal

s,

Full/H

alf lo

cation b

oxes

, b

y c

arry

ing

out th

e ea

rth w

ork

(fro

m the

bottom

of

the

foundat

ion) 3m

eter

sX3m

eter

s ar

ound

the

foundat

ion, ra

mm

ing o

f th

e ea

rth,

caring out m

asonry

work

fro

m b

ottom

of ea

rth w

ork

usi

ng c

ountry sto

nes

and

cem

ent m

asonry

to p

reven

t th

e ea

rth

from

slippin

g d

ow

n the

ban

k.

Appro

xim

ate

earth w

ork

2.5

Cu.m

eter

s.

plu

mbin

g o

f si

gnal

s an

d loca

tion b

oxes

shal

l al

so b

e ca

rrie

d o

ut if req

uired

No.

40

40

40

120

2500

Tw

o thousa

nd

five

hundre

d

300000

Poin

t m

achin

e re

late

d ite

ms

34

Fix

ing o

f poin

t m

achin

es o

n

PSC/W

ooden

sle

eper

s as

per

sta

ndar

d

dra

win

g. W

irin

g a

s per

circu

it incl

udes

fixin

g &

wirin

g o

f poin

t co

nta

ctor unit

fram

es a

nd c

ontrollin

g rel

ays . In

cludes

fixin

g o

f cr

ank h

andle

war

d p

late

. Fix

ing

and w

irin

g o

f poin

t TLJB

.

Nos

6

6

6

18

3825

Thre

e thousa

nd

eight hundre

d

and tw

enty

fiv

e

68850

Page 40: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 40 o

f 118

35

(a).W

irin

g o

f Tra

ck c

ircu

its fe

ed e

nd,

rela

y e

nd c

om

ple

te w

ith T

LD

s, b

atte

ries

,

char

ger

s, tra

ck rel

ays, d

ouble

lea

d w

ires

,

pro

vid

ing insu

lation e

tc,. c

onnec

ted w

ith

com

mis

sionin

g o

f trac

k c

ircu

it incl

udin

g

pro

vis

ion o

f bra

cket

for TLD

cover

s an

d

pai

nting. A

nti-tilting a

rran

gem

ent has

to

be

done

for trac

k rel

ays, ch

arger

s &

bat

teries

No.

16

16

16

48

890

Eig

ht hundre

d

and n

inet

y

42720

(b

) D

rillin

g o

f hole

s 7.2

mm

on w

eb o

f

the

rail , p

rovid

ing b

ond w

ires

with G

I

wire

rope.

(Bond p

ins single

gro

ve

hav

e

to b

e su

pplied

by c

ontrac

tor - W

ire

rope

for bondin

g is co

ver

ed u

nder

supply

portio

n ).

Per

Rai

l

Join

t

1000

1000

1000

3000

14

Fourtee

n

42000

36

Man

ufa

cture

, su

pply

and fix

ing o

f

Sig

hting B

oar

d (size

535m

m X

1800m

m) w

ith h

igher

inte

nsi

ty g

rade,

retro-ref

lect

ive

shee

t on 2

mm

Alu

min

ium

alloy shee

t 14 g

auge

(0.6

Sq.m

m / L

C ) a

s per

instru

ctio

ns of si

ght

in c

har

ge.

A

ll n

eces

sary

mat

eria

ls to b

e

arra

nged

by the

contrac

tor).

No

2

2

2

6

1900

One

thousa

nd

Nin

e hundre

d

11400

37

Supply

and fix

ing o

f CA

LLIN

G O

N

war

nin

g b

oar

ds, S

TO

P b

oar

ds et

c as

per

dra

win

g. W

ith h

igher

inte

nsi

ty g

rade

retro ref

lect

ive

shee

t w

ith p

lotter

cut

letter

s

No

2

2

2

6

400

Four hundre

d

2400

38

Ere

ctio

n an

d w

irin

g of

control

pan

el -

for

way

sta

tion w

ith s

uitab

le f

oundat

ion

as p

er instru

ctio

ns of Engin

eer in

char

ge.

No

1

1

1

3

5000

Fiv

e th

ousa

nd

15000

Page 41: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 41 o

f 118

39

Inst

alla

tion an

d w

irin

g of

token

/token

less

blo

ck

Inst

rum

ents

in A

SM

's r

oom

incl

udin

g fixin

g LD

's,

term

inal

s, fu

ses

&ea

rth c

onnec

tions. A

ll a

nci

llar

y w

ork

s

incl

uded

.

Per

Instru

-

men

t

2

2

2

6

2500

Tw

o thousa

nd

five

hundre

d

15000

40

Supply

& F

ixin

g o

f b

lock

tes

t pan

el o

f

teak

wood o

f 2

5m

m thic

knes

s ( 61 x

38

x 1

8 C

ms ) w

ith g

lass

door.

No.

1

1

1

3

2890

Tw

o thousa

nd

eight hundre

d

and n

inet

y

8670

41

Supply

and fix

ing o

f cr

ank h

andle

box,

wirin

g, te

stin

g a

s per

tec

hnic

al

spec

ific

atio

n..

No.

3

3

3

9

3500

Thre

e th

ousa

nd

five

hundre

d

31500

42

Man

ufa

cturing

and

fixin

g

of

gla

ss

fronte

d b

ox ( k

ey b

ox) m

ade

out of te

ak

wood o

f size

10 inch

es x

16 inch

es.

No

2

2

2

6

245

Tw

o h

undre

d

and forty fiv

e

1470

43

Fix

ing o

f ca

sing c

appin

g a

nd d

raw

ing o

f

required

w

ires

th

rough th

e sa

me

up to

funct

ions

like

control

tele

phone,

Dy.c

ontrol

tele

phone,

m

agnet

o phones

inside

SM

's o

ffic

e as

per

circu

it d

iagra

m.

This

in

cludes

su

pply

an

d

fixin

g

of

required

D

PD

T

and

rota

ry

switch

es,

PV

C pip

es an

d ben

ds

25m

m dia

w

ith

2m

m

wal

l th

icknes

s,

Lig

hte

nin

g

dis

char

ger

s an

d p

ainting o

f par

ticu

lars

.

LS

1

1

1

3

3211

Thre

e th

ousa

nd

two h

undre

d a

nd

elev

en

9633

44

Supply

& f

ixin

g o

f al

um

inum

lad

der

of

size

36X

36X

5m

of 200m

m w

idth

RM

T

40

40

40

120

357

Thre

e hundre

d

and fifty

seven

42840

Page 42: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 42 o

f 118

45

Inst

alla

tion,

wirin

g,

testin

g

and

com

mis

sionin

g of

Dat

a Logger

w

hic

h

incl

udes

th

e so

ftw

are

configura

tion

nee

ded

fo

r net

work

ing fo

r tran

sfer

ring

the

dat

a to

nom

inat

ed

loca

tion

for

monitoring a

s per

the

instru

ctio

ns

of th

e

site

in c

har

ge.

No.

1

1

1

3

30000

Thirty

thousa

nd

90000

46

Fab

rica

tion a

nd supply

of Pow

der

Coat

ed M

S rel

ay fra

mes

for fixin

g 'Q

'

style

rel

ays on rel

ay rac

k ( a

lrea

dy

supplied

by c

ontrac

tor )

Nos

70

70

70

210

140

One

hundre

d

and forty

29400

47

Fix

ing rel

ay b

ases

, w

irin

g incl

udin

g

erec

tion o

f re

lay rac

k suitab

ly c

oncr

etin

g

trip

od b

ase

usi

ng 'J

' bolts, bunch

ing,

fixin

g o

f re

lays as

per

circu

it d

iagra

m.

This

incl

udes

fix

ing o

f co

nden

sers

,

resistan

ces, 6

way

/ 1

way

ter

min

als, N

D

type

fuse

s, L

ED

indic

ators

for fu

ses as

per

ty

pe

fuse

s, L

ED

indic

ators

for fu

ses.

Per

rela

y

300

300

300

900

160

One

hundre

d

and six

ty

144000

48

Fix

ing o

f th

e fo

llow

ing o

n p

re-e

rect

ed rel

ay

rack

s.

a)

Fix

ing o

f ap

pro

xim

atel

y 2

00 n

os

of 6

way

/ 1 w

ay t

erm

inal

blo

ck h

orizo

nta

lly

on 6

mm

Hyla

m s

hee

ts w

hic

h in turn

to

be

fixed

to rac

k w

ith a

ll s

upports

as p

er

instru

ctio

ns

of SSE in c

har

ge.

M

ater

ials

such

as

bolts, n

uts

and s

upportin

g f

lats

to b

e su

pplied

by the

contrac

tor only

.

Set

2

2

2

6

500

Fiv

e hundre

d

3000

b)

Cuttin

g a

nd f

ixin

g o

f H

yla

m s

hee

t of

6 m

m/3

mm

th

icknes

s to

su

it t

o 1

w

ay

rela

y r

ack a

nd fix

ing the

follow

ing w

ith

contrac

tors

sc

rew

s, bolts

and nuts

an

d

fixin

g s

trip

s, c

onden

sers

and r

esista

nce

s

of var

ious val

ues

- 5

0 N

os.

LS

2

2

2

6

100

H

undre

d

600

Page 43: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 43 o

f 118

(c

) Fix

ing

of

non-d

eter

iora

ting

fuse

hold

ers w

ith L

ED

indic

atio

ns &

res

isto

rs

and neg

ativ

e te

rmin

al strips

on 6m

m.

hyla

m s

hee

t w

ith c

ontrac

tors

bolts, n

uts

and scr

ews.

No

120

120

120

360

5

Fiv

e 1800

49

Pre

par

atio

n o

f Conta

ct A

nal

ysi

s fo

r 'Q

'

style

rel

ays as

per

det

aile

d tec

hnic

al

spec

ific

atio

n

Nos

300

300

300

900

12.5

0

tw

elve

and

pai

se fifty

11250

50

Indoor

Pai

nting

as

per

te

chnic

al

spec

ific

atio

n

for

Cab

le

term

inat

ion,

fuse

s,

conden

ser

resistan

ces,

rela

y

nam

es

and

all

oth

er

rela

y

room

par

ticu

lars

.

LS

1

1

1

3

2700

Tw

o thousa

nd

seven h

undre

d

8100

Tra

sportat

ion

51

Tra

nsp

ortat

ion o

f m

ater

ials

fro

m an

y

Sto

res to S

ite

and v

ice-

ver

sa incl

udin

g

load

ing a

nd u

nlo

adin

g

PTPK

25000

30000

45000

100000

2.5

0

tw

o an

d p

aise

fifty

250000

52

Initia

l C

har

gin

g o

f Sec

ondar

y C

ells:-

a)

2 v

olts 40 A

H.

No.

30

30

30

90

150

One

hundre

d

and fifty

13500

c)

2 v

olts 200 A

H

No.

60

60

60

180

250

Tw

o h

undre

d

and fifty

45000

53

Supply

& F

ixin

g o

f D

igital

Voltm

eter

s

and A

mm

eter

s of M

ECO

mak

e, for

pow

er p

anel

and w

irin

g sam

e ca

refu

lly

as p

er p

ow

er d

istrib

ution d

iagra

m.

Nec

essa

ry shunts

and c

urren

t

tran

sform

ers ar

e to

be

pro

vid

ed for

DC/A

C a

mm

eter

s as

per

sta

ndar

d

pra

ctic

e. T

he

met

ers ar

e of th

e fo

llow

ing

types

and ran

ges

. The

auxilia

ry supply

Page 44: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 44 o

f 118

for th

e ab

ove

met

ers is

230V

and

24V

DC

Voltmeters

1) 0-1

50 V

DC (poin

t)

No.

1

1

1

3

1000

Thousa

nd

3000

2) 0-1

50V

AC (s

ignal

s)

No.

4

4

4

12

1000

Thousa

nd

12000

3) 0 - 5

0 V

DC (In

t, E

xt, A

C, Blo

ck &

Ind)

No.

4

4

4

12

1000

Thousa

nd

12000

4) 0 - 7

00V

(A

C g

ener

ator)

No.

4

4

4

12

1000

Thousa

nd

12000

Ammeters

1) 0 - 2

0 A

mps A

C (si

gnal

s)

No.

4

4

4

12

1000

Thousa

nd

12000

2) 0 - 3

0 A

mps (D

C p

oin

t)

No.

1

1

1

3

1000

Thousa

nd

3000

3) 0 - 2

0 A

mps D

C (In

t, E

xt, A

C, Blo

ck

& Ind)

No.

4

4

4

12

1000

Thousa

nd

12000

4) 0 - 3

0 A

mps A

C ( g

ener

ators

) N

o.

4

4

4

12

1000

Thousa

nd

12000

54

a) C

oncr

ete

Foundat

ion, Err

ection &

Wirin

g,

chan

geo

ver

arr

angem

ents

in G

ener

ator

room

, co

mm

issionin

g as

per

Tec

hnic

al

Spec

ific

atio

n, fo

r Instal

lation o

f tw

o

gen

erat

ors

.

LS

1

1

1

3

27900

Tw

enty

sev

en

thousa

nd n

ine

hundre

d

83700

b) Runnin

g c

har

ges

for D

G set

. Fuel

to

be

arra

nged

by c

ontrac

tor.

per

hour

300

300

300

900

40

Forty

36000

55

Inst

alla

tion o

f 2 w

ire

DTM

F S

elec

tive

Cal

ling T

elep

hone

with p

ow

er supply

.

No.

4

4

4

12

500

Fiv

e hundre

d

6000

Page 45: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 45 o

f 118

56

Arr

angin

g o

f su

ffic

ient staf

f by

contrac

tor an

d g

ivin

g tes

t to

the

railw

ay

in c

har

ge

in the

follow

ing sta

ges

as per

instru

ctio

ns of site

in c

har

ge

(a

) Sta

ge

-1 : tes

ting o

f w

ires

dra

wn

poin

t to

poin

t usi

ng b

uzz

er. (B

efore

and

afte

r so

lder

ing.)

per

shee

t

25

25

25

75

290

Tw

o h

undre

d

and n

inet

y

21750

(b

) Sta

ge

-II : M

akin

g a

sim

ula

tion tes

t

boar

d ply

wood 3m

m a

ppro

xim

atel

y

size

1.5

x1m

eter

. Pai

nte

d a

ccord

ing to

the

yar

d lay

out fix

ing 1

way

/2 w

ay

switch

es in its a

ppro

xim

ate

position for

trac

k c

ircu

it , p

oin

t se

ttin

g lam

p h

old

ers

and lam

ps. C

arry

ing o

ut te

stin

g u

sing

sim

ula

tion b

oar

d a

fter

ener

giz

ing o

f

inte

rnal

circu

it. Com

mis

sionin

g o

f

indoor an

d o

utd

oor eq

uip

men

t as

lai

d

dow

n in tec

hnic

al spec

ific

atio

n.

per

road

2

2

2

6

2455

Tw

o thousa

nd

four hundre

d

and fifty

fiv

e

14730

57

Man

ufa

cturing a

nd fix

ing o

f su

rvei

llan

ce

pan

el b

oar

d o

f si

ze 2

.0m

X 0

.55m

X

3m

m m

ade

of H

yla

m shee

t on a

lrea

dy

erec

ted rac

k d

uly

drillin

g h

ole

s an

d

fixin

g w

ith n

uts

and b

olts. (A

ll

mat

eria

ls to b

e su

pplied

by the

contrac

tor, e

xce

pt Rel

ay R

ack.)

No.

1

1

1

3

1270

One

thousa

nd

two h

undre

d a

nd

seventy

3810

58

Fix

ing o

f LED

s al

ong w

ith Jew

els,

Res

isto

rs, Sle

eves

duly

drillin

g h

ole

s

and sold

erin

g incl

udin

g d

raw

ing o

f

wires

, bunch

ing a

nd lac

ing. (A

ll

mat

eria

ls to b

e su

pplied

by the

contrac

tor).

No.

100

100

100

300

10.5

0

Rupee

s te

n an

d

pai

se fifty

3150

59

Supply

and fix

ing o

f 'A

HU

JA' m

ake

horn

type

loud spea

ker

15W

8 o

hm

s

imped

ance

Nos.

0

2

2

4

800

Eig

ht hundre

d

3200

Page 46: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 46 o

f 118

60

Supply

and fix

ing o

f Ele

ctro

nic

Hoote

r

unit 2

4/1

10 D

C o

f ap

pro

ved

des

ign/m

ake

able

to d

rive

2 N

os. o

f

Spea

ker

s of 8 o

hm

s 15W

Nos.

0

1

1

2

1500

One

thousa

nd

five

hundre

d

3000

61

Supply

and fix

ing o

f yel

low

ret

ro

reflec

tive

strips of 1" w

idth

eac

h o

n b

oth

sides

of th

e yel

low

pai

nte

d p

ortio

n for

both

the

liftin

g b

arrier

boom

s.

nos.

0

2

2

4

400

Four hundre

d

1600

62

Concr

etin

g foundat

ion for Ped

esta

l

liftin

g b

arrier

(el

ectric

al/m

echan

ical

) a

s

per

Tec

h. Spec

. N

o. 8.1

as per

Drg

. N

o.

SK

/SC/C

N/3

3/8

5 (al

l m

ater

ials v

iz.,

cem

ent, m

etal

sto

ne,

san

d a

nd

foundat

ion b

olts ar

e to

be

supplied

by

the

Contrac

tor).

No.

0

2

2

4

4130

Four th

ousa

nd

one

hundre

d a

nd

thirty

16520

63

Exca

vat

ion o

f a

pit a

nd c

oncr

etin

g

foundat

ion for 2 n

os. o

f liftin

g b

arrier

gat

e m

eeting p

osts, u

sing a

nch

or bolts of

size

20 X

450m

m a

s per

Tec

h. Spec

n.

(All m

ater

ials e

xce

pt ce

men

t to

be

arra

nged

by the

Contrac

tor).

Set

0

1

1

2

1250

One

thousa

nd

two h

undre

d a

nd

fifty

2500

64

Exca

vat

ion o

f pit a

nd c

asting foundat

ion

for one

lever

fra

me

with c

emen

t

concr

ete

in the

pro

portio

n o

f 1:2

:3 w

ith

appro

x, 40m

m g

raded

sto

ne

and riv

er

sand, usi

ng 4

Nos of 18/3

4 b

olts

Nos

0

1

1

2

2500

Tw

o thousa

nd

five

hundre

d

5000

65

Exca

vat

ion o

f a

pit a

nd c

oncr

etin

g

foundat

ion for 1 N

o. of liftin

g b

arrier

gat

e w

inch

using a

nch

or bolts of si

ze 2

0

X 4

50m

m. C

oncr

ete

ratio is 1:3

:6

(cem

ent w

ill be

supplied

by the

Rai

lway

s).

Nos.

0

1

1

2

1197

One

thousa

nd

one

hundre

d a

nd

nin

ety

sev

en

2394

Page 47: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 47 o

f 118

66

Ass

embling a

nd e

rect

ion o

f co

mple

te

liftin

g b

arrier

2 N

os. p

edes

tal 1 w

hic

h, 2

boom

sto

ps co

mple

te w

ire

tran

smis

sion

and tes

ting. T

his incl

udes

turn

out w

hee

l

foundat

ion e

tc., (ce

men

t w

ill be

supplied

by R

ailw

ays)

.

Set

0

1

1

2

6000

Six

thousa

nd

12000

67

Car

ryin

g o

ut liftin

g b

arrier

boom

lock

ing a

rran

gem

ents

com

ple

te w

ith

foundat

ions, fix

ing o

f le

ver

fra

me

etc.

,

Exca

vat

ion o

f pit a

t a

giv

en loca

tion,

concr

etin

g the

foundat

ion for th

e single

/

double

/ thre

e le

ver

fra

me

as p

er D

rg.

No. SC/W

/CN

/65. (T

his

incl

udes

pro

vis

ion o

f w

inch

han

dle

lock

ing

arra

ngem

ent by c

uttin

g suitab

le g

roove

on the

pin

ion e

nd suitab

ly e

xpen

din

g the

'E' t

ype

lock

plu

nger

, trip

le lock

arra

ngem

ent an

d c

onnec

ting roddin

g to

GF a

nd b

oom

lock

ing m

echan

ism

,

testin

g a

nd c

om

mis

sionin

g (Cem

ent w

ill

be

supplied

by R

ailw

ays)

LS

0

1

1

2

5000

Fiv

e th

ousa

nd

10000

68

Ass

embling o

f ro

ller

tre

stle

s 2/4

way

with roller

sta

nds, b

ottom

and top roller

,

MS p

in for to

p roller

, sp

lit pin

.

Exca

vat

ion o

f pit to suit 2

/4 w

ay tre

stle

,

pla

cing it at

inte

rval

s of not m

ore

than

2

met

ers. Filling u

p e

arth

after

kee

pin

g

tres

tles

in the

pit.

(a

) fo

r 2 w

ay tre

stle

s la

id

Nos.

0

10

10

20

80

Eig

hty

1600

69

Foundat

ion &

fix

ing o

f D

iver

sion

Whee

l/cr

anks as

per

tec

hnic

al

spec

ific

atio

n12.

Nos.

0

10

10

20

500

Fiv

e hundre

d

10000

70

Lay

ing o

f poin

t ro

ddin

g 3

3m

m d

ia o

n

the

roller

tre

stle

ass

embly

alrea

dy fix

ed

Per

Mtr.

0

20

20

40

10

Ten

400

Page 48: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 48 o

f 118

coupling the

rods to

get

her

lev

elin

g

alig

nin

g. T

wist /b

ends in

the

poin

t

roddin

g is to

be

rem

oved

and rods

stra

ighte

ned

by the

contrac

tor bef

ore

layin

g o

n tre

stle

s. A

ll the

mat

eria

ls

exce

pt bolts an

d n

uts a

nd the

tools

will

be

supplied

by the

Rai

lway

s.

71

Fix

ing a

nd w

irin

g R

KT/E

KT for si

din

g

or L.C

. G

ate

inte

rlock

ing a

s per

Tec

h.

/Spec

. N

o. 15.1

2. T

his incl

udes

instal

lation o

f M

agnet

o tel

ephones

at

loca

tion, gat

e, S

M's o

ffic

e et

c.,

Nos.

0

1

1

2

500

Fiv

e hundre

d

1000

72

Supply

of pai

nt bla

ck e

nam

el o

f

appro

ved

qual

ity a

nd p

ainting o

f

Cra

nks/

GF in 2

coat

s. Pai

nting the

funct

ion n

um

ber

on the

arm

with w

hile

enam

el p

aint (4

0m

m let

ters

), p

aint an

d

bru

sh for th

e w

ork

are

to b

e ar

ranged

by

the

contrac

tor

Nos.

10

10

10

30

55

Fifty

fiv

e 1650

73

Supply

of pai

nt of ap

pro

ved

qual

ity a

nd

pai

nting o

f poin

t ro

ddin

g a

lrea

dy run o

n

tres

tles

, using p

aint re

d o

xid

e in

2 c

oat

s

leav

ing 3

00m

m o

n e

ither

sid

e of th

e to

p

roller

on tre

stle

s, the

connec

ting rod to

be

cran

k/c

om

pen

sato

r is

to b

e pai

nte

d

for a

length

of 600m

m fro

m it usi

ng

pai

nt bla

ck e

nam

el in 2

coat

s. A

ll

mat

eria

ls a

nd tools req

uired

to the

work

shal

l be

arra

nged

by the

contrac

tor (f

or

10 M

trs. o

f ro

ddin

g p

ainte

d).

Per

Mtr.

20

20

20

60

5.5

R

upee

s five

and

pai

se fifty

330

74

Supply

of D

C(1

2.2

4V

olt)L

it L

ED

sig

nal

s as

bel

ow

to b

e pro

cure

d fro

m R

DSO

sourc

es

with p

roof.

Page 49: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 49 o

f 118

a)

Supply

of D

C(1

2V

DC lit) lit RED

LED

signal

for use

at le

vel

cro

ssin

g g

ate

of

railw

ays fo

r ro

ad u

sers

, th

e vis

ibility a

nd

lighting c

rite

ria

qual

ity o

f LED

s as

per

RD

SO

spec

No.R

DSO

/SPN

/153/2

004

Rev

.3.0

or la

test

Nos

0

2

2

4

4965.8

4

Four th

ousa

nd

nin

e hundre

d

and six

ty fiv

e

and p

aise

eig

hty

four

19863

b)S

upply

of D

C(1

2V

DC lit) lit Y

ELLO

W

LED

sig

nal

for use

at le

vel cr

oss

ing g

ate

of

railw

ays dor ro

ad u

sers

, th

e vis

ibility a

nd

lighting c

rite

ria

qual

ity o

f LED

s as

per

RD

SO

spec

No.R

DSO

/SPN

/153/2

004

Rev

.3.0

or la

test

Nos

0

2

2

4

4965.8

4

Four th

ousa

nd

nin

e hundre

d

and six

ty fiv

e

and p

aise

eig

hty

four

19863

74

Supply

& F

ixin

g o

f boom

lockin

g d

evic

e to

RD

SO

Drg

. N

o. SA

. 8138/M

.

Set

0

2

4

6

3500

Thre

e th

ousa

nd

five

hundre

d

21000

75

Exca

vat

ion o

f pit a

t a

giv

en loca

tion a

nd

concr

etin

g fo

undat

ion for CLS p

ost

,

erec

tion, fixin

g o

f K

eltron o

r sim

ilar

make

traf

fic

light unit, w

irin

g the

syst

em, te

stin

g a

nd c

om

mis

sionin

g the

signal

incl

udin

g e

rect

ion a

nd p

ainting ..

No

0

4

4

8

2980

Tw

o thousa

nd

nin

e hundre

d

and e

ighty

23840

76

Car

ry o

ut non-inte

rlock

ing a

rran

gem

ents

for w

ays side

stat

ions by fixin

g shel

f

type/

QN

I re

lays. S

upply

& fix

ing o

f

LED

10m

m for si

gnal

indic

atio

ns on

ply

wood/d

ecola

m shee

t pai

nte

d w

ith

stat

ion d

iagra

m. The

LED

s ar

e to

be

wired

with suitab

le res

ista

nce

on M

S

fram

e /d

ecola

m shee

t. F

ixin

g &

wirin

g

of SM

's slide

instru

men

t, p

ainting the

slid

e par

ticu

lars

on it.

LS

1

1

1

3

2500

Tw

o thousa

nd

five

hundre

d

7500

77

Fix

ing o

f Sola

r pan

els on roof to

p e

tc,

concr

etin

g the

bas

e an

d thei

r w

irin

g a

s

per

the

det

ails g

iven

by E

ngin

eer at

site

and a

lso e

xte

ndin

g the

sola

r pan

el o

utp

ut

to 6

way

PB ter

min

al/c

han

ge

over

No.

1

1

1

3

300

Thre

e hundre

d

900

Page 50: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 50 o

f 118

switch

as per

(C) bel

ow

lo

cate

d insi

de

the

room

/ gat

e lo

dge

using 3

/0.7

5m

m

wire

thro

ugh P

VC p

ipe.

A

ll m

ater

ials

excl

udin

g P

VC w

ire

coil shal

l be

supplied

by C

ontrac

tor. incl

udes

instal

lation o

f ch

arge

controller

, A

JB

and a

ny o

ther

mat

eria

l su

pplied

with

syst

em.

78

Des

ign o

f c

able

route

pla

n, ca

ble

core

char

t, loca

tion b

ox p

articu

lars

, pan

el

par

ticu

lars

, fu

se p

articu

lars

, trac

k

bondin

g d

iagra

m, num

ber

ed w

irin

g

dia

gra

ms, rel

ay index

, co

nta

ct a

nal

ysi

s,

postin

g o

f co

nta

cts in

wirin

g d

iagra

m to

be

supplied

by R

lys, surv

eillan

ce p

anel

par

ticu

lars

, dat

a lo

gger

par

ticu

lars

, K

rack

, ra

ck d

etai

ls, re

sist

or, c

onden

ser

par

ticu

lars

, p

ow

er e

quip

men

t w

irin

g,

pow

er e

quip

men

t foot print dia

gra

m,e

tc

as p

er req

uirem

ent. S

upply

of 6 set

s of

final

har

d c

opy o

f th

e ap

pro

ved

circu

it

dia

gra

ms an

d the

docu

men

ts m

entioned

above

in a

mm

onia

prints

alo

ng w

ith

conta

ct a

nal

ysi

s in

A2, size

as re

quired

with 1

set

of prints o

n tra

cing film

of 90

mic

rons th

ick a

nd a

soft c

opy o

n

com

pac

t disc

(CD

) to

be

supplied

.

(Arran

gin

g rex

in c

loth

bound b

ookle

ts

and b

indin

g for la

rge

and sm

all si

zes of

dra

win

gs)

.

No.

75

75

75

225

600

Six

hundre

d

135000

Page 51: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 51 o

f 118

79

Circu

it d

iagra

ms issu

ed b

y the

Rai

lway

s

( of A

-2 siz

e ) ar

e to b

e ta

ken

on

repro

duct

ion tra

cing film

and m

anual

ly

ente

ring the

rela

y c

onta

ct n

um

ber

and

oth

er req

uired

circu

it d

etai

ls if an

y.(

Rep

roduct

ion tra

cing film

and o

ther

consu

mab

les ar

e to

be

arra

nged

by the

contrac

tor.)

Per

shee

t of

A-2

siz

e

50

50

50

150

132

One

hundre

d

and thirty

tw

o

19800

80

Instal

lation o

f 2 w

ire

DTM

F S

elec

tive

Cal

ling T

elep

hone

with p

ow

er supply

.

No.

4

4

4

12

500

Fiv

e hundre

d

6000

81

Strai

ght th

rough / d

eriv

atio

n w

ith o

ut

tran

sform

er jo

ints: Installat

ion Ther

mo

shrinkab

le join

ting k

its fo

r stra

ight th

rough /

der

ivat

ion join

ts for LC g

ate,

pum

p h

ouse

s

etc

wher

e V

F tra

nsf

orm

ers ar

e n

ot re

quired

.

This incl

udes

tap

pin

g o

f nom

inat

ed Q

uad

at

a sp

ecific

loca

tion show

n b

y the

Rai

lway

Engin

eer at

site

without usi

ng tra

nsf

orm

er to

the

jelly fie

ld c

able

alrea

dy lai

d. A

ll m

etrei

al

incl

udin

g v

alco

tap

es e

xce

pt

ther

mosh

rinkab

le join

ting k

it shal

l be

supplied

by the

contrac

tor. (R

efer

Annexure

for in

stru

ctio

ns on c

able

join

ting).

Join

t 3

3

3

9

848

Eig

ht hundre

d

and forty e

ight

7632

82

Supply

and fix

ing o

f 20 p

air CT b

ox o

f

WA

GO

ter

min

als an

d ter

min

atio

n o

f

jelly fille

d c

able

as per

det

ails

giv

en b

y

engin

eer at

site

for LC g

ates

/ P

um

p

house

. The

CT b

ox a

fter

ter

min

atio

n

shal

l be

seal

ed b

y p

ouring P

araf

fin w

ax..

2

2

2

6

1896

One

thousa

nd

eight hundre

d

and n

inet

y six

11376

Page 52: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 52 o

f 118

83

Inst

alla

tion a

nd c

om

mis

sionin

g o

f 4

Wire

way

sta

tion c

ontrol eq

uip

men

t as

det

aile

d b

elow

: a)

The

way

sta

tion

equip

men

t &

Pow

er supply

unit a

re to

be

mounte

d o

n a

rac

k a

s per

Drg

.No.

CO

RE/S

&T/A

LD

/SK

/436/9

5. b

) The

inte

rnal

wirin

g should

be

wired

bet

wee

n

VF R

epea

ter/ V

F T

ransf

orm

er b

ay a

nd

MS A

ngle

rac

k then

to b

e ex

tended

to

Dy.S

S/A

SM

Tab

le a

s per

dra

win

g

show

n in the

sket

ch (A

ll the

wirin

g

mat

eria

ls a

re to b

e pro

vid

ed b

y the

contrac

tor).

Nos

1

1

1

3

2065

Tw

o thousa

nd

sixty

fiv

e

6195

84

Instal

lation, w

irin

g, te

stin

g a

nd

com

mis

sionin

g o

f IP

S/D

C-D

C C

onver

ters

.

Wires

/cab

les sh

all be

supplied

by R

lys.

Char

gin

g o

f bat

tery

is co

ver

ed e

lsew

her

e.

Min

or item

s like

casi

ng/c

appin

g w

her

e

required

to b

e su

pplied

by c

ontrac

tor.

Gro

uting a

nd m

asonry

work

of th

e IP

S to b

e

done.

ear

thin

g o

f IP

S incl

uded

as per

site

requirem

ent ea

rthin

g to

be

done

cover

ed

separ

atel

y.w

ork

incl

udes

installat

ion o

f

char

ged

bat

teries

and thei

r w

irin

g w

ith IPS.

No.

1

1

1

3

13000

Thirte

en

thousa

nd

39000

85

Pro

vis

ion o

f co

ncr

ete

stru

cture

of size

500m

mx500m

mx450m

m for ea

rth p

it

and c

over

ing it w

ith c

oncr

ete

cover

of

size

500m

mx500m

mx30m

m thic

k.

No

4

4

4

12

296.3

5

Tw

o h

undre

d

and n

inet

y six

and p

aise

thirty

five

3556

86

Cas

ting o

f fo

undat

ion, su

pply

& e

rect

ion

of la

ttic

e ty

pe

trip

od tow

ers of G

I 15

met

ers of hei

ght as

per

spec

encl

ose

d.

Pro

vis

ion o

f ea

rth e

lect

rode

nea

r th

e

tow

er a

nd c

onnec

t th

e sa

me

to tow

er

whic

h is to

be

erec

ted a

bove

the

stat

ion

buildin

g. Cem

ent sh

all be

supplied

by

No

1

1

1

3

24500

Tw

enty

four

thousa

nd fiv

e

hundre

d

73500

Page 53: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 53 o

f 118

Rly

s. w

ork

incl

udes

instal

lation o

f th

e

ante

nna,

dra

win

g the

cable

and

instal

lation o

f th

e bat

tery

and 2

5W

set

and c

om

mis

sionin

g the

system

. 25W

set

,

cable

, an

tenna,

bat

tery

will be

supplied

by R

lys.

87

Pro

visio

n o

f one

skille

d a

nd 2

un-s

kille

d

staf

f ro

und the

clock

to a

ttend to tes

ting

trouble

of th

e in

stal

lation a

long w

ith JE/S

SE

afte

r th

e in

stal

lation h

as b

een b

rought in

to

com

mis

sionin

g. The

work

incl

udes

routine

mai

nte

nance

, fa

ilure

res

tora

tion a

s per

the

direc

tion o

f th

e JE

/SSE.

per

month

3

3

3

9

38867

Thirty

eig

ht

thousa

nd e

ight

hundre

d a

nd

sixty

seven

349803

88

Fab

rica

tion, fixin

g o

f re

quired

configura

tion

of key in p

oin

t m

achin

e fo

r gro

upin

g o

f

cran

k h

andle

of poin

t m

achin

es.

No

6

6

6

18

75

Sev

enty

fiv

e 1350

89

Fab

rica

tion a

nd fix

ing o

f pai

nte

d sta

tion

work

ing o

rder

dia

gra

m a

s per

SW

OD

\Tra

ck B

ondin

g D

iagra

m. The

dia

gra

m

should

be

pai

nte

d o

n d

ecola

m shee

t

fixed

on p

lyw

ood shee

t of size

.4 fee

t x

2.5

fee

t of 6m

m thic

k let

tering in

diffe

rent co

lours

of pai

nt en

amel

with

wooden

fra

me

all ar

ound a

s direc

ted b

y

the

site

in c

har

ge.

( A

ll m

ater

ials

are

to

be

arra

nged

by the

contrac

tor.)s

hal

l be

mad

e on fle

xi sh

eet w

ith g

ood res

olu

tion

dig

ital

print

Nos

2

2

2

6

1500

One

thousa

nd

five

hundre

d

9000

90

Supply

and fix

ing o

f A

lpah

ebat

ic a

nd

num

bure

d fer

rule

s on 1

6/0

.2m

m w

ires

bef

ore

sold

erin

g a

s per

the

nom

ercl

ature

of

contrac

t an

d a

s per

instru

ctio

ns of en

gin

eer

inch

arge(

Pac

ket

consi

sts of 100 far

rule

s).

Pac

ket

120

120

120

360

134

One

hundre

d

and thirty

four

48240

Page 54: View Tend Doc

B/S

G/C

N/1

3/P

o,S

at,N

du

Pag

e 54 o

f 118

91

Supply

& Inst

alla

tion o

f Four ch

annel

Ear

th lea

kag

e det

ecto

rs a

s per

RD

SO

spec

ific

atio

n N

o. 256/2

002. The

mat

eria

l

has

to b

e in

spec

ted b

y R

DSO

a)

110 v

olts A

C

Nos

1

1

1

3

37875

Thirty

seven

thousa

nd e

ight

hundre

d a

nd

seventy

fiv

e

113625

b) 24 v

olts D

C

Nos

2

2

2

6

37875

Thirty

seven

thousa

nd e

ight

hundre

d a

nd

seventy

fiv

e

227250

c)

110 v

olts D

C

Nos

1

1

1

3

37875

Thirty

seven

thousa

nd e

ight

hundre

d a

nd

seventy

fiv

e

113625

TOTAL FOR SCHDULE 'B'

59,02,553.98

Total of SCHEDULE A

1,40,99,097

GRAND TOTAL

2,00,01,650.98/-

Say 2,00,01,651/-

Rupees two crores one thousand six hundred and fifty one

Page 55: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 55 of 118

SOUTH CENTRAL RAILWAY

ABSTRACT SUMMARY and TENDER’S QUOTE

Name of workProvision of Panel Interlocking with MACLS at "POTLAPADU, SATYAVALLI & NUDURUPADU" stations - Permanent in connection with provision of new crossing stations on GNT-NDL

section of Guntur division of SCRly

Tender Notice No. B/SG/CN/S&T/09-10/12-14 , dated 22nd February 2010.

Tenderer’s Offer as at PAR/

ABOVE/BELOW

( Percent excess or percent below the

Estimated Amount)

Schedule

Estimated Amount

(Rs.)

In figures In words

Schedule A

( supply portion)

Rs.1,40,99,097/-

(Rupees One core

forty laks ninety nine

thousand and ninety

seven only)

Schedule B

(Labour Portion)

Rs 59,02,554/-

(Rupees fifty nine lakhs

two thousand five

hundred and fifty four

only)

Tenderers to note:

1. Tenderers are requested to quote only percentage of their rates in comparison with the

estimated rates.

2. Tenderers should quote their rates for Supply & Labour portion (Schedule A & B) separately

in terms of percentage only.

3. The rates quoted in any other manner will make the tender invalid.

Example

If the tenderer intends to quote their rates on par with estimated rates, they have to write

‘RATES ON PAR’.

If the tenderer intends to quote their rates above estimated rates, they have to write

“(+) ----------------%”.in figures and “ (Plus) --------------- percentage” in words

If the tenderer intends to quote their rates below estimated rates, they have to write “

(-) --------------%”. In figures and “ (minus) ------------------- percentage” in words

Signature of the Tenderer

Page 56: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 56 of 118

PART-I

REGULATIONS AND GENERAL CONDTIONS FOR TENDERS AND CONTRACTS FOR

THE GUIDANCE OF CONTRACTORS FOR SIGNAL & TELECOMMUNICATION

WORKS

MEANING OF TERMS

1.0 DEFINITIONS

In these regulations for tenders and contracts the following terms shall have the meaning assigned

hereunder except where the context otherwise requires:

1.1 “RAILWAY” shall mean the president of the Republic of India or the Administrative Officers of

the South Central Railway or of the successor Rly. authorized to invite tenders and enter into

contracts for works on his behalf.

1.2 “GENERAL MANAGER” shall mean the Officer in Administrative charge of the whole of

South Central Railway and shall mean and include the General Manager of the successor Railway.

1.3 “CHIEF ADMINISTRATIVE OFFICER (CONSTRUCTION)” shall mean the officer in

Administrative charge of construction Organization of south Central Railway and shall mean and

include the chief Administrative Officer of the successor railway.

1.4 “CHIEF SIGNAL & TELECOM ENGINEER (CONSTRUCTION): shall mean the Officer-

in-charge of the S&T ( Construction) Department, South Central Railway and shall also include the

Chief Signal and Telecom Engineer /Project, Works or Open line and include the Chief Engineer,

Chief Engineer (Construction) or any similar designated Officers of South Central Railway or a

successor Railway.

1.5 “DEPUTY CHIEF SIGNAL & TELECOM ENGINEER (CONSTRUCTION) shall mean the

deputy Chief Signal & Telecom Engineer (Construction) of the South Central Railway or the

successor Railway.

1.6 “DIVISIONAL RAILWAY MANAGER” shall mean the Administrative Officer-in charge of a

Division of South Central Railway or of a successor Railway.

1.7 “SENIOR DIVISIONAL S&T ENGINEER /DIVISIONAL S&T ENGINEER” shall mean

the officer –in-charge of a division or district of South Central Railway.

1.8 “TENDERER” shall mean the person, the firm or company who tenders for the work with a view

to execute the work of contract with the railway and shall include their personal representatives,

successors and permitted assigns.

1.9 “LIMITED TENDERS” shall mean tenders invited from all or some contractors on the

approved list of contractors with the railway.

1.10 “OPEN TENDERS” shall mean tenders invited in Open and Public manner and with adequate

notice.

1.11 “WORKS” shall mean the works contemplated in the drawings and schedules set forth in the

tender forms and description of contract and required to be executed according to specifications.

Page 57: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 57 of 118

1.12 “SPECIFICATIONS’ shall mean the specifications for materials and works,

South Central Railway, issued under the authority of the Chief Signal and Telecom Engineer or as

amplified, added to or superceded by special specifications, if any, appended to or referred to the

tender forms.

1.13 “DRAWINGS” shall mean the drawings, plans and tracings or prints thereof annexed to the

tender forms or standard Drawings and forms referred to..

2.0 SINGULAR/PLURAL: Words imparting the singular number shall also include the plural vice

versa where the context requires.

3.0 INTERPRETATION

3.1 These regulations for tenders and contracts shall be read in conjunction with General

Conditions of Contract which are referred to herein as GCC and shall be subject to modifications,

additions or super session by Special Conditions, if any, annexed to the Tender/ Contract Document.

3.2 ABBREVIATIONS: The use of abbreviations is unavoidable. However the abbreviations shall

be first used along with full form of the words in parenthesis before being used independently. No

alternate interpretation is admissible.

4.0 OMISSIONS AND DESCRIPANCIES

Should a tenderer find discrepancies in, or omissions from the drawings or any of the tender forms or

should be in doubt as in their meaning, he should, at once notify the authority inviting the tenders

who may send written instructions to all Tenderers. It shall be understood that every Endeavor has

been made to avoid any error which can materially affect the basis of the tender and the successful

tenderer shall take upon himself and provide for the risk of any error which may subsequently be

discovered and shall make no subsequent claim on account thereof.

5.0 CARE IN SUBMISSION

5.1 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 this works are taken into account and that the percentage / rates he enters in the tender

forms is / are adequate and all inclusive to accord with the provisions in Clause 37 of the General

conditions of contract for the completion of works to the entire satisfaction of the Engineer.

5.2 When a firm or company of contractors tenders for the work the tender document shall be

signed by the individual legally authorized to enter into commitments on their behalf.

5.3 The Railways 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.

5.4 The tenderers are required to take note of all the taxes leviable under Works Contract and quote

their rates inclusive of all taxes.

5.5 Tenders containing erasures and alterations of the tender documents are liable to be rejected.

Any corrections made by the tenderer / tenderers in his/their entries must be attested by him/them.

5.6 If the tenderer deliberately gives / tenderers deliberately give wrong information in his/their

tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the

right to reject such tender at any stage.

5.7 Tenders are required to submit the following documents along with the tender:

Page 58: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 58 of 118

i) EMD

ii) Certificate in support of credentials

iii) Turn over certificate

iv) DD for cost of tender in case down loaded

5.8 Any other documents specified by the Railway for the tender work.

5.9 If the tender is not accompanied by any of the documents mentioned above in para 5.7, the

tender shall be summarily rejected. No post tender correspondence will be entertained; however, if

any clarification is required by the Railway, the same may be sought from the tenderer.

5.10 The onus of establishing the credentials of the tenderer(s) from the Office records or otherwise

does not lie with the Railway. Railway shall evaluate offer only from the certificates / documents (as

referred above) submitted along with the tender offer even in case of working contractors.

5.11 Any certificates / documents offered after the tender opening shall not be given any credit and

shall not be considered for judging Eligibility.

6.0 RIGHT OF RAILWAY TO DEAL WITH TENDERS

6.1 The Railway reserves the right of not to invite tenders for any works, to invite open or limited

tenders, and when tenders are called to accept a tender in whole or in part or reject any tenders or all

tenders without assigning any reasons for any such action.

6.2 It shall not be obligatory on the Railway authority to accept the lowest tender and no tenderer /

tenderers are entitled to demand any explanation for the cause of rejection of his/their tender. No

correspondence will be entertained in this regard.

7.0 PERFORMANCE GUARANTEE (PG)

7.1 A Performance Guarantee of value equal to 5% (five percent) of the Agreement value shall be

submitted by the successful bidder after the letter of acceptance (LOA) has been issued, but before

signing of the agreement. The agreement should normally be signed within 15 days after the issue of

LOA and the Performance Guarantee shall also be submitted within this time limit. This guarantee

shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the

time for completion of work gets extended, the contractor shall get the validity of Performance

Guarantee extended to cover such extended time for completion of work plus 60 days.

7.2 FORM OF PG SUBMISSION

The successful bidder shall submit a Performance Guarantee (PG) in any of the following

forms

7.2.1 A deposit of Cash, with Divisional Cashier (pay)/Vijayawada, Guntur, Guntakal,

Secunderabad, Nanded or with any station masters of South Central Railway.

7.2.2 Irrevocable Bank Guarantee,

7.2.3 Government Securities including State Loan Bonds at 5 percent below the market value,

7.2.4 Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These forms of

Performance Guarantee could be either of the State Bank of India or of any of the Nationalized

Banks.

7.2.5 Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks

7.2.6 A Deposit in the Post Office Saving Bank

Page 59: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 59 of 118

7.2.7 A Deposit in the form of National Savings Certificates

7.2.8 Twelve years National Defense Certificates

7.2.9 Ten years Defense Deposits

7.2.10 National Defense Bonds and

7.2.11 Unit Trust Certificates at 5 percent below market value or at the face n value which ever is

less.

7.2.12 Also FDR in favor of SrAFA/construction/vijayawada, (free from any encumbrance)

7.3 Prescribed format of Bank Guarantee to be accepted from contractors is enclosed with the

Tender Documents and it will be verified verbatim on receipt with the original document. Bank

Guarantees to be submitted by contractors shall be sent directly to the Railway Authorities by the

issuing Bank under Reg Post with Ack Due.

7.4 RELEASE OF PG : The Performance Guarantee (PG) shall be released after 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.

8.0 SECURITY DEPOSIT (SD)

8.1 The scale of Security Deposit that is to be recovered from the contractor shall be asfollows as per

the extant instructions of the Railway Board vide letter No.2003/CE-I/CT/4/PT-1 dtd.12-5-2006 and

Lr No. 2007/CE-1/CT/18 Dt. 28/07/07 and 07/03/08

8.2 Security Deposit for each work should be 5% of the contract value.

8.3 The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is

recovered. While doing so, the EMD may be adjusted and the amount over and above only be

recovered.

8.4 RELEASE OF SD: The security deposit shall be released only after the expiry of the

maintenance/ warranty period and after passing the final bill after ensuring no liability from

contractor to Railway against unequivocal ‘No Claim Certificate’ from contractor.

9.0 USE OF PG/SD IN CASE OF FAILURE OF CONTRACTOR

9.1 Wherever the contract is rescinded due to failure of the contractor the Security Deposit (SD)

shall be forfeited and the Performance Guarantee (PG) shall be en cashed and 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 either in his/her individual capacity or as a partner of

any other JV/partnership firm.

9.2 ENCASHMENT OF PG: 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).

Encashment shall be done also in the event of

9.2.1.Failure by the contractor to extend the validity of the Performance Guarantee as described

herein above, in which event the Engineer may en cash the full amount of the Performance

Guarantee.

Page 60: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 60 of 118

9.2.2 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 services of notice to this effect by Engineer.

9.2.3 The contract being determined or rescinded under provision of the GCC the Performance

Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India as

explained in previous paras.

9.3 Security deposit will be recovered only from the running bills of the contract and no other mode

of collecting S.D. such as in the form of instruments like Bank guarantee, fixed deposit receipts etc.

shall be accepted towards security deposit.

9.4 However after the work is Physically completed as decided based on completion certificate

issued by competent authority the SD in cash form can be converted into FDR/Irrevocable Bank

Guarantee if so requested by Contractor . The competent authority is the authority signing the

Contract Agreement (CA) not below the rank of JA grade officer of Railway.

10.0 INTERESTS

No interests or compensation for depreciation from railway to contractor is admissible against

the amounts held by Railways under Earnest Money, Security Deposit , Performance Guarantee or

Retention money. Except in case of EMD, the contractor shall apply for refund/conversion of his

amounts/instruments immediately after the same fall due as per extant instructions and agreement

conditions.

11.0 EXECUTION OF CONTRACT DOCUMENTS

11.1 The tenderer whose tender is accepted shall be required to appear in the office of the Dy. Chief

Signal & Telecomm. Engineer (Con.), Vijayawada, in person or if a firm or corporation a duly

authorized representatives shall also appear to execute the contract documents within seven days

after notice that such documents are ready. Failure to do so shall constitute a breach of the agreement

effected by the acceptance of tender in which case the full value of the earnest money accompanying

shall stand forfeited without prejudice to any other or remedies.

11.2 In the event of any tenderer whose tender is accepted shall refuse to execute the contract

documents as herein before provided, the Railway may determine that such tenderer has

abandoned the contract and there upon his tender and the acceptance thereof shall be treated as

cancelled and the Railway shall be entitled to forfeit the full amount of Earnest Money for such

default.

12.0 FORM OF CONTRACT DOCUMENTS

Every contract shall be completed in respect of the documents it shall constitute. Not less than 5

copies of the contract documents shall be signed by the competent authority and the contractor and

one copy given to the contractor.

13.0 FORM OF QUOTATION OF RATES

13.1 The tender should be submitted in prescribed form annexed hereto. The quotations will be

subject to the General Instructions contained in pages of Schedule of Rates and quantities to which

the tenderer’s special attention is drawn. Tenderers are required to quote separate percentages for

Schedule A( supply portion) and Schedule B( Labour portion) which will be uniformly applied to all

items of respective schedules. The rates/percentage must be clearly written in figures and in words.

13.2 Quoting any other manner other than prescribed will make the offer liable to rejection.

Page 61: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 61 of 118

14.0 ACCESS TO DOCUMENTS

14.1 The drawings for the works can be seen in the office of the Dy. Chief Signal & Telecom.

Engineer, (Construction) / Vijayawada at any time during office hours.

14.2 General Conditions of contract and specifications for materials and works of south Central

Railway can be seen in the office of the Dy. Chief Signal & Telecom. Engineer, (Construction)

S.C.Railway/ Vijayawada or had on payment at the rates fixed for each book from time to time.

15.0 The quantities shown in the attached schedule are given as guidance and are approximate only

and are subject to variation according to the needs of the Railway. The Railway accepts no

responsibility for their accuracy, and the railway does not guarantee work under each item of

schedule.

16.0 VALIDITY OF OFFER : The tenderer shall hold the offer open till such date as may be

specified in the tender. He will not resile from his offer or modify the terms and conditions thereof in

a manner not acceptable to the Railways. He is also required to extend the same if requested by

Railways for a reasonable amount of time.

17.0 If a tenderer expires after the submission of his tender or after the acceptance of his tender, the

railway shall deem such tender is cancelled. If a partner of a firm expires after the submission of their

tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless

the firm retains its character.

18.0 Non-compliance with any of the condition set forth herein above is liable to result in the tender

being rejected.

19.0 NEGOTIATION OF RATES QUOTED

19.1 Should the Railway decide to negotiate with a view to bring down the rates, the tenderer called

for negotiations should furnish the form of declaration as given in para 19.2 before commencement

of negotiations.

19.2 I/We---------------------------------------------------do declare that in the event of failure of

contemplated negotiations relating to Tender No.-------------------------------opened on -------------------

my original tender shall remain open for acceptance on its original terms and conditions.

19.3 This stipulation applies to both initial negotiations and negotiations for variations.

20.0 Stipulations as per GCC with latest amendments regarding employment of Retired

Government officials or Contractor being a relative of any Railway official shall be complied with.

21.0 FORCE MAJEURE

If at any time, during the continuance of this contract, the performance, in whole or in part, by

either party, of any obligation under this contract shall be prevented or delayed by reasons of any war,

Hostility, Acts of the public enemy, Civil Commotion, Sabotage, Fire, Floods, Earthquake,

Explosions, Epidemics, Quarantine restrictions, Strikes, Lockouts, any statutory rules, regulations,

order of requisition issued by any Government Department or competent authority or Acts of God

(hereinafter referred to as event) then, provided notice of happening of any such event is given by

either party to the other within twenty one days from the date of occurrence there of neither party

shall by reason of such event to entitled to terminate this contract nor shall either party have any

claim for damage against the other in respect of such non-performance or delay in performance and

the obligations under the contract. Work shall be resumed as soon as practicable after such event has

come to an end or ceased to exist, provided further that if the performance in whole or part of any

Page 62: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 62 of 118

obligation under this contract is prevented or delayed by reason of any such event

beyond a period as agreed to by the Railways and the contractor after any event or 68 days in the

absence of such an agreement whichever more either party may as its option terminate the contract,

provided also that if the contract is so terminated under this clause the Railway may at the time of

such termination take over from the contractor all works executed or works under execution.

22.0 ESCALATION CLAUSES

22.1 WAGE ESCALATION: Railway is not agreeable to any wage escalation.

22.2 PRICE ESCALATION: Railway is not agreeable to any material price escalation. Price

Variation Clause (PVC) is not applicable to this contract.

23.0 INSURANCE The contractor shall take out and keep in force a policy or policies of insurance against all

liabilities of the contractor towards accidents and injuries/death of employees engaged by him and

for all materials supplied to him till the time of handing over to the Railway the completed

works. Railways shall not have any liability in this regard.

24.0 TAXES - CENTRAL, STATE, LOCAL

24.1 All rates mentioned in Schedules are deemed to be inclusive of all Taxes, inclusive of Sales

Tax and Excise Duty, Royalty, Octroi, etc., payable by the contractor to the Government or any other

authority.

24.2 DEDUCTION OF INCOME TAX AT SOURCE: In terms of Section 194-C inserted by the

Finance Act, 1972, in the Income-Tax Act, 1961, the Railway shall, at the time of arranging payments

to the contractor and/or sub-contractor (in the case of sub-contractor only when the Railway is

responsible for payment of consideration to him under the contract) for carrying out any work

(including supply of labour for carrying out any work) under the contract, be entitled to deduct

Income-Tax at source on income comprised in the sum of such payment.The deductions towards

income-tax to be made at source from the payment due to non-residents shall continue to be governed

by Section 195 of the Income-Tax Act 1961 or as per latest amended provision.

24.3 MODAVAT CLAUSE: The price to be quoted by the Tenderers should take into account the

availed on inputs under the MODAVAT Scheme introduced with effect from 1st March, 1986. The

Tenderers should given declaration that any sets off in respect of duties on inputs as admissible under

law is being totally and unconditionally passed on to the purchaser in the price quoted by him.

24.4 SIGNEARAGE: Since the quantities of Sand used in Signal and Telecom works are

negligible, the same is normally sourced from secondary market. Hence signerage charges need not

be paid in such cases . But the Contractor shall ensure that the person/agency from whom he is

sourcing sand is legally paying the charges to state government. However the Tenderer (Contractor)

shall be liable to pay taxes (through deduction at source) as per the latest rule position as per the

Central/ State Government policy applicable to the contract works and procurements from time to

time and no compensation will be admissible from Railway.

24.5 BUILDING CESS

The tenderer shall abide by the building and construction workers act and cess. The same as per

extant rules of state/central government shall be deducted from the bill.

Page 63: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 63 of 118

25.0. ATTENDING DEFECTS The contractor shall rectify defects that may arise in the work done by him noticed for a period of one

month after completion of work whether such defects are due to bad workmanship on the part of the

contractor or otherwise. Should any dispute arise as to the correctness of the defects pointed out, the

Engineer’s decision in this regard shall be final and binding.

26.0 SAFETY PROVISION OF CARRYING OUT WORKS - PROTECTION TO WORKERS

26.1 The contractor shall take all precautionary measures in order to ensure protection of his own

personnel moving about or working on the Railway premises and Railway men and

passengers/citizens at work premises and shall have to conform to the rules and Regulations of the

government.

26.2 He shall follow all the provisions in this regard as laid down in General Conditions of

Contract (GCC) of Railway.

27.0 SAFETY OF TRAINS AND RAILWAY ASSETS

27.1 The contractor shall see that no damage is caused to Railway signalling and transmission wires

existing cables, station installations, communication lines, electric devices, trains or any kind, fencing

as well as any rolling stock and in general to all Railway installations and equipments.

27.2 If any damage is caused to or suffered to any Railway property by or as a consequence of the

acts or unlawful omissions of the contractor, its employees and workmen or other person connected

with it, the necessary repairs or replacements, shall be effected by the Railway at the risk and cost of

the contractor. The said expenses shall be recovered from the amounts due and payable to the

contractor or by other appropriate process.

27.3 All costs, damages and expenses which the Railway may have incurred or suffered and which

are recoverable from the contractor under the terms of this contract or the relevant law may in the

discretion of the Railways be recovered by deducting the requisite amounts from any amounts due

and payable or refundable to the contractor on any account whatsoever by legal proceedings. Railway

reserves that right to make recoveries as per GCC from other sources also.

28.0 SERVICE ROADS: The contractor will be permitted to make use of existing service roads

free of cost subject to clause of the General Conditions of contract.

29.0 ROYALTIES AND PATENT RIGHTS: The contractor shall defray the cost of the Royalties

fees and other payment in respect of patents, patent rights and licenses which may be payable to

patentee, licenser or other person or corporation and shall obtain all necessary licensees. As per

relevant provisions of GCC. He indemnifies Railways against any breaches and consequent litigation.

30.0 TIME LIMITATION Subject to any requirement in the contract as to completion of any portion or portions of the

work before completion of the whole, the contractor shall fully and finally complete the whole of the

work comprised, in the contract by the date entered in the contract, provided that if any modifications

have been ordered which, in the opinion of the Railway's Engineer, have materially increased the

magnitude of the work, such extension of the contracted date of completion may be granted as shall

appear to the Railway's Engineer to be reasonable in the circumstances provided moreover that the

Page 64: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 64 of 118

contractor shall be responsible for requesting such extension of the date as he

may consider necessary as soon as a case thereof shall and in any case not less than one month before

the expiry of the original date fixed for completion of the work.

31.0 DELAYS AND EXTENSION OF TIME

Extension of time will be governed by the Clause 17 of GCC and relevant Special conditions of the

contract.

32.0 NIGHT WORKS: The provision in Clause 23 of the General Conditions of the contract should

be noted regarding execution of work between sun set and sun rise. If the Railway is, however,

satisfied that the work is not likely to be completed in time except by resorting to work in the nights

by special order the contractor would be required to carryout the work even at night, without

conferring any right on the contractor for claiming for extra payment for introducing work in the

night time.

33.0 COMPLIANCE OF LABOUR LAWS

33.1 The contractor shall not employ Labour below the age of 18 years.

33.2 The contractor shall abide by the Rules and Regulations of the Contract Labour (Regulation

and Abolition) Act, 1970 with General Rules, 1975, amended upto date.

33.3 The unit is registered as a Principal Employer for contractual works vide Registration No.7/97,

dated 27-3-97 of the Assistant Labour Commissioner /Labour Enforcement Officer (Central), C.G.O.

Complex, Industrial Estate, Auto Nagar, Vijayawada (A.P) and therefore, it is obligatory on the

contractor to submit the number of workmen working etc., as per Item 33.2 above within 7 days from

the date of issue of letter of acceptance. He shall give Railways proof there to for record.

33.4 The wages for workmen engaged by the contractor shall be paid directly without the intervention

of any Jamedar or Thekedar and that no amount by way of commission otherwise is deducted or

recovered by any person from the wages of the workmen.

33.5 All the provision of relevant Labour laws shall be strictly observed by the contractor.

Nonobservance of any such provisions or denials of rights and benefits to which they are normally

entitled shall be viewed seriously and action shall be taken against defaulting contractor

33.6 The tenderer shall abide by the building and construction workers act and cess @ 1% excluding

material cost which shall be deducted from the bill

34.0 DISASTER MANAGEMENT

Vehicles and equipments of contractors can be drafted by Railway Administration in case of

accidents / natural calmatives involving human lives.

Page 65: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 65 of 118

35.0 PROJECT MANAGEMENT

A tentative Project planning chart for this work is appended below for the guidance of the tenderer.

This shall form the basis for monitoring the progress

Sl.No Milestone Date

1.

Mobilization D to D+10th day

2 Placing of orders for supply portion of materials D+10 to D+20

3 Inspection of materials D+50 to D+60

4 Supply of materials D+60 to D+75

5 Cable Trench Joint Marking D+10 to D+20 day

6 Cable Trenching and Laying D+20 to D+60th day

7 Location Box and Signal

Erection D+75 to D+105

8 Location Box and Signal

Termination and Wiring D+90 to D+120

9 Track Circuit and Pre NI

Points works D+90 to D+120

10 Erection of New Rack D+75 to D+90

11 Fixing of Relays in Old and

New Racks and wiring D+90 to D+135

12 Panel erection and wiring D+120 to D+150

13 Installation and commissioning of power supply

arrangements D+90 to D+120

14 Simulation Arrangements D+120 to D+150

15 Relay Room Testing D+135 to D+160

16 NI and Commissioning of station D+160 to D+180

Note: ‘D’ is the date on which Site/drawings are made available.

36.0 Method Statement The tenderer shall submit method statement along with their offer. The method statement shall

contain the organization set up, working systems to be adopted by the contractor during the

operation of the contract. Details of methodology for planning, execution, monitoring and completion

of the project to suit the nature of the work and shall comply fully with the best practices, current

safety and other regulations. It shall also spell out all the resources, risks involved and mitigation

strategies. Details of telephones and other communication arrangements between railway and

contractor and personnel associated with the work shall be furnished. The method statement given in

Annexure ‘IX’ shall be filled by the contractor and signed. Any other information may be covered in

the covering letter.

36.1. A review of the work shall be done at a point of time about 40-50% in TIME and around 40-

50% of physical progress.

Page 66: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 66 of 118

36.2 Project Management Chart (Mile stones) can be modified with Consent of Railways if at a latter

date any delays occur due to railway reasons or unforeseen constraints or conditions encountered at

site. The tenderer shall visit site and create understanding about work. He can also visit

Dy.CSTE/C/Vijayawada’s office and get clarifications.

36.3 Extensions shall be based on the compliance to the Above Programme.

36.4 Any tenderer who fails in first two milestones for his reasons shall be considered for termination

as per extant rules and the Contractor shall forego SD/PG and any other securities in case railway

finds enough merit for termination.

36.5 Whenever an extension is granted, the Project Planning Mile Stones shall be redrawn and got

approved by Railways.

36.6 Railways reserve the right to seek modification of the Project Management Chart and Method

Statement at any point of Time.

36.7 Tenders not accompanying method statement are liable to be rejected

37.0 GENERAL CONDITIONS OF CONTRACT(GCC)

37.1 All the Clauses in the General Conditions of Contract are applicable to this tender as per

“General Conditions of Contract” (GCC) for Works of the South Central Railway, as amended from

time to time up to date. The GCC is considered as part of the Contract Agreement.

37.2 Wherever a Special condition is stipulated in the notice or Tender Document negating , adding

or modifying the relevant condition in GCC, the Special condition of the Tender will override the

General condition.

37.3 A copy of the book-let incorporating the above “General Conditions of Contract” may be

perused in the office of the Chief Signal & Telecom. Engineer/Construction or CAO/Construction or

DyCSTE/Construction, Vijayawada of South Central Railway, Vijayawada

37.4 In submitting his tender it would be deemed that the tenderer has kept himself fully Informed

of the provisions of the General Conditions of contract including all corrections and Amendments

issued upto date.

Page 67: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 67 of 118

PART-II

SPECIAL CONDITIONS OF THE CONTRACT

1.0 The special conditions of contract (SCC) quoted herein in the Tender shall be supplement to the

General Conditions. In the event of any conflict or inconsistency between them the special conditions

of the contract, contained herein shall prevail. The standard general conditions of the contract for use

in connection with Civil Engineering works of South Central Railway as amended up to date will

form part of the contract agreement and for all purposes shall be treated as if the same have been

incorporated herein. The contractor can obtain a copy of the General Conditions of the contract for

Civil Engineering works from the Chief Administrative Officer (Construction), South Central

Railway, Secunderabad, or any other Railway Civil Engineer dealing with contracts.

2.0 SCOPE OF WORK

2.1 The scope of work as per the tender is broadly for supply of materials and installation of both

indoor and out door equipment and commissioning of the station as per signal interlocking plan

supplied by railway in connection with provision of Panel Interlocking with MACLS at `Nandipalli`

in Guntur division of SCRly

2.2 Materials that are to be supplied by the Contractor for the execution of work are detailed under

the supply portion of the schedule-A and labour portion of the work is contained under Schedule-B.

Quantities mentioned in the schedule are approximate and likely to vary according to the actual

requirements depending upon the site conditions and may be taken as a guide for the Tenderer.

2.3 The contractor have to quote their rates including all items listed in the schedule of supply and

labour duly taking market rates and site conditions into account for carrying out the works as per

Schedule.

2.4 The Railway reserves the right to supply its own materials if the contractor fails to supply

within a reasonable period and the contractor will execute the labour portion as directed by the

Engineer. Thus if the material is used from Railway Stocks due to non supply from contractor; a

deduction of 21.5% of the contracted amount for the corresponding item for quantity used for the

work but defaulted by Contractor as applicable at the time of execution will be made from

contractor’s bills. The Engineer’s interpretation regarding Quantities used is final.

MISCELLANEOUS AND CONSUMABLE STORES

Railway shall supply only the following material from their stocks as per site requirement.

Under ground cables

Point machines

Integrated Power supply (IPS)

LED Signal aspects

Relays required but not covered in Schedule.

CLS parts , Location Boxes and Mechanical LC gate components if not covered in Schedules

Contractor shall supply contracted material as per Supply schedule and the same will be re-issued

to him as per site requirement. It shall be the responsibility of the contractor to arrange all

Page 68: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 68 of 118

miscellaneous consumable stores such as oils, lubricants, screws and other

fastenings, solder materials, threads, tools, LED’s etc. required for execution of work. The contractor

shall keep this in mind while quoting.

Sand/steel/ ballast and any other items which are required to execute the items in Schedule but

not covered specifically in Schedule as per requirement shall be arranged by the contractor at the site

at his own expenses. Railway track ballast shall not be used.

The contractor will have to procure all the tools required and shall satisfy the Engineer that he has

procured all the necessary tools required of good quality.

Material with RDSO approved sources shall be procured from them (preferably from part-I

sources) and got inspected by RDSO. All material shall be got inspected by RDSO/RITES/Consignee

or any other prescribed agency as per contract. Source shall be got approved for all major items.

The quantities required to complete the work are estimated roughly and if any extra quantities are

found to be necessary, the same shall be supplied by the contractor at Railway's cost.

Whatever has been supplied by the contractor according to their quotation, even if found in

excess shall remain the property of the Railways.

It will not be binding for the Railway Administration to give all the items of works at the station

on contract and Railway Administration may decide to do any or all the items of supply/execution

involved at the station departmentally without assigning any reason for the same. Also the

Administration may give for some items of work at the same station to different Tenderers without

assigning reasons.

4.0 EXECUTIVE AUTHORITY IN CHARGE OF THE WORK

4.1 The Deputy Chief Signal & Telecom. Engineer, (Construction), South Central Railway,

Vijayawada, will be the Engineer -in-charge of this work. He shall nominate a field officer who shall

be the Executive engineer for the work and shall coordinate for day-to-day execution of the work any

clarifications or instructions given by the said Engineer/executive engineer shall be final and binding

on the contractor.

4.2 Regarding alterations to the contents of the contract or any other matter connected with the

contract, the Chief Signal & Telecom. Engineer (Con )SC or Dy. Chief Signal & Telecom. Engineer

(Construction), South Central Railway, Vijayawada, will be the final authority and his decision shall

be final and binding on the contractor.

4.3 Sr.AFA/Construction , South Central Railway, Vijayawada will be the Accounts Officer-in-

charge of payment etc., under this contract.

5.0 DRAWINGS , DOCUMENTS, DIMENSIONS

5.1 The contractor shall carry out at his expense any alterations of the works due to any

discrepancies, errors or omissions in the drawings or other particulars. Any approval given by the

Railway for this purpose shall in no way absolve the contractor from any or all responsibilities for the

correct functioning of the equipment. In this regard the responsibility rests with the contractor in all

respects.

Page 69: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 69 of 118

5.2 ALL DOCUMENTS TO BE IN ENGLISH: All documents to be submitted in connection

with this contract shall be written in English.

5.3 Dimensions, weight etc., shall be dealt in metric (MKS) system.

5.4 Drawings such as Signaling plan (tentative or final) will be made available by the office of

Dy.Chief signal & telecom Engineer (Construction), Vijayawada in charge of the work. These

drawings are indicative and there may be changes in the same during actual execution.

5.5 Copies of IRS drawing and specifications according to which the works are to be executed,

have to be obtained by the Tenderer direct from the Director General, RDSO, S&T wing, Alambagh,

Lucknow.

5.6 The specification for the materials to be supplied by the Railway shall be as per Tender

document.

6.0 CONTRACTORS DRAWINGS

6.1 Any work done by the contractor prior to approval of the contractor's drawings will be done at

the risk of the contractor unless previously authorized in writing by the Railway.

6.2 The Tenderer shall be responsible for the correctness of the drawings furnished by him. The

contractor shall carry out any alteration of works due to any discrepancies, error or omission in the

drawing or other particulars submitted by him. Any approval given by the Railway for this purpose

shall in no way absolve the Tenderer from his responsibilities.

6.3 After the contract is awarded, the contractor shall furnish to the Railway as required prints of

contractor's drawings that form as essential part thereof. No change shall be made in any approved

drawing without written consent of the Railway.

6.4 After the completion of the execution of the contract the contractor shall submit to the Railway

corrected Linen/Polyester Tracings of drawings furnished by him and copies of final drawings as per

provisions of schedule.

6.5 In the event of any breach of the aforesaid condition the contractor shall, in addition to

throwing himself open to action for contravention of terms the agreement and/or for criminal breach

of trust, be liable to account to the Railway for all moneys, advantages or profits resulting or which in

the usual course would have resulted by reason of such breach.

6.6 The Cable route plan (at least tentative) shall be finalized and submitted to Railway before

Claiming payment for trench and cable laying.

7.0 CLARIFICATION REQUIRED BY THE TENDERER: Any clarification required by the

Tenderer may be obtained from Dy. Chief Signal and Telecom. Engineer (Construction), South

Central Railway, Vijayawada.

9.0 FUTURE DEVELOPMENTS: If during the period of contract, there have been any

developments resulting in improvements or advancements, technical or mechanical in regard to the

equipments to be installed, erected, its designs, or fabrications, the contractor shall make available to

Page 70: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 70 of 118

the Railway all information bearing on the same, in the light of such information the

Railway may modify the orders to its advantage of these developments on the basis of mutually

agreed terms.

10.0 EXECUTION OF WORK

10.1 After issue of LOA, the Railways shall draw with the contractor for the work, activity wise

targets and shall be signed jointly and shall be issued to the contractor. Normally the orders for

supply of material shall be placed within two weeks of the issue of LOA and the site work shall start

within 1 week from the date of issue of LOA if site is ready.

10.2 Materials to be supplied by the Contractor for use in the work shall be got inspected by the

nominated inspecting authority of the Railway.

10.3 The contractor is required to submit to this office, names and photographs of the agent so

employed by him for the work, for the issue of Identity Cards to enable them to move about in

Railway premises to take delivery of the materials from S&T /CON/Stores depots at Vijayawada or at

site. Necessary intimation shall be given in advance for the issue of a new Identity Card in case there

is a change of the Artisan staff/agents and the validity of the Identity Cards shall be limited to the

contract under execution.

10.4 The contractor shall be responsible for checking before taking delivery whenever the

materials are taken by him as to whether the same are in good condition.

10.5 The Materials shall be issued as per field requirement and orders of Engineer. The contractor

shall furnish indemnity Bond for a sum of equal to the cost of materials proposed to be taken by him.

The quantity of materials that shall be given by the Railway at any time shall not exceed the value of

Indemnity Bond that is furnished by the Contractor.

10.6 Materials issued to the contractor shall be used solely and economically for the purpose of

work covered by this contract only. The materials shall be used in such quantities and proportions as

are indicated in Schedule or in the relevant specification or drawings or as approved by the Engineer

whose decision thereon shall be final. Wastage or damage to such materials in any manner shall be

avoided.

10.7 The contractor shall be liable to render full accountal for all the materials issued by the

Railway. If any quantity of Railway materials is consumed in excess or wasted or damaged or lost or

otherwise not satisfactorily accounted for, recovery shall be made from the contractor at twice the

issued rate prevailing at the time of last issue of the materials consumed in excess or wasted or

damaged or lost or not satisfactorily accounted for.

10.8 Any demurrage or other charges due on account of detention of wagon, in loading or

unloading will also be recovered from the contractor.

10.9 The description of items is given as a guide and approximately only and is subject to

variation according to the needs of the Railway. The Railway accepts no responsibility for their

accuracy. Further, the Railway does not guarantee work under each item of the Schedule.

10.10 The contractor shall return other left over/unused materials to the nominated Stores certified

by Inspector in charge of the work.

10.11 During the execution of the works the contractor or his representative shall not leave the site

where the works are being carried out. At the site of work, the contractor shall always make available

one representative who shall be approved by the Railway Administration and who shall be invested

with adequate powers and facilities such as personal transport and mobile phone by the contractor so

Page 71: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 71 of 118

that orders or instructions given to the said Representative by the Railway

Administration in writing could be considered as duly given or conveyed to the contractor himself.

10.12 The contractor shall take proper written acknowledgement from the Engineer's representative

for all the materials required by him, at the respective Stores Depot through the Inspector-in-charge of

the works.

11.0 SITE FACILITIES

11.1 The quoted rates would be deemed to include charges for any and all site facilities that are

considered necessary for execution of the work unless otherwise indicated in the contract.

11.2 Land that can conveniently be spared will be made available by the Railway free of charge

for the use of contractor for his field office, stores depots, workshops and temporary accommodation

of his staff. The extent of land can be made available may be ascertained by inspection at site.

11.3 No assurance can be given regarding the availability and sparing of land. Also the

vulnerability of such land to flooding during the high floods cannot be assured or ensured by

Railways. The Railway undertakes no responsibility or liability in this regard and the Contractor

should take sufficient protective measures against such eventualities at his cost. .

11.4 ELECRTICITY : Since the power consumption for Signal and Telecom works is nominal

for the purposes of General lighting, drilling of small holes, soldering etc Railways will extend this

facility wherever feasible free of Cost to the contractor. However Railways do not undertake the

responsibility to ensure Electrical connection and/or un interrupted power supply. Contractor is

required to make his own arrangements for electrical/ generator supply to ensure smooth progress

when Railways is unable to make arrangements for supply.

12.0 TIME OF COMPLETION

12.1 Time is the essence of the contract. The work shall be completed within Six calendar months

from the date of issue of letter of acceptance.

12.2 In the event of failure of the part of the contractor for maintaining the progress

thoroughly/commensurate progress with reference to time limit given in contract, the Railway

reserves the right to terminate or to withdraw the whole balance work or part thereof at the discretion

of the Engineer-in-charge The Security deposit and Performance Guarantees shall be forfeited by

them as per relevant Clauses.

12.3 EXTENSION

11.3.1 Extension of time of completion will be governed by clause 17 of General Conditions of

Contract.

11.3.2 However, while granting the extension of time under clause 17(B) of GCC, a token penalty as

deemed fit based on the circumstances of the case can be imposed on the contractor without prejudice

to other rights of Railway Administration as provided under GCC.

13.0 AVOIDING INFRINGEMENTS

Page 72: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 72 of 118

13.1 When the work is required to be carried out on the track itself or as close to

the track as may pose a hazard to rail traffic, the work shall be carried out under the supervision of an

authorized Railway representative, Signal Inspector or Chief Signal Inspector.

13.2 Suitable steps shall also be taken to prevent transport vehicles, excavators and such other

machinery gaining access near the track so as to threaten the safety to running trains by fencing or

such other suitable measures.

13.3 Road vehicles shall ply six meters (6 Mtrs.) clear of center of tracks. All vehicle movements

at a distance less than 6 Mtrs. And more than 3.5 Mtrs. Shall be done under the supervision of

Railway Employee nominated by the Engineer-in-charge. Cost of such supervision shall be at

Railway’s cost. No vehicle/machinery can be allowed to work closer than 3.5 Mtrs. From track

center except under traffic block.

13.4 Special care should be taken while turning or reversing of the road vehicles so that they do

not infringe moving dimensions even momentarily. Night working of vehicles where in escapable

shall be according to the measures specifically communicated by Railway Engineer.

13.5 Similar precautions are to be taken while working over the track such as on ROBs and FOBs.

14.0 EXCAVATION WORKS

14.1 Advance joint survey with open line, Construction and M/S Railtel representatives and safe

cable route/foundation spot identified, before excavation work is started so as to avoid damages to

cables and pipelines etc.

14.2 Extra precaution is to be exercised while using mechanical excavators (ie JCB, Proclainer

etc).

14.3 When excavation is done for trenching, foundations etc, care shall be taken to ensure

supervision of Railway and/or M/S Railtel Corporation’s representatives to avoid damages existing

signal, telecom, OFC or electrical cables and pipelines etc. Penalty will be imposed and deductions

made from contractor’s bills or other means as per GCC if work is done without supervision as above

and damage is caused to Railway properties by such acts.

15.0 NIGHT WORKING

15.1 The Provision in clause-23 of general condition of contract should be noted regarding

execution of the work between the sun-set and-rise. If the Railway is how ever satisfied that the

work is not likely to be completed in time except by resorting to night work, by special order the

contractor should be required to carry out the work even at night without conferring any right to

contractor for claiming for extra payment for introducing night work.

15.2 Contractor shall provide adequate flood lighting arrangements for night working. Night

working also shall be done to meet the tight targets.

15.3 Overnight working in new Relay rooms and other locations not involving train/ personnel

safety may however be done if so desired by Railway under Railway supervision.

16.0 STORAGE OF PETROLEUM: No petroleum spirit within the meaning of the Indian

Petroleum Act shall be stored at site or adjacent land until the approval of the Railway and necessary

license under the Act has been obtained by the contractor. Small quantities as admissible under law

and necessary to carryout the work however may be kept in a safe place.

Page 73: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 73 of 118

17.0 PAYMENTS: Contractor is entitled to “On account Payments” from

time to time after adequate supplies / works are rendered by him.

17.1 Schedule ‘A’ (SUPPLY PORTION)

17.1.1 90% Payment for these materials shall be paid on receipt of materials at the Railway

Construction Stores at Vijayawada or at other nominated site and on production of Inspection Report

of the materials by RDSO/RITES/Railways representative as laid down in the Inspection Clause.

17.1.2 The 10% of retention money retained on supply of materials will be paid after commissioning

on certification by Engineer in charge of the work that the material so supplied are in good working

condition.

17.1.3 When whole or part of a particular material supplied is rendered surplus as per site

conditions, the relevant payment of 10% retention money can be released by the Railway based on

certification by the Engineer/Site Engineer.

17.2 Schedule ‘B’ (LABOUR PORTION)

17.2.1 The contractor shall be entitled to be paid from time to time by way of "On Account"

payments only for such works as in the opinion of the Engineer he has executed in terms of the

contract, provided that the work under each item is carried out to the specified standards. Payment

will be made for completed certified portion of the work.

17.2.2 Subsequent "On Account" payments shall be made appropriate to the progress of works. All

payments due on the Engineer's representative certificate of measurements shall be subject to any

deductions which may be under these provisions.

17.3 '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 is

Final measurements and such have been signed by the contractor) and shall in no respect be

considered or used as if evidence of any particular quantity, of work having been executed nor of the

manner of its execution being satisfactory.

17.4 "The Contractor shall supply the materials to consignee i.e., HC/ Stores/S&T/CN/Vijayawada

or any other Depot, nominated by Railways.

17.5 The contractor shall submit bills/gate passes/ invoices for the materials purchased by them to

supply the same to Railways at the time of supplying the materials to nominated Railway Stores

Depot.

17.6 Each on account bill/Final Bill shall invariably be accompanied by the Joint material

statement (materials drawn from the stores vs. material utilized at site on the work for which materials

have been drawn from Railway store).

18.0 INSPECTION OF MATERIALS

18.1 All Electrical and power equipments with RDSO approved/ recommended sources should be

procured from RDSO approved/recommended firms to approved IRS specifications and should be

inspected by RDSO. Further, items which do not have RDSO specification or for which RDSO has

Page 74: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 74 of 118

not approved any sources or where RDSO does not inspect certain materials as a

matter of their policy the inspection shall be carried out by RITES /Authorized Railway

representative.

18.2 Payment of RDSO/RITES Charges : For the Signaling/Telecom and other materials to be

inspected by the RDSO/RITES, the Contractor shall pay to RDSO/RITES inspection charges as per

extant rules directly to RDSO/RITES. All the inspection charges shall be borne by the contractor.

19.0 FACILITIES FOR TEST AND EXAMINATION

19.1 The contractor shall provide without extra charge all materials, equipments, tools and labour

of every kind which RDSO/RITES may consider necessary for any test and examinations which they

shall require to be made on the Contractor's premises and shall pay all costs attended thereupon.

19.2 In cases where Railway feel the need to carryout certain tests on the works/ material executed

by the contractor to establish quality, such inspection may be outsourced by Railways from any lab/

university/ individual expert etc and the charges of such a Testing will have to be born by the

contractor.

19.3 The contractor shall also provide and delivery free of charge at such places as the

RDSO/RITES may nominate such materials as they require.

19.4 The contractor may be required to produce test certificate from the manufacturer

wherever called for by the Engineer-in-charge.

19.5 If a product upon arrival at destination, does not meet the requirement of the specification, it

may be rejected.

19.6 Facilities must be given by the contractor to the Railway or their nominee for inspection of

stores, manufacturer and fabrication.

20.0 CERTIFICATE OF INSPECTION AND APPROVAL: No stores will be considered

ready for delivery until RDSO/RITES have certified in writing they have been inspected and

approved by them.

21.0 GUARANTEE

21.1 The contractor shall guarantee satisfactory working of the installation erected by him for a

period of 12 calendar months beginning from the date of issue of completion certificate as stated in

the clause 47 of the general conditions of contract.

21.2 During this period, the contractor shall provide all materials/tools and other required

equipments available and shall carryout at his own expense all modifications, additions and

substitutions that may be considered for satisfactory working of the contract work done or equipments

supplied by him. Final decision in respect of unsatisfactory work or equipment or fault use of design

or workmanship etc., shall rest with the Chief Signal & Telecom. Engineer, (Construction), South

Central Railway, Vijayawada, and the same shall be binding on the contractor.

21.3 During the aforesaid period of guarantee, the contractor shall be liable at his own cost for all

repairs or replacements of any part that may be found defective of the contract work or equipment

Page 75: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 75 of 118

supplied by them irrespective of whether any defect arose as a result of faulty design,

material, workmanship, installation or otherwise provided that such defective parts as not repaired at

site, are promptly removed to the contractor works for repairs if so required by him and such

defective parts should be replaced by him by new ones in order to remove the defects at his own

expense. In case minor repairs are carried out by the Railway at site, the cost of such repairs plus the

departmental charges shall be borne by the contractor.

21.4 The Guarantee does not include any liability to day to day maintenance of asset’s created or

any other defect arising out of external interference, lightning or disuse by Railways.

21.5 In support of this guarantee, the Security Deposit furnished shall also cover a period of

guarantee for 12 months from the date of issue of completion certificate. If the security deposit is

paid in cash or in the form of Govt. Securities, the same shall be paid to the contractor after the expiry

of the period of Guarantee/ maintenance as specified.

22.0 MAINTENANCE PERIOD: The section shall be maintained after completion, for a

period of 90 days by the Contractor and he shall make good of any defect imperfections, Shrinkages

or Faults, which may appear, at his own cost during the Maintenance Period.

23.0 DEDUCTION OF INCOME TAX, VAT and BUILDING CESS AT SOURCE

23.1 In terms new section 194-C inserted by the Finance Act 1972, in the Income Tax Act 1961,

the Railway shall at the time of arranging payments to the contractor for carrying out any work

(including supply of labour for carrying out any work) under the contract, be entitled to deduct

Income Tax at source on Income comprised in the sum of each payments as per extant rules.

23.2 The deductions towards Income Tax to be made at source from the payments due to

nonresidents shall continue to be governed by Section 195 of I.T. Act 1961.

23.3 Value Added Tax(VAT) as applicable as per the extant rules of state government shall be

deducted on the gross value of the bills.

23.4 Building construction workers welfare cess @ 1%of labour portion or as applicable shall be

deducted on the gross value of the bills.

23.0 Technical Personnel

Contractor shall employ following technical personnel for the supervision of the works.

23.1 A supervisor shall be an Ex-railway Chief Signal Inspector or a Graduate Engineer with the

experience of minimum three years in execution of Railway Signaling works, When the cost of work

is more than Rs.50 lakhs and less than Rs.2 Crores. If the value of the work is Rs.2 crores and above,

two Graduate Engineers with a similar experience shall be deployed. One additional Graduate with

the same experience for works exceeding Rs.5 Crores shall be deployed.

23.2 Diploma Holder can also be engaged in lieu of Graduate Engineer. In such cases two Diploma

Holders for each Graduate Engineer are required to be engaged. They should have similar experience

as for Graduate Engineers.

23.3 If the cost of the work is less than Rs.50 lakhs and above Rs.20 lakhs, one Diploma Holder with

the above experience shall be engaged.

Page 76: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 76 of 118

23.3 The Certificate of Experience shall be from a Railway Officer not less than a JA Grade.

23.4 Technical staff stated above should be available at site to supervise the work and take

instructions from Engineer-in-charge with the necessary experience.

23.4 In case, the contractor fails to deploy Technical staff as aforesaid, a sum of Rs.15, 000/- per

month for each month of default in case of Graduate Engineer and Rs.8, 000/- in case of Diploma

Holders will be recovered from the bills.

23.5 The period of deployment of Technical staff covers from the date of issue of letter of

acceptance till completed works handed over to Railways.

23.6 Competent workmen and sub-supervisors with knowledge of basic safety rules shall be

employed for execution of the works under the overall supervision of the above work contractor’s

Engineer.

23.7 The contractor on his part will have to employ labour in full strength commensurate with the

working. He will also arrange matching materials and equipment to complete the job most

expeditiously so as to ensure that the work is completed within the stipulated period.

23.8 Also a supervisor/ representative shall be nominated by contractor on the works who will be

authorized to receive and acknowledge materials issued by the Railways and take all orders issued by

the Inspecting Officer of the Railway.

23.9 The Engineer (ADSTE/DSTE) or the Supervisor directly working under him shall personally

advise all the site Supervisors and other workmen regarding safety precautions and satisfy himself

that they have understood the same. A Competency Certificate shall be issued in favor of the

Counseled Contractor Supervisor(s) (valid for the work only) by the SE/SSE and the same

countersigned by the ASTE/DSTE in charge of the work as per the pro forma given in Annexure VIII

24.0 SPECIFICATIONS OF CONTRACT

24.1 The alignment of cable path, location of signals, location boxes will be decided by the

Railways.

24.2 Contractor shall strictly adhere to the drawings, instructions and specifications in regard to any

extra clearance in the Railway yards, distance from the centre of the track diversion of cable, extra

depth required for foundation etc.

24.3 Technical conditions for various works contemplated in the contract, are enclosed for reference.

24.4 The Railway reserve the right to alter the drawings. If due to change in drawings or design or

any other reason, there by variations either increase or decrease in quantities, payment will be made

only for the actual quantities executed at the accepted rates. If there be sufficient cause, the Railway

may grant extension of the date of completion suitably. Such circumstances shall, in no way, affect

or vitiate the contract or alter the character thereof or entitle the contractor to damage or

compensation therefore.

25.0 VARIATIONS OF SCHEDULED QUANTITIES

Page 77: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 77 of 118

25.1 The variation of quantity up to 25% shall in no degree affect the validity of the

contract and it shall be performed by the contractor as provided there in and be subject to the same

conditions, stipulations and obligations originally included and approved for in specification and

drawing and the amounts to be paid therefore, shall be calculated in accordance with the accepted

rates of the Schedule.

25.2 In the event of any reduction in the quantity to be supplied or work to be executed for any

reason whatsoever the contractor shall not be entitled to any compensation but shall be paid only

for the actual amount of work done or quantity of supply made in accordance with accepted rates

of Schedule.

25.3 In case of increase in quantity of an individual item by more than 25% of the agreement

quantity is considered as unavoidable, the same shall be got executed by floating a fresh tender. If

floating a fresh tender is considered not practicable, negotiations may be held with the existing

contractor for arriving at reasonable rates for additional quantities in excess of 125% of agreement

quantity.

25.4 The contractor is bound to notify the Engineer-in-charge at least 7 days before the necessity

arises for the execution of any item in excess of 25% of the quantity provided in the agreement.

25.5 The rates for items in excess of 25% of the agreement quantity shall be decided by mutual

discussion in a meeting between the Railway and the contractor well in advance of the execution of

the quantities involved, if in the opinion of the Railway such quantities are also to be executed by the

same contractor.

25.6 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 agreement value is

less than 1% of the total agreement value.

Page 78: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 78 of 118

PART-III

DETAILED TECHNICAL SPECIFICATIONS

1. GENERAL

1.1 The detailed specification for the work which are to be carried out by the Contractor are as

stipulated hereunder. Not withstanding what ever contained in the specifications, the field

supervisor/Executive engineer for the work shall decide as per site conditions and shall be binding on

the contractor. In case of any dispute regarding soil condition/type of trenching and other conditions

the decision of the Engineer for the work shall be final and binding.

1.2 The work shall be carried out according to the drawings approved by the Railways and shall

conform to the provision of Codes, Signal Engineering Manual Part-I &II, RE Manual, Block Manual

and Schedule of dimensions are deemed to be a part of the Contract Agreement. The contractor shall

be solely responsible for the proper execution of the work as per specification.

2.0 Tool Kit Shall Consist of

All Common Tools Shall be of Gedore/Taparia Make or Superior and Shall be got approved

by Engineer before Supply.

1 Standard Tool Bag (CANVAS) - 1 No. (Model Will be Got approved

by DyCSTE)

2 Digital Multimeter Philips, Rishab or Fluke equivalent to or superior

to Rish-18S-ir – 1 No

Soldering Iron (Make "Soldern/Philips) - 60W/230V (to be kept at

equipment room) - 1 No

4 Screw Driver set of 6 pieces (Taparia Make) - 1 No

5 Cutting plier 6" (Taparia ) - 1 No.

6 Side Cutter (wire cutter) 6" (Taparia ) - 1 No.

7 Nose plier 6" (Taparia) - 1 No.

8 Wire stripper (Taparia ) - 1 No.

9 Fibre tape 3 meters - 1 No

10 Scale 6" (for tongue rail opening) -1 No (S.S.material)

11 Pop spanner wrench 6mm to 22mm (auto adjustable spanner) Taparia

make -1 No

12 Pop spanner wrench 10 mm to 30 mm (auto adjustable spanner)

Taparia make -1 No

13 Pop spanner wrench 15mm to 41mm (auto adjustable spanner)

Taparia make -1 No

14 Hacksaw frame with blade 6", 4" width (for cutting cable) - 1 No.

15 Hammer 3.0 lbs 1 No.

16 Chisel 6" (for cutting bond wire) - 1 No.

17 Poker 8" (for removing bond wire, bond pin )- 1 No.

18 Screw Driver Heavy duty 12" with plastic handle (for opening of

detector contacts (Taparia ) - 1No.

19 Test piece (Pt wedge piece) – 2 No.

Page 79: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 79 of 118

20 Multi colour/Mono torch light ( preferable LED rechargeable type) - 1

No.

21 Universal key - 1 No.

22 Box spanner for 6 way terminals (13mm) (for opening ARA

terminals) - 1 No.

23 Nylon brush (for cleaning purpose) - 1 No.

24 Sealing Plier - 1 No.

25 Crimping Tool (1.5 to 16 Sq.mm) - 1 No.

26 Feeler gauge - 1 Set

27 TSR Meter (for testing condition of track circuit) - 1 No.

28 Wooden Block (60mm x 60mm) (for providing between Tongue rail &

Stock rail during maintenance) - 1 No.

29 Track shorting clips - 1 No.

30 Tester - 1 No.

31 Flat file 12" length x 1" width - 1 No.

3.0 DG Set: Supply of factory assembled and performance tested DG set Air cooled self start 10

KVA single phase with required BHP diesel engine with facility to start and stop operation.

Engine/alternator 10KVA of Kiloskar make or equivalent mounted on a fabricated iron base channel

vibration free with acoustic enclosure with 75dB(A) insertion loss along with battery for self start of

standard/AMCO/Exide make. All mounting type panel with push button assembly. The DG set shall

comply with CPCB norms notified vide GSR 371(E) dtd 17/2/05 and its amendments (at serial No.94

paras 1&3) as amended by GSR 448(E) dtd. 12/7/04 and GSR 520(E) dtd.12/8/04. Facility to charge

the DG battery in DG idle condition through 230V external local supply to be made available in the

DG set.

4.0 Solar Panel: Solar panel of RDSO approved make (as applicable)/ recommended source shall be

supplied as per the Following Specification:

a) Solar modules - 12V 80Wp as per RDSO specification IRS S84/92 amend 2 or latest.

b) Solar charge controller - 110V, 40 amp to RDSO/SPN/187/2004 or latest suitable for

LMLA batteries wall mountable. Should be supplied with spares as mentioned in the IRS

specification 187/2004 or latest.

c) 10 module mounting structures as per drawing. Structures to be powder coated with

facility to change the angle of inclination.

d) Array junction box

e) Copper cable,2cX10sq.mm,1cX25sq.mm

f) Super earthing kit

g) Installation kit

Note: All nuts and bolts to be galvanized. Should be supplied with required manuals.

5.0 Central Monitoring Unit : Shall be of HP/IBM/COMPAQ make or superior consisting of

a. Pentium IV, 3 GHz or higher speed processor, S3 - Pro savage chipset or better,

b. 8GB RAM, 6MB cache, 320GB HDD, 16xDVD R/W

c. 4 USB ports (with at least 2 in front), Serial Ports – 1, Parallel port - 1

d. 19" TFT color monitor,

e. LAN card, sound card, Optical mouse and key board, wireless LAN card

Page 80: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 80 of 118

f. 0.5 KVA UPS (with 30 minutes back-up), Windows

XP professional/Windows 2000 professional, software pre-loaded with license

g. 500 GB external USB hard drive.

6.0 CABLE LAYING

6.1 CABLE PLAN: Cable plan with distribution chart for each cable shall be prepared jointly by

contractor and Railway for each station leaving adequate spare conductors overall as laid down in

S36/87 i.e., 20% of working conductors on overall shall be left spare upto outer most points and 10%

beyond outer most points.

6.2 CABLE TRENCH

6.2.1 Excavation of cable trench shall be made in all kinds of soils including clearing roots of trees,

rocks etc., to a depth of 1.0M and to a width of not less than 0.30 Mtr providing proper protection as

required by Railways while crossing power cables, pipe lines etc., The bottom of the Trench shall be

leveled and got rid of any sharp materials. Trenches shall be straight as far as possible and steep

angles shall be avoided. Railways will indicate alignment of the main cable route as well as

track/road crossings.

6.2.2 Through Signaling / Power cables shall be laid as close to the track as possible. The cable track

separation distance both within station limits and in the block section generally be about 6 Meters.

They shall be laid as close to the railway land boundary as possible.

6.2.3 Whenever the cable route is very near or over the embankment due to non-availability of space,

the route marking shall be given in consultation with Railway Civil Engineering Officials. IN these

stretches the contractor shall complete the work in minimum possible time.

6.2.4 The progress of trenching, availability of cable, bricks, pipes etc., shall be closely co-ordinate

to ensure that the trenches remain open for minimum possible time.

6.2.5 Whenever the track crossing is to be done, the same shall be done in least possible time in the

presence of Railway Civil Engineering Representative.

6.2.6 It is desirable that the excavation of trenches is not done in long lengths and does not remain

uncovered overnight. It is preferable that trenches are dug, cable laid and refilling done on the same

day.

6.2.7 Th e cable trench depth shall be full except where local conditions of soil prevent same. The

decision of Engineer in this regard is final. However in all cases where depth is less than 800mm;

protective measures are to be undertaken. Wherever rock formation/ foundations, pipes or cables are

experienced and trenching cannot be done to a depth of even 800mm, the trench shall be dug as far as

possible and protective measures taken to avoid damages of cable as decided by the Railway's

representative. The relevant item of Schedule shall be operated.

6.2.8 In all such cases of lower depth, the Railway supervisor shall record the reasons for such low

depth in the site register. Payment of trenching shall be made proportionate to the depth of trench and

no payment shall be made for any extra excavation carried out of additional depth or width of the

trench out in the slopes etc.

6.2.9 Proportionate payment shall be allowed where the required depth cannot be achieved due to

geographical contours.

6.2.10 Whenever a depth of less than 800mm is necessitated due to site conditions, concreting shall

be done over the cable for a depth of 200mm for protection. This shall be 100mm in case of

involvement of rock cutting. The work shall be done as per standard drawings.

Page 81: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 81 of 118

6.2.11 SK/SC/CN/8/84 (B)… Normal trench

6.2.12 SK/CN/New-1 … Direct on ground rock

6.2.13 SK/CN/New-2 …. Rock faced at about 300 mm depth

6.2.14 SK/SC/CN/New-3 .. Rock faced at about 300-550 mm

6.2.15 SK/SC/CN/New-4 Rock faced at about 550-800

6.2.16 SK/SC/CN/8/84 (A)…Power cable Brick separation

6.2.17 However the minimum depth shall not be less than 300mm for laying RCC/ GI pipes in hard

morum/ rocky soil. Whenever rocky soil is experienced, concreting has to be done for a depth of

150mm after laying the able to protect them. Payment for GI/RCC pipe shall be made separately or

supplied by Railways.

6.2.18 During excavation of the trenches, the earth should not be thrown on the ballast. The side of

the trenches, away from the track should throw the earth. Complete excavated earth shall be back

filled in the trench after laying the cable and rammed well.

6.2.19 spreading of river sand in the excavated cable trench to a depth of 75mm and after laying of

underground Signaling cables/power cable as per the cable plan covering the cable, with river sand to

a depth of 150mm. Finely sieved local soil without pebbles/stones may be used in place of sand.

7.0 Cable Laying

7.1 Provisions of para 15.10 of Part-II SEM shall be broadly followed.

7.2 Before the cables are laid, a visual inspection of cable shall be made and it shall be tested for

insulation and continuity of cores. The insulation resistance of new cable shall not be below 500 M.

ohms per KM at 20 degrees centigrade.

7.3 If there is wide disparity between insulation of different conductors, the conditions of the cable

should be thoroughly checked before permitting its use. Bedding and armoring shall be inspected to

see that there has been no damage during transit or in storage.

7.4 Cable wheels shall be used normally to mount the drums before rolling them. In case where the

Cable wheels not available or the area is not convenient for rolling the Wheel Drums along the route,

the drum shall be mounted on the axle at one end of trench and cable un-winded using adequate

number of men ensuring that the insulation of the cable is not damaged and no kink/twist is formed.

7.5 Before laying of cable in the trench, a visual inspection shall be adequate for any damage or

defect through out its length.

7.6 Normally, cable laying should be commenced only after the relay room and cable termination

box on the route at the respective stations are ready, and the cable should be fully terminated at the

relay room/apparatus cases, immediately after the cables are laid. However, if for any reasons the

cables are to be laid in advance, special care should be taken to ensure that the coiled cable near the

relay room/apparatus case is fully protected before and during final termination. The coiled cable

should be fully covered with a layer of bricks in its entire length and provided with adequate number

of cable markers. On no occasion the ends of the cable should be left unprotected.

7.7 Cable laying shall commence only after the depth and width of the trench, quality of bricks etc

are jointly inspected by the Railway Engineers representative and Contractor's representative and

approved.

7.8 Cables shall never be taken over the running tracks at the time of cable laying by the contractor

as this is likely to cause accident to trains and damage to cables. In case where the cable is required

to be transported across the tracks, the same shall be done in the presence of Railway Supervisory

Page 82: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 82 of 118

staff after safety precautions have been taken to post flagmen on all the sides as

may be required to stop any train approaching the site of the fouled line.

7.9 At each end of the main cable/tail cable/power cables an extra coil length of 6 to 8 meters should

be kept.

7.10 At the time of commissioning of the cables, the insulation values of the cable should again be

checked and the value obtained shall not be below 10 M. Ohms per KM at 50 degrees C. If there is

wide disparity between insulation of different conductors, the conditions of the cable should be

thoroughly checked before permitting its use. The readings shall be recorded in the register for all

cables.

7.11 The contractor shall furnish the final as made cable plan and cable route plan showing the

distance of cables from the nearest track center at every 30M interval and location of apparatus cases.

7.12 The Supply of tentative Cable Route Plan shall be a pre-requisite for releasing payment towards

trenching. The Engineer may split the Total trench (yard/ work area) into suitable no of sub locations

for release of quantities pertaining to that area.

7.13 After the signalling cable/power cables are covered with river sand as above , one layer of

country bricks of size 220mm X 100mm X 60mm approximately, shall be placed closely in breadth

wise.

7.14 Whenever power cables are to be laid along with other cables bricks are to be laid lengthwise

approximately five bricks per meter for separating power cables from other signalling cables.

7.15 Refilling of the cable trenches with the earth and placing and concreting of cable markers at an

interval of 30 M throughout the cable route and also on either side of track crossings along the cable

route shall be done. The cable marker shall be concreted to a depth of 0.3M from the top of the cable

marker in case of CI marker and 90Cms in case of Concrete marker. The grouting of CI / Concrete

marker shall be for 30 Cm to avoid theft and shall be provided with cement coping as per Drg. No.

SK/SC/CN/New-5 (Concrete markers) or SK/SG/CN/7/84 in case cI markers are used.

8.0 TRACK/ROAD CROSSINGS: Whenever signalling/power cable has to cross the track/road, it

shall be ensured that as per drawing No. SK/SC/CN/West/30/87 A or B:

8.1 The cable crosses the track/road at right angles.

8.2 The cable normally does not cross in between or inside points and crossings.

8.3 The track/road crossings to be carried out as per the drawings.

8.4 The work includes removal of ballast, cutting of trench across track/road at the places indicated

by the Railways and covering the trenches after placing RCC pipe/pipes in position.

8.5 RCC pipe/pipes shall be provided for track/road crossings.

8.6 For each track crossings, two numbers of RCC pipes each 2M long with color

shall be provided. For each road crossing, required number of RCC pipes

each 2M long with collar shall be provided depending upon the width of the

road. Payment for GI/RCC pipe shall be made separately or supplied by

Railways.

9.0 BRIDGE CROSSINGS: On Bridges, the cables are to be laid through GI pipe/trough and taken

through CC/GI pipe on either ends suitably buried on both sides of the bridges for a sufficient depth

so as to meet the bottom of the cable trench, then fixing the pipe in concrete of size 0.5m X 0.5m in

both abutments. Separate pipes/troughs shall be used for power/signalling cables. Suitable supporting

clamps shall be manufactured as required by Railways at the rate of 1 clamp/meter depending upon

the type of girder. Before fixing GI pipes, perforated holes of 5mm dia shall be drilled at an interval

of 0.3 Mtrs. to avoid theft of GI pipes. All the above works shall be carried out presence of Railway

representative only. The work shall be executed as per Drg No. SK/SC/CN/West/76/86 (for girder

Bridges and SK/SC/CN/West/12/87 for concrete slab bridges.

Page 83: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 83 of 118

10.0 FOUNDATIONS GENERAL: The top level of the foundation shall be in level with the

existing rail evel as far as possible. The proportion of cement, sand, ballast shall be in the proportion

of 1:3:6 for casting foundations for signals, location boxes and the proportion will be cured for a

period not less than 7 days.

10.1 Fine aggregate must consist of sand, stone, ballast not exceeding 20mm size and cement. The

sand and ballast must be clean and free from soil, clay, shells, soft or flaky materials or any vegetable.

Ballast must be washed when necessary to ensure cleanliness.

10.2 Sand used must be tidal river sand and must be free from any salts.

10.3 Water used for mixing must be clean and free from any oil, alkali and acid.

10.4 Materials for concrete must be carefully and accurately measured for every batch.

10.5 Mixing must be done in a mixing trough or a M.S. sheet, which should not be, more than half

full at the time of mixing. Two men shall use square ended shovels and not powerahs. Water must be

added by pouring water must be continuous until all materials and water are thoroughly mixed and

uniformly combined.

10.6 When batch is fully mixed, it must be used without any delay. The aggregate shall be deposited

in uniform layer not exceeding 15 Cms. Tamping and spreading of each layer to be done as to cause it

to settle thoroughly in the form and produce a dense mass.

10.7 Forms must be drenched with water before the concrete is placed against them and must

not be removed in less than 36 hours afterwards.

10.8 A template for each foundation should be prepared suiting the holes in the base of the location

box or signal post (for which foundation is cast) in order to hold the anchor bolts in position till the

foundation is cured. The template shall be removed before the top of the foundation is given fine

finishing.

10.9 The exterior surface of the foundation should be finely finished leaving 4 Cms. of thread

portion of the anchor bolt free to enable erection of signal post or location boxes. All foundations

shall be cast under the direct supervision of the Inspector-in-charge of the work. Curing must be done

for all foundation for not less than 7 days.

10.10 No payment shall be made for any extra excavation carried out in the slope and width of the

pit, including for foundations where soil is loose and pit is to be dug for more depth.

10.11 Erath work and stone pitching shall be done where the boxes/signals are laid on edges of

embankments or the height of the Location boxes heights are un reachable to maintainers. This item

shall be paid for separately.

10.12 The Following Drawings Shall be adopted for apparatus cases

Sl

No

Type of Foundation Drawing No.

1 Signal (Main CLS) SC/N/CN/62/A

2 Signal Shunt SC/N/CN/62/B

3 Road Signal CLS Type SC/N/CN/62/A

4 Location Box Full SK/CN/1/89/A

5 Location Box Half/ Quarter SK/CN/1/89/B

Page 84: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 84 of 118

10.13 Location box foundations are to laid in such a way that the door are parallel

track in open condition. The boxes shall be installed in rear of the Signals covered by them such that

the signal aspect can be watched while taking readings etc. The open door shall be farther than 2.36

Mtrs from centre of the nearest track.

11.0 APPARATUS CASES ( LOCATION BOXES)

11.1 The work consists of pit excavation, casting foundations with bolts of adequate size having

cement concrete of ratio of 1:3:6 with stone ballast of 30mm size as Drawing Nos specified

above.The railway will indicate the position of location of apparatus cases.

11.2 All apparatus cases/battery boxes shall be erected on concrete foundation and plumbed. It

should be clear of infringement when the doors kept open perpendicular to the track. All foundations

shall be plastered on all sides and earthwork shall be made up to the required level. All the

apparatus/battery boxes used shall be painted on inner side with white paint before fixing the shelf

planks and terminal board after a primary coating with red oxide and with Aluminium paint on outer

side after installation at site.

11.3 Wooden planks/reapers of 20 to 25mm thick to be sized and planed for fixing ARA

terminal/fuse block. Wood screws of proper size shall be used. The size of terminal boards and

shelf planks shall be as required by railway. Two holes on either side of terminal/fuse block

shall be made if required for carrying out wiring termination. Shelf plank be securely fixed in level

on suitable M.S. angle brackets. Wood polish varnish shall be applied before fixing terminal/gadgets.

11.4 The underground signaling cable shall be taken into the apparatus case/battery boxes and

properly secured by wooden clamps/cable gland plates.

11.5 The cables shall be neatly skinned, bunched and terminated. All cores of cable shall be

terminated on the terminal board at locations and in Relay rack at the required places in the order as

approved by Inspector in charge. All the power cables (Aluminum) shall be provided with

Aluminum lugs using crimping tool.

11.6 All apparatus cases shall be provided with 'E' type lock arrangements on one or both the

doors as per instructions at site. Contractor shall procure material and fabricate for fixing of 'E' type

lock if such provision did not exist on the apparatus case. Location Box, E-Type locks are covered by

a separate item of Schedule or Railway supplied.

11.7 After all the signaling cables are taken inside the apparatus case/battery box the side

opening shall be closed with masonry work and plastered. The inner side is then filled with sand and

finally the bottom is sealed with sealing compound.

11.8 Earth work and pitching shall be done in all cases of Location box erection after completing all

works of termination and testing up to such a height and width around the box such that the

technician can easily reach the contents inside. Earth work and pitching is covered under a separate

item of Schedule.

11.9 The armors of all the cables and apparatus case/battery box shall be earthed as directed by

Engineer. Excavation of a pit at a given location as per Drg. No.G/SG/09/2002 on natural soil, fixing

earth pipe covering the same with a mixture of 30 Kg. of charcoal, 30 Kg. of common salt and

earth. This includes brick masonry around the earth and cover. GI pipe of size 50mm X 3.5M with

12mm dia holes on the sides at intervals of 300mm. If more than one apparatus cases are grouped at a

place, as directed by Engineer in charge earth need not be provided separately for each apparatus

case. Railways may also go for Special type of low resistance earth as the case may be (in

installations involving BPAC etc.

11.10 However the payment for all earths shall be covered by a separate item of Schedule.

11.11 The earth resistance shall not be more than 10 ohms for conventional earth and below 1 Ohm

for Mtce free Low resistance earth. Earth resistance and date are to be painted on earth pit .

Page 85: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 85 of 118

11.12 Track relays, line relays point contactors, overload relays, transformers,

track feed chargers, rectifiers, charged secondary cells, track feed resistance, EKT, telephone plugs

etc., shall be fixed neatly in the apparatus case as required by Railways. The wiring shall be carried

out in a neat manner. Coil bunched and tested. The relays wherever fixed shall be fixed in such a

manner that they cannot be easily removed or tilted. Anti tilting arrangement shall be made for shelf

type relays. Details of cable terminations and wiring particulars shall be painted inside the apparatus

cases door in addition to documentation. Relay fixing arrangements shall be firm and rigid to avoid

any chance of vibration due to train movements.

11.13 All electrical equipments wherever provided shall be earthed as directed by Engineer.

Description of equipments, relay etc., shall be neatly painted inside the apparatus cases door. All the

internal wiring shall be tested from point to point in full, jointly by contractors authorized Engineer

and Railways supervisor.

11.14 Charged secondary cells if installed inside apparatus cases, shall be fixed firmly leaving

working space for taking specific gravity reading and distilled water topping. The date of installation,

capacity and serial number shall be painted on each cell and the inner side of the door.

11.15 Battery links (lead) with suitable bolts and nuts shall be used for connecting cells. Petroleum

jelly is to be applied on terminals immediately after connection. The specific gravity and voltage

reading shall be recorded in a separate register and handed over to Railway duly signed.

11.16 The Terminals are to be fixed on teak wood reapers of approx 50x20x940 mm for Full box and

50x20x470mm for half box.

11.17 Track circuit accessories, Chargers, EJBs of axle counters etc shall be mounted on horizontal

teak wood planks of 20x300x940 (or 470mm for half LB). batteries shall be mounted on hard wood

planks of 40 mm thick planks.

12.0 SIGNALS

12.1 The work includes excavation of pits and casting of signal foundations as per relevant schedule

item and standard drawings.

12.2 Signal pole shall be securely fixed to surface base and erected on signal foundation and

plumbed. The gap between the signal pole and surface base shall be filled up with lead wool or any

other approved substance to avoid tilting. Multi unit color light signal up to 2/3/4 aspect shall be

properly mounted on Signal post with or without route indicator. Soon after installation, the pole

shall be painted with Aluminum /white enamel after giving a coat of primer and the signal unit shall

also be painted as per the Standard practice.

12.3 Wherever route indicator junction type or stencil type is to be erected, it shall be mounted on

the top of the Signal pole and a large off set bracket shall be fixed with 'U' bolt of 20mm dia 2 Nos.

on the Signal pole for mounting multi unit color light signal. The tail cable shall be first terminated

on the route indicator and separate wiring shall be run to color light multi unit signal from route

indicator.

12.4 To take the wires into the Multi unit, a vertical slot of not less than 25mm X 37mm in size shall

be made on the Signal pole. Suitable protection shall be provided on the slotted pole before cable is

taken through it and care shall be taken that no damage to insulation of tail cable is caused.

12.5 All the signal aspects have to be focused properly. LED signal units may be employed where

supplied by railways.

12.6 Signal units door shall be locked using Universal locks. Universal locks are covered by a

separate item of Schedule or Railway supplied.

12.7 The cables are to be taken through the pole to the unit without damaging the insulation and

Armour then skinned and terminated.

Page 86: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 86 of 118

12.8 All the signal units are to be wired as per approved practice by railway. The

wiring is to be tested jointly. In case of conventional bulbs, the signal shall be focused correctly in

daytime at bright light at 90% of rated voltage.

12.9 For LED aspects, the following shall be ensured as per manufacturer’s recommendations

12.9.1 Current regulator earth should be ensured.

12.9.2 Jumper selection to be done to suit conventional/LED ECR as the case may be.

12.9.3 Jumper selection shall be such that ON aspects shall be “Non Blanking” and OFF aspects

shall be “blanking”.

12.10 The signal post shall be properly plumbed and fitted with ladder having a platform and

guarding on the top.

12.11 Necessary ladder with concreted supports as required shall be provided.

12.12 All the signal posts and signals shall be installed clear of infringements. (i.e., 2.36 Mtrs. from

the central line of the nearest track). Markers and number plates shall be fixed wherever necessary as

per signaling plan using suitable clamps. Signal number has to be painted on the "Number plate" as

well as on the door outside. All fittings are to be tightened properly. Signal unit shall be locked

properly.

12.13 Protective mesh shall be provided for all signal units. Payment is covered by a distinct item.

12.14 Necessary earthwork shall be made around each signal if required by Railways. The earth work

and pitching shall be paid separately under a different item of Schedule.

12.15 Supply of Signal accessories, post, CLS unit, LED aspect, Transformer, Ladders etc are

covered by separate item of schedule or supplied by Railways.

13.0 CALLING ON SIGNALS/POST TYPE SHUNT SIGNAL

13.1 Off set bracket shall be fixed with 'U' bolts of suitable size on signal pole for mounting calling

on signal. Vertical slotted hole not less than 25 X 50mm in size shall be provided on the signal

pole to take tail cable. Care shall be taken that no damage is caused to insulation.

14.0 POSITION LIGHT SHUNT SIGNAL GROUND TYPE

14.1 The work includes excavation of pits casting of shunt signal foundations as per Drg. NO.

SC/N/CN/62-B using Anchor bolts of size 20mm X 450mm. The position of shunt signals

will be indicated by Railways in the signaling plan.

14.2 Foundations for shunt signal should be of cement concrete with ratio of 1:3:6 using stone

ballast of 20/25mm size to be cast at location shown by the Railway's representative. The foundation

to be plastered in all sides.

14.3 The position light shunt signal shall be properly mounted on post and plumbed.

14.4 Necessary earthwork shall be made for each position light shunt signal if required by

Railway. The cables are to be taken through the post to the unit, skinned and terminated.

14.5 Position light shunt signal are to be wired as per approved practice by Railway. The wiring

is to be tested jointly. The shunt signal to be focused correctly in day time at bright light at rated

voltage. The signal units back door covers are to be locked using universal locks.

15.0 POINT MACHINES

15.1 Electrically operated point machines combined type shall be fitted in level to all points as per

signalling plan on long sleepers on extended gauge tie plate, clear of infringement as per the latest

RDSO Drg.

15.2 The point machine shall be installed after cleaning both inside and outside the machine, after

greasing/oiling to all moving parts. The point machine shall be hand operated and detection and

Page 87: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 87 of 118

motor-controlling contacts shall be adjusted before taking to site. All unwanted

openings shall be covered with MS sheets.

15.3 The point machines shall be fixed with proper bolts, nuts and flat/spring washers with correct

size of holes through the special sleepers to avoid lateral/longitudinal play, on extended Gauge Tie

Plate.

15.4 All point connecting rods shall be connected to point machines without any strain and with

Min. offset. All connecting rods shall be in level and correct size of bolts and nuts shall be used to

avoid longitudinal play. Any changes in the connecting roddings during installation which

necessitates welding and offsets shall be carried out by the Contractor at site. The welding shall be by

smithy process. Lengthy roddings shall be supported suitably by roller guides.

15.5 All the wooden sleepers on which the point machine is installed shall be strapped on both sides

with 50mm X 20mm M.S. strap. Necessary holes 21.5mm dia shall be used for fixing to the sleepers.

15.6 Separate junction box shall be installed clear of infringement near the point machine and the

respective cables shall be terminated. The leading in wires from the box to pint machine shall be

taken through GI pipes securely fixed respectively to machine and Junction box (coaxially

arranged). The wiring inside the point machine for motor and detector circuit shall be carried out

neatly. All the electrical wiring shall be tested for insulation and earth and all connections tightened.

PVC copper wire/cable of sufficient capacity shall be used for wiring point machines as per standard

practice approved by Railways.

15.7 Wiring between Termination box to machine shall be done using 3/20 or 3/ 0.737 wires. Cost

of wires and junction box is separately covered.

15.8 Point machines and junction boxes shall be painted and point numbers shall be painted neatly.

Wiring diagram shall be painted on the inside of the point machine cover.

15.9 Adjustment and Testing

15.9.1 The point machine shall be worked by crank handle and the housing of switch rail with the

stock rail shall be checked.

15.9.2 The point machine shall be worked both ways with proper feed without undue friction and

working current shall be recorded.

15.9.2 The point detector and lock connections are adjusted in such a way that with a 3.25mm thick

test piece obstruction placed between the switch and stock rail at 150mm from the top of switch.

15.9.3 The point does not get locked.

15.9.4 The point detection circuit is not completed (contact not made).

15.9.5 Both shall be tested independently.

16.0 SIDING CONTROL

16.1 Method - I: (Points operated by 1 Lever GF)

Erection of single lever frame near the siding points on 'A' type foundation and running rodding

between the ends of cross over points duly interposing the compensator. The facing end of the siding

points shall be provided with a hand plunger lock normally locking the points and is to be unlocked

by the key from the EKT fixed near the single lever frames. The apparatus case near the sidings

points will have to be fitted with Electric key transmitter and a magneto telephone. Trap points are to

be fitted with Trap Indicators.

16.2 Method - II: (Locally operated Points by Spring Levers):

Page 88: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 88 of 118

Drilling of holes on switch rails and on sleepers, fixing of switch extension pieces,

H.P. lock, setting HP lock stretcher, adjusting the opening of switches and spring along with

Permanent Way Officials. Cutting of notches on Split Lock Stretchers, filing, adjusting. Fixing of 'E'

type locks on the HP lock for succession key locking arrangement and testing the point for

obstruction test as laid down in Signal Engineering Manual.

16.3 Fixing Point/Trap indicator stand and point/trap indicator including lenses with required bolts

and nuts, washers, connecting the Point Indicator base with connecting rod to the switch rail,

adjusting the Point Indicator for correct operation as per SEM and focusing. 3 Nos. of 20mm X

200/250mm bolts are required to fix Point/Trap indicator stands onto the sleepers. If the Point

happens to be in the track circuit zone, necessary arrangements for insulating the split lock stretcher,

switch extension pieces from switch rail has to be carried out by enlarging holes on split lock

stretchers and switch extension pieces.

17.0 TRACK CIRCUITS

17.1 Track circuits shall be provided to conform to Para 8 of IRS specification S.36/69.

17.2 The work includes bonding of rail joints which shall be made with rope wire, holes are to be

drilled close to fish plates on the web of rail and the bond wires are fixed by driving channel bond

pin, tightly. In point track circuit parallel jumpers bond wires/cables shall be provided as required by

the Railways.

17.3 Four TLJ boxes (Two at track feed end and two at relay end) shall be fixed clear of

infringement and the respective track circuit tail cable 2 X 2.5 Sq.mm PVC copper conductor from

the apparatus case shall be terminated. The connection from the TLJ boxes to the rail should be

through the solid wire rope which should be fixed to the Rail by channel Bond pin both at feed and

relay ends. The GI wire from TLJ boxes to sleepers should be covered with suitable PVC coloured

sleeve and there upon neatly clipped on the sleepers to prevent shorting with nails. Insulations /

granates - PVC shall be provided on TLJ box to prevent GI wire earthing. Double lead wire shall be

provided both for feed and relay ends.

17.4 Both TLJ boxes shall be painted and track circuits shall be neatly numbered as required by

Railways.

17.5 Rail joint insulation RDSO type shall be provided with long bolts and nuts at places marked by

Railways. The required long bolts and nuts will be supplied by Railways. Every rail joint insulation

shall be tested jointly after installation. Wherever point track circuit is involved, the gauge/crossing

tie plates/stretcher bars and switch extension pieces shall be insulated. Only non-insulated gauge tie

plate/crossing plate/leading and following stretchers for the above will be supplied by the Railways.

Insulation shall be provided correctly and tested jointly. After providing insulation, it should be

inserted in the presence of Railway representative only. The switch extension pieces/'D' clamp fittings

also should be insulated. The contractor shall supply all insulations as per schedule.

17.6 Polarity bonding in point track circuit in duplicate shall be provided for each point track using

wire rope insulated and clipped to sleeper.

17.7 After completing the installation of track circuit, it shall be energized, tested, adjusted and

readings recorded in a register/track circuit history card.

17.8 Wire rope , TLBs, 2.5 Sqmm cable are supplied by railway or covered by separate schedule

items.

17.9 Exothermic bonding sourced from RDS approved / recommended firms where covered in

schedule.

17.10 Miscellaneous material like bond pins, tools, sleeves, drill bits, lugs for termination etc shall be

catered by contractor as part of labour portion of work.

Page 89: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 89 of 118

18.0 LIFTING BARRIER GATES

18.1 The work consists of casting foundations with cement concrete in the proportion of 1:3:6 with

approximately 40mm graded stone and river sand, plastering the exposed portion including the

portion on the sides up to a depth of 150mm below the ground level for:

i.) 2Nos. of lifting barrier pedestal using 6 Nos. of anchor bolts of size 25mm X 900mm

for each pedestal.

ii ) 2 Nos. of lifting barrier stands using 4 Nos. of 20mm X 450mm anchor bolts and

nuts for each stand.

iii) Lifting barrier winch mechanism using 4 Nos. of 20mm X 450mm anchor bolts and

nuts.

18.2 Breaking of metal/tar road and excavating duct of 300mm wide and 300mm deep, laying of

100mm G.I. pipes for transmission/rodding and closing, ramming and leveling.

18.3 Fixing of lifting barrier pedestal, booms, winch, stop posts, reflector strips, fringes if any.

Balancing the boom with sufficient number of cylindrical and flat weights by fixing them on to the

booms. Running of wire transmission duly coupling both the booms with winch. Adjusting the

transmission by providing wire adjusting screws for proper functioning for lifting barrier gate

including proper functioning of mechanical bells. Fixing of boom locking mechanisms and making

rodding connection, adjusting and testing the boom locking from ground lever frame. Fixing of 'E'

type locks on ground lever frame and winch mechanism and interlocking the same as per signalling

plan.

18.4 The foundations for Pedestal and Meeting post shall be as per standard drawings with suitable

modifications to suit the site conditions.

18.5 The boom shall be so installed that its bottom is about 800mm to 1000mm from Road level.

18.6 The minimum distance from centre of nearest track to boom shall be 5 Mtrs.

18.7 In double line sections, the booms shall be so installed that the end of the boom points in the

direction of Normal train movements.

18.8 Painting the lifting barrier with two coats of enamel paint of approved quality as given below:

18.8.1 Stands upright and others : Black

18.8.2 Boom with fringes : Black and yellow stripes 300mm wide alternatively.

18.8.3 Stop disc on the boom: Red

19.0 CABLE TERMINATION RACK

19.1 Cable termination racks shall be erected in the relay room at the required location as shown

by the Railway with suitable foundation bolts and cement concreted. The cable termination racks

shall be painted soon after installation before cable termination work is taken up. Suitable cable ducts

wherever required shall be provided to bring all outside cables to the termination rack. All the cables

are to be neatly skinned, fixed on the cable bracket and terminate in order. The cable armors and the

rack should be earthed. Internal wiring and termination particulars are to be written with paint.

19.2 Relay/Cable Termination rack shall be Powder Coated.

19.3 6 way terminal blocks/ Wago Type terminals as the case maybe are to be fixed on

Decolam/Hylam sheet and held rigidly by mechanical screws at CTR. The number of 6 way terminals

is to be painted serially on the C.T. rack and details of termination are painted on Decolam/Hylam

sheet and fixed in the relay room. 6-Way blocks/ Wago terminals are covered as a supply item or

supplied by Railway.

19.4 As made terminal particulars shall be prepared in linen/Polyester tracing signed and handed

over to the Railways.

Page 90: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 90 of 118

20.0 RELAY RACKS

20.1 The provisions of 21.15/ 21.16 of SEM part-II shall be broadly followed in relay erection and

wiring.

20.2 Relay rack frame to accommodate 2/3 way, relay rack is to be fabricated out of 2 Nos. vertical

supporting angle of 65mm X 65mm X 2075mm and bottom and top frame angle of 65mm X 65mm X

1100mm (for 2 way) or 1650mm (for 3 way). Relay rack is to be fabricated out of 40mm X 32mm X

2048mm angles in vertical position spaced 530mm apart by the flats one at the top and the other at the

bottom welded to the angle. The relay racks are fitted to the frame angle by 20 X 75mm bolts with

washers and spring washers.

20.3 The frame is held rigidly by the base assembly and electrically isolated by insulator. Angle

plates 65 X 130 X 6mm are welded to the vertical frame angle at the top to facilitate fixing of 'L'

bracket is electrically isolated by insulator. Ladder is fixed to the ladder supporting angle by 12 X

20mm bolts and nuts with washers and spring washer. The base assembly is anchored to the ground

by means of 'J' type foundation bolts 12 X 100mm with washer and spring washer. For further details

for fabrication, the drawing may be referred to. The exact requirements of wall angles and cable

ladder are to be arrived at taking the disposition of the relay racks in the relay room. The cable ladder

brackets are to be provided with plastic sleeves to avoid injury to the wires and multi core cables run

on the ladder. Alternative ladder arrangement for carrying the wires as per the instructions or

approval of inspector in charge of the work can be fixed.

20.4 Relay racks erected in the relay room shall accommodate 'Q' style/K-50 relays in different

racks is indicated in the sketch showing the disposition of rack ( 9 rows of 6 relays grouped in pairs

such that the one relay gap between such pairs for enabling examination by Technician). While

working out the relay requirements it must be ensured that at least one front and one back contact is

left as spare.

20.5 The disposition of relays in the relay rack shall have to be carried out as per the directions

of the site inspector.. A typical circuit diagram with contacts numbered will be given for guidance and

the contact numbering is to be planned accordingly taking into the account of the contact

configuration of the relays supplied by the Railways.

20.6 Important points to be kept in mind while numbering the circuit diagram.

20.7 Maintaining uniformity.

20.8 Maintain same contact for stick path in stick circuit. (A1/A2 in case of QNI relays), (81, 82 in

case of K-50 relays).

20.9 The principle of similar relays at one location shall be normally adhered to.

20.10 As far as possible, allot same contact for vital circuits.

FOR EXAMPLE

i) RR front contact used in UCR, HR circuit shall be same.

ii) UCR front contact used in HR circuit shall be same.

iii) HR front contact shall be same for lighting circuits.

iv) ASR/ASPR back contact proved in HR shall be same.

v) UCR, RR back contact used in ASR circuit shall be same.

vi) The cross protection contact used in UCR, HR, circuit shall be same i.e., RR back

contact in UCR circuit, UCR back contact in the HR circuit.

21.0 INTER CHANGEABILITY OF RELAYS:

As far as possible, the contacts shall be so allotted that definite contacts are allotted first and then the

deciding contacts so that relays of any contact configuration may be installed.

Page 91: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 91 of 118

FOR EXAMPLE:

i) In QNI relays, (B5, B6) (B7, B8) (C5, C6) (C7, C8) will decide the contact

configuration. These contacts are called deciding contacts. If possible these contacts

shall not be allotted. Should the above contacts be allotted, decide immediately whether

it is 12F/4B or 8F/8B and post in the contact analysis book.

ii) In case of K-50 relays, (61, 62) (63, 64) are deciding contacts for selecting 5F/3B or

4F/4B relays.

iii) In case of TMA relays (41, 42) are deciding contacts for selecting 5F/3B for 4F/4B

relays.

22.0 PICKING UP OF REPEATER RELAYS

If repeating relays over and above the relays shown in the approved circuit diagram are required to be

picked up, the following sequential proving shall be ensured

1. RPR: Front contact shall be proved in UCR circuit and back contact shall be proved in

ASR circuit. It may also be ensure that RR front/back contact is proved in positive limb

and RPR front/back contact in negative limb of UCR/ASR circuits.

2. UCPR: Front contact shall be proved in HR circuit and back contact in ASR circuit.

3. UGPR: Front contact shall be proved in Route Lamp circuit and back contact in ASR

circuit.

4. HPR: Front contact shall be proved in HG lamp circuit and back contact in ASR

circuit.

5. JSLPR: Front contact shall be proved in JSLR stick circuit and back contact shall be

proved in HR circuit.

6. CHLPR: Front contact shall be proved in stick circuit of KLCPR:CHLR and back

contact in EKT lock coil circuit. LXPPR: In case of siding and level crossing gate, if the

key transmission is directly by the operation of knob in panel, then back contact of above

repeating relays (LXPPR, KLCPR) shall be proved in LXYR, KLYR circuit).

7. CHFPR: Front contact shall be proved in EKT lock coil circuit and back contact shall

be proved in HR circuit.

8. TPPR:

i) Back contact shall be proved in TPR (Main Relay) picking up circuit.

ii) TPPR shall pick up through front contact of TPR (Main relay).

iii) TPR (Main relay) front contact shall be nominated in ASR circuit.

iv) TPR (Main Relay) back contact shall be nominated in UYR1, UYR2 circuit.

Page 92: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 92 of 118

v) In WLR circuit or where TPR contacts are proved for track locking,

TPR (Metal to carbon) relay contact shall be nominated. Where all other TPR's are metal

to metal relays.

9 ASPR:

i) Front contact shall be proved in WLR circuit and back contact shall be proved in HR

circuit. In WLR circuit the contacts on positive and negative should be of different

relays.

ii) ASR stick feed shall be through last repeating relay front contact in Metal to Carbon

relay circuit. In case of metal to metal relays, the main ASR should pick up through the

back contact of last repeating relay and the stick circuit should be through the first and

last relays.

iii) In UYR circuit, JSLR circuit back contact of last repeating relay of ASR shall be

nominated.

10 NWSR: Back contact shall be proved in N/R circuit.

RWSR: (i.e., W.I) and also conflicting relay pick up circuit. For example NWSR back

contact shall be proved in RWSR pick up circuit and RWKPR circuit and vice versa.

Front contact shall be proved in NWKPR/RWKPR pick up circuit.

11 NWKPR: Back contact shall be proved in N/R circuit RWKPR: (9i.e., W.1) and

conflicting relay pick up circuit front contact shall be proved in UCR./HR circuits.

12.0 Whenever the circuit is branching of through the front and back contact of the same relay, the

contacts nominated shall be of the same relay.

50 NWDRP 1

50 NWDPR 1

12.1 Frames for fixing 6 Nos. of 'Q' style relays in a row with mounting arrangements are to be

fixed to the relay rack by suitable screws/bolts and nuts. The interconnection between the Panel

and relay rack as well as between the 'Q' style relay racks, are to be carried out as per instructions

at site. Suitable mounting arrangements and fixtures are to be supplied by Contractor. There shall

be clear gaps between relays to enable seeing their contacts position by Technician.

12.2 Relay plug boards of 'Q' series relays are to be fixed to the relay rack on frames made out of

MS flat of suitable size. Not more than 48 relays are to be mounted on a rack and atleast one front

and one back contact must be left as spare in a relay. For fixing K-50 relays pre wired tag, tag

blocks have to be fixed on the relay racks.

Page 93: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 93 of 118

12.3 Suitable mounting arrangements for fixing non-deteriorating fuses, condensers and

resistors to suit the circuit requirements are to be fabricated on Bakelite Hylam sheet together with

necessary screws bolts and nuts.

23.0 WIRING

23.1 The provisions of 21.15/ 21.16 of SEM part-II shall be broadly followed in relay erection

and wiring.

23.2 The equipments are to be wired in relay room, Station Master's office power supply

arrangements, location box. CT box, battery box and in other locations as per circuit diagram.

23.3 Contact numbering for the relays shall be made as per the approved circuit diagram issued

by the railway and type of relay proposed to be used on the installation.

23.4 Wiring inside one rack for shelf type and plug in type (Metal to Carbon) contact relays:

23.5 Relay rack wiring housing plug in type relays conforming to BRS-930 and BRS- 931 and

shelf type relays conforming to BS-1659 shall be done with "PVC insulated unsheathed flame

retarding type single core flexible wire 1100V grade having 16/0.2mm annealed copper

conductor and nominal cross sectional area of 0.5 Sq.mm of common colour code to the specification

IS: 694" 1 or wiring these relays the above wired shall be terminated on eyelets/lugs of standard

design.

23.6 The Sequence of Wiring and Testing :

23.6.1 Erection of Relay racks

23.6.2 Fixing of Relay bases as per Disposition Chart prepared

23.6.3 Fixing of Fuses and Terminals

23.6.4 Drawing of wires from contact to contact

23.6.5 Testing including wire count wrt Wiring Diagram by Supervisor ( JE/SE/SSE)

23.6.6 Soldering after due corrections

23.6.7 Testing including wire count wrt Wiring Diagram by Supervisor ( JE/SE/SSE) of soldered

wires.

23.6.8 Testing of Wire to wire by officer ( ADSTE/ DSTE)

23.6.9 Plugging of Relays after due corrects taking care of the relay code pins for ensuring correct

contact configuration. The Clips shall be locked properly and firmly.

23.6.10 Additional/extra holes for code pin if any shall be sealed with Epoxy/ M-Seal

23.6.11 Clips shall be checked for proper insertion by inspecting from rear

23.6.12 Energization of Relays

23.6.13 Connection of Simulation panel and Panel, Block Instt etc

23.6.14 Functional Testing by Supervisor

23.6.15 Simulation Testing TOC of the installation by Officer (ADSTE/DSTE)

23.6.16 Functional Testing including correspondence with field gears

23.7 Wiring of proved type relays (Metal to metal contact):

23.8 For wiring the above relays the use of single strand tinned copper wire of 0.6mm and 1.0mm

1100V grade PVC insulated flame proof shall be used. The use of multi core cable of 100 core, 60

core, 40 core and 20 core having the above conductor dia and grade is permitted. Size of conductor

shall be chosen based on current to be carried through these conductors. The wire and cable used

shall generally conform to IS: 694.

Page 94: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 94 of 118

23.9 The wiring between the terminal board of the panel and the unwired tag block on the relay rack

is to be carried out using multi-core cables (40 core or 60 core) 0.6mm/1.0 mm dia annealed tinned

copper wire to IS : 694. The wiring on the ‘Q’ series relay rack is to be carried out by 16/0.2 mm dia

single core multi strand flexible A.T. copper wire to I.S. 694.

23.10 Soldering at the tag block terminals shall be made using good quality Solder and Flux. Care

must be taken to prevent dropping of excessive solder from terminal thereby causing failure/unwanted

connection or short by fusing of PVC insulation in the row below it. It is advisable to raise the wires

by mechanical means and temporarily interposing a wooden or plastic sheet between the adjacent

rows while soldering, to collect the excessive solder that may be dropping out.

23.11 After testing, the loose wires on the cable ladder shall be neatly bunched and laced with twine

black. A suitable color code for wiring shall be adopted as required by Railways.

23.12 Various supplies associated with signaling viz., 110V AC, 110V DC, 60V DC, 24V DC,

12/24V AC and 12/24V DC flashing are to be brought out to the equipment room. Necessary

measuring instruments are to be mounted on the Hylam sheet.

23.13 The incoming cables to the relay room are to be neatly arranged and fixed to the cable

supporting and guiding rack. The duct shall be filled with sand and plastered neatly to avoid entry of

mice or reptiles.

23.14 After the complete testing by the Railways representative and before commissioning the

installation, the relays shall be sealed with sealing bands and wires.

23.15 The nomenclature of each relay shall be painted both in front and rear side of each relay with

contact configuration. The relay index sheet duly painted of details of relay and their position in the

relay rack shall be manufactured out of Decolum/Novapan sheet and fixed in the relay room. All the

relays to be plugged shall be checked visually and defect if any, noticed shall be replaced duly

reporting the same to the Railways. As made relay rack wiring and contact chart of all relays shall be

prepared in linen/polyester sheets, duly signed and handed over to Railways for preparation of

handing over documents to maintenance organization.

23.16 Suitable arrangements shall be made in the relay rack for fixing condenser and resistance unit,

required for slow to release feature. Letter painting shall be made against each unit to identify circuit

to which it is used.

23.17 All circuits shall be carefully protected by individual fuses in the relay room and locations

grouped preferably to facilitate easy fault location. Fuses shall be so arranged that they can easily be

placed without causing interference to other circuits. Charts showing the arrangements of fuses and

the circuits in which they are used shall be prepared and kept in the relay room. Fuses for all

Signaling circuits shall be of the non-deteriorating type as per RDSO specification.

23.18 Fixing of EKT/HKT with Micro Switches 2 NO/2NC at gate lodge, SM's office on Teakwood

board, providing telephone at site/gate lodge/SM's office, carrying out wiring of EKT/HKT,

telephone using 16/0.2mm wire and testing as per approved circuit diagram and commissioning the

same wiring has to be neatly clipped wherever necessary.

24.0 STATION EQUIPMENT

24.1 The control panel shall be erected in the place as shown by the Inspector-in-charge of the work

on proper foundation bolts and cement concrete. Before erecting the panel, a suitable duct shall be

made for bringing the jumper cables into the control panel.

24.2 The control panel if it is Domino type shall be wired with indoor cable 40C/60C. if it is PTJ

types, shall be wired with 16/0.2 wire coils.

24.3 The Control Panel shall be protected

Page 95: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 95 of 118

24.4 While doing the wiring. The terminal; particulars, power supply points, tag block particulars

shall be neatly painted on the inner side of the panel. Before commencing wiring all knobs, buttons

and indicators shall be tested for proper contact and defective ones shall be replaced in the initial

stage itself.

24.5 The cable termination and internal wiring terminal particulars of control panel shall be made

out signed by contractor and handed over to Railways. The control panel shall be earthed properly.

24.6 Any modification to the panel wiring shall be done by the contractor at site, as required by the

Railways at free of cost before final commissioning.

24.7 The inter-connections arrangements includes laying of multi core hook up wire cables, inter

connection between Generator room, battery room, power rack and cable termination rack by using

sufficiently thick wires not less than 7/1.4mm PVC copper or 10 Sq.mm multi strand copper

conductor to avoid the voltage drop.

24.8 The ladder arrangements provided shall be of suitable capacity fixed neatly and firmly with

proper supports. Cable details, functions allotted to each core and terminal numbers shall be prepared

and handed over to Railways.

24.9 All connections/terminations shall be tested by the contractor and after satisfying himself and

then to be tested jointly with Railway’s representatives. Any alterations shall be carried out by the

contractor before commissioning of installation at free of cost.

24.10 Any addition/alterations in the wiring of relay racks control panel and cable termination racks,

power rack, battery room and in apparatus cases involving safety shall be carried out by the contractor

at free of cost during testing/commissioning and for a period of 3 months after commissioning of the

installation.

25.0 POWER SUPPLY ARRANGEMENTS

25.1 The Power supply arrangements are required to be broadly as per provisions of Chapter XVI of

SEM Part-2.

25.2 At power room, transformers, battery chargers, voltage stabilizers as required are to be fixed

and wiring shall be carried out.

25.3 The contractor shall manufacture a power supply panel for mounting meters, fuse etc., as

required by Railways and shall install on suitable angles and mounted to the wall, leaving sufficient

working space for maintenance as per drawing.

26.0 EQUIPMENT STANDS

26.1 Fabrication of 'L' shaped angle of size 75 Cm X 75 Cm out of MS angle 50mm X 50mm X

5mm. Fixing one end to the wall and other end on the floor using cement concrete at a spacing of

approximately 70 Cm between each angle. Leveling, aligning, drilling holes of 12mm dia for fixing

hard wood planks on angle and making platform for mounting equipment viz., chargers, transformers,

stabilizers etc., The angles are to be painted with two coats of black enamel paint. Each angle fixed

is taken as one unit.

26.2 For mounting transformer, battery chargers etc., suitable angles as above shall be grouted or

done to the wall and provided with hard wood planks 40mm to 50mm thick. The power supply

arrangements, wiring shall be carried out using sufficiently thick wires 10 Sq.mm / 3/20 multi strand

copper wire as per approved circuit diagram issued by the Railways. The voltage stabilizers shall be

installed at a suitable place as required by the Railways and arrangements shall be made to isolate and

put through the stabilizer if it becomes defective without disconnecting any leads.

Page 96: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 96 of 118

26.3 Ammeter by pass arrangements if required, as indicated by site Engineer shall be provided on

the panel to prevent ammeter being always in the circuit. After wiring, the power rack shall be tested

jointly, the power rack shall be energized to its rated capacity and kept in that condition for not less

than a week and any defects noticed shall be rectified by the contractor. Any alterations to power

supply arrangements shall be carried out upto the date of commissioning of the station.

26.4 The power rack shall be painted suitably and uniformly before installation. Distribution details

shall be painted on each equipment. Fixing of Ammeters, Voltmeters and HRC fuses shall be made

on Hylam of thickness not less than 6mm.

27.0 LEAD ACID / MAINTENANCE FREE BATTERIES

27.1 The charged Batteries shall be provided in the Battery room locations as per

drawing/instructions.

27.2 Charged Lead Batteries of different capacities shall be installed in the battery room on

suitable battery rack as per Railway's drawing. The battery stand shall be given anti-corrosive black

paint before installation of battery,. The cells shall be arranged neatly with sufficient working space

for maintenance.

27.3 CHARGING OF A BATTERY:

27.3.1 Proper arrangements must be provided in SSE office or at site, preferably at site.

27.3.2 For good performance of a battery, strictly manufacturer’s instructions must be followed for

preparation of electrolyte and the charging of a Battery.

27.3.3 In the absence of manufacturer’s instructions the following method shall be followed.

27.3.4 All the cells, which are to be charged, must be of same capacity.

27.4 PREPARATION OF ELECTROLYTE

27.4.1 Porcelain or Glass or Rubber or PVC or any other container with lead lining shall be taken.

METALLIC CONTAINERS SHOULD NOT BE USED.

27.4.2 Always use suitable goggles, rubber gloves and wear an apron, while working with

Electrolyte.

27.4.3 Always ADD ACID to DISTILLED WATER only, but not water to acid.

27.4.4 Mix acid and distilled water in the ratio as given below:

Sp.gr. of Conc.

H2SO4

Required Sp.gr. of

solution Dil. H2

SO4

Ratio of Acid :

distilled water

1825 1400 7:11

1825 1190 1:5

1400 1190 5:6

Page 97: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 97 of 118

27.4.5 With a Wooden rod (or) glass rod the solution must be stirred continuously, while adding the

acid little by little.

27.4.6 Temperature of the solution must be monitored continuously during the preparation and it

should NOT be allowed more than 450C

27.4.7 Allow the solution to cool at least for 10 to 12 Hours.

27.4.8 After cooling measure the specific gravity. It shall be 1190 to 1200 at 270C.

27.4.9 Since sp.gravity is inversely proportional to Temperature, Temperature correction must be

applied.

Sp.gravity at 270C = sp.gr. at T

0C + [(T-27) X 0.7]

T = Room temp. (Electrolyte temp)

Change in specific gravity = 0.7 /0C

Specification of ACID = IS 266.

Specification of distilled water = IS 1069.

27.4.10 Clean all the new cells with distilled water and fill them with electrolyte.

27.4.11 The level of the electrolyte should be 12mm to 15 mm (1/2”) above the plates (electrodes).

27.4.12 The charger output terminal must be correctly connected to the Battery set. I.e. ‘+’ to ‘+’ and

‘-‘ to ‘-‘.

27.5 Initial Charging

27.5.1 Apply charge for 35 Hours at the Starting current rate of 4% of the AH capacity of the cells.

Starting I = capacity of cell X 0.04 amps for 35 Hrs.

27.5.2 Check specific gravity & voltage readings at every 8 Hrs.

27.5.3 Stop charging when sp.gravity becomes 1210 + 5 .

27.5.4 If the sp.gravity of a cell after charging does not improve to 1210 + 5, then a small quantity

of the electrolyte is taken out and is replaced with higher (1400) sp. gravity of electrolyte. After this,

a fresh charging cycle must be given for 2 Hrs to ensure mixing of electrolyte.

27.5.5 Discharge the battery through suitable load (lamps) till the sp.gravity reduces to 1180 to 1190

and voltage of cells to 1.8 V

27.5.6 Repeat the cycle of charge and discharge once again and then charge it finally for use.

27.6 Equalising Charging

27.6.1 After initial charging, batteries are not connected to load (not put in use) for 15 days then

equalising charge must be given.

27.6.2 If the batteries are continuously used in “FLOAT Charging” then equalising charge must be

given once in 3 months (or ) whenever required (after restoration of power supply failure )

27.6.2 Equalising charging current must given at the rate of C/10 Amp, till the voltage & sp. gravity

of the all the cells have remains constant for 3 consecutive ½ Hourly readings. (C=AH capacity of the

cell) i.e. Equalising charge (Boost mode) brings the sp. gravity of the cells to 1210+5 and voltage to

2.2V.

27.7 Apply a coat of petroleum jelly or non-oxidizing grease on the battery connections to avoid

corrosion.

Page 98: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 98 of 118

27.8 Close all the Vent caps and ensures that float indicators, indicates the electrolyte level, are in

proper position.

27.9 Charger o/p voltage shall normally be adjusted to the following values in case of constant

voltage type charging.

float mode 2.15V/Cell

Boost mode

Equalising Charging

2.4/Cell

Initial Charging mode 2.7 V/Cell.

Note : Specific gravity mentioned in this notes is Hydrometer reading for easy reference. In fact, if

the hydrometer reading is 1210 then the sp.gravity of the electrolyte = 1.210.

28.0 BATTERY STANDS

28.1 Fabrication and erection of battery stand out of MS angle 50mm X 50mm X 5mm in two steps

of width 25 Cm each step as per Drg SG/CN/SC/New-6. The steps are to be completely provided

with hard wood planks of size 25mm wide and 50mm thickness of suitable length fixed by bolts and

nuts at intervals of not more than 30mm between two stands. The angles and hardwood are to be

painted with acid proof black enamel paint in two coats.

28.2 Cells are to be connected with suitable links sufficient to carry full load. Immediately, after

connection, petroleum jelly shall be applied on battery terminals. The wiring shall be carried out by

10 Sq.mm multi strand copper wire. The details of batteries and the capacity, circuit, date of

installation etc., should be painted. The specific gravity and voltage reading shall be recorded for

each cell in a separate register, along with the guarantee certificate of the supplier and handed over to

Railway duly signed. A wooden stand for keeping Hydrometer shall be fixed in each battery room.

29.0 POWER PANEL: Power Board with both sides laminated Hylam sheet of 6mm thickness and

size of 0.55m X 2m to suit single relay rack is to be fixed on relay rack already erected in equipment

room and Meters as required are to be fixed.

30.0 STANDBY GENERATORS AND CHANGEOVER ARRANGEMENTS

30.1 Casting foundation with or without cushy foot and erection of 2 Nos. of 6/10/15 KVA Diesel

Generators as per the instructions of in charge Inspector at site. Generator should be provided with

exhaust pipe of 33mm dia of 3 to 5 Mtrs. length (approximately) with necessary coupling

arrangements and the pipe completely covered with asbestos rope of 20mm dia.

30.2 Fabrication of generator control panel mounting frame of size 2M X 1M with 50mm X 50mm

X 5mm angle and fabrication of shelf fixing frame with 40mm X 40mm X 5mm angle to mount

generator panel with H.W. plank of size 1M X 500mm X 30mm. The generator control mounting

frame is to be fitted with Aluminium sheet 3mm thick of size 1Mx1Mx(approximately) The frame is

to be supported to the wall by means of two end angle supports. The above power board is to be

fitted with power circuit changeover wiring diagram.

Page 99: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 99 of 118

1. Handle type rotary switches 2 pole 3 position 400 V 60A capacity - 1.

2. Phase selector switch single pole 3 position 60A capacity. - 3

3. AC Voltmeter 0-300V - 2.

4. Handle type rotary switch 4 pole 3 position to carry 230V 60 A - 2

5. Handle type rotary switch 2 pole 3 position to carry 230V 60 A - 2

6. Neon/LED indicator 230V- 3

30.3 Flexible PVC pipe of 1 M long of 25 mm dia is to be supplied and laid from Generators to the

power board and drawing of 10 Sq. mm wire flexible to blue, yellow colours of length of 30

Mts.(approx.) and carrying out wiring as per power supply change over diagram and as per the

instructions of SI/CSI and testing the same.

30.4 The wooden planks are to be painted with special enamel grey paint in two coats and iron frame

to be painted with black enamel paint in two coats. Necessary masonry works on walls, flooring need

to be done by the contractor. All paints of approved quality shall be arranged by the contractor. All

switches are to be purchased from reputed firms like Siemens, L&T, Crompton and meters are to be

approved quality of reputed firms like MECO,AE . SONA make shall not be accepted etc.

31.0 CRANK HANDLE INTERLOCKING: Electric key transmitter with crank handle fixed to

the key shall be installed on Acrylic sheet/Glass fronted T.W. box firmly on suitably angle supports,

in SM's room/Cabin/Battery box/apparatus cases as indicated by Railways. The wiring shall not be

exposed, EKT when fixed with crank handle, shall be ensured that proper supports, have been given

to the crank handle to avoid undue strain to the mechanism of the EKT. A push button with 2 NO/2

NC contacts of reputed make viz., L&T/Crompton make. 3 Nos. of LEDs Red, yellow and green

shall be provided inside the box to give crank handle "Out", crank handle "IN", crank handle "FREE"

indications. Providing nickel coated welded chain handle and key, locking and sealing arrangements.

37mm brass locks good quality should be provided. Carrying out wiring as per approved circuit

diagram as instructed at site by SI/CSI. (This includes necessary mounting of the box to the wall

using TW plugs and cement mortar, except cement and wires, all materials to be arranged by

contractor).

32.0 WARNING/STOP BOARD

32.1 Warning/stop boards fitted on the Rails/angle/channel shall be erected and concreted at

locations as indicated by Railway representative and as per approved signalling plan and shall be

clear of all infringement. If necessary, existing warning/stop boards shall be shifted and re-erected on

the place required by Railways.

32.2 The Warning Board shall be as per Drg No. SK/13/89, The BSLB shall be as per SK/751 Stop

Boards , Axle counter warning boards, CO Boards etc shall be as per approved Drawings.

32.3 The rail post and other fittings shall be painted as required by Railways.

33.0 EARTHING with GI Pipe Electrode: The work includes excavation of a pit at a given

location as per Drg. No. G/SG/09/2002 on natural soil, fixing earth pipe covering the same with a

mixture of 30 Kg. Of charcoal, 30 Kg. Of common salt and earth. This includes brick masonry

around the earth. GI pipe of size 50mm X 2500 X 3.5 mm thick with 12mm dia holes on the sides at

intervals of 300mm. The equipments to be earthed shall be connected to the earth pipe by means of

19 Strand Signal cable or equivalent for Relay/ Eqpt Rooms and 2C/2.5 Sqmm cables for Signals/

Location Boxes by neatly soldering at equipment end and earth pipe end. Earth resistance shall be

Page 100: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 100 of 118

measured and painted on the earth pipe with date. The earth resistance shall be always less than 10

ohms.

The Provisions of Para 19.88 19.103 of SEM part-II shall be broadly followed.

34.0 TELEPHONES Desk type Magneto telephone shall be fixed on the telephone stands/apparatus cases/battery

boxes. The wooden stand shall be fabricated by the contractor and firmly fixed on to the wall if

installed in station building platform/gate lodge. A suitable wooden box shall be manufactured for

telephone battery with locking arrangements and fixed near the telephone. Telephones if installed in

apparatus cases/battery boxes near the top points/siding points/home signals it shall be securely fixed

on wooden shelves. Telephone battery shall be kept in the same apparatus case/battery box. It shall

be ensured that no other gadgets shall be kept in the apparatus case/battery box and separate door

lock arrangements shall be made to protect the telephone battery if installed near home signal/top

point/siding points for traffic purpose.

35.0 BLOCK INSTRUMENTS Two numbers of token/tokenless instruments are to be installed on places indicated by Railways.

Separate jumper cables between Relay room and respective block instruments shall be laid through

cable ducts. The instruments shall be connected to the Test panel through separate cables. The cables

shall be fixed properly inside the Block counters/Block Instruments and terminated.

36.0 PAINTING All signaling equipments shall be painted in accordance with signal engineering manual chapter XI.

The coloring scheme shall be as per Annexure ’29 Para 19.106 of SEM Part-II.

37.0 CABLE MARKERS

(a) Cable stakes … ‘Black’

(b) Cable markers … ‘Black’

(c) Body … ‘Black’

(d) Figures … ‘White’

(e) Concrete Markers Telecom : Body in Orange, Letters (Engraved) : White

Note : For Cable the Lettering Shall be SCR, Signal; For Telecom the lettering shall be “ SCR, 6-

Quad or SCR OFC or SCR, OFC/6-Quad“ as the case maybe. The letters shall be of about 75mmx

35 mm size.

37.0 Indoor Painting

37.1 Painting of complete relay rack/cable termination rack and ladder and its fixtures and other

equipment installed in the relay room as per the instructions of CSI/SI and writing all cable

termination numbering particulars in rack and also on board, relay numbering, nomenclature and

other details both on relays and racks, rack numbering, particulars of condensers, and fuses,

resistances both at fixing boards as well as in the particulars board, axle counter equipment details,

cable numbering as cables. And any other details requires in Relay Room for panel interlocking

circuits by CSI/SI.

37.2 Painting equipment rack and wiring all equipment numbering details, painting of hard wood

planks provided on the equipment rack and power board racks, details of equipment fixed on power

board.

37.3 Painting of Battery Bank Titles and Particulars Summary. Boards with computer lettering on

PVC plastic Sheets of about 3-5mm shall be used in lieu of Painting on Walls.

Page 101: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 101 of 118

37.4 Painting numbering on secondary cells, writing circuit details in the battery room as

instructed by CSI/SI at site.

37.5 Painting generator panel particulars, instruction board to Operating staff, Generator numbers

etc., in the Generator room.

37.6 Painting all termination particulars in the panel, block instruments, EKTs, Crank Handle box,

axle counter resetting box, resetting plunger box in the SM's office/panel room.

38.0 Outdoor painting

Supply of approved quality of paint and painting the following equipments in two coats duly

scrapping the rust as directed by CSI/SI at site. Colour Scheme shall be as per SEM as

prescribed in previous paras.

38.1 Colour light signal post complete with route indicators, ladders, calling on signals, shunt signals

are to be painted both inside and outside including numbering of signals, cable termination details as

per standard practice.

38.2 GKP location boxes both inside and outside with location number, particulars of cable

termination and other equipments kept inside the location.

38.3 Track Circuits: Painting block joint numbers, feed/relay end details on rails, TLJBs, details of

feed equipments with track circuit numbers and battery with track circuit number and date of

installation.

38.4 Point Machine layout complete including point number, circuit diagram inside the cover,

junction box details point Contactor unit number in location box etc.,

38.5 Key locked points with HPLs, connecting rods, point indicator, HKT tail cable termination

particulars in the location box etc.,

39.0 TESTING AND COMMISSIONING

39.1 The different stages and procedures for testing of indoor and outdoor equipments are given

below as guidelines.

39.2 Testing and commissioning consist of final testing of selection circuits, for proper functioning

of track circuits and points, gears as per SEM, energizing and testing of power cables, stabilizers,

secondary cells for all circuits, energizing and testing of colours light signals and final commissioning

of the entire signaling arrangements for traffic use. The equipments shall be first tested by the

Railways. The equipment shall be first; tested by the contractor and then jointly with Railways,

testing charges; being borne by the contractor. The contractor shall provide test panel for testing at

his own cost. The different stages and procedures for testing of indoor and outdoor equipments are

given below as guidance.

STAGE-I

TESTING OF THE RELAY INTERLOCKING

STAGE-II

TESTING OF THE OUTDOOR GEARS, VIZ., POINTS, SIGNALS, TRACK CIRCUITS, LC

GATES ETC.,

STAGE-III

COMMISSINING OF PANEL BY CONNECTING THE OUTDOOR GEARS TO THE PANEL.

39.3 TESTING OF RELAY INTERLOCKING 39.3.1 Energization of relays by connecting the simulation panel.

Page 102: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 102 of 118

39.3.2 Clearing of signals on the simulation panel and carrying out the following tests (As per table

of control)

i) Negative tests

ii) Dead/Approach locking tests.

iii) route/Back locking tests.

iv) Testing of conflicting signals.

v) All other circuits viz., SM's key, CHLR, LXPR, KLCPR are provide

correctly in the respective signalling circuits.

39.4 TESTING OF OUTDOOR GEARS: Testing of outdoor gears consist of

a) Signals

b) Motor operated points

c) Track circuits

d) LC gates (Interlocking)

e) Sidings

f) Slots.

39.5 COMMISSIONING OF PANEL: Commissioning of panel consists of

a) Testing all signals from panel and correspondence of site

b) Checking the correspondence between the points and panel their panel indications.

c) Checking the correspondence between the track circuits and its panel indications.

d) Testing of sidings, its electrical transmission of EKT, panel indications.

e) Testing of LC gates, its electrical transmission of EKT, panel indications.

39.6 Testing of Relay interlocking -- Energization of Relays by connecting simulation

panel:

39.6.1 For major yards, it is preferable to energize relays, circuit wise and sheet wise, since it

involves number of routes and parallel movements. For way station, it is preferable to energize the

circuit, route wise. Before taking up the above energization, the following works shall be completed:

39.6.2 Wire to wire bell test of all sheets before soldering and after soldering.

39.6.3 Plugging of all relays as per contact configuration.

39.6.4 Power supply arrangements with batteries.

39.6.5 Connecting the simulation panel.

•••• It shall be possible to control all TPRs, NWKRs/RWKRs, CHLRs,

KLCRs, LXCPRs etc., from the simulation panel by energizing all the

relays.

•••• (ii) It is desirable to have the simulation panel adjacent to control panel

so that the panel indication can be observed simultaneously while

testing.

39.7 Simulation panel consists of two Boards:-

(A) BOARD No.1

It depicts the yard (painted) with points, track circuits, LC gates and slots. Switches are fixed

on the board to simulate the conditions of the points, track circuits, interlocked LC gages, slots etc.

Track circuit switches are fixed on the track. Point control switches are fixed nearer to the points

for small yards. For major yards the switches are grouped as point switches and track circuit

switches. Functions requiring ON and OFF switch (with make and break facility i.e., two wires only)

with facility to pick up a relay in one position and drop the same in other position. Example: Switch

Page 103: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 103 of 118

OFF - Track Down. - TPR dropped. Switch ON - Track pick up - TPR picked up. For controlling the

following function the above type switched shall be used

i) Track circuits

ii) Siding point

iii) Crank handle

iv) Slot

v) LC gate

Points require ON and OFF switches with facility to pickup conflicting relays (i.e., NWKR and

RWKR) in two positions. (These switches require three wires).

(B) BOARD No.2

To simulate the signals the following bulbs are used as dummy loads for the ECRs to pick up and also

to observe the aspect of the signals during testing.

ON aspect : 110V 40 W

OFF aspect : 110V 25 W

ROUTE aspect : 110V 75 W (Jn. Type route indicator)

(C ) Wiring simulation panel to the relay room side wiring at MDF

Disconnect all the links on cable termination rack. Wires from the switches are connected to the

relay room side termination. Similarly the wires from simulation panel Board No.2 consisting of

lamps are connected to the relay room side termination. Multi core 0.6mm dia cable is used for wiring

the simulation boards. To reduce the voltage drop, more conductors are used for supply taken

to the test panel and also to the negative since common return is used.

39.8 Testing and commissioning of outdoor equipments

39.8.1 Cable meggering and pairing up of conductors shall be done.

39.8.2 All the power cables shall be made through and power supply shall be extended to all

locations.

39.8.3 After the power cables are energized, check up each limb of the power cable whether any

earth fault exists using multi meter. This will indicate whether any cable conductor is faulty (i.e.,

earthed).

39.9 Testing of signals:

i) Signals shall be initially tested from the LOC box to attend to minor troubles of bulb holders,

wiring etc.,

ii) All the aspects shall be checked by giving 110 V AC feed from Loc. Box and then the test shall be

repeated by giving feed from Relay room CT rack. This shall be repeated by giving feed from relay

room CT rack. This test shall be done for each aspect, route and pilot lamp of shunt signals.

iii) Care shall be taken to ensure that no train is approaching during this test to avoid misleading

information to drivers.

iv) Ensure that signal number plate is provided and unit back door is fastened and locked properly.

Door locking is very important to prevent sun rays falling on to lenses to give phantom indications.

v) Focus the signal aspects, record the aspect voltages and ensure that it is within the permissible limit

(90% of rated voltage of the bulb).

39.10 Testing of points 39.10.1 Points Shall be tested first locally from the location box when point Contactor unit kept in

location. Before commencing this test, ensure 110V DC, 24V DC are available in location box. If it

is cross over point, it is preferable test one by one and then test both at a time.

39.10.2 Siemens points contactor unit

Page 104: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 104 of 118

Connect N24 V to W4, connect B24V to W1, then remove so that N/R picks up and holds, then

touch B24V to W3 to operate points from normal to reverse. All the relays in point Contactor unit

operate as required and relays in point operated from N to R. Check up whether NWKR supply to

relay room is available. For reverse to normal operation, keeping N24V in W4 touch B24V on W1

and then on W2. Point operates from reverse to normal. Check up the RWKR supply to relay room

is available.

39.10.3 Point Contractor unit with QBCA 1 Relays

Connect B24V to W3 and N24V to W4. WCR picks up. Connect B24V to W2 and N24V to W1 to

pick up RWCR to operate the point from normal to reverse. After the point operation is completed,

loop RWCR, WCR by disconnecting the supply. Check up whether outgoing RWKR supply is

available in location box. For reverse to normal operation, change the polarity on W1 and W2 and

check. Care shall be taken to check whether correct wiring is done with regard to polarity. Check up

whether the cross protection wiring is done on the electrical detector. Check up whether snubbing is

effective in case of GRS, 5E point machine. The following tests shall be carried out on Pt. Machines

a) Obstruction test.

b) Detection contact break test.

c) Out of correspondence test (in case of cross over point).

d) Track locking test (to be done when operated from panel). This test is to be done for both N to

R and R to N operations.

e) Whether point can be hand cranked with interlocked crank handle.

f) Check the correspondence between point position at site, both the ends in case of crossover and

NWKR/RWKR in relay room (to be done when tested from panel)

39.11 Track circuits

39.11.1 all the track circuits shall be energized and outgoing TPR voltage checked.

39.11.2 Check whether cross protection wiring is done for TPR circuit.

39.11.3 Shunt the track circuit at various places on the track and check whether the track relay drops

every time it is shunted.(Especially near fouling marks).

39.11.4 Check the correspondence between TR and TPR in relay room.

39.11.5 Track circuit shall be adjusted properly and readings recorded.

39.11.6 TSR value shall be recorded.

39.11.7 Check whether the track circuit is protecting the fouling point,

39.11.8 Ensure that at least one polarity rail is in series connection.

39.11.9 Check up in put AC voltage to the track feed charges is sufficient and battery is getting

charged.

39.12 Check up the interlocking of LC Gates, siding points

a) Check up for the proper functioning of electrical transmission of key transmitters.

b) Check up the panel indications.

c) Connect magneto telephone communication between SM and LC gate/siding.

d) Ensure that respective signals cannot be taken OFF if LC/siding controls are not available with

SM (i.e., on panel).

e) Ensure that when the signals are taken off, respective LC gate/siding key cannot be extracted from

the EKT.

39.13 Testing of slot circuits Wherever end panels are available, inter cabin slot circuits shall be tested. Slot circuits can be tested

similar to that of signal HR circuits:

Slot circuit relay Similar relay in HR circuit

Page 105: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 105 of 118

a. SLRR RR

b. SLUCR UCR

c. OVSR ASR

d. OVYR HR

Negative tests, approach locking tests, back lock/route holding tests, cancellation of slots shall be

tested similar to that of any signal in the yard as given in table of control.

40.0 COMMISSIONING OF PANEL 40.1 Check up all signals aspects by directly feeding from cable termination rack (110V AC).

40.2 Check up operation of points from C.T. rack and check whether NWKR/RWKR incoming feed

is available (by connecting 24V DC to W1, W2, W3 and W4 as explained earlier).

40.3 Check up the incoming feed of TPRs in the C.T. rack. The above checking will confirm the

pairing of cable conductors.

40.4 Remove the wiring connection of simulation board on cable termination rack and make through

the links of all TPRs, WKRs and signal circuits.

40.5 First test the points from panel individually and conduct all tests discussed earlier including

track locking test, correspondence between point position and NWKR/RWKR in relay room.

40.6 Check whether all TPRs have picked up and check up the panel indication by individually by

dropping each track circuit correspond correctly.

40.7 Check whether all other required relays viz., CHLR, LXPR, KLCR have picked up.

40.8 Test all the signals from panel.

40.9 Check the correspondence between relay from and signal aspects which is most important. For

checking the aspects of home signals, distant signals, staff (not below the rank of ESM) shall be

deputed to site with walkie-talkie or Magneto telephone and check the correspondence.

40.10 Remove the signal bulb at site of every aspect and check whether indication disappears on the

panel and ECR drops in the relay room.

40.11 Open all the registers and make entries of counter numbers before handing over to operating

staff.

41.0 DOCUMENTATION

41.1 THE FOLLOWING REGISTERS SHALL BE HANBDED OVER TO OPERATING

STAFF a) Relay room key register,

b) Route cancellation/Calling On register,

c) Crank handle register,

d) Axle counter reset register,

e) Diesel oil consumption register (Generator working register)

f) Block Instt Key Register

g) Joint Insp of Points and Crossings

h) Joint Insp of Track Circuits

i) Block Line Clear Cancellation Register

j) Calling On Cancellation Register

k) PB-1 and PB-2 Counter Registers

41.2 THE FOLLOWING REGISTERS SHALL BE OPENED FOR SIGNAL

MAINTENANCE STAFF

Page 106: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 106 of 118

a) Track circuit history register,

b) Track circuit maintenance register,

c) LED Signal lamp replacement register,

d) Battery maintenance register,

e) Generator repair register.

f) Block joint maintenance register,

g) Axle counter Channel Level register

h) Asst Register

i) Glued Joint Register

j) Cable insulation Register

k) Consent Memo Register

l) EJ Box Channel Level Register

m) Earth resistance Register

n) Failure Memo Register

o) Point Trk CKT Bond Connections Register

p) Relay Overhauling/Insp Register

q) Work Cum Insp Register

r) Any other Registers that Railway may find necessary during Execution

In addition Contractor and ESM shall jointly ensure Sealing of equipments where required shall be

done. Entries shall be made in the signal history book regarding new S&T assets commissioned.

42.0 GENERAL

42.1 Signal and interlocking fittings; All signal and interlocking fittings should be in accordance

with I.R.S. specification No. S-10 unless otherwise specified.

42.2 All relay interlocking principles contained in IRS S-36 shall be applicable for all relay

interlocking works.

43.0 AS MADE DETAILS After commissioning of the entire installation, as made tracings of documents/plans shall be made on

tracing film to Railway standard size and also 6 copies of booklets consisting of the following

documents shall be made

1. Signaling plan.

2. As made track bonding diagram

3. As made cable plan

4. As made cable route plan

5. As made apparatus case wiring diagram, termination and cable particulars.

6. As made cable termination rack particulars.

6a. Power distribution

6b. Circuit diagram

6c. Panel termination particulars

6d. Table of control

7. Cable meggering readings

8. Copies of CRS sanction, safety certificate.

9. Relays and other equipments details (Field equipments).

10. Sighting Committee Report.

11. Relay contact particulars

12. Equipment Arrangement Plan ( Floor Diagram) of all rooms incl DySS Room

Page 107: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 107 of 118

44.0 DRAWINGS

The respective drawings for labour portion can be obtained from the office of the Dy.CSTE/C/BZA

on any working day.

- - - - - - -

Page 108: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 108 of 118

ANNEXURE I

INDEMNITY BOND FOR SUPPLY OF MATERIAL

INDEMNITY BOND

FOR SUPPLY OF MATERIALS

(TO THE CONTRACTOR)

We…………………………………………….hereby undertake that we hold in our custody for and on

behalf of the President of India acting in the premises through the Chief / Dy. Chief Signal &

Telecommunication Engineer (Construction), South Central Railway Secunderabad (hereinafter referred to

as the Purchaser) and as his property in trust of him all imported and indigenous materials which have

been handed over to us against the contract of for: Signalling arrangements in connection with

strengthening the existing sub-structure of bridge No 1017 for double line super structure across river

Tungabhadra between Mantralayam road and Matmari stations in Guntakal division vide letter of

acceptance ……………………………………… such as ……………………………… handed over to us

by the Purchaser for the purpose of execution of the said contract, until such time the materials are duly

erected or otherwise handed over to him.

We shall entirely be responsible for the safe custody and protection of the said materials against all risk till

they are duly delivered as erected equipment to the purchaser or against any loss, damage or deterioration

whatsoever in respect of the said materials which in our possession and against disposal of surplus

materials. The said materials shall at all time be open to inspection by any Officer authorized by the

District Signal & Telecommunication Engineer (Construction), South Central Railway.

Should any loss, damage or deterioration of materials occur or surplus materials disposed off and refund

becomes due the purchaser shall be entitled to recover from us the full cost and compensation determined

in terms of the contract for such loss, damage or deterioration, if any along with the amount to be

refunded, without prejudice any other remedies available to him, by deduction from any sum due/any sum

which at any time hereafter becomes due to us under the said or any other contracts.

In the event of any loss, damage or deterioration as aforesaid the assessment of such loss or damage and

the assessment of such compensation therefore would be made by the President of India or his authorized

nominee and the said assessments shall be final and binding upon us.

Dated this ………………………….day of……………….2009.

Contractor

Signature of Witnesses:

1.

2.

(Names of the witnesses in Block Letters)

Page 109: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 109 of 118

ANNEXURE –II

FORM OF BANK GUARANTEE BOND

To

The FA&CAO(Construction)

SC Railway, Secunderabad

BANK GUARANTEE BOND

1. In consideration of the President of India acting through the Deputy Chief Signal &

Telecommunication Engineer (Construction), South Central Railway, VIJAYAWADA-520001 (hereinafter called “the Government”) having awarded to …………….. (hereinafter called “the said

contractor”) from the demand, under the terms and conditions of Agreement/Letter of acceptance No

……………… for the work of Signalling arrangements in connection with strengthening the

existing sub-structure of bridge No 1017 for double line super structure across river Tungabhadra

between Mantralayam road and Matmari stations in Guntakal division (herein after called the

“Agreement”), and the contractor having agreed to provide a Performance Guarantee for the faithful

performance of the contract equivalent to 5% of the value of the contract ie., for Rs

………….(Rupees ………………only) to the Government.

2. We,.,…………….. (hereinafter referred to as “the Bank”) at the request of (contractor)

…………………… do hereby undertake to pay the Government an amount not exceeding Rs

……….. (Rupees ………………….. only) 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.

3 We, …………., 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 any 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 under this guarantee shall be conclusive as regards

the amount due and payable by the bank under this guarantee. However, our liability under this

guarantee is restricted to an amount not exceeding Rs ……….. (Rupees …………………….. only).

We do hereby undertake this Performance Guarantee in force till the satisfactory completion of the

work and the maintenance period is over ie., ……………. .

4. We undertake to pay to the Government any money so demanded notwithstanding any

dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before

any court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be 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.

5 We,………., …., 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 The

FA&CAO(Construction), SC Railway, Secunderabad, certifies that the terms and conditions of the

said agreement have been fully and properly carried out by the said contractor(s) and accordingly

Page 110: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 110 of 118

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 our liability under this guarantee thereafter.

6. We, ………., …… 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 to forbear or enforce any of

the terms and conditions relating to the said agreement and we shall not be relieved from our liability

by reason of any such variation, or extension being granted to the said Contractor(s) or for any

forbearance act or omission on the part of the Government or any 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.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the

Contractor(s)/Supplier(s).

8. We, ………, lastly undertake not to revoke this guarantee during its currency except with the

previous consent of the Government in writing.

9. Notwithstanding anything contained herein, our liability under this bank guarantee, shall not

exeed Rs …………… (Rupees ………………. only). This bank guarantee shall be valid up to

……………. and we are liable to pay the guaranteed amount or any part thereof under this bank

guarantee only and only if you serve upon in a written claim or demand on or before ………...

Dated the day of ………… 2009.

For ……………..

Witness:

(Before executing the BG, the proforma may be verified from the office for the latest format)

Page 111: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 111 of 118

Annexure- III

PROFORMA

ENGINEERING ORGANISATION

1. ENGINEERING ORGANIZATION AVAILABLE ON HAND

Sl.No Name & Designation of

Employee

Qualification Previous

Experience

Working

From To

01. 02. 03. 04. 05.

A

B

C

z

2. ENGINEERING ORGANIZATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM

ABOVE.

Sl.No Name & Designation of

Employee

Qualification Previous

Experience

Remarks

01. 02. 03. 04. 05.

A

B

C

Z

3. ENGINEERING ORGANIZATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM

OUTSIDE.

( A SUITABLY WORDED CONSENT LETTER FROM SUCH A PERSON SHOULD BE OBTAINED

AND ENCLOSED)

Sl.No Name & Designation of

Employee

Qualification Previous

Experience

Remarks

01. 02. 03. 04. 05.

A

B

C

Z

SIGNATURE OF THE TENDERER(S):

NAME OF THE TENDERER (S):

Page 112: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 112 of 118

Annexure- IV

PROFORMA

PLANT & MACHINERY

1. PLANT & MACHINERY AVAILABLE ON HAND:

Sl.

No

Particulars

of

machinery,

Plant &

equipment

No. of

Units

Kind

and

make

Capacity Age and

Condition

Approx. cost in

Rs. In Lakhs

Purchase Bill No. &

Date and Registration

particulars

01. 02. 03. 04. 05. 06. 07. 08.

A.

B.

C.

Z.

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

Sl.

No

Particulars

of

machinery,

Plant &

equipment

No. of

Units

Kind

and

make

Capacity Age and

Condition

Approx. cost in

Rs. In Lakhs

Purchase Bill No. &

Date and Registration

particulars

01. 02. 03. 04. 05. 06. 07. 08.

A.

B.

C.

Z.

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

Sl.

No

Particulars

of

machinery,

Plant &

equipment

No. of

Units

Kind

and

make

Capacity Age and

Condition

Approx. cost in

Rs. In Lakhs

Purchase Bill No. &

Date and Registration

particulars

01. 02. 03. 04. 05. 06. 07. 08.

A.

B.

C.

Z.

SIGNATURE OF THE TENDERER (S):

NAME OF THE TENDERER (S):

Page 113: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 113 of 118

Annexure- V

EXPERIENCE CERTIFICATE

Date:

Sl.No Work Details Details

1. Name of work

2. Agreement Number, date and name of the agency

3. Agreement value in Rupees ( in words and figures)

4. Due date of completion

5. Number of Extensions granted

6. Actual date of completion of work

7. Value of Final Bill if pass (in words)

8.

Work completed but Final measurements not recorded.

a) Amount paid so far as in CC bill No.

9. Work completed. Final measurements recorded with negative

variation

a) Amount so far paid as in CC bill No.

10. Work completed. If Final measurements recorded with Positive

variation which is not sanctioned yet.

a) Original agreement value or last sanctioned agreement value

whichever is lower.

Note:

1. This certificate in this proforma is to be issued only for Completion work.

2. This certificate to be issued only by Sr.DSTE in charge of the work in open line and Dy.CSTE in

charge of the work in Construction. This type of Certificate may be obtained from Superintendent

Engineer in charge of the work from State Government / Public Sector Undertakings:

Signature:

Name of Officer:

Designation:

Address:

Office Seal:

Page 114: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 114 of 118

Annexure- VI

LIST OF WORKS ON HAND WITH THE TENDERER

Sl.

No

Name of

the work

Agreement

No & Date

Designation

and address of

agreement

signing

authority

Agreement

value in lakhs

Bill

amount

paid so

far in

lakhs

Due date of

completion

Number of

extensions

taken

01. 02. 03. 04. 05. 06. 07. 08.

Railway Works

A

B

C

D

E

Z

State Govt. Works

A

B

C

D

E

Z

Public Sector Undertaking works

A

B

C

D

E

Z

Signature of Tenderer:

Name of Tenderer:

Page 115: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 115 of 118

Annexure- VII

CERTIFICATE OF FAMILIRISATION

I/We hereby solemnly declare that I/We visited the site of the above work and have femiliarised

myself/ourselves of the working conditions there in all respects and in particular the following.

i) Topography of the area.

ii) Soil conditions at the site of work.

iii) Sources and availability of construction materials

iv) Rates for construction materials.

v) Availability of local labour, both skilled and unskilled and the prevailing labour rates.

vi) Availability of water and electricity.

vii) The existing roads and access to the site of work with regard to crossing of Existing track and

re-handlings involved in crossing of existing tracks.

viii) Availability of space for putting labour camps, offices, stores go downs, Engg. yard for

collection of required materials and stacking.

ix) The site of work is surrounded by running main lines where extensive train operations will be

there. Safety measures required before planning execution of work, it is to be studied in

detail before quoting rates.

Any other matter that may have bearing on work.

Signature of Tenderer:

Name of Tenderer:

Page 116: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 116 of 118

Annexure - VIII

CERTIFICATE OF COMPETENCY

Certified that Sri ………………. Signalling / Telecom. Works supervisor of M/s. ……………

……………….. has been examined regarding Safety Working in Railway areas in connection with

Work under Contract Agreement No. (s) ………………………….. His knowledge has been found

satisfactory and he is capable of supervising the work safely.

Issued by:

(Railway Supervisor’s Signature, Name and designation).

Countersigned by:

( Name & Signature of ASTE/DSTE with stamp)

Page 117: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 117 of 118

Annexure - IX

METHOD STATEMENT

(To be read, filled and signed by the tenderer)

1. Name of the work: Priovision of signaling arrangements in connection with new crossing

station at Nandipalli in Guntur division of SC Rly.

2. Nature of work: The work broadly involves the following components:

(a) Indoor: Indoor activities involve erection of relay racks, fixing and wiring of relays

in relay room, installation and wiring of power supply arrangements etc.,

Precautions to be taken:

All the staff involved from contractor side will be trained about railway procedures and

certification to railway officials for important technical staff of contractor will be ensured.

Staff and Equipments: Four competent trained wiring technicians, one supervisor and four

assistant wiremen will be deployed during peak work.

Adequate number of soldering irons of different ratings, electronic buzzer tester, gloves,

testers, multimeters and de-soldering equipment will be deployed. Cutting, drilling and

grinding machinery will be deployed as and when necessary. At least one petrol / kerosene

portable generator will be deployed to ensure progress of work during prolonged power

failures. Adequate lighting arrangements for field and indoor will be made as and when

necessary.

(b) Outdoor: The outdoor work broadly involves trenching, cable laying, track

crossings, foundations for signals and location boxes, pitching, erection of signals

and the LC gates, location boxes and their wiring, fixing and wiring of point

machines, wiring of track circuits etc.

Precuations to be taken: The most sensitive part of the outdoor work is the need to

protect the existing cables, other signaling gears, track and running trains. Where ever

working close to track is involved, a trained supervisor will be deployed along

with lookout persons for protecting the track and traffic .

Signature of Tenderer/Contractor

Page 118: View Tend Doc

B/SG/CN/13/Po,Sat,Ndu

Page 118 of 118

Before starting the work, a joint survey will be undertaken along with

railway officials to identify safe locations for excavation and other works. When work are involved

close to track or where dense cables are available, manual digging with fifteen to twenty men will be

ensured. Only where there is adequate moving space and less risk earth excavating machinery such

as Hydraulic excavators will be deployed.

Staff and Equipments: Adequate number of staff to minimize field working will be deployed during

peak work with necessary tools such as cable tracing equipment, shutters, digging equipment and

adequate number of tools for cutting, drilling etc., will be deployed.

© List of staff/equipments proposed to be deployed during peak work.

S.No Description Type and Number (To be filled by the

tenderer)

1 Technical Supervisors as per clause 23.0 of

Special Conditions of Contract

2 Wiremen Technicians

3 Wiremen Assistants

4 Physical Labour for indoor work

5 Carpenters (when required)

6 Painters (when required)

7 Masons (for outdoor as required)

8 Mechanical Technicians (when required)

9 Physical Labour for trenching (during peak

work)

10 Number of goods carriers/autos (when

required)

11 Number of trucks (when required)

12 Soldering equipments

13 De-soldering equipments

14 Drilling machines

15 Mechanical excavators (for trenching when

required)

16 Any other equipment

I undertake to deploy adequate equipment and skilled staff to complete the work in a safe and

efficient manner.

Signature of Tenderer/Contractor